Loading...
Contract 2018-03 AGREEMENT FOR FIRE EQUIPMENT PARTS, SUPPLIES AND SERVICE THIS AGREEMENT, is made and entered into this day of ,fin Uq r'c.( 201q, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street,Clermont, Florida, (hereinafter referred to as "CITY"), and TEN-8 FIRE EQUIPMENT, INC., whose address is: 2904 59`h Avenue Drive East, Bradenton, FL 34203 (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. contract number 17-0606L; 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 17-0606L. 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 17-0606L, 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. 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. I 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 may be 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, for the protection of employees not otherwise protected. Employers Liability insurance with the following minimum limits and coverage: (a) Each Accident, $100,00 (b)Disease-Each Employee, $100,00 (c) Disease-Policy Limit, $500,00 2. CONTRACTOR's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be minimum limits as follows: (a) CONTRACTOR's Comprehensive General, $500,000 Each ($500,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit, $100,000 (b)Fire Damage, $50,000 (c) Medical Expense, $5,000 (b) Automobile Liability Coverages, $300,000 Each Combined Single Limit Bodily Injury(per person), $100,000 Bodily Injury(per accident), $300,000 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 3 (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, 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: Ten-8 Fire Equipment, Inc. 2904 596 Avenue Drive East Bradenton, FL 34203 Attn: Bruce Scott, Sales Representative CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 4 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. 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. 5 (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. (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. 17-0606L. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 1 day ofuccr ( , 201F. 6 City of C1- ont � - i410 / Gail L. Ash, Mayor Attest: •I Tracy Ackroyd Howe, City Clerk Ten-8 Fire Equipment, Inc. By:jit PaeLL&( ;)tii/ (Name Printed or Typed)r ,�,,/ �rAil£5 2Qs`.'/-4! �cei Title Attest: orpora Secreta y 6/.0 &iS (Name Prrfited or Typed) Yped) 7 EXHIBIT A (.. ,...,,.,,, ,, , ..7?---_,__ LAKE COUNTY 1 I O R IDA CONTRACT NO. 17-0606L 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 Ten-8 Fire Equipment(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: hA Senior Contracting Officer Date: -.112.011 Distribution: Original-Bid File Copy-Contractor Copy-Department i i "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 V LAKE COUNTY FLORIDA MODIFICATION OF CONTRACT 1. Modification No.: 1 2. Contract No.: 17-0606L Effective Date: November 14,2017 Effective Date: July 1,2017 3. Contracting Officer:Donna Villinis 5. Contractor Name and Address: Telephone Number:(352)343-9765 Ten-8 Fire Equipment Inc. 2904 59th Avenue Drive East 4. Issued By: Bradenton,FL 34203 Procurement Services Lake County Administration Building Attn:Bruce Scott 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 - •'. .," 'I "P I •, ,f - - -'. _ 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: Contract modification to add the following manufacturers to the contract at the discounts provided in the quotes. 8. Contracttoorr''ss Sienature REQUIRED 9. Lake County,Florida Name: v M B VP of Equipment and Rescue Sales Title: Senior Contracting Officer Date: 11/14/17 ' I—� / -7 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 Como,Commissioners•uwir.lakecounryf.gov ADDITIONAL MFG FORM ITB Number: 17-0606 Additional Manufacturers/Product Lines Manufacturer: PGI Discount from current price list 15 . 0 % freight not included Price List No. Date of Price List Warranty 1. Stocking Distributor? Yes No X Lead time: 4-6 weeks Hourly rate for repair and service$ n/a (per hour) Minimum order(if any)$ n/a Handling fee if less than minimum order$ n/a Name/Telephone/Cell/Beeper of Emergency Contact Bruce Scott 941-757-2928 . Manufacturer: Angus Foam Discount from current price list 12 . 0 Price List No. Date of Price List Warranty • _ Stocking Distributor? Yes No X Lead time: 2-3 weeks Hourly rate for repair and service$ n/a (per hour) Minimum order(if any)$ n/a Handling fee if less than minimum order$ n/a Name/Telephone/Cell/Beeper of Emergency Contact Bruce Scott 941-757-2928 ADDITIONAL MFG FORM ITB Number: 17-0606 Additional Manufacturers/Product Lines Manufacturer: National Foam Discount from current price list 12 . 0 Price List No. Date of Price List Warranty 1. Stocking Distributor? Yes No X Lead time: 2-3 weeks Hourly rate for repair and service$ n/a (per hour) Minimum order(if any)$ n/a Handling fee if less than minimum order$ n/a Name/Telephone/Cell/Beeper of Emergency Contact Bruce Scott 941-757-2928 Manufacturer: Chemguard Foam Discount from current price list 12 .0 Price List No. Date of Price List Warranty Stocking Distributor? Yes No X Lead time: 2-3 weeks Hourly rate for repair and service$ n/a (per hour) Minimum order(if any)$ n/a Handling fee if less than minimum order$ n/a Name/Telephone/Cell/Beeper of Emergency Contact Bruce Scott 941-757-2928 ADDITIONAL MFG FORM ITB Number: 17-0606 Additional Manufacturers/Product Lines Manufacturer: Arisul Foam Discount from current price list 12 . 0 Price List No. Date of Price List Warranty 1. Stocking Distributor? Yes No X Lead time: 2-3 weeks Hourly rate for repair and service$ n/a (per hour) Minimum order(if any)$ n/a Handling fee if less than minimum order$ n/a Name/Telephone/Cell/Beeper of Emergency Contact Bruce Scott 941-757-2928 Manufacturer: ESS Discount from current price list 25 . 0 Product, 10 .0% Parts Price List No. Date of Price List Warranty Stocking Distributor? Yes No X Lead time: 2-3 weeks Hourly rate for repair and service$ n/a (per hour) Minimum order(if any)$ n/a Handling fee if less than minimum order$ n/a Name/Telephone/Cell/Beeper of Emergency Contact Bruce Scott 941-757-2928 1 LAKE COUNTY FLORIDA INVITATION TO BID (ITB) FIRE EQUIPMENT- PARTS —SUPPLIES - SERVIC.F, ITB Number: 17-0606 Contracting ()Dicer: D. Villirtis Bid Due Date: 1)cccmher 13, 20115 Pre-Bid Conf. Date: Not Applicable Birt Doe Time: 3:00 p.m. t•t•iit Issue:Dater: October 2'1, 2016 • Y �j / 9 lj•`yv yY" b •.