Loading...
2294 PBA 20/21-16 Real Estate and Consult Svcs - piggyback w/TrieceThe 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 F-1 Final Plat (original mylars) F-1 Recording ❑ Letter of Credit ❑ Rendering ❑ Maintenance Bond Z Safe keeping (Vault) ❑ Ordinance ❑ Deputy City Manager F-1 Performance Bond ❑ Payment Bond F-1 Resolution ❑ City Manager Signature City Clerk Attest/Signature ❑ City Attorney/Signature Once completed, please: El Return originals to Purchasing- Department F-1 Return copies El Special Instructions Li4� 13oja-,kzi4ev- From SliarePoiiit—Fitiaiice—PLIrcliasitig_Fornis - 2018.doc 11412-021 Date The Triece Company Piggyback Contract (PBA 20/21-16) (Real Estate Brokerage And Consulting Services) The City of Sanford ("City") enters this "Piggyback" Contract with The Triece Company, a Florida corporation (hereinafter referred to as the "Vendor"), whose principal and mailing address is 5037 Bella Terra Drive, Venice, Florida 34293, 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 term contract with the government of Osceola County, Florida, said contract being identified as "Agreement For Real Estate Brokerage And Consulting Services" (assigned a procurement number being LOI-18-9796-KR) relating to the procurement of real estate brokerage and consulting services and related goods and services, as may have been amended, in order for the Vendor to provide goods and services relating to the City's need for real estate brokerage and consulting services and related goods and services (said original contract being referred to as the "original government contract" which is based upon procurement activity conditions). (2). The original government contract documents are incorporated herein by reference and 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. 11 P a g e (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). Same insurance requirements with the City being the beneficiary of the coverages required. (c). Notwithstanding anything in the original government contract to the contrary, the City's terms and conditions relating to the issuance of purchase orders or work orders, or referenced in such documents, shall prevail over any inconsistent provisions of the original government contract. (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, City Hall, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Marisol Ordofiez, Purchasing Manager, Finance -Purchasing Division, City Hall, 300 North Park Avenue; Sanford, Florida 32771, 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 2 1 P a g e 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). Notwithstanding any other provision in the original government contract to the contrary, the Vendor shall provide the City with most favored nation pricing. (h). 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. (i). Public Records Requirements. CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S %TJ A g I III*] amm wt gmi!i`•111111 -1 � 1� p 1it1 11111 ; l I z4:10191 :4 1*9 RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012$ 3 1 P a g e TRACI HOUCHIN, MMC, FCRM, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 327711 TRACI.HOUCHIN@SANFORDFL.GOV. (11). In order to comply with Section 119.070 1, 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 this 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. 4 1 P a g e (111). If the Vendor does not comply with a public records request, the City shall enforce the provisions of this Contract in accordance with the terms and conditions of this Contract. (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. 0). 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 on the last date of a signatory hereto as set forth below. SIGNATURE BLOCKS FOLLOW: 5 1 P a g e Witnesses: 4, Witness Signature Printed Name: be4irc (rica Attest: Approved as to form and legal sufficiency. a The Triece Company, a Florida cor ation. By: : Steven M. Triece Sole Corpora Officer Date: i �Zl.— 6 1 P �i fl - Exhibit "N' [Attach original government contract documents] 7 1 P a g e THIS AGREEMENT is made by and between OSCEOLA COUNTY, a political subdivision of the. State. of -Florida, I Courthouse Square, Kiss . i'mmee,'Florida,34741, hereinafter referred to as the "COUNTY",. and The Triece Company, 214 Chestnut Ridge Street, Winter Springs, Florida 32708, hereinafter referred to as the "CONSULTANT". WITNESSETH. WHEREAS, the COUNTY has competitively solicited for Real Estate Brokerage and Consulting Services, pursuant to LOI- I 8 -9796 -KR; and WHEREAS, the CONSULTANT has exhibited by its response to the solicitation that it is capable of providing the required services; and WHEREAS, the parties hereto have agreed to the terms and conditions cited herein based on said solicitation. NOW, THEREFOREJn consideration of the mutual covenants, terms, and provisions contained herein, the parties agree as follows: SECTION 1. TERM. The term of this Agreement, shall begin on the date of Board approval and continue for a period of three (3) years, and may be extended when in the best interest of the County. SECTION 2. SCOPE, OF SERVICES. The CONSULTANT will furnish and install all necessary labor, materials, and equipment to complete the services set forth in,'Exhibit "All which is