Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2019-08A AGREEMENT FOR
PORTABLE AND FIXED FIRE EXTINGUISHER INSPECTIONS
THIS AGREEMENT, is made and entered into this 2(.P day of R2b('uq�
2019, 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 WC FIRE SAFETY, INC.,whose address
is: 16903 Lakeside Drive # 5, Montverde, FL 34756 (hereinafter referred to as
"CONTRACTOR").
WHEREAS, the Lake County B.C.C. through the public procurement process awarded an
Agreement for portable and fixed fire extinguisher inspections, Lake County B.C.C.
contract number RFP No.: 19-0202;
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 RFP No.: 19-0202.
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I—SCOPE OF WORK
The CONTRACTOR shall provide portable and fixed fire extinguisher inspections services
as described in the Lake County B.C.0 contract number RFP No.: 19-0202, 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 December 13, 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 portable and fire fixed extinguisher inspections 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.
4
2
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
(c) Medical Expense $5,000 any one person;
(d) Personal &Advertising Injury$1,000,000
(e) Fire Damage $50,000
(f) Excess Liability, Umbrella Form $1,000,000
Each Occurrence, Combined Single Limit
(g) 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
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.
3
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: WC Fire Safety, Inc.
16903 Lakeside Drive#5
P.O. Box 560159
Montverde, FL 34756
Attn: Justin A. Early, 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.
5
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. RFP-19-0202.
6
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this ? if day of re-bI ua( 2019.
City of�rmont
Gail Ash, City Mayo
Attest:
Tracy Ackroyd owe, City Clerk
WC Fire Safety, Inc.
By:
(Name Printed or Typed)
6fe,f`. ,)f;f Ailey/
Title
Attest:
Corporate Secretary
(Name Printed or Typed)
I
I
I
7
EXHIBIT A
AGREEMENT BETWEEN
LAKE COUNTY,FLORIDA AND
WC FIRE SAFETY, INC.
FOR
PORTABLE AND FIXED FIRE EXTINGUISHER INSPECTIONS
RFP#19-0202
This is an Agreement between Lake County, Florida,a political subdivision of the State of Florida
(the COUNTY), by and through its Board of County Commissioners, and WC Fire Safety, Inc., a Florida
corporation, its successors and assigns(the CONTRACTOR).
WITNESSETH:
WHEREAS, the COUNTY publicly submitted a Request for Proposal (RFP) #19-0202 seeking
firms or individuals qualified to inspect all portable and fixed fire extinguishers within the COUNTY's
facilities and vehicles;and
WHEREAS, the CONTRACTOR desires to perform such services subject to the terms of this
Agreement;and
WHEREAS, the provision of such services will benefit the parties and the residents of Lake
County,Florida.
NOW, THEREFORE, IN CONSIDERATION of the mutual terms, understandings, conditions,
promises,covenants and payment set forth in this Agreement,and intending to be legally bound,the parties
hereby agree as follows:
Article 1. Recitals
1.1 The above recitals are true and correct and incorporated in this Agreement.
Article 2. Purpose
2.1 The purpose of this Agreement is for the CONTRACTOR to inspect all portable and fixed fire
extinguishers within the COUNTY's facilities and vehicles(the Service).
Article 3. Scope of Professional Services
3.1 On the terms and conditions set forth in this Agreement, the COUNTY hereby engages the
CONTRACTOR to provide all labor,materials and equipment to complete the Service in accordance with
the Scope of Services,attached and incorporated by reference as Attachment A. It is understood that the
Scope of Services may be modified by change order as the Service progresses, but to be effective and
binding, any such change order must be in writing, executed by the parties, and in accordance with the
COUNTY's Purchasing Policies and Procedures. A copy of these policies and procedures will be made
available to the CONTRACTOR upon request.
3.2 The term of this Agreement is as follows:
The CONTRACTOR and the COUNTY acknowledge that this Agreement is for a twelve(12)month term
and that the CONTRACTOR shall complete the work as specified in the Scope of Services. The COUNTY
has the option to renew this Agreement for up to four(4) additional one (1) year periods. The prices set
MIL
forth in this Agreement will prevail for the full duration of the initial contract term unless otherwise
indicated elsewhere in this document.
Prior to completion of each exercised contract term, the COUNTY may consider an adjustment to price
based on changes as published by the U.S. Department of Labor, Bureau of Labor Statistics. It is the
CONTRACTOR's responsibility to request any pricing adjustment in writing under this provision. The
CONTRACTOR's written request for adjustment must be submitted thirty (30) calendar days prior to
expiration of the then current contract term and clearly substantiate the requested increase. The written
request for adjustment must not be in excess of the relevant pricing index change. If no adjustment request
is received from the CONTRACTOR,the COUNTY will assume that the CONTRACTOR 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 CONTRACTOR 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 the COUNTY's prerogative,and not a right of the CONTRACTOR.
This prerogative will be exercised only when such continuation is clearly in the best interest of the
COUNTY.
All work must be performed in accordance with good commercial practice. The work schedule and
completion dates must be adhered to by the CONTRACTOR except in such cases where the completion
date will be delayed due to acts of God,strikes,or other causes beyond the control of the CONTRACTOR.
In these cases, the CONTRACTOR shall notify the COUNTY of the delays in advance of the original
completion so that a revised delivery schedule can be appropriately considered by the COUNTY. No
additional days will be granted for rain delays.
3.3 The CONTRACTOR will be solely responsible for obtaining all necessary approvals and permits
to complete the Service.
3.4 Although this Agreement identifies specific facilities to be serviced, it is hereby agreed and
understood that any department or agency facility of the COUNTY may be added to this Agreement at the
option of the COUNTY. When required by the pricing structure of the Agreement,the CONTRACTOR
will be invited to submit price quotes for these additional facilities. Any additional sites will be added to
this Agreement by formal modification. The COUNTY may obtain price quotes for the additional facilities
from other vendors in the event that fair and reasonable pricing is not obtained from the CONTRACTOR
or for other reasons at the COUNTY's discretion. Although this Agreement identifies specific facilities to
be serviced,it is hereby agreed and understood that any department or agency of the COUNTY may delete
service for any facility when such service is no longer required,upon fourteen(14)calendar day's written
notice to the CONTRACTOR.
3.5 The CONTRACTOR acknowledges that it has sufficient understanding of the nature and location
of the work;the general and local conditions,including but not limited to,those bearing upon transportation,
disposal, handling and storage of materials; availability of labor, water, electric power, and roads; and
uncertainties of weather or similar physical conditions at the site;the character of equipment and facilities
needed preliminary to and during the completion of the Service. The CONTRACTOR further
acknowledges that the CONTRACTOR has satisfied itself as to the character, quality and quantity of
surface and subsurface materials, obstacles or conditions of the site. Any failure by the CONTRACTOR
to acquaint itself with any aspect of the work or with any of the applicable conditions will not relieve the
CONTRACTOR from responsibility for adequately evaluating the difficulty or cost of successfully
performing the work required, nor will it be considered a basis for any claim for additional time or
compensation. The COUNTY assumes no responsibility for any conclusions or interpretations made by
the CONTRACTOR on the basis of the information made available by the COUNTY. The COUNTY also
Page 2 of 38
S IDOCUMENP2018\PROCUREMENT\I9-0202 19-0407 Portable And Fixed Fire Extinguisher Inspection\19.0202 Portable And Fix Fire Exting Agreement CAO_MEM_I 1.30.I8.Doex
assumes no responsibility for any understanding or representations made by its officers or agents during or
prior to the execution of this Agreement, unless such understanding or interpretations are made in writing
and incorporated in this Agreement by reference.
3.6 In the event of any conflict between any drawings and specifications contained within this
Agreement,the following will govern:
A. Addenda will supersede all other contract documents to the extent specified in the addenda.
Subsequent addenda will supersede prior to addenda only to the extent specified in subsequent addenda.
3.7 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 this Agreement.
The CONTRACTOR shall include in all contracts with subcontractors performing work pursuant to any
contract arising from this Agreement 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 contract.
3.8 The CONTRACTOR acknowledges and agrees that, in accordance with Section 255.099, Florida
Statutes, if the Service assigned to the CONTRACTOR is being supported in whole or in part by State
funding,the CONTRACTOR shall give preference to the employment of State residents in the performance
of the work on the Service if State residents have substantially equal qualifications to those of non-residents.
If the CONTRACTOR is required to employ State residents, the CONTRACTOR shall contact the
Department of Economic Opportunity to post Federal the employment needs in the State's job bank
system. However,in work involving the expenditure of aid funds,this section may not be enforced in such
a manner as to conflict with or be contrary to Federal law prescribing a labor preference to honorably
discharged soldiers, sailors, or marines, or prohibiting as unlawful any other preference or discrimination
among the citizens of the United States.
Article 4. Payment
4.1 The COUNTY shall pay and the CONTRACTOR shall accept as full and complete payment for
the timely and complete performance of its obligations under this Agreement as provided in the Pricing
Schedule which is attached and incorporated by reference as Attachment B.
A fixed lump sum price represents the CONTRACTOR's base bid plus the optional portion of the Service,
including all applicable taxes, materials, labor, supervision, fuel, permits, licenses, management and
overhead, unless a duly authorized change order has been issued in accordance with the COUNTY's
purchasing policies and procedures.
Any hourly rate quoted will be deemed to provide full compensation to the CONTRACTOR for labor,
supervision, equipment use, travel time, and all other costs associated with providing the services needed
to satisfactorily complete all work provided. This rate is assumed to be at straight-time for all labor,except
as otherwise noted.
All incidental parts and materials that have a cost of$25.00 or less,needed to complete the work as specified
within the Scope of Service, will be considered part of overhead and will be included in the
CONTRACTOR's hourly labor rate. At no time will there be a charge less than $25.00 showing on an
invoice.
Page 3 of 38
S:\DOCUMENT120181PROCUREMEM\19.0202 19.0407 Portable And Fixed Fire Extinguisher Inspection\19-0202 Portable And Fix Fire Eating Agrarnent_CAO_MEM_11.30.18.Docx
In the event that the CONTRACTOR needs to rent a piece of equipment to complete the work being
assigned, prior approval from the Project Manager must be obtained. The cost of the rental must be
indicated on the estimate and the invoice. A copy of the invoice for the rental equipment must be included
with the invoice. The CONTRACTOR will be allowed to assess a percentage of up to fifteen(15)percent
over the cost of the rental. A copy of the rental invoice to the CONTRACTOR will accompany the invoice
being submitted to the COUNTY. There will be no allowance for rental if it is reasonably ascertained that
the equipment is needed to complete the work as outlined in the scope of work.
The CONTRACTOR shall submit an original invoice to the COUNTY's Project Manager after each service
has been completed. Submittal of these invoices must not exceed ten(10)calendar days beyond the date
the service was completed. Under no circumstances may the invoices be submitted to the COUNTY in
advance of the delivery and acceptance of the items or service. All invoices must be accompanied by the
PDF documentation required in the record keeping portion of this Scope of Services. The pricing section
must include the hours of labor,labor rate(based on the bid price),and total cost for the hours worked. The
invoice must also include the price of the part to the CONTRACTOR,the percentage of markup,the total
percentage markup cost,and the total of the part. The example below must be included on all invoices from
the CONTRACTOR to include any from a subcontractor:
Widget =25.00
10%markup = 2.50
Total Part cost =27.50
Labor hours =2
Hour rate =20.00
Total labor cost =40.00
Total invoice =67.50
A job ticket must accompany the invoice. This ticket must show the:
Date
Location time
Complete description of service
Parts used
4.2 The CONTRACTOR shall submit progress invoices no later than the tenth(10th)of each month to
Facilities and Fleet Management Department,32400 C.R.473,Leesburg,Florida 34788. All invoices must
contain the solicitation number, date and location of delivery or service, purchase order number,
confirmation of acceptance of the goods or services by the appropriate COUNTY representative, and a
detailed description of services provided. If parts/materials of a value of more than the$25.00 minimum
allowable charge are used as part of the Service and are shown on the invoice,they must be accompanied
with a copy of the invoice to the CONTRACTOR from its supplier. A service ticket must be included
showing the name of the technicians,the date the work was completed,the start and completion time of the
service,the service rendered,and the parts/materials installed. The CONTRACTOR shall also submit with
their invoice a completed "Certification of Payment to Subcontractors and Suppliers" form. Failure to
submit invoices in the prescribed manner will delay payment,and the CONTRACTOR may be considered
in default of contract and this Agreement may be terminated. Final invoices must include an original,
completed"Certification of Payment to Subcontractors and Suppliers"form,if applicable.
Service Greater than$25,000: The CONTRACTOR may receive periodic payments on a thirty(30)day
interval for Service tasks completed during that period by the CONTRACTOR and approved by the
COUNTY's Project Manager. Retention of funds will be held in accordance with Florida Prompt Payment
Page 4 of 38
S:IDOCUh1ENT20181PROCUREMEN\19.0202 19-0407 Portable And Fixed Fire Extinguisher Inspection\19-0202 Portable And Fix Fire Eating Agreement_CAO NfE`1_l 1.30.18 Docx
Act. In order for the COUNTY to provide payment,the CONTRACTOR shall submit a fully documented
invoice that provides the basic information set forth below.
4.3 The COUNTY shall make payment on all undisputed invoices in accordance with the Florida
Prompt Payment Act, Part VII, Chapter 218, Florida Statutes. The COUNTY will not make payment on
partial delivery of supplies,services,or materials.
4.4 In the event any part of this Agreement or the Service, is to be funded by Federal, State, or other
local agency monies,the CONTRACTOR hereby agrees to cooperate with the COUNTY in order to assure
compliance with all requirements of the funding entity applicable to the use of the monies, including
providing access to and the right to examine relevant documents related to the Service and as specifically
required by the Federal or State granting agency, and receiving no payment until all required forms are
completed and submitted. A copy of the requirements will be supplied to the CONTRACTOR by the
COUNTY upon request.
Article 5. County Responsibilities
5.1 The COUNTY shall designate a COUNTY staff member to act as COUNTY's Project Manager.
It is agreed to by the parties that the COUNTY's Project Manager will decide all questions,difficulties,or
disputes, of whatever nature, which may arise relative to the interpretation of the plans, construction,
prosecution and fulfillment of the Scope of Services, and as to the character, quality, amount and value of
any work done, and materials furnished, under or by reason of this Agreement. The COUNTY's Project
Manager may appoint representatives as desired that will be authorized to inspect all work done and all
materials furnished.
5.2 The COUNTY shall pay in accordance with the provisions set forth in this Agreement.
5.3 The COUNTY retains the right to inspect all work to verify compliance with the contract
documents. Such inspection may extend to all or any part of the work and to the manufacture,preparation
or fabrication of the materials to be used.
Article 6. Facilities Provisions
6.1 Intent of the Contract Documents.
A. For purposes of this Agreement,the term"contract documents"includes all bid documents,
drawings, the Statement of Work, attachments to this Agreement, and provisions within this Agreement,
along with any change orders or amendments to this Agreement.
B. It is the intent of the contract documents to describe a functionally complete Service which
defines the scope of work. Any work, materials, or equipment that may reasonably be inferred from the
contract documents as being required to produce the intended result must be supplied whether or not
specifically called for. When words which have a well-known technical or trade meaning are used to
describe work, material or equipment, such words must be interpreted in accordance with that meaning.
Reference to standard specifications,manuals or codes of any technical society,organization or association
or to the laws or regulations of any governmental authority having jurisdiction over the Service, whether
such reference be specified or by implication,will mean the latest standard specification,manual,code,law
or regulation in effect at the time the work performed, unless specifically stated otherwise in this
Agreement.
Page 5 of 38
S\DOCUMEN712018\FROCUREMENI\19.0202 19-0407 Portable And Fixed Fire Extinguisher Inspection\19-0202 Portable And Fix Fire Eating Agreement CAO_MEM_11.30.18.Docx
C. The contract documents and all referenced standards cited in the contract documents are
essential parts of the contract requirements. A requirement occurring in one is binding as though occurring
in all.
D. Drawings and specifications are intended to agree and be mutually complete. Any item not
contained within the drawings, but contained in the specifications, or vice-versa, must be provided and
executed as shown in either the drawing or specification at no extra costs to the COUNTY. Should anything
not included in either the drawing or the specifications be necessary for the proper construction and
operation of the Service as specified in this Agreement, or should any error or disagreement between the
specifications and drawings exist or appear to exist,the CONTRACTOR may not derive any unjust benefit,
or use such disagreement counter to the best interests of the COUNTY. The CONTRACTOR shall
immediately notify the COUNTY's Project Manager of any discrepancy and await the Project Manager's
direction before proceeding with the work in question.
6.2 Errors and Omissions. The CONTRACTOR shall not take advantage of any apparent error or
omission in the contract documents. If any error or omission appears in the contract documents, the
CONTRACTOR shall immediately notify the COUNTY in writing of such errors or omissions. In the event
the CONTRACTOR knows or should have known of any error or omission and failed to provide such
notification, the CONTRACTOR will be deemed to have waived any claim for increased time or
compensation the CONTRACTOR may have had and the CONTRACTOR will be responsible for the
results and the costs of rectifying any such error or omission.
6.3 Contractor Personnel.
A. The CONTRACTOR shall assure that all personnel are competent,careful and reliable. All
personnel must have sufficient skill and experience to perform their assigned task properly and satisfactorily
and to operate any equipment involved, and must make due and proper effort to execute the work in the
manner prescribed in the contract documents.
B. When the COUNTY determines that any person is incompetent, unfaithful, intemperate,
disorderly or insubordinate,such person will be immediately discharged from the Service and will not again
be employed on the Service without the written consent of the COUNTY. Should the CONTRACTOR fail
to remove such person or persons,the COUNTY may withhold all payments which are or may become due,
or may suspend the work with approval of the COUNTY until such orders are complied with.
C. The CONTRACTOR shall at all times have at the Service site as its agent a competent
superintendent capable and thoroughly experienced in the type of work being performed,who will receive
instructions from the COUNTY. The superintendent shall supervise all trades,direct all Service activities,
establish and maintain installation schedules, and provide the COUNTY's Project Manager with progress
reports as requested. The superintendent shall have full authority to execute the orders or directions of the
COUNTY, and if applicable to promptly supply any materials, tools, equipment, labor and incidentals
which may be required. Such superintendent must be furnished regardless of the amount of work sublet.
The CONTRACTOR's superintendent shall speak, write, and understand English and shall be on the job
site during all working hours.
D. No alcoholic beverages or drugs are permitted on any COUNTY properties. Evidence of
alcoholic beverages or drug use by an individual will result in immediate termination from the job site.
E. The CONTRACTOR shall maintain a dress code for their employee's with a minimum of
shirts, pants, and work shoes/boots, in decent condition, at all times while the work is being performed.
Additionally,there may be times in which the COUNTY will require all workers on a particular individual
Page 6 of 38
S:\D000MENT20I81PROCUREMENIV 9-0202 19.0407 Ponable And Fixed Fire Extinguisher Inspection\I9-0202 Portable And Fix Fire Exting Agreement_CAO MEM_l 1.30.18.Doex
go
Service to wear ID badges. The COUNTY shall supply the ID badges. If ID badges are necessary, the
CONTRACTOR will ensure that all workers employed for that particular Service, whether employed by
the CONTRACTOR or a subcontractor, are scheduled, prior to assignment, for an appointment during the
COUNTY's normal working hours with the COUNTY's Project Manager, to process and receive ID
badges. All new workers must be assigned an ID badge prior to starting work for that Service. The
CONTRACTOR shall be aware that it may take up to one (1) week to receive ID badges after required
information has been received and pictures have been taken.
F. If required by the COUNTY for the Service, the CONTRACTOR shall provide the
COUNTY's Project Manager (the person managing the specific Service from the Facilities & Fleet
Management Department) with all requested documentation for all personnel, subcontractors, and
representatives of the CONTRACTOR that will be utilized for the Service. Documentation must be
provided within five (5) working days of the request and must be submitted electronically in PDF format.
This information must also be provided when new personnel, subcontractors, and representatives of the
CONTRACTOR are hired at any time during the contract period for the Service. The information supplied
will be used to run background checks and to provide identification badging, proximity cards, and keys.
All documentation required below must be supplied in one(1)PDF attachment that must be titled with the
company's name, the person's name, and the person's birthdate. Example: ACME Plumbing - John H.
Smith- 10/10/96.The documentation must include the following:
1. Full name
2. Address
3. Email address
4. Telephone number
5. Copy of driver's license/State of Florida identification card/valid passport/valid
work visa
6. A current,clear,color photo(head shot)taken with a plain background.
7. Building names and addresses of the facilities where the individual will be
working
8. Any additional information that may be requested by the Lake County Sheriffs
Office
G. Criminal Justice Information Services (CJIS). When advised by the COUNTY's Project
Manager,the CONTRACTOR's personnel,subcontractors,and representatives will be required to complete
an online training class that includes testing in order to have access to some secure areas of COUNTY
facilities. Finger printing may also be required and will be performed by the Lake County Sheriffs Office
at no expense to the CONTRACTOR.
H. Background Check
1. Background checks will be performed by the Lake County Sheriff's Office for
projects and services being done at the Lake County Courthouse at no expense to
the CONTRACTOR. On sites other than the Lake County Courthouse, all
personnel, subcontractors, and representatives of the CONTRACTOR will be
required to submit to the Florida Department of Law Enforcement (1-850-410-
8109) for a "Certified Background Check". The CONTRACTOR will be
responsible for all costs associated with the"Certified Background Check".A copy
of the"Certified Background Check"must be supplied to the COUNTY's Project
Manager prior to any work starting.
2. The Lake County Sheriffs Office will have the ultimate decision-making authority
as to the approval or denial of all personnel,subcontractors,and representatives of
the CONTRACTOR.
, Page 7 of 38
SIDOCUMENI 20181PROCUREMEN 119-0202 19.0407 Portable And fixed Fire Extinguisher Inspection119-0202 Portable And Fix Fire Eating Agreement CAO MEM_l 1.30.18.Docx
3. The COUNTY's Project Manager shall notify the CONTRACTOR electronically
of approved and denied background checks. Reasons for denials will not be
provided.
Identification Badging/Proximity Cards/Keys
I. The CONTRACTOR's personnel, subcontractors, and representatives that are
approved to work in restricted areas will receive an identification badge which will
also act as a proximity card.
2. All approved personnel, subcontractors, and representatives of the
CONTRACTOR will be issued identification badges and will be required to wear
them at all times while on the COUNTY's property. At no time will personnel,
subcontractors,and representatives of the CONTRACTOR be allowed to work on
the COUNTY's property prior to being given approval by the Facilities
Maintenance Division Manager and the assignment of a CONTRACTOR
identification badge.
3. For facilities that do not have proximity card readers, keys will be issued to
approved personnel,subcontractors,and representatives of the CONTRACTOR.
4. The Facilities Maintenance Division Manager will notify the CONTRACTOR by
email that identification badges, proximity cards, and keys are ready for pickup,
and will have the CONTRACTOR complete a release forms and then distribute
them to the CONTRACTOR for disbursement to their personnel, subcontractors,
and representatives. The COUNTY's Project Manager must be copied on the
email.
J. Lost/Stolen/Damaged Identification Badges/Proximity Cards/Keys
I. In the event that an identification badge, proximity card or key is lost, stolen or
damaged,the CONTRACTOR shall immediately email the Facilities Maintenance
Division Manager and the COUNTY's Project Manager.
2. Personnel, subcontractors, and representatives of the CONTRACTOR must be
temporarily substituted by the CONTRACTOR with a suitable replacement until
the Contractor has obtained a new identification badge/proximity card.
3. The CONTRACTOR will be assessed a $25.00 fee for each lost, stolen, or
damaged card and key in order to reimburse costs incurred by the COUNTY. All
fees due will be deducted from the CONTRACTOR's next invoice.
K. Reports. The CONTRACTOR shall provide an initial report within thirty (30) business
days of the start date and then a quarterly report due the first week of the month in January,April,July,and
October for all employees currently being utilized for the Service. All additions and changes must be
highlighted in yellow. The COUNTY's Project Manager will provide a standardized Excel form at contract
initiation that will be used. Reports must be provided for the duration of the Service. Reports must be
delivered electronically in PDF format to the Lake County Sheriffs Office Representative, the Facilities
Maintenance Division Manager,and the COUNTY's Project Manager. Reports must include the following
information:
1. Individual's name, birthdate,and driver's license number.
2. Identification badge/proximity card number.
3. All facilities where the employee works.
4. All facilities accessible by proximity card or key.
5. The date the identification badge/proximity card was issued.
6. Dates of subsequently issued identification badges/proximity cards due to loss,
theft,or damage.
Page 8 of 38
S:\DOCU?EM12018\PROCUREMEN 19.0202 19-0407 Portable And Fixed Fire Extinguisher Inspection\19-0202 Portable And Fix Fire Exting Agreement_CAO_MEM_I 1.30.18.Docx
� r
7. The date that the individual left employment of the contractor and the
identification badge/proximity card was returned.
L. Worker Dismissal/Leave Reporting
1. The CONTRACTOR shall immediately email the Facilities Maintenance Division
Manager and the COUNTY's Project Manager upon the dismissal or permanent
leave of any personnel,subcontractors,and representatives of the CONTRACTOR
that are utilized for projects or services for the COUNTY.
2. The CONTRACTOR shall contact the Facilities Maintenance Division Manager
to arrange to drop off identification badges, proximity cards, and keys of a
dismissed workers within three(3)working days of dismissal or leave.
M. Service Completion
1. At the completion of the Service, the CONTRACTOR shall, within three (3)
business days, arrange to meet with the Facilities Maintenance Division Manager
to return all identification badges,proximity cards,and keys.
2. The CONTRACTOR will be assessed a$25.00 fee for each missing identification
badge, proximity card, and key in order to reimburse costs incurred by the
COUNTY.All fees due will be deducted from the CONTRACTOR's final invoice.
6.4 Subcontractors.
A. In the event that the CONTRACTOR needs to hire a subcontractor to complete the work
being assigned, prior approval from the Project Manager must be obtained. The cost of the subcontractor
must be indicated on the estimate and the invoice. The CONTRACTOR may assess a percentage of up to
fifteen(15)percent above the actual cost of the subcontractor. A copy of the subcontractor's invoice to the
CONTRACTOR must accompany the invoice being submitted to the COUNTY. Within five(5)calendar
days after the award of any subcontract, the CONTRACTOR shall deliver to the COUNTY a statement
setting forth the name and address of the subcontractor, a summary description of the work subcontracted
and a copy of the subcontract.
B. The CONTRACTOR will be fully responsible to the COUNTY for the acts and omissions
of the CONTRACTOR's subcontractors and of persons either directly or indirectly employed by them.
C. All subcontractors,for as long as the subcontractor is working on the job site,must have at
least one supervisor/foreman on the job site that speaks and understands English.
D. The CONTRACTOR shall cause its subcontractors and suppliers to comply with the
Service schedule and applicable sub-schedules.
6.5 Completion of the Scope of Services. The CONTRACTOR shall give the work the attention
necessary to assure the scheduled progress and shall cooperate fully with the COUNTY and with other
contractors on the job site. All work must be done in accordance with the contract documents. 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 will be subject to the inspection
and approval of the COUNTY.
6.6 Emergencies. If required by the Scope of Services,the CONTRACTOR must have a responsible
person available at,or reasonably near,the Service on a twenty-four(24)hour basis,seven(7)days a week,
who may be contacted in emergencies and in cases where immediate action must be taken to maintain traffic
or to handle any other problem that might arise. The CONTRACTOR's responsible person for supervision
Page 9 of 38
S:\DOCUMEN 120181PROCUREMEM119-0202 19.0407 Portable And Fixed Fire Extinguisher 1nspection119-0202 Portable And Fix Fire Eating Agreement CAO_MEM_11.30.I8,Docx
of emergencies must speak and understand, both verbally and in writing, the English language. The
CONTRACTOR shall submit to the COUNTY's Project Manager, the phone numbers and names of
personnel designated to be contacted in cases of emergencies. Included in this list must be a twenty-four
(24)hour contact phone number for all subcontractors,if any,performing work under this Agreement. This
list must contain the name of their supervisors responsible for work pertaining to this Agreement.
In the event of an emergency affecting the safety or protection of persons, or the work or property at a
Service site or adjacent to a Service site,the CONTRACTOR,without special instruction or authorization
from the COUNTY,is obligated to act to prevent threatened damage,injury or loss. The CONTRACTOR
shall contact the COUNTY as soon as possible by telephone and with written notice as soon as feasible
after the emergency,but no later than twenty-four(24)hours after the occurrence of the emergency, if the
CONTRACTOR believes that any significant changes in the work or variations from the contract
documents has occurred. If the COUNTY determines that a change in the contract documents is required
because of the action taken in response to an emergency,a change order request will be issued to document
the consequences of the changes or variations. If the CONTRACTOR fails to provide written notice within
the twenty-four(24)hour limitation noted above,the CONTRACTOR will be deemed to have waived any
right it otherwise may have had to seek an adjustment to the contract amount or an extension to the contract
time.
6.7 Safety.
A.
The CONTRACTOR shall initiate, maintain, and supervise all safety precautions and programs in
connection with the work, and shall comply with all requirements of the Occupational Safety and Health
Administration(OSHA)and any other industry,Federal,State or local government standards,including the
National Institute of Occupational Safety Hazards(NIOSH),and the National Fire Protection Association
(NFPA). The CONTRACTOR 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 CONTRACTOR shall
be aware that while working for the COUNTY,representatives from agencies such as OSHA are invitees
and need not have warrants or permission to enter the work site. Any fines levied by the above-mentioned
authorities for failure to comply with these requirements will be borne solely by the CONTRACTOR.
B. The CONTRACTOR certifies that all material,equipment,etc.to be used in an individual
Service meets all Occupational Safety and Health Administration (OSHA) requirements. The
CONTRACTOR further certifies that if any of the material,equipment,etc.is found to be deficient in any
OSHA requirement in effect on the date of delivery, all costs necessary to bring the material, equipment,
etc. into compliance with these requirements will be borne by the CONTRACTOR. All standard
equipment, work operations, safety equipment, personal protective equipment, and lighting required or
mandated by State, Federal, OSHA, or Americans with Disabilities Act (ADA) regulations must be
provided and used by the CONTRACTOR and its employees.
C. All safety devices installed by the manufacturer on equipment utilized by the
CONTRACTOR on the jobsite must be in place and in proper working order at all times. If the COUNTY
determines that the equipment is deficient in safety devices, the CONTRACTOR will be notified
immediately. The CONTRACTOR shall immediately repair,or remove the equipment from service until
the deficiency is corrected to the satisfaction of the COUNTY.
D. The COUNTY may periodically monitor the work site for safety. Should there be safety
or health violations,the COUNTY will 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
Page 10 of 38
S:07OCUMENT.2018\PROCUREMENI\I9.0202 19.0407 Portabk And Fixed Fire Extinguisher Inspection`.19.0202 Portable And Fix Fire Eating Agreement_CAO MEM 11.30.18.Docx
COUNTY, the Service will be shut down immediately upon notice and will not resume work until the
unsafe condition has been remedied.
E. Should the work site be in a hazardous area,the COUNTY shall take reasonable actions to
furnish the CONTRACTOR with information concerning hazards such as the types or the identification of
known toxic material, machine hazards, Material Safety Data Sheets, or any other information that would
assist the CONTRACTOR in the planning of a safe work site. The CONTRACTOR retains the ultimate
responsibility to ensure all work is performed in a manner consistent with all applicable safety standards
and directives.
F. The CONTRACTOR shall erect and maintain, as required by existing conditions and
contract performance, safeguards for safety and protection such as barricades,danger signs,a construction
fence,and other warnings against hazardous conditions.
G. The CONTRACTOR shall remove all surplus material and debris from the Service site at
the end of each work day. All costs associated with clean-up and debris removal must be included in the
lump sum price stated elsewhere in this Agreement. The CONTRACTOR shall leave the site clean and
neat. All work must be cleaned up prior to the next day of business. At no time may the specified work
interfere with the regular operating hours of Lake County. The CONTRACTOR must have ample cleaning
supplies and a minimum of two (2) vacuum cleaners on-site for clean-up. At no time may the
CONTRACTOR use COUNTY cleaning supplies or equipment. Upon final completion, the
CONTRACTOR shall thoroughly clean-up all areas where work has been involved as mutually agreed with
the COUNTY's Project Manager. PLEASE NOTE: If at any time the CONTRACTOR fails to clean
up the work area to acceptable levels, the COUNTY may retain outside cleaning services and the
actual costs for this service will be deducted from the CONTRACTOR's final payment with the
minimum cost of$50.00 to offset the COUNTY's time for securing services to properly clean and
inspect the site.
H. The CONTRACTOR shall confine all equipment, materials and operations to the Service
site and areas identified in the contract documents. The CONTRACTOR shall assume all responsibility
for any damage to any such area resulting from the performance of the work.
I. The CONTRACTOR is responsible for notifying the COUNTY of any hazardous materials
used on the work site and providing the COUNTY a copy of the Material Safety Data Sheets(MSDS). Any
spillage of hazardous chemicals or wastes by the CONTRACTOR shall be reported immediately to the
COUNTY and cleaned up in accordance with all State and Federal Regulations. The cost of cleanup of any
spillage of hazardous chemicals or wastes caused by the CONTRACTOR will be the sole responsibility of
the CONTRACTOR and the COUNTY will share no responsibility of these costs. The CONTRACTOR
shall provide a copy of the complete report showing compliance with local, State,and Federal agencies to
the COUNTY. If any hazardous chemicals or conditions are discovered during the normal operation, it is
the responsibility of the CONTRACTOR to immediately contact the COUNTY with a description and
location of the condition. The MSDS must include the following information:
1. The chemical name and the common name of the toxic substance.
2. The hazards or other risks in the use of the toxic substance,including the potential
for fire,explosion,corrosiveness,and reactivity.
3. The known acute and chronic health effects of risks from exposure, including the
medical conditions which are generally recognized as being aggravated by the
exposure to the toxic substances.
4. The primary route of entry and symptoms of exposure.
Page 11 of 38
S:\DOCUMENT20I8\PR000REMENI119.0202 19-0407 Ponable And Fined Fire Extinguisher lnspection119-0202 Portable And Fix Fire Exting Agrecment_CAO_MEM_11.30.18.Docn
5. The proper precautions, handling practices, necessary personal protective
equipment, and other safety precautions in the use of or exposure to the toxic
substances,including appropriate emergency treatment in case of overexposure.
6. The emergency procedure for spills, fire,disposal and first aid.
7. A description in lay terms of the known specified potential health risks posed by
the toxic substance intended to alert any person reading this information.
8. The year and month,if available,that the information was compiled,and the name,
address and emergency telephone number of the manufacturer responsible for
preparing the information.
J. The CONTRACTOR shall designate a competent person of its organization whose duty
will be the prevention of accidents. 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 will be the CONTRACTOR's superintendent unless
otherwise designated in writing to the COUNTY's Project Manager. All communications to the
superintendent will be as binding as if given to the CONTRACTOR.
6.8 Maintenance of Traffic.
A. In the event that any of the work is conducted within any public right of way, the
CONTRACTOR shall provide proper Maintenance of Traffic (MOT). Unless otherwise specified, the
standard specifications to be used for the Service will be the strictest and latest edition as promulgated by
the Florida Department of Transportation(FDOT)or the Federal Highway Administration(FHWA).
B. Maintenance of traffic will be the responsibility of the CONTRACTOR, is part of the
CONTRACTOR's proposal price, and must conform to FDOT's most current editions of"STANDARD
SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION," 2015 edition(or latest edition), or
FDOT "ROADWAY AND TRAFFIC DESIGN STANDARDS," 2015 (or latest edition), or FDOT
"MANUAL OF UNIFORM MINIMUM STANDARDS FOR DESIGN, CONSTRUCTION AND
MAINTENANCE FOR STREETS AND HIGHWAYS," 2015 (or latest edition), Federal Highway
Administration(FHWA)"MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES(MUTCD),"2015
(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.
C. All costs associated with MOT must be included in the CONTRACTOR's proposal price.
No separate line items for MOT will be included in the cost estimate. If the CONTRACTOR does not
comply with all of the FDOT and the FHWA standards (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.
D. If the CONTRACTOR feels that assistance from an off duty police officer is needed,it will
be the responsibility of the CONTRACTOR, at the CONTRACTOR's sole cost and expense, to hire and
pay for this service.
E. All lane closures must have the prior approval of the COUNTY.
F. These requirements are to be considered a minimum and the CONTRACTOR's
compliance will in no way relieve the CONTRACTOR of final responsibility for providing adequate traffic
control devices for the protection of the public and the CONTRACTOR's employees throughout the work
area.
Page 12 of 38
S:\DOCUMENT12018\PROCUREMEN1U9-0202 19-0407 Portable And Fixed Fire Extinguisher Inspection119-0202 Portable And Fax Fire Exting Agreement_CAO_MEM_11.30.18.Docx
G. The use of public roads and streets by the CONTRACTOR must provide minimal
inconvenience to the public and traffic. Furthermore, if the CONTRACTOR is utilizing a 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.
6.9 Underground Utilities. Any required ground digging or subsurface work must be done in
accordance with Chapter 556,Florida Statutes. It will be the responsibility of the CONTRACTOR to have
all underground utilities located before any work may begin. This can be done by contacting Sunshine
State One Call. They may be reached by calling 1-800-432-4770. The repairs of any damaged underground
utilities as a result of the work being performed by the CONTRACTOR will be the responsibility of the
CONTRACTOR. The CONTRACTOR shall contact the proper utility company immediately to expedite
the repairs, if damage has occurred. The COUNTY must also be notified by telephone at the earliest
opportunity and must be followed up with a written explanation of the incident within two (2) calendar
days.
6.10 General Inspection Requirements.
A. Due to the nature of this Agreement, the COUNTY will, at the time of establishment of
need,require the CONTRACTOR to become fully informed as to the nature and extent of the work required
and its relation to any other work in the area, including possible interference from other site activities.
Arrangement for the CONTRACTOR's inspection of facilities or sites and activity schedules may be
secured from the user COUNTY department. Failure to visually inspect the facilities or sites may be cause
for disqualification of the CONTRACTOR on that individual Service.
B. The CONTRACTOR shall furnish the COUNTY with every reasonable accommodation
for ascertaining whether the work performed and materials used are in accordance with the requirements
and intent of the contract documents. If the COUNTY so requests,the CONTRACTOR shall, at any time
before final acceptance of the work, remove or uncover such portions of the finished work as may be
directed. After examination, the CONTRACTOR shall restore the uncovered portions of the work to the
standard required by the specifications. Should the work so exposed or examined prove unacceptable in the
opinion of the COUNTY,the uncovering or removal, and the replacing of the covering or making good of
the parts removed, will be at the CONTRACTOR's expense. However, should the work thus exposed or
examined prove acceptable in the opinion of the COUNTY,the uncovering or removing and the replacing
or the covering or making good of the parts removed,will be paid for as unforeseen work.
C. If, during or prior to construction operations, the COUNTY should fail to reject defective
work or materials,whether from lack of discovery of such defect or for any other reason,such initial failure
to reject will in no way prevent the COUNTY's later rejection when such defect is discovered,nor obligate
the COUNTY to final acceptance or payment, and the CONTRACTOR will make no claim for losses
suffered due to any necessary removals or repairs of such defects.
D. If,during or prior to construction operations,the COUNTY rejects any portion of the work
on the grounds that the work or materials are defective,the COUNTY shall give the CONTRACTOR notice
of the defect, which notice may be confirmed in writing. The CONTRACTOR will then have seven (7)
calendar days from the date the notice is given to correct the defective condition. If the CONTRACTOR
fails to correct the deficiency within the seven (7)calendar days after receipt of the notice,the COUNTY
may take any action necessary, including correcting the deficient work utilizing another contractor,
returning any non-compliant goods to the CONTRACTOR at the CONTRACTOR's expense or terminating
the contract. The CONTRACTOR may not assess any additional charges for any conforming action taken
Page 13 of 38
S:IDOCUMENT2018\PROCUREMEN\19-0202 19-0407 Portable And Fixed Fire Extinguisher lnspection119-0202 Portable And Fix Fire Exting Agreetnent CAO_MEM_11.30.18.Docx
by the COUNTY. The COUNTY will not be responsible to pay for any product or service that does not
conform to the contract specifications.
E. Should the CONTRACTOR fail to remove and renew any defective materials used or work
performed, or to make any necessary corrections in an acceptable manner and in accordance with the
contract requirements,within the time indicated in writing,the COUNTY will have the authority to cause
the unacceptable or defective materials or work to be corrected as necessary at the CONTRACTOR's
expense. Any expense incurred by the COUNTY,whether direct,indirect or consequential,in making these
repairs, removals, or renewals will be paid for out of any monies due or which may become due to the
CONTRACTOR. A change order will be issued, incorporating the necessary revisions to the contract
documents,including an appropriate decrease to the contract amount. Such costs will include,but not be
limited to, costs of repair and replacement of work destroyed or damaged by correction, removal or
replacement of the CONTRACTOR'S defective work and additional compensation due the COUNTY. The
CONTRACTOR will not be allowed an extension of the contract time because of any delay in performance
of the Service attributable to the exercise by the COUNTY of the COUNTY's rights and remedies under
this Agreement. If the CONTRACTOR fails to honor the change order,the COUNTY may terminate this
Agreement for default.
F. All work performed and all materials furnished must be in reasonably close conformity
with the tolerances indicated in the specifications. In the event the COUNTY's Project Manager finds the
materials or the finished product in which the materials are used and not within reasonably close conformity
to the specifications,the COUNTY's Project Manager will then make a determination if the work will be
accepted and remain in place. In this event,the COUNTY's Project Manager will document the basis of
acceptance by a Change Order that will provide for an appropriate deduction as needed in the contract price
for such work or materials as the COUNTY's Project Manager deems necessary to conform to the
determination based on the COUNTY's Project Manager's professional judgment.
G. When the United States Government or the State of Florida is to pay a portion of the cost
of construction,the work will be subject to such inspection by Federal or State representatives as deemed
necessary,but such inspections will in no case make the United States Government or the State of Florida
a party to this contract.
6.11 Service Materials and Storage.
A. Unless otherwise specified within the contract documents, all materials to be used to
complete the Service, except where recycled content is specifically requested, must be new, unused, of
recent manufacture,and suitable for its intended purpose. All goods must be assembled,fully serviced and
ready for operation when delivered. In the event any of the materials supplied by the CONTRACTOR are
found to be defective or do not conform to specifications: (1) the materials may be returned to the
CONTRACTOR at the CONTRACTOR's expense and this Agreement may be terminated or (2) the
COUNTY may require the CONTRACTOR to replace the materials at the CONTRACTOR's expense.
B. Materials must be placed to permit easy access for proper inspection and identification of
each shipment. Any material which has deteriorated, become damaged, or is otherwise unfit for use, as
determined by the COUNTY,must not be used for the Service,and must be removed from the site by the
CONTRACTOR at the CONTRACTOR'S expense. Until incorporated into the work,materials will be the
sole responsibility of the CONTRACTOR and the CONTRACTOR will not be paid for such materials until
incorporated into the work. If any chemicals, materials or products containing toxic substances are to be
used at any time,the CONTRACTOR shall furnish a Material Safety Data Sheet to the COUNTY prior to
commencing such use.
Page 14 of 38
S:IDOCUMENI12018\PR000REMENI119.0202 19-0407 Portable And Fixed Fire Extinguisher Inspection119-0202 Portable And Fix Fire Eating AgreementCAO MEM_l 1.30.18.Doex
C. When not specifically identified in the technical specifications, materials and equipment
must be of a suitable type and grade for the purpose which they are used.
D. All unusable materials and debris must be removed from the premises by the
CONTRACTOR at the end of each workday and disposed of in an appropriate manner.
6.12 Time for Completion and Extensions.
A. Purchase orders will be issued for Services to the CONTRACTOR. Issuance of a purchase
order is not a directive to begin work unless otherwise specified. A written Notice to Proceed is required
for the CONTRACTOR to schedule or begin work. Email notice is acceptable.
B. The CONTRACTOR shall diligently pursue the completion of the work and coordinate the
work being done on the Service by its subcontractors and material suppliers, as well as coordinate the
CONTRACTOR's work with the work of other contractors so that the CONTRACTOR's work or the work
of others will not be delayed or impaired. The CONTRACTOR will 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. The time for completion requirements are contained in Article
3.2 above.
C. Should the CONTRACTOR be obstructed or delayed in the completion of the work as a
result of unforeseeable causes beyond the control of the CONTRACTOR, and not due to the
CONTRACTOR'S fault or neglect, the CONTRACTOR shall notify the COUNTY in writing within
twenty-four(24)hours after the commencement of such delay, stating the cause or causes of the delay, or
be deemed to have waived any right which the CONTRACTOR may have had to request a time extension.
D. If the CONTRACTOR complies with the twenty-four (24) hour notice requirement, the
COUNTY will ascertain the facts and the extent of the delay being claimed and recommend an extension
to the contract time when, in the COUNTY's sole judgment,the findings of fact justify such an extension.
The CONTRACTOR shall cooperate with the COUNTY'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 only for those delays which impact the CONTRACTOR's construction
schedule. Extensions of contract time,if approved by the COUNTY,must be authorized by written change
order.
6.13 Changes in the Scope of Services.
A. The COUNTY may at any time, by written change order, in accordance with the
COUNTY's Purchasing Policy and Procedures, increase or decrease the scope of the work. For changes in
work requested by the CONTRACTOR, the CONTRACTOR must prepare and submit change order
requests for the COUNTY's approval. Each change order will include time and monetary impacts of the
change, whether the change order is considered alone or with all other changes during the course of the
Service. Both the COUNTY and the CONTRACTOR must execute the change order for the order to
become effective.
