Loading...
2017-094 AGREEMENT FOR FIRE EQUIPMENT PARTS, SUPPLIES AND SERVICE THIS AGREEMENT, is made and entered into this day of 2017, by and between the CITY OF CLERMONT, FLORIDA, a municipaLQorporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and BENNETT FIRE PRODUCTS COMPANY, INC., whose address is: 195 Stockwood Drive Suite 170 Woodstock, GA 30188 (hereinafter referred to as "CONTRACTOR"). WHEREAS, the Lake County B.C.C. through the public procurement process awarded an Agreement for fire equipment parts, supplies and service, Lake County B.C.C. Number ITB Number 17-0606B; WHEREAS, CITY desires to utilize the above-referenced awarded bid, CONTRACTOR's response thereto and 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 Number ITB 17-0606B. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I— SCOPE OF WORK The CONTRACTOR shall provide fire equipment parts, supplies and service as described in the Lake County B.C.0 Contract Number ITB17-0606B, which is attached hereto and incorporatedherein 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. Provided, however, that nothing herein shall require°CITY to purchase or acquire any items or services from CONTRACTOR. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. ARTICLE II—THE CONTRACT SUM CITY shall pay CONTRACTOR,for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule as 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 June 30, 2018,unless terminated or renewed as provided by the Lake County B.C.C. 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. 3. Upon mutual agreement of the parties,this Agreement maybe renewed for four (4) additional one (1) year terms. ARTICLE IV—COMMENCEMENT AND COMPLETION OF WORK The CONTRACTOR shall provide fire equipment parts, supplies and service forth in the applicable purchase order or notice to proceed. 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 items�provided during the preceding calendar month. CITY shall make payment to the CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified and approved payment invoice by the CITY for services provided and accepted by the CITY. ARTICLE VI—DISPUTE RESOLUTION- MEDIATION 1. Any claim,, dispute or other matter in question arising out of or related to this Agreement-'shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont,Lake County,Florida,unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having 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, forthe 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 fordamage for personal injury, including accidental death, as well as claims for property damages which`may arise from operating under this Agreement whether such operations areby itself or by anyone directly or indirectly employed by it, and the amount of such insurance Miall,be minimum limits as follows: (a) CONTRACTOR's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each Bodily Injury&Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. SubCONTRACTOR's Public Liability and Property Damage Insurance-The CONTRACTOR shall require each of his subCONTRACTORs to procure and.maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subCONTRACTORs in his policy, as specified above. 4. Indemnification Rider (a) To cover to the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, 3 disease or death,or to injury to or destruction of tangible property(other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article. (b) In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers'or workmen's compensation acts,disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE VIII—NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid,or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: Bennett Fire Products Company, Inc. 195 Stockwood Drive, Suite 170 Woodstock, GA 30188 Attn: Danny Bennett, 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 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. 4 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. Except in the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, 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 not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. 5 (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 CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. ARTICLE X—AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order/Notice to Proceed 3. All documents contained in Lake County B.C.C. Contract/Bid No. ITB17-0606B. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this day of E U3U..S1 . 2017. City of Ci rmont Da ' t C anager Attest: I • Tracy Ackroyd Howe, City Clerk 6 Bennett Fire Products Company, Inc. By: barmy (eVinttl- ge4A-2-71- (Name Printed or Typed) Pres,d tryt Title Attest:�� .LVA."~". Corporate Secretary (Name Printed or Typed) 7 EXHIBIT A LAKE COUNTY ri. oiciun CONTRACT NO. 17-0606B Fire Equipment Parts—Supplies-Service LAKE COUNTY,FLORIDA,a political subdivision of the state of Florida,its successors and assigns through its Board of County Commissioners(hereinafter"County")does hereby accept,with noted modifications,if any,the bid of Bennet Fire Products(hereinafter"Contractor")to supply fire equipment parts,supplies,and services to the County pursuant to County Bid number 17-0606 (hereinafter"Bid"),addenda nos. 1 and 2, opening date 12/13/2016 and Contractor's 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. 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—an acceptable insurance certificate(in accordance with Section 1.8 of Bid) must be received and approved by County Risk Management prior to any purchase transactions against the contract. The County's Procurement Services Manager 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 1,2017 through June 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. This Contract provides for four(4)one year renewals at Lake County's sole option at the terms noted in the Bid. Any and all modifications to this Contract must be in writing signed by the County's Procurement Services Manager. LAKE COUNTY, FLORIDA By: Senior Contracting Officer Date: 3—P-)-- t7 17 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(352)343-9839 Fax(352)343-9473 LAKE COUNTY FLORIDA NI;TITATION TO 1111) (ITB). FIRE EQIJIP1VIENT-PARTS SUPPLIES.- SERVICE ITB Number 17-0606 Contracting Officer: D.Vihulls Bid Dile Date: December 11;-2016 Pre-Bid Conf.-Date: Not Applicable, Bid Due Time; 300p.m. ITB Issue Date: :0Ctober 24;2016 TABwor:CQNTENT6 SECTION 1_: Sperial Terms and Conditions 2 SECTION --- 2: Staternot of Wurk 14 • S4CTION 3: General Terms and CimidIttprtsi- 16 8ECTION 4: PricingiCeititicationS/SignOtirq 20 SEOTION 5: Attachments 24 SPEOPICsottlicITAT10141,RFRuinvan, TSAREAstarsonELOw: Proposal and/or Perforrnanca Band: Nut applicabte.la this ITI3 _ reitifiCato of CanipcieliCy/Litunise: Not applicable to thlilTB , . Indemni:fieatien/Instannee: Section 1.8 ProrBid conferliteelWalkilthi: Not apPlIcable to thii ITR Atthe date.and time specified above, all bids thiithilve been received in a timely manner will be opened,recorded,and accepted for consideration. The nameaof the bidders subMitting bids Will he: read aloud and recorded. The.bids will be available for.inspection during normal business hours in.the Office of'Procurement Services thirty(V)calendar days after the.official bid due date. When counter, signed by an authorized County representative, this document and any specifically identified attachments May tont thecontract:dominant binding the parties to all perktrmasice specified hcrcin. Vendors shall complete and return the entirety of this ITB Ductunent, and :attach au otheri information requested in this ITB document(See Provision 1.13). Failure to sign the bid response,. or to submit the bid response by the specified time and date,may be cause fur rejection of the bid, NO-RESPONSE REPLY It any vendor does not want to respond to this solicitation at this time,or,would like'to be removed from Lake County's Vendor List,please mark theAsppropriate space,eninpletc name.below and return this page . . - - only. ID Not interested at this time;:keep our firm on I akt.Cøuntv's VLndors List tar ftlitife•49icitgiOisfili• this product"service.. 0 Please remove our firm from Lake County's Vendor's List for this preduai VENDOR IDENTIFICATION ComPany gometi fife PrpdoeiS 6). %it. thoneMiniber: 7 ?O -.as-010 E-mail-Address: be nileitA're. ( L/Ial2t Contact Person: bo 447 SerMelt- • SECTION 4—PRICING/CERTIFICATIONS/SIONATURri:w14 ES :prabpr! 17-0600 ITB TITLE: FIRE EQUIPMENT-PARTS—SUPPLIES-SERVICE 'NOTES: . „ When.purchasing on a direct basis,:Lake County is exempt from ail taxes(Pederal,.State,Local).A Tax Exemption Certificate Will be-furnished upon request for such purchases. However,the vendor Will be responsible for payment of taxes on all materials purchased by the vendor tor incorporation into the project(see provision 3.8 for farther detail). • The vendor shall not alter or amend any of the irdbmiation(including,but nbttimite0 to stated units of measure,item description,or quantity)stated in the Pricing Section, If any quantities are stated in the pi iCing section as being "estimated" quantities, vendors arc advised to review the,"Estimated Quantities"clause contained in Section 3 of this solicitation. • Any hid containing a modifying or "escalator" clause not specifically allowed: for under tht . solicitationwill not be considered. • Unit oleos shall govern R*all services pricod on that basis 15 requctecl under tins • .All pricing shall be FOB Destination unless otherwise specified in this solicitation citieuniont • All Pricing submitted shall remain valid for a 90 day period. By signing and submitting a response t thi&solititation,the vendor has specifically agreed to this condition. • Vendors are advised 10 visit our wcbsite at http://wwW.laketountvil.gov and register as u potential Vendor. Vendor's that have registered on-line receive an e-mail notice when the County issues a solicitation matching the commodity codes'selected by a vendor doting the registration process. • lithe contractor haS questionsregarding the applicability of Chapter 119, Florida Statutes, to the contractor's duty to provide public records relating to this contract, contact the custodian of public records via the individual designated in provision 1.2 of this solicitation. ACKNOWLEDGEMENT OF ADDENDA. INSTRUCTIONS:Complete Past tar Pint ll whichever applies • The bidder mustlist below the dates of iSsuolbr eaCh addenchun received inCtomectiOn with dila,ITB:- Addendum-111;Opted: Alovember 2Z 2.0 I , / Addenchim:#2,Dated! 