Loading...
2102 PBA 18/19-49, Fencing, All-Rite Fencinge. SXKFORD ❑ FINANCE DEPARTMENT PURCHASING DEPARTMENT TRANsm[TTAL MEMORANDUM TO: City Clerk/Mayor RE: The item(s) noted below is/are attached and forwarded to your office for the following action(s): F] Development Order F] Mayor's signature F] Final Plat (original mylars) ❑ Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond Safe keeping (Vault) n Ordinance F] Deputy City Manager F] Performance Bond ❑ Payment Bond F] Resolution ❑ City Manager Signature El ❑ City Clerk Attest/Signature F] City Attorney/Signature Once completed, please: n Return originals to Purchasing- Department F] Return copies n Special Instructions: LiL*� 13ojazLzi4eAr From SharePoint—Finance—Purchasing_y-orms - 2018.doc -:%\\-2-\\g _ Date All -Rite Fence Services, Inc. Piggyback Contract (PBA 18/19-49) (Fencing) The City of Sanford ("City") enters this "Piggyback" Contract with All -Rite Fence Services, Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose principal address 5115 Old Winter Garden Road; Orlando, Florida 32811, 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 contract with the School Board of Brevard County, Florida, said contract being identified as "Purchasing Solicitation (ITB #16 -B -069 -LU Fencing Contractor Services (Co-op))", as may have been amended, in order for the Vendor to provide all fencing goods and services relating to the City's various projects (said original contract 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: (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). N/A. Notwithstanding any provisions, however, this Contract shall not be operative for a period of time exceeding 5 years. (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; Public Works/Utility Director; Utilities, Public Works Department, City Hall; City of Sanford, Florida; 300 North Park Avenue; Sanford, Florida 32771, telephone number 407-688-5144, facsimile transmittal number 407-688-5085 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). (1). IF THE CONTRACTORNENDOR HAS QUESTIONS j r • i11 1 111• o . I 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 327711 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. (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 j'day of 2019. 4 Attest, William R. Glidewell Vice President Attest.* 0"Ao&ctbj�tmoi ag Traci Houchin, City Clerk, CMC, FCRM Approved, as to form and legal. sufficiency Villi m L. Colbert City AttbrMy 7-- 4 r A 5 All -Rite Fence Services, Inc., a Florida corporation. By: ayz�l David R. Glidewell President Date: -71 Ei �cl City Of Sanford By: Jeff Triplett, M Date: Exhibit "A" [Attach original government contract] ����� ����� SCHOOL BOARD 0F BREVARDCOUNTY, FLORIDA �&g �� ��� BC�AR0AGE|NDA�EKU—K0orch15.2O18 ''=` '�*�/« PURCHASING SOLICITATION ITB #16 -B -069 -LU Fencing Contractox-5grAFAR"Ap Z (ITB) Invitation ToBid (ITN) Invitation ToNegotiate El /P@\ Piggyback 0 (RFP) Request For Proposal (RFQ) Request For Qualifications El (SC) State Contract 0 (SS) Sole Source REQU8ESJONR: Plant Operations &Maintenance Legal Review: [] Yes Z No VENDOR NAME AMOUNT AWARDED REQUIRED PRODUCTS/SERVICES Commercial Fence Contractors, $300,000.00 Fencing Repair and installation Inc. Estimated 0 East Coast Fence & Guardrail, Inc. Variance N/A All -Rite Fence Services, Inc. Total $300,000.00 El Contract Renewal New Contract Amount $300,000.00 N Recurring Contract Previous Contract Amount Various 0 New Contract Variance N/A DISCUSSION: Original Fencing Contract was awarded on 1/22M3 and expired on 1/22/16. Plant Operations and Maintenance elected borebid this work instead ofrenewing the contract. Anew bid package was issued onNovember 1O.2O15.and osingle bid was received. Plant Operations & Maintenance recommended all bids be rejectedand onew bid package was issued on2/3V15. CONTRACT TERM: The initial contract term ohoU commence March 18. 