�� �. SY. r2 S\�s����dy� ~l l } 1P••. f{ ��i,`c]%A'_`-.�.:..:•\�•:• ��:,;�•�_::::i•;. a7Lti3r�1�J �ry�.�/(•\, 1�� moi!. <4 �5 '. "a`,p� �''7f l rJIyG�Xk,y �n:_r�..._: �• .••' S•.:.S.J. jL'1 ,,:,.•p3Vs �,• 'M.'�•hhr:'N �:lY.-:YtiD`=1•!,.yV YiSRi.. Z•. '.t'.�2,.��'YF-'.Y: r -.:.�.'l. uir•Y:.\. SECTION 1: Special Terms and Conditions 2 SECTION 2: Statement of Work I 14 SECTION 3: General Tenns and Conditions 16 SF.C:TTON 4: Pricing/Certifications/Signntuures 20 SECTION 5: Attachments yp��• 23 Y \ ri 5.':A'.\ 1..\, VuI >. C' 1a ..} 'G;/'.t•k:.v! ;l���tA I::v R.k.. \ =Ki'In� A..gzT,,;. Proposal and/or Performance gond: ; Not applicable to this 1T13 Certificate of Competency/License: Not applicable to this ITE i Indemnification/Insurance: = Section 11 Pre-Bid Conference/Walk-Thai: i Not applicable to this 1TB At the date and time Specified above, all bids that have been received in a timely manner will be nlrenecl, reenrded, and accepted for consideration, The, names of the bidders Submitting, bids will be read aloud and recorded. The bids will be available for inspection during normal business hours'in the Office of Procurement Services thirty (30)calendar days atter the official bid due date. When counter- signed by an authorized County representative, this document and arty specifically identified attachments may form the contract document binding the parties to all performance specified herein, Vendors shall complete and return the entirety of this ITB Document, and attach all other information requested in this ITIS 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 for rejection of the bid. NO-RESPONSE REPLY if any vendor does not want to respond to this solicitation at this time, or,would liJce to be removed from Lake County's Vendor List, please mark the appropriate:"price, complete name below and rdlurn this page only. n Not interested at this time; keep our firm on Lake County's Vendors List for future solicitations for this product/service ❑ Please remove our firm from Lake County's Vendor's List for this product/service. VENDOR IDENTIFICATION Company Name: pfk--= F �A .Il?I`'IF�`TT, Phone Number:COQ-228—B368 E-mai] Address: TNFQ TFN8F'TRF.COM Contact Person: BRUCE SCOTT 1 u o10111 LAKE COUNTY FLORIDA 1 ITB # 17-0606 FIRE EQUIPMENT - PARTS - SUPPLIES - SERVICE DECEMBER 13, 2016 3:00 PM Submitted by: Bruce Scott - Inside Sales Representative 800-228-8368 Monte Sims - Outside Sales Representative 800-228-8368 IN SERVICE TO SERVE YOU :I SECTION ] -- SPECIAL TERMS AND CONDITIONS 1TB Number: 17-0606 Section 1.1: Purpose The purpose of this solicitation is to establish multiple term and supply contracts fl r the purchase of various brands of parts, supplies, equipment, and services used by the County on an as needed basis in conjunction with its public safety needs. This is an indefinite quantity contract.with no guarantee goods or services will be required. The County does not guarantee a minimum or maximum dollar amount to be expended on any contract(s) resulting from this invitation to Bid (ffB), Section 1.2: Designated Proenrenlent Representative Questions concerning any portion of this solicitation shall he directed in writing [fax and e-mail accepted] to the below named individual who shall be the official point of contact for this solicitation. To ensure reply, questions should be submitted no later than seven(7)working days before the hid due date. Donna Villinis,CPPB, Senior Contracting Officer Lake County 13CC Office of Procurement Services 315 W. Main Street, Rcicrnt 441 PO BOX 7800 Tavares,FL 32778-7800 Phone: 352-343-9839 lax; 352-343-9473 E-mail: dvillinis@J airmen ntyff.gnv No answers given in response to questions submitted shall be binding upon this solicitation unless released in writing as an addendum to the solicitation by the Lake County Office of Procurement Services. Section 1.3: Method of Award 'The County intends to award multiple contracts under this solicitation to rnaxitnize coverage for the variety ()I'brands it purchases for its operations. it is anticipated that multiple vendors may be awarded for the same brand. In this case,the County may request quotes from vendors under contract for the same brand irdlscounts are equal or if stocking issues are concerns. As the best interests of the County may require, the County reserves the right to reject any and all offers or to waive any minor irregularity or technicality in bids received. 2 SECTION 1 — SPECIAL TERMS AND CONDITIONS 17't;number: 17•CG06 Section 1.4: Prc-Bid Conference/Site Visits { Not applicable to this solicitation. Section 1.5: Term of Contract This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award better distributed by the County's Office of Procurement Services; and contingent upon the completion and submittal of all required pre-award documents. The initial contract term shall remain in effect for twelve(12) months, and then the contract will remain in effect until completion of the expressed and/or implied warranty period, 'the contract pricing resultant from this solicitation shall prevail for the full duration of the initial contract term artless otherwise indicated elsewhere in this document. Section 1.6: Option to Renew The County shall have the option to renew this contract for four (4) additional one (1) year period(s). Prior to the completion of each exercised term of this contract, the vendor shall be notified in writing of the County's intent to renew. It is the vendor's responsibility to request any pricing adjustment in writing under this provision at the time of renewal. The vendor's written request for adjustment should he submitted at least thirty (30) calendar days prior to expiration of the then current contract term. The vendor adjustment request must clearly substantiate the requested increase (with copies of manufacturer's invoices, notices of price increases, etc.). If no adjustment request is received from the vendor, the County will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment, 1 Any adjustment request received after the commencement of a new option period shall not be considered. The County reserves the right to reject any mitten price adjustments submitted by the vendor and/or to not exercise any otherwise available option period based on such price adjustments. Continuation of the contract beyond the initial period, and any option subsequently exercised, is '_. a County prerogative, and not a right of