HomeMy WebLinkAboutProshred Security On-site One-time Paper Shredding Service1 3 0�0 9
CONTRACTOR AGREEMENT- ON-SITE ONE- TIME PAPER SHREDDING SERV/CE
FOR CITY OF OSHKOSH
THIS AGREEMENT, made on the 24TH DAY OF MAY, 2016, by and between the CITY
OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and PROSHRED
SECURITY, 1425 COMMERCE AVE SUITE C, BROOKFIELD WI 53045, hereinafter
referred to as the CONTRACTOR,
WITNESSETH:
That the City and the Contractor, for the consideration hereinafter named, enter into
the following Agreement. The CITY'S Bid Specifications and Insurance requirements are
attached hereto and incorporated into this Agreement. The Contractor's proposal is also
attached hereto and reflects the agreement of the parties except where it conflicts with the
CITY'S terms within this agreement, in which case the CITY'S Bid Specifications,
Insurance requirements, and other terms of this agreement shall prevail.
ARTICLE I. PROJECT MANAGER
A. Assignment of Project Manager. The Contractor shall assign the following
individual to manage the project described in this contract:
(JOHN SALAMONE, BRANCH MANAGER, PROSHRED SECURITY)
B. Changes in Project Manager. The City shall have the right to approve or
disapprove of any proposed change from the individual named above as Project
Manager. The City shall be provided with a resume or other information for any
proposed substitute and shall be given the opportunity to interview that person prior to
any proposed change.
ARTICLE II. CITY REPRESENTATIVE
The City shall assign the following individual to manage the project described in this
contract:
(HOLLY A MAGRADY, SENIOR BUYER)
ARTICLE III. SCOPE OF WORK
The Contractor shall provide services described in the CITY'S Specifications dated
MAY 3, 2016, referred to as the "Invitation for Quotation for ON-SITE, ONE TIME PAPER
SHREDDING SERVICE FOR THE CITY OF OSHKOSH and the Contractor's quotation
proposal form dated MAY 11, 2016. The Contractor's bid form is attached hereto as
01
Exhibit A. If anything in the Contractor's proposal conflicts with the CITY'S Bid
Specifications or with this agreement, the CITY'S Bid Specifications and the provisions in
this agreement shall govern.
The Contractor may provide additional products and/or services if such
products/services are requested in writing by the Authorized Representative of the
City.
ARTICLE IV. CITY RESPONSIBLITIES
The City shall furnish, at the Contractor's request, such information as is needed
by the Contractor to aid in the progress of the project, providing it is reasonably
obtainable from City records.
To prevent any unreasonable delay in the Contractor's work the City will
examine all reports and other documents and will make any authorizations necessary
to proceed with work within a reasonable time period.
ARTICLE V. TIME OF COMPLETION
The work to be performed under this contract shall be completed 5 BUSINESS
DAYS AFTER RECEIPT OF ORDER/SCHEDULE DATE unless the parties in writing agree
to extend this date.
ARTICLE VI. PAYMENT
A. The Contract Sum.
The City shall pay to the Contractor for the performance of the contract the sum of
1600.00, (One thousand Six hundred dollars and 00/100), adjusted by any changes
hereafter mutually agreed upon in writing by the parties hereto.
Fee schedules shall be firm for the duration of this Agreement.
B. Method of Payment. The Contractor shall submit itemized monthly
statements for services. The City shall pay the Contractor within 30 calendar days
after receipt of such statement. If any statement amount is disputed, the City may
withhold payment of such amount and shall provide to Contractor a statement as to
the reason(s) for withholding payment.
C. Additional Costs. Costs for additional services to be negotiated and set
forth in a written amendment to this agreement executed by both parties prior to
proceeding with the work covered under the subject amendment.
2
ARTICLE VII. CONTRACTOR TO HOLD CITY HARMLESS
The Contractor covenants and agrees to protect and hold the City of Oshkosh
harmless against all actions, claims and demands of any kind or character whatsoever
which may in any way be caused by or result from the intentional or negligent acts of
the Contractor, his agents or assigns, his employees or his subcontractors related
however remotely to the performance of this Contract or be caused or result from any
violation of any law or administrative regulation, and shall indemnify or refund to the
City all sums including court costs, attorney fees and punitive damages which the City
may be obliged or adjudged to pay on any such claims or demands within thirty (30)
days of the date of the City's written demand for indemnification or refund.
ARTICLE VIII. INSURANCE
The Contractor shall provide insurance for this project that includes the City of
Oshkosh as an additional insured. The specific coverage required for this project is
identified in the CITY'S Specifications dated MAY 3, 2016, referred to as the "Invitation for
Quotation for ON-SITE, ONETIME PAPER SHREDDING SERVICE, FOR THE CITY OF
OSHKOSH dated MAY 3, 2016 which is fully incorporated into this Agreement. The
Contractor is responsible for meeting all insurance requirements. The CITY does not
waive this requirement due to its inaction or delayed action in the event that the
Contractor's actual insurance coverage varies from the Insurance required. (SEE EXHIBIT
B)
ARTICLE IX. TERMINATION
A. For Cause.
If the Contractor shall fail to fulfill in timely and proper manner any of the obligations
under this Agreement, the City shall have the right to terminate this Agreement by
written notice to the Contractor. In this event, the Contractor shall be entitled to
compensation for any satisfactory, usable work completed.
