Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2022-005ADocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
#2022-005-A
CONTRACT APPROVAL FORM
TO: BRIAN BULTHUIS, CITY MANAGER DS
THRU: FREDDY SUAREZ, PROCUREMENT SERVICES DIRECTOR
FROM: RAMSEY JIMENEZ, SENIOR PROCUREMENT AGENT DS
SUBJECT: FIRE RESCUE HAZMAT SUPPLIES AND EQUIPMENT ��
DATE: JANUARY 26, 2022
THE PROCUREMENT SERVICES DIRECTOR RECOMMENDS THE
FOLLOWING:
1. APPROVE: Agreement between the City of Clermont and Fisher Scientific Company,
LLC to provide fire rescue hazmat gear for the Fire Department. The agreement shall take
effect on the date of execution by both parties and shall remain in effect until December
7, 2022, unless renewed or terminated as provided by the Orange County contractual
agreement.
2. Why is this action necessary: In accordance with the City of Clermont Purchasing
Policy, the City Manager is authorized to approve contracts under $50,000 that do not
require a budget amendment.
3. ADDITIONAL INFORMATION: At the request of the Fire Department, the Procurement
Services Department sought a contract with Orange County for Fire Rescue Hazmat
Bunker Gear, contract number Y17-1095C. The estimated annual expenditures is less
than $25,000 and it is included in the Fire Department budget. The Procurement Services
Department issued RFI 2212-004 to notify local vendors of the City's intent to utilize other
governmental entities' contract. At the completion of the RFI the Procurement Services
Department received no interest. The Orange County contract was fully competed,
advertised, and complies with the City of Clermont Purchasing Policy.
4. FISCAL IMPACT: The fiscal impact of $22,000 is included in the current year approved
budget.
5. EXHIBITS: Orange County Bid Tabulation
Fisher Scientific Agreement
Approved
DocuSigned by:
fNiAln, 6AUS
' Ighature
APPROVAL AUTHORITY
Approved I&] Disapproved ❑
Reason/Suggestion (If disapproved)
City Manager
Title
2/1/2022
Date
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
AGREEMENT NO. 2022-005 FOR
FIRE RESCUE HAZMAT SUPPLIES AND EQUIPMENT
THIS AGREEMENT, is made and entered into this I day of February
2022, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation
under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont.
Florida, (hereinafter referred to as "CITY"), and Fisher Scientific Company, LLC, whose
address is: 300 Industry Drive Pittsburg, PA 15275, (hereinafter referred to as
"CONTRACTOR").
WHEREAS, Orange County through the public procurement process awarded an
Agreement for fire rescue hazmat supplies and equipment, Orange County Contract
Number Y17-1095C;
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 Orange County Contract Number Y17-1095C;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE 1— SCOPE OF WORK
The CONTRACTOR shall furnish fire rescue hazmat supplies and equipment as described
in the Orange County Contract Number Y17-1095C , which is attached hereto and
incorporated herein as Exhibit "A" and shall perform everything required by this
Agreement and the other exhibits attached hereto. Provided, however, that nothing herein
shall require CITY to purchase or acquire any items or services from CONTRACTOR that
is not specified in the CITY's purchase order. 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 2 — 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 3 — TERM AND TERMINATION
3.1. This Agreement is to become effective upon execution by both parties, and shall
remain in effect until December 7, 2022 unless terminated or renewed by Orange
County.
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
3.2. Notwithstanding any other provision of this Agreement, CITY may, upon written
notice to CONTRACTOR, terminate this Agreement: a) without cause and for
CITY's convenience upon thirty (30) days written notice to CONTRACTOR b) if
CONTRACTOR is adjudged to be bankrupt; c) if 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 the 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.
3.3. Upon mutual Agreement of the parties, this Agreement may be renewed or
terminated by Orange County.
ARTICLE 4 — PROVISION OF SERVICES AND COMPLETION OF WORK
4.1. The CONTRACTOR shall only provide to CITY fire rescue hazmat supplies and
equipment upon receipt of an authorized order from CITY and shall provide the
requested items in the timeframe and as set forth in Orange County Contract
Number Y17-1095C or in the specific purchase order or authorized order submitted
by CITY. Nothing herein shall obligate CITY to purchase any specific amount of
product from CONTRACTOR or create an exclusive purchase agreement between
CITY and CONTRACTOR. CITY shall not be obligated or required to pay for any
items received until such time as CITY has accepted the items in accordance with
the order provided to CONTRACTOR.
4.2. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify
CITY if it has an issue or question related to the fulfillment of the order or whether
there will be any delay in providing the items requested. Failure of
CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking
payment of any kind for any items that were delayed in delivery. Upon receipt of
notification of the delay, CITY may at its sole option cancel the order and seek the
items from any available source.
4.3. It is expressly understood and agreed that the passing, approval and/or acceptance
of any gasoline, diesel, kerosene, LP gas and bio-diesel herein by CITY or by any
agent or representative as in compliance with the terms of this Contract shall not
operate as a waiver by the CITY of strict compliance with the terms of this Contract
and the CITY may require the CONTRACTOR replace the accepted gasoline,
diesel, kerosene, LP gas and bio-diesel so as to comply with the warranties and
specifications hereof.
4.4. COMPANY specifically acknowledges that this Contract does not bind or obligate
CITY to purchase any minimum quantity of product during the term hereof.
2
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
ARTICLE 5 — 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 of products to CITY as set forth in the applicable purchase order. CITY shall make
payment to the CONTRACTOR for all accepted deliveries and undisputed product
delivered and services provided, within thirty (30) calendar days of receipt of the invoice.
ARTICLE 6 — DISPUTE RESOLUTION - MEDIATION
6.1. 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.
6.2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and
other matters in question between them by mediation.
6.3 The parties shall share the mediator's fee and any filing fees equally. The mediation
shall be held in Clermont, Lake County, Florida, unless another location is mutually
agreed upon. Agreements reached in mediation shall be enforceable as settlement
Agreements in any court having jurisdiction thereof.
ARTICLE 7 — INSURANCE AND INDEMNIFICATION RIDER
7.1. Worker's -Compensation Insurance — The CONTRACTOR shall take out and
maintain during the life of this Agreement, Worker's Compensation Insurance for
all its 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 subCONTRACTOR
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.
7.2. CONTRACTOR's Commercial General Liabilitv Insurance — The
CONTRACTOR shall take out and maintain during the life of this Agreement,
Commercial General Liability and Business 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
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
indirectly employed by it, and the amount of such insurance shall be as follows:
(a) CONTRACTOR's Commercial General Liability, $500,000 Each,
($1,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, &
Property Damage Combined Single Limit
(b) Automobile Liability Coverages, $500,000 Each, Bodily Injury & Property
Damage Occurrence, Combined Single Limit
(c) Excess Liability, Umbrella Form $100,000 Each Occurrence, Combined
Single Limit
Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall
be amended to provide coverage on an occurrence basis.
7.3. Indemnification Rider
(a) To the fullest extent permitted by law, the CONTRACTOR shall indemnify
and hold harmless the CITY and its employees from and against all claims,
damages, losses and expenses, including but not limited to reasonable
attorney's fees, arising out of or resulting from its performance of the Work,
provided that any such claim, damage, loss or expense (1) is attributable to
bodily injury, sickness, disease or death, or to injury to or destruction of
tangible property (other than the Work itself) , and (2) is caused in whole or
in part by any negligent act or omission of the CONTRACTOR, any
subcontractor, anyone directly or indirectly employed by any of them or
anyone for whose acts any of them may be liable, regardless of whether or
not such acts are 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; however, this indemnification does
not include the sole acts of negligence, damage or losses caused by the
CITY and its other contractors.
(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.
S
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
ARTICLE 8 — 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: Fisher Scientific Company, LLC
300 Industry Drive
Pittsburg, PA 15275
Attn: Michael Botet, Segment Director
OWNER:
ARTICLE 9 — MISCELLANEOUS
City of Clermont
Attn: Brian Bulthius
685 W. Montrose Street
Clermont, FL 34711
9.1. 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.
9.2. 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.
9.3. 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.
9.4. 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.
9.5. Entire Agreement — This Agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
5
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
prior and contemporaneous Agreements between the parties with respect to the
performance of services by CONTRACTOR.
9.6. 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.
9.7. 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.
9.8. 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.
9.9. Public Records — Contractor expressly understands records associated with this
project are public records and agrees to comply with Florida's Public Records law,
to include, to:
(a) Keep and maintain public records that ordinarily and necessarily would be
required by the CITY in order to perform the services contemplated herein.
(b) Provide the public with access to public records on the same terms and
conditions that the CITY would provide the records and at a cost that does
not exceed the cost provided in this Florida's Public Records law or as
otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as
authorized by law.
(d) Meet all requirements for retaining public records and transfer, at no cost,
to the CITY all public records in possession of CONTRACTOR upon
termination of the contract and destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure
requirements. CONTRACTOR shall use reasonable efforts to provide all
records stored electronically to the CITY in a format that is compatible with
the information technology systems of the CITY.
(e) IF CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTRACTOR SHALL
CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT
CITY CLERK'S OFFICE, (352) 241-7331.
0
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
ARTICLE 10 — AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this Agreement
as if herein repeated.
Document Precedence:
10.1. This Agreement
10.2. Purchase Order / Notice To Proceed
10.3. An applicable Contractor Quote or Statement of Work
10.4. All documents contained in the Orange County Contract Number Y17-1095C
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this I day of February . 2022
CITY OF CLERMONT
DocuSigned by: � ps'
f
bViaan. 6AULu S
Brian Bulthuis, City
ATTEST:
DocuSigned by:
T4" Aairao,-,l Heave
Tracy Ackroyd Howe, City
7
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
Fisher Scientific Company, LLC
�AD,o'c�u.S-gnerld by:
. �l vU&a t� bbv
By• 9F7999BtD90243B...
(Signature)
Print Name: Michael Botet
Title: sales manager
Date:1/2 5/2022
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
AMENDMENT NO. 10
CONTRACT NO. Y17-1095C-MV FIRE RESCUE HAZMAT SUPPLIES AND EQUIPMENT
EFFECTIVE DATE: December 8, 2021
By mutual agreement, the subject contract is changed as follows:
1. The contract is hereby renewed for the period of December 8, 2021 through December
7, 2022.
All other terms, conditions and prices remain unchanged.
IN WITNESS WHEREOF, the parties have executed this amendment on the dates below:
FISHER SCIENTIFIC COMPANY, LLC
By:
Print Name: M ` c" r e
Title: Seg-%ee& 't`� br
Date: V 7 /-a If
BOARD OF COUNTY COMMISSIONERS
ORANGE COUNTY, FLORIDA
"A—
Melisa Vergara, tB
Contracting Agent
Procurement Division
Date: 6/29/21
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
f
I
AMENDMENT NO.9
CONTRACT NO. Y17-1095C-MV FIRE RESCUE HAZMAT SUPPLIES AND EQUIPMENT
EFFECTIVE DATE: December 8, 2020
By mutual agreement, the subject contract is changed as follows:
1. The contract is hereby renewed for the period of December 8 2020 thro
7, 2021 ugh December
All other terms, conditions and prices remain unchanged.
IN WITNESS WHEREOF, the parties have executed this amendment on the dates below:
FISHER SCIENTIFIC COMPANY, LLC
By:
BOARD OF COUNTY COMMISSIONERS
ORANGE COUNTY, FLORIDA
Melisa Vergara, CPP
Print Name: ✓�'1 �C6e ( 6o Senior Contractin A ent
Title:
Date: CV/6Z
(1)
Procurement Division
Date: 9/25/20
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
AMENDMENT NO. 8
CONTRACT Y17-1095C-MV, FIRE RESCUE HAZMAT SUPPLIES AND EQUIPMENT
EFFECTIVE DATE: March 26, 2020
The subject contract is changed as follows:
1. The total amount of the contract is changed from $3,172,050 to $2,172,050 a
decrease of $1,000,000.
All other terms, conditions and prices remain unchanged.
IN WITNESS WHEREOF, the parties have executed this amendment on the dates below:
Orange County
Board of County Commissioners
Orange County, FL
orlawor,
Signature
Carrie Mathes, CFCM, CPPO, CPP13, C.P.M., A.P.P.
Manager
3/25/2020
Date
Y17-1095C-MV Amendment No. 8
Page 1 of 1
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
AMENDMENT NO.7
CONTRACT Y17-1095C-MV, FIRE RESCUE HAZMAT SUPPLIES AND EQUIPMENT
EFFECTIVE DATE: FEBRUARY 14, 2020
By mutual agreement, the subject contract is changed as follows:
1. ADDITIONS
a. Lot AAA, Item 7. Fire-Dex, Wildland/EMS gear, at a 35% discount from
List Price.
b. Lot AAA, Item 8. Fire-Dex, Tecgen 51-USAR gear, at a 20% discount
discount from List Price.
2. Delivery shall be no later than thirty (30) days ARO.
All other terms, conditions and pries remain unchanged.
IN WITNESS WHEREOF, the parties have executed this amendment on the dates -below -
FISHER SCIENTIFIC COMPANY, LLC. BOARD
COUNTY,
By: }
Print Name: (ir G(� ( 6 0-Vo"T" Zulay >I P PB, FCCM
Title: eP�-�- p�(�G-vl` Procurement Division
Date: 3 2 (� Dater
Y17-1095C-MV Amendment No. 7
Page 1 of 1
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
AMENDMENT NO.6
CONTRACT Y17-1095C-MV, FIRE RESCUE HAZMAT SUPPLIES AND EQUIPMENT
EFFECTIVE DATE: NOVEMBER 19, 2019
By mutual agreement, the subject contract is changed as follows:
1. The total amount of the contract is changed from $3,322,050 to $3,172,050 a decrease
of $150,000, all other terms, conditions and prices remain unchanged.
EFFECTIVE DATE: DECEMBER 8, 2019
1. The contract is hereby renewed for the period of December 8, 2019 through December
7* 2020.
2. DELETIONS
a. Lot S, Item 1. Honeywell, bunker gear is deleted from the contract.
b. Lot S, item 2. Honeywell, boots is deleted from the contract
C. Lot S, Item 3. Honeywell, helmets is deleted from the contract.
d. Lot S. item 4. Honeywell, accessories is deleted from the contract.
3. ADDITIONS
a. Lot ZZ, Item 1. Inno Tex bunker gear, at a 30°% discount from List Price.
b. Lot ZZ, Item 2. Inno Tex gloves, at a 36°% discount from List Price.
C. Lot ZZ, Item 3. Inno Tex hoods, at a 36 *A discount from List Price.
d. Lot AAA, Item 1. Fire-Dex bunker gear, at a 49°% discount from List Price.
e. Lot AAA, Item 2. Fire-Dex hoods, at a 44% discount from. List Price.
f. Lot AAA, item 3. Fire-Dex gloves, at a 44°% discount from List Price.
g. Lot AAA, Item 4. Fire-Dex helmets, at a 44% discount from List Price.
h. 'Lot AAA, Item S. Fire-Dex suspenders, at a 44°% discount from List Price.
I. Lot AAA, Item 6. Fire-Dex accessories, at a 35°% discount from List Price.
4. Delivery shall be no later than thirty (30) days ARO.
All other terms, conditions and prices remain unchanged.
YI.7-1095C-MV Amendment No. 6
Page i of 2
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
IN WITNESS WHEREOF, the parties have executed this amendment on the slates below:
FISHER SCIENTIFIC COMPANY, LLC.
By:
Print Name: r1G'I-Pl t5n
Title: Le 4-(pr--
Date: 1 � zz s J lei
Y17-1095C-MV Amendment No. 6
Page 2 of 2
BOARD OF COUNTY COMMISSIONERS
ORANGE COUNTY, FLORIDA
zulay Millan, CPPO, CPPB, FCC.M
Came Mathes, MPA, CFCM, CPPO, C.P.M.
Procurement Manager
Procurement Division
Date: li
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
AMENDMENT NUMBER 5
CONTRACT Y17-1095C-MV, FIRE RESCUE HAZMAT SUPPLIES AND
EQUIPMENT
FISHER SCIENTIFIC COMPANY, LLC.
Effective date: August 9, 2019
1. The referenced contract is changed as follows:
The total contract amount is decreased by $190,000. The estimated
contract amount is decreased from $3,512,050 to $3,322,050.
2. All other specifications, terms and conditions, prices and percentage
discounts remain unchanged.
Orange Coun a d of County Commissioners
M
Assistant Manage
4141
Date
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
AMENDMENT NUMBER 4
CONTRACT Y17-1095C-MV, FIRE RESCUE HAZMAT SUPPLIES AND
EQUIPMENT
FISHER SCIENTIFIC COMPANY, LLC.
Effective date: October 18, 2018
The referenced contract is changed as follows:
The total contract amount is increased by $325,000. The estimated
contract amount is increased from $3,187,050 to $3,512,050.
2. All other specifications, terms and conditions, prices and percentage
discounts remain unchanged.
vssioners
Assistant Manager
101 nd is
Date
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
AMENDMENT NUMBER 3
CONTRACT Y17-1095C-MV, FIRE RESCUE HAZMAT SUPPLIES AND
EQUIPMENT
FISHER SCIENTIFIC COMPANY, LLC.
Effective date: December 8, 2018
1. The referenced contract is renewed as follows:
December 8, 2018 through December 7, 2019,
2. All other specfcations, terms and conditions, prices and percentage
discounts remain unchanged.
Fisher Scientific Company, LLC.
Signature
.�Ckaer 6o4e-+
Printed/Typed Name
Title
01/10 11F
Date
Orange County Board of County
Commissioners
0:• 1:nge County, FL
Signature
.1�
Melisa Vergara, CPPB
Senior Purchasing Agent
Date--
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
It.
AMENDMENT NUMBER 2
CONTRACT Y17-1095C-MV, FIRE RESCUE HAZMAT SUPPLIES AND
EQUIPMENT
FISHER SCIENTIFIC COMPANY, LLC.
Effective date: June 20, 2018
1. The referenced contract is changed as follows:
The total contract amount is increased by $480,000. The estimated
contract amount is increased from $2,707,050 to $3,187,050.
w
2. All other specifications, terms and conditions, prices and percentage
discounts remain unchanged.
Orange Co ty rd of County Commissioners
Signature-. .
Administrator
k-I�:-,
Date
I&
t
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
AMENDMENT. NUMBER 1
CONTRACT Y17-1095C-MV, FIRE RESCUE HAZMAT SUPPLIES AND
EQUIPMENT
FISHER SCIENTIFIC COMPANY, LLC.
Effective date: February 1, 2018
1. The referenced contract is changed as follows:
The total contract amount is increased by $1,201,000. The estimated
contract amount is increased from $1,506,050 to $2,707,050.
2. All other specifications, terms and conditions, prices and percentage
discounts remain unchanged.
Orange CouWBoar4�County Commissioners
Administrator
Date
DocuSign Envelope ID: 1 E287417-0536-4F89-9484-375152DB64DD
YF .r - �i PROCUREMENT DIVISION
.� CARRIE WOODELL, MPA, CFCM, CPPO, C.P.M., APP, Manager
i —JY 400 E South Street 2"d Floor * Reply To: Post Office Box 1393, Orlando, FL 32802-1393
;OVER,�TI► NT PH:407-&36-5635 FAX: 4117_R,36_50()
L D! I D A
TERM CONTRACT NO. Y17-1095C-MV
FIRE RESCUE HAZMAT SUPPLIES AND EQUIPMENT
LOTS C, D, G, J, K, L, S, EE, GG, HH, JJ, MM, NN, 00, SS, TT, VV & WW
TO: Fisher Scientific Company, LLC.
300 Industry Drive
Pittsburg, PA 15275
This is to inform you that the Orange County Board of County Commissioners
hereby enters into a term contract subject to the following:
TERMS AND CONDITIONS
1. Acceptance:
This contract is our acceptance of your offer in response to our
Invitation for Bids No. Y17-1095C-MV, Fire Rescue HazMat
Supplies and Equipment - Term Contract, and is subject to all terms
and conditions therein.
2. Term of Contract:
A. This is a term contract for the time period specified in the
referenced Invitation for Bids, for the products/services covered
by this contract. The County is not obligated to purchase any
minimum amount of products or services, unless otherwise
stipulated in the Invitation for Bids.
B. This contract is effective December 8, 2017, and shall remain in
effect through December 7, 2018. The estimated contract
award for this period is $1,506,050.
C. This contract may be renewed upon mutual agreement as
provided in the Invitation for Bids. Any amendments to this
contract must be in writing and signed by both parties. Such
amendment(s) must be signed by the representative of the
Orange County Procurement Division to be valid, binding, and
enforceable.
D. This contract may be cancelled or terminated as provided for in
the Invitation for Bids.
Page 1 of 2
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
3. Ordering against Contract:
A. Unless otherwise specified in the Invitation for Bids, the County will place
orders by issuance of a numbered Delivery Order against this contract.
Each Delivery Order will specify the quantity, description and location for
delivery.
B. The obligations of Orange County under this contract are subject to need
and availability of funds lawfully appropriated for its purpose by the
Board of County Commissioners.
4. Taxes:
The County has the following tax exemption certificates assigned.
A. Certificate of Registry No. 59-70-004K for tax free transactions under
Chapter 32, Internal Revenue Code;
B. Florida Sales and Use Tax Exemption Certificate No. 85-8012622266C-
0.
5. Invoicing:
A. Invoices must be submitted, in duplicate, referencing this contract
number and the Delivery Order to:
Orange County Fire Rescue Department
Financial Services Division
P.O. Box 8579 Winter Park, FL 32793
Phone 407-836-9871
B. Invoices against this contract are authorized only at the prices stated in
your bid response, unless otherwise provided in the Invitation for Bids.
6. All requirements contained in any addenda to the solicitation for this procurement
are part of and hereby incorporated into this contract.
BOARD OF COUNTY COMMISSIONERS
ORANGE COUNTY, FLORIDA
BY: �� LC1 0 lL
Melisa Vergara, CaPPB U
Procurement Division
DATE: L
Page 2 of 2
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
Q
BID RESPONSE FORMi
1FB #Y17-1095461V
The Contractor shall provide all labor and other resources necessary to provide the
goods and/or equipment in strict accordance with the specifications defined in this
solicitation for the amounts specified in this Bid Response Form, inclusive of overhead,
profit and any other costs_
Lots A through XX are Percentage Discounts for Equipment and Parts,
manufacturer's most recently published price list.
LOT A
1. Ajax Tools
Delivery for Lot A shall be no later than 30 days ARO.
LOT B
ll V • 1, - ► ► 4 : • ►
1. Akron, parts
2. Akron, equipment
Delivery for Lot B shall be no later than 30 days ARO.
LOT C
Delivery for Lot C shall be no later than 30 days ARO.
LOT D
Ih0� ► • ,, 4, : : r • ►
1. Amerex Y a. 0/0
Delivery for Lot D shall be no later than 60 days ARO.
CiS Y. r CiC'n�rF[ �. �c C
Company Name
Page 27
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
LOT E
1. Amkus, Parts
2• Amkus, Equipment
Delivery for Lot E shall be no later than 45 days ARO.
LOT F
1. Angus Fire Hose
Delivery for Lot F shall be no later than 45 days ARO.
LOT G
Brady • • N /
Delivery for Lot G shall be no later than 60 days ARO.
LOT H
ITEM NO. MANUFACTURER % DISCOUNT
1. Bullard, head protection
2. Bullard, thermal imaging
Delivery for Lot H shall be no later than 30 days ARO.
LOT
ITEM NO. MANUFACTURER % DISCOUNT
1. Circle D, Equipment
2. Circle D, Parts
Delivery for Lot I shall be no later than 30 days ARO.
esker SCiI U, C
Company Name
Page 28
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
LOT J
ITEM NO. MANUFACTURER % DISCOUNT
1. CIVIC Rescue Equipment 2 � q0
Delivery for Lot J shall be no later than 30 days ARO.
LOT K
Drager Gas Detection
Delivery for Lot K shall be no later than 30 days ARO.
LOT L
ITEM NO. MANUFACTURER %uDISCOUNT
1. Dupont ! 3,S "�U
Delivery for Lot L shall be no later than 30 days ARO.
LOT M
1. Dewalt, Equipment
Delivery for Lot M shall be no later than 30 days ARO.
LOT N
1. Firecom
Delivery for Lot N shall be no later than 30 days ARO.
LOT O
1. Fire Hooks Unlimited L oh
Delivery for Lot O shall be no later than 30 days ARO.
ligSker S fin+i- C , LC L
Company Name
Page 29
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
LOT P
1. Hale, Category A
2. Hale, Category B
3. Hale, Category F
Delivery for Lot P shall be no later than 30 days ARO.
LOT Q
1. Havis Products
Delivery for Lot Q shall be no later than 30 days ARO.
LOT R
ITEM NO. MANUFACTURER % DISCOUNT
1. Globe
Delivery for Lot R shall be no later than 30 days ARO.
LOT S
1. Honeywell, bunker gear
2. Honeywell, boots
3. Honeywell, helmets 55 U
4. Honeywell, accessories l �0
5. Honeywell Gas Detection Equipment and Parts
Delivery for Lot S shall be no later than 30 days ARO.
V'LlQr- SC t ern+A C_ , LL C
Company Name
Page 30
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
fsS)1>t#�
ITEM NO. MANUFACTURER % DISCOUNT
1. RAE Systems by Honeywell, Equipment, Monitors, oL oi. U/U
Parts & Accessories
Delivery for Lot EE shall be no later than 45 days ARO.
LOT FF
r1A
Delivery for Lot FF shall be no later than 45 days ARO.
LOT GG
1.
Ringer Gloves
Delivery for Lot GG shall be no later than 45 days ARO.
LOT HH
ITEM NO. MANUFACTURER % DISCOUNT
1. Scott Safety, respiratory 36 (1�o _
2. Scott Safety Equipment, Parts -�y s �U
& Accessories, SCBA (NFPA)
Delivery for Lot HH shall be no later than 45 days ARO.
LOT II
ITEM NO. MANUFACTURER % DISCOUNT
1. Shelby w �} 0�0
2. Shelby, extraction gloves ! 1/0
Delivery for Lot II shall be no later than 45 days ARO.
f i Sher Sc , en+i-f i c, U C
Company Name
Page 33
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
LOT JJ
Delivery for Lot JJ shall be no later than 45 days ARO.
LOT KK
1. Stihl, Equipment
2. Stihl, Parts
Delivery for Lot KK shall be no later than 45 days ARO.
LOT LL
LTEM NO. MANUFACTURER % DISCOUNT
1. Supervac, parts 3 D G/
2. Supervac, non -parts 3b ��
Delivery for Lot LL shall be no later than 45 days ARO.
LOT MM
ITEM NO. MANUFACTURER % DISCOUNT
1. Thermo Scientific, radiation detection v/
2. Thermo Scientific, portable optical analysis 0/
Delivery for Lot MM shall be no later than 45 days ARO.
LOT NN
ITEM . • r DISCOU,r
Delivery for Lot NN shall be no later than 45 days ARO.
her 5C%end tc, L(, C
Company Name
Page 34
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
ITEM NO. MANUFACTURER % DISCOUNT
1. True North a 3 k
Delivery for Lot 00 shall be no later than 45 days ARO.
LOT PP
1. Whelen Products
Delivery for Lot PP shall be no later than 45 days ARO.
LOT QQ
1. Williams Fire Hazard, firefighting foams
Delivery for Lot QQ shall be no later than 45 days ARO.
LOT RR
1. Worden
Delivery for Lot RR shall be no later than 45 days ARO.
LOT SS
ITEM NO. MANUFACTURER % DISCOUNT
1. Saint Gobain 9/0
Delivery for Lot SS shall be no later than 45 days ARO.
LOT TT
ITEM NO. MANUFACTURER % DISCOUNT
1. Duracell Pro Cell Batteries 3 0 " D
Delivery for Lot TT shall be no later than 45 days ARO.
Company Name
Page 35
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
o1•
. • �I :.► : •il •
1. Gasco Calibration Gas
Delivery for Lot UU shall be no later than 45 days ARO.
LOT W
ITEM NO. MANUFACTURER % DISCOU,,N/T
1. Scott Safety Equipment
Delivery for Lot W shall be no later than 45 days ARO.
LOT WW
ITEM NO. MANUFACTURER % Dj§COUNT
1. Pacific New Zealand �0
Delivery for Lot WW shall be no later than 45 days ARO.
LOT XX
1. Genesis Monitor
Delivery for Lot XX shall be no later than 45 days ARO.
Rsk,er Saentt(�-c, �� C
Company Name
Indicate if items are to bejelivered:
via common carrier* 44w—, or Owned/Hired Vehicle
*If delivery will occur via common carrier, insurance requirements are not applicable. If
delivery will occur via owned or hired vehicles, insurance requirements are applicable.
IMPORTANT NOTE: When comoleting your bid do not attach any forms which
may contain terms and conditions that conflict with those listed in the Coun 's
bid documents(s). Inclusion of additional terms and conditions such as those
which may be on your company's standard forms shall result in Your bid being
declared non -responsive as these chances will be considered a counteroffer to
the CoupMs bid.
Page 36
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
THE FOLLOWING SECTION MUST BE COMPLETED BY ALL BIDDERS:
Company Name: �,,51, er- SG(P�{ �( C- ((.
NOTE: COMPANY NAME MUST MATCH LEGAL NAME ASSIGNED TO TIN
NUMBER. CURRENT W9 MUST BE SUBMITTED WITH BID.
TIN#: a3`a14A-)3)
D-U-N-S®# 0 0 Y3 1 S 11
3 0 0 -Tn�s Driv`pe 104+sbv r5 �►
(Street No. or P.O. Box Number) (Street Name) (City)
Contact Person:
Phone Number
Email Address:
W
(State)
t cl�ael 6 0+e--�
'-10)4y-g509
/says
(Zip Code)
Fax Number: 7?o " 9.) (, U 6 0 O
EMERGENCY CONTACT
Emergency Contact Person: (3wj-
Telephone Number 998 a63-S3 � °� Cell Phone Number:
3vady.h. i Ls et
Residence Telephone Number. t"107'7S6 -� 3g8 Email: J ,ern.o ishler ke)
ACKNOWLEDGEMENT OF ADDENDA
The Bidder shall acknowledge receipt of any addenda issued to this solicitation by
completing the blocks below or by completion of the applicable information on the
addendum and returning it not later than the date and time for receipt of the bid. Failure
to acknowledge an addendum that has a material impact on this solicitation may
negatively impact the responsiveness of your bid. Material impacts include but are not
limited to changes to specifications, scope of work/services, delivery time, performance
period, quantities, bonds, letters of credit, insurance, or qualifications.
Addendum No. , Date
Addendum No., , Date
Addendum No. , Date
Addendum No. , Date
Page 38 09,107/ 17 09: 01 a 26
Prr,,:urenent Division
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
AUTHORIZED SIGNATORIESINEGOTIATORS
The Bidder represents that the following principals are authorized to sign bids,
negotiate and/or sign contracts and related documents to which the bidder will be duly
bound. Principal is defined as an emp1gyee. officer or other technical or professional in
a Position capable of substantially influencing the develo ment or outcome of an activi
required to perform the covered transaction.
Name Tale Telephone Number/Email
BD4-� S n+ lrec-br yn_6p_q5oj rN7tke,ome-4 ® +I-o-a aAsher.
C uM
(Signature)
Sef)n-fA- Dir-c-fvr
(Title)
R She r- ! o t el c-Fi AC C
(Name of Business)
9 511-)
(Date)
The Bidder shall complete and submit the following information with the bid:
Type of Organization
Sole Proprietorship /Partnership Non -Profit
Joint Venture 1/ Corporation L L L
State of Incorporation: 0-Q[Wd(-C
Principal Place of Business (Florida Statute Chapter 607): e (+mil Al �� �►e^� ��+�
City/County/State
THE PRINCIPAL PLACE OF BUSINESS SHALL B THE ADDRESS OF
THE BIDDER'S PRINCIPAL OFFICE AS IDENTIFIED BY THE FLORIDA
DIVISION OF CORPORATIONS.
Federal I.D. number is a 3 - a9 t f 2 7 3
Page 39
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
DRUG -FREE WORKPLACE FORM
The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies
that '-Sp r S- Q i-t^ c L._ C does:
Name of Business
i. Publish a statement notifying employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is
prohibited in the workplace and specifying the actions that will be taken against
employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the
business's policy of maintaining a drug -free workplace, any available drug
counseling, rehabilitation, employee assistance programs and the penalties that
may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual
services that are under bid a copy of the statement specified in Paragraph 1.
4. In the statement specified in Paragraph 1, notify the employees that, as a
condition of working on the commodities or contractual services that are under
bid, the employee will abide by the terms of the statement and will notify the
employer of any conviction of, or plea of guilty or nolo contendere to, any
violation of Florida Statute 893 or of any controlled substance law of the United
States or any state, for a violation occurring in the workplace no later than five (5)
days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program if such is available in the employee's
community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of Paragraphs 1 thru 5.
As the person authorized to sign this statement, I certify that this firm complies fully with
above requirements.
Bidder's Signature
L5-1
Date
O
z
H
H
z
O
V
m
LL
O
W
J
M
0
W
V
CO)
2
Q1
0
r
O
z
m
LL
i
c
0
a
c
0
v
c
m
t�
c
F-
n.
a_
In c
00
t �
w:E
a
c
O L
C
C7 =
0
a.0
c �
O
m �
H
O
�a
m m
m�
coo
c
00
C O.
a°
m �
v Lo
�. 0
a
+• o a
°0
ceaccc
� avow
doo�=
a �
� a
L
3 0
°a
m
CL O
H
fA
m
L
a
Q
�Om301�m
COc=W c c E
tI mm1Om
O10
V�OC] �
W
V � O
0
L
C
V
3
N
O
E
z
L i
i
E
N
z
c
a
E
0
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
CONFLICTINON-CONFLICT OF INTEREST STATEMENT
CHECK ONE
To the best of our knowledge, the undersigned bidder has no potential conflict
of interest due to any other clients, contracts, or property interest for this
project.
OR
[ ] The undersigned bidder, by attachment to this form, submits information
which may be a potential conflict of interest due to other clients, contracts, or
property interest for this project.
LITIGATION STATEMENT
CHECK ,ONE
[ ] The undersigned bidder has had no litigation and/or judgments entered
against it by any local, state or federal entity and has had no litigation and/or
judgments entered against such entities during the past ten (10) years.
[vi The undersigned bidder, BY ATTACHMENT TO THIS FORM, submits a
summary and disposition of individual cases of litigation and/or judgments
entered by or against any local, state or federal entity, by any state or federal
court, during the past ten (10) years.
�l 5c e/+'t-F( C U, L
COMPANY NAME
AUTHORIZED SIGNATURE
hti�C el 8o* "-
NAME (PRINT OR TYPE)
Se,enf
TIT_LE
Failure to check the appropriate blocks above may result in disqualification of your bid.
Likewise, failure to provide documentation of a possible conflict of interest, or a
summary of past litigation and/or judgments, may result in disqualification of your bid.
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
E VERIFICATION CERTIFICATION
Contract No.Y17-1095-MV
I hereby certify that I will utilize the U.S. Department of Homeland Security's E-Verify
system in accordance with the terms governing the use of the system to confirm the
employment eligibility of the individuals classified below. In accordance with s. 837.06,
Florida Statutes, I understand and acknowledge that whoever knowingly makes a false
statement in writing with the intent to mislead a public servant in the performance of his
or her official duties shall be guilty of a misdemeanor in the second degree, punishable
as provided in s. 775.082 or s. 775.083, Florida statutes.
All persons, including subcontractors and their workforce, who will perform work under
Contract No.Y17-1095-MV, Fires Rescue Hazmat Supplies & Equipment, within the
state of Florida.
NAME OF CONTRACTOR: I r S� er SCI Wi C—
ADDRESS OF CONTRACTOR: 3 O o T iV Q
AUTHORIZED SIGNATURE: d
TITLE: _ Se�r►�e„�_ D*( rec-+o r
DATE: 15
/Ii
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
Issue Date: August 16, 2017
INVITATION FOR BIDS #Y17-1095-MV
NOTICE IS HEREBY GIVEN that the Board of County Commissioners of Orange
County, Florida, henceforth referred to as the County is accepting sealed bids for:
FIRE RESCUE HAZMAT SUPPLIES & EQUIPMENT
TERM CONTRACT
Sealed bid offers in an original and three (3) copies for furnishing the above will be
accepted up to 2:00 PM (local time), Thursday, September 7, 2017, in the
Procurement Division, Internal Operations Centre II, 400 E. South Street, 2nd Floor,
Orlando, FL 32801.
Copies of the bid documents may be obtained from the Orange County Procurement
Division at the above address. Copies may be requested by phoning (407) 836-5635 or
by download from the Internet at:
http://apps.ocfl.net/orangebids/bidopen.asr,
Carrie Woodell, MPA, CFCM, CPPO, C.P.M.
Manager, Procurement Division
NOTICE TO BIDDERS
To ensure that your bid is responsive, you are urged to request clarification or guidance
on any issues involving this solicitation before submission of your response. Your point -
of -contact for this solicitation is Melisa Vergara, Senior Purchasing Agent at
Melisa.VeMaraCc�ocfl.net.
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
TABLE OF CONTENTS
DESCRIPTION
PAGE
GENERAL TERMS AND CONDITIONS
2-14
SPECIAL TERMS AND CONDITIONS
15-25
SPECIFICATIONS
26
BID RESPONSE FORM
27-37
EMERGENCY CONTACTS
38
ACKNOWLEDGEMENT OF ADDENDA
38
AUTHORIZED SIGNATORIES/NEGOTIATORS
39
REFERENCES
40-41
DRUG -FREE WORKPLACE FORM
SCHEDULE OF SUBCONTRACTING FORM
CONFLICT/NON-CONFLICT OF INTEREST FORM
E-VERIFICATION CERTIFICATION
RELATIONSHIP DISCLOSURE FORM
RELATIONSHIP DISCLOSURE FORM - FREQUENTLY ASKED QUESTIONS
(FAQ)
ORANGE COUNTY SPECIFIC PROJECT EXPENDITURE REPORT
EXPENDITURE REPORT- FREQUENTLY ASKED QUESTIONS (FAQ)
AGENT AUTHORIZATION FORM
EXHIBIT A - LEASED EMPLOYEE AFFIDAVIT
EXHIBIT B - COMMERCIAL GENERAL LIABILITY
EXHIBIT C - COMMERCIAL GENERAL LIABILITY
EXHIBIT D -WORKERS COMPENSATION & EMPLOYEES LIABILITY INSURANCE
POLICY
EXHIBIT E - WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST
OTHERS TO US
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
GENERAL TERMS AND CONDITIONS
1. GENERAL INFORMATION
These specifications constitute the complete set of requirements and bid forms.
The bid response page(s), and all forms listed on the bid response page(s) shall
be completed, signed, and sealed in an envelope bearing the bid number on the
outside and mailed or presented to the Procurement Division on or before the
specified time and date. Failure to comply with the preceding requirements
shall result in the rejection of the bid.
Bids submitted by e-mail, telephone or fax shall not be accepted. An e-
mailed or a faxed bid shall be rejected as non -responsive regardless of
where it is received.
It is the sole responsibility of the Bidder to ensure that their bid reaches the
Procurement Division. All bids, unless otherwise specified, must be delivered to
the following address no later than the time and date specified in the solicitation:
Procurement Division
Internal Operations Centre II
400 E. South Street, 2nd Floor
Orlando, FL 32801
Bidders are cautioned that they are responsible for delivery to the specific
location cited above. Therefore, if your bid is delivered by an express mail carrier
or by any other means, it is your responsibility to ensure delivery to the above
address. This office will not be responsible for deliveries made to any place
other than the specified address.
The County shall not be responsible for delays caused by any occurrence.
The time/date stamp clock located in the Procurement Division shall serve
as the official authority to determine lateness of any bid. The bid time shall
be scrupulously observed. Under no circumstances shall bids delivered
after the time specified be considered. Late bids will be returned to the
Bidder unopened. The decision to refuse to consider a bid that was
received beyond the date/time established in the solicitation shall not be
the basis for a protest pursuant to the Orange County Code (Procurement
Ordinance).
All bids must be typewritten or filled in with pen and ink, and must be signed in
ink by an officer or employee having authority to bind the company or firm.
Errors, corrections, or changes on any document must be initialed by the
signatory of the bid.
Bidders shall not be allowed to modify their bids after the opening time and date.
Bid files may be examined during normal working hours, thirty (30) days after bid
opening or upon recommendation for award, whichever occurs first. Bidders
desiring to view these documents are urged to schedule an appointment.
For information concerning this bid, please contact the Procurement Division at
the address listed above or by calling 407-836-5635. Please specify the bid
number for which you are inquiring.
Page 2
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
2. QUESTIONS REGARDING THIS SOLICITATION
All questions or concerns regarding this Invitation for Bids shall be submitted by
email to Melisa.Ver ara -ocfl.net, no later than 5:00 PM Wednesday, August 23,
2017 to the attention of Melisa Vergara, Procurement Division, referencing the
IFB number. When required the Procurement Division shall issue an addendum
to the Invitation for Bids. The addendum shall be available on the Internet for
access by potential Bidders. Bidders are instructed not to contact the initiating
division directly. No oral interpretation of this Invitation for Bids shall be
considered binding. The County shall be bound by information and statements
only when such statements are written and executed under the authority of the
Manager, Procurement Division.
This provision exists solely for the convenience and administrative efficiency of
Orange County. No Bidder or other third party gains any rights by virtue of this
provision or the application thereof, nor shall any Bidder or third party have any
standing to sue or cause of action arising there from.
3. PRICE/DELIVERY
Price(s) bid must be the price(s) for new goods, unless otherwise specified. Any
bids containing modifying or "escalator" clauses will not be considered unless
specifically requested in the bid specifications.
"Acceptance" as herein used means the acceptance by Orange County after the
Manager, Procurement Division or authorized agent has, by inspection or test of
such items, determined that they fully comply with specifications.
Deliveries resulting from this bid are to be performed during the normal
working hours of the County. Time is of the essence and the Contractor's
delivery date must be specified and adhered to. Should the Contractor, to whom
the order or contract is awarded, fail to deliver on or before the stated date, the
County reserves the right to CANCEL the order or contract and make the
purchase elsewhere, and the Contractor shall be required to compensate the
County for the difference in price paid for the alternate goods. The Contractor
shall be responsible for making any and all claims against carriers for missing or
damage goods. Partial shipments will be acceptable unless otherwise stated.
4. FEDERAL AND STATE TAX
The County is exempt from Federal and State Sales and Use Taxes for tangible
personal property (Certificate of Registry for tax transactions under Chapter 32,
Internal Revenue Code and Florida Sales/Use Tax Exemption Certificate). The
Manager, Procurement Division will sign an exemption certificate submitted by
the Contractor.
Contractors doing business with the County shall not be exempted from paying
sales tax to their suppliers for materials to fulfill contractual obligations with the
County, nor shall any Contractor be authorized to use the County's Tax
Exemption Number in securing such materials.
Page 3
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
5. ACCEPTANCE/REJECTION/CANCELLATION
The County reserves the right to accept or to reject any or all bids and to make
the award to that bidder who, in the opinion of the County, will be in the best
interest of and/or the most advantageous to the County. The County also
reserves the right to reject the bid of any bidder who has previously failed in the
proper performance of an award or to deliver on time contracts of a similar nature
or who, in the County's opinion, is not in a position to perform properly under this
award. The County reserves the right to inspect all facilities of bidders in order to
make a determination as to the foregoing. The County reserves the right to
waive any irregularities and technicalities and may, at its discretion, request a re-
bid. Award will be made to the lowest responsive and responsible bidder as
determined by the County.
The County reserves the right, and the Manager, Procurement Division has
absolute and sole discretion, to cancel a solicitation at any time prior to approval
of the award by the Board of County Commissioners when such approval is
required. The decision to cancel a solicitation cannot be the basis for a protest
pursuant to the Orange County Code.
6. BRAND NAME OR EQUALS/DEVIATIONS
Unless otherwise specified, the mention of a particular manufacturer's brand
name or number in the specifications does not imply that this particular good is
the only one that will be considered for purchase. This reference is intended
solely to designate the type or quality of good that will be acceptable. Equal
offers will be considered and must include descriptive literature and/or
specifications. Failure to provide descriptive literature and/or specifications with
equal offers will result in the disqualification of the bid.
The determination as to whether any alternate good or service is or is not equal
shall be made solely by the County and such determination shall be final and
binding upon all bidders. The County reserves the right to request and review
additional information to make such a determination.
Although the County provides for the consideration of alternate bids, it reserves
the right to make an award in the best interest of the County. Award may not
necessarily be given to the lowest bid offered.
The Bidder shall be responsible for reading very carefully, and understanding
completely, the requirements and the specifications of the items bid upon.
Unless the bid is in response to a "Brand Name or Equal" requirement, deviations
from the specifications will only be considered if requested in writing prior to the
date and time specified for receipt of bids.
Deviations, if accepted, will be specifically addressed in writing via an addendum
to this Invitation for Bids. Any goods or services that are not in compliance with
the specifications will not be accepted.
7. NO BID
Where more than one item is listed, any items not bid upon shall be indicated as
"NO BID".
Page 4
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
8. CONFLICT OF INTEREST
The award is subject to provisions of applicable State Statutes and County
Ordinances. All bidders must disclose with their bid the name of any officer,
director, or agent who is also an employee of Orange County. Further, all
bidders must disclose the name of any County employee who owns, directly or
indirectly, an interest of ten percent (10%) or more in the Bidder's firm or any of
its branches. Should the Contractor permanently or temporarily hire any County
employee who is, or has been, directly involved with the Contractor prior to or
during performance of the resulting contract, the contract shall be subject to
immediate termination by the County.
9. LEGAL REQUIREMENTS
All applicable Federal and State laws and County ordinances that in any manner
affect the items covered herein apply. Lack of knowledge by the Bidder shall in
no way be a cause for relief from responsibility.
A. Contractors doing business with the County are prohibited from
discriminating against any employees, applicant, or client because of race,
religion, color, disability, national origin, gender, or age with regard to but
not limited to the following: employment practices, rates of pay or other
compensation methods, and training selection.
B. Businesses wishing to participate in the County procurement process as
an Orange County Certified M/WBE firm are required to complete a
certification application to attain recognition as such. You may contact the
Procurement Division or the Business Development Division for
information and assistance.
10. UNIFORM COMMERCIAL CODE
The Uniform Commercial Code (Florida Statutes, Chapter 672) shall prevail as
the basis for contractual obligations between the Contractor and the County for
any terms and conditions not specifically stated in this Invitation for Bids.
11. MISTAKES
In the event of extension error(s), the unit price will prevail and the Bidder's total
offer will be corrected accordingly. In the event of addition errors, the extended
totals will prevail and the Bidder's total will be corrected accordingly. Bidders
must check their bid where applicable. Failure to do so will be at the Bidder's
risk. Bids having erasures or corrections must be initialed in ink by the Bidder.
12. AVAILABILITY OF FUNDS
The obligations of the County under this award are subject to the availability of
funds lawfully appropriated for its purpose by the State of Florida and the Orange
County Board of County Commissioners, or other specified funding source for
this procurement.
Page 5
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
13. EEO STATEMENT
It is hereby declared that equal opportunity and nondiscrimination shall be the
County's policy intended to assure equal opportunities to every person,
regardless of race, religion, sex, sexual orientation and gender
expression/identity, color, age, disability or national origin, in securing or holding
employment in a field of work or labor for which the person is qualified, as
provided by Section 17-314 of the Orange County Code and the County
Administrative Regulations.
Further, the Contractor shall abide by the following provisions:
A. The Contractor shall represent that the Contractor has adopted and
maintains a policy of nondiscrimination as defined by applicable County
ordinance throughout the term of this contract.
B. The Contractor shall allow reasonable access to all business and
employment records for the purpose of ascertaining compliance with the
non-discrimination provision of the contract.
The provisions of the prime contract shall be incorporate by the Contractor into
the contracts of any applicable subcontractors.
14. BID TABULATION AND RESULTS
Bid tabulations shall be available thirty (30) days after opening on the Orange
County website at: hftp://apps.ocfl.net/orangebi s/bidresults/resufts-as, or
upon notice of intended action, whichever is sooner.
15. BID FORMS
All bids must be submitted on the County's standard Bid Response Form. Bids
on Bidder's quotation forms shall not be accepted.
16. RECIPROCAL PREFERENCE
In the event the lowest responsive and responsible bid submitted in response to
any Invitation for Bids is by a bidder whose principal place of business is in a county
other than Orange County, and such county grants a bid preference for purchases
to a bidder whose principal place of business is in such county, then Orange
County may award a preference to the (next) lowest responsive and responsible
bidder having a principal place of business within Orange County, Florida. Such
preference will be equal to the preference granted by the county in which the lowest
responsive and responsible bidder has its principal place of business except as
provided below.
1. Effective July 1, 2015 the reciprocal local preference will not apply to
construction services in which 50 percent or more of the cost will be paid
from state -appropriated funds which have been appropriated at the time
of the competitive solicitation.
2. If the solicitation involves a federally funded project where the funding
source requirements prohibit the use of state and/or local preferences, the
reciprocal local preference will not be applied.
Page 6
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
17. POSTING OF RECOMMENDED AWARD AND PROTESTS
The recommended award will be posted for review by interested parties at the
Procurement Division and at:
http://apps.ocfl.net/OrangeBids/AwardsRec/default.asp prior to submission
through the appropriate approval process and will remain posted for a period of
five (5) full business days.
Orange County Lobbyist Regulations General Information
hftp://www.orangecountvfl.net/OpenGovernment/LobbingAtOrangeC
ounty.aspx
A lobbying blackout period shall commence upon issuance of the solicitation until
the Board selects the Contractor. For procurements that do not require Board
approval, the blackout period commences upon solicitation issuance and
concludes upon contract award.
The Board of County Commissioners may void any contract where the County
Mayor, one or more County Commissioners, or a County staff person has been
lobbied in violation of the black -out period restrictions of Ordinance No. 2002-15.
Orange County Protest Procedures
httP://www.orangecountyfl.net/VendorServices/VendorProtestProced
ures.aspx
Failure to file a protest with the Manager, Procurement Division by 5:00 PM on
the fifth full business day after posting, shall constitute a waiver of bid protest
proceedings.
18. BID AND RELATED COSTS
By submission of a bid, the Bidder agrees that any and all costs associated with
the preparation of the bid will be the sole responsibility of the Bidder. The Bidder
also agrees that the County shall bear no responsibility for any costs associated
with the preparation of the bid including but not limited to any administrative or
judicial proceedings resulting from the solicitation process.
19. CONTRACTUAL AGREEMENT
This Invitation for Bids shall be included and incorporated in the final contract or
purchase order. The order of contract precedence will be the contract (purchase
order), bid document, and response. Any and all legal actions associated with
this Invitation for Bids and/or the resultant contract (purchase order) shall be
governed by the laws of the State of Florida. Venue for any litigation involving
this contract shall be the Ninth Circuit Court in and for Orange County, Florida.
20. PUBLIC ENTITY CRIME
Section 287.133(3)(d), Florida Statutes, provides that the Florida Department of
Management Services shall maintain a list of the names and addresses of those
who have been disqualified from participating in the public contracting process
under this section.
Page 7
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
hftp://Www.dms.mvflorida.com/business operations/state purchasing/ven
dor information/convicted suspended discriminatory -complaints vendor
lists/convicted vendor list
A person or affiliate who has been placed on The Convicted Vendor list following
a conviction for a public entity crime shall not submit a bid on a contract with a
public entity for the construction or repair of a public building or public work, shall
not submit bids on leases of real property to a public entity, shall not be awarded
or perform work as a contractor, supplier, subcontractor, or consultant under a
contract with a public entity, and shall not transact business with any public entity
in excess of the threshold amount provided in Florida Statute Section 287.017,
for CATEGORY TWO for a period of thirty-six (36) months from the date of being
placed on The Convicted Vendor List.
21. DRUG -FREE WORKPLACE FORM
The Drug -Free Workplace Form is attached and shall be completed and
submitted with your bid.
22. SUBCONTRACTING
Bidders subcontracting any portion of the work shall state name and address of
subcontractor and the name of the person to be contacted on the attached
"Schedule of Subcontractors Form".
23. CONFLICT OF INTEREST FORM
Bidder shall complete the Conflict of Interest Form attached hereto and submit it
with their bid.
24. ETHICS COMPLIANCE
The following forms are included in this solicitation and shall be completed and
submitted as indicated below:
A. Orange County Specific Project Expenditure Report -The purpose of
this form is to document any expenses incurred by a lobbyist for the
purposes described in Section 2-351, Orange County Code. This form
shall be completed and submitted with all bid responses to an Orange
County solicitation. Any questions concerning this form shall be
addressed to the purchasing agent identified in the applicable solicitation.
B. Relationship Disclosure Form — The purpose of this form is to document
any relationships between a bidder to an Orange County solicitation and
the Mayor or any other member of the Orange County Board of County
Commissioners. This form shall be completed and submitted with the
applicable bid to an Orange County solicitation.
No contract award shall be made unless these forms have been completed
and submitted with the bid. Any questions concerning these forms shall be
addressed to the purchasing agent identified in this solicitation. Also, a listing of
the most frequently asked questions concerning these forms is attached to each
for your information.
Page 8
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
25. SUBMISSION OF BID
The bid must be mailed or hand delivered in a sealed envelope to:
ORANGE COUNTY PROCUREMENT DIVISION
Internal Operations Centre II
400 E. South Street, 2nd Floor
Orlando, Florida 32801
Bidders must indicate on the sealed envelope the following:
A. Invitation for Bids Number
B. Hour and Date of Opening
C. Name of Bidder
Bids received after the time, date, and/or at the location specified, due to failure
to identify the envelope with the above information shall be rejected.
26. COPIES
Copies of documents, records, materials, and/or reproductions requests will be
charged in accordance with Orange County's fee schedule. Copyrighted
materials may be inspected, but cannot be copied or reproduced per Federal law.
27. PROPRIETARY/RESTRICTIVE SPECIFICATIONS
If a prospective bidder considers the specification contained herein to be
proprietary or restrictive in nature, thus potentially resulting in reduced
competition, they are urged to contact the Procurement Division prior to bid
opening. Specifications which are unrelated to performance will be considered
for deletion via addendum to this Invitation for Bids.
28. ASSISTANCE WITH SPECIFICATIONS
Any prospective bidder who assisted the County in developing or writing the
specifications contained herein are requested to so note such on the bid
response page.