the vendor. This prerogative will be exercised only when such continuation is clearly in the best interest of the County. Section 1.7: Method of Payment Invoices shall be sent to the County user department(s) that requested the items through a purchase order. The date of the invoice shall not exceed thirty (30) calendar days from the delivery of the goods or services. Under no circumstances shall the invoice be submitted to the County in advance of the delivery and acceptance of the items. In addition to the general invoice requirements stated below, the invoice shall reference, or include a copy o1 the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County user department at the time the items were delivered and accepted. All invoices shall contain the contract and/or purchase order number, date and location of delivery or service, and confirmation of acceptance of the goods or services by the appropriate SECTION 1 -- SPECIAL TERMS AND CONDITIONS 1TB Number: 17-0606 County representative. Failure to submit invoices in the prescribed manner will delay payment, and the vendor may he considered in default of contract and its contract may be terminated_ Payments shall be tendered in accordance with the Florida Prompt Payment Act, Part VII; Chapter 218, Florida Statutes, Section 1.8; .Insurance Each vendor shall include in its solicitation response package proof of insurance capabilities, including but not limited to, the following requirements: ['This does not mean that the vendor must have the coverage prior to submittal, but, that the coverage must he in effect. prior to a purchase order or contract being executed by the County.] An original certificate of insurance, indicating that the awarded vendor has coverage in accordance with the requirements of this section; shall he furnished by the vendor to the Contracting Officer within five (5) working days of such request and must be received and accepted by the County prior to contract execution and/or before any work begins. The vendor shall provide and maintain at all times during the term of any contract, without cost or expense to the County, policies of insurance, with a company or companies authorized to do business in the State of Florida, and which are acceptable to the County, insuring the vendor against any and all claims, demands or causes of action whatsoever, for injuries received or damage to property relating to the performance of duties, services and/or obligations of the vendor under the terms and provisions of the contract. The vendor is responsible for timely provision of certificate(s) of insurance to the County at the certificate holder address evidencing conformance with the contract requirements at all times throughout the term of the contract. Such policies of insurance, and confirming certilsuites of insurance, shall insure the vendor is in • accordance with the following minimum limits: General Liability insurance on forams no more restrictive than the latest edition of the Occurrence ] Form Commercial General Liability policy (CG 00 01) of the Insurance Services Office or equivalent without restrictive endorsements,with the following minimum limits and coverage: Each Occurrence/General Aggregate $500,000 Products-Completed Operations $500,000 Personal &Adv.Injury $500,000 Fire Damage $50,000 Medical Expense $5,000 C:ontractua1 Liability Included Automobile liability insurance, including all owned, non-owned, scheduled and hired autos with the following minimum limits and coverage; Combined Single Limit $300,000 or Bodily Injury(per person) $I00,00(3 Bodily Injury(per accident) $300,000 4 SECTION 1. — SPECIAL TERMS AND CONDITIONS ITB Number: 17-4606 Property Damage $100,000 • Workers' compensation insurance based on proper reporting of classification code and payroll amounts in accordance with Chapter 440, Florida Statutes, and/or any other applicable law requiring workers' compensation (Federal, maritime, etc.) if not required by law to maintain workers compensation insurance, the vendor must provide a notarized statement that if he or she is injured,he or she will not hold the County responsible for any payment or compensation. Employers Liability insurance with the following minimum limits and coverage: Each Accident $100,000 Disease-Each Employee SI00,000 Disease-Policy Limit 5500,000 Lake County, a Political Subdivision of the State of Florida, and the Board of County Commissioners, shall be named as additional insured as their interest may appear on all applicable liability insurance policies, The certificatc(s) of insurance, shall provide for a minimum of thirty (30) days prior written notice to the County of any change, cancellation, or nonrenewal of the provided insurance. It is the vendor's specific responsibility to ensure that any such notice is provided within the stated timeframe to the certificate holder. If it is not possible for the Vendor to certify compliance, on the certificate of insurance, with all of the above requirements, then the Vendor is required to provide a copy of the actual policy endorsement(s)providing the required coverage and notification provisions. Certificate(s) of insurance shall identify the applicable solicitation (fI'13/ FT'IRFQ) number in the Description of Operations section of the Certificate. Certificate holder shall be: LAKE COUNTY, A POLITICAL SUBDIVISION OF TI4E STATE OF' FLORIDA,AND THE BOAR D OF COUNTY COMMISSIONERS P.O. BOX 7800 TAVARES,FL 32778-7800 Certificates of insurance shall evidence a waiver of subrogation in favor of the County, that coverage shall be primary and noncontributory, and that each evidenced policy includes a Cross Liability or Severability of Interests provision, with 110 requirement of premium payment by the County. The Vendor shall be responsible for subcontractors and their insurance. Subcontractors are to provide certificates of insurance to the prime vendor evidencing coverage and terms in accordance with the Vendor's requirements. S SECTION l — SPECIAL TERMS AND CONDITIONS ITB Number: 17-0606 All self insured retentions shall appear on the cerci licate(s) and shall be subject to approval by the County. At the option of the County, the insurer shall reduce or eliminate such self-insured retentions, or the vendor or subcontractor shall be required to procure a bond guaranteeing payment of losses and related claims expenses. The County shall he exempt from, and in no way