B. The value of such extra work or change will be determined by the contract unit values, if
applicable unit values are set forth in this Agreement. The amount of the change will be computed from
such values and added to or deducted from the contract price.
C. If the COUNTY and the CONTRACTOR are unable to agree on the change order for a
requested change, the CONTRACTOR shall, nevertheless, promptly perform the change as directed in
Page 15 of 38
S\DOCUMENT2018\PROCUREMEN1119-0202 19.0407 Portable And Fixed Fire Extinguisher InspectionU9-0202 Portable And Fix Fire Exting Agreement_CAQ_MEM_I I.30.18.Docx
writing by the COUNTY. If the CONTRACTOR disagrees with the COUNTY's adjustment determination,
the CONTRACTOR must make a claim pursuant to the Claims and Disputes section in this Agreement,or
else be deemed to have waived any claim on this matter the CONTRACTOR might have otherwise had.
D. For work not contemplated by the original Agreement, the amount of an increase will be
limited to the CONTRACTOR's reasonable direct labor and material costs and reasonable actual equipment
costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent
(10%)markup for all overhead and profit, unless otherwise agreed to in writing by the COUNTY. In such
case, the CONTRACTOR will keep and present to the COUNTY an itemized accounting together with
appropriate supporting data. In the event such changed work is performed by a subcontractor, a maximum
ten percent(10%)markup for all overhead and profit for all subcontractors' direct labor and material costs
and actual equipment costs will be permitted, with a maximum five percent (5%) markup by the
CONTRACTOR for all of its overhead and profit, for a total overall maximum markup of fifteen percent
(15%)of the amount of changed work. All compensation due the CONTRACTOR and any subcontractor
or sub-subcontractor for field and home office overhead is included in the markups listed above.
E. The COUNTY will not be liable to the CONTRACTOR for any increased compensation in
the absence of a written change order executed in accordance with the COUNTY's policy. The payment
authorized by such a change order will represent full and complete compensation to the CONTRACTOR
for labor, materials, incidental expenses, overhead, profit, impact costs and time associated with the work
authorized by such change order.
F. Execution by the CONTRACTOR of a properly authorized change order will be considered
a waiver of all claims or requests for additional time or compensation for any activities prior to the time of
execution related to items included in the change order.
G. Upon receipt of an approved change order, changes in the Scope of Services must be
promptly performed. All changes in work must be performed under the terms and conditions of this
Agreement.
H. Change orders will not be issued for incidental items or tasks that should have been
reasonably construed to be part of the project by the CONTRACTOR.
6.14 Claims and Disputes.
A. Claims by the CONTRACTOR must be made in writing to the COUNTY within two(2)
business days, unless another provision of this Agreement sets forth a different time frame, after the
commencement of the event giving rise to such claim or the CONTRACTOR will be deemed to have
waived the claim. All claims will be priced in accordance with the section in this document entitled
"Changes in the Scope of Services".
B. The CONTRACTOR shall proceed diligently with its performance as directed by the
COUNTY, regardless of any pending claim, action, suit, or administrative proceeding, unless otherwise
agreed to by the COUNTY in writing. The COUNTY shall continue to make payments on the undisputed
portion of the contract in accordance with the contract documents during the pendency of any claim.
C. Claims by the CONTRACTOR will be resolved in the following manner: (1) Upon
receiving the claim and supporting data,the COUNTY will within fifteen(15)calendar days respond to the
claim in writing stating that the claim is either approved or denied. If denied,the COUNTY will specify
the grounds for denial. The CONTRACTOR will then have fifteen(15)calendar days in which to provide
additional supporting documentation,or to notify the COUNTY that the original claim stands as is. (2) If
Page 16 of 38
S DOCUMENT2018\PROCUREMENT I9-0202 19.0407 Portable And Fixed Fire Extinguisher inspection119.0202 Portable And Fix Fire Extutg Agreement_CAO MEM_I 1.30.18.Dona
the claim is not resolved,the COUNTY may, at its option, choose to submit the matter to mediation. A
mediator will be mutually selected by the parties and each party will pay one-half(1/2) the expense of
mediation. If the COUNTY declines to mediate the dispute,the CONTRACTOR may bring an action in a
court of competent jurisdiction in and for Lake County,Florida.
D. Claims by the COUNTY against the CONTRACTOR must be made in writing to the
CONTRACTOR as soon as the event leading to the claim is discovered by the COUNTY. Written
supporting data will be submitted to the CONTRACTOR. All claims will be priced in accordance with the
provisions of the section in this document entitled "Changes in the Scope of Services". The
CONTRACTOR shall respond in writing within fifteen (15) calendar days of receipt of the claim. If the
claim cannot be resolved,the COUNTY may submit the matter to mediation as set forth in(C)above.
E. Arbitration will not be considered as a means of dispute resolution.
F. NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN
EXTENSION OF TIME MAY 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 will receive no damages for delay. However, this provision will 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,the CONTRACTOR will 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.
6.15 Acceptance of the Work and Final Payment. The work delivered and services rendered under this
Agreement will remain the property of the CONTRACTOR and will not be deemed complete until a
physical inspection and actual usage of the Service is accepted by the COUNTY and will be in compliance
with the terms of this Agreement, fully in accord with the specifications and of the highest quality. Any
goods or services purchased under this Agreement may be tested/inspected for compliance with the
specifications listed.
A. Final Inspection. When all materials have been furnished, all work has been performed,
and the construction contemplated by this Agreement has been satisfactorily completed,the COUNTY shall
make the final inspection. The final inspection must be completed within five(5)business days of receipt
of notification from the CONTRACTOR that the Service is ready. The COUNTY shall notify the
CONTRACTOR if necessary of any deficiencies with the Service,and the CONTRACTOR shall correct
all deficiencies before final acceptance and payment is made.
B. Maintenance of Work. The CONTRACTOR shall maintain all work in as-new condition
until the final inspection is completed and the work is accepted by the COUNTY. All insurance must be
maintained until final acceptance by the COUNTY.
C. Final Acceptance. When the Service or any portion of the Service, as designated by the
COUNTY,is ready for its intended use,the COUNTY and any other invited parties will make an inspection
of the Service,to verify its completeness and develop a punch list of items needing completion or correction
before final payment will be made. The CONTRACTOR will have ten (10) calendar days to correct all
deficiencies. An eighty dollar($80.00) re-inspection fee will be applied for the third inspection and any
required re-inspection. The COUNTY may exclude the CONTRACTOR from those portions of the work
designated as complete after the inspection; provided, however, that the CONTRACTOR will have
reasonable access for the time allotted by the COUNTY to complete or correct items on the punch list.
Page 17 of 38
S:DOCUMENT20181PROCl1REMETTI9-0202 19-0407 Portable Md Fixed Fire Extinguisher Inspection\19-0202 Portable And Fix Fire Exting Agreement_CAO MEM_l 1.30.18.Do«
When the work provided for under this Agreement has been completely performed by the CONTRACTOR,
and the final inspection has been made by the COUNTY, a final invoice will be prepared by the
CONTRACTOR. The amount of this invoice,less any sums that may have been deducted or retained under
the provisions of this Agreement, will be paid to the CONTRACTOR in accordance with Article 4 of this
Agreement, and after the CONTRACTOR has agreed in writing to accept the balance due, as determined
by the COUNTY, as full settlement of the account under the contract and of all claims in connection with
the invoice. Occupancy by the COUNTY alone does not constitute final acceptance.
D. Waiver of Claims. The CONTRACTOR's acceptance of final payment will constitute a
full waiver of any and all claims by the CONTRACTOR against the COUNTY arising out of the contract
or otherwise related to the Service, except those previously made in writing and identified by the
CONTRACTOR as unsettled at the time the final estimate is prepared. Neither the acceptance of the work
nor payment by the COUNTY will be deemed a waiver of the COUNTY's rights to enforce any continuing
obligations of the CONTRACTOR or to the recovery of damages for defective work not discovered by the
COUNTY at the time of final inspection.
E. Termination of Contractor's Responsibilities. This Agreement will be considered
complete when all work has been completed and accepted by the COUNTY and all warranty periods have
expired. The CONTRACTOR will then be released from further obligation except as set forth in this
Agreement.
F. Recovery Rights Subsequent to Final Payment. The COUNTY reserves the right, should
an error be discovered in the invoice,or should proof of defective work or materials used by or on the part
of the CONTRACTOR be discovered after the final payment has been made,to claim and recover from the
CONTRACTOR by process of law, such sums as may be sufficient to correct the error or make good the
defects in the work and materials, including any fees or costs associated with the additional services of the
COUNTY.
6.16 Warranties. All warranties will begin on the date of the COUNTY's acceptance and will last for a
period of twelve(12) months unless otherwise specified in the Scope of Services, plans or specifications.
The CONTRACTOR shall obtain and assign to the COUNTY all express warranties given to the
CONTRACTOR or any subcontractors by any material suppliers,equipment or fixtures to be incorporated
into the Service. The CONTRACTOR warrants to the COUNTY that any materials and equipment
furnished under the contract documents will be new unless otherwise specified,and that all work will be of
good quality, free from defects and in conformance with the contract documents. The CONTRACTOR
further warrants to the COUNTY that all materials and equipment furnished under the contract documents
will be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the
instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise
provided for the contract documents. This warranty requirement will remain in force for the full period
identified above, regardless of whether the CONTRACTOR is still under contract at the time of the defect.
These warranties are in addition to those implied warranties to which the COUNTY is entitled as a matter
of law. Further,a specific warranty period is included as a requirement as follows:
A. If sod is used as part of the Service, it must be warranted to be free of noxious and
invasive weeds, disease, and insects. If pests or noxious weeds manifest themselves within sixty (60)
days of placement of the sod,the CONTRACTOR shall treat the affected areas. The process for treating
these areas must be approved by the COUNTY. If the sod does not meet any of the required
specifications,the CONTRACTOR will be responsible to replace it at no expense to the COUNTY. It
will be the responsibility of the CONTRACTOR to insure that the sod is sufficiently established as
described as specified in the scope of services, plans, or specifications. This will include watering the
Page 18 of 38
S:IDOCUMENT20181PROCUREMENT 19.0202 19.0407 Ponable And Fixed Fire Extinguisher Inspection 19-0202 Portable And Fix Fire Exting Agreernent_CAO_MEM_I 1.30.I8.Doex
sod on a regular basis as needed to keep it alive until established. Established will be considered as
being sufficiently rooted, as determined by the Project Manager, into the surface that it was installed. If
the sod dies or does not become established the CONTRACTOR shall replace the sod at no cost to the
COUNTY.
B. Correcting Defects Covered Under Warranty. The CONTRACTOR shall promptly correct
any deficiency, at no cost to the COUNTY, within five (5) calendar days after the COUNTY notifies the
CONTRACTOR of such deficiency in writing. If the CONTRACTOR fails to honor the warranty or fails
to correct or replace the defective work or items within the period specified, the COUNTY may, at its
discretion,notify the CONTRACTOR in writing that the CONTRACTOR may be debarred as a vendor of
the COUNTY, and may become subject to contractual default if the corrections or replacements are not
completed to the satisfaction of the COUNTY within five(5)calendar days of receipt of the notice. If the
CONTRACTOR fails to satisfy the warranty within the period specified in the notice, the COUNTY may
(a)place the CONTRACTOR in default of its contract and(b)procure the products or services from another
source and charge the CONTRACTOR for any additional costs that are incurred by the COUNTY for this
work or items,either through a credit memorandum or through invoicing.
6.17 Liquidated Damages. Unless otherwise agreed to, weather events are specifically excluded as
excused cause for delay under this Agreement and no additional days will be given for rain days. If the
deficiencies have been noted and the remedies have not been completed within the contracted time, the
COUNTY may send out a notification notifying the CONTRACTOR of an assessment of Liquidated
Damages that can be applied for any day over the time allowed under this Agreement.
The COUNTY and the CONTRACTOR recognize that,since time is of the essence for this Agreement,the
COUNTY will suffer financial loss if the work is not completed within the time specified. 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 Service continues. The Service will be deemed to be completed on the date
the work is considered complete to the satisfaction of the COUNTY. The CONTRACTOR hereby expressly
waives and relinquishes any right which it may have to seek to characterize the 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:
Specific Service Amount Daily Charge Per Calendar Day
$5,000 and under $25
Over$5,000 but less than$10,000 $65
$10,000 or more but less than$20,000 $91
$20,000 or more but less than$30,000 $121
$30,000 or more but less than$40,000 $166
$40,000 or more but less than$50,000 $228
$50,001 or more $250
The COUNTY will retain from the compensation to be paid to the CONTRACTOR the above described
sum. Any CONTRACTOR that is in default for not completing the work within the time specified, at the
option of the COUNTY, may not be permitted to perform work for the COUNTY until the Service is
complete and the liquidated damages sum is satisfied.
6.18 Sanitation. If the Service does not involve interior work, the CONTRACTOR shall provide and
maintain adequate sanitary conveniences for the use of persons employed for the Service. These
conveniences will be maintained at all times without nuisance,and their use must be strictly enforced. The
Page 19 of 38
S:IDOCUMENT20181PROCUREMEN 19.0202 19-0407 Portable And Fixed Fire Extinguisher lnspection119.0202 Portable And Fix Fire Exting Agreement_CAO_MEM_l 1.30.18.Docx
1
1>_
location of these conveniences will be subject to the COUNTY's Project Manager's approval. All such L
facilities will be installed and maintained in accordance with applicable Federal, State,and local laws.
6.19 Submittals and Equal Products.
A. Submittals of products required for the Service assigned to the CONTRACTOR under this
Agreement, must be supplied to the COUNTY for pre-approval prior to the start of the work. These
documents must be provided to the COUNTY at least one(1)week before the installation.
B. If a product or service requested by the COUNTY for the Service has been identified in the
specifications by a brand name, and has not been notated as a"No Substitute," item, such identification is
intended to be descriptive and not restrictive,and is to indicate the quality and characteristics of product or
service that will be acceptable. If the CONTRACTOR offers an alternate product or service for
consideration, such product must be clearly identified by the CONTRACTOR to the COUNTY. The
COUNTY shall make a determination whether the alternate meets the salient characteristics of the
specifications. An alternate product will not be considered for any item notated"No Substitute."
C. Unless the CONTRACTOR clearly indicates in its response that it is proposing an alternate
product,the response will be considered as offering the same brand name referenced in the specifications.
If the CONTRACTOR proposes to furnish an alternate product or service, the brand name of the product
or service to be furnished must be clearly identified. A formal submittal for the alternate/shop drawings
must be submitted. The evaluation of the alternate and the determination as to acceptability of the alternate
product or service will be the responsibility of the COUNTY and will be based upon information furnished
by the CONTRACTOR. The COUNTY will not be responsible for locating or securing any information
which is not included in the CONTRACTOR's response. To ensure that sufficient information is available,
the CONTRACTOR will furnish as part of the bid or proposal all descriptive material by providing the
manufacturer specification sheets so the COUNTY can make an informed determination whether the
product offered meets the salient characteristics required by the specifications. Failure to do so will require
the use of the specified products.
6.20 Fees. The following is a list of fees that may be assessed to the CONTRACTOR during the term
of this Agreement. These fees are assessed to help offset the additional costs associated with COUNTY
labor and vehicle usage required for unnecessary inspections or missed appointments. The fees,if any,will
be deducted from the final invoices.
A. Missing scheduled appointments $70.00 each
B. Failure to respond to emergency calls $250.00 per day
C. Late to emergency calls $36.00 per hour
D. Inspected unacceptable workmanship $ 80.00 each inspection
E. Failure to provide any and all required
documentation or reports $ 75.00 per day
F. Failure to pass all inspecting authority
re-inspections(within 30 days of initial inspection) $250.00 per day
The eighty dollar($80.00) fee shown above is a re-inspection fee for uncorrected workmanship. The fee
will be applied to the third inspection and for any subsequent inspections. Any re-inspection fee charged
to the COUNTY by other agencies having jurisdiction over the Service, will additionally be charged back
to the CONTRACTOR.
Page 20 of 38
S:\DOCUMENT20181PROCUREMEN7\I9-0202 19.0407 Portable And Fixed Fire Extinguisher Inspection\)9-0202 Portable And Fix Fire Eating Agreement_CAO_MEM_I1.30.18.Docx
Article 7. Special Terms and Conditions
7.1 Termination. This Agreement may be terminated by the COUNTY upon ten (10) calendar days'
written notice to the other party; but if any work, service or task under this Agreement is in progress but
not completed on the date of termination,then this Agreement may be extended upon written approval of
the COUNTY until the work,service,or task is completed and accepted.
A. Termination for Convenience. In the event this Agreement is terminated or cancelled upon
the request and for the convenience of the COUNTY with the required ten (10) calendar days' written
notice,the COUNTY will reimburse the CONTRACTOR for actual work satisfactorily completed.
B. Termination for Cause. Termination by the COUNTY for cause,default,or negligence on
the part of the CONTRACTOR will be excluded from the above provision. Termination costs, if any, will
not apply. The ten(10)calendar days' written notice requirement is waived in the event of termination for
cause.
C. Termination Due to Unavailability of Funds in Succeeding Fiscal Years. When funds are
not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal
year,this Agreement will be canceled and the CONTRACTOR will be reimbursed for the reasonable value
of any non-recurring costs incurred but not amortized in the price of the supplies or services/tasks delivered
under this Agreement.
7.2 Assignment of Agreement. This Agreement may not be assigned except with the written consent
of the COUNTY's Procurement Services Director. No such consent will be construed as making the
COUNTY a party to the assignment or subjecting the COUNTY to liability of any kind to any assignee.
No assignment will under any circumstances relieve the CONTRACTOR of liability and obligations under
this Agreement and all transactions with the COUNTY must be through the CONTRACTOR.Additionally,
unless otherwise stipulated in this Agreement, the CONTRACTOR shall notify and obtain prior written
consent from the COUNTY prior to being acquired or subject to a hostile takeover. Any acquisition or
hostile takeover without the prior consent of the COUNTY may result in termination of this Agreement for
default.
7.3 Insurance.
A. The CONTRACTOR shall purchase and maintain at all times during the term of this
Agreement, without cost or expense to the COUNTY, policies of insurance as indicated below, with a
company or companies authorized to do business in the State of Florida, and which are acceptable to the
COUNTY, insuring the CONTRACTOR 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 and
obligations of the CONTRACTOR under the terms and provisions of the Agreement.An original certificate
of insurance,indicating that the CONTRACTOR has coverage in accordance with the requirements of this
section, must be furnished by the CONTRACTOR to the COUNTY's Project Manager and Procurement
Services Director 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 parties agree that the policies of insurance and confirming certificates of insurance must insure
the CONTRACTOR is in accordance with the following minimum limits:
(i) General Liability insurance on forms no more restrictive than the latest edition
of the Occurrence Form Commercial General Liability policy (CG 00 01)of
Page 21 of 38
S:VDOCUMENT2018\PROCUREMENTI9-0202 19-0407 Portable And Fixed Fire Extinguisher Inspection\19-0202 Portable And Fix Fire Eating Agreement_CAO MEM_I 1.30.18.Docx
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
(ii) Automobile liability insurance, including owned,non-owned, and hired autos
with the following minimum limits and coverage:
Combined Single Limit $1,000,000
(iii)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 CONTRACTOR 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.
(iv)Employers Liability with the following minimum limits and coverage:
Each Accident $1,000,000
Disease-Each Employer $1,000,000
Disease-Policy Limit $1,000,000
(v) 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.
B. Lake County, a Political Subdivision of the State of Florida, and the Board of County
Commissioners, must be named as an additional insured as their interest may appear on all applicable
policies. Certificates of insurance must identify the RFP number in the Description of Operations section
of the Certificate.
C. 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 required insurance. It is the
CONTRACTOR's specific responsibility to ensure that any such notice is provided within the stated
timeframe to the certificate holder.
D. The CONTRACTOR must provide a copy to the COUNTY's 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. (Note: A simple COI WILL NOT be accepted in lieu of the
policy endorsements).
Page 22 of 38
S\DOCUMENT2018\PROCUREMENT19-0202 19.0407 Portable And Fixed Fire Extinguisher Inspection119-0202 Portable And Fix Fire Eating Agreement_CAO_MEM_11.30 18.Door
E. Certificates of insurance must evidence a waiver of subrogation in favor of the COUNTY,
that coverage must be primary and noncontributory, and that each evidenced policy includes a Cross
Liability or Severability of Interests provision,with no requirement of premium by the COUNTY.
F. 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
G. 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 CONTRACTOR will be required to procure a bond guaranteeing payment of losses and
related claims expenses.
H. 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 CONTRACTOR and subcontractor
providing such insurance.
I. The CONTRACTOR will be responsible for subcontractors and their
insurance. Subcontractors are to provide Certificates of Insurance to the COUNTY evidencing coverage
and terms in accordance with the CONTRACTOR's requirements.
J. Failure to obtain and maintain such insurance as set out above will be considered a breach
of contract and may result in termination of this Agreement for default.
K. Neither approval by the COUNTY of any insurance supplied by the CONTRACTOR,nor
a failure to disapprove that insurance, will relieve the CONTRACTOR of full responsibility of liability,
damages, and accidents as set forth in this Agreement.
7.4 Indemnity. The CONTRACTOR shall indemnify and hold the COUNTY and its agents,officers,
commissioners and employees harmless for any damages resulting from failure of the CONTRACTOR to
take out and maintain the above insurance. Additionally, the CONTRACTOR shall indemnify, and hold
the COUNTY and its agents, officers, commissioners,and employees,free and harmless from and against
any and all losses, penalties, damages, settlements, costs, charges, professional fees or other expenses or
liabilities resulting from the negligent act,error or omission of the CONTRACTOR, its agents,employees
or representative, in the performance of the CONTRACTOR's duties as set forth in this Agreement.
7.5 Independent Contractor. The CONTRACTOR,and all its employees,agree that they will be acting
as independent contractors and will not be considered or deemed to be an agent, employee,joint venturer,
or partner of the COUNTY. The CONTRACTOR will have no authority to contract for or bind the
COUNTY in any manner and shall not represent itself as an agent of the COUNTY or as otherwise
authorized to act for or on behalf of the COUNTY. Additionally,the CONTRACTOR warrants that it has
not employed or retained any company or person, other than a bona fide employee working solely for the
CONTRACTOR to solicit or secure this Agreement and that it has not paid or agreed to pay any person,
company, corporation, individual, or firm other than a bona fide employee working solely for the
CONTRACTOR any fee,commission,percentage,gift,or other consideration contingent upon on resulting
from the award or making of this Agreement.
Page 23 of 38
S:IDOCUMENT2018\PROCUREMENf119-0202 19-0407 Portable And Fixed Fire Extinguisher Inspection\19.0202 Portable And Fix Fire Exting Agreement_CAO_MEM_11.30.18.Docx
7.6 Return of Materials. Upon the request of the COUNTY,but in any event upon termination of this
Agreement,the CONTRACTOR shall surrender to the COUNTY all memoranda,notes,records,drawings,
manuals, computer software, and other documents or materials pertaining to the services under this
Agreement,that were furnished to the CONTRACTOR by the COUNTY pursuant to this Agreement.
7.7 Public Entity Crimes. A person or affiliate who has been placed on the convicted vendor list
following a conviction of a public entity crime may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold
amount provided in Florida Statutes, Section 287.017 for Category Two for a period of thirty-six (36)
months from the date of being placed on the convicted vendor list.
7.8 Conflict of Interest. The CONTRACTOR agrees that it will not engage in any action that would
create a conflict of interest in the performance of its obligations pursuant to this Agreement,or which would
violate or cause others to violate the provisions of Part III, Chapter 112, Florida Statutes, relating to ethics
in government. Further, the CONTRACTOR hereby certifies that no officer, agent, or employee of the
COUNTY has any material interest either directly or indirectly in the business of the CONTRACTOR
conducted here and that no such person may have any such interest at any time during the term of this
Agreement unless approved by the COUNTY.
7.9 Retaining Other Contractors. Nothing in this Agreement will be deemed to preclude the COUNTY
from retaining the services of other persons or entities undertaking the same or similar services as those
undertaken by the CONTRACTOR or from independently developing or acquiring materials or programs
that are similar to, or competitive with,the services provided under this Agreement.
While the COUNTY has listed all major items which are utilized by County departments in conjunction
with their operations, there may be similar or ancillary items that must be purchased by the COUNTY
during the term of this Agreement. Under these circumstances, a County representative will contact the
CONTRACTOR to obtain a price quote for the similar or ancillary items. The COUNTY reserves the right
to award these ancillary items to the CONTRACTOR,another vendor based on the lowest price quoted,or
to acquire the items through a separate solicitation.
7.10 Accuracy. The CONTRACTOR is responsible for the professional quality, technical accuracy,
timely completion and coordination of all the services furnished under this Agreement. The
CONTRACTOR shall, without additional compensation, correct or revise any errors, omissions or other
deficiencies in resulting from the services provided in this Agreement.
7.11 Additional Services. Services not specifically identified in this Agreement may be added to the
Agreement upon execution of a written amendment. The COUNTY reserves the right to award any
additional services to the CONTRACTOR or to acquire the items from another vendor through a separate
solicitation.
7.12 Right to Audit. The COUNTY reserves the right to require the CONTRACTOR to submit to an
audit by any auditor of the COUNTY's choosing. The CONTRACTOR shall provide access to all of its
records,which relate directly or indirectly to this Agreement at its place of business during regular business
hours. The CONTRACTOR shall retain all records pertaining to this Agreement and upon request make
them available to the COUNTY for three (3) complete calendar years following expiration of the
Agreement. The CONTRACTOR agrees to provide such assistance as may be necessary to facilitate the
review or audit by the COUNTY to ensure compliance with applicable accounting and financial standards.
This provision is hereby considered to be included within,and applicable to, any subcontractor agreement
entered into by the CONTRACTOR in performance of any work under this Agreement.
Page 24 of 38
S\DOCUMENI12018\PROCUREMENf\I9-0202 19-0007 Portable And Fixed Fire Extinguisher Inspection\19-0202 Portable And Fix Fire Eating Agreenett_CAO_MEM_I 1.30.18.Docx
If an audit inspection or examination pursuant to this section discloses overpricing or overcharges of any
nature by the CONTRACTOR to the COUNTY in excess of one percent(1%)of the total contract billings,
in addition to making adjustments for the overcharges,the reasonable actual cost of the COUNTY's audit
must be reimbursed to the COUNTY by the CONTRACTOR. Any adjustments or payments which must
be made as a result of any such audit or inspection of the CONTRACTOR's invoices or records must be
made within a reasonable amount of time, but in no event may the time exceed ninety (90) calendar days,
from presentation of the COUNTY's audit findings to the CONTRACTOR.
7.13 Public Records.
A. All electronic files, audio and video recordings, and all papers pertaining to any activity
performed by the contractor for or on behalf of the COUNTY will be the property of the COUNTY and
will be turned over to the COUNTY upon request. In accordance with Chapter 119, Florida Statutes,each
file and all papers pertaining to any activities performed for or on behalf of the COUNTY are public records
available for inspection by any person even if the file or paper resides in the CONTRACTOR's office or
facility. The CONTRACTOR shall maintain the files and papers for not less than three (3) complete
calendar years after the Service has been completed or terminated, or in accordance with any grant
requirements,whichever is longer. Prior to the close out of the contract,the CONTRACTOR shall appoint
a records custodian to handle any records request and provide the custodian's name and telephone numbers
to the COUNTY's Project Manager.
B. Any copyright derived from this Agreement will belong to the author. The author and the
CONTRACTOR must expressly assign to the COUNTY nonexclusive, royalty free rights to use any and
all information provided by the CONTRACTOR in any deliverable for the COUNTY's use which may
include publishing in the COUNTY's documents and distribution as the COUNTY deems to be in the
COUNTY's best interests. If anything included in any deliverable limits the rights of the COUNTY to use
the information,the deliverable will be considered defective and not acceptable and the CONTRACTOR
will not be eligible for any compensation.
C. Pursuant to Section 119.0701,Florida Statutes,the CONTRACTOR shall comply with the
Florida Public Records' laws,and shall:
1. Keep and maintain public records required by the COUNTY to perform the
services identified in this Agreement.
2. Upon request from the COUNTY's custodian of public records, provide the
COUNTY with a copy of the requested records or allow the records to be inspected
or copied within a reasonable time at a cost that does not exceed the cost provided
for by law.
3. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for
the duration of the contract term and following completion of the contract if the
CONTRACTOR does not transfer the records to the COUNTY.
4. Upon completion of the contract, transfer, at no cost, to the COUNTY all public
records in possession of the CONTRACTOR or keep and maintain public records
required by the COUNTY to perform the service. If the CONTRACTOR transfers
all public records to the COUNTY upon completion of the contract, the
CONTRACTOR shall destroy any duplicate public records that are exempt, or
confidential and exempt, from public records disclosure requirements. If the
111 Page 25 of 38
S.\DOCUMEN112018\PROCUREMETTI 9.0202 19-0407 Portable And Fixed Fire Extinguisher Inspection\19-0202 Portable And Fix Fire Exting Agreement_CAO_MEM_II.30.18.Docx
CONTRACTOR keeps and maintains public records upon completion of the
contract,the CONTRACTOR shall meet all applicable requirements for retaining
public records. All records stored electronically must be provided to the
COUNTY, upon request from the COUNTY's custodian of public records, in a
format that is compatible with the information technology systems of the
COUNTY.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS, BILL PONKO, AT LAKE COUNTY PROCUREMENT
SERVICES, 352-343-9839, P.O. BOX 7800, TAVARES, FL 32778-7800, OR
VIA EMAIL AT BPONKO@LAKECOUNTYFL.GOV.
Failure to comply with this subsection will be deemed a breach of the contract and enforceable as set forth
in Section 119.0701, Florida Statutes.
7.14 Force Majeure. The parties will exercise every reasonable effort to meet their respective
obligations under this Agreement, but will not be liable for delays resulting from force majeure or other
causes beyond their reasonable control,including,but not limited to,compliance with any Government law
or regulation, acts of nature, acts or omissions of the other party, Government acts or omissions, fires,
strikes,national disasters, wars,riots,transportation problems and any other cause whatsoever beyond the
reasonable control of the parties. Any such cause will extend the performance of the delayed obligation to
the extent of the delay so incurred.
