Loading...
2011-61 4 CONTRACTOR AGREEMENT FOR SERVICE TESTING OF GROUND LADDERS THIS AGREEMENT, made and entered into this2'7 day of & 1 2011, A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Florida (hereinafter referred to as "CITY "), and WATERWAY FIRE SERVICES, LLC, 1928 Pine Key Blvd, Sebring, FL 33870 (hereinafter referred to as "CONTRACTOR "). WHEREAS, CONTRACTOR in response to a public bid prepared and issued by Lake County, Florida submitted a response to provide service testing of ground ladders; WHEREAS, based on CONTRACTOR's response, Lake County awarded Contract No. 11 -0810, Service Testing for Ground Ladders; WHEREAS, CITY desires to utilize the CONTRACTOR's contract with the Department of Corrections in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of Lake County Contract No. 11 -0810. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I - SCOPE OF WORK The CONTRACTOR shall furnish all labor, materials, equipment, machinery, tools, apparatus and transportation and perform all of the work described in Lake County Contract No. 11 -0810, which is attached hereto and incorporated herein as Exhibit "A" and shall do everything required by this Agreement and the other Agreement Documents contained in the specifications, which are a part of these Documents. To the extent of a conflict between this Agreement and Exhibit "A ", the terms and conditions of this Agreement shall prevail and govern. ARTICLE II - THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit 'B', attached hereto and incorporated herein. ARTICLE III — TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties, and shall remain in effect for a one (1) year term, unless terminated as provided for herein. Additionally, the parties agree that the term may be extended upon CITY "s sole option for periods of one (1) year, but such option to extend may only be utilized four (4) times unless authorized by the City Council for 1 additional extensions. 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. ARTICLE III - COMMENCEMENT AND COMPLETION OF WORK 1. The CONTRACTOR shall commence work within 10 calendar days after receipt of a purchase order, and the CONTRACTOR will complete the same as set forth in the purchase order. 2. The CONTRACTOR shall prosecute the work with faithfulness and diligence. ARTICLE III - PAYMENTS In accordance with the provisions fully set forth in the General Conditions, CONTRACTOR shall submit a payment request by the third (3rd) day of each calendar month for work performed during the preceding calendar month. CITY shall make payment to the CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified and approved payment invoice by the CITY for work performed during the preceding calendar month under the Agreement. ARTICLE IV — DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in the place where the Project is located, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. 2 ARTICLE V — INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The CONTRACTOR shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all his employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 2. Contractor's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be minimum limits as follows: (a) Contractor's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each Bodily Injury & Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. Subcontractor's Public Liability and Property Damage Insurance - The CONTRACTOR shall require each of his subcontractors to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subcontractors in his policy, as specified above. 4. Indemnification Rider (a) To cover to the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of the Work, provided that any such claim, 3 damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article. (b) In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE VI - NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: Waterway Fire Services, LLC 1928 Pine Key Blvd Sebring, FL 33870 CITY: City of Clermont Attn: Wayne Saunders, City Manager 685 W. Montrose Street Clermont, FL 34711 4 ARTICLE X — MISCELLANEOUS 1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any provision of this agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 2. Waiver. The waiver by city of breach of any provision of this agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this agreement. 3. Severability. If any provision of this agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the agreement valid and enforceable under applicable law, the remainder of this agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein, this agreement may not be modified or amended except by an agreement in writing signed by both parties. 5. Entire Agreement. This agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous agreements between the parties with respect to the performance of services by CONTRACTOR. 6. Assignment. This agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 7. Venue. The parties agree that the sole and exclusive venue for any cause of action arising out of this agreement shall be Lake County, Florida. 8. Applicable Law. This agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Records. CONTRACTOR expressly understands and acknowledges that any and all documents related to the services provided herein, may be considered records that are subject to examination and production in accordance with Florida's Public Records Law. CONTRACTOR expressly agrees that it will comply with all requirements related to said law and that it will hold CITY harmless, including attorney fees and litigation costs, for any such disclosure related to Florida's Public Records Law. 5 ARTICLE XI - AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order 3. All documents contained in Lake County Contract No. 11 -0810. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 27 day of ea r c , 2011. City of Clermont L --;" i' . ���/, `\ - , Harold S. Turville, Jr., Mayor n ' ` Attest: s 0„ i i " `"' - , i .Trady .4ckr.Ad, City Cler li '4Ia .......... '' Waterw y Fire Services, LLC. ^ � �. ►mil By: \ f\ \ AU ` , . ' WILL/Am K. 1 - (AM W Y- P,e I»N 7 Printed Name and Title Attest: Corporate Secretary (Name Printed or Typed) 6 EXHIBIT A LA ICE COUNTY FLORIDA CONTRACT NO. 11.0810 For SERVICE TESTING OF GROUND LADDERS 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 Waterway Fire Services LLC (hereinafter "Contractor ") to supply Service Testing of Ground Ladders to the County pursuant to County Proposal Number 11 -0810 (hereinafter "ITB "), - closing dated March 16, 2011 and Contractor's March 21, 2011 ITB response thereto with all County ITB provisions governing. Special Clauses: Public Records All electronic files, audio and/or video recordings, and all papers pertaining to any activity performed by the CONTRACTOR for or on behalf of the COUNTY shall be the property of the COUNTY and will be turned over to the COUNTY upon request. In accordance with Chapter 119, Florida Statutes, each'f'lle and all papers pertaining to any activities performed for or on behalf of the COUNTY are public records available for inspection by any person even if the file•or paper resides in the CONTRACTOR's office or facility. The CONTRACTOR shall maintain the files and papers for not less than three (3) complete calendar years after the project has been completed or terminated, or in accordance with any grant requirements, whichever is longer. Prior to the close out of the Contract, the CONTRACTOR shall appoint a records custodian to handle any records request and provide the custodian's name and telephone number(s) to the COUNTY. Prohibition against Contingent Fees The CONTRACTOR warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR to solicit or secure this Contract and that they have not paid or agreed to pay any person, company, cdrporation, individual, or firm, other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of this Contract. This Contract shall be binding upon and shall Inure to the benefit of each of the parties and of their respective successors and permitted assigns. This Contract may not be amended, released, discharged, rescinded or abandoned, except by a written instrument duly executed by each of the parties hereto. The failure of any party hereto at any time to enforce any of the provisions of this Contract will in no way constitute or be construed as a waiver of such provision or of any other provision hereof, nor in any way affect the validity of, or the right thereafter to enforce, each and every provision of this Contract. During the term of this Contract the CONTRACTOR assures the COUNTY that'it is in compliance with Title Vil of the 1964 Civil Rights Act, as amended, and the Florida Civil Rights Act of 1992, in that the CONTRACTOR does not on the grounds of race, color, national origin, religion, sex, age, disability or marital status, discrimination in any form or manner against the CONTRACTOR employees or applicants for employment. The CONTRACTOR understands and agrees that this Contract is conditioned upon the veracity of this statement of assurance. 