Loading...
2010-37 • LAKE COUNTY pi O I: I, DA CONTRACT NO. 10 -0810 For 18 GALLON YELLOW RECYCLING CONTAINERS • LAKE COUNTY, FLORIDA, a political subdivision of the state of Florida, its successors and assigns through its Board of County Commissioners (hereinafter "County ") does hereby accept, with noted modifications, if • any, the bid of Rehrig Pacific Company (hereinafter "Contractor ") to supply 18 Gallon Yellow Recycling Containers to the County pursuant to County Bid number 10 -0810 (hereinafter "Bid "), - opening dated April . 14, 2010 and Contractor's April 12, 2010 Bid response 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 shall accrue against the County until Contractor shall make delivery pursuant to order of the County Procurement Services Director - Contractor shall submit the documents hereinafter listed prior to commencement of this Contract. Proof 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 or her option, declare this contract terminated, and for any loss or damage by reason of such breach, whether this Contract is terminated or not, said Contractor and their surety for any required bond shall be liable This Contract is effective from May 18, 2010 through May 31, 2011 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 • By: ' !Y Senior Contracts 'Officer • Date' 17'24 /? 2O/O • Distribution. Original -Bid File Copy- Contractor Copy -EU Copy- County Finance • • "Earning Community Confidence through Excellence in Service" Office of Procurement Services 315 W. Main, Suite 416 P.O. Box 7800 Tavares, Florida 32778 -7800 Ph (352) 343 -9839 Fax (352) 343 -9473 SECTION 1— SPECIAL TERMS AND CONDITIONS 1TB Number 10 -0810 Section 1.1: Purpose The purpose of this solicitation is to establish a contract for the purchase of new and unused eighteen gallon yellow recycling containers for the use by an average household during a one week period in conjunction with the County's needs. Section 1.2: Designated Procurement Representative Questions concerning any portion of this solicitation shall be directed in writing [fax and e -mail accepted] to the below named individual who shall be the official point of contact for this solicitation. Questions should be submitted no later than five (5) working days before the hid due date. Roseann Johnson, CPM, CPPB, Senior Contracting Officer Lake County BCC Office of Procurement Services 315 W. Main Street, Room 416 PO BOX 7800 Tavares, FL 32778 -7800 Phone : 352.343.9839 Fax : 352.343.9473 ' E -mail: rjolmson @lakecountyfl.gov No answers given in response to questions submitted shall be binding upon this solicitation unless released in writing as an addendum to the solicitation by the Lake County Office of Procurement Services. Section 1.3: Method of Award - To a Single Vendor (Single Item) Award of this contract will be made to the responsive and responsible vendor who submits the lowest price for the item listed in this solicitation. This is an indefinite quantity contract with no guarantee services will be required. The County does not guarantee a minimum or maximum dollar amount to be expended on any contract(s) resulting from this Invitation to Bid. • Section 1.4: Pre -Bid Conference / Site Visits Not applicable to this solicitation Section 1.5: Term of Contract — Twelve (12) Months This contract shall commence on the first calendar day of the month succeeding approval of the . • contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter distributed by the County's Office of Procurement Services; and is contingent upon the completion and submittal of all required pre -award documents. 'Ihe initial contract term shall remain in effect for twelve (12) months, and then the contract will remain in 7 SECTION 1— SPECIAL TERMS AND CONDITIONS 1TB Number: 10 -0810 effect until completion of the expressed and /or implied warranty period. The contract prices resultant from this solicitation shall prevail for the full duration of the initial contract term unless otherwise indicated elsewhere in this document. • Section 1.6: Option to Renew for Four (4) Additional One (1) Year Periods (With Price • Adjustment) ' Prior to, or upon completion, of the initial term of this contract, the County shall have the option to renew this contract for four (4) additional one (1) year period(s). Prior to completion of each exercised contract tern, the County may consider an adjustment to price based on changes 'as published by the U.S. Department of Labor, Bureau of Labor Statistics (into:///1\ w \■.blsgov), Product, Wage, Earnings and Benefits Calculators. It is the vendor's responsibility to request in . . writing any pricing adjustment under this provision. The vendor's written request for adjustment should be submitted thirty (30) calendar days prior to expiration 'of the then current 'contract term. The vendor adjustment request must clearly substantiate the requested increase. The . written request for adjustment should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume that the veridor has agreed that -the optional term may be exercised without pricing adjustment. Any adjustment request received after the•commencement of a new option period shall not be considered. The County reserves the right to reject any written price adjustments submitted by the vendor and /or to not exercise any otherwise available option period based on such price adjutments. • Continuation of the contract beyond the initial period, and any option subsequently exercised, is a County prerogative, and not a right of the vendor. This prerogative will be exercised only when such continuation is clearly in the best interest of the County. • Section 1.7: Method of Payment The vendor(s) shall submit invoices to the County user department(s) after each individual purchase has been completed. In addition to the general invoice requirements set forth below, the invoices shall reference, as applicable, the corresponding delivery 'ticket number, packing slip number, or other acceptance document that was signed by an authorized representative of the County user department at the time the items were delivered and accepted. Submittal of these periodic invoices shall not exceed thirty (30) calendar days from the delivery of the goods or services. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the items. c • All invoices shall contain the contract and /or purchase order number, date and location of delivery or service, and confirmation of acceptance of the goods or services by the appropriate County representative. Failure to submit invoices in the prescribed manner will delay payment, and the vendor may he considered in default of contract and its contract may be terminated. Payments shall be tendered in accordance with the Florida Prompt Payment Act, Part VII, Chapter 218, Florida Statutes. • • • 3 • • SECTION 1— SPECIAL TERMS AND CONDITIONS 1TB Number 10 -0810 workers compensation insurance, the vendor must provide a notarized statement that if he or she is injured; he or she will not hold the County responsible for any payment or compensation. Employers Liability insurance with the following minimum limits and coverage: - Each Accident $100,000 Disease -Each Employee $100,000 • Disease- Policy Limit $500,000 Professional liability and /or specialty insurance (medical malpractice, engineers, architect, • consultant, environmental, pollution, errors and omissions, etc.) as applicable, with minimum limits of $500,000 and annual aggregate of $1,000,000. . The following additional coverage must he provided if a dollar value is inserted below: Loss of Use at coverage value: $ Garage Keepers Liability at coverage value: $ • Lake County, a Political Subdivision of the State of Florida, and the Board of County Commissioners, shall be named as additional insured as their interest may appear on all applicable liability insurance policies. • The certificate(s) of insurance shall provide for a minimum of sixty (60) days prior written notice to the County of any change, cancellation, or nonrenewal of the provided insurance. It is the • vendor's specific responsibility to ensure that any such notice is provided within the stated timeframe to the certificate holder. Certificate(s) of insurance shall identify the applicable solicitation (ITB /RFP /RFQ) number in the Description of Operations section of the Certificate. Certificate holder shall be: LAKE COUNTY, A POLITICAL., SUBDIVISION OF THE STATE OF FLORIDA, AND THE BOARI) OF COUNTY COMMISSIONERS P.O. BOX 7800 TAVARES, FL 32778 -7800 Certificates of insurance shall evidence a waiver of subrogation in favor of the County, that coverage shall be primary and noncontributory, and that each evidenced policy includes a Cross Liability or Severability of Interests provision, with