1110 1.1 her 3i9/ IP 1 12 Addendtm#3,Dated: Addendiimikl,Dated: F%1I° ! oriju ,\:, 'OA PptTIt No Addendum.was received iit connection Witifthis rm. 20 SECTION 2 — STATEMENT OF WORK ITB Number: 17-0606 SCOPE OF SERVICES General Requirements It is the intent of the County to establish multiple contracts for its annual requirements for fire equipment, parts, supplies, and/or services for the County's Public Safety Department, Fire Rescue Division, and the County's Fleet Management Division. The vendor hereby acknowledges and agrees that all parts and/or materials supplied by the vendor in conjunction with this solicitation and resultant contract shall be new, warranted for their merchantability, and fit for a particular purpose unless recycled, used, or remanufactured goods are specifically requested or approved at the time the order is placed. Emergency/Disaster deliveries may be required during non-business hours. Vendors shall submit a contact person's name and telephone number where requested in the Pricing Section for emergency orders. It is the vendor's responsibility to ensure that the County has received the latest version of any MSDS required by 29 CFR 1910.1200 with the first shipment of any hazardous material. Also, at any time the content of an MSDS is revised, the vendor shall promptly provide a new MSDS to the County with the new information relevant to the specific material. The vendor shall be required to furnish price lists on jump drive or CD upon request from the Public Safety Department or Fleet Management Division at no charge. This price list shall provide descriptive literature, technical data and service information for items awarded. Time of delivery for these lists shall be mutually agreed upon by the vendor and the County representative. Repair Services Unless otherwise stated in this solicitation, the vendor shall furnish all labor, material and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications, such materials and equipment shall be of a suitable type and grade for the purpose. The vendor(s) shall possess all special hand tools and special equipment recommended by the equipment and part manufacturer(s) to effectively and efficiently make repairs. The vendor(s)shall abide by OSHA requirements and the staff assigned to the County's projects shall be ASE or factory certified. All material, workmanship, and equipment shall be subject to the inspection and approval of the Public Safety Department. Vendor(s) shall be required to submit a written estimate for each prospective project under this contract before a work order for that specific project is issued. The estimate must reflect the regular hourly wages for each classification represented in this contract, and the percentage discounts or mark-ups for materials and equipment that were quoted by the vendor on its initial offer or the most current contract pricing. The estimate shall be itemized by the number of work hours per classification, and by the cost of materials and equipment. Lump sum estimates will not be accepted. If multiple vendors are available to quote an estimate for the specific work, the County reserves the right to award the project based on the lowest written estimate, or to reject all estimates when such action is determined to be in the best interests of the County, and obtain the required services from another source of supply. 14 SECTION 2 — STATEMENT OF WORK ITB Number: 17-0606 Upon approval of the estimate, the County's authorized representative shall generate and issue a Work Order for the specific repair project. The Work Order shall include the scope of work to be completed. For purposes of identification and payment, the Work Order shall be numbered and dated. The vendor's name shall then be entered on the Work Order and that order will then be issued to the vendor. The Work Order shall also direct the vendor to commence work on a certain day and it shall specify the amount of time allotted for completion of work covered by the Work Order. All work covered by a Work Order shall constitute a Contract Schedule. Delivery Locations Fire Rescue Vehicle Maintenance/Fleet Division 25028 Kirkwood Avenue Astatula,FL 34705 Department of Public Safety Fire Station No. 20 37711 SR 19 Umatilla,FL 32784 Department of Public Safety 315 W Main St Suite 411 Tavares,FL 32778 County Fleet Management Division 20423 Independence Boulevard Groveland, FL 34736 15 . SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES ITB Number: 17.4,60.6 PRICING SECTION—GENERAL INFORMATION (Submit discounts and houtly:sekvide rates in Attachment 2"Pricing Form") I. Warehouse lunation: Address: .1-49c-14 td0Oci. Ave , I7c) City/StateJZip: WoodsfacK &A Jo 18 8 Telephenc/Fax: "20—59/-0 5o2-a Cm— Ai/A 2. Shup location: Addre-ss; CitY/Stato/Zip: TClephone/Fax: 3. Website address for price lists/catalogs: 14e4ali-l• iltmeiffire.pralchie-ts . zom 4. Standard Warranty: Ste. A4linv rl'esdivaci Vek..1 5. Lead lime: So - ( 0 ct,zys fte r ree-e;tot r.)f rd e r 6. Minimum Order<if any): 7, Handling red if less than Minimum(if applicable); /1 12 A Dues your firm offer pickup and deliverycif vehicles and'cquipmcrit needing repair? Yea No Charge fOr dolivcry/pickup: A Dues your firin Innie4o),:ring capabilities? Yea. No Toying eharics: 0-1)79 10 Will your firm accept Visa Punciputing Cards or Is-Payable form orpaymunft Yes Io I I, Vendor contact for emergency end/or disasler ser 24hours./7 days,par vie* Name: ba !I I/ ge- el Z-tt TulePhOne: 70• 9/- 0 5-c2-0 •etm )10.—'i's - 99)0 17: Eir:ceptio4 speeifications; Yea! / *114as, sort separate sheet immediately:fallowing this pane detailinn exceptions. 21 . SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES ITB Number: 17-0606 By Signing this Bid the Bidder Attests and Certifies that: • It satisfies all legal requirements(as an entity)to do business with the County. • The undersigned vendor acknowledges that award of a contract may be contingent upon a determination by the County that the vendor has the capacity and capability to successfully perform the contract. • The bidder hereby certifies that it understands all requirements of this solicitation, and that the undersigned individual is duly authorized to execute this bid document and any contract(s)and/or other transactions required by award of this solicitation. Purchasing Agreements with Other Government Agencies This section is optional and will not affect contract award. If Lake County awarded you the proposed contract, would you sell under the same terms and conditions,for the same price,to other governmental agencies in the State of Florida? Each governmental agency desiring to accept to utilize this contract shall b responsible for its own purchases and shall be liable only for materials or services ordered and received by it. [v'Yes 0 No(Check one) Certification Regarding Felony Conviction Has any officer, director, or an executive perfo ng equivalent duties, of the bidding entity been convicted of a felony during the past ten(10)years? 0 Yes [?No(Check one) Certification Regarding Acceptance of County VISA-based Payment System Vendor will accept payment through the County VISA-based payment system: 0 Yes Ef No Reciprocal Vendor Preference: Vendors are advised the County has established,under Lake County Code,Chapter 2,Article VII, Sections 2-221 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): Wood Slopa(, 6-A 2. Does the responding vendor maintain a significant phy ical location in Lake County at which employees are located and business is regularly transacted: ❑ Yes [ 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 Information and Bid Signature: Firm Name: /3e..#1411# ,4L Het Pfade/et S 0,4,41 . Street Address: 195 51-ocg wood brive, Sy;ft 17o Woodstock GA ,3o/8 8 Mailing Address(if different): PO Sot' 'I 58 a dd ocic. 6,4 30/88 TelephoneNo.: 7)0 591-O5-,20 FaxNo.: N/A E-mail:ben4e/t re €4//'Met- FEIN No. 5 8 - a1113.5-301- Prompt Payment Terms: �/o days, net 3 o Signature: R. Q e Date: Alai/ember Jo 24,1 to Print Name: 'Na et n 'SSS trine-0 Title: Pres 1'd en t 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. Signature of authorized County official: Date: 3-21-2011 Printed name: tsrudA Title: csri tort C,oNt-Y -rNC, 4ffiC.Er+- 22 A11144t4 LAKE COUNTY FLORIDA OFFICE OF PROCUREMENT SERVICES PHONE: (352)343-9839' 315 WEST MAIN STREET,SUITE 441 FAX .352)343-9473 PO BOX 7800 TAVARES FL 42776-7606 ADDENDUM NO. November 22,.2016 ITS 17-0606 Fire Equipment-Parts-Supplies-service It i the vendor's responsibility to ensure their receipt of all addenda,and to clearly all addenda within their initial bid or proposal response Acknowledgement may be con firniecieither by inclusion of a`signed copy of this addendum within the proposal response;or by completion and return of the addendum acknowledgement section of the solicitation. Failure to acknowledge each addendum may prevent the bid or proposal from being considered for award, This addendUrn doe's riOt change the date lorcecelpt abids or Proposals. Questions concerning this solicitation are due December 2;201.6i The purpose of this addendum is address an :inquiry received., A vendor as keciabout the re-procurement costs mentioned in Sections 1 10,I.11,and 4.21:of the ITS The County reserves the right to charge a vendor re7procurement costs when the original awardee defaults in the performance 'of'their:contract, and the County is forced to obtain the goods or services from another higher priced,vendor through re-prOcurernent. This is standard language in the County's solicitations and is an Option available to the .County to try and,recoup some of the kisses associated With re-prOCureinent. The intent of this:particular solicitation OM 17-0606)is to establish a:pool of contracted vendors to Cover the County's needs fp/.various goods and services utilized by the Public 5afety and Fleet Management Departments. Re-procurement would not normally occur forthis type of solicitation because there are utually multiple sources avaliableto meet our needs.. Acknowledgement of receipt of Addendum : Firm Name: .