Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2019-41A - I
AGREEMENT FOR
COLLECTION, RECYCLING, AND PROPER DISPOSAL OF USED OIL AND
RELATED COMMODITIES
THIS AGREEMENT, is made and entered into this 1cD day of
2019, by and between the CITY OF CLERMONT, FLORIDA, a nicipal corporation
under the laws of the State of Florida whose address is: 685 W. Montrose Street,Clermont,
Florida, (hereinafter referred to as "CITY"), and SYNERGY RECYCLING, LLC., whose
address is: 3800 W. Lake Hamilton Drive, Winter Haven, FL 33881, (hereinafter referred
to as "CONTRACTOR").
WHEREAS, the Lake County B.C.C. through the public procurement process awarded an
Agreement for collection, recycling, and proper disposal of used oil and related
commodities, Lake County B.C.C. Contract Number RFP No. 19-0912;
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. 19-0912.
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I—SCOPE OF WORK
The CONTRACTOR shall furnish collection, recycling, and proper disposal of used oil
and related commodities as described in the Lake County B.C.C. Contract Number RFP
No. 19-0912, 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 June 30, 2020, 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 year term.
ARTICLE IV—COMMENCEMENT AND COMPLETION OF WORK
The CONTRACTOR shall provide all items in the timeframe as set forth in the applicable
purchase order or notice to proceed.
ARTICLE V—PAYMENTS
In accordance with the provisions fully set forth in the Contract Documents,
CONTRACTOR shall submit an invoice to CITY upon completion of the services and
delivery to CITY as set forth in the applicable purchase order. CITY shall make payment
to the CONTRACTOR for all accepted and undisputed services provided, within thirty
(30) calendar days of receipt of the invoice.
ARTICLE VI—DISPUTE RESOLUTION - MEDIATION
1. Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and
other matters in question between them by mediation.
3. The parties shall share the mediator's fee and any filing fees equally. The mediation
shall be held in Clermont, Lake County,Florida,unless another location is mutually
agreed upon. Agreements reached in mediation shall be enforceable as settlement
Agreements in any court having jurisdiction thereof.
2
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.
2. CONTRACTOR's Public Liability and Property Damage Insurance - The
Contactor shall take out and maintain during the life of this Agreement Comprehensive
General Liability and Comprehensive Automobile Liability Insurance as shall protect it
from claims for damage for personal injury, including accidental death, as well as claims
for property damages which may arise from operating under this Agreement whether such
operations are by itself or by anyone directly or indirectly employed by it, and the amount
of such insurance shall be minimum limits as follows:
(a) CONTRACTOR's Comprehensive General, $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) Fire Damage, $50,000, Each Occurrence, Combined Single Limit
(d) Medical Expense, $5,000 Each Occurrence, Combined Single Limit
Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE
shall be amended to provide coverage on an occurrence basis.
3. SubCONTRACTOR's Public Liability and Property Damage
Insurance-The CONTRACTOR shall require each of his subCONTRACTORs to procure
and maintain during the life of this subcontract, insurance of the type specified above or
insure the activities of his subCONTRACTORs in his policy, as specified above.
4. Indemnification Rider
(a) To cover to the fullest extent permitted by law, the CONTRACTOR
shall indemnify and hold harmless the CITY and its agents and
employees from and against all claims, damages, losses and expenses,
including but not limited to attorney's fees, arising out of or resulting
from the performance of the Work, provided that any such claim,
damage, loss or expense (1) is attributable to bodily injury, sickness,
disease or death,or to injury to or destruction of tangible property(other
3
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: Synergy Recycling, LLC.
510 Shot Gun Road, Suite 110
Sunrise, FL 33326
Attn: Brenda Lon, General Manager
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.
4
2. Waiver. The waiver by city of breach of any provision of this Agreement shall not
be construed or operate as a waiver of any subsequent breach of such provision or
of such provision itself and shall in no way affect the enforcement of any other
provisions of this Agreement.
3. Severability. If any provision of this Agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision,or
part thereof, shall be deleted or modified in such a manner as to make the
Agreement valid and enforceable under applicable law, the remainder of this
Agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this Agreement shall be valid and
enforceable to the fullest extent permitted by applicable law.
4. Amendment. Except for as otherwise provided herein, this Agreement may not be
modified or amended except by an Agreement in writing signed by both parties.
5. Entire Agreement. This Agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous Agreements between the parties with respect to the
performance of services by CONTRACTOR.
6. Assignment. Except in the event of merger, consolidation, or other change of
control pursuant to the sale of all or substantially all of either party's assets, this
Agreement is personal to the parties hereto and may not be assigned by
CONTRACTOR, in whole or in part, without the prior written consent of city.
7. Venue. The parties agree that the sole and exclusive venue for any cause of action
arising out of this Agreement shall be Lake County, Florida.
8. Applicable Law. This Agreement and any amendments hereto are executed and
delivered in the State of Florida and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida.
9. Public Records. Contractor expressly understands records associated with this
project are public records and agrees to comply with Florida's Public Records law,
to include, to:
(a) Keep and maintain public records that ordinarily and necessarily would be
required by the CITY in order to perform the services contemplated herein.
(b) Provide the public with access to public records on the same terms and
conditions that the CITY would provide the records and at a cost that does
not exceed the cost provided in this Florida's Public Records law or as
otherwise provided by law.
5
(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 No. 19-
0912.
6
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this f�I y of rY'(� ,2019.
City of Clermo
404
�M, •
Darren , STPD ge
i
Attest:
AvLOw
Tracy Ackroyd H v we, City Clerk
Synergy Recycling, LLC.
By: file' /� �
(Name Printed or Typed)
Dn 0Ira7
Title
• -st:
� 1
Corporate Secretary
(Name Printed or Typed)
7
EXHIBIT A
IOW
LAKE COUNTY
FLORIDA
CONTRACT NO. 19-0912
Collection, Recycling, and Proper Disposal of Used Oil and Related Commodities
LAKE COUNTY, FLORIDA, a political subdivision of the state of Florida, its successors and assigns
through its Board of County Commissioners (hereinafter "County") does hereby accept, with noted
modifications, if any, the submittal of Synergy Recycling, LLC (hereinafter "Contractor") for the
provision of Collection, Recycling,and Proper Disposal of Used Oil and Related Commodities to the
County pursuant to County RFP number 19-0912 (hereinafter "RFP"), addenda nos. (1), and
Contractor's proposal response thereto with all County policies and provisions governing.
A copy of the Contractor's signed proposal is attached hereto and incorporated herein,thus making
it a part of this Contract. The attachments noted below (if any) are attached hereto and are also
made a part of this Contract.
Attachments: none
No financial obligation under this contract shall accrue against the County until a specific purchase
transaction is completed pursuant to the terms and conditions of this contract.
Contractor must submit the documents hereinafter listed prior to commencement of this Contract:
Insurance Certificate.
The County's Procurement Services Director will be the sole judge as to the fact of the fulfillment of
this Contract,and upon any breach thereof,will,at his or her option,declare this contract terminated,
and for any loss or damage by reason of such breach, whether this Contract is terminated or not,
said Contractor and their surety for any required bond shall be liable.
This Contract is effective from July 1, 2019 through June 30, 2020 except the County reserves the
right to terminate this Contract immediately for cause and/or lack of funds and with thirty (30) days
written notice for the convenience of the County. This Contract provides for four (4) one-year
renewals at Lake County's sole option at the terms noted in the RFP.
Any and all modifications to this Contract must be in writing signed by the County's Procurement
Services Director or designee.
LAKE COUNTY, FLORIDA
B y: ,L � .`--� i�
Senior Contracting Officer
Date: c a-j 3-4 1 . 0 t
Distribution: Original-RFP/Contract File
Copy-Contractor, Department
"Earning Community Confidence Through Excellence in Service"
Office of Procurement Services 315 W. Main,Suite 441 P.O.Box 7800
Tavares, Florida 32778-7800 Ph (352) 343-9839 Fax (352) 343-9473
ITB Number: 19-0912
SECTION 1 —SPECIAL TERMS AND CONDITIONS
Section 1.1: Purpose
The purpose of this solicitation is to award to one or more vendors for the collection, recycling
and proper disposal of used oil, used oil filters, used antifreeze, sludge,pads and oil absorbents on
an as-needed basis by the County.
Section 1.2: Designated Procurement Representative
Questions concerning any portion of this solicitation should be directed in writing [fax and e-mail
accepted] to the below named individual who will be the official point of contact for this
solicitation. To ensure reply, questions should be submitted no later than five (5) working days
before the bid due date.
Ed Tipton, CPSM, CPPO, CPPB, Senior Contracting Officer
Lake County BCC
Office of Procurement Services
315 W. Main Street, Room 441
PO BOX 7800
Tavares, FL 32778-7800
Phone : 352.343.9489
Fax : 352.343.9473
E-mail: rtipton@lakecountyfl.gov
No answers given in response to questions submitted will be binding upon this solicitation unless
released in writing as an addendum to the solicitation by the Lake County Office of Procurement
Services.
Section 1.3: Method of Award in the County's Best Interests
As the best interests of the County may require, the County reserves the right to make any award
on a lowest price basis by individual item, group of items, all or none, or a combination thereof;
with one or more vendors; to reject any and all offers or waive any minor irregularity or
technicality in bids received.
Section 1.4: Pre-Bid Conference
Not applicable to this solicitation
Section 1.5: Term of Contract—Twelve (12) Months
This contract shall commence on the first calendar day of the month succeeding approval of the
contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the
Notice of Award Letter distributed by the County's Office of Procurement Services;and contingent
upon the completion and submittal of all required pre-award documents. The initial contract term
2
ITB Number: 19-0912
shall remain in effect for twelve (12) months, and then the contract will remain in effect until
completion of the expressed and/or implied warranty period. The contract prices resultant from
this solicitation shall prevail for the full duration of the initial contract term unless otherwise
indicated elsewhere in this document.
Section 1.6: Option to Renew for Four(4) Additional One (1) Year Periods
Prior to,or upon completion,of the initial term of this contract,the County may renew this contract
for four(4) additional one (1) year periods. Prior to completion of each exercised contract term,
the County may consider an adjustment to price based on changes as published by the U.S.
Department of Labor,Bureau of Labor Statistics found on this Link to CPI-Wage Earners and Clerical
Workers Statistics. The base figure will be tied to the CPI-Urban Wage Earners and Clerical
Workers, All items in Tampa-St. Petersburg-Clearwater, Florida area. It is the vendor's
responsibility to request in writing any pricing adjustment under this provision. The contract unit
prices may be adjusted based on the movement of the stated index. The base index value will be
the index number for the month prior to the due date of the solicitation. The current month index
will be the last month's index published before the request for a price redetermination is made. The
County reserves the right to also request index-based adjustments if it is deemed to be in the
County's best interest.
The vendor's written request for adjustment should be submitted ninety (90) calendar days prior
to expiration of the then current contract term. The vendor adjustment request must clearly
substantiate the requested increase. The written request for adjustment should not be in excess of
the relevant pricing index change. If no adjustment request is received from the vendor,the County
will assume that the vendor has agreed that the optional term may be exercised without pricing
adjustment. Any adjustment request received after the commencement of a new option period
shall not be considered.
The County reserves the right to reject any written price adjustments submitted by the vendor and
to not exercise any otherwise available option period based on such price
adjustments. Continuation of the contract beyond the initial period, and any option subsequently
exercised,is a County prerogative,and not a right of the vendor. This prerogative will be exercised
only when such continuation is clearly in the best interest of the County.
Section 1.7: Method of Payment-Periodic Invoices for Completed Purchases
The vendor will submit invoices to the County user department after each individual work task has
been completed. Submittal of these periodic invoices must not exceed thirty (30) calendar days
from the delivery of the goods or services. Under no circumstances may the invoices be submitted
to the County in advance of the delivery and acceptance of the items. All invoices must contain
the contract and purchase order number(if applicable),the specific task number,date and location
of delivery or service,and confirmation of acceptance of the goods or services by the appropriate
County representative. Failure to submit invoices in the prescribed manner will delay payment,
and the vendor may be considered in default of contract and its contract may be terminated.
Payments will be tendered in accordance with the Florida Prompt Payment Act, Part VII,Chapter
218, Florida Statutes.
3
1TB Number: 19-0912
Section 1.8: Insurance
Each vendor shall include in its solicitation response package proof of insurance capabilities,
including but not limited to,the following requirements: [This does not mean that the vendor must
have the coverage prior to submittal, but, that the coverage must be in effect prior to a purchase
order or contract being executed by the County.]
An original certificate of insurance,indicating that the awarded vendor has coverage in accordance
with the requirements of this section, must be furnished by the vendor to the Contracting Officer
within five (5) working days of such request and must be received and accepted by the County
prior to contract execution and before any work begins.
The vendor shall provide and maintain at all times during the term of any contract,without cost or
expense to the County, policies of insurance, with a company or companies authorized to do
business in the State of Florida,and which are acceptable to the County,insuring the vendor against
any and all claims, demands or causes of action whatsoever, for injuries received or damage to
property relating to the performance of duties,services or obligations of the vendor under the terms
and provisions of the contract. The vendor is responsible for timely provision of certificates of
insurance to the County at the certificate holder address evidencing conformance with the contract
requirements at all times throughout the term of the contract.
Such policies of insurance, and confirming certificates of insurance, must insure the vendor is in
accordance with the following minimum limits:
General Liability insurance on forms no more restrictive than the latest edition of the Occurrence
Form Commercial General Liability policy (CG 00 01) of the Insurance Services Office or
equivalent without restrictive endorsements,with the following minimum limits and coverage:
Each Occurrence/General Aggregate $1,000,000/2,000,000
Products-Completed Operations $2,000,000
Personal&Adv. Injury $1,000,000
Fire Damage $50,000
Medical Expense $5,000
Contractual Liability Included
Automobile liability insurance, including all owned, non-owned, scheduled, and hired autos with
the following minimum limits and coverage:
Combined Single Limit $1,000,000
Workers' compensation insurance based on proper reporting of classification codes and payroll
amounts in accordance with Chapter 440, Florida Statutes,and any other applicable law requiring
workers' compensation (Federal, maritime, etc.). If not required by law to maintain workers'
compensation insurance,the vendor must provide a notarized statement that if he or she is injured;
he or she will not hold the County responsible for any payment or compensation.
Employers Liability insurance with the following minimum limits and coverage:
4
ITB Number: 19-0912
Each Accident $1,000,000
Disease-Each Employee $1,000,000
Disease-Policy Limit $1,000,000
Professional liability and specialty insurance (medical malpractice, engineers, architect,
consultant, environmental, pollution, errors and omissions, etc.) insurance as applicable, with
minimum limits of $1,000,000 and annual aggregate of $2,000,000. For this solicitation,
Pollution Liability insurance is required with a minimum limit of $1,000,000 and annual
aggregate of$2,000,000.
The following additional coverage must be provided if a dollar value is inserted below:
Loss of Use at coverage value: $
Garage Keepers Liability at coverage value: $
Lake County, a Political Subdivision of the State of Florida, and the Board of County
Commissioners,must be named as additional insured as their interest may appear on all applicable
liability insurance policies.
The certificates of insurance, must provide for a minimum of thirty (30) days prior written notice
to the County of any change, cancellation, or nonrenewal of the provided insurance. It is the
vendor's specific responsibility to ensure that any such notice is provided within the stated
timeframe to the certificate holder.
At time of contract, the vendor will be required to provide a copy of all policy endorsements,
reflecting the required coverage, with Lake County listed as an additional insured along with all
required provisions to include waiver of subrogation. Contracts cannot be completed without this
required insurance documentation. (Note: A simple COI WILL NOT be accepted in lieu of the
policy endorsements).
Certificates of insurance must identify the applicable solicitation number in the Description of
Operations section of the Certificate. Certificate holder must be:
LAKE COUNTY, A POLITICAL SUBDIVISION OF THE STATE OF
FLORIDA, AND THE BOARD OF COUNTY COMMISSIONERS.
P.O. BOX 7800
TAVARES, FL 32778-7800
Certificates of insurance must evidence a waiver of subrogation in favor of the County, that
coverage will be primary and noncontributory, and that each evidenced policy includes a Cross
Liability or Severability of Interests provision, with no requirement of premium payment by the
County.
The vendor will be responsible for subcontractors and their insurance. Subcontractors must provide
certificates of insurance to the prime vendor evidencing coverage and terms in accordance with
the vendor's requirements.
5
1TB Number: 19-0912
All self-insured retentions must appear on the certificates and will be subject to approval by the
County. At the option of the County, the insurer must reduce or eliminate such self-insured
retentions,or the vendor or subcontractor must procure a bond guaranteeing payment of losses and
related claims expenses.
The County will be exempt from, and in no way liable for, any sums of money, which may
represent a deductible or self-insured retention in any insurance policy. The payment of such
deductible or self-insured retention will be the sole responsibility of the vendor or subcontractor
providing such insurance.
Failure to obtain and maintain such insurance as set out above will be considered a breach of
contract and may result in termination of the contract for default.
Neither approval by the County of any insurance supplied by the vendor or subcontractors, nor a
failure to disapprove that insurance,will relieve the vendor or subcontractors of full responsibility
for liability, damages, and accidents as set forth in this solicitation or any contract arising from
this solicitation.
Section 1.9: Bonding Requirements
Not applicable to this solicitation.
Section 1.10: Completion/Delivery
As specified in Statement of Work.
Section 1.11: Acceptance of Goods or Services
The products delivered as a result of an award from this solicitation will remain the property of
the vendor,and services rendered under the contract will not be deemed complete,until a physical
inspection and actual usage of the products or services is accepted by the County and must be in
compliance with the terms in the contract,fully in accord with the specifications and of the highest
quality.
Any goods or services purchased as a result of this solicitation or contract arising from this
solicitation may be tested/inspected for compliance with specifications. In the event that any
aspect of the goods or services provided is found to be defective or does not conform to the
specifications, the County reserves the right to terminate the contract or initiate corrective action
on the part of the vendor, to include return of any non-compliant goods to the vendor at the
vendor's expense,requiring the vendor to either provide a direct replacement for the item,or a full
credit for the returned item. The vendor shall not assess any additional charges for any conforming
action taken by the County under this clause. The County will not be responsible to pay for any
product or service that does not conform to the contract specifications.
In addition,any defective product or service or any product or service not delivered or performed
by the date specified in the purchase order or contract,may be procured by the County on the open
6
ITB Number: 19-0912
market, and any increase in cost may be charged against the awarded vendor. Any cost incurred
by the County in any re-procurement plus any increased product or service cost will be withheld
from any monies owed to the vendor by the County for any contract or financial obligation.
Section 1.12: Warranty
Not applicable to this solicitation.
Section 1.13: Delivery and Completion of Solicitation Response
Section 1.13.1: Delivery of Solicitation Response
Unless a package is delivered by the vendor in person, all incoming mail from the U.S. Postal
Service and any package delivered by a third party delivery organization (FedEx, UPS, DHL,
private courier,etc.)will be opened for security and contamination inspection by the Lake County
Clerk of the Circuit Court Mail Receiving Center in an off-site secure controlled facility prior to
delivery to any Lake County Government facility, which includes the Lake County Office of
Procurement Services.
To be considered for award, a bid or proposal must be received and accepted in the Office of
Procurement Services prior to the date and time established within the solicitation. A response
will not be considered for award if received in the Office of Procurement Services after the official
due date and time regardless of when or how it was received by the Lake County Clerk of Court
Mail Receiving Center. Allow sufficient time for transportation and inspection.
Each package must be clearly marked with the applicable solicitation number,title, and company
name. Ensure that your bid or proposal is securely sealed in an opaque envelope/package to
provide confidentiality of the bid or proposal prior to the due date stated in the solicitation.
If you plan on submitting your bid or proposal IN PERSON,please bring it to:
LAKE COUNTY PROCUREMENT SERVICES
315 W.MAIN STREET
4TH FLOOR,ROOM 441
TAVARES,FLORIDA
If you submit your bid or proposal by the UNITED STATES POSTAL SERVICE (USPS), please mail
it to:
LAKE COUNTY PROCUREMENT SERVICES
PO BOX 7800
TAVARES,FL 32778-7800
If you submit your bid or proposal by a THIRD PARTY CARRIER such as FedEx, UPS, or a private
courier,please send it to:
LAKE COUNTY PROCUREMENT SERVICES
MAIL RECEIVING CENTER
313 SOUTH BLOXHAM AVENUE
7
ITB Number: 19-0912
TAVARES, FL 32778
Facsimile(fax)or electronic submissions(e-mail)will not be accepted.
Section 1.13.2: Completion Requirements for Invitation to Bid
Two(2)signed original bids and two(2) complete copies of the bid submitted by the vendor
must be sealed and delivered to the Office of Procurement Services no later than the official
bid due date and time. Any bid received after this time will not be considered and will be
returned unopened to the submitter. The County is not liable or responsible for any costs
incurred by any vendor in responding to this ITB including, without limitation, costs for product
or service demonstrations if requested.
When you submit your bid, you are making a binding offer to the County and are agreeing to all
of the terms and conditions in this Invitation to Bid. Use only the forms provided in this document.
If you make any change to the content or format of any form, the County may disqualify your
offer. All information must be legible and either written in ink or typewritten. If you make a
correction or change on any document,the person signing the bid proposal must initial the change.
The bid must be manually signed in BLUE INK by an official authorized to legally bind the vendor
to its provisions. If the individual signing the bid is not listed as a corporate officer on the vendor's
SunBiz registration,provide evidence of signatory authority for the individual signing the proposal
executed by a corporate officer,or other confirmation thereof satisfactory to the County.
COMPLETION OF BID PACKAGE: The vendor shall complete all required entries in Section 4
of the bid form such as, but not limited to,pricing pages, signature, certifications, references, and
acknowledgement of any solicitation addenda. The vendor shall submit the entire solicitation with
all Section 4 entries completed in the number of copies specified to the address specified in this
solicitation. The vendor shall also submit any supporting documents (to include proof of
insurability and provision of bid bonds as required), samples, and descriptive literature required
by any of the provisions in Section 2 of the solicitation in a separate sealed envelope or package
marked"Literature for Bid(Number)." Do not indicate bid prices on literature.
Specific Completion Directions:
> Pricing must be completed as directed within Section 4.
> Initial and date in BLUE INK the appropriate spaces for each addendum you received for this
ITB.
> Insert any prompt payment discount that you will offer. Note payment is NET 30 DAYS
otherwise.
> Complete all certifications included within Section 4 of the solicitation.
> Complete the reference information sheets(include at least three references)contained within
the solicitation.
> Complete the vendor information, and sign the bid (IN BLUE INK) in the spaces provided in
Section 4 of the solicitation.
> If insurance is required, submit either a certificate of insurance, or evidence of insurability,
that is in compliance with the stated insurance requirements.
8
ITB Number: 19-0912
Section 1.14: Additional Locations may be Added
Although this solicitation and resultant contract identifies specific locations to be serviced, it is
hereby agreed and understood that any County department or agency facility may be added to the
contract at the option of the County. When required by the pricing structure of the contract, the
vendor under the contract will be invited to submit price quotes for these additional facilities. If
these quotes are determined to be fair and reasonable,then the additional work will be awarded to
the current contract vendor that offers the lowest acceptable pricing. The additional location will
be added to the contract by formal modification.
The County may obtain price quotes for the additional facilities from other vendor in the event that
fair and reasonable pricing is not obtained from the current contract vendor, or for other reasons
at the County's discretion.
Section 1.15: Administrative Reports
Consistent with the administrative needs of the County, certain relevant data regarding purchases
of goods and/or services under County contracts is to be gathered and maintained. Accordingly,
each vendor under this contract is to provide quarterly reports to the County as to the nature of the
goods and/or services purchased from them by the County during the preceding three months.
The reports shall include the quantity,description and unit prices of the goods and/or services.
The reports are to be submitted in writing to:
Lake County Office of Procurement Services
Attention: Ed Tipton
PO Box 7800
Tavares,FL 32778-7800
The reports shall be submitted no later than fifteen (15) calendar days after the expiration of the
third (3rd)month of each contract period. Failure to submit such reports in a timely manner may
be considered a breach of performance and subject to formal proceedings in that regard.
Section 1.16: Certificate of Competency/Licensure,Permits,and Fees
Any person, firm, corporation or joint venture that submits an offer in response to a County
solicitation shall, at the time of such offer, hold a valid Certificate of Competency or appropriate
current license issued by the State or County Examining Board qualifying the person, firm,
corporation or joint venture to perform the work proposed. If work for other trades is required in
conjunction with this solicitation and will be performed by a subcontractors or vendors hired by
the prime/responding vendor, an applicable Certificate of Competency/license issued to the
subcontractors/hired vendors must be submitted with the prime/responding vendor's offer;
provided, however, that the County may at its option and in its best interest allow the
prime/responding vendor to supply the subcontractors/hired vendors certificate/license to the
County during the offer evaluation period. The prime/responding vendor is responsible to ensure
that all required licenses,permits,and fees(to include any inspection fees)required for this project
9
ITB Number: 19-0912
are obtained and paid for,and shall comply with all laws, ordinances, regulations,and building or
other code requirements applicable to the work contemplated in this solicitation. Damages,
penalties, or fines imposed on the County or the vendor for failure to obtain required licenses,
permits, inspection or other fees,or inspections will be borne by the vendor.
Section 1.17: Clean-Up
All unusable materials and debris must be removed from the premises at the end of each workday,
and disposed of in an appropriate manner. Upon final completion, the vendor shall thoroughly
clean up all areas where work has been involved as mutually agreed with the associated user
department's project manager.
Section 1.18: Competency of Vendors and Associated Subcontractors
The County may elect to conduct a pre-award inspection of the vendor's facility during the offer
evaluation process. Offers will be considered only from firms which are regularly engaged in the
business of providing or distributing the goods or performing the services as described in the
solicitation, and who can produce evidence of a consistent satisfactory record of performance.
Vendors must demonstrate that they have sufficient financial support and organization to ensure
that they can satisfactorily execute the contract if awarded under the terms and conditions stated
in this solicitation. In the event that the vendor intends to subcontract any part of its work to
another vendor,or will obtain the goods specifically offered under the contract from another source
of supply; the vendor may be required to verify the competency of its subcontractor or supplier.
The County reserves the right, before awarding the contract, to require a vendor to submit such
evidence of its qualifications and the qualifications of its subcontractor as it may deem necessary.
The County may consider any evidence available to it of the financial, technical and other
qualifications and abilities of any vendor responding under this solicitation, including past
performance with the County, in determining vendor responsibility for the purposes of selecting a
vendor for contract award.
Section 1.19: Compliance with Federal Standards
All items to be purchased under the contract must be in accordance with all governmental
standards, to include, but not be limited to, those issued by the Occupational Safety and Health
Administration(OSHA),the National Institute of Occupational Safety Hazards(NIOSH),and the
National Fire Protection Association(NFPA).
Section 1.20: Deletion of Locations
Although this solicitation identifies specific locations to be serviced, it is hereby agreed and
understood that any County department or agency may delete service locations when such service
is no longer required during the contract period, upon fourteen (14) calendar days written notice
to the vendor.
Section 1.21: Drums
10
ITB Number: 19-0912
The County will not pay any deposit or purchase any drums or storage containers. Any vendors
must coordinate with the appropriate staff members to establish a schedule for the pickup of filled
drums or storage containers. The contractor must bring required empty drums or storage
containers when picking up drums of any of the used oil, used oil filters, used antifreeze, sludge,
pads and oil absorbents, and fluids products.
Section 1.22: E-Verify
Upon award of a contract resulting from this solicitation, the contractor shall utilize the U.S.
Department of Homeland Security's E-Verify system in accordance with the terms governing use
of the system to confirm the employment eligibility of all new persons hired by the contractor
during the term of the contract.
The contractor shall include in all contracts with subcontractors performing work pursuant to any
contract arising from this solicitation an express requirement that the subcontractors utilize the
U.S.Department of Homeland Security's E-Verify system in accordance with the terms governing
use of the system to confirm the employment eligibility of all new employees hired by the
subcontractors during the term of the subcontract.
Section 1.23: Emergency Service During Declared Events
The vendor shall provide twenty-four (24) hours, seven (7) days per week emergency service
during declared events (when or if necessary) to the County and/or Entities under the contract.
Emergency service response time (defined as the time from acknowledged notification to arrival
on-site)shall be within twenty-four(24)hours after notification by the County or Entity.
Section 1.24: Key Vendor Personnel
In submitting a proposal, the vendor is representing that each person listed or referenced in the
proposal will be available to perform the services described for the Lake County Board of County
Commissioners,barring illness,accident,or other unforeseeable events of a similar nature in which
case the vendor must be able to promptly provide a qualified replacement. In the event the vendor
wishes to substitute personnel, the vendor shall propose a person with equal or higher
qualifications and each replacement person is subject to prior written County approval. In the
event the requested substitute person is not satisfactory to the County and the matter cannot be
resolved to the satisfaction of the County,the County reserves the right to cancel the contract for
cause.
Section 1.25: Labor,Materials,and Equipment Must Be Supplied by the Vendor
Unless otherwise stated in this solicitation the vendor shall furnish all labor, material and
equipment necessary for satisfactory contract performance. When not specifically identified in the
technical specifications,such materials and equipment must be of a suitable type and grade for the
purpose. All material,workmanship,and equipment must be subject to the inspection and approval
of the County's Project Manager.
Section 1.26: Minimum Wages
11
ITB Number: 19-0912
Under the contract, the wage rate paid to all laborers, mechanics and apprentices employed by the
vendor for the work under the contract, must 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 X, Section 24 (f) of the Florida Constitution and enforced by the Florida Legislature by
statute or the State Agency for Workforce Innovation by rule, whichever is higher.
Section 1.27: Protection of Property
All existing structures,utilities,services,roads,trees,shrubbery,and property in which the County
has an interest must be protected against damage or interrupted services at all times by the vendor
during the term of the contract; and the vendor will be held responsible for repairing or replacing
property to the satisfaction of the County which is damaged by reason of the vendor's operation
on the property. In the event the vendor fails to comply with these requirements, the County
reserves the right to secure the required services and charge the costs of such services back to the
vendor.
Section 1.28: Risk of Loss
The vendor assumes the risk of loss of damage to the County's property during possession of such
property by the vendor, and until delivery to, and acceptance of,that property to the County. The
vendor shall immediately repair, replace or make good on the loss or damage without cost to the
County,whether the loss or damage results from acts or omissions(negligent or not)of the vendor
or a third party.
The vendor shall indemnify and hold the County harmless from any and all claims, liability, losses
and causes of action which may arise out of the fulfillment of the contract. The vendor shall pay
all claims and losses of any nature whatsoever in connection with the contract, and shall defend
all suits, in the name of the County when applicable,and shall pay all costs and judgments which
may issue.
Section 1.29: Safety
The vendor will be responsible for initiating, maintaining and supervising all safety precautions
and programs in connection with the work and for complying with all requirements of the
Occupational Safety and Health Administration Act(OSHA). The vendor shall take all necessary
precautions for the safety of and shall provide the necessary protection to prevent damage, injury
or loss to persons or property.
The vendor shall provide all standard equipment, work operations, safety equipment, personal
protective equipment, and lighting required or mandated by State, Federal, OSHA, or Americans
with Disabilities Act of 1990 (ADA) regulations.
The vendor shall designate a competent person of its organization whose duty will be the
prevention of accidents at this site. This person must be literate and able to communicate fully in
the English language because of the necessity to read job instructions and signs,as well as the need
12
ITB Number: 19-0912
for conversing with management personnel. This person must be the vendor's superintendent
unless otherwise designated in writing by the vendor to the Contract Manager.
Section 1.30: Special Notice to Vendors Regarding Federal and State Requirements
This purchase action is being supported in whole or in part by Federal or State funding, or
both. Therefore, this solicitation and any resulting contract include provisions related to various
specific federal and state requirements. All such clauses will be considered and treated as "flow-
down" clauses that will be considered applicable to any prime contract and any subcontract
associated with performance under the contracts resulting from this solicitation. Detailed review
of all terms and conditions included in this solicitation is strongly encouraged to ensure that full
compliance with all contractual requirements is considered during the solicitation response
process,and throughout performance under the contract,at prime vendor and subcontractor levels.
For any construction contract supported by state funding, the vendor shall give preference to the
employment of state residents in the performance of the work on the project if state residents have
substantially equal qualifications to those of nonresidents. The term "substantially equal
qualifications"refers to a situation where the vendor cannot make a reasonable determination that
the qualifications held by one person are better than the qualifications of another person. A vendor
required to employ state residents must contact the Department of Economic Opportunity to post
the vendor's employment needs in the state's job bank system.
Section 1.31: Toxic Substances/Federal "Right to Know" Regulations
The Federal "Right to Know" Regulation implemented by the Occupational Safety and Health
Administration(OSHA)and the Florida "Right-to-Know" Law requires employers to inform their
employees of any toxic substances to which they may be exposed in the workplace, and to provide
training in safe handling practices and emergency procedures. It also requires notification to local
fire departments of the location and characteristics of all toxic substances regularly present in the
workplace.
Accordingly, the vendor(s) performing under this contract shall be required to provide two (2)
complete sets of Material Safety Data Sheets to each participating entity utilizing the awarded
products. This information should be provided at the time when the initial delivery is made, on a
department-by-department basis. Anytime the content of an MSDS is revised, the vendor shall
promptly provide a new MSDS to the participating entities with the new information relevant to
the specific product.
Additionally, vendors may be requested to provide Material Safety Data Sheets to the County
during the evaluation period.
13
ITB Number: 19-0912
SECTION 2—STATEMENT OF WORK
SCOPE OF SERVICES
The purpose of this solicitation is to award to one or more vendors for the collection, recycling
and proper disposal of used oil, used oil filters, used antifreeze, sludge,pads and oil absorbents on
an as-needed basis.
This is an indefinite quantity term contract with no guarantee of usage volume or that services will
be required. The County does not guarantee a minimum or maximum dollar amount to be
expended resulting from this Invitation to Bid.
Vendors must provide all equipment and personnel required to collect, transport, screen,treat and
recycle used oil, used antifreeze, used oil filters, sludge, pads and oil absorbents. The vendors
must also be responsible to dispose of these materials according to the Florida Department of
Environmental Protection regulations.
Vendors must have a minimum of three (3) years in the hazardous waste collection, transport,
treatments,disposal of the used oil,used oil filters,used antifreeze,sludge,pads and oil absorbents.
Vendors must have valid FDOT and EPA identifications numbers for the transportation of the used
oil, used oil filters, used antifreeze, sludge, pads and oil absorbents. Vendors must include copies
of these identification numbers with their bid submittal. Vendor personnel must have the
appropriate State of Florida driver's licenses for the transportation of the materials.
Vendors vehicles must be labeled and placarded per state and federal requirements.
Vendors must have procedures for screening unacceptable used oil,used oil filters,used antifreeze,
sludge,pads and oil absorbents. Vendors are to attach a copy of these procedures or an explanation
or these procedures to their bid submittal.
Vendors will be responsible for sorting all unusable products. Vendors will be responsible for
disposal of any material that becomes contaminated along with any of the containers.
Vendors must identify all treatment, storage or disposal facilities they will utilize during any
contract awarded for this ITB.
The vendors will need to submit the following for each facility utilized.
• Name of Facility
• Address of Facility
• Phone Number of the Facility
• Contact Person for the Facility
• Copies of Each Applicable State and/or Federal Permits
• Compliance Status
• Any Notices of Violations in the Past Two (2) Years
• Explanations of Violations (Explain what changes that have occurred to make the facility
appropriate and safe to utilize at this time)
14
1TB Number: 19-0912
The County reserves the right to inspect with reasonable notice any facility used for the
management of the used oils, filters and antifreeze.
Vendors must supply at no charge to the County all equipment(15, 30 or 55-gallon drums,etc.)to
store the used oil, used filters and used antifreeze. The amount of material to be recycled, treated
or disposed of will be determined by utilizing metered removal,gauging or physical measurement.
Vendors must also be able to train all necessary County employees on the proper storage of the
used oil, used oil filters, used antifreeze, sludge, pads and oil absorbents.
The County priority is to recycle and reuse products as deemed acceptable. Products not recycled,
reused or treated must be disposed per state and federal regulations.
Standard operational hours of all the participating entities will be from 8:00am to 5:00pm Monday
through Friday. All pickup locations will be closed for County observed holidays. Actual hours
of operations and closures of the participating locations will be provided to any awarded vendors.
15
ITB Number: 19-0912
SECTION 3-GENERAL TERMS AND in the solicitation no later than five(5)working days prior to the bid
due date. Such inquiries must contain the requester's name,address,
CONDITIONS and telephone number. The Procurement Services Office may issue
an addendum in response to any inquiry received, prior to bid
3.1 DEFINITIONS opening,which changes,adds to,or clarifies the terms,provisions,
Addenda:means a written change to a solicitation. or requirements of the solicitation. The bidder should not rely on
Bid:Shall refer to any offers submitted in response to this ITB. any statement or explanation whether written or verbal,other than
Bidder: Refers to any entity that submitted a bid under an ITB. those made in this solicitation document or in any addenda issued.
Contract: The agreement to perforin the services set forth in this Where there appears to be a conflict between this solicitation and
solicitation. The contract will be comprised of the solicitation any addenda,the last addendum issued will prevail. It is the bidder's
document signed by both parties with any addenda and other responsibility to ensure receipt and to acknowledge all addenda and
attachments specifically incorporated. any accompanying documentation. Failure to acknowledge each
Contractor: The vendor to which award has been made. addendum may prevent the bid from being considered for award
County: means Lake County,Florida. D. Contents of Solicitation and Bidders'Responsibilities
Invitation to Bid (ITB): means this solicitation document, It is the responsibility of the bidder to become thoroughly familiar
including any and all addenda. An ITB contains well-defined terms, with the requirements,terms, and conditions of this solicitation.
conditions,and specifications,and is awarded to the lowest priced Stated unawareness of contractual terms and conditions will not be
responsive and responsible bidder. accepted as a basis for varying the requirements of the County or the
Modification: A written change to a contract. amount to be paid to the vendor.
Responsible: Refers to a bidder that has the capacity and capability E. Restricted Discussions
to perform the work required under an Invitation to Bid,and is From the date of issuance of this solicitation until final County
otherwise eligible for award. action, vendors should Lol discuss the solicitation with any
Responsive: Refers to a bidder that has taken no exception or employee,agent,or any other representative of the County except
deviation from the terms,conditions,and specifications in an ITB. as authorized by the designated procurement representative. The
Solicitation: The written document requesting either bids or only communications that will be considered pertinent to this
proposals from the marketplace. solicitation are written documents from the vendor addressed to the
Vendor: A general reference to any entity responding to this designated procurement representative and relevant documents
solicitation or performing under any resulting contract. promulgated by the designated procurement representative.
F. Change to,Withdrawal of,or Mistake in,Bid
The County has established that the words "shall", "must", and Chances to Bid-Prior to bid opening,a bidder may change its bid
"will" are equivalent within this ITS and indicate a mandatory by submitting a new bid with notice on the firm's letterhead,signed
requirement which may not be waived by the County. by an authorized agent,stating that the new submittal replaces the
3.2 INSTRUCTIONS TO BIDDERS original submittal. The new submittal must contain all information
A. Bidder Qualification as required for submitting the original bid.
It is the policy of the County to encourage full and open competition Withdrawal of Bid-A bid may be withdrawn,either physically or
among all vendors. Vendors regularly engaged in the type of work by written notice,at any time prior to the bid due date. If withdrawn
specified in the solicitation are encouraged to submit bids. To be by written notice,that notice must be addressed to,and received by,
recommended for award the County requires that vendors provide the designated procurement representative prior to the bid due date
evidence of compliance with the requirements below upon request: and time. A bid may also be withdrawn after expiration of the
I. Disclosure of Employment specified bid acceptance period,and prior to award,by submitting a
2. Disclosure of Ownership letter to the designated procurement representative.The withdrawal
3. Drug-Free Workplace letter must be on company letterhead and signed by an authorized
4. W-9 and 8109 Forms—The vendor must furnish these forms agent of the bidder.
upon request as required by the Internal Revenue Service. Mistake in Bid-Any allegation of mistake in the bid will be treated
5. Social Security Number—The vendor must provide a copy of on a case-by-case basis. It is to be assumed that any alteration in bid
the primary owner's social security card if the social security price after receipt of bids will be exceptional in nature,and will be
number is being used in lieu of the Federal Identification allowed only when substantiated by current legal precedence.
Number(F.E.I.N.) G. Conflicts within the Solicitation
6. Americans with Disabilities Act(A.D.A.) Where there appears to be a conflict between contractual terms and
7. Conflict of Interest conditions,the technical specifications,the pricing section,or any
8. Debarment Disclosure Affidavit addendum issued,the order of precedence will be: last addendum
9. Nondiscrimination issued,the pricing section,the technical specifications,the special,
10. Family Leave and then general conditions. It is incumbent upon the vendor to
11 Antitrust Laws—By acceptance of any contract,the vendor identify such conflicts prior to the bid response date.
agrees to comply with all applicable antitrust laws. H. Prompt Payment Terms
B. Public Entity Crimes It is the policy of the County that payment for all purchases by
Pursuant to Section 287.133(2Xa)of the Florida Statutes,a person County agencies will be made in a timely manner and that interest
or affiliate who has been placed on the convicted vendor list payments will be made on late payments in accordance with Part
following a conviction fora public entity crime may not submit a VII,Chapter 218, Florida Statutes,known as the Florida Prompt
bid on a contract to Provide any goods or services to a public entity, Payment Act. The bidder may offer cash discounts for prompt
may not submit a bid on a contract with a public entity for the
construction or repair of a public building or public work,may not payments; however, such discounts will not be considered in
submit bids on leases of real property to a public entity,may not be determining the lowest price during bid evaluation. Bidders are
awarded or perform as a contractor, supplier, subcontractor, or requested to provide prompt payment terms in the space provided
consultant under a contract with any public entity, and may not on the signature page of the solicitation.
transact business with any public entity in excess of the threshold 3.3 PREPARATION OF BIDS
amount provided in Section 287.017 of the Florida Statutes, for A. The Pricing Section of this solicitation defines the goods or
CATEGORY TWO for a period of 36 months from the date of being
placed on the convicted vendor list. services to be purchased, completed and must and
C. Request for Additional Information submitted with the bid. Use of any other form or alteration of
Any communication or inquiries,except for clarification of process the form may result in the rejection of the bid.
or procedure already contained in the solicitation,are to be made in B. The bid submitted must be legible, and completed using
writing to the attention of the procurement representative identified typewriter, computer or ink. Any entry change must be
16
ITB Number: 19-0912
crossed out and initialed in ink. Failure to comply with these Bidders are hereby notified that all information submitted as part of
requirements may cause the bid to be rejected. a bid will be available for public inspection in compliance with
C. An authorized agent of the bidder's firm must sign the bid. Chapter 119 of the Florida Statutes(the"Public Record Act.").The
THE COUNTY MAY REJECT THE PROPOSAL IF IT bidder should not submit any information which the bidder
IS NOT SIGNED. considers proprietary or confidential. The submission of any
D. The bidder may be considered non-responsive if bids are information to the County in connection with any solicitation will
conditioned to modifications, changes, or revisions to the be conclusively deemed to be a waiver of any protection from
terms and conditions of this solicitation. release of the submitted information unless such information is
E. The bidder may submit alternate bids for the same solicitation exempt or confidential under the Public Records Act.
provided that such offer is allowable under the terms and 3.10 CANCELLATION OF SOLICITATION
conditions. The alternate bid must meet or exceed the The County reserves the right to cancel,in whole or in part,any
minimum requirements and be submitted as a separate bid Invitation to Bid when it is in the best interest of the County.
marked"Alternate Bid". 3.11 AWARD
F. When there is a discrepancy between the unit prices and any A. Unless otherwise allowed by statute or ordinance,award will
extended prices,the unit prices will prevail. be made to the lowest priced responsive and responsible
G. Any bid received after the stipulated bid due date and time bidder.The County reserves the right to reject any and all bids,
• through no fault of the County will be considered late,and to waive non-material irregularities or technicalities and to re-
except under the most exceptional circumstances, not be advertise for all or any part of this solicitation as deemed in its
considered for award. best interest. The County will be the sole judge of its best
H. Unless otherwise specified in the solicitation, prices quoted interest.
will be F.O.B.Destination. B. When there are multiple line items in a solicitation,the County
3.4 COLLUSION reserves the right to award on an individual item basis,any
Where two(2)or more related parties,as defined in this solicitation, combination of items,total low bid or in whichever manner
each submit a bid for the same contract, or evidence any prior deemed in the best interest of the County. This provision
understanding,agreement,or connection in such regard,such bids specifically supersedes any method of award criteria stated in
will be presumed to be collusive. "Related parties"mean bidder or the solicitation when such action is clearly necessary to protect
principals of the bidder that have a direct or indirect ownership the best interests of the County.
interest in another bidder for the same contract or in which a parent C. The County reserves the right to reject any and all bids if it is
company or the principals of the parent company of one bidder have determined that prices are excessive or determined to be
a direct or indirect ownership interest in another bidder for the same unreasonable, or it is otherwise determined to be in the
contract. Bids found to be collusive will be rejected. Bidders which County's best interest to do so.
have been found to have engaged in collusion may be considered D. The County reserves the right to negotiate prices with the low
non-responsible,and may be suspended or debarred. Any contract bidder,provided that the scope of work is not amended.
resulting from collusive bidding may be terminated for default. E. Award will only be made to firms that satisfy all legal
3.5 PROHIBITION AGAINST CONTINGENT FEES requirements to do business with the County.The County may
The vendor warrants that they have not employed or retained any conduct a pre-award inspection of the bidder's site or conduct
company or person,other than a bona fide employee working solely a pre-award qualification meeting to determine the
for the vendor to solicit or secure the contract and that they have not responsibility and capacity of the bidder to perforin. Award
paid or agreed to pay any person,company,corporation,individual, may be predicated on compliance with and submittal of all
or firm,other than a bona fide employee working solely for the required documents as stipulated in the solicitation.
vendor,any consideration contingent upon or resulting from the F. The bidder's performance as prime or subcontractor on
award or making of the contract. previous County contracts will be taken into account in
3.6 CONTRACTING WITH COUNTY EMPLOYEES evaluating the responsibility of a responding bidder.
Any County employee or member of his or her immediate family G. All tie bids will be resolved in consonance with current written
seeking to contract with the County must seek a conflict of interest procedure in that regard.
opinion from the County Attorney prior to submittal of a response H. A vendor wishing to protest any award decision resulting from
to contract with the County. The affected employee must disclose this solicitation must do as provided for in the County's
the employee's assigned function within the County and interest or Purchasing Procedure Manual.
the interest of his or her immediate family in the proposed contract 3.12 GENERAL CONTRACT CONDITIONS
and the nature of the intended contract. The contract will be binding upon and will inure to the benefit of
3.7 INCURRED EXPENSES each of the parties and of their respective successors and permitted
This solicitation does not commit the County to award nor be assigns. The contract may not be amended,released,discharged,
responsible for any cost or expense which may be incurred by any rescinded or abandoned, except by a written instrument duly
bidder in preparing or submitting a bid, or any cost or expense executed by each of the parties. The failure of any party at any time
incurred prior to the execution of a purchase order or contract. By to enforce any of the provisions of the contract will in no way
submitting a bid,the bidder also agrees that the County bears no constitute or be construed as a waiver of such provision or of any
responsibility for any costs of the bidder associated with any other provision hereof,nor in any way affect the validity of,or the
administrative or judicial proceedings resulting from this right to enforce, each and every provision of the contract. Any
solicitation process. dispute arising during the course of contract performance that is not
3.8 COUNTY IS TAX-EXEMPT readily rectified by coordination between the vendor and the County
When purchasing on a direct basis,the County is generally exempt user department will be referred to Procurement Services office for
from Federal Excise Taxes and all State of Florida sales and use resolution.
taxes. The County will provide an exemption certificate upon 3.13 OTHER AGENCIES
request by the seller for such purchases. Except for items With the consent of the vendor,other agencies may make purchases
specifically identified by the vendor and accepted by the County for in accordance with the contract. Such purchases will be governed
direct County purchase under the Sales Tax Recovery Program, by the same terms and conditions as stated in the contract with the
contractors doing business with the County are not exempt from exception of the change in agency name.
paying sales tax to their suppliers for materials needed to fulfill 3.14 CONTRACT EXTENSION
contractual obligations with the County, nor is any vendor The County has the unilateral option to extend a contract for up to
authorized to use the County Tax Exemptions for such purchases. ninety(90)calendar days beyond the current contract period. In
3.9 PROPRIETARY/CONFIDENTIAL INFORMATION such event,the County will notify the vendors in writing of such
17
ITB Number: 19-0912
extensions. The contract may be extended beyond the initial ninety harmless the County and its officers, employees, agents and
(90)day extension upon mutual agreement between the County and instrumentalities from any and all liability, losses or damages,
the vendors. Exercise of the above options requires the prior including attorney's fees and costs of defense,which the County or
approval of the Procurement Services Manager. its officers,employees,agents or instrumentalities may incur as a
3.15 WARRANTY result of claims,demands,suits,causes of actions or proceedings of
All warranties express and implied,must be made available to the any kind or nature arising out of,relating to or resulting from the
County for goods and services covered by this solicitation. All performance of the contract by the vendor or its employees,agents,
goods furnished must be fully guaranteed by the vendor against servants,partners,principals or subcontractors. The vendor shall
factory defects and workmanship. At no expense to the County,the pay all claims and losses in connection with the contract,and shall
vendor shall correct any and all apparent and latent defects that may investigate and defend all claims,suits or actions of any kind or
occur within the manufacturer's standard warranty period. The nature in the name of the County, where applicable, including
special conditions of the solicitation may supersede the appellate proceedings, and shall pay all costs, judgments, and
manufacturer's standard warranty. attorney's fees which may be incurred. The vendor expressly
3.16 ESTIMATED QUANTITIES understands and agrees that any insurance protection required by the
Estimated quantities or dollars are for bidder's guidance only. No contract or otherwise provided by the vendor will in no way limit
guarantee is expressed or implied as to quantities or dollar value that the responsibility to indemnify,keep and save harmless and defend
will be used during the contract period. The County is not obligated the County or its officers,employees,agents and instrumentalities
to place any order for a given amount subsequent to the award of as provided in this solicitation or any contract arising from this
this solicitation. The County may use estimated quantities in the solicitation.
award evaluation process.Estimated quantities do not contemplate 3.24 MODIFICATION OF CONTRACT
or include possible additional quantities that may be ordered by Any contract resulting from this solicitation may be modified by
other entities that may utilize the contract. In no event will the mutual consent of duly authorized parties,in writing through the
County be liable for payments in excess of the amount due for issuance of a modification to the contract or purchase order as
quantities of goods or services actually ordered. appropriate. This presumes the modification itself is in compliance
3.17 NON-EXCLUSIVITY with all applicable County procedures.
It is the intent of the County to enter into an agreement that will 3.25 TERMINATION FOR CONVENIENCE
satisfy its needs as described within this solicitation. However,the The County,at its sole discretion,reserves the right to terminate the
County reserves the right to perform,or cause to be performed,all contract upon thirty(30)days written notice. Upon receipt of such
or any of the work and services described in this solicitation in the notice, the vendor shall not incur any additional costs under the
manner deemed to represent its best interests. In no case will the contract. The County will be liable only for reasonable costs
County be liable for billings in excess of the quantity of goods or incurred by the vendor prior to notice of termination. The County
services actually provided under the contract. will be the sole judge of`reasonable costs."
3.18 CONTINUATION OF WORK 3.26 TERMINATION DUE TO UNAVAILABILITY OF
Any work that commences prior to,and will extend,beyond the CONTINUING FUNDING
expiration date of the current contract period must, unless When funds are not appropriated or otherwise made available to
terminated by mutual written agreement between the County and the support continuation of performance in a current or subsequent
vendor,continue until completion without change to the then current fiscal year,the contract will be cancelled and the vendor will be
prices,terms and conditions. reimbursed for the reasonable value of any non-recurring costs
3.19 LAWS,RULES,REGULATIONS AND LICENSES incurred amortized in the price of the supplies or services/tasks
The vendor shall comply with all federal,state,and local laws and delivered under the contract.
regulations applicable to provision of the goods or services specified 3.27 TERMINATION FOR DEFAULT
in this solicitation. During the term of the contract the vendor The County reserves the right to terminate the contract,in part or in
assures that it is in compliance with Title VII of the 1964 Civil whole,or effect other appropriate remedy in the event the vendor
Rights Act,as amended,and the Florida Civil Rights Act of 1992, fails to perform in accordance with the terms and conditions stated
in that the vendor does not on the grounds of race,color,national in the contract. The County further reserves the right to suspend or
origin,religion,sex,age,disability or marital status,discrimination debar the vendor in accordance with the County's ordinances,
in any form or manner against the end/or employees or applicants resolutions and administrative orders. The vendor will be notified
for employment. The vendor understands that any contract is by letter of the County's intent to terminate. In the event of
conditioned upon the veracity of this statement. termination for default,the County may procure the required goods
3.20 SUBCONTRACTING or services from any source and use any method deemed in its best
Unless otherwise stipulated in this solicitation,the vendor shall not interest. All re-procurement cost will be borne by the vendor.
subcontract any portion of the work without the prior written 3.28 FRAUD AND MISREPRESENTATION
consent of the County. Subcontracting without the prior consent of Any individual,corporation or other entity that attempts to meet its
the County may result in termination of the contract for default. contractual obligations through fraud,misrepresentation or material
3.21 ASSIGNMENT misstatement,may be debarred for up to five(5)years. The County
The vendor shall not assign or transfer any contract resulting from as a further sanction may terminate or cancel any other contracts
this solicitation,including any rights,title or interest in the contract, with such individual,corporation or entity with such vendor held
or its power to execute such contract to any person,company or responsible for all direct or indirect costs associated with
corporation without the prior written consent of the County. This termination or cancellation,including attorney's fees.
provision specifically includes any acquisition or hostile takeover of 3.29 RIGHT TO AUDIT
the awarded vendor. Failure to comply in this regards may result in The County reserves the right to require the vendor to submit to an
termination of the contract for default. audit by any auditor of the County's choosing. The contractor shall
3.22 RESPONSIBILITY AS EMPLOYER provide access to all of its records,which relate directly or indirectly
The employees of the vendor will be considered at all times its to the contract at its place of business during regular business hours.
employees, and not an employees or agents of the County. The The vendor shall retain all records pertaining to the contract and
contractor shall provide employees capable of performing the work upon request make them available to the County for a minimum of
as required. The County may require the contractor to remove any three(3)years,or as required by Florida or Federal law,whichever
employee it deems unacceptable. All employees of the contractor is longer,following expiration of the contract. The vendor agrees to
may be required to wear appropriate identification. provide such assistance as may be necessary to facilitate the review
3.23 INDEMNIFICATION or audit by the County to ensure compliance with applicable
To the extent permitted by law,the vendor shall indemnify and hold accounting and financial standards. Additionally, the contractor
18
ITB Number: 19-0912
agrees to include the requirements of this provision in all contracts contract. The vendor will be considered the sole point of contact
with subcontractors and material suppliers in connection with the with regard to meeting all requirements of the contract. All
work performed under the contract. If an audit inspection or subcontractors will be subject to advance review by the County in
examination pursuant to this section discloses overpricing or regards to competency and security concerns. After the award of
overcharges of any nature by the contractor to the County in excess the contract no change in subcontractors will be made without the
of one percent(1%)of the total contract billings, in addition to consent of the County. The vendor will be responsible for all
making adjustments for the overcharges,the reasonable actual cost insurance, permits, licenses, and related matters for any and all
of the County's audit must be reimbursed to the County by the subcontractors. Even if the subcontractor is self-insured,the County
contractor. Any adjustments or payments which must be made as a may require the contractor to provide any insurance certificates
result of any such audit or inspection of the contractor's invoices or required by the work to be performed.
records must be made within a reasonable amount of time,but in no 3.34 FORCE MAJEURE
event may the time exceed ninety(90)days,from presentation of The parties will exercise every reasonable effort to meet their
the County's audit findings to the contractor. respective obligations under the contract,but will not be liable for
3.30 PUBLIC RECORDS/COPYRIGHTS delays resulting from force majeure or other causes beyond their
Pursuant to Section 119.0701, Florida Statutes, the awarded reasonable control,including,but not limited to,compliance with
contractor shall comply with the Florida Public Records'laws,and revisions to Government law or regulation,acts of nature,acts or
shall: 1.Keep and maintain public records required by the County omissions of the other party,fires,strikes,national disasters,wars,
to perform the services identified in the contract.2.Upon request riots, transportation problems and any other cause whatsoever
from the County's custodian of public records,provide the County beyond the reasonable control of the parties. Any such cause may
with a copy of the requested records or allow the records to be be cause for appropriate extension of the performance period.
inspected or copied within a reasonable time at a cost that does not 3.35 NO CLAIM FOR DAMAGES
exceed the cost provided for by law. 3.Ensure that public records No claim for damages or any claim other than for an extension of
that are exempt or confidential and exempt from public records time will be made or asserted against the County because of any
disclosure requirements are not disclosed except as authorized by delays. No interruption,interference,inefficiency,suspension,or
law for the duration of the contract term and following completion delay in the commencement or progress of the work will relieve the
of the contract if the contractor does not transfer the records to the vendor of duty to perform,or give rise to any right to damages or
public agency.4. Upon completion of the contract,transfer,at no additional compensation from the County. The vendor's sole
cost,to the County all public records in possession of the contractor remedy will be the right to seek an extension to the contract time.
or keep and maintain public records required by the County to However,this provision will not preclude recovery of damages by
perform the service. If the contractor transfers all public records to the vendor for hindrances or delays due solely to fraud,bad faith,or
the County upon completion of the contract,the contractor shall active interference on the part of the County.
destroy any duplicate public records that are exempt or confidential 3.36 TRUTH IN NEGOTIATION CERTIFICATE
and exempt from public records disclosure requirements. If the For each contract that exceeds One Hundred Ninety-Five Thousand
contractor keeps and maintains public records upon completion of dollars($195,000.00),any organization awarded a contract must
the contract,the contractor shall meet all applicable requirements execute a truth-in-negotiation certificate stating that the wage rates
for retaining public records. All records stored electronically must and other factual unit costs are accurate,complete,and current,at
be provided to the County, upon request from the County's the time of contracting.Any contract requiring this certificate must
custodian of public records in a format that is compatible with the contain a provision that the original contract price and any additions
information technology systems of the County. Failure to comply will be adjusted to exclude any significant sums by which the
with this section will be deemed a breach of the contact and County determines the contract price was increased due to
enforceable as set forth in Section 119.0701,Florida Statutes. inaccurate,incomplete,or non-current wage rates and other factual
Any copyright derived from the contract will belong to the author. unit costs.All such contract adjustments must be made within one
The author and the CONSULTANT must expressly assign to the (1)year following the end of the contract.
County nonexclusive, royalty free rights to use any and all 3.37 GRANT FUNDING
information provided by the CONSULTANT in any deliverable or In the event any part of the contract is to be funded by federal,state,
report for the County's use which may include publishing in County or other local agency monies,the vendor hereby agrees to comply
documents and distribution as the County deems to be in the with all requirements of the funding entity applicable to the use of
County's best interests. If anything included in any deliverable the monies,including full application of requirements involving the
limits the rights of the County to use the information,the deliverable use of minority firms, women's business enterprises, and labor
will be considered defective and not acceptable and the surplus area fires. Vendors are advised that payments under the
CONSULTANT will not be eligible for any compensation. contract may be withheld pending completion and submission of all
3.31 GOVERNING LAWS required forms and documents required of the vendor pursuant to
The interpretation,effect,and validity of any contracts resulting the grant funding requirements.
from this solicitation will be governed by the laws and regulations 3.38 TOBACCO PRODUCTS
of the State of Florida,and Lake County,Florida. Venue of any Due to the acknowledged hazards arising from exposure to tobacco
court action will be in Lake County,Florida. In the event that a suit products,and to protect the public and employees' health,safety,
is brought for the enforcement of any term of the contract,or any comfort and environment,tobacco use is prohibited on any County
right arising from the contract, the parties expressly waive their owned building and property. Tobacco products include both
respective rights to have such action tried by jury trial and hereby smoking and smokeless tobacco.
consent to the use of non jury trial for the adjudication of such suit. 3.39 CERTIFICATION REGARDING SCRUTINIZED
3.32 STATE REGISTRATION REQUIREMENTS COMPANIES. By submitting a proposal, the vendor hereby
Any business organization submitting a bid in response to this ITB certifies that,pursuant to Section 287.135,Florida Statutes,it is not
must either be registered or have applied for registration with the listed on the Scrutinized Companies that Boycott Israel and is not
Florida Department of State in accordance with Florida law. A copy participating in a boycott of Israel. The vendor understands that
of the registration/application may be required prior to award of a pursuant to Section 287.135,Florida Statutes,the submission of a
contract. For additional information on these requirements,please false certification may subject it to civil penalties,attorneys'fees,
contact the Florida Secretary of State's Office, Division of and costs. The vendor further understands that any contract with the
Corporations,800.755.5111(http://www.dos.state.fl.usj. County for goods or services may be terminated at the option of the
3.33 PRIME CONTRACTOR County if the vendor is found to have submitted a false certification
The vendor awarded the contract will act as the prime contractor and or has been listed on the Scrutinized Companies that Boycott Israel
will assume full responsibility for successful performance of the list or is participating in a boycott of Israel.
19
5-kvc\cif
f `( Al .1 LL_ ITB Number: 19-0912
SECTION 4—'PRICING/CERTIFICATIONS/SIGNATURES
ITB TITLE: Collection,Recycling and Proper Disposal of Used Oil and Related
Commodities
NOTES:
• When purchasing on a direct basis,Lake County is exempt from all taxes(Federal,State,Local). A Tax
Exemption Certificate will be furnished upon request for such purchases. However,the vendor will
be responsible for payment of taxes on all materials purchased by the vendor for incorporation
into the project(see provision 3.8 for further detail).
• The vendor shall not alter or amend any of the information(including,but not limited to stated units of
measure, item description,or quantity)stated in the Pricing Section. If any quantities arc stated in the
pricing section as being "estimated" quantities, vendors are advised to review the "Estimated
Quantities"clause contained in Section 3 of this solicitation.
• Any bid containing a modifying or"escalator"clause not specifically allowed for under the solicitation
will not be considered.
• Unit prices will govern for all services priced on that basis as requested under this solicitation.
• All pricing will be FOB Destination unless otherwise specified in this solicitation document.
• All pricing submitted will remain valid for a ninety (90) day period. By signing and submitting a
response to this solicitation,the vendor has specifically agreed to this condition.
• Vendors are advised to visit our website at httn://www.lakecountvfl.tov and register as a
potential vendor. Vendors that have registered on-line receive an c-mail notice when the County
issues a solicitation matching the commodity codes selected by a vendor during the registration
process.
• If the vendor has questions regarding the applicability of Chapter 119,
Florida Statutes, to the vendor's duty to provide public records relating to
the contract, contact the custodian of public records via the individual
designated in provision 1.2 of this solicitation.
ACKNOWLEDGEMENT OF ADDENDA
INSTRUCTIONS: Complete Part I or Part II. whichever applies
Part 1:
The vendor must list below the dates of issue for each addendum received in connection with this
ITB:
Addendum 41, Dated: ( , 9 I ci ,e)L
Addendum#2,Dated:
Addendum#3, Dated:
Addendum#4, Dated:
Part II:
❑ No Addendum was received in connection with this ITB.
2O
LL-C—• 17'B Number: 19-0912.
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 he 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.
DUNS Number(Insert if this action involves a federal funded project):
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 tht. egard. Additional requirements may apply in this regard as included within any specific
contract award. 0 Yes ❑ No
General Vendor Information and Bid Signature:
Firm Name: rG t i ,C,Li(\(\ \
Street Address: '3gDO J�J v-Id1\ ` — l,t)1(k\-ex-4LtjeX'4-(
Mailing Address(if different): 51) (-;L,tflea..stA.1 1- l l U t,6 ( �3
Telephone No. 67%9 Fax No.: E-mail: rvi j 4('eC.1I Orr
FEIN No. 'Q,0 ,�, Prompt Payment Terms: % days, net �J)
Signature: 1�iLlt- e�� ""` Date: � '2._.1 i
Print Name: oaf 1 Wn Title: �--jY1 -
Award of Contract by the County: (Official Use Only'
By signature below.the County confirms award to the above-identified vendor under the above identified
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
❑ Pre-qualified pool vendor(spot hid) El Primary vendor for items:
0 Secondary vendor lbr items: ❑Other status:
Signature of authorized County official: R.0,0141....— ^j Date: 0
Printed name: .:al?t,‘ L. vim Title: ,ti:o ; - - D
23
jirrenc7pil, LC.( 1TB Number 19-0912
SECTION 5-ATTACHMENTS
THE FOLLOWING DOCUMENTS ARE ATTACHED
Attachment 1: Work References Form
Attachment 2: Vendor Profile Form
24
\_,\,,,,,.\,,i,\ e,,,11,1LLe__ ITB Number. 19-0912
WORK REFERENCES FORM
Agencyc%ia -C' WH J P
Address -�(" 1 r\, ,TiD C! e )
City.State,ZLP up� L 33 LA i _
Contact Person Q t-5 `- Z ckLfzve
Z
tve
Telephone/email ��0,4 ((Li4k-z SuS, w I
Dates of Scn•ice —1 4a[)I t.D ` ( _�,Q,t/v,-�-•
nn I
Type of Service O74( &7'(\
, � SeC- f +�_ V et11't Z`e,/�y�?A ()' Cl C 4"
comments: li c✓ i 4 1`4 1 ke y-s. Ic 6 1`rl� ►Y -5
Arm, CAtf) - CIAVNIQWQI 1e
Address --. SQ. 1_.a "-
City,State.ZIP C-NtngclA t'Q , c-st/ 3 cJ
Contact Person C ctof '50.T..-O {` ex Li
Telephone/email 3s Z-' -o 7 f y 5 s .L©Ct C (6)t-l=i-11 50t,vU,(.-
Dates of Service 5 u rr
Type arService . 1 / ����Q,pJ�t ,A 'f �t� /m•-� (ker-
3
comments: ?e\ 1f'O C? U`^'� �} ,� 1 %rj5 r- 11%
Agency r
kA(AO\aS _ouk\
Address L400 s 1- ' 4 t-ti i--- -1,. • L1 - L
City.State.ZLP Ge ctri.atA e2 . 1__ a- --t5 CP
Contact Person Ccr'ci {'\ C L nuc.-- ,
Telephone/email ,-1,z -1 - ?4LoLt -c I 1 G rn clatiltQVirtius Cate-are
Dates of Service AIM _ Curreiv\—
((I
Type of Service �p1' e_C. n c ' 00;t(4 A--€%. !102 _
co., l.` S�.F �o�k-)u
(r- llti�� b �!, u�11/Q�(
1
25
cl IrMAVA
J 1 ITB Number: 19-0912
VENDOR PROFILE FORM
1. Vendor Name&Address: �, 1 d. Licensed to do business in the State of Florida?
SL\C* (
ti la ` C, �Lc_ Yes No
bD W L "�6n le. Name, Title & Telephone Number of Principal to
Contact
bji(\-\•e\tkl,60 0/ rt-} 33g2I F._-_,\\;c_A\ ct_‘,‘L
.a- Lo---)2'9 - L\0 t
`af,G,-
�q6
1f.Address of office to perform work, if different from Item
la. FEIN# a 1
CSO
lb.Year Firm was established Lobi
lc. Are you a"Not for Profi '501(c)(3)organization?
--
Yes No •
If you answered yes,please provide proof.
2. Please list appropriate license numbers and attach copies.
IXC cif\ \2(z---
3. The above is a statement of a
Signature: (6`19.1r•Aq ty, Date: 41 Al
b,G.ff\h (__11n\
c \ .
(Typed or Printe9 Name) (Title)
26
LAKE COUNTY
FLORIDA
OFFICE OF PROCUREMENT SERVICES PHONE: (352)343-9839
315 WEST MAIN STREET, SUITE 441 FAX: (352) 343-9473
PO BOX 7800
TAVARES FL 32778-7800
ADDENDUM NO. 1
Date: February 19,2019
Invitation to Bid (ITB) 19-0912
Collection, Recycling,and Proper Disposal of Used Oil and Related Commodities
It is the vendor's responsibility to ensure their receipt of all addenda, and to clearly acknowledge all
addenda within their initial bid or proposal response. Acknowledgement may be confirmed either by
inclusion of a signed copy of this addendum with their response by completion and/or return of the
addendum acknowledgement section of the solicitation. Failure to acknowledge each addendum may
prevent the bid or proposal from being considered for award.
This addendum DOES NOT change the date for receipt of bids.
Questions/Answers:
Q1. I would like to inquire to the pricing section#2 and#7. Please detail the products.
Al. Item #2 occurs when liquids such as gasoline,antifreeze, etc. gets mixed with the UO. Item #7 is
sludge from our UO tanks or waste fuel.
Acknowledgement of Addendum:
Firm Name: i1jt'' `1Date: c>2 r1 / 1�
"�
Signature: 4rvy Title: ( j'y
Typed/Printed Name: l 1(,c, ..
Form W-9 Request for Taxpayer Give Form to the
w.October zona)
theIdentification Number and Certification requester.Do not
(Re,•.
Dallannieru or the Treal," send to the IRS.
M!rnal Feve!we Service e.Go to www.irs.gov/FormWW for Instructions and the latest information.
1 home eau shovel on yV'Y vx:ome lax ret,rr.i Na'",is moored on 1+'r;,:no.tit!not.rare In,s.rte bLar.5
L5yrtergy RecyelinqLAC
2 c4,s,lass nemeidlafterdea eretdy herr r...1 dl 'Jot from olio's
hI----Glx appropriate no for loaera1 tax ta.ase:f,a.atiot u!tri, nelson wrgss nam•:S enterer of 1:nr 1.Cnorrk On,,one o t the ,r 4 Ea melons lroees ono:),rxrr to
¢�
t roilowen2 sewer boxes. i C1I1 n entities..t.4 rndrveddals.fee
' 151,0c ttim On odoe 3h:
5 i 1 ind,v was,9 pr prier t or 0 C eoroor l'n. .t S Curpo4flEU !...: Prwtr.orStwe L..: -!::to.021a4.i 1
a Sur,(Ie-member U.0 i fusee nal cayre coca ti'are t
t. j [� t xn.(oO satAty company Enter nits tan dab.I c 1hCnt 1C.1;:w!pucOtTa 3•S coal ealK n.P.-Partners-up►......0
p _i Note:Canis.the aoorour ate box••i tnc:ne•ettow to,t', tax c4nu rfx:ato!as inu s1'1gkt4ne fiber O'w'l,x foo'IN Cnr1C4 i I.xarrpt,xt from FAlCFA reOOrhnn
LLC it thr;I.t,C la c1aasit:Nd ai a s:ngie rt•e i:leer Lae tnat:i dwegardmt"crn t.e owner unless the owner of.1i LLL.t, i acne•rr any,
1 i another 11C that is not d$rigtxded from Ins owner kir US.ivacr3'Inx purposes.CMhen:Rae.a singta-n'entoe!1.1,,t'nat; -_�--_._ ._.
ue3 c
!feregar deo trap Inc owner 6110ott:MCA OA approonate bc:x fox tit•tax ua1rdecnt.oit rt ice owns •
Ci: 0 Otnwr(890 4,...,2.v► —..V. t :•+terx a:.:`, ...,.kens,...,rt.,,_ _0.1•
..._..
5 Address(nuilbe r.etre%+.and apt.orsw no.)See•rst,.u:tcns —1-11;47.:51,77.71g-Ta‘'kr aldeNsy r4ptrecneiiµ
510 ShOtqun Road Suite110 ___._..._.
(6 Ciy,slato,and ZIP code - t
•
t,SunriseL FL 33325 �. __. -_ __.__.....__�._....._- - -i.._
7 t.!st walla numnerfs)hone(opt:onal)
Part I Taxpayer Identification Number(TiN) _ _ _ �________
Enter your TIN in the appropriate box.The TIN provided must match the name given on line I to avoid tel eceurtty number
backup withholding.For Individuals.this Is generally your sot.tal security number(SSW However.for a i ( i i
resident alien.sole proprietor,or disregarded entity,see the instructions for Pert I.later.For other `f I -i 1I I i
entitles,it is your employer identflaitlon number(L-'IN).If you do not have n number.see How to gel a L._.__
1 . i__ l
._.1 L __i i
TIN,later. orI
Note:If the account is in more mar.one name,see the Instructions toy erne 1.Nso see What Name and [Employer identification number
Number To Give the Requester for rites on whose number to .totter, 1 i
gt . 2 DI -1315 9 3I, 813 1i
Part II Certification — — . _ .__._
Under penalties t:of perjury,I certify that
1.The number shown on this form is my correct taxpayer identification number or I am waiting for a number to be issued to me):and
2.1 am not subject to backup withholding because:tar I am exempt from backup withholding,01(b)I have not been notified by the Internal Revenue
Service(IRS)that i ant strb)ect to backup withholding as a result of a failure to report all Interest or divldenos,or(c)the IRS has notitled me tnat i am
no longer subject to backup wit bolding:and
3.I am a U.S.citizen or other U.S person(defined below):and
4.The FATCA code(s)entered on tnis form(if any)i ndicetinq that I am exempt from FATCA reporting Is correct.
Certification instructions.You must cress out item 2 aum'e it you have been itottflee by the IRS mat you are cane fitly subject to backup wi(nhddrtg because
you have failed to report all interest and dividends on your tax return.For real estate transactions.Item 2 does not apply.For mortgage rntereet paid,
acquisition et abandonment et secured property,cancellation of debt.contributions to an Individual retirement arrangement(IRA).and generally.payments
other than Interest aria dividends.VOL are not requred to sign)me certification.out you must provide your covert TIN.See the instructions for Part II,later.
Sight gds at ' �/'• ' . /i r
Here U.S.person I. /J i Date le /,'9/ i
General Ins ` tions v� . •Form 1099-DIV tdlvidrlds,including those from stocks or mutual
fuedsl
Section references we to he Internal Revenue Code unless otherwise •Form t0194.4ISC(various types of amore.prizes.awards,or gross
noted. proceeds)
Future developments.For the latest information about developments •Form 1099-8(stock or mutual fund sales and ccerrttin other
related to Form W-9 and its instructions,Such as legislation enacted transactions by brokers)
atter trey were pupli6tted,go to www.irs.gov/FormW::r. •Form 1899-S(proceeds from real estate transactlons)
Purpose of Form •Font IO99.1i(merchant card and third party network transactions)
An individual or entity(Form W-9 requester:who is required to lite an •Form 1098(home mortgage intermit,1096-s(student loan interest).
Inhumation return with the IRS must obtain your correct taxpayer 1098.T(turiont
Identification number(TIN)which may be your social secunry number •Form 1099-C(canceled debt)
ISSN).individual taxpayer hient{pCntlon number(.)11N),adoption: •Fomn 1099-A(acquisetiort Or Abandonment or secured property)
taxpayer identification number LATIN),or employer identification number
tEIN),to report on an information return rite amount paid to you.or Other Use Fenn W.1 only ii you are a U.S.person(including a resident
amount reportable on an Information return.Exampler.of Inlomtation alien),to provide your correct TIN.
returns incl de.but are not limited to.the following. If you do not return Porn,1-V-1)lo the requester with a TiN.you might
•Form 1099-INT(interest earned or paid) be strojecl to backup withholding,See What is backup withholding.
Inter.
Cnt.No 10291X. Form W-9(Rev.10.2018)
a" poPbrt�°ry^ Rick Scott
Florida Department of Governor
Environmental Protection
Carlos I,opez-Cantera
Lt.Governor
Bob Martinez Center
2600 Blair Stone Road Noah Valenstein
4."; ""Ohtai pt°Yeo Tallahassee,Florida 32399-2400 Secretary
June 08,2018
Montlniquo Buquoi
Synergy Recycling of Central Florida LLC
3800 W Lake Hamilton Dr
Winter Haven,FL 33881 9262
BE IT KNOWN THAT
Synergy Recycling of Central Florida LLC
3800 W Lake Hamilton Dr
Winter Haven,FL 33881 9262
IS HEREBY REGISTERED AS A USED OIL
•
Self Transporter,Transfer Facility,Processor,Marketer,Filter Transporter,Filter Transfer Facility
pursuant to Chapter 62-710, Florida Administrative Code(F.A.C)
The Department of Environmental Protection hereby issues
Registration Number FLR000053611 on June 08,2018
Transporter Type:Self-Transporter
This registration will expire on 06/3012019
This certificate documents receipt of your annual registration
and annual report. It shall be displayed in a prominent place
at your facility."ibis certificate and your on-line payment receipt
are your receipts.
EXHIBIT B
uLL.L . 1113 Number: 19-0912
PRICING SECTION
Item Unit
Number Item Description Unit Price
I
1. Used Oil Recycling per the preceding terms, conditions
and statement of work.
Price paid to the County Per Gallon $
Price paid by the County Per Gallon $ 10,(j
2. Used Oil-Contaminated Disposal per the preceding terms,
conditions and statement of work.
Price paid to the County Per Gallon $ b.CL
Price paid by the County Per Gallon $ o b()
3. Used Oil Filter Recycling per the preceding terms,
conditions and statement of work.
Price paid to the County Per Each $ b,bp
Price paid by the County Per Each $D,DO
4. Used Antifreeze Recycling per the preceding terms,
conditions and statement of work.
Price paid to the County Per Gallon $
Price paid by the County Per Gallon $f) DC.)
5. Pads and Oil Absorbents Recycling per the preceding
terms,conditions and statement of work.
Price paid to the County Per Each $ b•DC
Price paid by the County Per Each $ 4r6,00
6. Sludge Recycling per the preceding terms,conditions and
statement of work.
Price paid to the County Per Gallon $h.CL)
Price paid by the County Per Gallon $ /,a5
7. Other Liquids Recycling per the preceding terms,
conditions and statement of work.
Price paid to the County Per Gallon $ C (-)'
Price paid by the County Per Gallon $ Ca .5V
K. VAC Truck with operator Hour Rate $
21
•
• loMC` \ L( - -- 1113 Number: 19-0912
Name and telephone number of person to contact for
emergency service:
Name:Cc f - fl
Telephone: I -D,-/-4-1 V--q(1-1 y L4,_\
Disaster Assistance ContactPers n:
t c(- t,-4,„ :lJ� fry .
Disaster Contact Nttmber(s): 11
Lots - u-Ga- Cor)34
Calendar days required to commence contract:
c.. -- .e .jei\t� days
Signing this Bid,the Vendor Attests and Certifies that:
• It satisfies all legal requirements(as an entity)to do business with the County.
• The undersigned vendor acknowledges that award of a contract may he 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 hid document and any contracts or other transactions required by
award of this solicitation.
i
Purchasing Agreements with Other Government Agencies
This section is optional and will not affect contract award. if Lake County awarded you the proposed contract,would
you sell under the same terms and conditions, for the same price, to other governmental agencies in the State of
Florida? Each governmental agency desiring to accept to utilize the contract will be n ;xmsible for its own purchases
and will be liable only for materials or services ordered and received by it. R/Yes "] No(Check one)
Certification Regarding Felony Conviction
Has any officer,director,or an executive p rtimming 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: Oyes ❑ No
Reciprocal Vendor Preference:
Vendors are advised the County has established,under Lake County Code,Chapter 2,Article VII,Sections 2-221 and
2-222; a process under which a local vendor preference program applied by another county may be applied in a
reciprocal manner within Lake County.The following information is needed to pupport application of the.Eode:
1. Primary business location of the responding vendor(city/state): kA)I(y t( tla ot Y\ / 1'_ 1
2.Does the responding vendor maintain a significant physical location in Lake County at which employees are located
and business is regularly transacted: 0 Yes No If "yes" is checked, provide supporting detail:
22