7.15 Business Hours of Operation. Unless otherwise specified in the technical specifications,all work
performed must be accomplished between the hours of 8:00 A.M. and 5:00 P.M.,Monday through Friday,
and no work may be performed on Saturdays,Sundays,or County Holidays,unless permission to work has
been requested in writing by the CONTRACTOR and approval, in writing, has been granted by the
COUNTY. Request for permission to work must be received by the COUNTY no less than two(2) days
prior to the requested workday. The exception to this pre-approval requirement would be in the case of an
emergency in which the emergency specification as outlined in General Terms and Conditions, Section 3,
Emergencies, would apply. County Holidays are as follows: New Year's Day; Martin Luther King, Jr.
Day; Presidents' Day;Memorial Day; Independence Day; Labor Day; Veteran's Day;Thanksgiving Day;
Day after Thanksgiving; and Christmas Day.
Special schedules may be established if necessary because of problems with noise or similar difficulties
affecting other County facilities,County operations,or citizens in homes or buildings/rooms adjacent to the
work being completed. When the CONTRACTOR requests and is approved for Saturday, Sunday or
Holiday work, the COUNTY may assess the CONTRACTOR the sum of Two Hundred Fifty and 00/100
Dollars($250.00)per man per day for each Saturday,Sunday or recognized Holiday worked or planned to
work.These fees will be deducted from the final invoice.
7.16 Minimum Wage. The wage rate paid to all laborers,mechanics, and apprentices employed by the
CONTRACTOR for the work under the Agreement may not be less than the prevailing wage rates for
similar classifications of work as established by the Federal government and enforced by the U.S.
Department of Labor, Wages and Hours Division, and Florida's Minimum Wage requirements in Article
Page 26 of 38
S:IDOCUMENT20181PROCUREMENTU 9-0202 19-0407 Portable And Fixed Fire Extinguisher Inspection 19.0202 Portable And Fax Fire Eating Agreement_CAO_MEM_11.30.18.Docx
X, Section 24(f)of the Florida Constitution and enforced by the Florida Legislature by statute or the State
Agency for Workforce Innovation by rule, whichever is higher.
7.17 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 CONTRACTOR during the term of this contract, and the CONTRACTOR will be held
responsible for repairing or replacing damaged property to the satisfaction of the COUNTY which is
damaged by reason of the CONTRACTOR's operation on the property. In the event the CONTRACTOR
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 CONTRACTOR. All items damaged as a result of
CONTRACTOR or subcontractor operations belonging to third parties, such as but not limited to:
sidewalks, irrigation,curbs,pipes,drains,water mains,pavement,mail boxes,turf,signs,or other property
must either be repaired or replaced by the CONTRACTOR,at the CONTRACTOR's expense,in a manner
prescribed by,and at the sole satisfaction of the COUNTY.
Furthermore, the CONTRACTOR shall repair or replace any portion of any of the COUNTY's facility,
whether interior or exterior,damaged by reason of the CONTRACTOR's operation within the property. In
the event the CONTRACTOR 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 CONTRACTOR. All items
within a facility belonging to third parties, or to commissioners, officers, employees, lessees, invitees, or
agents of the COUNTY, including but not limited to personal items and furniture, must either be repaired
or replaced by the CONTRACTOR, at the CONTRACTOR's expense, in a manner prescribed by, and at
the sole satisfaction of the COUNTY.
The CONTRACTOR shall re-grade and re-sod any areas that are disturbed by the CONTRACTOR during
the course of the work being completed.
7.18 Risk of Loss. The CONTRACTOR assumes the risk of loss of damage to the COUNTY'S property
during possession of such property by the CONTRACTOR, and until delivery to and acceptance of that
property to the COUNTY. The CONTRACTOR 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 otherwise,of the CONTRACTOR or a third party.
7.19 Accident Notification. If in the course of completing work as part of this Agreement there is an
accident that involves the public,the CONTRACTOR shall as soon as possible inform the COUNTY of the
incident by telephone. The CONTRACTOR shall follow up in writing within two(2)business days of the
incident. If law enforcement was involved and has written a report,the CONTRACTOR shall forward a
copy of the report to the COUNTY.
7.20 License. The CONTRACTOR shall remain appropriately licensed throughout the course of the
Service. If the CONTRACTOR employs the services of a subcontractor,the CONTRACTOR shall ensure
that any subcontractor is appropriately licensed throughout the course of the Service. Failure to maintain
all required licenses will entitle the COUNTY,at its option,to terminate this Agreement.
7.21 Drawings/Plans. If at any time the CONTRACTOR is supplied by the COUNTY or produces
building drawings/documentation for construction or any other purpose, the CONTRACTOR shall not
share, distribute, display, or in any other way transmit a copy of these plans without the consent of the
COUNTY. If there is a need to allow another individual to view the plans, a written request (email is
allowed) shall be submitted to the COUNTY's Project Manager. A written response (email is allowed)
from the COUNTY must be obtained before the plans can be released for viewing.
Page 27 of 38
S:\DOCUMEN(12018\PROCUREMENf\19.0202 19-0407 Portable And Fixed Fire Extinguisher Inspection\19-0202 Portable And Fix Fire Extvng Agreement_CAO_MEM_l 1.30.18.Docx
7.22 Certification Regarding Scrutinized Companies that Boycott Israel. By executing this Agreement,
the CONTRACTOR hereby certifies that, pursuant to Section 287.135, Florida Statutes, it is not listed on
the Scrutinized Companies that Boycott Israel and is not participating in a boycott of Israel. The
CONTRACTOR understands that pursuant to Section 287.135, Florida Statutes, the submission of a false
certification may subject it to civil penalties, attorneys' fees, and costs. The CONTRACTOR further
understands that any contract with the COUNTY for goods or services may be terminated at the option of
the COUNTY if the CONTRACTOR is found to have submitted a false certification or has been listed on
the Scrutinized Companies that Boycott Israel list or is participating in a boycott of Israel.
Article 8. Miscellaneous Provisions
8.1 This Agreement is made under,and in all respects will be interpreted, construed, and governed by
and in accordance with, the laws of the State of Florida. Venue for any legal action resulting from this
Agreement will lie solely in Lake County, Florida. The CONTRACTOR hereby waives its right to a jury
trial for any action arising from the Agreement.
8.2 The captions utilized in this Agreement are for the purposes of identification only and do not control
or affect the meaning or construction of any of the provisions of this Agreement.
8.3 This Agreement will be binding upon and will inure to the benefit of each of the parties and of their
respective successors and permitted assigns.
8.4 This Agreement may not be amended, released, discharged, rescinded or abandoned, except by a
written instrument duly executed by each of the parties.
8.5 The failure of any party at any time to enforce any of the provisions of this Agreement will in no
way constitute or be construed as a waiver of such provision or of any other provision of this Agreement,
nor in any way affect the validity of,or the right to enforce,each and every provision of this Agreement.
8.6 During the term of this Agreement the CONTRACTOR assures the COUNTY that it is in
compliance with Title VII of the 1964 Civil Rights Act, as amended, and the Florida Civil Rights Act of
1992, in that the CONTRACTOR does not on the grounds of race,color,national origin,religion,sex,age,
disability or marital status, discriminate in any form or manner against the CONTRACTOR's employees
or applicants for employment. The CONTRACTOR understands and agrees that this Agreement is
conditioned upon the veracity of this statement of assurance.
8.7 The CONTRACTOR must at all times comply with all Federal, State and local laws, rules and
regulations.
8.8 The employees of the CONTRACTOR will be considered at all times its employees and not an
employee or agent of the COUNTY. The CONTRACTOR will provide employees capable of performing
the work as required. The COUNTY may require the CONTRACTOR to remove any employee it deems
unacceptable.
8.9 Any individual, corporation, or other entity that attempts to meet its contractual obligations with
the COUNTY through fraud, misrepresentation or material misstatement, may be debarred for up to five
(5) years. The COUNTY as a further sanction may terminate or cancel any other contracts with such
individual,corporation,or entity. Such individual or entity will be responsible for all direct or indirect costs
associated with termination or cancellation, including attorney's fees.
Page 28 of 38
S'\DOCUMENT20181PROCUREMENTI9-0202 19.0407 Ponable And Fixed Fire Extinguisher Inspection\I9.0202 Penable And Fix Fire Exting Agreement CAO_NIEM_I 1.30.I8.Docx
i
8.10 With the consent of the CONTRACTOR, other agencies may make purchases in accordance with
the contract. Any such purchases will be governed by the same terms and conditions as stated in this
Agreement with the exception of the change in agency name. In addition, although this Agreement is
specific to a Department of the COUNTY,it is agreed and understood that any department of the COUNTY
may avail itself of this Agreement and purchase any and all items specified in this Agreement at the contract
prices established in this Agreement. A contract modification will be issued by the COUNTY identifying
the requirements of the additional COUNTY departments.
8.11 The CONTRACTOR will be the prime contractor for all required items and services and will
assume full responsibility for the procurement and maintenance of such items and services. The
CONTRACTOR will be considered the sole point of contact with regards to all stipulations, including
payment of all charges and meeting all requirements of this Agreement. All subcontractors will be subject
to advance review by the COUNTY in terms of competency and security concerns. No change in
subcontractors may be made without consent of the COUNTY. The CONTRACTOR will be responsible
for all insurance, permits, licenses and related matters for any and all subcontractors. Even if the
subcontractor is self-insured, the COUNTY may require the CONTRACTOR to provide any insurance
certificates required by the work to be performed.
8.12 The CONTRACTOR shall either be registered or have applied for registration with the Florida
Department of State in accordance with the provisions of Florida law.
8.13 The invalidity or unenforceability of any particular provision of this Agreement will not affect the
other provisions of this Agreement,and this Agreement must be construed in all respects as if such invalid
or unenforceable provisions were omitted.
8.14 Wherever provision is made in this Agreement for the giving, service, or delivery of any notice,
statement or other instrument, such notice must be in writing and will be deemed to have been duly given,
served,and delivered,if delivered by hand or mailed by United States registered or certified mail,addressed
as follows:
If to the CONTRACTOR: If to the COUNTY:
Justin Early,Director County Manager
WC Fire Safety, Inc. Lake County Administration Building
16903 Lakeside Drive#5 315 West Main Street, Suite 308
P.O.Box 560159 Post Office Box 7800
Montverde,Florida 34756 Tavares,Florida 32778-7800
With a copy to:
County Attorney
Lake County Administration Building
315 West Main Street, Suite 335
Post Office Box 7800
Tavares,Florida 32778-7800
Each party may change its mailing address by giving to the other party,by hand delivery,United States
registered or certified mail,notice of election to change such address.
Page 29 of 38
S:\DOCUMEITR2018\PR000REMENf\19.0202 19-0407 Portable And Fixed Fire Extinguisher Inspection\19-0202 Portable And Fix Fire Eating Agreement_CAO_MEM_11.30 18 Docx
Article 9. Scope of Agreement
9.1 This Agreement is intended by the parties to be the final expression of their Agreement, and it
constitutes the full and entire understanding between the parties with respect to the subject of this
Agreement, notwithstanding any representations, statements, or agreements to the contrary previously
made. Any items not covered under this contract will need to be added via written addendum, and pricing
negotiated based on final specifications.
Remainder of Page IntentionallyLeft ft Blank}
Page 30 of 38
S:\DOCUMENT2018\PROCUREMENT19.0202 19.0407 Portable And Fixed Fire Extinguisher Inspection\19-0202 Portable And Fix Fire Exting Agreetnent_CAO_MEM_l 1.30.18.Docx
Agreement between Lake County, Florida and WC Fire Safety, Inc. for Portable and Fixed Fire
Extinguisher Inspections; RFP#19-0202
9.2 This Agreement contains the following Attachments, all of which are incorporated in this
Agreement:
Attachment A Scope of Services
Attachment B Pricing
IN WITNESS WHEREOF,the parties have made and executed this Agreement on the respective
dates under each signature: the COUNTY through its Board of County Commissioners, signing by and
through its Chairman and by the CONTRACTOR through its duly authorized representative.
CONTRACTOR
WC FIRE SAFETY,INC.
Justin Early,Director
This 131k-day of IteZ-41P•411-- ,2018.
COUNTY
LAKE COUNTY, FLORIDA,through its
BOARD OF COUNTY COMMISSIONERS
ATTEST'
4 tom'coytem
Gary J. ney,Clerk '
Board ,f ounty Commissioners ccs �o?gyp LESLIE CP Y\ \011E ,Chair
of Lak< ounty,Florida
This '1 day of "u ,20lC1.
Approved as to form and legality:
Melanie Marsh
County Attorney
Page 31 of 38
SADOCUMENT2018‘PRO(UREMENT119-0202 19-0407 Portable And Fixed Fire Extinguisher Inspection 119-0202 Portable And Fix Fur Exting Agreement CAO_MEM_I 130.18.Docx
ATTACHMENT A: SCOPE OF SERVICES
RFP Number.19-0202
SECTION 2—STATEMENT OF WORK
FIRE EXTINGUISHERS-PORTABLE AND FIXED EXTINGUISHING SYSTEMS:
Lake County is seeking a company that is properly trained, certified, and licensed to inspect all
portable and fixed fire extinguishers within Lake County facilities and vehicles. All County owned
fire extinguishers shall be inspected and maintained in accordance with current adopted edition of
National Fire Protection Association (NFPA),along with any regulations of national, state, and
local authorities. Each individual performing the work of servicing, recharging, repairing,
hydrotesting, installing, testing, or inspecting fire extinguishers must be licensed in accordance
with current requirements by the State of Florida Statute 633 to complete the work. The contract
derived from this solicitation shall allow the County to purchase new extinguishers and accessories
as needed.
The Contractor shall make a minimum of one annual inspection of all fire extinguishers including
facilities, County vehicles, Office of Parks and Trails, Lake EMS Vehicles, and Public Safety
vehicles. The vehicle inspections shall be coordinated through the Office of Fleet Management,
Office Lake EMS,and through the Office of Public Safety.Parks and Trails will coordinate with
the Contractor to schedule the inspection of their extinguishers. The inspection within the facilities
shall be coordinated through the Office of Facilities Management. These are five (5) different
entities with five(5)different operating budgets that shall be treated as such when inspection arc
being conducted. In other words,when completing inspections on a building such as a Fire Station,
no fire extinguishers attached to a fire vehicle shall be recorded on the same report that is being
created for the building.
}
Lake County has a number of facilities located around the County as shown in Section 5,
Attachment 3. It will be the Contractors responsibility to drive to each of the facilities to complete
the inspections. There shall be no additional compensation provided for the cost of travel time.
This should be taken into consideration when the Contractor is considering per unit cost of the
inspection. The Contractor shall provide the County's Project Manager with an anticipated
schedule a minimum of 10 calendar days prior to the date of the inspection. Once a week, an
updated schedule shall be provided to the County. It shall show all facilities completed that week
and those anticipated to be completed in the upcoming week.
The Contractor shall supply the inspection forms that are needed. The Contractor shall supply to
the County Project Manager a copy of all of the inspection forms for review and approval before
any inspections commence.
The Contractor shall be responsible to ensure that at no time a County facility or vehicle is left
without the proper fire extinguishing equipment.
4 Option: Barcode System:
The County is interested in initiating a bar code system for the fire extinguishers. As part of this
solicitation the Contractor shall provide an additional price per extinguisher to provide a bar code
system designed for this type of equipment. Some examples of acceptable barcode programs are
provided by General Data,Diversified Fire&Safety,MSS Software,My Asset Tag.The awarded
13
Page 32 of 38
SNT\2018\PROCUREMENT\19-0202 19-0407 Portable And Fixed Foe Extinguisher Inspectron`.19-0202 Portable And Fix Foe Eating Agreement CAO_MEM_11.30.I8.Docx
RFP Number:19-0202
contractor shall work closely with the County Information Technology(IT)Department to insure
compatibility with new system.
