Loading...
HomeMy WebLinkAbout1974 PBA 17/18-72 Simpson Environmental (copy)CITY OF 0 SANFORD M FLORIDA Wednesday, September 26, 2018 PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: City Clerk/Moor RE: Simpson Environmental Services, Inc., PBA 17/18-72 Piggyback Seminole County School District Contract # 1516010OB-DW for Asbestos and Mold Removal Services The item(s) noted below is/are attached and forwarded to your office for the following action(s): Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond Resolution Once completed, please: ® Return originals to Purchasing- Department ❑ Return copies El ® Mayor's signature Rendering Safe keeping (Vault)) iD U Payment Bond ❑ City Manager Signature ® City Clerk Attest/Signature ❑ City Attorney/Signature Special Instructions: Need signatures from Mayor and City Clerk. Contract is less than $50,000.00 does not need city commission approval. Mari .w{ Orolo-i7e z LM - From Date SharePoint_Finance_Purchasing_Forms - 2018.doc j CiTY0; Q SANFORD w J DOCUMENT APPROVAL Contract/Agreement Name: Simpson Environmental Services, Inc. City Contract # PBA 17/18-72 piggyback contract with Seminole County School District Contract # 15160100B -DW for "Asbestos and Mold Removal Services". Approval: Purchasing Mana Finance irector Please return documents to Purchasing 9/18/2018 Marisol q—l�—fR Date Date Date S Simpson Environmental Services, Inc. Professional Abatement Services «1509069 I P.O. Box 735 - Trllby, fl 33593 - (352) 583-2509 - fax (352) 583-3371 UC1154163 www.simpsonenv.com CNK 1249368 LETTER OF TRANSMITTAL Company Name City of Sanford, Finance Department Company Address P O Box 1788 Date: 09/10/18 Company Address Sanford FL 32772-1788 Job#: Company Phone # 407-688-5020 Attn: Ms. Marilee Bailey Company Fax # 407-688-5021 Via: USPS To: Phone: WE ARE SENDING YOU: _ Attached_ Under separate cover via_ Resubmit_ Copies for _ Shop Drawings_ Plans_ Samples Approval Copy of Letter Change Order_ Other Specifications COPIES I DATE I DESCRIPTION 2 I 8/30/18 I Piggyback Contract Agreement 1 I Certificate of insurance INS2110121 011111811"FA _ For Approval_ Approved as submitted_ Resubmit Copies for Approval _ For your use_ Approved as noted_ Submit_ Copies for Distribution _ As requested_ Returned for corrections_ Return_ Corrected Copies X Sign & Return_ For review & comments_ For bids due_ Prints returned after loaned to us REMARKS: Please return one fully executed copy to my attention. G SIN site/File - SIGNED / Wayne F. Reittinger Office Manager If enclosures are not as noted, kindly notify us at once. Simason Environmental Services. Inc. Piggyback Contract (PBA 17/18-72) The City of Sanford ("City") enters this "Piggyback" Contract with Simpson Environmental Services, Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose principal address 21310 Highway 98 North, Trilby, Florida 33593, and whose mailing address is Post Office Box 735, Trilby, Florida 33593, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contractual relationship with the Seminole County, Florida School District, said contract being identified as the bid award for "Asbestos And Mold Removal Services" identified as "15160100B -DW', (said original contract documents being referred to as the "original government contract). (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: 1 N/A. (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). (b). Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. (c). Any other provisions of the original government contract that will be modified: (state N/A if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Bilal Iftikhar, P.E., J.D.; Public Works Director; City Hall; City of Sanford, Florida; 300 North Park Avenue; Sanford, Florida 32771, telephone number 407-688- 5085, facsimile transmittal number 407-688-5091 and whose e-mail address is Bilal. Iftikhar@Sanfordfl.gov. (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties 2 arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (h). (I). IF THE CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. (II). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. 3 (B). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (C). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (D). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (III). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. (i). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. Entered this day of , 2018. SIGNATURE PAGE FOLLOWS: .19 Attest: L "C zzcp/— Way F. Keittingef Sec etary Attest.' 