Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2018-66 k 'r
AGREEMENT FOR
TRAFFIC STRIPING AND MARKING SERVICES
THIS AGREEMENT, is made and entered into this I U day of
2018, 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 P & P STRIPING, LLC., whose address
is: 1741 S HWY 17., Pomona Park, Florida 32181 (hereinafter referred to as
"CONTRACTOR").
WHEREAS, the Lake County B.C.C. through the public procurement process awarded an
Agreement for traffic striping and marking services, Lake County B.C.C. contract number
18-0906;
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 18-0906.
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I—SCOPE OF WORK
The CONTRACTOR shall furnish all equipment, materials, fuel, labor, maintenance of
traffic (MOT), mobilization and all incidentals necessary to complete all road striping
operations as described in the Lake County B.C.0 contract number 18-0906, 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
1. This Agreement is to become effective upon execution by both parties,and shall
remain in effect until July 24, 2019, unless terminated or renewed as provided
by the Lake County B.C.C.
1
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 traffic striping and marking services 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.
2
41110
ARTICLE VII— 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, $1,000,000
(b) Disease-Each Employee, $1,000,000
(c) Disease-Policy Limit, $1,000,000
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) CONSULTANT's Comprehensive General, $1,000,000 Each
($2,000,000 aggregate)
Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
(b) Automobile Liability Coverages, $1,000,000 Each
Bodily Injury & Property Damage Occurrence,
Combined Single Limit
(d) Fire Damage$5,000 Each
Occurrence, Combined Single Limit
(c) Medical Expense $5,000 any one person;
(d) Personal & Advertising Injury$1,000,000
(e) Excess Liability, Umbrella Form $1,000,000
Each Occurrence, Combined Single Limit
(f) Products-Completed Operations Aggregate$2,000,000
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
3
V
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 acts.
(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: P & P Striping, LLC
1741 S HWY 17
Pomona Park, FL 32181
Attn: Jeovanny Palenda, Owner
4
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.
4
5
V
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. Contract/Bid No. 18-0906.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this /0 day of R ,2018.
6
Amok
Cit. .f Cl—ont
41 _ _ .
Da 7 et, City :nager
Attest:
/M
Tracy Ackroyd Howe, City Clerk
,,
P & P Striping, LLC.
l
By: �J eO 1 a niiv A (ec t(a
(Name Printed or T}'yped)
<'Gtlh .er
Title
At
/7144 /11,4 7
orate Secretary
ap\
r151u \MMe(at( I`
(Name Printed or Typed)
i
li
7
1
EXHIBIT A
LAKE COUNTY
FLORIDA
INVITATION TO BID (ITB)
TRAFFIC STRIPING AND MARKING SERVICES
Contracting
ITB Number: 18-0906 Officer: Ed Tipton
Bid Due Date: May 16,2018 Pre-Bid Conf.Date: See Section 1.4
Bid Due Time: 3:00 PM ITB Issue Date: April 18,2018
T CONTE ,
SECTION 1: Special Terms and Conditions Page 2
SECTION 2: Scope of Services Page 13
SECTION 3: General Terms and Conditions Page 21
SECTION 4: Pricing/Certifications/Signatures Page 25
SECTION 5: Attachments Page 31
SPECIFIC SOLICITATION REQUIREMENTS ARE AS NOTED BELOW:
Bid and Performance Bond: Not Applicable
Certificate of Competency/License: Section 1.16
Insurance: Section 1.8
Pre-Bid Conference/Walk-Tiro: Not Applicable
At the date and time specified above, all bids that have been received in a timely manner will be
opened, recorded, and accepted for consideration. The names of the vendors submitting bids will be
read aloud and recorded. The bids will be available for inspection during normal business hours in the
Office of Procurement Services thirty (30) calendar days after the official bid due date. When counter-
signed by an authorized County representative, this document and any specifically identified attachments
may form the contract document binding the parties to all performance specified in this solicitation.
Vendors shall complete and return the entirety of this ITB Document, and attach all other
information requested in this ITB document (See Provision 1.13). Failure to sign the bid response,
or to submit the bid response by the specified time and date,may be cause for rejection of the bid.
NO-RESPONSE REPLY
If any vendor does not want to respond to this solicitation at this time,or, would like to be removed from
Lake County's Vendor List, please mark the appropriate space,complete name below and return this page
only.
❑ Not interested at this time; keep our firm on Lake County's Vendors List for future solicitations for
this product/service
y ❑ Please remove our firm from Lake County's Vendor's List for this product/service.
VENDOR IDENTIFICATION
Company Name: V1J �� ' Phone Number: �'
.A Contact
E-mail Address: �) ' 1`1�1�41./; 1 ( •�'� Person: 1 A
1
SECTION 1 — SPECIAL TERMS AND CONDITIONS ITB Number: 18-0906
Section 1.1: Purpose
The purpose of this solicitation is to solicit sealed bids from qualified vendors who specialize in •
road striping. Firms must furnish all equipment, materials, fuel, labor, maintenance of traffic
(MOT), mobilization and all incidentals necessary to complete all road striping operations as
specified to perform all operations necessary in accordance with the specifications and subject to
the terms and conditions of the agreement.
This is an indefinite quantity as-needed service contract with no guarantee services will be
required. The County does not guarantee a minimum or maximum dollar amount to be expended
on any contract resulting from this Invitation to Bid (ITB). Quantities given are provided for
evaluation purposes only.
Section 1.2: Designated Procurement Representative
Questions concerning any portion of this solicitation should be directed in writing[fax and e-mail
accepted] to the below named individual who will be the official point of contact for this
solicitation. To ensure reply, questions should be submitted no later than five (5) working days
before the bid due date.
Ed Tipton,CPSM,CPPO, CPPB,Senior Contracting Officer
Lake County BCC
Office of Procurement Services
315 W.Main Street, Room 441
PO BOX 7800
Tavares,FL 32778-7800
Phone : 352.343.9839
Fax : 352.343.9473
E-mail:rtipton@lakecountyfi.gov
No answers given in response to questions submitted will be binding upon this solicitation unless
released in writing as an addendum to the solicitation by the Lake County Office of Procurement
Services.
I
Section 13: Method of Award
Award of the contract arising from this solicitation will be made to the single lowest priced,
responsive,responsible vendor which submits an offer in response to this ITB. To be considered
responsible, a vendor must have successfully completed work similar to that required under this
solicitation within the past three(3)years.
Section 1.4: Pre-Bid Conference/Site Visits
Not applicable to this solicitation
2
SECTION 1 — SPECIAL TERMS AND CONDITIONS ITB Number: 18-0906
Section 1.5: Term of Contract—Twelve(12) Months
The contract arising from this solicitation will commence on the first calendar day of the month
succeeding approval of the contract by the Board of County Commissioners, or designee, unless
otherwise stipulated in the Notice of Award Letter distributed by the County's Office of
Procurement Services;and contingent upon the completion and submittal of all required pre-award
documents. The initial contract term will remain in effect for twelve (12) months, and then the
contract will remain in effect until completion of the expressed and implied warranty period. The
contract prices resultant from this solicitation will prevail for the full duration of the initial contract
term unless otherwise indicated elsewhere in this document.
Section 1.6: Option to Renew for Four(4)Additional One(1)Year Periods
Prior to,or upon completion,of the initial term of the contract,the County may renew the contract
for four (4) additional one (1) year periods. Prior to completion of each exercised contract term,
the County may consider an adjustment to price based on changes in the following pricing index:
Department of Labor, Bureau of Labor Statistics (http://www.bls.eov), PPI Index. It is the
vendor's responsibility to request in writing any pricing adjustment under this provision. The
vendor's written request for adjustment should be submitted thirty (30) calendar days prior to
expiration of the then current contract term. The vendor adjustment request must clearly
substantiate the requested increase. The written request for adjustment should not be in excess of
the relevant pricing index change. If no adjustment request is received from the vendor,the County
will assume that the vendor has agreed that the optional term may be exercised without pricing
adjustment. Any adjustment request received after the commencement of a new option period will
not be considered.
The County reserves the right to reject any written price adjustments submitted by the vendor and
to not exercise any otherwise available option period based on such price adjustments.
Continuation of the contract beyond the initial period, and any option subsequently exercised, is a
County prerogative, and not a right of the vendor. This prerogative will be exercised only when
such continuation is clearly in the best interest of the County.
Section 1.7: Method of Payment - Periodic Invoices for Completed Purchases
The vendor will submit invoices to the County user department atter each individual work task has
been completed. Submittal of these periodic invoices must not exceed thirty (30) calendar days
from the delivery of the goods or services. Under no circumstances may the invoices be submitted
to the County in advance of the delivery and acceptance of the items. All invoices must contain
the contract and purchase order number(if applicable),the specific task number,date and location
of delivery or service, and confirmation of acceptance of the goods or services by the appropriate
County representative. Failure to submit invoices in the prescribed manner will delay payment,
and the vendor may be considered in default of contract and its contract may be terminated.
Payments will be tendered in accordance with the Florida Prompt Payment Act,Part VII, Chapter
218, Florida Statutes.
3
I
SECTION 1 — SPECIAL TERMS AND CONDITIONS ITB Number: 18-0906
Section 1.8: Insurance
Each vendor shall include in its solicitation response package proof of insurance capabilities,
including but not limited to,the Following requirements: [This does not mean that the vendor must
have the coverage prior to submittal,but, that the coverage must be in effect prior to a purchase
order or contract being executed by the County.]
An original certificate of insurance,indicating that the awarded vendor has coverage in accordance
with the requirements of this section,must be furnished by the vendor to the Contracting Officer
within five (5) working days of such request and must be received and accepted by the County
prior to contract execution and 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 authorized 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 performance of duties,services or obligations of the vendor under the terms
and provisions of the contract. The vendor is responsible for timely provision of certificates of
insurance to the County at the certificate holder address evidencing conformance with the contract
requirements at all times throughout the term of the contract.
Such policies of insurance, and confirming certificates of insurance,must insure the vendor is in
accordance with the following minimum limits:
General Liability insurance on forms no more restrictive than the latest edition of the Occurrence
Form Commercial General Liability policy (CG 00 01) of the Insurance Services Office or
equivalent without restrictive endorsements,with the following minimum limits and coverage:
Each Occurrence/General Aggregate $1,000,000/2,000,000
Products-Completed Operations $2,000,000
Personal&Adv. Injury $1,000,000
Fire Damage $50,000
Medical Expense $5,000
Contractual Liability Included
Automobile liability insurance,including all owned,non-owned, scheduled, and hired autos with
the following minimum limits and coverage:
Combined Single Limit $1,000,000
Workers' compensation insurance based on proper reporting of classification codes and payroll
amounts in accordance with Chapter 440,Florida Statutes,and any other applicable law requiring
workers' compensation (Federal, maritime, etc.). If not required by law to maintain workers'
compensation insurance,the vendor must provide a notarized statement that if he or she is injured;
he or she will not hold the County responsible for any payment or compensation.
Employers Liability insurance with the following minimum limits and coverage:
4
SECTION 1 — SPECIAL TERMS AND CONDITIONS ITB Number: 18-0906
Each Accident $1,000,000
Disease-Each Employee $1,000,000
Disease-Policy Limit $1,000,000
Professional liability and specialty insurance (medical malpractice, engineers, architect,
consultant, environmental, pollution, errors and omissions, etc.) insurance as applicable, with
minimum limits of$1,000,000 and annual aggregate of$2,000,000.
