Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC2021-009 - Kompan, Inc. Contract No. 2021-009
COOPERATIVE PURCHASING AGREEMENT
BETWEEN
THE TOWN OF FOUNTAIN HILLS
AND
KOMPAN,INC.
THIS COOPERATIVE PURCHASING AGREEMENT(this"Agreement")is entered into
as of October 15, 2020, between the Town of Fountain Hills, an Arizona municipal corporation
(the"Town"), and Kompan, Inc., a Delaware corporation(the"Contractor").
RECITALS
A. After a competitive procurement process, the City of Charlotte, a North Carolina
municipal corporation(the "City")entered into Contract No. 2017001135,dated July 1,2017 (the
"City Contract"), for the Contractor to provide playground equipment, outdoor fitness equipment,
surfacing, site accessories and related products. A copy of the City Contract is attached hereto as
Exhibit A and incorporated herein by reference,to the extent not inconsistent with this Agreement.
B. The Town is permitted, pursuant to Section 3-3-27 of the Town Code, to make
purchases under the City Contract, at its discretion and with the agreement of the awarded
Contractor,and the City Contract permits its cooperative use by other public entities,including the
Town.
C. The Town and the Contractor desire to enter into this Agreement for the purpose of
(i) acknowledging their cooperative contractual relationship under the City Contract and this
Agreement, (ii) establishing the terms and conditions by which the Contractor may provide the
Town with playground equipment, outdoor fitness equipment, surfacing, site accessories related
products, and repairs/maintenance as more particularly set forth in Section 2 below on an "as-
required"basis (the"Materials and Services"), and(iii) setting the maximum aggregate amount to
be expended pursuant to this Agreement related to the Materials and Services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing introduction and recitals, which
are incorporated herein by reference, the following mutual covenants and conditions, and other
good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged,
the Town and the Contractor hereby agree as follows:
1. Term of Agreement. This Agreement shall be effective as of the date first set forth
above and shall remain in full force and effect until October 14, 2021 (the "Initial Term"),unless
terminated as otherwise provided in this Agreement or the City Contract. After the expiration of
the Initial Term, this Agreement may be renewed for up to four successive one-year terms (each,
a"Renewal Term") if: (i) it is deemed in the best interests of the Town, subject to availability and
appropriation of funds for renewal in each subsequent year, (ii)the term of the City Contract has
not expired or has been extended, (iii) at least 30 days prior to the end of the then-current term of
1
this Agreement, the Contractor requests, in writing, to extend this Agreement for an additional
one-year term and(iv) the Town approves the additional one-year term in writing(including any
price adjustments approved as part of the City Contract), as evidenced by the Town Manager's
signature thereon,which approval may be withheld by the Town for any reason. The Contractor's
failure to seek a renewal of this Agreement shall cause this Agreement to terminate at the end of
the then-current term of this Agreement; provided, however, that the Town may, at its discretion
and with the agreement of the Contractor, elect to waive this requirement and renew this
Agreement. The Initial Term and any Renewal Term(s) are collectively referred to herein as the
"Term."Upon renewal, the terms and conditions of this Agreement shall remain in full force and
effect.
2. Scope of Work. This is an indefinite quantity and indefinite delivery Agreement
for Materials and Services under the terms and conditions of the City Contract. The Town does
not guarantee any minimum or maximum number of purchases will be made pursuant to this
Agreement. Purchases will only be made when the Town identifies a need and proper
authorization and documentation have been approved. For purchase(s)determined by the Town to
be appropriate for this Agreement,the Contractor shall provide the specific Materials and Services
to the Town in such quantities and configurations agreed upon between the parties, in a written
invoice, quote, materials order or other form of written agreement describing the materials to be
delivered (each, a "Materials Order"). Each Materials Order shall (i) contain a reference to this
Agreement and the City of Charlotte Contract and (ii) be attached hereto as Exhibit B and
incorporated herein by reference.A Materials Order submitted without referencing this Agreement
and the City of Charlotte Contract will be subject to rejection.Contractor acknowledges and agrees
that a Materials Order containing unauthorized exceptions, conditions, limitations, or provisions
in conflict with the terms of this Agreement, other than Town's project-specific requirements, is
hereby expressly declared void and shall be of no force and effect.
2.1 Inspection; Acceptance. All Materials and Services are subject to final
inspection and acceptance by the Town. Materials failing to conform to the requirements of this
Agreement and/or the City Contract will be held at Contractor's risk and may be returned to the
Contractor. If so returned, all costs are the responsibility of the Contractor. Upon discovery of non-
conforming Materials or Services, the Town may elect to do any or all of the following by written
notice to the Contractor: (i) waive the non-conformance; (ii) stop the work immediately; or (iii)
bring Materials or Services into compliance and withhold the cost of same from any payments due
to the Contractor.
2.2 Cancellation. The Town reserves the right to cancel any work order within
a reasonable time after issuance. Should a work order be canceled, the Town agrees to reimburse
the Contractor, but only for actual and documentable costs incurred by the Contractor due to and
after issuance of the work order.The Town will not reimburse the Contractor for any costs incurred
after receipt of the Town notice of cancellation, or for lost profits, shipment of product prior to
issuance of a work order or for anything not expressly permitted pursuant to this Agreement.
3. Compensation.The Town shall pay Contractor an amount not to exceed$49,999.99
for the Materials and Services at the rates set forth in the City Contract.
4. Payments.The Town shall pay the Contractor monthly,based upon acceptance and
2
delivery of Materials and/or Services performed and completed to date, and upon submission and
approval of invoices. Each invoice shall (i) contain a reference to this Agreement and the City
Contract and (ii) document and itemize all work completed to date. The invoice statement shall
include a record of materials delivered,time expended, and work performed in sufficient detail to
justify payment.Additionally,invoices submitted without referencing this Agreement and the City
Contract will be subject to rejection and may be returned.
5. Records and Audit Rights.To ensure that the Contractor and its subcontractors are
complying with the warranty under Section 6 below, Contractor's and its subcontractors' books,
records, correspondence, accounting procedures and practices, and any other supporting evidence
relating to this Agreement, including the papers of any Contractor and its subcontractors'
employees who perform any work or services pursuant to this Agreement (all of the foregoing
hereinafter referred to as "Records"), shall be open to inspection and subject to audit and/or
reproduction during normal working hours by the Town, to the extent necessary to adequately
permit evaluation of the Contractor's and its subcontractors' compliance with the Arizona
employer sanctions laws referenced in Section 6 below. To the extent necessary for the Town to
audit Records as set forth in this Section,Contractor and its subcontractors hereby waive any rights
to keep such Records confidential. For the purpose of evaluating or verifying such actual or
claimed costs or units expended,the Town shall have access to said Records, even if located at its
subcontractors' facilities, from the effective date of this Agreement for the duration of the work
and until three years after the date of final payment by the Town to Contractor pursuant to this
Agreement. Contractor and its subcontractors shall provide the Town with adequate and
appropriate workspace so that the Town can conduct audits in compliance with the provisions of
this Section. The Town shall give Contractor or its subcontractors reasonable advance notice of
intended audits. Contractor shall require its subcontractors to comply with the provisions of this
Section by insertion of the requirements hereof in any subcontract pursuant to this Agreement.
6. E-verify Requirements. To the extent applicable under ARIz. REV. STAT. § 41-
4401, the Contractor and its subcontractors warrant compliance with all federal immigration laws
and regulations that relate to their employees and their compliance with the E-verify requirements
under ARIz. REV. STAT. § 23-214(A). Contractor's or its subcontractors' failure to comply with
such warranty shall be deemed a material breach of this Agreement and may result in the
termination of this Agreement by the Town.
7. Israel. Contractor certifies that it is not currently engaged in and agrees for the
duration of this Agreement that it will not engage in a"boycott," as that term is defined in ARIz.
REV. STAT. § 35-393, of Israel.
8. Conflict of Interest. This Agreement may be canceled by the Town pursuant to
ARIZ.REV.STAT. §38-511.
