Loading...
2228 PBA 19/20-13 Custodial Supplies & EquipmentThe item(s) noted below is/are attached and forwarded to your office for the following action(s): F -j Development Order Mayor's signature F-1 Final Plat (original mylars) ❑ Recording ❑ Letter of Credit F-1 Rendering F1 Maintenance Bond N Safe keeping (Vault) ❑ Ordinance E] Deputy City Manager F-1 Performance Bond ❑ Payment Bond ❑ Resolution E] City Manager Signature ❑ ❑ City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: Return originals to Purchasing- Department ❑ Return copies Special Instructions: Does not need to go to Commission it's under 50k, piggyback with Osceola School Board a discounted catalog Bid U&ol-ye y r3oja4zi4e-i.- ra0=1 I SharePoint—Fitiance—Purcliasing_y-orms - 2018.doe t-9 Date Gem Supply Company Piggyback Contract (PBA 19/20-13) {Custodial Supplies And Equipment) The City of Sanford ("City") enters this "Piggyback" Contract with Gem Supply Company, a Florida corporation (hereinafter referred to as the "Vendor"), whose principal address 1312 West Washington Street, Orlando, Florida 32805, 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 Osceola County, Florida School District, said contract being identified as "Custodial Supplies And Equipment Percentage Off Catalog Discount Bid, SDOC-1 9 -B -013 -LK", as amended, in order for the Vendor to provide all goods and services relating to the procurement of custodial supplies and equipment (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 1 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. (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 Ordohez, Purchasing Manager, Finance -Purchasing Division, City of Sanford, Post Office Box 1788, Sanford, Florida 32772, telephone number 407.688.5028, and whose e-mail address is 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. K, (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 goods and 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. w � 11 111iiiiii �,miiffx*TJ;V#7_A1 ROL 1. 2LIII 1� -ITMETAM101 L 11 11111, ilk Ila, I.I&ASIOM (11). 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. 1 Entered this '1day of May, 2020. Attest: Paul D. Owens, Jr, Vice President Attest- O)ftn'.. t k'me-LAWI Traci Houchin, City Clerk, MMC, FWCRM Approved a to form and legal sViciency, MML."CUIbert City ttor ey Gem Supply Company, a Florida carpo i'tio, By: Paul D. Owens, Sr, President Date: [Attach original government contract] 10/3/2018 BoardDocs@ Pro Agenda Item Details Meeting Oct 02, 2018 - School Board Meeting Agenda @ 5:30 p.m. Category 10. CONSENT - BUSINESS AND FINANCE Subject 10.07 Approval of the Award Recommendation for Bid #SDOC-I9-B-013-LK, Custodial Supplies & Equipment Percentage Off Catalog Discount Bid. Type Action (Consent) Recommended Action Approval of the Award Recommendation for Bid #SDOC-I9-B-013-LK, Custodial Supplies & Equipment Percentage Off Catalog Discount Bid. The purpose of this bid is to establish fixed discounts on custodial supplies and equipment to be used as needed throughout the District. Staff requests approval to award to the following responsive and responsible vendors listed below. Company Name Location Cypress Supply, Inc. Longwood, FL Elite Business Strategies, LLC Tallahassee FL Ferguson Enterprises., Inc. Newport News VA Gem Supply Company rlando, FL Lawton Bros., Inc.Oriandoi FL reasure Coast Ventures, Inc. Palm Beach Gardens FL This bid is a three (3) year bid term, with one (1) optional, one (1) year renewal period. Motion & Voting Motion to Approve Consent Agenda Items as submitted. Motion by Clarence Thacker, second by Kelvin Soto. Final Resolution: Motion Carries Aye: Clarence Thacker, Jay Wheeler, Kelvin Soto, Ricky Booth, Timothy Weisheyer BE OCT 2 2018 https://www.boarddoes.com/ft/oseeola/Board.nsf/Public 1/1 117 Purchasing/Property Records/Warehouse 817 Bill Beck Boulevard, Building 2000 - Kissimmee- Florida 34744-4492 Phone: 407-870-4630 - Fax: 407-870-4616 - www.Qsceolaschools.net SCHOOL BOARD MEMBERS District 1— Jay Wheeler 407-973-4141 District 2 — Kelvin Soto 407-8704009 District 3 — Tim WeisheVer 407-361-0235 District 4 — Clarence Thacker, Vice Chair 407-8704009 District 5 — Ricky Booth, Chair 407-870-4009 October 3, 2018 Mr. Bob Zagers Gem Supply Company 1312 W. Washington Street Orlando, FL 32805 Superintendent Dr. Debra Pace Director of Purchasing, Warehouse & Contract services Ed Parker, CPPO, CPPB Supervisor of Purchasing Cheryl M. Jessee. CPPB. FCCM RE: Bid# SDOC-109-B-013-LK, Custodial Supplies& Equipment Percentage Off Catalog Discount Bid. Dear Mr. Zagers: The School Board of Osceola County, Florida, meeting in official session on October 2, 2018, voted to award the above mentioned solicitation to the following companies: Cypress Supply, Inc. GEM Supply Company Elite Business Strategies, LLC Lawton Bros., Inc. Ferguson Enterprises, Inc. Treasure Coast Ventures, Inc. You may view the tab sheet for this bid on VendorLink. This letter ij ONLY notificaUgn of award of the solicitation. Purchase Orders shall be placed as needed. Please send your current catalog to the attached list of School Bookkeepers, include a label on the cover listing discounts offered and provide your account representatives name, phone number so they know who to contact if they need quotes. I'm also including a list of Department Bookkeepers that you may want to send a catalog to as well. Online catalogs - You may include a cover letter with instructions for accessing your online catalog with a generic user name and generic password for them to look up items online. Include in the letter a contact person in case they want to set up an individual account linked to their P -Card for online purchases. Please send your certificate of insurance naming the School Board of Osceola County as additionally insured to the Senior Buyer listed below. The School District shall pay invoices pursuant to the provisions of the Local Government Prompt Payment Act (Florida Statute 218.70 — 218.80). Should you have any questions, please feel free to call Lisa Kesecker, CPPB, FCPA - Senior Buyer at 407-870-4622 or by email at Lisa. KeseckerOOsceolaSchools.net. Sincerely, Cheryl Jessee, CPPB, FCCM Supervisor of Purchasing Student Achievement— Our Number One Priority Districtwide Accreditation by the Southern Association of Colleges and Schools An Equal Opportunity Agency A0 1 G) vo 00 -11 (2% 14A A w N) Tab Sheet 0 IV 'IV U 0 t2� as aroaoa�t�txi > 0 0 CD "0 too 0 0 zi 0 0 C, CS Ji 0 rA 00- > CDrA zM CD CD 74 !a. t� 0 '04 0 o CD C, Cn Gem Supply Co. 0 1312 W. Washington St CD 5- 00 (0) Orlando, FL 32805 Phone # 407-849-6163 NR N to q too 6 '00, OQ C> Fax # 407-648-4788 o CD a Contact: Bob Zagers CD Direct # 813-390-15110