Loading...
2017-091 AGREEMENT FOR FIRE PROTECTION SYSTEMS INSPECTION, TESTING, AND MAINTENANCE THIS AGREEMENT, made and entered into thi of /E-tg..5`/-2017, A.D., by and between the City of Clermont 685 West:Montrose Street, Clermont, Florida (hereinafter referred to as "CITY"), and BEE-SAF-TEE FIRE EQUIPMENT, INC., 4072 N. Hwy. 19A, Mt:"Dora,FL 32757 (hereinafter referred to as "CONTRACTOR"). WHEREAS, CONTRACTOR in response to a public bid prepared and issued by Lake County B.C.C. pursuant to RFP No.: 13-0605 submitted a response to provide fire protection systems.inspection, testing and maintenance; WHEREAS, based on CONTRACTOR's response, Lake County B.C.C. awarded a contract and entered into an agreement with CONTRACTOR dated July 31, 2013; WHEREAS, CITY desires to utilize the Lake County B.C.C. contract with CONTRACTOR and to enter into- this Agreement in accordance with CITY's procurement policy;and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the Lake County B.C.C. Contract dated July 31, 2013. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I - SCOPE OF WORK The.CONTRACTOR shall furnishall labor, materials, equipment, machinery, tools, apparatus and transportation and .perform all of the work described in Lake County B.G.C. RFP No.: 13-0605 and:contract dated July 31, 2013, 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 conflictbetween 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 until July 30, 2018, unless terminated or renewed as provided by Lake County B.C.C. agreement. 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 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 IV—COMMENCEMENT AND COMPLETION OF WORK 1. The CONTRACTOR shall commence work within ten (10) calendar days after receipt of a purchase order or notice to proceed, and the CONTRACTOR will complete the same as set forth in the purchase order or notice to proceed. 2. The CONTRACTOR shall prosecute the work with faithfulness and diligence. ARTICLE V—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 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 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 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 operationsare 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&.PropertyDamage 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: Bee-Saf-Tee Fire Equipment 4072 N. Hwy. 19A Mt. Dora, FL 32757 Attn: Linda Bomar, President 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. Public Records. Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does 5 not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONSULTANT upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. ARTICLE X - AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order 3. All documents contained in Lake County RFP No.: 13-0605 and the agreement of July 31, 2013. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this day of /e.- 2017. City of Cl ont c7riak Gail L. Ash, Mayor Attest: G'� s Tracy Ackroyd Howe, City Clerk 6 Bee-Saf-Tee Fire Equipment, Inc. By: �. t 0-- 8=0•ry0—y---- ill+ Printed Name and Title Attest: Corporate Secretary (Name Printed or Typed) 7 EXHIBIT A 4•114t) -74 LAKE COUNTY FLORIDA CONTRACT NO. 13-0605 for Fire Protection Systems Inspection, Testing,and Maintenance 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 proposal of Bee-Saf-Tee Fire Equipment. Inc. (hereinafter "Contractor") to supply Fire Protection Systems Inspection, Testing, and Maintenance to the County pursuant to County RFP number 13-0605 (hereinafter"Bid"),addenda nos. 1-6,opened June 26 2013 and Contractor's June 10, 2013 Bid response thereto with all County Bid provisions governing. A copy of the Contractor's signed Bid is attached hereto and incorporated herein, thus making it a part of this Contract except that any items not awarded have been struck through. The attachments noted below(if any) are attached hereto and are also made a part of this Contract. Attachments: No financial obligation under this contract shall accrue against the County until a specific purchase transaction is completed pursuant to the terms and conditions of this contract. Contractor shall submit the documents hereinafter listed prior to commencement of this Contract: Insurance Certificate. 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 July 31,2013 through July 30,2018 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. Any and all modifications to this Contract must be in writing signed by the County's Procurement Services Director. LAKE COUNTY, FLORIDA By: 14-i►,°i' L)0/1/4"----- 'v Contracting Officer Date: -3) - i3 Distribution: Original-Bid File Copy-Contractor Copy-Department "Earning Community Confidence Through Excellence in Service" Office of Procurement Services 315 W.Main,Suite 441 P.O. Box 7800 Tavares,Florida 32778-7800 Ph(362)343-9839 Fax(352)343-9473 Lake County Florida IF I re,IPti)tect 1011 Systertis, Tegfog And.Mafritoiatreo- IRFP#..13,06os ect- PY*1' vrigioat 1j1k0:00s.qt te041:44.nre 1140P111,044111c. -467.111:1.:f-kyy 1.;9A Ija. 2257 taf$4j4k1101; litesgfteega-0.tort), Bee-Sof Tee Fire Equipment, Inc. 4U7N. Hwy $A 'MIS Dora,Fla. 32757 054343-2707 beeSuftee@aol.com Tab1 A..Titts contract is.very important to Bee4Saft'Tee Eire:Equipment. We are proud of our relationship with Lake County as a vendor„the past Sirs.and have made every effort to build good 'working relationships between Qurscrviee.techs and the county personnel,-We, pride ourselves with"our convenient office location in Taves, our quick response to all county requests:for service.and economical pricing.. Being that the tonnty it grouping all the fire protection service wider nne contract,our bid/proposal is a united effort(41411r companies each who have the expertise to fulfill the obligations of this contract; Three,.of the companies included in .this proposal are located in.Lake Counity with the fourth company 1'ucated in,a near by county.Tlrit.comic/delta 4f locutionwill help with' availability to respond.quickiy to,all service requests. We Will all give our foremast attention to providing our best service and quick respnrise toy')service requirements Of this conttr'act. B,BO-Sat=TeeFireEquiptuent was established in 'lavar4s`Florida iii 1955:If"s present owners purchased the brashness in 1990. Being that Lake County is.our bonne, we are vett'. familiar with all ureas of the county, Our personnel share a good relationship,with all he tOunity employee's who are involved Without se ice. ee*Saf"Ibe haaagreed with the other participants;who are'bidding:with as on this cdnt7ract;to be tlue common agent for all parties col/earned..Ou offite located in'Tavares is.convenient for Lake County personnel to Use fOr their fervice i ds.. This lll. giye the,county one contact person to handle all bushiest./matters,involved with this contract and all paperwor-kzad bookkeeping will be handled thednigh our Tavares Otte: C...Prrigrwu Mimager•far this cautrract: Carol f lensley 160 14.-Airrod aavvares,Fla. 32.778 3$24-1113-2707 i :keuslevbeesa 'tee;com 1 Carol has been employed witliT ree► at.�`ee Ztir Lgliipment for several years and has elperlewice•in contract negotiations and managing projects such as this contrast:. Carol already has a good working relationship With many of tbie•gounty's ginpioyee's;. rai 4. liee•Saf4cre Fire rquipment has*the county required annual and.senti;amtstal inspections listetin.their coMpany customer accountAll 10eatioimar portable Ore extinguishers have IndiVidnal log forms, which include location,.serial irt,lype,'sae abd service dates and deseriptiOn from past service. .Bect-Saf-Tee Fire Equipment also tins in their customer files,due dates of the counties lire suppflimiSiirin systems,as well its fire suppression hood reports for each syAtoillr*hkh tell the description,location, aqiiipMent coterage and preVitats service of each syetem. ling)ectipnrwill be coordinated:with the authorized County oataet and'performed to meet NFPA•standards', The annual inspectiOns will be completed Within 45days Of being awarded this colitia4 'With the semi-annual and quarterly inspections to.folioas they become due: tee-Sat-Tee Fit*Equipment being the prevIQRS,VelittOrfor tOuntiestortablelire extinguishers and fbieti tire.tupptessinn,systems„has on-record the,all the dna dates,lOr' :annual and sentimannis-al'inspections. Within 05) day$after being awarded this cOntraet, a walk thru inspectiotiof all locations will be completed and an individual-report for each ,facility Will be sent via eittailito the collates Project Monager„.A proposal for 04'items that need to be replaced,alonglvith the unit price of replacement e,quipntentivill accompany th re.1)018., `Ivin eiteeptiOntto he!OW: Tib 3 Fruof Thinrability ( ertirieates,of buntline/0*chided with iprOpOsal) EaJ4RøfeI'eflces, Critteelettert ofro,,ference included): TAO No litigation has("Centred in the paStthreel*ars, DIALO Bee.Stiltliee,FireEqUiputent0Ortahles,anitilie snppressiony,LifeLine Fire Prole-Mon (lire sprinklers),.$mort Watelt'Security(fire alarnO,'Safe Fire.(clea agent Wifgt.114. frôiO iweiluttis proi4.10!),itutnagoilyitk teniiptodo,usilictaysiod:Plea*c éfkto,40-r- osilme ii100410 viot this. 1)4 Key Person-Dl: •Boi-Sofirot Fite,Eqpipment •Stior,BasiottI Pottihie fit*.tliliiltilikkers' 4,001-my,10,6.1ky POttable:Fir*Eilititiii:dhOts. Frt SVikirt's*il*tom* Roy Bomar/Portable Fire.pclippiNheri: Systpuis, 1PrOtegiOn; namesBlankeuShip Smart Wafth Ateithcir liopOtFiritAlplii, ,elrniiai Anthony if Alarm tei11004.0 Sfè '1.0414$111_0/000,4,10itsysient.64 60.2114, /y 411t4 LAKE COUNTY I 1. 011. 1 U) A REQUEST FOR PROPOSAL(RFP) Fire Protection Systems inspection,Testing,And Mainitentlnce 111rr Number: 13-0605 Contracting Officer l)olnttt 11illlnia Pre-Proposal Proposal Due Date: June 26,2013 Conference Date: _Lune 12,2013 a 10;010 a.m. Proposal Due Tllne: _3:00 p.m,_ RFP Issue Date: May 30,2013 SPX:'1`ION I: eclat Tom and Conditions 2.15 SIX:TION 2: Statement of Werk, 16-24 Si C'fiOA'3: (hound TermsandConditions 25-28 tiLiC'•J'ION h: I'ricingietntificatinns/Signaturea 29-56 SECTION 5: Altaaehments 5149 SP.FCYFItC'SOLiCI 'ATfON R •CYYIiRCMJ NTSARE AS'N..OT1 D BELOW:- Prvposel and/or Perfonnanvellnnd: Not Applicable t;'ertifiea to ofl:ompeleuoy/Liccnse: See Section 1418 lnaderrotilicaaion/Insucitnee: Svc Seaton 1.8 1't c]'itipposaI Coater ncc: ;Sic Section 1.4 At.the date and time speed above, all proposals)that have been received In a titbcly manner will be opened, recorded,and accepted far consideration. The names of the vendors submitting proposals will be read aloud and recorded. The proposals. will he available for inspection during normal huAifteO hour hi the Oliice of Procurement Services thirty (.30)calendar days ager t13a:due dale. When Counter- signed by an sauthorixed-County representatives this document and any specifically identified rtlutimients may form the contract doc.tunent'bintlingthe polies to,all performance speciiicd herein. Vendors shall complete and return the entirety of this IIFP, and attach all other information requested in this REP(see Provision 1.113). N'allure to sign the proposal response:•or•to submit the proposal response by the Specified time and date,may be cause for rejection or the proposal; Np-RESPONSE REPLY If,arly Vender daps not want to respond to this solicitation at this time,or,-would like air be removed from. 1$eke County's Vendor List,please mirk the appropriate space,comple10 name beltyw and return this page only, 0 Not interestcdaat this lime:keep•qhr Thin On Lake County's Vendors List fur future solicitations fiir this product/service 0 Please remove our('inn from Luke County's VelirtOr's i,ist'livt•thi3 prodUuJ,':Iers ice- VE+NDOht IDENTIFICATION CompanyNntatct ! "d' iptie4 Plume Number: .....3.17, --N-1.8.d10-7 1 .rant)Address: afr;,5?4 L, Coulnet Pet°sonc L.i/1( ez .141an"'ar.►r 4.111e** fiat"�•.�__..:-.. ._ 'i LAKE COUNTY FLORIDA MODIFICATION OF CONTRACT 1. Modification No.:5 2. Contract No.:13-0605 Effective Date: February 18,2016 Effective Date: July 31,2013 3. Contracting Officer:Donna Villins 5. Contractor Name and Address: Telephone Number:(352)343-9765 Bee-Saf-Tee Fire Equipment 4072 N.Hwy 19A 4. Issued By: Mt.Dora FL 32757 • Procurement Services Lake County Administration Building Attn: Linda Bomar 315 W.Main St.,Suite 441 Tavares,Florida 32778-7800 6. SPECIAL INSTRUCTIONS:Contractor is required to sign Block 8 showing acceptance of the below written modification and return this form to address shown in Block 4 within ten(10)days after receipt,preferably by certified mail to ensure a system of positive receipts. Retain a photocopy of the signed copy of this modification and attach to original of contract, which was previously provided. 7. DESCRIPTION OF MODIFICATION: Modification to add the following locations to the contract for fire extinguisher inspection, replacement, and/or repair services in accordance with the original specifications,terms,and conditions at contract pricing submitted: 1) East Lake Community Park,24809 Wallick Road,Sorrento,FL(model 2A10BC); 2) Minneola Athletic Complex,1300 Fosgate Road,Minneola,FL(model 2A10BC). 3) • 8. Contracto '• • ' i't _ i 9. Lake County,Florida Name: I �.� - By Title: I _''_ Senior Contracting Officer Date: -_ Date 10. Distribution: Original—Bid/Contract File Copy—Vendor,Department • • FISCAL AND ADMINISTRATIVE SERVICES/PROCUREMENT SERVICES P.O.BOX 7800.315 W.MAIN ST.,TAVARES.FL 32778•P 352.343.9839•F 352.343.9473 Board of County Commissioners•wl»elakecou,iri ,gor TIMOTHY I.SULLIVAN SEAN M.PARKS.MCP.VP IIMMY CONNER LESLIE CAMPIONE WELTON G.CADWELL LAKE COUNTY FLORIDA • MODIFICATION OF CONTRACT 1. Modification No.:4 2. Contract No.:13-0605 Effective Date: October 7,2015 Effective Date: July 31,2013 3. Contracting Officer.Donna Villins 5. Contractor Name and Address: Telephone Number.(352)343-9765 Bee-Saf-Tee Fire Equipment 4072 N.Hwy 19A 4. Issued By: Mt.Dora FL 32757 Procurement Services Lake County Administration Building Attn: Linda Bomar 315 W.Main St.,Suite 441 Tavares,Florida 32778-7800 6. SPECIAL INSTRUCTIONS:Contractor is required to sign Block 8 showing acceptance of the below written modification and E=H this form to address shown in Block 4 within sen (10) days afterseceipt,preferably by certified mail to ensure a system of positive receipts. Retain a photocopy of the signed copy of this modification and attach to original of contract,which was previously provided. 7. DESCRIPTION OF MODIFICATION: Modification to allow price increases for inspections/testing of clean agent fire suppression systems per the following quotation at Buildings 1,4,5,and 6,at same terms and conditions as original agreement. Price increases have been approved by project manager. 8. Contracto` Signa • ' ate• 9. Lake County,Florida Name: /A_ _ _� Tide: 11~' _ A Senior Contracting Officer Date: a ) 3 r n 15-7'01S Date 10. Distribution: Original-Bid No.13-0605 Copy—Vendor Copy—Department • • • FISCAL AND ADMINISTRATIVE SERVICES/PROCUREMENT SERVICES P.O.BOX 7800.315 W.MAIN ST.,TAVARES,FL 32778•P 352.343.9839•F 352.343.9473 Board of County Commissioners•www.lahecountyf Igor TIMOTHY I.SULLIVAN SEAN M.PARKS.Alcr QV' TIMMY CONNER LESLIE CAMPIONE WELTON G.CADWELL District I District 2 District 3 District 4 District 5 OSE SAF T . mkt FU/PMENTixc 352-343-2187 BEESAFTEE.COM Price Quote September 28,2015 L.C.B.C.C. 315 W. Main St. Tavares,Fla. 32778 SUBJECT: Clean Agent Fire Suppressioon Systems-Test&Inspections SUBCONTRACTOR: Orr Protection Systems In accordance with your request and information provided,we are pleased to submit our quotation on the above referenced subject. SCOPE OF WORK: Perform the required test and inspection of the clean agent fire suppression system listed below. Inspections will be performed per NFPA 2001 and NFPA 72 standards.A report will be provided upon completion of the inspection. If deficiencies are noted during the inspection process a quote to make repairs will be provided. LOCATION DESCRIPTION OF WORK SEMI-ANNUAL PRICE Bldg 320-Property Appraiser Fire Suppression System-T&I $357.50 per inspection Bldg 320-Tax Collector Fire Suppression System-T&I $357.50 per inspection Courthouse-Room 3-Al2 Courthouse-Room 3-716 Fire Suppression System-T&I $805.20 per inspection Courthouse County Administration Bldg Fire Suppression System-T&I $605.00 per inspection Emergency Operations Ctr Fire Suppression System-T&I $671.00 per inspection Price includes all material and labor.Proposal is based on scheduling all inspections during one site visit,if multiple trips are required a revised quote will be provided.If systems exceed device counts that were provided the quote will be adjusted to reflect addt'l devices.Proposal good for 60 days,work to be performed during normal hours.A Maintenance Agreement and a schedule to perform the inspection will follow approval of this service.Standard payment terms/conditions and warranty will appl upon completion of work. Bee-Saf-tee Fire Equipment T: (352)343-2707 E: Beesaftee@aol.com 4072 N Highway 19A Mount Dora, FL 32757 • LAKE COUNTY FLORIDA MODIFICATION OF CONTRACT 1. Modification No.:3 2. Contract No.:13-0605 • Effective Date: March 23,2015 Effective Date: July 31,2013 3. Contracting Officer.Donna Villinis 5. Contractor Name and Address: Telephone Number.(352)343-9765 Bee-Saf-Tee Fire Equipment 4. Issued BY: 4072 N.Hwy 19A Mt Dora FL 32757 Procurement Services Lake County Administration Building Ann: Linda Bomar 315 W.Main St.,Suite 441 Tavares,Florida 32778-7800 6. SPECIAL INSTRUCTIONS:Contractor is required to sign Block 8 showing acceptance of the below written modification and=gam this form to address shown in Biotic 4 within ten (10)dayS after receipt preferably by certified nail to ensute a Syateth of positive receipts. Retain a photocopy of the signed copy of this modification and attach to original of contract,which was previously provided. 7. DESCRIPTION OF MODIFICATION: Modification to add the following items to the contract,per following quotation,at same terms and conditions as original agreement 1) Halotron Fire Extinguishers a) Hydrostatic Testing(includes recharge and replacement of chemical)-$156.00 b) 6 year/RC Maintenance-$48.00 c) New 5 lb.Halotron Fire Extinguisher-$229.00 2) Emergency After Hours Contact Information: a) Linda Bomar—352-516-2049 b) Roy Bomar—352-516-2050 8. Contractor''gna j.:(sl� '+? 9. Lake County,Florida Name: I�rA.11�j'���. � By; ' ij Tide: r /..� _" --� Senior Contracting Officer Date: i S 3- 2-3—Z O/S • Date 10. Distribution: Original-Bid No.13-0605 Copy—Vendor Copy—Department • FISCAL AND ADMINISTRATIVE SERVICES PROCUREMENT SERVICES P.O.BOX 7800.315 W.MAIN ST.,TAVARES,FL 32778•P 352.343.9839•F352.343.9.473 Board of County Commissioners•www.lakecozazX/Lgov TIMOTHY I.SULLIVAN SEAN M.PARKS,Mat QV JIMMY CONNER LESLIE CAMPIONE WELTON G.CADWELL District I District 2 • District 3 District 4 District 5 Villinis, Donna From: Bringard,John Sent: Thursday, March 19,2015 4:05 PM To: Villinis, Donna Subject: FW:info from Linda Donna, Call me about this please. Thanks John From: beesaftee@aol.com rmailto:beesaftee@aol.com] Sent:Thursday, March 19, 2015 3:38 PM To: Bringard,John Subject: Info from Linda Hi John, Pricing for Halatron Fire Exts. : New 51b Halatron Fire Extinguisher $229.00 6yr/RC $48.00 Hydrostatic testing of Halatron Fire Ext. (includes recharge and replacement of Chemical $156.00 Emergency Info After hour phone numbers: 352-516-2049 (Linda) 352-516-2050 (Roy) Linda Bomar Bee-Saf-Tee Fire Equipment, Inc. 4072 N Hwy 19A Mt. Dora, Fla. 32757 352-343-2707 1 Bee-Saf-Tee Fire Equipmen 352-508-5457 p.1 (:111/111111V, LAKE COUNTY FLORIDA MODIFICATION OF CONTRACT 1. Modification No.:2 2. Contract No.: 13-0605 • Effective Date: February 10,2015 Effective Date: July 31,2013 3. Contracting Officer:Donna Villins 5. Contractor Name and Address: Telephone Number:(352)343-9765 Bee-Saf-Tee Fire Equipment 4072 N.Hwy 19A 4. Issued By: Mt.Dora FL 32757 . Procurement Services Lake County Administration Building Attn: Carol Hensley 315 W.Main St.,Suite 441 Tavares,Florida 32778-7800 ' 6. SPECIAL INSTRUCTIONS:Contractor is required to sign Block 8 showing acceptance of the below written modification and return this form to address shown in Block 4 within ten(10)days after receipt,preferably by certified mail to ensure a system of positive receipts. Retain a photocopy of the signed copy of this modification and attach to original of contract, which was previously provided. 7. DESCRIPTION OF MODIFICATION: Modification to add the new Judicial Center's fire sprinkler system to the contract per following quotation, and at same terms and conditions as original agreement 8. Contract.•s Signa e a i_: I 9. Lake County,Florida • Name: 1 _ Aw LA—- By Title: Senior Contracting Officer Q Date: .SAIF 2 J- 1 - 20 r7 Date 10. Distribution: Original-Bid No.13-0605 Copy—Vendor • Copy—Department FISCAL AND ADMINISTRATIVE SERVICES/PROCUREMENT SERVICES P.O.BOX 7800.315 W.MAIN ST.,TAVARES,FL 32778-P 352.343.9839•F 352.343.9473 Board of Couary Commissioners•www.lakecountyll.gov • TIMOTHY I.SULLIVAN SEAN M.PARKS. UcP.QCP JIMMY CONNER LESLIE CAMPIONE WELTON G.CADWELL District 1 District 2 District 3 District 4 District S L4F4g.LIN.11 . FIRE PROTECTION, INC. FIRE SPRINKLER&ALARM SYSTEMS 905 JAN MAR CT.SUITE B, MINNEOLA, FL.34715 PHONE(352)243-7774 FAx(352)241-7774 QUOTATION 'Your One-Stop Shop'Solution for Fire Protection I-installation,lnspecllons Service,Monitodng of Eta Sprinklers Alarms&Security Systems Equipment Attention: Carol Hensley Date: December 29,2014 Job Ne: Customer: Bee Saf Tee Fire Phone 352-343-2707 Mailing Address: 4072 N.Hwy 19A Job Name: New Judicial Center Address City,State,Zip: Mt.Dora,Florida 32757 Fax Existing Yes No New Email Building? X susoftgatanitusau FIRE SPRINKLER SYSTEM INSPECTION Fla.Lic.1(53457100012004) INCLUDED: YES x NO AMOUNT Comments: NFPA 26 Annual Inspection $350.00 NFPA 25 Quarterly Inspection $300.00 NFPA 25 Quarterly Inspection $300.00 NFPA 26 Quarterly inspection $300.00 Backflow Certification-Fire per device Backflow Certification-Domestic NFPA 26 Annual Fire Pump Test $350.00 Fire Hydrant Test per device AFFF Samples Please initial: Accept: ANNUAL SPRINKLER TOTAL $1,600.00 **Does not Include full flow test of foam systems Decline: NFPA*72 FIRE ALARM INSPECTION AND TEST • Florida LM(EC1]004882) INCLUDED: YES NO x AMOUNT Comments: NFPA 72 Annual Inspection $0.00 NFPA 72 Quarterly Inspection NFPA 72 Quarterly inspection NFPA 72 Quarterly inspection NFPA 72 Semi-Annual Inspection Please Initial: ANNUAL ALARM TOTAL $0.00 Accept: *Net 30 days Decline: • Page 1 PNONS(352)243-7774 905 JAN MAR Cr.Surrist 6,MINNQOL,A,FL-34715 FAX(352)241-7774 PHONE LINE MONTORING INCLUDED: YES NO x Florida Lied(EC13o04992) UL Accounts:Alarm Runner Service (Cost Is$125 per hour porno pod,Including mteage) UL Accounts:Alarm INCLUDED (cost is$70 per hour Foiemon,$40p.rboex ApjwenIta(Cost Is$70 per hour Perlman,taper hour Apprentice and$4.00 per mile port to port) Fire Alarm Monitoring ContactlCall List(Responsible Parties) x Fire Alarm Name Phone Number x Central Station Service Security Elevator Othe This account will be programmed to send opening and closing signals (Security alarm systems only): Yes No x Annual Fee $0.00 Please Initial: Add'I Comments: Get up and programing wit be done Q @ne of Inspections or on e T 5 M bads. Accept: Fire A4mr Maifodng in Sled I year in advents per aceotadt per eager pad 421$462.24 IS phone Ins pend®$379.65 Can provide monitoring smite II device Is programmed by Central Stenon. Decline: TOTALS SERVICES AMOUNT FIRE SPRINKLER INSPECTION TESTS $1,600.00 FIRE ALARM INSPECTION TESTS $0.00 MONITORING $0.00 GRAND TOTAL PACKAGE $1,600.00 NOTE:Annual inspection requires a walk through of areas covered by the system,testing of alarms&checking water pressure.A representative must be available to make ALL UNITS accessible for the Inspection or reinspection fees may be d. PAINT BACKFLOW AS REQUIRED$250.00 PER DEVICE THIS CONTRACT WILL AUTOMATICALLY RENEW ANNUALLY UNLESS WRITTEN NOTIFICATION IS RECEIVE[ 30 DAYS IN ADVANCE. PROMO(352)2437774 905 JAN MAR Cr.sums B,MMNEOLA.FL 34715 FAX(352)241-7774 D.. 0.7f T..r iia Cy..ipn,..n OCC COO CI C7 p.L+ L A K. :' 1 t1 TY ; { 1) A MODIFIC'AT'ION OF CONTRACT 1. Modification No.: I • 2. Contract No.: 13-0605 Effective Date: October 1,2014 Effective Date: July31,2013 3. Contracting Officer: Donna Villinis 5. Contractor Name and Address: Telephone Number:(352)343-9765 Rcc-Saf-Tec Fire Equipment • 4072 N.Hwy 19A 4. Issued By: Mit.Dora FI. 32757 Procurement Services Lake County,ldmtnisEra don Building Ann: Carol Hensley 315 W.Main Sr.,Suite 441 Tavares,Florida 3277117.800 6. SPECLAL INST RUCTIONS: Contractor is required to sign Block 8 showing acceptance of rhe below written modification and return this form to address shown in Bhzck-I within ten (101 days after rectipt,preferably by certified mail to ensure a system of positive receipts. Retain a photocopy of the signed copy of this modification and attach to original of contract, which was previuu.slv.provided. _•.- 7. DESCRIP'I1()N OF MODIFICA'T'ION: Modification to: 1) add locations and/or systems to the contract, and 2) remove one location and its system(s) from the contract,as noted on the following pages. 8. Contractor' .igtn; 9. Lake County,Florida Name: • .A/� � " _� B}:101/ s� Title: J!•?-G1 WOW „i . Senior Contracting Officer Date: /in . " 1 L I I 0- 27-20 1 q- Date 10. Distribution: Original-Bid No. 13-0605 Copy—Vendor Copy—Department Amu . • .,1-s.rptat•.'u uri.rst•RVIt'r•1 1•r1Box neo.315W.MAIN 'I.3277N•I'3321.13.9Y_9•I'352341'%•:; 1.0011 e/C•rn.. . .•n.r•u•hikvcnrrutilClor IlMill•tft I. +: . .1.1\ '1.I'll:A` • - +I , 11,111 l.\ti1Nl+!NI .14 I. CAOt1`1l l I11srr'tri r 1)it/rir I3 I)iclriet•1 Divirier Villinis, Donna From: Villinis, Donna Sent: Tuesday,September 30, 2014 8:07 AM To: Villinis, Donna Subject: 13-0605 Modifications From: Bringard,John Sent:Tuesday, September 30, 2014 7:16 AM To: Villinis, Donna Subject: contract modifications-contract 13-0605/ Fire Protection Systems-Inspection,Testing, Maintenance 1) Please add the following location and systems to the contract: Building 32-Fleet Maintenance Facility 20423 Independence Blvd Groveland Sprinkler Inspection services 1 YR $ 1,210.00 $ 1,210.00 Five year gauge 1 EA $ 40.00 $ 40.00 Five year sprinkler/extra-high temperature 1 EA $ 20.00 $ 20.00 Five year obstruction inspection 1 EA $ 450.00 $ 450.00 Five year obstruction investigation 1 EA $ 250.00 $ 250.00 Five year alarm valve 1 EA $ 175.00 $ 175.00 Five year strainers,filters orifices 1 EA $ 175.00 $ 175.00 Five year check valve 1 EA $ 250.00 $ 250.00 Twenty year sprinkler-fast response I EA $ 150.00 $ 150.00 Preaction/Deluge Valve Annual/five year interior inspection 1 YR $ 550.00 $ 550.00 Five year strainer 1 EA $ 250.00 $ 250.00 Backflow Preventer Inspection services 1 YR $ 75.00 $ 75.00 Five.year strainer I EA $ 25.00 $ 25.00 Standpipes Inspection services 1 YR $ 150.00 $ 150.00 Five year flow test 1 EA $ 250.00 $ 250.00 Five year hydrostatic test I EA $ 450.00 $ 450.00 Five year hose test 1 EA $ 175.00 $ 175.00 Pressure Reducing and Relief Valves Sprinkler systems 1 EA $ 375.00 $ 375.00 Five eyar hose connections 1 EA $ 50.00 $ 50.00 Five year hose racks 1 EA $ 100.00 $ 100.00 Fire Alarm System Inspection services I YR $ 175.00 $ 175.00 Total Building 31 $ 5,345.00 1 2) Please remove Tourist Development from the list. 3) Please add Judicial Center,550 W.Main St.,4th Floor,Tavares—One(1)FM-200 Clean Agent System @$225.00 per inspection x 2 inspections per year=$450.00 annually. Please feel freetocontact me if you have any questions or concerns. • Thanks John Bringard Facilities.Contract Specialist Facilities&Fleet Management Department 32400 County Road 473 • Leesburg,FL 34788 Office 352-253-4974 Mobile 352-267-9519 Please Note:Florida has a very broad public records law.Most written communication to or from government officials regarding government/public business is public record and available to the public and media upon request Your email communications may be subject to public disclosure. • JI1 2 $ CrTif I2=S+>l' TEmEr .'f WCIRI. ItEr*mot; iutalls. SCOPV,, t.lF SERVICES GENERAL i,NVORMATION 1. Palletise: "filo purpom at this t vlicisuiirttt tts:to select a qualified ,Ci nit.tl nr tvid in per titin, testing, maintenance, and repair'Of Lake.County (11M Proteetion Systems, Ting Oh ll include fire alarm systems.fire- rinkler Systtirnts,3tnsul systems,titan agent systems, 'Jive tvOirt itiSliert,and:til ii$K4iateci it0111%. ,h) Sheat fitirViCeS sl i11-talt..TrrnriaftS fiu'nighiiig aticgtiatc•and appiPluiaitc ittbnt,,a heeded pail`s. 1 ai d imitate-Ls,supplies, a quipniintt;and supervision far the petrinttnee of'Ole projected work, Services,provldecl-andi pricing submitted Shall also include any and.4t1 Travel,.tri,, -and or-d live1 .charges t i.any of the Lake C uunty r',gvcrnment1 actifitien throttgheut! e Onurity. ,) The `*i-fa tot dill:ensure that Fire-pr44ectioh systeiiis opetalpi a.124 hours 44y, 7 days u week The ultimate responsibility of the Contrailniis to Provide Itre PrOtetioti systems.Mut meet off current lievdred odes, art at all Moo tap-i4-lxtte rnttt'ft+r*ing,as. intended, and will reflectfavorahly upon ihe(founty..and the.Co+it>ruet . TVs 40e of *risks .,ompuos the minimum standards requlited. Alla initial inspec twits art: complete ,and egistkns is nett }save beet .od*sscd, it shall be the Counaetto responsibility ata z Mtiro that uo.Cnutity&Oily is lull.,without the. proved ani up 4si Oat Ijre _s rasion slam �s. 