Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2022-165A RDocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
AGREEMENT No. 2022-165
JANITORIAL SUPPLIES
THIS AGREEMENT, is made and entered into this 27th day of January 2023, 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 BAYSE JANITORIAL SUPPLY CO INC., whose address is: 300 S. Bay Street, Eustis, FL
32726, (hereinafter referred to as "CONTRACTOR").
WHEREAS, Lake County through the public procurement process awarded an Agreement for,
Janitorial Supplies Contract Number 21-0405A;
WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's
response thereto and Agreement in accordance with CITY's procurement policy; and
WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and
conditions of the Lake County Contract Number 21-0405A;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree
as follows:
SCOPE OF WORK
The CONTRACTOR shall furnish janitorial supplies as described in the Lake County Contract
Number 21-0405A, 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.
2. THE CONTRACT SUM
CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the
Agreement documents and the Price Schedule as set forth in Exhibit "B", attached hereto and
incorporated herein.
3. TERM AND TERMINATION
A. This Agreement is to become effective upon execution by both parties, and shall remain
in effect until December 5, 2023 unless terminated or renewed by Lake County.
B. 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
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
Piggyback Agreement
Janitorial Supplies
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.
C. Upon mutual Agreement of the parties, this Agreement may be renewed for one (1)
additional two (2) year term.
4. PROVISION OF SERVICES AND COMPLETION OF WORK
A. The CONTRACTOR shall only provide to CITY the services contained under the Scope
of Work upon receipt of an authorized order from CITY and shall provide the requested
items in the timeframe and as set forth in Lake County Contract Number 21-0405A 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.
B. 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.
C. 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.
D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY
to purchase any minimum quantity of product during the term hereof.
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
1
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
Piggyback Agreement
Janitorial Supplies
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.
6. DISPUTE RESOLUTION - MEDIATION
A. 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.
B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other
matters in question between them by mediation.
C. 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.
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 Liability 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 indirectly employed by it, and the amount of such insurance shall be as follows:
A. CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000
aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage
Occurrence, Combined Single Limit
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
Piggyback Agreement
Janitorial Supplies
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.
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.
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
Piggyback Agreement
Janitorial Supplies
A. CONTRACTOR:
• Bayse Supply Co. Inc.
• Attn: Douglas Demartino
• 300 S. Bay Street, Eustis, FL 32726
A. OWNER:
• City of Clermont
• Attn: Brian Bulthuis, City Manager
• 685 W. Montrose Street, Clermont, FL 34711
9. MISCELLANEOUS
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 prior and contemporaneous Agreements
between the parties with respect to the performance of services by CONTRACTOR.
4
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
Piggyback Agreement
Janitorial Supplies
9.6. Assi _ ng ment
Except in the event of a 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.
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
Piggyback Agreement
Janitorial Supplies
10. AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this Agreement as if
herein repeated.
Document Precedence:
A. This Agreement
B. Purchase Order / Notice To Proceed
C. An applicable Contractor Quote or Statement of Work
D. All documents contained in the Lake County Contract Number 21-0405A.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 26th day of
January 2023.
CITY OF CLERMONT
—DocuSigned by:
DS
Tim Murry, Mayor
ATTEST:
FTocuSigned
Dby:
tike� Rowe
B7F349&E,[33 4A...
Tracy Ackroyd Howe, City Clerk
11
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
BAYSE JANITORIAL SUPPLY CO INC.
By:FDocuSigned by:
V64 yt,�"
(Signature)
Print Name:
Doug DeMartino
Title: Purchasing Manager
Date: 1/30/2023
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
lole
LAKI'A'rE
COUNTY, FL,
MOMFI ATION nF f'nlvTu A d-T
Modification Number:Three (3)
Contract Number: 21-0405A
Effective Date: 12/6/2022
Title: _Janitorial Supplies
Effective Date: 12/07/2021
Contracting Officer: Bill Ponko
Contractor Name and Address:
E-mail Bill.Ponko@lakecountyfl_gov
Telephone Number: (352) 343-9489
Name: Bayse Janitor Supply Co.
Address: 300 S. Bay Street
Issued By:
Procurement Services
City: Eustis, Florida 32726
Lake County Administration Building
315 W. Main St., Suite 441
ATTENTION: Douglas DeMartino
Tavares, Florida 32778-7800
INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return
this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be
returned to the Contractor to attach to the original Contract.
DESCRIPTION OF MODIFICATION: Contract modification to change pricing for the items on the attached supporting
document and to extend the contract for a period of one year, expiring on December 5, 2023.
See attached suppo ing doc in nt.
CONTRA R GN TU K
LAKE COUNTY SIGNAT BLOCK
Signature:
Signature:
Print Name: p C:c.f-j M , L Q` wi A [Ltn n,p
Print Name: w
Title: TU(_cktjAs t-v tMArvva6t h-
-
Title: Contracting Officer
Date: 1 L (NjrL L Z
Date:
E-mail: c:;Uc' Q' �Q.A Se S 000k . • C_ IVA
1-1
Secondary E-mail: lct-11%
Distribution:
Original — Bid File
Copy — Contractor
Contracting Officer
1
PROCUREMENT SERVICES —DIVISION OF OFFICE OF MANAGEMENT AND BUDGET SERVICES
