Loading...
2010-38 el ®�, SID s", • LAKE COUNTY FLOR,.DA MODIFICATION OF CONTRACT I . 1, Modification No.: 3 2. Contract No: 08 -0802 Effective Date: March 1, 2010 Effective Data February 11, 2008 3. Contracting Officer;.Roscann Johnson 5. Contractor Name and Address: Telephone Number:5352) 343 -9765 Bee Saf Tee Fire Equipment 32811 CR 473 4. ,Issued By Leesburg, .Florida 34788 • Procurement Services Lake County Admittiatrarion Building ,Atm: Linda Bodnar • - 315 St.,-Suite. .1C - - - -- Tavares, Florida 32778 -7800 . , . 6. SPECIAL INSTRUCTIONS: Contractor is requited to sign Block 8 showing acceptance of the below written modification " and es_ j. is f. rtt address shown 'r 310 4i h "a't r, t &A. ;s rec,.". preferably by certified mail to ensure a system of positive receipts. Retain a photocopy of the sighed copy of this modification and attach to original of contract, i I which Was previously provided. 7. DESCRIPTION OF MODIFICATION: II To extend contract for a penod of tvielve (12) caonths expiring Pebruaxy 28, 2011 - 8. Contract &s ignaiure • R 0 RE 9. Lake County, Florida Name: rA �s�_.... B y (( Tide: tJ" flsz -4 r o Senior Contracting Officer Date I (L� 1 CD • gate . 10. Distribution: Original - Bid No. 08 -0802 Copies - Contractor Contracting Officer Depts.: Facilities Management — Chuck Deal • P.U. DOX 73(0.3151V. MAIN ST., TAVARES, FL 32773 • P 352.343.9339. F 353.343.9473 J3o ird ofCamry CmnmrssIone,- • n uv.lakccamryfi.gov JENNIFER HILL ELAINE RENICK ' )1/AMY CONNER LINDA STEWART -WELTUN G. CADWELL District.! District 2 District 3 District 4 Distrftct • • • LAKE COUNTY 1.02DA MODIFICATION OF CONTRACT 1. Modification No.: 2 - 2. Contract No.: 08-0802 Effective I>aic: March I, 2009 • L•ffchtive Date: February 11, 2008 3. Contracting Officer: Itoseann_Johnsou 3. Cuntractor•Name and Address: Telephone Number: (352) 313 -9763 - l3etsSalTec Fire Equipment 32811 CR 473 Issued By: Leesburg, 1(1. 34788 Procurement Services Lakc County Administration Building Attn: Linda I3ontar• 315 W. Main St., Suite 416 _.Tavares, Florida 32778 -7800 • • 6. SPLCI_- \L INS'1RUC PIONS: 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 (10) dams alter 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'prevtously provided. -- 7, DESCRIPTION OP MODIFICATION: • 7•o extend contract for a period of twelve (12) months expiring February 28, 2010. 5. Contractor:s.Signam at, RE • U1 ED 9. 1,ake Cciunni, Florida /} ✓ Name: Title: - Al ! ' :. -t o -tY -- - Senior Co acting Officer Date: - 1 VA, °7 , -m it Da tc` - 10. Distribution: Original -Bid No. 08 -0802 Copies - Contractor Contracting Offccr Depts.: Facilities Chuck Deal ' 0 IttX'two • i I S R;..hIAIN S P . L\4:ALS; 32778 • I' 35'_3.13 y;,19. 1- 352 7.13 -9-173 firkin/of (jovial C.mr urnr.6rknonmi/t :E NnH& llit.l. (WM. rti VICK )1 1/23Sif CON N11:1; LINDA SIt :WAItF PVLI.IOH G. CAF'W[LL Dttn ft if 3 At.b3, Di Welt/ 3 District Dish tit S 03/17/2009 15 :14 3523438417 BEE-GAF FIRE EQUIP - PAGE 02iO3 • LAKE COUNTY • rtOiili ?n MODIFICATION OF CONTRACT 1. Atodircndnn No.: t Contract No.: 08.0802 Effective Date: Miiy 15, 2(103 Rffectii'c Date: Febr nat l 1, 2003 • 3. Contrnctitg Ofatcer: Ros tun Johnson, CPPB, CPirf 5. Contractor Name and Address 'J ckphouc Nnmbct: (352) 343 =9765 Bee hi' Tee Fire Equipment • _ 32811 CR 473 $ Leesburg, EL 34788 1 •h Issnect nya Procutentent Attn : Lindal3otnar Lake County Administration J3uihtiug 315 W.'dfrnt St., Suite 416 Tavares, Florida 32778 -7600 6. SPECIAL INS LRUCFIONS: Contrnctnc is required to sign Brock 8 stoning neccptencc of the helms? written rnot!i(icntion and ketttrn this fo tt to adgnms_s syn in Nock 4 n if111n ten (101 dq,+s nftcc tcccije prceernb!y by certified moil to ensure n system of positive receipts. Retain n photocopy of the s copy of this, modification and atts Chit) original of contract, which was previously pmtided. 7. DESCRIPTION OF MODIFICATION: Delete Mount Dom NN!eatth Clinic nt 17580 US Ratty 411, Meant Dorn. Florida. 7hi.; office is no longer bring used by dm Cooky. • I ,+ 8. Contractor's . S+ acme J3I ' , 9. Tike County, Florida Name , 13y: .t Title ' a { ��-/ ,(r S Se en ni ior ConuyfetiugOfliicer C i ,� — B ate IQ Distributions Original -13k1 No 08 -0302 Copies - Contractor • Contracting Officer I Deprv.: Facilities — Chid: Dcat rm. in IN 7S(nt • 1 is W. MAIN ST.,1 AVntu:s, ri, 32773 • ( +sz34? pal9 -r• )caa.t 3-9.373 M n?nfC+xdm t 'mood triamr,.• trNvtrrn 00r rt ne xt t;rurru nonmr sn\t, -01 1'6+1'6 Slnannl cen1014 c. GtaaTej a yr. ari Mort,/ a nttret, -r:: aunts(4 t)]M•t.9 • LAKE COUNTY • ti 0PA DA., CONTRACT NO. 08 -0802 For FIRE EXTINGUISHERS AND SERVICES 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 Bee Saf Tee Fire Equipment (hereinafter "Contractor ") to supply fire extinguishers and services to the County pursuant to County Bid number 08 -0802 (hereinafter "Bid "), - opening dated January 16, 2008 and Contractor's January 14, 2008 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: N/A 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 February 11, 2008 through February 28, 2009 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. � 1-e2- 1..•.- ::?cJ. } ,.s , At- Procurement Service pervisor . . Date: 't.,c-d-rda .. 9 ' • Distribution: Original -Bid File • Copy- Contractor Copy -Dave Vasquez -PW Fleet, Gary Debo -ES, Bruce Talbot -Fire Fleet, MC, Facilities - Chuck Deal Copy- Contracting Officer "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 • "f I O R I ' D A • I IIT ,',';'ION TO Y1i}!i', (l.TB) 'FIRE ExT11400tS1-3EIt AND SERVICES ITFSTRhunher: 08 - 0802 • • , - : ...--- Contract Ntmsher: : —'— ,Hssue Date: December 19, 2 Opeuirg Dtit ' 16, 2008 'e 3:00 pm Pre -Bid: " " "Not applicable ` _ _ Contractlnt;4:alc €r: Roscann Johnson ,CPPB I'AII Fi OF.CONTENTS ". SECTION I: General Terms and Conditions Pages 2 -5 SECTION 2: Special Terms and Conditions Pages 6 -13 SECTION 3: Statement of Work Pages 14 -16 SECTION 4: Pricing/Certifica6ons /Signatures Pages 17 -21 SECTION 5: Attachments Pages 22 -29 SPECII ICSOI.,ICITATION REQUIREMENTS ARE AS NOTED 1JELOt,V: Proposal and/or Performance Bond: Not applicable for this ITB Certificate of Competency /License: Not applicable for this ITB Indemnification/Insuranee:' See Section 2.8 Pre-Bid Conference /Walk =Thru: Not applicable for this ITB, At the date and time specified above, all bids that have been received in a timely manner will be opened, recorded, and accepted for consideration. The names of the bidders submitting bids will be read aloud and recorded. The bids will be available for inspection during normal business hours in the Office of Procurement Services within ten (10) working days after the official bid opening date. When counter- signed by an authorized County representative, this document and any specifically identified attachments may form the formal contract document binding the parties to all performance specified herein. • Vendors.`slanll eomplete' ana, return tile :entirety of this ITU Document, and al! other ., :i nforrientian reneested iu'this T'113 docutnent (See Provisiou,2,13). F'ni &ore to sign the bid response,- or to sebtut!'tne,bid response by the specified time and tt ito, may be chime far rejection 'of tt:e bit3.: _- -"` ~ , :NO-RESPONSE If any vendor does not want to'respdtrdta�tthis solicitation at this timeror, would (lice 'tobe removed from Lake County's Vendor List, please mark the appropriate spree, complete name below and return this page • only. - ❑ Not interested at this)intej keep our firm on Lake County's Wriciots -List for future solicitations for this product /service • Please remove our firm from Lake County's Vendor's List for this product / service. ~ , .. VENDOR Ti >ENTIFJCA t'TON � . Rants: ec �� \ C 1 l e- ;t..•t unat lr { /,.'"�J '') / °'� ,j, \/-ry ,,, "'"' R ffff \ \Y ``°' ")))) - , - ++^•. 32 23 �CJ I •E-mail A.ddre . �i =( VVV.JJY44 (tgN\ on - • ----In O . y, t r .C�. 1 SECTKC7A 1 - Gt&IWTa ltM.''.'ERR! ?i' S AND corikAF i 4S . - - - ITRS mb Nu_r: OE-oso2. - 1.1 DEFINITIONS entity, may not submit a bid on a connect with a public entity for Addenda: A written change to a solicitation. the construction or repair of a public building or public work, may Bid: shall refer to any offer(s) submitted in response to this not submit bids on leases of real property to a public entity, may Invitation to Bid not be awarded or perform as a contractor, supplier, subcontractor, or consultant under a contract with any public entity , and may not Bidden Shall reefer w anyone submitting a bid in response to an transact business with any public entity in excess of the threshold Invitation to Bid. amount provided in Section 287.017 of the Florida Statutes, for Contact: The agreement to perform the services set forth in this CATEGORY TWO for a period of 36 months from the date of solicitation The contact will be comprised of the solicitation being placed on the convicted vendor list document signed by both parties with any addenda and other C. Requeat for Additional Information attachments specifically incorporated Any communication or inquiries, except for clarification of process Contractor: The vendor to which award has been made or procedure already contained in the solicitation, are to be made in County; Shall refer to Lake County, Honda - venting to the attennon of the procurement representative identified • Invitation to Bid (111): Shall mean this solicitation document, in the solicitation no later than five (5) working days pnor to the including any and all addenda. An lTD contains w ell - defined bid opening date. Such inquiries shall contain the requester's . terms, conditions, and specifications, and is awarded to the lowest name, address, and telephone number If transmitted by facsimile, . priced responsive and responsible bidder the request should also include a cover sheet with the bidder's Modification: A written change to a contract facsimile number. Responsive Refers to a bid that contains no exceptions or The Office of Procurement Services may Issue an addendum in . deviations from the terms, conditions, and specifications set forth response to any inquiry received, prior to bid opening, which in the Invitation to But - changes, adds to, or clanfies the terms, provisions, or requirements Responsible: Refers to a bidder that has the capacity and of the solicitation The bidder should not rely on any capability to perform the work required under an Invitation to Bid, representation, statement or explanation whether wntten 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 Iasi 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 bid 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 performing under any resulting contract. acknowledge each addendum may prevent the bid from being considered for awani The County has established for purposes of this invitation to Bid D. Contents of Solicitation wad Bic:ders'.ItespnnsIbi6lies 0113) that the words "shall ", "must ", or "will" are equivalent in It is the responsibility of the bidder to become thoroughly famdar this ITB and indicate a mandatory requirement or condition, the with die 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 will not be A deviation is material if, to the County's sole discronon, the accepted as a basis for varying the requirements of the County or deficient response is not in substantial accord with this ITB's" thc amount to be paid to the vendor. mandatory requirements The words "should" or "may" are E. Restricted Discussions equivalent in this ITB and indicate very desirable conditions, or From the date of issuance of this solicitation until anal County requirements but are permissive in nature action, vendors should no discuss the solicitation or any part thereof with any employee, agent, or any other representative of 1.2 INSTRUCTIONS TO BIDDERS the County except as expressly authonzed by the designated A, Bidder Qualification procurement representative 'the only conmuMcations that shall be It is the policy of the County to encourage full and open considered penmen to this solicitation are appropriately signed competition among all available qualified vendors All vendors written documents from the vendor to the designated procurement regularly engaged m 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 Withdrawal of Bids goods and services To be recommended for award the County Changes to Bid - Prior to bid opening, a bidder may change its 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 staling that 1. Disclosure of Employment the new submittal replaces are original submital. 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 bid will be accepted 4. W -9 and 8109 Forms — The vendor must famish these forms after the bid opening date. upon request as required by the Internal Revenue Service Withdrawal of Bid - A bid may be withdrawn, either physically or ' 5. Social Security Number— The vendor must provide a copy of by written nonce, at any time pnor to the bid opening date 11' • the primary owner's social security card if the social security wMdrawn by written notice, that notice must be addressed to, and number is being used in lieu of the Federal Identification received by, the designated procurement representative pnor to the Number (F El N). bid opening date and time. A bid may also be withdrawn after 6. Americans with Disabilities Act (A D A) expiration of the specified bid acceptance penod, and prior to 7. Conflict of Interest - award, by submitting a letter to the designated procurement , 8. Debarment Disclosure Affidavit representative The withdrawal letter must be an company 9. Nondiscnmmation letterhead and signed by an authonzed agent of the bidder. 10. Family Leave. G. Conflicts within the Solicitation 11 Antitrust Laws — By acceptance of any contract, the vendor Where there appears to be a conflict betvreen the General Terns agrees to comply with all applicable antitrust laws and Conditions, Special Conditons, the Technical Specifications, B. Public Entity Crimes the Pncing Section, or any addendum issued, the order of Pursuant to Section 287 133(2Xa) of the Honda Statutes, a person precedence shall be. the last addendum issued, the Bid Price or affiliate wlio has been placed on the convicted vendor list Section, the Technical Specifications, the Special Conditions, and following a conviction for a public entity cnme may not submit a then the General Terms and Conditions. It is Incumbent upon the bid on a contract to provide any goods or services to a public vendor to identify such conflicts to the designated procurement ,. 2 SFC%1.'L lilq -p :'CEP{ERAL TERPI�v AYdD C:43ir=dk3JTr �rNS IT Numh& 08 -0802 , representative pnor to the bid or proposal response date stipulated in the solicitation. II. Prompt Payment Terms F. The bidder's performance as a prime contractor or . It is the policy of the County that payment for all purchases by subcontractor on previous County contracts shall be taken County agencies shall be made in a timely manna and that interest into account in evaluating the responsibility of a bidder that payments will be made on late payments in accordance with Fart submitted a hid under this solicitation VII, Chapter 218, Florida Statutes, known as the Florida Prompt G. The Director of Procurement Services will 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 wall not be considered in the most personnel residing within the County. determining the lowest price dunng bid evaluation Bidders are . • requested to provide prompt payment terms in the space provided 1.6 COiv T RACT EXTENSION on the signature page of the solicitation The County hos the unilateral option to extend a contract for up to ninety (90) calendar days beyond the current contract pentad In ` 1.3 PREPARATION OF ]SIDS such event, the Comity will notify the vendor(s) in wvmmng of such A. The Bid Pricing Section of this solicitation defines Uie goods extensions. The contract may be emended beyond the initial or services to bo purchased, and must be completed and ninety (90) day extension upon mutual agreement between the - submitted with 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 prior approval of the Director of Procurement Services. ' II. The bid submitted must be legible, and completed using typewriter, computer or ink. Any entry change must be 1.7 WARRANTY crossed out and initialed m ink Failure to comply with these All warranties express and implied, shall be made available to the requirements may cause the bid to be rejected County for goods and services covered by this solicitation All C. An authorized agent of the bidder's firm must sign the bid. goods furnished shall be fully guaranteed by the vendor against FAILURE TO SIGN THE RID MAY RENDER IMF, factory defects and workmanship At no expense to the County, RID NON-RESPONSIVE. the vendor shall correct any and all apparent and Intent 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 sane solicitation provided that such offer is allowable under the 1.8 CS'CI11A1'ED QUANTITIES terms and conditions. The alternate bid must meet or exceed Fsnmated quantities or dollars are for bidder's guidance only No the minimum requirements and be submitted as a separate bid guarantee is expressed or implied as to quantities or dollar value marked "Alternate Bid ". that will be used during the contract penod The County is not F. When there is a discrepancy between the unit pnces 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 slated H. Any bid received after the stipulated bid opening date and estimated quantities in the award evaluation process. Estrrnaled time through no fault of the County will be considered lute, quantities do not contemplate or include possible additional • and 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 be County be liable for payments in excess of the 1.4 CANCELLATION OF SOLICITATION amount due for quantmes of goods or services actually ordered The County reserves the right to cancel, in whole or m pan, any ' Invitation to Bid when It is in the best interest of the County. 