Loading...
1974 PBA 17/18-72 Simpson Environmental_ CITY OF , INFORD un FLORIDA Wednesday, September 26, 2018 PURCHASING DEPARTMENT TO: City Clerk/Mr RE: Simpson Environmental Services, Inc., PBA 17/18-72 Piggyback Seminole County School District Contract # 15160100B -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 M Mayor's signature 1\VVVlltlll� '"'.,,�.,,,, "'. -•.....,,,,,*r.. Rendering Safe keeping (Vault) 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. Mo-r4ct Otrd.Q4�'z UU0- From Date SharePoint_Finance_Purchasing_Forms - 2018.doc 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: L*�k Puhasing Mana c . Finance irector Please return documents to Purchasing 9/18/2018 Marisol ct [ o� j ( �-, Date 6� — 2�5---] & - Date so Impson Environmental Services, Inc. Professional Abatement Services CGCI509069 P.O. Box 735 - Trilby, FL 33593 - (352) 583-2509 - Fox (352) 583-3371 WIC 154163 CMC1249368 www.simpsonenv.com LETTER OF TRANSMITTAL Company Name City of Sanford, Finance Department Company Address P 0 Box 1788 Date: 09/10/18 Company Address Sanford FL 32772-1788 Job#: Company Phone # 407-688-5020 Attn: Ms. Marlee 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 DATE DESCRIPTION 2 8/30/18 Piggyback Contract Agreement Certificate of insurance THESE ARE TRANSMITTED AS CHECKED BELOW: —For Approval_ Approved as submitted Resubmit Copies for Approval For your use Approved as noted Submit_ Copies for Distribution pie 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. Xc:Jobsite/File SIGNED Wayne F. Reittinger Office Manager If enclosures are not as noted, kindly notify us at once. Simpson 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 "151601008 -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 M (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.lftikhar@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 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 CONTRACTOR/VENDOR HAS QUESTIONS 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. 91 (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: 2 Attest: Way F. Keittingef Secfetary Attest- � I Ro I 10 )ury) IN(', PR Trac Houchin, City Clerl� Simpson Environmental Services, Inc., a Florida corporation. By: Wilton Simpson Director/Pr siZdnt Date: ?Ifff,) City Of Sanford By: / rff Jeff Triplett, Ma Date: tt Exhibit "A" [Attach original government contract] Seminole County Public Schools 400 East Lake Mary Blvd Sanford, FL 32773 [ACTION ITEMI BID AWARD: 151601008 -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 #1516010013 -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: $50,000 Estimate / Year - General Fund 4. Prepared by: Bill Kelly, Executive Director of Finance & Budget Director of Purchasing & Distribution Services Cheryl Olson ATTACHMENTS: • 1516010OB-DW - Bid Tabulation (PDF) 5. Board Meeting Date 06/28/2016 RESULT: APPROVED BY CONSENT VOTE [UNANIMOUS] MOVER: Amy Lockhart, Vice Chairman SECONDER: Karen Almond, Board Member AYES: Tina Calderone, Amy Lockhart, Karen Almond, Dede Schaffner ABSENT: Jeffrey Bauer Updated: 6/17/2016 11:12 AM by Cheryl Olson Page 1 SIMPS-2 np In- en '4 Rif CERTIFICATE OF LIABILITY INSURANCE C[]VFRAGFS CFRTIFICATF NI IMRFR- Or -11 nKI Rtl tReeeD. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS DATE 09/05/2018 Y) 09105/201$ 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 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 NAONTACT Lori DUVdII PHONE 904-565-1952 FAx 904-565-2440 (AIC, No, Ext): AIC, No): A -MAIL , iduvall@bbjax.com 10151 Deerwood Park Blvd Jacksonville, FL 32256 A Josh Becksmith INSURERS AFFORDING COVERAGE NAIC # INSURER A:Nautilus Ins Co 17370 INSURED Simpson Environmental Services Inc P.O. Box 735 INSURER B, American Interstate Insur Co 003585 INSURER C: Auto Owners Insurance 18988 INSURER D, Travelers Property Casualty Co 36161 Trilby, FL 33593 INSURER E INSURER F C[]VFRAGFS CFRTIFICATF NI IMRFR- Or -11 nKI Rtl tReeeD. 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 TYPE OF INSURANCE ADDL SUB POLICY NUMBER POLICY EFF POLICY EXPLTR LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCURX X Blkt Al & WOS Box 178$ Sanford, Sanford, FL 32772 AUTHORIZED REPRESENTATIVE ECP2017244-12 02/25/2018 02/25/2019 EACH OCCURRENCE S 1,000,000 DAMAGE TSESO R(EaENTED $ 300,000 MED EXP An one person)$ 25,QQQ PERSONAL & ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY D JELQT EILOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS -COMP/OP AGG S 2,000,000 Pollution 11000,000 OTHER: C AUTOMOBILE LIABILITY COMBINEDISINGLE LIMIT $ 1,000,(Ea accidenQQQ BODILY INJURY Per person)$ X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOSSy� X 5163539200 02/25/2018 02/25/2019 BODILY INJURY Per accident S Pe�accitlen DAMAGE S AUTOS ONLY AUOTOS ONL� A UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 X EXCESS LIAB CLAIMS -MADE FFX2017245-12 02/25/2018 02/25/2019 AGGREGATE $ 5,000,000 DED I X I RETENTIONS 0 B AND EMPLOYCOMPENSATION RS N A TIION ANYPROPRIETOR/PARTNER/EXECUTIVE YIN (MandatoryOFFICERIMin H) EXCLUDED? N (Mandatory in and If Dyes, describe under DESCRIPTION OF OPERATIONS below N / A AVWCFL2677262018 02/25/2018 02/25/2019 X PER OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT 1,000,000 D Equipment Floater 6606335M942 07/02/2018 07/02/2019 L Rid 100,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if 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. CFRTIFICATF 1-I17711 nFR rARIrGi I ATInRd CITYSA2 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Sanford Purchasing Manager Box 178$ Sanford, Sanford, FL 32772 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD