Loading...
2013-12 AGREEMENT FOR FIRE APPARATUS REPAIR SERVICES THIS AGREEMENT, made and entered into this day of ..e.1DC uark 2013, A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Florida (hereinafter referred to as "CITY"), and Hall-Mark Fire Apparatus, 3431 NW 27th Avenue, Ocala, FL 34475 (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Punta Gorda, Florida through the public procurement process awarded Solicitation#Q2009115/SVC-Fireveh/0910/2 for fire apparatus repair services; WHEREAS, based on CONTRACTOR's response to Solicitation # Q2009115/SVC- Fireveh/0910/2 the City of Punta Gorda entered into a contract for the provision of repair services; WHEREAS, CITY desires to utilize the above-referenced awarded bid and CONTRACTOR's response thereto in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the contract entered into with the City of Punta Gorda. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I - SCOPE OF WORK The CONTRACTOR shall provide fire apparatus repair services as described in the City of Punta Gorda contract attached hereto and incorporated herein as Exhibit "A" and shall do everything required by this Agreement and the other Agreement Documents contained in Solicitation # Q2009115/SVC-Fireveh/0910/2 which are a part of these Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. To the extent of a conflict between this Agreement and Exhibit"A", the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. ARTICLE II -THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in set forth in Exhibit `A', attached hereto and incorporated herein. ARTICLE III—TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties, and shall remain in effect until April 1, 2016, unless terminated or renewed as provided for herein. 1 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 nght or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. 3. Upon mutual agreement of the parties, this Agreement may be renewed for two (2) additional one(1) year terms. ARTICLE IV - COMMENCEMENT AND COMPLETION OF WORK The CONTRACTOR shall provide all items in the timeframe as set forth in Exhibit "A" and the applicable purchase order or notice to proceed. ARTICLE V - PAYMENTS In accordance with the provisions fully set forth herein, CONTRACTOR shall submit a payment request by the third (3rd) day of each calendar month for items provided 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 services provided and accepted by the CITY. ARTICLE VI—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 Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having junsdiction thereof. 2 ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The CONTRACTOR shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all his employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 2. CONTRACTOR's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be minimum limits as follows: (a) CONTRACTOR's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (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, damage, loss or expense (1) is attributable to bodily injury, sickness, 3 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 VIII -NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: Hall-Mark Fire Apparatus 3431 NW 27th Avenue Ocala, FL 34475 CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE IX—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 4 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 X-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/Notice to Proceed 3. All documents contained in City of Punta Gorda Contract dated May 19, 2010 (Exhibit"A"hereto) and Solicitation#Q2009115/SVC-Fireveh/0910/2. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this aLo day of r u CtcLt_,2013. City of Clermont Harold S. Turville, Jr., Mayor Attest: Tracy Ackroyd, City Clerk Hall-Mark Fir= Apparatus. By: i / 6'Z-or w tT- Title Attest: /// Corporate Secretary v . C /yJ6f1. /lei (Name Printed or Typed) 6 EXHIBIT A PRICING 2011 Maintenance Agreement-E-ONE/HORTON CUSTOMER RATES REPAIR RATES RATES NOTES: NORMAL BUISINESS HOURS Hours: Monday through Friday-7:30 AM through 4:00 PM $90/per hour(E-ONE/Horton The vendor must dispatch the appropriate repair staff for repair. However, the vendor Hourly rate per person after minimum customer rate) must receive written approval from the City on-site service charge has been met $95.00/per hour(Contract rate) (Customer) if the job needs more than one $99.00//per hour(Non-contract) repair staff to complete the repair. EMERGENCY/AFTER HOURS MONDAY THROUGH FRIDAY -4:01 P.M.THROUGH 7:29 A.M.; SATURDAY AND SUNDAYS; HOLIDAYS $125/per hour(E-ONE/Horton The vendor must dispatch the appropriate Hourly rate per person after minimum customer rate) repair staff for repair However, the vendor on-site service charge has been met. $130.00/per hour(Contract rate) must receive written approval from the City $150.00//per hour(Non-contract) (Customer) if the job needs more than one repair staff to complete the repair. EMERGENCY/AFTER HOURS MONDAY THROUGH FRIDAY -4:01 P.M.THROUGH 7:29 A.M.; SATURDAY AND SUNDAYS; HOLIDAYS $125/per hour(E-ONE/Horton The vendor must dispatch the appropriate Hourly rate per person after minimum customer rate) repair staff for repair. However, the vendor on-site service charge has been met $130.00/per hour(Contract rate) must receive written approval from the City $150.00//per hour(Non-contract) (Customer) if the job needs more than one repair staff to complete the repair. REPLACEMENT PARTS : 30%OVER VENDOR COST(INVOICE)OR 10% DISCOUNT FROM LIST WARRANTY: 90 DAYS LABOR , MFG WARRANTY ON PARTS, AND 30 DAYS ON GENERAL USE/WEAR PARTS RESPONSE TIME Out of Service Apparatus Begin within 24 hours Apparatus at Risk Begin within 48 hours Normal Service Work Begin within 72 hours Completion Time for Scheduled PM Maintenance From time of pick-up to delivery of unit 24 hours * In the event an apparatus is out of service for more than seven consecutive days, a loaner vehicle will, if in stock, be made available to the customer Availability is subject to having loaner apparatus in Hall-Mark's possession at time of vehicle breakdown. Contract is in force until such time Hall-Mark is not used exclusively for service and maintenance Customer pricing is valid for active E-ONE/HORTON customers. *This agreement is valid for one year and is renewable upon mutual consent by both parties Amendments or adjustments can be made at any time upon mutual consent of both parties. Hall-Mark Fire Apparatus, Inc Date Customer Date Contact Information: George Scott-Service Manager-Office: 1-800-524-6072/Mobile(24/7)352-572-2575 AGREEMENT BETWEEN CITY AND CONTRACTOR SOLICITATION #Q2009115/SVC-FIREVEH/0910/2 THIS AGREEMENT is dated as of the I 0.44-1 day of the year 2010 by and between: The City of Pun orda 326 West Mario Avenue Punta Gorda, FL 33950 (941) 575-3302 (Hereinafter called CITY)and Hall-Mark Fire Apparatus 3431 NW 27th Avenue Ocala, FL 34475 (352) 629-6305 (Hereinafter called CONTRACTOR) The Agreement Documents consist of this executed Agreement, the complete Solicitation Document #Q2009115 and CONTRACTOR'S Submittal Package, and all documents that may be executed as a result of this executed agreement. City and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: CONDITIONS OF WORK/PURCHASE: All work performed or purchases made shall be in accordance with the terms and conditions of this Agreement and any attachments hereto. No other conditions or modifications of these terms and conditions will be effective unless specifically agreed to in writing by the CITY's appropriate level of authority. Failure of CITY to object to provisions contained in any acknowledgment, document or other communications from CONTRACTOR shall not be construed as a waiver of the Agreement's terms and conditions or an acceptance of any such provision. / This Agreement and any attachments hereto, constitute the complete and exclusive statement of the parties which supersedes all previous agreements, written or oral, and all communications between the parties relating to the subject matter hereof. This Agreement shall not be modified, supplemented, qualified or interpreted by any prior course of dealing between the parties or by any usage of trade. Only the CITY's appropriate Change Order Authority can make changes or modifications by issuance of an official change notice. ARTICLE 1. -WORK All work to be performed in accordance with the Agreement Documents, Exhibit A and shall be completed in a timely and professional manner. ARTICLE 2.—CONTRACT ADMINISTRATOR The Procurement-Manager-or-theirdesignee,T who-is-hereinafterreferredto-as-CONTRACT ADMINISTRATOR-will assume all duties and responsibilities and will have the rights and authority assigned to ensure contract compliance and management/administration of the Agreement. ARTICLE 3.—TERM AGREEMENT A. AGREEMENT TERM: This Agreement shall be for a three (3)year period, which shall on June 1, 2010. The CITY retains the right to renew this initial Agreement under the same terms and conditions upon mutual agreement with the Contractor. Agreement for commodities or contractual services may be renewed for a period that may not exceed 3 years, or the term of the original contract, whichever period is longer. Renewal of a contract for commodities or contractual services shall be in writing and shall be subject to the same terms and conditions set forth in the initial contract. A renewal contract may not include any compensation for costs associated with the renewal. Renewals shall be contingent upon satisfactory performance evaluations by the agency and subject to the availability of funds. 1. The CITY reserves the right to discontinue the contract in any year of a renewal period if it is deemed to be in the best interest of the CITY. Agreement Page 1 of 19 Solicitation#Q2009115/SVC-FIREVEH/0910/2 B. NON-EXCLUSIVE AGREEMENT: No Guarantee is expressed or implied as to the total quantity of commodities/services to be purchased under any open-end Agreement. Estimated quantities will be used for evaluation comparison purposes only. C. ORDERING: The CITY reserves the right to purchase commodities/services specified herein through contracts established by other governmental agencies or through separate procurement actions due to unique or special needs. If an urgent delivery is required, within a shorter period than the delivery time specified in the contract and if the CONTRACTOR is unable to comply therewith, the CITY reserves the right to purchase commodities/services from another source without penalty or prejudice to the CITY. D. FISCAL YEAR PURCHASE ORDER: CONTRACTOR will receive a purchase order for each fiscal year that the Agreement is in existence at prices quoted per the Agreement. E. APPROPRIATION OF FUNDS: If funds are not appropriated or otherwise made available to support continuation of this Agreement in any fiscal year, the CITY shall have the right to terminate the Agreement without any obligation or penalty. ARTICLE 4.—RESPONSE TIME A. Service contract hours are defined as: 1. Standard Contract Hours: Monday through Friday, excluding Holidays stated below, between the hours of 7:00 a.m. and 4:00 p.m. 2. After Hours/Holiday Hours: After hours for standard business days, Monday through Friday between 4:01 p.m. and 6:59 a.m., Weekends beginning Friday at 4:01 p.m. through Monday at 6:59 a.m., and holidays defined as New Year's Day, Memorial Day, July 4th, Labor Day, Thanksgiving and the day after, and Christmas Day. (Hall- Mark needs to provide a list of holidays.) B. The CITY and the CONTRACTOR mutually agree to a response times of: 1. Preventative Maintenance Schedule: CONTRACTOR shall provide the CITY with a Preventative Maintenance Schedule within ten (10) City business days from the award of the Agreement. 2. Scheduled Service Notification: CONTRACTOR shall provide the CITY with a minimum one (1) week notification for scheduled services. CONTRACTOR shall complete the scheduled services for each vehicle within twenty-four(24) hours of beginning service. 3. Out of Service Apparatus — CONTRACTOR shall place the vehicle on "TOP PRIORITY" and repairs will begin within twenty-four(24) hours of receiving notice from the CITY. a. Should emergency service be required beyond the standard contract hours and is requested by the CITY, the CITY shall compensate the CONTRACTOR at the contracted overtime rate. 4. Emergency Operations Event — In the event the CITY is placed in an Emergency Event status (i.e. hurricane, flood, etc) the CONTRACTOR shall contact the CITY within twelve (12) hours of the ALL CLEAR to access damage and required repairs to the vehicles. Communication may initially be verbal; however, in order to provide proper assessment the CONTRACTOR shall be required to be on-site to inspect the vehicles within twenty-four(24) hours of initial contact. 5. Response timeframes shall begin at the time the CITY first notified the CONTRACTOR by email or fax. C. The CONTRACTOR shall notify the City Representative upon completion of services. The City Representative shall inspect the service for Agreement compliance and notify CONTRACTOR of inspection results, which shall include a list all deficiencies, if any. The CONTRACTOR shall be required to rectify all deficiencies within three (3) business days. Failure to rectify deficiencies in accordance with the Agreement shall result in the City invoking Liquidated Damages clause. Agreement Page 2 of 19 Solicitation#Q2009115/SAC-FIREVEH/0910/2 ARTICLE 5.—LIQUIDATED DAMAGES A. The CITY and the CONTRACTOR mutually agree response time compliance and performance compliance are critical and failure to provide service in accordance with this Agreement and Exhibit A (Sections: Performance Requirements and Deficiency Reporting/Rectification Process) is a detriment to CITY services. Therefore, the CONTRACTOR agrees to credit the CITY for deficiencies not remedied, or failure to complete work as assigned, or failure to comply with the Agreement's response time. Deduction schedule for deficiencies will be made to the CITY, but not as a penalty, in accordance with the following: 1. Performance Deficiencies: Performance deficiencies are defined as failure to perform quality services for maintenance, repairs, or occasional installations in accordance the Agreement's specifications, installation of inferior parts and materials, or labor performed by unknowledgeable or improperly trained staff. Deduction shall equal 10%of the service performed. Failure to correct the performance deficiency by the extended deadline shall result in an additional automatic deduction of five percent(5%).The deduction(s)will reduce the CONTRACTOR's invoice and the CITY will pay according to the adjustment amount due. 2. Schedule Deficiencies: Deduction shall be automatic and in the amount of ten percent(10%)of the amount of work assigned for failure to maintain schedule for maintenance, response times or completion timelines for services. Failure to complete the work assigned by the extended deadline shall result in an additional automatic deduction of five percent(5%).The deduction(s)will reduce the CONTRACTOR'S invoice and the CITY will pay according to the adjustment amount due. B. The CITY reserves the right to cancel this AGREEMENT in its entirety should the CONTRACTOR fail to meet the response time or performance requirements five(5)times within any six(6) month period. ARTICLE 6.—CANCELLATION OF CONTRACT A. CANCELLATION CLAUSE: This Agreement may be terminated by CITY or the CONTRACTOR should CONTRACTOR or CITY fail to provide in any substantial manner the services and/or commodities required under this Agreement, or otherwise fails to comply with the terms of this Agreement or the Agreement Documents, or violates any ordinance, regulation or other law which applies to its performance under this Agreement. The CITY or the CONTRACTOR may terminate this Agreement under this subparagraph by giving five (5) calendar days written notice. The CITY, at its option, may give CONTRACTOR a reasonable period of time to cure the noncompliance. B. The CITY may terminate this Agreement for any reason and without cause by giving thirty (30) calendar days written notice to CONTRACTOR. Upon such termination, CONTRACTOR will be compensated for the value of the services performed and/or commodities delivered to the date of termination. C. DELAYS AND EXCUSED PERFORMANCE/FORCE MAJEURE. CONTRACTOR shall not be considered in default by reason of failure, which arises out of causes reasonably beyond the CONTRACTOR'S control, and without its fault or negligence. Such causes may include, however, not limited to: Acts of God, the City's omissive and commissive failures, natural or public health emergencies, labor disputes, freight embargos. ARTICLE 7.—AGREEMENT PRICING A. AGREEMENT PRICING: Parts prices, which are to be installed by the CITY, are FREIGHT PREPAID AND ADDED TO INVOICE/DESTINATION Punta Gorda, FL. Maintenance and labor related Agreement prices shall be inclusive of all freight, handling, delivery, surcharges, or any other incidental charges that may be required for the completion of the contract. Agreement price schedule is defined in Exhibit A. B. PRICING STRUCTURE: CONTRACTOR agrees to supply the CITY the items and/or services based on the below price structure: 1. Maintenance, labor and travel related unit prices shall remain fixed for the first year of the Agreement. 2. The non-emergency event administrative fee shall in accordance with the below schedule for repair parts and materials over the Contractor's cost and shall remain fixed for the term of the Agreement. a) Preferred Fleet Customer Tier Pricing—20%over CONTRACTOR's cost. Agreement Page 3 of 19 Solicitation#Q2009115/SVC-FIREVEH/0910/2 b) Fleet Labor Tier Pricing—30% over CONTRACTOR's cost. c) Retail Labor Tier Pricing—MSRP d) The CONTRACTOR shall be responsible to competitively seek fair and reasonable pricing, which is in the best interest of the CITY, for all parts and materials purchased for the project. e) The CONTRACTOR shall furnish copies of all contractor's invoices for individual parts and/or components exceeding $50.00 with all invoices upon request by the CITY. 3. The emergency event minimum discount from MSRP for repair parts and materials shall remain fixed for the term of the Agreement and shall be in accordance with the below discount structure. a) Preferred Fleet Customer Tier Pricing —20%discount from MSRP. b) Fleet Labor Tier Pricing— 10%discount from MSRP. c) Retail Labor Tier Pricing—MSRP C. PRICE ADJUSTMENTS: 1. LABOR RATES, MINIMUM ON-SITE SERVICE REPAIR CHARGE AND TRAVEL RATES a. The CITY will allow one (1) price adjustment in each subsequent year after the first year of the Agreement. It will be at the CITY's discretion to continue each subsequent year of the Agreement. However, additional consideration by the CITY may be given for extreme and unforeseen volatility in the marketplace as specified in section relating to"Equitable Adjustments". b. Price adjustments during the second and third year of the initial Agreement will be allowed, but shall not exceed the Consumer Price Index (Urban Consumers) South Region percent of change for the past twelve (12) months immediately preceding the date of written request for price adjustment. This request will become effective thirty (30) days from the date the notice was received by the CONTRACT ADMINISTRATOR from the CONTRACTOR for all purchases and services ordered after the effective date thirty(30) days from the CONTRACT ADMINISTRATOR receipt of request). 2. PREVENTATIVE MAINTENANCE SERVICES a. MAXIMUM PERCENTAGE INCREASE: The CONTRACTOR and the CITY have agreed to establish a maximum percentage increase for each subsequent year after the first year of the Agreement. The CONTRACTOR shall be responsible for providing written documentation supporting the requested increase to the CONTRACT ADMINISTRATOR in accordance with the Price Adjustment terms stated in this Article. The annual maximum percentage increase is defined as five percent (5%) b. The CITY will allow one (1) price adjustment in each subsequent year after the first year of the Agreement. It will be at the CITY's discretion to continue each subsequent year of the Agreement. However, additional consideration by the CITY may be given for extreme and unforeseen volatility in the marketplace as specified in section relating to "Equitable Adjustments". c. Price adjustments after the first year of the Agreement will be allowed, but shall not exceed the maximum five percentage (5) increase allowed by the Agreement. The requested adjustment must be submitted to the CONTRACT ADMINISTRATOR accompanied by substantiating proof of necessary increase (i.e. inflationary surge in fuel, wages, insurance or an unexpected cost increase from a supplying aggregate mine). In this event, written justification itemizing the adjustments and stating the percentage of increase must be forwarded to CONTRACT ADMINISTRATOR. CONTRACT ADMINISTRATOR will compare the requested price increase with the CPI index (Urban Consumers) South Region percent of change for the past twelve (12) months immediately preceding the date of written request. If justified and approved, this request will become effective thirty (30) days from the date the notice was received by CONTRACT Agreement Solicitation#Q2009115/SVC-FIREVEH/0910/2 Pa 9 e 4 of 19 1 ADMINISTRATOR from the CONTRACTOR for all purchases and services ordered after the effective date (thirty (30) days from City receipt of request). If the CONTRACTOR fails to justify the requested increase, CITY reserves the right to reject the price increase and cancel the balance of the contract. 3. If any price reductions are announced during the Agreement period, the CITY shall receive benefit of such reductions. This request shall also be in the form of a written notification from the CONTRACTOR and shall become effective thirty(30) days from the date of notice was received by the CONTRACT ADMINISTRATOR from the CONTRACTOR for all purchases and services ordered after the effective date (thirty(30)days from the CONTRACT ADMINISTRATOR'S receipt of request). 4. Equitable Adjustments: The CITY may, in its sole discretion, make an equitable adjustment in the Agreement terms or pricing if pricing or availability of supply is affected by extreme and unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1)the volatility is due to causes wholly beyond the CONTRACTOR'S control; (2)the volatility affects the marketplace or industry, not just the particular Agreement source of supply; (3)the effect on pricing or availability of supply is substantial; and (4) the volatility so affects the CONTRACTOR that continued performance of the Agreement would result in a substantial loss. Any and all equitable adjustments may be considered temporary due to the reason for adjustment. All equitable adjustments will be evaluated by the CONTRACT ADMINISTRATOR to determine if the reason for adjustment is still valid. If the reason for the adjustment is no longer valid, the CITY will terminate the adjustment and notify the CONTRACTOR. 5. The CITY reserves the right to negotiate the contract if the prices exceed the current marketplace. 1. CONTRACT RENEWAL - a. Price adjustment, during the optional renewal period, will be allowed. However, the CITY will allow only one (1) adjustment for each year of the renewal period. Requirements for requesting a price adjustment shall be in accordance with the Price Adjustments section-above and subject to CITY approval. ARTICLE 8.—INVOICING/PAYMENT TERMS A. The payment terms agreed upon by the CITY and CONTRACTOR are NET 30. B. INVOICES: Invoices shall bear upon their face the Purchase Order number. Invoices must state that they cover, as the case may be, complete or partial delivery, and must show units and unit prices. Invoices will not be paid unless and until the requirements have been fully met. C. PRICE/SALES TAX: Unless otherwise specified herein, the unit prices herein do not include sales or use tax. ARTICLE 9.—WARRANTY/GUARANTEES A. COVENANT AGAINST GRATUITIES: CONTRACTOR warrants that no gratuities(in the form of entertainment, gifts, or otherwise) were offered or given by CONTRACTOR, or any agent or representative of CONTRACTOR, to any officer or employee of CITY with a view toward securing this Agreement or favorable treatment with respect to any determination concerning the performance of this Agreement. In the event of breach of this warranty, CITY shall be entitled to pursue the same remedies including, but not limited to, termination, against CONTRACTOR as it could pursue in the event of CONTRACTOR'S default. B. PRODUCTS WARRANTY. Product or material shall be warranted against any defects in materials and workmanship. This period of manufacturer's warranty shall begin to run at the time the product(s),or material(s) are received, inspected, and accepted by a representative of the CITY. Original Equipment Manufacturer warranty shall apply unless otherwise specified in the solicitation document. C. SERVICE WARRANTY. Services and/or work shall be warranted against any defects in workmanship. This period of warranty shall begin to run at the time the completed, inspected, and accepted by a representative of the CITY. A six (6) month warranty shall apply unless otherwise specified in the solicitation document. D. MERCHANTABILITY WARRANTY. The goods or items furnished shall be of a merchantability quality. They also shall be suitable for the particular purpose as referenced in the solicitation document and in all supporting literature relating to the goods or items being purchased. Agreement' Page 5 of 19 Sohatabon#Q2009115/5VC-FIREVEH/0910/2 E. SPECIFICATION WARRANTY. The awarded CONTRACTOR warrants that all services will be in full accordance with the specifications and requirements of this solicitation document and this Agreement. ARTICLE 10. - CHANGE ORDER TO CONTRACT A. All requests for changes to the resulting Agreement shall be made in writing and is subject to approval by the appropriate level of City authority. B. The following the Change Order Authority Levels for the CITY. 1. CITY REPRESENTATIVE OR CITY PROJECT MANAGER. If the CITY has named a CITY Representative or Project Manager in this solicitation this authority will be applicable. The CITY representative or project manager has the authority to approve change order request in an amount up to $750.00 and may approve requests for contract time extensions not to exceed five (5) days. Minor non-monetary changes, which do not result in a change in the contract amount, may also be approved by the CITY representative or project manager. 2. PROCUREMENT MANAGER. The Procurement Manager may approve change orders in a singular or cumulative amount that does not exceed 10% of the total contract price with a maximum cap of Fifty Thousand Dollars ($50,000), with the exception of contracts requiring CITY Council's sole approval for an award. The Procurement Manager may authorize contract time extension in excess of five (5) days and non-monetary change, which are not considered minor, which do not result in a change in the contract amount. 3. CITY MANAGER. The CITY Manager may approve all change orders with the exception of contracts that require solely the CITY Council's approval. 4. CITY COUNCIL The CITY Council shall approve change orders for Exempt contracts that are reserved for CITY Council approval (i.e. Franchises, Inter-local Agreements, Land, Legal, Auditing, Actuarial Services and Medical Director. C. The CONTRACTOR fully understands the CITY's Change Order Policy. In the event the CONTRACTOR begins work on unauthorized changes to scope prior to receiving a signed Change Order by the CITY's appropriate level of authority, they do so at their own expense and risk not being compensated by the CITY for performing unauthorized work. ARTICLE 11. - INSURANCE REOUIREMENTS The CONTRACTOR, before commencing any work, shall provide insurance and furnish the City with a Certificate of Insurance for themselves and all subcontractors and generally shall require the following terms: • THE CITY IS TO BE SPECIFICALLY INCLUDED AS AN ADDITIONAL INSURED (WITH REGARDS TO GENERAL LIABILITY). • THE CITY SHALL BE NAMED AS CERTIFICATE HOLDER. PLEASE NOTE THAT THE CERTIFICATE HOLDER SHOULD READ AS FOLLOWS: City of Punta Gorda 326 W. Marion Avenue Punta Gorda, Florida 33950 No CITY Division, Department, Project name or individual name should appear on the Certificate. NO OTHER FORMAT WILL BE ACCEPTABLE. • REQUIRED COVERAGE: o COMMERICAL GENERAL LIABILITY - Not less than $500,000 per occurrence; combined single limit for bodily injury liability and property damage liability. This shall include premises and/or operations, independent contractors and products and/or completed operations, and a contractual liability endorsement. o GARAGE LIABILITY—Not less than $500,000 Per Occurrence o Business Auto Policy - Not less than $500,000 Per Occurrence; Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Owned Vehicles, Hired and Non-Owned Vehicles, and Employees Non-Ownership. Agreement Page 6 of 19 Solicitation#Q2009115/SVC-FIREVEH/0910/2 o Workers Compensation — Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum of $100,000.00 for each accident. o DEDUCTIBLE REQUIREMENTS: In no instance shall a deductible for any individual insurance policy exceed 10%of the per occurrence amount. In the event the insurance coverage expires prior to the completion of the contract, a renewal certificate shall be issued thirty(30) days orior to said expiration date. The policy shall provide a thirty (30) day notification clause in the event of cancellation or modification to the policy. ARTICLE 12. -CONTRACTOR'S REPRESENTATIONS A. In order to induce City to enter into this Agreement, CONTRACTOR makes the following representations and assurances: 1. CONTRACTOR employees providing services shall possess and maintain a current"EMERGENCY VEHICLE TECHNICIAN"certificates and shall be specific to the apparatus systems being serviced. Employee Certifications shall remain current through the term of the Agreement. 