1.9 NON - EXCLUSIVITY It is the intent of the County to enter into an agreement that will 1.5 AWARD satisfy its needs as descnbed within this solicitation. Flov,ever, the A. Award may be made to the lowest priced responsive and County reserves the right as deemed in its best interest to perform, 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 IhereoC herein descnbed in any manner it sees fit. In no case will technicalities and to re- advennse for all or any pan 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 Midge of its best interest II. When there are multiple line items in a solicitation, the 1.10 CONTINUATION OF WOitli County reserves the nght to award an an individual item Any work that commences prior to and will extend beyond the basis, any combination of items, total low bid or m expiration date of the current contract penad 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 criteria stated in the solicitation when such action is clearly current prices, terms and conditions. • necessary to protect the best interests of the County. C. The County reserves the right to reject any and all bids if it is 1.11 PROTEST OF AWARD determmed that prices are excessive or determined to be r A vendor wishing to protest any award decision resulting from this unreasonable, or it is otherwise determined to be in the solicitation shall do as set forth m the County's Purchasing County's best interest to do so Procedure Manual. It is incumbent upon the vendor to be mvate 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. received after the actual contract award date may be rejected E. Award of this solicitation will only be made to fins that satisfy all necessary legal requirements to do business with 1.12 RULES, REGULATIONS AND LICENSES the County. The County may conduct a pre-award inspection The vendor shall comply with all federal, some, and lead 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 be predicated on 1.13 SUBCONTRACTING compliance with and submittal of all required documents as Unless otherwise specified in this soliamtion, the vendor shall not 3 S.&'(7/1 )I've § xE DER,AL TE231.1.8 Nfth CONE.b„*:?'IMNS ITB Number: 03.0802 • subcontract any portion of the work without the prior written with all applicable County procedures consent of the County. The ability to subcontract may be further limited by the Special Conditions. Subcontracting without the 1.20 . TERMINATION FOR CONVENIENCE prior consent of the County may result in teminauon of the The County; at its sole discretion; reserves the nght to terminate contract for default this contact upon thirty (30) days written notice Upon receipt of such notice, the vendor shall not incur any additional costs under 1.14 ASSIGNMENT this contract The County shall be habit 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, 1Ne or Interest therein, or its shall be the sole judge of "reasonable costs" power to execute such contract to any person, company or corporation without the pnor written consent of the County. 1.21 TEIIRMINAT£ON DUE TO' UNAVAILABILITY OF FUNDING IN SUCCEEDING FISCAL YEARS 1.15 DELIVERY When funds are not appropriated or otherwise made available to Sinless otherwise specified in the solic,Iatton, pnces quoted shall support continuation of performance m a subsequent fiscal year, be F.0.13 Destination. Freight shall be included In the bid pace. the contract shall be cancelled and the eendor shall be reimbursed • • for the reasonable value of any non- recunmg costs Incurred 1.16 RESPONSI1.1II.1TY AS EMPLOYER amortized in the price of the supplies or services/tasks delivered The employee(s) of the vendor shall be considered to be at all under the convect. times its employee(s), and not an employee(s) or agent(s) of the County or any of its departments The contractor shall provide 1.22 TERMINATION FOR DEFAULT employee(s) capable of performing the work as required The The County reserves the right to terminate this contract, in part or County may require the contractor to remove any employee it in whole, or place the vendor on probanon in the event the vendor deems unacceptable. All employees of the contractor may be fads to perform in accordance with the tents and conditions stated required to wear appropriate identification. herein The County further reserves the right to suspend or debar the vendor in accordance with the appropnate County ordinances, 1.17 LNDEMI'aFICATION resolutions and/or administrative orders The vendor will be , The vendor 'shall indernnty 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 required 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 m its best interest All re- procurement cost shall be borne by We instrumentalities may incur as a result of claims, demands, suits, vendor. musts of actions or proceedings of any kind or nature arising out of relating to or resulting from the performance of the agreement 1.23 FRAUD AND MISREPRESEN CATION • by the vendor or its employees, agents, servants, partners, Any indtv,dual, corporation or outer entity that attempts to meet its principals or subcontractors The vendor shall pay all claims and contractual obligations with the County through fraud, losses in connection therewith, and shall Investigate and defend all misrepresentation or material misstatement, may be debarred for claims, suits or actions of any kind or nature in the name of the 1' 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 altomey's fees which may be corporanon or entity with such vendor held responsible for all incurred thereon The vendor expressly understands and agrees direct or indirect costs associated with termination or cancellation, that any Insurance protection required by this Agreement or including attomey's fees otherwise provided by the vendor shall in no way limit the responsibility to Indemnify, keep and save harmless and defend the 1.24 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 1.10 COLLUSION indirectly to this Agreement at irs place of business during regular Where two (2) or more related parties, as defined herein, each business hours The vendor shall retain all records pertaining to submit a bid for the same contract, such bids shall be presumed to this Agreement and upon request make them available to the be collusive The foregoing presumption may be rebutted by the County for three (3) years follohnng 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 indinxt ownership Interest in another bidder for the saute contract or in which a parent company 1.25 PROPRIETARY/CONFIDENTIAL INFORMATION or the principals thereof of one bidder have a direct or indirect Bidders are hereby notified that all information submitted as part ownership interest m another bidder for the same contract of, or in support of bid submittals will be available for public Furthermore, any pnor understanding, agreement, or connection 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 Law." The bidder should a bid for the same matenels, supplies, services, or equipment shall not subrmt any information in response to this sohotation which also be presumed to be collusive. Bids found to be collusive slwll the bidder considers propnetary or confidential. The submission of be rejected. Bidders which have been found to have engaged in any information to the County o 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 debated, and any contract resulting from collusive release of the submitted mfomation unless such information is bidding may be terminated for default exempt or confidennal under the Public Records Act • 1.19 MODIFICATION OF CONTRACT' ` - • '1.26 CONTRACTING WICII COUFITY EMPLOYEES Any contract resulting from this solicitation may be modified by Any County employee or nmember'of his or her immediate farmly mutual consent of duly authorized parties, in venting trough 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 pnor to submittal of a response or application of any type to 4 • & C :GJON' -• P'xa;' }l:t ' l- f #1.tCONl'..1lttJf'd''; '`ITB Number: 08 -0802 Set:finn 7,. i:' Purpose The purpose of this solicitation is to establish a contract- for, on'°site- fire extinguisher inspection, maintenance and repair services in conjunction with the County's needs. Section 2.2: Designated Procerecrent 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 bid opening date. Roseann Johnson, CPM, CPPB, Procurement Services Supervisor 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: rjohnson @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 Department of Procurement Services. Section 2.3: of Arenrd in the Cuufafy's lest interests As the best interests of the County may require, the County reserves the right to make award(s) on a lowest price basis by individual item, group of items, all or none, or a combination thereof; with one or more suppliers; to reject any and all offers or waive any minor irregularity or technicality in bids received. Section 2.4: Site Visits . The vendor may wish to visit the sites on the attached facility location listing. For any site visitation an appointment must be made with a Facilities Maintenance representative. Please call 352.343.9760 for an • appointment. This is not a mandatory requirement. Scetidn Term of 'Contract- TitIvc (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 Department of Procurement Services; and contingent upon the completion and submittal of all required pre-award documents. The initial contract term shall remain in 6 • SEC'3 - :it'f.+,�'Ji�±.'i.,' ??�,RI. x, ^ wi1'dy) t,0t'- fi §I. S - !TB Thant r: "08 -0802 effect for twelve (12) months, and then the contract will remain in effect until completion of the expressed and /or implied warranty period. The contract prices resultant from this solicitation shall prevail for the - full duration of the initial contract term unless otherwise indicated elsewhere in this document. Se.tioq 2,6.1: Option' to Renew for sir. (6) Ariditinnal Years) (With yrice Adjustr}ent) Prior to, or upon completion, of the initial teen of this contract, the County shall have the option to renew this contract for an additional six (6) one (I) year period(s). Prior to completion of each exercised contract teirn, the County may consider an adjustment to price based on changes as published by the U.S. Department of Labor, Bureau of Labor Statistics (uilt; /:.:<< �:�. Wage, Earnings and Benefits Calculators. It is the vendor's responsibility to request in writing any pricintadiustnnent under this provision. For any adjitstntent to commence on the first day of any exercised option period, the vendor's written request for adjustment should be submitted prior to expiration of the then current contract term. The vendor adjustment request must clearly substantiate the requested increase. The written request for • adjustment should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period shall not be considered. The County reserves the right to reject any written price adjustments submitted by the vendor and/or to not exercise any otherwise available option period based on such price adjustments. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a County prerogative, and not a right of the vendor. This prerogative will be exercised only when such continuation is clearly in the best interest of the County. Section 216:2: Price Ltedele. n:.taaii,a,- )Feci If the retail price of fuel increases by ten percent (10 %) or more from the price of gasoline as published by the Oil Price Information Service (OPIS) Itinr:_r. __. i n for unleaded gasoline, Florida PAD 1, Orlando, on the beginning date of the contract, the contractor may petition the Procurement Services Director (Director) for an increase in the contract price(s). Any increase in the contract price(s) will be the pro -rata cost of fuel to the contractor's total cost of the product or service. • [example: if the cost of fuel increases by twelve percent (12 %) and the fuel cost accounts for ten percent (10 %) of the cost of the product or service, then the contract price may be increased by one - point -two percent (1.2 %)]. • The contractor shall provide a complete written cost analysis for each contract price to be adjusted. This analysis shall include all costs including administrative, overhead, material(s), labor [labor units per price and actual documented labor cost per hour], fuel, insurance, profit, and any other cost associated with providing each product or service. Failure to provide the detailed cost analysis with each request for a price redetermination due to fuel price escalation shall preclude any such price redetermination. The contractor shall be solely responsible for providing documentation on the OPIS prices. If the Director grants an increase in the contract price based upon increases in fuel prices, then the Director may also automatically adjust the contract price downward if the cost of fuel decreases by ten percent (10 %) or more from the date of the last increase in the contract price. This clause may be used in addition to any other price redetermination clause in this invitation. SECTION 2 — SPF;CIAL, iU'WS'AHD CONDITIONS :.; . ITB Number: 08 - 0802' Section 2.7:°IYdih0 oVPayes :eut•Periiodic for.ericeRendered The County shall provide periodic payments for services rendered by the vendor. In order for the County to provide payment, the vendor shall submit a fully documented invoice that provides the basic information set forth below. The invoice shall be submitted to the appropriate County department within thirty (30) calendar days after the service has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a County representative has reviewed and approved the service. 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 proscribed manner will delay payment, and the vendor may be 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. Section 2.5: insurance Each vendor shall include in its solicitation response package proof of insurance capabilities, including but not limited to, the following requirements: [This does not mean that the vendor must have the coverage prior to submittal, but, that the coverage must be purchased and in place prior to a purchase order or contract being executed by the County.) A certificate of insurance indicating that the awarded vendor has coverage in accordance with the requirements of this section shall be furnished by the vendor to the Contracting. Officer within five (5) working days of such request and before any work begins. The vendor shall provide and maintain at all times during the term of any contract, without cost or expense to the County, policies of insurance insuring the vendor against any and all claims, demands or causes of action whatsoever, for injuries received or damage to property relating to the performance of duties, services and/or obligations of the vendor under the terms and provisions of the contract. Such policies of insurance shall insure the vendor in accordance with the following minimum limits: General Liability insurance on forms no more restrictive than the Latest edition of the Commercial General Liability policy (CG 00 01 or CG 00 02) of the Insurance Services Office or equivalent without restrictive endorsements, with the following minimum limits and coverage: Each Occurrence /General Aggregate $1,000,000 Products- Completed Operations $1,000,000 Personal & Adv. Injury $1,000,000 Fire Damage $50,000 , Medical Expense $5,000 Contractual Liability $300,000 Automobile liability insurance, including owned, non - owned, and hired autos with the following minimum limits and coverage: 8 • • SEc::'1FON'f _ S ?NCfiALL'3 1 [,HS AND CONT)iTU' 6!'dC ITt3 Numb,r :08 0802. Combined Single Limit $300,000 or Bodily Injury (per person) $100,000 (per accident) • Property Damage $100,000 Workers' compensation insurance based on proper reporting of classification codes and payroll amounts in accordance with Chapter 440, Florida Statues, and/or any other applicable law requiring - workers' compensation (Federal, maritime, etc): If not required by law to maintain workers compensation insurance, the vendor must provide a notarized statement that if he or she is injured; he or she will not hold the County responsible for any payment or compensation. 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 the general liability policy. Certificate(s) of insurance shall provide for a minimum of thirty (30) days prior written notice to the County of any change or cancellation of the required insurance. Certificate(s) of insurance shall identify the contract 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 BOARD OF COUNTY COMMISSIONERS. P.O. BOX 7800 - TAVARES; FL 32778 -7800 The vendor shall be responsible for subcontractors and their insurance. All deductibles or self - insured retention 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 deductible or self - insured retention; or the vendor shall be required to procure a bond guaranteeing payment of losses and related claims expenses. All insurance companies must be authorized to transact business in the State of Florida. The County shall be exempt from, and in no way liable for, any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the 'vendor and/or subcontractor providing such insurance. Failure to obtain and maintain such insurance as set out above will be considered a breach of contract and may result in termination of the contract for default. Neither approval by the County of any insurance supplied by the vendor, nor a failure to disapprove that insurance, shall relieve the vendor of full responsibility of liability, damages, and accidents as set forth herein. Section 2t9 Shipping Terns, F.0.1.3: f`seskiu:ttion 9 SEQ'k'fON? —SPECIAL TERMS ^ti;I:4IP 'Sv +1 °:u . /TB Number: 08 - 0802 All vendors shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative.' " Section 2,1YC:. AceeptanCe a Profit :0..; or Service3 The product(s) delivered as a result of an award from this solicitation shall remain the property of the contractor, and services rendered under the contract will not be deemed complete, until a physical inspection and actual usage of the product(s) and /or service(s) is (are) accepted by the County and shall be in compliance with the terms herein, fully in accord with the specifications and of the highest quality. Any product(s) and/or service(s) procured as a result of this solicitation may be tested for compliance with specifications. In the event that the product and/or service is found to be defective or does not conform to the specifications, the County reserves the right to terminate the contract and return product to the vendor at the vendor's expense. The County will not be responsible to pay for any product or service that does not confonn to the contract specifications. Any defective product or service or any product or service not delivered or performed by the date specified in the purchase order or contract, may be procured by the County on the open market, and any increase in cost may be charged against the awarded contractor. Any cost incurred by the County in any re- procurement plus any, increased product or service cost shall be withheld from any monies owed to the contractor by the County for any contract or financial obligation. Section 2.11: Work Acccp£rince This project will be inspected by an authorized representative of the County. This inspection shall be performed to determine acceptance of work, appropriate invoicing, and warranty conditions. • Section 2:12: Warranty The vendor agrees that, unless expressly stated otherwise in the bid or proposal, the product and/or service furnished as a result of an award from this solicitation shall be covered by the most favorable commercial warranty the vendor gives to any customer for comparable quantities of products and/or services and the rights and remedies provided herein are in addition to said warranty and do not limit any right afforded to the County by any other provision of this solicitation. Section 2.13.1: Delivery of Solicitation Respo • 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 (Fed -X, 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 Department of Procurement Services. To be considered for award, a bid or proposal must be received and accepted in the Procurement 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 and title. Ensure that your 10 sECfON 2 - 'SPECLAL' ERRS AND CONDITIONS ITB Number: 08 -0802 bid or proposal is securely sealed in an opaque envelope/ package to provide confidentiality of the bid or • proposal prior to the solicitation closing. If you plan on submitting your bid or proposal IN PERSON, please bring it to: LAKE COUNTY PROCUREMENT SERVICES 315 W. MAIN STREE 1 4T1-1 FLOOR, ROOM 416 TAVARES, FLORIDA If you submit your bid or proposal by the UNITED STATES.i'OSTAL SERVICE, (I1 please mail it to: LAKE COUNTY PROCUREMENT SERVICES PO BOX 7800 TAVARES, FL 32778 -7800 If you submit your bid or proposal by a THIRD PARTY CARRIER such as Fed -X, 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 (e -mail) will not be accepted. • Section 2,13.2: Completion Requirements for.tnvitition to Bid The original bid and two (2) complete copies of the bid submitted by the vendor shall be sealed and delivered to the Department of Procurement Services no later than the official bid opening date and tine. 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 correction 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. COMPLETION OF BID PACKAGE: The vendor shall complete all required entries in Section 4 of the bid form such as, but not limited to, pricing pages, signature, certifications, references, and acknowledgement of any solicitation addenda. The vendor shall submit the entire solicitation with all Section 4 entries completed in the number of copies specified to the address specified in provision 2.13.1 of this solicitation. The vendor shall also submit any supporting documents (to include proof of insurabilility 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)." Do not indicate bid prices on literature. 1I S}UCf'fgld 2 -- SPii C1Af, T 3HJVJS AND CONDITIONS ITB Number: 08 - 0802 Specific Completion Directions: n Pricing shall include travel required to awe from respective belittling sites.. Vender pricing shall include all of the vendors overhead, including, tent not limited' to, trip charges and mileage. Only the costs of the inspection, maintenance, repair, recharging, parts and new extinguishers will be paid under the contract. n Pricing shall be completed by filling in the unit price and then the extended pricing. n Initial and date in BLUE' INK the appropriate space(s) for each addendum you received for this 1113. n Insert any prompt payment discount that you will offer. Note payment is NET 30 DAYS otherwise. n 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. n Complete the vendor information, and sign the bid (IN BLUE INK) in the spaces provided in Section 4 of the solicitation. n If insurance is required, submit either a certificate of insurance, or evidence of insurability, that is in • compliance with the stated insurance requirements. n Copies of licenses and permits Section 2.14:..Additionel Facilities may be Added Although this solicitation and resultant contract identifies specific facilities to be serviced, it is hereby agreed and understood that any County department or agency facility may be added to this contract at the option of the County. When required by the pricing structure of the contract, vendor(s) under this contract shall be invited to submit price quotes for these additional facilities. If these quotes are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. The additional site(s) shall be added to this contract • by fomml modification. The County may determine to obtain price quotes for the additional facilities from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the County's discretion. Ns■(Yl E. The tineuisher locauons ate shown on AuaLhment A. Section 2.15: Compliance with Federal Standards All items to be purchased under this contract shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). Section 2.16: Deletion of Facilities • 1 2 SECTION 2 —"SPECIAL TERMSS AND CONDITIONS !TB Number: 08 -0802 • Although this solicitation identifies specific facilities to be serviced, it is hereby agreed and understood that any County department or agency may delete service for any facility (ies) when such service is no longer required during the contract period; upon fourteen (14) calendar days written notice to the vendor. Section, 2.17: Contractor • The contractor shall assign trained, licensed technician(s) to provide the services identified in the Scope of Service. The technicians shall have the appropriate service manuals, proper type of tools, recharging materials, lubricants, expellants and the manufacturers recommended replacement parts. Section 2.18:- Later, Materials, and Equipment shalt be supplied by the Vendor Unless otherwise stated in this solicitation the vendor shall furnish all labor, material and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications, such materials and equipment shall be of a suitable type and grade for the purpose. Section 2.19: Licenses, Permits and Fees The vendor shall obtain and pay for all licenses, permits and inspection fees required for this project; and shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein. Damages, penalties and/or fines imposed on the County or the vendor for failure to obtain required licenses, permits, inspection fees, or inspections shall be borne by the vendor. Section 2.2fti Limited Contract Extension to ltdaintain Servpse Levels • It is hereby agreed and understood that this contract may be extended for an additional thirty (30) day transitional period after the stated expiration date of the contract including any contract extensions exercised under the initially established option period terms of the contract. During this transitional period the vendor agrees to continue the same or a reduced level (if such reduction is mutually agreed to and appropriately documented) of service to the County at the same prices while the new contract, also in force, is being mobilized. If the vendor is supplying equipment in conjunction with this contract, the vendor agrees to retain the equipment at the designated County premise for an additional thirty (30) calendar days after the current expiration of the Contract; at which time the equipment shall be removed from the premises. The vendor shall be allowed to invoice the affected County department for this additional period on a pro-rated basis. Section 2.21: Material Safety Data Sheet (111SOS) It is a vendor responsibility to ensure that the County has received the latest version of any MSDS • required by 29 CFR 1910.1200 with the first shipment of any hazardous material. Also, at any time the content of an MSDS is revised, the vendor shall promptly provide a new MSDS to the County with the new information relevant to the specific material. Section 2:22: Minimum Wages 13 SECf1ON2 - SPECIAL, TERMS AND CONDITIONS 'TB Number: 08 =0802 Under this contract, the wage rate paid to all laborers, mechanics and apprentices employed by the vendor for the work under the contract, shall not be less than the prevailing wage rates for similar classifications of work as established by the Federal Government and enforced by the U.S. Department of Labor, Wages and Hours Division, and Florida's Minimum Wage requirements in Article X, Section 24 (0 of the • ' Florida Constitution and enforced by the Florida Legislature by statute or the State Agency, for Workforce Innovation by rule, whichever is higher. Seaton 2.23: 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 be 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 2.24: County Boras of Operation The County hours of operation are from 8:00 A.M. to 5:00 P.M. Monday through Friday. The County is closed on Saturdays, Sundays, and approved holidays. These holidays are New Years Day, Birthday of Martin Luther King, Jr., Presidents Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Day after Thanksgiving, and Christmas Day. • Section 2:26 insiieetiun /i}(taintenaace Tags When existing inspection tags are replaced, the contractor shall attach labels or tags approved by the State Fire Marshall imprinted with the vendor name, address, telephone number, and month and year maintenance was performed on each extinguisher. All inspection tags replaced are to be all