HomeMy WebLinkAboutContract 2020-089ADocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
AGREEMENT NO. 2020-89 FOR PERSONAL PROTECTIVE EQUIPMENT
INSPECTION, CLEANING, AND REPAIR SERVICES
THIS AGREEMENT, made and entered into this 3rd day of December 2020,
A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Florida
(hereinafter referred to as "CITY"), and DONE RIGHT FIRE GEAR REPAIR, INC., 7621
Maryland Ave., Hudson, FL 34667 (hereinafter referred to as "CONTRACTOR").
WHEREAS, Lake County through the public procurement process awarded an agreement
for personal protective equipment inspection, cleaning, and repair, Lake County Contract
Number 20-0720;
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 Lake County Contract Number 20-0720.
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I - SCOPE OF WORK
The CONTRACTOR shall furnish personal protective equipment, inspection, cleaning and
repair services as described in the Lake County Contract Number 20-0720; 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 II - THE CONTRACT SUM
CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth
in the Agreement documents and the Unit Price Schedule as set forth in Exhibit `B',
attached hereto and incorporated herein.
ARTICLE III — TERM AND TERMINATION
1. This Agreement is to become effective upon execution by both parties, and shall
remain in effect until June 17, 2021, unless terminated or renewed as provided
by Lake County.
2. Notwithstanding any other provision of this Agreement, CITY may, upon
written notice to CONTRACTOR, terminate this Agreement if: a) without
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
cause and for convenience upon thirty (30) days written notice to
CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c)
CONTRACTOR makes a general assignment for the benefit of its creditors; d)
CONTRACTOR fails to comply with any of the conditions of provisions of this
Agreement; or e) CONTRACTOR is experiencing a labor dispute, which
threatens to have a substantial, adverse impact upon performance of this
Agreement, without prejudice to any other right or remedy CITY may have
under this Agreement. In the event of such termination, CITY shall be liable
only for the payment of all unpaid charges, determined in accordance with the
provisions of this Agreement, for work, properly performed and accepted prior
to the effective date of termination.
3. Upon mutual Agreement of the parties, this Agreement may be renewed for
four (4) additional 1-year terms.
ARTICLE IV — PROVISION OF SERVICES AND COMPLETION OF WORK
1. The CONTRACTOR shall only provide to CITY personal protective equipment,
inspection, cleaning and repair services 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 20-0720 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.
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.
3. It is expressly understood and agreed that the passing, approval and/or acceptance
of any personal protective equipment, inspection, cleaning and repair services
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 personal protective equipment, inspection, cleaning and repair
services so as to comply with the warranties and specifications hereof.
4. COMPANY specifically acknowledges that this Contract does not bind or obligate
CITY to purchase any minimum quantity of product during the term hereof.
K
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
ARTICLE V - PAYMENTS
In accordance with the provisions fully set forth in the Contract Documents,
CONTRACTOR shall submit an invoice to CITY upon completion of the services and
delivery 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 VI — DISPUTE RESOLUTION - MEDIATION
Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and
other matters in question between them by mediation.
3. The parties shall share the mediator's fee and any filing fees equally. The mediation
shall be held in Clermont, Lake County, Florida, unless another location is mutually
agreed upon. Agreements reached in mediation shall be enforceable as settlement
agreements in any court having jurisdiction thereof.
ARTICLE VII — INSURANCE AND INDEMNIFICATION RIDER
1. Worker's Compensation Insurance - The CONTRACTOR shall take out
and maintain during the life of this Agreement Worker's Compensation Insurance for all
his employees connected with the work of this Project and, in case any work is sublet, the
CONTRACTOR shall require the subcontractor similarly to provide Worker's
Compensation Insurance for all of the latter's employees unless such employees are
covered by the protection afforded by the CONTRACTOR. Such insurance shall comply
with the Florida Worker's Compensation Law. In case any class of employees engaged in
hazardous work under this Agreement at the site of the Project is not protected under the
Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance,
satisfactory to the CITY, for the protection of employees not otherwise protected.
2. CONTRACTOR's Public Liability and Property Damage Insurance - The
Contactor shall take out and maintain during the life of this Agreement Comprehensive
General Liability and Comprehensive Automobile Liability Insurance as shall protect it
from claims for damage for personal injury, including accidental death, as well as claims
for property damages which may arise from operating under this Agreement whether such
operations are by itself or by anyone directly or indirectly employed by it, and the amount
of such insurance shall be minimum limits as follows:
(a) CONTRACTOR's Comprehensive General, $1,000,000 Each
($2,000,000 aggregate)
Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
i]
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
(b) Automobile Liability Coverages, $1,000,000 Each
Bodily Injury & Property Damage Occurrence,
Combined Single Limit
Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE
shall be amended to provide coverage on an occurrence basis.
3. SubCONTRACTOR's Public Liability and Property Damage
Insurance - The CONTRACTOR shall require each of his subCONTRACTORs to procure
and maintain during the life of this subcontract, insurance of the type specified above or
insure the activities of his subCONTRACTORs in his policy, as specified above.
4. Indemnification Rider
(a) To cover to the fullest extent permitted by law, the CONTRACTOR
shall indemnify and hold harmless the CITY and its agents and
employees from and against all claims, damages, losses and expenses,
including but not limited to attorney's fees, arising out of or resulting
from the performance of the Work, provided that any such claim,
damage, loss or expense (1) is attributable to bodily injury, sickness,
disease or death, or to injury to or destruction of tangible property (other
than the Work itself) , and (2) is caused in whole or in part by any
negligent act or omission of the CONTRACTOR, any
subCONTRACTOR, anyone directly or indirectly employed by any of
them or anyone for whose acts any of them may be liable, regardless of
whether or not it is caused in part by a party indemnified hereunder.
Such obligation shall not be construed to negate, abridge, or otherwise
reduce any other right to obligation of indemnity which would otherwise
exist as to any party or person described in this Article.
(b) In any and all claims against the CITY or any of its agents or employees
by any employee of the CONTRACTOR, any subcontractor, anyone
directly or indirectly employed by any of them or anyone for whose acts
any of them may be liable, the indemnification obligations under this
Paragraph shall not be limited in any way by any limitation on the
amount or type of damages, compensation or benefits payable by or for
the CONTRACTOR or any subcontractor under workers' or workmen's
compensation acts, disability benefit acts or other employee benefit acts.
(c) The CONTRACTOR hereby acknowledges receipt of ten dollars and
other good and valuable consideration from the CITY for the
indemnification provided herein.
El
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
ARTICLE VIII - NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid, or by nationally recognized overnight courier
service to the address of the party set forth below. Any such notice shall be deemed given
when received by the party to whom it is intended.
CONTRACTOR: Done Right Fire Gear Repair, Inc.
7621 Maryland Ave.
Hudson, FL 34667
Contact: Teresa L. Gansert, CEO
CITY: City of Clermont
Attn: Darren Gray, City Manager
685 W. Montrose Street
Clermont, FL 34711
ARTICLE IX — MISCELLANEOUS
Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any
provision of this agreement, the prevailing party shall be entitled to recover such
sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal,
in addition to all other sums provided by law.
2. Waiver. The waiver by city of breach of any provision of this agreement shall not
be construed or operate as a waiver of any subsequent breach of such provision or
of such provision itself and shall in no way affect the enforcement of any other
provisions of this agreement.
3. Severability. If any provision of this agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision, or
part thereof, shall be deleted or modified in such a manner as to make the agreement
valid and enforceable under applicable law, the remainder of this agreement and
the application of such a provision to other persons or circumstances shall be
unaffected, and this agreement shall be valid and enforceable to the fullest extent
permitted by applicable law.
4. Amendment. Except for as otherwise provided herein, this agreement may not be
modified or amended except by an agreement in writing signed by both parties.
5. Entire Agreement. This agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous agreements between the parties with respect to the
performance of services by CONTRACTOR.
41
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
6. Assignment. This agreement is personal to the parties hereto and may not be
assigned by CONTRACTOR, in whole or in part, without the prior written consent
of city.
7. Venue. The parties agree that the sole and exclusive venue for any cause of action
arising out of this agreement shall be Lake County, Florida.
8. Applicable Law. This agreement and any amendments hereto are executed and
delivered in the State of Florida and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida.
9. Public Records. Contractor expressly understands records associated with this
project are public records and agrees to comply with Florida's Public Records law,
to include, to:
(a) Keep and maintain public records that ordinarily and necessarily would
be required by the CITY in order to perform the services contemplated
herein.
(b) Provide the public with access to public records on the same terms and
conditions that the CITY would provide the records and at a cost that
does not exceed the cost provided in this Florida's Public Records law
or as otherwise provided by law.
(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 CONSULTANT
upon termination of the contract and destroy any duplicate public
records that are exempt or confidential and exempt from public records
disclosure requirements. All records stored electronically must be
provided to the CITY in a format that is compatible with the information
technology systems of the CITY.
ARTICLE X -AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this Agreement
as if herein repeated.
Document Precedence:
This Agreement
2. Purchase Order/Notice to Proceed
L
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
3. All documents contained in Lake County B.C.C. Contract No. 20-0720.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this 3rd day of December 2020.
City of Clermont
yD ..Signed by:
SY1AmJ4 ,B P aAJ
Darren S. Gray, City Manager DS
'Signed by:
B7F34996B344{k...
Tracy Ackroyd, City Clerk
Done IiglytnF�e Gear Repair, Inc.
By:
�� Teresa L. Gansert
(Name Printed or Typed)
CEO
Title
Attest:
Corporate Secretary
(Name Printed or Typed)
7
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF Exhibit A
LAKE
COUNTY, FL
REAL FLORIOA • REAL CLOSE
CONTRACT NO.20-0720
For
Personal Protective Equipment Maintenance
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
Done Right Fire Gear Repair, Inc. (hereinafter "Contractor") to supply Personal Protective
Equipment Maintenance to the County pursuant to County Bid number 20-0720 with any included
addenda (hereinafter "Bid"), with an opening date of 4/28/2020, and Contractor's Bid response dated
4/5/2020, 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: None
No financial obligation under this Contract shall accrue against the County until a specific purchase
transaction is completed pursuant to the terms and conditions of this Contract.
Contractor shall submit the documents hereinafter listed prior to commencement of this Contract:
Approved Certificate of Insurance.
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 6/18/2020 through 6/17/2021, 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 four (4) one (1) 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
e"iactu y 0#&M 11
Date: 6/18/2020
Distribution: Original -Bid File
Copy -Contractor
Copy -Department
PROCUREMENT SERVICES / 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 County Commissioners • www.lakeeouMfl.eov
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
ATTACHMENT 1 -- BID SUBMITTAL FORM 20-0720
The undersigned hereby declares that: DONE RIGHT FIRE GEAR REPAIR 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 Error? Reference source not found.
for which Bid Submittals were advertised to be received no later than 3:00 P.M, Eastern time on
Error! Reference source not found.20 and further declares the firm will furnish Error! Reference
source not found, according to specifications, terms, and conditions. Furthermore, the undersigned
is duly authorized to execute this Bid document and any contracts or other transactions required
by award of this solicitation.
The County reserves the right to .negotiate with the awarded Vendors for additional services similar
in nature not known at time of Bid closing.
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 VISA- based payment system: t::hoose an item,
PROMPT PAYMENT DISCOUNT: 3% . if paid within: 10 from invoicing. Note payment is Net
45 days otherwise.
CERTIFICATION REGARDING LADE COUNTY TERMS AND CONDITIONS:
I certify that I have reviewed the ;l:,ake County General Terns and Condition.s.page and accept the
Lake County General Terms and Conditions dated 10/10/2019 as written. YES Failure to
acknowledge may result in Proposal being deemed non -responsive.
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? YES
CONFLICT OF INTEREST DISCLOSURE CERTIFICATION:
Except as listed below, no employee, officer, or agent of the firm has any conflicts of interest, real
or apparent, due to ownership, other clients, contracts, or interests associated with this project;
and, this bid is made without prior understanding, agreement, or connection with any corporation,
firrn, or person submitting a proposal for the same services, and is in all respects fair and without
collusion or Vaud. (;lick or tali here to outer text.
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
RECIPROCAL VENDOR PREFERENCE.
Vendors are advised the County has established, under Lake County Code, Chapter 2, Article VII,
Sections 2221 and 2-222; a process under which a local vendor preference program applied by
Page 1 of 2
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
ATTACHMENT I — BID SUBMITTAL FORM 20-0720
another county may be applied in a reciprocal manner within Lake County. The following
information is needed to support application of the Code:
1. Primary business location of the responding Vendor: HUDSON, FL.
2. Does the responding vendor maintain a significant physical location in Lake County at which
employees are located and business is regularly transacted: d::`hoose an itei . If "yes" is checked,
provide supporting detail: PICK UP & DELIVERY& SEMI ON SITE
GENERAL VENDOR INFORMATION:
Firm Name: DONE RIGHT FIRE GEAR REPAIR INC
Street Address: 7621 MARYLAND AVE
City: HUDSON, State and ,ZIP Code: FLORIDA, 34667
Mailing Address (if different): SAME
Telephone: 727-848-9019 Fax: 727-848-9020
Federal Identification Number / TIN: 41-2185457
DUNS Number: 61-295-1561
BID SIGNATURE
I hereby certify the information indicated for this bid 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 Vender and/or empowered to execute this submittal of 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 addendums.
Name of Legal Representative Submitting this Bid: BZVOXA, iVXOVr
Date: 4/5/2020
Print Name: TERESA GANSERT
Title: CEO
Primary E-mail Address: TERI@DRFGR.COM
Secondary E-mail Address: RENEE@DRFGR.COM
The individual "signing" this quote affirms that the facts stated herein are true and that the response
to this solicitation has been submitted on behalf of the aforementioned Vendor.
[!'he remainder of this page is intentionally blank]
Page 2 of
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
AI-IAUHMtN r 2 - VKKANU 5Htztl z0-0720
Persona! Protective Equipment
1
Inspect Bunker Gear Coat
$0.00
2
Inspect Bunker Gear Pants
$0.00
3
Inspect Brush Gear
$0.00
4
Inspect Single Layer Ensemble/Dual Certified Coats
$0.00
5
Inspect Single Layer Ensemble/Dual Certified Pants
$0-00
6
Inspect Jumpsuits
$0.00
7
Inspect Helmets
$0.00
8
Inspect Boots
_$0.00
9
Inspect Structural Gloves
$0.00
10
Inspect Brush Gloves
$0.00
- .""fit .p.
_
.F
a.:'« ^`"•
$50.00
11
Regular Wash Bunker Gear
12
Regular Wash Brush Gear
$0.00
13
_
Regular Wash Sin le Layer Ensemble/Dual Certified Gear
$0.00
14
Bio Wash Bunker Gear
$23.00
15
Bio Wash Brush Gear _
$0.00
16
Bio Wash Single Layer Ensemble/Dual Certified Gear
$0.00
17
Heavy Dutj Wash Bunker Gear
$20.00
18
Heavy Duty Wash Brush Gear
$0.00
19
Heavy Duty Wash Single Layer Ensemble/Dual Certified Gear
$0.00
20
Clean/Polish Boots
$15.00
21
Clean/Polish Helmets
$10.00
22
Regular Wash Structural Gloves _
$0.Q0
23
Regular Wash Brush Gloves
$0.00
24
Bio Wash Structural Gloves _
$0.00
25
Bio Wash Bruch Gloves
$0.00
26
Regular Wash Miscellaneous Items
$0.00
27
Bio Wash Miscellaneous Items
$0.00
,.
AK
MW
x sxn.� w
2S Replace Suspender Button $1.00
29
Replace D Ring
_ $5.00
30
Replace Groi comet
$1.00
31 - -
Replace or Add Hook~ �
$5.00
32
Replace or Add MIC Tab_
$10.00
33
Replace Rivet
$1.00
34
w_
Replace Accessory Strap
$10.00
35
Replace Strap Handles on Bag
$10.00
36
Add Postman Buckle/Strap
T $10.00
37 ^
_ _
Add Leather Tab
$10.00
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
A[ IAC:HIVILN 12 - PRICINU SHLLI 20-0720
Personal Protective Equipment
38
Replace Thumb Loop
$5.00
39
Replace Wristlet
$30.00
40
Replace Snap
$2.00
41
Replace Zipper on Bunker Gear
$35.00
42
Replace Zipper on Bag
43
Replace Zipper on Jumpsuits
_$35.00
_ $ 70.00
44
Sew on Letters or Numbers
$2.00
45
Mark Reflective Letters or Numbers
$0.00
46
Make and Add New Name Plate _
^ $26.50
47
Install Pre -Made Name Plat on Coat
$0.00
48
Move Name Plate
$0.00
49
Make and Add New Name Plate w/Velcro (on back)
$31.50
50
Sew on Emblem Patch
$0.00
51
Install or Replace 1' lashlight Tab _
^_ $10.00
52
Move Both Knee Pads
$0.00
53
Re -Stitch Seams
$0.00
54
Sew Our Patch on Coat
$0.00
55
Patch Gear with Advance Material
3x3 Small Patch
$0.00
6x6 (Medium Patch)
$0.00
1Ox10 (Large Patch)
$0.00
56
Patch Gear with Arashield Material
30 (Small Patch)
$15.00
6x6 (Medium Patch) ri
$20.00
l Ox 10 (Large Patch)
$25.00
57
Patch Gear with Ba.solfl Material
3x3 (Small Patch)
$0.00
6x6 (Medium Patch)
$0.00
1 Ox10 (Large Patch)
$0.00
58
Patch Gear with Black Advance Material
30 (Small Patch)
$0.00
6x6 (Medium Patch)
$0.00
1Ox10 (Large Patch)
$0.00
59
Patch Gear with Leather
3x3 (Small Patch)
$0.00
6x6 (Medium Patch)
$0.00
1Ox10 (Large Patch1
$0.00
60
Patch Gear with Nomex Material
30 (Small Patch)
$0.00
6x6 (Medium Patch)
$0.00
I0x1O (Large Patch)
M $0.00
61
Patch Gear with PBI Material
3x3 (Small Patch)
$0.00
6x6 (Medium Patch)
$0.00
1Ox10 (Large Patch)
$0.00
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
Al i WursMLINI a Z- I'KIL IIMU 'MtL r 20-0720
Personal Protective Equipment
62
Patch Pocket with Kevlar Material
3x3 (Small Patch)
WOO
6x6 Medium Patch)
$0.00
1Ox10 (Large Patch)
$0.00
63
Patch Gear with Alumizied PBl Material
3x3 (Small Patch)
$0.00
6x6 (Medium Patch) -
$0.00
l Ox 10 (Large Patch)
$0.00
64
Patch Gear with Ripstop Materail
3x3 (Small Patch)
$0,00
6x6 Medium Patch)
$0.00
1 Ox 10 (Large Patch)
_
_ _ $0.00
65
Patch Elbow Patch
30 (Small Patch) _
$0.00
6x6 (Medium Patch)
$Q.00
—$0.00
1Ox10 Large Patch)
66
Replace Knee Pad with Arashield
30 (Small Patch)
$0.00
6x6 (Medium Patch) — _
$0,00
m _
1Ox10 (Large Patch)
$0,00
67
Re lace Knee Pad with Black Advance
3x3 (Small Patch)
$0.00
6x6 (Medium Patch)
$0.00
l Ox 10 (Large Patch)
$0.00
68
Patch Tarp with Cordura Material
3x3 (Small Patch) ---
$0.00
6x6 (Medium Patch)
$0.00
I W O (Large Patch)
$0.00
69
Replace Scotchlite on Jum suit
Triple Trim / Scotchlite Patch
-
$0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
$0.00
70
Replace Scotchlite on Entire Coat
Triple Trim / Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch
$0,00
Comfort Trim Patch
$0.00
71
Replace Scotchlite on Horizontal Strip
Triple Trim. / Scotchlite Patch
MOO
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
$0.00
72
Replace Scotchlite on Vertical Strip
_
Tri 1p e Trim / Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
�$0.00
73
Replace Scotchlite on Arm
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
ATTACHMENT 2 - PRICING SHEET 20-0720
Personal Protective Equipment
Triple Trim / Scotchlite Patch --
$0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch _
$0.00
74
Replace Scotchlite on Leg
75
Tri le Trim / Scotchlite Patch $0.00
Perforated / Diamond Plate Patch $0.00
Comfort Trim Patch $0.00
Replace_Scothlite on Tail
Triple Trim 1 Scotchlite Patch _ $0.00
Perforated / Diamond Plate Patch $0.00
Comfort Trim. Patch T
$0.00
76
Replace Scotchlite on Pocket
Triple Trim 1 Scotchlite Patch $0.00
Perforated / Diamond Plate Patch $0.00
Comfort Trim Patch
$0.00
77
78
Scotchlite Patch
Triple Trim / Scotchlite Patch - $10.00
Perforated / Diamond Plate Patch _ $20.00
Comfort Trim Patch^ $30.00
Sew Reflective Trim on 3umpsuit_T_��
Triple Trim / Scotchlite Patch $0.00
Perforated / Diamond Plate Patch $0.00
Comfort Trim Patch
$0.00
79
Replace Reflexite Strip Around Coat
Triple Trim / Scotchlite Patch $0.00
Perforated / Diamond Plate Patch $0.00
Comfort Trim. Patch
$0.00
80
Replace Reflexite on. Entire Coat - -_
Triple Trim / Scotchlite Patchm_,,�
$0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch --
$0.00
81
Replace Reflexite on Vertical Strip
Triple Trim / Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch
_ $0.00
Comfort Trim Patch
_$0.00_
82
Replace Reflexite on Arm
Triple Trim. / Scotchlite Patch
$0.00
_
Perforated / Diamond Plate Patch
$0.00
83
Comfort Trim Patch _ _� $0.00
Replace Reflexite on Leg^ _
Triple Trim / Scotchlite Patch
_ $0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
WOO
84
Replace Reflexite on Tail
Triple Trim / Scotchlite Patch
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
Al l ACHMLN 1 2 - F'hiIUr4C3 �)HtL 1 20-0720
Personal Protective Equipment
Perforated / Diamond Plate Patch $0.00
Comfort Trim Patch $0.00
85
Replace Reflexite on Pocket
Triple Trim Scotchlite Patch
$0.00
_/
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
$0.00
86
Triple Trim Patch
Triple Trim I >Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
$0.00
87
Replace Velcro on Chin Guard
$10.00
88
Replace Velcro on Collar
$15.00
89
Replace One Piece of Velcro on Collar _
$10.00
90
Re lace Velcro on Neck
$10.00
91
Replace Velcro on. Flashlight Strap
$5.00
92
Replace Velcro on Arm Cuff
$10.00
93
Replace Velcro on Fly
$15.00
94
Replace Velcro on Hem of Coat
$10.00
95
Add Velcro to Cuffs on .Iurnpsuit _
$0.00
96
Replace Velcro Around Knee Pad
$15.00
97
Replace Velcro on Bellow Pocket
$8.00
98
Replace Velcro on Radio or Back Pocket
$5.00
99
Replace Velcro on Storm Flap
$15.00
100
Replace Velcro on Liner's Fly
$4.00
101
Replace Velcro on Harness 'Dabs
$2.00
102
Replace Velero on DRD
$5.00
103
Re lace Velcro on Port Hole
$4.00
104
Shorten Liner of Pants
$0.00
105
Shorten Pants
_ $10.00
106
Shorten Pants and Liner
$75.00
107
Create Rapid Rescue Opening; in Coat
$15.00
108
Rapid Rescue Harness for Above
$15.00
109
Fabricate 10 Foot Howd Strap
$20.00
110
Fabricate 6 Foot Howd Strap
$15.00
III
Fabricate SCBA Tags-BLK Adv w/ 3 Letters or Numbers
$20.00
112
Additional Letters and Numbers for SCBA Tags
$0.00
113
Miscellaneous Velcro per Inch
$1.00
114
Miscellaneous Triple TrimT per Inch
$1.00
3 OR
115
Pickup/Delivery Charge (Portal to Portal)
$0.00
116
Mobile On -Site Services Charge
$12.50
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
/AI IHl.rlivitIvi Z - PKILINQ 5)Mtt1 20-0720 Personal Protective Equipment
Prices shall be per unit. Actual usage of services is unknown. Anticipated contract value is $15,000.00
annually.
the tollowing intormation is required In order for a price redetermination to be considered.
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 Gasolinct Both
Assuming prices quoted include costs for vehicles, maintenance, repair, insurance,
fuel, wages, materials, overhead, operating expenses, etc., what percentage of the ra 53.00%
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., 5.00%
what percentage of the rate is directly attributed to the cost of materials?
Lake County is exempt from all taxes. Contractor will be responsible for payment of taxes on all materials
purchased by the Contractor for incorporation into the project.
Lake County will not accept nor authorize payment for travel time or expenses of service personnel to any of
Lake County's facility locations. The hourly rate must commence on the job site. Billable time will be for
service work performed.
This is an indefinite quantity contract with no guarantee services will be required. The County does not
guarantee a dollar amount to be expended on any contract(s) resulting from this bid.
The County reserves the right to negotiate with the Awarded Vendor far additional services/items similar in
nature not known at time of ,bid closing.
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF Details for Bid: 20-0720
�T� slat
Agencies lie artments Qr€ices ® J
IHow Poi.,,
Calendar : Directory of Services: Online Services: Contact Us : ADA & Nondiscrimination . Register. Login
' You are here: Home r Offices > Procurement Services } Bid Details
rrl�
j €�:�#fl�.tnti �l Proc��rrars��jr�f.
Serareebes
Office: of Procurement services
Home
General Terms and Conditions
(v. 2.26.2019) (PDF)
General Terms and Conditions
(v. 10.10.2019) (PDF)
Current Formal Solicitations
Current Intormal Solicitations
Upcoming Formal Solicitations
View 'ferrn & Supply Agreements
Local Vendor Reciprocal Match
Practice (PDF)
Procurement Protest Procedl€res
(Poo)
Disadvantaged Business
Enterprise (DBE) Program Palley
(PDF)
Disadvantaged Business
Enterprise (DBE) Goal (PDF)
Vendor LoginlAccess
How to Become a Vendor
Public Notices j
Contact the Office of
Procurement Services
Procurement Se€ViCeS Home
General I rforrnatinn
Lake County BCC
315 West Main St.
P.O. Box 7800
Tavares, Florida 32778
Disclaimer: Contact Us
[Details for Biel Number: 20-0720
& Print b Save Li nl•
The County may Issue changes (addendum) to the solicitation documents. Proposers are
responsible for checking this site for any addendum prior to submitting their proposals. Proposals
that do not acknowledge the addenda may be rejected. Addendum and another other electronic
documents can be found under the "Bid Documents" section. For questions concerning this
project, please contact the Contracting Officer listed below by e-mail or telephone.
Bid/RFP Number: 20-0720
Response Deadline: 4/28/2020 3:00:00 PM
Project Title: Personal Protective Equipment Maintenance
Status: Open
Department: Procurement Services
Project Description: The purpose of this Invitation to Bid (ITB) is to solicit competitive sealed
bids to furnish PERSONAL PROTECTIVE EQUIPMENT MAINTENANCE for Lake County,
Florida.
Preconference: None
Contracting Officer: Amy Munday
Officer Emall: amunday,@lakecountyfi.gov
Officer Phone: 352-343-9839
Agenda item Number:
Special Notes:
Commodity Gode(s):
• CONTRACTUAL SV-FIRE PROT EQIP (938-00)
• INSPECTION SVC FIRE -SAFETY (991-400)
• LAUNDRY -DRY CLEANING SVCS (991-510)
Bid Documents:
• ,f,�d I�endt.m 1
AddgrL.0 2
■ Addendum 3
• Addendum 3 Attc meat
• Aftachment 1 - Bid Submittal Farm
® Attachment 2.- Prl-' g
■ Attachrne0t 3 - References
Eftbit AScope.of_5elvices
• Exbibit 8 - _i--insurance Recluiremeat
• lnvitation to Bid
■ _ vised Attachm,�t 2 Pricipg S eet
https:l/wwwlakecountyfl.govloffrcosiprocurernent serviceslbid_dctalls.aspx?bid number=20-0720 112
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF Detaltsfor Bld: 20-0720
ram.