General Requirements:
The Contractor shall perform any necessary maintenance, repairs, testing, and recharging in,
accordance with all current applicable NFPA requirements along with any County, State of
Florida's fire rules,regulations,or ordinances.
1. ANNUAL MAINTENANCE AND CERTIFICATION
The contractor shall provide annual inspection services for the prices set forth in the pricing
section. The services listed below shall at included at a minimum:
a) All work is to be performed to NFPA standards and state and local codes.
b) All portable fire extinguishers service shall comply with NFPA 10 (Standard for
portable fire extinguisher 2018 edition).
c) Visual inspection of all extinguishers annually on site
d) Perform hydrostatic/six year maintenance tests if needed
e) Weighing the extinguishers
f) Visual inspection of pressure gauges
g) Removal or replacement of tamper seals and safety pull pins(tamper seals are to be
included in the inspection fee).
h) Removal of discharge hoses and check for continuity
i) Inspection of valve assemblies
j) Cleaning and re-hanging of all extinguishers
k) Review of extinguisher placement,sizes and types
1) Each fire extinguisher shall have a tag or label securely attached that indicates that
maintenance was performed.The information on the tag or label,as a minimum,shall
be shall identify the following:
a. Month and year the maintenance was performed
b. An easily determined date that the maintenance will expire.
c. Person performing the work
d. Name of the agency performing the work
e. Serial number.
2. SIX(6)YEAR INSPECTION
When required a six(6)year inspection of the fire extinguishers shall be completed. This
inspection shall include but not be limited to:
a) The bottle is to be emptied.
b) An internal and external corrosion examination shall be completed per the procedures
as detailed in the manufacturer's service manual and NFPA standards.
c) The valve assembly shall be dismantled, cleaned, inspected, lubricated, and
reassembled with a new 0-ring. Any parts of the valve assembly that show wear or are
14
111
Page 33 of 38
S:IDOCUIENn2018\PROCUREMENTt19-0202 19-0407 Portable And Fixed Fire Extinguisher lnspection`19-0202 Portable And Fix Foe Exting Agreement_CAO_MEM_11.30.18 Docx
RFP Numbcr: 19-0202
defective shall be replaced as part of the inspection. A properly stamped verification
and service collar shall be installed.
d) The information concerning this inspection shall be recorded on a metallic label,or
similar durable material, affixed to each extinguisher. The information recorded on
this label shall include as a minimum:
i. the month and year the maintenance was performed
ii. the initials or name of the person performing the service
iii. the name of the service company
e) Old maintenance labels must be removed at the time any new labels are affixed to the
extinguisher.
f) The price provided on the pricing sheet shall be all inclusive and include but not be
limited to,all labor,any extinguishing agent,and any parts that arc needed to properly
complete a six(6)year inspection.
g) If the Contractor chooses to exchange a fire extinguisher within a Lake County facility
in lieu of completing the six(6)year or hydrostatic inspection on the one in place,the
replacement fire extinguisher shall be of the compatible age and condition. At no time
shall an older extinguisher or one that is not in the same condition or appearance be
allowed to be used as a replacement.
3. TWELVE(12)YEAR HYDROSTATIC INSPECTION/TEST
The hydrostatic inspection shall include all of the items of a six (6) year inspection and
include the following:
a) Ilydrostatic testing shall be performed by persons who are trained in pressure testing
procedures and safeguards complying with NFPA 7.1.2 and who have testing
equipment,facilities,and an appropriate manufacturer's service manual(s)available.
b) Pressureau es used on hydrostatic test
g g y equipment shall be calibrated at least
semiannually. A copy of a calibration report shall be supplied to the county after each
calibration.
c) Personnel performing hydrostatic testing shall be certified by an organization with a
certification program acceptable to the authority having jurisdiction.
d) A hydrostatic test shall always include both an internal and an external visual
examination of the cylinder. If the cylinder shows evidence of dents, mechanical
injury,or corrosion,it is to be condemned.
e) Hydrostatic testing shall be conducted using water or another compatible non-
compressible fluid as the test medium and shall be tested at a pressure three(3)times
the extinguishers operating pressure.
4. INSPECTION REPORTS
A complete,legible,and accurate report of all compliant and non-compliant extinguishers
will be supplied to Lake County via e-mail upon completion of an inspection.A copy of
the report shall also be included with the invoice.Recorded on this inspection report shall
be a minimum of the following information:
15
Page 34 of 38
S:IDOCUMENT20Ig\PROCUREMEKrt19-0202 19-0407 Portable And Fixed Fire Extinguisher Inspection 19-0202 Portable And Fix Foe Eating Agreement_CAO_MEM_11.30.18 Doe,
RFP Number:19-0202
a) The Company name and license number
b) The inspectors name and permit number
e) Date
d) Building location
e) Fire extinguisher location
f) Type and size of fire extinguisher
g) Fire extinguisher serial number
h) Last date of six(6)year and hydrostatic inspection if applicable.
5. RECHARGING
The contractor shall recharge any rechargeable-type extinguisher after any use or as
indicated by an inspection or when performing maintenance. When performing the
recharging,the recommendation of the manufacturer shall he followed. The cost shown
on the pricing sheet shall be for all needed materials and supplies to provide a fully
functional extinguisher.
6. REMOVAL OF OLD UNITS
The contractor shall, at no charge to the County, remove and dispose of old fire
extinguishers at all sites. The contractor shall also install new extinguishers when
authorized by the County Project Manager. New fire extinguishers may also be provided
by Lake County.
7. FIXED EXTINGUISHING SYSTEMS
All NFPA,local,state,and national guidelines and codes shall be followed. At an interval
of two(2)times a year the contractor shall be responsible that all hoods,grease removal
devices,fans,ducts,and other appurtenances are cleaned to bare metal. After the proper
cleaning has taken place,a properly trained, qualified, and certified company or person
shall inspect the entire exhaust system. The Detention Center hood system shall be
pressure washed as required in NFPA.
As a minimum,the Contractor shall complete the following:
e) Visually inspect appliance location and layout for nozzle coverage
b) Visually inspect all surface,duct and plenum nozzles
c) Verify there are no signs the system has been activated or tampered with
d) Check pressure gauges for proper PSI
c) Take system out of service to avoid discharge of agent
f) Test the detection lint by cutting a fusible link
g) Change fusible links twice a year
h) Replace protective blow off caps as needed
i) Test proper operation of gas shutoff valve(s)
j) Test proper operation of micro switch(s)
k) Test proper operation of the remote pull station
1) Verify activation of system activates fire alarm system
16
Page 35 of 38
S:\DOCUMEM12018\PROCUREMEMl19.0202 19-0407 Portable And Fixed Fire Extinguisher Inspection\I9-0202 Portable And Fix Fire Exting Agreement_CAO MEM_I I.30.I8.Docx
RFP Number 19-0202
m) Check for system 12 Year test dates
n) Document any discrepancies and need for repairs
o) Verify distributor emergency contact information is on system
p) Inspection and service tag properly completed and attached to system
q) Put the cooking system back into service
• r) Verify the fire alarm system is placed back into operation
s) Inspect for any changes in the hazard area that may affect the performance and
reliability of the fire Suppression system
A complete report from the pressure washing and system inspection shall be forwarded to the
County Project Manager via email and a copy shall be included with the invoice submitted.
17
Page 36 of 38
S:IDOCUMENT20181PROCUREMEN7\19-0202 19-0407 Portable And Fixed Fire Extinguisher Inspection119-0202 Portable And Fix Fire Ealing Agreement CAO_MEM_I 1.30.18.Docx
.,..._,w_
.0.,.........._
LAKE COUNTY
FLORIDA
REQUEST FOR PROPOSAL (RFP)
Portable and Fixed Fire Extinguisher Inspections
Contracting
RFP Number: 19-0202 Officer: B. Schwartzman
Pre-Proposal
Proposal Due Date: October 31,2018 Conference Date: See Section 1.4
Proposal Due Time: 3:00 PM RFP Issue Date: October 2,2018
TABLE OF CONTENTS
SECTION 1: Special Terms and Conditions Page 2
SECTION 2: Scope of Services Page 13
SECTION 3: General Terms and Conditions_ Page 18
SECTION 4: Pricing/Certifications/Signatures Page 22
SECTION 5: Attachments Page 25
SPECIFIC SOLICITATION REQUIREMENTS ARE AS NOTED BELOW: __
Proposal and Performance Bond: 1 Not applicable to this solicitation
_
Certificate of Competency/License: See Section 1.17
Insurance: See Section 1.8
Pre-Proposal Conference/Walk-Thru: Not applicable-See Section 1.4
At the date and time specified above, all proposals that have been received in a timely manner will
be opened, recorded, and accepted for consideration. The names of the vendors submitting proposals
will be read aloud and recorded. The proposals will be available for inspection during normal business
hours in the Office of Procurement Services thirty (30) calendar days after the 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 RFP, and attach all other information
requested in this RFP (see Provision 1.13). Failure to sign the proposal response, or to submit the
proposal response by the specified time and date,may be cause for rejection of the proposal.
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
❑ Please remove our firm from Lake County's Vendor's List for this product/service.
VENDOR IDENTIFICATION
J
Company Name: We 6-:€ , ,Y_ Phone Number: 'b 7�/�#
.3Y73
Contact
E-mail Address: Ji{ f-t:v Vm/e-.'e (4~75.Cay.,Person: t .` ,,
RFP Number: 19-0202
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 regard. Additional requirements may apply in this regard as included within any specific
contract award. ,Yes 0 No
DUNS Number(Insert if this action involves a federal funded project):
Finn Name: WC., ,it, k mit
•
Street Address: /69,3 2.40._./•766- 4y,cs—
Mailing Address(if different): Q ASX $60/SY ZW
Telephone No.: 4/0 /49 $t73 Fax No.: '/a7 96*.4/R6 E-mail: y �;
FEIN No. M/S- - r • ....t Payment Terms: ; WL •et te,,.�,
% days, net
Signature: Date: - -
Print Name: J - i
Title: _�✓rev./
gg
21
•
By signature below,the County confirms award to the above-identified vendor under the above identified
0 solicitation. A separate purchase order will be generated by the County to support the contract.
Vendor awarded as:
❑ Sole vendor
❑ Pre-qualified pool vendor based on price
o Pre-qualified pool vendor(spot bid)
❑ Primary vendor for items:
❑Secondary vendor for items: ❑Other status:
Signature of authorized County official;
Printed name: Date:
Title:
4
4
4
4
24
RFP Number: 19-0202
ATTACHMENT 1 -WORK REFERENCES
Address L6/ t. "'2, ve/ kw
city,stato,zip k 3
Contact Person 5,,,,�� A f tiffs
Telephone/ma 13 361 ?ad/ T
Dates of Service OL--- b/o
Typo of Service /yp�Shri`LCS 51sl, //►$ ' •
T i
18rt� /lam G��l
ja
Comments:
f
4 i
1
Asenoy W ai-t /SnRia, r-Ar t
,�P.�
I Address � 4 e. o �-711, -
C1ty,SteteXP Lk 87,, Vii&, , i
Contact Person
Telephone/email 9 7d/ �,(5-/(�
�! i
Dates of Service •7-,' A Q�
Type of 3otvloe �� 7
Comnerds:
i
Agency '152 4114."-4' Z44G,/ifs!
Addass 0265 1V (0 / Al
Clty,3tate,z[P 5,..6),./ - 2�.s.,/ !
Contact Poisony,/ 5-10./14/..V.."-
---1
om„��/�
lelophoudenmil y� 60- �f —'-�
° l ,
Dates of Service 7444,4-6, 7_a
Typo ofServlco ,j 6i., , ,• ,..-- ` 9- S
.. _ ,s,Pec�r
Comments:
•
26
RFP Number, 19-0202
ATTACHMENT 2 -VENDOR PROFILE FORM
1. Vendor Name&Address: 1d. Ucensed to do business in the State of Florida?
VBG 4�z S4.-{^-7.4)
4 -7.4y - Yes No
/6'93 Z ., v4i .0 xc
/y9o, ) 3f17C-6 le. Name, Title, Email& Telephone Number of Principal
107 1&9 3'03 • t J.1 e.,-
107 c Gni../- t-P--((
1f.Address of office to perform work, if different from Item
la. FEIN # 1
t/c_ 0Z 16/1319 we- ,.3Jy .
l6 VV r �//R KS—
_
lb.Year Firm was established (6l-Z /11) -�a�M, 9/7-rb
lc. Are you a'Not for Profit"501(c)(3)organization?
Yes No X
If you answered yes, please provide proof.
2. Please list the key
personnel that your firm will commit to the County project and attach a copy of each key
person's resume .
,Ja-sl 1,41Pf - iCi-hr , . -- .wrs car' I s'` f tss>o..- 1eC-4
Bim) / i/e3— F ale?-" 51-Iii. 1 S sr, -4c-LL
$ 4SJ /i2-rnif/-5 -- A u:. e �, ,,,sJw,— iii SLAtrA rs, _ - vim
/126131C' W-vf-5:7),. ,- d"'fi. r/1 .
3. This Vendor Profile Form Is a statement of facts.
Signature: Date: b1/./) /i%
(Typed or Printed Name) (ride)
IIUU
27
WC Fire Safety, Inc.
16445 County Road 455
Post Office Box 560159
Montverde, FL 34756
Phone 407-469-3473
FED12-000047
firm
SCA fe;ty FED12-000048
RFP: 19-0202
To: L.C.B.C.C., Office of Procurement Services
Tab A:
4 Letter signed by officer listed on Sunbiz report for company
Tab B:
WC Fire safety Inc. is the sister company to Watson&Company Inc.and
WC Fire Safety Inc.was established in 2012 by Justin Early and James Watson.Who
realized the importance of a reliable fire protection company.Not only for our
customers,but for Watson &Company's mechanical hood division since the fire
4 protection service and kitchen hoods service go hand in hand.
Together we have over 32 years experience in the industry,with three licenses held in
4 the state of Florida.
Here is the list of employees that will be used for this project.
- Barry Mosley- Lead service tech with permits to inspection both fire
suppression systems and fire extinguishers. His email address is
Barry( wcfiresafety,com and cell phone number is 321-229-0549. Barry
currently lives in Astatula.
- Josh Phillips -service tech with permits to inspect both fire suppression
systems and fire extinguishers. His email address is Josh@wcfiiresafety.com
and cell phone number is 352-552-5641,Josh currently lives in Umatilla.
Tab C:
Every employee at WC Fire Safety Inc. is required to have 8hrs of continuing
education training which is though FFEDA.All employee certifications are available
upon request.
Tab D:
WC Fire Safety uses Servicetrade app to maintain and schedule all fire protection
services with the option of customer access to view upcoming scheduled locations due
for service each particular month. Each WC fire safety employee has there own Ipad
with this app and this is how the company services are managed.Service trade is
currently in the process of a barcode system thru their own app.
Tab F:
A copy of the RFP is included in submittal package
Tab G;
Cost breakdown detail was determined by cost of goods as of September 2018 with
three- four employees to perform work for this project.