The following additional coverage must be provided if a dollar value is inserted below:
Loss of Use at coverage value: $
Garage Keepers Liability at coverage value: $
Lake County, a Political Subdivision of the State of Florida, and the Board of County
Commissioners,must be named as additional insured as their interest may appear on all applicable
liability insurance policies.
The certificates of insurance, must provide for a minimum of thirty(30)days prior written notice
to the County of any change, cancellation, or nonrenewal of the provided insurance. It is the
vendor's specific responsibility to ensure that any such notice is provided within the stated
timeframe to the certificate holder.
At time of contract, the vendor will be required to provide a copy of all policy endorsements,
reflecting the required coverage, with Lake County listed as an additional insured along with all
required provisions to include waiver of subrogation. Contracts cannot be completed without this
required insurance documentation. (Note: A simple COI WILL NOT be accepted in lieu of the
policy endorsements).
Certificates of insurance must identify the applicable solicitation number in the Description of
Operations section of the Certificate. Certificate holder must be:
LAKE COUNTY,A POLITICAL SUBDIVISION OF THE STATE OF
FLORIDA,AND THE BOARD OF COUNTY COMMISSIONERS.
P.O.BOX 7800
TAVARES,FL 32778-7800
Certificates of insurance must evidence a waiver of subrogation in favor of the County, that
coverage will be primary and noncontributory, and that each evidenced policy includes a Cross
Liability or Severability of Interests provision, with no requirement of premium payment by the
County.
The vendor will be responsible for subcontractors and their insurance.Subcontractors must provide
certificates of insurance to the prime vendor evidencing coverage and terms in accordance with
Ithe vendor's requirements.
5
SECTION 1 — SPECIAL TERMS AND CONDITIONS ITB Number: 18-0906
All self-insured retentions must appear on the certificates and will be subject to approval by the
County. At the option of the County, the insurer must reduce or eliminate such self-insured
retentions,or the vendor or subcontractor must procure a bond guaranteeing payment of losses and
related claims expenses.
The County will be exempt from, and in no way liable for, any sums of money, which may
represent a deductible or self-insured retention in any insurance policy. The payment of such
deductible or self-insured retention will be the sole responsibility of the vendor or subcontractor
providing such insurance.
Failure to obtain and maintain such insurance as set out above will be considered a breach of
contract and may result in termination of the contract for default.
Neither approval by the County of any insurance supplied by the vendor or subcontractors, nor a
failure to disapprove that insurance,will relieve the vendor or subcontractors of full responsibility
for liability, damages, and accidents as set forth in this solicitation or any contract arising from
this solicitation.
Section 1.9: Bonding Requirements
Not applicable to this solicitation
Section 1.10: Completion of Work from Date Of Notice to Proceed
See Section 2 Statement of Work.
Section 1.11: Acceptance of Goods or Services
The products delivered as a result of an award from this solicitation will remain the property of
the vendor,and services rendered under the contract will not be deemed complete,until a physical
inspection and actual usage of the products or services is accepted by the County and must be in
compliance with the terms in the contract,fully in accord with the specifications and of the highest
quality.
Any goods or services purchased as a result of this solicitation or contract arising from this
solicitation may be tested/inspected for compliance with specifications. In the event that any
aspect of the goods or services provided is found to be defective or does not conform to the
specifications, the County reserves the right to terminate the contract or initiate corrective action
on the part of the vendor, to include return of any non-compliant goods to the vendor at the
vendor's expense,requiring the vendor to either provide a direct replacement for the item,or a full
credit for the returned item. The vendor shall not assess any additional charges for any conforming
action taken by the County under this clause. The County will not be responsible to pay for any
product or service that does not conform to the contract specifications.
In addition, any defective product or service or any product or service not delivered or performed
by the date specified in the purchase order or contract,may be procured by the County on the open
market, and any increase in cost may be charged against the awarded vendor. Any cost incurred
6
SECTION 1 — SPECIAL TERMS AND CONDITIONS ITB Number: 18-0906
by the County in any re-procurement plus any increased product or service cost will be withheld
from any monies owed to the vendor by the County for any contract or financial obligation.
Section 1.11.1: Deficiencies in Work to be Corrected by the Vendor
The vendor shall promptly correct all apparent and latent deficiencies or defects in work,and any
work that fails to conform to the contract documents regardless of project completion status. All
corrections must be made within seven(7)calendar days after such rejected defects,deficiencies,
or non-conformances are verbally 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 of correcting
such rejected work. If the vendor fails to correct the work within the period specified,the County
may,at its discretion,notify the vendor,in writing,that the vendor is subject to contractual default
provisions if the corrections are not completed to the satisfaction of the County within seven(7)
calendar days of receipt of the notice. If the vendor fails to correct the work within the period
specified in the notice,the County may place the vendor in default,obtain the services of another
vendor to correct the deficiencies,and charge the incumbent vendor for these costs,either through
a deduction from the final payment owed to the vendor or through invoicing. If the vendor fails
to honor this invoice or credit memo,the County may terminate the contract for default.
Section 1.12: Warranty
The vendor agrees that, unless expressly stated otherwise in the bid or proposal, the product or
service furnished as a result of an award from this solicitation will be covered by the most favorable
commercial warranty the vendor gives to any customer for comparable quantities of products or
services and the rights and remedies provided in the contract will be in addition to the warranty
and do not limit any right afforded to the County by any other provision of this solicitation.
The vendor hereby acknowledges and agrees that all materials, except where recycled content is
specifically requested, supplied by the vendor in conjunction with this solicitation and resultant
contract must be new,warranted for their merchantability, and fit for a particular purpose.
Section 1.13 Delivery and Completion of Solicitation Response
Section 1.13.1: Delivery of Solicitation Response
Unless a package is delivered by the vendor in person, all incoming mail from the U.S. Postal
Service and any package delivered by a third party delivery organization (FedEx, UPS, DHL,
private courier,etc.)will be opened for security and contamination inspection by the Lake County
Clerk of the Circuit Court Mail Receiving Center in an off-site secure controlled facility prior to
delivery to any Lake County Government facility, which includes the Lake County Office of
Procurement Services.
To be considered for award, a bid or proposal must be received and accepted in the Office of
Procurement Services prior to the date and time established within the solicitation. A response
will not be considered for award if received in the Office of Procurement Services after the official
due date and time regardless of when or how it was received by the Lake County Clerk of Court
Mail Receiving Center. Allow sufficient time for transportation and inspection.
7
SECTION 1 — SPECIAL TERMS AND CONDITIONS ITB Number: 18-0906
Each package must be clearly marked with the applicable solicitation number,title,and company
name. Ensure that your bid or proposal is securely sealed in an opaque envelope/package to
provide confidentiality of the bid or proposal prior to the due date stated in the solicitation.
If you plan on submitting your bid or proposal IN PERSON,please bring it to:
LAKE COUNTY PROCUREMENT SERVICES
315 W.MAIN STREET
4TH FLOOR,ROOM 441
TAVARES,FLORIDA
If you submit your bid or proposal by the UNITED STATES POSTAL SERVICE(USPS),please mail
it to:
LAKE COUNTY PROCUREMENT SERVICES
PO BOX 7800
TAVARES,FL 32778-7800
{
If you submit your bid or proposal by a THIRD PARTY CARRIER such as FedEx, UPS, or a private
courier,please send it to:
LAKE COUNTY PROCUREMENT SERVICES
MAIL RECEIVING CENTER
313 SOUTH BLOXHAM AVENUE
TAVARES,FL 32778
Facsimile(fax)or electronic submissions(e-mail)will not be accepted.
Section 1.13.2: Completion Requirements for Invitation to Bid
Two(2)signed original bids and two (2) complete copies of the bid submitted by the vendor
must be sealed and delivered to the Office of Procurement Services no later than the official
bid due date and time. Any bid received after this time will not be considered and will be
returned unopened to the submitter. The County is not liable or responsible for any costs
incurred by any vendor in responding to this ITB including,without limitation, costs for product
or service demonstrations if requested.
When you submit your bid,you are making a binding offer to the County and are agreeing to all
of the terms and conditions in this Invitation to Bid. Use only the forms provided in this document.
If you make any change to the content or format of any form, the County may disqualify your
offer. All information must be legible and either written in ink or typewritten. If you make a
correction or change on any document,the person signing the bid proposal must initial the change.
The bid must be manually signed in BLUE INK by an official authorized to legally bind the vendor
to its provisions. If the individual signing the bid is not listed as a corporate officer on the vendor's
SunBiz registration,provide evidence of signatory authority for the individual signing the proposal
executed by a corporate officer,or other confirmation satisfactory to the County.
111 COMPLETION OF BID PACKAGE: The vendor shall complete all required entries in Section 4
8
SECTION 1 — SPECIAL TERMS AND CONDITIONS ITB Number: 18-0906
of the bid form such as,but not limited to,pricing pages,signature, certifications,references,and
acknowledgement of any solicitation addenda. The vendor shall submit the entire solicitation with
all Section 4 entries completed in the number of copies specified to the address specified in this
solicitation. The vendor shall also submit any supporting documents (to include proof of
insurability and provision of bid bonds as required), samples, and descriptive literature required
by any of the provisions in Section 2 of the solicitation in a separate sealed envelope or package
marked"Literature for Bid(Number)." Do not indicate bid prices on literature.
Specific Completion Directions:
> Pricing must be completed as directed within Section 4.
> Initial and date in BLUE INK the appropriate spaces for each addendum you received for this
ITB.
> Insert any prompt payment discount that you will offer. Note payment is NET 30 DAYS
otherwise.
> Complete all certifications included within Section 4 of the solicitation.
> Complete the reference information sheets(include at least three references)contained within
the solicitation.
> Complete the vendor information, and sign the bid(IN BLUE INK)in the spaces provided in
Section 4 of the solicitation.
> If insurance is required, submit either a certificate of insurance, or evidence of insurability,
that is in compliance with the stated insurance requirements.
Section 1.14: Accident Prevention and Barricades
Precautions must be exercised at all times for the protection of persons and property. All vendors
performing services under the contract must conform to all relevant Federal, State and County
regulations during the course of such effort. Any fines levied by the above mentioned authorities
for failure to comply with these requirements will be borne solely by the responsible vendor.
Barricades must be provided by the vendor when work is performed in areas traversed by persons,
or when deemed necessary by the County Project Manager.
Section 1.15: Additional Services may be Added
Although this solicitation and resultant contract identifies specific services to be performed,it is
hereby agreed and understood that services may be added to the contract at the option of the
County. When required by the pricing structure of the contract,the vendor under the contract will
be invited to submit price quotes for these additional services. The additional services will be
added to the contract by formal modification.