2 A copy of the Contractor's signed Proposal 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: NA 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 Mav 1, 2011 through April 30.2012 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 Proposal. Any and all modifications to this Contract must be in writing signed by the County's Procurement Services Director. LAKE COUNTY, FLORIDA By. � . Senior Contracting a rcer Date: Lf2 /` j .240.1Z. Distribution" Original -Bid File Copy - Contractor Copy- PUblic Safety "Earring Community Confidence through Excellence in Service" Office of Procurement Services 316 W. Main, Suite 416 P.Q. Box 7800 Tavares, Florida 32778 -7800 Ph (352) 343 -9839 Fax (352) 343 -9473 .. LAKE COUNTY F LORIDA INVITATIC_)N '1'0 BID (ITB) Sl :RVICI3 TESTING OF GROUND LADDERS 1TB Number. I1 -0810 Contra4tittg Officer: R osennn Johnson Rid Due Date: March 16. 2011 Pre 131d Calif. Date: Not Applicable Rid Due Time: 3:00PM — ITB Issue Date: February 23, 2011 TABLE OF GON1I NTs SECTION 1; Special 'f eons and Conditions 1 Pa'ge.s 2 -11 SECTION 2. Statement of Work Page 13 SECTION ;l Genet al Tens and t auditions Pa gas 14-17 SECT Pricing /Certit;culions /Signatures Pam 18 -20 r. SECTION 5 Attachments pages 21 -22 $PEC1 TJC soLICTrATIDN RC Q1Jl1iB1VLiC1V'I'S A1T1±, AS NOTED 3El ,O_Wi Pioposnl and/or Pcrlomttmee Bond: : Not applicable for this 1113 Ceti ilic:ale of Competency /License. Not applicable for this JIB Indcrunilicntton/fnsurnncc: Sec Sealion 1.8 Pre-Bid C onference/Walk Thru• I Not applicable for this iTR 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 norm/ business ham's in the Office of Procurement. Services within ten (10) working days after tlte.oflicial bid due date. When counter- fined by an authorized County representative, this doctunenl and any specifically identified attachments may form the contract document; binding the parties 10 a11 performance specified herein. Vendors shall complete and return this entirety of this 1TB Document, and attach all other information requested in this 1TB document (See Provision 1.13). Failure to sign the bid response; or to submit the bid response by the specified time and date, may he cause for rejection of the bid. NO- RESPONSE REPLY If any vendor does not want to respond to this solicitation at this time, or, would like to be rcmovel from Lake County's Vendor List, please mark the appropriate space, complete name below and return this page only. Not interested at this time; keep our fiim,on.Ltlkc County's Vendors List for future solicitations for this product/ service [] Please remove our firm from,Lake County's Vendor's List for this product / service. , VENJDOR � IFICA1'1ON L/ �i ! / L Company Name: Ifi� GI 1 JJ ' ( f mt � r7C,lL>� /Ca NI1111 Sr: / V ^'� � E-mail Address: („/ / 1 Ct /11 dy ia! 1 � (pn r P e r on ' 32 /- 9 f z - tr'J S 2_ 1 SECTION 1 — SPECIAL TERMS AND CONDITIONS iTR Number: 11 -0810 Section 1.1: Purpose The purpose of this solicitation is to establish a contract for the services of a qualified contractor for service testing of ground ladders per NFPA and manufacture requirements for the Take County Public Safety Department, Dire Rescue Division 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. To ensure reply, questions should he submitted no later than five (5) working days before the bid due date. Roseann Johnson, CPM, CPPl3, Senior Contracting Officer Lake County BCC Procurement Services office 315 W. Main Street, Room 441 PO BOX 7800 Tavares, FL 32778 -780(1 Phone ; 352.343.9839 Fax :'352.343.9473 E-mail: n rjohnsoni)lakccountyfl.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 Procurement Services office. Section 1.3: Method of Award - To a Single Vcndorin the Aggregate _Award of this contract will be made to the responsive, responsible vendor who submits an offer 'on all items listed inn the solicitation and which represents the lowest price when all items are added in the aggregate. If a vendor fails to submit an oiler on all items, its Overall offer will he rejected. The County will toward the total contract to a single vendor. Section 1.4: Pre Conference / Site Visits Not applicable to this solicitation Section 1.4.1: Examination of Site /Equipment Prior to submitting its offer it is advisable that the vendor visit the site /equipment of the proposed work and become familiar with any conditions 'which may in any manner affect the work to be done or affect the equipment, materials and labor required. The vendor is also advised to examine specifications and to become thoroughly aware regarding any and all conditions and requirements that may in any manner affect the work to be performed under the contract. No additional allowances will be made because of lack of knowledge of these conditions. For a site 2 SECTION 1— SPECIAL TERMS ANi) CONDITIONS iTR Number: 11 - 081 Q visitation appointment contact Chief Eric Palmer with the Department of Public Safety at 352.343,9458. Seetion 1.5: Term of Contract — Twelve (12) Months This contract `shall eoniinence 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 or Award Letter distributed by the County's Departinent of Procurement Services, and contingent upon the- completion and submittal of all required pre-award documents. The itii'tial contract term shall remain in effect for twelve (1 2) 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. Section 1.6: Option to Renew for four (4) Additional Years,(With Price Adjustment) Prior to, or'upon completion, of the initial terra of this contract, the County shall have the option to renew, this 'contract I'or an additional four (4) one (1) year period(s). Prior to cornpiction of each exercised contract term the County may consider an adjustment to price based on changes as published by the U.S. Pepartment,of Labor, Bureau of Labor Statistics (http : /! /www,b1s.g,oy ), CPI and Wage and Benefits Calculators. it is the vendor's responsibility to request in writing any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, thc vendor's written request for 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 net 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 commeneernent 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 sech price adjustments. Continuation or the contract beyond thc initial period, and any option subsequentlyrexercised, is a County prerogative, and not a night 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 = Periodic Payments for Service Rendered 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 docthncnted 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 Iirr 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 Iocetion ,of delivery or service, and confirmation of acceptance of the goods or services by the appropriate 3 SECTION 1— SPECIAL TERMS AND CONDITIONS ITA Number: 11 -0810 County representative. Failure to submit invoices in the prescribed 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 V 11, Chapter 218, Florida Statutes. Section 1.8: Insurance Each vendor shall include iii its solicitation response package proof of insurance' capabilities, including but not limited to, the following requirements: [This does not mean that the vendor n have the coverage prior to submittal, but, that the coverage must be in effect prior to a purchase order or contract being executed by the County.] An original certificate of insurance, indicating that the awarded vendor has coverage in accordance, with the requirements of this section, , shall he furnished by the vendor to the Contracting ()nicer within live (5) working days of such request and must be received and accepted by the County prior to contract execution and/or 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, with a company or companies authoiired to do business in the State of Florida, and which are acceptable to the County, 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. The vendor is responsible for timely provision of ccrtificate(s) of insurance to the County at the certificate holder address evidencing conformance with the contract requirements at all times throughout the term of the contract. Such policies of insurance, and confirming certificates of insurance, shall insure the vendor is in `accordance with the following minimum limits: 'General Liability insurance' on forms no more restrictive than the latest edition of the Occurrence Form Commercial General Liability policy (CG 00 01) of the Insurance Services Office or equivalent without restrictive endorsements, with the following minimum limits and coverage: Each Occurrence /General Aggregate $1,000,00012,0011,000 Products - Completed Operations $2,000,000 Personal & Adv. Injury $1,000,000. Fire Damage $50,000 Medical Expense $5,000 Contractual Liability Included Autonmobile liability insurance, including awned, non - owncd, and hired autos with the following minimum limits and overage: Combined Single Limit $1,000,000 Workers' compensation insurance based on `proper reporting of classification codes and payroll 4 SECTION 1— SPECIAL TERMS ANI) CONDITIONS 1TI3 Number 1 1 -0810 amounts in accordance with Chapter 440, Florida Statutes, 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. Employers Liability insurance with the Ibilowing minimum limits and coverage: Each A oi dent $1,000,00() Disease- -Each Employee $1,000,000 Disease- Policy Limit $1,000,000 Professional liability and/or specialty insurance (medical malpractice, engineers, urchiteet, consultant, environmental, pollution, errors and omissions, etc.) insurance as applicable, with minimum limits of $1,000,00() and annual aggregate of $2,000,000. The following additional coverage must be provided if a dollar value is inserted below: Loss of llsc at coverage Value: $ Garage Kecpers 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 thirty (30) days prior written notice to the County of any change, cancellation, or nonrenewal of the provided insurance. It is the vendor's specific responsibility to ensure that any such notice is provided within the stated timefraine to the certificate holder. Certilicate(s) of insurance .shall identify the applicable solicitation (ITR /RFP /R1!Q) 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 TILE BOARD OF COUNTY COMMISSIONERS P.O. BOX 7800 1'AVARES, 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. 5 SECTION 1— SPECIAL TERMS AND CONDITIONS 1TR Number: 11 -0810 All self- insured retentions shall appear on the certilicatc(s) and shall be subject to appmval by the County. At the option of the County, the insurer shall reduce or eliminate such self-insured retentions or the vendor or subcontractor shall be required to procure a bond guaranteeing payment oflosses and related "claims expenses. The County shall he 'exempt from, and in no way liable for any sums of money, which niay represent a deductihlc 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 or contract and may result in terminatidn of the contract for default. Neither approval by the County orally insurance supplied by the vendor or Subcont'raotor(s), nor a failure to disapprove that insurance, shall relieve the vendor or Subcnntractor(s) of Inn 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 Notice to Proceed The vendor shall state in its offer the number of calendar days l'roni the date of the Notice To Proceed in which it will guarantee to complete the work, repair, and/or service. Time for completion may be considered a factor in determining the vendor to whom award Will -be made, if so stipulated in provision 1.3 entitled "Method of Award ". The completion date shall not exceed ninety (90) calendar days after the effective date of the Notice to Proceed. 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 tivhdre the completion date will be,dclaycd due to acts of God, strikes, or other causes beyond the control of the vendor. In these cases, the vendor shall notify the Comity of the delays in advance -of the original completion date so that a revised delivery schedule can be appropriately considered by the County. Should the vendor(s) to whom the eontract(s) is awarded fail ,to complete the work within the number of days as stated in its offer, or the ' { 'not -to- exceed" timefrante 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 eomplctc the work. If the County exercises this authority, the County shall be 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, deniarid 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 Brigs to honor this invoice or credit memo, the County may tcinminate the contract for default. 6 SECTiON 1— SPECIAL TERMS AND CONDITIONS 1113 Wuniber: 11 -0 10 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 front the contractor to the County only alter the County receives AND accepts each item. Delivery will not be ccrmpletc 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 (he contractor and the carrier. The County will not consider any bid or proposal showing a F.O.B; paint other than : 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 contractor, and services rendered under the contract will not he deemed complete, until a physical inspection and actual usage of the product(s) and/or service(s) is (arc) 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 and /or contract may be tcstedlinspected for compliance with specifications. In the event that any aspect of the goods or services provided is Ibund to bc 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 full 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 dots not conform to the contract speci lications. In addition, any defective product or service or any product or setvicentrt delivered or performed by the date specified in the purchase order or, contract, may be procured by the Ctwnty 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 four any contract or financial obligation. Section 1.12: 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., The vendor hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the vendor in conjunction with this solicitation and resultant contract shall bc new, warranted for their merchant4ability, and fit for a particular purpose. 7 SECTION 1— SPECIAL TERMS AND CONDITIONS 1113 Number: 11.0810 Section 1.13 Deliveries 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 Go'veniment facility, which includes the Lake: County Procurement Services office. 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. A response will not be considered for award if received in the Procurement Services office after the orlicial_duc date and time regardless of when or how it was received by the Lake County Clerk of Court Mail Receiving Center. Allow sufficient time for transportation and inspection, Each package be clearly niarkcd with the applicable solicitation number, title, and company naive. 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 4TH FLOOR, ROOM 441 TAVARES, FLORIDA If you submit your bid or proposal by the UNITED STATES POSTAL SERVICE (LISPS), please mail it to: LAKE COUNTY PR0elJREMENT.SERVICES PO BOX 7800 TAVARES, FL 32778 -7800 If you submit your bid or proposal by a TIIIRD PARTY CARRIER such as FcdlLx, UPS; or a private courier, please send it to: LAKE COUNTY PROCI JREMENT SERVICES MAIL RECEIVING CENTF,R 32400 COUNTY ROAD 473 LEESBURG, FL 34788 Facsimile (f'ax) or electronic submissions (c- inail) will not be accepted. 8 SECTION l— SPECIAL TERMS AND CONDITIONS 11'13 Number: 11.0810 Section 1.13.2: Completion Requirements for Invitation to Bid Two (2) signed original bids and two (2) complete copies of the bid submitted by the vendor shall be sealed and delivered to the Procurement Services office 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 'subniittcr. The County is not liable or responsible for any costs incurred by any Bidder in responding to this IT13 including, without limitation, costs for product and/or service demonstrations if requested. \Then you submit your bid, you are making,a binding offer to the County and are ,agreeing 10 all of the 'tenns and conditions in this invitation to laid, Use only the forms) 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. If you make a correction or change on any document, the person signing the bid proposal, must initial the change. The bid shall he manually signed in RLIIE INK by an official authorized to legally hind the Bidder to its provisions. COMPLETION OF 1311) 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 subunit th'e entirc solicitation with all Section 4 entries completed in the number of copies specified to the address sped lied in this solicitation. The vendor shall also submit any supporting documents to include proof of insurability and provision of hid bonds as required), sarnplcs, and/or descriptive literature required by any of the provisions in Section 2.of the solicitation in a separate sealed envelope I package marked "Literature for Rid (Number)." Do not indicate hid prices on literature.. Specific Completion Directions: Vendor shall complete all listed price entries in Section 4 of this solicitation. > Pricing shall include travel required to and t'roui respective sites. Vendor pricing shall include all of the vendors overhead, including, but not limited to, trip charges and mileage (no fuel su rcharges). a - Initial and date, in BLUE INK thcappropriale space(s) for cach you received for this ITB. >a Insert any promlit payment discount that you will offer. Note payment is, NET 30 DAYS otherwise. m Complete all certifications inchided within Section 4 oldie solicitation. >a 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 tither a certificate of insurance, or evidence of insurability, that is incompliance with the stated insurance requirenments. • Copies of licenses and permits.. 9 SECTION 1— SPECIAL TERMS AND CONDITIONS 1TR Number: 11 -0810 Section 1.14: Additional Testing Sites May Be Added Although this solicitation and resultant contract identifies specific testing site, it is hereby agreed and understood that any other testing sites 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 sites. 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 sites) shall be added to this contract by formal modification, Section 1.15: Labor, Materials, and Equipment Shall 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 speeifically identified in the technical specifications, such materials and equipment shall be, of a suitable type and grade for the purpose. All material, worlunanship, ttnd equipment shall be subject to the inspection-and approval of the County's Project Manager, Section 1.16: 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. Note: A copy of business and industry licenses shall he submitted with your bidding document. Section 1.17: Limited Contract Extension to Maintain Service Levels Tl is hereby agreed and understood that this contract may be extended for an additional thirty (36) 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, thc vendor agrees to retain the equipment at , the designated County premise for an additional thirty (30) calendar days alter the current expiration of the Contract; at which time the equipment shall be removed from the premises. Theyendor shall be allowed to invoice the affected County department for this additional period on a pre- rated basis. Section 1.18: Omission from the Specifications The apparent silence of this specification and any addendum regarding any details or thc omission from the specification of a detailed description concerning any point shall be regarded as meaning that Only the best corruncrcial practices 'are to prevail, and that only materials and 10 SECTION 1— SPL + +'CIAL TERMS AND CONDITIONS, 1113 Number; 1 I -981 a workmanship of first quality are to be. Used. All interpretations of this sped lication .shall be made upon the basis of this agreement. Section 1.19: County Hours of Operation The County hours of normal operation are Iron' :00 A.M. to 5:00 Y.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, T)ay after Thanksgiving, and Christmas Day: Section 1.20; Contractor's Technicians Contractor's employees shall carry identification confirming that they arc bona tide employees of the Contractor. Contractor's employees shall also wear uniforms or work shirts and wear 4;1 naiiae tag bearing the company name whenever at the job site. Background checks may be issued for the Contractors personnel assigned to perform this contract. The Contractor acknowledges and understands that its employees may Have access to confidential infbrrnalion and agrees that its employees will not disclose any of the confidential information or attempt to access data that is unrelated to their jobs. Further, the Contractor understands that violation of this may result in termination and that the County may seek legal remedies available to it should such disclosures occur. All technicians shall be qualified to do the work specified in this scope of service with a minimum of three years experience. Upon award of any contract the vendor shall be required to submit proof of the experience of its technicians. NOTE: There are no exceptions to the abo3'c requirements. Section 1.21: Records Complete records are to he kept by the Contractor for each inspection. The Contractor shall be responsible for providing these records to the County within ten (10) working days after each site visit,. These records shall be submitted to: Lake County Board of County Commissioners Public Safety Department Attn: Chief Eric Palmer PO Box 7800 Tavares, Fl 3277g-7800 Section 1.22: Clean -Up All unusable materials and debris shall he removed Thom the premises at the cnd of each workday, and disposed of in an appropriate mariner. Upon final completion, the vendor shall 11 SECTION 1— SPECIAL, TERMS AND CONDITIONS rraNumbei: 11 -0E10 thoroughly clean up all areas where work has been involved. Section 1.23: Accident Prevention and Barricades Precautions shall be exercised at all times for the protection of persons and - property, All vendors performing services under this contract shall conform to all relevant Fcdcral,'State and County regulations during the txnirse of such effort, Any fines levied by the above mentioned authorities for failure to comply with these requirements shall he born solely by the responsible vendor. t3ariicaades shall he provided by the vendor when work is performed in areas traversed by persons, or when deemed necessary by the County Project Manager. Section 1.24: 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 (OSIIA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA:), 'Section 1.25: Protection of Property All existing 'structures, utilities, services, roads, trees, shrubbery, and property in which the County has an interest shall he prbtccted against damage or interrupted services. at all times by the vendor during the term of this contract; and the vendor shall be held responsible for repairing or replacing property to the satisfaction of the County which is damaged by reason of the vendor's operation on the property. In the evert the vendor fails to comply with these requirements, the County reserves the light to secure the required services and charge the costs of such services back to the vendor. 12 SECTION 2— STATEMENT OF WORK 1'1'13 Npmber? 11 -0810 SCOPE OF SERVICES Annual ground_ ladder testing shall meet or exceed current and future standards of NFPA 1932 as set forth in the section entitled "Ilse, Maintenance and Service Testing of in Service Fire, Department Ground Ladders" and any additional tests approved by the ground ladder manufacturer. ISO 9001 certification is required. Annual inspections and service testing shall be performed at a date and time consistent with pre established schedules. Each inspection shall be scheduled with the County representative at least five working days in advance of any inspection date. All services shall be performed in a,time]y and professional manner. Annual ladder inspections may be conducted during the annual hose testing to coordinate equipment out of service only 'once. Lake County shall provide a site for testing and will hear any associated costs. Lake County shall have a representative on site on days) of testing., The testing site may beat a dri.ving,rangc on Frankie's Road off County Road 5611 in Tavares, Florida Alternate annual ladder inspections could be conducted at each fire station with the vendor providing all costs for tranisportation. Vendor • All ladders are to be tested to NFPA 1932 standards and manufacturers requirements 1. Visual Inspection 2.. Horizontal z_ontal 13 end ng Test 3,. Roof Hook Test 4. Hardware Test 5, Hardness Test (Aluminum ladders) • Contractor shall unpack and repack ladders • Ladders shall be clearly marked "out of service" with the date and descriptionmof the defect that requires, the ladder to be removed froni service • individual ladder testing report - please submit a sample of the form you utilize • Provide an annual computerized report encompassing all findings (submit a sample with your bid.submittal) 13 SECTION 3 — CFNERAL TERMS AND CONDITIONS ITB Numhi•r: 11.0810 3.1 DKhINITIONS writing to the ultention of the pmcurenierrl representative identified Addenda: A written change to asolicitatton. in the solicitation station no later than fise (5) working days prior to the B id: Shall refer to any ofler(s) .submitted in response to this bid dire date Such inqurnei shall contain the requester's name. Invitation to Bid, address. and tcicplurne number The I'rercareneril Services Office B idder: Shull Teter to anyone submitting a bid in response to an may issue an addendum In response to any !many received, prior Inv nation to Bid, to hid opening, winch changes, adds to, or clarifies the terms, C:r►ntraet• The agreement to peilorul thc services set forth in this pnwisiniIS, or requirements of the solicitation: I he bidder should solicitation. The cuutrucl sviU be comprised of the solicitation not rely on any statement or explanation whether written or verbal, document %rppied by both panics with any addenda and other other than thiwe made m this solicilaliun doctunent or in any attachments specifically ineorpondcd addenda issued. Where there appears to be a oontlict between tits Contractor: The vendor to which award has been made. sblicilatinn and any addenda, We last addendum issued shall County: Shall refbr to lake County, Honda, prevail It is the bidder's responsibility to ensure receipt and to Invitation to Rid (1TB): Shall mean this wdic.rtatron document, ucknowlcdgc all iiddenda and any accompanying documentation, including any mid all addenda, An iTTi contains well- dctincd Tailurc to ackuons ledge each addendum may prevent the bid,tiom terns, conditions, and specifications, and is awarded to the lowest being considered for award priced responsive and rest ti.ible bidder. D. Contents of Solicitation and ilidders' Responsibilities Arodlfeatton: A smitten change to a contract. it is the se"sponsibility of the bidder to become thoroughly familiar Responsibly: Refers to a bidder That has the capacity, and with the requirements, terms. and conditions of this solicitation, capability to perfoun the wort required under an invitation to Rrd, Stated unawareness of contractual terms and conditions will not be and is nlherwlse eligible for mum'. accepted as u basis for varying the rearmaments of the County or Responsive: itetcrs to a bidder that has taken no eseeption or the amount 10 be paid to the vendor. deviation from the terms, conditions, and specifications set forth in F., Rektrieted Discussions an invitation 10 Bid. From the date of issuanee of this soticitatnrn until final County Solicitation The written ilia annrt iequcsting either bids' an action, ventiirs should not ,discuss the solicitation with .arty proposals from the markclplur:e employee, agent, or any other representative of the County except Vendor: A general reference to any entity respvncfuig to this as authorized by the designated procurement represeritative. The solicitation o mrt r perking under any scoffing cthltiact. only cotninunicatinns that shall be considered eminent to this solicitation are written doeinncnts from the vendor addressed to the. I he County ins established that the words 'shall ", "must ", or designated procurement representative and tcicvant documents `stir are equivalent within this ITB and indicate u mandatory pmmulgoled by the designated procurcmcnt representative requirement which shall not be waived by the County, F. Change to, Withdt rival of, nr Mistake in, Rid Chances to D_lid - Prior to bid opening, a bidder may change its bid 3,2 INS I RUCTIONS 1011i1DOERS by submitting u new bid with notice on the firm's letterhead, A, Bidder Qualification signed by an authorized resent, slating that the new submittal 11 is the policy of the County to encourage frill and open replaces the original Submittal The new submittal shall contain all competition liming all available 'qualified vendors. All vendors inforinalton is required for submitting the ooriginsrl bid. regularly enauged in the type of wink specified in the Solicitation Withdrawal of Hid - A bid may be withdruwn, either physically or are encouraged to submit bids, 'I o he recommended for award the by written nutoue, M any time prior In the bid due ,dote if C'uunty requires that vendors provide evidence of cermpliance with wrthtinnvir by written notice, lhat'natioc must be addressed to, and the requirements below upon request' received by, the designated procurement represrnlative prior iodic 1. Disclosw'e of Einployincnt bid duc date and time A bid may also he withdrawn ,after 2. 1i.clo%ure of Ownership expiration of the specified bid acceptance petiod, and prior to 3, Drug -free Workplace award, by submitting a letter to the designated pn icurenterlt 4, N4 -9 and 8109 Forms — The vendor must furnish these fining representative. The withdrawal letter Must be on company upon request as required by Om tulonrul Revenue Scivtec letterhead and signed by an authorized agent of the bidder, S. Social Security Number —The venclur must provide a copy of Mistake m laid - Any allegation of mistake in Bid shallbe treated the primary owner's social security card lithe social security on a caste by -Lase basis. It is to be assumed that any alteration in number is being used iu lieu of thc Federal Iderdifrcation bill price after receipt of kids will be exceptional in nature, and will Number (1'. H.I N) be allowed only when substantiated by current legul,precedcncc. •6. Americans wide Disabilities Act (A.I).A.) G. Conflicts within the Solicitation 7, Conflict of Interest Where there uppears to be p conflict between contractual terms and 8. r)ebaimen Disclosure Affidavit conditions, the technical specifications, the pricing sectirnr, er any 9. Nondiscrimination Addendum issued, the Order ofprocedcnce shall he_ last addendum 10. Family I cave issued, the pricing %eelrnn, thc technical specifications, the speciial, 11 Antitnea Laws By'acccptonce of any contract, the vendor and then general oondutions 11 is incumbent upon the vcntkrr to agrees to comply with all applicable antitrust lows. identify such mothers prior to the hid response date" R. Pubile Entity Climes }I: Prompt Payment terms Pursuant to Sectron 287.133(2)(a) of the Florida Statutes, a person 11 is the policy of the County that payment fur all purchases by or affiliate who has been plated on the convicted vendor list 'County a$encrei. shall be made in a timely manner and that interest fallowing a eonvictiom fora public entity crime may not submit a payments will be trade on late payments in accordance with Part bid out a contract to provide any goods or services to a public VII, Chapter 218, Florida tatutes, known as the Florida Plom t entity, may not subrrril a hid on a contract with a public entity for ida Statutes, the cortsuuction or repair tofu public building or public work, may Payment Act the bidder may offer cash discounts for prompt not submit bids on leases of real ,properly to a public entity, may ilayrncnts, however, such discounts will not be considered in not be irwurded or perform as it contractor, supplier, subeonlruciat determining the lowest price during hid evaluation. Bidders are or consultant under a oontract with any public entity. and may not requested to provide prompt payment tams fit the spare provided ttarrsact business with any public entity in excess tat the threshold nn the signature page of the solicitation. amount provided nh Section 287,037 of the Florida Statutes. for CATEGORY "1 WOO for a peuod of 30 months from the date of 3.3 1s1tEPARA'ffO;Y OF BIDS being placed on the convicted vendor list. C. Request for Additional Information A, 1 he Piecing Section of this sulicitation defines the goods or Any,cnnununication or inquiries, except for clarification of process services to be purchased, and must be ciimpteled and or ptoecdtlrc already r onlamed In the solicitation, are to be made in submitted wiih the Bid. Usc of any other farm or alteration of 14 SECTION 3 — (;EN1RAI, TERMS AND C()NDI'I'IONS 1TB Number' 11 -0810 ' the fowl may result in the rejection of the bid, item or service. The County win-sugn MI exemption tertilicute if 13. J he hid submitted must be legible And completed using submitted by the contractor, f'nulructurs doing business ►s ith the typewriter, computer or ink Any entry thanm must be county are not exempt from paying sales tax to their suppliers for crossed out and initialed in ink. Failure to comply w ith these materials to fulfill contractual obligations with the County, nor requirements mu) cause the bid to be rejected shall any contractor he authorized to use any of thc,Coun1y's C. An aadaonied agent ot thc bidder's fine must sign the bid Exemptions in securing such naileriulS. FA DAME TO SIGN THE 111x) MAY RENDER 'ERE. AI ON- RESPONSIVE, 3.9 PROPRIETARY /CONFIDENTIAL INFOR31ATIOv 1). The biddcr may he considered non -re pon' ive if bids are Bidders arc herby notified that WI information submitted as purl' conditioned to modifications. changes, or revisions to the dr or in support of, bid responses will be available for public terms and cmulniont of this solicitation ' inspection in cuntllfliancc with Chapter 119 attic Elonda Stallites E. the bidder may submit alternate bid(s) for the sane (the "Public Record Act'), The bidder should n,lt submit an solicitation provided than Such oiler is allowable under the information in response to any solicitation which the bidder terms and conditions The alternate bid must sleet or exceed considers proprietary ill co» fidcjUia1. 'file aubnlissioti of any the mininnlm reyuneatcnts and be submitted as a scpatatc bid utformation to the County in connection with any soiicitatio n shall marked'AIteniate13id ", bc deemed conclusively to he a'wuiver of any protection froth F. When there is a discrepancy between the unit prices and ally release of the submittal information finless such information Is extended prices, the unlit prices ►►ill prevail. exempt or confidential under the Public Records Act G. My bid rceci ►ed after the stipulated hid due date and time through no rank of the County will he considered late, and 3:16 CANC EI.1.ATION OF SOLI(' except under U1e most exeCpGuttal circumstances, not he 1 he County reserves the right to caned, 111 Whole Or ill part, pry einrodeced for award. Invitation to 1:3td when it is in the best hitcrest of the County. 11. Unless otherwise specified in the solicitation, prices quoted shall be ) Destination. Freight shall be included in the 3.11 AWARD bid price. A, Any award ►will be Itmdc to the lowest piioedin- yptmcive -and recpoiSible bidder. '1 he County reserves the right to meet 3A COLLUSION arty and all bids, to waive non - material incgularities or VWrhere two (2) or nova related panics, as 'defined herein, each technicalities and to tc- advertise for all or any part or this submit a bid for the same contract, or evidence any prim solicitation es deemed in its hest interest The County shall understanding, ugteenlcnt, or connection in such regard, such huts be the sole judge of its hest interest. 'shat! he presumed to be collusive Related parties shall wean 11. When there are multiple line items in u solicitation, the kidder ur prhteipals thereof !hut have a dircct or indirect ownership County reserves the right to nwirnl on an individual item uttetcst in anotherbithler for11Ic same convect or in which a parent basis. any combination of items, total low hid or iu company or the principals thereof of tine bidder have a direct Ile whichever nuutncr deemed in die best uttcresi of the County, indirect ownertihup interest in another htddei forth same ctnllrut.t This provision specifically supersedes any method of award Rids found to be collusive shall be iejectcd, Bidders which have Criteria stated in the solicitation when such action is clearly been found to have engaged in collusion may be considered non- accessory to protect the best interests of the County. tesponsiblc, and may he suspended or debarred Any contract C. 'the County reserves the right to reject any and all bids if it as resulting from Collusive bidding may he terminated for delimit. - IdClemmined that prices are excessive or delemtined to bc unreasonable, or it is othetwisc determined to be iii the 3.5 I' NOII iDITION AGAI NS If CONT[NGEN 1' F FEN County's best interest to do so The vendor warrants that they have not empltmy+et or retained any O. this 1'o my reserves the right to negotiate prices with the low company or person, other than a bona fide employee worlsin i bidder, provided that the scope of ►yolk is not amended solely forthe vendor to solicit or secure the contract,and that they E. Award of this solicitalirm will only be made to firms that have not paid of agreed to pay arty person, company, commotion, gatisiy all noeessury legal requirements to do, business .with individual, or fimt, caber that a bona tide employee working solely the County, The County may conduct a. tre,award inspecticnt for the vendor, any ctnlsideration contingent upon or resulting from of the bidder's site or hold qt pre-award quahtica;tion hearing the awytnl or ulukmo of the conlrpct In determine the responsibility and capacity of the bidder to perform thc requirements of !hit solicitation. Awatd of the 3,6 (_ONTRACTING FYI 1'W COUNTY EMPLOYEES ' contract resulting from this solicitation may be predicated on Any Couiny employee or member of Iris or her mmnediate family complrunoe'witlt and submittal of all required do as , seeking to contract with the County shall seek a conflict of interest sllpiiluted in the solicitation. opinion from the County Attorney prior to submittal of a response E. The bidder's perfumtanee as prime Ur suboontractor no to c with thc County. The affected employee shall disclose previous (otmty contracts shall he tal.en unto account in llte employee's assigned function Within the County and interest or evaluating the responsibility of u responding bidder. the interest of his or her immediate family in the proposed contract G. 'I he Duectoi of Procurement Services will decide iiU tie bids and the online of the intended contract in consonance with current tiritten procedure'tit that regard. H. A vendor wishing ht protest any award decision resultiml 3.7 i1CCURR}:3J EXPENSES iroiit this solicitation shall do so hi set Ranh in thc Comtly's This solicitation does tux commit the County to award nor be Purchasing Procedure Manual It is incuntbenl upon the rcsponsibk for any cost ol. capcarse which may be incurred by any vendor to be aware of the posting of any associated nwaid bidder in preparing and submitting a bid dr any cost or expense recommendation, Any protest received after the actUul incurred by any bidder prior to the execution of a purchase order or contract award dale may be rejected ctmlract agreement. Hy submitting a hid, the kidder also agrees that the Courtly hears no responsibility for any costs of the kidder 3.12 GFNF.ItA1. CONTRACT C ON'1)1TIONS associated withaity adnnnistrat e fir judicial procoodings resulting - '11nc contract shaft bc binding main and shall i nure iii die benefit of *um this iulicitation proves + - each of the parties and of their iespcetivc sac e_ssore and permitted assigns. the contract may not be amended, released. discharged, 3.f1 COUNT Y IS 1'AX - EXEMP C rescinded ar abandoned, except by 0 wlattcn instrument duly The County iti ;generally exempt from Federal Excise lases and all cxcented by each of the potties hereto The failure of any party Stare of Florida sales and use twits. Do not include any tax on any hereto at any tune 10 enforce any of the provisions ot the contract 15 SECTION 3 — GENERAT. TERMS AND CONDITIONS 1113 Number': 11 - 0810 -mu in no way constitute or bc construed us a waiver of such , or npplatvnts for employ nrcnt. The vendor understands that imy provision or of nny other plovlsion hereof, ik t in any ver' uffeet contract is conditioned cumin the %teracity of this statement. the validity uf, or the right thereufler to enforce. each arid every provision of the contract Any dispute arising during the course of 3.20 SUBCONTRACTING ctntrut,t perl'onnanoe that is not readily rectified by coordhlatitm Unlcsg othero Ise stipuletccl heroin, thc ,vendor shall not between the vendor and the County ricer department -shall be suhcontract any portion cif the work withouC - the prior written referred to d'rgcurement Services office for tesoltnton, consent of the County Subcontraetitig without the prior conserif of the County may result in totmination of the contract for default 3137 Q'fI1ER AGENCIES With the - consent of the vendor, other ttgenCies may Make 3.21 ASSIC.NBMENT jiurclnases in accord wilh thc contract_ Such purchases shall he 1 he veedorsItall not assign or teamster any e4lntract resulting from , governed by the some terms and conditions as stated herein With ilia solicitation, including any rights, tide or interest therein, or its the of the change in agency dame. power to execute such contract to any person, tamtpotty or corporation vvilhont the prior written consent attic County. 3.14 CONTRAC 1' I XTi.NSiON The County has the unilateral option to extend a contract for up to 3.22 KI:SPONSIBLLI 1 II S'AS EAWPLOYI R ninety (91.1) ctrlendlu• days beyond the ctfrrent volume; period In The employee(s) of the vendor shall he eon4idered at all tinter its such event, the County vs ill notify the vendor(s) in writin of 'such employee(s), and not an employee(s) or agent(s) if the County, extensions. The contract may be extended beyond the initial The coniniutor shall provide employee(s) capahle of petlorming ninety (90) day extensitm upon mutual agreement between the the work ar required. t he County may require the contractor to County-and the vendor(s) Exercise of the above option, requires remove any cmplo)re it deems unacceptuhle_ All employees of the prior approval of the 13ircctor of Procurement Services the contactor may he required to w iir appropriate idcntificilton. 3.15 WARRANTY 3.23 INIIUt1NiFLCA1 JON All vvarrantics express and implied, shrill be made available to the 1 o the extent permitted by law, the vcnchlr shall indemnify end County tor goods nerd seiviccs covered by this solieivawn. MI hold harmless the (County and its officers, einployees, agents and goods furnished shall bc folly guaranteed by the vetrdor against utstnanentalities from any and all liability, losses or damages, faetnry defects and worl.rnmrship At no expense to the County. including attorney's foes and casts of defense, which the County, or the vendor shall correct any and all apparent and latent defects dell its officers, employees, agents or insttumcnlalitre, may incur as u may occur within the manufacturer's standard Warranty period. result of claims, denuatds, stets. causes of actions Or proct'edittgs The special conditions of the solieitelioln may supersede the of any land or nature artsing out of relating to or resulting Gan manufacturers standard warranty, the performance of the agreement by the vendor or its emplbyecs, agents, servings, partners, principals or subcontrnctors The vendor '3.16 ESTi51A'l Elf Qt IANTITIES shall pay all claims and kisses in camectum therewith, told shall Estimated quantities to dollars arc for bidder's guidance only. No investigate and defend all claims. suits or .actions 01 any Lind or guarantee k expressed or implied as to quantities ter dollar value nature in the name of thc'Coimly, where applicable, including that w ill be used during the contract pcttod, I he County is not appellate proceedings, and 'shall pay all costs, judgments. and obligated to place any order for a given amount subsequent to the attorney's fees which may he i ncurrcd thereon. The vendor aoard of ibis solicitation. 1 he County may use .estimated expressly understands Hurl agrees that any insurance - pmtcuhort quantities in the ewurd evaluation process Estimated quantities do required by this Agreement or otherwise provided by Iha v endor not contemplate or include possihle additional quantities that may shall in no W1iy limit the responsibility to indeninify, keep and save be ordered by other entiiie. -ihai may utili>'c this contract In ny _hturmlt:ss and defend the C'oimly or its officers, employees. agents event shall the County he liable for payments in excess of the and in'lrumeatahtics as herein provided. amautu due for quantities of goods or services actually ordered_ 3.24 11OD1t<1CATlON OF CY1' TRACT 3.17 NON- EXCLUSIVI'1 X My contract resulting from this solicitation may he"modtfjcd by II is the intent of thc County to enter into an ill reement that will mutual iitnnent of' duly authorised panics, in writing through the sitisly its needs aS described within this solicitation However, the issuance of a modification to tine contract andlor purchase order as County reserves the right to perform, ter cause to bc perfounet, all appropriate 1'his'presumes Ilic'modifiuitiuu ttselt is in compliance or any of the uaik and services herein described in the mariner with all applicahle procedures, deemed to represent Its best iitterests. in no case wIll the County he hablo for billings in excess.of the quentity of goods or services 3.25 1 ER11iNATION EfIR CONVENIENCE. actually provided under this contnrcl_ 'The County. at its dole discretion, reserves the right to terminate this contract Tim shirty j30) days written notice,. 1)pun receipt of 3.18 CONTINUATION (ill' WORK such notice, the iendor shall nit incur any additional costs under Any work that commences poor to, and Will extend. beyond the this contract. Thc County shall be liable only for reasonable cork e'tpiiapon dote of the current contract pciiod shall, unless incurred by the vcndiir prier to notice of termination, I he Comity terminated by mutual Written a.bretment between the County and shall be the sole judge of leasonablccotds " the vendor, continue until completion nithout change to the that current prices ,dcrms and conditions. - 3.26 'I'KKA11NATION. DUI". TO UNAVAILABILITY OF CON 1 INIJiNG FUNDING 3.19 LAWS, KI1I.ES, REGULA 1'IONSAND L10ENSIsS When lunds are not appropriated - or ntherwhse made available to The vendor skull comply with all fedetal,'statc, and hall lows and' Support continuation of pertomtant.e 10 a current iir subsequent regiilatums applicable to pnnisionn of the goods uidlor setviees fiscal year, the ctnntiact shall be cancelled and the vender shall be specified 111 this 5olicduttOn Dllrhlg the term 01 the contract the reimbursed for the rcasrmuble value at any non - recurring croslr vends assures that it it m compliance old) Title V11 of the 1964 incurred amortized in the pr ice of the supplies or services/lusts Civil Rights Act, a.% alhendcd, and the riot ids Civil flights Ael'of delivered under the contract. 1992. in that the vendor does riot al the ground'. of race, color, nominal nrIgln. religion„ sex, age, disability or marital status, 3.27 '1 Mehl LNATION l OR UEFAULI' distxunination in any form or manner against the endforcmployces ilicC:ounty reserves the right to terminate this contract, in purl m in whole, Or affect other ,appmpriite remedy 'in' the event the 16 SECTION 3 -- GENERAL TERMS AND CONDI'T'IONS 1733 Number. 11' -0810 vendor fails to .perfiriru in accordance with the icons and respective right. to !lave such action tried hyjury trial and hereby conditions stated herein The County further reserves the right to consent to the utie of non jury trial for the adjudication of such sort Suspend or debar the vendor in uccbidance with the County ordinances, resolutions and/or adwinisttntive orders. The vendor 342 STATE REGIS I R U ION REQUIltEalIs S will be nottticd by fitter of the County's intent to terminate In the Any corporation submitting a bid in response to tiffs HE shall event of Icrrnnatioa for default. the County may procure the tither bc registered or have applied for registration with the Florida required goods and/or services from wry source and use any Department (rf State in accordance wvlh the provisions of Chapter method deemed In its best interest. An re- procurement cost shall 607, Florida Statutes. A, copy of the registration/ aPplicatuin may he borne by the vendor, he required prior to award Of a conlroicl_ Any partnership submitting a bid in response to this 1 I K shall have complied with 3.28 FRAUD AND alISRFPRESENTA`I'1ON thc applicable provisions of Chapter 620, Florida Statutes. For Any individual, cot porrtion or other entity that attempts to meet its additional information on these requirements, pha cintuct the ctmtnictual obligations with the County through Gaud, Florida Secretary of State's Office, Division of Ca rpaI uIons. misrepresentation or material misstatement, may be debarred for gOt).755 511] 010p-8o-ow doss late up to lire (5) years. The County as a further sanction may terminate or cancel any ollhCr contracts with such individual, 3.33 1'141filE CONTRACTOR corporation or entity with such s endor held responsible for all The vendor awarded the contract shall act as the prints connector direct or indirect costs assoe irded with termination or cancellation, and ,,hall assume full responsibility for successful performmnce of includingattomcy's fee, the contract. the vend& shall be considered the sole point of contact with regard to meeting all requirements of the contract, All 3.20 ILIGH l' TO AlIDIT subcontractors will be subject to advance review by thc C,'ouuty in 1 he COUNTY reserves the right to regttite CON1RACMR to regards to eompctency and secunty concern. Alley the award of submit to an audit by any auditor tif the COUN 1 Y's choosing the contract no change in suhccivactors will be made without the CONTRACT OR shall provide access to rill of its recordswbich coos= of the County. The vendor shall he responsible for all relate directly or indirectly to Ihis Agreement at 115 place of insurance, permits; licenses. and related matters for any Ind ull busbies's during reeulat business hours. CONTRACTOR shall ,subcontrucurrs Even if the subcontractor is .- self- insured, the retain ull records pertaining hi this Agreement and upon request County may require the conhnetor to piovirle any insurance make them available to the CO1JNTY for thicc (3) years following tertificatcs required by die st to be performed. expiration of the Agreement CON1'RAC 1 OIt agree, to provide such assistance as may be ncccssary to facilitate the review or 3.34 FORCE. MA,1IWRE audit by the COUNTY to ensure compliance with applicable the parties will exercise CVCry reasonable effort to meet their aeecnmllug and financial standard. Additionally, CON I RACTOR respective obligations hereunder, but shall not tic ltahlefot delays 'agrees to include the requirements of this provision in all contracts resulting -from force maleure or other CHOWS beyond their With subconlrpetur',rmd !material suppliers in etmuection with the reasonable control, including, but not limited lo, compliance tr Iih work perfirmreJ hereunder It an xuclii iwCppecuon or c'canlumlicm revtslcmg to Govenwtent law or regulation, acts of nature: ail. or pursuant to this section d isc)ow+ overpricing or overcharges of any omissions of the other party, fires, strikes, national disasters, Wars, nature by the CON'1 RACI'OR to the COUN 1'Y in CYCer. or One riots, transportation problems; imi for any outer cause +vhalloevcr percent (1 %) of the Iota! contract billings, m addition to making beyond the reasonable control oldie parties. Any such cause may adjustments for the overcharges, ilrc reasonuble actual cost of the he cause for upprrpnate extension of the perfinrnance period. COUNT Y audit shall bc rcinhnrsed to the COIJN'I'Y by the CONTRACTOR. My adjustments un(Ubr payments ttrhich must 335 NO CL.AIAI FOR l »AmACFS be made as a result of any such audit or inspection of the 'No claim lot damages or any claim other than fill an extension of CONTRAC I OK's invoroes and/or records shall be made within a tune shall be made or usseited against the Cmnnty because of any reasonable amount of time, but in no eveiiL shall the time c;oeed delays, No interruption, mlcrfer ace, inefficiency, suspension, or ninety (90) days, front of the CO UN I Y =lit dit - delay' in the, commencement or progress 01 thc Work shall relieve findings to thc CON I'IKA MR the vendor of duty to perform, or give rise to any right tai damages or additional compensation from the C'tiunty, The vendor's sole 3.30 PURIM.: RECORDS remedy shall he the right to sock an extension to time contract lime. All cleutnmic files, audio and/or video recordings, and all papers However, this provision shall not pr recovery of damages by pertaining to any activity performed by the vendor for or on behalf the vendor for hindrances nr delays due•solcfy to fraud, bud - faith. of the County shall he the property of the County and will be or active intcrfcrcncc on the pail oflhc County Wined over In the County upon request. In accordance with Chapter 119, Flor Statutes, each file and all papers pertaining to 3,36 '1 RV 111 IN NI GOTLVI1ON CERTIFICATE any uetiwdies performed for or tin beh of the Cou ore public For all luntp -suns or cost -plus fixed fee agreements; exceeding records available for inspection by any person even if the file or $150,000, the firm awarded the agicctncnt may be required, to paper resides in the vendor's office or facility. The vendor shall execute a truth in negotiation certificate staling that the wage miles maintain the files and pipers Ibr riot less 11161 lithe (3) complete and other faelual wit costs arc moorage, eurnplete and current, et calendar years alter the project lus been completed or terminated, the time ofeexitractulg or in accordance with only grunt requirements. whichever is Mager. Prior to the close ant of the - Contract, the vendor shall appoint a 137 'GRANT FUND INf; records custodian In handle any records request and provide tits. In the event any part of the contract is to be funded by, fcdcrtil, custodian's mime and telephone number(s) to the County. state, or Otter local agency loonies, the vendor hereby agrees to comply with all requirements or the funding entity irpplieuble to 3.31 GOVERNING LAWS the use of the monies, including hill application of requirements. The interpretation, effect, and validity of amy,comtract(s) resulting inVOlving the use of niirtorily firms, Women s husutess enterprises, from this solicitatiou shall be governed by the laws and regulations and labor surplus urea flans Vendors are advised that payments cif the Slate of Florida, and Lake County, Florida Venue of any tinder the contract may be withheld pending completion and court action shall be in I ode County, Florida_ In the event that a submission of all required forms and documents required of the suit is brought for the enforcement of any term of the contract. or vendor pursuant to the goult funding requirements. A copy of the - any right arising there from, the parties expressly waive their requirements shall he supplied tb the vendor by the County, upon request 17 SECTION 4— PRIC I NG/ +CERT.IlEi C A' !IONS/ SI-G N ATIffik8'' _ITT 11,08,1 lira TITLE: 'S IC IIVICE TES I ' ING OF GRO0ND LADD E RS • LtikeCOun4i i eNciripl frOin all tax,cs.(Fedcrtil, .Statc, and Local). Pricing ;,shoold be less all 'taxes.- A Tax Excmpt;oh Certificate Will inficrnished.Upon request_ •-• The veador shall not 'alter , or:a mend any of the, ilit'cirinatiari but not liinitedlti statet.units - of measure, item,clescriptioni, or quantity) Statcdin the Pricing SeetiOn If any quan1itte ai s11d in the-,prieitig - section as being "estimated quantities, vondois are sadviseit to review the uantities" Clause contained in 'Sect i on 3 of this solicitalioir • Each price offered in 5 bid shall a 4flu-fixed price, ,exclusive or any ox. Any bid containing iitodif5ing Of 'escalator" elinisd not speetficlillS' t1low d for .under lhe solicitation will not 'be , considei ed_ ▪ All pricing,shall be 1- Destination unless OthenVigGspeCified in tliiss6lieital i on di:x=1ml t. All l ir, foi li Submitted shall. remain valid loi a 90 day period, By signingAndstibmitting‘a responSe to this soliCital ion, the vendor specifically - nreedfo [his condiibn • Vendors Etre a d to visit, our website ai and register, kts,:lt potential vendor. Vendors that have regiStei recei an e-mail notke the ' County issues 'n "solicitation - matching the-commodity codes selected '6,,r`g 1iendof dui in registration p u cos. ACkNOWLEtib- OF AnI/P.NbA I NSTRAJC'TIONS: Con Part,,i OfTart whichever applic - _ ,4; ' 4 , . I _ ) The,biddd inuSt Jist below th e dates ofissue.for each liddendum received.in connection With _Addendum Dated; Add en& n 'IR, Dated Addendbin 1.13, Dated'. - • •ddendu in UI, Dated: Paterf:"-. • 'I ;- r; • , " -l ■ 1- • 1" a .!t h ! j;4 ° No Addendum Wag rCt.ialtVPd ,vv kink. EXHIBIT B SIXtTLON 4 — PRICING/ CTRT1NEGATIONS /-SIGNA'lliftE5' 1 -da rt) PRICING SECTION This,is -an i indefinil%: rjunntity, ontrnct with no guarantec,si rvices rcgt{Ired. Thc'Connty doca nurg,iltranlec �+ minimum ur maximum ijollnr anmunt to he expended nn an contrnct(s) r't:aulting frorij flits Invilaili4n t� >l3id. Pricing shall ,include Nino• required I and from relpedi►'c sites. Vendor pricing ahnll -includt•rll of the vendors o erhhead, including, bul not limifcd'hi, trip cha rge , . and mileage. PIZICING SECTION F ,; ' 2 a i r _4Extendelt ' iNun berz,t : _ ., . f'�tem Dtisci�iptian ,s, '!'Unit, _'" 4 r ()ty - _ I'%ice:w' Prices 1. I'r ic:e'per foot for ground ladder Foot 200() $ /': S 2 I, • i ns pection(teri ification (J-' sti mated }, `2 _[ dder Bauch (if necdcd , acl� $ 3_ DO $ 1 l) tAI:CO 4 I T6' p 3 - Beat - Sensing I.abeis",(if'nccded) .Each $ 1 '.7S' $ TAD _- A. Dander 1ln lc.f ihels' ( ded) Each' S'2` -.5 ' Time "(int,dii tacomplete annual, testing: ,6p days 71-NO wok 4-P gE ' 0 _1J/7Jf ice/ !Q4S' 5lll1%6 Nani /C'e111F3c /Email itf emergency C011 tact: \(iLL/AW1 r 6y 32! bell r 4vl er 19 SECTJ OK 4 —PRICING/ C'ERTIF[C :A'1'4ONS/ SIGN A'I'ITRES ITB Nuntbct : 11 -0810 Ry Signing this 13li1 the Bidder Attests and Certifies that: • It satisfies all legal req emcnls (us tw eiitity) to do business with the County'. • The undersigned vendor act ;nowlcdues that award or a canitact iraty be contingent 'Ton a -i t'niiinnti t by the County that the vend*, has the capacity acid capability ld successfully ptufoi n.the contract. • The bidder - hereby certifies that it understands all requirements of this suliortatioli, and that the undersigned individual is dull' anthori7ed to caucute this - hid document and any conlraet(S) Ind /nrotherhtjusaetions required by award of this solicitation, Ccrtiffention Regn ing Acceptance of Crgmty Electronic L'ayalile Proees Vendor will accept payment tising,tht ir`c +unty's \r]SA- bused electronic payment system: SYcts ❑ No PurchNSlng Agreements with Other Gm eminent Agencies This section is optional and will not affect contract amid. If Lake County awarded you the pi oposed contract would' you Sell under the sate tei ins and Conditions, for the same price, to othengovet nmental agencies in the State of Florida? Each Boveinmenettl agency deSinng to accept to utilize this contract shall be tesponsib1c for its ow purchases and shall be liable only for materials or services-ordered and received by it 'il`cs [] NO (Cheek one) Certification Regarding, Felony Conviction Has any officer, tliiector, or tm executive performing equivalent dillies, c►f the bidding entity lx r n c,nvioted of n felony diiringMc past lull ( 10) }'ears ?' 0 Yes g No (Check ones Conflict of Interest Disclosure Certification Except as listed below, no employee, officer, or agent Of the firm has any conflicts or interest, teal 01 apparent, duet to ownership, other clients, cotltincts, or nttcrests associated with this pioject, and. this hid is glade ttiithopt prior mirleistanding, agreement, or connection with any corporation, firm, or pet 500 submitting, tt proposal for tho st services, and is in all respects fait and without collusion (11 fraud DUNS Number (luseit if this action involves a icdend'funded prujcx t) l / 2i,.1 7 Gir / rS tt l al Vendoe, Irfforrrt�lailn itindi Proposal Signtitttre: • Finn Name: l :r 12-O l ( l P FJ S {`r t(L - it Street Address: , q B L Vz Moiling Address, (if different): - '1'elepholte No 1 / 1 07 - .5 -4 /5 7 ^ 941 t6nx No.: 9 f�.-54 9 OU -in ui: eiha,tie/ r}/dit FLIN No. 2.. - 2 1 `! U _ 'Prompt Put'inent Perms / e2 04 3() days, net Sigrt£lhne' "iii Bate' 3/ / Print Nemo. ISAL LLll4L 1.4 , 144ADrtitic: Pf S '/D67AI Awar of Co ne act' by the cblitity:- ('Official Use O - ' - ' Jay signature below, the County conforms award to the above - identified vetld°, undci the above identified solicitation A separate purchase order will be. generated by the County to support the contract. Vend r attardcd ra Sole vendor ❑ Pie- qualified pool vendor bused on price ❑ Pre - qualified pool vendor (spot bid) ❑ Pi unary vcndo i far items= T ❑ Sceontialy vendor for ileitis: ❑ Other status: Signature of authorized Count official, Date: + /.Jr - If Printed name: jeft t��� ✓O o07 _ 11U01 ■ aelld,GR �{j^ Purchaau Order Number assignecl ti this contract for billing purposca. . . 20