P.O. BOX 7800.315 W. MAIN ST., TAVARES, FL 3'--778 • P 352.343.9839 • F 352.343.9473
Board of County Commissioners • �tinr.lakeca+rrtrJl.00r
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
ItemCode
Item Description
Contract Price
Active
Renewal Price
23GAL SLIM W/LID
LAVEX SLIM 23GL CAN W/LID
33.85
Y
ABCO 00011
DECK BRUSH 10" YELLOW
3.77
Y
ABCO 00027
IRON SHAPE BLK HANDLE SCRUB 6"
1.80
Y
2.05
ABCO 00100
COUNTER DUSTER GRAY 8"
2.61
Y
2.96
ABCO 01104
POLE 60" WOOD METAL TIP
3.04
Y
3.76
ABCO 01204-NB
MOP HANDLE METAL TOP W/WOOD
5.05
Y
6.51
ABCO 01406-NB
DUSTMOP HANDLE WOOD QUICK CHG
8.35
Y
8.76
ABCO 0205HDS
DUST PAN 12" BLK PLASTIC
2.40
Y
ABCO BH-24536
DUSTMOP FRAME 36" CLIP ON
4.65
Y
5.31
ABCO BR-10020
WHISK BROOM CORN
2.40
Y
2.89
ABCO BR-1024MH
YELLOW ANGLE BROOM W/BLK HNDL
4.20
Y
5.03
ABCO CM-2024S
COTTON MOP HEAD #24 EACH
2.81
Y
3.39
ABCO T01009SPW
MOP BUCKET W/ WRINGER
59.91
Y
AMREWHIK16EA
ENFORCER WASP/HORNET 160Z
5.91
Y
6.47
BAY1021-5
BCT 40 5GL BOAT/TRUCK WASH
48.26
Y
BAY1531Q KIT
SILICONE TIRE/ VINYL DRESSING
7.99
Y
BAY161Q-EA
LIME GO QT CLNR DESCALER
3.87
Y
BLEACH GAL
BLEACH 1 GALLON 5%
4.36
Y
BUT446840
MAGIC ERASER HD ROLLER MOP
15.35
Y
BUT446841
MAGIC ERASER SPONGE MOP HEAD
5.98
Y
BWK03010
TRIGGER SPRAY BOTTLE 32oz 3pk
6.89
Y
BWK28QTWBBLA
WASTEBASKET 28QT 7GL BLACK
6.40
Y
BWK503GNNB EA
LOOPED MOP LG 1" BAND GREEN
9.70
Y
BWK538
LINER CLR LDL 38X581.75ML 100
66.78
Y
CDC3320000102BX
ARM HAMMER DRYER SHEETS 144BOX
5.25
Y
CL030577
CLOROX BLEACH WIPES 150 TUB
14.15
Y
CL030966CT
CLOROX COMM SOLUTION 8.25%
22.50
Y
CL035306EA
409 CLEANER DISIN QT GP CLNR
3.85
Y
4.36
CL035417EA
CLOROX CLEANUP QT DISNFECTANT
6.50
Y
CL035600EA
TILEX INSTANT MILDEW REMOVER
6.98
Y
CPC14278EA
AJAX OXY BLEACH CLEANSER 21 OZ
1.22
Y
EMPR 2432XHW
LINER WHITE LDL12-16GAL .45MIL
34.68
Y
EMPR 3339XHW
LINER WHITE LDL33GL 150CS
26.43
Y
EMPR 4046XHW
LINER WHITE LDL40-45 GAL
24.56
Y
EMPR HT400011
EMPRESS WHITE TAD MFOLD 4K CS
24.60
Y
EMPR KT230851
EMPRESS KITCHEN ROLL 30/85SHTS
28.82
Y
EMPR P09005 EA
MOP COTTON 24Z CUT END 1.25BND
3.58
Y
EMPR PH242408N
LINER CLEAR HDL7-10GAL 8MIC
29.22
Y
GENULTRA913
ULTRASOFT BATH TISS 9" 2PLY 12
26.61
Y
GOJ095804EA
GOJO 640Z PUMP ORANGE PUMICE
14.50
Y
GOJ516204CT
GOJO FMX ANTIBAC FOAM SOAP 4CS
78.47
Y
HOSP 06311
URINAL PARA BLOCK PINK 12CS
7.43
Y
HOSP 420-25
FRENCH TERRY NEW WHITE 25LB
54.90
Y
HOSP AWUS007-BX
URINAL SCREEN ORG MANGO 10PK
17.38
Y
HYSP AQ70G
SPONGE GRN/YEL SCRUB EA
0.81
Y
INTS284822KSJ
LINER BLACK TALL FITS 23GL CAN
29.09
Y
KCC21606CT
KLEENEX FACIAL TISSUE 12513/48C
83.51
Y
MFIB SAVE -DUSTER
MICROFIBER DUSTER 12" +48" EXT
12.53
Y
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
WIN2400
IWINSOFT 2400 BATH TISSUE
22.45
Y
WMN137EA
IWEIMAN GLASS STOVE TOP CLNR
6.21
Y
1 7.05
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
MA
Emplu,
low
C OU N'T Y, F la
MODIFICATION OF CONTRACT
Modification Number:Two (2)
Contract Number: 21-0405A
Effective Date: 9/l/2022
Title: Janitorial Supp L ic�s
Effective Date: 12/07/2021
Contracting Officer: Choose a name.
Contractor Name and Address:
E-mail
Telephone Number:
Name: Bayse Janitor Supply Co.
Address: 300 S. Bay Street
Issued By:
Procurement Services
City: Eustis, Florida 32726
Lake County Administration Building
315 W. Main St., Suite 441
ATTENTION: Douglas Demartino
Tavares, Florida 32778-7800
INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return
this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be
returned to the Contractor to attach to the original Contract.
DESCRIPTION OF MODIFICATION: Contract modification to change pricing for the items on the attached supporting
document.
See attached supp ing uinenr
CONTRA0 IGMO
LAKE, COUNTY SIGNATURE BLOCK
�10CK
Signatu
Signature;_
Print Name: f.- ft ACL:rl t'6
Print
Title: Ak A N1 C C, IL.
Title: Contracting Officer e—)
Date: 12-
Date: ISJ
E-mail: A-V qe) f) A i 4, "r-L
Secondary E-mail: (5 c,
Distribution:
Original — Bid File
Copy Contractor
Contracting Officer
PROCUREMENT' SERVICES --DIVISION OF OFFICE OF MANAGEMENT AND BUDOET SERVICES
P.O. BOX 7800.315 W. MAIN ST., TAVARES, Fl, 32778 - P 352.343.9839 - F 352.343.9473
Board qf County Commissioners - www.1ak-ecoun1jfl.gi?v
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
ItemCode
Item Description
Current Contract Price
Pricing effective
09/01/2022
ABCO 01104
POLE 60" WOOD METAL TIP
$2.38
$3.04
ABCO BR-1024MH
YELLOW ANGLE BROOM W/BLK HNDL
$4.00
$4.20
AMREWHIK16EA
ENFORCER WASP/HORNET 160Z
$4.74
$5.91
BLEACH GAL
BLEACH 1 GALLON 5%
$2.77
$4.36
BWK28QTWBBLA
WASTEBASKET 28QT 7GL BLACK
$5.20
$6.40
CDC3320000102BX
ARM HAMMIER DRYER SHEETS 144BOX
$4.77
$5.25
CL030577
CLOROX BLEACH WIPES 150 TUB
$13.37
$14.15
CL030966CT
CLOROX COMM SOLUTION 8.25%
$18.46
$22.58
CL035306EA
409 CLEANER DISIN QT GP CLNR
$3.45
$3.85
CL035417EA
CLOROX CLEANUP QT DISNFECTANT
$4.22
$6.50
CL035600EA
TILEX INSTANT MILDEW REMOVER
$5.14
$6.98
CPC14278EA
AJAX OXY BLEACH CLEANSER 21 OZ
$1.01
$1.22
EMPR 2432XHW
LINER WHITE LDL12-16GAL .45MIL
$32.40
$34.68
EMPR 3339XHW
LINER WHITE LDL33GL 150CS
$23.09
$26.43
EMPR 4046XHW
LINER WHITE LDL40-45 GAL
$22.86
$24.56
EMPR HT400011
EMPRESS WHITE TAD MFOLD 4K CS
$21.76
$24.60
GENULTRA913
ULTRASOFT BATH TISS 9" 2PLY 12
$20.93
$26.51
HYSP AQ70G
SPONGE GRN/YEL SCRUB EA
$0.70
$0.81
KCC21606CT
KLEENEX FACIAL TISSUE 12513/48C
$77.51
$83.51
MGBR 8722-T
FLR 22" METAL SPONGE SQUEEGE
$10.53
$13.04
MGBR M48
POLE 48" 15116" W/METAL THREAD
$3.28
$5.60
MRLONG 6060
FIBERGLASS 60" YELLOW POLE
$8.20
$11.18
MRLONG 6516
ALUNIGLASS 8'-16' EXTEN POLE
$31.83
$38.79
NOVA520
LINER BLACK LDL33 GL 1,6MIL
$21.20
$23.71
NOVA523
NOVA LINER BLK 60GL 1.6MIL 100
$34.33
$40.92
NOVA526
NOVA LINER BLK 55-60GL 2ML 100
$39.35
$49.92
PGC32987EA
COMET POWDER CAN 21OZ
$1.57
$2.02
PGC40217
TIDE 2X HE LIQ 4/1000Z
$76.69
$83.11
PGC45112EA
DAWN POT PAN DISH DET 380Z
$6.30
$7.17
PUXV890116 EA
BIG BOSS YELLOW SCRUB PADS
$1.87
$2.43
RAC84251 TUB
LYSOL DISIN WIPES 80TUB
$4.77
$5.09
SMP13005EA
SIMPLE GREEN GL CONCENTRATE
$10.90
$13.86
WIN2400
WINSOFT 2400 BATH TISSUE
$20.92
$22.45
WDF490088
WD40 LUBRICANT 160Z AERO EA
$6.69
$15.99
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
1.00
r^
L E
COUNTY, FL
scAt_ rt_WOA - RrAL eics
MODIFICATION OF CONTRACT
Modification Number:One (1)
Contract Number: 21-0405A
Effective Date: 5/19/2022
Title: Janitorial Supplies
Effective Date: 12/07/2021
Contracting Officer: Choose a name.
Contractor Name and Address:
E-mail
Telephone Number:
Name: Bayse Janitor Supply Co.
Address: 300 S. Bay Street
Issued By:
Procurement Services
City: Eustis, Florida 32726
Lake County Administration Building
315 W. Main St., Suite 441
ATTENTION: Douglas Dernartino
Tavares, Florida 32778-7800
INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return
this form to Procurement Services within ten (10) days after reggp . Once fully executed, a copy of this modification will be
returned to the Contractor to attach to the original Contract.
DESCRIPTION OF MODIFICATION: Contract modification to change pricing for the items on the attached supporting .
document.
See attached supporting do um t.
CONTRACTOR
LAKE COUNTY SIGNA BLOCK
Signature:�TT;Tm
Signature:
Print Name: 6 0 C C-+J Ak 4A4V `t IVO
Print Name: tl >
Title: U rC ya t kis tA .iw AaL-tt--
Title: Contracting Officer
Date:
_
r"
Date: } 1 1' / F� x `x-
E-mail: 0,; c� ->e i u p P t y, C j,r,
_
Secondary E-mail: u I c t nt` ca3 P S2"
Distribution:
Original -- Bid File
Copy - Contractor
Contraotins Officer
PROCUREMENT SERVICES -DIVISION OF OFFICE OF MANAGEMENT AND BUDGET SERVICES
F.O. BOX 7800.3 i 5 W. MAIN ST., TAVARES, FL 32778 • P 352.143.9839 • F 352.313.9473
Board of County Con+mtsstoners • www.lakeaountyfLgov
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
ItemCode Item Description Contract Price Renewal Price
ABCO 00011
DECK BRUSH 10" YELLOW
2.95
3.77
ABCO BH-24536
DUSTMOP FRAME 36" CLIP ON
3.60
4.65
ABCO BR-1024MH
YELLOW ANGLE BROOM WIBLK HNDL
3.85
4.00
ABCO CM-2024S
COTTON MOP HEAD #24 EACH
2.81
2.81
BWK03010
TRIGGER SPRAY BOTTLE 32oz 3pk
6.13
6.89
BWKS03GNNB EA
LOOPED MOP LG 1" BAND GREEN
9.08
9.70
CL030966CT
CLOROX COMM SOLUTION 8.25%
15.84
18.46
CL030577
CLOROX BLEACH WIPES 150 TUB
11.70
13.37
EMPR KT230851
EMPRESS KITCHEN ROLL 30185SHTS
22.10
28.82
GENULTRA90
ULTRASOFT BATH TISS 9" 2PLY 12
16.55
20.93
KCC21606CT
KLEENEX FACIAL TISSUE 1256148C
71.59
77.51
NCL 4004
TWIN POWER #4 FLOOR CLNR 640Z
26.40
29.65
NCL 4014
TWIN POWER #14 810 ENZYMATIC
29.86
32.14
PGC45112EA
DAWN POT PAN DISH DET 38OZ
5.89
6.30
PGC97726PK
CASCADE ACTION PAKS 621PK
19.50
22.94
$OF 410823
HEAVENLY SOFT CPULL 600SHT16CS
23.70
26.88
WIN2400
WINSOFT 2400 BATH TISSUE
18.14
20.92
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
L9 AO
AVEE
COUNTY, FL
REAL FLORIDA • REAL CLOSE
CONTRACT NO. 21-0405A
For
JANITORIAL SUPPLIES
LAKE COUNTY, FLORIDA, a political subdivision of the State of Florida, through its Board of County
Commissioners (hereinafter "County") does hereby accept, with noted modifications, if any, the bid of
Bayse Janitor Supply Co. (hereinafter "Contractor") to supply janitorial supplies to the County
pursuant to County Bid number 21-0405 with any included addenda (hereinafter "Bid"), with an opening
date of6/23/2021, and Contractor's Bid response dated 6/10/2021, thereto with all County Bid provisions
governing.
A copy of the Contractor's signed Bid is attached hereto and incorporated herein, thus making it a part of
this Contract except that any items not awarded have been struck through. The attachments noted below
(if any) are attached hereto and are also made a part of this Contract.
Attachments: N/A
No financial obligation under this Contract shall accrue against the County until a specific purchase
transaction is completed pursuant to the terms and conditions of this Contract.
Contractor shall submit the documents hereinafter listed prior to commencement of this Contract: NIA
The County's Procurement Services Director shall be the sole judge as to the fact of the fulfillment of this
Contract, and upon any breach thereof, shall, at his option, declare this Contract terminated, and for any
loss or damage by reason of such breach, whether this Contract is terminated or not, said Contractor and
their surety for any required bond shall be liable.
This Contract is effective from 12/7/2021 through 12/6/2022, except the County reserves the right to
terminate this Contract immediately for cause and/or lack of funds and with thirty (30) day written notice
for the convenience of the County. This Contract provides for two (2) two (2) year renewals at Lake
County's sole option at the terms noted in the Bid.
Any and all modifications to this Contract must be in writing signed by the County's Procurement Services
Director.
LAKE COUNTY, FLORIDA
By: Sandra Rogers
Senior Contracting Officer
Date: di� ilI'D4�k,)t4atc.
Distribution: Original -Bid File
Copy -Contractor
Copy -Department
PROCUREMENT SERVICES 1 A DIVISION OF THE OFFICE OF MANAGEMENT AND BUDGET
P.O. BOX 7800.315 W. MAIN ST., RM 441, TAVARES, FL 32778 • P 352.343.9839 • F 352.343.9473
Board of Cowy Commissioners • www.lakecountytl.aov
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
ADDENDUM NO. 1 REVISED
LA E
COUNTY, FL
REAL FLORIDA • REAL CLOSE
Office of Procurement Services
P.O. Box 7800. 315 W. Main St., Suite 441 • Tavares, FL 32778
SOLICTATION: Janitorial Supplies
21-0405
05/24/2021
Revised 05/27/2021
Vendors are responsible for the receipt and acknowledgement of all addenda to a solicitation. Confirm
acknowledgement by including an electronically completed copy of this addendum with submittal.
Failure to acknowledge each addendum may prevent the submittal from being considered for award.
THIS ADDENDUM DOES NOT CHANGE THE DATE FOR RECEIPT OF PROPOSALS.
QUESTIONS/RESPONSES
Q l . Can you send me the recap/bid tabulation from the last bid done like this?
R1. This solicitation has been published to combine three groups of contracts (19-0520A, 19-0520B,
19-0520C, 19-0520D, 19-0520E, 19-0520F, 18-0416, 17-0434A, and 17-0434B) into one group of
contracts exclusively for janitorial supplies.
'per.- •.
• ' ' � ss�s:sx7�Ya:issa'ssa�'�
The above contracts' bid tabulations are in Exhibit D -- Former Bid Tabulations.
ACKNOWLEDGEMENT
Firm Name: BAYSE SUPPLY
I hereby certify that my electronic signature has the same legal effect as if made under oath; that I am an
authorized representative of this vendor and/or empowered to execute this submittal on behalf of the
vendor.