29. PAYMENT TERMS/DISCOUNTS
The County's payment terms are in accordance with Florida Statute 218, Local
Government Prompt Payment Act. Cash discounts for prompt payment shall not
be considered in determining the lowest net cost for bid evaluation purposes.
30. PATENTS AND ROYALTIES
Unless otherwise provided, the Contractor shall be solely responsible for
obtaining the right to use any patented or copyrighted materials in the
performance of the contract resulting from this Invitation for Bids.
The Contractor, without exception, shall indemnify and save harmless the County
and its employees from liability of any nature or kind, including cost and
expenses for or on account of any copyrighted, patented, or unpatented
invention, process, or article manufactured or supplied by the Contractor. In the
event of any claim against the County of copyright or patent infringement, the
Page 9
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
County shall promptly provide written notification to the Contractor. If such a
claim is made, the Contractor shall use its best efforts to promptly purchase for
the County any infringing products or services or procure a license, at no cost to
the County, which will allow continued use of the service or product.
If none of the alternatives are reasonably available, the County agrees to return
the article on request to the Contractor and receive reimbursement, if any, as
may be determined by a court of competent jurisdiction.
31. INDEMNIFICATION
To the fullest extent permitted by law, the Contractor shall defend, indemnify,
and hold harmless the County, its officials, agents, and employees from and
against any and all claims, suits, judgments, demands, liabilities, damages, cost
and expenses including attorney's fees of any kind or nature whatsoever arising
directly or indirectly out of or caused in whole or in part by any act or omission
of the Contractor or its subcontractors, anyone directly or indirectly employed by
them, or anyone for whose acts any of them may be liable; excepting those
acts or omissions arising out of the sole negligence of the County.
32. CLARIFICATIONS
It is the Bidder's responsibility to become familiar with and fully informed
regarding the terms, conditions and specifications of this Invitation for Bids. Lack
of understanding and/or misinterpretation of any portions of this Invitation for Bids
shall not be cause for withdrawal of your bid after opening or for subsequent
protest of award. Bidder's must contact the Procurement Division, at the phone
number on the bid cover sheet prior to bid opening, should clarification be
required.
Modification or alteration of the documents contained in the solicitation or
contract shall only be valid if mutually agreed to in writing by the Bidder and the
County.
33. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION
By submission of this bid, the Bidder certifies, and in the case of a joint bid each
party thereto certifies as to its own organization, that in connection with this
procurement:
A. The prices in this bid have been arrived at independently, without
consultation, collusion, communication, or agreement for the purpose of
restricting competition, as to any matter relating to such prices with any
other bidder or with any competitor.
B. Unless otherwise required by law, the prices which have been quoted in
this bid have not been knowingly disclosed by the Bidder and will not
knowingly be disclosed by the Bidder prior to opening, directly or indirectly
to any other Bidder or to any competitor; and,
C. No attempt has been made or shall be made by the Bidder to induce any
other person or bidder to submit or not to submit a bid for the purpose of
restricting competition.
Page 10
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
34. SUCCESSORS AND ASSIGNS
The County and the Contractor each binds itself and its partners, successors,
executors, administrators, and assigns to the other party of this Contract and to
the partners, successors, executors, administrators, and assigns of such other
party, in respect to all covenants of this Contract. Except as above, neither the
County nor the Contractor shall assign, sublet, convey or transfer its interest in
this Contract without the written consent of the other. Nothing herein shall be
construed as creating any personal liability on the part of any officer or agent of
the County which may be a party hereto, nor shall it be construed as giving any
rights or benefits hereunder to anyone other than the County and the Contractor.
35. PRICING/AUDIT
The Contractor shall establish and maintain a reasonable accounting system,
which enables ready identification of Contractor's cost of goods and use of funds.
Such accounting system shall also include adequate records and documents to
justify all prices for all items invoiced as well as all charges, expenses and costs
incurred in providing the goods for at least five (5) years after completion of this
contract. The County or its designee shall have access to such books, records,
subcontract(s), financial operations, and documents of the Contractor or its
subcontractors, as required to comply with this section for the purpose of
inspection or audit anytime during normal business hours at the Contractor's
place of business. This right to audit shall include the Contractor's
subcontractors used to procure goods under the contract with the County.
Contractor shall ensure the County has these same rights with subcontractors
and suppliers.
36. EMPLOYEES OF THE CONTRACTOR
All work under this contract shall be performed in a professional and skillful
manner. The County may require, in writing, that the Contractor, remove from
this contract any employee the County deems incompetent, careless, or
otherwise objectionable.
37. TOBACCO FREE CAMPUS
All Orange County operations under the Board of County Commissioners shall
be tobacco free. This policy shall apply to parking lots, parks, break areas and
worksites. It is also applicable to Contractors and their personnel during contract
performance on County owned property. Tobacco is defined as tobacco
products including, but not limited to, cigars, cigarettes, e-cigarettes, pipes,
chewing tobacco and snuff. Failure to abide by this policy may result in civil
penalties levied under Chapter 386, Florida Statutes and/or contract enforcement
remedies.
38. CONTRACT CLAIMS
"Claim" as used in this provision means a written demand or written assertion by
one of the contracting parties seeking as a matter of right, the payment of a
certain sum of money, the adjustment or interpretation of contract terms, or other
relief arising under or relating to this contract.
Page 11
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
Claims made by a Contractor against the County, relating to a particular contract
shall be submitted to the Manager, Procurement Division in writing clearly
labeled "Contract Claim" requesting a final decision. The Contractor also shall
provide with the claim a certification as follows: "I certify that the claim is made in
good faith; that the supporting data are accurate and complete to the best of my
knowledge and belief; that the amount requested accurately reflects the contract
adjustment for which the Contractor believes the County is liable; and that I am
duly authorized to certify the claim on behalf of the Contractor."
Failure to document a claim in this manner shall render the claim null and
void. No claim shall be accepted after final payment of the contract.
The decision of the Manager, Procurement Division shall be issued in writing and
furnished to the Contractor. The decision shall state the reasons for the decision
reached. The Manager, Procurement Division shall render the final decision
within sixty (60) days after receipt of Contractor's written request for a final
decision. The Manager, Procurement Division decision shall be final and
conclusive.
The Contractor shall proceed diligently with performance of this contract pending
final resolution of any request for relief, claim, appeal or action arising under the
contract and shall comply with any final decision rendered by the Manager,
Procurement Division.
39. VERIFICATION OF EMPLOYMENT STATUS
Prior to the employment of any person under this contract, the Contractor shall
utilize the U.S. Department of Homeland Security's E-Verify system to verify the
employment eligibility of all new employees hired by the Contractor during the
contract term, and an express requirement that Contractors include in such
subcontracts the requirement that subcontractors performing work or providing
services pursuant to the state contract utilize the E-Verify system to verify the
employment eligibility of all new employees hired by the subcontractor during the
contract term. For more information on this process, please refer to United States
Citizenship and Immigration Service site at:
httr)://www.uscis.gov/portal/site/uscis.
Only those employees determined eligible to work within the United States
shall be employed under this contract.
By submission of a bid in response to this solicitation, the Contractor affirms that
all employees in the above categories shall undergo e-verification before
placement on this contract. The Contractor shall commit to comply with this
requirement by completing the E-Verification certification, attached to this
solicitation.
40. CONFIDENTIAL INFORMATION
In accordance with Chapter 119 of the Florida Statutes (Public Records Law),
and except as may be provided by other applicable State or Federal Law, all
proposers should be aware that Invitation for Bids and the responses thereto are
Page 12
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
in the public domain. Bidders must identify specifically any information contained
in their response which they consider confidential and/or proprietary and which
they believe to be exempt from disclosure, citing specifically the applicable
exempting law. If a Bidder fails to cite the applicable exempting law, we will
treat the information as public.
41. FEDERAL REQUIREMENTS
In the event this Contract is paid in whole or in part from any federal government
agency or source, the specific terms, regulations and requirements governing the
disbursement of these funds shall be specified herein and become a part of this
clause.
All Contracts in excess of one hundred thousand dollars ($100,000) shall comply
with all the requirements of Section 114 of the Clean Air Act (42 USC 7401 et
seq.) as amended and Section 308 of the Federal Water Pollution Control Act (33
USC 1251 et seq.) as amended.
42. PUBLIC RECORDS COMPLIANCE {APPLICABLE FOR SERVICE CONTRACT
Orange County is a public agency subject to Chapter 119, Florida Statutes. The
Contractor agrees to comply with Florida's Public Records Law. Specifically, the
Contractor shall:
1. Keep and maintain public records required by Orange County to perform the
service.
2. Upon request from Orange County's custodian of public records, provide
Orange County with a copy of the requested records or allow the records to
be inspected or copied within a reasonable time at a cost that does not
exceed the cost provided in this chapter or as otherwise provided by law.
3. Ensure that public records that are exempt or confidential and exempt from
the public records disclosure requirements are not disclosed except as
authorized by law for the duration of the contract term and following
completion of the contract if the Contractor does not transfer the records to
Orange County.
4. Upon completion of the contract, Contractor agrees to transfer at no cost to
Orange County all public records in possession of the Contractor or keep and
maintain public records required by Orange County to perform the service. If
the Contractor transfers all public record to Orange County upon completion
of the contract, the Contractor shall destroy any duplicate public records that
are exempt or confidential and exempt from public records disclosure
requirements. If the Contractor keeps and maintains public records upon
completion of the contract, the Contractor shall meet all applicable
requirements for retaining public records. All records stored electronically
must be provided to Orange County, upon request from Orange County's
custodian of public records, in a format that is compatible with the information
technology systems of Orange County.
Page 13
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
5. A Contractor who fails to provide the public records to Orange County within a
reasonable time may be subject to penalties under section 119.10, Florida
Statutes.
6. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO
THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT:
Procurement Public Records Liaison
400 E. South Street, 2"d Floor, Orlando, FL 32801
Procu rementRecordsC&ocfl. net, 407-836-5897
Page 14
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
SPECIAL TERMS AND CONDITIONS
1. QUALIFICATION OF BIDDERS
This bid shall be awarded to a responsible, responsive bidder, qualified by
experience to provide the work specified. The Bidder shall submit the following
information with the bid:
A. List and brief description of work similar in scope and magnitude
satisfactorily completed with location, dates of contract, names,
addresses, email addresses and telephone numbers of owners by
completing the attached reference sheets.
B. List of personnel who will be responsible for servicing the Orange County
account to include telephone numbers, e-mail addresses and cell
telephone numbers.
C. Bidders, other than manufacturers, shall be factory authorized
distributors and/or factory authorized repair facilities responsible
for providing specific manufacturer products and/or services and
have the authorization to ship from manufacturer's stock. If
applicable, bidder shall accompany their bid with a letter from the
manufacturer confirming compliance with the requirement.
The determination on whether a bidder is responsible or not shall be at the sole
discretion of the County. Although the County may request the submission of a
minimum number of contracts similar to the requirements of this solicitation with
certain minimum dimensions, quantities, dollar values, etc., the County's
determination of a bidder's responsibility shall not be solely based on the number
of similar procurements the bidder provides but the entirety of the bidder's
qualifications.
2. MANUFACTURERS
The manufacturers listed in this bid are the only manufacturers that will be
considered. Do not offer alternate manufacturers as they will not be considered
for contract award.
3. LICENSES AND PERMITS
Prior to furnishing the requested product(s), it shall be the responsibility of the
Contractor to obtain, at no additional cost to Orange County, any and all licenses
and permits required to complete all contractual requirements. These licenses
and permits shall be readily available for review by the Manager, Procurement
Division or authorized designee.
4. BID ACCEPTANCE PERIOD
A bid shall constitute an irrevocable offer for a period of ninety (90) days from the
bid opening date or until the date of award. In the event that an award is not
made by the County within ninety (90) days from the bid opening date, the Bidder
may withdraw their bid or provide a written extension of their bid.
Page 15
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
5.
6.
7.
E.
AWARD
Orange County reserves the right to award on an "All -or -None" basis to the
lowest responsive and responsible Bidder or to award on a "Lot -by -Lot" basis to
the lowest responsive and responsible Bidder, whichever is in the best interest of
the County. If the Bidder fails to respond, they will be considered non-
responsive.
F.O.B. POINT
The F.O.B. shall be Orange County Fire Rescue Fleet Division, 4400 Vineland
Road, Orlando, FL 32811. Bid proposal showing other than F.O.B. Destination
will not be accepted. The bid prices shall include all costs of packaging,
transporting, delivery and unloading (THIS INCLUDES INSIDE DELIVERY IF
REQUESTED) to designated point within Orange County.
DELIVERY
Delivery/pick-up time is of the essence in the award of this Invitation for Bids.
Delivery/pick-up shall be accomplished as needed per day, Monday -Friday, 7:30
AM-3:00 PM (Local Time).
Bids submitted which fail to meet this requirement shall be cause for rejection.
Contact Hector Acevedo, Procurement Coordinator, at (407) 836-8238, if needed
to make arrangements for delivery. (No pick-ups needed unless warranty
exchanges or wrong items)
It is hereby understood and mutually agreed to by and between parties hereto
that the time of delivery is an essential condition of this contract.
TERMINATION
A. Termination for Default:
The County may, by written notice to the Contractor terminate this contract
for default in whole or in part (delivery orders, if applicable) if the
Contractor fails to:
1. Provide goods or services that comply with the specifications herein
or fails to meet the County's performance standards
2. Deliver the goods or to perform the services within the time
specified in this contract or any extension.
3. Make progress so as to endanger performance of this contract
4. Perform any of the other provisions of this contract.
Prior to termination for default, the County shall provide adequate written
notice to the Contractor through the Manager, Procurement Division,
affording the opportunity to cure the deficiencies or to submit a specific
plan to resolve the deficiencies within ten (10) calendar days (or the period
specified in the notice) after receipt of the notice. Failure to adequately
cure the deficiency shall result in termination action. Such termination
may also result in suspension or debarment of the Contractor in
Page 16
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
accordance with the County's Procurement Ordinance. The Contractor
and its sureties (if any) shall be liable for any damage to the County
resulting from the Contractor's default of the contract. This liability includes
any increased costs incurred by the County in completing contract
performance.
In the event of termination by the County for any cause, the Contractor
shall have, in no event, any claim against the County for lost profits or
compensation for lost opportunities. After a receipt of a Termination
Notice and except as otherwise directed by the County the Contractor
shall:
Stop work on the date and to the extent specified.
2. Terminate and settle all orders and subcontracts relating to the
performance of the terminated work
3. Transfer all work in process, completed work, and other materials
related to the terminated work as directed by the County.
4. Continue and complete all parts of that work that have not been
terminated.
If the Contractor's failure to perform the contract arises from causes
beyond the control and without the fault or negligence of the Contractor
the contract shall not be terminated for default. Examples of such causes
include (1) acts of God or the public enemy, (2) acts of a government in its
sovereign capacity, (3) fires, (4) floods, (5) epidemics, (6) strikes and (7)
unusually severe weather.
B. Termination for Convenience:
The County, by written notice, may terminate this contract, in whole or in
part, when it is in the County's interest. If this contract is terminated, the
County shall be liable only for goods or services delivered and accepted.
The County Notice of Termination shall provide the Contractor thirty (30)
calendar days prior notice before it becomes effective. A termination for
convenience may apply to individual delivery orderspurchase
orders or to the contract in its entirety.
9. AS SPECIFIED
All goods delivered shall meet the specifications herein. Goods delivered not as
specified shall be returned at no expense by Orange County. The County may
return, for full credit, any unused goods received which fail to meet the County's
performance standards. Replacement goods meeting specifications shall be
submitted within a reasonable time after rejection of the non -conforming goods.
10. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH
By submission of a bid in response to this solicitation, the Bidder certifies that all
material, equipment, etc., contained in their bid meets all OSHA requirements.
Bidder further certifies that if they are the awarded Contractor, and the material,
Page 17
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
equipment, etc., delivered is subsequently found to be deficient in any OSHA
requirements in effect on date of delivery, all costs necessary to bring the
material, equipment, etc., into compliance with the aforementioned requirements
shall be borne by the Contractor.
11. SAFETY REGULATIONS
Equipment shall meet all State and Federal safety regulations.
12. CODES AND REGULATIONS
The Contractor shall strictly comply with all Federal, State and local codes and
regulations.
13. PAYMENT
Partial payments for the value of goods received and accepted may be requested
by the submission of a properly executed invoice, with supporting documents if
required. Payment shall be made in accordance with Florida Statute 218, Local
Government Prompt Payment Act. Payment for accepted
equipment/goods/services shall be accomplished by submission of an invoice, in
duplicate, to:
Orange County Fire Rescue Department
Financial Services Division
P.O. Box 8579 Winter Park, FL 32793
Phone 407-836-9871
In the event additional County Departments or other public entities utilize this
contract, invoices are to be sent directly to the Department or entity placing the
order.
14. EQUIPMENT/SERVICE
A. The scope of these specifications is to insure the delivery of a complete
unit ready for operation. Omission of any essential detail from these
specifications does not relieve the Contractor from furnishing a complete
unit.
B. All equipment shall be new, or current manufacture in production at the
time of bid opening and carry standard warranties. The Contractor shall
service all equipment prior to delivery.
C. Bids shall be considered only on equipment which can, on short notice, be
serviced and maintained by the Contractor. At the time of bid opening, the
Bidder shall be an authorized dealer, distributor, and/or representative of
the manufacturer for the brand/model being bid. For the purposes of this
solicitation, dealer, distributor, and/or representative means a firm or
person that owns, operates, or maintains a store, warehouse, or other
establishment in which materials, supplies, parts, articles, or equipment of
the general character described in the specifications are bought, kept in
stock and sold commercially or to the general public in the usual course of
business. The Bidder shall maintain a normal supply of repair parts and
be equipped with personnel and facilities to provide such service as
necessary to keep the equipment in operation with a minimum of delay.
Failure to meet these requirements, in the County's sole opinion, may be
cause for rejection.
Page 18
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
15. WARRANTY
The Contractor shall fully warrant all equipment furnished hereunder against
defect in materials and/or workmanship for a period of one (1) year from date of
delivery/acceptance by Orange County. Should any defect in materials or
workmanship, except ordinary wear and tear, appear during the above stated
warranty period, the Contractor shall repair or replace same at no cost to the
County, immediately upon written notice from the County's authorized
representative. The Contractor shall be responsible for either repairing the
equipment on site or transporting the equipment to their repair facility at no cost
to the County. All warranty provisions of the Uniform Commercial Code shall
additionally apply.
16. MANUALS
The following manuals, in the quantities indicated, shall be delivered with each
piece of equipment. The cost of these manuals shall be included in the unit
price.
Operation Manual 2 copies
Parts Manual 2 copies
Repair Manual 2 copies
17. INSURANCE REQUIREMENTS
Vendor/Contractor agrees to maintain on a primary basis and at its sole
expense, at all times throughout the duration of this contract the following types
of insurance coverage with limits and on forms (including endorsements) as
described herein. These requirements, as well as the County's review or
acceptance of insurance maintained by Vendor/Contractor is not intended to
and shall not in any manner limit or qualify the liabilities assumed by
Vendor/Contractor under this contract. Vendor/Contractor is required to
maintain any coverage required by federal and state workers' compensation or
financial responsibility laws including but not limited to Chapter 324 and 440,
Florida Statutes, as may be amended from time to time.
The Vendor/Contractor shall require and ensure that each of its sub-
Vendors/sub-Contractors providing services hereunder (if any) procures and
maintains until the completion of their respective services, insurance of the
types and to the limits specified herein.
Insurance carriers providing coverage required herein must be licensed to
conduct business in the State of Florida and must possess a current A.M.
Best's Financial Strength Rating of A- Class VIII or better.
(Note: State licenses can be checked via www. floir. com/companysearch/ and
A.M. Best Ratings are available at.www. ambest. com)
Required Coverage:
Page 19
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
® Commercial General Liability - The Vendor/Contractor shall maintain
coverage issued on the most recent version of the ISO form as filed for use
in Florida or its equivalent, with a limit of liability of not less than $500,000
per occurrence. Vendor/Contractor further agrees coverage shall not
contain any endorsement(s) excluding or limiting Product/Completed
Operations, Contractual Liability, or Separation of Insureds. The General
Aggregate limit shall either apply separately to this contract or shall be at
least twice the required occurrence limit.
Required Endorsements:
® Additional Insured- CG 20 26 or CG 20 10/CG 20 37 or their
equivalents.
Note: CG 20 10 must be accompanied by CG 20 37 to include
products/completed operations
® Waiver of Transfer of Rights of Recovery- CG 24 04 or its
equivalent.
Note: If blanket endorsements are being submitted please include
the entire endorsement and the applicable policy number.
® Business Automobile Liability - The Vendor/Contractor shall maintain
coverage for all owned; non -owned and hired vehicles issued on the most
recent version of the ISO form as filed for use in Florida or its equivalent,
with limits of not less than $500,000 (five hundred thousand dollars) per
accident. In the event the Vendor/Contractor does not own automobiles
the Vendor/Contractor shall maintain coverage for hired and non -owned
auto liability, which may be satisfied by way of endorsement to the
Commercial General Liability policy or separate Business Auto Liability
policy.
® Workers' Compensation - The Vendor/Contractor shall maintain coverage
for its employees with statutory workers' compensation limits, and no less
than $100,000 each incident of bodily injury or disease for Employers'
Liability. Elective exemptions as defined in Florida Statute 440 will be
considered on a case -by -case basis. Any Vendor/Contractor using an
employee leasing company shall complete the Leased Employee Affidavit.
Required Endorsements:
® Waiver of Subrogation- WC 00 03 13 or its equivalent
When a self -insured retention or deductible exceeds $100,000 the COUNTY
reserves the right to request a copy of Vendor/Contractor most recent annual
report or audited financial statement. For policies written on a "Claims -Made"
basis the Vendor/Contractor agrees to maintain a retroactive date prior to or
equal to the effective date of this contract. In the event the policy is canceled,
non -renewed, switched to occurrence form, or any other event which triggers the
right to purchase a Supplemental Extended Reporting Period (SERP) during the
life of this contract the Vendor/Contractor agrees to purchase the SERP with a
minimum reporting period of not less than two years. Purchase of the SERP
shall not relieve the Vendor/Contractor of the obligation to provide replacement
coverage.
Page 20
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
By entering into this contract Vendor/Contractor agrees to provide a
waiver of subrogation or a waiver of transfer of rights of recovery, in favor
of the County for the workers' compensation and general liability policies
as required herein. When required by the insurer or should a policy
condition not permit the Vendor/Contractor to enter into a pre -loss
agreement to waive subrogation without an endorsement, then
Vendor/Contractor agrees to notify the insurer and request the policy be
endorsed with a Waiver of Subrogation or a Waiver of Transfer of Rights
of Recovery Against Others endorsement.
Prior to execution and commencement of any operations/services provided
under this contract the Vendor/Contractor shall provide the COUNTY with
current certificates of insurance evidencing all required coverage. In addition to
the certificate(s) of insurance the Vendor/Contractor shall also provide
endorsements for each policy as specified above. All specific policy
endorsements shall be in the name of the Orange County Board of County
Commissioners.
For continuing service contracts renewal certificates shall be submitted
immediately upon request by either the COUNTY or the COUNTY's contracted
certificate compliance management firm. The certificates shall clearly indicate
that the Vendor/Contractor has obtained insurance of the type, amount and
classification as required for strict compliance with this insurance section.
Vendor/Contractor shall notify the COUNTY not less than thirty (30) business
days (ten business days for non-payment of premium) of any material change in
or cancellation/non-renewal of insurance coverage. The Vendor/Contractor
shall provide evidence of replacement coverage to maintain compliance with
the aforementioned insurance requirements to the COUNTY or its certificate
management representative five (5) business days prior to the effective date of
the replacement policy (ies).
The certificate holder shall read
Orange County Board of County Commissioners
c/o Procurement Division
400 E. South Street, 2nd Floor
Orlando, Florida 32801
18. CONTRACT TERM/RENEWAL
A. The contract resulting from this Invitation for Bids shall commence
effective upon issuance of a term contract by the County and extend for a
period of one (1) years. The contract may be renewed for four (4)
additional one (1) year periods, upon mutual agreement of both parties. If
any such renewal results in changes in the terms and conditions, such
changes shall be reduced to writing as an amendment to this contract and
such amendment shall be executed by both parties.
B. The initiating County department(s) shall issue delivery/purchase orders
against the term contract on an "as needed" basis.
Page 21
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
C. If the quantity of a unit priced item in this contract is an estimated quantity
and the actual quantities ordered are more than 50% above the estimated
quantity, the County shall enter into negotiations with the Contractor for a
lower unit price which shall be incorporated into the contract. Failure of
the Contractor to agree to a reduced unit price may result in the
termination of the contract and re -solicitation of the requirement.
D. Any order issued during the effective period of this contract, but not
completed within that period, shall be completed by the Contractor within
the time specified in the order. The contract shall govern the Contractor's
and the County's rights and obligations with respect to that order to the
extent as if the order were completed during the contract performance
period.
19. PRICE LISTS
The price of some or all goods on this bid shall be based upon either a discount
from or mark up to a price list(s). Bidders shall submit price list on a CD, if
available as a Word or Excel for Windows file, with their bid. CDs shall be
formatted in Times New Roman 12 font with preset tabs only. Any subsequent
revisions shall be submitted in the same format. Upon award of the bid,
Contractor shall provide two (2) copies of the approved price list(s) for
distribution to County Divisions.
All price list revisions and any changes to discounts/markups, if permitted by the
contract, shall be submitted to the County for review and approval no less than
thirty (30) days prior to the requested implementation date. Changes shall
become effective only upon written approval of the County.
20. PRICE ESCALATION/DE-ESCALATION (PPI)
The County may allow a price escalation provision within this award.
The original contract prices shall be firm for the entirety of the initial (three years)
contract period. A price escalation/de-escalation will be considered at the time of
contract renewal and at 1-year intervals thereafter, provided the Contractor
notifies the County, in writing, of the pending price escalation/de-escalation a
minimum of sixty (60) days prior to the contract renewal date. Price adjustments
shall be based on the latest version of the Producer Price Index (PPI) — Industry
Data, as published by the U.S. Department of Labor, Bureau of Labor Statistics.
This information is available at www.bls.::ov. Contractor shall utilize the North
American Industry Classification System (NAICS) to identify the industry code
most similar to the contracted commodity for the required calculation below. This
information is available at www.census.gov/eos/www/naics/.
Price adjustment shall be calculated by applying the simple percentage model to
the PPI data. This method is defined as subtracting the base period index value
(at the time of initial award) from the index value at time of calculation (latest
version of the PPI published as of the date of request for price adjustment),
divided by the base period index value to identify percentage of change, then
multiplying the percentage of change by 100 to identify the percentage change.
Formula is as follows:
Page 22
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
Current Index — Base Index / Base Index = % of Change
% of Change x 100 = Percentage Change
PPI Calculation Example:
PPI for current period
232.945
Less PPI for base period
229.815
Equals index point change
3.130
Divided by base period PPI
229.815
Equals
0.0136
Result multiplied by 100
0.0136 x 100
Equals percent change
1.4%
A price increase may be requested only at each time interval specified above,
using the methodology outlined in this section. To request a price increase,
Contractor shall submit a letter stating the percentage amount of the requested
increase and adjusted price to the Orange County Procurement Division. The
letter shall include the complete calculation utilizing the formula above, and a
copy of the PPI — Industry Data index table used in the calculation. The
maximum allowable increase shall not exceed 4%, unless authorized by the
Manager, Procurement Division. If approved, the price adjustment shall become
effective on the contract renewal date. All price adjustments must be accepted
by the Manager, Procurement Division and shall be memorialized by written
amendment to this contract. No retroactive contract price adjustments will be
allowed. Only final PPI data will be used to adjust contract pricing.
Should the PPI — Industry Data as published by the U.S. Department of Labor,
Bureau of Labor Statistics decrease during the term of the contract, or any
renewals, the Contractor shall notify the Orange County Procurement Division of
price decreases in the same method outlined above. If approved, the price
adjustment shall become effective on the contract renewal date. If the Contractor
fails to pass the decrease on to the County, the County reserves the right to
place the Contractor in default, cancel the award, and remove the Contractor
from the County Vendor List for a period of time deemed suitable by the County.
In the event of this occurrence, the County further reserves the right to utilize any
options as stated herein.
21. USE OF CONTRACT BY OTHER GOVERNMENT AGENCIES
At the option of the Contractor, the use of the contract resulting from this
solicitation may be extended to other governmental agencies, including the State
of Florida, its agencies, political subdivisions, counties, and cities.
Each governmental agency allowed by the Contractor to use this contract shall
do so independent of any other governmental entity. Each agency shall be
responsible for its own purchases and shall be liable only for goods or services
ordered, received and accepted. No agency receives any liability by virtue of this
bid and subsequent contract award.
Page 23
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
22. BID PREFERENCE
In accordance with the Minority Women Owned Business Enterprise (MWBE)
Ordinance, award of a contract resulting from this Invitation for Bids may be
made to the lowest responsive and responsible Orange County certified MWBE
bidder provided that the bid does not exceed the overall lowest responsive and
responsible bidder by the following percentages for the bid amounts listed:
A. 8% - Bids Up To $100,000
B. 7% - Bids Greater Than $100,000 to $500,000
C. 6% - Bids Greater Than $500,000 to $750,000
D. 5% - Bids Greater Than $750,000 to $2,000,000
E. 4% - Bids Greater Than $2,000,000 to $5,000,000
F. 3% - Bids Greater Than $5,000,000
In accordance with the Registered Service Disabled Veteran Business
Ordinance, award of a contract resulting from this Invitation for Bids may be
made to the lowest responsive and responsible registered prime Service
Disabled Veteran bidder provided that the bid does not exceed the overall lowest
responsive and responsible bidder by the following percentages for the bid
amounts listed:
A. 8% - Bids Up To $100,000
B. 7% - Bids Greater Than $100,000 to $500,000
C. 6% - Bids Greater Than $500,000 to $750,000
D. 5% - Bids Greater Than $750,000 to $2,000,000
E. 4% - Bids Greater Than $2,000,000 to $5,000,000
F. 3% - Bids Greater Than $5,000,000
In the event of a tie between an MWWBE and a registered prime SDV with all
else being equal, the award shall be made to the firm with the lowest
business net worth.
23. METHOD OF ORDERING
The County shall issue Delivery (Purchase) Orders against the contract on an as
needed basis for the goods or services listed on the Bid Response Form.
24. CONDITIONS FOR EMERGENCY/HURRICANE OR DISASTER - TERM
CONTRACTS
It is hereby made a part of this Invitation for Bids that before, during and after a
public emergency, disaster, hurricane, flood, or other acts of God that Orange
County shall require a "first priority" basis for goods and services. It is vital and
imperative that the majority of citizens are protected from any emergency
situation which threatens public health and safety, as determined by the County.
Contractor agrees to rent/sell/lease all goods and services to the County or other
governmental entities as opposed to a private citizen, on a first priority basis.
The County expects to pay contractual prices for all goods or services required
during an emergency situation. Contractor shall furnish a twenty-four (24) hour
phone number in the event of such an emergency.
Page 24
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
25. REFERENCES
A contact person shall be someone who has personal knowledge of the Bidder's
performance for the specific requirement listed. Contact person shall have been
informed that they are being used as a reference and that the County may be
contacting them. More than one person can be listed but all shall have
knowledge of the project. The reference shall be the owner or a representative
of the owner. Contractors who provided services under the referenced project
(contract) shall not be accepted as references. DO NOT list principals or officers
who shall not be able to answer specific questions regarding the project. Failure
of references listed to respond to the County's inquiries may negatively impact
the responsibility of the Bidder.
26. REQUIREMENTS CONTRACT
This is a Requirements Contract and the County's intent is to order from the
Contractor all of the goods or services specified in the contract's price schedule
that are required to be purchased by the County. If the County urgently requires
delivery of goods or services before the earliest date that delivery may be
required under this contract, and if the contractor will not accept an order
providing for accelerated delivery, the County may acquire the goods or services
from another source.
The County's requirements in this contract are estimated and there is no
commitment by the County to order any specified amount. If the estimated
quantities are not achieved, this shall not be the basis for an equitable
adjustment.
If the Manager, Procurement Division determines that the Contractor's
performance is less than satisfactory, the County may order the goods or
services from other sources until the deficient performance has been cured
or the contract terminated.
Page 25
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
SPECIFICATIONS
The Vendors awarded this Bid will be providing Fire Rescue Equipment, Hazmat
Supplies, and Equipment to Orange County Fire Rescue. Equipment will consist of:
Heavy and Light Rescue equipment, hazmat supplies, SCBA (Self Contained Breathing
Apparatus), fire pump parts, emergency lighting products, and all other related
equipment.
These items will be used to properly equip Fire Apparatus, repair the fire pumps and
emergency lighting on most fire apparatus units, and provide breathing apparatus and
fire protection equipment to all firefighters.
Page 26
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
BID RESPONSE FORM
IF #Y17-1095-MV
The Contractor shall provide all labor and other resources necessary to provide the
goods and/or equipment in strict accordance with the specifications defined in this
solicitation for the amounts specified in this Bid Response Form, inclusive of overhead,
profit and any other costs.
Lots A through XX are Percentage Discounts for Equipment and Parts,
manufacturer's most recently published price list.
LOT A
ITEM NO. MANUFACTURER % DISC UNT
1. Ajax Tools
Delivery for Lot A shall be no later than 30 days ARO.
LOT B
ITEM NO. MANUFACTURER ° DISCOU T
1. Akron, parts
2. Akron, equipment
Delivery for Lot B shall be no later than 30 days ARO.
LOT C
ITEM NO. MANUFACTURER % DISCOUNT
1. Alco-Lite
Delivery for Lot C shall be no later than 30 days ARO.
LOT D
ITEM NO. MANUFACTURER % DISCOUNT
1. Amerex
Delivery for Lot D shall be no later than 60 days ARO
Company Name
Page 27
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
LOT E
ITEM NO. MANUFACTURER % DISCOUN
1. Amkus, Parts
2. Amkus, Equipment
Delivery for Lot E shall be no later than 45 days ARO.
LOT F
ITEM NO. MANUFACTURER % DISCOUNT
1. Angus Fire Hose
Delivery for Lot F shall be no later than 45 days ARO
LOT G
ITEM NO. MANUFACTURER °4 DISCOUNT
1 Brady Labels/ Products
Delivery for Lot G shall be no later than 60 days ARO.
LOT H
ITEM NO. MANUFACTURER %DISCOUNT
1. Bullard, head protection
2. Bullard, thermal imaging
Delivery for Lot H shall be no later than 30 days ARO.
LOT
ITEM NO. MANUFACTURER ° COUNT
1. Circle D, Equipment
2. Circle D, Parts
Delivery for Lot I shall be no later than 30 days ARO.
Company Name
Page 28
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
LOT J
ITEM NO. MANUFACTURER % DISCOUNT
1. CIVIC Rescue Equipment
Delivery for Lot J shall be no later than 30 days ARO.
W-011 M-N
ITEM NO. MANUFACTURER ° DI C UNT
1. Drager Gas Detection
Delivery for Lot K shall be no later than 30 days ARO.
LOT L
ITEM NO. MANUFACTURER % DISCOUNT
1. Dupont
Delivery for Lot L shall be no later than 30 days ARO.
LOT M
ITEM NO. MANUFACTURER % DISCOUNT
1. Dewalt, Equipment _
Delivery for Lot M shall be no later than 30 days ARO.
LOT N
ITEM NO. MANUFACTURER ° DISCOUN
1. Firecom
Delivery for Lot N shall be no later than 30 days ARO.
LOT O
ITEM NO. MANUFACTURER % DISCOUNT
1. Fire Hooks Unlimited
Delivery for Lot O shall be no later than 30 days ARO.
Company Name
Page 29
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
LOT P
ITEILAN0. MANUFACTURER
° DISCOUNT
1. Hale, Category A
2. Hale, Category B
3. Hale, Category F
_
Delivery for Lot P shall be no later than 30 days ARO.
LOT Q
ITEM NO. MANUFACTURER
% DISCOUNT
1. Havis Products
Delivery for Lot Q shall be no later than 30 days ARO
LOT R
ITEM NO. MANUFACTURER
% DISCOUNT
1. Globe
Delivery for Lot R shall be no later than 30 days ARO.
LOT S
ITEM NO. MANUFACTURER
° DISCOUNT
1. Honeywell, bunker gear
2. Honeywell, boots
3. Honeywell, helmets
4. Honeywell, accessories
5. Honeywell Gas Detection Equipment and Parts
Delivery for Lot S shall be no later than 30 days ARO.
Company Name
Page 30
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
LOT T
ITEM NO. MANUFACTURER ° DISCNT
1. Hubbell wiring devices
Delivery for Lot T shall be no later than 45 days ARO.
LOT U
ITEM NO. MANUFACTURER % DISCOUNT
1. Hurst Rescue Equipment
2. Hurst Rescue, Parts _
Delivery for Lot U shall be no later than 45 days ARO.
LOT V
ITEM NO. MANUFACTURER % DISCOUNT
1. Husgvarna, Equipment (Partner Saws)
2. Husgvarna, Parts
Delivery for Lot V shall be no later than 45 days ARO.
LOT W
ITEM NO. MANUFACTURER ° DISCOUN
1. Kocheck, fire hose
2. Kocheck, non -fire hose
Delivery for Lot W shall be no later than 45 days ARO
LOT X
ITEM NO. MANUFACTURER % DISCOUNT
1. Mercedes, fire hose
Delivery for Lot X shall be no later than 45 days ARO
Lompany Name
Page 31
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
LOT Y
ITEM NO. MANUFACTURER % DISCOUNT
1. Milwaukee Straps
Delivery for Lot Y shall be no later than 45 days ARO.
LOT Z
ITEM NO. MANUFACTURER % DISCOUNT
1. MSA, Thermal Imaging Equipment
Delivery for Lot Z shall be no later than 30 days ARO.
LOT AA
ITEM NO. MANUFACTURER °I DISCOUNT
1. MTS Safety Vest
Delivery for Lot AA shall be no later than 30 days ARO.
LOT BB
ITEM NO. MANUFACTURER % DISCOUNT
1. National Foams
Delivery for Lot BB shall be no later than 30 days ARO.
LOT CC
ITEM NO. MANUFACTURER ° DISCOUNT
1. Paratech
Delivery for Lot CC shall be no later than 45 days ARO.
LOT DD
ITEM NO. MANUFACTURER % DISCOUNT
1. Radio Tech
Delivery for Lot DD shall be no later than 45 days ARO.
Company Name
Page 32
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
LOT EE
ITEM NO. MANUFACTURER % DISCOUNT
1. RAE Systems by Honeywell, Equipment, Monitors,
Parts & Accessories
Delivery for Lot EE shall be no later than 45 days ARO.
LOT FF
ITEM NO. MANUFACTURER % DISCOUNT
1. Red Head
Delivery for Lot FF shall be no later than 45 days ARO.
LOT GG
ITEM NO. MANUFACTURER ° DISCOUNT
1. Ringer Gloves
Delivery for Lot GG shall be no later than 45 days ARO
LOT H H
ITEM NO. MANUFACTURER % DISCOUN
1. Scott Safety, respiratory
2. Scott Safety Equipment, Parts
& Accessories, SCBA (NFPA)
Delivery for Lot HH shall be no later than 45 days ARO.
LOT II
ITEM NO. MANUFACTURER S DISCOUNT
1. Shelby
2. Shelby, extraction gloves
Delivery for Lot I I shall be no later than 45 days ARO.
Company Name
Page 33
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
LOT JJ
ITEM NO. MANUFACTURER % DISCOUNT
1. Streamlight
Delivery for Lot JJ shall be no later than 45 days ARO.
LOT KK
ITEM NO. MANUFACTURER % DISCOUNT
1. Stihl, Equipment
2. Stihl, Parts
Delivery for Lot KK shall be no later than 45 days ARO.
LOT LL
ITEM NO. MANUFACTURER % DISCOUNT
1. Supervac, parts
2. Supervac, non -parts
Delivery for Lot LL shall be no later than 45 days ARO
LOT MM
O. MANUFACTURER ° D15COUNT
1. Thermo Scientific, radiation detection
2. Thermo Scientific, portable optical analysis
Delivery for Lot MM shall be no later than 45 days ARO.
LOT N N
ITEM NO. MANUFACTURER ° DISCOUNT
1. Tingley
Delivery for Lot NN shall be no later than 45 days ARO.
Company Name
Page 34
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
LOT 00
ITEM NO. MANUFACTURER % DISCOUNT
1. True North
Delivery for Lot 00 shall be no later than 45 days ARO.
LOT PP
ITEM NO. MANUFACTURER % DISCOUNT
1. Whelen Products
Delivery for Lot PP shall be no later than 45 days ARO.
LOT QQ
ITEM NO. MANUFACTURER % DISCOUNT
1. Williams Fire Hazard, firefighting foams
Delivery for Lot QQ shall be no later than 45 days ARO.
LOT RR
ITEM NO. MANUFACTURER % ❑ISCOUNT
1. Worden
Delivery for Lot RR shall be no later than 45 days ARO.
LOT SS
ITEM NO. MANUFACTURER ° DISC NT
1. Saint Gobain
Delivery for Lot SS shall be no later than 45 days ARO.
LOT TT
ITEM NO. MANUFACTURER % DISCOUNT
1. Duracell Pro Cell Batteries
Delivery for Lot TT shall be no later than 45 days ARO.
Company Name
Page 35
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
LOT UU
ITEM NO. MANUFACTURER °�s DISCOUNT
1. Gasco Calibration Gas
Delivery for Lot UU shall be no later than 45 days ARO.
L116YWAIAr
ITEM NO. MANUFACTURER ° I C NT
1. Scott Safety Equipment
Delivery for Lot VV shall be no later than 45 days ARO.
LOT WW
ITEM NO. MANUFACTURER % DISCOUNT
1. Pacific New Zealand
Delivery for Lot WW shall be no later than 45 days ARO.
*031W_� 1
ITEM NO. MANUFACTURER % DISCOUNT
1. Genesis Monitor
Delivery for Lot XX shall be no later than 45 days ARO.
Company Name
Indicate if items are to be delivered:
via common carrier* or Owned/Hired Vehicle
*If delivery will occur via common carrier, insurance requirements are not applicable. If
delivery will occur via owned or hired vehicles, insurance requirements are applicable.
IMPORTANT NOTE: When completing your bid, do not attach any forms which
may contain terms and conditions that conflict with those listed in the County's
bid documents s . Inclusion of additional terms and conditions such as those
which may be on your company's standard forms shall result in your bid being
declared non -responsive as these changes will be considered a counteroffer to
the County's bid.
Page 36
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
Delivery: Varies per lot after Receipt of Order (ARO) per Special Terms and Conditions.
Inquiries regarding this Invitation for Bids may be directed to Melisa Vergara, Senior
Purchasing Agent, at Melisa.Ver;ara c;ocfl_net
Bid Response Documents - The following documents constitute your bid:
A. Bid Response Form, Authorized Signatories/Negotiators, Drug -Free Workplace,
Schedule of Sub -contracting, Conflict/Non-Conflict of Interest Form, E-
Verification Certification, and current W9, Relationship Disclosure Form and
Orange County Specific Project Expenditure Report. Please make sure forms
are fully executed where required.
B. Qualifications of Bidders information, per Special Terms and Conditions.
C. Completed attached reference documentation.
Page 37
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
THE FOLLOWING SECTION MUST BE COMPLETED BY ALL BIDDERS:
Company Name:
NOTE: COMPANY NAME MUST MATCH LEGAL NAME ASSIGNED TO TIN
NUMBER. CURRENT W9 MUST BE SUBMITTED WITH BID.
TIN#:
D-U-N-S® #
(Street No. or P.O. Box Number) (Street Name)
(County)
Contact Person:
Phone Number:
Email Address:
(State)
Fax Number:
EMERGENCY CONTACT
(City)
(Zip Code)
Emergency Contact Person:
Telephone Number: Cell Phone Number -
Residence Telephone Number: Email:
ACKNOWLEDGEMENT OF ADDENDA
The Bidder shall acknowledge receipt of any addenda issued to this solicitation by
completing the blocks below or by completion of the applicable information on the
addendum and returning it not later than the date and time for receipt of the bid. Failure
to acknowledge an addendum that has a material impact on this solicitation may
negatively impact the responsiveness of your bid. Material impacts include but are not
limited to changes to specifications, scope of work/services, delivery time, performance
period, quantities, bonds, letters of credit, insurance, or qualifications.
Addendum No. , Date Addendum No. , Date
Addendum No. , Date
Page 38
Addendum No. , Date
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
AUTHORIZED SIGNATORIES/NEGOTIATORS
The Bidder represents that the following principals are authorized to sign bids,
negotiate and/or sign contracts and related documents to which the bidder will be duly
bound. Principal is defined as an employee, officer or other technical or professional in
a position capable of substantially influencing the development or outcome of an activity
required to perform the covered transaction.
Name Title Telephone Number/Email
(Signature)
(Title)
(Name of Business)
(Date)
The Bidder shall complete and submit the following information with the bid:
Type of Organization
Sole Proprietorship
Joint Venture
State of Incorporation:
Partnership
Corporation
Principal Place of Business (Florida Statute Chapter 607):
Non -Profit
City/County/State
THE PRINCIPAL PLACE OF BUSINESS SHALL BE THE ADDRESS OF
THE BIDDER'S PRINCIPAL OFFICE AS IDENTIFIED BY THE FLORIDA
DIVISION OF CORPORATIONS.
Federal I.D. number is
Page 39
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
REFERENCES
List three (3) customers during the past ten (10) years for which you provided, goods or
services similar to those specified in the solicitation in the spaces provided below.
Provide the owner's name, contact person, address, email address, telephone number,
and date services were performed, as described.
Company Name:
Owner's Name:
Description of goods or services provided:
Contract Amount:
Start and End Date of
Contract:
Contact Person:
Address:
Telephone Number:
MIT-11IGrrTM
2. Company Name:
Owner's Name:
Description of goods or services provided:
Contract Amount:
Start and End Date of
Contract:
Contact Person:
Address.
Telephone Number:
Page 40
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
Email Address:
3. Company Name:
Owner's Name:
Description of goods or services provided:
Contract Amount:
Start and End Date of
Contract:
Contact Person.
Address:
Telephone Number:
Email Address:
Page 41
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
DRUG -FREE WORKPLACE FORM
The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies
that does:
Name of Business
1. Publish a statement notifying employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is
prohibited in the workplace and specifying the actions that will be taken against
employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the
business's policy of maintaining a drug -free workplace, any available drug
counseling, rehabilitation, employee assistance programs and the penalties that
may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual
services that are under bid a copy of the statement specified in Paragraph 1.
4. In the statement specified in Paragraph 1, notify the employees that, as a
condition of working on the commodities or contractual services that are under
bid, the employee will abide by the terms of the statement and will notify the
employer of any conviction of, or plea of guilty or nolo contendere to, any
violation of Florida Statute 893 or of any controlled substance law of the United
States or any state, for a violation occurring in the workplace no later than five (5)
days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program if such is available in the employee's
community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of Paragraphs 1 thru 5.
As the person authorized to sign this statement, I certify that this firm complies fully with
above requirements.
Bidder's Siqnature
Date
IM
.N E
V
L �U
o
O-4-
CL0oE
0
��
LE
5 L
O
O O
y
L
Q
O
Lf
v� 0U�OU
_ U
>f
O
C7
L
0
L
_
O
V
CO)
4-
0
d
m
Z
N
E
cu
Z
cu
Q
O
U
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
CONFLICT/NON-CONFLICT OF INTEREST STATEMENT
CHECK ONE
[ ] To the best of our knowledge, the undersigned bidder has no potential conflict
of interest due to any other clients, contracts, or property interest for this
project.
OR
[ ] The undersigned bidder, by attachment to this form, submits information
which may be a potential conflict of interest due to other clients, contracts, or
property interest for this project.
LITIGATION STATEMENT
CHECK ONE
[ ] The undersigned bidder has had no litigation and/or judgments entered
against it by any local, state or federal entity and has had no litigation and/or
judgments entered against such entities during the past ten (10) years.
[ ] The undersigned bidder, BY ATTACHMENT TO THIS FORM, submits a
summary and disposition of individual cases of litigation and/or judgments
entered by or against any local, state or federal entity, by any state or federal
court, during the past ten (10) years.
COMPANY NAME
AUTHORIZED SIGNATURE
NAME (PRINT OR TYPE)
TITLE
Failure to check the appropriate blocks above may result in disqualification of your bid.
Likewise, failure to provide documentation of a possible conflict of interest, or a
summary of past litigation and/or judgments, may result in disqualification of your bid.
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
E VERIFICATION CERTIFICATION
Contract No.Y17-1095-MV
I hereby certify that I will utilize the U.S. Department of Homeland Security's E-Verify
system in accordance with the terms governing the use of the system to confirm the
employment eligibility of the individuals classified below. In accordance with s. 837.06,
Florida Statutes, I understand and acknowledge that whoever knowingly makes a false
statement in writing with the intent to mislead a public servant in the performance of his
or her official duties shall be guilty of a misdemeanor in the second degree, punishable
as provided in s. 775.082 or s. 775.083, Florida statutes.
All persons, including subcontractors and their workforce, who will perform work under
Contract No.Y17-1095-MV, Fire Rescue Hazmat Supplies & Equipment, within the
state of Florida.
NAME OF CONTRACTOR:
ADDRESS OF CONTRACTOR:
AUTHORIZED SIGNATURE:
TITLE:
DATE:
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
RELATIONSHIP DISCLOSURE FORM
FOR USE WITH PROCUREMENT ITEMS, EXCEPT THOSE WHERE THE COUNTY
IS THE PRINCIPAL OR PRIMARY PROPOSER
For procurement items that will come before the Board of County Commissioners for
final approval, this form shall be completed by the Bidder and shall be submitted to the
Procurement Division by the Bidder.
In the event any information provided on this form should change, the Bidder must file
an amended form on or before the date the item is considered by the appropriate board
or body.
Part I
INFORMATION ON BIDDER:
Legal Name of Bidder:
Business Address (Street/P.O. Box, City and Zip Code):
Business Phone: ( )
Facsimile: ( )
INFORMATION ON BIDDER'S AUTHORIZED AGENT, IF APPLICABLE:
(Agent Authorization Form also required to be attached)
Name of Bidder's Authorized Agent:
Business Address (Street/P.O. Box, City and Zip Code):
Business Phone: ( )_
Facsimile.
Page 1
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
Part II
IS THE BIDDER A RELATIVE OF THE MAYOR OR ANY MEMBER OF THE BCC?
YES NO
IS THE MAYOR OR ANY MEMBER OF THE BCC THE BIDDER'S EMPLOYEE?
YES NO
IS THE BIDDER OR ANY PERSON WITH A DIRECT BENEFICIAL INTEREST IN THE
OUTCOME OF THIS MATTER A BUSINESS ASSOCIATE OF THE MAYOR OR ANY
MEMBER OF THE BCC?
If you responded "YES" to any of the above questions, please state with whom and
explain the relationship.
(Use additional sheets of paper if necessary)
Page 2
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
Part III
ORIGINAL SIGNATURE AND NOTARIZATION REQUIRED
I hereby certify that information provided in this relationship disclosure form is true and
correct based on my knowledge and belief. If any of this information changes, I further
acknowledge and agree to amend this relationship disclosure form prior to any meeting
at which the above -referenced project is scheduled to be heard. In accordance with s.
837.06, Florida Statutes, I understand and acknowledge that whoever knowingly makes
a false statement in writing with the intent to mislead a public servant in the
performance of his or her official duty shall be guilty of a misdemeanor in the second
degree, punishable as provided in s. 775.082 or s. 775.083, Florida Statutes.
Signature of Bidder Date
Printed Name and Title of Person completing this form:
STATE OF
COUNTY OF
I certify that the foregoing instrument was acknowledged before me this
day of 120 by
personally known to me or has produced
identification and did/did not take an oath.
He/she is
as
Witness my hand and official seal in the county and state stated above on
the day of
(Notary Seal)
in the year
Staff signature and date of receipt of form
Signature of Notary Public
Notary Public for the State of
My Commission Expires:
Staff reviews as to form and does not attest to the accuracy or veracity of the
information provided herein.
Page 3
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
FREQUENTLY ASKED QUESTIONS (FAQ)
ABOUT THE
RELATIONSHIP DISCLOSURE FORM
Updated 6-28-11
WHAT IS THE RELATIONSHIP DISCLOSURE FORM?
The Relationship Disclosure Form (form OC CE 2D and form OC CE 2P) is a form
created pursuant to the County's Local Code of Ethics, codified at Article XIII of Chapter
2 of the Orange County Code, to ensure that all development -related items and
procurement items presented to or filed with the County include information as to the
relationship, if any, between the applicant and the County Mayor or any member of the
Board of County Commissioners (BCC). The form will be a part of the backup
information for the applicant's item.
WHY ARE THERE TWO RELATIONSHIP DISCLOSURE FORMS?
Form OC CE 2D is used only for development -related items, and form OC CE 2P is
used only for procurement -related items. The applicant needs to complete and file the
form that is applicable to his/her case.
WHO NEEDS TO FILE THE RELATIONSHIP DISCLOSURE FORM?
Form OC CE 2D should be completed and filed by the owner of record, contract
purchaser, or authorized agent. Form OC CE 2P should be completed and filed by the
bidder, offeror, quoter, or respondent, and, if applicable, their authorized agent. In all
cases, the person completing the form must sign the form and warrant that the
information provided on the form is true and correct.
WHAT INFORMATION NEEDS TO BE DISCLOSED ON THE RELATIONSHIP
DISCLOSURE FORM?
The relationship disclosure form needs to disclose pertinent background information
about the applicant and the relationship, if any, between, on the one hand, the applicant
and, if applicable, any person involved with the item, and on the other hand, the Mayor
or any member of the BCC.
In particular, the applicant needs to disclose whether any of the following relationships
exist: (1) the applicant is a business associate of the Mayor or any member of the BCC;
(2) any person involved with the approval of the item has a beneficial interest in the
outcome of the matter and is a business associate of the Mayor or any member of the
BCC; (3) the applicant is a relative of the Mayor or any member of the BCC; or (4) the
Mayor or any member of the BCC is an employee of the applicant. (See Section 2-454,
Orange County Code.)
HOW ARE THE KEY RELEVANT TERMS DEFINED?
Applicant means, for purposes of a development -related project, the owner, and, if
applicable, the contract purchaser or owner's authorized agent. Applicant means, for
purposes of a procurement item, the bidder, offeror, quoter, respondent, and, if
applicable, the authorized agent of the bidder, offeror, quoter, or respondent.
Business associate means any person or entity engaged in or carrying on a business
enterprise with a public officer, public employee, or candidate as a partner, joint venture,
corporate shareholder where the shares of such corporation are not listed on any
national or regional stock exchange, or co-owner of property. In addition, the term
Page 1
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
includes any person or entity engaged in or carrying on a business enterprise, or
otherwise engaging in common investment, with a public officer, public employee, or
candidate as a partner, member, shareholder, owner, co-owner, joint venture partner, or
other investor, whether directly or indirectly, whether through a Business Entity or
through interlocking Parent Entities, Subsidiary Entities, or other business or investment
scheme, structure, or venture of any nature. (See Section 112.312(4), Florida Statutes,
and Section 2-452(b), Orange County Code.)
Employee means any person who receives remuneration from an employer for the
performance of any work or service while engaged in any employment under any
appointment or contract for hire or apprenticeship, express or implied, oral or written,
whether lawfully or unlawfully employed, and includes, but is not limited to, aliens and
minors. (See Section 440.02(15), Florida Statutes.)
Relative means an individual who is related to a public officer or employee as father,
mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband,
wife, father-in-law, mother-in-law, son-in-law, daughter-in-law, brother-in-law, sister-in-
law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half-brother,
half-sister, grandparent, great grandparent, grandchild, great grandchild, step
grandparent, step great grandparent, step grandchild, step great grandchild, person
who is engaged to be married to the public officer or employee or who otherwise holds
himself or herself out as or is generally known as the person whom the public officer or
employee intends to marry or with whom the public officer or employee intends to form
a household, or any other natural person having the same legal residence as the public
officer or employee. (See Section 112.312(21), Florida Statutes.)
DOES THE RELATIONSHIP DISCLOSURE FORM NEED TO BE UPDATED IF
INFORMATION CHANGES?
Yes. It remains a continuing obligation of the applicant to update this form whenever
any of the information provided on the initial form changes.
WHERE DO THE RELATIONSHIP DISCLOSURE FORM AND ANY SUBSEQUENT
UPDATES NEED TO BE FILED?
For a development -related item, the Relationship Disclosure Form and any update need
to be filed with the County Department or County Division where the applicant filed the
application. For a procurement item, the Relationship Disclosure Form and any update
need to be filed with the Procurement Division.
WHEN DO THE RELATIONSHIP DISCLOSURE FORM AND ANY UPDATES NEED
TO BE FILED?
In most cases, the initial form needs to be filed when the applicant files the initial
development -related project application or initial procurement -related forms. However,
with respect to a procurement item, a response to a bid will not be deemed
unresponsive if this form is not included in the initial packet submitted to the
Procurement Division.
If changes are made after the initial filing, the final, cumulative Relationship Disclosure
Form needs to be filed with the appropriate County Department or County Division
processing the application not less than seven (7) days prior to the scheduled BCC
agenda date so that it may be incorporated into the BCC agenda packet. When the
matter is a discussion agenda item or is the subject of a public hearing, and an update
has not been made at least 7 days prior to BCC meeting date or is not included in the
Page 2
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
BCC agenda packet, the applicant is obligated to verbally present such update to the
BCC when the agenda item is heard or the public hearing is held. When the matter is a
consent agenda item and an update has not been made at least 7 days prior to the BCC
meeting or the update is not included in the BCC agenda packet, the item will be pulled
from the consent agenda to be considered at a future meeting.
WHO WILL REVIEW THE INFORMATION DISCLOSED ON THE RELATIONSHIP
DISCLOSURE FORM AND ANY UPDATES?
The information disclosed on this form and any updates will be a public record as
defined by Chapter 119, Florida Statutes, and may therefore be inspected by any
interested person. Also, the information will be made available to the Mayor and the
BCC members. This form and any updates will accompany the information for the
applicant's project or item.
However, for development -related items, if an applicant discloses the existence of one
or more of the relationships described above and the matter would normally receive
final consideration by the Concurrency Review Committee or the Development Review
Committee, the matter will be directed to the BCC for final consideration and action
following committee review.
CONCLUSION:
We hope you find this FAQ useful to your understanding of the Relationship Disclosure
Form. Please be informed that if the event of a conflict or inconsistency between this
FAQ and the requirements of the applicable ordinance or law governing relationship
disclosures, the ordinance or law controls.
Also, please be informed that the County Attorney's Office is not permitted to render
legal advice to an applicant or any other outside party. Accordingly, if the applicant or
an outside party has any questions after reading this FAQ, he/she is encouraged to
contact his/her own legal counsel.
Page 3
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
ORANGE COUNTY SPECIFIC PROJECT EXPENDITURE REPORT
This lobbying expenditure form shall be completed in full and filed with all application
submittals. This form shall remain cumulative and shall be filed with the department
processing your application. Forms signed by a principal's authorized agent shall include an
executed Agent Authorization Form.
This is the initial Form:
This is a Subsequent Form:
Part I
Please complete all of the following:
Name and Address of Principal (legal name of entity or owner per Orange County tax rolls):
Name and Address of Principal's Authorized Agent, if applicable:
List the name and address of all lobbyists, Contractors, contractors, subcontractors,
individuals or business entities who will assist with obtaining approval for this
project. (Additional forms may be used as necessary.)
Name and address of individual or business entity:
Are they registered Lobbyist? Yes or No
2. Name and address of individual or business entity:
Are they registered Lobbyist? Yes or No
3. Name and address of individual or business entity:
Are they registered Lobbyist? Yes or No
4. Name and address of individual or business entity:
Are they registered Lobbyist? Yes or No
5
N.
Name and address of individual or business entity:
Are they registered Lobbyist? Yes or No
Name and address of individual or business entity:
Are they registered Lobbyist? Yes or No
7. Name and address of individual or business entity:
Are they registered Lobbyist? Yes or No
8. Name and address of individual or business entity:
Are they registered Lobbyist? Yes or No
Page 1
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
Part II
Expenditures:
For this report, an "expenditure" means money or anything of value given by the principal
and/or his/her lobbyist for the purpose of lobbying, as defined in section 2-351, Orange County
Code. This may include public relations expenditures including, but not limited to, petitions,
fliers, purchase of media time, cost of print and distribution of publications. However, the term
"expenditure" does not include:
•Contributions or expenditures reported pursuant to chapter 106, Florida Statutes;
•Federal election law, campaign -related personal services provided without
compensation by individuals volunteering their time;
•Any other contribution or expenditure made by or to a political party;
•Any other contribution or expenditure made by an organization that is exempt from
taxation under 26 U.S.C. s. 527 or s. 501(c)(4), in accordance with s.112.3215, Florida
Statutes; and/or
•Professional fees paid to registered lobbyists associated with the project or item.
The following is a complete list of all lobbying expenditures and activities (including those of
lobbyists, contractors, Contractors, etc.) incurred by the principal or his/her authorized agent
and expended in connection with the above -referenced project or issue. You need not include
de minimus costs (under $50) for producing or reproducing graphics, aerial
photographs, photocopies, surveys, studies or other documents related to this project.
Date of
Expenditure
Name of Party
Incurring
Expenditure
Description of Activity
Amount Paid
TOTAL EXPENDED THIS
REPORT
$
Page 2
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
Part III
Original signature and notarization required
I hereby certify that information provided in this specific project expenditure report is true and
correct based on my knowledge and belief. I acknowledge and agree to comply with the
requirement of section 2-354, of the Orange County code, to amend this specific project
expenditure report for any additional expenditure(s) incurred relating to this project prior to
the scheduled Board of County Commissioner meeting. I further acknowledge and agree
that failure to comply with these requirements to file the specific expenditure report and all
associated amendments may result in the delay of approval by the Board of County
Commissioners for my project or item, any associated costs for which I shall be held
responsible. In accordance with s. 837.06, Florida Statutes, I understand and acknowledge
that whoever knowingly makes a false statement in writing with the intent to mislead a public
servant in the performance of his or her official duty shall be guilty of a misdemeanor in the
second degree, punishable as provided in s. 775.082 or s. 775.083, Florida Statutes.
Date Signature of o Principal or o Principal's Authorized Agent
(check appropriate box)
Printed Name and Title of Person completing this form:
STATE OF
COUNTY OF
I certify that the foregoing instrument was acknowledged before me this
day of , 20 by He/she is
personally known to me or has produced as
identification and did/did not take an oath.
Witness my hand and official seal in the county and state stated above on
the day of
, in the year
Signature of Notary Public
(Notary Seal) Notary Public for the State of
My Commission Expires: _
Staff signature and date of receipt of form
Staff reviews as to form and does not attest to the accuracy or veracity of the
information provided herein.
Page 3
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
FREQUENTLY ASKED QUESTIONS (FAQ)
ABOUT THE
SPECIFIC PROJECT EXPENDITURE REPORT
Updated 3-1-11
WHAT IS A SPECIFIC PROJECT EXPENDITURE REPORT (SPR)?
A Specific Project Expenditure Report (SPR) is a report required under Section 2-354(b)
of the Orange County Lobbying Ordinance, codified at Article X of Chapter 2 of the
Orange County Code, reflecting all lobbying expenditures incurred by a principal and
their authorized agent(s) and the principal's lobbyist(s), contractor(s), subcontractor(s),
and Contractor(s), if applicable, for certain projects or issues that will ultimately be
decided by the Board of County Commissioners (BCC).
Matters specifically exempt from the SPR requirement are ministerial items, resolutions,
agreements in settlement of litigation matters in which the County is a party, ordinances
initiated by County staff, and some procurement items, as more fully described in 2.20
of the Administrative Regulations.
Professional fees paid by the principal to his/her lobbyist for the purpose of lobbying
need not be disclosed on this form. (See Section 2-354(b), Orange County Code.)
WHO NEEDS TO FILE THE SPR?
The principal or his/her authorized agent needs to complete and sign the SPR and
warrant that the information provided on the SPR is true and correct.
A principal that is a governmental entity does not need to file an SPR.
HOW ARE THE KEY RELEVANT TERMS DEFINED?
Expenditure means "a payment, distribution, loan, advance, reimbursement, deposit, or
anything of value made by a lobbyist or principal for the purpose of lobbying. This may
include public relations expenditures (including but not limited to petitions, flyers,
purchase of media time, cost of print and distribution of publications) but does not
include contributions or expenditures reported pursuant to Chapter 106, Florida
Statutes, or federal election law, campaign -related personal services provided without
compensation by individuals volunteering their time, any other contribution or
expenditure made by or to a political party, or any other contribution or expenditure
made by an organization that is exempt from taxation under 26 U.S.C. s. 527 or s.
501(c)(4)." (See Section 112.3215, Florida Statutes.) Professional fees paid by the
principal to his/her lobbyist for the purpose of lobbying are not deemed to be
"expenditures." (See Section 2-354, Orange County Code.)
Lobbying means seeking "to encourage the approval, disapproval, adoption, repeal,
rescission, passage, defeat or modification of any ordinance, resolution, agreement,
development permit, other type of permit, franchise, vendor, Contractor, contractor,
recommendation, decision or other foreseeable action of the [BCC]," and "include[s] all
communications, regardless of whether initiated by the lobbyist or by the person being
lobbied, and regardless of whether oral, written or electronic." (See Section 2-351,
Orange County Code.) Furthermore, lobbying means communicating "directly with the
County Mayor, with any other member of the [BCC], or with any member of a
procurement committee." (See Section 2-351, Orange County Code.) Lobbying also
means communicating "indirectly with the County Mayor or any other member of the
Page 1
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
[BCC]" by communicating with any staff member of the Mayor or any member of the
BCC, the county administrator, any deputy or assistant county administrator, the county
attorney, any county department director, or any county division manager. (See Section
2-351, Orange County Code.) Lobbying does not include the act of appearing before a
Sunshine Committee, such as the Development Review Committee or the Roadway
Agreement Committee other than the BCC.
Principal means "the person, partnership, joint venture, trust, association, corporation,
governmental entity or other entity which has contracted for, employed, retained, or
otherwise engaged the services of a lobbyist." Principal may also include a person,
partnership, joint venture, trust, association, corporation, limited liability corporation, or
other entity where it or its employees do not qualify as a lobbyist under the definition set
forth in Section 2-351 of the Orange County Code but do perform lobbying activities on
behalf of a business in which it has a personal interest.
DOES THE SPR NEED TO BE UPDATED IF INFORMATION CHANGES?
Yes. It remains a continuing obligation of the principal or his/her authorized agent to
update the SPR whenever any of the information provided on the initial form changes.
WHERE DO THE SPR AND ANY UPDATES NEED TO BE FILED?
The SPR needs to be filed with the County Department or County Division processing
the application or matter. If and when an additional expenditure is incurred subsequent
to the initial filing of the SPR, an amended SPR needs to be filed with the County
Department or County Division where the original application, including the initial SPR,
was filed.
WHEN DO THE SPR AND ANY UPDATES NEED TO BE FILED?
In most cases, the initial SPR needs to be filed with the other application forms. The
SPR and any update must be filed with the appropriate County Department or County
Division not less than seven (7) days prior to the BCC hearing date so that they may be
incorporated into the BCC agenda packet. (See Section 2-354(b), Orange County
Code.) When the matter is a discussion agenda item or is the subject of a public
hearing, and any additional expenditure occurs less than 7 days prior to BCC meeting
date or updated information is not included in the BCC agenda packet, the principal or
his/her authorized agent is obligated to verbally present the updated information to the
BCC when the agenda item is heard or the public hearing is held. When the matter is a
consent agenda item and an update has not been made at least 7 days prior to the BCC
meeting or the update is not included in the BCC agenda packet, the item will be pulled
from the consent agenda to be considered at a future meeting.
WHO WILL BE MADE AWARE OF THE INFORMATION DISCLOSED ON THE SPR
AND ANY UPDATES?
The information disclosed on the SPR and any updates will be a public record as
defined by Chapter 119, Florida Statutes, and therefore may be inspected by any
interested person. Also, the information will be made available to the Mayor and the
BCC members. This information will accompany the other information for the principal's
project or item.
Page 2
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
CONCLUSION:
We hope you find this FAQ useful to your understanding of the SPR. Please be
informed that in the event of a conflict or inconsistency between this FAQ and the
requirements of the applicable ordinance governing specific project expenditure reports,
the ordinance controls.
Also, please be informed that the County Attorney's Office is not permitted to render
legal advice to a principal, his/her authorized agent, or any other outside party.
Accordingly, if after reading this FAQ the principal, his/her authorized agent or an
outside party has any questions, he/she is encouraged to contact his/her own legal
counsel.
Page 3
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
AGENT AUTHORIZATION FORM
I/We, (Print Bidder name) Do
hereby authorize (print agent's name), , to
act as my/our agent to execute any petitions or other documents necessary to affect
the CONTRACT approval PROCESS more specifically described as follows, (IFB
NUMBER AND TITLE) and to appear on
my/our behalf before any administrative or legislative body in the county considering this
CONTRACT and to act in all respects as our agent in matters pertaining TO THIS
CONTRACT.
Signature of Bidder
STATE OF
COUNTY OF
Date
I certify that the foregoing instrument was acknowledged before me this
day of , 20 by _. He/she is
personally known to me or has produced _ as
identification and did/did not take an oath.
Witness my hand and official seal in the county and state stated above on
the day of , in the year
Signature of Notary Public
Notary Public for the State
(Notary Seal) of
My Commission
Expires:
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
EXHIBIT A
LEASED EMPLOYEE AFFIDAVIT
I affirm that an employee leasing company provides my workers' compensation
coverage. I further understand that my contract with the employee leasing company limits
my workers' compensation coverage to enrolled worksite employees only. My leasing
arrangement does not cover un-enrolled worksite employees, independent contractors,
uninsured sub -contractors or casual labor exposure.
I hereby certify that 100% of my workers are covered as worksite employees with
the employee leasing company. I certify that I do not hire any casual or uninsured labor
outside the employee leasing arrangement. I agree to notify the County in the event that I
have any workers not covered by the employee leasing workers' compensation policy. In
the event that I have any workers not subject to the employee leasing arrangement, I
agree to obtain a separate workers' compensation policy to cover these workers. I further
agree to provide the County with a certificate of insurance providing proof of workers'
compensation coverage prior to these workers entering any County jobsite.
I further agree to notify the County if my employee leasing arrangement terminates
with the employee leasing company and I understand that I am required to furnish proof of
replacement workers' compensation coverage prior to the termination of the employee
leasing arrangement.
I certify that I have workers' compensation coverage for all of my workers through the
employee leasing arrangement specified below:
Name of Employee Leasing Company:
Workers' Compensation Carrier:
A.M. Best Rating of Carrier:
Inception Date of Leasing Arrangement:
I further agree to notify the County in the event that I switch employee -leasing
companies. I recognize that I have an obligation to supply an updated workers'
compensation certificate to the County that documents the change of carrier.
Name of Contractor:
Signature of Owner/Officer:
Title: Date:
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
CERTIFICATE OF LIABILITY INSURANCE °"°°`°°"IY"
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(Sj AUTHOR®
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER_
IMPORTANT: If the certificate 'holder is an ADOTTIDNAL INSURED, the poRcyiies) must be endorsed_ IT SUBROGATION IS WAIVED, subject to
the terms and conditions of the poriey, certain Policies may require an endorsement A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsemen4s).
PRODUCER
1. Name of Agent or Broker
Street Address
City, State, Zap
CONTACT
I Na-
irr :.D.rD aE
NArC:
IrriaERn-
II=UED
2- Marne of Insured
Street Address
State, Zap
94UJ ERD:
W4WWRC.
"NWE"G°
VER E:
N#PCity,
RV941fER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS 15 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR. THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS.
LTR TYPE OF FtiUNANCE POLICY IIIIiREiI %x 1" LrA"
09IENAL UJUELM EACH OCCUMENCE i
3- COMLERC AI- senpNLLIABuTY 4. 5. 6- 7- PRB.isE6 E4 i
71 CLNMS-MADE. ❑ oOGtR NED EXP(AM om Pr+>fm) i
FS3 SCP AL RAWINJLM i
GENERA- AGGREGATE i
OENLAGO RMATE LIMITAPFLEi PI3t RtOOliCTB-GOAIP.RIP AOO S
PDIJCY .�E'._- LOG i
AUTOMOBILE UA81UW
ANY AIfrO 9.
BODILYT&RMYfFWPM"
i
BODILY !PLRW(F"r as tm
i
ALL CWFED
AUrM Aurm
Not*. ED
HIED AUTOS AUTOS
FROPEYM D08,00E
i
i
UiBiELI-R [.TAB
O
EACF106R�NCE
I;MOE=UAB
AOGFEriATE
i
CUAW-MADE
DED I I FET9fiiDNi
i
VMKERi COWMIIATION r7
AmawLoymruABLrrY 10- YIN
AN�PnOPRETOWPARiNER9E'[:]
'xc STATIN EITIt-
E.L. EACH
i
INfMimyat NHL
NIA
-ACCIDENT
E-D99EME-EA
i
Ryes Cewft unar
DERCRIPTIDN OF OF ae=eR
EL. DlfEASE-POUC1'CMR
i
11
msmFnDNOFOPERATRINiILDCATKM1VEy=CLES Vtd ft AL 6.,AUaf wW RWNn*3dit&ia, rmm+q Knp*."
Orange County Government fs additionally insured on the General Liability Polity- A waiver of subrogation
applies in favor of Orange County Government, ifs agents, employees, and officials on the Workers
Compensation Policy.
13. Orange County Board of County
Procurement Division
4DO E. South Street
Orlando, Florida 32801
SHOULD ANY OF THE ABOVE DESCRBED POLICES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED RI
ACCORDANCE WITH THE POLICY PROVISIONS.
ALI HDR2ED FMFW3ErrATNE
14-
,(D19W2M0 ACORD CORP)RATION- AN rights reserved
ACORD 25 (201 OM) The ACORD name and logo are registered marks of ACORO
DocuSign Envelope ID: IE287417-0536-4F89-94B4-375152DB64DD
ORANGE COUNTY CERTIFICATE OF INSURANCE REVIEW GUIDE
1. PRODUCER: Agent's name and address :must be shown along with contact name phone, fax, and email address.
2. INSURED: Legal name and address of the entity entering into the contract or agreement
3. INSURERS AFFORDING COVERAGE & NAIC ##: Name of the insurance company that is insuring the line of
coverage. The INSURER and applicable letter will be used throughout the certificate to indicate the lines of coverage
placed with a particular insurance company. A letter must be shown in the INSUR L TR section for each coverage
line listed on the certificate.
4. ADDL INSR: Signifies whether coverage includes additional insured status. Very few agents use this section -
Additional insured status is, usually discussed in the Description of Operations/Locations/Vehicles section.
5. SUBR WV'D: Signifies that a waiver of subrogation is in valid for each line of coverage as indicated.
b. POLICY NUMBER: A policy number should be listed for each line of coverage for which commercial insurance is
being provided-
7. POLICY EFFECTIVE/EKPIRA TJON DATES. Effective and expiration dates should fall within the time frame of the
inception of the contract or agreement.
S. LIMITS: As required in the written agreement. The general aggregate should be at least twice the per occurrence
limit for all continuing service contracts. If the aggregate limit applies separately then the PROJECT box should be
marled.
9. AUTOMOBILE LIABILITY: The ANYAUTO box is preferable however, some organizations do not own vehicles so
the other boxes may be marked.
10. WORKERS' OOMPENSATION: Look closelyto see if any proprietor, partner, or executive officer is excluded. If
so, ;please contact Risk Management for waiver approval. The WC STATUTORY LIMITS box must be selected_
11. OTHER: This section is used for other coverage such as professional liability and employee dishonesty. The
same rules apply with regards to policy numbers, effective and expiration dates and limits.
12. DESMPTION OF OPERATIONS/1-OCATIONSf VEHICLES: This section typically contains any special or qualifying
language such as additional insured status orwaivers of subrogation_ If additional space is needed an ACCIRD 101
should be attached. Please note that these certificates are for information only and do not confer any rights upon
the certificate .holder_ This is why we also ask forthe specific policy language or endorsement specifying thatthese
provisions are in place.
13. CJERTiFICATE HOLDER: orange County Board of County Commissioners should be listed as the certificate
holder. Individual departments and divisions should not be listed as the primary certificate holder.
14. AUTHORIZED REPRESENTATIVE: This section should contain the signature of the person authorized to issue the
certificate on behalf of the insurance company -
COI Review Guide Revised 0712014
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
EXHIBIT B
COMMERCIAL GENERAL LIABILITY
CG 20 26 07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
ADDITIONAL INSURED — DESIGNATED
PERSON OR ORGANIZATION
This endorsement modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s) Or Organization(s)
The following are additional insured under the Professional Liability section of this policy
(already included under the GL by form #86571).
YOUR MEDICAL DIRECTORS AND ADMINISTRATORS, INCLUDING PROFESSIONAL
PERSONS, BUT ONLY WHILE ACTING WITHIN THE SCOPE OF THEIR DUTIES FOR THE
NAMED INSURED AS MEDICAL DIRECTORS AND ADMINISTRATORS;
AN INDEPENDENT CONTRACTOR IS AN INSURED ONLY FOR THE CONDUCT OF YOUR
BUSINESS AND SOLELY WHILE PERFORMING SERVICES FOR A CLIENT OF THE NAMED
INSURED, BUT SOLELY WITHIN THE SCOPE OF SERVICES CONTEMPLATED BY THE NAMED
INSURED;
STUDENTS IN TRAINING WHILE PREFORMING DUTIES AS INSTRUCTED BY THE NAMED
INSURED;
ANY ENTITY YOU ARE REQUIRED IN A WRITTEN CONTRACT (HEREINAFTER CALLED
ADDITIONAL INSURED) TO NAME AS AN INSURED IS AN INSURED BUT ONLY WITH RESPECT
TO LIABILITY ARISING OUT OF YOUR PREMISES OR OPERATIONS:
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Section II — Who Is An Insured is amended to include as an additional insured the
person(s) or organization(s) shown in the Schedule, but only with respect to liability for
"bodily Injury", "property damage" or "personal and advertising injury" caused, in whole
or in part, by your acts or omissions or the acts or omissions of those acting on your
behalf:
A. In the performance of your ongoing operations; or
B. In connection with your premises owned by or rented to you.
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
F*�. 4111d10
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
ADDITIONAL INSURED — DESIGNATED
PERSON OR ORGANIZATION
This endorsement modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s) Or Organization(s)
ORANGE COUNTY BOARD OF COUNTY COMMISSIONERS
ATTN: PROCUREMENT DIVISION
400 E. SOUTH STREET, 2nd FLOOR
ORLANDO, FL 32801
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Section II — Who Is An Insured is amended to include as an additional insured the
person(s) or organization(s) shown in the Schedule, but only with respect to liability for
"bodily Injury", "property damage" or "personal and advertising injury" caused, in whole
or in part, by your acts or omissions or the acts or omissions of those acting on your
behalf:
A. In the performance of your ongoing operations; or
B. In connection with your premises owned by or rented to you.
DocuSign Envelope ID: 1E287417-0536-4F89-94B4-375152DB64DD
EXHIBIT D
WORKERS COMPENSTION AND EMPLOYEES LIABILITY
INSURANCE POLICY WC 00 03 13
2ND Reprint Effective April 1, 1984 Advisory
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an injury covered by
this policy. We will not enforce our right against the person or organization named in
the Schedule. (This agreement applies only to the extent that you perform work under a
written contract that requires you to obtain this agreement from us.)
This agreement shall not operate directly or indirectly to benefit anyone not named in
the Schedule.
Schedule
Name of Person or Organization:
ORANGE COUNTY BOARD OF COUNTY COMMISSIONERS
ATTN: PROCUREMENT DIVISION
400 E. SOUTH STREET, 2nd FLOOR
ORLANDO, FL 32801
© 1983 National Council on Compensation Insurance, Inc.
©NCCI Holdings, Inc.
DocuSign Envelope ID: 1 E287417-0536-4F89-94B4-375152DB64DD
EXHIBIT E
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
CG 24 04 10 93
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US
This endorsement modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
ORANGE COUNTY BOARD OF COUNTY COMMISSIONERS
ATTN: PROCUREMENT DIVISION
400 E. SOUTH STREET, 2nd FLOOR
ORLANDO, FL 32801
(If no entry appears above, information required to complete this endorsement will be
shown in the Declarations as applicable to this endorsement.)
The TRANSER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition
(Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the
addition of the following:
We waive any right to recovery we may have against the person or organization shown
in the Schedule above because of payments we make for injury or damage arising out
of your ongoing operations or "your work" done under a contract with that person or
organization and included in the "Products -completed operations hazard". This waiver
applies only to the person or organization shown in the Schedule above.
z
w
a
D
a
w
0
z
a
w
J
a
a
za
0
co
a
Fa- Z
a
0 w
[0 V
N
LU
LU
LL
N
O)
0
I-
CL(D c L) p p - ppp a ail a appaa ara op
z_ E oU y�o o n oaamo �o 0 0 0 nn�o 0 o c canna n��
c La.
J O N - O C O O M LO r r� r o c G' A N N N
W U O 'J O o o 0 O O O O
o C c c c c c C c c C C C C c C C c
N
LLL 0 c 0p o 0 c o�pp aaaaaap oa ail , o _0 pppa a•nap
a m E- DEDo o �I''aa'naaaBo
O V a -co
O C)) ti N 0 0 0 0 0 0 0 0 0- 0 C 0 N N N � 0 0 0 0 0 0 4 0 0
z a`> V o c c c c c c G c c c c c c c c c c c c c c
E w
a
3 (ip-9-272:2 2pa-2-2-9-22p;22 appp-a op aaa as p agp
3 m `�nnnnn nann:nnnnaMMMMMM.0a.0 aaaa-0 -0 ma
0.8
D o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
2 Z c C C c c c c c C C c c c C C C C c c c c c c c c c c c C c c c c
H (D U)
N
aci aa, pPp ppx� o papap a app
LL co E ci °'o 0 0 0 o n ,o anao c o a� ❑io �� as S n�a a.ana
O. C D u� N Ln M o p 0 0 0� 0 0 0- co 0 0 0 0 0 0 0 0 0 O O O O
N O c C c c C C C c cI G c c G c C C C C
(D o'
LU
Ea
m (i;o;capp as ppppppaaa aappppp-opppp � a
N c�a�B "�'c�Ba�aaaaa aQ� fl��a fl fl oaa �n� o
D o 0 0 00 0 0 o 0 0 0 o O o 0 o c o 0 0 0 o O c o o O O ❑ ill-
w
U I
c
(�i o
ac _ ci pp Opppa a pa a p a p
N y N\ \ N \ \\\ o 0 0 0 0 \ e \\ \ \° o
'V D) N o ,p o ,� o o 0 o d ;p a 0 0 ,p o �_
'c o L) 0 0 N+ 0 0 0 0 0 LO �IN 0 0 0- °r 0 0 O O ',M Cl)Cl)Cl)M o N N
a E Z o c c y c c c c c I c c c c CCO c
�Wcn z 1 0 ' . i
0 U
aciJ (�aaa a as Lail a as appp a aap
A) ZR o L o d o 0 o ,fl o 4 Q o 0 0 0 o D .0 m
(n C 0 (C N o0 O (O O) aD l0 co to
co O O O N V O 0 O r O 0 0 0 N N O O 0 0 0 0 0 U, V L) V O O O
N a o C c c c c c c c c c cc c c c c c cc G
iL U
0�.>; (»Lapp asapppappapp naaaaa apppa a o pa
O O j D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M O O O O O O O O O
D U o c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c
G
o <a
0- .0
Lz Eo N o p p p p a a p p p p p p p p p zs p a p a p a o p p a a a a a p
U ci �.nQ.fl�:fl.flsa��a�a�.o,Qn:ca�aa 0.a�aQ n ���
O C D O O O O O O O O O O O O O O O O O O O O O O O y 0 0 0 0 o b 0 0
C N C C C C C C C C C C C C C C C C G C C C C C C C c C C C C C C
N 7 C
m a o
o c
a`
Q LL c C C C C C C C C C C C C C C C C 0 C C C C C C C C C C C C 0 C C
N
E
a
a-
w
0 0 c y 0
o m y ID
O > U fV C d O � a) N❑ > O. N
E m U c D m '�r
E m w o o' E Qm 0 E¢mLL v, 0 �c
E E o a o. @ Q 0 w a) E c Z Z w c o 0 rn w a
w n= D o 0 0 0 no 0c Cu m a 0 m
co m a- a�'aDLO.wa N m - Y a�0 m a�2 o ==_= 0
❑ ao xdwLL� 0 rn w E o 0 0 mar
.2 d CF 0� � ac v m m�' D o UUU a��
x O O p N Y Y c3 fV L L U� a 3 N N a j O C C C G C a N y
Y Y o E E E G 3 a a) ._ ._ o 0- o 0 0 0 0 0 a
aaa¢¢a¢a'mmm��UoOOLLLL=x==c�=====as
E
m
r r N r r r N r r r N r N r r r r r r r N M r r r N M LO r r N
N
c
J
o ¢m UDw LLi0= YJ2z0a C7w(n
J
H
z
W
a_
D
0
w
0
z
Q
U)
w
J
a
a
z Q
0�
g�
Fz
Q
ow
a0 V
GO
w
w
w
LL
to
O)
O
n
CIO
LL
p a o oppp� v;gp
M n
C C N M C C C C C C C
a p p p a p a p a a
a m m a n o a a m n a
C C C C C C C C C C
p a p p a p p a p p p
a a a -0 .0 a m m m n m
0 0 0 0 0 0 0 0 0 0 0
C C C C C C C C C C C
pa o oa a. cep
aaa o ao o��loaa
C c v v c LO r ICI A C C
0 o a a p p p p p p
0 o a a a a a a a o a
"N C C C C C C C r C
?,paa o
pI
^o� so oo��o oa .0 .0 aaaaaaa,0
- O O N N V O O m M 0 O O O O O O O O O N 10
C C C C C C C C C C C C G G C
p a p a p a a o p a p p
oa o o m o
coaNNa
O 0 0 O O O O O O 0 0 0
p a pa ac ac p pa a
0 0 0 0 0 0 0 0
C CC C C C CC C C C C C C C C C C C C
p p p p p p p p a p p a p p p a p p p p p a a
aaaa aaaarO.flaa mMmJ3maaaammm
O O o 0 O O o O N CO O 0 o O O O O o 0 0 0 0 0 o a
C C C C C C C C C C C C C C C C C C C C C C C
0 o p p p a a a a p p aa o a s a popa aaoo oc u'a.0mmasmma "raOO -O N O O O 0 0 M co O O ON O O O O O O
C C C C C C O C C C I C C C C C C C
p m p p m m p m p p m m p p p p p p p a a a p p a
.0.0.0.0 a m m m m m m m a m
O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O~
C C C C C C C C C C C C C C C C C C C O C C C C C I
•d)
0 p p p p a 0y
aoa n0. s
fn
m
0)
0
0)
0
0_ a
a CLao
a s
a
m a 0.Qa
V)O
O Ur
O� O
O
Oto0NO00ON0
00
0N O O O O 0
C C
C-N
O
C
C C
C
IL
O
O
O
O
IL
O' O O O
Z
Z
z
z
Z, Z Z Z
a
.y
o 00 ;opa a 0pa
:Qjo aaa5Qa.0
c c 0 c c c °c c0
0
C
a p a a p p p a p a ce
aaaaaaa.aaaa
0 0 0 0 0 0 0 0 0 0 0
C C C C C C C C C C C
i
y
o .� o o o 0 o a .O 0
o �o o ppo L,ma 0. o
co u N C o N N v C G N
C,)
O
C
p p a G q v
0 0 oaa.�o o aoe ,0�
M N O O O M O N
C C C C C:
pppp aaa opapaa aap op _ pppaaal m
a a Z a Z -aa o a n a n a ���� a a z a .0 -.0
O O O O O O O �v�j O O O O O 0 0 0� 0 0 0 0 0 0 0 0, N
C C C C C C C C C C C C C C C C C C C- C C C•
C
O
aaaaaaaa�a�
�a�a
ao o aaaaaa
acaaBz.5:5
O O O O O O O G O O O
O O O O
O
Q
C C C C C C C C C C C
C C C C
C C C C C C C
C C C C C C C C C C
L
OI
2
pp;aa as aap o ;aaaa appa:opppp ppa-0p aaa aapp,
aaaaoQa.caao aaaa aaaaaaaaa maa.0mm.mZ:oaaai m
C C C C O CC C_0CCCCCC CCCCC CCCCCi C C C C C C C C C Z
O
co U m LL
C/i C .+ .U m
N
O C
E Q Q
c O. y 0 r
m 7 N y m Q O 0 m
d a) r O.a 0)lm Ccu a)
U)a) a 0 C LL a) =p l LL y C
C O m C a)Z L m O �: m m
ma)
a) O L m a rofd P m0 E c
y d
7 t= LL 2 Q' E y y a c y 7 V O C y ai != �= "y' m y O 7 m
a m a> m Q r c 0 2 0- y
W d c d > E m 0 y a) U d m O c c 3 c U m W N •c
liizw� o L E� y > �a y `� n az o_ oaa o
C C y a) LL U 4? c °) a O ..0.. w0- % p) •7 r U U( � d LL .0 d ca N 2
Y Y m 0 m L a) y m o m C� m m o m a m m m ti Cl) O= C) m z w
>> N N N 7 FL- (f) C N~ (n E N= v) u) y T T E W d O O y �' Z N E l N (D 0 0 U) U 'y
o s r `°IQ c� o° W a m z 0 mI a> d E E T m m m o@ 0 w m
y y U U a 7 U a O O U a) a) N L L D_ D_ d m _ y 0 U C
7 7 0 0 a) U) F- m m m O' U a) C U D U L L 7 7 L L C C` L_ O •m 7 m U m 0
_ = Y Y z a w ¢ cn cn m Cl) cn in lin in cn (n H H ¢ 1= H U) o 0 CO a C7
r I N r NJ r r r r r r r
r r r r
N r N r r N r N r
N r r r r r l r r r r r r
I
> X)- N Q m U 0
W LL U- 2
— Y
-j 2
Z o m a w w HID
>� X