weather type tags. This tag shall identify the person performing the service, indicate if recharging was performed, and show the date the test was completed, per NFPA 10, latest revision. At the time of maintenance the tamper seal of rechargeable fire extinguishers shall be removed by operating the pull pin or locking device. After the applicable maintenance procedures are completed, a new tamper seal shall be installed. • 14 • • • SECTION 3 STATEMENT OF 'MEV, ITB Number: 08 - 0802 SCOPE OF SERVICES The purpose of this solicitation is to establish a contract for on site fire extinguisher service. There are various sizes and fire extinguisher types and quantities to be covered under the contract. This service will consist of inspections, testing, recharge, and repairing of fire extinguishers and inspection of fire hoses. This is to include, but is not limited to; providing all labor, materials, tools, equipment, incidentals, and related items as well all supervision required during the time period covered by the contract for 'various County buildings. The contract will also cover all fire extinguishers in County vehicle. Listings of County facilities (Attachment 2) as well as the contact information for the County's fleet (Attachment 3) are in Section 5 Attachments. General: L The contractor shall make an annual inspection of each fire extinguisher unit and perform any necessary maintenance, repairs, testing and recharging of each fire extinguisher unit in accordance with standards promulgated by the National Fire Protection Association (NFPA . pamphlet 10, as amended) and any County or State of Florida's Fire's rules, regulations or ordinances. • Annual Inspections shall verify that each fire extinguisher is fully charged, operational and advise if hydrostatic testing is needed. Pressure gauges shall be in operable range. Nozzles, discharge valves and hoses shall be unobstructed and lock pins and dated tamper seals in place. Inspections shall also determine if: • The extinguisher is in the designated place • • Access to or visibility of extinguisher is not obstructed • Any seals or tamper indicators are not broken; those without seals or indicators should be lifted or weighed to determine if they are full • The extinguisher has not been physically damaged • The extinguisher does not have any other obvious defects • The maintenance record tag is up to date 2. The contractor shall respond to normal calls within twenty four (24) hours of request and within four (4) hours for an emergency service call. 3. All known deficiencies affecting the fire extinguishers efficiency at arty location shall be identified and reported in writing to the County's authorized representative at the location of work being performed. 4. No work to correct any deficiencies affecting the fire extinguishers is to be done without the County's authorized representative written approval. 5. If it should become necessary to remove a fire extinguisher from a building or a vehicle, the contractor shall provide a replacement fire extinguisher for the duration of the lime the contractor has possession of the County's fire extinguisher (s) at no charge to the County. 6. The contractor shall document on his invoice (s) the department/division /section name and building or vehicle where the fire extinguisher in question is located and show the serial number on the invoice. 15 • SECTION i -- STATEMENT Oki; WOW!: ITB Number: 08 - 0802 7. The contractor shall have current Fire Extinguisher permits for their technicians as well as a Fire Equipment Dealer License issued by the State of Florida. Copies of these permits and license must be included with your bid response. Service Requirements: 1. Vendor shall recharge dry chemical fire extinguishers if gross weight is less than the manufacturer's recommendations. 2. Halon type fire extinguishers shall be filled only at the request of the County. The County may decide to replace this type of unit rather than refill. If requested by the County the contractor . shall recharge the Halon type units if pressure loss exceeds the manufacturers operable range adjusted for temperature. 4. The contractor shall provide a hydrostatic test on each portable fire extinguisher as required by NFPA 10 -1984, Table 5A, latest version. 5. The Contractors technicians shall perform maintenance of portable fire extinguishers in accordance with the manufacturers published service procedures, using only refill agents listed on the container and/or as recommended by the manufacture. The contractor shall not perform maintenance on any fire extinguisher if the contractor determines the cost of such repairs will exceed fifty (50) percent of the current manufactures' pricing for the same type unit with the same size capacity. • 6. The contractor shall furnish all repair and replacement parts including but not limited to lock puns, nozzles, valves, seals, o- rings, nitrogen cylinders, extinguishing agents, hoses and adapters. Those parts furnished shall be matched to the manufacturer's published requirements. Instruction labels are to be replaced as needed during inspections. 7. All recharging shall be performed by the contractor in compliance with manufacturer's authorized • recharging procedures when regular or multi purpose dry chemicals are recharged. 8. Recharge checklist: a) .Discharge remaining dry chemical from canister. b) Remove valve from canister. c) Remove valve stem, siphon tube and spring from valve body. d) Clean all parts along with valve body thoroughly removing all packed dry chemical from vital areas. e) Refill canister with correct dry chemical to eliminate lumped, caked and damp dry chemical, noting possible improper past recharging agent used. f) Examine "0" rings for wear and size and replace when necessary. g) Lubricate all "0" rings, sealing surfaces, and moving parts. • h) Reassemble valve. i) Replace valve into canister and pressurize to correct operating pressure using moisture trap with nitrogen. j) Submerge entire canister into water to check for any possible leaks. ' k) Replace nozzle or hose assembly, seal valve and tag extinguisher showing date and type of extinguisher with a State Fire Marshall approved tags. 16 . ' thy. T QkPd TATI.I €?.TmTT OF WORK ITB Nntnbar: 08 - 0802 • • Scheduling: I. Annual inspections shall be performed at a date and time consistent with pre established schedules. Each site inspection shall be scheduled with the County representative at least five working days in advance of any inspection date. • 17 'SECTION 4 —T lelIC!NG/ C1521"111/12.4:111.0118./ S ggiGI IM(IME,1; ITO Nwribe 03 - 4802 VIE 'TITLEi FILE EILTINGtUISI1 'i W; T i> SERVICI..,W NOTES: o 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. o 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 1 of this solicitation. • Each price offered in your bid shall be a firm -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. - P tICI1dG SECTION Item Estimated Unit Extended_ No Item Description-Group One - Inspection -Unit Quanta Price Price I. Inspection of fire extinguishers (all sizes and Ea 1155 $ f , 17 types for all County facilities and vehicles) Total Grou One . 7.. °Iw. $r Item Item Description-Group Two- Outright Estimated Unit .Extended No Purchase of Fire Extinguishers Unit Quantity, Price Prise 1. New Extinguisher, 5 #, ABC Ea 10 ,$!(, < Manufacturer: / :k, tn , ./. ; Model: 5/: /1.:: 2. Mounting Bracket for Vehicles (5 #) Ea . . 5 - ' $ ::' r $ 3. New Extinguisher, 10#, ABC Ea 10 $ {;, ,;11 ■anufacturer: li IS, Model: 1 , , H [, ; 4. Mounting Bracket for Vehicles (10 #) Ea 5 $, r , - $ Total ?min $ /='G 18 • ' .S TA:ItION 4 - Pl$I11C ZINC/ Ck:J`k7i'LThJ CKITIOPFi( SII&IJ/' i UragS r ' /4d.';aber 08 0802 Item = Item Description -Group Three - Recharge of Estimated Unit.' Extended: No .Fire Eztin ishers Unit Quahth Price Price 1. 2.5# D Chemical ABC Rated ' f 2 $ :._;` $ 't: 2 5# D Chemical BC Rated Ea $ $ : : ` ® 3. 5 #D Chen Ea $'' $ ;/. 4. 10# D Chemical BC Rated 5.: 5 #Halon et//., f . , fl Una $ 1.1 6 9# Halon h ,/,',-: h ._ ea MOM $_ 4' - $ . 1. 20# 0 Chemical BC Rated Ea ell $ 2": $ ' :; 8. 20 #D Chemical ABC Rated Ea Illell $ / %-' -: $ 9 5# Carbon Dioxide Ea 2 ' $ ';< $ ' 10. 10# Carbon Dioxide Ea 2 $ 1 , ; ` $ : r '- " 11. ' 15# Carbon Dioxide, ' WON $ -`w - $ ': -` 12. 20# Carbon Dioxide . Ea 2 $ ;:»s`;• $ :/ ' 1 3. Water Pressure TJoe . Ea 2 : $',"' ` ' $ 1C 14. Hydrostat Testing of2.5# 50# Carbon - Ea 2 $..,!' ''. " -$ Dioxide Fire Extinguishers Hydrostat testing of Dry Chemical (all sizes) Ea 2 $.: ? W $ '{ ✓ "� au Fire Extin: ishers Replacement Part -Valve Stem, Ea ' ' $ *-c?' $ ; L 17. Replacement Part - O -Rin Ea . 2 $,,,,..