9. Applicable Law;Venue.This Agreement shall be governed by the laws of the State
of Arizona and a suit pertaining to this Agreement may be brought only in courts in Maricopa
County,Arizona.
10. Agreement Subject to Appropriation. The Town is obligated only to pay its
obligations set forth in this Agreement as may lawfully be made from funds appropriated and
budgeted for that purpose during the Town's then current fiscal year. The Town's obligations
3
under this Agreement are current expenses subject to the "budget law" and the unfettered
legislative discretion of the Town concerning budgeted purposes and appropriation of funds.
Should the Town elect not to appropriate and budget funds to pay its Agreement obligations, this
Agreement shall be deemed terminated at the end of the then-current fiscal year term for which
such funds were appropriated and budgeted for such purpose and the Town shall be relieved of
any subsequent obligation under this Agreement.The parties agree that the Town has no obligation
or duty of good faith to budget or appropriate the payment of the Town's obligations set forth in
this Agreement in any budget in any fiscal year other than the fiscal year in which this Agreement
is executed and delivered. The Town shall be the sole judge and authority in determining the
availability of funds for its obligations under this Agreement. The Town shall keep Contractor
informed as to the availability of funds for this Agreement. The obligation of the Town to make
any payment pursuant to this Agreement is not a general obligation or indebtedness of the Town.
Contractor hereby waives any and all rights to bring any claim against the Town from or relating
in any way to the Town's termination of this Agreement pursuant to this section.
11. Conflicting Terms. In the event of any inconsistency, conflict or ambiguity among
the terms of this Agreement, the City Contract, the Proposal, and invoices, the documents shall
govern in the order listed herein.Notwithstanding the foregoing, and in conformity with Section 2
above, unauthorized exceptions, conditions, limitations or provisions in conflict with the terms of
this Agreement or the City Contract (collectively, the "Unauthorized Conditions"), other than the
Town's project-specific requirements, are expressly declared void and shall be of no force and
effect. Acceptance by the Town of any work order or invoice containing any such Unauthorized
Conditions or failure to demand full compliance with the terms and conditions set forth in this
Agreement or under the City Contract shall not alter such terms and conditions or relieve
Contractor from, nor be construed or deemed a waiver of, its requirements and obligations in the
performance of this Agreement.
12. Rights and Privileges. To the extent provided under the City Contract, the Town
shall be afforded all of the rights and privileges afforded to the City and shall be the "City" (as
defined in the City Contract) for the purposes of the portions of the City Contract that are
incorporated herein by reference.
13. Indemnification; Insurance. In addition to and in no way limiting the provisions set
forth in Section 12 above, the Town shall be afforded all of the insurance coverage and
indemnifications afforded to the City to the extent provided under the City Contract, and such
insurance coverage and indemnifications shall inure and apply with equal effect to the Town under
this Agreement including, but not limited to, the Contractor's obligation to provide the
indemnification and insurance. In any event, the Contractor shall indemnify, defend and hold
harmless the Town and each council member, officer, employee or agent thereof(the Town and
any such person being herein called an "Indemnified Party"), for, from and against any and all
losses, claims, damages, liabilities, costs and expenses (including, but not limited to, reasonable
attorneys' fees,court costs and the costs of appellate proceedings)to which any such Indemnified
Party may become subject, under any theory of liability whatsoever ("Claims"), insofar as such
Claims (or actions in respect thereof) relate to, arise out of, or are caused by or based upon the
negligent acts, intentional misconduct, errors,mistakes or omissions, in connection with the work
or services of the Contractor, its officers, employees, agents, or any tier of subcontractor in the
performance of this Agreement.
4
14. Notices and Requests.Any notice or other communication required or permitted to
be given under this Agreement shall be in writing and shall be deemed to have been duly given if
(i) delivered to the party at the address set forth below, (ii) deposited in the U.S. Mail,registered
or certified, return receipt requested, to the address set forth below or (iii) given to a recognized
and reputable overnight delivery service,to the address set forth below:
If to the Town: Town of Fountain Hills
16705 E. Avenue of the Fountains
Fountain Hills, Arizona 85268
Attn: Grady E. Miller, Town Manager
With copy to: Pierce Coleman PLLC
4711 E. Falcon Dr., Ste. 111
Mesa, Arizona 85215
Attn: Aaron D. Arnson, Town Attorney
If to Contractor: Kompan, Inc.
821 Grand Ave Pkwy, Ste 410
Pflugerville,Texas 78660
or at such other address, and to the attention of such other person or officer, as any party may
designate in writing by notice duly given pursuant to this subsection. Notices shall be deemed
received: (i) when delivered to the party, (ii) three business days after being placed in the U.S.
Mail, properly addressed, with sufficient postage or (iii) the following business day after being
given to a recognized overnight delivery service, with the person giving the notice paying all
required charges and instructing the delivery service to deliver on the following business day. If
a copy of a notice is also given to a party's counsel or other recipient, the provisions above
governing the date on which a notice is deemed to have been received by a party shall mean and
refer to the date on which the party, and not its counsel or other recipient to which a copy of the
notice may be sent, is deemed to have received the notice.
[SIGNATURES APPEAR ON FOLLOWING PAGES]
5
IN WITNESS WHEREOF,the parties hereto have executed this Agreement as of the date
and year first set forth above.
"Town"
TOWN OF FOUNTAIN HILLS,
an Arizona Municipal Corporation
Grady E. Mill- ,To Manager
ATTEST:
E izabe urke,Town Cl
APPROVED AS TO FORM:
own Attot
AA , o y
(ACKNOWLEDGEMENT)
STATE OF ARIZONA )
ss.
COUNTY OF MARICOPA )
On ,2020,before me personally appeared Grady E.Miller,the Town
Manager of the TOWN OF FOUNTAIN HILLS, an Arizona municipal corporation, whose identity
was proven to me on the basis of satisfactory evidence to be the person who he claims to be, and
acknowledged that he signed the above document,on behalf of the Town of Fountain Hills.
d
HIARICogq COUNTY otary lic
Commission 11553647
Expires August 15,2022
(Affix notary seal here)
[SIGNATURES CONTINUE ON FOLLOWING PAGE]
6
"Contractor"
KOMPAN. INC.,
a Delaware corporation
By:
Name: Eric Lewis
Its: Treasurer
(ACKNOWLEDGEMENT)
STATE OF Texas )
Travis ) ss.
COUNTY OF )
On September 24 , 2020, before me personally appeared Eric Lewis , the
Treasurer of KOMPAN, INC., a Delaware corporation, whose identity was proven to me
on the basis of satisfactory evidence to be the person who he or she claims to be, and acknowledged
that he or she signed the above document, on behalf of the corporation.
4 ; i;
ENNIF ������_ tNotary ID �131711183
�404. My Commission Expires M Notary Public
+ or September 5,2022
ariosamorureomonerwoomerromergrRa
(Affix notary seal here)
I
I
7
EXHIBIT A
TO
COOPERATIVE PURCHASING AGREEMENT
BETWEEN
THE TOWN OF FOUNTAIN HILLS
AND
KOMPAN, INC.
[City Contract]
See following pages.
1
1
I
1
Contract No.2017001135
Vendor No.303668
STATE OF NORTH CAROLINA
COUNTY OF MECKLENBURG
CONTRACT TO PROVIDE
PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT,SITE ACCESSORIES,
SURFACING,AND RELATED PRODUCTS AND SERVICES
This Contract (the "Contract") is entered into as of this 1st day of July 2017 (the "Effective
Date"), by and between Kompan, Inc. a corporation doing business in North Carolina (the
"Company"),and the City of Charlotte,a North Carolina municipal corporation(the"City").
RECITALS
WHEREAS, the City issued a Request For Proposals (RFP #269-2017-028) for Playground
Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and
Services dated January 25, 2017. This Request for Proposals together with all attachments and
addenda,is referred to herein as the"RFP";and
WHEREAS, the Company submitted a Proposal in response to RFP #269-2017-028 on March
16, 2017. This Proposal, together with all attachments and separately sealed confidential trade
secrets,is referred to herein as the"Proposal"and incorporated into this contract by reference.