The County may obtain price quotes for the additional services from other vendor in the event that
fair and reasonable pricing is not obtained from the current contract vendor,or for other reasons
at the County's discretion. •
9
SECTION 1 — SPECIAL TERMS AND CONDITIONS ITB Number: 18-0906
Section 1.16: Certificate of Competency/Licensure,Permits,and Fees
Any person, firm, corporation or joint venture that submits an offer in response to a County
solicitation shall,at the time of such offer,hold a valid Certificate of Competency or appropriate
current license issued by the State or County Examining Board qualifying the person, firm,
corporation or joint venture to perform the work proposed. If work for other trades is required in
conjunction with this solicitation and will be performed by a subcontractors or vendors hired by
the prime/responding vendor, an applicable Certificate of Competency/license issued to the
subcontractors/hired vendors must be submitted with the prime/responding vendor's offer;
provided, however, that the County may at its option and in its best interest allow the
prime/responding vendor to supply the subcontractors/hired vendors certificate/license to the
County during the offer evaluation period. The prime/responding vendor is responsible to ensure
that all required licenses,permits,and fees(to include any inspection fees)required for this project
are obtained and paid for,and must comply with all laws, ordinances,regulations,and building or
other code requirements applicable to the work contemplated in this solicitation. Damages,
penalties, or fines imposed on the County or the vendor for failure to obtain required licenses,
permits,inspection or other fees,or inspections will be borne by the vendor.
Section 1.17: Clean-Up
All unusable materials and debris must be removed from the premises at the end of each workday,
and disposed of in an appropriate manner. Upon final completion, the vendor shall thoroughly
clean up all areas where work has been involved as mutually agreed with the associated user
department's project manager.
Section 1.18: Competency of Vendors and Associated Subcontractors
The County may elect to conduct a pre-award inspection of the vendor's facility during the offer
evaluation process. Offers will be considered only from firms which are regularly engaged in the
business of providing or distributing the goods or performing the services as described in the
solicitation, and who can produce evidence of a consistent satisfactory record of performance.
Vendors must demonstrate that they have sufficient financial support and organization to ensure
that they can satisfactorily execute the contract if awarded under the terms and conditions stated
in this solicitation. In the event that the vendor intends to subcontract any part of its work to
another vendor,or will obtain the goods specifically offered under the contract from another source
of supply; the vendor may be required to verify the competency of its subcontractor or supplier.
The County reserves the right, before awarding the contract, to require a vendor to submit such
evidence of its qualifications and the qualifications of its subcontractor as it may deem necessary.
The County may consider any evidence available to it of the financial, technical and other
qualifications and abilities of any vendor responding under this solicitation, including past
performance with the County,in determining vendor responsibility for the purposes of selecting a
vendor for contract award.
Section 1.19: Compliance with Federal Standards
All items to be purchased under the contract must be in accordance with all governmental
standards, to include, but not be limited to, those issued by the Occupational Safety and Health
10
SECTION 1 — SPECIAL TERMS AND CONDITIONS ITB Number: 18-0906
Administration(OSHA),the National Institute of Occupational Safety Hazards(NIOSH), and the
National Fire Protection Association(NEPA).
Section 1.20: E-Verify
Upon award of a contract resulting from this solicitation, the contractor shall utilize the U.S.
Department of Homeland Security's E-Verify system in accordance with the terms governing use
of the system to confirm the employment eligibility of all new persons hired by the contractor
during the term of the contract.
The contractor shall include in all contracts with subcontractors performing work pursuant to any
contract arising from this solicitation an express requirement that the subcontractors utilize the
U.S.Department of Homeland Security's E-Verify system in accordance with the terms governing
use of the system to confirm the employment eligibility of all new employees hired by the
subcontractors during the term of the subcontract.
Section 1.21: Furnish and Install Requirements
The specifications and statement of work contained within this solicitation describe the various
functions and classes of work required as necessary for the completion of the project. Any
omissions of inherent technical functions or classes of work within the specifications or statement
of work will not relieve the vendor from furnishing, installing or performing such work where
required for the satisfactory completion of the project. The vendor will also be required to provide
adequate general user training to County personnel on the appropriate use of the materials or
products as and if necessary.
Section 1.22: Labor,Materials,and Equipment Must Be Supplied by the Vendor
Unless otherwise stated in this solicitation the vendor shall furnish all labor, material and
equipment necessary for satisfactory contract performance. When not specifically identified in the
technical specifications,such materials and equipment must be of a suitable type and grade for the
purpose. All material,workmanship,and equipment must be subject to the inspection and approval
of the County's Project Manager.
Section 1.23: Protection of Property
All existing structures,utilities,services,roads,trees,shrubbery,and property in which the County
has an interest must be protected against damage or interrupted services at all times by the vendor
during the term of the contract;and the vendor will be held responsible for repairing or replacing
property to the satisfaction of the County which is damaged by reason of the vendor's operation
on the property. In the event the vendor fails to comply with these requirements, the County
reserves the right to secure the required services and charge the costs of such services back to the
vendor.
11
SECTION 1 — SPECIAL TERMS AND CONDITIONS ITB Number: 18-0906
Section 1.24: Purchase of Other Items Not Listed Within this Solicitation Based on Price
Quotes
While the County has listed all major items within this solicitation which are utilized by County
departments in conjunction with their operations,there may be ancillary or similar items that must
be purchased by the County during the term of the contract. Under these circumstances,a County
representative will contact the primary vendor to obtain a price quote for the ancillary items. If
there are multiple vendors on the contract,the County representative may also obtain price quotes
from these vendors. The County reserves the right to award these ancillary items to the primary
contract vendor,another contract vendor based on the lowest price quoted,or to acquire the items
through a separate solicitation.
Section 1.25: Risk of Loss
The vendor assumes the risk of loss of damage to the County'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 good on the loss or damage without cost to the
County,whether the loss or damage results from acts or omissions(negligent or not)of the vendor
or a third party.
The vendor shall indemnify and hold the County harmless from any and all claims,liability,losses
and causes of action which may arise out of the fulfillment of the contract. The vendor shall pay
all claims and losses of any nature whatsoever in connection with the contract, and shall defend
all suits,in the name of the County when applicable, and shall pay all costs and judgments which
may issue.
Section 1.26: Safety
The vendor will 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 Safety and Health Administration Act(OSHA). The vendor shall take all necessary
precautions for the safety of and shall provide the necessary protection to prevent damage,injury
or loss to persons or property.
The vendor shall provide all standard equipment, work operations, safety equipment, personal
protective equipment,and lighting required or mandated by State,Federal, OSHA,or Americans
with Disabilities Act of 1990(ADA)regulations.
The vendor shall designate a competent person of its organization whose duty will be the
prevention of accidents at this site. This person must be literate and able to communicate 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 must be the vendor's superintendent
unless otherwise designated in writing by the vendor to the Contract Manager.
12
SECTION 2 — STATEMENT OF WORK ITB Number: 18-0906
SCOPE OF SERVICES
TRAFFIC STRIPING AND MARKINGS SPECIFICATIONS
The contractor must furnish all labor, equipment, fuel, materials, and any other items needed to
perform all operations necessary to provide and apply traffic road striping and markings on all
County roads on an as-required basis to complete this work in strict accordance with these
specifications,any applicable drawings, and subject to the terms and conditions of the contract.
Method 1 Thermoplastic Material: All work must be performed in accordance with the
requirements of latest edition, at the time the work request is issued to the contractor, of the
following manuals and publications, including, but not limited to, Section 711 from the Florida
Department of Transportation"2018 Standard Specifications for Road and Bridge Construction"
and any other section applicable and the Florida Department of Transportation"Design Standards"
and the Federal Highway Administration "Manual on Uniform Traffic Control Devices."These
standards must be used for six-inch thermoplastic pavement centerline,edge line,lane line stripes
and all other markings.
Method 2 Paint:All work must be performed in accordance with the requirements of latest edition,
at the time the work request is issued to the contractor, of the following manuals and publications,
including, but not limited to: Section 710 from the Florida Department of Transportation"2018
Standard Specifications for Road and Bridge Construction" and any other sections applicable,
Florida Department of Transportation "Design Standards" and the Federal Highway
Administration"Manual of Uniform Traffic Control Devices.
Method 3 High Performance Permanent Tape Stripes&Markings:All work must be performed in
accordance with the requirements of latest edition, at the time the work request is issued to the
contractor, of the following manuals and publications, including,but not limited to: Section 713
from the Florida Department of Transportation"2018 Standard Specifications for Road and Bridge
Construction" and any other sections applicable, Florida Department of Transportation "Design
Standards"and the Federal Highway Administration"Manual of Uniform Traffic Control Devices.
Lake County must determine either specification Method 1,Method 2, or Method 3 for each job
before requesting a quote.
Lake County will use the January 26,2011 Florida Method of Test for Field Evaluation of Traffic
Marking Materials Designation 5-541 or the latest method at the time the work request is issued
to the contractor,to test for retroreflectivity.
Hand-liners must be used only for transverse pavement markings and taper or gore sections of
pavement striping and markings. Hand-liners must not be used for long line pavement stripes
longer than two hundred(200)feet unless the stripes are part of a taper or gore area or intersection
lane line that cannot be installed with a truck mounted applicator.
13
SECTION 2 — STATEMENT OF WORK ITB Number: 18-0906
GENERAL SPECIFICATIONS
Unless specifically requested for an individual job,all work performed under the contract will be
governed by the latest editions now in force or subsequently adopted of the following:
• 2017 Florida Department of Transportation Standard specifications for Road and Bridge
Construction
• 2017-18 Florida Department of Transportation Design Standards
• 2009 Federal Highway Administration Manual on Uniform Traffic Control Devices
The contractor must provide competent, suitable, and qualified personnel to perform the work as
required by the specifications.The contractor must be fully responsible for the performance of his
organization and completion of all work under the contract. The contractor must, at all times,
maintain good discipline and order at the work site.The contractor must maintain a dress code for
their employee's with a minimum of shirt,shorts,and shoes,in decent condition,at all times while
the work is being performed. This office must be staffed by a competent representative who is
able to communicate effectively with County staff regarding the requirements of the project. The
representative must be available during normal business hours, and be authorized to directly
discuss matters pertaining to the contract with County staff,
The contractor must furnish the County with a list of all subcontractors, if any, with their phone
numbers,performing work on the contract.
The contractor must inform Traffic Operations daily as to the locations to be worked and the areas
completed the previous day.The contractor must maintain coordination with Traffic Operations at
all times. Either party may request and be granted a conference upon request within two (2)
working days of the request.
Work Orders Must Be Generated for Each Project
The County's authorized representative must generate and issue a Work Order for each project to
be performed under the contract resulting from this solicitation. The Work Order must include the
road sections,method, and all aspects of the work to be performed. Along with the work request
must be a copy of the Contractor's Bid / Notice to Proceed, Lake County Attachment 3. The
1 contractor must be required to supply the County's authorized representative with a written
proposal.
Contractor's Proposal/Notice To Proceed
Upon receiving the request for proposal / notice to proceed form issued from the County, the
contractor must accurately complete the required information. The completed Lake County Traffic
Stripes&Markings Specifications Contractor's Proposal/County's Notice to Proceed Form,Lake
County Attachment 3 with total footage and amounts from the contractor,must be returned within
fourteen(14)days.The Lake County Stripes&Markings Contractor's Proposal/County's Notice
to Proceed Form, signed by Lake County, and returned to the contractor must be considered the
Notice to Proceed. The contractor may use their own proposal form as long as all the information
from the County's form is included on the contractor's form; provided, however, that the
14
SECTION 2 — STATEMENT OF WORK ITB Number: 18-0906
contractor's proposal will not be accepted if it adds additional terms and conditions,or alters any
term or condition under this solicitation.All work ordered must be completed within the timeframe
specified.
The contractor must contact Traffic Operations forty-eight(48)hours prior to starting any job.