Tab H:
Certificate of Insurance will be provided with submittal package
Jimmy Patron's Av,Iii? y Casio Since
CHIEF FINANCIAL OFFICERF.'� BUREAU CHIEF
Julius Ha1as f�#����``•`,'
KiKeith McCarthy
DIVISION DIRECTOR
SAFETY PROGRAM MANAGER
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
DIVISION OF STATE FIRE MARSHAL
200 East Gaines Street -Thllahassee,Florida 32399-0342
Tel.850-413-3644 Fax.850-410-2467
FIRE EQUIPMENT DEALER LICENSE
OFFICIAL COPY
THIS CERTIFIES THAT: WC Fire Safety, Inc.
16903 Lakeside Drive, #5
• Montiverde FL 34756
QUALIFIER: Justin A Early
Has Complied with Florida statutes and has qualified for the type and class shown here on to service, recharge,
repair, install, or inspect ail types Fire Extinguishers except recharging carbon dioxide units and to conduct
hydrostatic tests on water,water chemical, and dry chemical types of extinguishers only. Excludes any service,
recharge,repair, installation or inspection of any type of Halon Extinguisher.
Issue Date: 01/01/2018
Type: 07 41x
i N
Class: 03 �_.;f,
County: Lake
License/Permit#: FED 12-000048 tt'°'.'.;t ?1.
Expiration Date: 12/31/2019 .'!:,- .
Chief Financial Officer
Jimmy PatronIsy:t Xsr;,� Cassa Sinco
CHIEF FINANCIAL OFFICER S` ;�!. '`if r. BUREAU CHIEF
kil
Julius Halas
r'
DIVISION DIRECTOR `''''`;'rz Keith McCarthy
SAFETY PROGRAM MANAGER
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
DIVISION OF STATE FIRE MARSHAL
200 East Gaines Street •Tallahassee,Florida 32399-0342
Tel.850-413-3644 Fax.850-410-2467
FIRE EQUIPMENT DEALER LICENSE
OFFICIAL COPY
THIS CERTIFIES THAT: WC Fire Safety, Inc.
16903 Lakeside Drive,#5
Montiverde FL 34756
QUALIFIER: Justin A Early
Has Complied with Florida statutes and has qualified for the type and class shown here on to service,repair,
install or inspect all types Pre-Engineered Fire Extinguishing Systems.Excludes any service,recharge, repair,
installation or inspection of any type of Halon System,
Issue Date: 01/01/2018
Type: 07
Class: 04 ' t'
County: Lake
License/Permit#: FED 12 000047 ' ,'=
Expiration Date: 12/31/2019
Chief Financial Officer
cp
C CO3 mO
N ND O O�
to to T rn Z
m H n O C D�DX
to �� CO
"5 t...).-.
m n N Orn
�z Yrt trnn> < rn rn
rii
�mZ 73
0Z
(1 p C)
o5
m
n
0
CN
O
i,,', l4tlt MW �
it
Y� ` T
iyt};1. �.. Om0
N LD
‘.\;8 .Ti.t.,,,, j;
• mo ...--' m
-- n
m
M
-
'D
N zi
a
(D
0ID� - > 71 v
N it O- p D Z f. 9 n (n�
CA O rD C � r- Z w rn
— n
NJ a~o � Zi rn D M �'i O
m v 70 -1 Z
°D 0 D n D� to 0
o rn St D 13 a .--
o co
4 o w
Z 14.1 0
m to
13 Ui
W
v+ w °'
0 0 0 0 o c
O 0 0 0N
0
r
0
ACCPRE)® CERTIFICATE OF LIABILITY INSURANCE DATE(MWDDdYYYY)
`er.../.- 10/31/2018
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 POUCIES
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 polloy(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 Winchester Insurance,Inc N C°NTLon Forrest
1425 W.Broadway(S.R.42 PHONE
4errs,,,‘F q• (407)365 5856FAx 40
P.O. Box 620969 .(AA; •( 7)366-0031
ADDAMS• bri@wincheeterinsurence.Com
Oviedo FL 32762 INSURERS)AFFORDING COVERAGE NM r
i W SURFR A.Witahire Insurance Co 3234
INSURED
AMER B: i
W C Fire Safety,Inc _MUTER C: i #
15138 John Lake Rd. INSURER D:
Clermont FL 34711- INSURERE•
INSI1RFR 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 VA•ACH THS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY 11-IE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PND CLAIMS.
LTR TYPE OF INSURANCE Ian� POI ICY NJIMPR (Y16IDDYYYYYY) YFF POLICY VY LIMITS
a, •
A X I COMMERCIAL GENER�AyL jLIABLITY Y , X CL00232788 06/04/2018 06/04/2019 EACH OCCURRE $ 1,000,000
CLAIM&MADE !^I OCCUR DAMAGE TO RENTED 100,000PRFAIIRFR(Fa oea rams) $
Contractual UabMwErP(yMOfe $ 5.000
1000000RO ,
OELAGGR AP ESPERGENERAL.AGGREGATE $ 2,000 000
X PRO l
POUCY JECT
LOC PRODUCTS-Cot1P/OPAO0 2M X°
OTHFR- $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $
ANY AUTO BODILY INJURY(Per penson) S
_
ALL
AUTOS OWNED SCHEDULED BODILY INJURY(Per accident) $
— HIRED AUTOS NED PROPERTY)pgMAOE
$
$
UMBRELLA LIAR OCCUR EACH OCCURRENCE $ _
EXCESS UAB CLAIMS-MADE AoOREOAT€ $
DEO .RETEMflC,LS
WORKERS COM ENSATIONPER DTH-
ANDEIPL.oYERS'LIABILITY STATIfrE _ FR
ANY PROPRIETOfUPARTNERCUTIVE EL EACH ACCIDENTT
OFFICERMIeMBER EXCLUDED? N/A _
( d in we EL DISEASE-EA EMPLOYEE $
-IdePeTxKoOrdfQee
teem=beim
E.LOISE.A E-P1XICY1JMIT 5
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Addle al Remake Schedule,may be attached ed H more apace le required)
RE:RFP Number. 19-0202
•
CERTIFICATE HOLDER CANCELLATION Al 006850
•
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Lake County,A Political Subdivision of the State THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
of Florida,and the Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS.
PO Box 7800
Tavares FL 32778-7800 AUTHORIZED REPRESENTATIVE IIa a 1
,,„.4,
I
Fax:( ) - ©198B-2014 ACORD CORPORATION. All rights reserved.
ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD
RFP Number: 19-0202
PRICING SECTION
This is an indefinite quantity contract with no guarantee services will be required. The County
does not guarantee a minimum or maximum dollar amount to be expended on any contracts
resulting from this Request for Proposal.
See Attachment 4 for Price Page.
By Signing this Proposal,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 proposal document and any contracts or other transactions required
by award of this solicitation.
Purchasing Agreements with Other Government Agencies
This section is optional and will not affect contract award. If Lake County awarded you the proposed contract,would
you sell under the same terms and condidons, for the same price, to other governmental agencies in the State of
Florida? Each governmental agency desiring to accept to utilize the contractll be res nsible for its own purchases
and will be liable only for materials or services ordered and received by it. Yes II No(Check one)
Certification Regarding Felony Conviction
Has any officer,director,or an executive u;forming 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: g Yes 0 No
Reciprocal Vendor Preference:
Vendors are advised the County has established,under Lake CountyCode,Chapter 2,Article
2-222; a process under which a local vendor preference program byPVII,Sections appliedland
p gram applied another county may be in a
reciprocal manner within Lake County.The following information is�h's app' on of the Code:
1.Primary business location of the responding vendor(city/state):
:
2.Does the responding vendor maintain a :4.'. ant pliyaical location in Lake County at which employees are located
ando �� /3 pl errly nYce,_ No If `yes is checked, provide supporting detail:
Certification of Recycled Material Content for Manufactured Goods
Vendors are advised that the County supports maximum appropriate utilization of recycled materials within all
manufactured goods purchased by the County. The County may consider relative degrees of recycled content within
offered goods when pricing amongst vendors is essentially equal. To support that intent and process,vendors are
urged to confirm and certify the percentage of recycled materials used in the manufactured goods being offered by the
vendor by completing this entry: %(vendor may be requested to provide supporting detail during evaluation).
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.
23
EXHIBIT B
ATTACHMENT B: PRICING
Section I-Fixed Extinguishing Systems
per
Location akscnpion of Service Ya, Ria Each Teta/Price
Detention Center exhaust hood pressure washing Co..section combined hood with one fen 4 S 1.150.00 S 4,600.00
Detention Center mambas(Fav syssem bottles) centre**e as needed. 2 S 95.00 S 190 00
FS I)Paisley Inspection of Guardian 00 0300-13 Fixed extinguishingsroem 2 S 30.00 5 100.00
FS 14 Altoont Inspection of Guardian 1110300-B Fixed extinguishing system 2 S 30.00 S 100.00
FS 71 Lake Ina bspocoon of Goodwill!G30013G30Fixed extingui.hing mown 2 S 30.00 f 10000
FS 110 Clermont levecoon of Gtordien W G300.B Fixed extinguishes'maim 2 S 30.00 5 100.00
Fuel Depot Asusula Pressure washing Pmsase Washing of canopy I S I*3.00 S 113.00
Fuel depot Amanda impaction Pinch=System Inspection Services.12 System Bottles welted,Co2 Cartridge se needed 2 f 100.00 S 200.00
Taal Section I,Fixed Extinguishing Symons Cost f 3.390.00
Section 2-Inspection of Portable Fire Extinguishers
Estimated Quantity Price Each Taal Cost
County Vehicle Fur Extmtuisher Impecttms 1.500 S 1.25 S IA75.00
Facilities Binding Fee Extinguishes Inspections 100 S 2.95 1 2.360.00
Public Salm Fire Extinguisher lasgeetions 144 S 2.95 S 424.10
Lake 13.55 Fixe Exungunbes Iapctrom 137 S 2.95 S 404 IS
Told Sawn 2,Eanuted Inspection Cost 5063 95
Section 3-Additional Products and Services as needed and properly authorized by the County Representative
ce Each Taal Cat
Rechege Unice. 3 lbs ABC exbn wshet I S Ri13.00 S 15.00
Includes new O.oiog.Chantal.and try mise matenals needed 10 lbs ABC extinguistrr I S 20.00 S 20.00
20 lbs ABC extinguishes I S 21.00 S 20.00
5 lbs Co2 extinguisher I f 33.00 S 35.00
10 lbs Co2 extinguisher I S 45.00 S 4300
20 lbs Co2 extinguisher I S 60.00 S 6000
3 Ib Purple K minimax-, I S 11.00 S 11.00
10 IM Purple K extinguisher 1 5 22.00 S 22 00
2016 Purple K extinguishes1 S 30.00 S 30.00
SHalation txtinguishcr I
b Halation S 50.00 S 3000
10 lbs Valance extinguisher 1 S *0.00 S 10.00
201b halation extinguishes I S 100.00 S 10000
6 year inspections Semmes 3 lbs ABC extinguisher 100 S 13.00 S 1,300.00
Includes new bring.Chemical,and any mist.rrseeriah seeded 10 lb.AHC eating ieber 50 S 20.00 5 1000.00
20 lbs ABC extinguisher 5 S 2100 S 140 00
S Ib Purple K ecumenist 3 S 11.00 S 54.00
10 lbs Purple K extiwsher 3 S 22.00
ngS 66.00
20lbs Pus*PuK extinguisher3 S 30.00 5 90.00
S Ito llalatron extinguisher I S 30.00 5 30.00
10 lbs Halation eamgisM I 5 10.00 S 10.00
20 lbs <xtiytoubgr I
6 bS 100.00 S 100.00
Hydrostatic sestina Semens 5 Ilia ABC muspiaha 75 S 2000 S 1,500.00
Includes new Pring_Cbemscal.and any min,mimed,needed 10 lbs ABC extimpiia 25 f 23.00 S 625.00
20 b ABC mmrtalirhe 15 S 23.00 S 375.00
Page 37 of 38
S:(DOCUta9ENT2018WROCUREMEN1119-0202 194407 Portable And Fixed Fire Extinguisher Inxpechon`.19-0202 Portable And Fix Fire Extang Agreement,CAO,MEM_II.30 18 Docs
xa
5 ilaCnt exfilsrher I $ 30.00 S 30.00
101b Coe adnageiia 1 $ 3000 s moo
201th Cot othysithear 1 S 30.00 $ 30.00
5 Lshabitat/mike I $ 20.00 S 2010
10bPooh Xedi)li+r I $ 25.00 S 23.00
2011th Ppb/._____er I S 25.00 S 23.00
5 b811haeaetlyalitr 1 S 20.00 S 10.00
10 1b Mon anlaapWa I $ 25.00 S 25.00
201b Wane rudionthilase 1 S 23.00 S 25.00
5 yer inspection services 5 Ibis CO2 extinguisher 10 $ 15.00 S 150 00
Includes new 0-ri x.Ocniol and any sense.a arils needed 10 lbs Co2 extinguisher 10 S 15.00 S 150.00
20 Ibis Coe extinguisher 10 S 13.00 5 130.00
5 year press ee water sotingatsher inspection service.Includes new 0-ring.
Cherneal,and any mix malerlab needed 2.3 pI 20 S 20.00 S 400.00
New Fsttrtguisher 5 lbs ABC extinguisher 33 S 46.00 S 1.610.00
Includes Inspection and maiming bracket IO lbs ABC complain., 33 S 64.00 S 2,24000
20 lbs ABC extinguisher 5 S 125.00 S 625.00
5 lbs Cot extinguisher 10 $ 138.00 S 1,380.00
IO lbs Co?cot ngusbcr I S 180.00 S 900.00
2.5 pl Pressure water<Clin5xnbrr 5 S • S
20140 CO2<xtingutsher 3 S S .
51bs Purple K extinguisher 5 S - S •
IO lbs Purple K extinguisher 5 S • S -
20lbs Purple K extinguisher 5 S • S -
5 lbs Nalatron estmgutsher 5 S • S -
10lbs Halation extinguisher 5 S S -
20lbs halatron extinguisher 5 S • 5
Mise supplies Fee catingsosher mounting bracket for vehicle In aterial and Inbar to im111 10 S 1.00 S 10.00
Fee extinguisher mournng bracket for facility Imnerrl and labor to install) 10 S 1.00 S 10.00
10 lbs For extinguisher cabinet for facility lrnuenal nod labor so irWH 10 S 120.00 S 1,200.00
As needed labor rates Technician Services booty rate dating bnlncss Mus 10 S 60.00 S 600.00
For services beyond the contracied tori Helper Semces hourly nee donne business hours 10 S 50.00 S 5800.00
Tedniciaa Services hourb rate tiller regular lnsssness boars 10 S 100.00 S 1.000.00
Helper Saviors howdy me atter regulse bust ncss hours 10 S 90.00 S 900.00
Notal Section 3.additional services and supplies S 17,930.00
Total of Section 1,2,3 $ 28.391.95
AdAuurnl work nnuenab to be tgpliod as required by the work and as approved by the unbowed County representative at cost plus t e %mark-up
Optional hem-AddiUwnl cost per extinguisher equipment with tomede nsterrt S 1 each
-If vendor proposed pricing for Optional Ike,•Additional cost per exnngutsher equipment wash barcode Is dilaens dun pnnno directly above.condor shall submit pricing on vendor provided poor sines
Page 38 of 38
S:ID000MEN1120181PR0CUREAEM119-0202 19-0407 Portable And Fixed Fire Extinguisher Inspections l9-0202 Portable And Fix Foe Eating Agreement_CAO_MEM_I 1.30.10.Docx