attached hereto and incorporated herein. SECTION 3. QBLIGATIQNS OF THE CQNSIJLTANT. Obligations of tbe,CONSULTANT shall include, but not be limited to, the following: A. It is understood that the CONSULTANT shall provide and pay for all. labor, tools, materials, permits, equipment, transportation, supervision, and any and all other items or services, of any type whatsoever, which are necessary to fully complete and deliver the services rvices requested by the COUNTY, and shall not have the authority to create, or cause to be filed, any liens for labor and/or materials on, or against, the COUNTY, or any property owned by the COUNTY. Such lien, attachment, or encumbrance, until it is removed, shall preclude any and all claims or demands for any payment expected by virtue of this Agreement. Rev 07-J61 B. The.CONSULTANT will ensure that all of its employees,, agents, sub -contractors, representatives, volunteers, and the like, fully comply with all of the terms and L conditions set herein, when providing services for the COUNTY in accordance herewith. C. The CONSULTANT- shall be a solely responsible for the means, methods, techniques, sequences, safety programs, and procedures necessary to properly and fully complete the work set forth in the Scope of Services. D. The CONSULTANT will 'maintain an adequate and competent staff, and remain authorized. to do'business within the State of Florida. The CONSULTANT may subcontract the services requested1by the COUNTY; however, the CONSULTANT is fully responsible forthe satisfactory completion of all subcontracted work. SECTION 4. STANDARD OF CARE. A. The CONSULTANT ULTANT has represented to the COUNTY that it possesses a level of knowledge, experience, and expertise that is commensurate with firms in the areas of practice required for the services to be provided. By executing this Agreement, the CONSULTANT agrees that the CONSULTANT will exercise that degree of care, knowledge, skill, and ability, as any other similarly situated CONSULTANT possessing the degde of skill, knowledge, experience, and expertise within the local area, workingon similar activities. The CONSULTANT shall perform the services requested in an efficient manner, consistent with the COUNTY's stated scope of services and industry standards. I B. The CONSULTANT covenants and agrees that it and its employees, agents, sub- contractors, representatives, volunteers, and the like, shall be bound by the same standards of conduct as stated abolve. SECTION 5. COMPENSATION. A. The amount.to be paid under this Agreement,for serviceswill be in accordance with approved Task Authorizations as described in Exhibit "B" and the fee schedule set forth in, Exhibit "Ci which are attached hereto and made a binding part hereof. B. Compensation for services completed by the CONSULTANT will be paid in accordance with section 218.70, Florida Statutes, Florida's Prompt PayiTient Act. C. Services to be performed in accordance with this Agreement are subject to the annual appropriation of funds by the COUNTY. In its sole discretion, the COUNTY reserves the right to forego use of the CONSULTANT for any project which may 'fall within the Scope of Services listed herein. In the event the COUNTY is not satisfied with the services provided by the CONSULTANT, the Rev 07-162 COUNTY Will hold any amounts due until such, time, as the CONSULTANT has appropriately 'addressed the problem. SECTION 6. TERMINATION. Either party may terminate this Agreement, with or without cause, given thirty (30) days written notice to theother party.. SECTION 7. PAYMENT WHEN SERVICES ARE TEIRMMATED. A. In the event of termination of this Agreement by the COUNTY, and not due to the fault of the CONSULTANT, the COUNTY shAll',compensate the CONSULTANT for all services performed prior to the effective date cif termination. B. In the e event -of' termination of this Agreement due to the fault of the CONSULTANT, or at the written request of the CONSULTANT, the COUNTY shall compensate iperisate the CONSULTANT for all services completed, prior to the effective, date of termination, which have resulted'in.'a usable product, or otherwise tangible benefit to the COUNTY. All such payments,shall be subject to an off -set for any damages incurred by the COUNTY resulting from any delay occasioned by early termination. This provision shall in no way be, construed as the sole remedy available to the, COUNTY in the event of breach by the CONSULTANT. SECTION 8. INSURANCE. A. The CONSULTANT shall not commence any work in connection with this Agreement until it'has obtained all of the following types of insurance and has provided proof of same to the COUNTY, in the' form of a certificate prior to the start of any work, nor shall the CONSULTANT allow any subcontractor to commence work on its subcontract until all similar insurance required of the subcontractor has been so obtained and approved. All insurance policies shall be with insurers qualified and doing business in Florida.. Rev 07-163 B. The CONSULTANT shall maintain the following types of insurance, with the respective minimum limits: GENERAL LIABILITY_- One Million Pot - lars ($1,000,000) any single occurrence, a. Damage to Rented Premises — Fifty, Thousand Dollars ($50,000) any single