WHEREAS,the City awarded this Contract on May 8, 2017 to Company to provide Playground
Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and
Services to the City all in accordance with the terms and conditions set forth herein.
WHEREAS, the City of Charlotte, on behalf of itself and all states, local governments, school
districts, and higher education institutions in the United States of America, and other government
agencies and nonprofit organizations (herein "Participating Public Agencies"), competitively
solicited and awarded the Contract to the Company. The City has designated U.S. Communities
as the administrative and marketing conduit for the distribution of the Contract to Participating
Public Agencies.
The City is acting as the"Contracting Agent"for the Participating Public Agencies,and shall not
be liable or responsible for any costs, damages, liability or other obligations incurred by the
Participating Public Agencies. The Company (including its subsidiaries) shall deal directly with
each Participating Public Agency concerning the placement of orders, issuance of purchase
orders, contractual disputes, invoicing, payment and all other matters relating or referring to such
Participating Public Agency's access to the Contract.
Each Participating Public Agency enters into a Master Intergovernmental Cooperative Purchasing
Agreement (MICPA) outlining the terms and conditions that allow access to the Lead Public
Agencies' Master Agreements. Under the terms of the MICPA, the procurement by the
Participating Public Agency shall be construed to be in accordance with, and governed by, the
laws of the state in which the Participating Public Agency resides.
NOW,THEREFORE,for good and valuable consideration,the receipt and sufficiency of which
is hereby acknowledged,and in further consideration of the covenants and representations
contained herein,the parties agree as follows:
CONTRACT
1. EXHIBITS.
1
Contract No.2017001135
Vendor No.303668
The Exhibits below are hereby incorporated into and made a part of this Contract. In
interpreting this Contract and resolving any ambiguities, the main body of this Contract will
take precedence over the Exhibits, and any inconsistency between the Exhibits will be
resolved in the order in which the Exhibits appear below. Each reference to Kompan in the
Exhibits and Appendices shall be deemed to mean the Company.
EXHIBIT A: Discount Schedule and Price Lists
EXHIBIT B: Installation Fees
EXHIBIT C: National Network of Distributors and Installers
EXHIBIT D: Freight Rate Schedules
EXHIBIT E: Product Warranties
EXHIBIT F: Scope of Services
EXHIBIT G: U.S. Communities Administrative Agreement
EXHIBIT H: Confidentiality Terms
2. DEFINITIONS.
As used in this Contract,the following terms shall have the meanings set forth below:
Acceptance: Refers to receipt and approval by the City of a Deliverable or
Service in accordance with the acceptance process and criteria in
this Contract.
Affiliates: Refers to all departments or units of the City and all other
governmental units, boards, committees or municipalities for
which the City processes data or performs Services.
Biodegradable: Refers to the ability of an item to be decomposed by bacteria or
other living organisms.
Charlotte Business Refers to the Charlotte Business Inclusion office of the City
Inclusion (CBI): of Charlotte.
Charlotte Combined Refers to the Charlotte-Gastonia-Salisbury Combined
Statistical Area (CSA): Statistical Area consisting of; (a) the North Carolina counties of
Anson, Cabarrus, Cleveland, Gaston, Iredell, Lincoln,
Mecklenburg, Rowan, Stanly, and Union; and (b) the South
Carolina counties of Chester, Lancaster, and York; a criteria
used by Charlotte Business INClusion to determine eligibility to
participate in the program.
City: Refers to the City of Charlotte,North Carolina.
Company: Refers to a company that has been selected by the City to
provide the Products and Services of this Contract.
Company Project Refers to a specified Company employee representing the
Manager: best interests of the Company for this Project.
Contract: Refers to a written agreement executed by the City and Company
for all or part of the Services.
2
Contract No.2017001135
Vendor No.303668
Deliverables: Refers to all tasks,reports, information, designs,plans,and other
items that the Company is required to deliver to the City in
connection with the Contract.
Documentation: Refers to all written, electronic, or recorded works that describe
the use, functions, features, or purpose of the Deliverables or
Services or any component thereof, and which are provided to
the City by the Company or its subcontractors, including without
limitation all end user manuals, training manuals, guides,
program listings,data models,flow charts,and logic diagrams.
Environmentally Refers to Products that have a lesser or reduced effect on
Preferable Products: human health and the environment when compared with
competing Products that serves the same purpose. This
comparison may consider raw materials acquisition, production,
manufacturing, packaging, distribution, reuse, operation,
maintenance,or disposal of the product.
Lead Public Agency: Refers to the City of Charlotte,North Carolina.
Master Agreement: Refers to the Agreement that is made available by the Lead
Public Agency after the successful completion of the competitive
solicitation and selection process, wherein Participating Public
Agencies may utilize the agreement to purchase Products and
Services.
Minority Business
Enterprise/MBE: Refers to a business enterprise that: (a)is certified by the State of
North Carolina as a Historically Underutilized Business (HUB)
within the meaning of N.C.Gen. Stat. § 143-128.4; (b) is at least
fifty-one percent (51%) owned by one or more persons who are
members of one of the following groups: African American or
Black, Hispanic, Asian, Native American or American Indian;
and (c) is headquartered in the Charlotte Combined Statistical
Area.
MWSBE: Refers to SBEs,MBEs and WBEs,collectively.
Participating Public
Agency: Refers to all states, local governments, school districts, and
higher education institutions in the United States of American,
and other governmental agencies and nonprofit organizations
that elect to purchase Products and Services under the Master
Agreement.
Products: Refers to all Products that the Company agrees to provide to the
City as part this Contract.
Services: Refers to the Playground Equipment, Outdoor Fitness
Equipment, Surfacing, Site Accessories and Related Products
and Services as requested in this RFP.
3
Contract No.2017001135
Vendor No.303668
Specifications and Refers to all definitions,descriptions,requirements,criteria,
Requirements: warranties, and performance standards relating to the
Deliverables and Services that are set forth or referenced in: (i)
this RFP, including any addenda; (ii) the Documentation; and
(iii) any functional and/or technical specifications that are
published or provided by the Company or its licensors or
suppliers from time to time with respect to all or any part of the
Deliverables or Services.
3. TERM. The initial term of this Contract will be for five (5) years from the Effective Date
with an option to renew for two(2)additional two-year terms. This Contract may be extended
only by a written amendment to the contract signed by both parties.
4. AGREEMENT TO PROVIDE PRODUCTS AND SERVICES.
4.1 The Company shall provide the Products and Services in accordance with the terms
and conditions set forth in this Contract and the attached Exhibits when ordered from
time to time by the City. Except as set forth in Exhibit A, the prices set forth in
Exhibit A constitute all charges payable by the City for the Products and Services,
and all labor, materials, equipment, transportation, facilities, storage, information
technology, permits, and licenses necessary for the Company to provide the Products
and Services. The Company shall perform any Services for the City on site at the
City's facilities in Charlotte, North Carolina, except as otherwise stated in this
Contract or agreed in writing by the City.
4.2 Placement of Orders: All orders will be placed by personnel designated by the City
on an as needed basis for the quantity required at the time during the term of the
Contract.
5. OPTIONAL PRODUCTS AND SERVICES. The City may in its discretion purchase from
the Company optional Products and Services beyond what is called for in the Specifications,
provided that such purchase does not create unfairness so as to defeat the purpose of the
Proposal statutes,and provided the City is authorized by law to make such purchases without
a formal Proposal process.
6. DOCUMENTATION. The Company will provide for all Products purchased under this
Contract written or electronic documentation that is complete and accurate, and sufficient to
enable City employees with ordinary skills and experience to utilize such Products for the
purpose for which the City is acquiring them.