Signature of Legal Representative Submitting this Bid: Z70Z72% S' P2WAfA9 Z4r0
Date: 6/16/2021
Print Name: DOUGLAS DEMARTINO
Title: PURCHASING MANAGER
Primary E-mail Address: PURCHASING@BAYSESUPPLY.COM
Secondary E-mail Address: DOUG@BAYSESUPPLY.COM
Page 1 of 1
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
ATTACHMENT 1 -- SUBMITTAL FORM 21-0405
The undersigned hereby declares that: BAYSE JANITORIAL SUPPLY CO. INC has examined
and accepts the specifications, terms, and conditions presented in this Solicitation, satisfies all legal
requirements to do business with the County, and to furnish JANITORIAL SUPPLIES for which
Submittals were advertised to be received no later than 3:00 P.M. Eastern time on the date stated
in the solicitation or as noted in an addenda. Furthermore, the undersigned is duly authorized to
execute this document and any contracts or other transactions required by award of this
Solicitation.
All pricing will be FOB Destination unless otherwise specified in this solicitation document.
Pricing submitted will remain valid for a ninety (90) day period.
Vendor will accept payment through the County Credit Card -based payment system. YES
1.0 TERM OF CONTRACT
The Contract will be awarded for an initial one (1) year term with the option for four (4) subsequent
one (1) year renewals. Renewals are contingent upon mutual written agreement.
The Contract will commence upon the related Notice to Proceed. The Contract remains in effect
until completion of the expressed and implied warranty periods. The County reserves the right to
negotiate for additional services/items similar in nature not known at time of solicitation.
Contract prices resultant from this solicitation will prevail for the full duration of the Contract
unless otherwise indicated elsewhere. Prior to completion of each exercised term, the County may
consider an adjustment to price based on changes as published by the U.S. Department of Labor,
Bureau of Labor Statistics. Refer to Exhibit A Scope of Services. It is the Contractor's
responsibility to request in writing any pricing adjustment under this provision.
2.0 METHOD OF PAYMENT
The Contractor must submit an accurate invoice to the County's using department's email. The
date of the invoice must be after delivery but no more than 30 calendar days after delivery. Invoices
must reference the: purchase or task order; delivery date, delivery location, and corresponding
packing slip or delivery ticket signed by a County representative at the time of acceptance. Failure
to submit invoices in the prescribed manner will delay payment.
Payments will be made through the County's Credit Card -based payment system (currently a
Mastercard).
Payments will be tendered in accordance with the Florida Prompt Payment Act, Part VII, Chapter
218, Florida Statutes. The County will remit full payment on all undisputed invoices within 45
days from receipt by the appropriate County using department. The County will pay interest not
to exceed 1 % per month on all undisputed invoices not paid within 30 days after the due date.
3.0 CERTIFICATION REGARDING LAKE COUNTY TERMS AND CONDITIONS:
I certify that I have reviewed the Lake County General Terms and Conditions page and accept the
Lake County General Terms and Conditions dated 10/10/2019 as written including the
Proprietary/Confidential Information section. YES Failure to acknowledge may result in Submittal
being deemed non -responsive.
Page 1 of 3
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
ATTACHMENT 1— SUBMITTAL FORM 21-0405
4.0 CERTIFICATION REGARDING FELONY CONVICTION:
Has any officer, director, or an executive performing equivalent duties, of the bidding entity been
convicted of a felony during the past ten (10) years? NO
5.0 CONFLICT OF INTEREST DISCLOSURE CERTIFICATION:
Except as listed below, no employee, officer, or agent of the firm has any conflicts of interest, real
or apparent, due to ownership, other clients, contracts, or interests associated with this project;
and, this Submittal is made without prior understanding, agreement, or connection with any
corporation, firm, or person submitting a proposal for the same services, and is in all respects fair
and without collusion or fraud. NO CONFLICT APPLIES
6.0 CERTIFICATION REGARDING BACKGROUND CHECKS:
Under any County Contract that involves Contractor or subcontractor personnel working in
proximity to minors, the Vendor hereby confirms that any personnel so employed will have
successfully completed an initial, and subsequent annual, Certified Background Check, completed
by the Contractor at no additional cost to the County. The County retains the right to request and
review any associated records with or without cause, and to require replacement of any Contractor
employee found in violation of this requirement. Contractor shall indemnify the County in full for
any adverse act of any such personnel in this regard. Additional requirements may apply in this
regard as included within any specific contract award. YES
7.0 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM
The County does not establish specific goals for minority set -asides however, participation by
minority and non -minority qualified firms is strongly encouraged. If the firm is a minority firm or
has obtained certification by the State of Florida, Office of Supplier Diversity, (OSD) (CMBE),
please indicate the appropriate classification(s) not applicable not applicable
and enter OSD Certification Number Click or tap here to enter text.
and enter effective date Click or tap to enter a date. to date Click or tap to enter a date.
8.0 RECIPROCAL VENDOR PREFERENCE:
Vendors are advised the County has established, under Lake County Code, Chapter 2, Article VII,
Sections 2-221 and 2-222; a process under which a local vendor preference program applied by
another county may be applied in a reciprocal manner within Lake County. The following
information is needed to support application of the Code:
A. Primary business location of the responding Vendor: EUSTIS, FLORIDA
B. Does the responding vendor maintain a significant physical location in Lake County at which
employees are located and business is regularly transacted: YES If "yes" is checked, provide
supporting detail: OUR PHYSICAL ADDRESS
9.0 GENERAL VENDOR INFORMATION:
Firm Name: BAYSE JANITORIAL SUPPLY CO INC
Street Address: 300 S. BAY STREET
City: EUSTIS State and ZIP Code: FL 32726
Mailing Address (if different): Click or tap here to enter text.
Telephone: 352-357-3303 Fax: 352-357-3309
Page 2 of 3
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
ATTACHMENT 1— SUBMITTAL FORM 21-0405
Federal Identification Number / TIN: 59-2874207
DUNS Number: 038493086
10.0 SUBMITTAL SIGNATURE:
I hereby certify the information indicated for this Submittal is true and accurate and that my
electronic signature shall have the same legal effect as if made under oath; that I am an authorized
representative of this Vendor and/or empowered to execute this Submittal on behalf of the Vendor.
I, individually and on behalf of the Vendor, acknowledge and agree to abide by all terms and
conditions contained in this solicitation as well as any attachments, exhibits, or addenda.
Name of Legal Representative Submitting this Proposal: L?00'q S' 0WAMRM0
Date: 6/10/2021
Print Name: DOUGLAS DEMARTINO
Title: PURCHASING MANAGER
Primary E-mail Address: PURCHASING@BAYSESUPPLY.COM
Secondary E-mail Address: DOUG@BAYSESUPPLY.COM
The individual signing this Submittal affirms that the facts stated herein are true and that the
response to this Solicitation has been submitted on behalf of the aforementioned Vendor.
`The remainder of this page as intentionally blank]
Page 3 of 3
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
rq
C
N
E
CL
Q
3
Ln
0
N
4z
a
00
00
In MM
N
0\
O
ti
N
M
d
[/]
00
O
U
O
O
O
O
O
O
cn
d
Ch
00
SSSIn
�•
F
y
O
v
O
W
py
F
M
m
Pq
d
�
+per'
U
N
d
U
rn
00
oo
o
d
N
d
m
00
In
0
o
00
m
0
0o
00
00
0
N
�D
kn
0
m
O.
ON
kn
In
m
C\1
<2�
N
O
�-+
V
N
00
N
�•
�Y
�p
d•
op
N
O
M
ti
69
69
69
69
6~9
69
69
69
69
69
69
69
69
O
U
m
y
O
U
M
Od
00
0
on0
M
In
d01
06
—
—
z
Fsr
6N9-
H3
6m9
VN}
o�
U�
m
° c
V
CD
00
N
da'
N
CD
CD
c�+i
O
CD
N
N
k}�CY
O
'z
O
M
t
M
o
C.
�w
3
N
0
0
Wn
in
It
It
m
N
m
m
o
"'
o
UO
(AA
m
bA
b4
bA
1.
Ry
sc2'5-.
p
3
O
P
U
m
u
u
u
>
>
m
a
�a
A
00
O
�
a
m
H
In
CD
in
Ch
YCJ
m
b
Cu�
p
y cn
jZA�
O
o
m
U�U��
�°
Qcn
G.
0
O
O
CDO
'D 111
1
) F�
rn
O
o
n
—00
cx
N
o
N
i i
N
m
N
v
N
C.)
0
N
o
M
a
M
o
M
a
m
o
M
CD�••�
M
o
M
0
I?
m
0
m
0
m
0
M
0�
M
a
M
"—In
n
0
4
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
a
z
Np
A.
P�
"
NO
aa
M
N
CD
O
CA
N
�p
N
r-�
O
i���"GSS
O
N
O
O
M
OPq
Ri
O
kn
e•-r
Pi
Ri
O
�i
U
N
O
N
,-w
O
y
°z
O
O
Q
Ro
U
O
O
6
O
6
6
O
6
O
O
z
o
P4
6
r�-i
N
cn
N
00
N
U
as
O
Ci
n
p
p
FP
o4
y
N
00
0
✓
Cl7J
Q
~
U
U
�
Z U
Nt
d
N
�O
b
rN
N
N
rNr
N
N
N
� Q+
Cd
Cd
i1
N
O\
o
N
vl
M
o
d
Ln
n
00
N
00
N
O
't[
O
00
N
cl�,
O
00
N
�O
F4
vl
N
m
�O
Cr,
M
In
m
%o
—
m
NW)
�
%D
—
%D
.w
Rn
l�
00
N
n
�`
co
N
r•i
tl
ri
v
69
69
69
bn
69
69
64
S9
V)
b9
U.)
6
69
69
yy
69
69
64
69
O
u
L
m
00
M
k
pp
R
,kn
00
oo
n
00
6s
Qq
z
69
F✓-i
59
N
64
—
Gy
Vl
69
[V
69
by
ul
�„
yj
i
a ,
FA
CA6�9
to
er
64
O �
U+�
41
�
y
° A
=
° a
O
Cl
r
C11
N
+--�
O
N
�n
ct'
�p
O
O
oM
O
N
O
eF
N
O
oM
N
O
V1
N
00
kn
N
p
U
Z
G
d'
U
00
N
o
C5
On
M
��
t0
01
O
M
�
00
N
--o
M
N
O
O
CD[�
O
N00
CD
4
m
N
o
O
C7
C7
C7
C7
C7
[�
C�7
U
t
`�
o
C7
vOi
P a
U
pO�
4
bo
b-0
b4
p
d �
�}
O
O
�a
o
b
0
0
0
0
0
0
o
O
0e
w
q
�
�
w
J
s
r�
00
00
x
Q
A
O
cn
In
U
al
~
N
N
a
U
F4
CA
y
z
O
a
p
O
O
O
W
U
W
Oin
'D
�
�
U
pWy�
O
U
P7
FG
w
W
W
V]
U1
x
a
H
x N
©
Ri
C4
LPa
H
co
°�
O
V,w
U•
z
O
F-� O
O
m
..
C
o
•-�
x
x
i
i
i
�
�
�
o
0
In
rxn
CA
�n
ri
CA
A
s
�
N-1
r.a
P:
A✓i
0.i
Ri
P-i
f�
p:
P
�`?
N
la
�a x
n
D
N
m
a
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
W
/Id
25
a
N
+J
N
I.
o
a
Ln
000
Oen
q
N
N
iD
a
O
Vl
O
M
N
O
S
LnCA
/.
cn
Q
Vi
to
0
O
a,
CD
Q
1 W
W
p
O
O
O
O
O
O
a o
00
cy
dam'
M
h
a
~
M
N
¢
'y
a
�.
In
In
ko
M
CI
O
aO
M
M
N
-�
d
[zi
L
N
u
47
ON
,N.i
.N-�
Cs�
y
U
y
co
00
O
N
00
T
00
IIO
O
00
CI?N
1.0
O
d
O
d
N
cc}}
H
O
Vl
b
D
M
00
CO
N_
CDN
1O
M
M
69
Ey
69
t:
GR
r--
FR
94
o,
N
94
t�
fr1
69
M
Hi
kn
�O
69
cp
N
69
Vr
69
[�
d'
4A
r
d'
N
b/
t--
'd
69
oo
00
69
Vi
64
M
69
4
U
�yNr
O
O
Q
T
O
M
O
L�
Go
M
a;
In
00
00
01
m
O
,--�
,N
69
oo
64
fA
6y
64
69
69
O
64
06
64
,6
EH
m
69
M
59
4
69
69
69
59
59
U o
.61.
a q
q
VV�1
N
O
O
Vl
O
-n
O
It
O
O
V'l
N
N
O
v>
O
10
V'l
t`
O
M
O
oo
O
In
N
N
In
N
r2y
IM
Gn
m
ON
(m�
M
M
O
ill
r%
O
AN-�
Vi
�O
M
kr
V]
N
Vt
CDd'
O
0
a1
TA
U
w
U
cn
zn
cn
C
CIO
O
to
rn W
rn W
un W
d
d
C,
�
�
'vz
A
W
rA
zn
U
C�
k
rii
cn
cn
W
rn
F
rn
rn
rn
co�
d
PG
si.'
C7
uj
rr��4F
N
�1
fd]
O
U
N
O
d
Q
N
O
R'
Ua
R'
C7
W
W
v,
W
00
tz7
iii
to
O
v,
3
o
z
o
x
O
O
¢
CA
O
U
a
a M
A
Q
7
O
PO
Pi
x
P.
o
H
ch
w
o
W
p
�7]
¢
U
0o
u
pE
GT
C7
a
Ch
s d
z
z
O
E
duo
d
4¢
H
O
,�
0
,}
U
TA
On
6 V'a
dry
a
�a
.�z
aoEn
U
v
��
�u
u
u
u
ra
Q
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
F
o
O
N
N
O00
N
V
N
ozz
zoz
a'
o
�
a
Z
a
C7
C7
Cz7
w
�
A4
O
0Qo
✓ CIO
'
'07
N
N
C7
U
r
'
d
¢p�,+
O
�✓
cey+r
N
R
N
d
93
93
Q
w
N
m
m
h
C)
0
O
N
iD
[,
O
00
Ca
O
N
1l
O
N
N
�D
O
iD
�D
V1
O
di
6y
N
63
r
M
69
T
in
6A
00
oo
69
O
m
69
ri
t�
64
�y
n
69
N
v�
6<]
oo
N
69
[V
M
66
m
oo
rq
CJ
N
69
tl
N
64
0
CJ
d
y
en04
D
O1
f
N
(�
q
�
b
o0
Clw
O
Ln
6r9
m4
b
69
69
69
6~4
69
69
a
z
a
z
Ln
6Fi
N
6N9
g o
U
44
N
G]
N
dO-
C;,
V
N
N
N
N
N
N
N
O
O
O
��'/]
O
F4
M
N
re)
�i
I
N
O
O
Ow0
7v.
O
7
N
M
oo
oo
p
In
CDN
4/1�-[
O
NN
N
z
L
L
�
m
a
U R
doh
°
U
�
L4
fhb
7
yd
ySw�
�i
In
o
°
a
O
a
a
U
w�
°
w
N
°
F"
�¢
C.
Y
O
Ln
z
o
z
C4
sa
w
A
CIO
o
0
DC
W
°
U00
0
04
¢
m
w
x
OV
W
w
coo
0
b
O
O
�
�
z
O
rev
H
�
�
�
�
�
En
z
M
j
n
C7
cn
a
a
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
0
UJ
CL
r5
0
Lr
0
v
0
14
N
`"�0
oN
o
^�
w
n
b
`OD
rq
a
m
N
n
00
O
Z
PQ
1
N
o
o
pU�
z
O
z
O
M
o
p
h
m
Pi
P.
O
a
co
Pa
ago
0
�
o
m
00
�Go
oCS
CD
C7
O
o
b
vi
b
h
eP
z
a
it
v
� d
r� U
N
N
,N,,,
„N�
�'
00
N
N
N
m
CD
00
\4
V
Rk
�1
N
U
�D
�
N
O
m
00
00
00
10
rn
1p
Vl
M
r
O
�O
00
N
00
O
00
00
iO
N
O
LO
CA
N
4'l
b
N
O
b
N
69
49
O
m
Y-1
64
c�
d
64
CT
m
64
06
N
69
ti
yi
vi
�D
Ni
CV
m
64
cs
69
vj
011
69
00
10,
69
06
1n
64
It
FA
W�
69
E9
00
kn
64
O
U
O
y eC
00
xn
v7
O
ff11
Gl
oo
O
l�
00
00
N
00
m
tq
0o
0
N
(;NN
ID
O
rn
011
�
N
00
o
�
O%
a,
00
v-�
N
n
Qy
y
69
K1
69
wi
'9 b
O
Oi
69
69
rr
69
CV
64
M
69
00
69
N
69
M
64
I�
FF1
6~4
h
69
�
69
00
69
69
U°
o
W d
o
N
.-+
N
N
O
N
b
o
O
�n
m
0
PO
'
iV
aLn
PLO
00
O
U
Mo~o
�
�°
NF
on
0
Ln
O
�w
zw
ww
Peww
zr
++
(U
N
1.I 4
u j
td
`}r
0-0
tG
FQ
pY.
oPq
z
P-
Im
Q
H
[)rq
A
G
l7
O
o
o
Py
CY
z
m
P;
Fk
t7
In
A
C
U
R
F] U
a
A
o
w
o
z
Q
>
x�
A
o
q
o
�
O
d'
0
0
0
0
0
10
a
0
0
a$
O¢
�0
0z
0w
00
A
.4
�
�
�
Z
a
a
Oa
O
a
P�
a
O
O O
O
O
O O
d
n
0
v
txO
M
R
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
Q
1—
Ul
a
a
Ln
D
C
a
0
N
d p
n
0
ON
o
d
o
O
o
R ON
O
O
d
O
N
�
M
W
O
W
PG
W'
W
z
a
a
o
o
0
0
a0a
M°w
\O
C>
Ooo
a
P�
N
m
�i
4l
130
r,
O
�j
N
!�
n
CY
o0
o
cn
O
N
[O�
H
W
€�
[�
O O
co
N
a
ON
O O poo10
n
m
m
°�
el-
pp
Ca
H3
N N
6H bR
„mti
d3
N
64
N
69
ON
69
r
64
N
69
69
m
64
d'
6F1
fA
A
69
yy
e}
69oo
O
O
u
67
CD CD4 pop
N
n
O
CD
cat]
�j
V
M
n
M
69
bO4 60 N
69
O
�p
N
69
N
F/i
6A
N
6q
6�9
0�0
6�9
5�9
6n9
G"
y�9
m
F/)
V G
m
N m N N
Nkn
y z
N Q
N
CDry
pap
O
V
rk a; O
U
�Q
C7
CJ
Gq
p�
Vj
Pq LQ
p
U
o
O
o
U
O
Q
w
5
V
or
z
m
N
H
rii
o �l
p
d
U
o
CY
O
O
tktE-
�7
6
0.
E
NO
N
9
rA
f�
N
�
a
m
Q
a�
R
F3
O
W
ffl
�¢
WW
A
x
cD
�
aIn
a
au
u
V
U
w
c
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
;Id
l=
O
Zr
N
1z
h
�Gp
O
00
Q
O
O
U
N
rn
N
O
O
OCIO
a
z
cn
V3
0
z
CD
CQ
a
a
n
v
9
F.
00
d
� y
u"
zu
N
R
a
U
cq
t-
—
ON
ON
N
d
0000
V1
O�
N
�
69
99.
64
64
69
U%
0
rvjU
p d
64
i0
64
'31
419
I.m
M
69
00
64
y
� O
U
v
w
O
a
00
O
ti
b `
O
00
ear
A
U
O
U
8
z
q
N U
_
C)
a
ci
U
O
O
m
�
O
O<
w
C7
0
O
w
O
w
w
U
A
A
Q
o
m
m
rn
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
W=
0
N
III
Q
3 �
b4
4 .M as
0
o
o 0
Lh
w b b b v
0
to "
0 O
C
o
0
v
0
CD 0
d
W
�
vo
vo•
CD
v
d
`
G
z
z
z
z
0 0
z
o
0
0
d
d
� a
d N
O
^
m
c u
I'
Uhl
n
t�—
V
va
ss
61,
sg
01
O
N
�O
y
a �c
CG
O
W
O
W
O
�Q
R1
O
Ltil
0
FW
0O
P�
O
m
N
14:�
N
ON
N
Oi
N
Ga
Q
Q
C 48
zz
z
yO
H
z
z
z
x
69
G A
fA
64
z
Z
U
d
d
c`°i
as
cwi
as
m
xi
n�
s�
o
ceji
s�
ID
Nppp
o0
00
o
m
N
o
n
w a
N
I
c
W
[7
W
tn
N
o
rq
o
°r
v
CD
CD
N
°
o
cn
r`ry A
N
In
O�
a
as
�
zz
U
z
Z
z Iz
U
N
U
o
w
P.
O�
W
V)
�
Old
O
U
OW�
o
F�
O
A
cp�Wi�
O
PO
(
CY
C7
O
a
U N
zWz
kl
U N
W
0
O x
U3
O
�'
W
O
N�
d
d
czn
u
A
C�
d'
V']
<
�O O
,Do
N
U
N
0,
N
tt
'd' '�..�
d-
�'
d•
vl
vl �y
�4
u
M A
mS
M O
W
a W
M I�
o
I?
P,
0
I?
0
M
0
M a
0
C1
0
M
0
M
o
M
CZ)a
f?
M
CDU
M
DocuSign
Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
N
C
N
E
U
m
LA
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
0
m
w
»n
a
a
a
P4
C
h
1�
W
a i
Q
CL
Ln
0
m
vi
0
d•
O
�-I
N
t
ai
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
21-0405, Janitorial Supplies Attachment 2 Page 4 of 4
The following information is required for price redetermination consideration.
Assuming prices quoted include costs for vehicles, maintenance, repair, insurance,
fuel, wages, insurances, other employee benefits, materials, overhead, operating 1.00%
expenses, etc., what percentage of the rate is directly attributed to the cost of fuel?
Which does the firm use: Diesel fuel or Gasoline? IGAS
Assuming prices quoted include costs for vehicles, maintenance, repair, insurance,
fuel, wages, materials, overhead, operating expenses, etc., what percentage of the rate 4.00%
is directly attributed to the cost of wages?
Assuming prices quoted include costs for vehicles, maintenance, fuel, wages,
insurances, other employee benefits, materials, overhead, operating expenses, etc., 0.00%
what percentage of the rate is directly attributed to the cost of materials?
Lake County is exempt from all taxes (Federal, State, Local). A Tax Exemption Certificate will be
furnished upon request for any direct purchasing. Contractor will be responsible for payment of taxes
on all materials purchased by the Contractor for the project.
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
EXHIBIT A — SCOPE OF SERVICES
21-0405 JANITORIAL SUPPLIES
Contractor shall furnish Janitorial Supplies for Lake County, Florida.
Contractor(s) shall have experience in fulfillment services, system support, reporting and
management of cleaning supplies, cleaning equipment, and paper products.
1. Product Core List:
Core List: These line -item priced products are listed in Attachment 2, Pricing List. The County
has confirmed general availability of the listed items on multiple vendor websites.
2. Non -Core Items:
Although this solicitation is specific to the product core list as shown in Attachment 2, Pricing
List, the County may purchase non -core items.
3. Internet -Based Ordering System
Contractor must provide an online ordering service capable of managing authorized orders
from County staff.
A. Contractor shall have a Secure Internet ordering system already established prior to
contract that includes SSL Certificate.
B. System shall provide individual employee access to the web site with unique user ID and
password availability.
C. System shall have the capability to review, cancel, and track orders while providing product
information.
D. System shall accept purchasing cards, purchase order, or blanket purchase order for
payment.
E. This intemet-based ordering system shall be available 24 hours a day. Any scheduled
maintenance shall be coordinated with logistics supervisor.
F. Contractor shall provide documentation explaining how payment data is secured. This can
include what payment service is being used and all information security practices that are
in place.
4. Pricing and Quantities
A. Pricing must be per unit of measurement.
B. Pricing must be for new goods only. Contractor represents and warrants that the goods
offered under this agreement are new, not used, or reconditioned.
C. Pricing shall be inclusive of all packaging, handling, shipping charges, labor, fael charges
and inside delivery to any point(s) within the County.
D. Contractor will not charge a fuel surcharge and all freight will be prepaid.
E. There shall be no minimum ordering requirements. The County will not pay a minimum
order charge or handling charge.
5. Acceptance of Goods or Services
The product(s) delivered shall remain the property of the Contractor, and services rendered
under the contract will not be deemed complete, until a physical inspection and actual usage
of the product(s) and/or service(s) is (are) accepted by the County and shall be in compliance
with the terms herein, fiilly in accord with the specifications and of the highest quality.
Page 1 of 5
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
EXHIBIT A —,SCOPE OF SERVICES
21-0405 JANITORIAL SUPPLIES
Any goods and/or services purchased may be tested/inspected for compliance with
specifications. In the event that any aspect of the goods or services provided is found to be
defective or does not conform to the specifications, the County reserves the right to terminate
the contract or initiate corrective action on the part of the Contractor, to include return of any
non -compliant goods to the Contractor at the Contractor's expense, requiring the Contractor to
either provide a direct replacement for the item, or a full credit for the returned item. The
Contractor shall not assess any additional charge(s) for any conforming action taken by the
County under this clause. The County will not be responsible to pay for any product or service
that does not conform to the contract specifications.
Any defective product or service or any product or service not delivered or performed by the
date specified in the purchase order or contract, may be procured by the County on the open
market, and any increase in cost may be charged against the Contractor. Any cost incurred by
the County in any re -procurement plus any increased product or service cost shall be withheld
from any monies owed to the Contractor by the County for any contract or financial obligation.
6. Brand Name or Equals/Deviations
Unless otherwise specified, the mention of a manufacturer's brand name or number does not
imply that this good is the only one that will be considered for purchase. The reference is
intended solely to designate the type or quality of good that will be acceptable. No
alternative/equal good will be consider for goods marked as "No Substitute"..
Contractor must submit a request in writing and include descriptive literature and/or
specifications for consideration of an equal or alternative. The determination as to whether any
alternate good is or is not equal shall be made solely by the County and such determination
shall be final and binding. The County reserves the right to request a sample and/or review
additional information to make such a determination.
7. Delivery and Availability
A. Janitorial related materials and supplies may be requested to be delivered to any area of the
County but may also be picked up by a County employee with valid Lake County
identification. ID must be checked with every in -person purchase.
B. Contractor shall schedule delivery day and time with the ordering department to insure
County personnel availability.
C. Confirmation of all orders and backordered items shall be provided by email to the ordering
party within one (1) business day from the time the order was placed. Orders will be
available for delivery, no later than two (2) business days from receipt of order.
D. If an order is placed for an item that is out of stock or there is a substitute to the item
requested, this shall be communicated to the ordering party and approved prior to delivery.
Non -stock product(s) should be available for delivery, no later than fourteen (14) business
days from receipt of order.
Page 2 of 5
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
EXHIBIT A — SCOPE OF SERVICES
21-0405 JANITORIAL ,SUPPLIES
E. Any items received by the county in error due to wrong item bid or alternative good is not
of equal quality, Contractor will provide an return merchandise authorization (RMA) label
at no charge to the county and/or will pick up any designated returns for return -to -stock
processing and account crediting.
F. Contractor will provide a written notice within twenty-four (24) hours of any products
covered by this contract that the Contractor has placed on. backorder. Contractor's
backorder notification will include:
• The product(s) placed on backorder.
• The expected timeline of the backorder.
• The reason for the backorder.
G. Deliveries resulting from this bid are to be performed during the hours of 8:00am —
3:00pm (EST) Monday thru Friday. Contractor shall notify freight companies of the
delivery hours.
8. Product Expiration Dates
All products received must have an expiration date of twelve (12) months or more from the
date of delivery.
9. Purchase of Other Items Not Listed Within this Solicitation Based on Non- Core Item
Pricing
While the County has listed all major items utilized by County departments, there may be
similar or ancillary items that must be purchased by the County during the term of this contract.
Under these circumstances, a County representative will contact the primary Contractor to
obtain a price quote for the similar or ancillary items utilizing the pricing as shown in Exhibit
B, Pricing Page, 2, Non -Core Items. If multiple Contractors on the contract, the County
representative may also obtain price quotes from these Contractors. The County reserves the
right to award these ancillary items to the primary contract Contractor, another contract
Contractor based on the lowest price quoted, or to acquire the items through a separate
solicitation.
10. Shipping Terms, F.O.B. Destination- Inside Delivery
The F.O.B. point for any product ordered as a result of this solicitation shall be F.O.B.:
DESTINATION — INSIDE DELIVERY. The title for each item will pass from the Contractor
to the County only after the County receives AND accepts each item. Delivery will not be
complete until the County has accepted each item. Delivery to a common carrier shall not
constitute delivery to the County. Any transportation dispute shall be between the Contractor
and the carrier. The County will not consider any bid or proposal showing a F.O.B. point other
than F.O.B.: Destination — Inside Delivery.
11. Warranty
The Contractor agrees that, unless expressly stated otherwise in the bid or proposal, the product
and/or service furnished as a result of an award from this solicitation shall be covered by the
most favorable commercial warranty the Contractor gives to any customer for comparable
quantities of products and/or services and the rights and remedies provided herein are in
Page 3 of 5
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
EXHIBIT A — SCOPE OF SERVICES
21-0405 JANITORIAL SUPPLIES
addition to said warranty and do not limit any right afforded to the County by any other
provision of this solicitation.
The Contractor hereby acknowledges and agrees that all materials, except where recycled
content is specifically requested, supplied by the Contractor in conjunction with this
solicitation and resultant contract shall be new, warranted for their merchantability, and fit for
a particular purpose.
t2. Price Redeterminations
Contractor may petition for a price redetermination with documented increases in the cost of
wages, fuel, or materials. Petitions for price redeterminations should be made within 30
calendar days of the anniversary date of the Contract. Unless otherwise expressly set forth in
the Contract, no other price redeterminations will be allowed.
a. Basis for Price Redeterminations. Price redeterminations will be based upon changes
documented by the applicable Employment Cost Index (ECI) or Producer Price Index (PPI)
as published on the Bureau of'Lcabor Statistics site here. The base index number will be based
on the solicitation's opening date. Subsequent price redeterminations will use the last
approved price redetermination as the base index number. The County shall have the right to
audit the Contractor's records to verify/investigate the validity of any request. Contractor
will be required to petition for a price redetermination decrease if pricing decreases. Failure
to make such petition may be grounds for contract termination and shall entitle the County
to a refund of the cumulative prior price redeterminations increase paid.
b. Wage Price Redetermination. Contractor should utilize the Employment Cost Index, Total
Compensation, Private Industry, Index Number and Occupational. Group from the Bureau of
Labor Statistics located on the Statistics Site here. The base figure will be tied to trade,
transportation, and utilities under the heading Service Providing Industries. Wage price
redetermination increases will be considered only by reason of wage increases associated
with the Contractor's employees performing Contract work.
C. Minimum Wage Price Redetermination. Contractor may petition for price redetermination
for Contractor's minimum wage employees should the minimum wage increase during the
Contract. Upon verification, the County will grant an increase matching the minimum wage
increase.
d. Fuel Price Redetermination. If firel prices change by a minimum of ten percent, Contractor
may petition for a fuel price redetermination. Fuel price redetermination are based upon
changes as documented by the Producer Price Index (PPI) for the commodities "Unleaded
Gasoline - WPU057104" or "#2 diesel fuel - WPU057303," as applicable to the Contractor's
performance of the Contract.
e. Materials Price Redetermination. Contractor may petition for a materials price
redetermination. As a condition of petitioning for a materials price increase, Materials price
redetermination must be based solely upon changes as documented by the Producer Price
Index (PPI) for the commodity "Cleaning Supplies and Paper Products — WPU58G1" as
published by the Bureau of Labor Statistics.
Page 4 of 5
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
EXHIBIT A -- SCOPE OF SERVICES
21-0405 JANITORIAL SUPPLIES
f. Expiration Upon Failure to Agree to Price Redetermination. If the County and Contractor
cannot agree to a price redetermination, the Contract will automatically expire without
penalty or further expense to either party after a period of six months following the
Contractor's initial request for such price redetermination. The County reserves the right, at
no expense, penalty, or consequence to the County, to award any remaining tasks thereunder
to the next available most responsive and responsible contractor.
[THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK]
Page 5 of 5
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
EXHIBIT B — INSURANCE REQUIREMENTS 21-0405
Vendor shall provide proof of insurance capabilities, including but not limited to, the requirements
of this Solicitation. Coverage does not have to be in effect prior to a Purchase Order or Contract
being executed by the County.
Awarded Vendor (Contractor) shall provide an original certificate of insurance reflecting coverage
in accordance with the requirements of this Exhibit B within five working days of such request. It
must be received and accepted by the County prior to contract execution and before work begins.
Contractor shall provide and maintain insurance policies with a company(ies) authorized to do
business in the State of Florida, and which are acceptable to the County, insuring the Contractor
against any and all claims, demands, or causes of action whatsoever, for .injuries received or
damage to property relating to the performance of duties, services, or obligations of the Contractor
under the terms and provisions of the Contract without cost or expense to the County during the
entire term of any Contract. Contractor is responsible for timely provision of certificates of
insurance to the County at the Certificate Holder address evidencing conformance with the
Contract requirements at all times throughout the term of the Contract.
Such policies of insurance, and confirming certificates of insurance, must ensure the Contractor in
accordance with the following minimum limits:
1. General Liability insurance on forms no more restrictive than the latest edition of the
Occurrence Form Commercial General Liability policy (CG 00 01) of the Insurance Services
Office or equivalent without restrictive endorsements, with the following minimum limits and
coverage:
Each Occurrence/General Aggregate
Products -Completed Operations
Personal & Adv. Injury
Fire Damage
Medical Expense
Contractual Liability
$1,000,000/2,000,000
$2,000,000
$1,000,000
$50,000
$5,000
Included
2. Automobile liability insurance, including all owned, non -owned, scheduled, and hired autos
with the following minimum limits and coverage:
Combined Single Limit
$1,000,000
3. Workers' compensation insurance based on proper reporting of classification codes and payroll
amounts in accordance with Chapter 440, Florida Statutes, and any other applicable law
requiring workers' compensation (Federal, maritime, etc.). If not required by law to maintain
workers' compensation insurance, the Contractor must provide a notarized statement to not
hold the County responsible for any payment or compensation.
4. Employers' Liability insurance with the following minimum limits and coverage:
Each Accident $1,000,000
Disease -Each Employee $1,000,000
Disease -Policy Limit $1,000,000
Lake County, a Political Subdivision of the State of Florida, and the Board of County
Commissioners, must be named as additional insured as the County's interest may appear on all
applicable liability insurance policies.
The certificates of insurance must provide for a minimum of thirty (30) days prior written notice
to the County of any change, cancellation, or nonrenewal of the provided insurance. It is the
vendor's specific responsibility to ensure that any such notice is provided within the stated
timeframe to the County.
Page I of 2
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
EXHIBIT B — INSURANCE REQUIREMENTS 21-0405
Contractor must provide a copy of all policy endorsements reflecting the required coverage, with
Lake County listed as an additional insured along with all required provisions to include waiver of
subrogation. ' Contracts cannot be completed without this required insurance
documentation. (Nate. A simple COI WILL NOT be accepted in lieu of the policy
endorsements).
Certificates of insurance must identify the applicable solicitation number in the Description of
Operations section of the Certificate. Certificate Holder must be:
LAKE COUNTY, A POLITICAL SUBDIVISION OF THE STATE OF
FLORIDA, AND THE BOARD OF COUNTY COMMISSIONERS.
P.O. BOX 7800
TAVARES, FL 32778-7800
Certificates of insurance must evidence a waiver of subrogation in favor of the County, that
coverage will be primary and noncontributory, and that each evidenced policy includes a Cross
Liability or Severability of Interests provision, with no requirement of premium payment by the
County.
Contractor will be responsible for subcontractors and subcontractors' insurance. Subcontractors
must provide certificates of insurance to the Contractor evidencing coverage and terms in
accordance with the Contractor's requirements.
All self -insured retentions must appear on the certificates and will be subject to approval by the
County. At the option of the County, the insurer must reduce or eliminate such self -insured
retentions, or the Contractor or subcontractor must procure a bond guaranteeing payment of losses
and related claims expenses.
The County will be exempt from, and in no way liable for, any sums of money, which may
represent a deductible or self -insured retention in any insurance policy. The payment of such
deductible or self -insured retention will be the sole responsibility of the Contractor or
subcontractor providing such insurance.
Failure to obtain and maintain such insurance as set out above will be considered a breach of
contract and may result in termination of the Contract for default.
Neither approval by the County of any insurance supplied by the Contractor or subcontractors, nor
a failure to disapprove that insurance, will relieve the Contractor or subcontractors of full
responsibility for liability, damages, and accidents as set forth in. this solicitation or any contract
arising from this solicitation.
[Remainder of this page intentionally left blank.]
Page 2 of 2
DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB
Lake County - Vendor Bids
COUNTY, FL
REAL FLORIDA • REAL CLOSE
Solicitation Number: 21-0405
Solicitation Title: Janitorial Supplies
Open Date: May 18, 2021, 12:00:00 AM
Close Date: Jun 23, 2021, 3:00:00 PM
Firm Name
Acuity Specialty Products, Inc dba Zep Sales and Service
Agni Enterprises, LLC (dba) Head to Heels Safety Supplies
ALL FLORIDA PAPER
Bayse Supply Co
Global Equipment Company Inc
Medline Industries, Inc.
Medzon
Noble Sales Co., Inc.
Northgate Limited,lnc
Pyramid School Products
Staples Contract & Commercial LLC
Location
Atlanta, GA
Miami Lakes, FL
MIAMI, FL
Eustis, FL
Port Washington, NY
NORTHFIELD, IL
Anaheim, CA
Rockland, Massachusetts
Sarasota, Florida
TAM PA, FL
Framingham, MA
https://procurement.lakecountyfl.gov/respondents/21-0405 1/2