Loading...
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