7. COMPENSATION. The City shall pay the Company for the Products and Services
delivered in compliance with the specifications at the prices set forth in Exhibit A. This
amount constitutes the maximum fees and charges payable to the company in the aggregate
under this contract and will not be increased except by a written amendment duly executed by
both parties in compliance with the price adjustment provisions set forth in Exhibit A. The
Company shall not be entitled to charge the City any prices, fees or other amounts that are not
listed in Exhibit A.
8. PRICE ADJUSTMENTS.
8.1 The price(s) stated in this Contract shall not increase for the entire five-year term of
the Contract. The prices shall also not increase during the two (2), two-year renewal
4
Contract No.2017001135
Vendor No.303668
option terms unless the City approves a price adjustment in writing in accordance
with the following terms:
8.1.1 Price increases shall only be allowed when justified in the City's sole
discretion based on legitimate, bona fide increases in the cost of materials
and in the cost of labor for Installation Services as set forth in Section 8.1.3
of this Contract. No adjustment shall be made to compensate the Company
for inefficiency in operation, increase in labor costs associated with the
manufacture of the Products,or for additional profit.
8.1.2 To obtain approval for a price increase, the Company shall submit a written
request to the Procurement Management Division representative, at the
address listed below, together with written documentation sufficient to
demonstrate that the increase is necessary based on a legitimate increase in
the cost of materials and Installation Services. The request must state and
fully justify the proposed price increase per unit or per installation over the
price originally proposed.
City of Charlotte
M&FS Finance Office/Procurement Management
600 East Fourth Street
Charlotte,NC 28202
8.1.3 Except as provided below, no proposed price increase shall be valid unless
accepted by the City in writing. The City may approve such price increase
for the remaining term of the Contract or for a shorter specified period, in the
City's sole discretion. If the City rejects such price increase, the Company
shall continue performance of the Contract. Price adjustments, including
increases and decreases,shall be made for Installation Services in accordance
with the percentage change in the U.S. Department of Labor Producer Price
Index (PPI), Industry Group Construction — Item Code 2381-Foundation,
Structure, and Building Exterior Contractors if such percentage exceeds two
percent (2%). The percentage difference between the PPI issued for October,
2017, and the PPI issued for each October of the year of requested
adjustment will determine the maximum allowable adjustment of the original
Contract prices for Installation Services.
8.1.4 If the City approves a price increase pursuant to this Section and the market
factors justifying the increase shift so that the increase is no longer justified,
the City shall have the right to terminate the price increase and revert back to
the prices that were in effect immediately prior to the increase. The
Company shall notify the City in writing if the market factors on which the
City granted the increase change such that the City's reasons for granting the
increase longer apply.
8.2 If the Company's unit prices for any Products and/or Services should decrease, the
Company shall provide the affected Products and/or Services at the lower
discounted price.The Company will provide the City with prompt written notice of
all decreases in unit prices.
8.3 If a Product becomes unavailable, or if a new Product becomes available, the
Company promptly will send the City a proposed revised version of Exhibit A.
The City reserves the right to add or delete items to this Contract if particular items
should become discontinued or an upgraded item becomes available to the industry
5
Contract No.2017001135
Vendor No.303668
market. Any new or replacement items added may be subject to Proposal statute
requirements. At no additional cost to the City, the Company may substitute any
Product or Service to be provided by the Company, if the substitute meets or
exceeds the Specifications, is compatible with the City's operating environment
and is of equivalent or better quality to the City. Any substitution will be reflected
in a written signed change order.
9. BILLING. Each invoice sent by the Company shall include all reports, information and
data required by this Contract (including the Exhibits) necessary to entitle the Company to
the requested payment. The Company shall send one (I) copy only of each invoice using
one of the following options:
Option 1 —E-mail one copy of each invoice to cocap(a icharlottenc.gov. Company shall not
mail invoices that have been sent via e-mail.
Option 2—Mail one copy of each invoice to:
City of Charlotte Accounts Payable
PO Box 37979
Charlotte,NC 28237-7979
Attn: (Insert Department)
The City is not tax exempt from sales tax. The Company shall include all applicable State
and County sales taxes on the invoice and not combined with the cost of the goods.
Payment of invoices shall be due within thirty (30) days after the City has received all of
the following: (a) an accurate, properly submitted invoice, (b) all reports due for the month
covered by the invoice; and (c) any other information reasonably requested by the City to
verify the charges contained in the invoice. Invoices must include state and local sales tax.
10. CONTRACT MONITORING. The City shall have the right to audit the Company's
compliance with the terms and conditions of the Contract at such times as the City deems
appropriate. Unless the City elects to terminate the Contract, the Company shall develop a
written action plan to correct any Contract deficiency identified during these compliance
audits, and shall submit such plan to the City within thirty (30) days of notification of non-
compliance.
11. REPORTING. The Company shall provide such written reports of purchasing and
expenditures as may be requested by the City from time to time, including without
limitation any reports described in the Specifications.
12. AUDIT. During the term of the Contract and for a period of three (3) years after
termination or expiration of this Contract for any reason, the City shall have the right to
audit, either itself or through a third party, all books and records (including but not limited
to the technical records) and facilities of the Company necessary to evaluate Company's
compliance with the terms and conditions of the Contract or the City's payment
obligations. The City shall pay its own expenses, relating to such audits,but shall not have
to pay any expenses or additional costs of the Company. However, if non-compliance is
found that would have cost the City in excess of$5,000 but for the audit,then the Company
shall be required to reimburse the City for the cost of the audit.
13. GENERAL WARRANTIES. Company represents and warrants that:
13.1 It is a corporation duly incorporated, validly existing and in good standing under the
laws of the state of Washington,and is qualified to do business in North Carolina;
6
Contract No.2017001135
Vendor No.303668
13.2 It has all the requisite corporate power and authority to execute, deliver and perform
its obligations under this Contract;
13.3 The execution, delivery, and performance of this Contract have been duly authorized
by Company;
13.4 No approval, authorization or consent of any governmental or regulatory authority is
required to be obtained or made by it in order for it to enter into and perform its
obligations under this Contract;
13.5 In connection with its obligations under this Contract, it shall comply with all
applicable federal, state and local laws and regulations and shall obtain all applicable
permits and licenses;and
13.6 The Company shall not violate any agreement with any third party by entering into or
performing this Contract.
14. ADDITIONAL REPRESENTATIONS AND WARRANTIES. Company represents
warrants and covenants that:
14.1 The Products and Services shall comply with all requirements set forth in this
Contract,including but not limited to the attached Exhibits;
14.2 All work performed by the Company and/or its subcontractors pursuant to this
Contract shall meet industry accepted standards, and shall be performed in a
professional and workmanlike manner by staff with the necessary skills, experience
and knowledge;
14.3 Neither the Services, nor any Products provided by the Company under this Contract
will infringe or misappropriate any patent, copyright, trademark or trade secret rights
of any third party; and
14.4 The Company and each of its subcontractors have complied and shall comply in all
material respects with all applicable federal, state and local laws, regulations and
guidelines relating to the performance of this Contract or to the Products and Services
delivered hereunder, including but not limited to E-Verify, and shall obtain all
applicable verifications,permits, and licenses.
15. COMPLIANCE WITH LAWS. All Products and Services delivered under this Contract
shall be in compliance with all applicable federal, state and local laws, regulations and
ordinances. In performing the Contract, the Company shall obtain and maintain all licenses
and permits,and comply with all federal,state and local laws,regulations and ordinances.
16. DELIVERY TIME. When delivery time is requested in the RFP, (whether in the form of
a specific delivery date or maximum number of days for delivery) time is of the essence.
The Company's Proposal shall be deemed a binding commitment of the Company to meet
the delivery time stated herein unless the Proposal specifically takes exception. If such
delivery time is not met,the City shall be entitled to terminate the Contract immediately for
default and/or exercise any other remedies available at law or in equity.
17. QUALITY. Unless this Contract specifically states otherwise for a particular item, all
components used to manufacture or construct any supplies, materials or equipment or
Products provided under this Contract shall be: (a)new; (b)the latest model; (c) of the best
quality and high-grade workmanship; and (d) in compliance with all applicable federal,
state and local laws,regulations and requirements. By"new", the City means that the item
has been recently produced and has not been previously sold or used.