occurrence; b. Medic-AlExpense — Five Thousand Dollars, (55,000) Any one person; c. Persoplal-kAdvertising Injury — One Million ]Jon Dollars ($ 1,000,000) 2. EXCESS/UMBRELLA COVERAGE — One Million Dollars ($1,000,000); 3. ' PROFESSIONA,L,LIABILITY —One Million. Dollars ($1,000,000);- C. The CONSULTANT shall name the "Osceola 'County Board of County Commissioners" as additional insured, to the extent of the services to be Provided hereunder, on aff requited.insurance policies, and provide the COUNTY with proof of same. D. The CONSULTANT shall provide the COUNTY'S Procurement Services with a Certificate of Insurance evidencing such coverage for the duration of this Agreement. Said 'Certificate of Insurance shall be dated and show: 1. The nameof the insured CONSULTANT, 2. The specifiedjob by name and job number,. 3. The name e ofth ' e insurer, 4. The number of the policy, 5. The effective date, 6. The termination date, 7. A statement that the insurer will mail notice to the COUNTY at least thirty M).days prior to any material changes in the provisions or cancellation of the p€ticy. 8. The Certificate 'Holders Box must read as follows. Any other wording in E. Receipt of certificates or other documentation of insurance Or policies Or Copies Of policies by the COUNTY, or by any of its representatives, which indicates less coverage than is required, does not constitute a waiver ofthe CONSULTANT's obligation to fulfill the insurance requirements specified herein. Rev 07-164 F. The,CONSULTANT shall ensure that any sub-contractof(s), hired to perform any of the duties -contained in the Scope of Services of this Agreement, maintain the same insuraineerequirements set forth herein. In addition, the CONSULTANT shall maintain, proof of same oil file and made readily 'available upon request by the COUNTY. H. The COUNTY shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of 'the CONSULTANT and/or subcontractor providing such insurance. All insurance, carriers shall have an AM Best Rating of at least A- and a size of VII or larger. The General Liability and Workers" Compensation policies shall have a waiver of subrogation in favor of Osceola County. The liability policies shall be Primary/Nona-Contributory. SECTION 9. COUNTY OBLIGATIONS. At the CONSULTANT's request, the COUNTY agrees to provide, at no cost, all pertinent information known to be available to the COUNTY to assist the CONSULTANT in providing and performing the required services. SECTION 10. ENTIRE AGREEMENT. This Agreement, including referenced exhibits and attachments hereto, constitutes the entire agreement between the parties and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matters set forth herein, and any such prior agreements or understandings shall'have no force or effect whatsoever on this Agreement. SECTION It. APPLICABLE LAW, VENUE, JURY TRIAL. The laws of the State of Florida shall govern all aspects of this Agreement. In the event it is necessary for either party to initiate legal action regarding this Agreement, venue shall lie in Osceola County, Florida. The parties hereby waive their right to trial by jury in any action, proceeding or claim,: arisingout,of this Agreement, which may be brought by either of the parties hereto. SECTION 12. PUBLICRECORDS. I I A. IF I THE CONTRACTOR HAS QUESTIONS REGARDING THI APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGRE9MENT, CONTACT 17HE CUSTODIAN OF PUBLIC RECORDS AT THE Rev 07.165 Public Information Office I Courthouse Square, Suite 3 100 Kissimmee, Florida 34741 407-742-0100 BCCPIO@,osceola.ory B. 'Die CONSULTANT understands that by virtue of this Agreement all of its documents; records, and materials of any kind, relating to the relationship created hereby, shall be opcn.to the public for inspection is accordance with Florida law, If CONSULTANT will act on behalf of the COUNTY, as provided under section 119.011(2), Flori'da:Statutes, the CONSULTANT, subject to the terms of section 287.058(l)(c), Florida Statutes, and any other applicable legal and equitable remedies, shall: 1. Keep and Maintain public records required by the COUNTY to perform the service. 2. Upon request1rom the COUNTY'S custodian of public records, provide the COUNTY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the. cost provided by Florida law. 1 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the CONSULTANT does not transfer the records to the, COUNTY. 4. Upon completion of the contract, transfer, at no cost, to the COUNTY all public: records in possession of the CONSULTANT or keep and maintain public records required by the COUNTY 'to perform the service. If the CONSULTANT transfers all public records to the COUNTY upon completion of the contract, the CONSULTANT shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirement. If the CONSULTANT keeps and maintains public records upon completion of the contract, the CONSULTANT shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the COUNTY, upon request from the COUNTY'S custodian of public records, in a format that is compatible with the, information technology systems of the county. Rev 07-166 5. � if the CONSULTANT does not comply with a public records request, the QOLNMY shall enforce the contract provisions in accordance with the