10AI A a Pimm Traci Houchin, City Clerk` Simpson Environmental Services, Inc., a Florida corporation. By: J Wilton Simpson Director/Pr siddnt Date: Urn /, n City Of Sanford By: G Z Jeff Triplett, Mao Date: Exhibit "A" [Attach original government contract] Seminole County Public Schools 400 East Lake Mary Blvd Sanford, FL 32773 ACTION ITEMS -- BID AWARD: 1516010013 -DW - ASBESTOS AND MOLD REMOVAL SERVICES 1. Superintendent's Recommendation: That the School Board of Seminole County approve the recommendation of the evaluation committee to award Bid #151601006 -DW - Asbestos and Mold Removal Services to the two companies listed below. 2. Background/Analysis: This Invitation to Bid is for a three year price agreement to provide asbestos and mold removal services to facilities throughout the District. District staff may utilize any awarded vendor for projects that have an estimated cost of under $10,000. All awarded vendors will be given an opportunity to quote for projects that have an estimated cost of over $10,000. During the quote process, vendors may vary from their bid's unit pricing as long as their new pricing is lower that their initial bid submittal pricing. Suppliers: Clean Building, Inc., Winter Park, Florida Simpson Environmental Services, Inc., Trilby, Florida Term: June 29, 2016 through June 28, 2019 Evaluation Committee: Joe Ranaldi, Kim Dove, and Doug Woods Reference: FAC 6A-1.012(9) Cost Center Contact: Executive Director of Operations, Joe Ranaldi (407) 320-0126 Posted: June 8, 2016 - Notice of Intent to Award 3. Fiscal Impact: $50,000 Estimate / Year - General Fund 4. Prepared by: Bill Kelly, Executive Director of Finance & Budget Director of Purchasing & Distribution Services Cheryl Olson ATTACHMENTS: 1516010OB-DW - Bid Tabulation (PDF) 5. Board Meeting Date 06/28/2016 RESULT: APPROVED BY CONSENT VOTE [UNANIMOUS] MOVER: Amy Lockhart, Vice Chairman SECONDER: Karen Almond, Board Member AYES: Tina Calderone, Amy Lockhart, Karen Almond, Dede Schaffner ABSENT: Jeffrey Bauer Updated: 6/17/2016 11:12 AM by Cheryl Olson Page 1 SIMPS-2 AP In- An ACRO CERTIFICATE OF LIABILITY INSURANCE f DAT/DD/Yl 0 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(les) must have ADDITIONAL INSURED provisions or 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 904-565-1952 Brown &Brown of Florida, Inc. Building 100, Suite 100 10151 Deerwood Park Blvd CONTACT Lori Duvall NAME: PHONE 904-565-1952FAX 904-565-2440 INC, No, Ext): IwC, Nor. E&ARIJ55, Iduvall@bbjax.com Jacksonville, FL 32256 02/25/2018 Josh Becksmith INSURERS AFFORDING COVERAGE NAIC 0 INSURER A: Nautilus Ins Co 17370 MED EXP (Anv one Derson) $ 25,000 INSURED Simpson Environmental Services INSURERS: American Interstate Insur Co 003585 Inc P.O. Box 735 INSURER C: Auto Owners Insurance 18988 INSURER D: Travelers Property Casualty Co 36161 Trilby, FL 33593 INSURER E : AUTOMOBILE _ X INSURER F: X COVERAGES CERTIFICATE NUMBER- REVISInN Nl1MRFR- 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. INSR I TRIM TYPE OF INSURANCE ADDL IN9D SUB 28a POLICY NUMBER POLICY EFF I Y"Y POLICY EXP 1IaMInDNYYY1 LIMITS A X COMMERCIAL GENERAL LIABILITY1,000,000 CLAIMS -MADE X OCCUR X Blkt Al & WOS X ECP2017244-12 02/25/2018 02/25/2019 EACH OCCURRENCE S DA AGF TO RENTED S (Ea occurrence)$ 300,000 MED EXP (Anv one Derson) $ 25,000 PERSONAL & ADV INJURY $ 1,000,000 GENT AGGREGATE LIMIT APPLIES PER POLICY X JECT U LOC (OTHER GENERAL AGGREGATE $ 2'000'000 PRODUCTS - COMP/OP AGG S 2'000,000 Pollution $ 1,000,000 C AUTOMOBILE _ X LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOOSyy AUTOS ONLY AU OS ONL� X 5163539200 02/25/2018 02/25/2019 COMBacINED SINGLE LIMIT Eacident S 1,000,000 BODILY INJURY (Perperson) S BODILY INJURY (Per accident) S Per ecc cl ntDAMAGE $ A X UMBRELLA LIAR ! X! OCCUR EXCESS LIAB rl CLAIMS -MADE FFX2017245-12 02/25/2018 02/2512019 EACH OCCURRENCE $ 5'000'000 AGGREGATE S 5'000'000 DED I X I RETENTIONS 0 $ B WOREMPLOYERS COMPENSATION AND ANY PROPRIETOR/PARTNER/EXECUTIVE �I- /M En NH) EXCLUDED? u ?MindER/MEMBER Ir yes, describe under DESCRIPTION OF OPERATIONS below N / A AVWCFL2677262018 02/25/2018 02/25/2019 X (SEATIITE I I FOR H E.L. EACH ACCIDENT S 1,000,000 E.L. DISEASE - EA EMPLOYEE S 1'000,000 Et DISEASE -POLICY LIMIT S 1,000,000 D Equipment Floater 660633SM942 07/02/2018 07/02/2019 Lsd Rtd 100,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space Is required) City of Sanford is included as Additional Insured with respects to the General Liability and Auto Liability when required by written contract. General liability coverage is primary and non-contributory. Notice of cancellation is provided per policy provisions. CITYSA2 City of Sanford Purchasing Manager PO Box 1788 Sanford, FL 32772 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD