Loading...
2284 PBA 19/20-11 Paul's Auto and Truck Repair piggybackCITY OF FINANCE DEPARTMENT ............ TO: City Clerk/Mayor RE: PBA 19/20-11 paul's auto and truck repair 4P,g4 The item(s) noted below is/are attached and forwarded to your office for the following action(s): F1 Development Order F-1 Mayor's signature ❑ Final Plat (original mylars) F-1 Recording ❑ Letter of Credit ❑ Rendering F] Maintenance Bond Z Safe keeping (Vault) F-1 Ordinance F-1 Deputy City Manager F-1 Performance Bond ❑ Payment Bond F-1 Resolution F-1 City Manager Signature F-1 F-1 City Clerk Attest/Signature F-1 City Attorney/Signature Once completed, please: ❑ Return originals to Purchasing- Department F-1 Return copies El Special Instructions Li ,� f3oja&zi jev- From SliarePoiiit—FitianCe—PLireliasing_Forms - 2018.doe 12/23/2020 Date Paul's Auto and Truck Repair Inc. Piggyback Contract (19/20-11) (Vehicle Repairs, Etc.) The City of Sanford ("City") enters this "Piggyback" Contract Paul's Auto and Truck Repair Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose principal address 1919 W. 1st Street, Sanford, Florida 32771, 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 Manatee County, Florida School District, said contract being identified as "Continuing Contract for Construction Management Services RFQ No. 15160015RFQ-DW', dated December 15, 2015, as amended, which is based upon the American Institute of Architects' "Owner -Construction Manager as Constructor Agreement", in order for the Vendor to provide all services relating to the City's "Sanford Marina Breakwater Walls Project" (said original contract being referred to as the "original government contract"); provided, however, that the amount of planning level services or construction project costs to be provided by the Vendor to the City shall not be tasked in any amount so as to invoke the provisions of the Consultants' Competitive Negotiation Act (CCNA) as set forth at Section 287.055, Florida Statutes, relating to the acquisition of professional architectural, engineering, landscape architectural, or surveying and mapping services. The provisions of City Commission Memorandum Number 19-055, dated for the agenda of February 25, 2019, are incorporated herein by this reference thereto. (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. (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 Owen Christopher Smith-, Project Manager; City Hall; City of Sanford, Florida-, 300 North Park Avenue; Sanford, Florida 32771, telephone number 407-688-5144, facsimile 2 transmittal number 407-688-5141 and whose e-mail address is CHRIS.SMITH@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 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, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. (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. (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 thisleday of N4 , 2019. Attest: Paul's Auto and Truck Repair Inc., a Florida corporation—,, - by: Fauur-Aza President/Di rector Date: City Of Sanford k0AA&-QWGuAw, `Mo, P. By: Traci Houchin, City Clerk, CMC, FCRM Jeff Triplett, e: F ok.b Approved as to form and legal sufficienc Cl) William L. Colbert City Attorne M1 5 Exhibit "A" [Attach original government contract] �.%Ie ico.,. for%%,alrd :o dotna Dusiness :oce*,her. ',rill be VOU- Pant o* con 'Iac, and can be reached at X07 ?>0. S i r. ce r e i j Uher i L 0 Is o n.'IN11 B." P. NAL r'PPO Director, Purchasina & Distribution Ser -vices Enciosure Tabu'aticrn 7, cc. Rob Crews, Buyer ll Ap r i 1 2. 20 9 Sent Via Email Paul Lanza Paul's Auto & Truck Repair S—m.0, J4.blh 1919 fN, 1 <1 S r e e *, Sanford, FL 327 71 1. 1 (IMI'l lN 1 JI) ER C — Ve-Nde Re P_ irs and }far P, .s D scour ts S U BJ E C T din Av,-, t d - 71 80082 - a Dear Mr Lanza: Congratulations, w, a are pleased tonotiry you that the School Board at as meeting of I, 1 17 % lI.d April 2. 20119, confirmed the recommendation of the Evaluation Committee and Flmida 327,73-712" awarded the above-mentioned bid to Your company as outlined on the attached tabulation sheet. The term, of the acre rnent is from Acril 3 2019 'houah Aord 2 2022. Purchase orders kill! be issued under the terms of the bid for irldiVidUal Products andlior services as needed durmg the term of this agreement Pursuant to the general terms and conditions section regarding Contractors =moloyee's Background C,eck. your empioyeeS enc contractors mus* be cleared prior to commencement 01 work. Instructions regarding our fingerprinting/background checks can be found on the follovling the link ? .3 20, �1 2 '.3 0 7 addition, the Distric' has a Vencor Arolication for new vendors Please ensure that all your subcontractors complete and submit this package at least 48 hours prior to arriving at the Educational Support Center for fingerprinting. Tile vendor aoclicatior, can be ;Lund or. the Purchasino Deniartrnem v.=-bsite at the following link: 0 S iccs._-_..._ L, tz You are also required to maintain insurance as specified in the agreernent Please forward a current certificate of insurance prior to commencement of work. �.%Ie ico.,. for%%,alrd :o dotna Dusiness :oce*,her. ',rill be VOU- Pant o* con 'Iac, and can be reached at X07 ?>0. S i r. ce r e i j Uher i L 0 Is o n.'IN11 B." P. NAL r'PPO Director, Purchasina & Distribution Ser -vices Enciosure Tabu'aticrn 7, cc. Rob Crews, Buyer ll 'd I (1i111 l" 1) I'Alut-afimi.ill Support inti I I.Ac Mar. llouie%aid I'loli0a March '! 5 . 20? 9 NOTICE OF INTENDED DECISION ITB #, 7180082 B -RC Vehicle Repairs and Parts D,scounts The Purchasing and Distribution Services Department hereby notilles all firl"IsZ)f an intended decision recardirio, the ay.,ard of the above mentioned sn4jCitation as 01.1tilneC belovi or aitached. Failure, to file ;-A protest within 72 hours. the time prescribed in section 120 57(3:, Florida Statutes, or faikl,e to post the bond or other SC-,CUrit')' MC!UiFed by, law v'.thW the time allowed for -tiling a bond shall constitute a waiver of proceedings under chapter 120, Florida Statutes Please contact Rob Crews Buyer at 407-320-0237 or by email at Ti i,� questicris I I I`Crif vou shouid have ar nank VOU C -r your continued interest in the School District of Seminole County Florida Sincerely, L Olsrjn. (v1BA. C P ML CPPD FCCN DireCtC); PUrChaSHIC & Services TABSHEET Am ITB #17180082B -RC Vehicle Repairs and Parts Discounts March 27, 2018 at 3:00 pm Opened By: Rob Crews. Buyer Witnessed By Bhuriika Nathoo Rush Truck Center, Orlando 2350 Diversified Way Orriando, Fl 32804 Wade Bosarge (800) 432-0811 colona @rushenterprises.com Recommend Award Paul's Auto and Truck Repair 1919 W. 1st Street Sanford, FL 32771 PaulLanza (407) 321-7442 PaulstowingrecoverV24 @gmail.com Recommend Award Description I oWing. Base rate la NB 1$165 $65 most vehicles school bus Cast per mile - one-way only lb NB 153 most vehicles -$5.50 school bus 2 Labor rate International diesel or propane $ 80.00 $ ........... . . 102.50 3 Labor rate Curnmins diesel $ 80.00 5 102.50 4 Labor rate [viercedes diesel $ 80.00 S✓ 102.50 5 �Labor rate Python propane NB NB 0 jLaor rate Ford diesel 80.00 B NB 7 1Labor rate Chevrolet diesel 80.00 NB 8 . Labor rate Ford gasoline or propane 80.00 NB 9 Labor rate GM gasoline engine S 80.00 NB 10 Labor rate Chrysler gasoline engine $ 80.00 NB 11 1 Labor rate body repairs on .vhite Fleet NB NB 12 1 Labor rate body repairs or school buses 1`111 B Iti7B 13 Oil change 6 qts. Plus filter petroleum -1 4 2 0 0 NB la Additional cost per quart (petroleum) $ 3.25 —NB IS Oil change 6 qts. Plus filter synthetic 65-00 NB 16 lAdditional cost per quart (synthetic) 15,00 NB 17 11"arts discounts 110t body parts Varies NB 18 Parts discounts set discount: I NB NB 19 Parts discounts body parts white fleet NB NB -)C) Parts discounts body parts school buses 20° NS 21 Labor prep, paint, blend finish school bUseE NB NB 22 labor prep, paint, blend finish white fleet 1,,181 NB 23 (Paint and paint supplies discount NBI NB 1 2-1 IShop supplies charge per vehicle 2 1 NE NOTES: NB=No Bid; DNMS-Does not meet Specification Bid Tabulation, Recommendation and Priltel;t: Bid uibt.11aiticinswith aviard reconiniendations are posted to the -0hird part,,, firikz located on the SCPS Purchasing R– Dis*,1`1bL1ti01! Services rvebsite af, -cpr -1 d n g /corn p -solicitat ions-contracts/in dex. stni 1". Failure to file e statutes will constitute a vjaivei of proceedings 11 dor ol v.410-1'�n The !inle pees: ribed' 'in Section _'0. 5,�133) n ChIaQUef 1120 :4.)f id,1 'Statutes and Schou-! Board Rule,,. Bid tabulations or recorinienciationsv,61i be distributed -,hr,)ugh 011,11-1 bli,,hed bid dktribution ,?r -vices and posted to the dis-,1!C-L S PU?'ChASi;)1 website. Notices %vill not be autornati---Jy; emailed. I hereby certify that the pnce^ and bidders roflected herein are valid, amd have been received in compliance to Senimoh, CiPiU Director of Purchasing and Distribution Services