no requirement of premium payment by the County. • The Vendor shall be responsible for subcontractors and their insurance. Subcontractors are to provide certificates of insurance to the prime vendor evidencing coverage and terms in accordance with the Vendor's requirements. All self - insured retentions shall appear on the certificate(s) and shall be subject to approval by the County. At the option of the County, the insurer shall reduce or eliminate such self - insured • 5 • • SECTION 1— SPECIAL TERMS AND CONDITIONS ITB Number 10 -0810 'retentions or the vendor or subcontractor shall he required to procure a bond guaranteeing payment of losses and related claims expenses. The County shall he 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 shall be the sole responsibility of the vendor and /or sub contractor providing such insurance. Failure to obtain and maintain such insurance as set out above will be considered a breach of contract and may result in termination of the contract for default. Neither approval by the County of any insurance supplied by the vendor or Subcontractor(s), nor a failure to disapprove that insurance, shall relieve the vendor or Subcontractor(s) of full responsibility for liability, damages, and accidents as set forth herein. • Section 1.9: Bonding Requirements • Not applicable to this solicitation Section 1.10: Completion of Work From Date Of Purchase Order • The vendor shall state in its offer the number of calendar days (not to exceed one hundred twenty (120) days) from the date of the purchase order in which it will guarantee to complete the work. All work shall be performed in accordance with good commercial practice. The work schedule and completion dates shall be adhered to by the vendor(s), except in such cases where the completion date will be delayed due to acts of God, strikes, or other causes beyond the control of the vendor. In these cases, the vendor shall notify the County of the delays in advance of the original completion so that a revised delivery schedule can be appropriately considered by the County. Should the vendor(s) to whom the contract(s) is awarded fail to complete the work within the number of days stated in its offer, or the "not -to- exceed" timeframe cited above, it is hereby. agreed and understood that the County reserves the authority to cancel the contract with the vendor and to secure the services of another vendor to complete the work. If the County exercises this authority, the County shall he responsible for reimbursing the vendor for work which was completed and found acceptable to the County in accordance with the contract specifications. The County may, at its option, demand payment from the vendor, through an invoice or credit memo, for any additional costs over and beyond the original contract price which were incurred by the County as a result of having to secure the services of another vendor. If the incumbent vendor fails to honor this invoice or credit memo, the County may terminate the contract for default. Section 1.10.1: 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 vendor to the County only after the County receives AND accepts each item. Delivery will not be 6 SECTION 1— SPECIAL TERMS AND CONDITIONS ITB Number I 0-0810 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 vendor 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. Section 1.11: Acceptance of Goods or Services • The product(s) delivered as a result of' an award from this solicitation shall remain the property • of the vendor, and services rendered under the contract will not be deemed complete, until a ' , - physical inspection and actual usage of the product(s) and /or service(s) is (are) accepted by the County and shall be in compliance with the terms herein, fully in accord with the specifications and of the highest quality. Any goods and /or services purchased as a result of this solicitation may be tested /inspected for compliance with the specifications listed. In the event that any aspect of the goods or services provided is found to be defective or does not conform to the specifications, the County reserves the right to terminate the contract or initiate corrective action on the part of the vendor, to include return of any non - compliant goods to the vendor at the vendor's expense, requiring the vendor to either provide a direct replacement for the item, or a fiill credit for the returned item. The vendor 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: In addition, any defective product or service or any product or service not delivered or performed by the date specified in the purchase order or contract, may be procured by the County on the • open market, and any increase in cost may be charged against the awarded vendor. Any cost • incurred by the County in any re- procurement plus any increased product or service cost shall be withheld from any monies owed to the vendor by the County for any contract or financial • obligation. • Section 1.12: Warranty Containers shall be warranted against any defects in material, workmanship and design for a minimum of five (5) years. Section 1.13: Delivery and Completion of Solicitation Response Section 1.13.1: Delivery of Solicitation Response Unless a package is delivered by the vendor in person, all incoming mail from the U.S. Postal Service and any package delivered by a third party delivery organization (FedEx, UPS, DHL, private courier, etc.) will be opened for security and contamination inspection by the Lake County Clerk of the Circuit Court Mail Receiving•Center in an off -site secure controlled facility prior to delivery to any Lake County Government facility, which includes the Lake County Office of Procurement Services. To be considered for award a bid or proposal must be received and accepted in the Procurement 7 SECTION 1— SPECIAL TERMS AND CONDITIONS 1]B Number 10 -0810 • Services Office prior to the date and time established within the solicitation. Allow sufficient time for transportation and inspection. . Each package shall be clearly marked with the applicable solicitation number, title, and company name. Ensure that your bid or proposal is securely sealed in an opaque envelope /package to provide confidentiality of the bid or proposal prior to the due date stated in the solicitation. If you plan on submitting your bid or proposal IN PERSON, please bring it to: LAKE COUNTY PROCUREMENT SERVICES 315 W. MAIN STREET 4TI -I FLOOR, ROOM 416 TAVARES, FLORIDA If you submit your bid or proposal by the UNITED STATES POSTAL SERVICE (USPS) please mail it to: LAKE COUNTY PROCUREMENT SERVICES PO BOX 7800 TAVARES, FI, 32778 -7800 If you submit your bid or proposal by a THIRD PARTY CARRIER such as FedEx, UPS, or a private courier, please send it to: LAKE COUNTY PROCUREMENT SERVICES MAIL RECEIVING CENTER 416 W. MAIN STREET TAVARES, FL 32778 Facsimile (fax) or electronic submissions (c -mail) will not be accepted. Section 1.13.2: Completion Requirements for Invitation to Bid Two (2) signed original bids and two (2) complete copies of the hid submitted by the vendor shall be sealed and delivered to the Office of Procurement Services no later than the official bid due date and time. Any bid received after this time will not be considered and will be returned unopened to the submitter. The County is not liable or responsible for any costs incurred by any Bidder in responding to this ITB including, without limitation, costs for product and /or service demonstrations if requested. When you submit your bid, you are making a binding offer to the County and are agreeing to all of the terms and conditions in this Invitation to Bid. Use only the form(s) provided in this document. If you make any change to the content or format of any form, the County may disqualify your offer. All information shall be legible and either written in ink or typewritten /printed. If you make a connection or change on any document, the person signing the bid proposal must initial the change. The bid shall be manually signed in BLUE INK by an official authorized to legally bind the Bidder to its provisions. 8 SECTION 1— SPECIAL TERMS AND CONDITIONS IT13 Number: 10 -0810 COMPLETION OF 131D PACKAGE: The vendor shall complete all required entries in Section 4 of the bid fonn such as, but not limited to, pricing pages, signature, certifications, references, and acknowledgement of any solicitation addenda. The vendor shall submit the entire solicitation with all Section 4 entries completed in the number of copies specified to the address specified in this solicitation. The vendor shall also submit any supporting documents (to include proof of insurability and provision of bid bonds as required), samples, and /or descriptive literature required by any of the provisions in Section 2 of the solicitation in a separate sealed envelope / package marked "Literature for Bid (Number 10- 0810)." Do not indicate bid prices on literature. Specific Completion Directions: v Pricing shall be completed as directed within Section 4. a Initial and date in BLUE INK the appropriate space(s) for each addendum you received for this ITB. ✓ Insert any prompt payment discount that you will offer. Note payment is NET 30 DAYS otherwise. • > Complete all certifications included within Section 4 of the solicitation. n Complete the reference information sheets (include at least three references) contained within • the solicitation. • Complete the vendor information, and sign the bid (IN BLUE INK) in the spaces provided in Section 4 of the solicitation. ✓ If insurance is required, submit either a certificate of insurance, or evidence of insurability, that is in compliance with the stated insurance requirements. Section 1.14: Business Hours of Operations • Deliveries shall be made to each location on the purchase orders. Delivery shall be accomplished between 8:OOam and 4:00pm on weekdays only, unless otherwise mutually agreed upon by the contracting parties. No deliveries will be accepted on Saturdays, Sundays, or County holidays. Section 1.15: Conflicts Between the Drawings and Specifications In the event of any conflict between the drawings and specifications contained within this contract, the following guidance shall govern: A. Addenda shall supersede all other Contract Documents to the extent specified with the Addenda. Subsequent addenda shall supersede prior addenda only to the extent specified. - B. Drawing(s) and specifications are intended to agree and be mutually complete. Any item not contained within the drawing(s), but contained in the specifications, or vice - versa. shall be provided and /or executed as shown in either the drawing(s) or specifications at no extra cost to the County. Should anything not included in either the drawing(s) and the specifications be necessary for the proper construction and /or operation of the work herein specified, or should 9 SECTION 1— SPECIAL TERMS AND CONDITIONS ITH Number: 10 -0810 • any error or disagreement between the specifications and drawing(s) exist or appear to exist, the ` 'vendor shall not derive unjust benefit thereby, or use such disagreement counter to the best interests of the County. If the discrepancy is noted before initial submission of offers, or before contract award, the vendor shall immediately advise the designated procurement agent of the perceived discrepancy. If the discrepancy is noted after award, the vendor shall immediately advise the cognizant user department project manager, and await that individual's resultant direction, before procceding.with the work in question: Section 1.16: Omission from the Specifications The apparent silence of this specification and any addendum regarding any details, or the omission from the specification of a detailed description concerning any point, shall he regarded as meaning that only the best commercial practices are to prevail, and that only materials and workmanship of first quality are to be used. All interpretations of this specification shall be, made upon the basis of this agreement. • Section 1.17: Rebates and Special Promotions All rebates and special promotions offered by a manufacturer during the term of the contract • shall be passed on by the vendor(s) to the County. It shall he the responsibility of the vendor to ' notify the County of such rebates and /or special promotions during the contract period. Special promotions shall be offered by the vendor(s) to the County provided that the new price charged for the item(s) is lower than would otherwise be available through the contract. It is understood that these special promotions may be of a limited duration. At the end of such promotion, the standard contract price shall prevail. Section 1.18: Patents and Royalties A. The Contractor, without exception, shall indemnify and hold harmless the County, its employees and officers from liability of any nature or kind, including cost and expenses for or on account of any copyrighted, patented, or un- patented invention, process or article provided by the Contractor. The Contractor has no liability when such claim is solely and exclusively due to the combination, operation, or use of any article supplied hereunder with equipment or data not supplied by the Contractor or is based solely and exclusively upon the County's alteration of the article. The County will provide prompt written notification of a claim of copyright or patent - infringement. 13. Further, if such a claim is made or is pending, the Contractor may, at its options and expenses, procure for the County the right to continue use of, replace or modify the article to • render it non - infringing. (If none of the alternatives are reasonably available, the County agrees .. to return the-article on request to the contractor and receive full reimbursement of all monies paid to the Contractor). If the Contractor uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the bid proposal price(s) include all royalties and /or costs arising from the use of such design, device or materials in any way involved in the work. • 10 SECTION 1— SPECIAL TERMS AND CONDITIONS ITB Number: I0 -ORIO C. The Contractor will defend, at its own expense, any action brought against the County to the extent that it is based on a claim that the article supplied by the Contractor under the contract • infringes a patent, industrial design, or any other similar right, and the Contractor will pay any costs and damages finally awarded against the County in any such action, where they are attributable to any such claim, but such defense and payments are conditional on the following: o the Contractor will be notified promptly in writing by the County of any notice of such claim received by the County, and o the Contractor will have the sole control of the defense of any action or such claims, and all negotiations for its settlement or compromise. Section 1.19: Pre - Production Proof • The Contractor will be supplied with the artwork upon issuance of a contract or purchase order. An illustration of the artwork is attached with this bid request for reference. The contractor shall retain and maintain the artwork as County Property. The vendor shall furnish a pre - production artwork proof of the logo being used for the containers for approval by a County representative before notice to commence production. Section 1.20: Recycled Materials Required This solicitation calls for the purchase of items that specify and require a stated degree of • recycled material content. Vendors are required to submit, with their initial offer, a written certification attesting that the products or items offered by the vendor contain the minimum percentage of post - consumer recovered material as defined by the United States Environmental Protection Agency (EPA), or, for commodities not so covered, the minimum percentage of post - consumer recovered materials established by other cognizant regulatory agencies. • Recycling definitions: For purposes of this solicitation, the following definitions shall apply: • a. "Recovered Materials" shall be defined as any waste material or by- products that have been recovered or diverted from solid waste. • b. "Recycled Product" shall be defined as any product which is in whole or in part composed of recovered materials. c. "Recyclable Product" shall he defined as the ability of a product and its packaging to be reused, reconditioned for use, or recycled through existing recycling collection programs. d. "Waste Reducing Products" shall be defined as any product which will result in less waste generated due to its use rather than another product designed to serve the same function with a greater waste generation rate. This shall include, but not be limited to, those products that can be reused, refilled or have a longer Life expectancy and contain a lesser amount of toxic constituents. 11 SECTION 2— STATEMENT OF WORK , ITB Number: 10 -0810 SCOPE OF SERVICES • This is an indefinite quantity contract with no guarantee services will be required. The County does not guarantee a minimum or maximum dollar amount to be expended on any contract(s) resulting from this Invitation to Bid. The intent 'of this bid request is to obtain pricing for the purchase of new and unused eighteen gallon yellow recycling container designed for the use by the average household on a weekly basis. • Please mark if required specifications will be met • by checking the • appropriate line or note any deviations below. Construction: • Rectangular shaped with solid sidewalls, seamless container (One piece injection molding) - Materials: The container is manufactured with recycled I-IDPE or equivalent. UV inhibitors are added in the colorant to i prevent deterioration and fading She: • The exterior dimensions at the top of the container to be approximately 25" length, 17" width, and height 13" Color: The color must be yellow _ Logo: • The Lake County recycling logo (County emblem and "Lake County Recycles ") must be imprinted (hot- stamped) in green on both sides • The container shall have a rolled reinforced lip for extra strength `• 12 SECTION 2— STATEMENT OF WORK 1TB Number. IO - 0810 Edges /Spurs: All edges must he smooth or rounded for the safety of the homeowner and the collector. The containers to have no sharp edges or spurs Handles: • • The handles for the container are to be reinforced and Integrally molded into the container's width side Capacity: The capacity of the container to be a minimum of eighteen (18) gallons • Drainage: The container must have drain holes within the raised section of the container bottom for run off of rain water and have the capacity to hold approximately sixteen (16) ounces of spillage - Nesting: The containers must be nestable and shipped on pallets • Weight: The weight of the container to be approximately five (5) pounds Date Coded: Container to be date coded and molded into the surface Wall Thickness: The wall thickness to be 100 mil to 116 mil zr" Bottom Thickness: The bottom thickness to be 120 to 140 mil • ✓' J Warranty: - Containers must be warranted against any defects in material, workmanship and design for a minimum of five years r. • • 13- . SECTION 3 - GENERAL TERMS AND CONDITIONS ITB Number: 10 -0810 3.1 DEFINITIONS not be awarded or perform as a contractor, supplier, subcontractor, Addenda: A written change to a solicitation or consultant under a contract with any public entity, and may not Bid: Shall refer to any ntfer(s) submitted in response to Thu transact business with any pubhi, entity in excess of the threshold Invitation to Bid amount provided in Section 237 017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of Bidder: Shall refer to anyone submitting a bid in response to an being placed on the convicted vendor list Invitation to Rid. C. Request for Additional Information Contract: The agreement to perform the services set forth in this Any communication or inquiries, except for clarification of process solicitation. The contract will be comprised of the solicitation or procedure already contained in the solicitation, are to be made in document signed by both parties with any addenda and other writing to the attention of the procurement representative identified' attachments specifically incorporated in the solicitation no later than five (5) working days pt for to the Contractor: The vendor to whom award has been made bid due date Such inquiries shall contain the requester's name, ' County: Shall refer to Lake County, Honda address, and telephone number If transmitted by facsimile, the Invitation In Bid (ITB): Shall mean this solicitation document, request should also include a cover sheet with the bidder's including any and all addenda An ITB contains well- defined facsimile number terms, conditions, and specifications, and is awarded to the lowest The Office of Procurement Services may issue an addendum in priced responsive and responsible bidder response to any inquiry received, prior to bid opening, stitch Plodification: A WI then change to a contract changes, adds lo, or clarifies the leans, provisions, or requirements Responsible: Refers to a bidder that has the capacity and of the solicitation fhe bidder should not idly on any capability to perform the work required under an Invitation to Rid, representation, statement or explanation whether written or verbal, and is otherwise eligible for award other than those made in This solicitation document or in any Responsive: Refers to a bidder that has taken no exception or addenda issued Where there appears to be a conflict between this deviation from the terms, conditions, and specifications set forth in solicitation and any addenda, the last addendum issued shall an Invitation to Bid. prevail It is the bidder's responsibility to ensure receipt of all Solicitation: The written document requesting either bids or addenda and any accompanying documentation The- bidder is proposals from the marketplace. required to submit with its hid a signed `Acknowledgment of . Vendor: A general reference to any entity responding to This Addenda" form when any addenda have been issued failure to solicitation or perforating under any resulting contract acknowledge each addendum may prevent the bid from being considered for award . The County has established for purposes of this Invitation to Rid D. Contents of Solicitation and Bidders' Responsibilities (ITB) that the words "shall ", "must ", or "will" are equivalent in It is the responsibility of the bidder to become Thoroughly familiar this ITB and indicate a mandatory requirement or condition, the with the requirements, terms, and conditions of this solicitation material deviation from which shall not be waived by the County Pleas of ignorance of these matters by the bidder w iII not he A deviation is material if, in the County's sole discretion, the accepted as a basis for varying the requirements of the County or deficient response is not in substantial accord with this 11 R's the amount to he paid to the vendor mandatory requirements fhe svords "should" or "may' me E. Restricted Discussions equivalent in this ITB and indicate very desirable conditions or From the date of issuance of this solicitation until final County requirements, but are permissive m nature. action, vendors should not discuss the solicitation or any part thereol with any employee, agent, or any other representative of 3.2 INSTRUCTIONS TO BIDDERS the County except as expressly authorized by the designated A. Bidder Qualification procurement representative l he only communications that shrill be 11 is the policy of the County to encourage 'full and open considered pertinent to this solicitation are appropriately signed competition among all available qualified vendors. All vendors written documents from the vendor to the destgnatcd procurement ' regularly engaged in the type of work specified in the solicitation representative and any relevant written document promulgated by are encouraged to submit bids Vendors may enroll with the the designated procurement representative. County to be included on a mailing list for selected categories of F. Change or Wifhdt awal of Bids goods and services. To be recommended for award the County Changes to Bid - Prior to bid opening, a bidder may change as bid requires that vendors provide evidence of compliance with the by submitting a new bid as specified in the solicitation with a letter requirements below upon request on the firm's letterhead, signed by an authorized agent stating That I. Disclosure of Employment the new submittal replaces the original submittal The new 2. Disclosure of Ownership - submittal shall contain the letter and all information as required for 3. Drug-Free Workplace submitting the original bid No changes to a hid will be accepted 4. W -9 and 8109 Forms — Elie vendor must furnish these forms after the bid due date and time . upon request as required by the Infernal Revenue Service Withdrawal of Bid - A bid may he wdhdt awn, either physically or 5. Social Security Number —"Hie vendor must provide a copy of by written notice, at any time prior to the bid due date If the primary owner's social security card if the social security withdrawn by written notice, that notice must he addressed to, and number is being used in lieu of the Federal Identification received by, the designated procurement representative prior to the Number (F.E.I N.) hid due date and tine. A hid may also he withdrawn idler 6. Americans with Disabilities Act (A 0 A ) expiration of the specified bid acceptance period, and prior to 7. Conflict of Interest award, by submitting a letter to the designated procurement • 8. Debarment Disclosure Affidavit representative The withdrawal letter mist he on company 9. Nondiscrimination letterhead and signed by an authorized agent of the bidder 10. Family Leave G. Conflicts within the Solicitation 11. Antitrust Laws — By acceptance of any contrail, the vendor Where there appears to be a conflict between the General Penns agrees to comply with all applicable antitnist laws and Conditions, Special Conditions, the Technical Specifications. B. Public Entity Crimes - the Pricing Section, or any addendum issued, the order of Pursuant to Section 287 133(2)(a) of the Florida Statutes, a person precedence shall be the