7
Contract No.2017001135
Vendor No.303668
Whenever this Contract states that a Product or Service shall be in accordance with laws,
ordinances, building codes,underwriter's codes, applicable A.S.T.M. regulations or similar
expressions, the requirements of such laws, ordinances, etc., shall be construed to be
minimum requirements that are in addition to any other requirements that may be stated in
this Contract.
18. DESIGN AND/OR MANUFACTURER REQUIREMENT. All Products and Services
shall meet the Specifications set forth in Section 4 of the RFP.
19. INSPECTION AT COMPANY'S SITE. The City reserves the right to inspect the
equipment, plant, store or other facilities of the Company during the Contract term from
time to time as the City deems necessary to confirm that such equipment, plant, store or
other facilities conform with the Specifications and are adequate and suitable for proper and
effective performance of the Contract. Such inspections shall be conducted during normal
business hours and upon at least three (3) days' notice to the Company(except that a store
may be inspected at any time during regular store hours without notice).
20. PREPARATION FOR DELIVERY.
20.1 Condition and Packaging. All containers/packaging shall be suitable for handling,
storage or shipment, without damage to the contents. The Company shall make
shipments using the minimum number of containers consistent with the
requirements of safe transit, available mode of transportation routing. The
Company will be responsible for confirming that packing is sufficient to assure that
all the materials arrive at the correct destination in an undamaged condition ready
for their intended use.
20.2 Marking. All cartons shall be clearly identified with the City purchase order number
and the name of the department making the purchase. Packing lists must be affixed
to each carton identifying all contents included in the carton. If more than one
carton is shipped, each carton must be numbered and must state the number of that
carton in relation to the total number of cartons shipped(i.e. 1 of 4,2 of 4,etc).
20.3 Shipping. The Company shall follow all shipping instructions included in the RFP,
the City's purchase order or in the Contract.
21. ACCEPTANCE OF PRODUCTS/SERVICES. The Products delivered under this
Contract shall remain the property of the Company until the City physically inspects,
actually uses and accepts the Products. In the event Products provided to the City do not
comply with the Contract, the City shall be entitled to terminate the Contract upon written
notice to the Company and return such Products (and any related goods)to the Company at
the Company's expense. In the event the Services provided under this Contract do not
comply with the Contract, the City reserves the right to cancel the Service and rescind any
related purchase of Products upon written notice to the Company. The remedies stated in
this Section are in addition to and without limitation of any other remedies that the City
may have under the Contract, at law or in equity.
22. GUARANTEE. Unless otherwise specified by the City, the Company guarantees the
materials and workmanship on all Products and Services for the guarantee period
associated with a specific product or services, as specified in Company documentation and
quotation. If, within the guarantee period any defects occur due to a faulty Product or
Services (including without limitation a failure to comply with the Specifications), the
Company at its expense, shall repair or adjust the condition, or replace the Product and/or
Services to the complete satisfaction of the City. These repairs, replacements or
8
Contract No.2017001135
Vendor No.303668
adjustments shall be made only at such time as will be designated by the City to ensure the
least impact to the operation of City business.
23. NO LIENS. All Products shall be delivered and shall remain free and clear of all liens and
encumbrances.
24. MANUFACTURER OR DEALER ADVERTISEMENT. No manufacturer or dealer
shall advertise on Products delivered to the City without prior approval by the City.
25. RIGHT TO COVER. If the Company fails to comply with any term or condition of the
Contract or the Company's response to the RFP, the City may take any of the following
actions with or without terminating the Contract, and in addition to and without limiting
any other remedies it may have:
(A) Employ such means as it may deem advisable and appropriate to obtain the
applicable Products and/or Services (or reasonable substitutes)from a third party;
and
(B) Recover from the Company the difference between what the City paid for such
Products and/or Services on the open market and the price of such Products
and/or Services under the Contract or the Company's response to the RFP.
26. RIGHT TO WITHHOLD PAYMENT. If Company breaches any provision of the
Contract the City shall have the right to withhold all payments related to the breach due to
the Company until such breach has been fully cured.
27. OTHER REMEDIES. Upon breach of the Contract, each party may seek all legal and
equitable remedies to which it is entitled. The remedies set forth herein shall be deemed
cumulative and not exclusive and may be exercised successively or concurrently, in
addition to any other available remedy.
28. TERMINATION.
28.1 TERMINATION WITHOUT CAUSE. The City may terminate this Contract at any
time without cause by giving sixty (60) days written notice to the Company. The
Company may terminate this Contract at any time without cause by giving one
hundred and eighty(180)days written notice to the City.
28.2 TERMINATION FOR DEFAULT BY EITHER PARTY. By giving written notice to
the other party, either party may terminate this Contract upon the occurrence of one
or more of the following events:
28.2.1 The other party violates or fails to perform any covenant, provision,
obligation, term or condition contained in this Contract, provided that,
unless otherwise stated in this Contract,such failure or violation shall not be
cause for termination if both of the following conditions are satisfied: (i)
such default is reasonably susceptible to cure; and (ii) the other party cures
such default within thirty (30) days of receipt of written notice of default
from the non-defaulting party; or
28.2.2 The other party attempts to assign, terminate or cancel this Contract
contrary to the terms hereof; or
28.2.3 The other party ceases to do business as a going concern, makes an
assignment for the benefit of creditors, admits in writing its inability to pay
debts as they become due, files a petition in bankruptcy or has an
involuntary bankruptcy petition filed against it (except in connection with a
reorganization under which the business of such party is continued and
9
Contract No.2017001135
Vendor No.303668
performance of all its obligations under this Contract shall continue), or if a
receiver, trustee or liquidator is appointed for it or any substantial part of
other party's assets or properties.
Any notice of default pursuant to this Section shall identify and state the
party's intent to terminate this Contract if the default is not cured within the
specified period.
28.3 ADDITIONAL GROUNDS FOR DEFAULT TERMINATION BY THE CITY. By
giving written notice to the Company, the City may also terminate this Contract upon
the occurrence of one or more of the following events (which shall each constitute
grounds for termination without a cure period and without the occurrence of any of
the other events of default previously listed):
28.3.1 The Company makes or allows to be made any material written
misrepresentation or provides any materially misleading written information
in connection with this Contract, Company's Proposal, or any covenant,
agreement,obligation,term or condition contained in this Contract; or
28.3.2 The Company takes or fails to take any action which constitutes grounds for
immediate termination under the terms of this Contract, including but not
limited to failure to obtain or maintain the insurance policies and
endorsements as required by this Contract, or failure to provide the proof of
insurance as required by this Contract.
28.4 NO EFFECT ON TAXES, FEES, CHARGES, OR REPORTS. Any termination of
the Contract shall not relieve the Company of the obligation to pay any fees,taxes or
other charges then due to the City, nor relieve the Company of the obligation to file
any daily, monthly, quarterly or annual reports covering the period to termination nor
relieve the Company from any claim for damages previously accrued or then
accruing against the Company.
28.5 OBLIGATIONS UPON EXPIRATION OR TERMINATION. Upon expiration or
termination of this Contract, the Company shall promptly (a) return to the City all
computer programs, files, documentation, data, media, related material and any other
recording devices, information, or compact discs that are owned by the City; (b)
provide the City with sufficient data necessary to migrate to a new vendor, or allow
the City or a new vendor access to the systems, software, infrastructure, or processes
of the Company that are necessary to migrate to a new vendor; and (c) refund to the
City all pre-paid sums for Products or Services that have been cancelled and will not
be delivered.
28.6 NO SUSPENSION. In the event that the City disputes in good faith an allegation of
default by the Company, notwithstanding anything to the contrary in this Contract,
the Company agrees that it will not terminate this Contract or suspend or limit the
delivery of Products or Services or any warranties or repossess, disable or render
unusable any Software supplied by the Company, unless (i) the parties agree in
writing,or(ii) an order of a court of competent jurisdiction determines otherwise.
28.7 AUTHORITY TO TERMINATE. The City Manager or their designee is authorized
to terminate this Contract on behalf of the City.
28.8 TRANSITION SERVICES UPON TERMINATION. Upon termination or expiration
of this Contract, the Company shall cooperate with the City to assist with the orderly
transfer of the Products, Services,functions and operations provided by the Company
10
Contract No.2017001135
Vendor No.303668
hereunder to another provider or to the City as determined by the City in its sole
discretion. The transition services that the Company shall perform if requested by
the City include but are not limited to:
28.8.1 Working with the City to jointly develop a mutually agreed upon transition
services plan to facilitate the termination of the Services;and
28.8.2 Notifying all affected vendors and subcontractors of the Company of
transition activities;
28.8.3 Performing the transition service plan activities;
28.8.4 Answering questions regarding the Products and Services on an as-needed
basis;and
28.8.5 Providing such other reasonable Services needed to effectuate an orderly
transition to a new system.
29. NO DELAY DAMAGES. Under no circumstances shall the City be liable to the
Company for any damages arising from delay in performance for reasons other than a
Force Majeure Event.
30. MULTIPLE CONTRACT AWARDS. This Contract is not exclusive. The City reserves
the right to award multiple contracts for the Products and Services required by this Contract
if the City deems multiple Contracts to be in the City's best interest.
31. RELATIONSHIP OF THE PARTIES. The relationship of the parties established by this
Contract is solely that of independent contractors, and nothing contained in this Contract
shall be construed to (i) give any party the power to direct or control the day-to-day
activities of the other; (ii) constitute such parties as partners,joint ventures, co-owners or
otherwise as participants in a joint or common undertaking; (iii) make either party an agent
of the other for any purpose whatsoever, or (iv) give either party the authority to act for,
bind, or otherwise create or assume any obligation on behalf of the other. Nothing herein
shall be deemed to eliminate any fiduciary duty on the part of the Company to the City that
may arise under law or under the terms of this Contract.
32. INDEMNIFICATION. To the fullest extent permitted by law, the Company shall
indemnify, defend and hold harmless each of the "Indemnitees" (as defined below) from
and against any and all "Charges" (as defined below) paid or incurred any of them as a
result of any claims, demands, lawsuits, actions, or proceedings: (i) alleging violation,
misappropriation or infringement of any copyright, trademark, patent, trade secret or other
proprietary rights with respect to the Work or any Products or deliverables provided to the
City pursuant to this Contract ("Infringement Claims"); (ii) seeking payment for labor or
materials purchased or supplied by the Company or its subcontractors in connection with
this Contract; or (iii) arising from the Company's failure to perform its obligations under
this Contract, or from any act of negligence or willful misconduct by the Company or any
of its agents, employees or subcontractors relating to this Contract, including but not
limited to any liability caused by an accident or other occurrence resulting in bodily injury,
death, sickness or disease to any person(s) or damage or destruction to any property,real or
personal, tangible or intangible; or (iv) arising from a violation of any federal, state or
local law, regulation or ordinance by the Company or any its subcontractors (including
without limitation E-Verify or other immigration laws); or (v) arising from any claim that
the Company or an employee or subcontractor of the Company is an employee of the City,
including but not limited to claims relating to worker's compensation, failure to withhold
taxes and the like. For purposes of this Section: (a)the term"Indemnitees"means the City
11
Contract No.2017001135
Vendor No.303668
and each of the City's officers, officials, employees, agents and independent contractors
(excluding the Company); and (b) the term "Charges" means any and all losses, damages,
costs, expenses (including reasonable attorneys' fees), obligations, duties, fines, penalties,
royalties, interest charges and other liabilities (including settlement amounts) or any other
legal theory or principle,in connection with an Infringement Claim.
33. INSURANCE. Throughout the term of the Contract, the Company shall comply with the
insurance requirements described in this Section. In the event the Company fails to procure
and maintain each type of insurance required by this Section, or in the event the Company
fails to provide the City with the required certificates of insurance,the City shall be entitled
to terminate the Contract immediately upon written notice to the Company.
The Company agrees to purchase and maintain the following insurance coverage during the
life of the Contract with an insurance company acceptable to the City of Charlotte,
authorized to do business in the State of North Carolina:
(A) Automobile Liability: Bodily injury and property damage liability covering all
owned, non-owned, and hired automobiles for limits of not less than $1,000,000
bodily injury each person, each accident; and, $1,000,000 property damage, or
$1,000,000 combined single limit each occurrence/aggregate.
(B) Commercial General Liability: Bodily injury and property damage liability as
shall protect the Company and any subcontractor performing work under the
Contract from claims of bodily injury or property damage which arise from
performance of the Contract, whether such work is performed by the Company,
any subcontractor or anyone directly or indirectly employed by either. The
amounts of such insurance shall not be less than $1,000,000 bodily injury each
occurrence/aggregate and $1,000,000 property damage each
occurrence/aggregate or$1,000,000 bodily injury and property damage combined
single limits each occurrence/aggregate. This insurance shall include coverage
for Products, Services, completed operations, personal injury liability and
contractual liability assumed under the indemnity provision of the Contract.
(C) Workers' Compensation: Meeting the statutory requirements of the State of
North Carolina and Employers Liability - $100,000 per accident limit, $500,000
disease per policy limit, $100,000 disease each employee limit, providing
coverage for employees and owners.
The City shall be named as additional insured under the commercial general liability
insurance for operations or Services rendered under this Contract. The Company's
insurance shall be primary of any self-funding and/or insurance otherwise carried by the
City for all loss or damages arising from the Consultant's operations under this agreement.
The Company and each of its subcontractors shall and does waive all rights of subrogation
against the City and each of the Indemnitees,as defined in Section 32.
The Company shall not commence any work in connection with the Contract until it has
obtained all of the types of insurance set forth in this Form, and such insurance has been
approved by the City. The Company shall not allow any subcontractor to commence work
on its subcontract until all similar insurance required of the subcontractor has been obtained
and approved.
All insurance policies shall be with insurers qualified and doing business in North Carolina
recognized by the Secretary of State and the Insurance Commissioner's Office. The
Company shall furnish the City with proof of insurance coverage by certificates of
insurance accompanying the Contract.
12
Contract No.2017001135
Vendor No.303668
All insurance certificates must include the City of Charlotte's contract number in the
description field.
The City shall be exempt from, and in no way liable for any sums of money that may
represent a deductible in any insurance policy.The payment of such deductible shall be the
sole responsibility of the Company and/or subcontractor providing such insurance.
34. COMMERCIAL NON-DISCRIMINATION.
As a condition of entering into this Contract, the Company represents and warrants that it
will fully comply with the City's Commercial Non-Discrimination Policy, as described in
Section 2, Article V of the Charlotte City Code, and consents to be bound by the award of
any arbitration conducted thereunder. As part of such compliance, the Company shall not
discriminate on the basis of race, gender, religion, national origin, ethnicity, age or
disability in the solicitation, selection, hiring, or treatment of subcontractors, vendors or
suppliers in connection with a City contract or contract solicitation process, nor shall the
Company retaliate against any person or entity for reporting instances of such
discrimination. The Company shall provide equal opportunity for subcontractors, vendors
and suppliers to participate in all of its subcontracting and supply opportunities on City
contracts, provided that nothing contained in this clause shall prohibit or limit otherwise
lawful efforts to remedy the effects of marketplace discrimination that has occurred or is
occurring in the marketplace. The Company understands and agrees that a violation of this
clause shall be considered a material breach of this Contract and may result in termination
of this Contract, disqualification of the Company from participating in City contracts or
other sanctions.