liable for, any sums of money, which may represent a deductible or self-insured retention in any insurance policy. The payment of such deductible or self-insured retention shall he the sole responsibility of the vendor and/car subcontractor providing such insurance. Failure to obtain and maintain such insurance as set out above will be considered a breach of contract and may result in termination of the contract for default. Neither approval by the County of any insurance supplied by the vendor or Subcontractor(s), nor a failure to disapprove that insurance, shall relieve the vendor or Subcontractors) of full responsibility for liability, damages, and accidents as set forth herein, Section 1.9: Hooding Requirements Not applicable to this solicitation. Section 1.10: Delivery The vendor shall make deliveries within ten (10) calendar days alley the date of the order. All deliveries shall be made in accordance with good commercial practice and all required delivery timeframes shall be adhered to by the vendor(s), except in such cases where the delivery will be delayed due to acts of God, strikes, or other causes beyond the control of the vendor, In these cases, the vendor shall notify the County of the delays in advance of the original delivery date so that a revised delivery schedule can be appropriately considered by the County. Delivery of emergency orders shall he within forty-eight(48) hours. No stock deliveries will be accepted on Saturdays, Sundays, or County holidays. The ordering department will advise vendor if the order is an emergency when placed. Should the vendor(s) to whom the contract(s) is awarded fail to deliver the required goods or • services under a specific order in the number of days stated above, the County reserves the right to cancel the specific order under the contract on a default psis after any back order period that has been specified in this contract has lapsed. If the specific order is so terminated, it is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the incumbent vendor with any re-procurement costs. If the vendor fails to honor these re-procurement costs, (he County may terminate the contract in its entirety for default. • Certain County employees may be authorized in writing to pick-up materials under this contract. Vendors shall require presentation of this written authorization. The vendor shall maintain a copy of the authorization. If the vendor is in doubt about any aspect ofmaterial pick-up,vendor shall contact the appropriate user department to confirm the authorization. i 6 • SECTION l -- SPECIAL,TERMS AND CONDITIONS rE•B Number: 17-0606 Section 1.10,1; Shipping Terms,P.O.B.Destination- Inside Delivery The F.O.B. point for any product ordered as a result of this solicitation shall be F.O.B.: DESTINATION—INSIDE DELIVERY. The title for each item will pass from the contractor to the County only after the County receives AND accepts each item. Delivery will not be complete until the County has accepted each item. Delivery to a common carrier shall not constitute delivery to the County. Any transportation dispute shall be between the contractor and the carrier, The County will not consider any bid or proposal showing a F.O.B. point other than F.O.B.: Destination—Inside Delivery. Section 1.111.2: Back Orders I('the vendor cannot deliver an ordered item in accordance with the scheduled delivery date due to a current existing backorder of that item with the vendor's manufacturer or distributor; the vendor shall insure that such hack orders are filled within ten (10) calendar days from the initial scheduled deliivety date for the item. The vendor shall not invoice the County for back ordered items until such back orders are delivered and accepted by the County's authorized representative. It is understood and agreed that the County may, at its discretion,verbally cancel buck orders after the grace period identified in this paragraph has lapsed, seek the items from another vendor, and charge the incumbent vendor under this contract for any directly associated re-procurement costs. if the vendor fails to honor these re-procurement costs, the County may terminate the contract for default. Section 1.:11: Acceptance of Goods or Services The product(s) delivered as a result of an award from this solicitation shall remain the property of the contractor, and services rendered under the contract will not be deemed complete, until a physical inspection and actual usage of the product(s) and/or service(s) is (are) accepted by the i County and shall be in compliance with the terms herein, fully in accord with the specifications and of'the highest quality. Any goods and/or services purchased as a result of this solicitation and/or- contract may be tested/inspected for compliance with specifications. In the event that any aspect of the goods or services provided is found to be defective or does not conform to the specifications, the County reserves the right to terminate the contract or initiate corrective action on the part of the vendor, • to include return of any non-compliant goods to the vendor at the vendor's expense,requiring the vendor to either provide a direct replacement for the item, or a full credit for the returned item, The vendor shall not assess any additional charge(s) for any conforming action taken by the • County under this clause. The County will not be responsible to pay for any product or service that does not conform to the contract specifications. In addition,any defective product or service or any product or service not delivered or performed by the date specified in the purchase order or contract, may be procured by the County on the open market, and any increase in cost may be charged against the awarded contractor. Any cost incurred by the County in any re procurement plus any increased product or service cost shall be withheld from any monies owed to the contractor by the County for any contract or financial obligation. 