&114e-ff 1r!. P, dts Date: 3v la!Ic Signature: j-Th d- Presid eat Typed/Printed Name: b 4 iiit7 ,st„ e--tt .• LAKE COUNTY FLORIDA •OFFICE OF PR6CUREMENT SERVICES PHQ,NE: (352)343-983.9 315 WEST MAIN STREET, SUITE 441 FAX 352)3437.9473 PO Box 7800 TAVARES FL 32118-7800 ADDENDUM NO: 2 November 30,2016 ITB 17,0606 Flee EqUiliment-Parts-54pplies.-Service It is the vendor's reSpOnSibility to ensure their receipt of all addenda,and to dearly acknowledge all addenda within their initial bid or proposal response.Acknowledgement may be confirmed either by Inclusion of a signed copy of this addendum within the proposal response,or by completion and return of the addendum acknowledgement section of the solicitation. Failure to acknowledge each addendum may prevent the bid or proposal from.being. considered for award. This addendum does riot change the 4*for receipt of bids or proposals:: Questions concerning this solicitation are due December 2,2016. The purpose of this addendum is to address the following: Current term and supplOgreernentt under the previous Invitation to Ski KB#12-0806)expireJune 10;2017, Itis anticipated that the new term and supply agreements awarded under this ITS#1,74)606 shall be effective July 2017. Vendors shall submit price discounts that will be deducted offcurrentlist prices for products at the timedf i'010 . Acknowledgement of receipt of Addendum; Firm Name 13 ri 91 e bre Pro cLe--“ , X14, Date:. heC 2 2- signature:: Title: re. 1e t". TYPed/Printed Name: a n I enfiett— EXHIBIT B SECTIONS—ATTA_CLIMENTS TTB Number: 17-0606 ATTACHMENT.2—PRICING FORM ;Current brands in use by the Fire Rescue Division include the following:Pleas-e,ComPlete the.following information for those brands supported by your tirm Enter"y Ls' or"no"for stocking dislribiilor. If you represent other manufacturers for similar fire-relatcd equipment; parts,or supplies not listed please add the mamifacturerand pricing information in the blank spaces at end of pricing table:. Discount Roudy Rate Sioeldng- Bratid off tiOt'Trice for Repair Siervicv Mari hu tort 3M COMPANY ABLE SHO ME ACTION. AH STOCK' AIM AJAX AKRON BRASS ALL AMERICAN FIRE HOSE ALLEN SYSTEMS •Ar.pcpt.rr.4 AmERpc AMERICAN FIREWEAR Iv AMERICAN AmEgicAN LAITANcE ANGUS ANSUL FOAMS APPLECROPT B. ENTERPRISES BIOSYSTEMS I3LACKIN'rON BADGES 1OUT,011 BULLARD CALIFORNIA MOUNTAIN CARNS&BROTHER 30 63 CAST PRODUCTS Be eme ti ic,'re Pr iNdvii 5 25. SECTION_5.—ATTACHMENTS TTB Minivan 17-O(06 CIIARKATE CHUBB(FOAM) Chi URCHVILLE CIRCUL AIR 'CODES ULL1N AXES COLLINS DYNAMICS(ROM CO1t1') COUNCIL TOOLS CUTTERS EDGE I CW NEILSEN DARLJY&CO DAVID CLARK DB SMITH INDIAN TANKS DICKE..TOOL DRAEGEIL ENGINEERED SOLUTIONS sa xi. DUO SAFJIT Y EDISON EDWARDS AND CROMWELt EDW MWS MFG ELKHARTBRASS Eli EMERGENCY TECHNOLOGY EXTENDA LITE(AKRON) FEDERAL SIGNAL CORP EIRE HOOKS UNLIMITED FIREDEX FIR1 }'OWER FI EQUIP FLAMEFIGHTER genii e/f I7 e Prpd.xt 5 26 'SECTION 5.-ATTACHMENTS ITB Nwnbcr: 17-0.606 FOLD A TANK ;GENITOR. .CLASSMASTER WEHR' GLOBE J i J e GLOVE CORP. GORMAN RUPP PUMPS. HALE FIRE PUMPS 1IANNiAY REELS HARRINGTON HAZARD CONTROL HEBERT HOLMATRO HONEYWELL PRO HUMAT HUSKY" HYDRA SHIELD IMPERIAL HOSE' IOWA AMERICAN JANESVILLB iUSTRrTI 1V<MFG` KAPPLER KENDALL.PRODUCTS KOCHEK oxsu ER MFG CO KUSSMAUL LACROSSE BOOTS. LIFE LIMkRS Yes LIONS UNIFORMS nA LJ! 6.fe Pro eitJz 2.7 • SECTIQN ,.-ATTACtfIVIENT$!. Ntiinlicn:I7=0606 LOUIS PRYER. LQWELL MAO INSTRUMENTS ,MANN AXE. MARS SIGNAL TIGHT MC PRODUCTS: MORAN(FLASH) MORNING PRIDE MSA NATALE(CIRCLED) •NORTH AMERICAN FIRE HOSE 'NOVA .NUPLA PACIFIC REFLEX PARATECH PARTNER-. PAUL CON WAY SHIELP . PELICAN. PET& PGI PROTEXALL /0 4-5 PHOENIX PIERCE PIGEON MOUNTAIN INDUSTRIES PLANO IR*-E FABRICATORS RANGER RUEBER /0 rl 0 RAWHIDE FIREHU SE' REDHEAD BRASS REFLEXITE Serme# hre Preydvits 28 , SECTION —ATTACHMENTS 17-9600 RICE HYDRO CO SCBAS. 'SCOTT AVIATION 7sTA-..cntrrEx •SENSIBIE MOUNTS SERVUS BOOTS SHELBY WOLVERINE ID 9e 5 SNAPTITE SNORKEL SOUTH PARK SIGNAL VEHICLE.PRODUCTS CLASS:0-NE.