Loading...
2159 PBA 19/20-49 Janitorial Supplies Cypress SupplyY OF C)4;,SXNF0P,DrE FINANCE DEPARTMENT t PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM The item(s) noted below is/are attached and forwarded to your office for the following action(s): F-1 Development Order F-1 Mayor's signature Final Plat (original Mylar's) R Recording ❑D Letter of Credit F-1 Rendering ❑ Maintenance Bond Safe keeping (Vault) ❑Ordinance Deputy City Manager Performance Bond ❑ Payment Bond ❑ Resolution ❑ City Manager Signature ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: E-1 Return originals to Purchasing- Department F-1 Return copies El Special Instructions: LE,c�w(.yey 13oja4zi4e,v- From SliarePoint—Fiiiaiice—Purchasing—Forms - 2018.doc Date Cypress Supply Inc. Piggyback Contract # 3 (PBA 19/20-49) (Janitorial Supplies) The City of Sanford ("City") enters this "Piggyback" Contract with Cypress Supply Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose principal and mailing address is 668 Florida Central Parkway; Longwood, Florida 32750, 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 government of Seminole County, Florida, said contract being identified as implementing "IFB-602230-15fTLR"- relating to "Janitorial Supplies", as may have been amended, in order for the Vendor to provide custodial supplies 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: Ms. Marisol Ordofiez Purchasing Manager Finance -Purchasing Division City of Sanford Post Office Box 1788 Sanford, Florida 32772 Phone: 407.688.5028 E-mail address: Marisol.Ordonez@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. 'FA (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 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, CMC, FCRM, 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. (111). 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 December, 2019. 4 Attest: Jon H. 15AeicK Vice President/Secretary Attest: Traci Houchin, City Clerk, CMC, F`CRM Approved as to form and legal sufficiency. Colbert City Attorney �4CA Cypress Supply Inc., a Florida corporation. By: Jam t2p=es Streich Dire r/President Date: City Of Sanford By: Jeff Tripl Date: Q Exhibit "A" [Attach original government contract] PURCHASING AND CONTRACTS DIVISION April 3, 2019 5Emat Cowry FLORIDA1 NATURAL CHOICE � ^^. " "-' .. . Cypress Supply, Inc. 668Florida Central Parkway Longwood, F[3275O Re: Renewal #2/FINAL\—Term Contract for Janitorial Supplies —Public Smfety/EK8S/Fire/Rescue(IFB~80223O~15/TLR) T0Whom !tMay Concern: In accordance with the terms and conditions ufsubject Agreement, the Agreement is extended for anadditional one (1) year period. The County has evaluated your performance during the past year and determined to extend the agreement for anadditional year effective: April 18`2O1Qthrough April 16.2O2D. Authorization for performance of services by the Contractor under this agreement shall be in the form of written Release Orders issued and executed by the County on an as -needed basis based on the terms and conditions of the agreement. Any pricing or cost modifications will be processed separately from this contract renewal letter. Appropriate County Departments and Divisions will be notified of this contract renewal. If you have any questions or need further assistance, please contact our office. Sincerely, Michael Guild Procurement Technician mz Chief Timothy IpooUbo'8.C.F.