contract. This Agreernenidoes,not create an employeelemployer relationship between the parties. It is the parties' intention that the CONSULTANT, its employees, sub -contractors, representatives, volunteers, and the like, will be an independent contractor and not an employee of the COUNTY for.all purposes, includin&'but not limited to, the application of the following, as amended: the Fair Labor Standards- Act -minimum wage and overtime payments, the Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State of Florida revenue and taxation laws. the State of Florida workers" compensation iaws,,thc: State of Florida unemployment insurance laws, and the Florida Retirement System benefits. The CONSULTANT will retain sole and. absolute discretion in the judgment of the manner and means of carrying out the CONSULTANT's activities and responsibilities hereunder. SECTION 14. APPLJCkBL! E, LICENSING. The CONSULTANT, at, its sole expense, shall obtain all required federal, state, and local licenses, occupational and otherwise, required to successfully provide the services set forth herein. SECTION 15. COMPLIANCE WITH ALL LAWS. The CONSULTANT,, at its:sale expense, shall comply with all laws, ordinances, judicial decisions, orders, and regulations of federal, state, county, and municipal governments, as well as their respective departmehts, commissions., boards, and officers, which are in effect at the time of execution of this Agreernefit,ot are adopted at any time following, the execution of this Agreement. SECTION 16. INDEMNIFICATION. The CONSULTANT agrees to be liable for any and all damages, losses, and expenses incurred, by the COUNTY,, caused by the acts and/or omissions of the CONSULTANT, or any of its employees,, agents, sub -contractors, representatives, volunteers, or the like. The CONSULTANT agrees toIndemnify, defend and hold the COUNTY harmless for any and all -claims, suits, judgments or damages, losses and expenses, including butnot limited to, court costs, expert witnesses,, consultation services and attorney's fees, arising from any and all acts and/or omissions of the CONSULTANT, or any of its employees, agents, sub -contractors, representatives, volunteers; or the like. Said indemnification, defense, and hold harmless actions shall not be limited by any insurance amounts required hereunder. Rev 07-167 SECTION 17. SOVEREIGN IMMUNITY. The COUNTY expressly retains all rights, benefits and immunities of sovereign immunity in accordance with Section 768.28, Florida Statutes. Notwithstanding, anything set forth in any section, article or parAgfdph of this Agreement to the contrary, nothing, in this Agreement shall be deemed as a Nvaiver, of sovereign immunity or limits of liability which may have been adopted by the Florida Legislature or may. be adopted by the Florida Legislature, and the cap on the amount and liability of COUNTY for damages, attorney fees and costs, regardless of the number or nature of claims in tort, equity or contract; shall not exceed the dollar amount set by the Florida Legislature for tort. Nothing in this Agreement shall inure to the -benefit of any third party for the purpose of allowing any claim against the COUNTY which would otherwise be barred under the Doctrine of Sovereign,lmmun.ity or operation of law. SECTION 18. BANKRUPTCY OR INSOLVENCY. If the CONSULTANT shall, file a Petition in Bankruptcy, or if the same shall be adjudged bankrupt or insolvent by any Court, or if a receiver of the propertyofthe CONSULTANT shall be appointed in any proceeding brought by or against the CONSULTANT, or if the CONSULTANT shall make an assignment 'for the benefit of creditors, or proceedings shall be commenced on or against the CONSULTANT's operations of the premises, the COUNTY may terminate this Agreement immediately notwithstanding the notice requirements of Section 6 hereof. SECTION 19. BINDING EFFECT. This Agreement shall be binding upon and ensure to the benefit of the parties hereto, their heirs, personal representatives, successors, and/or assigns. SECTION 20. ASSIGNMENT. This Agreement shall only be assignable by the CONSULTANT upon the express written consent of the COUNTY. SECTION 21. SEVERABILITY. All clauses found,herein shall act independently of each other. If a clause is found to be illegal or unenforceable, 'it shall have no effect on any other provision of this Agreement. It is understood by, the parties hereto o that if any part, term, or provision of this Agreement is by the courts held to be,illegal or -in conflict with any law of the State of Florida or the United States, the validity of the remaining.portions or provisions shall not be affected,. and the rights and obligations of the parties 'Shall be construed and enforced as if the Agreement did not contain the particular part, term, or provision held to be invalid. Rev 07-16$ SECTION 22. WAIVER. Failure of the parties, to insist upon strict performance of any of the covenants, terms, provisions, or conditions of this Agreement, or to exercise any right or option, herein contained, shall not be construed as a waiver or a relinquishment for the ffiture of any such covenant, term, provision, condition, orright of election, but same shall remain in full force and effect. SECTION 23. NOTIC.R. The