2016 and continue until March 15, 2018. Request authority for the Director of Purchasing and Warehouse Services to renew the contract for one (1) additional two (2) year period contingent upon the recommendation of the Director of P|ord Operations and Maintenance and contract review. kis the recommendation of Dane Theodore, Assistant Superintendent of Facilities, and Jim Powers, Acting Director of Plant Operations & Maintenance, to approve the attached bid tabulation with Commercial Fence Contractors, Inc., East Coast Fence & Guardrail, Inc. & All -rite Fence Services, Inc. in the estimated amount of $300,000. The award shall boutilized as follows: for projects $3,000 orless, staff may select any one ofthe awarded vendors; for projects greater than $3.O0Ostaff shall send arequest for quote hoall awarded vendors and shall award the project to the vendor who submits the lowest responsive, responsible quote. AUTHORITY FOR ACTION: Florida Administrative Code OA-1.O12UB\ OFFICE OFPURCHASING SERVICES Z7WoJUDGE FRAN JAM|ESOmVVAY TABSHEET co o rn C; a u. m <v M 7ff - U_ a) co r � O U m 5 Cq o o� >� 00 W W >, as cv -2 mo co r"- a r cn LL CO 04 o> c p t= TABSHEET EE `�° t? o rn C; &a ITB #16 -B -069 -LU m r:, co m m - U_ a) co r � O U m 5 Cq o o� Fencing Contractor Services (Co-op) 00 W W >, as cv -2 mo co r"- a r cn a� t- a r a? C 3, 2016 at 2:00 a °' Cl) Cl)(DI- Co Opened B: Amy Lucey,February Opened P Y Y Y Y t) c 0190? c C7v 00 C) cum;? ,, Witnessed By: Blake Stinson, Purchasing Clerk a7 a>r-cot U_ r, �„ Cd C6 cvc�v'An r, "' `f'' a)0 u_ L >oo `r ' ' This is the tabsheet showing award recommendation f 2 Co c? ''� ami pending Board Approved March 15, 2016 r°a o u°'„ m E0 FY in0 <,to U z V Q 0 LU cn Date Solicited: 1120116 Date Opened:213116 # Solicitated 168 # Planholders 15 # Bids 3 Completed ITB Cover Page yes yes yes FL Dept. of State Division of Corporations Number yes yes yes Completed Bid Submittal Form yes: yes yes Addenda (if applicable) n1a n1a n/a Drug Free Certification yes yes yes Debarment Certification yes yes yes EmergencyiStorm _0 elated Catastrophe Form yes yes yes Conflict of Interest Formyes yes yes References Form _ yes yes yes Hold Harmless Agreement n1a n/a n/a Certified Business Program Reciprocity Affidavit yes yes n/a Non -Disclosure for Confidential Materials yes n1a n1z Financials (if applicable) _ n1a' n/a n/a LitigationslBankruptcy none none none Local Business Tax Receiptsyes _ yes yes Current W-9 no yes yes Proof of insurance yes yes yes Contact Information yes no yes Subcontractor Information (if applicable) n1a n1a n/a Specifications or Literature (If applicable) n/a n1a n/a Certification Statement regarding Scrutinized Companies (if n/a n1a n1a Performance Bonds (if applicable) n1a n1a n1a Payment Bonds (if applicable) n1a n1a n1a Licenses/Certifications (if applicable) yes no yes ITEM NO. DESCRIPTION 1. Foreman35,00 50.00 50.00 2. Journeyman 25.00 40.00 40.00 3. Helper 15,00 35.00 35.00 4.Project Manager 45.00 50.00 50.00 S. Estimator _ 50.00 50.00 50.00 6. Labor Burden 30% 19.5% 40% Billable Rates - Fully Burdened 7. Foreman 45.50 59.75 70.00 8. Journeyman 32.50 47.80 ' 56.00 9. Helper 19.50 41.83 ' 49.00 10. Project Manager 58.50 59.75 70.00 11. Estimator 65,00 59.75 70.00 12 Material Markup 10% 15% 15% 13 Subcontractor Markup 10% 15% 15% 14 Equipment Rental Markup 10% 15% 15% Recommended Award Key: Columns highlighted in yellow identify the recommended award. All other bidders did not meet the definition of responsive and responsible for this bid as outlined in Section 2.11 Page 1 of 1 School Board of Brevard County Office of Purchasing & Warehouse Services 2700 Judge Fran Jamieson Way Viera, FI 32940-6601 Desmond K. Blackburn, Ph.D., Superintendent March 16, 2016 Steve Ryan Commercial Fence Contractors, Inc. 1610 N. Goldenrod Road Orlando, FL 32807 RE: NOTICE OF AWARD ITB 16 -B -069 -LU Fencing Contractor Services (Co-op) Dear Mr. Ryan: email: commfence@aol-corn SPACE C 0 A L ' The School Board of Brevard County, Florida, meeting in official session on March 15, 2016, voted to award the item(s) noted and highlighted on the enclosed recommendation/tabulation to the following company/companies: Commercial Fence Contractors, Inc. East Coast Fence & Guardrail of Brevard, Inc. All -Rite Fence Services, Inc. Orlando, FL Cocoa, FL Orlando, FL The contract term is three years from March 16, 2016 with the option to renew annually with one (1) two (2) year renewal period. You may view the solicitation and all associated documents for this bid at: hftp://www.demandstar.com/ This letter is ONLY notification of award of the solicitation. Purchase Orders shall be placed as needed. If applicable, please provide certificate of insurance and W-9 as required per contract terms and conditions to the buyer listed below. Please contact Amy Lucey, Buyer at 321-633-1000 ext. 646 or by email at lucey.amy(cDbrevardschools.orq if you should have any questions. Thank you for your continued interest in the School District of Brevard County. Sincerely, Ed Parker, CPPO, CPPB Director of Purchasing and