±2..;, $ 1 8. Re .lacement Part — Pull Pins Ea $$ 19. Replacement Part — Gaul e Ea $ $ 20. Ref Iacement Part —Horn Ea 2 $ $ !; 21. Re.lacement Part — Handle Ea 2 $ t.. ' " 22. Replacement Part —Hose Ea 2' _ Total Grow. Three $ ; t' 19 5 �'';! ttOit4- PRICING /.CTfflBMC'AT!ONS/ s}KGT4A.1UMS nil Number: 02 -0802 Total WA Group Gue Tetn6 Shl GM3E3 TVA) TWA!! flu1 Group Three Total MA (AR Group) Sore i :catia®: :, I IL ' ., 'rIee t08 sutdcst to wsr:6ation for a`- drays NamertelophazteJCelhi ar/&aSSI of Mier a cy CestEct: 9R'srsPor Aziotnaeo: 20 SEC HIGN 4 -4 PI3UCMGICERTI VICAfl(DNS/ SIthigl tURPS ITL%Thaubcc O& 0802 ACiaZOVILEribETSITIF 01? ADBF 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 #1, Dated: Addendum #2, Dated: Addendum #3, Dated: • Addendum #4, Dated: Part II: No Addendum was received in connection with this 1TB. 21 SI !CIAO Nt'e1— PRICING/ Cfr1'I d'f "i[CAIIIOI Ws1 SIGNATURES. . ITS Number 08-0302 £?p SS ijj '9'lsts Bid the Bidder P,tteats nod Ccr ill; 33 TLnt: o 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. o The bidder hereby certific3 that it understands all requirements of this solicitation, and that the undersigned individual is duly authorized to execute this bid document and any cenirtict(s) and/or other transactions required by award of this solicitation. • Additional Certifications Inquiring Cetup?edCe•.a: Purchasing Areetuenfs with Otter Gove_rampzt Agwri This section is optional and will not affect contract award. If Lake County awarded you the proposed contract, would you sell under the some terms and conditions, for the same price, to other governmental agencies in the State of Florida? Each governmental agency desiring to accept to utilize this conttact,shall be responsible for its own purchases and shall be liable only for materials or services ordered and received,by it: ❑ Yes • 014o (Check one) Certification Regarding Felony Conviction Has any officer, director, or executive of the bidding entity been convicted of a felony during the past ten (10) years? ❑ Yes J No (Check one) Conflict of Interest Disclosure Cerflt cation Except as listed below, no employee, officer, or agent of the firm has any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with this project; and, this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same services, and is in all respects fair and without collusion or fraud. Exceptions: • General Vendor IInfortitation and Proposal Signature: • Firm Name: +' r�< ..` �r ; "r "c:, , .S•,,,, . StreetAddress: t ' ''! " ,�. . .. >U:�+'. ; / .:i: t CI �'. Mailing Address (if different): Telephone No.:. 1 >:21 y =` k Fax No: (- . 1'•: _ ..'; ' E-mail: r;':•': ..., , :" FEIN No. t, `r -' , ' j ` i' Prompt Paytnent.Terms: % "j ' days, net Signature: '?' t � (! Date: , / r.a Print Name: ,e ( ! + ..: :, _ - Title: °.?' . "-r (. • 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 nwnrded an: .t Sole vendor ❑ Pre - qualified pool vendor based on price ❑' Pre - qualified pool vendor (spot bid) ❑ Primary vendor for items: • ❑ Secondary vendor for items: ". ❑ Other status: . . SiSignature ofatdu}rized County ° o ^ ff r � ic ' ial: '" „&..:;..,t.s C h --.*i s:' =, »Date:.- : .- `�-- ;✓ 8'.__ . •. Printed name: '( 4,6e'li eV 'a„J�,3l'j T / e4d`entei Senile u V.::25+r;` Purchase Order Number assigned to this contract for billing purl) oses: ;4- 1/401' - • _ - • • • 22 • • • SECTION 5 — ., r HAIENTS ITB Number: 08 -0802 T E { F i OL O N ' I JG i C 2 I J M I E N T S Ad E AT117)criED Attachment 1: References Attaclunest 2: F teilities Iocatioh tistk AUncluiicnt 3: Vchicie location in;orm:diet1 eiieett • • 23 . . „ . . . snc...iii0r4 5— ATTACittiVik,T41113 HP; Nerfe cr.. OD ..,.. , .,. .... . . . REKenitui".10ES Attachment .1 w.„--.--,...-- _ . La 'i 'I( ... . ( / b.; t .. '; ' ' ■ ,`' ?! • , . ".': .:. , ' I . . . . • ' . . ,. . . . ' • i Contact PeISOIr [ ; , !. ) y I . ••••• , . • . . ! . • . . - • Telepbone . .-......-.....--, !, , , ! . Dais) of "' " 1 . ... . . . : • , . , .. . . _ ype of . - . • , . . . „, . , . , . . .. . . -...=,-,,.......,............— - • • . ... „ . .. -, . . • . , ....... , . ' .:•'. %Agency- (-.... ' I , ,' -."; ; i - 1-. '.. ) t ./;i t 1 ,. r C i 1 ti - : , ( - , c i.) 7 <".- k. . . ,. . . . . . ' . .. City,Staie,ZIP . , . ' 1- , ' - , ,•% . `. 7 - I - ' . C.'. ' - . • - : - . ...., ' . .! -- „. . . . . , . Contact Person ' ' . . ,' , . -, . .• . ,, - . -. . - ._, , . . , . . . . . . _ • Date(s) of - . .. . . S CTVIOC. 1 . , • ,-- ,- . - - " - ' ' '. . . . . _ Commenm: . . . • . , — . . .. . . „ , ! . , . , . 1 c ,-; ,- . . . , . . • . . - , . CM ik. ) :. . 2... - - - 1 (.., -- .) ;:), 7 ' 3 i . ' ' • , ' • . t I 1 - t•;„ • • ' N,' t- / 4 - - . " • ' ' ' . - - - - .. - - -..--- iral • 1 :j l i. : ; / '.., s > - , . , Date(s) of . - , . ..*: ... . . _ , .. . . , Type of : ... . ,. , , . , . . . . . ,_ . • , _ . _ , ........... .. . . . 24 . . SECTION 5 — ATTACHEL J'T ITBNumb:r:08 -0802 FACIz..UTV LOCATIONS Et.tt:rchmest 2 Page: I of 3' . L City Name. Street T Type Altoona Fire Station 11 (was 46) 47544 SR 19 Building Altoona Fire Station 14 (was 44) 42700 SR 19 Building Altoona McTureous House 42100 SR 19 Building Astatula Fire Station 77 (was 71) 25028 Kirkwd Av Building Astor Adkins House 55420 Front St ' Building Astor Astor Library 54905 Alco Rd Building Astor Astor Recreational Center 54835 Alco Rd Building Astor _ Astor Res Drop -Off Astor Transfer Rd Building Astor Fire Station 10 (was 12) 23023 SR 40 Building Clermont Citrus Ridge Library 17445 US Hwy 192 Building Clermont Clermont Health Clinic 560 W. Desoto St Building Clermont Clermont Wellness Center 835 Seventh St Building Clermont Cooper Mem Library 821 W. Minneola Ave. Building Clermont Fire Station 109 (was 91) 11630 Lakeshore Dr Building Clermont Fire Station 110 (was 93) 6234 County Rd 561 Building Clermont Fire Station 112 (was 94) 16240 County Rd 474 Building Clermont Loghouse Res Drop -Off Loghouse Rd Building Clermont Sheriffs Clermont Substa 882 W. Desoto St Building Clermont South Lake Clerk 1210 Bowman St(SnysidePlz Building ' Clermont South Lake Tag 194 N. US27 @Citrus Twr Building Clermont Supv Elections /Prop Appr 1060 E Hwy 50 Building Forest Hills Comm. ' Deland Center 31039 Lake Mack Rd Building Eustis Eustis Health Clinic 14 Eustis St. Building Eustis F'gnds - Ash Ford Bldg 2101 County Rd 452 Building Eustis F'gnds - Clements Bldg 2101 County Rd 452 Building Eustis F'gnds - Expo Bldg 2101 County Rd 452 Building Eustis F'gnds - Laroe Pavilion 2101 County Rd 452 Building Eustis F'gnds - Mayo Bldg . 2101 County Rd 452 Building Eustis Fire Station 21 (was 33) 25100 County Rd 44A Building . Eustis Fire Station 27 (was 42) 19212 SR 44 Building Eustis Health DeptAdmin 16140 Hwy441 So Building Eustis Public Works - 437 Ardice 437 Ardice Building Eustis Sheriffs Vehicle Maint 1925 McDonald Av Building Eustis Triangle Tag Office 15733 Dora Av Building Ferndale Community Center 15307 Ferndale Comm. Rd Building Femdale Ferndale Storage(OIdFS73) 15303 Ferndale CoWm. Rd Building Fruitland Park Fire Station 53 (was 62) 2505 Spring Lake Rd Building Groveland Fire Station 111 (was 98) 8805 Bay Lake Rd (CR 565) Building Groveland M. Baysinger Library 756 W. Broad St Building 25 ` SECTION 5 - hTTACO NT5'S 1T6 Number: 08 - 0802 Groveland Sheriff Warehouse 12345 Dry Fork Road Building Groveland Tourist Welcome Center 20763 US HWY 27 Building Lady Lake Fire Station 52 (was 61) 306 W. Hermosa St Building Lady Lake Fire Station 54 (was 66) 6200 Lake Griffin Rd Building Lady Lake Lady Lake Res Drop -Off 1200 Jackson St Building Lady Lake Lady Lake Tag Office 918 Avnida Central St Building Lady Lake North Lake Clerk's Office 902 Avendia Central Building Lady Lake Sheriffs Sub Station 108 LaGrande Blvd Building Leesburg Area 1 Road Maintenance 2310 W. Griffin Rd (Barn) Building Leesburg BCC Warehouse #1 32400 County Rd 473 Building Leesburg Fire Station 59 (was 65) 1201 Lewis Rd Building Leesburg Fire Station 70 (was 53) 531 Sunnyside Dr Building Leesburg Fire Station 71 (was 51) 11305 Park Av Building Leesburg Fire Station 72 (was 52) 12340 County Rd 44 Building Leesburg Fire Station 82 (was 85) 24939 US Hwy 27 Building Leesburg Leesburg Health Clinic 2113 W. Griffin Rd Building Leesburg - Leesburg Tag Office 1340 Citizens BI Building - Medical Examiner Leesburg (Morgue) 809 Pine St Building Leesburg Pear Park - multiple bldgs. 5336 University Av Building Leesburg Sheriffs Aircraft Hangar 328 -340 Echo Dr Building Vehicle Mnt Chemical Leesburg Shed 2300 W. Griffin Rd Building Vehicle Mnt HeavyDty Leesburg Shop 2300 W. Griffin Rd Building Vehicle Mnt LightDty . Leesburg Shop 2300 W. Griffin Rd Building Leesburg Vehicle Mnt Storage Bldg 2300 W. Griffin Rd Building Leesburg Vehicle Mnt Tire Shop 2300 W. Griffin Rd Building Leesburg Womens Wellness Ctr 9836 S. Hwy 441 Building Mascotte Maintenance Mascotte Barn 376 E. SR 50 Building Minneola Area II Road Maint Barn 110 Center St Building Minneola Fire Station 90 (was 92) 609 Disston Ave Building Mt Dora BCC Annex 1 31150 Industry Dr Building Mt Dora Elections Support Cntr 2 701 S Rositer St Building Mt Dora Fire Station 33 (was 41) 3615 Old Hwy 441 Building Mt Dora Mount Dora Health Clinic 17580 US Hwy 441 Building Mt Plymouth Fire Station 39 (was 31) 31431 Walton Health Building Paisley Fire Station 13 (was 21) 25310 County Rd 42 Building Paisley Community - Paisley Center 24954 CR 42 Building Paisley Paisley Library 24954 CR 42 Building Paisley ' ' ., Paisley Res Drop -Off ' ' 1 44225 Spring Creek - Rd- Building Pine Lakes Fire Station 15 (was 35) 40601 Palm Dr Building Pine Lakes Pine Lakes Res Drop -Off 32520 SR 44 Building Sorrento East Lake Library 31340 County Rd 437 Building Sorrento VFW Building 10474 SR 46 Building 26 SI A!ON 5 —Alt :CLE I'E S ITB Number: 08 1975 Central Energy Tavares Plant 315 W. Main St (Bldg 75) Building Tavares 418 W. Alfred 418 W. Alfred Building Tavares Law Library 888 Duncan Dr. Building • Tavares Ag Center Greenhouses 30208 SR 19 Building Tavares Agricultural Center 1951 Woodlea Rd Building Tavares Animal Control 28123 County Rd 561 Building Tavares BCC Annex 2 904 Sinclair Building Tavares County Administration Bld 315 W. Main St (Bldg A) Building Tavares Detention Center (Jail) 551 W. Main St Building Tavares Environmental Lab 13100 County Landfill Rd Building Environmental Svcs . Tavares Admin 13130 County Landfill Rd Building Tavares Fire Station 78 16035 County Rd 446 Building Tavares Fuel Station Main Shed 12900 County Landfill Rd Building • Tavares Fuel Station Office 12900 County Landfill Rd Building . Tavares Haz =Mat Storage 13100 County Landfill Rd Building Tavares Haz -Mat Trailer 13100 County Landfill Rd Building . Tavares Historic Courthouse 317 W. Main St Building Tavares Judicial Center 550 W: Main St Building Tavares Lake County Library Svcs 2401 Woodlea Rd Building Tavares Mail Receiving Center 416 W Main St (Bldg G) Building Tavares MIS Storage (2 Bldg) 13100 County Landfill Rd Building Tavares Mosq. Ctrl Paint/Service 401 S. Bloxham Av Building Tavares Mosquito Ctrl Chem Stor 401 S. Bloxham Av Building - Tavares Property Records Storage 313 S. Bloxham Av Building Tavares Public Defenders 123 N. Sinclair Av Building Tavares Public Records Cntr 122 E. Main St Building Tavares Recycle Facility 13130 County Landfill Rd ' ' • Building Tavares Scalehouse 13130 County Landfill Rd Building Tavares Sheriffs Admin. Bldg 360 Ruby St Building Tavares Sheriffs Work Farm 13003 County Landfill Rd Building Tavares Solid Waste Breakraom 13130 County Larrdfrll Rd Building Tavares Traffic Operations 26127 CR 561 Building Tavares Wood Shop 416 W. Main St Building Umatilla American Legion 40924 US Hwy 19N Building Area III Road Umatilla Maintenance 19720 5th St Building Umatilla Fire Station 19 (was 47) 38816 Carroll St Building Umatilla Fire Station 20 (was 43) 37711 SR 19 Building Umatilla Community Umatilla Center 17107 Ball Park Rd Building Umatilla Umatilla Health Clinic • 249 Collins Av - Building /put on hold Yalaha Fire Station 76 (was 81) 8819 County Rd 48 Building 27 SECTION 5 — ATTACH 4`tBN t;S IT B Number:08 -0802 V HWL13 LOCATIONS Ath ehment 3 Pug?. 1 ell To schedule inspections for fire extinguishers in vehicles please contact the following: Mosquito Management 401 S Bloxham Ave Tavares, FI 32778 Debbie Miller 352.343.9419 Fire Rescue Maintenance Division 25028 Kirkwood Ave Astatula, FI 34705 ' 13ruce Talbot 352.742.2272 Public Works Fleet Maintenance 2300 W Griffm Road Leesburg, Fl 34748 Bill Nicodem 352.787.2938 Environmental Services 13130 County Landfill Road Tavares, FI 32778 Mike TerMeer 352.343.3776 28 • Jan. 15. 2008 3:08PM Pichald Insurance No.6467 P. 1 ACORD TR CERTIFICATE LIABILITY TNSU E R C - 1m1TE(MIADmTTn PRODUCER , - THIS CERTIFICATE 1S- ISSUED AS A MATTER OF INFORMATION PichaMlnsurenceAgancy ONLY ARD'CONFERS NO RIGHTS UPON THE z CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 216 Office Plaza Dive ALTER THE COVERAGE AFFORDED BY 111E POLICIES DELOW Tallahassee FL 32301 - INSURERS AFFORDING COVERAGE • _ NAIL It INSURED Beq.Ssf•Tee Fite Equipment, ktc. INSURER A Canal Insuranca Company . " - Roy L. Bomar INSURER - _, B - - 32811 County Road 473 INSURERg• ' ' . Leesburg FL 34788 INsuRtB0: ' . . C MSURER E. - > - . COVERAGES • - 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 PERYAJN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 18 SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHDWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. - - ' IR RO,ppZI, �l POUCYEEFCTTOilie RARm RINARr TYPFJjfJ ANPF l: POLICY NUMBER I DAY$INMTaEfM VE P OAT,:rra ,.f� RS . ", - GFNEPALLWBILnv EACHOCCURRENCE I5 1006 A X COMMERCIAL GENERAL LIFBILT' 01.92567 1219012001 1213012006 PRERB5EVIFRmv.++xo) 5 50,000. CLAIMS MADE X OCCUR MED EXP (My OI»pea n) 5 5,000- ' EDdarsementEff1115(08 PERSONAL a AnyIN.URY 5 1,000,000 GENERAL AGGREGATE t 000,000. �OENLAGGREGATEDMB APPLIES PER PRODUCTS - COMPIOP AOG 5 1,000,000 z !POLICY n PR& FLOC- - . AUTOMOBILE LNBIUTY COMBINEDSINGLELIMR s 1 ANY AUTO (Eeacadanh ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Perper'Ao.) HIRED AUTOS BODILY INJURY = NON -OWNED AUTOS (Pet ecadxx) PROPERTY DAMAGE 8 .^ (w sodden* OARAGE LIABILITY AUTO ONLY - EA ACCIDENT i 3 1 ANY AUTO OTHER THAN EA ACC AUTO ONLY. AGO $ - EXC IA MBREL LIABILITY EACH OCCURRENCE .1 1 OCCUR Ti CLAIMS MADE AGGREGATE S . S DEDUCTIBLE 5 RETENTION S S WORKERSCOMPENSATIDN AND { I TfRY 1IUFY FR WCSTATU- OTH- EMPLOYERS' LIABILITY I ANY F FICER/51EMRFR RE EX EXCLUDED? ECUTNE E L Emu accrual - $ Nyw- acynbe uwe/ EL DISEASE- FA EMPLOYEE 1 SPCC! 1 PROVISIONC NpIt. - EL INSEAM -POLICY LIMIT 5 OTHER - I . DESCRIPTION OF OPERATIONS I LOCATIONS IVEHICLES (EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS - T - FAX 352443.8417 CERTIFICATE HOLDER ' - CANCELLATION .. .... .. • SHOULDANYOFTNEADOVEDE UCRRgDPOUCIES5E CANCELLEDUEFORE THE EXPIRATION Lake County, A Political Subdivision of the State DATE TLIEREOF, THE LSSUmG INSURER WILL ENDEAVOR TO MAIL 1 0 DAYS WRITTEN of Florida & the Board of County Commfss NOTICE TO THE CERTIFICATE ROWER NAMED TO THE LEFT. RUT FAILURE TO DO SO SHALL P.O, Box 7600 IMPOSE No DSUGATCN OR LIABILITY Of MY KINP UPON THE INSURER, ITS AGENTS OR Tavares, FL 32776.7606 REPRESENTATNCA. • AVTHOm2ED REPRESENTATIVe - -, xTSy? ' "t,: X71' '' °` -1 'a,.,;' • • ACORD 26 (2001/08) - ..:::o - C3G aonstocrlawiess NAN /AIIM jai INSUII,NC COV,AMKS AGENT COPY NOVEMBER 27, 2007 AGENT: F353/2099 POLICY #: 331 6469- E23 -59A BOMAR,ROY L • 15724 DORA AVE TAVARES, FL 32778 -4940 • PHONEt: (H) 352 -343 -2707 * *VEHICLE SUMMARY ** 04 FORD F150 HERIT PICKUP VIN: 2FTRX17224CA55645 IRG: 015 LRG:06 CLASS: 1L3H10H000 OXD: 11/23/2005 COV: A 100/300/50, D250, G250, H, R1 80 %/500, U 10/20, S CRI 1502, REPLACED au: 1474, COV OFFER C1 25000 53:.55, C1 10000 511.28, C1 5000 498.13, GRP 11123/05, MCD 71.62, VSD 40%, ABS 5 %, ANTI -THEFT 10:: 2.13, FHCF ASSESSMENT 4.74, APP DATE 01- 02 -08, ODI 2124 11-05 DIV 14.00, PREV CR 14.00, MLD 17!: $77.73 HOM €;OWNERS -RM. Eff date:(11 /27/07) Curr dale: (11/27/0;') Time: (12:47 PM) * * COVERAGE ** A 100/300/50, D250, 6210, H, R1 80L /500, U 10/20, 3 A =Add,C =Chg,D Delete,S =Sus : end,R =Reins€.ate (C) HI 500/500 (C) PD 500 (A) PIP P10 (A) PDED NONE (A) OPT NONE RO REMARKS: (PLEASE NAME SCRIM BOARD OF LAKE COUNTY, 201 W. ISURLEIGH BLVD., TA) (VARES, FLAS AN ADDITIONAL N'.MED INSURED REMARKS APPLY TO: Auto • PORTER, ARTHUR 352 -357 -1221 INITIALS(KK ) . ,,18u L, O.n 110 111 y1'I. V... �.� v..� ..n. . - ...a. - . - . - . .._ _ - ___ ___.__ A4QQRQ CERTIFIC .)F LIABILITY INSURANCE 11/272D07YYY1 PROC JCao —'! HIS CERTIFICATE IS is TIED AS A.l A • OF 1 F• • 1 A ON AUTOMATIC DATA PROC INS AGCY INC ONLY AND CONFERS 140 RIGHTS UPON THE CERTIFICATE ILDLDER. THIS CERTIFICATE DOE3 NOT AMEND, EXTEND OR 1 HFLORHAM PARK, RK, MS 825 -.1 ELTER THE COVERAGE AE'FORDEQ 11 . ' • F OVER PARK, NJ 09832 (877) 877 -0428 XV770 70p _ I(EiURERS AFFORgING COVERAGE Mg INSURED — — - I PI SURER MIMI/ELERE CASUALTY ENO SURETY 0 RA ;PANE BEE SAF TEE FIRE EQUIPMENT 32811 COUNTY ROAD 473 _WIRERS: - — — LEESBURG,FL - IIIJRERC: 111 JRER D: _ _ — - ICI /HERE: — _ COVERAGES THE POLICIES Of INSURANCE LISTED BELOW HAVE BEE G 3SUED TO THE MCP E I I NAMED ABOVE FOR THE P(K(CY PEWIT( I INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY C(IW•RACT OR OTHER DOIL!TENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE P011( ':S DESCRIBED HEREII I I I SUBJECT TO ALL THE TERMS, EXOLUS OJS AND COMMONS OF SUCH POLICIES AOOREQATE LIMITS SHOWN MAY HAVE BEEN, I'k AIDED BY PAID CIMM!I — MR Ant PO CI EPECTIVE 'OLIO E P RA I0 LTA INTAP TYPE OFIN9UMNCE PO it ;NURSER ! €1 J.... •! L • .. .m, •• _ — LIMITS GENERAL WHIM § COMMERCIAL GENERAL LIAE1UTY 'FAVERIM LCLNMSMADE OCCUR .ERFMmPR /la pSllnnnwl — Al nm MEDEXP 1 PeerN019 , $ PERSONAL LE $ — J WNFRN not ?PATE $ GENI AAGREOATE LIMIT APPLIES PER: PRODU S 9 CTPAPRIP AGO $ I I JFC —1POLICV JF OL1 I _ _ — AUTOMOBILEUABIUTY CCOMINEDIIIN3LE LIMIT NE $ _ANV AUTO -- — ALLOWNEDAUTOS _ BOO IR § SCHEDIILE0 AUTOS - Q0p I HIRED AUTOS IPN -ALaY IWn F1 $ NONOWNED NITOS - p ld � 0 � (Pe0PE to NDE $ ON4AOELIABILITY T “AUTO ONLY - EA ACCIDENT $ ANYAUTO OTHER 111A4 EA ACC $ ' -, -- . AUTO ONLY— WM $ EXCEIBNMBRELLA 'ABILITY ^ EACH °CCU IR�.INE $ 7 OCCUR FICLAIMSMADE AGGREGATE $ • $ v— DEDUCTIBLE - — $ RETENTION $ 'D. 1 IOT $ A SCOMPEN8A DATION AND UB -1441 L: L'I -07 0311 _ JTD F3(2007 03/13/2008 R H- NA PUW EM PLOVERS' LIABILITY EA EACH A:CI TENT §100,000 ANY DEEMER /M I EXCLUDED? £L DIE/EMI_1 AEMPLOYEE §100,000 OFFlCER /MEMBER EXCWOEDt WdoneuTN _ EL.DIBEADI_I WC? LIMIT 8500,000 OTNEA , • DESCPoPTIONOF OPERATION91 LOCATIONS/ VEHICLES /EXCLUSIC:1I EMBODYENDOMIEAIEN' '9 IECIAL PROVISIONS IN THE EVENT OF NON - PAYMENT OF PREMIUM, CN.Y 1'EN(10) DAYS NOT /: E OF CANCELLATION SHALL EWE GIVEN. CERTIFICATE HOLDER _ �, 7A €10ELLATION _ _ 9F P NLD ANV OF ME *DOVE Crewmen POLIOIE9 DE DANCE/LEO RETORE THE EXPIRATION D i k e TIEAEOP, THE !SBUINO INeunen WILL MI AV IR Td MAIL 30 DAYS WRITTEN Y(' ICE TO THE CERTIFICATE H•LCIIR NAMED TONE LEFT, OUT FAILURE 40 DD 80 SHALL M' ESE NO CBLIOATION OR LIABILITY OF ANY MHO IPON THE INSURER, ITS AGENTS OR . LE c RESENTATIVBS. _ L UI I PRIZED REPRESENTATIVE /' / AGGRO 25 (2001/08) Q iA CORD CORPORATION 1908