Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2014-067 SUPPLIER AGREEMENT FOR THE COLLECTION, RECYCLING AND PROPER
DISPOSAL OF USED OIL, USED OIL FILTERS,USED ANTIFREEZE, SLUDGE,
PADS AND OIL ABSORBENTS
THIS AGREEMENT, made and entered into this $ day of 2014,
A.D., by and between the City of Clermont 685 West Montrose St t, C ont, Florida
(hereinafter referred to as "CITY"), and PETROTECH SOUTHEAST, INC., 23800
County Road 561, Astatula, FL, 34705 (hereinafter referred to as "SUPPLIER").
WHEREAS, SUPPLIER has through the public procurement process entered into an
agreement with the Lake County B.C.C., FL for the provision of collection, recycling and
proper disposal of used oil, used oil filters, used antifreeze, sludge, pads and oil
absorbents.
WHEREAS, based on SUPPLIER's response, Lake County B.C.C. awarded a contract to
SUPPLIER under the terms of ITB 14-0625;
WHEREAS, CITY desires to utilize the SUPPLIER's approved bid with the Lake County
B.C.C. in accordance with CITY's procurement policy; and
WHEREAS, SUPPLIER desires to enter into a contract with CITY based on the terms
and conditions of the Lake County B.C.C. contract 14-0625.
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I - SCOPE OF WORK
The SUPPLIER shall furnish the services as described in the Lake County B.C.C.
contract 14-0625 which is attached hereto and incorporated herein as Exhibit "A" and
shall do everything required by this Agreement and the other Agreement Documents
contained in the specifications, which are a part of these Documents. Provided, however,
that nothing herein shall require CITY to purchase or acquire any items or services from
SUPPLIER. To the extent of a conflict between this Agreement and Exhibit "A", the
terms and conditions of this Agreement shall prevail and govern.
ARTICLE II -THE CONTRACT SUM
CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set
forth in the Agreement documents and the Unit Pnce Schedule an amount in accordance
with the compensation schedule set forth in Exhibit 'B', attached hereto and incorporated
herein.
ARTICLE III—TERM AND TERMINATION
1. This Agreement is to become effective upon execution by both parties, and
shall remain in effect until June 30, 2015, unless renewed as set forth above or
1
terminated as provided for herein. At the option of CITY, this Agreement
may be extended thereafter for four(4) additional one(1) year terms.
2. Notwithstanding any other provision of this Agreement, CITY may, upon
written notice to SUPPLIER, terminate this Agreement if: a) without cause
and for convenience upon thirty (30) days written notice to SUPPLIER b)
SUPPLIER is adjudged to be bankrupt; c) SUPPLIER makes a general
assignment for the benefit of its creditors; d) SUPPLIER fails to comply with
any of the conditions of provisions of this Agreement; or e) SUPPLIER is
experiencing a labor dispute, which threatens to have a substantial, adverse
impact upon performance of this Agreement, without prejudice to any other
right or remedy CITY may have under this Agreement. In the event of such
termination, CITY shall be liable only for the payment of all unpaid charges,
determined in accordance with the provisions of this Agreement, for work,
properly performed and accepted prior to the effective date of termination.
ARTICLE IV - COMMENCEMENT AND COMPLETION OF WORK
The SUPPLIER shall provide all items in the timeframe as set forth in the applicable
purchase order.
ARTICLE V - PAYMENTS
In accordance with the provisions fully set forth in the General Conditions, SUPPLIER
shall submit a payment request by the third (3rd) day of each calendar month for items
provided during the preceding calendar month. CITY shall make payment to the
SUPPLIER, within thirty(30) calendar days, on the basis of a duly certified and approved
payment invoice by the CITY for items provided and accepted by the CITY.
ARTICLE VI—DISPUTE RESOLUTION - MEDIATION
1. Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
2. The CITY and SUPPLIER shall endeavor to resolve claims, disputes and other
matters in question between them by mediation.
3. The parties shall share the mediator's fee and any filing fees equally. The
mediation shall be held in Clermont, Lake County, Florida, unless another
location is mutually agreed upon. Agreements reached in mediation shall be
enforceable as settlement agreements in any court having junsdiction thereof
ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER
1. Worker's Compensation Insurance - The SUPPLIER shall take out and
maintain during the life of this Agreement Worker's Compensation Insurance for all his
2
employees connected with the work of this Project and, in case any work is sublet, the
SUPPLIER shall require the subSUPPLIER similarly to provide Worker's Compensation
Insurance for all of the latter's employees unless such employees are covered by the
protection afforded by the SUPPLIER. Such insurance shall comply with the Flonda
Worker's Compensation Law. In case any class of employees engaged in hazardous work
under this Agreement at the site of the Project is not protected under the Worker's
Compensation statute, the SUPPLIER shall provide adequate insurance, satisfactory to
the CITY, for the protection of employees not otherwise protected.
2. SUPPLIER's Public Liability and Property Damage Insurance - The
Contactor shall take out and maintain during the life of this Agreement Comprehensive
General Liability and Comprehensive Automobile Liability Insurance as shall protect it
from claims for damage for personal injury, including accidental death, as well as claims
for property damages which may arise from operating under this Agreement whether
such operations are by itself or by anyone directly or indirectly employed by it, and the
amount of such insurance shall be minimum limits as follows:
(a) SUPPLIER's Comprehensive General, $1,000,000 Each
($2,000,000 aggregate)
Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
(b) Automobile Liability Coverages, $1,000,000 Each
Bodily Injury& Property Damage Occurrence,
Combined Single Limit
(c) Excess Liability, Umbrella Form $2,000,000
Each Occurrence, Combined Single Limit
Insurance clause for both BODILY INJURY AND PROPERTY
DAMAGE shall be amended to provide coverage on an occurrence basis.
3. SubSUPPLIER's Public Liability and Property Damage Insurance - The
SUPPLIER shall require each of his subSUPPLIERs to procure and maintain during the
life of this subcontract, insurance of the type specified above or insure the activities of his
subSUPPLIERs in his policy, as specified above.
4. Indemnification Rider
(a) To cover to the fullest extent permitted by law, the SUPPLIER shall
indemnify and hold harmless the CITY and its agents and employees
from and against all claims, damages, losses and expenses, including
but not limited to attorney's fees, arising out of or resulting from the
performance of the Work, provided that any such claim, damage, loss
or expense (1) is attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible property (other than the
Work itself) , and (2) is caused in whole or in part by any negligent act
or omission of the SUPPLIER, any subSUPPLIER, anyone directly or
indirectly employed by any of them or anyone for whose acts any of
3
them may be liable, regardless of whether or not it is caused in part by
a party indemnified hereunder. Such obligation shall not be construed
to negate, abridge, or otherwise reduce any other right to obligation of
indemnity which would otherwise exist as to any party or person
described in this Article.
(b) In any and all claims against the CITY or any of its agents or
employees by any employee of the SUPPLIER, any subSUPPLIER,
anyone directly or indirectly employed by any of them or anyone for
whose acts any of them may be liable, the indemnification obligations
under this Paragraph shall not be limited in any way by any limitation
on the amount or type of damages, compensation or benefits payable
by or for the SUPPLIER or any subSUPPLIER under workers' or
workmen's compensation acts, disability benefit acts or other
employee benefit acts.
(c) The SUPPLIER hereby acknowledges receipt of ten dollars and other
good and valuable consideration from the CITY for the
indemnification provided herein.
ARTICLE VIII -NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid, or by nationally recognized overnight
couner service to the address of the party set forth below. Any such notice shall be
deemed given when received by the party to whom it is intended.
SUPPLIER: Petrotech Southeast, Inc.
23800 County Road 561
Astatula, FL 34705
Attn: Jason W. Yates, Vice President
CITY: City of Clermont
685 W. Montrose Street
Clermont, FL 34711
Attn: Darren Gray, City Manager
ARTICLE IX—MISCELLANEOUS
1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret
any provision of this agreement, the prevailing party shall be entitled to recover
such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any
appeal, in addition to all other sums provided by law.
4
2. Waiver. The waiver by city of breach of any provision of this agreement shall not
be construed or operate as a waiver of any subsequent breach of such provision or
of such provision itself and shall in no way affect the enforcement of any other
provisions of this agreement.
3. Severability. If any provision of this agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision,
or part thereof, shall be deleted or modified in such a manner as to make the
agreement valid and enforceable under applicable law, the remainder of this
agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this agreement shall be valid and
enforceable to the fullest extent permitted by applicable law.
4. Amendment. Except for as otherwise provided herein, this agreement may not be
modified or amended except by an agreement in wnting signed by both parties.
5. Entire Agreement. This agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous agreements between the parties with respect to the
performance of services by SUPPLIER.
6. Assignment. This agreement is personal to the parties hereto and may not be
assigned by SUPPLIER, in whole or in part, without the prior written consent of
city.
7. Venue. The parties agree that the sole and exclusive venue for any cause of
action arising out of this agreement shall be Lake County, Florida.
8. Applicable Law. This agreement and any amendments hereto are executed and
delivered in the State of Florida and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida.
9. Records. SUPPLIER expressly understands and acknowledges that any and all
documents related to the services provided herein, may be considered records that
are subject to examination and production in accordance with Florida's Public
Records Law. SUPPLIER expressly agrees that it will comply with all
requirements related to said law and that it will hold CITY harmless, including
attorney fees and litigation costs, for any such disclosure related to Florida's
Public Records Law.
ARTICLE X -AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this
Agreement as if herein repeated.
5
Document Precedence:
1 1. This Agreement
2. Notice to Proceed or Purchase Order
3. CITY's Purchasing Policy
4. All documents contained in the Lake County B.C.C. contract No. 14-0625.
1
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this e day of 2014.
City of Clermont
:-,-'4-,,,,, _..:;:::- , --aro'd S:Turville, Jr., Mayor
_`,' e`' - --, Attest:°`
' -P, ; -. ,Tracy`Ackroyd City Clerk
---„,a>
4R,�1RR.....m R
Petrotech Southeast, Inc.
By: ,. ... _ � ■■ -
--/,17-5--,-,..,../--v -- i•271 s''.5/5/4
Printed Name and Title
Attest:
.rporat:1 ecre
SIC 0 . /(,' c 4-e-s; 4t
(Name Printed or Typed)
6
EXHIBIT A
LAKE COUNTY
FLORIDA
CONTRACT NO. 14-0625
for Collection, Recycling and Proper Disposal
of Used Oil, Oil Filters, Used Antifreeze, Sludge, Pads
LAKE COUNTY, FLORIDA,a political subdivision of the state of Flonda,its successors and assigns through
its Board of County Commissioners(hereinafter"County")does hereby accept,with noted modifications, if
any, the bid of Petrotech Southeast, Inc. (hereinafter "Contractor") to supply collection, recycling, and
disposal services of used oil,filters,antifreeze,sludge, pads to the County pursuant to County Bid number
14-0625 (hereinafter"Bid"), addenda nos N/A,opened May 7, 2014 and Contractor's Bid response dated
May 7, 2014, thereto with all County Bid provisions governing.
A copy of the Contractor's signed Bid is attached hereto and incorporated herein,thus making it a part of
this Contract except that any items not awarded have been struck through The attachments noted below(if
any) are attached hereto and are also made a part of this Contract
Attachments: none
No financial obligation under this contract shall accrue against the County until a specific purchase
transaction is completed pursuant to the terms and conditions of this contract.
Contractor shall submit the documents hereinafter listed prior to commencement of this Contract Insurance
Certificate.
The County's Procurement Services Manager shall be the sole judge as to the fact of the fulfillment of this
Contract, and upon any breach thereof, shall, at his or her option,declare this contract terminated, and for
any loss or damage by reason of such breach,whether this Contract is terminated or not, said Contractor
and their surety for any required bond shall be liable.
This Contract is effective from July 1, 2014 through June 30, 2015 except the County reserves the nght to
terminate this Contract immediately for cause and/or lack of funds and with thirty(30)day written notice for
the convenience of the County. This Contract provides for four(4)one(1)year renewals at Lake County's
sole option at the terms noted in the Bid.
Any and all modifications to this Contract must be in writing signed by the County's Procurement Services
Manager.
LAKE COUNTY, FLORIDA
By WAAL--
Senior Contracting Officer
Date: to- 1O- 2-019
Distribution. Original-Bid File
Copy-Contractor
Copy-Department
"Earning Community Confidence Through Excellence in Service"
Office of Procurement Services 315 W. Main, Suite 441 P.O.Box 7800
Tavares, Florida 32778-7800 Ph(352)343-9839 Fax(352)343-9473
i LAKE COUNTY FLORIDA
i ITB #14-0625
Collection, Recycling and Proper Disposal of Used
i , Oil, Used Oil Filters, Used Antifreeze, Sludge, Pads
and Oil Absorbents
Due Date: May 7, 2014 @ 3:00 PM
0.
Presented by
PETROTECH SOUTHEAST, INC.
i 23800 County Road 561
Astatula, FL 34705
407-656-8114
l .
1 _
I
1 ...IOW
LAKE COUNTY
IFLORIDA
I INVITATION TO BID(ITB)
COLLECTION,RECYCLING AND PROPER DISPOSAL OF
USED OIL,USED OIL FILTERS,USED ANTIFREEZE,SLUDGE,PADS AND OIL
r ABSORBENTS
I ITB Number: 14-0625 Contracting Officer: D.Villinis
I Bid Due Date: May 7,2014 Pre-Bid Conf.Date: Not Applicable
Bid Due Time: 3:00 p.m. ITB Issue Date: April 9,2014
I 1:TABLE CONTENTS o—— — — — —-- --_
SECTION 1: Special Terms and Conditions 2-13
SECTION 2: Statement of Work 14-15
I SECTION 3. General Terns and Conditions 16-19
SECTION 4: Pricing/Certifications/Signatures 20-23
SECTION 5: Attachments 24-27
ISPECIFIC SOLICITATION REQUIREMENTS ARE AS NOTED BELOW:
Proposal and/or Performance Bond. Not applicable for this solicitation
ICertificate of Competency/License: See Section 1.18
Indemnification/Insurance: See Section 1.8
Pm-Bid Conference/Walk-Thru: Not applicable for this solicitation
IAt the date and time specified above, all bids that have been received in a timely manner will be
opened, recorded, and accepted for consideration. The names of the bidders submitting bids will be
read aloud and recorded. The bids will be available for inspection during normal business hours in the
C Office of Procurement Services thirty (30) calendar days after the official bid due date. When counter-
signed by an authorized County representative,this document and any specifically identified attachments
may form the contract document binding the parties to all performance specified herein.
I I Vendors shall complete and return the entirety of this ITB Document, and attach all other
information requested in this ITB document(See Provision 1.13). Failure to sign the bid response,
or to submit the bid response by the specified time and date,may be cause for rejection of the bid.
Ii NO-RESPONSE REPLY
If any vendor does not want to respond to this solicitation at this time, or, would like to be removed from Lake
County's Vendor List,please mark the appropnate space,complete name below and return this page only.
I ❑ Not interested at this time; keep our firm on Lake County's Vendors List for future solicitations for this
product/service
I ❑ Please remove our firm from Lake County's Vendor's List for this product/service.
Complete the following infonnation:
I Company Name: VENDOR IDENTIFICATION
Phone Number:
E-mail Address: Contact Person:
1 1 1
i S
SECTION 1—SPECIAL TERMS AND CONDITIONS ITB Number. 14-0625
Section 1.1: Purpose
The purpose of this solicitation is to establish one or more contracts for the collection, recycling
and proper disposal of used oil, used oil filters, used antifreeze, sludge, pads and oil absorbents,
and fluids as needs are determined by the County's various departments and all P.O.O.L
(Purchasing Officials of Lake)entities.
This is an indefinite quantity term contract with no guarantee services will be required.
Neither the County nor any P.O.O.L. entity guarantee a minimum or maximum dollar
amount (if any) to be expended or a quantity volume for any item, on any contract(s)
resulting from this Invitation to Bid. This contract is a revenue generating contract for
( Lake County and other P.O.O.L. entities whereby the vendor is paying the County/Entity
for some items.
P.O.O.L. entities that may participate in this action include the Lake County Board of County
[ Commissioners, Lake County School Board, Lake County Sheriff's Office, Lake Sumter
Emergency Medical Services, Lake County Water Authority, Cities of Clermont, Eustis,
Fruitland Park, Groveland, Leesburg, Mascotte, Minneola, Mount Dora, Tavares, Umatilla and
the Towns of Astatula,Lady Lake and Montverde.
I , NOTE: There are no guarantees that the aforementioned entities will participate. However no
bid shall be considered unless services to all entities are contemplated by the bidder. An award
shall be made by the County.
The County is acting as"Solicitation Agent"for the identified entities and shall not be held liable
for any cost, damages, etc. incurred by any entity should they enter into any resultant contracts
derived from this bid request. The County has the sole authority to modify the contract.
Each entity will issue its individual order by phone, fax, entity purchasing card, purchase order
or contract throughout the contract period as said needs are determined. Each entity will schedule
and expedite its own orders and will be billed separately.
I All participants will seek their own remedy with the contractor if any disposal service does not
comply with or meet standards requested.
All controversies relating to specifications or other provisions of the bid request and the
evaluation of bids or to subsequent contractual matters including failure to comply with
deliveries of specifications is the responsibility of the County. Any other controversies with
which the County has no control, should not be accountable,or have to resolve, such violation of
the contractual conditions, including late payment on the part of other participating entities, shall
be resolved with that entity and the vendor.
Section 1.2: Designated Procurement Representative
Questions concerning any portion of this solicitation shall be directed in writing [fax and e-mail
accepted] to the below named individual who shall be the official point of contact for this
solicitation. To ensure reply, questions should be submitted no later than five (5) working days
I . 2
I
SECTION 1—SPECIAL TERMS AND CONDITIONS ITB Number. 14-0625
1
1
9 before the bid due date.
Donna Villinis,CPPB, Senior Contracting Officer
Lake County BCC
Office of Procurement Services
315 W.Main Street,Room 441
PO BOX 7800
Tavares,FL 32778-7800
1
1 Phone : 352.343.9839
Fax : 352.343.9473
E-mail: dvillinis @lakecountyfl.gov
No answers given in response to questions submitted shall be binding upon this solicitation
unless released in writing as an addendum to the solicitation by the Lake County Office of
Procurement Services.
t Section 1.3: Method of Award
As the best interests of the County may require, the County reserves the right to make award(s)
1 on a lowest price basis by individual item, group of items, all or none, or a combination thereof;
B with one or more vendor(s); to reject any and all offers or waive any minor irregularity or
technicality in bids received. The awarded vendor(s)will be given the details of the participating
1 entities, including site locations and contact personnel and information.
Section 1.4: Pre-Bid Conference
Not applicable to this solicitation.
1 Section 1.5: Term of Contract
t
6
This contract shall commence on the first calendar day of the month succeeding approval of the
contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the
Notice of Award Letter distributed by the County's Office of Procurement Services; and
contingent upon the completion and submittal of all required pre-award documents. The initial
I contract term shall remain in effect for twelve (12) months, and then the contract will remain in
t effect until completion of the expressed and/or implied warranty period. The contract prices
resultant from this solicitation shall prevail for the full duration of the initial contract term unless
l otherwise indicated elsewhere in this document.
Section 1.6: Option to Renew
$ The County shall have the option to renew this contract for four (4) additional one (1) year
period(s). Prior to the expiration of each term, the vendor will be notified if the County intends
1 to renew the contract for an additional year. The vendor shall maintain, for the entirety of the
E stated additional period (s), the same prices, terms, and conditions included within the originally
awarded contract. Continuation of the contract beyond the initial period, and any option
t
( 3
i
,
1
I
SECTION 1—SPECIAL TERMS AND CONDITIONS ITB Number 14-0625
1
1 subsequently exercised, is a County prerogative, and not a right of the vendor. This prerogative
I may be exercised only when such continuation is clearly in the best interest of the County.
f Section 1.7: Method of Payment -Payments by the County/Entity
1 The County and P.O.O.L. entities shall provide periodic payments for services rendered by the
vendor. In order for the County to provide payment,the vendor shall submit a fully documented
invoice that provides the basic information set forth below. The invoice shall be submitted to the
appropriate County department within thirty (30) calendar days after the service has been
rendered. It shall be understood that such invoices shall not be submitted for payment until such
time as the service has been completed and a County representative has reviewed and approved
the service.
All invoices shall contain the contract and/or purchase order number, date and location of
delivery or service, and confirmation of acceptance of the goods or services by the appropriate
County or P.O.O.L. representative. Failure to submit invoices in the prescribed manner will
delay payment, and the vendor may be considered in default of contract and its contract may be
terminated. Payments shall be tendered in accordance with the Florida Prompt Payment Act,
Part VII,Chapter 218,Florida Statutes.
Section 1.7.1: Method of Payment -Payments by the Vendor
The County/Entity shall email invoices to the vendor's designee Vendor will have thirty (30)
Icalendar days to pay invoice from date of email. Invoices shall include all necessary information
needed by vendor and County/Entity in order to appropriately process. County's checks shall be
made out to Lake County Board of County Commissioners or Lake County BCC and mailed to
Lake County BCC, Attention Finance, PO Box 7800, Tavares, FL, 32778. The vendor will be
given instructions for payments by each of the other P.O.O.L. Entities for their payments.
FSection 1.8: Insurance
Each vendor shall include in its solicitation response package proof of insurance capabilities,
including but not limited to, the following requirements. [This does not mean that the vendor
must have the coverage prior to submittal, but, that the coverage must be in effect prior to a
purchase order or contract being executed by the County.]
4
€ An original certificate of insurance, indicating that the awarded vendor has coverage in
accordance with the requirements of this section, shall be furnished by the vendor to the
I Contracting Officer within five (5) working days of such request and must be received and
accepted by the County prior to contract execution and/or before any work begins.
I The vendor shall provide and maintain at all times during the term of any contract, without cost
i or expense to the County, policies of insurance, with a company or companies authorized to do
business in the State of Florida, and which are acceptable to the County, insuring the vendor
4 against any and all claims, demands or causes of action whatsoever, for injuries received or
1 damage to property relating to the performance of duties, services and/or obligations of the
vendor under the terms and provisions of the contract The vendor is responsible for timely
i
4
4
1
SECTION 1—SPECIAL TERMS AND CONDITIONS ITB Number: 14-0625
provision of certificate(s) of insurance to the County at the certificate holder address evidencing
conformance with the contract requirements at all times throughout the term of the contract.
Such policies of insurance, and confirming certificates of insurance, shall insure the vendor is in
accordance with the following minimum limits:
General Liability insurance on forms no more restrictive than the latest edition of the Occurrence
Form Commercial General Liability policy (CG 00 01) of the Insurance Services Office or
equivalent without restrictive endorsements,with the following minimum limits and coverage:
Each Occurrence/General Aggregate $1,000,000/2,000,000
Products-Completed Operations $2,000,000
Personal &Adv. Injury $1,000,000
Fire Damage $50,000
Medical Expense $5,000
Contractual Liability Included
Automobile liability insurance, including owned, non-owned, and hired autos with the following
minimum limits and coverage:
Combined Single Limit $1,000,000
Workers' compensation insurance based on proper reporting of classification codes and payroll
amounts in accordance with Chapter 440, Florida Statutes, and/or any other applicable law
requiring workers' compensation (Federal, maritime, etc.). If not required by law to maintain
workers compensation insurance,the vendor must provide a notarized statement that if he or she
I , is injured;he or she will not hold the County responsible for any payment or compensation.
Employers Liability insurance with the following minimum limits and coverage:
Each Accident $1,000,000
Disease-Each Employee $1,000,000
Disease-Policy Limit $1,000,000
Professional liability and/or specialty insurance (medical malpractice, engineers, architect,
consultant, environmental, pollution, errors and omissions, etc.) insurance as applicable, with
minimum limits of $1,000,000 and annual aggregate of$2,000,000. **For this solicitation,
Pollution Liability insurance is required with a minimum limit of $1,000,000 and annual
aggregate of$2,000,000.
The following additional coverage must be provided if a dollar value is inserted below:
Loss of Use at coverage value: $
Garage Keepers Liability at coverage value: $
5
SECTION 1—SPECIAL TERMS AND CONDITIONS 1TB Number: 14-0625
Lake County, a Political Subdivision of the State of Florida, and the Board of County
Commissioners, shall be named as additional insured as their interest may appear on all
applicable liability insurance policies.
The certificate(s) of insurance, shall provide for a minimum of thirty (30) days prior written
notice to the County of any change, cancellation, or nonrenewal of the provided insurance. It is
the vendor's specific responsibility to ensure that any such notice is provided within the stated
timeframe to the certificate holder.
If it is not possible for the Vendor to certify compliance, on the certificate of insurance, with all
of the above requirements, then the Vendor is required to provide a copy of the actual policy
endorscment(s)providing the required coverage and notification provisions.
Certificate(s) of insurance shall identify the applicable solicitation (ITB/RFP/RFQ) number in
the Description of Operations section of the Certificate.
Certificate holder shall be:
LAKE COUNTY,A POLITICAL SUBDIVISION OF THE STATE OF
FLORIDA,AND THE BOARD OF COUNTY COMMISSIONERS.
P.O. BOX 7800
TAVARES, FL 32778-7800
Certificates of insurance shall evidence a waiver of subrogation in favor of the County, that
coverage shall be primary and noncontributory, and that each evidenced policy includes a Cross
Liability or Severability of Interests provision, with no requirement of premium payment by the
County.
The Vendor shall be responsible for subcontractors and their insurance. Subcontractors are to
provide certificates of insurance to the prime vendor evidencing coverage and terms in
accordance with the Vendor's requirements.
All self-insured retentions shall appear on the certificate(s) and shall be subject to approval by the
County At the option of the County, the insurer shall reduce or eliminate such self-insured
retentions, or the vendor or subcontractor shall be required to procure a bond guaranteeing
payment of losses and related claims expenses.
The County shall be exempt from, and in no way liable for, any sums of money, which may
represent a deductible or self-insured retention in any insurance policy. The payment of such
deductible or self-insured retention shall be the sole responsibility of the Vendor and/or sub-
contractor providing such insurance.
Failure to obtain and maintain such insurance as set out above will be considered a breach of
contract and may result in termination of the contract for default
Neither approval by the County of any insurance supplied by the Vendor or Subcontractor(s), nor
a failure to disapprove that insurance, shall relieve the Vendor or Subcontractor(s) of full
6
SECTION 1—SPECIAL TERMS AND CONDITIONS ITB Number. 14-0625
responsibility for liability,damages, and accidents as set forth herein.
Note: The selected vendor(s) shall provide a separate Certificate of Insurance that
complies with the requirements stated above to each participating entity citing that entity
as a certificate holder.
Section 1.9: Bonding Requirements
Not applicable to this solicitation.
Section 1.10: Completion/Delivery
As specified in Statement of Work.
Section 1.11: Acceptance of Goods or Services
l The services(s)rendered under the contract will not be deemed complete until service(s) is (are)
accepted by the County or P.O.O.L Entities and shall be in compliance with the terms herein,
fully in accord with the specifications and of the highest quality.
Section 1.12: Warranty
Not applicable to this solicitation.
I _ Section 1.13: Delivery of Solicitation Response
Unless a package is delivered by the vendor in person, all incoming mail from the U.S. Postal
Service and any package delivered by a third party delivery organization (FedEx, UPS, DHL,
private courier, etc.) will be opened for security and contamination inspection by the Lake
County Clerk of the Circuit Court Mail Receiving Center in an off-site secure controlled facility
prior to delivery to any Lake County Government facility, which includes the Lake County
Office of Procurement Services.
1 To be considered for award, a bid or proposal must be received and accepted in the Office of
Procurement Services prior to the date and time established within the solicitation. A response
will not be considered for award if received in the Office of Procurement Services after the
official due date and time regardless of when or how it was received by the Lake County Clerk
of Court Mail Receiving Center. Allow sufficient time for transportation and inspection.
Each package shall be clearly marked with the applicable solicitation number, title,and company
name. Ensure that your bid or proposal is securely sealed in an opaque envelope/package to
provide confidentiality of the bid or proposal prior to the due date stated in the solicitation.
If you plan on submitting your bid or proposal IN PERSON,please bring it to:
LAKE COUNTY PROCUREMENT SERVICES
315 W. MAIN STREET
7
1
SECTION 1—SPECIAL TERMS AND CONDITIONS ITB Number: 14-0625
4TH FLOOR,ROOM 441
TAVARES,FLORIDA
If you submit your bid or proposal by the UNITED STATES POSTAL SERVICE (USPS),
please mail it to:
LAKE COUNTY PROCUREMENT SERVICES
PO BOX 7800
TAVARES,FL 32778-7800
If you submit your bid or proposal by a THIRD PARTY CARRIER such as FedEx, UPS, or a
private courier,please send it to:
LAKE COUNTY PROCUREMENT SERVICES
MAIL RECEIVING CENTER
32400 COUNTY ROAD 473
LEESBURG,FL 34788
Facsimile(fax)or electronic submissions(e-mail)will not be accepted.
Section 1.14: Completion Requirements for invitation to Bid
Vendors shall submit, as its bid submittal, the entire ITB document(all pages) with Section
4 and Attachment 1 completed as required. Two (2) signed original bids, two (2) complete
copies, and one (1) complete copy on CD or flashdrive of the bid shall be sealed and
delivered to the Office of Procurement Services no later than the official bid due date and
time. Any bid received after this time will not be considered and will be returned
unopened to the submitter. The County is not liable or responsible for any costs incurred by
any Bidder in responding to this ITB including, without limitation, costs for product and/or
service demonstrations if requested.
a
When you submit your bid, you are making a binding offer to the County and are agreeing to all
of the terms and conditions in this Invitation to Bid. Use only the form(s) provided in this
document. if you make any change to the content or format of any form, the County may
disqualify your offer. All information shall be legible and either written in ink or typewritten. If
you make a correction or change on any document, the person signing the bid proposal must
initial the change. The bid shall be manually signed in BLUE INK by an official authorized to
legally bind the Bidder to its provisions.
COMPLETION OF BID PACKAGE: The vendor shall complete all required entries in Section
4 of the bid form such as, but not limited to, pricing pages, signature, certifications, references,
and acknowledgement of any solicitation addenda. The vendor shall submit the entire
solicitation with all Section 4 entries completed in the number of copies specified to the address
specified in this solicitation. The vendor shall also submit any supporting documents (to include
proof of insurability and provision of bid bonds as required), samples, and/or descriptive
literature required by any of the provisions in Section 2 of the solicitation in a separate sealed
envelope / package marked "Literature for Bid 14-0625 " Do not indicate bid prices on
8
SECTION 1—SPECIAL TERMS AND CONDITIONS ITB Number. 14-0625
literature.
Specific Completion Directions:
Pricing shall be completed as directed within Section 4.
• Initial and date in BLUE INK the appropriate space(s) for each addendum you received for
this ITB.
Insert any prompt payment discount that you will offer. Note payment is NET 30 DAYS
otherwise.
. Complete all certifications included within Section 4 of the solicitation.
> Complete the reference information sheets (include at least three references)contained within
the solicitation
• Complete the vendor information, and sign the bid ON BLUE INK) in the spaces provided in
Section 4 of the solicitation.
• If insurance is required, submit either a certificate of insurance, or evidence of insurability,
that is in compliance with the stated insurance requirements.
Section 1.15: Additional Facilities and/or Entities may be Added
Although this solicitation and resultant contract identifies specific entities to be serviced, it is
hereby agreed and understood that any County department or P.O.O.L agency and/or facility
may be added to this contract at the option of the County. When required by the pricing
structure of the contract, vendor(s)under this contract shall be invited to submit price quotes for
these additional entity facilities. If these quotes are determined to be fair and reasonable, then
the additional work will be awarded to the current contract vendor(s) that offers the lowest
acceptable pricing. The additional site(s)shall be added to this contract by formal modification.
The County may obtain price quotes for the additional facilities from other vendors in the event
that fair and reasonable pricing is not obtained from the current contract vendors, or for other
reasons at the County's discretion.
Section 1.16: Administrative Reports
Consistent with the administrative needs of the County,certain relevant data regarding purchases
of goods and/or services under County contracts is to be gathered and maintained. Accordingly,
each vendor under this contract is to provide quarterly reports to the County as to the nature of
the goods and/or services purchased from them by the County during the preceding three
months.
The reports shall include the quantity,description and unit price(s)of the goods and/or services.
The reports are to be submitted in writing to:
Lake County Office of Procurement Services
Fleet Management Division
Attention: Keith Stevenson
PO Box 7800
9
SECTION 1—SPECIAL TERMS AND CONDITIONS ITB Number 14-0625
Tavares, FL 32778-7800
The reports shall be submitted no later than fifteen (15) calendar days after the expiration of the
third(3rd)month of each contract period. Failure to submit such reports in a timely manner may
be considered a breach of performance and subject to formal proceedings in that regard.
Section 1.17: Background Screening(Applicable to School Board Deliveries Only)
The contractor represents and warrants to the SCHOOL BOARD that the contractor has read and
is familiar with Florida Statute Sections 1012.32, 1012.465, 1012.467, and 1012.468 regarding
background investigations. Contractor covenants to comply with all requirements of the above-
cited statutes and shall provide SCHOOL BOARD with proof of compliance upon request.
Contractor agrees to indemnify and hold harmless the SCHOOL BOARD, its officers, agents and
employees from any liability in the form of physical injury, death, or property damage resulting
from the contractor's failure to comply with the requirements of this paragraph or Florida Statute
Sections 1012.32, 1012.465, 1012.467 and 1012.468
Section 1.18: Certificate of Competency/Licensure,Permits, and Fees
Any person, firm, corporation or joint venture that submits an offer in response to a County
solicitation shall, at the time of such offer,hold a valid Certificate of Competency or appropriate
current license issued by the State or County Examining Board qualifying said person, firm,
corporation or joint venture to perform the work proposed. If work for other trades is required in
conjunction with this solicitation and will be performed by a sub=contractor's) or vendor(s) hired
by the prime/responding vendor, an applicable Certificate of Competency/license issued to the
sub-contractor(s)/hired vendor(s) shall be submitted with the prime/responding vendor's offer;
provided, however, that the County may at its option and in its best interest allow the
prime/responding vendor to supply the sub contractor(s)/hired vendor(s) certificate/license to the
County dunng the offer evaluation period. The prime/responding vendor is responsible to ensure
that all required licenses, permits, and fees (to include any inspection fees) required for this
project are obtained and paid for, and shall comply with all laws, ordinances, regulations, and
building or other code requirements applicable to the work contemplated herein. Damages,
penalties, and/or fines imposed on the County or the vendor for failure to obtain required
licenses,permits, inspection or other fees,or inspections shall be borne by the vendor.
Section 1.19: Clean-Up
All unusable materials and debris shall be removed from the premises at the end of each
workday, and disposed of in an appropriate manner. Upon final completion, the vendor shall
thoroughly clean up all areas where work has been involved as mutually agreed with the
associated user department's project manager.
Section 1.20: Competency of Vendors and Associated Subcontractors
The County may elect to conduct a prc-award inspection of the vendor's facility during the offer
evaluation process. Offers will be considered only from firms which are regularly engaged in the
business of providing or distributing the goods and/or performing the services as described in the
solicitation, and who can produce evidence of a consistent satisfactory record of performance.
10
SECTION 1—SPECIAL TERMS AND CONDITIONS ITB Number: 14-0625
Vendors must demonstrate that they have sufficient financial support and organization to ensure
that they can satisfactorily execute the contract if awarded under the terms and conditions herein
stated. In the event that the vendor intends to sub-contract any part of its work to another
vendor, or will obtain the goods specifically offered under this contract from another source of
supply; the vendor may be required to verify the competency of its sub-contractor or supplier.
The County reserves the right, before awarding the contract, to require a vendor to submit such
° evidence of its qualifications and the qualifications of its sub-contractor as it may deem
necessary. The County may consider any evidence available to it of the financial, technical and
other qualifications and abilities of any vendor responding hereunder, including past
performance with the County, in determining vendor responsibility for the purposes of selecting
a vendor for contract award.
Section 1.21: Compliance with Federal Standards
All items to be purchased under this contract shall be in accordance with all governmental
standards, to include, but not be limited to, those issued by the Occupational Safety and Health
Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and
the National Fire Protection Association(NFPA).
Section 1.22: Deletion of Facilities
Although this solicitation identifies specific facilities to be serviced, it is hereby agreed and
understood that any County department or agency may delete service for any facility(ies) when
such service is no longer required during the contract period, upon fourteen (14) calendar days
written notice to the vendor.
Section 1:23 Drums
The County shall not pay any deposit or purchase of drums or storage container. The vendor(s)
shall coordinate with the appropriate fleet managers or P.O.O.L. entity staff member to establish
a schedule for the pickup of the filled drums or storage containers. The contractor shall bring an
empty drum or storage container when picking up drums of any of the used oil, used oil filters,
used antifreeze, sludge,pads and oil absorbents, and fluids products.
Section 1.24: Emergency Service during Declared Events
The vendor shall provide twenty-four (24) hours, seven (7) days per week emergency service
during declared events (when or if necessary) to the County and/or Entities under the contract.
- Emergency service response time (defined as the time from acknowledged notification to arrival
on-site) shall be within twenty four(24)hours after notification by the County or Entity.
Section 1.25: Key Contractor Personnel
In submitting a proposal, the Proposer is representing that each person listed or referenced in the
proposal shall be available to perform the services described for the Lake County Board of
County Commissioners, barring illness, accident, or other unforeseeable events of a similar
nature in which case the Proposer must be able to promptly provide a qualified replacement. In
11
ff +
SECTION 1—SPECIAL TERMS AND CONDITIONS ITB Number: 14-0625
the event the Proposer wishes to substitute personnel, the Proposer shall propose a person with
equal or higher qualifications and each replacement person is subject to prior written County
approval In the event the requested substitute person is not satisfactory to the County and the
matter cannot be resolved to the satisfaction of the County, the County reserves the right to
cancel the contract for cause.
Section 1.26: Labor,Materials,and Equipment Shall be Supplied by the Vendor
Unless otherwise stated in this solicitation the vendor shall furnish all labor, material and
equipment necessary for satisfactory contract performance. When not specifically identified in
the technical specifications, such materials and equipment shall be of a suitable type and grade
for the purpose. All material,workmanship, and equipment shall be subject to the inspection and
approval of the County's Project Manager.
Section 1.27: Limited Contract Extension
It is hereby agreed and understood that this contract may be extended for an additional thirty(30)
day transitional period after the stated expiration date of the contract including any contract
extensions exercised under the initially established option period terms of the contract. During
this transitional period the vendor agrees to continue the same or a reduced level (if such
reduction is mutually agreed to and appropriately documented) of service to the County at the
same prices while the new contract, also in force, is being mobilized. If the vendor is supplying
equipment in conjunction with this contract, the vendor agrees to retain the equipment at the
designated County premise for an additional thirty(30)calendar days after the current expiration
of the Contract; at which time the equipment shall be removed from the premises. The vendor
shall be allowed to invoice the affected County department for this additional period on a pro-
rated basis.
Section 1.28: Minimum Wages
Under this contract, the wage rate paid to all laborers, mechanics and apprentices employed by
the vendor for the work under the contract, shall not be less than the wage rates for similar
classifications of work as established by the Federal Government and enforced by the U.S.
Department of Labor,Wages and Hours Division,and Florida's Minimum Wage requirements in
Article X, Section 24 (f) of the Florida Constitution and enforced by the Florida Legislature by
statute or the State Agency for Workforce Innovation by rule,whichever is higher.
Section 1.29: Omission from the Specifications
The apparent silence of this specification and any addendum regarding any details, or the
omission from the specification of a detailed description concerning any point, shall be regarded
as meaning that only the best commercial practices are to prevail, and that only materials and
workmanship of first quality are to be used. All interpretations of this specification shall be
made upon the basis of this agreement.
12
6
SECTION 1—SPECIAL TERMS AND CONDITIONS ITB Number: 14-0625
Section 1.30: Protection of Property
All existing structures, utilities, services, roads, trees, shrubbery, and property in which the
County has an interest shall be protected against damage or interrupted services at all times by
the vendor during the term of this contract; and the vendor shall be held responsible for repairing
or replacing property to the satisfaction of the County which is damaged by reason of the
vendor's operation on the property. In the event the vendor fails to comply with these
requirements, the County reserves the right to secure the required services and charge the costs
of such services back to the vendor.
Section 1.31: Special Notice to Vendors Regarding Federal and/or State Requirements
Upon award of a contract resulting from this solicitation, the vendor shall utilize the U.S.
Department of Homeland Security's E-Verify system in accordance with the terms governing use
of the system to confirm the employment eligibility of:
1) All persons employed by the vendor during the term of the contract to perform
employment duties within Lake County; and
2) All persons, including subcontractors, assigned by the vendor to perform work pursuant
to the contract.
Section 1.32: Toxic Substances/Federal "Right To Know" Regulations
The Federal "Right to Know" Regulation implemented by the Occupational Safety and Health
Administration (OSHA) and the Florida "Right-to-Know" Law requires employers to inform
their employees of any toxic substances to which they may be exposed in the workplace, and to
provide training in safe handling practices and emergency procedures. It also requires
notification to local fire departments of the location and characteristics of all toxic substances
regularly present in the workplace.
Accordingly, the vendor(s) performing under this contract shall be required to provide two (2)
complete sets of Material Safety Data Sheets to each participating entity utilizing the awarded
products. This information should be provided at the time when the initial delivery is made, on a
department-by-department basis. Anytime the content of an MSDS is revised, the vendor shall
promptly provide a new MSDS to the participating entities with the new information relevant to
the specific product.
Additionally, vendor(s) may be requested to provide Material Safety Data Sheets to the County
during the evaluation period.
13
s
1
SECTION 2—STATEMENT OF WORK ITB Number. 14-0625
SCOPE OF SERVICES
The purpose of this solicitation is to establish a contract for the collection, recycling and proper
disposal of used oil, used oil filters, used antifreeze, sludge, pads and oil absorbents, and fluids
as needs are determined by the County's various departments and all participating P.O.O.L
entities.
This is an indefinite quantity term contract with no guarantee of usage volume or that services
will be required. Neither the County nor any P.O.O.L. entity guarantee a minimum or maximum
dollar amount (if any) to be expended on any contract(s) resulting from this Invitation to Bid.
The total number of gallons of used oil collected from Lake County Fleet Maintenance Division
during the period of March 2013 through March 2014 was 3,032 gallons.
The vendor(s) shall provide any and all equipment and personnel to collect, transport, screen,
treat and recycle used oil, used antifreeze, used oil filters, sludge, pads and oil absorbents, and
fluids for all the participating entities. The vendor(s)shall also be responsible to dispose of these
materials according to the Florida Department of Environmental Protection regulations.
The vendor(s) shall have a minimum of three (3) years m the hazardous waste collection,
transport, treatments, disposal of the used oil, used oil filters, used antifreeze, sludge, pads and
oil absorbents,and fluids.
The vendor(s) shall have valid FDOT and EPA identifications numbers for the transportation of
the used oil, used oil filters, used antifreeze, sludge, pads and oil absorbents, and fluids.
Vendor(s) shall include copies of these identification numbers with their bid submittal. The
vendor(s) personnel shall have the appropriate State of Florida driver's licenses for the
transportation of the materials.
The vendor(s)vehicles shall be labeled and placarded per state and federal requirements.
G
t The vendor(s) shall have procedures for screening unacceptable used oil, used oil filters, used
antifreeze, sludge, pads and oil absorbents, and fluids. Vendor(s) are to attach copy of these
procedures or explanation or these procedures to their bid submittal.
The vendor(s) shall be responsible for sorting of the unusable products. The vendor(s) shall be
responsible for disposal of any material that becomes contaminated along with any of the
containers.
The vendor(s) shall identify all treatment, storage or disposal facilities they will utilize during
any contract awarded for this ITB.
The vendor(s)will need to submit the following for each facility utilized.
• Name of Facility
• Address of Facility
• Phone Number of the Facility
• Contact Person for the Facility
• Copies of Each Applicable State and/or Federal Permits
f
14
SECTION 2—STATEMENT OF WORK ITB Number 14-0625
• Compliance Status
• Any Notices of Violations in the Past Two (2)Years
• Explanations of Violations (Explain what changes that have occurred to make the facility
appropriate and safe to utilize at this time)
The County reserves the right to inspect with reasonable notice any facility used for the
management of the used oils,filters and antifreeze.
The vendor(s) shall supply at no charge to the participating entities the equipment (15, 30 or 55
gallon drums, etc.) to store the used oil,used filters and used antifreeze. The amount of material
to be recycled, treated or disposed of shall be determined by utilizing metered removal, gauging
or physical measurement.
The vendor(s) shall also be able to train any and all P.O.O.L. employees on the proper storage of
the used oil, used oil filters, used antifreeze, sludge, pads and oil absorbents, and fluids for the
vendor(s) ease and any state or federal compliance for transport.
The County and other participating entities' priority is to recycle and reuse products as deemed
acceptable. Products not recycled, reused or treated shall be disposed per state and federal
regulations.
Standard operational hours of all the participating entities will be from 8:00am to 5:00pm
Monday through Friday. All entities shall be closed for the major holidays. Actual hours of
operations and closures of the participating entities will be provided to the awarded vendor(s).
15
SECTION 3—GENERAL TERMS AND CONDITIONS ITB Number 14-0625
3.1 DEFINITIONS may issue an addendum in response to any inquiry received,prior
Addenda:A written change to a solicitation to bid opening, which changes, adds to, or clanfies the terms,
Bid:Shall refer to any offer(s)submitted in response to this 1TB provisions,or requirements of the solicitation The bidder should
Bidder: Refers to any entity that submitted a bid under an ITB not rely on any statement or explanation whether written or verbal,
Contract: The agreement to perform the services set forth in this other than those made in this solicitation document or in any
solicitation The contract will be comprised of the solicitation addenda issued Where there appears to be a conflict between this
document signed by both parties with any addenda and other solicitation and any addenda, the last addendum issued shall
I attachments specifically incorporated.
Contractor: The vendor to which award has been made prevail It is the bidder's responsibility to ensure receipt and to
acknowledge all addenda and any accompanying documentation
i County: Shall refer to Lake County,Florida Failure to acknowledge each addendum may prevent the bid from
Invitation to Bid(ITB): Shall mean this solicitation document, being considered for award
including any and all addenda An 1TB contains well-defined D. Contents of Solicitation and Bidders'Responsibilities
I terms,conditions,and specifications,and is awarded to the lowest It is the responsibility of the bidder to become thoroughly familiar
pnced responsive and responsible bidder with the requirements,terms, and conditions of this solicitation
Modification: A written change to a contract Stated unawareness of contractual terms and conditions will not be
Responsible: Refers to a bidder that has the capacity and accepted as a basis for varying the requirements of the County or
I capability to perform the work required under an Invitation to Bid, the amount to he paid to the vendor
and is otherwise eligible for award E Restricted Discussions
i Responsive: Refers to a bidder that has taken no exception or From the date of issuance of this solicitation until final County
deviation from the terms,conditions,and specifications in an ITB action, vendors should discuss the solicitation with any
Solicitation The written document requesting either bids or employee,agent,or any other representative of the County except
I proposals from the marketplace as authorized by the designated procurement representative The
I Vendor: A general reference to any entity responding to this only communications that shall be considered pertinent to this
solicitation or performing under any resulting contract solicitation are written documents from the vendor addressed to the
designated procurement representative and relevant documents
The County has established that the words "shall", "must", or promulgated by the designated procurement representative
"will" are equivalent within this 1TB and indicate a mandatory F. Change to,Withdrawal of,or Mistake in,Bid
4 requirement which shall not be waived by the County Changes to Bid-Prior to bid opening,a bidder may change its bid
3.2 INSTRUCTIONS TO BIDDERS by submitting a new bid with notice on the firm's letterhead,
A. Bidder Qualification signed by an authonzed agent, stating that the new submittal
I It is the policy of the County to encourage full and open replaces the original submittal The new submittal shall contain all
Icompetition among all available qualified vendors All vendors information as required for submitting the original bid
( regularly engaged in the type of work specified in the solicitation Withdrawal of Bid-A bid may be withdrawn,either physically or
are encouraged to submit bids To be recommended for award the by wntten notice, at any time prior to the bid due date If
I County requires that vendors provide evidence of compliance with withdrawn by wntten notice,that notice must be addressed to,and
t the requirements below upon request. received by,the designated procurement representative prior to the
I 1. Disclosure of Employment bid due date and time A bid may also be withdrawn after
i 2. Disclosure of Ownership expiration of the specified bid acceptance period, and prior to
3. Drug-Free Workplace award, by submitting a letter to the designated procurement
4. W-9 and 8109 Forms—The vendor must furnish these forms representative The withdrawal letter must be on company
upon request as required by the Internal Revenue Se
letterhead and signed by an authorized agent of the bidder
5. Social Security Number—The vendor must provide a copy of Mistake in Bid-Any allegation of mistake in Bid shall be treated
the pnmary owner's social security card if the social security on a case-by-case basis It is to be assumed that any alteration in
number is being used in lieu of the Federal Identification bid price after receipt of bids will be exceptional in nature,and will
Number(F E I N) be allowed only when substantiated by current legal precedence
6. Americans with Disabilities Act(A.D A) G. Conflicts within the Solicitation
7. Conflict of Interest Where there appears to be a conflict between contractual terms and
8. Debarment Disclosure Affidavit conditions,the technical specifications,the pricing section,or any
( 9. Nondiscrimination addendum issued,the order of precedence shall be last addendum
I10. Family Leave issued,the pncmg section,the technical specifications,the special,
F
11 Antitrust Laws—By acceptance of any contract,the vendor and then general conditions It is incumbent upon the vendor to
agrees to comply with all applicable antitrust laws identify such conflicts prior to the bid response date
B. Public Entity Crimes H. Prompt Payment Terms
Pursuant to Section 287 133(2)(a)of the Florida Statutes,a person It is the policy of the County that payment for all purchases by
or affiliate who has been placed on the convicted vendor list County agencies shall be made in a timely manner and that interest
t following a conviction for a public entity crime may not submit a payments will be made on late payments in accordance with Part
bid on a contract to provide any goods or services to a public VII,Chapter 218,Florida Statutes,known as the Florida Prompt
entity,may not submit a bid on a contract with a public entity for
i the construction or repair of a public building or public work,may Payment Act. The bidder may offer cash discounts for prompt
I not submit bids on leases of real property to a public entity,may payments, however, such discounts will not be considered in
1 not be awarded or perform as a contractor,supplier,subcontractor, determining the lowest price during bid evaluation Bidders are
or consultant under a contract with any public entity,and may not requested to provide prompt payment terms in the space provided
transact business with any public entity in excess of the threshold on the signature page of the solicitation
amount provided in Section 287 017 of the Florida Statutes, for 3.3 PREPARATION OF BIDS
CATEGORY TWO for a period of 36 months from the date of 3. The Pricing Section of this solicitation defines the goods or
being placed on the convicted vendor list
C. Request for Additional information services to be purchased, and must be completed and
Any communication or inquiries,except for clarification of process submitted with the bid Use of any other form or alteration of
or procedure already contained in the solicitation,are to be made in the form may result in the rejection of the bid
Iwriting to the attention of the procurement representative identified B. The bid submitted must be legible, and completed using
t in the solicitation no later than five(5)working days prior to the typewriter, computer or ink Any entry change must be
L bid due date Such inquiries shall contain the requester's name, crossed out and initialed in ink Failure to comply with these
address,and telephone number The Procurement Services Office requirements may cause the bid to be rejected
I
t
16
,
i
i
k
r
t
E
SECTION 3—GENERAL TERMS AND CONDITIONS ITB Number. 14-0625
€ C An authonzed agent of the bidder's firm must sign the bid Chapter 119 of the Flonda Statutes(the"Public Record Act") The
FAILURE TO SIGN THE BiD MAY RENDER THE bidder should not submit any information which the bidder
BID NON-RESPONSIVE. considers proprietary or confidential The submission of any
ID. The bidder may be considered non-responsive if bids are information to the County in connection with any solicitation shall
I conditioned to modifications, changes, or revisions to the be deemed conclusively to be a waiver of any protection from
terms and conditions of this solicitation release of the submitted information unless such information is
E The bidder may submit alternate bid(s) for the same exempt or confidential under the Public Records Act
r solicitation provided that such offer is allowable under the 3.10 CANCELLATION OF SOLICITATION
I terms and conditions The alternate bid must meet or exceed The County reserves the right to cancel,in whole or in part,any
E the minimum requirements and be submitted as a separate bid Invitation to Bid when it is in the best interest of the County
marked"Alternate Bid" 3.11 AWARD
F. When there is a discrepancy between the unit pnces and any A. Unless otherwise allowed by statute or ordinance,award will
I extended prices,the unit pnces will prevail be made to the lowest priced responsive and responsible
G Any bid received after the stipulated bid due date and time bidder The County reserves the right to reject any and all
through no fault of the County will be considered late,and bids,to waive non-material irregulanties or technicalities and
except under the most exceptional circumstances, not be to re-advertise for all or any part of this solicitation as
. considered for award deemed in its best interest The County shall be the sole
11 Unless otherwise specified in the solicitation, pnces quoted judge of its best interest
shall be FOB Destination B When there are multiple line items in a solicitation, the
3.4 COLLUSION County reserves the right to award on an individual item
Where two(2) or more related parties, as defined herein, each basis, any combination of items, total low bid or in
isubmit a bid for the same contract, or evidence any prior whichever manner deemed in the best interest of the County
I understanding,agreement,or connection in such regard,such bids This provision specifically supersedes any method of award
shall be presumed to be collusive Related parties shall mean criteria stated in the solicitation when such action is clearly
bidder or principals thereof that have a direct or indirect ownership necessary to protect the best interests of the County
interest in another bidder for the same contract or in which a parent C. The County reserves the right to reject any and all bids if it is
company or the pnncipals thereof of one bidder have a direct or determined that prices are excessive or determined to be
indirect ownership interest in another bidder for the same contract unreasonable, or rt is othenvise determined to be in the
Bids found to be collusive shall be rejected Bidders which have County's best interest to do so
been found to have engaged in collusion may be considered non- D. The County reserves the right to negotiate prices with the low
I[ responsible, and may be suspended or debarred Any contract bidder,provided that the scope of work is not amended
resulting from collusive bidding may be terminated for default E. Award will only be made to firms that satisfy all legal
E 3.5 PROHIBITION AGAINST CONTINGENT FEES requirements to do business with the County The County
The vendor warrants that they have not employed or retained any may conduct a pre-award inspection of the bidder's site or
company or person, other than a bona fide employee working conduct a pre-award qualification meeting to determine the
solely for the vendor to solicit or secure the contract and that they responsibility and capacity of the bidder to perform Award
! have not paid or agreed to pay any person,company,corporation, may be predicated on compliance with and submittal of all
individual,or firm,other than a bona fide employee working solely required documents as stipulated in the solicitation
for the vendor,any consideration contingent upon or resulting from F. The bidder's performance as prime or subcontractor on
the award or making of the contract previous County contracts shall be taken into account in
3.6 CONTRACTING WITH COUNTY EMPLOYEES evaluating the responsibility of a responding bidder
Any County employee or member of his or her immediate family G. The Director of Procurement Services will decide all tie bids
seeking to contract with the County shall seek a conflict of interest in consonance with current written procedure in that regard
opinion from the County Attorney prior to submittal of a response H. A vendor wishing to protest any award decision resulting from
to contract with the County The affected employee shall disclose this solicitation shall do as provided for in the County's employee's assigned function within the County and interest or Purchasing Procedure Manual
the interest of his or her immediate faintly in the proposed contract 3.12 GENERAL CONTRACT CONDITIONS
and the nature of the intended contract The contract shall be binding upon and shall inure to the benefit of
3.7 INCURRED EXPENSES each of the parties and of their respective successors and permitted
This solicitation does not commit the County to award nor be assigns The contract may not be amended,released,discharged,
1 responsible for any cost or expense which may be incurred by any rescinded or abandoned, except by a written instrument duly
bidder in preparing or submitting a bid, or any cost or expense executed by each of the parties hereto The failure of any party
incurred prior to the execution of a purchase order or contract By hereto at any time to enforce any of the provisions of the contract
submitting a bid,the bidder also agrees that the County bears no will in no way constitute or be construed as a waiver of such
I responsibility for any costs of the bidder associated with any provision or of any other provision hereof,nor in any way affect
administrative or judicial proceedings resulting from this the validity of,or the nght thereafter to enforce,each and every
solicitation process provision of the contract Any dispute arising during the course of
i 3.8 COUNTY IS TAX-EXEMPT contract performance that is not readily rectified by coordination
When purchasing on a direct basis,the County is generally exempt between the vendor and the County user department shall be
ft from Federal Excise Taxes and all State of Florida sales and use referred to Procurement Services office for resolution
taxes The County will provide an exemption certificate upon 3.13 OTHER AGENCIES
request by the seller for such purchases Except for Item(s) With the consent of the vendor, other agencies may make
1 specifically identified by the vendor and accepted by the County purchases in accordance with the contract Such purchases shall be
for direct County purchase under the Sales Tax Recovery Program, governed by the same terms and conditions as stated herein with
contractors doing business with the County are not exempt from the exception of the change m agency name
paying sales tax to their suppliers for materials needed to fulfill 3.14 CONTRACT EXTENSION
contractual obligations with the County, nor is any vendor The County has the unilateral option to extend a contract for up to
authorized to use the County Tax Exemptions for such purchases ninety(90)calendar days beyond the current contract period In
i 3.9 PROPRIETARY/CONFIDENTIAL INFORMATION such event,the County will notify the vendor(s)in writing of such
t Bidders are hereby notified that all information submitted as part extensions The contract may be extended beyond the initial
of a bid will be available for public inspection in compliance with ninety (90) day extension upon mutual agreement between the
1 17
I
1
SECTION 3-GENERAL TERMS AND CONDITIONS iTB Number. 14-0625
i
1 County and the vendor(s) Exercise of the above options requires including attorney's fees and costs of defense,which the County or
the prior approval of the Director of Procurement Services. its officers,employees,agents or instrumentalities may incur as a
3.15 WARRANTY result of claims,demands,suits,causes of actions or proceedings
1 All warranties express and implied,shall be made available to the of any kind or nature arising out of,relating to or resulting from
County for goods and services covered by this solicitation, All the performance of the agreement by the vendor or its employees,
goods furnished shall be fully guaranteed by the vendor against agents,servants,partners,principals or subcontractors The vendor
factory defects and workmanship At no expense to the County, shall pay all claims and losses in connection therewith,and shall
I the vendor shall correct any and all apparent and latent defects that
may occur within the manufacturer's standard warranty period
investigate and defend all claims,suits or actions of any kind or
nature in the name of the County, where applicable, including
The special conditions of the solicitation may supersede the appellate proceedings, and shall pay all costs, judgments, and
manufacturer's standard warranty attorney's fees which may be Incurred thereon The vendor
316 ESTIMATED QUANTITIES expressly understands and agrees that any insurance protection
I Estimated quantities or dollars are for bidder's guidance only No required by this Agreement or otherwise provided by the vendor
guarantee is expressed or implied as to quantities or dollar value shall in no way limit the responsibility to Indemnify,keep and save
that will be used during the contract period The County is not harmless and defend the County or its officers,employees,agents
obligated to place any order for a given amount subsequent to the and instrumentalities as herein provided
award of this solicitation The County may use estimated 3 24 MODIFICATION OF CONTRACT
quantities m the award evaluation process Estimated quantities do Any contract resulting from this solicitation may be modified by
not contemplate or include possible additional quantities that may mutual consent of duly authorized parties,in writing through the
be ordered by other entities that may utilize this contract In no issuance of a modification to the contract and/or purchase order as
event shall the County be liable for payments in excess of the appropriate This presumes the modification itself is in compliance
amount due for quantities of goods or services actually ordered with all applicable County procedures
3.17 NON-EXCLUSIVITY 3 25 TERMINATION FOR CONVENIENCE
it is the intent of the County to enter into an agreement that will The County,at its sole discretion,reserves the nght to terminate
satisfy its needs as described within this solicitation However,the this contract upon thirty(30)days written notice Upon receipt of
County reserves the right to perform,or cause to be performed,all such notice,the vendor shall not Incur any additional costs under
I or any of the work and services herein descnbed in the manner this contract The County shall be liable only for reasonable costs
deemed to represent its best interests In no case will the County Incurred by the vendor prior to notice of termination The County
be liable for billings in excess of the quantity of goods or services shall be the sole judge of"reasonable costs"
actually provided under this contract 3.26 TERMINATION DUE TO UNAVAILABILITY OF
3.18 CONTINUATION OF WORK CONTINUING FUNDING
Any work that commences prior to,and will extend,beyond the When funds are not appropriated or otherwise made available to
expiration date of the current contract period shall, unless support continuation of performance in a current or subsequent
terminated by mutual written agreement between the County and fiscal year,the contract shall be cancelled and the vendor shall be
the vendor,continue until completion without change to the then reimbursed for the reasonable value of any non-recumng costs
current prices,terms and conditions incurred amortized in the price of the supplies or services/tasks
3.19 LAWS,RULES,REGULATIONS AND LICENSES delivered under the contract
The vendor shall comply with all federal,state,and local laws and 3.27 TERMINATION FOR DEFAULT
regulations applicable to provision of the goods and/or services The County reserves the right to terminate this contract,in part or
I specified in this solicitation During the term of the contract the in whole, or effect other appropriate remedy in the event the
vendor assures that it is in compliance with Title Vii of the 1964 vendor fails to perform in accordance with the terms and
Civil Rights Act,as amended,and the Florida Civil Rights Act of conditions stated herein The County further reserves the right to
1992,in that the vendor does not on the grounds of race,color, suspend or debar the vendor in accordance with the County
national origin, religion, sex, age, disability or marital status, ordinances,resolutions and/or administrative orders The vendor
discrimination in any form or manner against the end/or employees
or applicants for employment. The vendor understands that any
will be notified by letter of the County's intent to terminate In the
event of termination for default, the County may procure the
contract is conditioned upon the veracity of this statement required goods and/or services from any source and use any
3.20 SUBCONTRACTING method deemed in its best interest All re-procurement cost shall
Unless otherwise stipulated herein, the vendor shall not be borne by the vendor
i subcontract any portion of the work without the prior written 3.28 FRAUD AND MISREPRESENTATION
Iconsent of the County Subcontracting without the prior consent of Any individual,corporation or other entity that attempts to meet its
the County may result in termination of the contract for default contractual obligations through fraud, misrepresentation or
3.21 ASSIGNMENT material misstatement,may be debarred for up to five(5)years
I The vendor shall not assign or transfer any contract resulting from The County as a further sanction may terminate or cancel any other
Ithis solicitation,including any rights,title or interest therein,or its contracts with such individual, corporation or entity with such
4 power to execute such contract to any person, company or vendor held responsible for all direct or indirect costs associated
corporation without the prior written consent of the County This with termination or cancellation,including attorney's fees.
provision specifically Includes any acquisition or hostile takeover 3.29 RIGHT TO AUDIT
Iof the awarded vendor Failure to comply in this regards may The County reserves the nght to require the vendor to submit to an
f result in termination of the contract for default audit by any auditor of the County's choosing The Contractor
3.22 RESPONSIBILITY AS EMPLOYER shall provide access to all of its records,which relate directly or
The employee(s)of the vendor shall be considered at all times its indirectly to this Agreement at Its place of business during regular
t employee(s), and not an employee(s)or agent(s) of the County, business hours The vendor shall retain all records pertaining to
EThe contractor shall provide employee(s) capable of performing this Agreement and upon request make them available to the
( the work as required The County may require the contractor to County for a minimum of three(3)years,or as required by Florida
remove any employee it deems unacceptable All employees of law,whichever is longer,following expiration of the Agreement
the contractor may be required to wear appropriate identification The vendor agrees to provide such assistance as may be necessary
i 3.23 INDEMNIFICATION to facilitate the review or audit by the County to ensure compliance
To the extent permitted by law, the vendor shall indemnify and with applicable accounting and financial standards Additionally,
I hold harmless the County and its officers,employees,agents and CONTRACTOR agrees to include the requirements of this
instrumentalities from any and all liability, losses or damages, provision in all contracts with subcontractors and material
18
i
4
F
SECTION 3-GENERAL TERMS AND CONDITIONS ITB Number: 14-0625
suppliers in connection with the work performed hereunder.If an the contract no change in subcontractors will be made without the
audit inspection or examination pursuant to this section discloses consent of the County The vendor shall be responsible for all
overpncmg or overcharges of any nature by the CONTRACTOR insurance, permits, licenses, and related matters for any and all
to the COUNTY in excess of one percent(1%)of the total contract subcontractors Even if the subcontractor is self-insured, the
billings,in addition to making adjustments for the overcharges,the County may require the contractor to provide any insurance
reasonable actual cost of the COUNTY's audit shall be reimbursed certificates required by the work to be performed
to the COUNTY by the CONTRACTOR Any adjustments and/or 3.34 FORCE MAJEURE
I payments which must be made as a result of any such audit or The parties will exercise every reasonable effort to meet their
inspection of the CONTRACTOR'S invoices and/or records shall respective obligations hereunder,but shall not be liable for delays
be made within a reasonable amount of time,but in no event shall resulting from force majeure or other causes beyond their
the time exceed ninety (90) days, from presentation of the reasonable control,including,but not limited to,compliance with
COUNTY's audit findings to the CONTRACTOR. revisions to Government law or regulation,acts of nature,acts or
r3.30 PUBLIC RECORDS/COPYRIGHTS omissions of the other party,fires,stokes,national disasters,wars,
1 Pursuant to Section 119 0701, Florida Statutes, the awarded riots,transportation problems and/or any other cause whatsoever
contractor shall comply with the Flonda Public Records'laws,and beyond the reasonable control of the parties Any such cause may
shall 1 Keep and maintain public records that ordinanly and be cause for appropnate extension of the performance period
I necessarily would be required by the County in order to perform 3.35 NO CLAIM FOR DAMAGES
the services identified herein 2 Provide the public with access to No claim for damages or any claim other than for an extension of
public records on the same terms and conditions that the County time shall be made or asserted against the County because of any
would provide the records and at a cost that does not exceed the delays No interruption,interference,inefficiency,suspension,or
cost provided for by law. 3 Ensure that public records that are delay in the commencement or progress of the Work shall relieve
exempt or confidential and exempt from public records disclosure the vendor of duty to perform,or give rise to any right to damages
requirements are not disclosed except as authorized by law. 4 or additional compensation from the County. The vendor's sole
Meet all requirements for retaining public records and transfer,at remedy shall be the nght to seek an extension to the contract time
no cost, to the County all public records in possession of the However,this provision shall not preclude recovery of damages by
/ - contractor upon termination of the contract and destroy any the vendor for hindrances or delays due solely to fraud,bad faith,
duplicate public records that are exempt or confidential and or active interference on the part of the County
exempt from public records disclosure requirements All records 3.36 TRUTH iN NEGOTIATION CERTIFICATE
stored electronically must be provided to the County in a format For each contract that exceeds One Hundred Ninety Five Thousand
that is compatible with the information technology systems of the dollars($195,000.00),any organization awarded a contract must
I County. Failure to comply with this section shall be deemed a execute atruth-m-negotiation certificate stating that the wage rates
breach of the contact and enforceable as set forth in Section and other factual unit costs are accurate,complete,and current,at
119 0701,Florida Statutes. the time of contracting Any contract requiring this certificate shall
Any copyright derived from this Agreement shall belong to the contain a provision that the original contract price and any
author The author and the CONSULTANT shall expressly assign additions shall be adjusted to exclude any significant sums by
to the COUNTY nonexclusive,royalty free rights to use any and which the County determines the contract price was increased due
all information provided by the CONSULTANT in any deliverable to inaccurate, incomplete, or non-current wage rates and other
and/or report for the COUNTY's use which may include factual unit costs All such contract adjustments shall be made
publishing in COUNTY documents and distribution as the within one(1)year following the end of the contract
I
COUNTY deems to be in the COUNTY's best interests if 3.37 GRANT FUNDING
anything included in any deliverable limits the rights of the In the event any part of the contract is to be funded by federal,
COUNTY to use the information, the deliverable shall be state,or other local agency monies,the vendor hereby agrees to
considered defective and not acceptable and the CONSULTANT comply with all requirements of the funding entity applicable to
will not be eligible for any compensation. the use of the monies,including full application of requirements
3.31 GOVERNING LAWS involving the use of minority firms,women's business enterprises,
The interpretation,effect,and validity of any contract(s)resulting and labor surplus area firms Vendors are advised that payments
from this solicitation shall be governed by the laws and regulations under the contract may be withheld pending completion and
of the State of Florida,and Lake County,Florida Venue of any submission of all required forms and documents required of the
I court action shall be in Lake County,Florida In the event that a vendor pursuant to the grant funding requirements
suit is brought for the enforcement of any term of the contract,or
any right arising there from, the parties expressly waive their
respective rights to have such action tried by jury trial and hereby
consent to the use of nonJury trial for the adjudication of such suit
I 3.32 STATE REGISTRATION REQUIREMENTS
Any corporation submitting a bid in response to this ITS shall
either be registered or have applied for registration with the Florida
Department of State in accordance with the provisions of Chapter
607,Honda Statutes A copy of the registration/application may
be required pnor to award of a contract Any partnership
submitting a bid in response to this ITB shall have complied with
the applicable provisions of Chapter 620, Florida Statutes. For
additional information on these requirements, please contact the
I Florida Secretary of State's Office, Division of Corporations,
800 755 5111(htto://www,dosstate.fl.us)
3.33 PRIME CONTRACTOR
The vendor awarded the contract shall act as the prime contractor
and shall assume full responsibility for successful performance of
I the contract The vendor shall be considered the sole point of
contact with regard to meeting all requirements of the contract All
subcontractors will be subject to advance review by the County in
regards to competency and security concerns. After the award of
I . 19
I
1
SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES ITB Number 14-0625
I
ITB TITLE: Collection,Recycling and Proper Disposal of Used Oil,Used Oil Filters,Used
IAntifreeze,Sludge,Pads and Oil Absorbents
INOTES:
• When purchasing on a direct basis, Lake County is exempt from all taxes (Federal, State, Local). A
Tax Exemption Certificate will be furnished upon request for such purchases. However,the vendor
1 will be responsible for payment of taxes on all materials purchased by the vendor for
incorporation into the project(see provision 3.8 for further detail).
• The vendor shall not alter or amend any of the information (including, but not limited to stated units
I of measure,item description,or quantity)stated in the Pricing Section If any quantities are stated in
the pricing section as being "estimated" quantities, vendors arc advised to review the "Estimated
Quantities"clause contained in Section 3 of this solicitation
I • Any bid containing a modifying or "escalator" clause not specifically allowed for under the
solicitation will not be considered.
• All pricing shall be FOB Destination unless otherwise specified in this solicitation document.
i • All pricing submitted shall remain valid for a 90 day period. By signing and submitting a response to
this solicitation,the vendor has specifically agreed to this condition.
• Vendors are advised to visit our website at http://www.lakecountvfl.eov and register as a
potential vendor. Vendors that have registered on-line receive an e-mail notice when the
County issues a solicitation matching the commodity codes selected by a vendor during the
registration process.
IACKNOWLEDGEMENT OF ADDENDA
IINSTRUCTIONS: Complete Part I or Part II,whichever applies
Part I:
IThe bidder must list below the dates of issue for each addendum received in connection with this ITB:
Addendum#1,Dated
IAddendum#2,Dated:
Addendum#3,Dated:
IAddendum#4,Dated:
IPart II:
gNo Addendum was received in connection with this ITB
I
I
I20
1
EXHIBIT B
SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES ITB Number 14-0625
PRICING SECTION
° Item - - - Unit
Number -Item Description - Unit Price
1. Used Oil Recycling per the preceding terms, conditions Per Gallon $ (1.17)
and statement of work.
Price paid to the County or Entities
2. Used Oil-Contaminated Disposal per the preceding terms,
conditions and statement of work.
Price paid to the County or Entities Pei Gallon $ Free*
Price paid by the County or Entities Per Gallon $ Free*
*011 must be non-hazardous and >85% oil
3. Used Oil Filter Recycling per the preceding terms,
conditions and statement of work.
Price paid to the County or Entities Per Each $ Free
Price paid by the County or Entities Per Each $ Free
4. Used Antifreeze Recycling per the preceding terms,
conditions and statement of work.
Price paid to the County or Entities Per Gallon $ Free
Price paid by the County or Entities Per Gallon $ Free
5. Pads and Oil Absorbents Recycling per the preceding
terms,conditions and statement of work
Price paid to the County or Entities Per Each $ N/A
Price paid by the County or Entities Per Each $ 85 00
6. Sludge Recycling pei the preceding terms,conditions and
statement of work.
Price paid to the County or Entities Pei Gallon $ N/A
Price paid by the County or Entities Per Gallon $ 1.os
7. Other Liquids Recycling per the preceding terms,
conditions and statement of work.
Price paid to the County or Entities Per Gallon $_N/A
Price paid by the County or Entities Per Gallon $ 0.36
8 Labor rate per hour for additional services Hour Rate $ 45.00
9. VAC Truck with operator Hour Rate $ 85.00
21
1
{
SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES ITB Number. 14-0625
Name and telephone of person to contact for emergency
service.
Name. Jason Yates or Mike Patterson
Telephone/Cell/Pager/Number:
813-892-3961 or 407-427-4518
Disaster Assistance Contact Person.
Mike Patterson
DigaStWethltaCt Number(s):
Calendar days required to commence contract:
o days
I
By Signing this Bid the Bidder Attests and Certifies that:
• It satisfies all legal requirements(as an entity)to do business with the County.
• The undersigned vendor acknowledges that award of a contract may be contingent upon a determination by the
County that the vendor has the capacity and capability to successfully perfoi m the contract
• The bidder hereby certifies that It understands all requirements of this solicitation, and that the undersigned
1 individual is duly authorized to execute this bid document and any conti act(s)and/or other transactions required
by award of this solicitation
Purchasing Agreements with Other Government Agencies
This section is optional and will not affect contract awaid. If Lake County awarded you the proposed contract,
would you sell under the same terms and conditions,for the same price,to other governmental agencies in the State
of Florida? Each governmental agency desiring to accept to utilize this contract shall be responsible for its own
purchases and shall be liable only for materials or services ordered and received by it. ❑Yes © No(Check one)
Certification Regarding Felony Conviction
Has any officer, dhectoi, or an executive performing equivalent duties, of the bidding entity been convicted of a
felony during the past ten(10)years? ❑Yes ® No(Check one)
". Reciprocal Vendor Preference:
Vendors are advised the County has established, under Lake County Code, Chapter 2, Article VIi, Sections 2-221
and 2-222;a process under which a local vendor pieference program applied by another county may be applied in a
reciprocal manner within Lake County.The following information is needed to support application of the Code
1 Primary business location of the responding vendor(city/state) Astatula, FL
2. Does the responding vendor maintain a significant physical location in Lake County at which employees are
located and busmess is iegularly transacted. 13 Yes ❑ No If"yes" is checked, provide supporting detail
Petrotech Southeast, Inc. has its headquarters at 23800 County Road 561, Astatula, FL.
22
y8
I
SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES ITB Number 14-0625
Conflict of Interest Disclosure Certification
Except as listed below,no employee,officer,or agent of the firm has any conflicts of interest,real or apparent,due
I to ownership, other clients, contracts, of interests associated with this project; and, this bid is made without prior
understanding, agreement,or connection with any corporation, firm,or person submitting a proposal for the same
services,and is in all respects fair and without collusion or fraud.
IDUNS Number(Insert if this action involves a federal funded project). 957399694
General Vendor Information and Bid Signature:
IFirm Name: Petrotech Southeast, Inc.
Street Address: 23800 County Road 561, Astatula, FL 39705
IMailing Address(if different):
Telephone No 407-656-8114 Fax No: 352-343-2635 E-mail: jason.yates @petrotechse.cpm
FEIN No. 59- 92.880 Prompt Payment Terms. / % days, net
I Signature: Date. f '7 r y
PrtntName: Jason W. es Title: Vice President
I Award of Contract by the County:(Official Use Only)
By signature below,the County confirms award to the above-identified vendor under the above identified 1
solicitation. A separate purchase order will be generated by the County to support the contract. 1
I Vendor awarded as:
® Sole vendor ❑ Pre-qualified pool vendor based on price
❑ Pre-qualified pool vendor(spot bid) ❑ Pi imary vendor for items.
I ❑Secondary vendor for items: ❑Other status:
Signature of authorized County official Date. 6-10-2_014
Printed name- n0u61ii (/i VIIA 11 i S Title: S iijo2. Co TTRCT1A✓6, off sCFI2-
I
I
I
I
I
i
I
I23
1