The contractor must have forty-five (45)days to COMPLETE the work from the date the signed
Lake County Traffic Stripes & Markings Proposal/ Notice to Proceed Form was received.
COMPLETE must mean that the traffic striping and markings have passed the required
retroreflectivity,width,thickness and color and have been accepted by Lake County.
Contract Time and Time Extensions
A. Unless otherwise provided, contract time will mean the number of consecutive calendar
days from the commencement date noted in the Notice to Proceed to the date on which all
work is to be completed. The contractor must diligently pursue the completion of the work
and coordinate the work being done on the project by its subcontractors and material
suppliers,as well as coordinate its work with the work of other contractors so that its work
or the work of others must not be delayed or impaired by any act or omission of any act
by contractor. The contractor must be solely responsible for all construction means,
methods,techniques,sequences and procedures,as well as coordination of all portions of
the work under the contract documents.
B. Should the contractor be obstructed or delayed in the prosecution of or completion of the
work as a result of unforeseeable causes beyond the control of the contractor,and not due
to its own fault or neglect,including but not restricted to acts of God or the public enemy,
acts of government, fires, floods, discovery of pre-existing hazardous materials, utility
conflicts,epidemics,quarantine regulations,strikes or lockouts,the contractor must notify
the Traffic Operations Supervisor or designee in writing within two(2)regular work days
after the commencement of such delay, stating the cause or causes of such delay, or be
deemed to have waived any right which the contractor may have had to request a time
extension.
C. NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION
OF TIME WILL BE MADE OR ASSERTED AGAINST THE COUNTY BY REASON
OF ANY DELAYS. No interruption, interference, inefficiency, suspension or delay in
the commencement or progress of the work will relieve the contractor of its duty to
perform or give rise to any right to damages or additional compensation from the County.
The contractor expressly acknowledges and agrees that the contractor must receive no
damages for delay. However, this provision must not preclude recovery or damages by
the contractor for hindrances or delays due solely to fraud,bad faith or active interference
on the part of the County. Otherwise, contractor must be entitled to extensions of the
Contract Time as the sole and exclusive remedy for such resulting delay, in accordance
with and to the extent specifically provided above. This provision applies to claims for
early completion as well as late completion. Such extensions of time will not be granted
for delays caused by unfavorable weather, ground conditions related to the weather,
15
SECTION 2 — STATEMENT OF WORK ITB Number: 18-0906
inadequate construction force or for the failure of the contractor to timely order equipment
or materials.
D. If the contractor complies with the two (2) regular work days' notice requirement, the
Traffic Operations Supervisor or designee must ascertain the facts and the extent of the
delay being claimed. The Traffic Operations Supervisor or designee's findings of fact
justify such an extension, and the Traffic Operations Supervisor or designee's finding of
fact will be final and conclusive on the parties. The contractor must cooperate with the
Traffic Operations Supervisor or designee's investigation of the delays by providing any
schedules, correspondence or other data that may be required to complete the findings of
fact. Extensions to the contract time may be granted for only those delays that impact the
Contractor's Construction Schedule. Extensions of contract time must be authorized by
Change Order approved in accordance with Board policy.
Safety
All standard equipment, work operations, safety equipment, personal protective equipment, and
lighting required or mandated by State,Federal,OSHA, or ADA regulations must be provided.
All safety devices installed on equipment by the manufacturer must be in place and in proper
working order at all times. If the County determines that equipment is deficient in safety devices,
the contractor must be notified immediately. The contractor must immediately repair,or remove
the equipment from service until the deficiency is corrected to the satisfaction of the County.
A County representative may periodically monitor work site for safety. Should there be safety or
health violations, the County's representative may have the authority,but not the duty, to require
the contractor to correct the violation in an expeditious manner. If there is any situation that is
deemed unsafe by the Project Manager, the project will be shut down immediately upon notice
and will not resume work until the unsafe condition has been remedied.
The contractor retains the ultimate responsibility to ensure all work is performed in a manner
consistent with all applicable safety standards and directives.
The contractor must be aware that while working for the County, representatives from agencies
such as the United States Department of Labor, Occupational Safety and Health Administration
(OSHA), and the Division of Safety, State of Florida, are invitees and need not have warrants or
permission to enter the work site.
The contractor must designate a competent, English speaking person of its organization whose
duty must be the prevention of accidents at the site. This person must be the contractor's
superintendent unless otherwise designated in writing by the contractor to the County. All
communications to the superintendent will be as binding as if given to the contractor.
Hazardous Materials
The Contractor is responsible for notifying the County of any hazardous materials used by the
contractor on the work site and providing him with a copy of the Material Safety Data Sheets
(MSDS) as required by the Florida Right-to-Know-Law,as applicable and if requested.
16
SECTION 2 — STATEMENT OF WORK ITB Number: 18-0906
Any spillage of hazardous chemicals or wastes must be reported immediately to the County and
cleaned up in accordance with all State and Federal Regulations. The cost of clean-up of any
spillage of hazardous chemicals caused by the contractor must be the sole responsibility of the
contractor and the County must share no responsibility for these costs. A copy of a complete report
showing compliance with local, state, and federal agencies must be given to the County.
If any hazardous chemicals or conditions are discovered during the normal road striping operation,
it is the responsibility of the contractor to immediately contact the County with a description and
the location of the condition.
Maintenance of Traffic (MOT)
Maintenance of traffic must be the responsibility of the contractor and must conform to Florida
Department of Transportation's latest edition of"Standard Specifications for Road and Bridge
Construction,"2017 edition or FDOT's "Roadway and Traffic Design Standards," 2017 (or latest
edition), or FDOT's "Manual of Uniform Minimum Standards for Design, Construction, and
Maintenance for Streets and Highways,"2007(or latest edition),Federal Highway Administration
(FHWA) "Manual on Uniform Traffic Control Devices (MUTCD),"2009 (or latest edition), and
all supplemental specifications. These documents can be ordered from FDOT, Maps and
Publications Department, 605 Suwannee Street,Tallahassee, Florida 32399-0450, or by going to
the FDOT website at: www.dot.state.fl.us/mapsandpublications.
All costs associated with MOT must be included in the contractor's bid price. No separate line
items for MOT will be included in the cost estimate. If the contractor does not comply with the
FDOT and the FHWA(i.e. signs,qualified flaggers,and barricades),the County reserves the right
to direct the contractor to cease operation until deficiencies are corrected. In addition, no road
closures will be allowed except in the case of emergencies.
1. All lane closures must have the prior approval of the Traffic Operations Supervisor or
designee.
2. The above requirements are to be considered as minimum and the contractor's compliance
must in no way relieve the contractor of final responsibility for providing adequate traffic
control devices for the protection of the public and contractor's employees throughout the
work area.
3. The use of public roads and streets by the contractor must provide a minimal inconvenience
to the public and traffic. Furthermore,if the contractor is utilizing the road by driving slow
moving equipment, the operator must allow no more than three (3) vehicles to be backed
up behind them at any time before pulling to the side to let traffic pass.
Clean-Up/Surplus Material Removal
The contractor must be responsible for the removal of all surplus material and debris within their
work zone. All costs associated with clean-up and debris removal must be included with the Unit
Price. Any deficiencies of this nature,will be addressed as part of the Final Inspection process. If
such deficiencies are not corrected as part of this process, the County will remove the remaining
debris and surplus materials and deduct the associated costs from the amount due the contractor.
17
SECTION 2 — STATEMENT OF WORK ITB Number: 18-0906
Equipment
The contractor must furnish equipment of a type and quantity to perform the work satisfactorily
within the time specified in this solicitation. If, in the opinion of the County, the contractor has
insufficient equipment on the job to satisfactorily complete the work within the required time,the
contractor must provide additional equipment as directed by the County.
Damage
All items damaged as a result of contractor or subcontractor operations,such as but not limited to,
sidewalks, seating, curbs, pipes, drains, water mains, pavement, mail boxes, turf, etc., must be
either repaired or replaced by the contractor,at their expense,in a manner prescribed by and at the
sole satisfaction of the County. Any invoices submitted to the County such as but not limited to,
from utility companies,landowners,which are determined to be the result of damage done by the
contractor,must be the responsibility of the contractor. County reserves the right to pay any such
invoices and deduct for the contractor's invoice. Repairs,or receipt of repairs,must be completed
and submitted to the County prior to submission of the contractor's invoice for work accomplished.
If the Contractor does damage to a County sign or other property owned by the County,it must be
the responsibility of the contractor to repair the item back to the original condition. If the repair is
not in accordance with County standards,the County will repair the items and deduct the associated
cost from the amount due the contractor.
Complaints will be addressed within forty-eight(48) hours and a written report submitted to the
County outlining actions taken to correct the complaint. The contractor must notify the County
immediately of any complaints given directly to the contractor.
Final Inspection
The contractor must self-inspect all road markings using the January 26,2011 Florida Method of
Test for Field Evaluation of Traffic Marking Materials Designation 5-541 or the latest editions
now in force or subsequently adopted, to test and certify width, thickness, color and
retroreflectivity.The contractor must submit the results to the County on the,"Lake County Initial
Retroreflectivity Reading Certification (Daily Worksheet)" Form, Lake County Attachment C.
The County reserves the right to verify all test results.The County's test will be final and binding.
Upon written notice from the contractor that a section of road is complete,the County will review
the submitted test results and if the County deems necessary, test the completed section of road
using the January 26, 2011 Florida Method of Test for Field Evaluation of Traffic Marking
Materials Designation 5-541 or the latest editions now in force or subsequently adopted, to test
and certify retroreflectivity, width, thickness and color. The County will notify the contractor of
any deficiencies. The contractor will correct all deficiencies before final acceptance and payment
is made.
An eighty ($80) dollar inspection fee will be assessed to the contractor if an area tested by the
County does not comply with the County specified standard,which fee will be assessed upon has
to be inspected a third time,an eighty($80)dollar inspection fee will be assessed to the contractor
for the third inspection and another eighty ($80) dollar inspection fee for each subsequent
inspection for that same area. The fee is assessed to offset the additional costs associated with
18
SECTION 2 — STATEMENT OF WORK ITB Number: 18-0906
County labor and vehicle usage required for unnecessary inspections. The fees will be deducted
from the final invoice for that release order.
Contractor's Responsibility to Perform
The contractor is responsible to follow the County specified striping layout on the road or the
pattern supplied by the County. If the striping applied is not the correct pattern, it is the
Contractor's responsibility to remove the markings by the method specified by the County. The
contractor is responsible for the cost of the removal and replacement of the correct pattern.
If the road surface is damaged during the removal process, as in chip seal surface roads,or other
road surfaces,the contractor is responsible to repair the road surface at the contractor's expense,
to the County's satisfaction.
A. The County and the contractor recognize that, since time is of the essence for services as
part of the contract, the County could suffer financial loss if the work is not completed
within the time specified.