As a condition of entering into this Contract, the Company agrees to: (a)promptly provide
to the City in a format specified by the City all information and documentation that may be
requested by the City from time to time regarding the solicitation, selection, treatment and
payment of subcontractors in connection with this Contract; and(b)if requested,provide to
the City within sixty(60) days after the request a truthful and complete list of the names of
all subcontractors, vendors, and suppliers that the Company has used on City contracts in
the past five (5) years, including the total dollar amount paid by the Company on each
subcontract or supply contract. The Company further agrees to fully cooperate in any
investigation conducted by the City pursuant to the City's Non-Discrimination Policy, to
provide any documents relevant to such investigation that are requested by the City, and to
be bound by the award of any arbitration conducted under such Policy.
The Company agrees to provide to the City from time to time on the City's request,
payment affidavits detailing the amounts paid by the Company to subcontractors and
suppliers in connection with this Contract within a certain period of time. Such affidavits
shall be in the format specified by the City from time to time
The Company understands and agrees that violation of this Commercial Non-
Discrimination provision shall be considered a material breach of this Contract and may
result in contract termination, disqualification of the Company from participating in City
contracts and other sanctions.
35. COMPANY WILL NOT SELL OR DISCLOSE DATA. The Company will treat as
confidential information all data provided by the City in connection with this agreement.
City data processed by the Company shall remain the exclusive property of the City. The
Company will not reproduce, copy, duplicate, disclose, or in any way treat the data
supplied by the City in any manner except that contemplated by this agreement.
13
Contract No.2017001135
Vendor No.303668
36. WORK ON CITY'S PREMISES. The Company will ensure that its employees and
agents shall,whenever on the City's premises,obey all instructions and directions issued by
the City's project manager with respect to work on the City's premises. The Company
agrees that its personnel and the personnel of its subcontractors will comply with all rules,
regulations and security procedures of the City when on the City's premises.
37. BACKGROUND CHECKS. The Company agrees that it has conducted or will conduct
background checks on all personnel who will be working at the Charlotte service facility or
delivering Products or Services under the Contract. The Company will conduct such
background checks prior to the personnel commencing work hereunder, whether as part of
the Company's standard pre-employment screening practices or otherwise. The Company
will complete a background check on an annual basis for each person working at the
Charlotte facility. Background check will include at a minimum:
a. Criminal records search,
b. Identification verification;and
c. Proof of authorization to work in the United States.
The Company agrees if any personnel does not meet the background qualifications, he/she
shall not be assigned to perform Services under this Contract. The Company will notify the
City immediately if a background check reveals any conviction(s). If there is any question
as to whether any personnel meets the background qualifications, prior to assignment of
any Services under this Contract,the Company shall contact the City immediately.
38. DRUG-FREE WORKPLACE. The City is a drug-free workplace employer. The
Company hereby certifies that it has or it will within thirty(30)days after execution of this
Contract:
38.1 Notify employees that the unlawful manufacture, distribution, dispensation,
possession, or use of controlled substance is prohibited in the workplace and
specifying actions that will be taken for violations of such prohibition;
38.2 Establish a drug-free awareness program to inform employees about (i) the dangers
of drug abuse in the workplace, (ii) the Company's policy of maintaining a drug-free
workplace, (iii) any available drug counseling, rehabilitation, and employee
assistance programs, and(iv) the penalties that may be imposed upon employees for
drug abuse violations;
38.3 Notify each employee that as a condition of employment, the employee will (i)
aProposale by the terms of the prohibition outlined above, and (ii) notify the
Company of any criminal drug statute conviction for a violation occurring in the
workplace not later than five days after such conviction;
38.4 Impose a sanction on, or requiring the satisfactory participation in a drug counseling,
rehabilitation or abuse program by an employee convicted of a drug crime;
38.5 Make a good faith effort to continue to maintain a drug-free workplace for
employees; and
38.6 Require any party to which it subcontracts any portion of the work under the contract
to comply with the provisions of this Section.
A false certification or the failure to comply with the above drug-free workplace
requirements during the performance of this Contract shall be ground for suspension,
termination or debarment.
14
Contract No.2017001135
Vendor No.303668
39. NOTICES. Any notice, consent or other communication required or contemplated by this
Contract shall be in writing, and shall be delivered in person, by U.S. mail, by overnight
courier, by electronic mail or by telefax to the intended recipient at the address set forth
below. Notice shall be effective upon the date of receipt by the intended recipient;
provided that any notice which is sent by telefax or electronic mail shall also be
simultaneously sent by mail deposited with the U.S. Postal Service or by overnight courier.
Each party may change its address for notification purposes by giving the other party
written notice of the new address and the date upon which it shall become effective.
Communications that relate to any breach, default, termination, delay in performance,
prevention of performance, modification, extension, amendment, or waiver of any
provision of this Contract shall be sent to:
For The Company: For The City:
Kerrin Smith Karen Ewing
Kompan,Inc. Procurement Management Division
821 Grand Avenue Parkway 600 East Fourth Street
Pflugerville,TX 78660 Charlotte,NC 28202
Phone: 888.579.8223 Phone: 704.336.2992
Fax: 888.579.8224 Fax: 704.632.8254
E-mail: kersmi@kompan.com kompan.com E-mail: kewing@charlottenc.gov
With Copy To: With Copy To:
Cindy White
Senior Assistant City Attorney
600 East Fourth Street
Charlotte,NC 28202
Phone: 704-336-3012
Fax: 704-336-8854
E-mail: cwhite( ci.char]otte.nc.us
All other notices shall be sent to the other party's Project Manager at the most recent
address provided in writing by the other party.
40. SUBCONTRACTING. The Company shall not subcontract any of its obligations under
this Contract without the City's prior written consent. In the event the City does consent in
writing to a subcontracting arrangement, Company shall be the prime contractor and shall
remain fully responsible for performance of all obligations which it is required to perform
under this Contract. Any subcontract entered into by Company shall name the City as a
third party beneficiary.
41. FORCE MAJEURE. Neither party shall be liable for any failure or delay in the
performance of its obligations pursuant to the Contract, and such failure or delay shall not
be deemed a default of the Contract or grounds for termination hereunder if all of the
following conditions are satisfied:
If such failure or delay:
A. Could not have been prevented by reasonable precaution;
B. Cannot reasonably be circumvented by the non-performing party through the use of
alternate sources,work-around plans, or other means;and
C. If,and to the extent, such failure or delay is caused,directly or indirectly,by fire,flood,
earthquake, hurricane, elements of nature or acts of God, acts of war, terrorism, riots,
civil disorders,rebellions or revolutions or court order.
15
Contract No.2017001135
Vendor No.303668
An event that satisfies all of the conditions set forth above shall be referred to as a "Force
Majeure Event."Upon the occurrence of a Force Majeure Event, the affected party shall be
excused from any further performance of those of its obligations which are affected by the
Force Majeure Event for as long as (a) such Force Majeure Event continues and (b) the
affected party continues to use reasonable efforts to recommence performance whenever
and to whatever extent possible without delay.
Upon the occurrence of a Force Majeure Event, the affected party shall promptly notify the
other by telephone (to be confirmed by written notice within five (5) days of the inception
of the failure or delay) of the occurrence of a Force Majeure Event and shall describe in
reasonable detail the nature of the Force Majeure Event. If any Force Majeure Event
prevents the Company from performing its obligations for more than fifteen (15) days, the
City shall have the right to terminate the Contract by written notice to the Company.
Notwithstanding anything contained herein to the contrary, strikes, slow-downs, walkouts,
lockouts, and industrial disputes of the Company or its subcontractors shall not constitute
"Force Majeure Events"and are not excused under this provision.Nothing in the preceding
Force Majeure provisions shall relieve the successful Company of any obligation it may
have regarding disaster recovery,whether under the Contract or at law.
42. CONFIDENTIALITY. Each party shall adhere to the Confidentiality Terms stated in
Exhibit H of this Contract.
43. MISCELLANEOUS.
43.1 ENTIRE AGREEMENT. This Contract, including all Exhibits and Attachments
constitute the entire agreement between the parties with respect to the subject matter
herein. There are no other representations, understandings, or agreements between
the parties with respect to such subject matter. This Contract supersedes all prior
agreements, negotiations, representations and proposals, written or oral.