last addendum issued, the Bid Puce or affiliate who has been placed on Iltc convicted vendor list following a conviction fora public entity crime may not submit a Section, the Technical Specifications, the Special Conditions, and bid of a contract to provide any goads or services to a public then the General Terms and Conditions It is incumbent upon the entity, may not submit a hid on a contract with a public entity for vendor to identify such conflicts to the designated procuement the construction or repair of a public building or public work, may representative poor to the bid or proposal response date not submit bids on leases of real property to a public entity, may 14. Prompt Payment Terms ' - 14 1 SECTION 3 - GENERAL TERMS AND CONDITIONS ITB Number. I0 -0810 It is the policy of the County that payment for all purchases ht subcontractor 00 previous County comracts shall be taken County agencies shall be made in a timely manner and that interest into account in evaluating the responsibility of a bidder that payments will be nude on late payments in accordance with Part submitted a bid under this solicitation VII, Chapter 2 18, Horida Statutes, known as the Florida Prompt G. The Director of Procurement Services sell decide all tie bids Payment Act. The bidder may offer cash discounts for prompt with initial preference being given to the entity employing • payments; however, such discounts will not he considered in the most personnel residing within the County determining the lowest puce during bid evaluation Bidden are requested to provide prompt payment terms in the space provided 3.6 CONTRAC 1' EXTENSION on the signature page of the solicitation The County has the unilateral option to extend a contract for up to ninety (90) calendar days beyond the current cone act period In 3.3 PR EPARATION OF BIDS such event, the County will notify the vendor(s) in writing of such A. The Bid Pricing Section of this solicitation defines the goods extensions. The contract may he extended beyond the initial or services to be purchased, and must be completed and ninety (90) day extension upon mutual agreement between the submitted svith the bid Use of any other form or alteration of County and the vendor(s) Exercise of the above options requires the form may result in the rejection of the bid the mot approval of the Director of Procurement Services B. The bid submitted must be legible, and completed using typewi rter, computer or ink Any entry change must be 3.7 WARRANTY crossed out and Initialed in ink. Failure to comply with these All warranties express and implied, shall he made available to the requirements may cause the hid to be rejected County for goods and services covered by this solicitation All C. An authorized agent of the bidder's time nest sign the bid goods furnished shall be fully guaranteed by the vendor against FAILURE TO SIGN "1 HE BID MAY RENDER THE factory defects and workmanship At no expense to the County, BID NON - RESPONSIVE. the vendor shall correct any and all apparent and latent defects that D. The bidder may be considered non- responsive If bids are may occur within the manufacturer's standard warranty period conditioned to modifications, changes, or revisions to the The special conditions of the solicitation may supersede the terms and conditions of this solicitation manufacturer's standard warranty. E. The bidder may submit alternate bid(s) for the same solicitation provided that such offer is allowable under the 3.8 ESTNIATED QUANTITIES terms and conditions the alternate hid must sheet or exceed Estimated quantities or dollars are for bidder's guidance only No the minimum requirements and he submitted as a separate bid guarantee is expressed en implied as to quantities or dollar salve marked "Alternate Bid" that will be used during the contract period. The County is not F. When there is a diseiepancy between the unit prices and any obligated to place any order for a given amount subsequent to the extended prices, the unit prices will prevail. award of this solicitation The County may use any stated G. Any hid received after the stipulated bid due date and time estimated quantities in the award evaluation process Estimated through no fault of the County will he considered late, and , quantities do not contemplate or include possible additional except under the most exceptional circumstances, not be quantities that may be ordered by other government, quasi- considered for award governmental or non - profit entities utilizing this contract In no _ event shall the County be liable for payments in excess of the 3.4 CANCELLATION OF SOLICITATION amount due For quantities of goods or services actually ordered The County reserves the right to cancel, in whole or In part, any Invitation to Bid when it is in the hest interest of the County 3.9 NON -EXCLI ISIVITY It is the intent of the County to cote' into an agreement that will 3.5 AWARD satisy its needs as described within this solicitation However, the A. Award may be made to the lowest priced responsive and County reserves the right as deemed in is best interest to perlorm, responsible bidder The County reserves the right to reject • or cause to be performed, the work and services, or any portion any and all bids, to waive non- material irregularities or thereof, herein described in any manner it sees tit In no case will technicalities and to re- advertise for all or anv part of this the County be liable for billings m excess of the quantity of goods Solicitation as deemed in its best interest The County shall or services actually provided under this contract. be the sole judge of us best interest B. When there are multiple line items in a solicitation, the 3.10 CONTINUA ION OF WORK County reserves the right to award on an individual item Any work that commences prior to and will extend beyond the basis, any combination of items, total low bid or in expiration date of the cunent contract period shall, unless whichever manner deemed In the best interest of the County terminated by mutual written agreement between the County and This provision specifically' supersedes any method of award the vendor, continue until completion without change to the then cute] Ia stated in the solicitation when such action Is clearly current prices, terms and conditions. necessary to project the best interests of the County C. The County reserves the right to reject any and all bids if it is 3.11 PROTEST OF AWARD detcmined that prices are excessive or determined to he A vendor wishing to protest any award decision resulting front this unreasonable, or a is otherwise determined to be in the solicitation shall do so as set forth In the County's Purchasing County's hest Interest to do so Procedure Manual. It's incumbent upon the vendor to he aware of D. The County reserves the right to negotiate prices with the low the posting of any associated award recommendation Any protest bidder, provided that the scope of work is not amended resolved after the actual contract award date may he rejected E. Award of this solicitation will only be made to firms that satisfy all necessary legal requirements to do business with 3.12 RULES, REGULATIONS AND LICENSES • the County. The County may conduct a pre - award inspection The vendor shall comply with all federal, state, and local laws and of the bidder's site or hold a pre -award qualification hearing regulations applicable to provision of the goods and /or services to determine the responsibility and capacity of the bidder to specified in this solicitation perform the requirements of this solicitation Award of the contract resulting from this solicitation may he predicated on 3.13 SUBCONTRACTING compliance with and submittal of all required documents as Unless otherwise specified in this solicitation, the vendor shall not stipulated in the solicitation subcontract any portion of the work without to prior written F. The bidder's performance as a prime contractor or consent of the County '1 he ability to subcontract may he fiuther 15 • SECTION 3 - GENERAL TERMS AND CONDITIONS 1T13 Number. ) 0-0810 limited by the Special Conditions Subcontracting without the 3.20 TERMINATION FOR CONVENIENCE? prior consent of the County may result In termination of the The County, at Its sole discretion, reserves the right to terminate contract for default dos contract upon thirty (30) days written nonce Upon receipt of such notice, the vendor shall not Incur any additional costs under 3.14 ASSIGNMENT this contract The County shall be liable only for reasonable costs 'the vendor shall not assign or transfer any contract resulting from incurred by the vendor prior to notice of termination The County . this solicitation, including any rights, title or interest therein, of its shall he the sole,' udge of "reasonable costs." power to execute such contract to any person, company or corporation without the prior written consent of the Comity. 