'ee- "Tu liflieal �quirenrents," beguining l ;1' ='tur ttP�, reglrit timolines;ttt plete:work andel`the contract. d) All.split: perfbrt od tinder'tbo ten* agreL40i0it s1itali codipiy with all 1p�1ei�J,. state, and '1crsktl ro itlatiois- The t fontractor:shall ottsure coixipliatice With Hire Macslral' regOlatkulS tis- they per'tttiti tP 'him pressitrn guidelines Any -eMahlionecl by .tht 7114ttitriactutc4 kind the mpg''current appl1cablc yrs ,kc ni the Notionti Effie grotectlnii c) Any reierenec to apeeirau1k tis,,eodcs,'or reiltilAtions.stated in 1iiis-s t i iUtiit h:�11 00ri •.the Weal;and:,nost euri1itt.ret+i.SiPii et$110 blietililatran eud#L or reguliittvins. The fblicnvin,shrill tie ipt ludett iii trier p >t al itibitii G1;- .4) 'i he Coi trrt;tor shall provide A:t+ii hmitcnt DT uridOr ut1 n to Otih6 pmtOt c p Wit('itttctu. Lake tvongity has fire suppression systems nurt1Cuctufod by several rlif eOni tvmpanSos; The t'.oifttut?tur :Miall,a wWl t in writ*Mei). ability b-ervics4 li aint int pi gritty, reps r,-and obtaintions for oarh<til'the di#forcijt vsielOs with n'Leke.County i tzvlt ern '[ c liiiieal.kropos tl.TA 1-A.) 14 SECTION 1—STATEMPNT OF WORK RFP iVtiukat: 1114)01)5 b) The Contractor shall provide cdps nremproyeg ,resulnes, ttaining;, etp. (Include in Technical Proposal,'rah 1-D,) e) A satuple or the proposed plan and schedule for lire sinialda inspeCtiOn and restingor ail buildings. (Include in Thchtheal Proposal:Mb Z-A.) 3. Mei ntt: a) Pricing Aubmitted shall thlkw NITA guidelines for frequency of inspectiOns, type of w.orl to bpmu temit hupeetion,etc. b) Quantities. ineittried in the Pricing -Salton are estiMates only. The aiettol tuunber uli inspections, tests, and/or maintenance performed over the lire of the c(Intract may vary depending on the schedule agreed upon between thc selecled Contractor laid theCOunty. -c) Virms responding to this solitii lotion shall Provide an annual price i perbriu inspectiOn services, This annual price shall'be paid fit equal qtiarterly payments each year far bow. sygtems requiring inspection services four (4) timers per year, or equal semiannual payments each year l'Or systems requiting inspection services two (2) per Yea Prieing shall =also be provided for additional testing services-find itc.in as listed in "did Pricing etioti The ad altexnaie wetiatt of the pricing, page canbe used it the Contractor 'has-any sngOstions for inspeetion„ testing, or maintenance services timet driiiktiqo irriprot tlic syStpik4 Over and:above the basic iteMs:listed in I1i PrkingSectiOn, -c) Pricing sufnnittod*in the pr(Oolaal perfOrm each. 1%.4fied .serviec shall include the furniShing or adequate and appropriate labor, all needed. prig, materials, stippliO, 4latilfAlieut;and 'supervision fo the peribrmeneo rñ haprojcetea work, P4ing fisr mai service shall also ineludc any Ind'all' trava trip. and/or delivery einnes a any Ltik !County Government,Facilities throughont the ton*, See Thielhg,'Sedieil.(geetie.41 for specified soneice 4:Method ain't-Meat: The Conntettir shall stlemit an100* .14 114 Conn0 PrOjett IVIanage4 via cu all in MR%mat-4 after vktdi service has 1;ieen completed. Submittal.of thCse invikesshall not px.0e.o4 teti OD) ;dodo day$ beyon0 lite MI6 the service Waft convicted. 'Under 110 eirunnisturces shall the invoices he subibille4 to to Cogri4 ii advance f Alio dItveiy ot ocpepiance of the-items $CMCC:,, iTIVOitte41 shall he.at,entnpaitied by the 'PDF tlocumentalinn fequiredia the teem.'Ich.obig.poriiiin of this scopeof serviceS SECTION 2—STATEMENT 1W'WORKIt1P Iskinabol.13-456:05 GENIAL REOUTREMXNTS; L ,Ceneral: -a), The Contractor Shalt be respotisible to maintain laid repair The fire•protattinn;system& lisled in this scope, The ysterns shall to kept operating as.tieSigned and in ael4rdanee witbull tainttiit NITA.,manufacturer.specifietitions, LIM any apPlicrablc,.:&dertil..gal,eJ,Old be61.eode itrinircmerits, b) The.( Ontruclor shall poOvide on hourly rolp ler lab'or-and the:percentage ova the ct.t4 to the COntraetor lor parts for any .repoini that may'be needed.- The hOull-paid undo this. 4ontract shall be.0ply productive hours at the Stk site anti Shall be a fixed hourly rites Time silent for items sneh as, but not limited to, trattSportation of workers, material acqniSition, handling 4md delivery4 or for movement of vendor owned Or. rented equipment is not ehrtigeable-direetly,but shall be conSidered overhead.and theost shall be included in the fixed hourly rate. 'The bourly rote shall,also include iteins such us, but 11.t4 limited direct labor,general sad administrativeDvq-bad;lirSuranee:t prO0t,anti tine oost,oleguipment that is uortnaliind necessary tools,otthelta0. 15) l'irepnitectinuserviets.by the vehdorishall be available seven(7)dayaa week 1.*enty few ' 24),hours a day and shall include,emergency service that is availablei 00,14:4. *r Togo* liaspeetlott and service, approval (hom the County's Piojeet Matiager plitniiiccl f work is to wperrorrnecl seller_regular CoitittY boUrs. '1*oriVexeeption to this a When itampoiorrx ot repairs-re'quir&the sounding of Are.alartn*en or antinneiatot% -whidrisball be perfOnned attOr hours on Invitekend%Oal3Proved by the hr et Manner. .(1) upon -*ROO*theYetipprt.S(:IittIO to any situatiOn tieenteci by the f-*IltY 10,'he an ernergeney.:sbal,1 not eXceed three 3) hour Ilus spn 1nch1tl1 be awillitble(.4:the Courtlyt*enty-fear(24)hours per day during the term d:(13(1.CtilitrOL ortiuoitIcciiii R-c4otd11a11•he maintained for all work ftivieteti, Roaiwiti*1-0 iii&oomPit01,110t411 apilteable.NntAimclior federal,,state, loot toiies. b) Etieb site shall NOVii record o(411 hirormatit.mt kept in a;kat;mtaiiaed.oid detailed Tog by the totrattor. Ube County will Provide a tOtation.Pot the boa: to be,stored nt .bath Siteiftfounation in these rezçnd 1uiII irsohida, biii riot be limited to unit ,sPotations, Tnanutheture, folttliteimpOctims-, TriiinIchance-, -tpp4its., ftiv echnin tomPlOtiO the wor4,. .6.11 al lack vtsiI biIl 4.1a: recorded,desert-bins :tlio mature Of the nplaints and,tbe resolution to the PrOlerti, '1*log book At4ilL ttivolo 14 fitolvitY 0'the C,ouray doing and after the Otttio-O4itril4 Dy, Auifispreooli form providcct by the Contractor and approved by MO POOnly 'shaft be. zaintained thpeolittac*altdOtytokttoltoreonis, 'NITA forms.arc po"reaved, SECTION —STATF,M ENT OF WOR.X. RFP amber: 13,0605 LIP A t Pr sticket shall be installed by the servicing icehniaan On them*during oath vigil. made to the bytenl 1 be innaination recorded tin the tag/sticker shall be at 'a ininhutuni C'ontraetor name,date of service, technician name; m&a htief$ummary of the orvical 6). Qopie& tilall repor(4 uid rains stall he sent by email in. LDP Arrrnal to the Project Manager with the-invoice. Fai I Ore tOprovitie ebrapleted ctw Will delay parlOhl, f) The Cinttactoi stall provide the required 19g.tio* .pchaite. Itirilneemunt Parts: a) All components and parts used as part or this this contract .shall be eel:tilled to he torripatible vitith the unit that they are being used in. If The pan being used is not on original .manufachtred part, the (oltuacter shall inform the Project Manager and shall include a Totter o ompatibility with the lavOice, b) All.components and parts replaced asilart of this,conWet shall become the pyoperty the Coon Ly anicst,otheriViliti.dimetbd by the county/s Project._klattager, REOUIREMENTS 1.. initial Repair Of Fire Protection Systems: a) Within Orty-five MS) days after a_notice to proceed has been issued,the COntrotto studi provide to the Po* Manager via uail in a ?DP fomal, a detailed it-Oh/Mind report lot each fcility, This report Shull idenitifY anyitem§that tneeti ti)be'repaired brreplaced U)bring each fire protection system (fire sprinkler, fire alarm, fire.extittgaishetifil and Ere suppression) into a fully fino:Itional condition that meets all current applicable NFPA, federal, state, laid Meal eA;Kle rNuironterim Along with the ireptiTti a pIPPOSat' shalt liePtOvide(t with'unit costs for nay,itelllg that need to be replaced. Thith thcrepori ,ittid the proposal shall be brokeit down by_locatitni,and ail costS.shail be derivAd front the Iie sehpctole listed in tip pricing tevtico. Tfrreport shalt contaittjustitegion far the parts tir sciroice being onsideLed L be rqllagecl. l'}) The COltagOr 41.011 ,cunrainatei cooperatr,;,, And work oiith Lap 'countla* ta jurisactions.haying inspection responsibility fir the filt.systems. Notice thall feu given to Lake. County no loss Than forty tight (49 hours in,advanCO Tor these 'events, The 47ontractor Shall he onslte tot ail *quit-0 inspections mm4 tbis shall heincluded in-the 4,•ost,Ihrquarterly,semiannual,and=moil inspections; 2. Inspection.Preventative lVtaiittenance,Repair%and Testing,: a) The•CtintraCtOfi 61)011, a a tuininan, perform the tegtiM quarterly, sontiginnutb and annoal itivceflon and testing fw till sykttits to en.90.6 all fire protection: systems are operating prtworlywal meat all Omni-allPlig4lo XFPA requirements: 19 OCTit)N2—STAITATArrilE-WO10E, 1# (*will maintenance'halts stiei) a'sc, but .not 1irnitd it ,. Aghtening: twItOneffig lubrication, adjustinen1-4., te., dial ate reqtfixed tc cane that 011..systeft arc loot Up to NtitIN and 1111,other-thintards,Shall be the respenfo'hillyof ilie Coatraost. I he coo,.ror 0.104 incidental items shell he included in the test...ond inspectin.cinswprided by the ndetit on the:liking$Seet within thlaRFP. Iteink tbat'art, uiOfrObia tluring'nourtl laspectitin and teating,p*Odotes,-shall..be liceught to.thc,attentien irf the INject Maringer, 4 wiiiwt t-gillatultifin f1.1tP Season-tor replacement and. a cosiestimate ba4e(1 on the. lee given tile Pricing 8netien shalt be given to the Project Manager. The*pair'shall 1.1-Anntwiee'Opt the Projet,L Manger ir given the.auprova.1, 'the Projeet Manager 411,111 Irave the ability to giyc -vetbai approval but provide writtenaproval attheir=Hest convenience. Ail.email conftiinal/Olt i§:Ottee101*d,t) For equipment found to linvebeen dtirnag0 by liUhtning;ihe'c' ntractor 1iaI I be:1.401-04' to have a lice:140 eleetiiaan complete the euttritrA 'Ughhing Affiftvit;Forte ittii. return it to the county' Pro.*Mtutager m later than 7 day§Oka thc reason,tot failure lia$:060 enaried: An-SPRINKLERS 1. Written hisincelionfl'tatPlarir Per 141FPA 21 ami',arty,other starilat'dg The OPtrae.W1,aI1 wn.te 4 1.64t pip Oioi. dearly establishe& the -scope of the testing * tie Cite .sprinklur tygori. 'uto ciontractor 10141,,croate a-pion.flit lh rirg yearalba mativact ani9 s1a1I.Eubisillif LO the Tfrojeet Managerfbi pprual Ihi0411 sligl4tVitt-4 schedule AtnNing4il needed tel for The miceinring3mar• A new-.:iehe41.11e.:shalt be hmtttcd for theispOmings year els the amilversarre 1'the conttaci execution.date. Tnaitectioit:. 'Et) 7110 Oonttantor inapget; iliOrittihi, le:strand itvpair 141.10'tiliktq*sttrivb4iv1att4 itero lItaccoilpee;With allcarrot :rOttralF -state,, or locat 111,a talcs, regulalihnsi et.tirdittanees., The-01000r Oalt-olisave that all -kyOetriS ate.45per4tin&as they,aro nit*-led„and.theet,a-WT.4100ft,applicable,c040.. T..lig- L:ontinetur, shalt be- 1.04011E0)1e fOr proper oPeratiptli required 114176ellons, 0.404, kbcpitigi mdsigage. .001110polttstiu be ftisoceigd-'nnti tested Vitali intluk t,u not 1,e limited leoalLspriiiikler bad escotchcons, 2rrre fautips,wafer :4000 10104 t95,1j.ttci). 414k114s l3te4su10 en440eng-vatVes, bael4I1ow OtsrenteR,all,pipes, iting,valVe.(11.1:1L)t fitlittst hariaing biac.1ce% vaLve siipervlsnry lityij.til*S; rolArs gauges, -depar01 1.:91111tation; flow alarm angl,I pet (16iiPoN, 'drain% spit-aptinialc,Ilead'a 4114 ObitieWi Aydratilie atutie.plalm required signage, How-skiiitches-and:Tither fire.alattn valnofilan$4 anCt tll related quiptiiciit 0%.141teess'orie;4; Work shall 104106 impactioni Iffaittienmic r,epiiit,and testiuglir appilenble) to en5urelSroperopetationtrid rendines.a-Oftheiay4totn, .Siii -T.IU'V� .=:5;1'4.1r0481EiN`.T F'V1t41 i. ,RF3'NiiiAtiOr 13 d6O - c , '1) cset uriv { of Ons a itl` vaiiit.04tigP: 1 1i 104 1004 bui' nt i 1�f�itc4! l'f'r, la0c9t; Ali -a1idti)i11fItcr cbcngol, � ►► sial;OriOft c ,le els,.. nd ]1Ct' c�tiditi6.a - ,• r Vi 1`e pufins ore lota#etlSgttftei olluiyin facillitios,e ,4y'4 ,r):00.11011..` ter 10; Fii*.S4iig_o .irk. Fire Kta ioti 7 d) ,'C.oilnty.Administration Bi l liii ,14istork C i urtlio F,c, SWiI\Asl fitnfsti li ii Rtntth tg 10*.d Pscl i1i?,1':f9r&i) 1), '1 tik vti Ly(10110.0$0 a 'T1 'c istractcc shhidi113 ire. fii it to i itlRl c : 11's rin 1 ,W414.'storag•1 trik *41111n the Tt( 'fii,l ktiivi»gatie•;tl lte lions oft a t,MirlL t 4tor .40,1* ''.iY ' :fiat ti i °150It tioi11$. 1 ilia tfit 0411 51; ;BsitiOkv_ itt t 114, T1re• i riti of M ill ,inspect 1'ti il.Wiea• 1.* Vnrl4si tin tftecjc 40!'A ', ti liin sf';coiinect9uit • r1d if 110c:e4 r *1uui 41114 aria tl c 0.4lerjr.tirrsriit�ls-, ti co ieetir :,lit a,¢,dittpryOiim tor :Wig*41001*'lei/el144ed I b ctieii ,still sloe.JU141 o, to k biittoi ics1 Vli0li. et3ssibfe. 'his i�ra s: iIi _test,t t3 tl1ix:wil d I) 13t ttor es a1 1 be ► plti� d in as axlsnGe •*411,! kiOnthipin af+.tli8.. LIn1cs;othev m i itis teed't7 ib 'r 1 t t r,*Pit 0Fi p 1 pf.thc b iUerie�- hall! .bo 0_040etett by!tier: ntr icior Lfid„o i e. t1t :c t flt3r _ 4.4 V*,01#WItcisy r;e iii$ecifri, tt d load tei t clic J,atterie' por,tlao i�u�ill t i i'ccac>ii icnt3titi xn5 al'i v 1t level s[ii311°not tali tli0 3byels,09044- 004 1' .t.t1IP's,guriiks4!„1146.115: _ load qua1 40,140 fin:itfittilleg*,ccdpgdo,(4. 1i 11*.lx14:0)+. 1141t I*161',141'0ita 1060001?4,' ViRt.,Atittrtivik, :W-tittgn.1 ec tiotifroit:P kin 72 and Any,:mIier 401Wable:0a0ar,k1$i: 11.41.C.10ttAcipi,4,i1011:*il**,tit,pla#, that1eni ly c btj1eq the spope of the 16044 tot the.lc Oitifr 'Iltd•.CoottaeOr balJ tiLe a pltui tbr fln I1st yet 4,ltl1 1*a-tract-mid 41114,sithrnal it to the Pita,Manager It*.aopfivAt, This ihiti huU&Oka a s.pliefinte. lici*1.141011 tOts.11*it*'14304.0figYear. A now 01-kett*Miall besuitniItipil fat ihe upiCar on thc anili'vqrsiqy pOnlota,ottOtioisktei ftimectiimikr, , The Cot-trotor :0411 petropit 4111 anal:tot-14* Olt*,,,3yAeML -0-0,4inriptvd ,c10.1-gov,in -acotwO:an6e with 011'Ortel4 VI*62i1SleV0Aw:fOder01,-1Ailtiv,.0000 xeguifAiiiie,1114,.- Th pentmtto shIlil emote' 141104 that thei'e 310'advd,fse 4:;(0$1146.6.11hAii ofv;:oftcdirtii6, teni 0efatoka-4- i •At a Minivan,'ap.orulyaViero.),:orlii#whihi ftçiuuel;19*00 all. :1,i,freitidied:to;wituroluppor iOti flttoa t the 00111014g;#40ii , .. 1ekthui 'Tifsi_Ic**•.