Boil '... milt :-M3
Submitting a Downloaded Bid Request
After downloading and completing the solicitation documents), submit the original and the
required number of copies in a sealed, envelope/package to the Office of procurement Services.
The envelope must include the project number, the closing date, and the proposer's name and
address. A proposal submitted by telephone, fax or electronically will not be considered for award.
The proposal package must be received and time -stamped in the Office of Procurement Services
on or before the closing date and time. When applicable, amendments to this project will also be
posted at this site. Refer to the solicitation document for complete instructions,
Lake county BCC Ccpyrght @2007 a<. V€si ors : Residents : Business : Gauernment : D. irectory of 5.erulces : Onl€ne 5efv€ces
hitp8JIwww,leiker,ountyfl.gov/offices/procurement serv€ceslb€d_data€€s.aspx?b€d__r)umber=20-0720 212
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
117
Seal Tape Patch up to 12 inches
$12.00
118
Moisture Barrier Patch Sm (This includes all moisture barrier materials)
$30.00
119
Moisture Barrier Patch Md (This includes all moisture barrier materials)
$35.00
120
Moisture Barrier Patch Lg (This includes all moisture barrier materials)
$40.00
121
Thermal Barrier Patch Sm (This includes all thermal barrier materials)
$20.00
122
Thermal Barrier Patch Md (This includes all thermal barrier materials)
$25.00
123
Thermal Barrier Patch Lg (This includes all thermal -barrier materials)
$30.00
124
Outer Shell Patch Sm (This includes all outer shell materials)
$13.50
125
Outer Shell Patch Md (This includes all outer shell materials)
$18.00
126 1
Outer Shell Patch Lg (This includes all outer shell materials)
$22.50
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
ATTACHMENT 3 — REFERENCES FORM
20-0720
Work which best illustrates current qualifications relevant to this solicitation accomplished by
personnel that will be assigned to the County's project. List no more than five (5) projects. (This
form may be reproduced.) LIST LAKE COUNTY GOVERNMENT PROJECTS (past, current, '
prime, and subcontractor) FIRST.
DONE RIGHT FIRE GEAR REPAIR INC.
PROJECT NAME: MIRAMAR FIRE RESCUE
Agency: MIRAMAR FIRE RESCUE
Address: 2300 CIVIC CENTER PLACE
City, State, Zip code: MIRAMAR, FL. 33025
Contact Person: JULIO ROMAN
Title: CHIEF
Email: JAROMAN@MIRAMARFD.ORG
Telephone: 954-602-3 000
Project Cost: UNDETERMINED
Completion Date: COMPLETED YEARLY
SCOPE of Project (list tasks, attach samples of deliverables, outlines or descriptions of items):
SEMI ON SITE TO CLEAN, TEST & REPAIR ALL PPE TO NFPA 1851-14 & 20
STANDARDS. COMPLETE WORK @OUR FACILITY ALSO
List personnel assigned to this project that will work on the County project (include
assignments): A CREW OF 4 GO ON SITE AND I O .IN SHOP
PROJECT NAME: OKEECHOBEE FR.
Agency: OKEECHOBEE FR.
Address: 707 NW 6TH ST
City, State, Zip code: OKEECHOBEE, FL 34972
Contact Person: RALPH FRANKLIN
Title: CHIEF
Email: RFRANKLIN@CO.OKEECHOBEE.FL.US
Telephone: 863-763-5544
Project Cost. UNDETERMINED
Completion Date: CONTINUE
SCOPE of Project (list tasks, attach samples of deliverables, outlines or descriptions of items):
SEMI ON SITE TO CLEAN, TEST & REPAIR PPE ALSO DO SAME AT OUR FACILITY
List personnel assigned to this project that will work on the County project (include
assignments): 4 CREW MEMBERS ON SITE 10 IN SHOP
PROJECT NAME: OSCEOLA COUNTY FR
Agency: OSCEOLA COUNTY FR
Address: 804- N. HOAGLAND BLVD.
City, State, Zip code: KISSIMMEE FL. 34741
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
ATTACHMENT 3 — REFERENCES FORM
20-0720
Contact .Person. JAZIER CLAUDIO
Title: LOGISTICS
Email: JAZIER.CLAUDIO-NEGRON@OSCEOLA.ORG
Telephone: 407-742-6890
Project Cost: UNDETERMINED
Completion Date: CONTINUED
SCOPE of Project (list tasks, attach samples of deliverables, outlines or descriptions of items):
SEMI ON SITE TO CLEAN, TEST & REPAIR GEAR TO NFPA 1851-14 STANDARDS
List personnel assigned to this project that will work on the County project (include
assignments): 4 CREW ON SITE 10 IN SHOP
PROJECT NAME: LARGO FR
Agency: LARGO FR
Address: 201 HIGHLAND AVE
City, State, Zip code: LARGO,FL. 33770
Contact Person. SCOTT COLLINS
Title: LOGISTICS
Email: ('lick- or tap fiere to entt lr text,
Telephone: 727-235-8546
Project Cost: UNDETERMINED
Completion Date: CONTINUED
SCOPE of Project (list tasks, attach samples of deliverables, outlines or descriptions of items):
SEMI ON SITE TO CLEAN, TEST & REPAIR TO NFPA 1851-14
List personnel assigned to this project that will work on the County project (include
assignments): 4 ON SITE 10 IN SHOP
PROJECT NAME: SARASOTA FR
Agency: SARASOTA FR
Address: 1660 RINGLING BLVD
City, State, Zip code: SARASOTA, FL. 34236
Contact Person: JIM LOWERY
Title: CHIEF
Email: JLOWERYJR@SCGOV.NET
Telephone: 941-852-2263
Project Cost: UNDETERMIND
Completion Date: CONTINUE
SCOPE of Project (list tasks, attack samples of deliverables, outlines or descriptions of items).
ALL GEAR PICK UP AND BROUGHT TO SHOP FOR CLEAN, TEST & REPAIR TO NFPA
1851-14 AND DELIVERED
List personnel assigned to this project that will work on the County project (include
assignments): 10 IN SHOP
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
ADDENDUM NO. 41
20-0720
L9 A
XkE
COUNTY, FL
Pfe'G ri1i9i4$ k:f C{,DS3:
Office of Procurement Services
8.0. Box 7800 • 3:1.5 W. Maur 5t., Suite 441 . Tavares, FL 32778
04./01/2020
I[TB: 20-0720
Title: Personal Protective Equipment Maintenance
Vendors are responsible for the receipt and acknowledgement of all addenda to a solicitation. To confirm
acknowledgement, the vendor .must include an electronically completed copy of this addendur with its
submittal. Failure to acknowledge each addendum may prevent the submittal from being considered for
award.
A. THIS ADDENDUM DOES NOT CHANGE THE DATE FOR RECEIPT OF PROPOSALS,
B. The County is riot sees tin hand delivery of responses to this solicitation. Therefore, the
DELIVERY OF BID section of the solicitation is replaced and now reads:
DO NOT RESPOND TO THIS SOLICITATION ON-LINE. All submittals must be sealed and
clearly marked with BID NAME, NUMBER, and firm name.
Bids mast be received by the Lake County Office of Procurement Services, Room 441, Fourth
Floor, 315 W. Main Street, Tavares, FL 32778.7800, no later than 3:00 P.M., Eastern Time on
the date specified in the solicitation/addendum. Bids received after this time, regardless of
circumstance, will not be considered.
Faxes, e-mails, or hand delivery of bids will not be accepted. All bids must be sealed and maile.d
as follows:
(1) If using United States Postal Service (USPS), address the package:
LADE COUNTY PROCUREMENT SERVICES
PO BOX 7800
TAVARES, FL 32778-7800
(2) If using any other mail carrier (e.g. FedE x, UPS), address the package:
LAKE COUNTY PROCUREMENT SERVICES
MAIL RECEIVING CENTER
313 SOUTH BLOXHAM AVENUE
TAVARES, FL 32778
Bids are opened and 'inspected by the Lake County Clerk of the Circuit Court Mail Receiving
Center in an off -site controlled facility prior to delivery to the Office of Procurement Services.
A response will not be accepted if received in the Office of Procurement Services alter the official
due date and time regardless of when or how it was received by the Lalce County Clerk of Court
Mail Receiving Center, It will take one additional daV for the acka a to arrive :�.t the Office
Of Procurement Services from the Mail Receivin Center.
Page )I of 2
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
ADDENDUM NO. #1
20-0720
All submittals must be received in the Mail Receiving Center at least one day before bid
closing to allow enough time for transportation and inspection.
ACKNOWLEDGEMENT
Firm Name: DONE RIGHT FIRE GEAR REPAIR INC
I hereby certify that my electronic signature has the same legal effect as if made under oath; that I an- 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: Ajtmgt 4 i%q
Date: 4/17/2020
Print Name: Teresa L. Gansert
Title: CEO
Primary E-mail Address: Teri@drfgr.com
Secondary E-mail Address: Renee@drfgr.com
Page 2 of 2
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
ADDENDUM NO.2
20•-0720
COUNTY, FL
• �rs� t�.nx�
Office of Procurement Services
P,O. Box 7800 • 31.5 W. Main St., Suite 441 - Tavares, Ft.. 32778
SOLICTATION: 20-0720
Title: Personal Protective Gear
04/09/2020
Vendors are responsible for the receipt and acknowledgement of all addenda to a solicitation. To confirm
acknowledgement, the vendor must include an electronically completed copy of this addendum with its
submittal. Failure to acknowledge each addendum may prevent the submittal'from being considered for
award.
A. THIS ADDENDUM DOES NOT CHANGE THE DATE FOR RECEIPT OF PROPOSALS.
B. QUESTIONS:
1) Is everything listed with the word gear piece? Where specified "Gear Coat" or Gear
Pants," yes. Where not specified (ex. "Brush Gear"), it refers to a single ensemble
(top and bottom)
2) Can you specify the manufacturer and model of the single layer ensemble/duel certified
gear? FireDex TecGen 51 Level 3
3) Line 46 — Can you specify the type of name panel? Name panel sewn on, name panel
with Velcro or, name panel with Velcro and snaps? Honeywell structural .gear —
Velcro name plate. Innotex structural gear — Velcro and snap name plate, and
TecGen 51. — no name plate.
4) Lines 55-68 Can we break this up in patch size per type? Such as Outer Shell Patch,
Moisture Barrier Patch or Thermal Patch by size? Small patch up to 30, medium patch
up to 6x6 or large patch up to IOx10? Yes
5) Lines 69-86 Can we list different types of trim? By patch size (I patch -- 12 inches)
Types oftrirn: triple trii-n/scotchlite patch, perforated/diamond plate patch, comfort trim
patch. This would allow us to more accurately bill for repairs. Yes
6) If we don't charge for something on a line item, do we just put $0 or son-letimes
contracts require a .01. What did you want? You can put $0
7) Does Lake County require the vendor to perform all services on -site? If so, please
describe the steps Lake County will take to ensure the vendor provided facility meets
the requirements of NFPA 1851 for cleaning validation of the vendor's portable
washing machine. No, we are not requiring all on -site services. We want the ability
to have periodic on -site visits 2 to 3 times a year. Plus, the ability to take to a
Page 1 of 2
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
ADDENDUM NO. 2
20-0720
facility for cleaning and repair in-between scheduled visits. If cost prohibits on -site
cleaning and repair, then a routine pick-up and return schedule would need to be
recommended.
8) Does Labe County require a set turnaround (time to complete cleaning, inspection, and
maintenance) time from the time the gear is picked up to when it needs to be returned to"
the firefighter ready to use? If yes, how many days? On -site cleaning and repair 3
days turnaround if gear is repairable. 7 to 10 days off -site.
9) How many firefighters does Labe County employ? Does each firelighter have (1) or
(2) sets of gear issued? Lake County Fire employs approximately 240 personnel.
Most (approximately 80%) has a second set of gear. It is anticipated that by 2021
all members would have their second set issued. We have approximately 40 to SO
sets of spare gear located at our training center in addition to issued gear.
ACKNOWLEDGEMENT
Firm Name: Done Right Fire Gear Repair Inc.
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 anal/or empowered to execute this submittal on behalf of the
vendor.
Signature of Legal Representative Submitting this Bid: AV-1104 -4 a&VOarc
Date: 4/10/2020
Print Name: Teresa Gansert
Title: CEO
Primary E-mail Address: Teri@drfgr.com.
Secondary E-mail Address: Renee@drfgr.com
.Page 2 of 2
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
ADDENDUM NO. 3
LL E
CC7i. NTY."FL
Office of Procurement Services
P.0, Box 7800 .3.1S W. Main St., Suite 441 • Tavares, Ft 32778
SOLICTATION. 20•-0072.0
Title: Type name of Solicitation here
04/ 17/2020
Vendors are responsible ,for the receipt and acknowledgement of all addenda to a solicitation. To confirm
acknowledgement, the vendor must include an electronically completed copy of this addendum with its
submittal. Failure to acknowledge each addendum may prevent the submittal from being considered for
award.
A. THIS ADDENDUM DOES NOT CHANGE THE DATE FOR RECEIPT OF PROPOSALS.
B. QUESTIONS:
C. Exhibit A - Scope of Work - Section 2 =Adm.inistrativ_e Reports_
D. Question 1.: Please provide a copy of the last quarterly report. No applicable currently.
E. Question 2: What is the format of the quarterly report? Excel preferred.
F. Question 3: Is electronic submission of the quarterly report acceptable via email? Yes
G. Question 4: Please describe the type of proof the County would like to receive that the vendor
utilizes Advanced Protective Tracking program? A signed statement from the vendor listing the
program used is sufficient.
H. Question 5: For item #26 & #27, please define "Miscellaneous Items". Anything not listed in
lines 11-25,
I. Question 6: For item 435, please provide make/model of bag and strap handle part number.
This is a general reference and could apply to several different brands/models of gear bags.
J. Question 7: For item 442, please provide make/model of bag and zipper part number. This is a
general reference and could apply to several different br°and /models of gear bags.
K. Question 8. Please provide outer shell, moisture barrier, and thermal liner materials of your
gear for the past 10 years. Our primary gear is OS -Ultra 7.5 oz./TL- Synergy II 2L 7.1 osy/MB--
Crosstech Black Type .2F 4
L. Question 9: Who is your current gear manufacturer? Our bunker gear is HoneywelllMorning
Pride and dual -certified gear is .Firedex TecGen
M. Question 10: Who has been your gear manufacturer(s) for the past 10 years? Our hunker gear
is Honeywell/Morning Pride and dual -certified gear is Firedex TecGen
Paget of 2
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
ADDENDUM NO. 3
N. Question. 11: For item 109, please provide photo, make, model, and specs for Howd strap. NIA
as this is to be fabricated by the awarded vendor
0. Question 12: For item 110, please,provide photo, snake, model, and specs for Dowd strap. NIA
as this is to be fabricated by the awarded vendor
P. Question 13: For item 111, please provide photo SCBA Tags-Blk Adv w/3 Letters or
Numbers. See attached SCBAIdentifaer.png
Q. Question 14: Your response to question 4 stated it's permissible to price patches by size. Will
the county revise line items 55-65 on Attachment 2 - Pricing Sheet? The pricing sheet has been
revised with some sizes however, if there are additional sizes that the vendor wishes to submit;
they should do so in a separate Excel document and submit with their proposal.
R. Question 15: On your answers to questions 4 & 5 you only said "YES" Will you be modifying
the contract price list to reflect your answer. As with question 14, the revised pricing sheet
include a, few options however, if there are additional options the vendor wishes to submit,
please do so on a separate Excel document.
ACKNOWLEDGEMENT
Firm Name: DONE RIGHT FIRE GEAR REPAIR INC.
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: Awmmt T. a&wqvie
Date: 4/20/2020
Print Name: Teresa L. Gansert
Title: CEO
Primary E-mail Address: Teri@drfgr.com
Secondary E-mail Address: Renee@drfgr.com
Page 2 of 2
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
4L E "one JM]Lgn t
Fire tear Repair Inc.
7621 Maryland Ave
Hudson. FL 34667
(727) 848-9019
FAX (727) 848-9020
• Done Right Fire Gear Repair is an 'ISP certified company for 25 years
locally based in Hudson.
• Done Right Fire Gear Repair offers a semi on site to do all and any Annual
Cleanings, .Advanced Inspections, and repairs all within a 36-hour
turnaround time.
• DRFGR has a 24-hour Emergency turn around time and a 24-hour
emergency pick-up and delivery service at no charge. (727 420-9491)
• DRFGR allows Lake County Fire Rescue to be NFPA 1851-14 compliant
and will continue to keep Lake County Fire Rescue NFPA. 1851- 14
compliant.
• DRFGR can set up a pick up and drop off service until all sets of PPE is
completed with Cleaning, testing and repairs.
• DRFGR offers a pick up and drop off service at no charge. This service can
be on a weekly or biweekly basis and can be located at Lake County Fire
Headquarters, multiple departments, or an as needed location.
• DRFGR can pick up to 50 sets per week or however Lake County Fire
Rescue and DRFGR wish to set up the pickup and delivery process.
• DRFGR will track .ALL PPE we touch in shop or on site.
• DRFGR tracks all of Lake County Fire Rescue's PPE with Done Right Gear
Tracker. This includes an Inventory list, Personnel with their assigned PPE,
hire dates, manufacturing dates, helpful reports such as what will be out of
service within 6 months to a year, an annual cost report, and more! This
tracking system also allows you to scan any item with a barcode scanner &
reader to quickly pull up information. on an on the go basis. It will also allow
the customer to view any current PPE in DRFGR's possession. This
Tracking system is NO charge.
• DRFGR. will aide and assist Lake County Fire Rescue to become compliant
with NFPA 1851-14 standards and will assist with continued compliance.
This will include an in -person Gear Tracking system training with any
additional training upon request.
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
!%�^"-Mi4k 4PV56'WiDW �M=YWC16"�#9MY'F43i�Yff•§N'is��3§/�: .. �+.M'1:i@fl�n�yr#y'.HFhi�'1Yh'�#V14�",Y4dh.."",+"Y!�`�4�y.�
DepartmentNew On -site
Name:
Point of
Contact:
IMN.r�
Will we be assigning personnel? ❑Yes ❑No
• 30 Sets per day maximum. Mon-Thurs
• 100 Set per week minimum* '
• The department shall be responsible for figuring out how, where
and when the gear will be delivered.
• Gear must be delivered by 9:OOAM every day.
0 1 =__0 U LCI M
FIRE GEAR REPAIR
PSG'
7621 MMIland Ave.
Hudson, FL 34667
P: (727) 848-90•19
F: (727) 848-9020
Est. Start Date:
Alt. Point of
Contact:
• Gear is washed and tested when received, then dried that night.
Repairs begin the following morning and ready for deliveries by
department personnel that morninglafternoon.
• Department will install the receptacle purchased from DRFGR to
provide on -site power.
• Receptacle price $150.00 ❑ Already installed
E O'WtR-A'CT INFO check orie =
❑ Department Contract:
;AWrIC'LES TO BE: GLEAN- fM 1N8P8C 0
❑ Sole Source ❑ Regular Price List
❑ Boots: Total pairs to be Cleaned and Inspected
❑ Helmets:Total to be Cleaned and Inspected
❑ Bunker Gear: Total sets to be Cleaned and Inspected
*A minimum of sets will be billed for bath cleaning and annual inspection; any additional sets or repairs will be
billed later.
Initial:
Customer Signature: __ Date:
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
Lnterte
Total Quality, Assured.
I ntertek
3933 US Rte. 11.
Cortland, NY Il M45
T1 of Conformlly
This Verification is for the exclusive use of lnterYrk'.5 rilent tma is provraea pursraanr W rrre agrerrrrr=n ur. wcrr 1---11 "1- I'll -I- --- - ' - - -
and liability ore limited to the terms and conditions of the ogreement. ;ntertek assumes no liability, to any party, other than to the Oent in accordance with the
agreement for any loss, expense or damage orrasioned by the use of this Verification. Only the Client is authorized to perrttit copying or dwrfimtion of this
Veriflcotiorr. Any ose of the ;ntertek nome or one of its marks far the sale or advertisement of the tested material, product or .service owst first be approved in
writing by Intertak, The observations and test/inspection results referenced is this Verification are relevant only to the sample tcsted/Nrsper.ted. 'fills
Verification by Itself does not imply that the materiol, product; or service is or has ever been under an ;ntertek certification program.
Q,
Signature
Ann Overbaugh
Program Coordinator
07/17/2019
4hf4VWl1nteite ,,,,,,corn
GFI -OR,11 e (7 •ft el C1l-;?o 17!
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
DONERIG-01
t
BRU CE-:I-I
DATE (MWDOIYYYYi
.�- CERTIFICATE OF LIABILITY INSURANCE
4/3/2020
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{$), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the Certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
ANC-T J
Barrett Harding Insurance Inc.
10014 Grove Dr. Ste A
Port Richey, FL 3466$
PHONE ---
AIC, No, Ext); (727) 697-3200 FAX Not; 727) 819-2543
na CS5 Goimnercial@BarrettHarding.coln
_
ENSURERS AFFORDING COVERAGE
#
-
INSURER A: Scottsdale
_NAIC _
41297
INSURED
Done Right Fire Gear Repair
Teri Moulton
INSURE B; Owners
32700
INSURER
--
--
INSURER D :
7621 Maryland Avenue
Hudson, FL 34tiW7
INSURER a;
---
INSURER F :
-------�
- � RGY171VIY id lllri6�r4'
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE~ MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY "rHE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ILT R
TYPE OF INSURANCE
App!
D
SUBR
WVD
POLICY NUMBER
POLICY EFF
MM p YY
POLICY EXP--
M r Y
LIMITS
A
X
COMMERCIALGENERALLIABILnY
EACHOCCLtRRENCE
A-- 1,000,000
_
DAMAGE TO RENTED �
�_-1Gtl 000
CLAIMS -MADE I A I OCCUR
X
CPS3185354
5122/2019
5/2212020
MED EXP {Ant one aerson
$ 5,008
PjtS EQNAL9ADVINJURY
$ — 1,000,000
GENT. AGGREGATE LIMIT APPLIES PER:
X
ENERALAGGREGATIE
2,1)00,000
PRODUCTS-COMPIOPAGG
m-2,OOQ,OOO
$
POIICY MOTLOG:
-
OTHER:
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
Pa acciden() _
$ 1,000,001)
X
BODILY INJURY Per person)
$
ANY AUTO
pp
AUTOSULE[]
4960954000
1012$12019
10/2812020
BODILY INJURY (Peraccidont
�----
$,�_
RwiTOSONLY
N 1�y
p Eno
Ai1T OS ONLY Eno M0
PeoacclRdenl A GE
$
__.
$
_
UMBRELLA UAB
OCCUR
FACH OCCURRENCE
$
FEXCESS
LIAB
CLAIMS -MADE
-- ---
--
AGGREGATE
g
DED RETENTION$
_
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
STATUT EFTtH
Y I N
OFiYiCERfPMEME� XClT.U�Ep?ECUTiVE i-"—j
(MandatncrInunj I— I
NIA
E.LEACHACCIDENT
_
$
__
If yes, describe under
E.LDISEASE- EAEMPLOYE
�_..._
E.L. DISEASE- POLICY LIMIT
_
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Sthedule, may be attached If more space is required)
Class Code: 14733--Repair and Laundry rla Laundry and Cleaning Stores
Class Code: 49950-- Blanket of Additional Ensured-GL
Class Code: 44444--Blanket Waiver of Subrogation-GL.
Certificate holder is also named as an additional insured on General Liability
Lake County, A Political Subdivision of the State of Florida,
and the Board of County Commissioners
PO Box 7800
Tavares, FL 327770
h /yM 1"1M +1C InnA jinn+
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
THORIZEU REPRESENTATIVE
(9 1U88-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
�►� '�'�� CERTIFICATE OF LIABILITY INSURANCE
DATE(MM1DDfYYYY)
04/1412020
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 INSURF'R(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the olio p y(ies) must have ADDITIONAL. INSURED provisions or be endorsed,
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder In lieu of such endorsement(s).
FRODUG CR —Yv
Automatic Data Processing Insurance Agency, Inc.
1 Adp Boulevard
NAME: Automatic Data Processing Insurance Agency, Inc,
PHONE 1-800-524-7024 rax---
WCuNo Ex[: _. _rvA�O,NJ:
E-MAIL .._._..__--
ADDRESS:
INSURER($) AFFORDING COVERAGE
�—
NAIC #
Roseland NJ 07068
_
INSURER A: Travelers Indemnity Company of Ame6ca
25666
INSURED Done Right Fire Gear Repair Inc
INSURER B ;
INSURER C :
INSURER D :^ ^
— -
7621 Maryland Ave
INSURER E :--_------
HudSon FL 34667
INSURER F : -
COVERAGES CERTIFICATE NUMBER: 1445045 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
1NSR
LTR
TYPE OF INSURANCE
ADD
IN tl
POUCYNUMeER
PD ICYErF
MMIDDIYYYY
POLICY EXP
MMIDDryYYY
LIMITS---__._._—.-_.___—
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE E1 OCCUR
EACH OCCURRENCE `^—
1 ----.
_
PREMISES Eocrurrenca)�
�.
$
MED EXP (Any one person)
$
PERSONAL & ADV INJURY
$
GEN'LAGGRCOATELIMITAPPLIES PER:
PRO-
POLICY PRO LUC
JECT
OTHER:
GENE RAI. AGGREGATE
_
$ ��
PRODUCTS- COMPIOP AGG
$
-
S
AUTOMOBILE
UABILn"Y
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
WIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
COMBINED S NGLE IMIT
Ea accident
$ -.»-..
BODILY INJURY (Per person)
$
BODILY INJURY (Per accldenl)
$
�2�PE AMA*_
Per accidsn!�,_
_
S
UMBRELLA LIAR
EXCESS LIAR
OCCUR
CLAIM&MADE
EACH OCCURRENCE-
AGGREGATE
DER RETENTIONS
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN ��
ANY PROPRIETORIPARTNERIEXECUTIVE. �
OFFICEMMEMBER EXCLUDED? L' ]
(Mandatory In NH)
If yes, deserlbe under
DESCRIPTION OF OPERATIONS below
NSA
N
UB8N66494919
07/17/2019
07/17/2020
OTH-
STATUTE ER.-
E,L. EACH ACCIDENT
T
$ 1,000,000
--
E.L. DISEASE- EA EMPt,OYFE
--
- 1,000,000
$
E.L. DISEASE- POLICY LIMIT
$ 1,000,000 —
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES fACORD 101, Addfllonal Remarks Setredule, may be attached If more space Is regairadl
wtu.wz W.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Lake County, A PoliticM Subdivision of the State of Florida, and THE EXPIRATION DATE, THEREOF, NOTICE WILL 13E DELIVERED IN
the Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS,
PO Box 7800-
AUTNORIZED REPRESENTATIVE
Tavares FL 32778
CV) IQSH-2n15 ACORD CORPOFRATICTN.. All rhihtra.�ACVprl
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
Detail by Entity Name
k"r-mmyri of
�[�arfmani of a�€�� ! F�lY.1�lS2LlS�.(.�2.Cl�E r� 1 Ser�reli. RQcorda ! 9�I�L�Y�9.�S11.1?ent Nuni�er
search.sunbiz.org/inqulry/CorporatlonSearch/SeardiResultDotallAnqu!rytype=EntityNarnoMirectionType=lnItlalMearohNameOrder=DON ERIGHTFIR... 1 /2
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
Vu IN
• � e �d£Aaser�`Cn�#aty C3r.`drnan�n�� ts'�uana� dae� r�d� cer�iiy ; � E3,,
comliarrdltCs:zAr#ng�`ar aiei low hEsSrs ipfm�s£beras€ed'c: ot�prcusiy rtt?lac afFbuFnoss
y.
t A.3., t,;s. llbtt�
OQ[
8tG C' . DE x t
7?# 8E
-OWN�rc�v� lRyek����ntr
J7C3NE11."IO �� �� fvif�xU/L%€]�i`T�
%)Cf4�ION At R S 'I
7ft�xRliat1EntJE 75E MAT'fit �CiCiiE x
N p5mt L 4667 2$(). T FtU SDL 646•432sp��IS .