2. CONTRACTOR shall hold and maintain current Charlotte County Business Tax Receipt for the term of this Agreement. CONTRACTOR shall hold and maintain current City of Punta Gorda Business Tax Receipt for the term of this contract IF their business if physically located within the city limits. 3. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, Locality, and with all local conditions and federal, state and local laws, ordinances, rules and regulations that in any manner may affect cost, progress or performance of the Work. 4. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports, and data with the terms and conditions of the Contract Documents. 5. CONTRACTOR has given REPRESENTATIVE written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by REPRESENTATIVE is acceptable to CONTRACTOR. 6. SUBCONTRACTORS: a. CONTRACTOR shall be fully responsible for the actions of their Subcontractors. Therefore, should a Subcontractor perform work outside of the awarded scope of work they do so at the CONTRACTOR's expense and risk not being compensated by the City for performing unauthorized work. b. The CITY reserves the right to accept the use of a subcontractor or to reject the selection of a particular subcontractor and to inspect all facilities of any subcontractor in addition to checking of prior performance of like or similar work as delineated in part or whole as pertinent to this contract. 7. Equal Employment Opportunity Clause. CONTRACTOR shall be in compliance with Executive Order 11426 Equal Opportunity as amended by Executive Order 11375, and as supplemented by the Department of Labor Regulations as applicable. 8. Contract Work Hours/Safety Standards Act. CONTRACTOR shall be in compliance with provisions of Section 103 and Section 107 of Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) and as supplemented by the Department of Labor Regulations (Part V, 28CFR). 9. SAFETY COMPLIANCE. It shall be the CONTRACTOR'S sole responsibility to comply with all Local, State and Federal rules and regulations while performing work for the City. These regulations include, but are not limited to: Confined Space, Lock-out/Tag-out, Hazard Communications, Personal Protective Equipment, Excavation Safety, Respiratory Protection, and Hot Work Permits. 10. Competent Personnel. CONTRACTOR warrants that all services shall be performed by skilled and competent personnel to the highest professional standards in this scope of work. Agreement Page 7 of 19 Sobatabon#Q2009115/SVC-FIREVEH/0910/2 ARTICLE 13.—INDEMNIFICATION / LIMITS OF LIABILITY A. INDEMNIFICATION The CONTRACTOR shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless the CITY and Customers, and their officers, agents, and employees, from suits, actions, damages, and costs of every name and description, including attorneys'fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by CONTRACTOR, its agents, employees, partners, or subcontractors, provided, however, that the CONTRACTOR shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the CITY or a Customer. Further, the CONTRACTOR shall fully indemnify, defend, and hold harmless the CITY and Customers from any suits, actions, damages, and costs of every name and description, including attorneys'fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property right, provided, however, that the foregoing obligation shall not apply to a Customer's misuse or modification or CONTRACTOR's products or a Customer's operation or use of CONTRACTOR's products in a manner not contemplated by the Agreement or the purchase order. If any product is the subject of an infringement suit or in the Contractor's opinion is likely to become the subject of such a suit, the Contractor may at its sole expense procure for the Customer the right to continue using the product or to modify it to become non-infringing. If the CONTRACTOR is not reasonably able to modify or otherwise secure the Customer the right to continue using the product, the CONTRACTOR shall remove the product and refund the Customer the amounts paid in excess of a reasonable rental for past use. The customer shall not be liable for any royalties. The CONTRACTOR's obligations under the preceding two paragraphs with respect to any legal action are contingent upon the CITY or Customer giving the CONTRACTOR (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor's sole expense, and (3) assistance in defending the action at CONTRACTOR's sole expense. The CONTRACTOR shall not be liable for any cost, expense, or compromise incurred or made by the City or Customer in any legal action without the CONTRACTOR's prior written consent, which shall not be unreasonably withheld. B. LIMITATION OF LIABILITY. For all claims against the Contractor under any individual purchase order, and regardless of the basis on which the claim is made, the Contractor's liability under this Agreement for direct damages shall be limited to the greater of$25,000, or the dollar amount of the purchase order, or two times the charges rendered by the Contractor under this Agreement. This limitation shall not apply to claims arising under the Indemnity paragraph contained in this agreement. Unless otherwise specifically enumerated in the Agreement or in the purchase order, no party shall be liable to another for special, indirect, punitive, or consequential damages, including lost data or records (unless the purchase order requires the CONTRACTOR to back-up data or records), even if the party has been advised that such damages are possible. No party shall be liable for lost profits, lost revenue, or lost institutional operating savings. The CITY and Customer may, in addition to other remedies available to them at law or equity and upon notice to the CONTRACTOR, retain such monies from amounts due the CONTRACTOR as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against them. The CITY may set off any liability or other obligation of the CONTRACTOR or its affiliates to the CITY against any payments due the CONTRACTOR under any contract with the CITY. ARTICLE 14. ADMINISTRATIVE FEE TO CITY A. The CONTRACTOR shall compensate the CITY in an amount equal to two percent(2%)for all services and purchases made by Entities authorized to Piggy-Back the Agreement during the Agreement term (Participating Addendum—Exhibit B).This administrative shall not be charged back to the piggy-backing Entities. B. The CONTRACTOR shall provide semi-annual spending and volume reports to the CITY's Procurement Division for all Entities purchasing from the Agreement. Semi-annual report dates are defined as: THIS WILL DEPEND ON CONTRACT DATES. All reports shall be delivered to the City's Procurement Division no later than the 15th day of the following month. The format of the reports may be either in hardcopy and/or in a Microsoft Excel file. C. The CONTRACTOR shall make annual payments for the Administrative Fee to the CITY. The payment will be based on the period of WILL DEPEND ON CONTRACT DATES for each contract year or a portion thereof. Payments shall be received by the CITY no later than WILL DEPEND ON CONTRACT DATES.The annual payments shall be based on the Semi-Annual reports for the Piggy-Backing entities. The compensation shall be in a form of a business or certified check and made payable to the City of Punta Gorda. CONTRACTOR shall deliver the check to the attention of the CITY'S Procurement Manager. Agreement Page 8 of 19 Solicitation#Q2009115/SAC-FIREVEH/0910/2 ARTICLE 15. - MISCELLANEOUS A. AUDIT DISALLOWANCES. If at any time the CITY determines that a cost for which payment has been made is a disallowed cost, such as overpayment, CITY shall notify the CONTRACTOR in writing of the disallowance. CITY shall also state the means of correction, which may be but shall not be limited to adjustment of any future claim submitted by the CONTRACTOR by the amount of the disallowance, or to require repayment of the disallowed amount by the CONTRACTOR. B. SUBSTITUTIONS. In the event the CONTRACTOR, due to manufacturer or supplier discontinuing specified parts, is unable to secure sufficient supplies to fulfill all orders, the CONTRACTOR will be allowed to substitute an item of equal or better quality provided: 1. The product is sold at the contract price; 2. The CITY is contacted in writing in advance of the substitution; 3. The City retains the right to determine"equal or better quality"; and 4. The CITY gives written approval of substitution. If the Contractor is unable to fulfill all obligations in accordance with these terms and conditions, the City may acquire the product in the open marketplace with any cost increase being the responsibility of the Contractor. C. Material Safety Data Sheet, MSDS. In compliance with Chapter 442, Florida State Statutes, manufacturers and distributors shall supply the City with a MATERIAL SAFETY DATA SHEET(MSDS), for any and all commodities contained in this solicitation that include a toxic substance as listed on the Florida Substance List. Contractor shall include MSDS's with shipments. D. No assignment by a party hereto of any rights under or interests in the Agreement Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitations, moneys that may become due and moneys that are due may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Agreement Documents. E. JURISDICTION AND VENUE. This Agreement shall be construed in accordance with the laws of the State of Florida, and the parties hereto agree that venue shall be in Charlotte County, Florida. F. ATTORNEYS FEES. In the event of any dispute arising under this Agreement, the prevailing party shall be entitled to reasonable attorney's fees, costs and expenses. G. CITY and CONTRACTOR each binds himself/herself, his/her partners, successors, assigns and legal representatives to the other party hereto, his/her partners successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Agreement Documents. No assignment by a party hereto of any rights under or interests in the Agreement Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Agreement Documents. H. The CITY and the CONTRACTOR agree that this Agreement sets forth the entire Agreement between the parties, and that there are no promises or understandings other than those stated herein. None of the previous terms and conditions contained in this Agreement may be added to, modified, superseded, or otherwise altered, except by written instrument executed in full concurrence by the parties thereto. Agreement Page 9 of 19 Solicitation#Q2009115/SVC-FIREVEH/0910/2 IN WITNESS WHEREOF, the parties hereto have signed this Agreement In triplicate. One c-unterpart each has been delivered to CITY, CONTRACTOR and PROCUREMENT OFFICE. M portions of the Agree ent Documents have been signed or identified by CONTRACTOR and CITY or by REPRESENTATIVE on their behalf. CITY OF PUNTA GORDA CONTRACTOR: HALL- ARK FIRE APPARATUS SIGNATURE �" SIGNATURE: // , / • -nen H. Pace, Procurement Mgr Print Name W/GI/A-ril 1..i AL str\_ ATTEST: �/` "i1ATTEST S/z{ j• Cp 4jJ Address for giving notices: Address for giving notices: 326 W. Marion Avenue 3431 NW 27th Avenue Punta Gorda, FL 33950 Ocala, FL 34475 ==;v: � SUE S.c0'.4 W :•. f!- :�; Commission;)0 673714 =a- ■ Expires June 16 ',011 R„4; 6ondGdhMurmp.5, rt.aaN10-3B6•r019 Agreement Page 10 of 18 Solicitation#Q2009115/SVC-FIREVEH/0910/2 CONTRACT - FIRE VEHICLE MAINTENANCE/REPAIRS AGREEMENT #Q2009115/EQ-FIREVEH0910/2 INITIAL PERIOD ® RENEWAL PERIOD ❑ EXTENSION El CONTRACT PERIOD: 6/1/2010 THRU 5/31/2013 PRICES EFFECTIVE THROUGH: 5/31/2011 AWARDED VENDOR: HALL-MARK FIRE APPARATUS PRIMARY ORDERING CONTACT INFORMATION: GEORGE SCOTT EMAIL: gscott@hall-markfire.com TELEPHONE: 352-629-6305 FAX: 352-629-2018 CELL: 352-572-2575 MAILING ADDRESS: 3431 NW 27th Avenue, Ocala, FL 34475 ALTERNATE ORDERING CONTACT INFORMATION: LISA HEALD EMAIL: Iheald @hall-markfire.com TELEPHONE: same FAX: same CELL: 352-266-7348 PRIMARY CONTRACT CONTACT INFORMATION: BILL ALM EMAIL: balm @hall-markfire.com TELEPHONE: 352-629-6305 FAX: 352-629-2018 CELL: 352-236-3736 MAILING ADDRESS: same ALTERNATE CONTRACT CONTACT INFORMATION: MARV LEYDA EMAIL: mleyda @hall-markfire.com TELEPHONE: 352-629-6305 FAX: 352-629-2018 CELL: 352-266-5036 PAYMENT TERMS: NET 30 PRICE ADJUSTMENTS: LABOR RATES, MINIMUM ON-SITE SERVICE REPAIR CHARGE AND TRAVEL RATES - CPI INDEX PREVENTATIVE MAINTENANCE SERVICES - SHALL NOT EXCEED 5% EMERGENCY AND NON-EMERGENCY EVENT PRICES STRUCTURE - FIXED FOR TERM OF CONTRACT RESPONSE TIME: • Preventative Maintenance Schedule: CONTRACTOR shall provide the CITY with a Preventative Maintenance Schedule within ten (10) City business days from the award of the Agreement. • Scheduled Service Notification: Minimum one(1)week notification to City. • Scheduled services for each vehicle: Within twenty-four(24) hours of beginning service. • Out of Service Apparatus-"TOP PRIORITY"placement and within twenty-four (24) hours of receiving written notice from the CITY. • Emergency Operations Event-CONTRACTOR shall contact the Fire Chief, or designee when a Hurricane Warning has been issued for Charlotte County. The CONTRACTOR shall contact the CITY within twelve (12) hours of the ALL CLEAR to access damage and required repairs to the vehicles. The CONTRACTOR shall be required to be on-site to inspect the vehicles within twenty-four(24) hours of initial post-event contact. ExhibitA to Agreement Q2009115A Page 11 of 19 1. SCOPE OF SERVICES a) SERVICE LOCATION (1) Contractor shall be required to perform maintenance services and repair services at designated City locations. (2) In the event a service or repair cannot be performed at a City location,the Contractor shall be required to provide and arrange all transportation of equipment. The cost for transportation, excluding warranty repair services, shall be shared between the City and the Contractor. b) SCHEDULING AND RESPONSE TIME REQUIREMENTS (1) Preventative Maintenance Schedule: Contractor shall provide the City with a Preventative Maintenance Schedule within ten (10)City business days from the award of the Agreement. (2) Scheduled Service Notification: Contractor shall provide the City with a minimum one(1)week notification for scheduled services. (3) Scheduled Services Response Time: Contractor shall complete the scheduled services for each vehicle within twenty-four(24) hours of beginning service. (4) Out of Service Apparatus—Contractor shall place the vehicle on"TOP PRIORITY"and repairs will begin within twenty-four(24) hours of receiving notice from the City. (5) Should emergency service be required beyond the standard contract hours and is requested by the City, the City shall compensate the Offeror at the contracted overtime rate. (6) Emergency Event—In the event the City is placed in an Emergency Event status(i.e. hurricane, flood, etc) the Contractor shall contact the City within twelve (12) hours of the ALL CLEAR to access damage and required repairs to the vehicles. Communication may initially be verbal; however, in order to provide proper assessment the Contractor shall be required to be on-site to inspect the vehicles within twenty- four hours of initial contact. (7) Response timeframes shall begin at the time the City first notified the Contractor by email or fax. c) PREVENTATIVE MAINTENANCE SERVICES (1) The following inspection and service shall be performed semi-annually: (a) Oil and Filter Change (b) Change fuel filter (c) Inspection of Fire Engine to include: (i) All electrical components; (ii) Pump Test; (iii) Engine; and (iv)Transmission (2) The following service shall be performed annually: (a) Two-hour NFPA compliant performance pump test with Certification. (3) Prices proposed for the semi-annual and annual services shall include all labor, materials, parts, equipment,fluids, and any other incidentals that may be required to complete the scope of service. Items excluded are strobe or mercury vapor lights. (4) A service report and an Annual Performance Certificate shall be supplied to the City after service or annual performance pump test is performed. The report shall include all points of inspection as well as anything that the service technician repairs or recommends to be repaired. (5) Refer to the attached checklist(Attachment A) for all services to be provided for each maintenance service. ExhibitA to Agreement Q2009115A Page 12 of 19 (6) OPTIONAL TRANSMISSION SERVICE—The Contractor shall advise the City when transmission services is required. Approval from the City is required prior to proceeding with optional service. d) REPAIR SERVICES (1) The Contractor shall be required to provide repair services as approved by the City. (a) A written estimate for labor and parts shall be furnished to the City prior to beginning work. Work shall not commence until the Offeror has received approval from the City in writing. (2) The Contractor shall indicate their applicable repair cost, minimum service fee and cost for replacement parts in the Bid Line Item section of the on-line Bid Request. (3) Out of Service Apparatus: It will be the City's option to waive the written estimate requirement. Examples of"Out of Service Apparatus"are: Pump does not work; Truck inoperable; and/or Apparatus is at risk of further damage. e) EMERGENCY OPERATIONS SUPPORT i) The Contractor shall be responsible for providing service and repairs after an emergency event such as a hurricane. ii) Contractor shall be responsible to begin repairs upon approval by the City. Repairs not performed due to lack of parts shall be completed immediately upon the Contractor's receipt of the parts. iii) Compensation for services shall be based on the Emergency Operations — Standard Contract Hours and Emergency — After hours/Emergency Contract Hours rates, and the applicable discount from retail or manufacturer's price list. f) PARTS i) Parts furnished under the contract shall be the latest improved parts in current production, as offered to commercial trade, shall be of quality material and shall equal that of original manufacturer parts. Used, shopworn, demonstrator, prototype, reconditioned or discontinued parts or materials are not acceptable. The warranty period for vendor provided materials shall be for a period of one year after acceptance of work or within the manufacturer's warranty, whichever is greater. The warranty period shall commence upon date of acceptance by the City. Vendor shall provide the City Representative with all manufacturers'warranty documents. ii) Hazardous Materials: The vendor shall properly dispose of all hazardous materials inclusive of, but not limited to, used/contaminated fuels, lubricants and filters, in accordance with Federal, State, and local laws and ordinances. iii) The City will not compensate the Offeror for surcharges,taxes or hazardous material disposal fees. g) EQUIPMENT LISTING i) One each—2004 E-1 Quint Aerial Trucks ii) Two each—2003 E-1 Typhoon Custom Pumpers iii) One each— 1997 Pierce Saber Custom Pumper h) PEFORMANCE OF SERVICES i) The Contractor shall direct their technicians that they will be required to check in and out of City facilities with the stated City Representative or their designee. They are to advise the City Representative or designee of their arrival. Upon leaving the facility, the technician shall provide the City Representative or designee with a work order detailing the explanation of the problem and corrective action taken or repairs made. n) Any unsafe conditions that may be a safety hazard or a detriment to the continued operation of any system shall be reported immediately to the location City Representative, or the designee. ExhibitA to Agreement Q2009115A Page 13 of 19 iii) All Contractor employees shall wear identifying shirts or badges stating their name and the name of the company. i) PERFORMANCE REQUIREMENTS i) It is the objective of the City to receive service performance in accordance with the terms of the specifications and requirements and at the quality of standards of work set forth in this Agreement. To this end, the City is contracting for the complete performance of services identified in the specifications and schedules. (a) Performance Deficiencies are deficiencies in the Contractor's performance, which are defined as but not limited to: (i) Failure to perform all requirement PM service tasks; (ii) Failure to perform quality services; (iii) Labor performed by unknowledgeable or improperly trained staff; (iv) Failure to install new parts/components or install them in new working order; or (v) Installation of used or inferior parts and/or components. (b) Schedule Deficiencies are defined as the Contractor's failure to follow the agreed upon response time or PM services schedules. (c) The City will take into consideration inclement conditions during the period for performing work. However, the Contractor shall be responsible to contact the City Representative and provide a log documenting the dates and times of inclement conditions justifying reasons for not completing the work within the designated schedule. j) DEFICIENCY REPORTING/RECTIFICATION PROCESS: i) The City will fax a deficiency report to the designated supervisor the day the deficiency is reported. ii) Performance deficiencies reported by the City shall be rectified within three (3) calendar days or less from date and time the notice was sent via facsimile from the City Representative. iii) Schedule deficiencies reported by the City shall be rectified as directed by the City Representative. Failure by the Contractor to comply with the authorized rectification period shall result in additional deductions for non- performance. iv) Contractor shall be required to fax the notice to the City Representative indicating the deficiency has been rectified. The City will inspect and if the deficiency was rectified to the City's satisfaction and in accordance with the contract requirements the following will govern the resolution of the deficiency: v) Deficiency Rectification - Deficiencies shall be rectified within three (3) days or less from date and time the notice was sent via facsimile or emailed from the City Representative or as directed by the City Representative for schedule deficiencies. However, failure to rectify the deficiency within timeframe designated by the City shall result in an additional deduction from the invoice. vi) LIQUIDATED DAMAGES — In the event the Contractor, for any reason whatsoever, fails to perform work in accordance with the specifications and schedules, the City reserves the right to make deductions from the Contractor's invoices. Deduction schedule for deficiencies will be made, but not as a penalty, in accordance this Solicitation Document's Agreement section. Exhibit to Agreement Q2009115A Page 14 of 19 PRICE SCHEDULE ITEM DESCRIPTION UOM PREFERRED FLEET RETAIL FLEET SEMI-ANNUAL MAINTENANCE RATES-IN ACCORDANCE W1TH THE SCOPE OF SERVICE. UNIT PRICES UNIT PRICES UNIT PRICES INCLUDES ALL PARTS, MATERIALS AND FLUIDS TO COMPLETE SERVICE. 1. SEMI-ANNUAL PM SERVICE- EACH $850.00 $900.00 $950.00 CUSTOM PUMPERS 2. SEMI-ANNUAL PM SERVICE- EACH $700.00 $750.00 $800.00 COMMERCIAL PUMPERS 3. SEMI-ANNUAL PM SERVICE- EACH $400.00 $450.00 $450.00 RESCUE VEHICLES 4. SEMI-ANNUAL PM SERVICE- EACH $350.00 $400.00 $450.00 AMBULANCE 5. SEMI-ANNUAL PM SERVICE- EACH $950.00 $1,000.00 $1,050.00 , AERIAL ANNUAL MAINTENANCE RATES-INCLUDES ALL SEMI ANNUAL SERVICES AND A 2 HR NFPA COMPLIANT PERFORMANCE PUMP TEST WITH CERTIFICATION 6. ANNUAL PM SERVICE-CUSTOM EACH $850.00 $900.00 $950.00 PUMPERS 7. ANNUAL PM SERVICE- EACH $700.00 $750.00 $800.00 COMMERCIAL PUMPERS 8. ANNUAL PM SERVICE-AERIAL $1700.00 $1,800.00 $1,950.00 TRANSMISSION SERVICE - INCLUDES ALL PARTS MATERIALS AND FLUIDS TO COMPLETE SERVICE. 9. TRANSMISSION SERVICE EACH 1 $350.00 $375.00 $400.00 W/DEXRON III FLUID 10. TRANSMISSION SERVICE EACH $550.00 $575.00 $600.00 W/TRANSYND SYNTHETIC FLUID TRAVEL RATES-THESE RATES SHALL APPLY ONLY IF THE CITY DOES NOT COORINATE REQUIRED REPAIRS WITH OTHER GOVT ENTITIES SERVICES. 11. STANDARD CONTRACT HOURS- PER $390.00 $605.00 $693.00 Minimum ON-SITE Service Repair INCIDENT Includes 1 hour Includes 1 hour Includes 1 hour Charge -THIS CHARGE APPLIES TRUCK TRUCK DOWN REPAIRS labor on-site and 6 labor on-site and 6 labor on-site and 6 (EMERGENCIES) -IMMEDIATE hours travel hours travel hours travel SERVICE AND TRAVEL FROM AND TO OCALA* Only one(1)fee per repair service regardless of the number of personnel. 12. AFTER-HOURS/EMERGENCY PER $665.00 $705.00 $745.00 CONTRACT HOURS- Minimum ON- INCIDENT Includes 1 hour Includes 1 hour Includes 1 hour SITE Service Repair Charge-THIS CHARGE APPLIES S FOR TRUCK labor on-site and 6 labor on-site and 6 labor on-site and 6 DOWN REPAIRS (EMERGENCIES) - hours travel hours travel hours travel IMMEDIATE SERVICE AND TRAVEL FROM AND TO OCALA* Only one(1) fee per repair service regardless of the number of personnel. (Unit price shall be per incident) 13. STANDARD CONTRACT HOURS- PER Maintenance Contract $95.00/HR LABOR TRAVEL RATES FROM LOCATIONS HOUR Customers-Tech $99 00/HR LABOR& OTHER THAN OCALA* -THIS Labor$90.00/hr& TECHNICIAN CHNICIAN $99.ICIAN CHARGE APPLIES FOR TRUCK TECHNICIAN TECHNICIAN DOWN REPAIRS (EMERGENCIES) - $50.00/hr Tech Travel TRAVEL TRAVEL IMMEDIATE SERVICE. The hourly Repair Only Customers rates shall apply for one way travel -Tech Labor from Hall-Mark technician location $90.00/hr& to service location $80.00/hr Tech Travel ExhibitA to Agreement Q2009115A Page 15 of 19 ITEM DESCRIPTION UOM PREFERRED FLEET RETAIL FLEET 14. AFTER HOURS/HOLIDAY CONTRACT PER Tech Labor $135.00/HR& $145.00/HR& HOURS-TRAVEL RATES FROM HOUR $125.00/hr $95.00/HR $100/HR LOCATIONS OTHER THAN OCALA* TECHNICIAN TECHNICIAN THIS CHARGE APPLIES FOR TRUCK DOWN REPAIRS (EMERGENCIES) - $90.00/hr Tech TRAVEL TRAVEL IMMEDIATE SERVICE. The hourly Travel rates shall apply for one way travel from Hall-Mark technician location to service location. LABOR RATES 15. STANDARD CONTRACT HOURS- PER $90.00/Maximum $95.00/Maximum $99.00/Maximum Labor Rate per Person HOUR per hour per hour per hour NOTE: Hourly rate is negotiable depending on the time required to complete a service request 16. AFTER-HURS/EMERGENCY PER $125.00 $135.00 $145.00 CONTRACT HOURS- Labor Rate per HOUR Person 17. EMERGENCY OPERATIONS(EOC)- PER $125.00 $135.00 $145.00 STANDARD CONTRACT HOURS - HOUR Labor Rate per Person 18. EMERGENCY OPERATIONS(EOC)- PER $125.00 $135.00 $145.00 AFTER-HOURS/EMERGENCY HOUR CONTRACT HOURS- Labor Rate per Person ExhibitA to Agreement Q2009115A Page 16 of 19 CHECKLIST FOR PM MAINTENANCE CITY OF PUNTA GORDA APPARATUS: DATE: TECHNICIAN: CHASSIS OK NOT OK—EXPLAIN 1. Change engine crankcase oil and replace oil filter 2 Change fuel filter 3. Check coolant level in radiator 4. Check driveline U-joints and flanges for tightness 5. Check lubrication on all driveline bearings 6. Check the following gauges for proper operation Ammeter Voltmeter Tachometer Air Pressure Water Temp Oil Pressure Transmission Temp 7. Check road transmission oil level 8. Check for road transmission oil leaks Oil Leaks Fuel Leaks Engine Cooling system leaks 9. Check engine accessory V-belts for condition and tightness 10. Inspect all engine hoses for condition 11. Check fluid level in batteries 12. Check power steering and brake fluid levels(if applicable) 13. Check differential oil level and check for oil leaks 14. Re lace Air Filters Fuel Filters and Water Se arator FIRE PUMP OK NOT OK—EXPLAIN 1. Check fire pump transmission oil 2. Check for fire pump oil leaks 3. Check all suction and discharge valve threads 4. Check fire pump heat exchanger and cooling lines for proper circulation and/or leaks 5. Check pump panel lights for condition and proper operation 6. Check operation of vernier throttle 7. Check operation of power pump shift 8. Check operation of manual pump shift 9. Check auto-lube oil level Changed oil: Yes No 10. Check priming tank oil level 11. Inspect pump packing 12. Inspect pump shaft for wear, where applicable 13. Check rimin valve for ro er o eration PUMP TEST OK NOT OK—EXPLAIN 1. Vacuum test pump—dry prime at 20"—check for vacuum leaks 2. Hydrostatically test pump. Check pump suction, discharge and drain valves for leaks 3. Engage pump and operate at 150 psi; maximum rated capacity for 20 minutes Maintenance Checklist-AttachmentA Page 17 of 19 4. Check speed counter and record R.P.M. 5. Operate pump at 200 psi; pump 70% of maximum rated capacity for 10 minutes 6. Operate pump at 250 psi; pump 50% of maximum rated capacity for 10 minutes 7. Spot check maximum capacity 8. Check indicator lights and gauges on pump panel for proper operation 10. Check operation of tank to .um, valve PUMP TEST-continued OK NOT OK—EXPLAIN 11. Exercise relief valve and check for proper operation 12. Check operation of EM-governor if applicable 13. Check for any unusual operation or noise in the pump and transmission 14. Check operation of transfer valve on two sta•e 'urn PTO Pumps OK NOT OK—EXPLAIN 1. Check PTO mounting bolts 2. Check PTO shaft, coupling, or V-belts as required 3. Check drive unit oil if applicable Maintenance Checklist-AttachmentA Page 18 of 19