(SPAN INSTRUMENTS) spurvuratt STERLING ROPE- SUPERVAC' TOT TOOLS: TASK FORCE TIPS THOROGOOD.1100-1S SUPERIOR PNEUMATIC TASKMASTER TEAM EQUIPMENT TELELITE: 'TEMPEST pANS TOMAR TOPPS TURTLEPLASTICS' UNDERWATER KINETICS' -uisTrrY LIGHTS. VANNER g44 hie P/70tiv4_5 29 . SECTION 5-ATTACHMENTS ITB Nurnlapr: 17401 VBR1DIAN VERTX ver PER WATEROUS WELDON WI-1E1.EN ENGINEERING WILL BURT WIN CO GENERATORS WINDSOL WILLIAMS FOAM WORDEN ZEPHYR ZINIATIc ZICO: 0TOPCB1141PsAcWitlsygna lobe cootvie4.r 3D 5 &lobe EMS / 0 PlO Jobe. CzornS "tot o 13ieLf_A b;a m anci /0 F S3 /0 rS firecraft 1 0 HD/ley Itien flood D 11 5 EAi &e-1I ‘-ioVe5 , ID e Call(45/45A Helsie6 3.0 es Cairns A45 A Parts / 0 jeS Slmeti Are ProclietS 36 GLOBE Globe lifeline,LIC Limited Warranty for Globe LifeLine Protective Clothing Globe LifeLine, LLC warrants its protective clothing to be free from defects in materials and workmanship for a period of three (3) years from the date of purchase when properly used and cared for. Our obligation under this warranty shall be limited to the repair or replacement, without charge, of any product which is returned to Globe at buyer's expense and is determined by us to be defective in materials or workmanship, but is otherwise serviceable. This warranty shall not be effective unless the products are used for the purpose for which they were designed and are used by trained personnel following proper emergency medical, rescue or recovery procedures and in accordance with the product's warning, use, inspection, maintenance, care, storage, and retirement instructions. Failure to properly care for the garment will lead to a shortening of the serviceable life. "Serviceable" refers to the general condition of the garment which can be expected to provide at least reasonable limited protection against the hazards from which the garment was designed to protect. "Serviceable Life° is the period of time protective clothing, which has been properly cared for, can be expected to provide reasonable limited protection. 'Defects In Materials° refers to weak areas or other flaws caused by irregularities in their manufacture. "Defects in Workmanship" refers to improperly manufactured seams, stitching, or other construction methods. This warranty does not cover wear and tear nor damage from fire, heat, chemicals, misuse, accident or negligence. THIS WARRANTY IS EXPRESSLY IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. The remedy of repair or replacement for breach of this warranty shall be the sole and exclusive remedy and Globe LifeLine, LLC shall not under any circumstances be liable for incidental or consequential damages. 4109 37 Loudon Rood, Pittsfield NH 03263 800-232-8323 803-4136-8323 KK: 800-442-6388 603-436-6388 www.ghnh a fireso llts.cc m GfchsiircfljhtcrSuits m Nails Cairns m Hide IIfetine•Globe Maar a Siebe MS GLOBE' Globo Footwear, LW f411tlear limrtad dVarfanty far Nolo MAW,Prat®ctivi Footwear Globe Footwear, LLC warrants its protective footwear to be free from defects in materials and workmanship for a period of one (1) year from the date of purchase when properly used and cared for. Our obligation under this warranty shall be limited to the repair or replacement, without charge, of any product which is returned to Globe at buyer's expense and is determined by us to be defective in materials or workmanship, but is otherwise serviceable. This warranty shall not be effective unless the products are used for the purpose for which they were designed and are used by trained personnel following proper procedures and in accordance with the product's warning, use, inspection, maintenance, care, storage, and retirement instructions. Failure to properly care for the footwear will lead to a shortening of the serviceable life. "Serviceable" refers to the general condition of the footwear which can be expected to provide at least reasonable limited protection against the hazards from which the footwear was designed to protect. "Serviceable life' is the period of time protective footwear, which has been properly cared for, can be expected to provide reasonable limited protection. "Defects in Materials' refers to weak areas or other flaws caused by irregularities in their manufacture. "Defects in Workmanship" refers to improperly manufactured seams, stitching, or other construction methods This warranty does not cover wear and tear nor damage from fire, heat, chemicals, misuse, accident or negligence. THIS WARRANTY IS EXPRESSLY IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. The remedy of repair or replacement for breach of this warranty shall be the sole and exclusive remedy and Globe Footwear, LLC shall not under any circumstances be liable for incidental or consequential damages. 