Loading...
2299 PBA 19/20-88 Bulk Mulch piggyback w/Florida MulchA Wo 777 FINANCE DEPARTMENT W' U11117'Eill 1101,134 111 To: City Clerk/Mayor RE: PBA 19/20-88 Bulk Mulch The item(s) noted below is/are attached and forwarded to your office for the following action(s) F-1 Development Order Mayor's signature F-1 Final Plat (original mylars) Fj Recording ❑ Letter of Credit F-1 Rendering F-1 Maintenance Bond Safe keeping (Vault) F-1 Ordinance ❑ Deputy City Manager F-1 Performance Bond ❑ Payment Bond F-1 Resolution Fj City Manager Signature El F-1 City Clerk Attest/Signature F-1 City Attorney/Signature Once completed, please: L Return originals to Purchasing- Department ❑ Return copies Special Instructions Less than 50k per year, Piggybacking Brevard County's Contract I �,� 6�a,0Lzi4e--,- From SliarePoint—Finatice—ilurchasiiig_Foriiis - 2018.doc Date Florida Mulch, Inc. Piggyback Contract (PBA 19/20-88) (Bulk Mulch With Delivery And Install) The City of Sanford ("City") enters this "Piggyback" Contract with Florida Mulch, Inc., a Florida corporation (hereinafter referred to as the "Vendor"), whose principal address 4754 Kenansville Road, Saint Cloud, Florida 34773, and whose mailing address is Post Office Box 110189, Palm Bay, Florida 32911-0189, 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 Brevard County, Florida, said contract being identified as "Bulk Mulch With Delivery And Install (8-4-20-49)", as may have been amended, in order for the Vendor to provide bulk mulch with delivery and installation goods and services relating to the City's various projects (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. (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). 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, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Marisol Ordohez, Purchasing Manager, Finance -Purchasing Division, 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 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 IN 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 1-14malliggloiiiiiii 4*01014*1 VA"I dET'Le�I[SMI don IMEM41N, tdzT—IT4& �0191,41 Illf—M& M d CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CMC, FCRM, CITY CLERK, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, 9 SANFORD, FLORIDA 327715 UTILTMWAMMQ ZIRMILTS MA (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. M (III). 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. (j). 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. SIGNATURE BLOCKS FOLLOW: Entered this day of tem. Florida Mulch, corporation. Attest: Traci Houchin, City Clerk, MMC, -FCRM �-- ® vu--,-. - I a; &-� 5 Inc., a Florida I F®R 9 0,10 M - MAIN -Mal Sole Corporate Officer -7 Date: 7 City Of Sanford Exhibit "A" [Attach original government contract] ME Purchasing Services NOTICE OFAWARD June 25.2O2O B-4-20-49 / Bulk Mulch With Delivery And Install PROCUREMENT ANALYST: Summer Wyllie Purchasing Services 2725Judge Fran Jamieson Way Building C, Room 303 Viera, Florida 32940 CONTRACTOR CONTRACTOR I CITY AND STATE MEETS MINIMUM ITEMS I AWARD AMOUNT AWARDED aEQUIREMENTS Florida Mulch, Inc. Palm Bay, FL YES ALL $37-00 / cubic yard 1 $59,385.00 Annually Consolidated Resource Recovery, Inc. Sarasota, FL Statement of No Bid [l BOARD /ANARD—AGENDAATTACHED Z APPROVED AWARD (NON-BOARDA@ENDA): (Per Sections UiE.&Uii&J,BCC-25, PROCUREMENT) Steven A.DodinDJr..Central Services Director 0 Award to overall lowest, most responsive bidder, minimum three responses received, [] Award to other than low, with low bid being nmn-maponmive. Z Award to low bid, less than three responses received. -'-'-'-'-----''------''--'-''-''--'---'---------------'-----------'---'---'--'''----'- AVVARDEDBYACOyN[NDl7EECONSiSTNQDF:JauonKeUy.PublioVVurke;SummarVVy|ke.PurchoongServioeo Stephanie Reynolds, Purchasing Services. FOR PURCHASING USE ONLY: 1771 ONE-TIME PURCHASE (� ANNUAL BID: EFFECTIVE DATE: June 25.2O2O ENDING DATE: June 24.2O23 RENEWAL OPTION F-1 One year M Other: Two (2), one (1) year renewals [] Prompt Payment Discount Offered [] (Terms) NK0 [] Performance and payment bonds received with construction contract documents El Release Cashier's or Certified Check Received for Bid Deposit on Bids Please provide certificate ofinsurance. El Please provide performance and payment bonds osrequired. Phone (321) 617-7390 9 http://www.brevardfl.gov/CentralServices/Purchasing