parties hereto agree and understand that written notice, mailed or delivered to the last known mailing address, shall constitute sufficient notice to the COUNTY and the CONSULTANT. All notices required and/or made pursuant, to this Agreement to be given to the COUNTY and the CONSULTANT shall be in writing and given. by way of the United States Postal Service, first class mail; postage prepaid, addressed to the following addresses of record: COUNTY: Osceola County Attention: Procurement Services I Courthouse Square, Suite 2300 Kissimmee, Florida 34741 CONSULTANT:The Triece Company, Attention: Steven Triece '214 Chestnut Ridge Street Winter Springs, Florida, 32708 SECTION 24. MODIVICAVON. The covenants, terms, and provisions of this Agreement may be modified by way of a written instrument, mutually accepted by the parties hereto. In the event of a conflict between the covenants, terms, and/or provisions of this Agreement and any written Amendnient(s) hereto, the provisions of the latest executed instrument shall take precedence. SECTION 25. HEADINGS. All headings of the sections, exhibits, and attachments contained in this Agreement, are, for the purpose of convenience only and shall not be deemed to expand, limit, or change the provisions contained in such sections, exhibits, and attachments. SECTION 26. ADMINISTRATIVE PROVISIONS. In the event the COUNTY issues a purchase order, memorandum, letter, or any other instrument addressing the, services, work, and materials to be provided and performed pursuant to this Agreement, it is hereby specifically agreed and understood that any such purchase order, memorandum, letter, or other instrument is for the COUNTY's internal purposes only, and any and all terms, provisions, and conditions onditions contained therein, whether printed or written, shall in no way Rn, 07-169 modify. the covenants, terms, and provisions of this Agreement, and shall have no ford or effect 'thereon. SECTION 27. CONFLICT OF INTEREST. The CONSULTANT warrants that the, CONSULTANT has not employed or retained any company or person, other than a bona fide employee wor.kihg solely for the CONSULTANT, to solicit or secure this Agreement,,and that the CONSULTANT has -not paid or agreed to pay any person, company, corporation, individual, or firm any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or malting of this Agreement. For the breach or violation of this Paragraph, the COUNTY'sball have the rivht to terminate this Agreement immediately, without liability and without regard to the notice requirements of Section 6 hereof. SECTION 28, PUBLIC' ENTITY CRIMES. As required by section 287,03, Florida Statutes, the CONSULTANT warrants that it is not on the convicted contractor list for a public entity crime committed within the Past thirty six (36) months. The CONSULTANT further warrants that it will neither utilize the services of, nor contract with, any supplier,,sub-contractor, or consultant in connection with this Agreement for a period of thirty six (36) months.from the d . ate of being placed on the convicted contractor list. SECTION 29. EMPLOYMENT,ELIGIBILITY'VERIFICATION (E-VERIF3D In accordance with State of Florida, Office of the Governor, 'Executive. Order I I -11.6 (superseding Executive Order 11-02; Verification of Employment Status), in the event -performance of this Agreement is or will be funded using state or federal funds, the CONSULTANT must comply,with the Employment Eligibility Verification Program ("E -Verify Program") developed'by the.federal government to verify the eligibility of individuals to work- in the United States and 49 .CFR, 52.222-54 (as amended) is incorporated herein by reference. If applicable, in accordance- with Subpart 22.18 of the Federal Acquisition Register, the CONSULTANT must (1) enroll in. the E -Verify Program, use E -Verify to verify the employment eligibility of all new hires working in the United States,,excem-if theCONSULTANT is a state or local government.,, the CONSULTANT may choose. to verify,onlynew hires assigned to the Agreement; (3) use E -Verify to verify the employment eligibility of all employees assigned to the Agreement; and. (4) include these requirement in certain subcontract, such as construction. Information on registration for and use of the.E-Verify Program'can be obtained via the internet at the Department of Homeland Security Web site: httli:Hw-v"v.dhs,.gov/E-Vedb. Rev 07-1610 This Agreement shall be construed as resulting from joint negotiation and authorship. No part of this Agreement shall be construed as the product of any one of the parties hereto. SECTION 31. EQUAL OPPORTUNITY EMPLOYER. The CONSULTANT is an, Equal Opportunity Employer and will comply with all equal opportunity employment laws; The CONSULTANT will further ensure that all sub -contractors it utilizes in providing the services required hereunder will comply with all equal opportunity employment laws. In the performance of this Agreement, the CONSULTANT shall keep books, records, and accounts of all activities, related to the Agreement, in compliance with generally accepted accounting procedures. Throughout. the term of this Agreement, books, records, and accounts related to the performance of this Agreement shall be open to inspection