Notwithstanding the forgoing, the parties agree that the RFP and the Proposal are
relevant in resolving any ambiguities that may exist with respect to the language of
this Contract
43.2 AMENDMENT. No amendment or change to this Contract shall be valid unless in
writing and signed by the party against whom enforcement is sought. Amendments
that involve or increase in the amounts payable by the City may require execution by
a Department Director, the City Manager, or an Assistant City Manager; depending
on the amount. Some increases may also require approval by City Council.
43.3 GOVERNING LAW AND JURISDICTION. North Carolina law shall govern the
interpretation and enforcement of this Contract, and any other matters relating to this
Contract (all without regard to North Carolina conflicts of law principles). All legal
actions or other proceedings relating to this Contract shall be brought in a state or
federal court sitting in Mecklenburg County, North Carolina. By execution of this
Contract, the parties submit to the jurisdiction of such courts and hereby irrevocably
waive any and all objections which they may have with respect to venue in any court
sitting in Mecklenburg County,North Carolina.
43.4 BINDING NATURE AND ASSIGNMENT. This Contract shall bind the parties and
their successors and permitted assigns. Neither party may assign this Contract
without the prior written consent of the other. Any assignment attempted without the
written consent of the other party shall be void. For purposes of this Section, a
Change in Control, as defined in Section 43.8 constitutes an assignment.
16
Contract No.2017001135
Vendor No.303668
43.5 SEVERABILITY. The invalidity of one or more of the phrases,sentences,clauses or
sections contained in this Contract or the Exhibits shall not affect the validity of the
remaining portion of this Contract or Exhibits so long as the material purposes of this
Contract can be determined and effectuated. If any provision of this Contract or
Exhibit is held to be unenforceable, then both parties shall be relieved of all
obligations arising under such provision,but only to the extent that such provision is
unenforceable, and this Contract shall be deemed amended by modifying such
provision to the extent necessary to make it enforceable while preserving its intent.
43.6 NO PUBLICITY. No advertising, sales promotion or other materials of the
Company or its agents or representations may identify or reference this Contract or
the City in any manner without the prior written consent of the City.
Notwithstanding the forgoing, the parties agree that the Company may list the City as
a reference in responses to requests for proposals, and may identify the City as a
customer in presentations to potential customers.
43.7 WAIVER. No delay or omission by either party to exercise any right or power it has
under this Contract shall impair or be construed as a waiver of such right or power.
A waiver by either party of any covenant or breach of this Contract shall not
constitute or operate as a waiver of any succeeding breach of that covenant or of any
other covenant. No waiver of any provision of this Contract shall be effective unless
in writing and signed by the party waiving the rights.
43.8 CHANGE IN CONTROL. In the event of a change in"Control"of the Company(as
defined below), the City shall have the option of terminating this Contract by written
notice to the Company. The Company shall notify the City within ten (10) days of
the occurrence of a change in control. As used in this Contract, the term "Control"
shall mean the possession, direct or indirect, of either (i) the ownership of or ability
to direct the voting of, as the case may be fifty-one percent (51%) or more of the
equity interests, value or voting power in the Company or (ii) the power to direct or
cause the direction of the management and policies of the Company whether through
the ownership of voting securities,by contract or otherwise.
43.9 NO BRIBERY. The Company certifies that neither it, any of its affiliates or
subcontractors, nor any employees of any of the forgoing has bribed or attempted to
bribe an officer or employee of the City in connection with this Contract.
43.10 FAMILIARITY AND COMPLIANCE WITH LAWS AND ORDINANCES. The
Company agrees to make itself aware of and comply with all local, state and federal
ordinances, statutes, laws, rules and regulations applicable to the Services. The
Company further agrees that it will at all times during the term of this Contract be in
compliance with all applicable federal, state and/or local laws regarding employment
practices. Such laws will include, but shall not be limited to workers' compensation,
the Fair Labor Standards Act (FLSA), the Americans with Disabilities Act (ADA),
the Family and Medical Leave Act (FMLA) and all OSHA regulations applicable to
the work.
43.11 TAXES. The Company shall pay all applicable federal, state and local taxes which
may be chargeable against the Products and/or Services.
17
Contract No.2017001135
Vendor No.303668
43.12 SURVIVAL OF PROVISIONS: Those Sections of the Contract and the Exhibits,
which by their nature would reasonably be expected to continue after the termination
of the Contract shall survive the termination of the Contract,including but not limited
to the following:
Section 3 "Term"
Section 12 "Audit"
Section 13 "General Warranties"
Section 14 "Additional Representations and Warranties"
Section 22 "Guarantee"
Section 27 "Other Remedies"
Section 28 "Termination"
Section 32 "Indemnification"
Section 33 "Insurance"
Section 39 "Notices"
Section 42 "Confidentiality"
Section 43 "Miscellaneous"
43.13 NON-APPROPRIATION OF FUNDS. If City Council does not appropriate the
funding needed by the City to make payments under this Contract for a given fiscal
year, the City will not he obligated to pay amounts due beyond the end of the last
fiscal year for which funds were appropriated. In such event,the City will promptly
notify the Company of the non-appropriation and this Contract will be terminated
at the end of the last fiscal year for which funds were appropriated. No act or
omission by the City, which is attributable to non-appropriation of funds shall
constitute a breach of or default under this Contract.
43.14 E-VERIFY. Company shall comply with the requirements of Article 2 of Chapter
64 of the North Carolina General Statutes, and shall require each of its
subcontractors to do so as well.
43.15 IRAN DIVESTMENT ACT. Company certifies that: (i) it is not identified on the
Final Divestment List or any other list of prohibited investments created by the NC
State Treasurer pursuant to N.C.G.S. 147-86.58; (ii) it will not take any action
causing it to appear on any such list during the term of this Contract; and(iii)it will
not utilize any subcontractor that is identified on any such list to provide goods or
Services hereunder.
43.16 PRE-AUDIT. No pre-audit certificate is required under N.C. Gen. Stat. 159-28(a)
because this Contract is for an indefinite quantity with no minimum purchase
requirement. Notwithstanding anything contained herein to the contrary, this
Contract does not require the City to purchase a single Product or service, and a
decision by the City to not make any purchase hereunder will violate neither this
Contract nor any implied duty of good faith and fair dealing. The City has no
18
Contract No.2017001135
Vendor No.303668
financial obligation under this Contract absent the City's execution of a valid and
binding purchase order or contract addendum containing a pre-audit certificate."
43.17 UNIFORM ADMINISTRATIVE REQUIREMENTS
By entering into this Contract, the Company agrees to comply with all applicable
provisions of Title 2, Subtitle A, Chapter II, Part 200—Uniform Administrative
Requirements,Cost Principles, and Audit Requirements for Federal Awards
contained in Title 2 C.F. R. §200 et seq.
43.18 COUNTERPARTS.
This Contract may be executed in any number of counterparts,all of which taken
together shall constitute one single agreement between the parties.
[Signature Page Follows]
19
Contract No.2017001135
Vendor No.303668
IN WITNESS WHEREOF, and in acknowledgment that the parties hereto have read and
understood each and every provision hereof. the parties have caused this Contract to be executed
on the date first written above.
COMPANY: /
BY:
I�
PRINT NAME: KEreit4 `_! I T t/
TITLE:
DATE: A
CITY OF CHARLOTTE CITY OF CHARLOTTE
CITY MANAGER'S OFFI RISK MANAGEMENT DIVISION:
c
BY: 6c YiG BY:
,�
PRINT NAME: " kl /firer,.j 7� PRINT NAME: / C 1
TITLE: CFQ TITLE:A� ism
DATE: S//S// 7 DATE: �j//1//
20
EXHIBIT B
TO
COOPERATIVE PURCHASING AGREEMENT
BETWEEN
THE TOWN OF FOUNTAIN HILLS
AND
KOMPAN, INC.
[Materials Order]
See following pages (to be attached subsequent to execution).