7 • SECTION 1 — SPECIAL TERMS AND CONrDITIONS iTB number:17-0606 Section 1.11.1; Deficiencies to be corrected by the Vendor The vendor shall promptly correct all apparent and latent deficiencies and/or defects in work, and/or any work that fails to conform to the contract doetunertts regardless uIproject completion status. All corrections shall be made within ten (10) calendar days ager such rejected defects, deficiencies, and/or non-conformances are verbally reported to the vendor by the County's project administrator,who may confirm all such verbal reports in writing. The vendor shall bear a]] costs of correcting such rejected work. If the vendor fails to correct the work within the period specified, the County may, at its discretion, notify the vendor, in writing, that the vendor is subject to contractual default provisions if the corrections arc not completed to the satisfaction of the County within ten (I C)calendar days of receipt of the notice. If the vendor tails to correct the work within the period specified in the notice, the County shall place the vendor in default, obtain the services of another vendor to correct the deficiencies, and charge the incumbent vendor for these costs, either through a deduction from the final payment owed to the vendor or through invoicing. If the vendor fails to honor this invoice or credit memo, the County may terminate the contract for default. Section 1.12: Warranty The vendor agrees that, unless expressly stated otherwise in the bid or proposal; the product and/or service furnished as a result of an award from this solicitation shall be covered by the most favorable commercial warranty the vendor gives to any customer for comparable quantities of products and/or services and the rights and remedies provided herein are in addition to said warranty and do not limit any right afforded to the County by any other provision of this solicitation. The vendor hereby acknowledges and agrees that all materials, except where recycled content is specifically requested; supplied by the vendor in conjunction with this solicitation and resultant contract shall be new,warranted for their merchantability,and fit for a particular purpose. Section 1.13: Delivery of Solicitation Response Unless a package is delivered by the vendor in person, all incoming mail from the t,LS. Postal Service and any package delivered by a third party delivery organization (Fcdgx, UPS, 1)1IL, private courier, etc.) will be opened for security and contamination inspection by the Lake County Clerk of the Circuit Court Mail Receiving Center in an oft-site secure controlled facility prior to delivery to any Lake County Goverment facility, which includes the Lake County 011ice of Procurement Services. '1'o be considered for award, a bid or proposal must be received and accepted in the Office of Procurement Services prior to the date and time established within the solicitation. A response will not be considered for award if received in the Office of Procurement Services after the official due date and time regardless of when or how it was received by the T.ake County Clerk of Court Mail Receiving Center. Allow sufficient time for transportation and inspection. The exterior of each envelope/package shall be clearly marked with the bidder's name and address, and the solicitation number and title. Ensure that your bid or proposal is securely sealed 8 SECTION 1 — SPECIAL TERMS AND CONDITIONS lib Number; 17-0606 • in an opaque envelope/package to provide confidentiality of the bid or proposal prior to the due date stated in the solicitation. IF you plan on submitting your bid of proposal IN PERSON,please bring it to: LAKE COUN'•i'Y PROCUREM.W'SERVICES 315 W.MAIN STREET 4TH FLOOR; ROOM 441 TAVARES, FLORIDA if you submit your bid or proposal by the UNITED STATUS POSTAL SERVICE (USPS), • please mail it to: LAKE COUNTY PROCIUREMENI'SERVICES PO BOX 7801) TAVARES,FL 32778-7800 If you submit your bid or proposal by a TH1RT PARTY CARRIER such as FedEx, UPS,or a private courier,please send it to: LAKI COUNTY PROCUREMENT SERVICES MAIL RUCF.IVING CENTER 32400 COUNTY ROAD 473 T.F.ESBURCi, FT. 34788 Facsimile(fax)or electronic submissions(e-mail)will not be accepted. Section 1.14: Completion Requirements for Bids The bid submittal shall consist of this entire ITTi document, with required sections completed by the vendor. Ensure that you sign the bid in the certification box in Section 4. One (1) signed original, two (2) complete hardcopies, and one electronic copy (jump drive/CD) of the hid shall be sealed and delivered to the Office of Procurement Services no later than the official bid due date and time.. Any hid received after this time will not be considered and will be returned unopened to the submitter. The County is not liable or responsible fur any costs incurred by any Bidder in responding to this ITB including, without limitation, costs Ihr product and/or service demonstrations if requested. When you submit your bid, you are making a binding offer to the County and are agreeing to all of die terms and conditions in this Invitation to Rid. Use only the form(s) provided in this document. If you make any change to the content or format of any form, the County may disqualify your offer. All information Shall be legible and either written in ink or typewritten. if you make a correction or change on any document, the person signing the bid proposal must initial the chunge. The bid shall be manually signed in BLUE INK by an official ftuthoriz d to legally bind the I3idder to its provisions. 9 SECTION 1 — SPECIAL TERMS AND CONDITIONS In Number: 17-060G COMPL4TION OF BID PACKAGE: The vendor shall complete all required entries in Section • 4 of the bid farm such as, but not limited to, pricing pages, signature, certifications, references, and acknowledgement of any solicitation addenda. The vendor shall submit the entire solicitation with all Section 4 entries completed in the number of copies specified to the address specified in this solicitation. The vendor shall also submit any supporting documents (to include proof of insurability and provision of bid bonds as required), samples, and/or descriptive literature required by any of the provisions in Section 2 of the solicitation in a separate sealed envelope / package marked "Literature for Bid 17-0606." Do not indicate bid prices on literature. Specific Completion Directions: > The hid submittal shall consist of this entire ITB document,with required sections completed by the vendor. > Complete the requested information at the bottom of the I'113 cover page(page 1), • Pricing shall be corn/Acted as directed within Section 4. > Initial and date in BLUE INK the appropriate space(s) in Section 4 for each addendum (if any) issued for this ITB. > Insert any prompt payment discount that you will offer. Note payment terms are Nl-T 30 DAYS othherwisa. > Complete