[l Gerald Hutchinson, S.C.F.O. County Comptroller's {}f5co County Attorney's Office 1301 East Second Street Sanford FL 32771 Telephone (407) 665-7116 Fax (407) 665-7956 SIXTH AMENDMENT TO TERM CONTRACT FOR JANITORIAL SUPPLIES (IFB-602230-15/TLR) THIS SIXTIT AMENDMENT is made and entered into this Z/61- day of 20-1 certain A made and entered into on the 16th day -� and is to that ce greemen, of April, 2015, as amended on July 10, 2015, November 4, 2015, December 12, 2016, March 13, 2018, and on November 20, 2018, between CYPRESS SUPPLY, INC., whose address is 668 Florida Central Parkway, Longwood, Florida 32750, in this Amendment referred to as "CONTRACTOR," and SEMINOLE COUNTY, a charter county and political subdivision ofthe State of Florida, whose address is Seminole County Services Building, 1101 East 1st Street, Sanford, Florida 32771, in this Amendment referred to as "COUNTY." W I TN E S S E T R: WHEREAS, CONTRACTOR and COUN-1Y entered into the above referenced Agreement on April 16, 2015, as amended on July 10, 2015, November 4, 2015, December 12, 2016, March 13, 2018, and on November 20, 2018, for purchase of janitorial supplies; and WHEREAS, the parties desire to amend the Agreement in order to revise the price schedule, and to enable both parties to continue to enjoy the mutual benefits the Agreement provides; and WHEREAS, Section 21 of the Agreement provides that any amendments will be valid only when expressed in writing and duly signed by the parties, NOW, THEREFORE, in consideration of the mutual understandings and agreements contained in this Amendment; the Parties agree to amend the Agreement as follows: Exhibit B of the Agreement is deleted and replaced by the new Exhibit B attached to this Sixth Amendment. 2. Except M modified by this Sixth Amendment all terms and conditions of the original Agreement as previously amended remain in full force and effect for the term of the Agreement. Sixth Amendment to IFB-602230-15/TL1t —MTIFIED COPY -GRANT VALOV Pap I of 2 CLERK Of THE CIRCUIT COURT AND COMPTROUER SEMNOLE CIOUNTY, FLORIDA 911, DEPUTY CLERK IN ZI I pp A r"CS il'AC OXCUUZICLI 111is ;,141UT'o,tiC,k stzitcv !bo1 C, T, 4, STRFICH. Seurviary (CORPORATF SFAL� For the use and reliance of Seminole County only. Approved as to form and legal sufficiency, 0 U14 �--g I e -w le� �—, - J Oe�- � - DGS/drc 3/28/19 Attachment: Exhibit B — Price Proposal T'V-k—qXZA1 S=VLVY CS811`U'V11aS'n9 2019\WS-502'30 63nLdOZA 'I S E N'l [IN" OJI I' C 0', N' L", l - U-ORJDA fill. Within the authority delegated by the county Manager Pursuant to Section 3.554, Seminole County Administrative Code. ,Sixth7A Me --,t 10 1Fb-60223()- I 51 -LR Pugc 2 of 2 '2� L ,LIQ L is Prilit Witness Print Name For the use and reliance of Seminole County only. Approved as to form and legal sufficiency, 0 U14 �--g I e -w le� �—, - J Oe�- � - DGS/drc 3/28/19 Attachment: Exhibit B — Price Proposal T'V-k—qXZA1 S=VLVY