Warehouse Services Enclosure CC: Bid Folder Ed Parker, CPPO, CPPB Director - Office of Purchasing & Warehouse Services Phone: (321) 633-1000 Ext. 645 • FAX. (321) 633-3618 Warehouse: (321) 633-3680 Ext. 14100 - FAX (321) 633-3698 School Board of Brevard County Office of Purchasing & Warehouse Services 2700 Judge Fran Jamieson Way Viera, F1 32940-6601 Desmond K. Blackburn, Ph.D., Superintendent T H E F L, 7 U it t 0 F F L 0 V 10 A 5 March 16, 2016 Beverly Catechis East Coast Fence & Guardrail of Brevard, Inc. P.O. Box 573 Cocoa, FL 32923 RE: NOTICE OF AWARD ITB 16 -B -069 -LU Fencing Contractor Services (Co-op) Dear Ms. Catechis: email: beatechis@bellsouth.net The School Board of Brevard County, Florida, meeting in official session on March 15, 2016, voted to award the item(s) noted and highlighted on the enclosed recommendation/tabulation to the following company/companies: Commercial Fence Contractors, Inc. East Coast Fence & Guardrail of Brevard, Inc. All -Rite Fence Services, Inc. Orlando, FL Cocoa, FL Orlando, FL The contract term is three years from March 16, 2016 with the option to renew annually with one (1) two (2) year renewal period. You may view the solicitation and all associated documents for this bid at: hftp://Www.demandstar.com/ This letter is ONLY notification of award of the solicitation. Purchase Orders shall be placed as needed. If applicable, please provide certificate of insurance and W-9 as required per contract terms and conditions to the buyer listed below. Please contact Amy Lucey, Buyer at 321-633-1000 ext. 646 or by email at Iucey.amy@brevardschools.org if you should have any questions. Thank you for your continued interest in the School District of Brevard County. Sincerely, Ed Parker, CPPD, CPPB Director of Purchasing and Warehouse Services Enclosure CC: Bid Folder Ed Parker, CPPD, CPPB Director - Office of Purchasing & Warehouse Services Phone: (321) 633-1000 Ext. 645 - FAX (321) 633-3618 Warehouse: (321) 633-3680 Ext. 14100 - FAX (321) 633-3698 School Board of Brevard County Office of Purchasing & Warehouse Services 2700 Judge Fran Jamieson Way Viera, FI 32940-6601 Desmond K. Blackburn, Ph.D., Superintendent March 16, 2016 David Glidewell All -Rite Fence Services, Inc. 5115 Old Winter Garden Road Orlando, FL 32811 RE: NOTICE OF AWARD ITB 16 -B -069 -LU Fencing Contractor Services (Co-op) Dear Mr. Glidewell: I H E r U T V R E Q F F L 0 R 10 A 'S 5PACE CAS. email: david@allritefence.com The School Board of Brevard County, Florida, meeting in official session on March 15, 2016, voted to award the item(s) noted and highlighted on the enclosed recommendation/tabulation to the following company/companies: Commercial Fence Contractors, Inc. East Coast Fence & Guardrail of Brevard, Inc. All -Rite Fence Services, Inc. Orlando, FL Cocoa, FL Orlando, FL The contract term is three years from March 16, 2016 with the option to renew annually with one (1) two (2) year renewal period. You may view the solicitation and all associated documents for this bid at: hftp://www.demandstar.com/ This letter is ONLY notification of award of the solicitation. Purchase Orders shall be placed as needed. If applicable, please provide certificate of insurance and W-9 as required per contract terms and conditions to the buyer listed below. Please contact Amy Lucey, Buyer at 321-633-1000 ext. 646 or by email at lucey.amv(a)brevardschools.org if you should have any questions. Thank you for your continued interest in the School District of Brevard County. Sincerely, Ed Parker, CPPD, CPPB Director of Purchasing and Warehouse Services Enclosure CC: Bid Folder Ed Parker, CPPO, CPPB Director - Office of Purchasing & Warehouse Services Phone: (321) 633-1000 Ext. 645 • FAX (321) 633-3618 Warehouse: (321) 633-3680 Ext. 14100 • FAX. (321) 633-3698 Brevard County ' Canaveral Port Authority ' Cape Canaveral ' Cocoa ' Cocoa Beach ' M8lbOV08' Melbourne Beach ' Palm Bay ' Rockledge` School Board of Brevard County - Titusville Dawn Richer, CPPB, FCPA, Chairperson Michael Jarusiewicz, Vice Chairperson Karen Smith, Secretary TO OUR PROSPECTIVE CONTRACTORS: The attached Invitation for Bid or Request for Proposal represents a cooperative procurement for the Brevard County Public Entity Purchasing Cooperative. Local Governmental entities within the Brevard County area, currently consisting of11'n)ennbars. have entered into an Interlocal Agreement to create a Cooperative Purchasing group within our geographical area. The Brevard County Public