the reference form (include at least three references) contained within the solicitation a.5 Attachment 1. > Complete all certifications, vendor information, and ensure that you sign the laid (in BLUE ink) in the certification box • Provide proof of Insurance in coimpliance with the stated requirements in section L8 by submitting either a certificate of insurance or evidence of insurability. Section 1.15: Availability of contract to Other county Departments Although this solicitation is specific to one or more County Departments, it is hereby agreed and understood that any County department or agency may avail itself of this contract and purchase any and all items specified heroin from the vendor(s) at the contract pricc(s) established herein. Under these circumstances, a contract modification shall be issued by the County identifying the requirements of the additional County department(s). Section 1.16: Business Hours of Operations Deliveries shall be made during regular business hours (Monday through Friday, $:0O a.tn. to 5:00 p.m.) No deliveries or work (if vendors provides equipment service) shall be performed after regular business hours or on Saturdays, Sundays, or County holidays except when necessary in an emergency situation, fear the proper care and protection of the work already performed, and/or when permission to do such work is secured from the County Department represenntative. No overtime work shall be started without prior approval of the immediate project manager or his/her designated representative. 10 SECTION 1 — SPECIAL TERMS AND CONDITIONS ITB Number: 17-0606 • Section 1.17: Catalogs/Price Lists The vendor shall provide its website address on page 21 of Section 4 where product catalogs and price lists are available for viewing and/or downloading. With the bid submittal, the vendor shall include a Ci)or thumb drive of theicatalogs and manufacturer's price lists fir the brands quoted, Failure to meet this requirement may result in the offer being rejected. Upon request,the vendor shall provide hardcopies of the manufacturer's product catalogs and price lists at no additional cost to the County. Section 1.18: Compliance with Federal Standards All items to he purchased under this contract shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Occupational Safety and I lealth Administration (OSHA), the National Institute of Occupational Safety Ilazards (NIOSI-i), and the National Fire Protection Association (NFPA). Section 1.19: Hourly Rates The hourly rate quoted shall be deemed to provide full compensaticni to the vendor for labor, equipment use, travel time, and any other clement of cost or price. This rate is assumed to be at straight-time for all labor, except as otherwise noted. The vendor shall comply with minimum wage standards, and/or any other wage standards specifically set forth in this solicitation and resultant contract, and any other applicable laws of the State of Florida. If overtime is allowable under this contract, it will be covered under a separate item in the special clauses Section 1.20: Labor,Materials, and Equipment Shall be Supplied by the Vendor t lnlecs otherwise stated in this solicitation, for service to be performed, the vendor shall Furnish all labor, material and equipment necessary for satisfactoiy 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. All material, workmanship, and equipment shall be subject to the inspection and approval of the County's Project Manager. Section 1.21: Purchase of'Other Brand s Although this solicitation and resultant contract.identifies specific brands, it is hereby understood and agreed that additional brand(s) may be added to this contract at the option of the County. Under these circumstances, a County representative will contact vendor(s) to obtain a quote for the additional brand(s). if the discount proposed by the vendor for the additional brand(s) is considered to be fair and reasonable, then the brand(s) would be added to the contract through • the issuance of a modification to the contract. The incumbent vender(s) has/have no exclusive right to provide these additional brand(s), The County reserves the right to award additional brand(s) to the lowest priced contract vendor, to • multiple contact vendors, or to acquire the items through a separate solicitation if it determines 11 SECTION .' — SPECIAL TERMS AND CONDITIONS 1'tB Number: t7-4606 the price discount offered is not Bair or reasonable or for other reasons at the County's sole discretion. Section 1.22: Rebates and Special Promotions All rebates and special promotions offered by a manufacturer during the term of the contract shall be passed on by the vendor(s)to the County. It shall be the responsibility of the vendor to notify the County of such rebates and/or special promotions during the contract period. Special promotions shall be offered by the vendor(s) to the County provided that the new price charged for the itean(s) is lower than would otherwise be available through the contract. It is understood that these special promotions may be of a limited duration. At the end of such promotion, the standard contract price shalt prevail. Section 1.23; Repair and Parts Manuals to he Provided • The vendor shall supply the County with a minimum of one(I) comprehensive repair and paras manual which identify the component parts, and which describe the appropriate process for repairing the equipment purchased by the County in conjunction with this solicitation. 'l'he manuals shall be supplied prior to, or upon, delivery of the equipment. Final payment shalt be withheld until such time as these manuals are received by the County. Section .L24: Risk of Loss The vendor assumes the risk of loss of damage to the County's property during possession of such property by the vendor, and until delivery to, and acceptance of, that property to the County. The vendor shall immediately repair, replace or make good on the loss or damage without cost to the County, whether the loss or damage results from acts or omissions(negligent or not)of the vendor or a third party. The vendor shall indemnify and hold the County harmless from any and all claims, liability, losses and causes of action which may arise out or the fulfillment of this contract. The vendor shall pay all claims and losses of any nature whatsoever in connection therewith, and shall defend all suits, in the name of the County when applicable, and shall pay all costs and judgments which may issue thereon. Section 1..25: Safely The vendor shall be responsible for initiating,maintaining and supervising all safety precautions and programs in connection with the work and for complying with all requirements of the Occupational Safety and Health Administration Act (OSII.A). The vendor shall take all necessary precautions for the safety of and shall provide the necessary protection to prevent damage, injury or loss to persons or property. The vendor shall provide all standard equipment, work operations, safety equipment, personal protective equipment, and lighting required or mandated by State, Federal, OSHA,or Americans with Disabilities Act of 1990(ADA)regulations. 12 f SECTION 1 — SPECIAL TERMS AND CONDITIONS 1'1.13 Number: 17-0606 • The vendor shall designate a competent person of its organization whose duty shall be the prevention of accidents at this site. This person shall he literate and able to communicate fully in the English language because of the necessity to read job instructions and signs, as well as the need for conversing with management personnel. This person shall be the vendor's superintendent unless otheiwise designated in writing by the vendor to the Contract Manager. Section 1,26: Special Notice to Vendors Regarding Federal and/or State Requirements Upon award of a contract resulting from this solicitation, the vendor shall utilize the U.S. Department of_Homeland Security's E-Verify system in accordance with the terms governing use of the system to confirm the employment eligibility of: 1) All persons employed by the vendor during the term of the contract to perform employment duties within Lake County; and 2) All persons, including subcontractors; assigned by the vendor to peri'orm work pursuant to the contract. Section 1.27: Training When applicable, the vendor shall supply the County with a minimum of one(I)comprehensive training manual which describes the appropriate use of the equipment purchased by the County in conjunction with this solicitation. The manuals) shall be included with the equipment upon delivery. final payment shall be withheld until such time as these manuals are received by the County. Upon request, the vendor shall provide an intensive training program to County employees regarding the use of the products or services supplied by the vendor in conjunction with this solicitation. This training shall be no additional charge to the County. The vendor shall bear all costs of registration fees and manuals and texts, or other instructional materials associated with the required training. Section 1.28: Wage Rates Under this contract, the wage rate paid to all laborers, mechanics and apprentices employed by the vendor for the work under the contract, shall not be less than the prevailing wage rates for • similar classifications of work as established by the Federal Government and enforced by the U.S. Department of Labor, Wages and Hours Division, and Florida's Minimum Wage requirements in Article X, Section 24 (t) of the Florida Constitution and enforced by the Florida Legislature by statute or the state Agency For Workforce innovation by rule, whichever is higher. 13 SECTION 2 -- STATEMENT Ok''WORK 1'1'13 Number: 17-O&6 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 Salty 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 he 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. t;'mergency/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 verido)r'.r• 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 he required to furnish price lists on jump drive or Cl-) 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 spccifclly identified in the technical specifications, such materials and equipment shall be of a suitable type and grade for the purpose, i'he vendor(s) shall possess all special hand tools and special equipment recommended by the equipment and part manufacturers) to effectively and efficiently make repairs. The vendor(s) shall abide by OSHA requirements and the staff assigned to the County's projects shall he 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 1 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 wor]c hours per classification, and by the cost of materials and equipment. Lump swn estimates will not he 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 1 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 Nun=bcr: 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 he completed. For pu1poses of identification and payment, the Work Order shall he 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,F1, 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 t County Fleet Management Division 20423 independence Boulevard Groveland,FL 34736 1 l 15 jF S r SECTION 3-GENERAL'1'ERIVMS AND CONDI'1'1ONS FEB Ntuttber: 17-0606 3.1 DEFINITIONS may issue an addcadurn in response to any inquiry received,prior Addenda:A wrille4 change to a soliciLatium to bid opening, which changes, adds to, a7 clarifies the terns, • Bid:Shall refer to any Uf(er(S)submitted in response to(his ITR, pruvisions.or requirements of the solicitation., 'Ihe bidder should Ridder: Refers to any entity that submitted a bid under an err. hot rely un any stillerneiit or explanation s>,'hether written or verbal, L'ontrac'I: The agreement to p„if nal the Services Set forth in ttit other Ilion those made in this solicitation document or in oily sulicilalions. 'roe contract will be comprised of the solicitation adduxl;:iSS.Unt. Where there appears to;lc a cnntltct between this dccuma:t signed by both parties with any addenda and nailer soliciialiun ;Ind any addenda, the Iasi addendum isaucd shat( attachments speed-rally incorporated. prevtw.. It is the bidder's responsibility to ensure receipt and to ('ooh actor; 'lila vendor:o vAtich award has been made. acknowledge all addenda and any accumpanyine documentation. ('aunty: Shall refer to lake Comity,Florida. Failure to acknowledge oath addendum may prevent the bid thorn Bnitatinn to laid(TO): Shall mein this solicitation doewnerrl, being considered fur uwaid including any and ail addenda. An ITEn contains v.:ll-defined I11. Controls of Solicitation and Bidders'Reypuns3hititiea feigns,cxtndifions,and speciftca!iuus,earl is atamaled to the lowest It is the responsibility nt the bidder to become thoroughly familiar priced responsive and I'CSnonsilAc bidder. with the