PT' -AMQ.PNT
js . . . . . . .
r ' TOOK:
7
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
F6,rn W Ro quest for Taxpayer
(®)-w)- 6010tw. oy i Iden Ificatlgili Number and. de.ruffoation
kfii bep"meht of thh Treasury.
Riavenue 9slyice tin to f ws�rl�u f I&brokr arri wlq for 190ruetiOnfs
and ifSb laft3sk infgrinat Nein(i (as strouurit>ri yrour inc !ax returns Narttels requirad.on th€saline; d ottetvg ihis:tirie.giank:
2 u9friess:itgrrieldlsrkger . soft RMtiTH, It L€r`Horgnt irarY, atid�a
GWO For b to the
M+w(€ue6ter. Donot
:06"d to the IRS).
t Ttneck �lpOvon tto Es+ x'for i eral.tarGclasBlfiCatior[ af'tha.persorrvuho�e narrte is:entered n l;Ilna l typzk. r)fy oriegf rhea d. EiceMVtfpns (codes apply Katy to
ft]i10VaifnCJSeVen bo%ea. - -
trerta9n entl}rpp; i10t iridilr€dligts; S6a
EJ individucf&bl$ ro rietar.sir IrgtruC(iofss_pfriSage.3#;. p D Corp3ora}iori >5 Corporation d Parttwsh p Q. Tnastlg fa!>#'
fiti�gis-inerrit3er LLG
[� l;irrilEati liatyiiay carnpariy, Enter tI?e !ay. ciassif€cation (G=C corporattitiii,.$-S, trorpora}ton, t?=perYne:slilP}i► FXerppi P�Yee cede (if any) : .. "—"'--
Wdto:;Ghsck:the apptk Riiate Iwx in the Iina sbpva[arttro=ter( OIaS@i1iG000 t of tFi $irrgte-member. uynar, do not check
LLC Ii;the LLO 6a classified As smgle-rnsrni I-1.0 that is disregareted It= the awns: uhjess fits o!a ttpt of tltst t C is, cerriptipn riper! F4TGA reporting
is di§r did.LLC filar €S not d#sregarded frmm the of ner ter Ur$,fOd6r.eNax-purpioses,.0ttrerw€se, a single rrtiarrdaar LLGthac code (f any)
Is d#srggArdsc3 iiorYi the.ovrirer should CEiegkthe appetfprlate hpk (ar ihs.EK On
Of
Or
?Rppkee to a@cdurif3 ma�nrarnt rrsiskla r✓zeY U.S.1
___ .r:rt .yaRvaarvarr�lUlFlFRBPI,I��l€
Enttar your yIMR t3}$ $pprapnate bur The•'n.N provided Must rpstob the ndn* Otv6n ati fins y 'ta avbki 5ooiat security
bacKti} lt iki}hId ng, rarfhcfivtclual'e; this is t irfamlly,Ybur svc.iaf; acuf sty number &§N), hawever, fhr'a
regfd :rif alien facie proprietor or dFs�,yarded entity, .seE,the lnstru'aions for %tt 1, rater For outer
enf€tr06;:tt i$ yOrlreinplrai#eridia.m. tid4lon 441ri&r.0N),If you die not i eva a'raurntter; s®s t1oWtry &et_a
7'IfV, later. ILTI
orIJnta+ it the aceeurtf is in rtiare roars o rrarr€e, sea.the instructions. for tine f. Afso see.>JVhit Name 6rart Wrfrpioyar idtr3n t
i�funa[ier wive the Requestet#br guideiiites on Whole ntirtiberto enter..
1 The nVrhber a own on this form is my correct tax}aari t i0entifieation ritiriiber.(br l: aria waltir f fnr a number to be €ssued4o me); and.
I am:riot subjegt tp faataltup wlthhrtldt:g 17epeuse: (QJ am exempt from:bsckttp withholding, tit (f.I Nava net beery notified by the Internal (ibvenue
Bowles ORS) that I airs °sutalebt:tr, f aekup wlthholdliit as•a restilf.af a #af)lkre to report.ail inWrest ordivldertds, or:(c);the IFi tiaa fit t)fe�l me that l airs
ho longer subjatt'ta•hookup .woholding; and
3. 1 am a . S. aiilztiri or other. US,. person (defibed bAlow), and
4, the P'ATCA..00dsisy, roteriW an thfs fbrm:(If arty} fndicMing that'I am.exempt fryer! FA FCA repariirsy Is cnReet:
Certification innfrue'tione, You mast cross out item 2 aboye if -you hAveNeale notified by the IRS. that you:are cutmay subiect'to b4okrlp withholding :because.
you t Aye faflOd to ro t p11 i0bte51 and riividends:on your tax return: For real estate fratts otioas. itAm 2:{fvf}s tact aP ?ht, I or rrynrtgsgt iritsresl pe?d,
acqulsltiorF ter atl2lrtcionfTient of secur#d property,, Gancefrg#ion of dart, uontrlflutrvris to an:Iladividuai ratirernent_slratic Arent (Ifilk); sort gensra�y payyMents
taller than ifiterpst:itricfdivirlsntls yotf a I required tts s` n tb �affort t!t ynli must.prowide yaur drmct TiW S fire irrstrltotlans for mart:ll; later,
._ .
Signature Of
Koo tt.3.:persor3 10. 4-21-20
General
Sect€on references are torfhd Internet Heveni r® code unless of tetwisp
noted,
Future devefeptrwtii„ For the latest. Enformatioh ahbuf deveOpnients
tft -9.
related to Porarto Itaftnstruetiona, stfeho� p lerdfMot.Ion enacted
after ti?syvirere:publislasd, gotvwwrw;f%_ooYlFdrmW9.
Purpose of Form
An Individual or entlty:.(Form W-0 requestsr) Who is regtrtr9t fp filet an
infbrrmatioh reettirn WRh the MS roust ob#aln your e6ft.(It Byer
tJerrti{(eat)'on tturriber (�f(�t). yvHt�h;:lts�+ tae.}raut�soc"r;�I saCurify number
(Pssm, indiwdu�f::ta4ioyer Irleritifloation nWn.ber.(ITrIN) 4d,dptlOn
faxpuy6r.tderttiflcatldn n!imt erVki'iN), oretnpidytirldei tlfloallon number
(Elm. to report." an. Information r@tltm the amount paid to you, arother
artibot reportable on, an Infortp4tilop re um. Examptea of IOfbimatfoil
returns InclUde, Taut are.rtot littiited to,. tke feillowirig.
Friars 1069-IN`f {interest eamod ar paid)
CO.' Nn ill 1k
' ern 1099-OIV (rtivideYids, inrMuding.thme. from stocks or mutijal
furld§),
e. Forma 1(€i8-MISC (various typ> s of income, prizes, awsrds oe gross
Proceeds)
o Forrpi 1099-B {stock or mutual fund sales and certain other
ti'ansaotion6 by lbrokers)
* Farm :1(WS. (procao& from real estate tr6n§actlons)
® Fotrri logo: fC (merofiatit card „andtblyd Barry nafwark finn4AMoris)
• Form 10Q8;.Oiorne;mortgaga interest), f 098-E (sturderlt than interest),
IIM—T (tuition)
Farm i'OOS-C (ca tmeled debt)
® Form 1000-A (acclOsition or abandonment of securest prnpertyr)
We Form W4 m*,i f you. aro.a U.& ppr5nn (iriGliiding a:residet+t
quart), for provfde-your corrt of TIK.
1ryou do rW return Fo m i i9 to the requesferwitll a 77?1J, yrsu mfghT
bs suf ert'i`oCrackupwithholrllrng.. LVhafig:backupvriifirlaftiiitg,
later :;.
rnrrn W 9 (fiev. 10-20M)
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
txr lbl I is - Yt UNU Z)Htt I 20-0720
Persona! Protective Equipment
b:y.,�I,�af.h1 etna ;_r..^.
ri
:l {y< :a <y: ;'e;;'. .r,:.. ... »v.. fig' r'r.: x ,:r<;--• n
c3iF T�.j
�i
l
Inspect Bunker Gear Coat
$0.00
2
Ins ect Bunker Gear Pants
$0.00
3
Inspect Brush Gear
�. $0.00;
4
Inspect Single Layer Ensemble/Dual Certified Coats
$0.001
5
Inspect Single Layer Ensemble/Dual Certified Pants
$0.00
6
Inspect Sum suits
$0.00
7
Inspect Helmets
$0.00
8
Inspect Boots
$0.00
9
Inspect Structural Gloves
$0.00
10
Inspect Brush Gloves
$0.00
Em
$50.00
11
Regular Wash Bunker Gear
12
Regular Wash Brush Gear
$0.00
13
Regular Wash Sin le La er Ensemble/Dual Certified Gear
$0.00
14
Bio Wash Bunker Gear
_$23.00
15
Bio Wash Brush Gear _
_ $0.00
16
Bio Wash Single Layer Ensemble/Dual Certified Gear
$0.00
17
Heavy Dutj Wash Bunker Gear
$20.00
18
Heavy Duty Wash Brush Gear
$0.00
19
_
Heavy Duty Wash Sin le Layer Ensemble/Dual Certified Gear
$0.00
20
Clean/Polish Boots
$15.00
21
Clean/Polish Helmets
$10.00
22
Regular Wash Structural Gloves
$0.00
23
_
Regular Wash Brush Gloves
$0.00
24
Bio Wash Structural Gloves _
$0.00
25
Bio Wash Brush Gloves
$0.00
26
Regular Wash Miscellaneous Items
$0.00
27
Bio Wash Miscellaneous Items
$0.00
MIN
Vffl IN
`
Re lace Suspender Button
$1.00
28
29
Replace D Li-
$5.00
30
Re lace Groftunet
$1.00
31
Replace or Add Hook
$5.00
32
or Add MIC Tab
$10.00
33
'Replace
Re lace Rivet
$1.00
34
Replace Accessory Strap
$10.00
35
Re .lace Stra Handles on Bag-$10.00
36
Add Postman Buckle/Strap$10.00
37
Add Leather Tab
$10.00
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
EXHIBIT B - PRICING SHEET 20-0720
Personal Protective Equipment
38
Replace Thwnb Loop
$5.00
39
Rc lace Wristlet
$30.00
40
Re Tlace Snap
$2.00
41
Replace Zipper on Bunker Gear
$35.00
42
Replace Zipper on Ba
$35.00
43
Replace Zip er on Jum suits
_ $ 70.00
44
Sew on Letters or Numbers
$2.00
45
Mark Reflective Letters or Numbers
$0.00
46
Make and Add New Name Plate
$26.50
47
Install Pre -Made Name Plat on Coat
$0.00
48
Move Name Plate
$0.00
49
Make and Add New Name Plate w/Velcro (on back)
$31.50
50
Sew on Emblem Patch
$0.00
51
Install or Re lace Flashlight Tab
$10.00
52
Move Both Knee Pads
$0.00
53
Re -Stitch Seams
$0.00
54
Sew Our Patch on Coat
$0.00
55
Patch Gear with Advance Material
30 (Small Patch)
$0.00
6x6 (Medium Patch)
$0.00
1Ox10 (Large Patch)
$0.00
56
Patch Gear with Arashield Material -
30 (Small Patch)
$15.00
6x6 (Medium Patch)
$20.00
1Ox10 (Large Patch)
$25.00
57
Patch Gear with Basolfil Material
3x3 Small Patch
$O.QO
6x6 (Medium Patch)
$0.00
1Ox10 (Large Patch)
$0.00
58 I
Patch Gear with Black Advance Material [
30 (Small Patch)
1 $0.00
6x6 (Medium Patch)
$0.00
1 Ox 10 (Large Patch)
[ $0.00
59
Patch Gear with Leather
30 Small Patch
$0.00
6x6 (Medium Patch)
$0.00
10x 1 O (Large Patch)
60
MOO
Patch Gear with Nomex Material
3x3 Small Patch)
$0.00
6x6 (Medium Patch)
$0.00
10x10 (Large Patch)
$0.00
61
Patch Gear with PBI Material
30 (Small Patch)
$0.00
6x6 (Medium Patch)
$0.00
1Ox10 (Large Patch)
$0.00
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
tXIIII61 I is - I'KIUNU J11tt I 20-0720
Personal Protective Equipment
62
1 Patch Pocket with Kevlar Material
3x3 (Small Patch)
$0.00
6x6 Medium Patch
$0.00
1Ox10 (Large Patch)
$0.00
63
Patch Gear with Alumizied PBI Material
30 (Small Patch)
1 $0.00
6x6 (Medium Patch)
$0.00
1Ox10 (Large Patch)
$0.00
64
Patch Gear with Ripstop Materail
30 (Small Patch)
$0.00
6x6 Medium Patch
$0.00
IOx10 Large Patch_
$0.00
65
Patch Elbow Patch
3x3 (Small Patch �
$6.00
�
6x6 (Medium Patch)
$0.00
10x10 Lar e Patch
$0.00
66
Replace Knee Pad with Arashield
30 Small Patch
$0.00
6x6 (Medium Patch)_ _T
$0.00
10x 10 (Large Patch)
$0.00
67
Replace Knee Pad with Black Advance
30 Small Patch)
$0.00
6x6 (Medium Patch)
$0.00
1 Ox10 (Large Patch)
$0.00
68
Patch Tarp with Cordura Material
3x3 (Small Patch)
$0.00
6x6 (Medium Patch)
$0.00
IOxlO (Large Patch)
$0.00
69
Replace Scotchlite on Jumpsuit
Tri le Trim / Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
1 $0.00
70
Re lace Scotchlite on Entire Coat
Triple Trim / Scotchlite Patch
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
$0.00
71
Replace Scotchlite on Horizontal Strip
Triple Trim / Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch
$0.00
_
Comfort Trim Patch
$0.00
72
Replace Scotchlite on Vertical Strip
Tri 1p e Trim / Scotchlite Patch
$0.00
_
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
$0.00
73
Replace Scotchlite on Arm
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
tXHlbl I b - NKICINb JHtt 1 20-0720
Personal Protective Equipment
Triple Trim / Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
$0.00
74
Replace Scotchlite on Le
Tri le Trim / Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
$0.00
75
Replace Scothlite on Tail
Triple Trim / Scotchlite Patch
$0.00
Pedbrated / Diamond Plate Patch
$0.00
Comfort Trim Patch
$0.00
76
Replace Scotchlite on Pocket
Triple Trim / Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch
1 $0.00
Comfort Trim Patch
$0.00
77
Scotchlite Patch _
Tri le 'Trim / Scotchlite Patch
$10.00
Perforated / Diamond Plate Patch
$20.00
Comfort Trim Patch
$30.00
78
_
Sew Reflective Trim on 3umpsuit I
Triple Trim / Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
$0.00
r 79
Replace Reflexite Strip Around Coat
Triple Trim / Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
$0.00
80
Replace Reflexite on. Entire Coat
Triple 'Frim / Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
$0.00
81
Replace Reflexite on Vertical Strip
Triple Trim / Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch.
$0.00
82
Replace Reflexite on Arm
Triple Trim / Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch 1
$0.00
Comfort Trim Patch
$0.00
83
Replace Reflexite on Leg
Triple Trim / Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
$0.00
84
Replace Reflexite on Tail
Triple Trim / Scotchlite Patch M�
$0.00
DocuSign Envelope ID: 6AD12B94-F3C5-46B7-898E-B3356BF917BF
txrllbi I is -11Klc nv3 bHtt i 20-0720
Personal Protective Equipment
Perforated / Diamond Plate Patch $0.00
Comfort Trim Patch $0.00
85
Replace Reflexite on Pocket
Tri le Trim / Scotchlite Patch
$0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
$0.00
86
Triple Trim Patch _
Triple Trim / Scotchlife Patch
$0.00
Perforated / Diamond Plate Patch
$0.00
Comfort Trim Patch
$0.00
87
Replace Velcro on Chin Guard
$10.00
88
Re lace Velcro on Collar
$15.00
89
Re lace One Piece of Velcro on Collar
$10.00
90
Replace Velcro on Neck
$10.00
91
Replace Velcro on. Flashlight Strap
$5.00
92
Replace Velcro on Arm Cuff
$10.00
93
Replace Velcro on Fly
$15.00
94
Re lace Velcro on Hem of Coat
$10.00
95
Add Velcro to Cuffs on .Ium suit
$0.00
96
Re lace Velcro Around Knee Pad
$15.00
97
Re lace Velcro on Bellow Pocket
$8.00
98
Re lace Velcro on Radio or Back Pocket
$5.00
99
Replace Velcro on Storm FIT
$15.00
100
Replace Velcro on Liner's Fly
$4.00
101
Replace Velcro on Harness Tabs
$2.00
102
_
Re lace Velcro on DRD
$5.00
103
Re lace Velcro on Port Hole
$4.00
104
Shorten Liner of Pants
$0.00
105
Shorten Pants
$10.00
106
Shorten Pants and Liner
$75.00
107
Create Rapid Rescue Opening in Coat
$15.00
108
Rapid Rescue Harness for Above
_ $15.00
109
Fabricate 10 Foot Howd Strap
$20.00
110
Fabricate 6 Foot Howd Stra _
$15.00
III
Fabricate SCBA Tags-BLK Adv w/ 3 Letters or Numbers
$20.00
112
Additional Letters and Numbers for SCBA Tags
$0.00
113
Miscellaneous Velcro per Inch
$1.00
114
Miscellaneous Triple Trim per Inch _
wM $1.00
i
115
Picku /Deliver Char e (Portal to Portal)
$0.00
116
Mobile On -Site Services Charge
$12.50