$110.1'beljdrkinteillit:140440-*k1411 i111#01A4.41*As, 1-1*,;,or..100411e40,1r110*, 14 AU Will-tegs;(Aciup.4.14g tot,**UIit1040*111191 $1'!1)0.0704-iclett:04`.aftcr'Si(10 l'A4-r0f1)0, 1,:v4Icen(Ulinlefrb t41irvvi-sd appTlive4 by 14P: itj4 Mittiikigar,_. 7110', -;t1310,004 Iitit .**144, 011--141git1414$1*4 w1,0141100,14iWatgleq1:*44,g4,, 8'611 ititt'thd4Yd1eirh41104Y4totli f0--clor #14,0-1601:0101itijOii1R- . -3L , . u) NiIit t111. .-61tiOe'4044104 #4,1guit::‘.1110.kakir,,ibt,.1114i0040, vtil1vy!.11 izat hll,bt,eonu464,pat'011 ty.#77,01.40040140,N1q**010i0i. -.00-4011 Thitki- 014- Thi-br'11*. c-tYsliv.115... iwLL ' ‘:, .-1,i1C1144,11-111 ;11)5.-. . . "ViRliqbfiSetn3ftnituf.11/Antital:niiii0tiOitikrANArt.A41000*tc.10:of*14 Ipigi 41koiotho1diiits:,46**-fgo.,,o,*1:4y$foot. 1): .111.0dtio.00to, 13 -44isQ0,..00tiatiovisg.! OfActoMni-Iilioi001:Utnklii ,$KTION2 STATUIVIENT WOBX tore*onto: 13_40605. 4.) ffetentioh center $) Prelude 0, Sheriffs Administration 7). 320 W. Maia...St, FIRE IATINGITISHERS a) The controctor shall nuke a minimum t)t. (I) uufiliAV.ett101-1- 9f 411ftit atingtliSherN ACililikVA 400'VthieleS)pig,year, As pail or this iitspoOl.or Ow), Miall perform any memory amintoiamat itoairs, twiting,and ',whining,iti acectilAtice 'vvitb all current ttiiPtio4b1e N1!PA4 retieral, stAtp,.,and local tectuirementsi regulations-, ti• panees, 11) The Oantrac,tor shall be responsible tijeC& itpplAgaisliers in lalitOunty buittliag$ and vehicles. The vacalioes Mai%agerncIt1xoJeiL Malar killci3Ordina1ttlaitgittlitni within the buildiogg- I h Ple.vt.MimatAtmlit Mower tr their designee,s.hall itorclittate the Inspection of the fire extiovisliers.•within thervehitillg. The Contractor-Ada also be * nsihic to cop/0311am the inspection orthe fire x iguMir within Lalte (1hunty Parks. Me Parks and Trails Manaac4or thpit deStgtw4 shall he ittaetd to accomplish this. t) 11t aimaal CC1iQU 0.141111.tlitig nsii1kd fire netingui*shera lat1J.ktWtWlth1ii th4 iir$t iimnth after award.alba.contract and notice to piieetI All fire'extitiguislierft..shall be tested and eertitiat within sliq 00) dnys 411 frre ektingnishers shill be ted-and ic:ertitied at time(IfIlovetner.thatt one.,(1)year latex Etotn(hat poltifferward, d), Contraoto1. shall pktivit36 the Prajeet MantiOr A .titelliiiibtu-Y 48104 ,f4r th inspection_This scibedule shf I be 14h'ext for time allotment Imposes-.ThePrOject telfultiler :shall issue a nuke f roeced to. the Cntr 1z btsg,41the. workunder no circumstances, -$11011 'thp stint,date: exceed ten (LO) Weodar days 41141 11,0 totipc 'to Ortoedllas:begri isSued. Antal inspeottprissiyill Intiltate,batthall opt be:fittiOti to, the 1100*Ing,;. .1kdinguishers-att ;hated., IIVIO$716hers,are,PpesatIpaal: Extinguishelsate4nsiatted 4) ExtingashrOV'eroPPrlY It_50wd: IIKtingoisherS.lot apeesAble; .4) .Al (6)ye0 tnaintettanecanit twilive)(12)year1:estt,afp Apppveti maintenanw I410,atie,opto.440, 8)n RAttireasignage- 1)4 the Contractorha.11 be respensille ensure tbi i1 fi**tingtiisliers gieir proper hieafion,-and at no time shill'atr kidatitya within a.,:t:ounty feel-thy'or vehicle he 1011 without the atiProyed ori-loOftteeguipment, 'SECTIO*12 -STAT last 14T.OirWORt .REPiihtt.154.0065 , $i ti ,i)r4y id0 ii3ePAitrifettir yaly0Oti.illonottk Ii) Pru.ing to be mcude4 ii the Piitjit-e;4.6ttio41 tilitb.,,tpc414*-170110Aintitols:All pplOgs tor new ex 140,10i7s--011411 ;Atti4e4hqc4t tOr tp,proorl3''fii0,41113irL 1) Itooligt ,CO:per pound ittlia IPtirP1 VKIIL 15[01SW 4) Six(6)ycst maiiiWianc4 'N'tlYei(f2),YAlt New A3( fimddxtitiotslior;54 Olf 2400d maw,ca'Are f.--Atingnisber It 20..paunddiie NdivTurpfeA<-.titopitinglAirrr5ç lOt 204,riougcl,tizo: CLE'AN:k6ANT AYSTEM 'Eho. t:untract-ot - 1411 10 1I iáñAge*, ibms ii aordailLe with all crret1t ippIi1l4 N1rWL2D11, 1*ra-4:00A wlOttil 1-NuilprrOfs.,, rmlaticqs,.Pr 17) The. 001i4adt-0 shall pOroluia tiSlAttlete.i!IsPoot4kli;Of 4111S7001):1$,., 04 111.00.10,04 4l11 hit:ludo but not be'lingtod tq,1.4asti4g. tOr;'cohllint*,110004W1i*iitatiOilAletitt., Agent''on*ing17; h*os,15,tMg; :gnt).00: 40x465-, roturone*, n4. of Al! . c..opcsie,444 kw pro*fiing;tkning:contlifiOir... 04 SI% if-grriM, ft.) Tho,ccoiroor tillfAsloo?temiyi t04!all jii48tern$ -0.0:gdartHro with ull i.untnt APPAaj?1e1stmit.'20.11' f,41e0iL stOt„, r 16.611 ite41,000ePI08.1*#.4, th): 7111p,:ViantracItir.iihultivirefii4 itioudo. buto 40:01410*10110 fcr.004tIn,tilW;:i*tioAtet)Oftiffo.n., _o•Aogn. - imgot 000bigti, Jç1 obitIti ,criolOstutst: 0441).4%.!OltPtii011:'ttitniroiMt* .*41'404. .pp*piorejrits•rergrpipfun iCQfl1EtiDfl , AAAMAitiNITOR1110,s81grEiVi 1:44.0013H trAcit,t,stophilespt-litoh'to, rot gupoiligg Met ountAialitrotonitaat: s*fti-** . _ tiOvitaal Tlipirein ysvein that is being.,os-a i ithe.Silent 1iottIO1 It?.$0,0.. Th arsibp shall'ItY6111040silf nottielir244.46,..01,twiltd 1tme 400 ieguitiO',4400 ,114041,041pve an Eann**Oil.,. lit cot for tho*.tiiiTniotkOPOOF$110111je ivfl s e 4.11PPfian-r:ot.1W ($ Thr gialt b eing40..01.0, ye!).11*any rotofiou:singiv_11301 may ansei Oto 0-0414 or'L44, toitychange 00.:Or rOpowptiuttio-Egliii4f-b1;itisOttiri-itillifriOy:liak$:, 44 (.:011114AR LAKE COUNTY FLORIDA ' MODIFICATION OF CONTRACT 1. Modification No.: 7 2. Contract No.: 13-0605 Effective Date: December 1,2016 Effective Date: July 31,2013 • 3. Contracting Officer:Donna Villinis 5. Contractor Name and Address: Telephone Number:(352)343-9765 Bee-Saf-Tee Fire Equipment 4072 N.Hwy 19A 4. Issued By: Mt.Dora FL 32757 • Procurement Services Lake County Administration Building Attn: Linda Bomar 315 W.Main St.,Suite 441 Tavares,Florida 32778-7800 6. SPECIAL INSTRUCTIONS:Contractor is required to sign Block 8 showing acceptance of the below written modification and return this form to address shown in Block 4 within ten(10)days after receipt,preferably by certified mail to ensure a system of positive receipts. Retain a photocopy of the signed copy of this modification and attach to original of contract, which was previously provided. 7. DESCRIPTION OF MODIFICATION: Modification to add and/or update services and pricing related to the ansul systems covered under the contract per the following quotes. 8. Contracto Signa • s '-D 9. Lake County,Florida Name: �/'i.._� ,. �t....„,— By: . Title: 1 t • .«. Senior Contracting Officer Date: __ if a- a- amp. i Date 10. Distribution: Original–Bid/Contract File Copy–Vendor,Department • • FISCAL AND ADMINISTRATIVE SERVICESIPROCUREAIE•NT SERVICES P.O.BOX 7800.315 W.MAIN ST.,TAVARES,FL 32778•P 352.343.9839•F 352.343.9473 Board of Counry Commissioners•www.IakeconmjJLgor (--- ::_111,114 ., LAKE COUNTY FLORIDA PRICING REQUEST FORM 13/0605/Fire Protection Systems Inspection,Testing,and Maintenance- Fire Extinguishers and Ansul Systems Pressure Washing of(4)combined hood sections, fans,filters, and duct works(price shall include all $4,800.00 labor, chemicals, supplies, equipment, and 1 4 x YR $1,200.00 Yrly incidentals) Building 7(Detention Center)-Ansul Inspection Services, (4) System Bottles, 2 x yr.(as stated in $400.00 SOW General Information Pricing Section 3, letter 4 2 x YR $50.00 Yrly C, page 17 of original RFP) Building 17(Paisley Fire Station 13) -Ansul Inspection Services(per year as stated in SOW $50.00 General Information Pricing Section 3, letter C, 1 EA $50.00 Yrly page 17 of original RFP) Building 20(Lake Jem Fire Station 78) -Ansul Inspection Services (per year as stated in SOW $50.00 General Information Pricing Section 3, letter C, 1 EA $50.00 Yrly page 17 of original RFP) Building 22 (Clermont Fire Station 110)-Ansul Inspection Services(per year as stated in SOW $50.00 General Information Pricing Section 3, letter C, 1 EA $50.00 Yrly page 17 of original RFP) Building 27(Sheriff Vehicle Maintenance)-Ansul Inspection Services(per year as stated in SOW $50.00 General Information Pricing Section 3, letter C, 1 EA $50.00 Yrly page 17 of original RFP) Building 28(Fuel Station Office)—Prochem System Inspection Services, 12 System Bottles, (2)x year $1,200.00 (as stated in SOW General Information Pricing 12 EA $50.00 Yrly Section 3, letter C, page 17 of original RFP) Fusible Links(Detention Center) $252.00 18 EA $14.00 (9 Links replaced 2 x yr) Yrly OTHER ITEMS NOT LISTED THAT MAY BE INVOICED UNDER THE REVISED CONTRACT CO2 Cartridge, 16 gram, (Fuel Depot) 1 EA $18.00 CO2 Cartridge, (Detention Center), Double CO2 Ansul 2 EA $800.00 Cartridge, replaced every**12 years Pressure Washing of(4)Canopies at Fuel Depot, service done 4 2 X YR $1,600.00 2 x yrly. $ $ NOTE: Referenced above for Ansul Inspections: Scope of Work General Information Pricing Section 3, Letter C, page 17 of original RFP stated: "Firms responding to this solicitation shall provide an annual price to perform inspection services. This annual price shall be paid in equal quarterly payments each year for those systems requiring inspection services four (4) times per year, or equal semiannual payments each year for systems requiring inspection services two (2)times per year. Pricing shall also be provided for additional testing services and items as listed in the Pricing Section." Quotation Bee-Saf-Tee Fire Equipment, Inc. DATE11/28/2016 L.C.B.C.C. 4072 N. Hwy 19A Quotation# 8ST-112816-HC-R Mount Dora, FL 32757 Revised Quote Date 11/30/2016 (352)-343-2707 Service Location:LCBCC Detention Center 351 West Main St. Tavares,FL 32778 Quotation valid until:12/30/2016 Quotation For: LCBCC15 W.Ma n St Procurement Services Prepared by:Donna Tavares,FL 32778 Comments or Special Instructions: Pressure Washing Services-done 4 times a year ECM P.O.NUMBER CONTRACT NUMBER I= F.O.B.POINT DH AMOUNT QUANTITY ITEM DESCRIPTION - 31=1 N 1,200.00 1 Pressure washing of(4)combined hoods,fan, 1,200.00 Iters,&duct work. This includes all chemicals, materials,gas,diesel and labor. • NFPA 96 11.4.1 —11.4.14 Cleaning of Kitchen Hood Service is done 4 x a year The undersigned hereby approves the scope and costs defined within and authorizes Service Total $1,200.00 the company to provide parts and/or perform all work as described. Credit terms are per stanoarm leans ana conennmo. Quatod aria..aro vdid far(40)deyc. Aaa-naf-TAE 1111111.111 installation warranty is for one year and warranty on equipment is per the manufacturer's 4 x Yr Total $4soo::oq duration and conditions. Bee-Saf-Tee will provide labor support to honor manufacturer's equipment warranties for ninety days,after which time labor charges to support these warranties may be billable unless a Bee-Saf-Tee service agreement is in place. In the interest of service accuracy,Bee-Saf-Tee quotations for service of certain systems may be predicated on partial repairs being initially performed in order to determine further required service,repair or replacement of components. Any alterations,additions,or deviation to the scope as detailed in this quotation will be performed only upon written approval and may result in charges over and above those previously agreed upon.All agreements are contingent upon strikes,accidents or delays beyond the control of Bee- Saf-Tee Fire Equipment,Inc.. If you have any questions concerning this quotation,contact name, phone number,e-mail. THANK YOU FOR YOUR BUSINESS! Signature: Date: Quotation Bee-Saf-Tee Fire Equipment, Inc. L.C.B.C.C. 4072 N. Hwy 19A DATE 11/28/2016 Mount Dora, FL 32757 Quotation#BST-112816-R (352)-343-2707 Revised Quote Date 11/29/2016 Service Location:LCBCC Detention Center 351 West Main St. Tavares,FL 32778 Quotation For: LCBCC Office of Procurement Services Quotation valid until:12/30/2016 315 W. Main St. Prepared by:Donna Tavares, FL 32778 Comments or Special Instructions: Fixed Fire Suppression Systems REP. P.O.NUMBER CONTRACT NUMBER SHIP VIA F.O.B.POINT TERMS DH QUANTITY ITEM DESCRIPTION UNIT PRICE TAXABLE? AMOUNT 4 Annual Inspection&State Certification of a Fixed 50.00 N 200.00 Fire Suppression System, (4)System Bottles required 2 x a year 9 Fusible Link, *replaced each inspection. 14.00 N 126.00 2 Double CO2 Cartridges, replaced every 12 years 400.00 N 800.00 • Parts and Services for each individual inspection. The undersigned hereby approves the scope and costs defined within and authorizes Service Total $326.00 the company to provide parts and/or perform all work as described. Credit terms are per standard terms and conditions. Quoted prices are valid for(30)days. Bee-Saf-Tee 2 x Yr Total $652.00 installation warranty Is for one year and warranty on equipment is per the manufacturer's 12"'year add on $800.00 duration and conditions. Bee-Saf-Tee will provide labor support to honor manufacturer's equipment warranties for ninety days,after which time labor charges to support these Total 12th Yr $1,452.00 warranties may be billable unless a Bee-Saf-Tee service agreement Is in place. In the interest of service accuracy,Bee-Saf-Tee quotations for service of certain systems may be predicated on partial repairs being initially performed in order to determine further required service,repair or replacement of components. Any alterations,additions,or deviation to the scope as detailed in this quotation will be performed only upon written approval and may result In charges over and above those previously agreed upon.All agreements are contingent upon strikes,accidents or delays beyond the control of Bee- Saf-Tee Fire Equipment,Inc.. If you have any questions concerning this quotation,contact name, phone number,e-mail. THANK YOU FOR YOUR BUSINESS! Signature: Date: Quotation Bee-Saf-Tee Fire Equipment, Inc. L.C.B.C.C. DATE 11/29/2016 4072 N. Hwy 19A Mount Dora, FL 32757 Quotation 8 BST-112916-CC-R (352)-343-2707 Revised Quote Date 11/30/2016 Service Location:LCBCC Fuel Depot 12150 County Landfill Rd. Tavares,FL 32778 Quotation For: LCBCC Office of Procurement Services Quotation valid until:12/31/2016 315 W.Main St. Prepared by:Donna Tavares,FL 32778 Comments or Special Instructions: Pressure Washing Services-done 2 times a year REP. P.O.NUMBER CONTRACT NUMBER 1 SHIP VIA F.O.B.POINT TERMS DH QUANTITY ITEM DESCRIPTION UNIT PRICE TAXABLE? AMOUNT 4 Pressure washing of canopies at fuel dispensing 200.00 N 800.00 area, includes,chemicals, materials,gas,diesel and labor. • NFPA 30A • Service Is done 2 x a year. The undersigned hereby approves the scope and costs defined within and authorizes SubTotal $800.00 the company to provide parts and/or perform all work as described. Credit terms are per Tax standard terms and conditions. Quoted prices are valid for(30)days. Bee-Saf-Tee installation warranty is for one year and warranty on equipment is per the manufacturer's Total Yrly $1,600.00 duration and conditions. Bee-Saf-Tee will provide labor support to honor manufacturer's equipment warranties for ninety days,after which time labor charges to support these warranties may be billable unless a Bee-Saf-Tee service agreement is in