B. For Convenience.
The City may terminate this contract at any time by giving written notice to the
Contractor no later than 10 calendar days before the termination date. If the City
terminates under this paragraph, then the Contractor shall be entitled to compensation
for any satisfactory work performed to the date of termination.
3
This document and any specified attachments contain all terms and conditions
of the Agreement and any alteration thereto shall be invalid unless made in writing,
signed by both parties and incorporated as an amendment to this Agreement.
In the Presence of:
(Seal of Contractor
if a Corporation.)
0
CONTRACTOR /CONSULTANT
By: l (Specify Title)
0
(Specify Title)
CITY OF OSHKOSH
By: Al--l�
Mak A. Rohloff, City Manager
And:
Pamela R. Ubrig, City Clierk
I hereby certify that the necessary
provisions have been made to
pay the liability which will accrue
under this contract.
r
.1�J.; ►a ► 4).q
City Comptroller
2
EXHIBIT A
b I �,A PURCHASING DIVISION
MAY 11 2016
ON-SITE ONE-TIME PAPER SHREDDING SERVICE (PURGE) dSHKQSH' WISCONSIN
FOR T11E CITY OF OSHKOSH
QUOTATION PROPOSAL
QUOTATIONS DUE 10:00 AM, CST FRIDAY MAY 13, 2016
We, the undersigned, propose to furnish on-site, one time, paper shredding.(purge) for the City
Of Oshkosh: Approximately 320 boxes one-time paper shredding on-site
320 approximate boxes X $ r• o e
Per box
Work to commence I days after receipt of order
Terms J r 0,0S
Quotation
Quotes submitted without a current copy of NAID certification will be considered non-
responsive.
Ncs # at D S
NAME OF COMPANY
SUBMITTED BY: .�0%& SAGA-ma*C a IZ4Ncw-
NAME &TITLE OF PERSON SUBMITTING QUOTE
_EZ11 2016 MS-_ Co•►1v,rgee 4VC SvfTt` G
DA ADDRESS OF COMPANY
h kanr FICC- v3 S -3 o f r
CITY STATE ZIP
1( t2) 364-0%Ll
TELEPHONE NUMBER
�#An.SvIQewcnt 6DYo81�/-taC. cm
EMAIL ADDRESS
PSRED-1 OP ID: RF
,�coRO- CERTIFICATE OF LIABILITY INSURANCE
COVERAGES CERTIFICATE NUMBER: RFVIRI0N NUMRFR-
THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
FDATE 05/23/2016 Y)
05/23/2016
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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).
PRODUCER
Dawson Insurance
1340 Depot Street
Cleveland, OH 44116-1799
CONTACT
NAME:
AHONN Ext :440-333-9000 A/c No): 440-356-2126
E-MAIL
ADDRESS:
INSURER(S) AFFORDING COVERAGE NAIC #
CBP8846983
INSURERA:Netherlands Insurance Company
05/01/2017
INSURED Redishred Acquisition, Inc.
dba Proshred Security
Wisconsin
INSURER B: Peerless Insurance Company 24198
INSURERC:
INSURER D
1425 Commerce Ave, Unit C
INSURER E:
Brookfield, W153045
INSURER F:
B
COVERAGES CERTIFICATE NUMBER: RFVIRI0N NUMRFR-
THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSTR
TYPE OF INSURANCE
INSD ADDL
SUB
POLICY NUMBER
EFF
MMIDDY
POLICY EXP
MMIDD/YYYY
LIMITS
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE a OCCUR
CBP8846983
05/01/2016
05/01/2017
EACH OCCURRENCE $ 1,000,00
PREMISES Ea occu U nce $ 100,00
MED EXP (Any one person) $ 5,00
PERSONAL & ADV INJURY $ 1,000,00
L AGGREGATE LIMIT APPLIES PER:
M''POLICY ❑ JEC- 7] LOC
OTHER:
GENERAL AGGREGATE $ 2,000,00
PRODUCTS-COMP/OPAGG $ 2,000,00
$
B
AUTOMOBILE
X
LIABILITY
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
HIRED AUTOS NON -OWNED
AUTOS
BA8847683
05/01/2016
05/01/2017
EOM�BIINdEeD1SINGLE LIMIT $ 1,000,00
BODILY INJURY (Per person) $
BODILY INJURY Per accident $
( )
PROPERTY DAMAGE $
Per accident
$
B
X
UMBRELLA LIAB
EXCESS LIAB
X
OCCUR
CLAIMS -MADE
CU8840684
05/01/2016
05/01/2017
EACH OCCURRENCE $ 4,000,000
AGGREGATE $ 4,000,00
DED I X I RETENTION$ NIL
$
B
WORKERS COMPENSATIONPER
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE YIN
OFFICER/MEMBER EXCLUDED? ❑
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N / A
WC8948083
05/01/2016
05/01/2017
OTH-
X STATUTE ER
E.L. EACH ACCIDENT $ 1,000,00
E.L. DISEASE - EA EMPLOYEE $ 1,000,00
E.L. DISEASE- POLICY LIMIT 1 $ 1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required)
ver I IF wM r " nvI.v LM %,ANN r_LLA l IUN
OSHKO-6
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City Of Oshkosh ACCORDANCE WITH THE POLICY PROVISIONS.
215 Church Ave
PO Box 1130 AUTHORIZED REPRESENTATIVE
Oshkos, WI 54904
CO 1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD