HomeMy WebLinkAboutContract 2018-03AGREEMENT FOR
FIRE EQUIPMENT PARTS, SUPPLIES AND SERVICE
THIS AGREEMENT, is made and entered into this 2- day of lrluar'v
201% by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation
under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont,
Florida, (hereinafter referred to as "CITY"), and TEN-8 FIRE EQUIPMENT, INC., whose
address is: 2904 59" Avenue Drive East, Bradenton, FL 34203 (hereinafter referred to as
"CONTRACTOR").
WHEREAS, the Lake County B.C.C. through the public procurement process awarded an
Agreement for fire equipment parts, supplies and service, Lake County B.C.C. contract
number 17-0606L;
WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's
response thereto and Agreement in accordance with CITY's procurement policy; and
WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms
and conditions of the Lake County B.C.C. contract number 17-0606L.
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
The CONTRACTOR shall provide fire equipment parts, supplies and service as described
in the Lake County B.C.0 contract number 17-0606L, 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 CONTRACTOR. To the extent of a conflict between
this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail
and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall
apply.
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 Price Schedule as set forth in Exhibit `B',
attached hereto and incorporated herein.
ARTICLE III — TERM AND TERMINATION
This Agreement is to become effective upon execution by both parties, and shall
remain in effect until June 30, 2018, unless terminated or renewed as provided
by the Lake County B.C.C. j
2. Notwithstanding any other provision of this Agreement, CITY may, upon
written notice to CONTRACTOR, terminate this Agreement if. a) without
cause and for convenience upon thirty (30) days written notice to
CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c)
CONTRACTOR makes a general assignment for the benefit of its creditors; d)
CONTRACTOR fails to comply with any of the conditions of provisions of this
Agreement; or e) CONTRACTOR 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.
3. Upon mutual agreement of the parties, this Agreement may be renewed for four
(4) additional one (1) year terms.
ARTICLE IV — COMMENCEMENT AND COMPLETION OF WORK
The CONTRACTOR shall provide fire equipment parts, supplies and service forth in the
applicable purchase order or notice to proceed.
ARTICLE V — PAYMENTS
In accordance with the provisions fully set forth in the General Conditions,
CONTRACTOR 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 CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified
and approved payment invoice by the CITY for services 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 CONTRACTOR 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 jurisdiction thereof.
ARTICLE V II — INSURANCE AND INDEMNIFICATION RIDER
1. Worker's Compensation Insurance - The CONTRACTOR shall take out
and maintain during the life of this Agreement Worker's Compensation Insurance for all
his employees connected with the work of this Project and, in case any work is sublet, the
CONTRACTOR shall require the subcontractor 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 CONTRACTOR. Such insurance shall comply
with the Florida 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 CONTRACTOR shall provide adequate insurance,
satisfactory to the CITY, for the protection of employees not otherwise protected.
Employers Liability insurance with the following minimum limits and coverage:
(a) Each Accident, $100,00
(b) Disease -Each Employee, $100,00
(c) Disease -Policy Limit, $500,00
2. CONTRACTOR'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) CONTRACTOR's Comprehensive General, $500,000 Each
($500,000 aggregate)
Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit, $100,000
(b) Fire Damage, $50,000
(c) Medical Expense, $5,000
(b) Automobile Liability Coverages, $300,000 Each
Combined Single Limit
Bodily Injury (per person), $100,000
Bodily Injury (per accident), $300,000
Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE
shall be amended to provide coverage on an occurrence basis.
3. SubCONTRACTOR's Public Liability and Property Damage
Insurance - The CONTRACTOR shall require each of his subCONTRACTORs to procure
and maintain during the life of this subcontract, insurance of the type specified above or
insure the activities of his subCONTRACTORs in his policy, as specified above.
4. Indemnification Rider
(a) To cover to the fullest extent permitted by law, the CONTRACTOR
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 CONTRACTOR, any
subCONTRACTOR, anyone directly or indirectly employed by any of
them or anyone for whose acts any of 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 CONTRACTOR, any subcontractor, 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 CONTRACTOR or any subcontractor under workers' or workmen's
compensation acts, disability benefit acts or other employee benefit ads.
(c) The CONTRACTOR 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 courier
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.
CONTRACTOR: Ten-8 Fire Equipment, Inc.
2904 59' Avenue Drive East
Bradenton, FL 34203
Attn: Bruce Scott, Sales Representative
CITY: City of Clermont
Attn: Darren Gray, City Manager
685 W. Montrose Street
Clermont, FL 34711
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.
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 writing 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 CONTRACTOR.
6. Assignment. Except in the event of merger, consolidation, or other change of
control pursuant to the sale of all or substantially all of either party's assets, this
Agreement is personal to the parties hereto and may not be assigned by
CONTRACTOR, 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. Public Records. Contractor expressly understands records associated with this
project are public records and agrees to comply with Florida's Public Records law,
to include, to:
(a) Keep and maintain public records that ordinarily and necessarily would be
required by the CITY in order to perform the services contemplated herein.
(b) Provide the public with access to public records on the same terms and
conditions that the CITY would provide the records and at a cost that does
not exceed the cost provided in this Florida's Public Records law or as
otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as
authorized by law.
(d) Meet all requirements for retaining public records and transfer, at no cost,
to the CITY all public records in possession of CONTRACTOR upon
termination of the contract and destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure
requirements. CONTRACTOR shall use reasonable efforts to provide all
records stored electronically to the CITY in a format that is compatible with
the information technology systems of the CITY.
(e)IF CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTRACTOR SHALL
CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT
CITY CLERK'S OFFICE, (352) 241-7331.
ARTICLE X — AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this Agreement
as if herein repeated.
Document Precedence:
1. This Agreement
2. Purchase Order/Notice to Proceed
3. All documents contained in Lake County B.C.C. ContractlBid No. 17-0606L.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this Ct dayof -.%U0Lr!j .201a
City of Cl cont
ail L. Ash, Mayor
Attest:
Tracy Aokmyd Howe, City Clerk
Ten-8 Fire Equipment, Inc.
By: Enu.Lc d W z7Gxaw��
(Name Printed or Typed) LL�//
gi4O �OAX-114 1&rw
Title
Attest:
dorpora Secret
6la!�4Z 16 I11 RW�ti
(Name PriAted or Typed)
EXHIBIT A
LAKE COUNTY
110It1 UA
CONTRACT NO. 17-0606L
Fire Equipment Parts — Supplies - Service
LAKE COUNTY, FLORIDA, a political subdivision of the state of Florida, its successors and assigns through
its Board of County Commissioners (hereinafter "County") does hereby accept, with noted modifications, if
any, the bid of Ten-8 Fire Equipment (hereinafter "Contractor") to supply fire equipment parts, supplies, and
services to the County pursuant to County Bid number 17-0606 (hereinafter "Bid"), addenda nos. 1 and 2,
opening date 12/1312016 and Contractor's Bid response 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.
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 priorto commencement of this Contract: Insurance
Certificate — an acceptable insurance certificate (in accordance with Section 1.8 of Bid) must be received
and approved by County Risk Management prior to any purchase transactions against the contract.
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, 2017 through June 30, 2018 except the County reserves the right 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 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:
Senior Contracting Officer
Date: 9 - vl —lA l�
Distribution: Original -Bid File
Copy -Contractor
Copy -Department
"Earning Community Confidence Through Excellence in Service"
Office of Procurement Services 316 W. Main, Suite 441 P.O. Box 7800
Tavares, Florida 32778-7800 Ph (352) 343-9839 Fax (352) 343-9473
aa,
LAKE COUNTY
FLORIDA
MODIFICATION OF CONTRACT
1.
Modification No.: 1
2. Contract No.: 17-0606L
Effective Dace: November 14, 2017
Effective Dam July 1, 2017
3.
Contracting Officer. Donna V llinis
5. Contractor Name and Address:
Telephone Number. 35 343-9765
Ten-8 Fite Equipment Inc.
29M 596 Avenue Drive East
4.
Issued By:
Bradenton, FL 34203
Procurement Services
Lake County Administration Building
Atlas: Brace Scott
315 W. Main SL, Suite 441
Tavares Florida 32778-7800
6.
SPECIAL INSTRUCTIONS: Contractor le requited to sign Block 8 showing acceptance of the below written modification
and r.,nm d,i form to ad ress shown in Block 4 within ten
(10) days after recdp preferably by certified mad to enure a
system of positive receipts. Retain a photocopy of the signed copy of this modification and attach to original of contract,
which was 2reviously provided
7.
DESCRIPTION OF MODIFICATION:
Contract modification to add the following manufacturers to
the contract at the discounts provided in the quotes.
8.
Contmcmt's Si mature REQUIRED
Name: i3iar�aa.
9. lake County, Florida
Tsda VP of Equipment and Rescue Sales
Senior Contracting Officer
Date: 11/14/17
Dace
10.
Distribution:
Original —Bid/Contract File
Copy— Vendor, Department
FILIAL MD ADMINnTMnve SMV[OE3 YRONaFMaNt SERVICESP.O. BOX 7800.315 W. MAIN ST., TAVARBS, FL 32T18 • P352.34M839• F 352.343.9473
Bmrd fc." C..Wioxerr•�nnr.lakeroamy/l.gw
ADDITIONAL MFG FORM
Additional Manufacturers/Product Linea
ITB Number. 17-0606
Manufacturer: PGI
Discount from current price list 15.0 % freight not included
Price List No. Date of Price List
Waranty
1. Stacking Distributor? Yes No X
Ludtime: 4-6 weeks
Newly rate for repair and service S n/a (per how)
Minimum order (if my) $_ n/a
Handling fee if less than minimuu order S n/a
Name/felephone/Ce8/Beeper of Emergency Contact
Bruce Scott 941-757-2928
Manufacturer: ]Angus Foam
Discount from current prim list 12.0 %
Price List No. Date of Price I
Warranty
Stocking Distributor? Yes —No X
Lead time: 2-3 weeks
Hourlynve for repair and service$ n/a (per how)
Minimum order (if my) $ n/a
Handling fee if less than minimum order $ n/a
Nome/Telephone/Cell/Beeper of Emergency Conmct
Bruce Scott 941-757-2928
ADDMONAL MFG FORM
Additional Mauufacturera/Product Linea
Monufsettrer: National Foam
Discomt lions torrent price list 12.0
Price List No. Date of Price
Watraoty
1. Stocking Distributor? Yes —No X
Lead time: 2-3 weeks
Hourly rate for repay and service $ n/a (par horn)
Minimum order (if my) S n/a
Handling fee if less than minimum order S n/a
Nsme7elephone/Cell/Beeper of Emergency Contact
Bruce Scott 941-757-2928
Manufacturer: Chemguard Foam
Discomt frmn current price list 12.0
Price List No. Date of Price
Warranty
Stocking Distnbumr7 Yes No X
Lead time: 2-3 weeks
Hourly rate for repair and service $ n/a (per boor)
Minimmn order (if my) $ n/a
Handling fee if less than minimum order S n/a
NamelTelephone/Ce➢/Beeper of Emergency Contact
Bruce Scott 941-757-2928
1TB Ntmba: 17-0606
A nn17`TAN AT. MRf_ FARM
Additional Manufacturers/Product Lines
Manufacturer: Annul Foam
Discount from current price list 12 .0 %
Price List No. Date of Price List
Warranty
1. Stocking Distributor? Yes No x
2-3 weeks
Hourly rate for repair and service $ n/a (per hour)
Minimum order (if any)$ rt/a
Handling fee if less than minimum order $ n/a
Namefrelephone/Cell/Beeper of Emergency Contact
Bruce Scott 941-757-2928
ITB Number. 17-0606
Manufacturer: EBB
Discount from current price list 25.0 Product, 10.0% Parts
Price List No. Date of PriceList
L
Stocking Distnbutor? Yes_No X
l.eadtime: 2-3 weeks
Hourly rate for repair and service$ n/a (per hour)
Minimum Ord" (if any) $ n/a
Handling fee if less than minimum order $ n/a
Namefretephone/Cell/Beeper of Emergency Contact
Bruce Scott 941-757-2928
da
LAKE COUNTY
FLORIDA
INVITATION TO BID (ITD)
FIRE. EQUIPMENT - PARTS - SUPPLIES - SERVICE
ITB Nnmber:
17-0606
CohlraatnkuDlccc
U.Villials
Bid Due Date:
lhroember 13, 2OT6
_ Pr Bid CouL Date:
Not Atlplicalik
Bid Ihm'1'ena:
3M P.M.
f rlt Issrm Datr:
„October 24. 2016.
SECTION L Special Tama and Conditions 2
---__---- -- i ---
SLC'1707N2: Sanement of Work 14
--
................_......... ._._............. ___..__..._____..._.__.._______
SF.CITON3: Creneml Tenm9arid Cwnditlom 16
SA('RON {: Pricing/CxrifiWinnN$ignamras 20
SECTION 5: Allschmcnta ! 23
Proposal mndlor Nertormance rood: Not nnplioableto this 1TU
Certilicatenf CmnputencyfLkcrac: Not applicahlatothk ITR
IndemnifintioNfmOanac: `- Smtima 1.9
_
Prc•BidO f..c/Walk.Thru: i Nut appliorble la this ITB ---
AI the date and time apecited alone, a6 bids that have been received in a timely, mariner will he
opened, recorded, and accepted for maxideration. The nanay of the bidders submitting bids will be
rend stood and recorded. 'Itie bids will be available for inspection during noirtal business bourn in the
Office of Ihocumatent Services thirty (30) calendar days after the official bid due date. When cuuMeo-
signed by an authorized County representative, this document and any specifically identified aluehmente
may form the comract doeuutent binding the parties to all performance specified heroin.
Vendors shall complete and return the entirely of this M Tfutumonb and attach all other
information requeated is this ITD document (See Provision 1.13). failure In sign the bid response,
or to submit The hid response by the npeeirwrt time and date, may he muse for rejection of the hid.
if arty vendor does = want to respond to this sulioilation at this time, or, would like to be removed from
Lake Couaty's Vendtm List, please mark the aprppopriete space, complete name below and return this page
Only.
Not inwrealed at this time: keep mu firm on Lake County's Vendors, Liar for future solicileduns for
this product / service
❑ Please remove our firm firm Lake County's Vendor's List for this product / service
Company Name: TPN-R FTRR pyR1I2MEltT.L.--nE- Phone Numben$00-228-8368
Email Addrea: gFTFNBF'IRF f.OM Contact Person: LIRIICg SW17
I
LAKE COUNTY
F L O R I D A
ITB # 17-0606
FIRE EQUIPMENT - PARTS - SUPPLIES - SERVICE
DECEMBER 13, 2016
3:00 PM
Submitted by:
Bruce Scott - Inside Sales Representative 800-228-8368
Monte Sims - Outside Sales Representative 800-228-8368
AEAP78
I\ SF.RVICE'IO SI•:K\'I1 Uli
SFC11ON 1 — SPECIAL TERMS AND CONDITIONS ITB Number: 17.0606
Section LE Purpose
The purpose orthis solicitation is to establish multiple term and supply contracts liu the purchase
of varieus brands of parts, supplies, xluipmcnG and .aerviocs used by the County on an as needed
basis in cmyunction with its public safety needs.
This is an indefinite quantity contract with no guarantee gmxls or services will be required. The
County does not guarantee a minimum or mnxlmum dollar amount to be expended on any
contnWt(s) resulting iivm this lnvitution to Bid (ITR).
Section 11: 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 nfFi6al point of contact for this
solicitation. To ensure reply, questions should be submitted no later than seven (7) working days
before the hid duc date.
Donna Villinis, CPPB, Senior Contracting Officer
Lake County BCC
Office of Procurement Sin ices
315 W. Main Street, Ronan 411
PO DOX 7900
Tavares, PL 3277R-7800
Phone: 352-343-9839 Pax: 352-343-9473
E-nmil: dvillims@Iftkccq)a w
No answers given in response to questions submitted shall be binding upon this solicitation
unless released in writing as an addendtmr to the solicitation by the Inke County Office of
Procuremem Services.
Section 1.3: Method of Award
1be County intatds to award multiple contracts under this solicitation to maximize coverage for
lb., variety of brands it purclwses for its operations. It is anticipated that multiple vendors may
be awarded for the sane brand. In this case, the County may request quotes from vendtns under
contract for the same brand irdiscounts are equal or if stocking issues are concerns.
As the heat bttorests of the County may require, the County reserves the right to reject any and
all of%rs or w waive any minor Irregularity or technicality in bids received.
SEMON I — SPECIAL TkRMS AND CONDUIONS rrn tVumber, t7 aeo6
Section IA: Pr Hid Confenmce / Site Visits
Not applicable m this solicitation.
Section 1.5: Term of Contract
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 )',enter distributed by the Counlyfs Office of Procurement Services; and
contingent upon the completion and submittal of all mquirod pre -sward documents. The initial
contract torm shall remain in enlrA for twelve (12) months, and then the contract will remain in
effect until completion of the expressed and/or implied warranty period. 'I he contract pricing
resultant from this solicitation shall prevail for the full duration of the initial contract term imless
otherwise indicated elsewhere in this document.
Sectivu 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 completion of each exercised Lean of this contract, the vendor shall be
notified in writing of the County's intent to renew. It is the vendor's responsibility to request
any pricing adjustment in writing under this provision at the time of mwwal. The vendor's
written request for adjusment should be submitted at least thirty (30) calendar days prim to
expiration of the then current contract term. The vendor adjustment request must clearly
substantiate the requested incrense (with copies of manufacturer's invoices, notices of price
increases, cic.). if no adjustment request is received from the vendor, the County will assume
that the vendor has agreed that the optional term may he exercised without pricing adjustment,
Any adjustment request received after the commencement of a new option period shall not be
considered,
The County reserves the right to reject any written p6cc, adjustments submitted by the vendor
and/or to not exercise any otherwise available option pariod based on such price adjustments.
Continuation of the a inset beyond the initial period, and any option subsequently exercised, is
it County premptive, and not a right of the vendor. This prerogative will be exeeiadd only
when such eomlinuation is clearly in the bast intorest of the County.
Section 1.7: Metbod of Payment
Invoices shall be sun to the County user department(s) that requested the items through a
purchase order. The data of the Invoice shall not exceed thirty (30) calendar days them the
delivery or the goods or services. [.fides no circumstances shall the Invoice be wbmftted to the
County In adveince of the delivery and axieptancc of the items. In addition to the general invoice
requirements Stated below, the invoice shall rePeretoo, or include a copy ol; the corresponding
delivery ticket number or packing slip munher that was signed by an authorized representative, of
Lha County user department at the time the items were delivered and accepted.
All Invoices shall contain the contract and/or purchase order numbs, date and location of
delivery or service, and confirmation of nxxvptance of the goods or services by the appropriate
SFZffON I -- SPFUM, TFRMS AND CVNDffIONS ITH Numb .. 17-0606
County representative. Failure to submit brvoices in the prescribed manner will delay payment,
and the vendor may be considered in default of ewranct and its contract may be terminated.
Payments shall be tendered in accordance with the Florida Prompt Payment Act, Part Vll,
Chapter 218, Florida Slane-,
Section 1.8t Insat'anee
Each vendor shall include in its solicitation expanse package proof of insurance capabilities,
including but not limited to, the following requirements: rfhis does not mean that the vendor
must have the coverage prim to submittal, but, that the coverage must be in effect prior to a
purchase order or contract being executed by the County.]
An original certificate, of insurance, indicating drat the awarded vendor lies arverage in
accordance with the requirements of this section, shall he furnished by the vendor to the
Contracting Officer within five (5) working days of such request and must be received and
accepted try the County prior to contract execution and/or before any work begins.
The vendor shall provide and maintain at all times during the term of any contract, without cost
or expense to the County, policies of insurance, with a company or companies authorised to do
business in the State of Florida, and which are acceptable to the County, insuring the vendor
against any and all claims, demands or causes of action whatsoever, for injuries received or
damage to property relating to the peformanee of duLies, services and/or obligations of the
vendor under the terms and provisions of the contract. '11ho vendor is responsible for timely
provision of curtificate(s) of insurance to the County at the certifoato 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 Instrance Services Office or
equivalent without restrictive endorsements, with the following minimum limits and toverugw.
Each Ocuurrencc/General Aggregate $500.000
Products�Completcd Operations $500,000
Personal & Adv. injury S.5u0,000
Fire Damage S50,000
Modica] Fxpensc s5,(ao
Contractual Liability Included
Automobile liability insurance, Including all owned, non-nwnod, scheduled mid hired auuos with
the following minimum limits mid coverage;
Combined Single Limit $300,000
or
Idodily Injury (per person) $100,000
Bodily Injury (per accident) $300,00
SECTION I -- SPECIAL TERMS AND CONDITIONS Mwobe : t7-o6o6
Property Damage $100,000
Workers' compensation Insurance based on proper repotting of classiticatirm codes and payroll
amounts in accordance with Chapter 440, Florida Stalutes, and/or any other applicable taw
requiring workeri compensation (Federal, maritime, etc.) if not required by law to maintain
wur:ers compensation insurance, the vendor must provide a notarized statement that if he or she
is it jured, he or she will not hold the County responsible for any payment or compensation.
limployors. Liability insurance with the following minimum limits and coverage:
Each Accident $100,000
Dlseas&-Each Employee 3100,000
Disease -policy Limit $300,(M
Lakc 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 certificatc(s) of insurance, shall provide rot a minimum of thirty (30) days prim written
notice to the County of any change, cancellation, or nommewal ot'the provided 'Insurance. Ills
the vendor's specific responsibility hr ensure that any such notice is provided within the stated
dmettame to the certificate holder.
If it is nut possible for the Vendor to certify compliance, an the certificate of insurance, with all
of the above requirements, then du Vendor is required to provide a copy of the actual policy
endoracment(s) providing the required coverage and notification provisions.
Certificate(s) of insurance shall identify the upplimblo solicitation (I'IWBFP/RFty number in
the Description of Operations section of the Certificate.
Certificate holder shall be
LAKE COUNTY, A pOLtricAL SUBDIVISION Olr'I'HF. STATE OP
FLORIDA, AND THE BOARD OF COUN'IY COMMISSIONERS
P.O. BOX 78U0
I A VARES, FL 32778-7800
Ctutiticates of insurance shall evidence a waiver of subrogation in favor of the County, that
coverage shall be primary and nonoantributory, and Hurt each evidencai policy includes a Cross
Liability or Severability of Interests provision, with no requirement of premium payment by the
County.
'Ihe Vendor shall be responsible for subcoetractors and their insurance. Subcontractors are to
provide certificates of insurance to the prime vendor evidencing coverage and tams in
accordance with the Vendor's requirements.
SECTION I — SPECIAL TERMS AND CONDITIONS IT6 Numbu: 17-0606
All self -insured retentions shall appear on the certificate(s) and shall be subject W approval by the
County. At the option of the County, the insurer shall reduce or eliminate such scif-insured
retentions, or the vendor o subcontractor shall be requirod 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
ropmaent a deductible or• self -insured retention in any insurance policy. The payment of such
deductible or self -insured retention gall be the sole responsibility of the vendor andlor
subcontractor providing such insurance.
Failure to nbutin and maintain such Insurance as set out above will be cznsidered a breach of
contract and may result in termination ofthe cuntmet for dcthuh.
Neither approval by the County of any insurance supplied by the vendor or SubcontracWr(s), nor
a failure to disapprove that iasumncc, shall relieve the vendor or Subcontractor(s) of full
responsibility for liability, damages, and accidents as set forth herein.
Section 1.9: Reading Regalrememts
Not applicable W this solicitation.
Section 1.10: Delivery
The vendor shall make delivmims within ten (IO) calendar days alter the date of the order. All
deliveries shall be made in accordance with good commercial pmctjce mid all required delivery
timefianes shall be adhcmd to by the vendor(a), except in such cases where the delivery will be
delayed due to acts of God, strikes, or other causes theyond the control of the vendor. In these
cases, die vendor shall notify the County of the delays in advance of the original delivery date so
that a revised delivery schedule can be appropriately considered by the County.
Delivery of emergency orders shall be within forty-eight (49) hours. No stock deliveries will be
accepted on Saturdays, Sundays, or County holidays. The ordering department will advise
vendor if the order is cat emergency when placed.
Should the vondor(a) In whom the owntract(s) is awarded fail to deliver the rcquirod goods m
services under a spa;ific order in the number of days stated above, the County reserves the right
W cancel the specific order under the contract on a default basis inlet :my back order poritd that
has been specified in this contract has lapsed. If the specific order- is str terminated, it is hereby
understand and agreed that the County has the authority to purchase the goods elsewhere and to
charge the incumbent vender with any rc-procurcment costs. If the vendor fails to honor these
re-pmcurwnwl costs, the Conroy may terminate the contact in its entirety for default.
Certain County employees may be authorized in wrilhig to pick-up materials under this contract.
Vendors shall require presentation of this written authorbatiun. The vendor shall maintain a
uipy of the authorization. If the vendor is In doubt about any aspect ofmalerial pick-up, vendor
shall contact the appropriate user department W ennFirm the authorization.
S2CI'ION 1 — SPECIAL TERMS AND CONDMO'NS rtB Number. I7-0606
Section 1.10.1; Shipping Terms, N.O.B. Destination- Inside Delivery
'Ilia F.O.B. point for any product ordered as a rnsroit of this solicitation shall be P.O.B.:
DESTINATION— INSIDE DELI VERY. 'Ilia title for each item will pass from the contractor
to the County only after the Courny reeolves AND accepts each item. Delivery gill no, he
complete until the Courtly has accepted each item. Delivery to a common carrier shall B91
constitute delivery to the County. Any transportation dispute shall be between die contractor and
the carrier, The County will R2t consider any bid or proposal showing a F-O.B. point other then
FA.B : Destination — inside Delivery.
Section LID: Back Orders
I f the vendor cannot deliver an ordered item in accordance with the scheduled delivery data due
to a current existing backorder of that item with the vendor's manufacturer or distributor: the
vendor gall insure that such back orders are filled within ten (10) calendar dayx from the initial
scheduled delivery date for the item. The vendor shall not Invoice the Cerunty for back ordered
items until such back routers are delivered and accepted by the Corrnty's authorised
representative. ft is understood and agreed that the County may, at its discretion, votbally cancel
back orders after the grace period identified in this paragraph has lapsed, seek the items from
mother vendor, and charge the incumbout vendor under this contract for any directly associated
iv -procurement costs. If the vendor fails to horror these re-proourwncm casts, the County may
terminate the contract for default.
Section 1.11: Acceptance of Goods or Services
The product(s) delivered as a result of an award from this xnlicitation shall remain the property
orthc contractor, and services rendered under the contract will not be deemed complete, until a
phyNieal inspection and actual usage of the product(s) and/or service(s) is (arc) acueplod by the
County and shall be in compliance with the terns herein, fully in accord with (he specifications
and orthe highest quality.
Any goods undfor services purchased as a result or this solicitation and/or contract may be
testic4linspected for oxnnpl'tanee with specifications. In the event that any aspect of the saws or
services provided Is found to Inc defective or does no conform to the specifications, the County
reserves (he right to terminate the contract or initiate coAroetive action on the part of the vendor,
to include retum of any non -compliant broads to the vendor at the vendor's expense, requiring the
vendor to either provide a direct replacement for the item, or a ful I credit for the returned item.
The vendor shag not assess any additional charge(s) for any conforming action taken by the
County under this clause. The County will not be responsible to pay for arty product or service
that roes not oonfmrri to the contract specifications.
In addition, any defective product or service or any pnxhxx or service not delivered or performed
by the date specifiod in the purchase order or contrucy may be procured by the Comity on the
open market, and any increase in rest may be charged against the awarded muractor. Any coil
incurred by the County in my rtrpmcmasnend plus any increased product or sarvice cost shall be
withheld from any monies owed to the contractor by the County for any contract or financial
obligation.
SN.CTION I —'SPECIAL TERMS AND CONDITIONS rrB Number: 17-0606
Section 1.111: Deficiencies to be corrected by the Vendor
The vendor shall promptly correct all apparent and latent deficiencies arrdlor clef" in work,
and/or any work that fails to conform to the contract doctonems regardless of project oxumplction
status. All corrections shall be made within tan (10) calendar days after such mjeeted defects,
deficiencies, and/or nomconfonnunecs are %wholly reported to the vendor by the County's
project administrator, who may confirm all such verbal reports in writing. The vendor shall bear
all costs or correcting snub rejected work. If the vendor fails to correct the wurk within the
period specified, the County may, at its divcrctian, notify the vendor, in writing, that the vendor
is subject to contractual default provisions if the corrections tiro not wlipleted to the satisfaction
of the County within ton (ID) calendar days of receipt of the notice. If the vendor fails to correct
the work within the period specified in the notice, the County shall place the vendor in default,
obtain the aervicos of another vendor to coirect the daficiencics, and charge the incumbent
vendor for these costs, eilhor through a deduction from the final payment owed to the vendur or
trough invoicing. if the vandor fails to honor this invoice or credit memo, the County may
ternninale the contract for default.
Section 1.12: Warranty
The vendur agrees that, unless expressly stated otherwise in the bid or proposal, the product
and/or service furnished av a result of an award finni this solicitation shall be covered by the
mast favorable commercial watanty the vendor gives to any customer for comparable quantilirs
of products and/or services and the rights and remedies provided herein arc in addition to said
warranty and do not limit any right afforded to the Counly by any other provision of this
solicitation.
[be vendor hereby acknowledges and agrees that all materials, except where recycled content is
specifically requested, supplied by the vendur in conjunction with this solicitation and resultant
contractshall be new, waro niecl for their merchantability, and ft fora particular purpose.
Section 1.13: Delivery of Solicitation Response
Unless a package is delivered by the vendor in person, all incoming mail from the U.S. pastel
Service and any package delivered by a third party delivery organization (fedNx, TIPS, Dill„
private courier, etc,) will be opened for security and contamination inspection by the Lake
County Clerk of the Circuit Court Mail Receiving Ceder in an off silo secure controlled futility,
price to delivery to any Lake County Government facility, which Includes the Lake County
Office of Promeuncnt Services.
To be considered ror award. a bid or proposal must be reetved and accepted in the Office of
Procurement Services prkx to the date and time established within the solicitation. A rospmtsc
will not be considered for award if received in the Office of Procurement Services after the
ollicial due date and tune regardless of whon or how it was received by the take County Clerk
of Court Mail Receiving Center. Allow sufficient time for transportation and inspection.
The exterior of each envelope/package shall be elewiy marked with the bidder's name and
address; and the solicitation number and titter Ensure that yew bid or proposal is setuicly sealed
SECTION I — SPECIAL TERMS AND CONDITIONS It'd Numb= 17-0606
la an opaque envelope/package to provide confidentiality of (be bid or proposal prior to the due
date dated in the solicitation.
Ifyuo plan on submitting your bid or proposal IN PERSON, please bring it to:
LAKE COUNTY PROCUREMENT SER V ICES
315 W. MAIN STREET
4TH FLOOR, ROOM 441
TAVARES. H ORIDA
If you submit your bid or proposal by the UNITED STATI+S POSTAL SERVICE (LISPS),
please mail it to:
LAKE COUNTY PROCMEMENI' SERVICES
PO BOX 7800
TAVARES, FL 32178-7800
If you submit your bid or proposal by a TRW) PARTY CARRIER such as FadEx, UPS, or a
private courier, pleesc send it to:
LAKE COUNTY PROCUREMENT SERVICES
MAIL RECRIVING CLNfFR
32400 COUNTY ROAD 473
LEESBURG, FL 34788
Fnesimile (fax) or electronic submissions (e-mail) will is he accepted.
Section 1.14: Completion Requirements for Rkla
The bid submittal stroll consist of this eatim ITB document, with required sections completed by
the vendor. Ensure that you sign the bid in the certification box in Section 4. One (1) signed
original, two (2) complete hardeopies, and are electronic copy (lamp drivelCD) of the hid
shall be sealed and delivered to the Office of Procurement Services no later than the official
bid duc date and time. Any bid recelve d after this time will AW he a msidercd and will be
returned unopened to the submiter. The County is nor liable or responsible for any ermts
incurred by any Bidden, in responding to this ITB including, without limitation, costs for product
and/or service demonstration if requested.
When you submit your bid, you are making a bind htg offcn to the County and are agreeing to all
of the terns mid conditions in this Invitation to Rid Use only the forms) provided in this
document. If you make any change to the content or format of any fort, the County may
disqualify your otTcr. All information shali be legible and either written in ink ortypewritten. If
you make a correction or change on any document, the person signing the bid proposal must
initial the change. The bid stall be manually signed in BLUE INK by an official ffigh9floed to
legally bind the bidder to its provisions.
SP,MON1— SPECIAL TL+RMSAND CONDITIONS ITBNtmthc 17-0e06
COMPLCJION OF BID PACKA(IL The vendor shall complete all teyuired 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 (w include
pmnf 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 u separate sealed
envelope / package marked "literature fur Bid 17.0606." Do not indicate bid prices on
literature.
Specific Cmnpletion Directions:
> Vic bid submittal shall ctmsist of tins entire rTB document, with required sections completed
by the vendor.
> Complete the requested information at the hatom of the rai tnver page (page i),
> Pricing shall be ecanpicted as directed within Section 4.
> Initial and date in BLUE INK the appropriate space(s) in Section 4 for each addendum (f
any) issued for this rM,
> Insert any prompt payment discount that you will offer. Note payment terms are NH: r 30
DAYS otherwise.
> Complete die reference form (include at lase[ three references) contained within the
solicitation as Attachment 1.
> Complete all certifications, veadm• information, and ensure that you sign the bid Qn BLUE
ink) in the eertitication box
> Provide proof or insurance in compliance with the stated requirements in section 1.8 by
submitting either a cerlilicatc of Insurance or evidence of insurability,
Section 1.15: Availability of Clontmct to Other Coanty Departments
Although this solicitation is specific to one or more Canty Departments, it Is hereby agreed and
understood that any County department or agency may avail itself of this contract and purohase
any and all items speified herein from the vendor(s) of the contract price(s) established herein.
Under these circumstances, a contract modification shall be issued by tlu County identifying the
requirements of the additional County deperlmett(s).
Section 1.16: Busiaeera Hann of Operations
Deliveries shall be made during regular business hours (Monday through Friday, 9:00 a.m. to
5:00 p.m.) No deliveries or wmuk (ir vendors provides ecluipmont service) shall be perfumed
after regular business hoax or on Saturdays, Sundays, or County holidays except what
necessary in an emergency situation, fur the proper care and protection of the work already
performed, and/or when permission to do such work Is secured from the County Department
representative. No overtime work shall be started without prior approval of the immediate
project meager orhi.Ow designated rclimuntative.
10
S ,CTION 1 — SPECIAI, TERMS AM) CON0171ONS 1713 Number. 17.0606
Section )A7: Catalogs/Price Lists
The vendor shall provide its website address on page 21 of Section 4 where product catalogs and
price lists are available for viewing andfor doom loading.
With the bid submittal, the vendor shall include a (:I) or thumb drive of the 4limo catalogs and
manufacturer's price lists for the broods quoted. Failure to meet this requirement may result in
the offer being rejected. Upon request, the vendor shall provide hardoopies of the manufacturer's
pmduct catalogs mid pike lists at no additional cost to the County.
Section 1.18: Compliance with Federal Standards
All items to he purchased under this contract shall be in accordance with all governmental
standards, to include, but not be limited to, those issued by the Occupations] Safety and I lealth
Administration (OSHA), the National Institute of Occupathmal Safely Hazards (NIOSH), and
the National Fire Protection Association (NFT'A).
Section 1.19: Hourly limes
'Ihe hourly rate quoted shall be doxmed to provide flill compensation to the vendor far labor,
equipment use, travel time, and any other clement of court ur price. 'this rate is assumed to be at
straight -time for all labor, except as otherwise noted. 'I he vendor shall comply with minimum
%age standards, and/or any other wage standards specifically set forth in this solicitation and
resultant contract, and any other applicable laws of the State of Florida. If overtime is allowable
under this contract, it will be covered under a separstc item in the special clauses
Section 1,20: Labor, Materials, and Equipment Shall be Supplied by the Vendor
Unless otherwise stated in this so]ieitation, for service to be performed, due vendor shall furnish
all labor, material and equipment necessary for satisfactory contract performance. When not
specifically identified in the technical specilicu(ions, such materials and equipment .0atl be of a
suitable type and grade for the purpose. All material, workmanship, and equipment shall be
subject to the inspection and approval of die CounWs Project Manager.
Section 1.21: Purchase of Other Brands
Although this solicitation and resultant contract identifies specific brands, it is hereby understood
and agreed that additional brand(s) may be added to this contract at the option of the County.
Under these circumstances, a County representative will contact vendor(s) to obtain a quote for
(lice additional brand(s). If the discount proposed by the vendor for the additional trand(ti) is
considered to be fair and reasonable, then the brand(s) "old be added to the contiact through
the issuance of it modification to the contract.
The incumbent vendor(s) haslliave no exclusive right to provide these additional brand(s). The
County reserves the right to award additional brand(s) to the lowest priced contract vendor, to
multiptc contact vendor, or to acquire the items through a separate solicitation if it determines
11
SECTION 1 — SPECIAL TERMS AND CONDITIONS I'M Numbu: 11-0606
the price discount offered is not fair or reasonable or for other reasons at the County's sole
discretion.
Section 1.22: Rebates and Special Promotions
All rebates and special prmnotions offered by a manufacturer during the tern of the contract
shall be passed on by the vendor(s) to the County. )t shell be the responsibility of the vendor to
notify the County of such rebates andlor special promotions during die contract perind.
Special promotions shall be offered by the vnidor(s) to the County provided that the new price
charged for the items) is lower than would otherwise be available through the contract. Tt is
understood that drew special promotions may be of a limited duration. At the and of such
promotion, the standard coniraet price shall prevail.
Section 1.23: Repair and Parts Manuals to he Provided
The vendor shall supply the County with a minimum of me (1) compirbets4te repair and parts
manual which identify the component parts, and which describe the appropriate proses for
neiairing the equipment purchased by the County in conjunction with this solicitation. The
manuals shall be supplied prior to, or upon; delivery of the equipmant. Final payment shall be
withheld until such time as these manuals are raxived by die County.
Section 1.21: Risk of Law
The vendor assumes the risk of lose of damage to the Cmurity's property during possession of
such property by the vendor, and until delivery to, and acceptance of, that property to the
County, The vendor shall immediately repair, replace or make goad on dw lass or damage
without cost to the County, whether the loss or damage results from acts or omissions (negligent
or nol) of the vendor or a third parry.
The vendor shall indemnify and hold die County harmless from any and all claims, liability,
losses and causes of action which may arise out of the fulfillment or this cahtract. The vendor
shall pay ail claims and losses of any nature whatsoever in connection therewith, and shall
defend all suits, in the name of the Cohmty when applicable, and shall lay all touts and
judgments which may issue thereon.
Section LU: Safely
The vcrhdor shall be responsible For initiating, maintaining and supervising all safety precautions
and programs in connection with the work and for complying with all requirements of the
Occupational Salary and ITeilti Administratul Act (USIIA). The vendor shall take all
necessary precautions for die safely of and shall provide die necessary protection to prevent
damage, injury or loss to pe m. ris or property.
The vendor shall provide all standard equipment, work operations, surety equipment, personal
protective equipment, and lighting required or mandated by State, Federal, CISHA, or Americans
with Disabilitiev Acr of 1990 (ADA) r0guliaimu.
12
SECTION 1 — SMCIAL TERMS AND CONDITIONS fl"U Number. 17-M
The vendor shall designate a competent parson of its organization whose duty shall be the
prevention of accidents at this site. This person shall he literate and able to communiuft fully In
the English language because of the necessity to read job instructions and signs, as well as the
need for conversing with management personnel. This person shall be the vendor's
superintendent unions otheiwise designated in writing by the vendor to the Contract Manager.
Section 1,26: Special Notice to Vendors Regarding irederal and/or State Requircmmrd
Upon award of a contract resulting fro n this solicitation, the vendor shall utilize the U.S.
Department of Homeland Secorily'g F.Vcrify 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 tern of the contract to perfinm
employment dudes within Lake County; and
2) All persons, including subcontractors, assigned by the vendor to perfoin work pursuant
to the contract.
Section 1.27: Training
When applicable, the vendor shall supply the County with a minimum of one (1) comprehensive
training manual which describes the appropriate use of the equipment purchased by the C:oMLy
in conjunction with this solicitation, The inantial(s) shall be included with the equipment upon
delivery. Final payment shall be withhold until such time as these manusbs are received by the
County.
Upon request, the vendor shalt provide an intahsive training pmgrnrn to County employees
regarding the use of the products or services supplied by the vendor in conjunction with this
solicitation. This training shall be no additional charge to the County. The vendor shall bear all
cvhsas of registration fees and manuals and texts, or other instructional materials associated with
the required training.
Section 1,28: Wage Rates
Under this contract, the wage rate paid to all hdmmxs, mechanles grid apprentices employed by
the vendor for the work under- the contract. shall not be lass than the prevailing wage rates fhr
similar classifications of work as established by the Federal Covernmalrt and enforwA by the
U.S. Department of Labor, Wages and Ilum:s Division, and Florida's Minimwn Wage
requirements in Article X, Section 24 (J) of the Florida C nnslitution and onfomod by the Florida
Legislature by statute or the state Agency For Workforce Innovation by rule, whichever is
higher.
13
SECTION 2 — STA'fBMENT Old WORK 17173 Numh:.. 17-OOK
SCOPE .Or SrRv1ClES
General Requirements
It is deer Intent of the County to establish multiple contracts for its armMi l requirements for fire
equipment, parts, supplies, and/or services for the County's Public Safety Department, Fite
Rescue Division, and the County's plat Management Division,
The vendor hereby acknowledges and agrees that all pans and/or materials supplied by the
vendor in conjunction with this solioitation and resultant amhuct shall be new, warranted for
their merchantability, and tit for a panicular purpose unless recycled, used, or remanufactured
goods are specifically requested or approved at the time the order is placed.
I.Wergency/Disaster deliveries may be required during non -business taxes. Vendors shall
submit a contact person's name and telephone number where requested in the Pricing Section for
emergency orders.
It is the vendor's respow1bility to ensure drat the County has received the latest version of any
MSDS required by 29 CPR 1910.1200 with the first shipment or any hazardous material. Also,
at any time die content of an MSDS is revised, the vendor shall promptly provide a new MSDS
to the County with the new infotmation relevant to the specific malcrial.
Tlta vendor shall be required to famish price lists on jump drive or CD upon request from the
Public Safety Deparbraru or Fleet Management Division at no charge. This price list shalt
provide descriptive literature, technical data and service information fix itcnns awarded. Time of
delivery I -err these lists shall be mutually agreed upon by the vendor and the C:ounly
representative.
Reunir Services
Unless otherwise stated in this solicitation, die vendor shall furnish all labor, material and
equipment neucesary for satisfactory contract performance. Wham not specifically idandfied in
the technical specifications, such materials and equipment shall be of a suitable type and grade
for the purpose. The vendor(s) shall possess all special hand tools and special equipment
recommended by the equipment and part manufacturer(s) to effectively and efficiently make
repairs. The vendors) stall abide by OSHA requirements and the staff assigned to the County's
projects shall he ASE or factory certified. All material, workmanship, and equipment shall be
subject to the inspection and approval urffic Public Safety Department.
Vendors) shall be required to submit a written estimate for each prospective project under this
comtmet before a work order for that specific pmjeet is issued, The estimate must reflect the
regular hourly wages fro each classification represented in this contract, and the percentage
discounts or mark-ups for materials and equipment that were quoted by the vendor on its initial
offer or the most current contract pricing. The estimate shall be itemized by the number of work
hours per clascifirarfoa, and by the cost of materials and equipment. Lump sum estimates will
not be accepted. If multiple vendors are available to quote an estimate fur the specific work, the
County resorvcs the right to award the project based on the lowest written estimate, or to reject
all estfrnates when such action is determined to be in the bent interests of the County, and obtain
dre required services from another source of supply.
14
SKILrION 2 — STATEMENT of WORK ITB Number: 17-0606
Upon approval of the estimate, the County's authorized representative shall generate and issue a
Work Order for the specific repair project The Work Order shall include the scope of work to he
completed. For purposes of identification and pa5mrent, the Work Order shall he numbered and
dated. The vendors name shall then be entered on the Work Order and that order will then be
issued to the vendor. The Work Order shall also direct the Vendor to commence work an a
certain day and it shall specify the amount or Lime allotted fur completion of work awered by the
Work Order. AI I work covered by a Work Order shall constitute a Corrraet Schedule.
Delivery Lucatiunx
Firo Rescue Vehlele MaintenanceMleet Division
25028 Kirkwood Avenue
Astatula, F1. 14705
Department of Public Safaty
Fire Stminn No. 20
37711 SR 19
Umatilla, FL 32784
Department or Public Safety
315 W Main St
Suite 411
'Tavares, FL 32778
County Flee[ Management Division
20423 hulependemx Boulevard
Orovelend,PL 34736
15
SECTION 3 — GENERAL'1'ERMS AND CONU1'11ONS PI.6 Number. 17.0606
3.1 D➢47NI'I'IQNS
Adtlmdm A wrilkn amngo to a saliu Wiwi.
Rid: Mall lda I. any diffe(S) m, indeed in sequence IOIhit ITR.
Dlddae ROfem to ap' mliiy ollm steaaRtd o and undo ua rb.
Lan rid: TIIC ABmClunl M IL'rQ:1fl1 d.'E YErVIRi W IOr1M1 in L.Ir
rAdlulpn The mlltry mill W wmRi<VI of Ih rMicilalinn
decal singled by Foal poode with any nJdaolh and alga
mdtmaaa are, ifinly:vin- achal
CaaWrbr, lla candor:. Which await ham been male.
cal Shall mfa, to lake alrmry, Halli
sveerfrpn k Did (Tf➢):.Hall mum Mrs ml... Wtiun Jaaenenl.
imiu111np any and WI dde:rW. An (TB Conan. Pall -defiled
fe,nn, mirlitias, laid ne afud'wna alai is Awarded to the Ion a
pncd mspmgve and marwnoblebiald.,
Modification: Awrilkncl.,tpcbeamtwa
Reaauiblel Pablo 10 n bona In. 6. dc. arpaily And
capability m lerRan national, egteraJ under an Nrltem to did,
are is mha-6a eligible far F.Ocnd,
thimpon ilra. Were to a India Met Ivs taken to reception a
dcredlan hum file Iron... needitims, era spwincnimeb m MI.
So irtbi Thou wiurn Ju:uuant mquedn3 other Hits Or
pwowa fma the narkcat ion.
Paalar. A m9n<nl efncnce to m rarity wpmtdinp la M;
s, whiiv,l04,0hf-Ilmpa,dardav lbnfiCYr1{ryG1.
TFa. CAOntY ma andslilled on the calm'Fil -oLUl of
'CAP am egtdwla,: wilflin Ill; ITR ad indicate IF ..&I.,
r<ydranm: whiell shall not b:,onvd hyt6ecrob.
3.2 LVMT TIWM)DIlAXR➢
A. Rill nQon Itftention
It is the Ietpy, of the County to RMIN't dr fill] anal open
wmpmilbd ante, nil amiable ciddifi d sender. All Vanden
raatgh' a yw;red in IF, types or work splclfid in the adlcfmhm
marµd mtudepit bite. To be rawaaeded to, nwrd Ale
Canny nal (W ire dam eo,ok.. avidawe of—,16—wih
de onoverec,ac below upon ratmn'
1. Dii lmn, OF FjryrNyarnt
a. Diaclomm: afOuomrhip
3, Coca, I zlvwkpWm
4. W-9 mW 8109 Ranr -"Ite emdo, oast honest Italian Mmae
alanrly,eal a9 leQ.,iw by the bRan , Rwawo Sorviee
5. Ww;lVavrily NunbmThe vtnAornttx npvidpacppy of
nu Pri�ty Donna Yottaml lieifY red if Ire smiel �.rba
mlaba is bdeR CannotCannotin lice. of the federal IAemirclaian
NumnernOw iI)
k. Amcamorkno lxsahifinm AG (AD..h.)
T. cent aria ea
AS. ❑eblionn melain eAfDdasu
9. Nmuy temn,
III. Ylanily Lmise
I I A,album lump -Dy aeepmaca. d airy ner, I . Me realm
amrns!ocomnh"mAa all apNiaLle a„ism! IewA.
Any ammaniea ten m f,FFCw , troops fir edurification of prate.
W. p—d—abauy amniled in 11. It amvmr, as IF be mite ill
wiling IO IIR. attorpnnNNO MCcuranenl repradrgaNe Meaif,9
in she sblicilaia 1w Inter Mlat tlw 15) waking J16'e prior to the
bid All dote. Aatb iwuuiea dell mnain On mP,mlm's arid:,
ddren,..to mkybondnnabcr. a. Huurmlent ➢civlxs IYIRee
16
may issue an addaWn,n in corporate to any inquiry received, prior
to bid ope"n'& which changed. Wits m, 1n cblfeas the lama
pavuias,mrrgl,imnmin of 16e sdi<imlia, -I bcbkldcrdlald
Ian only 1m mry arkarnt or c,lplan.kan whallav'cciltm For wrb.I,
utbm limit tltWc made in Mu adloilmion krunlat m an any
1WJaakl;.ad. any AdhTes, Me t0:wamdcan laacel sheR
,recut imt :lad any aaldmm, a kw W .,I . tiny, MAIe
d is all
ddu's ,a day, tnliva kt came m<aipl and m
ockne, tv me all kilp P end aer acwmaw preynd, prevent
diewaabn.
home,c m ndand fur fe naeh nM.rntlm mug prmrr,t die bid ram
bcinRanadcaJ fur axald
It The oup.rpnT<iLtian Hidden
to
bin oar M0.auphlyr
11 is the aspons0inry of the Mdrkr m do . aflar ltaf Mdllnr
cola den Rgllnamnb, point, FMc wM1lt e . Rod a of nrlr Ai L11 Fitlth1
Beawd uaaa had Ofca9maual , onqu Rod mdOiom will npl be
eccgnnd a.. hmmu fur vmyillg the aquirnmlte nn' Me [am in
tlw alnala lO lmpunto it. walWr.
Fr Itel"mfloc dit Wounded.
JISLIlaa
From thesma desubd out
rnis esithe so mdil n Canty
Claim, e. laux or ,a nul Jittu. the seit.
t Co with main
. dia,edby or ,actineld proundiveof IleC1 mxalc
uGhunuW by Mr dcapnnag becmamanr mmvdecad . T is
only m an, FORms oci shalt front
mhewind pecked xt this
derColiAnood Por ourtioe Jawnm:; irmn Inccalm MAranMmAe
AaciAlad pby Me
OWpro:WbM ad Iosandaviceendalmeals
F. Cinal Its the LanRmld, or ide ilke a, Uld tnlirn.
F. ocal. 10.9N n., 1. l deep M 1bidder hid
e:bane<a h Did - Rig w ad th do
R a bidder Ir1ry change its bid
ria11dW, an 8 lhux piA ldir troller In the e n 1 IelIU1KaA,
signed b• rn S'Par a[ y4unl, ¢lasing *.at then subm;bd
rEp;cal tint cin,pu aubmtaa. 'Ib uglin. brim l sow crown nil
Wift ip I esequi,M forbid May
doicetnenrim,tulbid.
wM eriusiF Coi IF- A bid any don .fin, aver due
di taly ue
If
by m nmiea, W Coal
Motor p'ia n Mind
bid due Jam. o
w:Mdmvll by wr'mrn mnm> that nnderi repro be win, pri n, mu
radrue Maon. cAil finso. tlwmory IO, be (iKPela'MMa
bid due rime and lime. A bed
mry lone er w. end prior
Aftt.apel
award. fin of Ilw illealin, . d ar at do d p,.I.d end prim lO
.,weal, by rvh,111. a samr a the inic, heJ pmlrcaat
nplmenmeire. The wino mldel tenter m a h en wupmy
klee2mnw.d d A by mI mio f u. apc,R nfMe 1hurba
kelm:ewin RN-A.1atkydianuLni,tioni rem eM1ntbencaed
ccaddry.r Retil nisolbonwood Ilk]mYine.anael
hid p1pand! a, Ob. ofbea Dilld by
is rn,tmr,and39'kl
be anowrd only whrn n1,bWtaluld by cm1'ml Initial nmavtnce.
Wl theretwitbhr 1. bp.pnatfled
wn Mere n.Whi blwadn"Coul M1awem contu9wlironic mar
addendurc, 6.crowd.
d. (he l ,, ofpreeias, e, Met[
averts. a' cry
aalda,dent ismrd, the adm Of peeananw a did be. Iu,t he Ill
RodadinCl,then
one famine.alum Ae IF I.fi Wall alaU&mims. the ied. 1.
Rod tncn d,garrommill
o.n <ad;imrY. ➢ is i adeputi a upon tlw vnda la
mH.
Parts eryll connimcprbr roar hit mgvxae ddlr
to Yaem.t,OfcnlTmme
b is dye Inliq of the Cunnty Ant: µymmt Mr an purchases bon
coonry agencies "lIwo be n Re. IF ntimely fin ., mM Ibm tremor
.cinema will fir. made on lee pnyanatM fir .,Me love well gone
Pill chatter 71I a •tusk, Miry o, bows ac the v,for Prompt
Polnolt nut. The b.11 isc offer allh dircmana for red in
d—,.ni. th.I , Auclt dill is mill Iwo ce emaldced in
¢aeon rep rho luwem prim A,riar lad r, in the s DidJewl am
e, *a Sq to PmvidE pnanpl paymm% k1'mr, in nw Y+aa ptwideJ
3. Fa sipreag µRIION tla wlicitutial.
A. I ho, PpIUITON n o this
A. like M on Sal Mll hi IIIie TRIO lllm dbe UL Ile f0.1d1 or
as m b< the bid,
M, n,d nsw be cmaplasl and
enenelre R,reatch In enofapy at do FRO
asltax[im of
the fora. mey,cvel inthe by inglf',Ix'Fit C
H. The bid avbmNd ,oust fir kAr, an, OCORR,d tome
lyperwil.,i end inter a ink. Arry re W uhanRo muse be
.roadant rep yebltd aINI. ybenipe rl doode
uRuim,m,ht. nuY rouse aeledtaL Icieemd
SE(MON3•- GENERAf.,rERNIS AND CONDITIONS ITD Number: 17,0606
(: An uraorw IF. of Ne beldel i firm meek sign tilt bid
EA r w. ro 9GN THT, ND MAY RRNOR.R THE.
Tim NON-ImIl NSIYT
D. The bidder re, be wmi&,vd Ion-rcepneive if beds nv
wldiliwmj to mmiri<etioln, dhim"re, u. revisions M and
C. fine tlUdddar run, 6nae-vNriNl .111.1ro. I
a(A) Pot the me
etoutaprvtlN III, PAL, f, ([-.IdOunJitknx TM1c0cnt.lbiJe,munworvd
afle
vors
IYmMlmum raryimnNds Ond M1c Mfh[m u fl rep,/anbid
ta"Amens, did".
6 N'hesem Ilea is A.litenepncy IMrmn n,i i f prim And eIry
extended deJ%.feed later IMcwvillm.enil.
G. AnY Ma rccni,N ufII the urt, I ten hid PIL deed to Iime
*mush nn L the
of Jd Connry will M e rnAlle .. Ild
aces, viler the ,Host u.cephi<-nee mrwmmanvd, nw ere
rnttiiJnW rnrst
Heevbe g. od. wlwsniee in the voiienirn, pfiws qunm
ehe SW H Rrtine:re.
of Cm f51.IJJSIf
AnNIR mn idl ur mart .dined luniea, vs xnde hmein, emb
PRndt a hid br N. e e cwnr.v, n iJb w,w any pflOr
shall be ding, " I. be w kuis. w to anch tcpr4,udt eels
skull he p-veom if be thoL ere. Rirwea lattice t n
intern iintrimipxb NmNfrhul Miramurine M'ed%ll nwnndrip
interne..in1thea AwQA tintl,caLf.,,lark ec ihre khalht of
mmred cnrtheprimenns flunetd.v h'rfe here ddueln,
retiredred to be of Put
i11111 b, rjecte.Mr Me ism,rnnru
blow fnwd to heal lawn,, shill N ,Jon ne be Aver Pbich hoe
been fiend a lurery gapes in edisel If only re ce AnePJ P.
mvpueiblP and nmY lx smpcldm m ehLvrcJ. Any ,m!:.,
IS
rtNlNug fmmnJloeite bMMnpmay be renninaaf titrtkledl.
rh YROIr nuirew, ,Itlwy he (`.1 co GR%F RERg
Uv uy a t Ms.e tie i r ty nna tot a ido Ill
ur,ek hod wry
cnetp,Ih ,r phi. woe, P Unl then w bee red moire,, ineMine
adult fur Ile+undoM W Pit se IAA. the moat, fdline IMy
Men nw slid ked, or or , wha t PAY Mry Islide b wfpnn'...... kimnllely
Perthenfeeniofhm, nthcrthenthun:rhtkrv-pbyras ininw,Olcy
Per hnud It kii'tp-tsidm.inneminb nl tton Or Inn -Ming fion
1bcP CO Tnrohdd,fG mn+att.
3.6 CONTIUCfWV aYO91COUY1'Y F.M%.IyYEES
Any,, UPtto meplvra o. member of La wr her wflAct of eniky
euekigll frtwiltfteviththe Caney fill.cuts1oweed a.rissWsl
upiliwl (en, tilt M MA Cnty w The prior 10 Sub-PLtel Me response
Ip cuolxt eWlh!ne Ca -My tAe MbeteJ m-prays sMR dia:Mec
Ilecnpin oamarluud fu-mustee fire Ac,neNfeeheetl%Or
the off
ou ne IlbwIwoinmmizk(Lilt' Winn prnpnscd,.,redo
PI[I IIN MRRIthiitumJm ROntmcl.
II a\'NRRP.OF.e,Irot Pr_5
'Phis raJkiu!:at Jos mY rn ml Qm Cwnl L. h5w,rd ore' M1c
rupIr I, a fr any of
Ini dean but. n fo Most I by my
bidder 5, prcpmith. .. n dif fn.1. 0 Ue, nr for, wee ur rw. D,
'ownedhim1othee tilde, ul tpvlchneatho aces, nm Dv
sennihinp c bit, the case I. 0gma Mrs a Count A11 Ile
.oprasm irY iqr my "I u! hoe bid*' suMcihe .. ue.
seldlliewhve nr .IuJkWI pr.tdinRs oqul,Mg fiun JwiS
cdkilutiun Note.,
34 I y IST&X�Vl
Wllf pucdmdng on n Jinelhai 1. Mee IFisd.Ash)' CXm...
rem. F I he
Fume Teem Sul n, OMe,f Plaids rem chi pon
b,a. 'fie. be AUK.,
„ill pevhk nt F. eK Nor,x U*1
,sts,6 >7' blow nga f tat -eh Intel.red lend if fur Cowen 1
for forrPtr iw, flied by Me mnft fee ,FAA ReJ ni , Cwnry
fordNaG ('early peuxuAlselder Me gala• TP. Revery Program.,
IA vl, not dohg besdwas with the or flery nc rem eeLp fro,
cove.uses ere Io Ileeil' Nlh orrulix, for oa,, .d. rif An ro dlld.
mnnuuul .Inttti LN eetAt rile (;nutty, wl is eny vend.
eulM1nrl.d ,o IE the YWO Tuc D Wlildns the RA .Vt ION...
JJ' YROPRn.TARYMAd Th. 18NForreniORm.AT1ON
If A bid ten h men wile C.
(1u eR intilmdi0n Nbmlhm sx purl
d v HC win bp,nilvbk ra pnblfc h,spodnt in Pntplimn wl+h
17
fbnAo 119 aw. 5'Irridu SmWtu tlie, - IrrinhAliefuld Aft" h Th,
helcr SllMd Me nMnk ar.Y fnMnnwliwt Yll dv hidder
considim pnmmem, or Confidential . The submissive of my
inftmnMun tell* Cwnly in nedMMl with any Nlluikllw dvdl
An deevlm uAncluxi ly I. bens veivp of any prat Y.d. were
.1. athe .viomeem infewtlfoR wdeR Pace infmmatla is
mtpt of Ienfdenld ere. the Ftil I(a'otds All
a.IQ CANCELLAI ION OP" ICIIA 1106
The C.nmry AAw,. Me now o cawXl, of whnk or in pea, sty
Infed;—m Did 1'b.n n I, in the best texmlvl It the Cruney.
3.11 AWANU
A. Gnkf ehernke dloxeJ by eMo. or mdinvoi cw.rcd P11
b, made M tee 1. paxd trrymaivc nee ownmible
bled,. The County m .the right u niwl Pay and ell
bids, o Pniv. Ran wwA1d1 MRfdRrrtiE,p I<Wtnkali+ies end
M m-tdvnlim rpr all of Any lY+t Or this w6ciltnios rn
dit.d in its het inveren. The Covlw Mae M the .1.
jteler Of Rs we -merest.
Il When Ibere )t! nN P't, Imo here, in n ndkSUIIM, the
Court, rtnrve the rigan An sword no e ieh,uh lif fens
huN, " Peabipariotl of itmn, mW, law bid ce in
W.idSra . dEPned N nit best oft-st of the CW.,
TMt mr,inw, spnarRtdly Nues,nlca any uncle* or PAwa
ariork sekd in the WA6 isII.' when apPh soul is plenty
-vcttp MwQIA1 On be# Mtemaa mole COuvy.
C'. The C.Pty rteraec, the ri!dus.reject my anJ.11 bide fftr fs
dctenni nd tea %im n- sto dclmeined to be
eertsw,abe, nl it is olhnw@e deurninad m he in the
(AnuMy a but interest to do UP
D. Thc('Maxy rests. the right to nU:Whw, prkc, PM On We,
Udell p.uikd the,,st'. tatpc of work k tart wounded.
P. AwN u'iR emh be mule to Oros iW faie(y eel he a)
rehpfnlntnre to do businu, Pith the Coolly. The County
eny uenduU d Peswuld mep.nw of the biddelf a-. e
Andeet a p7 Pltrd t l.likWIMIl In -re" Ifthourro R II*
nyntslbilYy and eoloxny of the bidder M 1raY Awml
ware be ptMicand On eeopNenm ,.ilh toed oneninel w. ell
regvilcd dncumms us niptllolW in tiv adkil.Mm,
r. tle bidde ., (Lifmnowne ns P,,,,,A n, aPbeentrenO on
men. Connry mv,eb doll 6e .hen into n men in
n'uluninp Ill. osPonsihility w. rewpudtlg behim
G. All tie bides n0l be ltei in fnsmunu will, .-Poll
.oitn woA dun in Ihel :Dent.
n. A vmdn wishing L. prulef troy U.d duellist newhiµ lints
Mi. saliplNrlm Until do to llrtnitlesl For M the Camtryi
PURhPeetg PrWNureilepR+l
dd3 GP,NRRnI. (X W1xAC'f CONDITfONS
PIe m...... hill bt bini ppao aM elell inue e. the be.0I Ist
mclf of t he parr., ad of their :owe ie'e swctnn end pereflund
oulge. The .,Alba rem' nM be u+eundel, elms, dimleagm,
ralcioakd 01 SIX -den., ecepl byu vnilhetl morel. duly
.eutm by twit a 11.'Was Ivaco. lfo feilurc aally Parry
form of Iffy Ilene in enfuce An, of 11. pnyFirroa nrihe sonuxl
we in no Puy wnslituM If a,,.,.send uc a Pniv'u of eIG
provwNn w of ese, tehv'P,ofohl hpcof, rev it Pry ny' effect
ties aOidiry of. n1 Me 'IBM 4lntRm' to mkn, vurA ud earn
povkipn Of fie, Mena Any inpuk wising&si, ticwxnm of
wnv..1 perfonmox then we, endue rmifed W tm3hssirn
be.. Ibe surmise am M tbwry uxv de lew.mt ,hull he
rtkned n Noentemml9eni.e OKrcibr remruFon.
3.13 Ol'IIERAGYNCIRS
With the Poem, of tle wdw, other f4etvia for, rei
plmlet ill nrcextmw with Ne tuPtracl. Swell poehvee„ell In
gnvl"^m by the tame tens ad cunJttione As alakd h.mn with
Ihcovecptimt nrMedWei k W11W w.
3.14 CONTR.,ICT EX'I'RNNJOil
The Connry hix It. tnilentel op Mn An onew Pe our for Ire M
,wilynni, the County
outire. came cwttwir, If In
emboxen,R the etwill wtl, a ,ended j inwilingtee Nral
ninety ffl t'h. cOmru elan be nrel up rnew b the MihRl
Am
ninety (goS day camnnbn upon mPrtui taeemml 5erwnm dv
SECTION 3—CENERAL TERMS AND CONDITIONS ITB Number 17-0606
Clmlhy end due Vandcad,). Finarcue of The abmx allures Inquires
dearkr approev, cal R.<tiew" Sarrims \/w.ger.
115 W'ARRANII'
All wamnue, Npiell was a rli d, shell be indite amiM1b,c TO the
Crony An p rid; and srvkr revere.+. n. Ihis tolititmim. All
,emb handdmi.hull be ON, gw.nnmY T, Jv verdm adr,ar
felanY defa0a had wmdmtlndco. At na anial In nm Cpmly.
the vol!hell trail my rl:l ORR,ItlrpN and Indent direct, Ila
met mon Whin the noaufndu:a•J Sfenited x i my pnlMl
"Ile xpaiul conditions a :he Vrlkilalir,t m, asuDmxJe flit
mhlicdmaf9 waded..at,.
3.16 bdfINJATE1fQ11ANTI'1'IM
F.Clmxml rmhllief W (kiilel; ere for wall btielma ON). No
yolanda a !e oeNaavd or inuplid no to real ae dell., Aube
cal .till be Ilktl rtriNi the ewinmt pniai TDe County m rut
d.liyxd to pbcd any nNer star a given wouuln uiYseglort lm the
nwvd tf this sclieitati:n 'ran Cavlfv holy Ire thread
,matmiee In the sweal oraludiu: p cton, Emilrtee gwmititedv
IKK Yrdishome p: im:lnM fumble eililivmd'i-milifJ one mry
totbe in hell
br County
ihntfnor ,r.lim Nis wnll5n. Ill ho
t dial, Co. Cpadl' hsi 000d for pAymaln in excise or (Ile
3.17 Nlt lrqunleim oft me or ayvica Anhdyndeml.
)fill NON-EXCU,gIVITY
It is the intent onod ad1lindo Cmadv u Rotor INo wI pWn. llo Ulel will
lint in nee:! w drl 1. ,Mitt this solicitation. Ilhrrved, n!I
Counry Of
fir did to Patap,,orcd.xmhe a thermal,dl
or afq' t the deeldt 11, eRrLel I I dcxcVihcd in the numx
•emit to,!pries an o l a[el er ed trod dill !kt Cmmn'
be Iiahle or ides! ne an Wool aide t. glnniy of seeds or xrezes
3.11sto1 ( TIKI nedeIATI IN OFNmtl.
A, ard,'mNVATIO\ QF car to A
nnywart earl«t the osntal Nerxlwellaloal ,eil. on d:e
upiwliYll by u fir dental huhrd gel hod shall, rnlne
hernial M at,,. lwmmf dgr«nm,l h our to n Cuonly roll
Ne valor, r, been. vhfl mafian,ml wM1nmr change, a the the)
snud3.11 N nT%1lmplehWTW(;I1GR,
The IwWS,R Whoolb RkrdllATlONs AND UCcal law,
The wldrc firth wrpI. wAb NI ed Of L, dbao, and Inca Iowa and
i,ab.,.Aid Ads
sdielbibe lY pmriai i of IIK gouda eareAN str still f«
epahf,e SI 10 ( d. itld I. i I]uiimi the 11 I to UIe offlicI Ntl
vwlnr iglus d Uae it a in "Ina) kilo
wall Ylk YD of IDe d of
Civil it IT the
as raeMcJ. old .. da,iParallel feel fl lln Ad of
I llin it UIi theetoon tMs ram r, fire dilyW rd necn noun,
Isiirali ullgi0. day Total
am, ATe, apmetlY a ialiml taco,
K implvirotilla in day fore, ora, n agdeeren YWdort Tact my
Ix' l,.1 Al,l An er Ideal & Tlv, aav,dnr tmdmndmie Tact rely
3.20 aa«Idbi«[d.ym roeVmlulY Yhlivsl;tl<tnnN.
T.TD SsearIJDCQ:111 11fTtict:
❑dear dien'be a[ft ofd hwhol, InY n;he ur tint
s prole f my prlllpn df Me rx,k xidrm !Ile grin wsidnl
•^"••.and of Jle (`ouraY. SDbm@clilg m%mW the Ftvt cons4d eP
oho C ASI Icy Ivwull m xlminnlian of Ile mlDlna fnrdeBud.
d.tl ASSIGN manN
The eenclen-Aftalaln. ereergo,r ride,, any rationtract IUnrcepgnote
pugAIR ao7lto exe, including fast, illy d ilea, lick n nation Iculd n. in hit
en, to will- such <, onill to aIy prutxl, canlu ly u,
crfgeman. xigtml the cl ide s am a eor<nn of he Chtnty. this
mF the t .quoidnlly Includes Fail ore• cgvblann pr my vlk tesols m r
Df the l frail hrdff Failure to ton,ply in !hit I<g;rdx rq
es¢Il in INmiralim tvd,c ctmlwct An ddnul!.
T.Ies:bWSNThe'YASRMplDYSR
Thhee m,TMn.egs) of of the will seal be.nsemcd r AT limit hr
syn)he entiali er A lax al inajd,. onk m gym(sl of AN Cooly,
The cork us I soil plFie ern, ran, r omm s of pert Ar to
the watdt us —play—
play . The l * nay fcgvre Ile d,lii oo lY
man«anyerowh«it Axon XVMTa lops Allempinyece of
he INJUHnwry'Mtm ()N to wwr ayplhytl:dc t4n!ifloaknx
3.23 t h. pretested
To Nc amr+ ]it Ctdda l Inw, Duo VaAm dlvs! iaJenniy end
hull Mradiss the Cmmly mJ it, ,Balls, hnpl ogclve and
imma �muiafiucs Durm ter Nad all IinWa—.. liN, irr IL.ndges.
Is
iWietg Nio:la)''v to. od ooem of dufan ei ell1ch!ds (+Amy of
Its Oddity. cmplo and. agenda or iveraumdnllli:bs mry trim as a
—.It or didnv. donna, Sala,.. M xf«s ur prmwcn,flps
r1 any kind a where re I.,, one of MATTIS to On re Nome, Don'
the parfmnnnce WON uynemellt D)' AR v«Ja m it cmpbymx,
North, s+Jwmz, yel3:en, pincpole mnutlont<aedom. The Vcndm
well pay' all <bi, and Ilsas in nrnnanord fllnel real elNl
fnrcm:lai e half dell At nb,ms, sails of nednne of tiny kind W
note in Ale on of The Cnully. +Are elydimbl4 ImdWin,
appolaa pehiolar', and Are pry all .lee, hlgmanla, mJ
afmmyx des xluu) m y he Irvrml Dxaelm. Thr dc-dur
uvptarly trdvalnslt ma agrent Nr ow inseen. pmamlinn
refloated by Iho Agltarl or WNtwlx pro,adhod by the v.0.,
!hill all an wsy, liul the mrtantlilm'rn undatmify, beep and sane
b unlms all 1e8ad the Cunn, W ib oft., empbleev, iN fib
mil ins'Innnm!ali es dace<in puvitkd.
qv AIQUIpN:A'f10NOPCGNTRACT
Any Inh re[t msdling Dun, This soll<ifiriwl otry to modified by
...land) toman, of mdy an)anad pmfiex, in ,oiling INwgl she
loyal d it AWiIICMIpn in Me that. Y l pllmblpa er'derex
aDlmpdaa. Thoinemmes Mlcendifeuim iaaifisi....nplieko
3.25 aU 9kitfUdcnON pweeX)N
The inn, QiAT10Np0RrYIDY9:NItiVCG
title Crunly, Ap it, ante diaeclktn, tcdx•w the fled n hateeptra
nub rot tW he v odor heed d ys written .A,hero. L'pnn,A. un of
aniathis mnce, tic . Cio shed all no. Ad, c e sy An note! cull ,Infix
Nis sell IV, lie dor , shall n ele or easy An Ipswre Cramie
mmW he Idle vendh prior ar real«af Imningidll. The Cunn;y
mall hethexdNA7T Yf"rr.IwlvN) LWA
('01 TERLNGFUN]N Dl?K 'tY) 1.!IiAYAtLADN,nv nk'
i:ON'I'INUING FVNDING
LiTzn i oci d me and appr.pJnNu h Yiht. ., made ewileNa W
erppml al the tioL of Mind
umne in troll an .,Lall hrit
lot
fixal .roq the tro roa urad Dc loke oatl any
al retuor gmll be
Iblar,rd d ins fhc rt she ice or d of ¢Ily IMmrsnnmg mtdk
irknncd anrviad it Nu pia ut Ili vlyfdks in xrvrmvbs4
327 T IRTAIflzaU)NIa
337 TFA gf1NATI1IN YTMI UKFdVLT
Tfe CLVnIy M1 h1t, Me nits in tified. k red I.
oho, in p.R or
IIf wlxda , enDcl filar inpMldre Tandy in o arenl Ca
xrddi lets it poem n in Accordance Al xilh r, A.
Hi mJ
metal amkd herein. The y, N mention ar3wait he right r
vvpmd or AeMr fir V010, it vvvndrm xiFt n Cady
trJmu«o. rcsuialiory nIM/a ANmm�[nbre nlvs. tta eandh
mY.lie ntdiftefbr Imi fof lh¢Covfty'.i rouehlasnimk.1, tha
!Mal dl I We cal ran remit; t, Um Caney mry Incur Die
ie,Nitd onoio In
a. too nor any' aollrte end ws airy
mdbd JxmuJ In de Der imemi. All repw¢Wmrm rest dlrli
lot % FRAthe Vendor.
A, FRAVD ABUMIgltOf Whir ENTATIrIN
Widithita old cpFehaialuen Ante, naanrmpdaI«ell dv
.,lend all Ybligmimx thtmgh Anne, m le 11 onlxlon n
raarel ruxlalemch, stet btTdaaftod fir .n r hole dr )'ether
Tde Canny ee a loch lexandan my Irltdla .of <temel am mho
.nba[fa with xch ike An all, weet-him mill' with aad
white ace rc n offaible. roe all dwal n ,aside[ cuxlx adai.dal
With remdnmkln fir ihn, imdnJittghloukyh km.
3.Sf RIGIsI'TO ALM11' ACTIrt
vane byN Iaaareditu N f)iglu rn rnty, antral I.,
Iheubrilwter
Audi+ ra vtty . of I,. Cal Nee , wideb 'I,,* damnafvr
shag pm+16 aom.a r Ali , ile reeado whkh a da re o a
Imutmaly In Nis Agtcmalur is puce pl' bltsinmA drdllb IDn, TO
haexwr hwm. And trite ehN, :ham en :uaxde pehuilto w
7MTake Afro is p pIl ugfn rehpwa eddb Ile ncil N.by a the
Indrido
el,aofMaminimum of Ihiluery<dff,in sas Ior it. Merl
Imo, a der , D Irq<q id. -.ray eapimle a of llr .agr«thnt.
'Ianr redo( The rev. pmaidesu couiata<m Imp'ec ramrmy
.feu lime Dr resewor¢elk Dy Yee CodesAsitYnde. eomygdre
CONTRACTOR
wind, TRACT s p tifte. g end fiaduldo Lil a:alxda. rv., f ti
IAN ken in l ,greet n wait Ihe. ,rqulmuend of ri v
pmviskm in ¢D umtmms aMh xtdtc,mrcbm and nultalBr
SEC'ITON 3 —GENI AI, TERMS AND CONDITIONS ITB Numben 17-0G06
evppiicm in amumcllon virl, the wrA "WaIradl hpmmda. If an
all it ielpas an seamimi Poalnm m this sstlion dooloms
velptle sat, Or waohi mes of ally nature M ft C0NI1U%CTOR
to 6. COUNTY in wecszof ow pester( (IKl oydm mud mntbet
aillieRa, in wWi.n to mol odjes.11 far the I,moch 13cs, the
rapnw6lc twood.I a(hacVA'TY'a nMll dish) he remni and
:o the COUNTY i the CON IMCTOR. Any Rr!unbrrrea archa
aaymvler nricb mum: W tried-, m a moult of any out audit Or
impedi al of IN CONTRACIUWe invuiml oldi recmis shall
be mdr nilbiu it ressonabk amwa of lime, bull in m w%'a shell
Inc ton ward nicely (96) b" from toollisl in or Inc
COUNTY'R wan fndintyk 11R CONfRAOTIIIt.
SA6 PURaJCRPCDIU15at I, VI 1CIIT5
Pursnam to Senbn 119D1R1, idu Slsuna, sx aweMed
load 1mr delft ressissaiffin Mc Florida Pubic Inedmrda' lows. mud
to Lot
1. Weep u rlmea w n llo lc .rcntds rtgmmd by she Camay
W pa.Uavtn the xmvlm Iable, to aids,hamxv. eqw^ Icqurn fmrt the
copy u t e fan" of public ff apnea Lim m a sae Lamry to 1, a
an 4snd ithia dMrr,ems callow Ilse remMstobei a t(sl
maid rvide l r Inonrmle . Effort
as I at Mat dams tun hams
for man IanvNd Sr M bnv. 3. Lime Ilsal Inetic rmnNe that am
xanat W <eltpdm i d nit ell sweet
bum pdblie rold6lods (I ifor the
neutron of life
tun delDoll naneplraaml sainbylaw far the
,htntiun of Me twill tablll and RdlOrlbe mmrydim of Ma
rxl if IheawtmWmIsmaptleenfmaxrtcmaa rr tica lit
ill. Co,n,supsamplrtion acmof the eaawl,to I.111. Mmator,m
ke Cann' art puhlia (sums in pwsesslm of Inc t Co...1, m
keep and dminmip poldic rapMs rryuid by Ilx Comer to
the CAtut emmke. Iydnlmof IN, Immf¢e fill psblkfter than
the COUIey spa, abodin a of le aduteh t11e wnrrxlOr asap
datmy nY nd wee public rrmrtlx that .;a esamlpl m
ativerclmel and aemyt from plhlie rmnNs Jimlwum
Nxda Nonfiction
onna
ic on osIN—rat seepsrolllnhawier ItMlierends
11
ilnn cble rep nn of rho mobm, den Instill,
ar shell .ice da
spplimblm rchp[rtolenls Sat' tanirdn5 puhlb rmnNs. All rxelJb
Ind ice Coanty liy rmPr be pwiaM m taw howdy, fat p1119 a'
I. Ili Ccxlptth m infiltration
of public dnnnoh In a ywa sm intro Fe
CountresomFinale lh ad nply *iiLh t ko elan a xyemms al' Mc
Cwmy. (I.ar comply M e . as s stall Ix amid e
bteudt of lita Wool nil cMilmceble as sat fW11 it Se,liw
I Any
entyrigh,isu&uhaes.
ualh rnThe {M1t solar Ill.
tt )IN LYANT l Pell amull In 1M
. IN, Put TICnxtathetXR: nallb,WT Cillespemlyyfill
w Me COUNNrrided by aille,Me
ONSUhoc NT f, lasee.mycoal
shine lopoll pW the by'toe CONSIILTANTto nyselivmxhk
m15'm report tar the do..,Y'a me keri men• innlla,
publle,ims in COUNTY demanmu NT ,; bei int na tun
t]IUNgY' dmtm b be i:1 the (NOUable as bent interests. of If
anythingNT into a. it nut see ation. a de Mo (teals of Mc
COUNTv m uae Ise int'nmxium, Mr JIse rN r altall be
stolenbe (shoe r iron rsons con nW Pw f.YkItiI1L'fAN'I'
3.3 net Mdi TINT fro anyavnryenxtim.
Im eifoVLRon,ofmNC ,UCc
the itxe soliu l e alsalt led 1.1 overnty of sap mool anal w aaalllim
pan rhizzoliumllon aIx[ M.6evasd by the newt end two nflane
of rrt tall A 11 be I.
mud 13Ae , Fla Pkrbt Vane of am
wuM penal al The
Lo c Irb Camay, Plo win
In be evil ,1, r
au[ IS trwpht fro ME a it m,d am relay tom of ll, mMrm, it
rm,+ P3r nxbs5 Mara iron, tl1e (duke mgxendy a c their
NmaNt LIM m bevcvuch nation hill byjary IfMI and Iw'eby
coarsen to the nmefmm-jury trial for Mc diladmnfoolofw,A cod.
3.32 STATE RKWHII RAI ION REQUIREaiRlv'TS
Any mmltellen C0f,ricir, a [Ad in matwnae la Line ITR !hall
ekles laorMir ocd orinaeappdhal fa mi,twmi.d rvilh Ilia Ploach;
Npialht sat ed Stec in wtondanre W of 6m froyisions o citapher
61y7,11rd" Ll at des A copy, of the Mimnann; sppolion Icon.
bat rcmdrd y1'iot 1a somed of n mnlydetally limemohjt
aMaas,q x bud In melcrpe of Mia yl'R retell Imva mmpbd KM
the grPlimbk pre iskn of Chips 620, Banda Strom, Fir
Willard imlunaim Or, Max rPldro,nan it rdemt. mnhml the
Fkakit Se ncor, of Sore's O.Tdce, Dillow Of Comurufw s,
19
dW It 1.5111 (huRJIv,Kumaillnlell.nzl.
3m PRf3dRCO14TRAI'FOR
The andar a mMai dw le awns Pell eta m Me prim mmmawr
aM shdl sum a fiat m1ponaMlily, for nmaaah l prrhanswice of
the loulue, The molar shall be euavdel'd Ill, sole pdnl or
swat lvub metes to final all mquhwnanv ofato roMract All
llvxmbenm, will be Rnbjal la f0looe mv'lew by the Coloar, in
m,ant, to mmpetetcy aal aawibe contorts. Afealbe deal or
the comma no eltmle to RhOonbnKds will he nude without Rs
mnrLdL of Use Crnmry the wider vm0 be national for all
insurance, moils_ Iketaro. and related reanda for any and all
lehcslnfie vita. L,I. If lux bVbeanni is colt-. me, IIk
Caunly cony mgnlrc :h uallmcw: to pmvitk any imusanct
cati6mmi ro,inl by 6c it to be nvPormed.
334 NIW E NAJBURC
Me n.niex will sae le eamy mxmutble eBm la rim their
roper.li,r nTllpntinns Mtemd, bul $all rut bell fi stare
nealoq fin. fires aalmm ur udml cams before! (soil
ruwm Sk vxMol, inewell• do on, simile ha, semoi ram with
rwnskar, In Latomnmetl law ur tgnblion. pea of nrum, aac wr
smhaimrs at 11.. Wbcr jar4, me, Rrikq nfiaml dimsLt. wpa,
owns, Imxpmlalion problems PrI any Mier came w Iaswmva
beyond Ile maemabm mlttml of Me'artiea. Atli I tM evow. copy
It emlae m gsamtalme exrnvim Of the plefendow, tabs.
3,35 NOC At IFORRAMAGRS
No daim fa d"ragm el any claim .ha than In n a bari of
lime atoll be coeds. a' ofdol ayinn the C'oumy bemuse of sty
aclays. No inlaaupfiah inlafunwe, inefficiency, puymns
delay in file weartw ooltml Or lemmas a flab Work slash milom
she v Nhx of duly no pafp., ar IN. rim to .ry rih'hl W thnmpea
or nMmnal emsee.leiam D. Ile Calory Thi, .orders sate
..sty shish he am aryd on woL n eattel le the,aalmm Iint.
I lawcva, lhte pavilion still nor pmdude aabvery systematics by
the onxim r r Imindl W IO." m deMys duo Willy in fmtd, bud [IAd,
of nstive htaFfermwln the ptrmfi eCo'bly.
3.36 TRUTIfINNPCAU'IAT'111NCVXrlllI TE
Por wash unalul find exmtle One Hlsaired Nimty Fi.sThousand
dollar ($195,fet nut nlaMrmwn sn oSd a msarm at
xmlk v UpllFin-dray3pf.Rim nmisoak satiny that Lln.0 Jmm
..to mor ivmuul unit cualb.6 after%, armlate, ad eumenl. sal
1). line wasrnednb Arty ant i. vaphinR lhlb OlniReak NRII
cwmbl a provialan fMt tltc orip,d menav ,we sad ony
ahfitims dvdl Le adjlmed In sand. any v:itermme emu by
artists the County dmrreincs 11c emeam price cowl doe
w fmmeconmc, immup:de, ar man-cntrent .oal, mA amf Whirr
lawsuit ,nit was. All comb.., .I dicdmenta all be rWn
nilhinant(I lycer fulbofnawfile .,,a al IN, <mtum.
3.3T GRANT 11131INN1:
In this even) any plea of iN eaoset is m be !,bled by federal,
ana or aline (neon allanty mnniec, the male hues, .,,. to
amiloy •vilh an mquiranene, a the SaNiyf msly aNdnoblc to
Ile ten: of the nudes, inellminy fall appllonas a rµ abmmm
mmhilµ tlx its of ltdwrity Rnw, vrnnmk busi. mtapri iae,
leM War wTl.a ale linen. Vendors arc. MvtyN alsl Imy.na
node, IIN cadbee, cow be withheld meedir, mnlpklbn and
submission of NI rreNiml Mnns and darmnds Atillhd d the
ana esmnnuo be year fluldtnb "Wresawne,
336 TYp'k"cIIPKOUIx:fS
Duet. Ilx nrkmwtated hl bollolaroioy Galsexws'hic ll,a m
IeWdctaand wprokmrhonfoo. a.i ankyee: nlobht Cleary,
oma] pod"and n srfy c ants yodaw r bmlli Qamsh
musts band an it p^Tab. Tubnlpz ylodwts iroloao Math
eI.eMlne sad smukelesu labpcm.
SECTION A—PRTCING1 CERTTFICr7'1'1ONS/ SIGNATURES ITa Nuadva: 1746D6
rPBTTTI,IeA FIRE EQUIPMENT -TARTS —SUPPLIES -SERVICE
Norm:
• When purchasing on a direct basis, Labe County is exunpt from all loxct (Federal, Slate, I.srcnl). A
Tax Exemption G"fleate will be Furnished upon request for such purchases. 11owever, the vendor
will he responsible for payment or Macs on all materials purchased by the vendor for
Incorporation into the project (see provision 34 for further detail).
• The vsxdor shall riot slice or amend my orthe intimustien (including, but not limlted to stated units
Or measure, item doscription, or quantity) stated in the Pricing Section If any quantities are stated in
the pricing section as being "estlmmcd" quantities, vendors we advised to review Use "Estinmtul
Quantities" clause contained in Scvulmr 3 of this stdichaffon.
Any bid containing a modifying or "escalator' clause not specifically allowed fta under the
solicitation will nut be a Idcmd.
• Unit prices shall govern for all services priced on that basis -1 requested under this col icitation.
• All pricing shell be FOB Dustinatiorr unless otherwise specified in this solicitation document.
All pricing submitted shall remuln valid for a 90 cloy period. By signing and submitting response to
this solieiudion, the vendor has specifically agreed to this condition.
• Ventura are advised to visit our Rchatte at hlln:!lwww.lalccronaLvO env and register as a
pnteatfst 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.
• if the contractor has questions regarding the applicability of Chapter 119,
Florida Statutes, to the contractor's duty to provide public records relating
to this cvatract, contact the custodian of public records via the individuaj
designated in provision 1.2. of this solicitation.
ACKNOWLEDGF.M. RNT OFAIWKNDA
INSTRIIC'IION& Complete Part I or Part 11, whichever applies
XY�. pyCxy"-'4 r Y,}}rr s .4 .. i.: M.>r.� r.", Y del
The bidder must list below theories or issue fur each addendum mccivud in connection with this 17B:
Addendum 41, Dated: 11-22-2016
-- _
Addendma 92, bated: 11-30-2016
Adthndurn N3, Dated;
_
Addendorn U4, Dated:
No Addendum was received in counaclion with this ITB.
j
20
SECTION 4— PRICING/ CERTIFICATIONS/ SIGNATURES ITB Number: 17-0606
By Signing this Bid the Bidder Attasts and Certifies that:
• It catisfcs 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 perform the contract.
• The bidder hereby certifies that it understands all requirements of this solicitation, and that the undersigned
individual is duly authorized to execute this bid document and any contract(s) and/or other transactions required
by award ofthis solicitation.
Purchasing Agreements with Other Government Agencies
This section is optional and will not affect contract award. 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 byy responsible for its own
purchases and shall be liable only for materials or services ordered and received by it. LyYcs ❑ No (Check one)
Certification Regarding Felony Conviction
Has any officer, director, or an executive perf.T�. $equivalent duties, of the bidding entity been convicted of a
felony during the pest ten (10) years? ❑ Yes LkeNo (Check one)
Certification Regarding Acceptance of County VISA -based Payment System
Vendor will accept payment through the County VISA- based payment system: D'%es ❑ No
Reciprocal Vendor Preference:
Vendors are advised the County has established, under Lake County Code, Chapter 2, Article VH, Sections 2.221
and 2-222; a process under which a local vendor preference 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 ofthe responding vendor (city/state):
2. Does the responding vendor maintain a si�ntficant physical location in Lake County at which employees am
located and business is regularly transacted: IJ Yes [a"No If "yes" is checked, provide supporting detail:
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
to ownership, other clients, contracts, or interests associated with this projmt; 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.
Firm Name: 1Ts 1=
Street Address: ?CA -A 5gTH AVMTF DRTVF FAST BRADEPITfJhT FL 34209
Mailing Address (if different):
Telephone No.:(B[n)7?R-RA6R Pax No.: (ghl ) 756-250A E-mail: T11WATIMPTRR-COM
FEIN No. - 28 2 Prompt Payment Terms: _ % days, net
Signature: .,,,,i t Date: - D7-�pOt �4a
Print Name: Title; 135 �"!'Bts••!i vsP�
By signature below, the County confirms award to the above -identified vendor under the above identified
solicitation. A separate purchase order will �b/e,ge�nerated by the County to support the contract.
Signature of authorized County official: I/JVAU Date: $-31-241-7
Printed nameJ30p0A Vi�t/13 Tide: Wilt CeJiRfa�iWh pFFlr.t7>-
22
SECT10N5-ATTACi M N"
ATTACHMENTS -REFERENCES
1TB Number. 17-0606
Aw—Y
COUL SPR. )RPT
Admme
9551 WWT SAMPLE ROAD
clly.gh vp
CORAL SPRTNGS FL 33065
Cwam ^^
CHIEF F K RARINW,
TMbma
954-344-5935
uad°)vI'
ea.;on
11-2006
sc9ivmol
FIRR HOSR
conrmu°c
Aunty
MARTIN COUNTY FIRP RE991E
Addl-
Cin.�ekJ.IP
S1L'ART FL 34994
Canlaa semi
'rom^m=
772-221-2350
saer)��
11-17-16
Tma
Swm
PURCHASE CAIRNS HMM .
Cuv nadx
Aunty
03
• =7 CANTM A 1
Addroa
nnAa .Vp
k ''TER P
C4 t P41.
JIM WALSH
Telgn r
10-25-16
yxaia
MA SCH4' S
cLmm4
ON GOING FIRE EQUIPWW PURCHASES
24
T
Ph
x
LAKECOUNT
e
OFFICE OF PROCUREMEN'r SumcES PHONE' (352) 343-9839
315 WEST MAIN STREET, SUITE 441 FAX: 352) 343-9473
PO BOX 7800
TAVARES FL 32778.7800
ADDENDUM NO. 1
November 22, 2016
ITB 17.0606
Fire Equipment -Parts -Supplies -Service
It isthe vendors responslblBlyto ensure their receipt of all addenda, and to dearlyacluwwledge alladdenda within
their inilua I bid w proposal response. Acknowledgement may be confirmed efther by Inclusion of a signed copyof
this addendum within the proposal response, or by completion and return of the addendum acknowledgement
section of the solicitation- Failure to acknowledge each addendum may prevent the bid or proposal from being
cansideredfor award.
This addendum does not change the date for receipt of bids or proposals.
Questions concerning this solkitatoo are due December 2, 2016, The purpose of this addendum is address an
inquiry received.
Avendor asked a bout the ne-procurement costs mentioned In Sections 1.10, 1.11, and 3-27 ofthe ITB. The County
reserves the right to charge a vendor re•procuremem costs when the original awardee defaults In the performance
Of Weir contract and the County Is forced to obtain the goods or services from another higher priced vendor
through m-prommment. This Is standard language In the County's solicitations and is an option available to the
County to try and recoup wme of the losses assoclated with re -procurement.
The Intent of this particular =Irdtatlon I Re 17-DW Is to establish a pool of eontiaded vendors to cover the
Countys needs for varlous goods and services util'ocd by We Public Safety and Fleet men tgcmenl Departments.
ge-procurement would not normally occur for this type of solicitation because there are usuaIN mul lipke sources
available to meet our needs,
Acknowledgement of receipt of Addendum:
Firm Name: TPN-8 FTRE EMPMMT_ TNC Date: 12-7-10
Signature: f7. .,t. -' Title: gAt�E5ER TIVII
Typed/Printed Name: BRUCE SCOTT ....—
I -
LAKE COUNT
OFFICE OF PROCUREMENT SERVICES PHONE: (352) 343-9839
315 WEST MAIN STREET, SUITE 441 FAX: 352) 343-9473
PO SOX 7000
TAVARES Fl- 3277E-7800
ADDENDUM NO. 2
November 30,2016
ITS 17AW6
Are Equipment -Parts -Supplies -Service
It 4 tha vendor's responsibilityW ensure theirreceipt of a0 addenda, and toclearNacknuwledge all addenda within
their ioltiat bki or proposal response. Acknowledgement maybe cardlnned elthrr by inclusion of a signed copy of
this addendum wbhin the proposal response, or by completion and return of the addendum acknowledgement
section of the solidtadon. Failure to acknowledga each addendum may prevent the bid or proposal from being
consldemd for award.
This addendum does M change the date for receipt of bids or proposals.
Questions concemingthit solicitation are due December 2, 2016. The purpose of this addendum is to address the
following:
Current term and supply agreements underthe previous Invitation to Did (ITO #12-0806) expire June 30, 2017. It is
anticipated that the new term and supply agreements awarded under th b ITS #17.0606 shall be effective July 1,
2017. Vendors shall submit price discou nts that will be deducted off current list prices for products at the time of
purchase.
Acknowledgement of receipt of Addendum:
Firm Name: TTw-R PSit1C`ar){HT131ED7T.--ZOc Date: 79-7-16
Signature: >.r• Gp Title: cnT..Fg RrpRx,*xrA- r
Typed/Primed Name: BTWE SC01"r
IE1461--T yr IU: or
ACOR17' CERTIFICATE OF LIABILITY INSURANCE aATE 1e%aNXrrn
1210712016
T45 CERTIFICATE 19 ISSUED AS A MATTER OF WFORMATION ONLY AND CONFERS NO RiGNTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES TIM AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORD® BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING UMURIER(n AUTHORMED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If Ihb CaNlBeab holder 11 an ADDITIONAL INSURED, the poliryliee) must be CM10 ed. 11 SUBROGATION IS WAIVED, cutiact to
Me terms and ...d1 ns Df tine, policy. Carl pall.%. May mquire en e^deraamlld. A .tnemenl on th . CnHll eR%don Ml eon%r rI91He la tlM
errdllca o holNr In Ilan of an endorsements),
PAGWCea I e=Ruaa Gifford
GNom-HPldbn ins Inc ... ... ...dr IFAX Z.
} oose
._..re. .._._ _... ... _..
n^ Ten-S Fire Equipment Inc d
Tan 6 Fired Safety Equipment
My
Brad94 OrlDrE
� Bradenton,dentlrton,F" FL 54203
COVERAGES CERTIFICATENUMEER:
InweAo:
Ins
TIN IS TO CERTIFY THAT THE POLICES OF INSURANCE LIMED BILLOW HAVE SEEN IS6UEDTD THE INSUREU NAMED AVOW FORTHE MU1 PERIOD
NONATEO. NOTNITHSTANBNO ANY REQUIREMENT. TERM OR COHNI'IOU OF ANY CONTRACT OR OTHER DOCUMENT yRNf HES ECT TO WHICH THIS
CERTIFICATE MY 6E MUNIT) OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICES OF40RI6ED HEREIN IS SUNECT TO ALL TIE TEfN6,
p{CLilSAN6ANDCUNIMgN6 OF SUCH POLICIES Min SHOWN MAY HAVE SEEN RELMED DY PNp CCkAW&
twi rYVE a1NaYNMC tiuil'—a IDLVaeoER 0INne1Iil ME vAyrr
A I X
Cr Qeeoa" a
a 1,0IM.09
I U,AMS40,6 Loran
X
i X
20MMSMS
BTTSN;Hns
10T13N2a1T
m
.
—.._..... .
! 11q�
d X Conbset Llab _ ._..._
I
.'
aXDIA iNe er*
i
000
DEroEmasom!LUR
��pya.JgtNOryrTLgWpr rsm_a p[n
1
/ R000
I x } JIFY I (Lr � LCC
1
IYIN' JRS. LpLMXJlI(MI
E R9B01
Erno Ban,
a 1000-
1 WrdaOle..0r,ioe
G I l'
a tiaDOI
RMELVInAJRY Dy MIC,f
M
XIANN.ro
966611
DUMIMdl
oT1301MI7
1
IX Al �Yiy % wDUFn
I
lD6LT NJw�117 pJgFq
IM 2irtT
e
X'NRtDMlID9 X D
a
X
)['YMIPELWGIa
.....2or.tAll
X�rc-,1•{IR
V.K.n9aGnReM.E
i S,WB,
C
LT>NgWA. i
20400014
iOTl1NED16i
OTMW2017
AoOM;rAR
._..._
nm X XFTOn1aN 10DW.
r
LAI
x Y
A
MlalVbYeR'WBalrc
N."Pa ada-ue
ANY molwBccnnNRxarloecumE Yn
Y6i412•I �MIHI2018
Mmtf201T
el9ACYA
1 1,000,00
orrM:B4GEMRR Tl91.uPEm N XIA
PAXMeaYr Xxl
i
ELORGae-GMa•AY
1 110110,W
II'' aS1AIrelM wepj
eiws.ae-IOULw
1.000.00
B
Santa Lib
OMMM2 071,10 MI
9Tp01201T
OcC1A99 1m12m
g
WILL Phy Beg
16611912 0713012016
9TJ304MIT
GKLL 1,600,0
w3DW1MMaFormllMNr ItoCAilaXarYEMLLE] IANaa IN, MANOI,n evmneu eenveua,,nr0e aleeb Xnert span M mplvl)
RE: ITB 6-1 TaH6a6-Certificate holder: Lake County, A Political Subdfviaion
of tha Stato O/ Florida, and Board of County Commissioners la additional
Insured As their Interest may on appear the liability poligy. Coversppels on
a prbnaryfnon-contributory Xasis. 30 day written notice of"MOINtionHO
day for nollpay. WahrOr Of gUorogaNOn in favor of the additional Insured.
LAKECO2
6HOULDANY OF THE AIHOVE neteRBEU POLCRa M CANCELM 911POn9
L¢sO County,
EXPIRATION aATE THERil WILL BE01USYMEO IS
APoNtN61
AHCCORDANCEPRITITHIEPOLCYPINDYNO)".
Subdivision W the State of
FIL, and the Board of County
wTwx.e—.hoouhrrlos
IRO Box
,7800
mFL
Tevaa,FL 32776-TB00
O 198e-2o14 ACORD CORPORATION. All dONa resonant.
ACORD 26(201VO1) The ACORDJTanaand logo arc reglstered nark, ofACORD
1
CNA CNA PARAMOUNT
Additional Insured -Owners, Lessees or Contractors -
Scheduled Person or Organization Endorsement
A. Section 0 — Who Is An Insured is amended to include as an additional insured the pawns) or asgenlzation(s)
shown in the Schedule, but only with respect to liability, for hotly Injury, property damage or personal and
advertising Injury asused, in vBgk or in pan, by.
1. Your ads on arrisswrW or
2. The ads or omisBionsof Chase acting on your behalf;
In the performance of your ongoing operations for the additional insuretl(s) at the Iocatiort(s) designated above.
However'.
1. The insuranceaffurded tD such additional insured only apples to the extent permitted by law, and
2. If coverage provided to the additional insured is required by a contract or agreement, the instaence afforded to
such additional insured we not be broader then that which you are required by the contract or agreement to
provide for such additional insured.
EL With respeG to the insurance afforded to these additional Inw di;, the following additional exclustom apply:
This insurance does not apply to bodily injury or property damage occurring after.
1. AN work, including materials, parts or equipment famished in connection with such work, on the project (other than
service. maintenance or repairs) to be performed by or on behalf of the additional insused(s) at the location of the
covered operations has been completed; or
2, That portion of your wort out of which the injury or damage antes has been pad to is intended use by any
parson or organization other than another contractor or subcontractor engaged in performing operations for a
principal as a part of the same project.
C. With respect to the insurance afforded to these additional insureds, the following is added to Section IN — Limits Of
Insurance:
tfcoverage provided to the Additional insured is required by a contract or agreement, the most we will pay on behalf of
the additional Insured is the amount of insurance:
1. Required bylhe conlradoragreament;or
2. Available under the applicable Limits of Insurance shown in the Declarations;
whichever is less.
This endorsement dlall not Ihoreasc the applicable Limits of Insurance drown In the Declarations.
C0
--.._ 2010 (0) .._. ..._ .......... ..._Po._._ry
413F No: 2091595545
Page 2 of t Endorsement No: 5
VALLEY r0R(7R INWRMCE COra9AUY Effect" Date: 07/30/2016
insured Nama: nRN-a } I -RE EQOy IM1 me
Copyright Insurance Services Office, Inc., 2012
C/VA CNA PARAMOUNT
Waiver of Transfer of Rights of Recovery Against
Others to the Insurer Endorsement
This endorsement modifiss Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTSlCOMPIETED OPERATIONS LIABILITY COVERAGE PART
. . . .......... .__._...._---
SCHEDULE
Homo Of Parson Or Organization!
Any parson or organization whom the named insured has agreed in writing in a
cnntract or agreement to wal.ve such rights Ot YeCWW'/, bnL Only it suall
rxmtract Or- agreement:
L. Ea in effect or becomes effective daring the term of this Coverage Party and
2. Was ea utad prior to the bodily injury, property damage or personal and
advertising injury gtving rise to Clue cla.id.
f__.— ..................__.
Information required to complete this whaduk. If not slxnvn above, will be shown in the Declarations.
it Is understood and agreed that the condition a tiled Transfer Of Rights Of Recovery Against Others To The Irqurar
Is amended by the addition of the following:
Solely with respect (a the person or organization shown In the Schedule above, the Insurer waives any right of recovery
the Insurer may have sminst such person or organization bsoouse of payments the Insurer mates for injury or damage
arising out of the Narnad Insured's ongoing operations or your work done wider a contract with that Perms or
organization and Included In the products -completed operators hazard.
y All other terms shd canditions of the Policy remain unchanged.
$ This endorsement, which farms a pad of and Is far etachmenl to the Pdlq issued by the designated i shown
takes
belo , a d
on the otectiva date of said Policy at the hour stated to said Policy, unless another elective date a andNn below, are
.i expires wnwnanty with said Policy.
..........
CNA75WBXX (1-15) Pakq No: 20915955s5
Page t of 1 Ervtnrsement No: 9
VIUZEY FORM Ia'UMMCS �MY F.ftaCiNe Data: 07/3012016
Insured Name: T�-e PIRG MQUT MWT INC
COIMIT: CNT NI wgMnitnre�]. IirluMa arr/fmlF.Rn�nlant nl IgMwm�x `Mena nrfv.Ino- wiP nnpomve:on.
EXHIBIT B
SECTION 4 —PRICING( CERTIFICATIONS/SIGNATURES rr.R Number. 114636
2.
9.
PRICING SECTION —GENEI2AI. INFORMATION
(Submit diwwo and hourly vwvien rates in Attedimeot 2"Pricing Farm')
wvxbcuw iocoli n:
Address2964 59Tf) AV)':UTZ EME
Cily/Sate,7.ip: HRA11ka4TQK FL 3420:i ._ .. ..__ ..
TciephomlFak: (800) 228-8168 FAX-_(941) 756-259B ._
Shop location:
Address: 22O 59TH AMME DRIVE
chy"Sa1475p: B13AQ t10Na FL 34203 _. .... .--
'rdaplmnrl£aa: (BOO) 228-R%B FAE..(941,) 756-2596
wcbsi(c address for piltt MM ._ ._.
Rlanderd Wllrramy:MAMOFAMUR1':RS MC ULT AARNAMTSES WILL AMY
Lmdlimw VARIF.: BY NAM7?ACjUR1 _... ... _...
Minimum order Of any): 325.00_. ..... .... ..._
Haailingfaeiflaselhatminlmum(ifapplimibio):_._. ...
Uoes vnur Po in oRcr pickup and dcliw:ry of vddcles mid equipment meding repair!
Ym_Nn_X Charge lire deliwrylpiekup: N/A
noes ynw firm law lowing capabilities? Yes. .__ No X
Tewing ellmges:.-
10. Will your fum WOW Visa Purchasing Cards m E•Payable form ofpaymum?Yes. X _-No
H. Vendor contact fm ermrgency and/mcHoster service 24 hoursM days per week:
Name: TROY NCM,XOIE
Tolephem:_(R(70) 228-8368. _ cell: 941-544-2507 .. .._
12. Exceptions to specifications:
YMs__... .. NR�._... ..
i _ .vi.wImmodistelyfll this cdotn'Ene exeentimu,
2[
T"ENVICs 70 URVE YOr:
IscounfOfU-
List
Fiturry
Rate
stocKing
Distributor?
Freight
Included?
WEBSITE
3 M Company
NIA
Able Sho Me
NIA
Action
AH Stock
35%
14%
No
No
Yes
Yes
t ctio r .ca7i[
htt :/.Yww.ahrty'_
Aim
WA
Ajax
Akron Brass
Akron Brass Parts
10°h
38%
10%
No
Yes
Yes
YES
YES
YES
: ` www. axre 1s.cort�[
ro:! vMv nhrass_ mm
ronb a m'
All American Fire Hose
WA
Allen Systems
NIA
Alocolite
Amerex
15%
35%
No
Yes
NO
YES
- hv�svv.fi I dder.Fgpy!
h :/ amerex�fire.com
American Flrew:r Honeywell
WA
American LaFrance
NIA
Angus
Annul Foams
40%
WA
No
No
htt �vny n f.
ApplecroN
NIA
B & B Enterprises
NIA
Bio Systems
WA
BlagonBad as
NIA
BoutonCoN
N/A
Bullard (WILDLAND ONLY)
California Mountain
Cams & Brother
30%h
10%
25%
Yes
No
Yes
Yes
Yes
Yes
: %wxM•.b Aard.c.m'
wnsu•.crncrescue,4pj
/ s-msa t .mm
f
Cast Products
C harkate
10%
NIA
No
Yes
apl ewve etc ""mm
Chubb
Foam)
N/A
Churchvllle
N/A
ucul Air
N/A
Code 3
25%
No
Yes
htr : — i. .ram,
ollin Axes
WA
Collins D namics (Rom Corp]
A
COuncll Tools
Cutters Ede
5%
10%
NO
Yes
W
Yes
:! .ounaituol, m
- www.cuttersrd e.cOm
CW Neilsen
WA
barley & Co.
5%
No
I Yes
h '/ xnsnv.d le .wm
David Clarx
DB Smith Indian Tanks
10%
N/A
NO
Yes
h w-.AYI vidclarkrom n , ni
Dicke Tool
NIA
Draeger Engineered So s
WA
Drexel
NIA
Duo Safety
10%
NO
No
htt /vrww duOsaf . �.rom
Edison
/A
Edwards and Cromwell
NIA
Edwards Mfg
Elkhart Brass
ETI Emer enc Technology
0%
40%
N/A
No
Yes
I Yes
Yes
h :!/www.edwar a nworker.wrtl/
h : tvw .eikhartbrass.coml
Extends Lite
(Akron)
NIA
Federal Signal Corp
30%
Yes
Yes
s.:jJ�v. ederais- n [ . mL
Fire Hooks Unlimited
5%
YES
YES
htt : w . ksunlima rst(
Firedex -Turn out Gear
Firedex Gloves
35%
5%
YES
YES
YES
YES
htt : I—% w fired x. o l
http / • , redex.ram
Firedex Boots/Aeeomeries
35%
YES
YES
h vxnv.firedex.. m
FlredexTeegen
Fire Power
10%
WA
YES
YES
1nsv.firede„mm(
Flr*Quip
NIA
Flamatighter
20%6
YES
YES
htt : fiaMRERLWrmv
htt : .1wwlN.S'4 - ank.com!
j=UL—, Lem t rU Com/
htt :" . master;c�
FOI A Tank
Gemtor (ormerl Atlas(
Glassmaster Wehr
20%
15%
10%
YES
YES
YES
YES
YES
vEs
Globe
WA
Glove Corp.
NIA
Gorman Rupp Pumps
NIA
Hale Fire PUm s
5%
$110.00
YES
No
-' h ie r ucts.cg
Hannay Reek
10%
YES
YES
ett: wwv,.h. •.romp
Harrington
40%
YES
YES
htt j• vutha /
Hazard Control
WA
Hebert
20%
YES
YES
nowebsaeaddress
Holmatro
WA
Honeywell Pro
WA
Humat
0%
NO
NO
ht : www.hu m
Husk
20%
YES
YES
ht : ,s rrable.com/
Hydra Shield
NIA
--
imperial Hose
NIA
Iowa American
WA
Janesville
NIA
Justrlte
WA
JV Manufacturing
WA
Ka ler
N/A
Kendall Products
WA
Kochck
40%
YES
YES
t9bj ,—., :hz
Oehler Mfg Co
NIA
Kusamaul
12%
YES
YES
httoiyg w.ku - l.co
Lacrosse Boots
N/A
LHeltners
NIA
Lions Uniforms
NIA
Lou'well s Pryer
NIA
Lo
Iq
Mag Instruments
N/A
anon Axe
N/A
Mars Signal Light
N/A
McProducks
/A
Moran (Flash
WA
Mornln Pride
WA
MSA
NSA TIC
0%
YES
YES
u m s •. om
MSA SCBA
25%
$75.00
YES
YES
ht sasp
MSA Helmets
25%
$75.00
YES
YES
haILLM Lasa-te .COmI
MSA Instruments
15%
575.00
YES
YES
h : rnta
MSA Parts
15%
YES
YES
hUUjLVs.. Pet .yam
iStt www.tir ledii . o '
Natale (Circle D)
10°k
YES
YES
North American Fire Hose
NIA
Nova
N/A
Nupla
300A
YES
YES
hnp,/ .nu .lacorp.cor0(
Paciflc Reflex
NIA
Paratech
NIA
Partner
NJA
Paul Conway Shields
NJA
Pelican
15%
YES
YES
Petwl
NIA
Pierce
0%
S110.00
YES
NO
:1 r �. ferc arts.w.ry(
Pigeon Mountain Industries
NIA
Piano
NIA
R & B Fabricators
10%
1
YES
I YES
Mt -' swna.rbf 6.
Rubber
NIA
Firehose
!A
Redhead Brass
• 1-9
10%
YES
YES
.red5,8 brass.c m'
QTY 10-24
20%
YES
VFS
- www, headbra ..-om!
QTY 2549
30%
YES
YES
h v�redheadbrass: [om
Q 50-199
404A
YES
YES
: iwvmm r dheadbr ss.nL
Reflex)ba
NIA
Rice Hydro - test pumps
25%
YES
I No
htto: /wvw ng rtro. mL
Accessories
10%
YES
YES
a'ww,riceh dro.cnmr
SCBAS
1$%
YES
YES
ht scbas.Com
Scott aviation
NIA
Securitiex
NIA
Sensible Mounts
15%
YES
YES
htt ' n
Servus Boots
NIA
Shelby Wolverine
5%
YES
I YES
htt ./ www, hrlb to m
Snaptite
NIA
South Park
20%
YES
YES
LUQj1,,q%N�w,2pcbraA nt
Signal Vehicle Products
Class One Spirt Inatmmente
S umltier
200/0
10%
WA
$110.00VN
$110.00NO
YES
www • nss ..co
D. - le t .cow[
Sterling Rope
15%
NOYES
•.sterlin rn .comma!
Su rVac
25%
YESTNT
TOOfs
Force Tips
0%
38%
N6Task
YE5Thorogood
Boots
20%
YES
htt ; vw. inbrenner• a.mm
Superior Pneumatic
NIA
ht .L ww.su neum tine
corrIL
Epneum_t.c
Team Equipment
5%
YES
NO
h m
TBleLite
$%
NO
NO
htt : I -1ite. r
Tem st Fans
Tomar
20%
10%
YES
YES
YES
YES
ht v m est .mm[
• !ws ar,gamL
Topps
N/A
Turtle Plastics
Underwater Kinetics
10%
NIA
YES
NO
urNg la tics. q�[
Unity Lights
NIA
Vanner
10%
YES
YES
: A ww.van m
Veridlan
N(q
Waterous
1D%
S110.00
YES
NO
MW, www. rousm.com
Weldon
20%
YES
YES
htt;/'• w.ak rass. ./
Whalen Engineering
will Bert
25%
10%
YES
NO
YES
NO
htt :' mw, whp .mm rn x. h
:/ wwsy illhun.comi
Winco Generators
WA
Windsol
NIA
Williams Foam
12%
YES
NO
t : '•.vw}vhdlllamsrir .c m' Ea
Worden
WA
ZePhYr
NIA
Ziamatlerzico
20%
YES
YES
htt ;/ •siaq I .m
Aerocleve
0%
YES
NO
h wm.a ve,corn.!
Boston Leather
10%
YES
YES
h vrvn , n rsorp(
ET
20%
YES
YES
- fire um . om(
Cosmas USA
25%
YES
YES
hW:dw-X&omsusLnI
Door Storm
5%
NO
YES
htt y' a. Orm.coml
Dragon Fire Gloves
5%
NO
YES
f! wu.dr nfire I v S. L
ET Me
30%
YES
YES
tt� w. d e.com,'
Euremc0 Safety
10%
NO
NO
h wvwv. ramM&fMgunL
Junk Yard Dog
5%
NO
NO
h - un arddn¢i. rfes. m
Fire Research
15%
NO
YES
htt r earth. fir m
Firecom
15%
YES
YES
• !xnvw.flrec m. m
Groves incorporated
15%
NO
NO
ht[ :1 aww r ve �.[oml
HexArmor
15%
YES
YES
h vnvry x r m'
K@ Hose
40%
YES
YES
htt ho n or d .ht
I.eaderFans
10%
YES
YES
htt !vrnw.lea nn;tl,a rica.WM[
Performance Advanta a
10%
YES
YES
I c h_ S.conj[
Rescue 42
YES
NO
htt 2 e42 cam/
Rescue Tech
NO
YES
, :! c r.resechi. m'
SpillArmor
YES
NO
:r smartvist 1 . Om rmor/
Streamli ht
W255%
YES
YES
h t : ww} reaml" h c mfTools
YES
NO
www r scue.comr
True North
YES
Yes
hit :" wwtiv.trucnorch egUS
Coupling
YES
YES
c n .c m'homeWaterax
NO
NO=44M
t r tom'
Western Shelter-tankslshelters
0%
NO
NO
htt.)-eru .r.cofy—d
Western Shelter - Crew Boss
10%
YES
YES
h : ( rem er.cofn1