Purchasing Cooperative was formed in an effort to develop cooperative relationships among its participants for the purpose of seeking responses to solicitations which may result in lower costs to group participants on commonly used commodities, better quality of products and lower administrative costs. The government entities participating in this particular procurement and their respective delivery locations are listed in the attached document. Brevard County Public Entity Purchasing Cooperative Procurement Operational Procedures: ° All questions concerning this procurement should be addressed to the issuing ogenoy, hereinafter referred boasthe "Lead E��. All responses are tobereturned in accordance with the instructions contained inthe attached document. ° The solicitation opeoi5oaUons, terms and conditions shall be the controlling document. Each participating governmental entity will be responsible for awarding the contract, issuing its own purchase orders, and for order placement. Each entity will require separate billings, bnresponsible for payment to the Contractor(s) awarded this contract, and issue its own tax exemption certificates as required by the Contractor. ° Invoicing instructions and delivery locations will be in accordance with the respective entity requirements. w Any reference in the documents to a single entity or location will, in fact, be understood as referring to all participating entities referenced in the documents and cover letter unless specifically noted otherwise. * The Contractor(s) shall furnish the Lead Entity a detailed Summary of Sales semi-annually during the contract period. Sales Summary shall include Agency name, contract number(s), contractor's name, the total of each commodity sold during the reporting period and the total dollar amount of purchases by commodity. " Municipalities and other governmental entities which one not members of the Brevard County Public Entity Purchasing Cooperative are strictly prohibited from utilizing any contract or purchase order naeu|bng from this solicitation award. However, other Brevard County Public Entity Purchasing Cooperative members may participate in their contract for new usage, during the contract barm, or in any contract extension barnn, if approved by the lead entity. New Brevard County Public Entity Purchasing Cooperative members may participate in any contract on acceptance and approval by the lead entity. * None of the participating governmental entities shall be deemed or construed to be a party to any contract executed by and between any other governmental entity and the Contractor(s) as a result of this procurement action. Page 1 of 47 School Board of Brevard County Office of Purchasing & Warehouse Services 2700 Judge Fran Jamieson Way Viera, FL 32940-6601 Mark W. Mullins, Ed.D., Superintendent January 24, 2019 David Glidewell All -Rite Fence Services, Inc. 5115 Old Winter Garden Road Orlando. FL 32811 RE: BID RENEWAL REQUEST ITB # 16 -B -069 -LU Fencing Contractor Services Dear David Glidwell: ORIGINAL Email: david(c)allritefence cam Our current contract with your firm expires on March 15, 2019. Pending your approval, we would like to renew this contract for an additional two (2) year period. The bid's terms and conditions allow for one (1) two (2) year renewal of the contract under the same terms and conditions if agreeable to both parties. The two-year renewal period would begin on March 16, 2019 and expire on March 15, 2021. If you are agreeable to renewing the contract, please sign below and mail the ORIGINAL to the Office of Purchasing Services of the School Board of Brevard County or send a high-quality scan to the email listed below by February 22, 2019 so we may ensure the contract continues uninterrupted. Please contact Sean Hynes. Buyer II at 321-633-1000, ext 646 or by email at lynes.sea n(aBrevardschools.org if you should have any questions. Thank you for your past services, and we look forward to working with you in the future Sincerely, le - Neil Appel, 4._.�Oilrctor Purchasing and Warehouse Services All -Rite Fence Services, Inc_ agrees to a two-year renewal of ITB # 16 -B -069 -LU until March 15. 2021. The terms and conditions of the Bid remain in full force and effect except for the term, which is renewed by this letter Signature Printed Name and Title Office of Purchasing & Warehouse Services Phone: (321) 633-1000 Ext 645 FAX: (321) 633-3618 Warehouse. (321) 633-3680 Ext. 14100 • FAX: (321) 633-3698 !25)1C) Date