3.21 TEItMINA FION DUE TO tiNAVAILAI{Itl TY OF FUNDING IN SUCCEEDING FISCAL YEARS 3.15 DELIVERY When funds are not appropriated or otherwise made available to Unless otherwise specified in the solicitation, prices quoted shall support continuation of performance in a subsequent fiscal year, he F.O.B. Destination. Freight shall be included in the bid price the contract shall be cancelled and the vendor shall be reimbursed for the reasonable value of any non - recurring costs Incurred 3.16 RESPONSIBILITIES AS EN4PLOYER amortized in the price of the supplies or services /tasks delivered The emmployec(s) of the vendor shall he considered to be at all under the contract. times its crnployee(s), and not an employee(s) or agent(s) of the County or any of its departments The contractor shall provide 3.22 TERMINATION FOR DEFAULT employee(s) capable of performing the work as required. l he The County reserves the right to terminate this contract, in part of County may require the contractor to remove any employee it in whole, or place the vendor on probation in the event the vendor deems unacceptable All employees of the cello actor may be fads to perform in accordance with the Iemu and conditions stated - required to wear appropriate Identification. herenl The County further reserves We right to suspend or debar . the vendor in accordance with the appropriate County ordinances, 3.17 INDE\INIFfCATION resolutions and/or administrative orders The vendor will be The vendor shall indenimfy and hold harmless the County and its notified by letter of the County's intent to terminate. In the event officers, employees, agents and instrumentalities from any and all of termination for default, the County may procure the 'coked liability, losses or damages, including attorney's fees and costs of goods and /or services from any source and use any method deemed defense, which the County or its officers, employees, agents or in its hest Interest All re- proemeinent cost shall be borne by the • instrumentalities may incur as a result of claims, demands, stars, vendor • causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement 3.23 FRAUD AND MISREPRESENTATION by the vendor or its employees, agents, servants, partners, Any individual, corporation or other entity that attempts to meet its principals or subcontractors The vendor shall pay all claims and contractual obligations with the County through Iraud, losses 111 connection therewith, and shall Investigate and defend all misrepresentation or material misstatement, may be debarred for • claims, suns or actions of any kind or nature In time name of the up to five (5) years The County as a further sanction may County, where applicable, including appellate proceedings, and terminate or cancel any other contracts with such individual, shall pay all costs, judgments, and attorney's tees which may he corporation or entity held responsible for all direct or Indirect costs incurred Thereon " The vendor expressly understands and agrees associated with termination or cancellation, Including attorney's that any insurance protection required by this Agreement or Ices. • otherwise provided by the vendor shall 111 no way limit the responsibility to indemnify, keep and save harmless and defend the 3.24 ACCESS TO RECORDS County or Its officers, employees, agents and instrumentalities as The County reserves the right to require the vendor to submit to an herein provided audit by any auditor of the County's choosing. The Contractor shall provide access to all of Its records, which relate directly or 3.18 COLLUSION indirectly to this Agreement at its place of business during regular Where two (2) or more related panes, as defined herein, each business hours. The vendor shall retain all records pertaining to submit a bid for the same contract, such bids shall he presumed to this Agreement and upon request nuke them available to the be collusive The foregoing presumption may be rebutted by the County for three (3) years following expiration of the Agreement. presentation of evidence as to the extent of ownership, control and The vendor agrees to provide such assistance as may be necessary management of such related parties in preparation and submittal of to facilitate the review or audit by the County to ensure compliance such bids Related parties shall mean bidder or the principals with applicable accounting and financial standards thereof which have a direct or indirect ownership interest in another kidder for the sane contract or um which a parent company 3.25 PROPRIETARY/CONFIDENTIAL INFORMATION or the principals thereof of one bidder have a duecl or indirect Bidders are hereby notified that all information submitted as part ownership Interest In another bidder for the same contract of, or in support of bid submittals will he available for public Furthermore, mmy prior understanding, agreement, or coninertion inspection after opening of bids in compliance with Chapter 119 of between two (2) or more corporations, firms, or persons submitting the Florida Statutes (the "Public Record Act') The bidder should a bid for the same materials, supplies, senaces, or equipment shall not submit any information in response to this solicitation which also be presumed to be collusive Bids found to he collusive shall the bidder considers proprietary or confidential The submission of be rejected. Bidders which have been found to have engaged m any infomtation to the County in connection with this solicitation collusion may be considered non - responsible, and may be shall be deemed conclusively to be a waiver of any protection from suspended or debarred, and any contract resulting from collusive release of the submitted information unless such Information is bidding niay be terminated for default. exempt or confidential under the Public Records Act • 319 MODIFICA1 ION OF CONTRACT 3.26 CONTRACT ING WITH COUNTY EMPLOYEES Any contract resulting from this solicitation may he modified by Any County employee or member of his or her immediate family mutual consent of duly authorized parties, in writing through the seeking to contract with the County shall seek a conflict of Interest Issuance of a modification to the contract and/or purchase order as opinion from the procurement representative designated herein • appropriate This presumes the modification Itself is In compliance prior to submittal of a response or application of any type to with all applicable County procedures contract with the County The affected employee shall disclose the employee's assigned function within the County and interest or the 16 SECTION 3 - GENERAL TERMS AND CONDITIONS ITB Number: 10 -0810 interest of his or her immediate family in the proposed contract and of the parties Any such cause trill extend the performance of the the nature of the intended contract. delayed obligation to the extent of the delay so incurred 3.27 INCURRED EXPENSES 3.33 OTHER AGENCIES This ITB does not commit the County to make an award nor shall With the consent of the vendor, other agencies may make the County be responsible for any cost or expense which may be pun chases in accordance with the contract Such purchases shall be incurred by any bidder in preparing and submitting a bid, or any governed by the same terms and conditions as stated (herein with cost or expense incurred by any bidder prior to the execution of a the exception of the change in agency name. purchase order or contract agreement By submitting a bid, the bidder also agrees that the County hears no responsibility for any 3.34 NO CLAIM FOR DAMAGES costs of the bidder associated with any administrative or judicial No claim for damages or any claim other than foi an extension of proceedings resulting from this solicitation process time shall be made or asserted against the County because of any • delays No interruption, interference, inefficiency, suspension, or 3.28 COUNTY 1S TAX- EXEMPT delay in the commencement or progress of the Work shall relieve The County is generally exempt from Federal Excise Taxes and all the vendor of duty to perform, or give rise to any right to damages Stale of Florida sales and use taxes Do not include any tax on any or additional compensation from the County. 