B. The County will be entitled to assess, as liquidated damages,but not as a penalty, for each
calendar day after the scheduled completion date. The project will be deemed to be
completed on the date the work is deemed complete to the satisfaction of the
Engineer. The contractor hereby expressly waives and relinquishes any right which it may
have to seek to characterize the above-noted liquidated damages as a penalty. The parties
agree that the liquidated damages sum represents a fair and reasonable estimate of the
County's actual damages at the time of contracting if the contractor fails to complete the
work in a timely manner. The liquidated damages will be as follows:
Original Contract Amount Daily Charge Per
Calendar Day
$5,000 and under $25
Over$5,000 but less than$10,000 .. $75
$10,000 or more but less than $20,000 ...$150
$20,000 or more but less than$30,000 . $250
$30,000 or more but less than$40,000 $350
$40,000 or more but less than$50,000 .$450
Over$50,000 but less than$250,000 $544
$250,000 or more but less than$500,000 $634
$500,000 or more but less than$2,500,000 $1,288
$2,500,000 or more but less than$5,000,000 $2,470
$5,000,000 or more but less than$10,000,000 $3,730
$10,000,000 or more but less than$15,000,000 .. $5,240
$15,000,000 or more but less than$20,000,000 . $6,078
$20,000,000 and over .$8,624 plus
0.00027 percent per day for
amount over$20,000,000
19
.. •
SECTION 2 — STATEMENT OF WORK ITB Number: 18-0906
C. Any contractor that is in default for not completing the work within the time specified will
be removed from the bidder's list,at the option of the County,and not permitted to bid on
work for Lake County until the project is complete and the liquidated damages sum is
satisfied.
The County will retain from the compensation to be paid to contractor the above described sum.
20
SECTION 3—GENERAL TERMS AND CONDITIONS ITB Number: 18-0906
3.1 DEFINITIONS an addendum in response to any inquiry received, prior to bid
Addenda:means a written change to a solicitation. opening,which changes,adds to,or clarifies the terms,provisions,
Bid:Shall refer to any offers submitted in response to this ITB. or requirements of the solicitation. The bidder should not rely on
Bidder: Refers to any entity that submitted a bid under an ITB. any statement or explanation whether written or verbal,other than
Contract: The agreement to perform the services set forth in this those made in this solicitation document or in any addenda issued.
solicitation. The contract will be comprised of the solicitation Where there appears to be a conflict between this solicitation and
docmnent signed by both parties with any addenda and other any addenda,the last addendum issued will prevail.It is the bidder's
attachments specifically incorporatod. responsibility to ensure receipt and to acknowledge all addenda and
Contractor: The vendor to which award has been made. any accompanying documentation. Failure to acknowledge each
County: means Lake County,Florida. addendum may prevent the bid from being considered for award
Invitation to Bid (ITB): means this solicitation document, D. Contents of Sollcitadon and Bidders'Responsibilities
including any and all addenda.An ITB contains well-defined terms, It is the responsibility of the bidder to become thoroughly familiar
conditions,and specifications,and is awarded to the lowest priced with the requirements,terms, and conditions of this solicitation.
responsive and responsible bidder. Stated unawareness of contractual terms and conditions will not be
Modification: A written change to a contract. accepted as a basis for varying the requirements of the County or the
Responsible: Refers to a bidder that has the capacity and capability amount to be paid to the vendor.
to perform the work required under an Invitation to Bid, and is E. Restricted Discussions
otherwise eligible for award. From the date of issuance of this solicitation until final County
Responsive: Refers to a bidder that has taken no exception or action, vendors should =I discuss the solicitation with any
deviation from the terms,conditions,and specifications in an ITB. employee,agent,or any other representative of the County except
Solicitation: The written document requesting either bids or as authorized by the designated procurement representative. Theproposals from the marketplace. only communications that will be considered pertinent to this
Vendor: A general reference to any entity responding to this solicitation are written documents from the vendor addressed to the
solicitation or performing under any resulting contract designated procurement representative and relevant documents
promulgated by the designated procurement representative.
The County has established that the words "shall", "must", and F. Change to,Withdrawal of,or Mistake in,Bid
"will" are equivalent within this ITN and indicate a mandatory Changes to Bid-Prior to bid opening,a bidder may change its bid
requirement which may not be waived by the County. by submitting a new bid with notice on the firm's letterhead,signed
3.2 INSTRUCTIONS TO BIDDERS by an authorized agent,stating that the new submittal replaces the
A. Bidder Qualification original submittal. The new submittal must contain all information
Itis the policy of the County to encourage full and open competition as required for submitting the original bid.
1 among all available qualified vendors. All vendors regularly Withdrawal of Bid A bid may bo withdrawn,either physically or
engaged in the type of work specified in the solicitation are by written notice,at any time prior to the bid due date. If withdrawn
encouraged to submit bids. To be recommended for award the by written notice,that notice must be addressed to,and received by,
County requires that vendors provide evidence of compliance with the designated procurement representative prior to the bid due date
the requirements below upon request: and time. A bid may also be withdrawn after expiration of the
1. Disclosure of Employment specified bid acceptance period,and prior to award,by submitting a
2. Disclosure of Ownership letter to the designated procurement representative.The withdrawal
3. Drug-Free Workplace letter must be on company letterhead and signed by an authorized
4. W-9 and 8109 Forms—The vendor must furnish these forms agent of the bidder.
upon request as required by the Internal Revenue Service. Mistake in Bid-Any allegation of mistake in the bid will be treated
5. Social Security Number—The vendor must provide a copy of on a case-by-case basis. It is to'be assumed that any alteration in bid
the primary owner's social security card if the social security price after receipt of bids will be exceptional in nature,and will be
number is being used in lieu of the Federal Identification allowed only when substantiated by current legal precedence.
Number(P.E.I.N.) G. Conflicts within the Solicitation
6. Americans with Disabilities Act(A.D.A.) Where there appears to be a conflict between contractual terms and
7. Conflict of Interest conditions,the technical specifications,the pricing section,or any
8. Debarment Disclosure Affidavit addendum issued,the order of precedence will be: last addendum
9. Nondiscrimination issued,the pricing section,the technical specifications,the special,
10. Family Leave and then general conditions. It is incumbent upon the vendor to
11 Antitrust Laws—By acceptance of any contract,the vendor identify such conflicts prior to the bid response date.
agrees to comply with all applicable antitrust laws. H. Prompt Payment Terms
B. Public Entity Crimes It is the policy of the County that payment for all purchases by
Pursuant to Section 287.133(2Xa)of the Florida Statutes,a person County agencies will be made in a timely manner and that interest
or affiliate who has been placed on the convicted vendor list payments will be made on late payments in accordance with Part
following a conviction for a public entity crime may not submit a VII,Chapter 218,Florida Statutes,known as the Florida Prompt
bid on a contract to provide any goods or services to a the Payment Act. The bidder may offer cash discounts for prompt
may not submit a bid on a contract with a public entity for rho however, such discounts will not be considered in
construction or repair of a public building or public work,may not payments;
submit bids on leases of real property to a public entity,may not be determining the lowest price during bid evaluation. Bidders are
awarded or perform as a contractor, supplier, subcontractor, or requested to provide prompt payment terms in the space provided
consultant under a contract with any public entity,and may not on the signature page of the solicitation.
transact business with any public entity in excess of the threshold 3.3 PREPARATION OF BIDS
amount provided in Section 287.017 of the Florida Statutes, for A. The Pricing Section of this solicitation defines the goods or
CATS TWO for a period of 36'months from the date of being
on
placed on the the convicted vendor list services to bo purchased, and mast be completed and
C. Request for Additional Information submitted with the bid. Use of any other form or alteration of
Any communication or inquiries,except for clarification of process die form may result in the rejection of the bid,
or procedure already contained in the solicitation,are to be made in B. The bid submitted must be legible, and completed using
writing to the attention of the procurement represartative identified typewriter, computer or ink. Any entry change must be
in the solicitation no later than five(5)working days prior to the bid crossed out and initialed in ink. Failure to comply with these
due date.Such inquiries must contain the requester's name,address, requirements may cause the bid to be rejected.
and telephone number. The Procurement Services Office may issue C. An authorized agent of the bidder's firm must sign the bid,
21
SECTION 3—GENERAL TERMS AND CONDITIONS !TB Number.18-0906
THE COUNTY MAYREJECT THE PROPOSAL,IF IT bidder should not submit any information which the bidder
IS NOT SIGNED, considers proprietary or confidential. The submission of any
D. The bidder may be considered non-responsive if bids are information to the County in connection with any solicitation will
conditioned to modifications, changes, or revisions to the be conclusively deemed to be a waiver of any protection from
terms and conditions of this solicitation, release of the submitted information unless such information is
E. The bidder may submit alternate bids for the same solicitation exempt or confidential under the Public Records Act.
provided that such offer is allowable under the terms and 3.10 CANCELLATION OF SOLICITATION
conditions. The alternate bid must meet or exceed the The County reserves the right to cancel,in whole or in part,any
minimum requirements and be submitted as a separate bid Invitation to Bid when it is in the best interest of the County.
' marked"Alternate Bid". 3.11 AWARD
F. When there is a discrepancy between the unit prices and any A. Unless otherwise allowed by statute or ordinance,award will
0 extended prices,the unit prices will prevail. be made to the lowest priced responsive and responsible
�l G. Any bid received after the stipulated bid due date and time bidder.The County reserves the right to reject any and all bids,
through no fault of the County will be considered late,and to waive non-material irregularities or technicalities and to re-
except under the most exceptional circumstances, not be advertise for all or any part of this solicitation as deemed in its
considered for award. best interest. The County will be the sole judge of its best
H. Unless otherwise specified in the solicitation, prices quoted interest.
will be F.O.B.Destination. B. When there are multiple line items in a solicitation,the County •
3.4 COLLUSION reserves the right to award on an individual item basis,any
Where two(2)or more related parties,as defined in this solicitation, combination of items,total low bid or in whichever manner j
each submit a bid for the same contract, or evidence any prior deemed in the bast interest of the County. This provision i
understanding,agreement,or connection in such regard,such bids specifically supersedes any method of award criteria stated in
will be presumed to be collusive. "Related parties"mean bidder or the solicitation when such action is clearly necessary to protect j
principals of the bidder that have a direct or indirect ownership the best interests of the County.
interest in another bidder for the same contract or in which a parent C. The County reserves the right to reject any and all bids if it is
company or the principals of the parent company of one bidder have determined that prices are excessive or determined to be
a direct or indirect ownership interest in another bidder for the same unreasonable, or it is otherwise determined to be in the
contract. Bids found to be collusive will be rejected. Bidders which County's best interest to do so.
have been found to have engaged in collusion may be considered D. The County reserves the right to negotiate prices with the low
non-responsible,and maybe suspended or debarred. Any contract bidder,provided that the scope of work is not amended.
resulting from collusive bidding may bo terminated for default. E. Award will only be made to firms that satisfy all legal
3.5 PROHIBITION AGAINST CONTINGENT FEES requirements to do business with the County.The County may
The vendor warrants that they have not employed or retained any conduct a pre-award Inspection of the bidder's site or conduct
company or person,other than a bona fide employee working solely a pre-awnrd qualification meeting to determine the
for the vendor to solicit or secure the contract and that they have not responsibility and capacity of the bidder to perform. Award
paid or agreed to pay any person,company,corporation,individual, may be predicated on compliance with and submittal of all
or firm,other than a bona tide employee working solely for the required documents as stipulated in the solicitation.
vendor,any consideration contingent upon or resulting from the F. The bidder's performance as prime or subcontractor on
award or making of the contract. previous County contracts will be taken into account in
3.6 CONTRACTING WITH COUNTY EMPLOYEES evaluating the responsibility of a responding bidder. •
Any County employee or member of his or her immediate family G. All tie bids will be resolved in consonance with current written
seeking to contract with the County must seek a conflict of interest procedure in that regard.
opinion from the County Attorney prior to submittal of a response H. A vendor wishing to protest any award decision resulting from
•
to contract with the County. The affected employee must disclose this solicitation must do as provided for in the County's
the employee's assigned function within the County and interest or Purchasing Procedure Manual.
the interest of his or her immediate family in the proposed contract 3.12 GENERAL CONTRACT CONDITIONS
and the nature of the intended contract. The contract will be binding upon and will inure to the benefit of
3.7 INCURRED EXPENSES each of the parties and of their respective successors and permitted
This solicitation does not commit the County to award nor be assigns. The contract may not be amended,released,discharged,
responsible for any cost or expense which may be incurred by any rescinded or abandoned, except by a written instrument duly
bidder in preparing or submitting a bid,or any cost or expense executed by each of the parties. The failure of any party at any time
incurred prior to the execution of a purchase order or contract. By to enforce any of the provisions of the contract will hr no way
submitting a bid,the bidder also agrees that the County bears no constitute or be construed as a waiver of such provision or of any
responsibility for any costs of the bidder associated with any other provision hereof,nor in any way affect the validity ot;or the
administrative or judicial proceedings resulting from this right to enforce, each and every provision of the contract. Any
solicitation process. dispute arising during the course of contract perfonnance that is not
3.8 COUNTY IS TAX-EXEMPT readily rectified by coordination between the vendor and the County
When purchasing on a direct basis,the County is generally exempt user department will be referred to Procurement Services office for
from Federal Excise Taxes and all State of Florida sales and use resolution.
taxes. The County will provide an exemption certificate upon 3.13 OTHER AGENCIES
request by the seller for such purchases. Except for items With the consent of the vendor.other agencies may make purchases
specifically identified by the vendor and accepted by the County for in accordance with the contract. Such purchases will be governed
direct County purchase under the Sales Tex Recovery Program, by the same terms and conditions as stated in the contract with the
contractors doing business with the County aro not exempt from exception of the change in agency name.
paying sales tax to their suppliers for materials needed to fulfill 3.14 CONTRACT EXTENSION
contractual obligations with the County, nor is any vendor The County has the unilateral option to extend a contract for up to
authorized to use the County Tax Exemptions for such purchases. ninety(90)calender days beyond the current contract period. In
3.9 PROPRIETARYICONFIIDENTIAL INFORMATION such event,the County will notify the vendors in writing of such
Bidders are hereby notified that all information submitted as part of extensions. The contract may be extended beyond the initial ninety
a bid will be available for public inspection in compliance with (90)day extension upon mutual agreement between the County and
Chapter 119 of the Florida Statutes(the"Public Record Act.").The the vendors. Exercise of the above options requires the prior
I
I
22
SECTION 3—GENERAL TERMS AND CONDITIONS 11'13 Number: 18-0906
approval of the Procurement Services Manager. its officers,employees,agents or instrumentalities may incur as a
3.15 WARRANTY result of claims,demands,suits,causes of actions or proceedings of
All warranties express and implied,must be made available to the any kind or nature arising out of,relating to or resulting from the
County for goods and services covered by this solicitation. All performance of the contract by the vendor or its employees,agents,
goods furnished must be fully guaranteed by the vendor against servants,partners,principals or subcontractors. The vendor shall
factory defects and workmanship. At no expense to the County,the pay all claims and losses in connection with the contract,and shall
vendor shall correct any and all apparent and latent defects that may investigate and defend all claims,suits or actions of any kind or
occur within the manufacturer's standard warranty period. The nature in the name of tho County, where applicable, including
special conditions of the solicitation may supersede the appellate proceedings, and shall pay all costs, judgments, end
manufacturer's standard warranty. attorney's fees which may be incurred. The vendor expressly
3.16 ESTIMATED QUANTITIES understands and agrees that any insurance protection required by the
Estimated quantities or dollars are for bidder's guidance only. No contract or otherwise provided by the vendor will in no way limit
guarantee is expressed or implied as to quantities or dollar value that the responsibility to indemnify,keep and save harmless and defend
will be used during the contract period. The County is not obligated the County or its officers,employees,agents and instrumentalities
to place any order for n given amount subsequent to the award of as provided in this solicitation or any contract arising from this
this solicitation. The County may use estimated quantities in the solicitation.
award evaluation process.Estimated quantities do not contemplate 3.24 MODIFICATION OF CONTRACT
or include possible additional quantities that may be ordered by Any contract resulting from this solicitation may be modified by
other entities that may utilize the contract. In no event will the mutual consent of duly authorized parties,in writing through the
County be liable for payments in excess of the amount due for issuance of a modification to the contract or purchase order as
quantities of goods or services actually ordered. appropriate. This presumes the modification itself is in compliance
3.17 NON-EXCLUSIVITY with all applicable County procedures.
It is the intent of the County to enter into an agreement that will 3.25 TERMINATION FOR CONVENIENCE
satisfy its needs as described within this solicitation. However,the The County,at its sole discretion,reserves the right to terminate the
County reserves the right to perform,or cause to be performed,all contract upon thirty(30)days written notice. Upon receipt of such
or any of the work and services described In this solicitation in the notice,the vendor shall not incur any additional costs trader the
manner deemed to represent its best interests. in no case will the contract. The County will be liable only for reasonable costs
County be liable for billings in excess of the quantity of goods or incurred by the vendor prior to notice of termination. The County
services actually provided under the contract. will be the sole judge of"reasonable costs."
3.19 CONTINUATION OF WORK 3.26 TERMINATION DUE TO UNAVAILABILITY OF
Any work that commences prior to,and will extend,beyond the CONTINUING FUNDING
expiration date of the current contract period must, unless When funds are not appropriated or otherwise made available to
terminated by mutual written agreement between the County and the support continuation of performance in a current or subsequent
vendor,continue until completion without change to the then current fiscal year,the contract will be cancelled and the vendor will be
prices,terms and conditions. reimbursed for the reasonable value of any non-recurring costs
3.19 LAWS,RULES,REGULATIONS AND LICENSES incurred amortized in tho price of the supplies or services/tasks
The vendor shall comply with all federal,state,and local laws and delivered under the contract.
regulations applicable to provision of the goods or services specified 3.27 TERMINATION FOR DEFAULT
in this solicitation. During the term of the contract the vendor The County reserves the right to terminate the contract,in part or in
assures that it is in compliance with Title VII of the 1964 Civil whole,or effect other appropriate remedy in the event the vendor
Rights Act,as amended,and the Florida Civil Rights Act of 1992, fails to perform in accordance with the terms and conditions stated r
in that the vendor does not on the grounds of race,color,national in the contract. The County farther reserves the right to suspend or
origin,religion,sex,age,disability or marital status,discrimination debar the vendor in accordance with the County's ordinances,
in any form or manner against the end/or employees or applicants resolutions and administrative orders. The vendor will be notified
for employment. The vendor understands that any contract is by letter of the County's intent to terminate. In the event of
conditioned upon the voracity of this statement. termination for default,the County may procure the required goods
3.20 SUBCONTRACTING or services from any source and use any mothod deemed in its best
Unless otherwise stipulated in this solicitation,the vendor shall not interest. All re-procurement cost will be borne by the vendor.
subcontract any portion of the work without the prior written 3.28 FRAUD AND MISREPRESENTATION
consent of the County. Subcontracting without the prior consent of Any individual,corporation or other entity that attempts to meet its
the County may result in termination of the contract for default. contractual obligations through fraud,misrepresentation or material
3.21 ASSIGNMENT misstatement,may be debarred for up to fivo(5)years. Tho County
The vendor shall not assign or transfer any contract resulting from as a further unction may terminate or cancel any other contracts
this solicitation,including any rights,title or interest in the contract, with such individual,corporation or entity with such vendor held
or hs power to execute such contract to any person,company or responsible for all direct or indirect costs associated with
corporation without the prior written consent of the County. This termination or cancellation,including attorney's fees.
provision specifically includes any acquisition or hostile takeover of 3.29 RIGHT'TO AUDIT
the awarded vendor. Failure to comply in this regards may result in The County reserves the right to require the vendor to submit to an
termination of the contract for default. audit by any auditor of the County's choosing. The contractor shall
3.22 RESPONSIBILITY AS EMPLOYER provide access to all of its records,which relate directly or indirectly
The employees of the vendor will be considered at all times its to the contract at its place of business during regular business hours,
employees, and not an employees or agents of the County. The The vendor shall retain all records pertaining to the contract and
contractor shall provide employees capable of performing the work upon request make them available to the County for a minimum of
as required. The County may require the contractor to remove any three(3)years,or as required by Florida or Federal law,whichever
employee it deems unacceptable. All employees of the contractor is longer,following expiration of the contract. The vendor agrees to
may be required to wear appropriate identification. provide such assistance as may be necessary to facilitate the review
3.23 INDEMNIFICATION or audit by the County to ensure compliance with applicable
To the extent permitted by law,the vendor shall Indemnify and hold accounting and financial standards. Additionally, the contractor
harmless the County and its officers, employees, agents and agrees to include the requirements of this provision in all contracts
instrumentalities from any and all liability, losses or damages, with subcontractors and material suppliers in connection with the
including attorney's fees and costs of defense,which the County or work performed under the contract. If an audit inspection or
23
SECTION 3-GENERAL TERMS AND CONDITIONS ITB Number: 18-0906
examination pursuant to this section discloses overpricing or regards to competency and security concerns. After the award of
overcharges of any nature by the contractor to the County in excess the contract no change in subcontractors will be made without the
of one percent (1%)of the total contract billings, in addition to consent of the County. The vendor will be responsible for all
making adjustments for the overcharges,the reasonable actual cost insurance, permits, licenses. and related matters for any and all
of the County's audit must be reimbursed to the County by the subcontractors. Even if the subcontractor is self-insured,the County
contractor. Any adjustments or payments which must be made as a may require the contractor to provide any insurance certificates
result of any such audit or inspection of the contractor's invoices or required by the work to be performed.
records must be made within a reasonable amount of time,but in no 334 FORCE MAJEURE
event may the time exceed ninety(90)days.from presentation of The parties will exercise every reasonable effort to meet their
the County's audit findings to the contractor. respective obligations under the contract,but will not be liable for
3.30 PUBLIC RECORDS/COPYRIGHTS delays resulting from force majeure or other causes beyond their
Pursuant to Section 119.0701, Florida Statutes, the awarded reasonable control,including,but not limited to,compliance with
contractor shall comply with the Florida Public Records'laws,and revisions to Government law or regulation,acts of nature,acts or
shall: I.Keep and maintain public records required by the County omissions of the other party,fires,strikes,national disasters,wars.
to perform the services identified in the contract.2.Upon request riots, transportation problems and any other cause whatsoever
front the County's custodian of public records.provide the County beyond the reasonable control of the parties. Any such cause may
with a copy of the requested records or allow the records to be be cause for appropriate extension of the performance period.
inspected or copied within a reasonable time at a cost that does not 335 NO CLAIM FOR DAMAGES
exceed the cost provided for by law.3.Ensure that public records No claim for damages or any claim other than for an extension of
that are exempt or confidential and exempt from public records time will be made or asserted against the County because of any
disclosure requirements arc not disclosed except as authorizcd by delays. No interruption,interference,inefficiency,suspension,or
law for the duration of the contract term and following completion delay in the commencement or progress of the work will relieve the
of the contract if the contractor does not transfer the records to the vendor of duty to perform,or give rise to any right to damages or
public agency.4.Upon completion of the contract,transfer,at no additional compensation from the County. The vendor's sole
cost,to the County all public records in possession of the contractor remedy will be the right to seek an extension to the contract time.
or keep and maintain public records required by the County to However,this provision will not preclude recovery of damages by
perform the service. If the contractor transfers all public records to the vendor for hindrances or delays due solely to fraud,bad faith,or
the County upon completion of the contract,the contractor shall active interference on the part of the County.
destroy any duplicate public records that arc exempt or confidential 336 TRUTH IN NEGOTIATION CERTIFICATE
and exempt from public records disclosure requirements. If the For each contract that exceeds One Hundred Ninety-Five Thousand
contractor keeps and maintains public records upon completion of dollars (5195,000.00).any organization awarded a contract must
the contract,the contractor shall meet all applicable requirements execute a truth-in-negotiation certificate stating that the wage rates
for retaining public records. All records stored electronically must and other factual unit costs are accurate.complete.and current,at
be provided to the County, upon request from the County's the time of contracting.Any contract requiring this certificate mast
custodian of public records in a format that is compatible with the contain a provision that the original contract price and any additions
information technology systems of the County. Failure to comply will be adjusted to exclude any significant sums by which the
with this section will be deemed a breach of the contact and County determines the contract price was increased due to
enforceable as set forth in Section 1 19.0701,Florida Statutes. inaccurate,incomplete,or non-current wage rates and other factual
Any copyright derived from the contract will belong to the author. unit costs.All such contract adjustments must be made within one
The author and the CONSULTANT must expressly assign to the (I)year following the end of the contract.
County nonexclusive. royalty free rights to use any and all 337 GRANT FUNDING
information provided by the CONSULTANT in any deliverable or In the event any part of the contract is to be funded by federal.state.
report for the County's use which may include publishing in County or other local agency monies,the vendor hereby agrees to comply
documents and distribution as the County deems to be in the with all requirements of the funding entity applicable to the use of
0 County's best interests. If anything included in any deliverable the monies,including full application of requirements involving the
limits the rights of the County to use the infotmation,the deliverable use of minority finis. women's business enterprises, and labor
will be considered defective and not acceptable and the surplus arca firms. Vendors are advised that payments under the
CONSULTANT will not be eligible for any compensation. contract may be withheld pending completion and submission of all
331 GOVERNING LAWS required forms and documents required of the vendor pursuant to
The interpretation,effect, and validity of any contracts resulting the grant funding requirements.
from this solicitation will be governed by the laws and regulations 338 TOBACCO PRODUCTS
of the State of Florida,and Lake County.Florida. Venue of any Due to the acknowledged hazards arising from exposure to tobacco
court action will be in Lake County,Florida. In the event that a suit products.and to protect the public and employees' health,safety,
is brought for the enforcement of any term of the contract,or any comfort and environment,tobacco use is prohibited on any County
right arising from the contract, the parties expressly waive their owned building and property. Tobacco products include both
respective rights to have such action tried by jury trial and hereby smoking and smokeless tobacco.
consent to the use of non jury trial for the adjudication of such suit.
3.32 STATE REGISTRATION REQUIREMENTS
Any business organization submitting a bid in response to this ITB
must either be registered or have applied for registration with the
Florida Department of State in accordance with Florida law. A copy
of the registration application may be required prior to award of a
contract. For additional information on these requirements,please
contact the Florida Secretary of State's Office, Division of
Corporations,800.755.5111(httn:I/www.dos.state.fl.ut).
333 PRIME CONTRACTOR
4 The vendor awarded the contract will act as the prime contractor and
will assume full responsibility for successful performance of the
contract. The vendor will be considered the sole point of contact
411, with regard to meeting all requirements of the contract. All
subcontractors will be subject to advance review by the County in
24
SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES ITB Number: 14-0906
ITB TITLE: Traffic Striping and Marking Services
NOTES:
• When purchasing on a direct basis, Lake County is exempt from all taxes(Federal,State,Local).A Tax
Exemption Certificate will be furnished upon request for such purchases. However, the vendor will
be responsible for payment of taxes on all materials purchased by the vendor for incorporation
into the project(see provision 3.8 for further detail).
• The vendor must not alter or amend any of the information(including,but not limited to stated units of
measure, item description,or quantity)stated in the Pricing Section. If any quantities are stated in the
pricing section as being "estimated" quantities, vendors are advised to review the "Estimated
Quantities"clause contained in Section 3 of this solicitation.
• Any bid containing a modifying or"escalator"clause not specifically allowed for under the solicitation
will not be considered.
• Unit prices will govern for all services priced on that basis as requested under this solicitation.
• All pricing will be FOB Destination unless otherwise specified in this solicitation document.
• All pricing submitted will remain valid for a ninety (90) day period. By signing and submitting a
response to this solicitation,the vendor has specifically agreed to this condition.
• Vendors are advised to visit our website at http://www.lakecountvfl.Zov and register as a
potential vendor. Vendors that have registered on-line receive an e-mail notice when the County
issues a solicitation matching the commodity codes selected by a vendor during the registration
process.
• If the vendor has questions regarding the applicability of Chapter 119,
Florida Statutes, to the vendor's duty to provide public records relating to
the contract, contact the custodian of public records via the individual
designated in provision 1.2 of this solicitation.
ACKNOWLEDGEMENT OF ADDENDA
INSTRUCTIONS: Complete Part I or Part II,whichever applies
Part I:
The vendor must list below the dates of issue for each addendum received in connection with this
ITB:
Addendum#1,Dated:
Addendum#2, Dated:
Addendum#3,Dated:
Addendum#4, Dated:
P .
lieNo Addendum was received in connection with this ITB.
25
SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES ITB Number: 18-0906
Certification Regarding Background Checks
Under any County contract that involves vendor or subcontractor personnel working in proximity to minors,the vendor
hereby confirms that any personnel so employed will have successfully completed an initial,and subsequent annual,
Certified Background Check,completed by the vendor at no additional cost to the County. The County retains the
right to request and review any associated records with or without cause,and to require replacement of any vendor
employee found in violation of this requirement. Vendor shall indemnify the County in full for any adverse act of any
such personnel in this re rd. Additional requirements may apply in this regard as included within any specific
contract award. es ❑ No
General Vendor Information and Bid Signature:
Finn Name: i)e, CC l w
Street Address: f, l \., , u rYt cY•lU—r Z
Mailing Address(if different): C� ,�; CC(1�
Telephone No.: jtr otk,LL t(��?U Fax No.: 1)[,, c; l(1�Vt is E-mail: 05-1Y1 )h( ( I1� I .
FEIN No. , - � � 1 r ;. Prompt Payment Terms: tVG % a) days, net
Signature: ver
,���`--'Date: x•14. 1`a
Print Name: LN_ t� t. . Title: 00(-1(=X
Award of Contract by the ounty: (Official Use Only)
By signature below,the County confirms award to the above-identified vendor under the above identified
solicitation. A separate purchase order will be generated by the County to support the contract.
Vendor awarded as:
0 Sole vendor ❑ Pre-qualified pool vendor based on price
❑ Pre-qualified pool vendor(spot bid) 0 Primary vendor for items:
0 Secondary vendor for items: 0 Other status:
Signature of authorized County official: Date:
Printed name: Title:
•
30
SECTION 5-ATTACHMENTS ITB Number: 18-0906
WORK REFERENCES
Agency[I CIn i.r151-e
-i�[ I.upP�P �1i4 h( S I ri
Address (7 41 G k a S L�1'e- 7 >"'�- J
City.Statc.ZIP .! - 1142_ t:I I-C__.`T 1 . (_.... 2.051-1(_.... 2.051-1Contact Person me I 1 VVV'� n (Inger
Telephone/email qh/ ' ,..__ _i_(---) Li 4 1rn I carie ro r( /�,:A.
Dates of Service S 12-f ( c ,_ ri , (ce n1 I� ( �U
Type of Service ce- -I r 1 rTh
Comments: J
Agency ` y c -- V I nC' ► 1 h c-
Address P-A x 7 3C) L
City.State2lP Crrr,Or")01 h . �? (-7 _
Contact Person
Telephone/email .• *II_ • eiMAIMILt.. J. mit 41- rY
Dates of Service 1 2-01-1 .-- Cu rr-er7
Type of Service ` 3111! 1
`JI; pt 0
Comments:
Amy 3 �(U)( hO'
Address -7(9 I ) I `C ) Dr
City.StateZ!P - � ./ +f. 2J Z4
Contact Person /X )( G!-lexav- S
Telephone/email ' 2_( E T -G I I
Dates of Service 2 x-,I l o C .Q -1-T -
Type of Service t p`% t-,
Comments:
32
P&PST-1 OP ID:JM
ACC RO` CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY)
�—�
05/14'2018
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to
the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder In lieu of such endorsement(s).
PRODUCER CONTACT
MERWIN'S INSURANCE CENTER,INC ��E�'P.O.BOX 335 P o,x;386-325-1234 FAX
No):386-328-0566
PALATKA, FL 32178-0335
Jeanne MerwinADDRESS; INSURER(8)AFFORDING COVERAGE NAIC
INSURER A:ASCENDANT COMMERCIAL INS.INC.
INSURED P&P STRIPING LLC INSURER B:
JEO PALENCIA
1741 S HIGHWAY 17 INSURERO: I
POMONA PARK, FL 32181 INSURERD: f
INSURER E: •
INSURER F:
— I
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR-HE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALI. THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
1f7gIF ADOLSUBPo POLICYEFF POLICY-EXP li!
LTR TYPE OF INSURANCE O INVD POUCY NUMBER
(MM1001YYYY) (NMIDD/Y_YYY) LIMITS
COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE10 RENTEI5
S __
I CLAMS-MADE I OCCUR DPREMAM-Cr-ISES(Ea occurrence) $
MED ECP(Any one pawn) $
PERSONAL&ADVINJURY $
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $.[CT
POLICY❑ ILI LOC PRODUCTS-COP AGO_f
OTHER $ •
AUTOMOBI.E UABILM COMBINED SINGLE LIMIT l
(Easaddol* S 1,000,000
AANY AUTO PPAU891403 08/30/2017 08/30/2018 BODILY INJURY(Per person) $ •
_
•
OW
NLD — SCHEJULED (BODILY INJURY(Per ecddenl) $SOS XAOS
NON-OWNED
HIRED AUTOS n TaddnpAMAGE
S �
UMBRELLA LIA9
OCCUR EACH OCCURRENCE
EXCESS UAB CLAIMS-MADE AGGREGATE S
DED RETENTION: $WORKERS COMPENSATION __ I PEER
RTUTE _ER
_
AND EMPLOYERS'UABLITY YIN - -
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT f
OFFICERIVEMBER EXCLUDED? ❑N/A — —.
(Mandatory In NH) E.L.DISEASE-EA EMPLOYEE ti
If you describe under
DESCRIPTION OF OPERATIONS below EL.DISEASE-POUCY L'MIT $
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required)
CERTIFICATE HOLDER CANCELLATION
PNPST-1
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
P&P STRIPING LLC ACCORDANCE WITH THE POLICY PROVISIONS.
1741 S HIGHWAY 17 AUTHORTCED REPRESENTATIVE
POMONA PARK, FL 32181 Jeanne Derwin
I _
©1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD
—'-"'N PPSTRIP OP ID: LG
AC fRLY CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY)
0511412018
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder In lieu of such endorsement(s).
PRODUCER 386-698-2400 LOIS GOODWIN GLAZE
Reiter Insurance Agency, — 3-- 9 — — -
g ncy,Inc. ( E 386 698-2400 I FAX
926 North Summit Street (�o,ExiL (A/C_NoZ,-
P.O.Box 518
S8�___�
Crescent City,FL 32112 — --- -
---- INBURERIB)"mem COVERAGE NAIL*
INSURER A;Bass UnderwHters
INSURED P&P Striping,LLC
INSURER s:
Geo Palencia .--
PO Box 66 I+i49EBS:
Pomona Park,FL 32181 0464148p;
INeuI rR R
INSURER F: '
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
�ADDL 6tIBR ppL� p�
R TYPE OF INSURANCE POLICY NUMBER Y EFF POLICY - -- --
1ID PND. (MfdlDDIYYYYI rMMIDDlYY�Of1 LIMITS 1,000,bbb
A X COMMERCIAL GENERAL LIABILITY EAAC�H,pO�CCT�UR�RENCE $ _
J CLAMS-MADE X OCCUR J$308975 08!31/2017 08/31/2018 PAE BES(EeEocair col t 100,000
• MED EV(Are one person) $ 5,000
...- PERSONAE&ADV INJURY $ 1,000,000
GFN'L AGORE f:pCT L�IMpIT.APPLIES PER GENERAL AGGREGATE $ 2,000,000
• POLICY ElLCC PRODUCTS 2,000,000
IE
OTHER.
t
AUTCMGBLE LIABILITY COMBINED SINGLE IJMtT
.ucddonn ...—._._....1_-----
ANY�ALITO BODILY INJURY(Per person) $
— AUT P SCHEDIRECI —
_ nu IEEOpp6 ONLY — A��UpTNNOppSyyWYN�
AS?
ODIpLY INJUDRY(Per acddenf) t
— AUr0.9 ONLY I 'AUTOa ONLY PI, t4AMAGE
I -- -..
r ( $
WOREL(AUAB —
OCCUR EA01-1OCeCURRENCE $
i EXCESS UAB CLA IMS•AIADE
-I�
DED RETENTION$ $
yyyypp�� .. off}{.
AID EMPLOYEMR L3 LLIBTIUTY STA UTE -_ ER
ANY IPROPRIM ORIPA TNER/F CUTIVE I /J N IA ,�L.EACH ACCIDENT __$
OFFnCE IYVIIWR CLUDE l --__
1Wy ,chary NNNN)) EL.DISEASE-EA E#4PLOYEE t
gyee,descr�ibe under
DESI�if'T14N OF OPERATIONSJvi EL OIBEASF,-POLICY LIMIT $
DESCRIPTION OP OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may bo attached II more apace le required)
parking lot striping/highway striping
CERTIFICATE HOLDER CAN_CELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
LAKE COUNTY,A POLITICAL THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEUVERED IN
ACCORDANCE WITH THE POUCY PROVISIONS,
A Political Subdivision of the
State of FI,and the BOCC
PO BOX 7800 AUTHORIZED REPRESENTATIVE ,({y,,_
Tavares, FL 32778-7800 °�� P14444:14e-a0,—
I
ACORD 25(2018103) ©1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
EXHIBIT B
SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES ITB Number: 18-0906
PRICING SECTION
Item## Description Unit Estimated Unit Extended
Quantity Price Price
1 6"Yellow Stripe Method 1 Linear 125,000 SU 2500
Feet
2 6"White Stripe Method 1 Linear 125,000 3 l�jZ
Feet
60
3 6" Yellow Stripe Method 2 Linear 100,000
Feet ` C6 D�� /��N
4 6"White Stripe Method 2 Linear 100,000 ,/1 ( /i
Feet , 6 I) j f)�V ,
5 6" Yellow Stripe Method 3 Linear 1 2, ?./ ` `�
Feet (.f,i
6 6" White Stripe Method 3 Linear 1
Feet
2. leo a" V
7 8" White Stripe Method 1 Linear 1
Feet t a) /, UD
8 8" White Stripe Method 2 Linear 1 , .���
Feet �V
9 8"White Stripe Method 3 Linear 1 2 L /� /)
Feet 3,45 ,J"1tc
10 12"White Stripe Method 1 Linear 1
Feet /St /,
�l
11 12"White Stripe Method 2 Linear 1
50 Q
Feet
12 12"White Stripe Method 3 Linear 1 � ,l
Feet S'Z(,i !0
13 18"White Stripe Method 1 Linear 1
Feet 3-EL) 2,00
14 18"White Stripe Method 2 Linear 1
Feet 7s o 1 5
15 18" White Stripe Method 3 Linear 1 7t Q�,2O )C)
Feet
16 24" White Stripe Method 1 Linear I cc-) S Lt?
Feet
17 24" White Stripe Method 2 Linear 1
Feet 2,75
18 24"White Stripe Method 3 Linear 1 �3��
Feet U0
19 18" Yellow Stripe Method 1 Linear 1 zz o c
0 Feet "off' V
20 18" Yellow Stripe Method 2 Linear 1 S
Feet o
26
SECTION 4-PRICING/CERTIFICATIONS/SIGNATURES ITB Number: 18-0906
21 18"Yellow Stripe Method 3 Linear 1
Feet 7'Pi) fri i 'L)
22 6"Blue Stripe Method 1 Linear 1
Feet 3'06
w
CS ')
23 6"Blue Stripe Method 2 Linear 1 ��;
Feet i C<'. 1
24 6" Blue Stripe Method 3 Linear 1JrCO
�'
Feet •L
25 Special Emphasis Cross Walk 12"x 6" 1
Wide Method I Ea. 0a_) it k', )
section
26 Special Emphasis Cross Walk 12" x 6" 1
Wide Method 2 Ea. OL'
section -/
27 Special Emphasis Cross Walk 12" x 6" 1
Wide Method 3 Ea. fir-�> 1 5 c')section /,
28 Special Emphasis Cross Walk 12" x 1
10"Wide Method 1S 0t.
Ea. i S r' i
section
29 Special Emphasis Cross Walk 12"x 1
ill 10"Wide Method 2Ea f(]cr I0,13() •
section /
30 Special Emphasis Cross Walk 12"x 1
10"Wide Method 3 Ea. /a?c L'
section I "�l
"
31 "No Parking or Standing Fire Zone"- 1
18" High Method 1c'eC
Letter l�'
32 "No Parking or Standing Fire Zone"- 1
18"High Method 2 Ea /Oc I D
Letter r
33 "No Parking or Standing Fire Zone"- I
18"High Method 3Ea 00
Letter 5DC0
34 Symbol-Single Arrow Method 1 ea 1 &OC) f„Q
35 Symbol-Single Arrow Method 2 ea 1 /6.c),' i ot)
y 36 Symbol-Single Arrow Method 3 ea 1 Sr-S'c'' 5%`1)
37 Symbol-Combination Arrow Method ea 1 cc' a) o b�
1 Ki
27
i
SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES ITB Number: 18-0906
38 Symbol—Combination Arrow Method ea 1a/
2
39 Symbol—Combination Arrow Method ea 1
3 �G' + I ,
/rye�
40 Symbol —Handicap Method 1 ea 1 "?S'n' S'ra'
41 Symbol—Handicap Method 2 ea I j cc c te
42 Symbol —Handicap Method 3 ea 1 5?),tv c0,a'
43 Message—"Railroad Crossing" ea 1
Method 1 /3c
> 7C"(1,
44 Message—"Railroad Crossing" ea 1
Method 2 (/
'w Lka
46 Message—"Railroad Crossing" ea 1 %
Method 3
46 Message—"School"Method 1 ea 1 NC' /'/-5
47 Message—"School"Method 2 ea 1 f f�`t a
48 Message—"School"Method 3 ea 1 /OA' 5-b`U
49 Message—"Only" Method 1 ea 1 Wt' 1 "
50 Message—"Only" Method 2 ea 1 ;'e' Fc
51 Message—"Only"Method 3 ca 1 g1 ( ) t
52 Message—"Merge"Method 1 ea 1 ev
�-�r��� a
(/l
53 Message—"Merge" Method 2 ea 1 et !V
54 Message—"Merge"Method 3 ea 1 /LZ)et'
55 Message—"Stop" Method 1 ca 1 I) C
56 Message—"Stop" Method 2 ea 1 k564c cc
57 Message—"Stop" Method 3 ea 1 / CC /00cv
58 Lay-Out for Stripes Linear 25,000 . 6' 2,s "Feet
59 Lay-Out for Symbol ea 1 et riv
60 Lay-Out for Message
ea 1 0"
61 Clearing Dirt/Grass from Edgeline Linear 25,000 •./' 2 c-,,c''
Feet
62 Remove Existing Marking Grinding Linear 5,000 911 2 j_/�(y
Feet T/ 1 J�
63 Remove Existing Marking Water Blast Linear 1 5 tx,) r Ve
Feet
64 Temporary Tape Markings Linear 1 d S 7C�
Feet
65 Remove Raised Pavement Markers ea 4,000 Q Pi y,
28
•
SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES
ITB Number: 18-0906
66 Furnish & Install Raised Pavement ea 5,000 2,1.11' _/tl z)J1 01 :
Markers
67 Rumble Strips Thermoplastic Per
FDOT Index 518. 'h"Thickness,4" Per Set 1 t; °c'
Min Width. Price without adjustment /(-),It
/"
due to pavement width. i,
I
EXTENDED $ /0/ 2�TOTAL 19:
By Signing this Bid,the Vendor Attests and Certifies that:
• It satisfies all legal requirements(as an entity)to do business with the County.
• The undersigned vendor acknowledges that award of a contract may be contingent upon a determination by the
County that the vendor has the capacity and capability to successfully perform the contract.
• The vendor 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 contracts or other transactions required by
award of this solicitation.
il 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 the contract wi99,be responsible for its own purchases
and will be liable only for materials or services ordered and received by it. 0 Yes ❑ No(Check one)
Certification Regarding Felony Conviction
Has any officer,director,or an executive perrming equivalent duties,of the bidding entity been convicted of a felony
during the past ten(10)years? ❑Yes No(Check one)
Certification Regarding Acceptance of County VISA-based Payment System
Vendor will accept payment through the County VISA-based payment system: 0 Yes ©/No
Reciprocal Vendor Preference:
Vendors are advised the County has established,under Lake County Code,Chapter 2,Article ViI,Sections 2-221 and
2-222; a process under which a local vendor preference program applied by another county may be applied in a I
reciprocal manner within Lake County.The following information is needed to support Ipplicati n of the�C : ; �Z.�
I.Primary business location of the responding vendor(city/state): I1� S N I \ C C `
2.Does the responding vendor maintain a significant ph sical location in Lake
k is ountyunckdt whilemployees
are located
ong detail:
and business is regularly transacted: ❑ Yes No If y provide
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 project; and, this bid is made without prior
understanding, agreement, or connection with any corporation, firm, or person submitting a proposal for the same
services,and is in all respects fair and without collusion or fraud.
DUNS Number(Insert if this action involves a federal funded project):
29