during regular business hours by an authorized representative of the COUNTY, and shall be retained by the CONSULTANT for a period of three years after termination or completion of the Agreement, or until the full County audit is complete, whichever comes first. The COUNTY shall retain the right to audit the books during,the three-year retention period. All books, records, and accounts related to the performance of this Agreement shall be subject to the applicable provisions of the Florida Public Records Act, chapter 119, Florida Statutes. The COUNTY also has the right to conduct an audit -within sixty (60) days from the -effective date of this Agreement to determine whether the CONSULTANT has the ability to fulfill its contractual obligations to the satisfaction of the COUNTY. The COUNTY has the right to terminate this Agreement based upon its findings in this audit without regard to the termination provision set forth herein. SECTION 33. PROJECT.MANAGERS. The COUNTY and the CONSULTANT have identified individuals as Project Managers, listed below, who shall 'have the responsibility for managing the work performed under this Agreement. The person on or individual identified by the .CONSULTANT to serve as its Project Manager for this Agreement, or any replacement thereof, is subject to prior written approval and acceptance of the COUNTY. If the COUNTY or CONSULTANT replace their current Project Manager with another individual, an amendment to this agreement shall not be required. The COUNTY will notify the CONSULTANT, in writing, if the current COUNTY Project Manager is replaced by another individual. Rev 07-1611 A. The COUNTY Project Manager's contact infort-nation, is as follows: Sally Myers, Right -of -Way & Asset Manager Osceola County Public Works Department I Courthouse Square, Suite 3 100 Kissimmee, FL 34,741 Phone (407) 742-0502 Email sallv.mvers@osceola.org B. The CONSULT, ANT -Project Manager's contact information is as follows: Steven Triece, Real Estate Broker and President The Triete Company, 214 Chestnut Ridge Street Winter Springs, Florida 32708 Phone (386),95672020 Email steveiriece@)y ,mail.corn SECTION 34. PUBLIC EMERGENCIES. It is hereby made a part of thisAgreement that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God, Osceola County shall require a "First Priority" for goods and services. It- is vital and imperative that the, health, safety, and welfare of the citizens of Osceola County are protected from any emergency situation that threatens public health and safety as determined by the COUNTY. The CONSULTANT agrees to rent/sell/lease all goods and services to the COUNTY or governmental entitieson a "first priority" basis. The COUNTY expects to pay contractual, prices for all products and/or,serv,ices under this Agreement in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. Should the CONSULTANT provide the COUNTY with products and/or services not under this Agreement, the COUNTY expects to pay a fair and reasonable price for all products, and/or services rendered or contracted in the event of a disaster, emergency, hurricane, tornado, flood, or other acts of God. SIGNATURE PAGE TO FOLLOW Rev 07-1612 INWITNNESS WHEREOF, the parties hereto, by, their duly authorized representativesi have executed this Agreement effective the day of . 2018. As authorized, for execution,at the Board of County Commissioners meeting of. juLlIg" I&V 0 I Vol THE TRIECE COMPANY Print; Steven M. Triece Title: President STATE OF FLORIDA COUNTY OF SEMINOLE IV The forqgoing-,instrument was executed before me this 'day of ELI 20JO e of THETRIECE COMPANY j who I personallyj , by $t_yqp.M. Triece as the President swore or affirme"�_t_he/­she is authorized to execute this Agreement and thereby bind the Corporation, and who is personally known to me I OR has 'produced L_ DL_ as identification. NOTARY PUgLR�, Statedf�Frids (stamp) 'KI]ING, VP ASHLEE E 0 Notary. Public -,State of Florida 4 0 'Comallssion # GG 039384 't 17� My Comm. Ej(plies Oct 17 � 2020 !"ded l(broo0ftonal hufaty Ass�a, Rev 07-16 Exhibit "A" Scope of Services The CONSULTANT will provide various professional services relating to real estate consulting services. Such services may include, but is not limited to the following: A. Brokerage Services: If tasked, the CONSULTANT Will act as an intermediary between the County and property owner for the purpose. Of buying and selling real estate. B. General Consulting Services: The CONSULTANT may be tasked with providing their expert opinion; market analysis, guidance regarding Statutory requirements as they may apply to best use of public. property along with genera I I consulting . ,services of an unspecified, nature that are consistent With real estate industry best practices and in accordance with established local, state and federal guidelines. C. Leasing Scope of Services If tasked, the CONSULTANT will act as the County7s, leasing .agent for third party leased space/property, providing services including, but not necessarily limited to, the following: 1. Prepare and implement a marketing plan for the buildi,ng�s available vacant space. 2. Identify, solicit and.recommend prospective tenants, through the CONSULTANT'S own efforts and in cooperation with tenant brokers: 3. Verify the background, suitability, financial viability and creditworthiness of prospective tenants,. 