4/09 Me Wpm.Sub•globe I utras !Mu WON Mita Warr rr•Mu emu :: ,. • : Cairns . Lifetime Warranty and Terms of Sale • 1. Express Warranty—Cairns products and/or corn- mation, representation or modification of the ponents furnished under this order carry a warranty concerning the goods sold under this Lifetime Warranty against material defects contract. Cairns/MSA makes no warranty con- and/or faulty workmanship, with the exception cerning components or accessories not manufac- t of the helmet shell, which carries a 5-year shell tured by Cairns/MSA, but will pass on to the replacement warranty. Cairns/MSA shall be Purchaser all warranties of manufacturers of released from all obligations under this warranty such components.THIS WARRANTY Its IN LIEU OF ALL • • in the event repairs or modifications are made by OTtfFR WARRANTIES, EXPRESS, IMPLIED OR STATUTO- persons other than its own or authorized service RY, AND IS STRICTLY LIMITED TO THE TERMS HEREOF: personnel or if the warranty claim results from MSA SPECIFICALLY DISCLAIMS ANY WARRANTY OF abuse, misuse, or normal wear and tear of the MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR product.No agent,employee or representative of PURPOSE, Cairns/MSA may bind Cairns/MSA to any affir- 2, Exclusive Remedy--It is expressly agreed that are proven to be defective. Replacement equip- the Purchaser's sole and exclusive remedy for ment and/or parts will be provided at no cost to breach of the above warranty, for any tortious the Purchaser, F.O.B. Purchaser's named place of conduct of CairnslMSA,or for any other cause of destination.Failure of Cairns/MSA to successful- H action,shall be the repair and/or replacement,at ly repair any nonconforming product shall not - CairnslMSA's option,of any equipment or parts cause the remedy established hereby to fail of its _ thereof, that after examination by Cairns/M5A essential purpose. 3. Exclusion of Consequential Damages— loss of anticipated profits and any other loss • Purchaser specifically understands and agrees caused by reason of the non-operation of the that under no circumstances will Cairns/MSA be goods.This exclusion is applicable to claims for • liable to Purchaser for economic,special,indicen- breach of warranty,tortious conduct or any other tal, or consequential damages or losses of any cause of action against Cairns/MSA. kind whatsoever, including but not limited to, Note:Thi•.DX Will crr':alns only a Copulate Headquarters Office s and representatives worldwide ,]vera!de,ngn•cm al Ihr al fr2Vet6 nano%;:F•Patchareh.K•},iu L'4!. !al GnIlir:iliruf•Palol•: crown.While lISCN:mrllriro•:n.lice Nye: 4v 541,uuu tape 7lllt::6 arcdcY.:•Lw1,urcirr rin ww"MASAIrre.wln _"-'`�"!"'- clrcr,•nsta.7ces,h;al;he.s,nl ac7� '�� U.S.CIr6UDlnprff•Ivlrcteatcr - � be Used byuntrai•r.r'cr unyu2litied Miner i Rao b 222: .�'� hdltidlpls,ndm,lmdauie+ lai ::.lx iIvo-€: -01.0 ' product inStnia^ti i-ILIUJln,� 5 rem Canadah''''' :'•• I afri warr.rigs tr rn%Liar.yk»ideJ r ne, 6.•257.457, I1 I - lawkenthowur3hlplrarl.!rd — _ F l� rdc'sto d.l'Inly;lsyarinla:,l a,+ rex ac,-1711-•ps• =f- -� • corn:kV.and deb'-err % ' MSA Wein) f information awn.' rlalw SL-•,r,2l 22 S7X — -gairnc - �:: rax ,2 S;i3 54113^ proper=and core of `�j,.-: .: Illus prcducs. _K MSA late notional rune 4I2-967.1154 ID 36o0-og-MC/]an 2005 rax 4m:071451 Serving IhrFlre Ber Joec:. :•::, 1: i0,'5.20rrIrMi la ISA Since 1538 . .... :r_.I.aw�.,....,,..,.: ,.:..i . .� .::� ..^:..... N: ,.":., ,::,,�:.,.....,....:....-.......:....,.,.^.I...n::.In:,.-:...^::,......r.:.r..-r•,.n...:x••i.<:::,nlwtw::^:,::•:,,.w::.:.�.::w.:..rr.t:::•:,::;•;;.::^:::ie.:;:::,,�::iii;:i�:.�:::�_�t:::%:::;:4 .. sF� _N.,N.rn::.j e...,.........,.......✓ w�.w .rwN... .:.w..wmw.r:.w.:=..r...f.N1l:,✓n.y.,.w . ,avw .w- •l..wl1,/^.r:,..�.n:aw:..nwr .,w^w., .w / ;, . . :i•�'i::::e!iw�.:!:` •,,....1.,.......X;:::::1...11',1. 4• igi Mil ,P..: /11-'4("7 .., -, li 44 !S :r;'• i sl • » "w•,.. . ..'.�. ,+a :)•i 1 •� \• jQ:: i? gP.lip 10-Year Warranty and Terms of Sale P. iy 1. 'IheEffective Date ofthis l0-YearWarm ntyfarCairns'FireHelmetsisJanuary 1.2015.All Cairns FireHelmrrtsmanufactured onorafterJanwary1.2015, Z,'s ii„ shall be covered by the terms Issued under this warranty This warranty supercedes any printed or electronic warranties provided with a Cairns Fire "s. Helmet which was manufactured on or after January 1,2015. `jw ,:,,..::•.:. laZ il VI 2. All Cairns Fite Helmets rrwiwlactured before January 1,2015,shall be covered by the terms issued under the previous Warranty. •:21 10 3. Express Warranty—Mine Safety Appliances Company,LLC(MSA)warrants MSA Cairns Fire Iidinets manufactured on or after January 1,2015, - ; eVs: to be free from defects in materials andfu faulty workmans hip for a period of ten(10)years from the date of manufacture by MSA.This warrantyapplies i`i:: :( !='i. to all origi nal assembled corn poitents of the fire helmet including:shell;impact cap assembly;suspension;retroreflecti ve trim;ear laps;and faceshield or goggle. •A`'IF ! 4, Release of Obligations—M5A shall be released from all obligations under th is warranty in tit P event that repairs or mod ilicat Ions are made by persons D= :0 1 other than its own or authorized service personnel,or If the warranty claim results from accident.alteration,misuse,or abuse.MSA makes no warranty *;i. f� concerning replacement components(e.,one that was not part of the original assembly)or nun-certified accessories,but will pass on to the Purchaser :'r.