place. In the interest of service accuracy,Bee-Saf-Tee quotations for service of certain systems may be predicated on partial repairs being initially performed in order to determine further required service,repair or replacement of components. Any alterations,additions,or deviation to the scope as detailed in this quotation will be performed only upon written approval and may result in charges over and above those previously agreed upon.All agreements are contingent upon strikes,accidents or delays beyond the control of Bee- Saf-Tee Fire Equipment,Inc.. If you have any questions concerning this quotation,contact name, phone number, e-mail. THANK YOU FOR YOUR BUSINESS! Signature: Date: Quotation Bee-Saf-Tee Fire Equipment, Inc. L.C.B.C.C. 4072 N. Hwy 19A DATE 11/29/2016 Mount Dora, FL 32757 Quotation#BST-112916-R (352)-343-2707 Revised Quote Date 12/1/2016 Service Location:LCBCC Fuel Depot 12150 County Landfill Rd. Tavares,Fl.32778 Quotation For: LCBCC Office of Procurement Services Quotation valid until:12/31/2016 315 W. Main St. Prepared by:Donna Tavares, FL 32778 Comments or Special Instructions: Fixed Fire Suppression Systems REP. P.O.NUMBER CONTRACT NUMBER SHIP VIA F.O.B.POINT TERMS DH QUANTITY ITEM DESCRIPTION UNIT PRICE TAXABLE? AMOUNT 12 Annual Inspection&State Certification of a Fixed 50.00 N 600.00 Fire Suppression System, 12 System Bottles,. Required 2 x a year. 1 CO2 Cartridge, 16 gram, *replaced 1 x a year 18.00 N 18.00 Parts and Services for each individual inspection. The undersigned hereby approves the scope and costs defined within and authorizes Inspection x 2 $1,200.00 the company to provide parts and/or perform all work as described. Credit terms are per standard terms and conditions. Quoted prices are valid for(30)days. Bee-Saf-Tee CO2 Yrly $18.00 installation warranty is for one year and warranty on equipment is per the manufacturer's Total Yrly $1,218:00 duration and conditions. Bee-Saf-Tee will provide labor support to honor manufacturer's equipment warranties for ninety days,after which time labor charges to support these warranties may be billable unless a Bee-Saf-Tee service agreement is in place. In the interest of service accuracy,BeeSaf-Tee quotations for service of certain systems may be predicated on partial repairs being initially performed in order to determine further required service,repair or replacement of components. Any alterations,additions,or deviation to the scope as detailed in this quotation will be performed only upon written approval and may result in charges over and above those previously agreed upon.All agreements are contingent upon strikes,accidents or delays beyond the control of Bee- Saf-Tee Fire Equipment,Inc.. If you have any questions concerning this quotation,contact name, phone number,e-mail. THANK YOU FOR YOUR BUSINESS! Signature: Date: f(lr-41101Vk LAKE COUNTY FLORIDA • MODIFICATION OF CONTRACT 1. Modification No.: 6 2. Contract No.: 13-0605 Effective Date: September 15,2016 Effective Date: July 31,2013 3. Contracting Officer:Donna Villinis 5. Contractor Name and Address: Telephone Number:(352)343-9765 Bee-Saf-Tee Fire Equipment 4072 N.Hwy 19A 4. Issued By: Mt.Dora FL 32757 • Procurement Services Lake County Administration Building Attn: Linda Bomar 315 W.Main St.,Suite 441 Tavares,Florida 32778-7800 6. SPECIAL INSTRUCTIONS:Contractor is required to sign Block 8 showing acceptance of the below written modification and return this form to address shown in Block 4 within ten(10)days after receipt,preferably by certified mail to ensure a system of positive receipts. Retain a photocopy of the signed copy of this modification and attach to original of contract, which was previously provided. 7. DESCRIPTION OF MODIFICATION: Modification to remove the following systems from the contract Fire alarm systems, fire sprinkler systems, and clean agent systems. This shall include all services(inspection,testing,maintenance,repair,and associated items) for these types of fire protections systems. Fire extinguishers and ansul systems,and all associated items for these systems,shall remain under this contract at the following revised pricing, and under the current terms and conditions. The revised pricing includes all labor,materials,supplies,equipment,and incidentals as confirmed via email(copy attached). 8. Contractor's a _;,_"___111,0P2 ' I 9. Lake County,Florida i Name: <.,— __ By Tide: • Senior Contracting Officer Date: QI /.0._ 41-023-I 1.0 Date 10. Distribution: Original—Bid/Contract File ' Copy—Vendor,Department • FISCAL AND ADMINISTRATIVE SERVICES/PROCUREMENT SERVICES P.U.BOX 7800.315 W.MAIN ST..TAVARES.Ft.32778•P 352.343.9839•F 352.343.9473 Board of County Commissioners•inemlakecountyJLgor TIMOTHY I.SULLIVAN SEAN M.PARKS,dMCP.Qr.P JIMMY CONNER LESLIE CAMPIONE WELTON G.CADWELl District 1 District 2 District 3 District 4 District 5 - aF- ito arem aUIPMENT/Nc 752-748-27O7IBEESAFTEE.COM L.C.B.C.C. Condensed Pricing for Recharge and Hydrostatic Service Size ABC Dry Chemical 8 CO2 Chemical Service Price Per Unit 2.5 lb Recharge of a portable fire extinguisher, includes chemical replacement $24.88 5 lb Recharge of a portable fire extinguisher, includes chemical replacement $31.75 10 lb Recharge of a portable fire extinguisher, includes chemical replacement $45.50 20 lb Recharge of a portable fire extinguisher, includes chemical replacement $73.00 Size Purple K Chemical Service Price Per Unit • 2.5 lb Recharge of a portable fire extinguisher, includes chemical replacement $25.50 5 lb Recharge of a portable fire extinguisher, includes chemical replacement $33.00 10 lb Recharge of a portable fire extinguisher, includes chemical replacement $48.00 20 lb Recharge of a portable fire extinguisher, includes chemical replacement $78.00 Size Hydrostatic Testing on ABC/CO2 Cylinders Price Per Unit 2.5 lb Hydrostatic test of a portable fire extinguisher, includes chemical replacement $28.88 5 lb Hydrostatic test of a portable fire extinguisher, includes chemical replacement $35.75 10 lb Hydrostatic test of a portable fire extinguisher, includes chemical replacement $49.50 20 lb Hydrostatic test of a portable fire extinguisher, includes chemical replacement $77.00 Size Hydrostatic Testing on Purple K Cylinders Price Per Unit 2.5 lb Hydrostatic test of a portable fire extinguisher, includes chemical replacement $29.50 5 lb Hydrostatic test of a portable fire extinguisher, includes chemical replacement $37.00 10 lb Hydrostatic test of a portable fire extinguisher, includes chemical replacement $52.00 20 lb Hydrostatic test of a portable fire extinguisher, includes chemical replacement $82.00 Size Hydrostatic Testing/Recharge of an Ansul System Bottle Price Per Unit 3 Gallon Recharge of an Ansul system bottle, includes chemical replacement $300.00 3 Gallon Hydrostatic test of an Ansul system bottle, includes chemical replacement $325.00 Villinis, Donna From: Donna Harney <donna.beesafteefire@gmail.com> Sent: Tuesday,September 13,2016 8:47 AM To: Villinis, Donna Cc: Bringard,John; Linda (beesaftee@aol.com) Subject: Re:Contract 13-0305/Inspections,Testing, Maintenance, Repair Services to Fire Protection Systems Donna, Yes,the pricing includes all services for a recharge or hydro of a fire extinguisher. On each invoice it will have a one item entry for these services. Prior to this change we billed just the recharge pricing or hydro pricing, then the cost of the chemical. Sample invoice would be as follows. 6 Inspections and state certification of a fire extinguisher 1.25 X 6 = 7.50 3 6 yr maintenance of a fire extinguisher 18.00 X 3 =54.00 2 Hyrdostatice testing of a 5 lb fire extinguisher, includes chemical 35.75 X 2=71.50 1 Recharge of a 101b fire extinguisher,includes chemical 45.50 X 1 =45.50 Total for 6 fire extinguishers, 178.50 Thank you again for the opportunity of providing combined pricing on our invoices. Have a very blessed day. Warmest Regards, Donna Harney Office/Project Manager, Sales Bee-Saf-Tee Fire Equipment,Inc. 4072 N Hwy.194 Mt.bora,FL 32757 352-343-2707 Ph donna,beesafteefire@amail.com On Tue, Sep 13,2016 at 7:10 AM,Villinis,Donna<dvillinis(a lakecountyfl.gov>wrote: Thank you. Please confirm that these prices include all labor, materials,supplies,equipment,and incidentals to complete the work. 1 Thank you. Sincerely, Donna G. Villinis,CPPB Senior Contracting Officer Lake County BCC Office of Procurement Services 315 West Main Street Tavares FL 32778 Phone: 352-343-9765 Please Note: Florida has a very broad public records law. Most written communication to or from government officials regarding government/public business is public record and available to the public and media upon request.Your email communications may be subject to public disclosure. From: Donna Harney[mailto:donna.beesafteefireegmail.com] Sent: Friday, September 09, 2016 7:23 PM To: Villinis, Donna; Bringard,John; Linda (beesafteeCa aol.com) Subject: Fwd: Contract 13-0305/Inspections,Testing,Maintenance,Repair Services to Fire Protection Systems Donna, Please find attached a condensed pricing list for recharge and hydrostatic tests on fire extinguishers. This will eliminate the invoices that have many entries. If you have any questions or concerns,please don't hesitate to contact me. Thank you for the opportunity of condensing our prices on recharge and hydrostatic testing services. Have a very blessed weekend. 2 EXHIBIT B PRICING SECTION Base rich_ Wit.. -Building 1-CountyAdrhinittration"(lncl[ides-Energy Plant) 31'5:1.0% Ulaln St„,Tavares' _ :Sprin'kler Inspection Services(per year as stated in SOW General Information Pricing Section 3,letter C, page 17) 9 YR: $ $��� Five(S)year gauge 1 EA $ ezip $ 440 Five(5)year.sprinkler/ektra-high temperature 1 EA $ $ Q'D. Five(6)year obstruction inspection 1 EA $15'T /c0: Five(5)year obstruction investigation 1 EA j n $:..96() Five(S)year alarm valve `1 EA Five(5)year strainers,filters orifices 1 EA• •$) $.j tli Five(5)year check valve 1 EA $.2,5b $02.c-0 Twenty(20)year sprinkler-fast response 1 EA $ l ;b Preaction1Peluge Valve •: Annual/Five(5)year interior inspection 1 _ YR $660 $ Hive (5)year strainer '1 ER $07 T) $,9.53C), - Backflow-Preventer Inspection Services.(per year as stated in SOW General _1 YR $ r Information Pricing Section 3. letter C. page 17) _ -> �� Five(5)year.strainer 1 EA $' is,-7.5, Fire.Pump(stiared;pump) Inspection Services(per year as stated in SOW General '1 yR $.5eso $e Information Pricing_Section 3, letter C. page a 1i7) Standtes Inspection Services(per year as stated.in SOW General *1 'YR ST Information Pricing Section 3, letter C, page 17) f { � ' Five(6)year flow test. 1 EA $„50. $0._9D five(5)year hydrostatic test(dry systems or pipe) 1 EA $ t-/a) $ q .. Five(5)year hose test. 1 1=A $') $1-1 Pressure Reducing and Relief Valves Sprinkler.systems 1 EA $313 $3")5 Five(5)year hose.:connections 1 EA $ ,5? $ . Five-(5)year hose racks: 'I EA "$./ $ /CID 1 Fire Alarm System(shared fife control panel) Inspection Services(per year as stated in SOW General YR / I.�i ., Information Pricing Section 3, letter C, page 17) .i I $5� 51 Clean Agent(2-separate utilts) inspection Services(per year as stated in SOW General 1 'YR $ $� Information Pricing,Section 3, letter C, page 17) 5G 00�j Five(5)year test and inspection 2 EA $ !vA- $ iv t{ Five(5)year container external visual inspection 2 EA trite_ $- _. Five(5)year hose test 2 EA $ L''3. . $ 4. a :Wit-U.4 j,_-_ 47L------=7;-------_ - _ -_ _ - ;- --- _-_I ',1; . 815a.--7.5 Wilding 2 -Sheriff's.Administration - '360 Ruby St.,Tavares _— ; ,— - _- �- _ rfi t d uoi '- UNIT' TOar�ct:., dt- i Sprinkler Inspection Services(per year as stated in SOW General 1 Xa $ $ Information Pricing Section: 3. letter C, page 17), .5O 1Ot) Five (5)year.gauge 1 EA $ Lib $ L4) Five(5)year sprinkler/extra-high temperature 1 EA $ 1 $ ,,)0 Five.(5)year obstruction inspection 1 EA $L(5-, $L/ 0 Five (5)year obstruction investigation 1 EA ..,,,2_---).1) $Q ), Five(5)year alarm valve _ 1 EA $ 1 J $i ---) 5 Five.(5)year strainers,filters orifices 1 EA $1- 5 $ I.-15 Five(5)year check valve 1 EA $050 $-050 Twenty(20)year sprinkler-fast response 1 EA $ 1,t)/3 _4 I0 Preectjon/Deluge Valve Annual/Five(.5)year interior inspection 1 ' YR $4,50 $17150. Five 16)year strainer 1 EA $ 0jO. Baak)low Prleventer Inspection Services(per year as stated in SOW General Information Pricing Section 3, letter C,page 17) 1 $ $ Five(5)year.strainer 1 EA $ 35 $ 7TiS Fire Pump(shared';pump) inspection Services(per year as stated in SOW General 1, YR $ $ Information Pricing Section 3, letter C, page 17) _ 1`'D rinn Standpipes Inspection Services(per year as stated in SOW General information Pricing Section 3,letter C, page.17) 1 YR $) Q $)... b Five(5)year flow test 1 EA $• C $ `'c� Q..., ,, 1 Five (5)year hydrostatic test(dry systems'or pipe) 1 T EA $35,--q$3Lj Five(5)year hose test 1 EA $ 1-15 $ 1`15 Pressure Reducingand Relief Valves Sprinkler systems 1 EA $3=-1 $�T3-1`3 Five(5)year hose.connections 1 EA $ n $ -)n five(5)year hose racks 1 EA $1.55n $ I rip Dry Pipe Sprinklers T Inspection 'Services(per year as stated In SOW General 1 YR $ �. $:350 Information Pricing Section 3, letter C, page 17) 0 Three(3)year preaction system air leakage test 1 FA $ /,5r $ Ib Three(3)year full flow trip test for dry pipe '1 EA $(0-S-0 36,P5 ./ f Three)3)year air leakage test, 1 EA $ J.SO $ 151 Five(5)year strainer,filters,,and restricted orifices 1 EA $/ Db $ /OD Ten(10)year dry sprinkler I EA $cQT) $.alO(J Twenty(20)year sprinkler-fast response 1, EA $ ti $ 4Z) Fire Alarm System(shared fire control panel) Inspection Services(per year as stated.in SOW General Information Pricing Section 3, letter C, page 17) 1 YR � � OD• Clean Agent .Inspection Services(per year as stated in SOW General Information Pricing Section 3,letter C, page 17) 1 YR Q 11Ll'1O Five(5)year test and Inspection 1 EA $ NA, $ kik Five(5)year container external visual inspection 1 EA rit� '$ rx L Five.(5)year hose test 1 iiiiii$ N TM gi LILO. 50 gulldirm 3-Historic'Cotathouse $17 W.Main St.,Tavares: : -11--_-1-__:::1;_lri 0..,91,!14,, , = pantitX - : R1 ,, lam* Sprinkler Inspection Services(per year as stated in SOW.General Information Pricing Section 3,letter C,page 17) R $1�5 Five(5)year gauge' .1 EA $. Lam, $ 140 Five(5)year sprinkler/extra-high temperature 1 EA $ _:2D 5 -) FiVe(5)year obstruction inspection 1 . EA $(17i0, $qSD Five(6)year obstruction investigation 1 EA $arc) $r�-Jf) Five(5)year alarm valve 1 EA $1-7C. $ .11 'S Five(5)year.strainers, filters orifices 1 EA $ /-7 $ 1 /j Five(5.)year check valve 1 EA I $ 1_4LS(D 3 16T k..7) ITwenty(29)Year sprinkler-fest response i EA I $00 17$ 15----(7 I 'P,reactiOn/DelugeVeive. AnnualtFiVe(5)year interior inspection 1 YR $451.) -$450, Five(5)year strainer, I EA ;•I( D $ s 00 BcKflówV Pieventer Inspection Services(per year as stated in SOW General 1 YR .$ --7 , $ —7 Information Pricing Section 3,letter 0, page 17) Five(5)year strainer , 1 EA $ 75 $ Fire Pump(shared:pump). Inspection Services(per year as Stated in SOW General 1 YRV5SCD itt).6 , Information Pricing Section 3,letter C, page 17) Standpipet_ .. Inspection Servicet(per year as stated in SOW General 1 YR $.1.5D $).51(-1)_. Information Pricing Section .3,letter C,page 17) Five(§)year flow test it EA $ 5D $ 5:0 Five(5)year hydrostatic test(drysystemsor pipe) 1 , EA :$L1 crC: $ 4.1,5n FiVe(5)year hose test 1 EA $,1 --,LS $ y—in Pressure ReetuOingend Relief Valves Sprinkler systems 1. EA :$3'"--) ;-) ,'$::"4-7-i Five(5)year hose connections- 1 EA $ „51,) 'Five(6)year hose racks 1 EA ,.$ 1,541,3 4 5n — fire,Alarm'$rten1.(thitred lire control . - inspection Services(per year as stated in SOW General "I, .;,.,, ,, Information Pricing Section 3, letter C, es° 17) T FS qa 4 VV V .-. t-7-------:-' - ..;--:_ ' ,.. - -' ,04110,1h4„,*Buiraingltnciudes.totPitiidtor 00.4•Pr011.elly APPfAisell - - 42ciAnt mph St.Torais - - ...::___ _--,,,,,,,,, ,,i . 0.-....-=‘,..4s -,--. ....,..."g-. . 0-z!,41 !10 1)17 Ate I;•frp.--Ve ;----- --- -.- -_--.-- - '•--- .--14' -:-.r.:- -4','- , 'f.- 1 ' --' . 7-' Sprinkler inspection Services(per year as stated in SOW General information Pricing Section 3,letter C, page-17) 1 YR' 141, q,un $Nen Five(5)year gauge ' 1 EA $ 1-4r- $ (JO I Five(5)year sprinklerfextra4ligh temperature: 1 EA $ ciD :$ 2,0 Five(5)year obstruction Inspection 1 EA $1_12e-1,) $qbn_ Five(5)year obstruction investigation I' EA $ Five (5)year alarm valve 1 , ;EA $ Five(5)year strainers,fitters oriiiceS• 1 ' EA $ I--7 'N $ ) 75 Five(5)year check valve I. EA $ I .rZ $ J.,c4;(1) ._ Tvisnty(20)year sprinkler-fast response I 1 EA. $r —575-0 PreactionlDelugeValve AnnualiFive(5)year Interior inspection 1 YR. $5:57) $550 Five(5)year strainer 1 EA $t, f $ ) !I`.c Backflow Preventer �c.� Inspection Services(per year as stated in SOW General 1 YR $ $ -7.5 _Information Pricing Section 3,tetter C,page 17L '—'} 5 Five(5)year strainer 1 EA _$ 5 $)5 _ Standpipes Inspection Services(peryear as stated in SOW General Information Pricing Section 3,letter C, page 17) 1 YR $150 $15() Five (5)year flowtest T EAA � $ Five(5)year hydrostatic test(dry systems or pipe) 1 EA $L ('� $ 1• , Five(5)year hose test 1. EA .$ /'15 $ / 73 Pressure Reducing.and Relief Valves rSprinkler systems ? EA $. -1S,4-Z(3 File(5)year hose connections 1 EA $ ,50_, $ ,---,0 Five(5)year hose racks 1 EA $/:D D , $ 1p0 _ Fire Alarm System(includes connection to Parking Garage) inspection Services(per year as stated'in SOW General .1 YR Information Pricing Section 3, letter C,page 17 'TVW ` `` Olean Aoent-_two(2)separatesystems Inspection Services(per year as stated In SOW General Information Pricing Section 3, letter C, page 17) 1 YR $44 Five{5}year test and Inspection 2 EA $ Ni $ N Five'(5)year container external visual Inspection .2 ' EA $— (1 Five(5)year hose test 44:14 $��� 1.EforaTt f - - _ _ _ — -_ YLfY6. 696L1.TO Eullding.5,Lake.Cciunty Courthouse(Included,1X,Building) 550 W Main St,r Tayares _ 1�� � _ y�j'']{a r I A z. Sprinkler - Inspection Services(per year as stated in SOW General , Information Pricing Section 3,letter C, page 17) YR "l�7 Five(5)year gauge 1 EA ':$ -L/0 ,$ LAO Five(5)year sprinklerlextra-high temperatureQ3D I Five(5)year obstruction inspection 1 EA $Li $L1.30 Fare(5)Year obstruction investigation 1 EA .,$f2.5O $c9?.:.Q Five(5)year alarm valve — EA $ I I75 sj Five(5)year strainers, filters orifices 1 EA $/15 $1-7-- Five 7-`Five(5)year check valve1 EA $....9-.50 $„9,:50 Twenty(20)year sprinkler-fast response 1 EA $ 1,5D $ J��J Preaction/Deluge Valve Annual/Five(5)year interior inspection 1 YR ( QJt $0:0-50 Five(6)year strainer 1 EA $061) $ [D, Backflow Preventer Inspection Services(per year as stated in SOW General 1 Xil $ 5 $ __-7. Information Pricing Section 3, letter C, page 17) Five (5)year strainer 1 EA $ e2<1 $ 4 j, Fire Pump-New Courthouse Inspection Services(per year as stated in SOW General 1 YR $ .. $ Information Pricing Section 3, letter C, page 17) Pine Pump-Judicial Center inspection Services(per year as stated In SOW General 1 YR i $ $ Information Pricing Section 3, letter C,page 17) _ L 5t 7 Standpipes Inspection Services(per yearas slated in SOW General 1 YR ' $ Information Pricing Section 3, letter C, page 17) IG 1.50 five(5)year flow test 1 FA $2-O $1)3l five(5)year hydrostatic test(dry systems or pipe) 1 FP $ti,D $ 4.S Five(5)year hose test 1 EA '$ 1 ra_ $1--y=1 Prassure-Reducing and Relief Valves ' Sprinkler systems 1 EA $L3-7 ? $3- Five(5)year hose connections 1 EA $ `Sr) $ Z Five(5)year hose racks -1 EA $ 1OD. $ /0(3 Fira-Alarin System Inspection Services(per year as stated in SOW General 1 YR $- $r Infarrriation Pricing Section a;letter C, page 17) _•-)C�tr,S �D::D(a=:►.•-J Man Agent Inspection Services(per year as slated in SOW General 1R $ $ sz Information Pricing'Section 3,letter C, page 17) 2, '-'( Five(6)year*stand inspection 1 EA $- .J\ $ N4Fiiie(6)year container external visual inspection 1 PA rye $ Five.(5)year hose test 1 EA $ p1- .$ 4 Pi 55a•5os , BUilding5-phergentyppetatibpaCentef - ,V5 W..Alfred St:,,Tavares' . St'A-itr$R. P-TOF1,7k " - ,-.z ;7'..'i.L---ct--:ria ao'5--4fi1it•t"''''",4' -)•-/\'"---!-r, "J'VR RTiee rE.--,v' -7*1.0...m... ,.. - • - _ Sprinkler . Inspection Sefvidee(per year as stated in SOW General 1 YR $1 ,c,_?.., $i ,, .,(--1 'information Pricing Section 3, letter Cpage 17) Lu- r"' k-v----0 Five(5)year gauge 1 EA $ 440 $ 140 Five(5)year sprinkler/extra-high temperature 1 , EA $ ....7 3 $ ,013 Five( )year obstruction inspection 1 EA $ ci5O $t-L5D Five(5)year obstruCtion Investigation 1 EA n $raf5 0 _ Five(5)year alartn valve 1 EA $ lle.) $ Five(5)year strainers, filters orifices 1 EA $ i--1, :$ , Five(5)year Chock valve 1 EA $-,Q.L-t Stra5D Twenty(20)year sprinkler-fast response 1 EA 3 1 50 $1,5D Proadioti/Deiuge'VelVe Annual/Five(5)year interior inspectich 1 YR t 5:5n s-n5t) Five(5)year strainer 1 EA EigOillow'Prevenier inspebtion Services(per year as stated InSOW General = , 1Y14 $ — lirfOrmation Pricing SeCtion 3, letter C, page 17) ' 15 Five (5)year strainer 1 "EA $ .„2. $ •Standpipee Inspection Services(per yearas stated In SOW General 1 YRStric),:s15-ry _InfOrmation PrIcIngSection Metter C. page 17) . Five(5)year flow test 1 EA $0950. s-.„i,...67) Five(5)year hydrostatic test(dry systerris,or pipe) 1 EA. $Li 6,10,;$- (450 Five(5)year hose test 1 EA $ 115, $. I-74) ... PresStfre'Re4 ucing and:Relief Willies_ Sprinkler systems 1 EA k Five(5)year hose connections 1 EA $ 3D. $ Five(5)year hose racks 1 EA $ /op $ foie-) , . 'Fire Alarm System Inspection Services(per year as stated in SOW General 1 information Pricing Section 3, letter C, page 17) YR ,._>,5-5J Clean Agent(I3Separate units) Inspection Services(per year as stated in SOW General information Pricing'Section 3, letter C, page 17) YR Slit() k,..)t ,N Frye (5)year test end inePectioli 8 .: EA $ )\04t- S N-As7" Five(5)year container external visual Inspection 8 EA $ $..=11C__, Five(5)year hose'test B EA $ NA-- $ NA (A U-5' 50 Buildiig7 DetentionCenteri.(Includes the.;Main,iaii,'Pi!elude,:and•.Central Energy Plant) 551W. Main St,,Tavares C - --- �L�t `Iti. Q"IN, . '.� 1 1 r {lty -{' -. 2- ''1 T`'' ' • • Im.- - R— -- Sprinkler inspection Services(per year as stated in SOW General 1 YR $ c-f $ r Information Pricing Section 3, letter C1 page 17) _ _ w s- .5 Five(5)year gauge 1 EA, $ LIO $ t-i 1) Five(5)year sprinkler/extra-high temperature 1 :EA $ O $ Five (5)year obstruction inspection 1 EA $430 $ (1S rive (5)year obstruction investigation 1 EA /4.2,51-) $ 02`:in, Five(5)year alarm valve 1 EA $ I-15 5 I—7J Five (5)yearstrainers,filters orifices 1 EA $ I) $ 1 -7 5 Five (5)year check valve 1 EA $J5 $ - "117 Twenty(20)year sprinkler-fast response 1 EA $ 13D umz Preaction/Deluge.Valve AnnuaUFive(5)year interior inspectirnl 1 YR $tleSa $ use l=ive (5)year strainer 1 EA $....9:,c) $ 3' (7 Backflow Preventer Inspection Services(per year as stated in SOW General Information Pricing Section 3, letter C, page 17) 1 YR $ --)n, $ - r3 Five(5)year strainer 1 EA -$ c7.5 $ Fire:Pump inspection Services(per year as stated in SOW General 1 YR .$,5 on $ lhfvnnation Pricing Section 3, letter C,page-17) _ i .Stentfplpes Inspection Services(per year as stated in SOW General 1 YR $' Information Pricing SectIon 3. letter C,-page 17) f io t.) Five(5)year flow test '1 EA $.. 50 $,.. •=i0• Five(5)year hydrostatic test(dry systems or pipe) 1 , EA $ f-i,% $ Ll5n, Five(5)year hose test I EA $ I $ l .Pressure Reducing-and Relief Valves ,- Sprinkler systems 1 EA $_ 1;15) $,..3-?, ), Five(5)year hose connections 1 , EA . $ c Q $ .. Five(5)year hose racks 1 LA $ la-73 $ ICSD i Fire filarni System Inspection Services(per year as stated in SOW General I 1 YR $ (4 7 Information Pricing Section 3,letter C,page 17) J Maul System Inspection Services(per year as stated in SOW General Information Pricin Section 3 letter C., a 17 1 YR $ $ =-arc 11fu ng' - - = _ :- $1 :4/6 Building 8-Public Defenders Office 123'N.Sinclair Ave;,,Tavares _ tmlatel O ,{AtOr TOTAL: '- _ �` 0 __ _ Quad ' gn rPRI P[ ►�s Sprinkler Inspection Services(per year as stated in SOW General YR Information Pricing Section 3, letterC, page 17) 1 $ C, Five(5)year gauge 1 EA $ J1 $ 146 Five(5)year sprinkleriextra•high temperature 1 EA $ $ o Five(5)year obstruction inspection 1 EA $ L4 c) $ 14,f)0 Five(5)year obstruction investigation 1 1 EA $_ , $964D, FiVe(6)year alarm valve 1 EA $ $ Five(5)year strainers, fitters orifices 1 EA $ 17J' $. 1 "7:5. Five(5)year check'valve 1 .EA $e26?) $, Twenty(20)year sprinkler-fast response 1 EA $ 15� $ 1,5ti Preaction/Deluge Valve Annual/Five(5)year interior Inspection 1 YR $ (\$'L51 Elva(5)year strainer 1 EA $.050 $ 3O Backflow Pneventer Inspection Services(per year as stated in SOW General Information Pricing Section 3, letter C,page 17) 1 YR $ $ �7" Five(6)year strainer 1 EA $ $, standpipes. Inspection Services(per yearas stated in SOW General Information Pacing Sermon 3, letter C, page 17) 1 YR $ � Five(5)year flow test _ 1 EA. •$o7:5ii $ *Sn Five(5)year hydrostatic test(dry systems or pipe) 1 EA $ 450 $ Five(5)year hose test 7 EA $ $ 1 i5 Pressure'Retlucing,and Relief Valves Sprinkler systems I EA '��. 7 _Frye (5),year hose connections 1 EA $ c` $ Five(5)year hose racks 1 EA $ /CO $ / 0 Fire Alarm System inspection Services(per year as.stated in SOW General 1 YR. $ r, $ Information PricingrSection 3, letter C, page 17 .76.4...0 0-7.3 -.5 - - :tiailSling 4-:.Rai klig Garage. - - 20014 Sincla it,Tavares _ --- --`. '` iS R Ogitl�R vt c2 -2-L lig 41ti'.'F 'rr 1"It1 ,f" Yl, t �`" ,ii PFS 1 In — s r Preaetlen/Deluge'Valve _ Annual/Five(5)year Interior inspection 1 YR $ei-ii3D, $ C C Five(5)year strainer 1 EA $ • L $ 75 B'ackflevePreventer Inspection Services(per year as stated in SOW General 1YR $ $ —2_z Information Pricing Section 3, letter C,page 17) Five(5)year strainer 1 EA $ c95 $ %---1 Standpipes Inspection .Services(per year as stated in SOW General Information Pricing Section 3, letter-Clpage 17) 1 YR. $ 10 3 ♦f Five(5)year flow test 1 EA $ • $ .5t Five(5)year hydrostatic test(dry systems or pipe) 1 EA .$ C.4$ 1-1C, Five(5)year hose test 1EA $ J-13 $ 1 _7 j FirkAlarrrt System, Included in inspection of 320 budding Vitilifilitliter. - 22r V. - - - B_iidingi -,P.iublic:Rec ds Storage - : 315`S..BIox ni-Ave.: T,avareS - ki,.-_-_,„_,_,__-,..,__-_-„,;_ikAiA„-:-..,,,,,,ff,r,,_-..:,,,__:,_,-„:,,,i_fewii, _.:,:._"7.M '7,0511- ,-;,7'!-!-;.1! _1. : Sprinkler Inspection Services(per year as stated in SOW General 1 YR information Pricing Section 3.letter C.page 17) 5500 Cr) Five(5)year gauge 1 EA 5' 5 140 r Five(5)year sprinkler/extra-high temperature 1 EA $ .0a $ 0 Five (5)year obstruction inspection 1 EA $40 $ rjr. Five(5)year obstruction investigation 1 EA $075D $ U)..3 Five(6)year alarm valve 1 EA , $ 115 $ j'—j`"'S Five(5)year strainers,filters orifices 1 EA $ J i z $ ,) .'- Five(5)year check Valve 1 EA $,..2.5n $ s Twenty(20)year sprinkler-fast response 1 FA $j5l t Ts 1D p..reaction/Deluge,V aloe Annual/Five(6)year Interior inspection 1 YR $65.0 $(.050 Five(5)year strainer 1 EAS $060 Backflow Preventer Inspection Services(per year asstated in SOW General 1 YR $ —7,f1 $ --7.5 Information Pricing Section 3,letter C, page 17) Five(5)Year strainer1 EA $ 3 $ a96 Standpipes Inspection Services(per year as stated in SOW General 1 YR $ Iso $ 1 .50 Information Pricing Section 3,letter C, page 17) Five(5)year flow test 1 EA $o73t) $ e ` Five (5)year hydrostatic test(dry systems or pipe) 1 EA , $ i_1557) $ 4JCD Five(5)year hose test 1 EA $ 113 $ i-1 5 Pressure Reducing.•and Relief•Vaives Sprinkler systems 1 EA $,...T15 $375 Five(5)year hose connections 1 EA $ 6-O $ c-'7to Five(5)year hose racks 1 EA $ 1O $ i , Fire Alarm•System , Inspection Seryicea10pr year as stated.in SOW General 1 YR $1-y _ $i�� Information Pricing Section 3,letter CI pa'e 17) • ** si c .s -_ _ _: _ z -- , _Y_ - = ---= 44755 Building 11 -Public Records'Center - 122 E.With St.,Tavaies. -- i ,_____ , ,_ __ Sprinkler. Inspection Services(per year as stated in SOW General 1 YR $50.3 $6007 Information Pricing Section 3,letter C,page 17) Five(5)year gauge 1 EA $ 40 $ L1 O Five(5)year sprinklerlextra-high temperature 1 EA $ ,$ r9 C5 Five(5)year obstruction inspection 1 EA $u $ LI Five(5)year obstruction investigation 1 EA $;r7D $ 063 Five(5)year elartfl Valve 1 EA $ 11-S $ )-75 Five(5)year strainers,filters orifices 1 EA $ 1-76 $ 1-73 Five (5)year check valve 1 EA $1:21_5n, $ Twenty(20)year sprinkler-fast response 1 EA $ 'I bb $ 15n Preactlan/Deluge,Valve Annual/Five(5)year Interior inspection I 1 YR I $ 5 L$,r Five (5)Year strainer 1--1- EA i Backflow Preventer Inspection Services(per year as stated in SOW General 1 1 YR 1:$ --)..5 $ —15 Information Pricing Section 3,letter C,page 17) Five(5) year strainer '1 FA s. 95 $ Fire:Purpp Inspection Services(per year as stated In SOW General f 1 I YR I $ ODI S '500 Information Pricing Section 3, letter C. page 17) I l Standpipes Inspection Services(per year as stated in SOW General Information Pricing Section 3, letter C,page 17) 1 YR $ 1}Ste_ $ 1 Kb _Five(5)year flow test _ 1 EA $ $ 0.5D Five(5)year hydrostatic test(dry systems or pipe) 1 EA $ LIS $ y 5o Five(5)year hose test. 1 _ EA $ 1-15 $ 1-'5 Pressure Reducing and Relief Valves Sprinkler.systems 1 EA . $.3-r3 $:5'7 Five(5)year hose connections 1 EA $ 5j $ (5D Five(5)year hose racks 1 EA $ i OD $ i CI b Fire Alerm System Inspection Services(per year as stated in SOW General .1 YR 1445 ffi :� information Pricing Section 3, letter C, page 17) Clean Agent(3:units) Inspection Services(per year as stated in SOW General1 YR $.x`7.5 `��`. Information Pricing Section 3, letter C, page 17) Five(5)year test and inspection 3 EA $ NA- $ 44.4k Five(5)year container external visual inspection 3 EA '1, $ .---e- ct.. Five(5)year hose test 3 EA. , s i-m...-,...-::171 4 I 7fi9_te tlI 10: _ - -- - f-- '' 7::1---=.-T-- -f_. Buikiilg:1 g.-Roo Otietatidna Center 42$35 Courtly°I4ndfill' d;t . Va a . .� _ ,gwAy- ,-7.-._ -,:,-,.-7.:------3 ,10fitoco,„- ..- - = - _,--;-:_; _z_ =,.._ I- - --'11 ., - I , -' . -- ' ,sprinkler _ Inspection Services(per year as stated in SOW General Information Pricing Section 3,letter C,page 17) 1 YR $ QT .$ r3 Five(5)year gauge 1 EA ,$ $ q Five(5)year sprinkler/extra-high temperature 1 EA $ r00 $ C) Five(5)year obstruction inspection 1 EA 5C)F'-.) $ (.4r-)0 Five(6)year obstruction investigation 1 EA s...7550 $o.n, Five(5)year alarm valve 1 EA $ r--45. $ 1 ,. .. Five-(5)year strainers, filters orifices 1 EA $ids $ l�, Five(5)year check valve 1 EA' $0,50 $ 'SZ Twenty`(20)year sprinkler-fast response 1 EA $ 150 $ 9 50 Rreactionfp'etuge'Valve, Annual/Five(S)year interior inspection 1 YR $.� -)l7 $ 5St Ave (5)year strainer 1 1 EA 1 $00 $+ Q Backflow Preventer Inspection Services(per year as Stated in SOW General 1 i YR $ —15 $ -15 Information Pricing Section 3,letter C,page 17) Five(5)year strainer 1 EA $ „2S $ I Standpipes inspection Services,(per year as stated In SOW General 1 YR $ 1 Information Pricing Section .3, letter C, page 17) Five(5)year flow test 1 EA $ C X 5O $ oO rive(5)year hydrostatic test(dry systems or pipe) 1 EA $ 45-n $ Li60 Five(5)year hose test 1 EA $ 1*-1. $ 1-J Pressure Re lucingrand ReliefValves_ _ _Sprinkler systems 1 EA $315 $_ten t Five(5)year hose connections 1 EA $ tom. $ ,-1 Five(5)year hose racks 1 EA $ /OD $ I Dry Pipe Sprinklers inspection Services(per year as stated in SOW General 1 YR $ � $- Information Pricing Section 3,letter C, page 17) Three(3)year preaction.system air leakage test 1 EA $ I 5z)_$ 150. Three(3)year full flow trip test for dry pipe 1 EA $ )5.$.v Q, Three)3)year air leakage gest 1 EA $ 1 .$ 160 Frie(5)year strainer,filters,and restricted orifices 1 EA $ Jp�. .$ lOT) Ten (10)year dry sprinkler i , EA- , $o7O"C7_$ 12O C) Twenty(20)year sprinkler-fast response 1 EA .$ .3Z $ 50 Fire Alerm'System Inspection Services(per year as stated in SOW General 1 YR $ $ � Information.Pricing Section 3,letter C, page 17) Clean Agent , Inspection services(peryear as stated.irl.SOW'General .1. rR $ Al $Information Pricing Section 3, letter C, page 17) NA Five(5)year test and inspection 1 EA' $ N pt $ Five(5)year container external visual inspection 1 EA $ N A $ ki 4_ Five (5)year hose.test 1 EA $ 3 NA B.tiilding;13-'2009•Ceritral,Energy Plant '405 W:Alfred St,`,Tauares _ ' '— i.--.--4.;:z...... .:-..„."1, 1 _ta t --'1."&" ' � Y. . . st , i 1 ' x . 'Inspection Services(per year as stated in SOW General 1 YR $ $ Y Information Pricing Section 3,letter C�page 17) _ J' Five(5)year.gauge 1 EA $ kri $ OD Five(5)year sprinkler/extra-high temperature 1 EA '$ ,),Q•$ c...9j) Five(5)year obstruction inspection 1 EA $ 9 $L_1 Five(5)year obstruction investigation 1 EA $ $AILD Five(5)year alarm valve 1 EA $ f-7 $ 1—IS Five(5)year strainers,filters'orifices 1 EA $ j-/: $ 1 Five(5)year'check valve I EA $ .2,5(-s, $,`6 Twenty(20)year sprinkler-fast response 1 EA $ 156. $ I• c, , Preaction/Deluge Valve Annual/Five(5)year interior inspection 1 1 YR 1$. `z $56 fm Five(5)year strainer I 1 EA $&066 $a?6O Backflow•Preventer Inspection Services(per year as stated in SOW General 1 YR $ $ . . Information Pricing Section 3, letter C, page 17) is Five(5)year strainer 1 EA $ , $. .5_ Standpipes Inspection Services(per year as stated in SOW General 1 YR $ 1 L:50 $�5.--} information Pricing Section 3,letter C,page 17) D 'Five(5)year flow"test 1 EA $, °5D -.0 St Five(5)year hydrostatic testldry systems or pipe) 1EA $ , $ 4'5c Five(5)year hose test i FA - $1—7n $ f ; Pressure.'Reducing.and,ReliefValves Sprinklersystems,. 1 EA 3--m $_-6-7 5 - Five(5)year hose connections 1 EA $ §. $ cam' Five(5)year hose racks, I I EA $ .lam% $JOD Dry-'Pippriril rs 1 Inspection' Services(per year as stated In SOW General 1 YR $ . 50 $ Information Pricing Section .3,letter C; page 17) � Three(3)year preaction system air leakage.test 1 • EA $ I;S :$ .1.50 Three(3)year full flow trip.test fot dry pipe 1 EA $c05T) $act+) Three)3)year air leakage test 1 EA $ LSA: $ 15Q Five(5)„year,strainer,filters,and restricted orifices 1 EA $ /OD,. $ I op, Ten;(10)year'dry sprinkler. _ I EA �$CQa j 1,700 ' EA; •.$. `$ Twenty(20).year sprinkler-fast response, 1. Fire Alarrin System:_ inspection ;Services(per year as stated in SOW General YR ‘;i9. $�' -'', Information Pricing Section 3: letter C, 'a•e'17 =. r .a- s— _ -� , 1--1-- ==sem o.� 4,'41,. - Buildin 1d-c Atilma)Control - 1.1:T es - - 281;�3 CR 56 aver. 7-=-_.---,,,----..F.,--, --m -,,,-, --z-a---------7-,.-;-Aft-...,_- ,.._,.. ,,,,, ,,__,,,,,, z_,......., ..n- -- - - --ivAL-ew-i-n---:w:=-_,-.1,,..A-4 r,-46--it---_-1-.2LL-Hip-Fr-Ar . _- _- - _ Fire'Alann'System - _ _ . Inspection Services(per year as;st .iiiiii,101___.....,_ ated in SOW General 1' Y R` .$ $•, - Information Pricing.Section 3,letterCpage•17) _ . b `- K - --- l3y15l(ding ---Aris4ltitral Center= - — . - 7951 WotktlleaRe. Tavares .:L,.:: .I'.64 .yw�ti•' ,cti.' m-4 j °'° • r. ',`r i t 1' 1 1 %: a ,,'- .� t �' 1'' - - . w,.c.ti,.,� ..' r+ �fi— S^�l` lt,-..,:_77.1.:„..'t-- II". ..m i:_-,___ 4 Fire•Alarm System _ Inspection Services(per year asstatedYR in SOW General 1' `$ , Information Pricin a Section 3 letter C .a!a17. _ ` t _ {''`tet — - 4ui01ng 16 ,Astor Fire Sfat[on#10. _ - - - ',23623R 40„Aston- , ,.fie--- _ _ sem.. W,„., ^ .k.,--, ---------------- ;-.� \ ,I,L. 0 a, w rues IIIREM `4 uplitei 1 _ _ ' = -Fil*-Aterm�8yste n . _ - Inspectipn Services(per,yearas stated in SOW General 1; YR $ t!. 11. 1.6 Information Pricin' :Section :3, letterC .a.e 17 -. _ ' c ;,131-•° .6z` _�„_-_,-..-7-- - � `` ._— - '-� ftt.,, I T.Buiidin�g,1,7 "Pat&ley,FIreSX lion#t8. .. • '1•2':0. 6 0 --- - _ —{- mea 1, = `'rr a r'TcRl",_, F l j�- �.+.; ...14, !a t- n - .1-% ,-, s� Y `�'=mak,- eS _ - :Sprinkler - Inspection. Services(per year as_stated in�SOW,Generalf— 1 yR y i• g ,�information'Pricing Section 3,-letter:C,:page.17) i� O, 17 EA $ • we:(5)year gauge -- 1 a. Five(5)year sprinkler/extra-high temperature 1 EA $4lj S• .Z90 Five(5)year obstruction inspection 1 EA $ I-60 $ 14,50 Five(5)year obstruction investigation 1 EA $o7Jr) $ ,93C) Five(5)year slam'valve 1 EA $ 115 $ ) 1,5 Five.(5)year strainers,filters orifices 11 'EA EA $0,5D $.9zp•$ 1' 15 $, )7 5 Five(5)year check valve Twenty(20)year sprinkler-fast response 1 EA ,$ IOU $ 1 Q_. PreaOlioti/Deruge•Valve Annual Five(5)year interior Inspection 1 YR $ D $ 5S0 Five(5)year strainer 1 1 EA $,.9 $--'a Backflow Preventer inspection Services(per year as stated In SOW General 1 I YR i $ —1 V -7 Information Pricing Section 3, letter C,page 17) Five(5)year strainer 1 EA $ ) $ cV"S Fire Pump Inspection Services(per year as stated in SOW General 1 YR $ c+ -D -$e5z)t Information Pricing Section 3,letter C; page 17) Standpipes Inspection Services(per year as stated in SOW General 1 YR $ 1:5D $ l Information Pricing Section 3,letter C;page 17) , Five(5)year flow test 9 EA $.cam $ -5c) Five(5)year hydrostatic test(dry systems or pipe) 9 EA $ 4 $ LI 60 Five(5)year[lose-test 1 EA $ I.-76 '$l- ' Pressure.Reducing.and Relief Valves _ Sprinkler systems _ 1 EA $375 S-3--/ _Five(5)year hose connections 1 EA $ .5O $ ,. Five(5)year hose racks 1 5A .$ 1D[ $ /Cts_ Water Storage Tank Three(3)year internal inspection'for tank with no corrosion 1 EA $ $ protection _ i 5 150e) Five(5).year internal inspection for tank with corrosion 1 EA Si � $ 16C0 protection Five(5)year tank level Indicator I EA $ c95r $ 0,50 Five(5)year pressure gauge 1 EA. $ O( _$ LSC Fire Alarm System Inspection Services(per year as stated in SOW General EA $ -g$ - Information Pricing Section 3,letter C. page 17) 1 - _ -33 - - Ansul System Inspection Services(per year as stated in SOW General 1 YR ,$ in, $iur, Information Pricin Section 3, letter Cage 17) I Building 18-:15rnati(la Heelth'Ciiinic 249 Collins Ave:, Umatilla _ _-' -7-,..4--,_ p f � _ - o. ° - r• ,-r:-----_--_s__-_i_,_7 - rii-0.1 � P.,rt =, > _. - fi -, --- ce_ _ _ . !,.� : C...%_—_ ,t_ Sprinkler' - Inspection Services(per year as stated in SOW General 1 YR6-70'6 Information Pricing Section 3, letter C, page 17) Five(5)year gauge 1 EA .$,` Lip $ 140 Five.(5)year sprinkler/extra-high temperature '1 ' EA $ ,7O $ cp d. Five(5)..year obstruction inspection 1 EA $445-0 $....4.16 Five(5)year obstruction'investigation 1- "EA $ 4:� ,$:, 63 Five(5)year'alarm valve `1 EA $ ,-J- ,$. 1-16 Five(5)year strainers,filters,orifices 'I' 'EA '$'} :$ 1,15 Five(5)year check valve. 1. EA $ ,J $ ,?tai `. -Twenty(20)year sprinkler-fast response 1- _l :EA .$- I Etip $ '1.6D. Preaction/Detuge'Valve_ _ Annual/Five(5)year interior"inspection 1 YR .. $5 $efo `F 1 ive,(6)year strainer .EA, $ 'j ► so��gla Backflow Inspection .Services(per year'as stated in'SOW General ) $ - $ Information Pricing Section 3, letter O, page 17) Five(5)year strainer 1 'EA $ . 5.. $" o)r3`- fire Pump Inspection Services(per year as stated In SOW General I ;1 I YR, I $ ,G l $ �, 4 Information Pacing Section 3, letter C, page 17) 1 •Standpipes _ Inspection Services(per.year as-stated:in SOWGeneral 1., $ Information.Pricing Section 3,.letter '�R.C,page 17) '$16c), 1 Q' . Five(5)year flow test i EA $ •$ .'>ty Five(5)year hydrostatic test(dry systems-or.pipe) _ 1• , EA . $1.4 $ 1460 i EA, $ 1- $ j`? Five(5)year hose test _ _ _ - Pressure Reducing and Relief Valves . Spriinklersystems 1 . 'EA /37154315,_ Five(5)year -1' EA :$- $ .50. , hose connections _ - - �� ,Five(5)year hose racks 1 t `$ /60 -$ C Fiire'AlarmSystem: Inspection Services(per yearns stated in SOW General1 Ya ';:$ ;g Information`Pricing Section 3 letter C, pale 17) L -.3' '3 , 1 _ — — 'EtOildingA9.!',.FeirgroundeEktio[3,1u,41169 -2-1 01:01(.40, cvAto. ___ Itit.A . 1 AICI-KE-Lig - :1 ligigt. '.,-;,,-,-,toawf, ,s,,, ..,, f••••••-...----....--7,.....-...t,..-...: .=-.Z...-'-'!!.--7.7%7-..--.....--"- .... - -.._ , _ _ -- - Fire Ala On,SyStem Inspection Services(per year as stated in SOW General ,i,. YR $ $c„:97~, Information PricingSection 3,letter C. e 17 .., , --c ir -11Dilaingti ,-.-=:-.---74_5:7- -- -77-f -'_-1-=-----j_.----'-:=`=----. `,::-.- --:,_--- L;-_,-., 3•9'',----7-. . Building 20--Lekst4lem.Fire.Patit?p,0713' ..,.. . ,. . . _ .6-.145 CR:4418,Lake-jetn,_ ,.._._-------,-----.....7,„. ffl-----4-----tc,„ .,- ------we- ----e---;---7:--=- 1:" ii`triiiiiii7-1 If---Tml..,".11. arf--:'7454-11AL 7 1 ,- .,:. -,-L7-* 'vomit: : c ,12 .7, -,.„i,,,kf-,..2,- 7-17-... -,:.T:7;''.. A020fily, 4., ,1 " .. 'TAW ' 2`tIMMIXIlt ..,_.• r.---z....'=_ -- ---1";•-__-=-,1,,,.t.--,..1-1". 1=447;0?-,••71..-' '4,•-'--4-• =.• ..-2-44....• 97411?, • - - : 'I ' '"'" =, _ - -J- Sprinkler _ Inspection Services(per yearas statedinSOW General i YR $ : Information PriCin. Section 3 letter C, •afe 17 - Five(p)year gauge -1 :112311EIM ,$' .44tv ,Five(5)year sprinkler/extra,h0 temperature 1 EA 11113PallEllajA, FiVe 01 year obstniction inspection , 1. EA $ (Aso rs__4.50 Five(5)year obstroctiori investigation Czatib _ _ Five (6)year alarm valve EA 1$ .1-15 A c'f.-715 , . five(51year Strainersifitters orifices: 1 , EA 4 1775 A J'71.5 Five,(5)year checic.Valve I ..A. $„j ,$_Ai. e ., Twenty(g0)year ePrinkier-feo response _ 1, EA '.$ $ ,), ,Preaction/peld6wYal*, _ Annual/Five(6)year intenor inapieption _ , _1 YF.i _, '.$,„ s 1. _ , :,..;, .•!e' BadefloW Preventer . _ . Inspection Services(per Year asstatedin SOW YRGeneral ' .,1 Information Prlain•.Sectitin 3, letter C-, •a.a 17 , . _ .' _ $:,'---15 ,A,----7. Five(5)year strainer , ., 8A, .$: ,,.2-5. eling. Fire Pump inspection Services(peryear stated in SOVV,General I' YR ;$ InfOrmation-Pncing Section 3,,letterd, •a•ei ',. _ Standpipes: Inspection Services(0r year as stated in SOW General Information Pricing Section 3,letter1 C.page 17). Y°:' '4:i:b0 S' I:5 .. Five(5)Year flow test . -1 , EA, $,.., ii $ -.' . 70 Five (5)year hydrostatictest(diry systernSor.PiPe) 1 - ' , EA :*.t.lbD * 146a Five(5)year haie test 1' ',EA ;`$ 1:—L6 !$ t—1.5 Pressure Reducing and.Refef Velvet. Sprinkler systems 1 'EA, $'3- $3 (3 Five(5)year hose connections 1 EA $ rte' ;$ Fyo Five(5)year hose racks 1 . EA $ •/D0 .$./00 Water°Storage Tank Three(3)year internal inspection for tank with no:corrosion 1 EA $ $ ' protection Is 1) 1500. Five.(5)year internal inspection for tankwith corrosion 1 EA $ $. protection 15(n $ 0 Five(5)year tank level,indicator 1 EA $ 0,0t, $ t5 Five.(5)year pressure gauge 1 EA $ •00 $ un FireAlarm System Inspection Services(per year as stated In.SOW General - Information Pricing Section 3, letter C, page 17) 1 YR I76/077r.41766:---i- _ Ansa system. Inspection Services(per year as stated in SOW General 1 YR $ $Information Prlcin9 Section . 1u. • 6. '.;---_- _— - _ - Ilk-067.,7 3, letter C,page y I'�u�tiir�` ,� � _ Suiiding-21:-:pCCwektoouse 32400 C17 4731 Leesburg '' I':-------:"; -:". ..----'-7:-.7. ^."."VJ.T.-..----;,rcr:;"'".::.-%.-;-'.-. kt::-..".....;'-'4Akidittiv-'. ...--.=;a:,... ... ,7 Ili it----1461,161;1-,.:144;,- Ita r.,,,-,:rittritiet._—_. : . .:7-,...-1.4.4,--; ,,.....,,K.. _ a...z....., ,,, , .„.„4„ Noty-,-.1r----,,,e,-:t._-=-41i="t-,-- ' H.0-."-hlih, --...1.• -•-z..?,:p -Akr.. '=, _ Sprinkler Inspection Servloes(per year assisted in SOW General 1 YR $;' Information Pricing.SeCtion 3,letter.C, page 17) Five'(5)year gauge 1 EA _ $ 413 .$ _ y1. Five.(5)year sprinkler(extra-higli temperature _ ; , 1 EA ' $ cwt .Five(5)year obstruction inspection T EA' $ $ I-15C Five(5)year obstruction investigation 1 .EA •$ o. Five:(5)year alarm valve 1 EA: ,$ 1`")3,$ 1 i Five (5)year strainers;filters orifices 1 EA, $ f7)5 $ 1:•-7,, Five(5)year check valve 1 EA $ j5 $ 69 517) Twenty(20)year sprinkler-fast response 1 EA $.i;, • $ 16D PreactiorilDeluge;yalive.. _ _ AnnuallFive(5):year interior inspection 1 - , YR '$ o; $ ntiti Five(5)year strainer I EA Sc245 ' $ JO Backflow-Preventer . _ _._ Inspection Services,(per year.as;stated in SOW General' Information PridingSection 3,letter C,page 17)` 1 YR $' —75, $ --75^, Five(5):year,strainer 1 , EA .'$ ,.5 • - Fire.Pump Inspection Services(per year as stated in SOW General 1 YR $ "Information Pricing Section 3,i'etter.C,page 17) - 500 Standpipe$ _ inspection Services(per year as stated in SOW General 1 YR $ Ad.30 S i...op. Information Pricing Section 3, letter C, page 17) Five (5)year flow test 1 EA $c ,,53 $ ,,,L`5C Five (5)year hydrostatic test(dry systems or pipe) 1 EA ; $t4 r^ff $ L�5Q Five(5)year hose test 1 EA $) '1 _ $ 'i -15 Pressure.'Reducing and.Relief Valves, _ Sprinkler systems 1 EA • k-75 $3-73, Five(5)year hose connections. 1 EA $ ,5-D $- ,se,. Five(5)year hose racks -1 EA $/00 $ /('\13 Fire Alarm System _ Inspection Services(per year as stated in SOW General 1 YR $ J •Iiiiii $ —7. Information Pricing Section 3, letter C, page 17) __ ! __ iltif• .21; - tsSeit pirlding:22•-Clermont Fire Statim•#1,10. _ _ 6234;CR'561,Clermont rte— _ a--- /�1, `:* •-"-=: _ a, 4 1- ' tiUl 1-1` Tir �I y�y — "�`� _. --em: (�ij ]n. �/ yu w1 I '� 3 Fire Alarm System Inspection Services(per year as stated'in SOW General 1 'YR $ $ Information Pricing.Section 3.,letter C, page 17) ..c1t" A Wate Storage;Tank Three(3)year internal Inspection'fortank with no corrosion. 1 EA $ protection I -,C 5CHD: Five(5)year Internal inspection for tank with corrosion 1 EA $ $ protection — 150C) ) Five(5)year tank level indicator I EA $,n7yj_$ ,D5o Five(6)year pressure gauge 1 .EA $ t4I $ 0 Arisul Systemr_t_ _ Inspection. Services(per year as stated in SOW General 1 YR $ $ . _ Information_PricingSection 3;letter C,page 17) / jlp� _...t��..,sw.. ,•tea,,, _. " _ - - - ---_=-,2 ✓ ' i 1 li j ,13uiidin 23 Clerniont.Fire Station#112 - 16240'Cf,t 474, Clermont -- _ - - — -- Fira.Alarm tSystem Inspection Services(per year as stated in SOW General 1 ..1-iiiiii ' YR' .$ - 5 I LI 50, Information Pricing Pricing Section 3,letter C, page 1 i) _ Atillding:2+4: ,Oldriitgnt:_She[iff.S_OVStation - • 15655=C{RR50; Clermont M � . _ _ _,_ t _ter, L.1 3.M_ 1 .4...i01 .r __, .,,, vai, ,'./, ,i `'{tom' +'-e.13Jry ,,,k y,;::..,-..4 •� s+ Sprinkler_ _ - r Inspection Services(per year as stated hi SOW GeneralYR: $' Information Pricing Section 3, letter C, page 17) 107, irP no e 1: EA $� WZ�. $ LI Five(5)year S -au_S - - Five(5)year sprinklerlextre-high temperature- 1 EA `$ O-,$ (JD Five,(5)year obstruction Inspection 1. _ E '' ;,'s-,460 $ Five(5)year obstruction investigation' 1, , EA ,$,.'., ,';'5b $ Five(5)year atarm valve 1. EA $ 1, tel $ 1 J ' Five(5)year strainers, filters orifices 1EA $ 1"'-j $ 1'1: Five(5)year check valve 1. _ EA ..'$D3� $ Twenty(20)'year,spri ikler=fast response 1 EA $ 1--5 D._. $ 1, `C ,Preact onlaeluge Valve, - - - Annuallf=ive(5)year interior inspection ;I YR ' ;$ 5l _.$' Five(5)year strainer 1 A EA, $ . :i j ' Backflow-Pteventer Inspection Services(per year as:stated in'SOW General • Information Pricing Section-;3,letter_C, page 17). 1_ YR '$ 3• -7'5 E $ J.7. $' .�,. Five(5)year strainer _ _ �A - _....,F=ire ftp° Inspection Services(per yearas'stated:in SOW:General: 1 YR 1.:500;!"(5D0::$ Information Pricing Section 3, letter C,page 1'7) X10. ; 5C) ; Standpipes Inspection _Services(per year as-stated in SOW General 1 Y� $ Information Pricing Section 3.letter C,page 17) 1 $? 1 ` Five(5)'year•flow test 1 EA. %,2 - $'ci�5! Five(4)year hydrostatic test(dry systems or pipe) i ,1 • • EA 45();$ (-.:i: Five;(:5)year hate test' 1 §47-71�.Si-7 6, $I C 1TON 4—PRICING/CERTIFICATIONS/SIGNN I'(1RES RFP lumber: 13-0605 1 `Pressure Reducing and Relief Valves Sprinkler systems 1 EA $373 $5-15 Five(5)year hose connections 1 EA $ Sc,.$ no Five(5)year hose racks 1 EA I ADO $ /y" - Dry Pipe'8prihklers Inspection Services(per year as stated in SOW General 1 Yft $3 � Information Pricing Section 3,letter C,page 17) Three(3)year preaction system air leakage test 1 EA $ /3r $ I 3Q Three(3)year full flow trip test for dry pipe 1 _ EA $e=27 $ 42.50 Three)3)year air leakage test 1 _ 'EA $ i •$ I C) Five(6)year strainer,filters,and restricted orifices 1 EA $ 1,0[S s IOD Ten(10)year dry sprinkler 1 EA Sipco .s e o j Twenty(20)year sprinkler-fast response 1 EA $ DO $ Fire Alarm System Inspection Services(per year as stated In SOW General 1 YR $ Information Pricing Section 3,letter C, page 17) Tit"U idfrii.. -$4743' Building 25-Library Cagan Crossings 1$729 Cagan Oaks,Claimant TYPE OriNSPECT1,014 ' ' ilir � . Y , UM ?Q40ti S . Sprinkler Inspection Services(per year as stated in SOW General Information Pricing Section 3,letter C,page 17) 1 YR Sure Sic O 'Five(5)year gauge I EA .$ U* $ q Five(5)year.sprinklerlextra-high temperature 1 EA $ 0' $ C Five(5)year obstruction Inspection 1 EA $1 50, $gr) _Five(5)year obstruction Investigation 1 EA W51) $.r�53n Five(5)year alarm valve 1 EA ;$.I 3 $ 1-.5 Five(5)year strainers,tilers orifices -1 EA .$ i--i -4 _$ r-7 Five(5)year check valve. 1 EA $,D�`7 L.3 0.5o Twenty(20)year sprinkler-fast response 1 EA $,LSO._ $ .J.50 Preactionlpeluge Valve Annual/Five(5)year Interior inspection 1 YR $55D55--0: Five(5)year strainer 1 BA $ +b $ 95L y Backflow Preventer _ Inspection Services(per year as.stated In SOW General 1 $ �5 $ --7.5 Information Pricing Section.3,letter C.page 17) Five(5)year strainer 1 EA $ 2'3 $ 551 . ._ SECTION 4-PRICING/'ClatTIO.C,ATIAMIS/-.SIG;NATtiltgS qiFTiimber: 0-0603 - , Fire Pump. Inspection Services(per year as stated in SOW General' 1 YR ,S $,-5.:N1 , Information Pricing Section 3,letter.b.,..page 17) _ .<-- _ ,StarldPIOes ' Inspection Services(per year as stated in'SOW General, 1' f,A ', $4,3y -fi!Do. Information Pricing:Section 3,letter C,page 17) . . - ' Five(5)year flow test 1 EA •$,D;a)vt) Five(5)yearhydrostatic (dry systems or pipe) i , EA _ ,.$/1 L5Z $ L4..X Five(5)year hose.test 1 EA :1r1.5'• $ i'l 3 Pressure Rediicir4and Relief ValOes, Sprinkler systems 1 EA :$_' '71:_',.,,, *n-71 hn: ,‘Five 45)Year.hote-cOnnections 1 EA , ._-$.- "60 1 Anis(5)year.hose racks. ... ,. OA 1100 Sr ibs... _ 1 Fire..Alath!.SYttern . . inspectlen Services(per yearas stated inSOW General ' ; inforinatIon Pr .1 YfticinctSeCtiOn '3,letter b, page 7) _ - . 7 z=', ,•.',(5.. 4.±T6:.T.S 0 , - - ISUilding2:6.--VitiOStWeiCoMe.-bertter _ , . __ _ , - ,_:"7:-.-- -'.'"7 -"ia:iZ-117,F:.,..-- -_..-.:-7.-7::*;.'--.77,;,1::!:.:.-e--.___a__ __---.- -,,I,.-kirm•--:_aleitiTi.;.V.r--.1,,:.•.:-115;_iikair 4:1,,__,TRis___.7 ., .. - Firsts-, 9 , 9 --..,:=-.---:.f-- -."4._27 -i--.72..!`-""7.1iTiliry...•!' I tUPPO1=.415j04,-'''IlikfdX.'- :-.ZTz_,,..."' "'4'-'5.. v...,_____,__,. :: - -_z_ -7_,. -,,_. :-:-:-,-'2"7"---m-..- •-.,-;------;---,"*11-*1 . M- /-_7:."----* . Cril",,,,...- - 71;Ii-Z---:- : ' 1 _. _ - Finalklarm,SysteM. _ _ Inspection Services(per year as stated in SOW General , , . _ . , .. -- e- • . ' ' -.. information Pricing.8eCtion. 3,letter C,page 172: 1. ., YR , 4,a) .s.1...150 '..-••=7-'.. ---_=__-- --_.-t.---,=—?; ... - ---- --- __ . 4 --0.0?.sootroihioie:v4atitobir_c _ -- I _ _ 19t,MOoiajOAW4E00:_ o, •.--...-., ..--.4..---, '----;=,--.4r.60.4i-f=- i .. ---' • ._1,1," kir't-ipe.7. .Tr-i., _IA, -, - P.,„„..1"61,..._,k.4 tt,--:M-7 E."961591 '--j''',...""iliF -i 1 s-- 1 - . Maul System . _ Inspection'Services(per year asstated in SOW General' , .' , r Information Pricing Section 3,,letter C.page 17) c,,in -t---- qacitirltr-rOzi•-------------„:::__-----_-_-.----=--------_-- -77_77:------7:- -7_71 F,C_:41iVii.y 52- I C'IION'4--'PIkICiN(:/CERTIFICATIONS/'S!GNATURCS: lif;I'Ntnnbei 13-0695 •Building 28:-F.uel`.Statiotn-O:ffce __ - - 12900;County",'l.ali'dfitl•Ri1,Tavares'_ Maul:System Inspection ,Services_(per year as stated In SOW-General' 1. YR $ . $: lnnfonnation'Pricing Section _3,letter C page 17) _ ?i,------ - _ - _ _ tta'ildlnj;2 Fir :Statlon'�1 = — _ __ 4'7544SR 19Altoona - -<� "�_i^ e F V^�_aI �` ' -- �.1'[ m `ta-_Yr ..✓, G''_ 1"-1" Lo vIFgi ei Pi Water Storage Ta lt- Three(3)-Year internal inspection for tank with no corrosion protection 1 EA % [$ l.'S x Five(5)year internal Inspection,for tank;with corrosion protection i EA `$ $ Five.(5)year tank level indicator 1 EA -$'•,A5r ,$ ' Five(5)year pressure gauge t EA ':A Lin t.-.,,,-,,,_,-'1,-.....-ott 1 - ____" _ -- — iv z- arr - -,.),,L,-;_, - - . 9 .. _ �. 61'^' TQTAL ALL BUILDINGS v i � �) n't p ffhILT."1yr 4 �7. . r gl ` `!1'r,;u 0 rtr yry5 11NJ' C ";crPT . t 'M, __ v ' tj � ! Oescripliori of Service 5M!- S. $. 53 SECOON 4 .1RICIN(y/(.I RFiFICATION5/SIGNA"T[JRkS. .I0Wurnbui..,13,-0.6 . F [ == ,K _ wtr ',-/4 =�F-------__ 14410 7 1 =J.WO.1 ~ } , • 'lean agent 500:each ::$' '$; _=----:------.--7--- ----72_2:-_-.-z-_'''-- -''-i---:---- -:_2_72- : - a h€R8 981ti1teifill0. - - - -_---=-1-=--__1:2 r` -,:.-__-__ _;.,==------.---- --_--,------:---- Aht Vel ;ilI' `v I d'u = �. ,�5 , .-- =-a G '71`-'�` t ""_' LJ It.otTer��- - figi esFr_ t. Ansul System Refill 100 each $: 4/5(y) _ 411 E..::17.::* - =-=-_ 41541g4 ;5 ysbim1R>@fdr 47" bti m :1 � ..njAa .-" - �`K~ r .�r . } E-.-:-p - _ 1, - , y 111 ' ' r` . (SZsc ,,d" f:'-' , fr'1� ..- T ., t -- =f..z-‘-.,1--'.'---- ti&iiii ,L�' ttrn1tpr1eP1 ' 'rAi11iti__-. Alarm Monitoring System.Annual Support 6:Years' $ ,7425.06 $ 'S {' ReprbgraamminnI 9 Alarm Monitoring System 15 hours - $ 9:S„i~ __ $ 4 :ri-=-"' -� - -_ 1l�O6141itrrli91 bNfailna:$ysteiii ` ,;--'r3.,T ) Y 1l _ - rife . . 0g0_�I� - - - .:_,___.7._,___:,...,..7.,:fit: ,. .7.,_._i__ ___„:...„..___ Ilarcui _,-,.,,,...„. .2:,_:___74.5.:___,,4L47...*,___„7.:___.,_ _-,_,. ...÷.._....„./.. .7.,„.,„. •.___1 ErpeAta-c, -;_:::-.2_,f_•,..,-. .- - -_,___ H„;____,- -z2:2 ,tiMit.-j--;:=z------a-lirittMciek,===-7/27-_:1114411046, .Ti ' Price per,each ,' Pito Extinguislier-Inspection Inspection ., $ J.pf $; , ' Recharge.ABC per,poiuud -, ' 40 :$. -ea n41 6 + ? '. Recharge‘Co2 pet,pound 100 $:, , ,--71%.:-$ (.$, .'47715., QO Recharge Purple-K OKP):Iper pourna `100 _ _3,()Q;- g, (°'7`_t L7;� I -Six.0,6):yearmaint nance, - �0 .$.� -I �l.Cji3 $ • _ 'l'wclvc(12):yew'hydrostatic, 2O: ' New ABC fire extinguisher 5 lbs 2u`' _ i'_$`,_ '.41 8:::i , '$_' al L O. :New IA liC.iire.cx1Inguisher 10 lbs, _ 20 $� .' `' '$' ..r.'4;6,6;!6:17 :_. .New'ARC.lire extinguisher 2Q`11w _ 20 $ -'13th`. r` $ i ►.6()r C>i New Cot fre ixtinguisher,5 IN � IUD,. $ - - ao �_ '��. �1F�dl'�. Cin. :New--0O2 fireeitiiriguisher'10 lbs _ 20: $`-_/1S:Of)._ .$ ?a -. dam. New:Co2,fireeextinguisher 20 this _ _ 20' ;5! L.pD:1l/�.�1' $::'rot,,, i_ I New Purple-K tire-extinguishcr:5 Itis 20, :$' , .4 i.o : - s:..'L 3' �, C New Purple-K fire'extinguisher 10Ibs. .20.• _ $ C r) ('0 - $. _`:gam c1:3_ New Purple-K_Cine extinguisher.-20'lbs.. '20_ t13 7 '. $, ' `7l:}' 54 Fire extinguisher cabinet fbr facility. 20 — ) -50D 1 1L�Pi>rf` `iftili ii-0 -- _ _ L1-14 L l 1 y' Rano .Description _Hours Per hbur';cost TgttIthourly cost 'l'ceitnician ServiccS.(for work:not covered and beyond the base contract)during business,hours 10 $ CD 5.00 $ L050. () Helper Services(for work not covered and beyond � the base contract)during business hours 10 $ ; J l .s 'i'ee:huician Services(for work.nol coveted.and beyond the base contract) niter regular,busincss (tours U0 $ �.7/L O $ � . Helper Services Obi.work not covered and beyond �i,-� the base.contract)after regular business hours 10 $ Sao o C) $ 4 c�)O tY 0 Material to be supplied at cost plus percentage mark-up. ' 441 ▪**#******x***1.** ** *.*********** .******** ******************.***************#***** By Signing.this Proposal the Proposer Atte to and Certif es`tltat: • 1i'satisfies all legal requirements(us an entity)to do business with the County_ • The undersit nee vendor acknowledges that award,of a contract iimy be contingent upon.a determination by the County that the vendor has the capacity and.capability to successfully perBurnt the contract, • The proposer hereby cetlilies that it understands oil requirements of tiir-solicitation,and that the undcigped individual is duly authorized to,execute this proposal document and any contrie1(s)and/or Other.irart actions' required by award of fltta,•solicitatlen. Certifdcation Regarding Acceptance.of County Electronic Payable Proceint Vendor will•aeccpt payment using the-botany's VISA-based electronic payment system ( Yes No Purchasing Agreements with Other Government Agencieid This section is.optional and will not affect umtract award. If Lake t.nunty awarded yritt the proposed constrict, would you'tell under the sante•ternts and.conditions,for-the same price,to,onset:govcntuiental ag ';les in the Stide, of!Florida? Each governmental agency desiring to accept to n0)11 .•this•contract stiall b''responsible for its oWn porchases and shall be liableonly for materials or t ervices ordered and received by it. Yes. [] NO(Greek one) Certification Regarding Felony Convietlou Has any ottiµx, director, or an execrative.performing,equivalent dutiek Of the bidding entity been convicted of a felony during the past.ten(10)years? [l Yds firNoleileck one) SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES RFP Number; 13-0605 Reciprocal Vendor Preference: Vendors are advised the County has established, under Lake County Code, Chapter 2, Article VII,Sections 2-22I and 2-222;a process under which a local vendor preference program applied by another county may be applied in a reciprocal manner within Lake County.The following information is needed to support application of the Code: 1.Primary business location of the responding vendor(city/state): 2. Does the responding vendor maintain a significant physical location in Lake County at which employees are located and business is regularly transacted: 0 Yes 0 No If"yes" is checked, provide supporting detail: Conflict of Interest Disclosure Certification Except as listed below,no employee,officer,or agent of the firm has any conflicts of interest,real or apparent,due to ownership,other clients,contracts,or interests associated with this project; and, this bid is made without prior understanding, agreement,or connection with any corporation, firm,or person submitting a proposal for the same services,and is in all respects fair and without collusion or fraud. DUNS Number(Insert if this action involves a federal funded project): • General_Vendor,Infpyrna(ton,end.Proposal'Signature: • Firm Name: �t t Street Address: yr'la y ; t A -1N+.1 C' .1)4) Mailing Address(if different): 1 Telephone No.: _650-.3q3--4,71Col Fax No.: 5j•5O8-L1M' E-mail: ,121)Q lq„C,:. AO L.On FEIN No. .501 / s Prompt Payment Terms: % days, net 30 Signature: tAh .__ _ Date: LQ• I O - Print Name: �:ciao, lI rna r Title: npr-IPf eb,(i 1-- Award'.of Contract;by:the.County::(Official Use Only). By signature below,the County confirms award to the above-identified vendor under the above identified solicitation. A separate purchase order will be generated by the County to support the contract. Vendor awarded as: [v]rSole vendor 0 Pre-qualified pool vendor based on price ❑ Pre-qualified pool vendor(spot bid) 0 Primary vendor for items: 0 Secondary vendor for items: ' ❑)Other status: Signature of authorized County official: `A1M AM 1Date: '1-3 I- 13 Printed name: W,uuA Cl• Title: St IJjuR 0.14-i/b'Ft'-TiAle4 ()FA I el=7z.- Purchase Order Number assigned to this contract for billing purposes:did 56