4. Negotiate lease terms and conditions With prospective tenants. 5. Negotiate renewal terms and conditions with existing tenants. 6. Coordinate lease preparation and execution. 7. Provide regular reports of leasing efforts/status and_ relevant market conditions. 8. Provide all other services as required in the normal. course of business in managing the building's leasing program. D. Property Management Services; If tasked, the CONSULTANT'S' services may include all aspects of building management and operations. Services may include, but are not limited to,, the following: I Tenant management, including lease administration/enforcement; tenant communications; rent collection; escalations/operating expense administration; and all related tenant services and issues. 2. Coordination of Tenant build -out, improvements and other capital improvements. 3. Eiigificerifig services, including the operation, maintenance, and repair of 1-leating, Ventilation ilation & Air Conditioning systems; Electrical systems; and lighting; Plumbing; Fire/Life Safety systems; Elevators; and all. other, building systems, equipment, envelope, exterior, grounds, and structural elements. 4. Jariftorial/dustodial services, including, trash removal; carpet cleaning; window washing; pest control, and related services. Rev 07-1614 S: Procurement of all goods and services required for the management and operation of the leased:space;and common areas associated with the lease space, using competitive bidding processes for vendor evaluation and .selection, Common areas associated with the parking garage will be maintained by the COUNTY. The COUNTY reserves the right negotiate maintenance of common areas adjacent to the lease space but also used by parking garage operations. 6. Managementladmi"nistration of contracts with vendors, utility companies, and others as required, (assuming the cost of these utilities are included in the rents collected) 7. Regulatory/legal compliance, coordination and reporting with city, state and federal agencies, as required., 8. Compliance with a budget approved by the COUNTY for all goods, services and activities related to building operations and management. 9. Complete accounting and record keeping for all expenses incurred, income and other revenue received. 1) Submission of monthly reports .detailing building operation and expenses, maintenance activities; tenant issues; new and/or expiring leases; and other information as'required by the COUNTY. 10. All other services. as required in the ordinary course of business in managing and operating the building. Rev 15 07.2036 Exhibit "B" SAMPLE TASK Ai. THORIZ010N FORM Osceola County Task Authorization, In accordance with ,the,terms'drid `and' of the Agreement ref.: LOI-18-9796-KR, dated XX-XX-XXXX, the patties hereto agree to perform the work itemized below. Date: CONSULTANT: NOTE! THE CONTRACTORICONSULTANT MAY NOT BEGIN WORKUNTIL.A SIGNED PURCHASE ORDER IS DELIVtRD TO THE CONTRACTORICONSULTANT. Rev 07-1616 f.go. TaskAufhorizaCson ggc&M shall include: Attachment A - Scope of Work. Attachment 8- Price Breakdown Attachment C - Schedule Attachment 0 — Sub -Consultants Recommended By: Date: Department Administrator or delegate Reviewed By: Date: County Attorney or delegate 1 fqir pLoiects in excess of $50,000) Reviewed By: Date: Commission -Auditor or delegate (for projects in excess of $100,000) ContractortConsultant Approved County Manager or D,el---*- Approval Name (print) Name (print) Signature: Signature: Date: Date: Rev 07-1616 1. The COUNTY will. request-wTitten proposals from the CONSULTANT for each individual project. The task authorization' form will include a summary of the proposed project, identifying the proposed project -manager and shall include thef6llo 'wing attachments at a minimum: Attachment A —,Scope of Work, Attachment B. — Price Breakdown, Attachment C — Schedule and,Attachrrient D — Sub -Consultants. 2. Projects will be assigned, to the individual firms based on current workload, schedule, availability and expertise, in,the COUNTY'S sole discretion. Rcv17 OT2016 Exhibit "C" Fee Schedule Managementfee for RENTAL, Property e " iA �Q Leasing Fee VACANT UNIT FEE Set Up fee Eviction General Sales Commission 2 % of the gross sale, or, purchase price, and the Hourly Consulting Fee stated below, subjecf4o limitation by COUNTY in the Task Authorization Order Form approved for each project, or property. Houilv Consultina Fee Schedule (President/Principal), $125.00 Market Analysis $125.00 Broker Price Opinion $125.00 Project Manager $125.,00 Financial Manager Construction Supervisor Project Coordinator/ Property Manager Bookkeeper AdmiriistrAtive/Clerieal. TV!F:f`AM r1D ITT• III CERTIFICATE OF LIABILITY INSURANCE ° 11105 2020 ' 111a5/2a2a THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer MLS to the certificate holder in lieu of such endorsemen s . PRODUCER 407-831-6599 Global insurance Svcs., Inc. 291 Live Oak Blvd. Casselberry, FL 32707 CL Orlando (MT) MIAM Michelle Trombly PHONE 407-831-6599 tFS 407-831-0045 AI No Sell: AIC, No E I mtrom y servlces.net X IING COVERNE.Cit IN A: Continental Casualpt Co. 09165 04/01/2021 INSURED The Triece Company 5037 Bella Terra Drive Venice, FL 34293-6077 INSURER B: National Fire Ins. of Hartford 01505 INSURER c: INSURER D: INSURER E: PRODUCTS - OMPIOP AGG S 4,000,000 INSURER F: B COVFRAGFS r:FRTII:IrATF MI IMRFR- pCVlClntu Mi I"MCM. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. fTR WSR I TYPE OF INSURANCE AODL SUB POLICY NUMBER POLICY EFF POLICY EXP ryYyyy LIMITS A X COMMERCIAL GENERAL LIABILITY cLaINIs MAGE J OCCUR X 86045307694 04/01/2020 04/01/2021 EACH OCCURRENCE 5 2,000,000 oAMAcaE rO RENTED 300,000 MED P (Any one Teen $ 10,000 PERSONAL & ADV INJURY S 2,000,000 ENL AGGRE LIMIT APPLIES PER: POUCY " )ER& D LOC OTHER: ERAL AGGREGATE 4'000,000 PRODUCTS - OMPIOP AGG S 4,000,000 S B AUTOMOBILE X LIABILITY ANY AUTO OWNS ONLY SCHAUTEDULED AUTOS Ap pyyNEp AU7QS ONLY X AUTOS ONLY BUA6021448307 04/01/2020 0410112021 COMBINED SINGLE LIMIT 1,000,008 BODILY INJURY Per person) BODILY iN RY dent S OP OPERTY GE $ UMBRELLA I" EXCESS UAB OCCUR CLAIMS40DEAGGREGA EACH TE DED RETENTION S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN NEER/EXECUTIVE ENiA ANY CPEROPPREIETOERR/PEXCLUDED? LT %R (M�datary .%%R s, d��cr be under PER OTH- E.L.ACCIDENT DISEASE -EMPLOYEE LIMIT A Errors & Ommisions 27611898319 06/01/2020 06101/2021 per claim 1,000,000 OESCRIPTION OF OPERATIONS I LOCATION$ t VEHICLES (ACORO 101, Addltlotuq ROMMM Schedule, may be attached N more space Is required) City of Sanford additional insured status with regard to the general liability as required by written contract in accordance with attached form#SB146932-E (ed 06-11) CFRTIFICATF Hni nFR f%AMI-=1 I ATI^KI CITYSAN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Sanford ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 1788 AUTHORIZED REPRESENTATIVE Sanford, FL 32772-1788 AGORD 25 (2016/03) 01988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD The Triece Company Piggyback Contract (PBA 20/21-16) (Real Estate Brokerage And Consulting Services) The City of Sanford ("City') enters this "Piggyback" Contract with The Triece Company, a Florida corporation (hereinafter referred to as the "Vendor"), whose principal and mailing address is 5037 Bella Terra Drive, Venice, Florida 34293, 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 term contract with the government of Osceola County, Florida, said contract being identified as "Agreement For Real Estate Brokerage And Consulting Services" (assigned a procurement number being LOI-18-9796-KR) relating to the procurement of real estate brokerage and consulting services and related goods and services, as may have been amended, in order for the Vendor to provide goods and services relating to the City's need for real estate brokerage and consulting services and related goods and services (said original contract being referred to as the "original government contract" which is based upon procurement activity conditions). (2). The original government contract documents are incorporated herein by reference and 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. 11 P a g e (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). Same insurance requirements with the City being the beneficiary of the coverages required. (c). Notwithstanding anything in the original government contract to the contrary, the City's terms and conditions relating to the issuance of purchase orders or work orders, or referenced in such documents, shall prevail over any inconsistent provisions of the original government contract. (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, City Hall, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Marisol Ordohez, Purchasing Manager, Finance -Purchasing Division, City Hall, 300 North Park Avenue; Sanford, Florida 32771, 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 2 1 P a g e 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). Notwithstanding any other provision in the original government contract to the contrary, the Vendor shall provide the City with most favored nation pricing. (h). 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. (i). Public Records Requirements. (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) 688-50121 3 1 P a g e TRACI HOUCHIN, MMC, FCRM, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 327711 TRACI. HOUCHIN@SANFORDFL.GOV. (11). In order to comply with Section 119.070 1, 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 this 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. 4 1 P a g e (111). If the Vendor does not comply with a public records request, the City shall enforce the provisions of this Contract in accordance with the terms and conditions of this Contract. (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. 0). 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 on the last date of a signatory hereto as set forth below. 51 Page Witnesses: ff gyp/ Witness Signature Printed Name: 6 (6( i re. Attest: Traci Wjn, City Clerk'MMC FCR' Approved as to form and legal sufficiency. _A"rfi-L7C-oIbert City Aft-rq�Y lZOAMIz- /V'6)� Cb/ The Triece Company, a Florida co O By: Steven M. Triece Sole Corporate Officer Date: -/0 eZ 0 2 -0 City Of Sanford By: Art Woodruff, Mayor Date: 12- -Z r , Exhibit "N' [Attach original government contract documents] 7 1 P a g e