>. , t�:M a II wa rranti es of manufacturers of such components.This warranty is in Lieu of all other warranties,express,implied or statutory,and is strictly ii mited y to the terms hereof:MSA specifically disdairris any warranty of merchantability or of fitness fora particular purpose. "''• ;nib l i 1.3 S. Exclusive Remedy—It is expressly agreed that the f urcllrisr r s sale and exclusive remedy for breach of the above warranty,for any tortious conduct S!:-e. ! of MSA,or for anyother cause of action,shall be the repair andfor replacement,at M5A's option,of anyequipment or arts thereof,that after "t' : i P p P' P ;t� examination by MSA are proven to be d efective.Replacement equipment and/or parts will be provided at no cost to the Purchaser,F.O.B.Destination, w! 6;=4 Freight Prepaid,to the Purchaser's named destination.Failure of MSA to successfully repair any nonconforming product shall not cause the remedy 'r'>i:St! :,•rl ly::; established hereby to fail of its essential purpose. ;;.: 0 ;%'4.1. 6. Exclusion of Accessories—Accessories are not a part of the certified product but Could be attached to the certified product by a means not FVC. is> engineered,man ufcictt'red or authorized by the manufacturer.M5ACairns Helmet Accessories made available for purchase by MSA a re excluded from IAZI this warranty-MSA Cairns Helmet Accessories include are but not limited to:front-piece holders,front-pieces,front-piece brackets,and Rourkes_ i i .z ya 7. Exclusion of Consequential Damages Purchaser specifically understands and agrees that under no circumstances will MSA be liable to Purchaser a: •0.—, =v for economic,special,indlcentai,or consequential damages or losses of any kind whatsoever,including but not limited to,lass of anticipated profits - yt> and any other loss caused by reason of the nun-operation of the goods.This exclusion is applicable to claims for breach of warranty,tortious conduct ;'1 rf r any against MSA.This warranty is in lieu of all other warranties,expressed,implied,or statutory including,but not ' +•;';>Er or other cause of action a ik a limited to,any implied warranty of merchantability or fitness for a particular purpose.In addition,M5A expressly disclaims any liability ''r kyr^ for economic,special,incidental,or consequential damages in any way connected wtth the sate or use of MSA products,including,but not ? ,., limited to,loss of anticipated profits. .� hill)) sr.:, :;3.5r). 8. M5A reserves the right to review and update the warranty terms,as needed,to comply with applicable laws or Standards. T:l,. nlsa•aheraktyColmpany MSA Canada r i':•��i i '^ WO cu benyNaasMtr KateKate1-500472-2222 '1,Ve Cw,bhryro,av,F6rx ah 1rub Fi. 1.NW Cita II sa • •I IAZ: Pti:,nr fa//1.-0162. y AZ: i; www.Mshwrely.com t.onMt Menlo) t.}�• b.), %Sone O I®:8 572 727 :: :•r:.^ '1.:•!' US.CnftumerS.Mw tenter :•.•,..• a:. Fat S7i1777719e1 ';;rte POnar 1 w.ro it•]221 f � ::••!, — ;� ' `.:��; Vl�]�� MSR mlrinallanal :til! rax 1-0)467•1B9B ti;`:• ':•'-=:i'E= ' ..•" - ti t• : Kann 72.1-176.8625 e i,.•--..,:n=:;:..:`:;ems .`..;>.`:"`.r_, 1:11 ID350o-72-MCIFebruary 2015 Tdrfree 1•two,-yn� ::�:::'::": ?" ; i ?t OMs0.70TS PrImndInes.A. Pax /yfpl.130 The Safety Company ::. 1. ... . ...._-. ... ....._.. - CONTRACT APPROVAL FORM TO: DARREN"GRAY, CITY MANAGER THRU: FREDDY SUAREZ, PURCHASING DIRECTOR Cr-F.) FROM: MARILYN RODRIGUEZ, CONTRACTS COORDINATOR .r SUBJECT: FIRE EQUIPMENT PARTS, SUPPLIES AND SERVICE DATE: AUGUST 22, 2017 THE-PURCHASING DIRECTOR RECOMMENDS THE FOLLOWING: 1. APPROVE: Agreement between the City of Clermont and Bennet Fire Products Company, Inc. to provide fire equipment parts, supplies and service for the Fire Department. The agreement shall take effect on the date of execution by both parties and shall remain in effect until June 30, 2018, unless renewed or terminated as provided by the Lake County B.C.C. agreement. Upon mutual agreement, the agreement may be renewed for four(4)additional one (1) year terms. 2. Why is this action necessary: In accordance with the City of Clermont Purchasing Policy, the City Manager is authorized to approve contracts under $50,000 that do not require a budget amendment. 3. ADDITIONAL INFORMATION: At the request of the Fire Department, the Purchasing Department sought a contract with the Lake County B.C.C., contract number 17-0606B. The estimated annual expenditures is less than32 000 $ and it is included in the Fire Department budget. The Purchasing Department issued RFI 1706-003 to notify local vendors of the City's intent to utilize the Lake County B.C.C. contract to provide fire equipment parts, supplies and service. At the completion of the RFI the Purchasing Department received no interest. The Lake County B.C.C. contract was fully competed, advertised, and complies with the City of Clermont Purchasing Policy. 4. FISCAL IMPACT: The fiscal impact may vary based on loan amount. 5. EXHIBITS: Lake County B.C.C. Bid Tabulation Fire Equipment Parts, Supplies and Service Agreement APPROVAL AUTHORITY Approved El Disapproved '❑ Reason/Suggestion (If disapproved) in_ C6Lo111 Gm 8 laa I r�- Title Date