1 he vendor's sole item or service. The County will sign an exemption certificate if remedy shall be the right to seek an extension to the contract time submitted by the contractor Contractors doing business with the However, this provision shall not preclude lecovery of damages by • County are not exempt from paying sales tax to their suppliers for the vendor for hindrances or delays due solely to fraud, bad faith, materials to fulfill contractual obligations with die County, nor or active interference on the part of the County shall any contractor be authorized to use any of the County's Tax Exemptions in securing such materials 3.35 TRUTH IN NEGOTIATION CERTIFICATE I-or all lump -sum or cost -plus fixed fee agreements exceeding 3.29 GOVERNING LAWS 5150,000, the firm awarded the agreement must execute a trulli m The interpretation, effect, and validity of any eontract(s) resulting negotiation certificate slating that the wage rates and other factual from this ITB shall be governed by the laws and regulations of the unit costs are accurate, complete and current, al the time of State of Florida, and Lake County, Florida, Venue of any court contracting. Any agreement requiring this certificate shall contain action shall be in Lake County, Florida In the event that a sat is a provision that the original agreement puce and any additions brought for the enforcement of any term of the contract, or any shall be adjusted to exclude any signs fiamt sums by which the right arising there from, the parties expressly waive their respective owner determines the agreement price was Increased due to rights to have such action tried by jury trial and hereby consent to inaccurate, incomplete, or non - current wage rates and other factual the use of non -jury trial for the adjudication of such suit unit costs All such agreement adjustments shall be shade pv nhin one (I) year following the end of the contract Execution of tins 3.30 STATE REGISTRATION REQUIREMENTS Agreement constitutes execution of the Truth in Negotiation Any corporation submitting a bid in response to this ITB shall Certificate. either be registered or have applied for registration with the Florida Department of State in accordance with the provisions of Chapter 3.36 GRANT FUNDING 607, Florida Statutes A copy of the registration/ application may In the event any part of the contract is to he funded by federal, be required prior to award of a contract Any partnership state, or other local agency monies, the vendor hereby agrees to submitting a bid in response to this ITB shall have complied with comply with all requirements of the funding entity applicable to the applicable provisions of Chapter 620, Florida Statutes For the use of the monies, including full application of requirements additional information on these requirements, please contact the involving the use of minority finis, women's business enterprises, Florida Secretary of State's Office, Division of Corporations, and labor surplus area frets Vendors are advised that payments 500 755.5111 (blip _.w v. is ,1,,s_stoteJ1t05) under the contract may be withheld pending completion and submission of all required forums and documents required of the 3.31 PRIh1E CONTRACTOR vendor pursuant to the grant funding requirements. A copy of the The vendor awarded die contract shall act as the prime contractor requirements shall he supplied to the vendor by the County upon for all required items and services and shall assume full request responsibility for the procurement and maintenance of such items or services The vendor shall be considered the sole point of contact with regard to all stipulations, including payment of all charges and meeting all requirements of this ITB All subcontractors will be subject to advance review by the County in - regards to competency and security concerns After the award of the contract no change in subcontractors will be shade without the consent of the County. The vendor shall be responsible for all insurance, permits, licenses, and related matters for any and all subcontractors Even if the subcontractor is self - insured, the County may require the contractor to provide any insurance certificates required by the work to he performed 3.32 FORCE MAJEURE The parties will exercise every reasonable effort to sheet their respective obligations hereunder, but shall not be liable for delays resulting from force mzjeure or other causes beyond their reasonable control, including, but not tinuted to, compliance wi tit any Government law or regulation, acts of nature, acts or omissions of the other party, Government aces or omissions, tires, strikes, national disasters, wars, riots, transportation problems and /or any other cause whatsoever beyond the reasonable control 17 • SECTION 4 — PRICING /CERTIFICATIONS /SIGNATURES ITB Number: 10 -0810 ITB TITLE: 18 GALLON YELLOW RECYCLING CONTAINERS NOTES: • Lake County is exempt from all taxes (Federal, State, Local). Pricing should be less all taxes. A Tax Exemption Certificate will be furnished upon request. • The vendor shall not alter or amend any of the information (including, but not limited to stated units of measure, item description, or quantity) stated in the Pricing Section. If any quantities are stated in the pricing section as being `estimated" quantities, vendors are advised to review the "Estimated • Quantities" clause contained in Section 3 of this solicitation. • Each price offered in your bid shall be a finn -fixed price, exclusive of any tax. Any bid containing a modifying or "escalator" clause not specifically allowed for under the solicitation will not be considered. • All pricing shall be FOB Destination unless otherwise specified in this solicitation document. • • All pricing submitted shall remain valid for a 90 day period. By signing and submitting a response to this solicitation, the vendor has specifically agreed to this condition. • Vendors are advised to visit our website at littp0/www.lakccounivITooy and register as a potential vendor. Vendors that have registered on -line receive an e-mail notice when the County issues a solicitation matching the commodity codes selected by a vendor during the registration process. ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: Complete Part I or Part II, whichever applies Part I: The bidder must list below the dates of issue for each addendum received in connection with this ITB: Addendum #l, Dated: Addendum #2, Dated: Addendum #3, Dated: Addendum #4, Dated: Part II: [' No Addendum was received in connection with this ITB. • I8 SECTION 4 — PRICING /CERTIFICATIONS /SIGNATURES ITB Number: 10 -0810 PRICING SECTION ti . Item : ' -'.; ; .- ' °..4" :. ` ; ... . � ... '.: - Eatim "aced Unit Extended . No. ' .. . ' Item Description ' . , Unit Quantity ' Price' : Price I. 18 gallon yellow recycling containers per Ea 10,000 $ 5 . 52 $ 55 , 200 . the preceding specifications Make:Rehrig Pacific Company m RB -18 vl 2. Artwork set up charge (non recurring) Ea 1 $ - 0 - $ - 0 - • TOTAL BID XXX XXXXX XXXXX $55,200 • Days to complete order from date of purchase order: 30'Days (Not to exceed 120 days) Prices not subject to escalation for 90 days Minimum order (if any): 1 000 Handling fee if less than minimum order: $0 • 1 9 , • SECTION 4 — PRICING /CERTIFICATIONS /SIGNATURES ITB Number. 10 By Signing this Bid the Bidder Attests and Certifies that: • It satisfies all legal requirements (as an entity) to do business with the County. • The undersigned vendor acknowledges that award of a contract may be contingent upon a determination by the • County that the vendor has the capacity and capability to successfully perform the contract. • • The bidder hereby certifies that it understands all requirements of this solicitation, and that the undersigned • individual is duly authorized to execute this bid document and any contract(s) and /or other transactions required by award of this solicitation. • Certification Regarding Acceptance of County Electronic Payable Process • Vendor will accept payment through the County's VISA- based electronic payment system: � f Yes ❑ No Purchasing Agreements with Other Government Agencies This section is .optional and will not affect contract award. If Lake County awarded you the proposed contract, • • would you sell under the same terms and conditions, foi the same price, to.other governmental agencies in the State of Florida? Each governmental agency desiring to accept to utilize this contract shall b responsible for its own purchases and shall be liable only for materials or services ordered and received by it. es ❑ No (Check one) • Certification Regarding Felony Conviction Has any officer, director, or an executive perfon ig equivalent duties, of the bidding entity been convicted of a • felony during the past ten (10) years? ❑ Yes 'j No (Check one) Conflict of Interest Disclosure Certification - Except as listed below, no employee, officer, or agent of the fire has any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with this project, and, this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a proposal for the same services, and