CS811`U'V11aS'n9 2019\WS-502'30 63nLdOZA 'I S E N'l [IN" OJI I' C 0', N' L", l - U-ORJDA fill. Within the authority delegated by the county Manager Pursuant to Section 3.554, Seminole County Administrative Code. ,Sixth7A Me --,t 10 1Fb-60223()- I 51 -LR Pugc 2 of 2 EMP71m, MLN Lw-rQ� m 12-4 :Ij is +•j 00 W Ln co co N 0 (D CG NJ 0 w cn milli CO X C w r �.. Ib 1� 14 cm m ov Ij 0 0 to w c+ N co w 0 w 'o 110 p 4 �D Ln tp cn !D N 00 Nr 44 0 10 4 9 8 8 tuj 8 C�" 0-1 goo �1■OAA■A��AAAAAE �.. Ib 1� 14 cm m ov Ij 0 0 to w c+ N co w 0 w 'o 110 p 4 �D Ln tp cn !D N 00 Nr 44 0 10 4 9 8 8 tuj 8 C�" 0-1 goo V t7! Cn tJi to w (J1 N CJt -+ C,Tf Q ,�; tp co iiD A i A iSl Ut A W N J O t0 49 V W Q1 Ln A W N vA-n-. --�12� i3© cSaeo�i?�K� ��O tnc m0e!M"U 1�s Q � y� Cf�taa<W03Cl)jw'NiNMw � Z�DAc3 r <aa(?0 zcT0 tam r— Oma c7O za Zangc,, cn�', X00 �;K-< ;u y r= -(D TNpyt� 3'M8pp m Moa woo rirtn CCO)Z((AAG),M;Rx Omo � mcNC; A WErmmaWX 2 wm tnCO TT t7 (o A zt�aiOr-Z p A m m vsr mom fir O NA cog' rn� r m— -.f C%a,' 'w CA }t t? Ccn A �wNcnt) M;Qcn M �C7� cn U7 CTmp cA r comma,-G}A� Cn MZ to (01) D cna= -a A — of -t � +G) �0 mp - m-- mIT Qm C S -4 a� ZrOT A may, mr-a m rn A z -=ice M x (A tti N T a iOrn 0 aws"ac::E: m �"N�o a O r� cn T m �GycOnN�'r i wN� G)m m Lium cooiuG��� � to c?©� rtotoa an r w cn i"� m IN T M "� C7 3: Ar 3: or > r" " zona Tm mD i £? c C7 t!! " or�rn F- -& C3 .*1 a m Uzya _ =i N ML°w ON �mN � > (j) a 0 tt' v -a Mm -0 r- a ho (0,6(o r K cn �' �' m A w� 70 i r:- �_ o -ma m m � n > r 8 g C�7 GG) r v m m w cn to p J • i OLC i J w i w i sC� i �Qt�y i C�Cpr�J i i J C3O J i O --8 --41-8 C id ip i tsim i i mm i i CnGtwC"tntet,ttn0 c i3 J i i i 0 O -.t t. W N -� O V w (D m cn N (!> ! 09 (n w N -+ 0 co co Gig i� w z 9 rn °° m a m a np� b czic r. mm�a n�A ao >wA� Asn 00 QvAcn � �9 w CA 4h wO wO � r -A ma NZ. N p i J w tri Gk O i Qs 0) R'} N .� J (r,1 iX7 V N o c�Ftmr N 'C'd t71 �i W N G) i p o N C* to i W C3 (D O 0 d6 t8 co t� A A � .3� mVo N + �0 o o a o i oma (A N 8CA N W $ �r�o i i w (scn (:} W CRM iii 8 N i �► .,o J V 0 cr'r m a m m cru ena crni nni m w n x = m w m 1 2 tau` � w@ trr tfF trs tn vi to itti to to trt th to to tra ttt tfs to tr> in ifs ifr tA- ih tis trs .p trt 1-� N N 'A N Q1 to Ut W W W (A 01 Cn W W W CD N W N Y OD N J M U7 W to W G N p W irI N A Y O N to Y l71 ami � co -Al M P. (mit w w W P r~8 O O (v'a O ul (en O C w t io v w v* us j^ trs tr+ to t» to trE kf$s to trs- th 4rf Arl IA trn V. N tr> to vv, us 40 N N W W to W Y N 4Y W Y to to N N M+ .j to w W V! Vr {A C? N W tJt N '.Co tN+ (0 !-op,p pVar V C* pW C1 tom+ iia CND � Cppi ik N O �a Q O eC(�u t7 O O O ,C31� i�it O C7 s02 O g p 4 QYl Ul O to 0.0 pOco oGo O, 6j p9p F Pi 00 -4 0 to CD 0 - co C) (n :E X 0 oor-r ;5 m c M '4 z 0 o cn z ;u C/) > M m C 0 ca >r- m rn om,- mzw_ W G) G) 0 C: m m > X- (1) :1 �� 0C) (A W m m m N 0 C) z Wo 0 0 x cn M z G) G) M� c) co X mc: G) u ril � 0 M :m M M :b 0 r (n -4 0 0 G * C) -4 - M -1 M :r 0 1 -Urn M m ca a m m Z M co m m 3: m —4 m m ;u (D to Cn M -n -u > >SD w ZZ 0 M 9 Q� � z Z tp G)m Aj co co Nevi 0M 0 M co z tj aN)r'J !,l) 14 0 0 n AA 4/1, yr to vs N 1� N co Ln in -j U1 w co PA p. V1. W. NN tQ A to N 0 LFI W N LM to -j CO 9