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