is in all respects fair and without collusion or fraud • DUNS Number (Insert if this action involves a federal funded project): 00-824-0988 General Vendor Information and Proposal Signature: • Firm Name: Rehrie Pacific Company Street Address: 7452 Presidents Drive, Orlandh, FTC 32809 • Mailing Address (if different): • TelephoneNo.: 800-998-2525 FaxNo.: 407 - 857- 0900E_ REck @RehrigPacific. com FEIN No 95 1 _ 46 8797 Prompt Payment Terms: 1 % 10 days, net 30 r-- Signature: y (.1211C.' �'L``- Date: April 12, 2010 • Print Name: Lisa Perkins Title: Municipal Contract Mqr. • Award of Contract by the County: (Official Use Only By .signature below, the County confirms award to the above- identified vendor under the above identified solicitation. A separate purchase order will be generated by the County to support the contract Vendor awarded as: ❑ Sole vendor ❑ Multiple Award vendor (unit price basis) _ ❑ Multiple Award vendor (spot bid) ❑ Primary vendor for items: ❑ Secondary vendor for items: ❑ Other status: Signature of authorized County official. Date Printed name: 'Title: Purchase Order Number assigned to this contract for billing purposes: 20 • SECTION 5 — ATTACHMENTS ITB Number: 10-0810 THE FOLLOWING DOCUMENTS ARE ATTACHED Attachment 1: Work References Attachment 2: Layout Sheet • • • 21 • SECTION 5 — ATTACHMENTS ITB Number: 10 - 0810 WORK REFERENCES • • Agency City of Jacksonville, FL Address 1031 Superior Street citystate,zm Jacksonville, FL 32254 comactperson Ron Grimes Telephone 904- 387 -8936 Date(s)of 2007- current Service Type of service Have provided 24,000+ recycle bins to the City. comments. Agency Indian River County 'Address 1325 74th Ave., SW Cdy,State,ZW Vero Beach, FL 32968 Contactperson ,Steve Brittingham Telephone 7 7 2_ 7 7 0_ 5112 Date(s)of Since 2008 - current Service Type of Service H1rP rnvi i3 l cpt n7Pr 4 P Qn( rpryrl p Nina Comments: Agency Republic Services - Polk County Florida Address 3820 Maine Avenue - City,slnte,Zm Lakeland, FL 33801 Contact Person Mark Talbott Telephone 863 - 665 -1489 Date(s)of 2005- current Service S he, °e Have provided over 110,000 recycle bins Comments: *See attached References document for more references. • • 22 j-Zehrig Qonipanp ert Florida Recycle Bin References Below is a sampling of some of our Florida customers that use Rehrig Pacific Recycle Bins. 1) Florida Refuse/Republic Services — Polk County 3820 Maine Ave. Lakeland, FL 33801 Mark Talbott (863)665 -1489 100,000+ bins 2) Solid Waste Authority of Palm Beach County 7501 North Jog Road West Palm Beach, FL 33412 Sandy Lees (561) 248 -8715 Cell (561) 640 -4000 x4330 Office 57,600+ bins 3) Collier County 3301 Fast Tamiani Tr. Naples, FL 33962 Denise Kirk . (941) 732 -2508 70,000+ bins • 4) City of Jacksonville 1031 Superior St. Jacksonville, FL 32254 Ron Grimes (904) 387-8936 24,000+ bins 5) City of North Port Public Works Complex • 1850 West Price Blvd. North Port, FL 34286 Monica Bramble (941)240 -8060 6) City, of Miami 1290 NW 20 St. Miami, FL 33142 Barbara Pruitt (305)960 -2802 • 7) Waste Management of Charlotte County 25515 Old Landfill Rd Port Charlotte, FL 33980 Eddie McManus (941)629 -1106 10,000+ bins - Continued- ,3eh rig ,ag (T011111(114 8) Waste Management of Sarasota County • 5221 State Rd. 776 Venice, FL 34293 Melissa Doyle (941)497 -8031 8,000+ bins 9) Waste Management of Pinellas County 11051 43 Street North Clearwater, FL 33762 Jim Padovan (727) 572-4968 10) Veolia Waste Services 1964 South Orange Blossom Trail Apopka, FL 32703 Dave Ffelfer (407) 464-0664 11) Waste Services Inc. 11500 43 Street North Clearwater, FL 33762 Bill Krimmel (727) 572-3806 12) Indian River County 132574th Ave SW Vero Beach, FL 32968 Steve Brittingham (772)770 -5112 15,000+ bins lh cfirig ya rftc Crompanp 18 Gallon Recycle Bin Reference List Customer Supplied Contact Phone Number Units Supplied AAA Trash & Recycling Joan O'Rourke 703- 803 -1347 50,000 + . . Anne Arundel County, MD Josie Furigay 410 - 222 -7952 270,000 + Albany, City of Willard Bruce 518 - 432 -1144 45,000 + BFI - Chicagoland East Tim Cherney 708 - 345 -7050 30,000 + BFI - Commerce City, CO Lenny Neely 303 - 287 -8043 53,000 + BFI - Elgin, IL Rich Shield 847 - 429 -7370 37,000 + BFI - Elkridge, MD Melvin Phannenstein 410 - 471 -4419 36,000 + California Waste Solutions David Duong 510 - 836 -6200 72,000 + Cedar Rapids, City of Mark Jones 319- 286 -5897 48,000 + • County Waste & Disposal Gil Houck 518- 877 -7007 30,000 + Deffenbaugh Industries Terry Garriston 402 -731 -3333 51,000 + • I Denver, City of Julie Klein 720 - 865 -6805 105,000 + Grand Rapids, City of Leslie Kohn 616- 456 -3130 31,000 + Green Waste Recovery Colin Beall 408 - 283 -4820 32,000 + i Groen Waste Services Robert Clott 708 - 597 -8650 30,000 + Hempstead, Town of Martin J. Carroll 516 - 481 -7110 30,000 + Hollywood, FL, City of Wade Sanders 954 - 967 -4200 40,000 + • Los Altos Garbage Bill Jones 415- 988 -7259 43,000 + • Manchester, City of Joanne McLauglin 603- 624 -6444 30,000 + Metro Waste Authority Beth Shonts 515- 323 -6525 30,000 + • Minneapolis, City of Susan Young 612- 673 -2433 89,000 + Skokie, Village of Mark B. Willing 847 - 933 -8271 30,000 + Solid Waste Authority Collin Cassidy 561- 640 -4000 177,000 + South Valley Disposal Linda Kenned 415 - 330 -1108 30,000 + . Texas Disposal Systems Rich Lauck 512- 243 -4100 31,000 + • Tidewater Fibre Corp. Michael Benedetto 757 - 222 -2173 48,000 + • Trinity Waste Services Tom Sellers - 972 - 422 -2341 • 66,000 + • Vacaville Sanitary Larry Kettle 415 - 330 -1169 32,000 + Waste Mgmt -Grass Valley, CA Gordy Haley 916 - 274 -3090 30,000 + Waste Mgmt- Londonderry, NH Pat Winn 603 - 437 -3317 47,000 + ' Waste Mgmt -St. Louis Metro Chris Drier 800 - 989 -2783 30,000 + • • . -t,p jr„ A,FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION SECTION 5— ATTACHMENTS LIB Number 10-0810 - --...--- .... Recycle Container Layout Sheet 'Customer mune: _ . Side HA" _ Lake County, FL \ ...0091,1..7.7": j f : vre. is, -,, , 1 , . - . la —715716 I n r a cf # / a _ Quunt tty 3,500 gox Side "B" YELLOW Colour -577 r--- srj. C Q — 4 0 Pm t, 1 tif Lo Co t lo e ur No. tt: , et. I ! . i , Other It) No. CVO" Letdown .... --....1 , . 1Print V nio , t NONE j 'colour GREEN .. tivinbei _______ E: „,..,IY Toll tt lc") ANK 1 Horde — SID Imerts It Sid j — Drain . tibias tr. 0 . g Ltd 11 P rnbor: -- 110 — NE - t „ _ Insert: STD .7 ,. Signaturo ili data Plearan sign to approva Ilia artwork Spacial rrtatruct tore --- • "If GREEN PRINT 444 _ . .. _ Moto that any largo woos o hot otampang can result In hub big or flakiirFaThrertroop Plow, ., to ..‘ b... k to (005) 4b1 9977 23 Color Chip Sample Please contact us if you would like to see additional . color chip samples. `41 o e r mpa Since 1913 REHRIG PACIFIC COMPANY • PM21518 1% RB YELLOW, • YE03 • • • • `* .' ! / l : :°� t.." °o' o 0 0 { • ,, J t p t � \QQ •., r N r, y '.: ' - P.:: t «°C; N x , 0 U N O '4 _1 , r n rn in - _ • > -CIJ .= O ' " = ei y ; "' U ..� F . J. i' , ., , �x, ? 1 rabw (} a O +` . J ? 1 Oro A y . _ y0.tf)' O - -0 y— .<, i F C n pt m " u L — a+ F 0 - , Q ";:t,: - U p U o ; U 1:0 h : s e AT i P n AT:: G c ii ', `:.. I- , 1. U a ■ *“ 0 k. ,- • . J4 -'] V i LAK COU NTY FLORIDA MODIFICATION OF CONTRACT 1. Modification No.: 1 Effective Date: May 18, 2011 3. Contracting Officer: Roseann Johnson Number: (352) 343 -9765 4. Issued By: Procurement Services Lake County Administration Building 315 W. Main St., Suite 416 Tavares, Florida 32778 -7800 2. Contract No.: 10 -0810 Effective Date: May 18, 2010 5. Contractor Name and Address: Rehrig Pacific Company 7452 Presidents Drive Orlando, Florida 32809 Attn: Lisa Perkins, Municipal Contract Mgr. 6. SPECIAL INSTRUCTIONS: Contractor is required to sign Block 8 showing acceptance of the below written modification and return this form to address shown in Block 4 within ten (1 Q) days after receipt, preferably by certified mail to ensure a system of positive receipts. Retain a photocopy of the signed copy of this modification and attach to original of contract, which was previously provided. 7. DESCRIPTION OF MODIFICATION: Modification to extend contract twelve (12) months expiring May 31, 2012 per all terms and conditions contained therein. 8. Contractor's Signature REQUIRED Name: � ,P. 1 -1 Lisa Perk Title: Date Municipal Contract Mana April 20, 2011 10. Distribution: Original - Bid No. 10 -0810 Copies - Contractor Contracting Officer 9. Lake County, Florida \ By: Senior Contrac Officer oZl .20 Date P.O. BOX 7800.315 W. MAIN ST., TAVAREiS, FL 32778 • P 352.343.9839 • F 352.343 -9473 Board ofCounly Commissioners • wwtiv.lnkecotmly,/l.gov JENNIEER HILL SEAN M. PARKS,A1CAQEP JIMMY CONNER LESLIE CAMPIONE WELTON G. CADWELL District I District 2 District 3 District 4 District 5