requirements, terms,and conditions of this suikitali<u Modification; A written Change to a contract stated unawareness 0Ccun(nactual teens and conditions will not be • Heeponaible: Refers In a bidder that has the capacity and accepted as a basis fur varying Ilse requirements of the Conroy us capability to perform the work required tinder an tnricarfm to did, the asnou+lt to ha paid to the vendor. • Ars.is otherwise eligible for award. L. ReslrielvAl Discussions ltespunYive: Refers to a bidder that has taken no exception nr 1•'rom the dote of i3Suance of rhis snticitation until final CUunty deviation from the far nil,conditions.and spociticationu in an lTD. action, vendors should riot discuss the sol icitatinn with any • SOlidtttiner The written Jucuulenl requesting either hide nr employee,agent.or any other representative of the County except ]• p:'oposals from the marketplace. as authorized by the designated procurement representative.The. . \'endue, A General reference to any emtiiy reapund;ng t0 !his only communications that shall be considered pertinent to this solicitation Or,e•ifoI:Tlilng under any resulting cunlnrct. solicitation ale written Jucumrr.t5 Csom the vendor addressed to the dasignatod prncuremcnt repaeS+e;;talive and rolevant documents • the County bas established that the words "shalt", "must", or }loot tig,atcel by the designated procurement reprvaetttal tar. "will-are cquivulent within this ITR and indicate a mandatury R. Change 10,Withdrawal of,or Mistake in,laid • requirement which shall not b:waived by the County. Changes to Bid-l eiur to bid opening,a bidder may change its bid 3.2 INSTRUCTIONS I t)1331)I)1ERS by submitting a now bid with notice on the Jinn's letterhead, A. Bidder Qualircatiori signed by an authorized argent, Slating that the new submittal ). ]l is the policy of the County LO e71COUIO a bill and open replaces the original submittal. 'the new submittal shall contain an I eumpetitiun among all svallabte qualified senders. All vendors information an required for submitting the nrieinal bid. regularly engaged iu the.type of work sp:nified in the solicitation Withdrawal of laid-A bid may be witisdrawn,either physically u; arc anaouragnd to sabmi(bic.s. To be r000mrnended rot award the. by writecn notice, at any time prior to the hid due date. If I County requires that vendors provide.evidence of compliant wall withdrawn by written nntica.that notice must be.addecteed so,and i the nequireincnts below upon request7 received by,the dcsignaled procurement representative prior To the f 1. Disclosure ofF,mploymcnt hid due that and lime. A bid may also be withdrawn: (inn 2. Disclosure of Ownea ship expiration of the sheathed bid acceptance period, and punt to 3, Dealt Frac Workplux award, by submitting a letter to the designated procurement I 4. W-9 and 8109 Forms—The vendor must Punish those forms uponrepresentative. The wilhdlahval letter must be on compancompany request us leglllmd by the Internet Revenue Cervi C lc(teracar(and signtxl by nal tnilhui ivied agent of the bidder. S. Social Security Number •The vendor mast provide a copy of Mistake in Rid- Any allegation of mistake in Rid shalt he treated the primary owner's social security card if the social security urn u caee•bycase basis. It is to be assumed that any Alteration in t number is being tns0.i in lieu of the federal Identification hid price after receipt of bids will he exceptional in mune,and vidl Number(F.I.EN.) be allowed only when substantiated by Current legal precedence. • 6. Americans with Disabilities Act(A.D.A.) C. Cunllids wit Id.the Solicitation 7. Conflict oil dei est where there appears Io be a rcntller hctwcen contra 7tarrl tennis turd S. Debnrmout Disclosure Affidavit cendtiutu,the technical spccit;cationa, the pricing section,or any I 9. Nondiscrimination addendum issued,(he order ofprecedence shall he: last addendum Ill. Family Leave issued,the pacing section,the technical specifications,the special, II Antitrust Lures—By acceptance.of any contract.the vendor and then general conditions. II is ircnnnhent upon the vendor to Agaves to comply with all applicable antitrust taws. idNut]ly suc3s conflicts prior to the hid response date B. fublie Entity Crimps H. Prompt YayalcnI.Terris Pursuant to Station 287.133(2Xa)of the Florida Statutes,a pe bun It is the la-hey of the Cuunty the; payment for all purchases by or affiliate who has boon laced on the convicted vendor lis[ i P Counry:7gcncicc shall be made in a timely ntanper and that interest tpllow•ir.p a t:7nviction for a public entity crime may not submit a payments will be made no late payments inn accordance with Part hid on a conarac; to piuvide any goods nr survives lu it public VII,Chapter 118,Fiurida Sialutes, knower as the Florida Prompt entity,tnrly not subunit A bid on a contract with at public entity the i the eonsrc action or repair of u public building or public work,limy Payment Act. The bidder clay offer cash discoulrts for prompt 3 not akiten t hide on leases of real pluperty to a public entity,may pa.vmci7ls: 110Rlever, such discounts till not be COnsiderd in supplier,not he awarded or perform as a contractor, pp icr,subconliactoi. dcrcmmnine the lowest pike during bid evaluation. Bidders an: Urconsullanr under a contract with nay public c•Otiry,and may not Iequcst-d to provide prompt payment terms in the spaoc provided transact husiness with any public entity in. treas of the threshold or aha signature pap of the solicitation. I amount provided in Soceion 2$7.017 of the 1-lurida Statutes, for 3.3 o.s' A1ZATI�N Of RIDS CATF(i(?HY 1'6V0 fur a period of 36 months from the date of• A. The PrieinSection Of this snlieitation defines the cods or t being placrl on theconvic(ed vendor list b g C. Request for Additional Information services to be puichcsed , a , and must be completend Any communication or inquiries,except for clarification u1 process suhmitt d with the bid. Lee of any ti her seer or altcnitnun of alae form mayult in the rc eCliO+i of the bid. or procedurec:}wnm alreaiued in the solicitation,are.to be mase in res \tailirb to the.;Mention of die lmeurcrneul represcntativc idcnrifimi 13• rhe bid sib:nittni must be legible, And completed using • • in the soli alalion no later than List(5)wanking days prior to the tvpoweLter, computer or ink. Any errlry ehango must be bid ear.dere. Snail incuirib(];All contain the rcquwler's cuT7tte, crossed out and iilitiatOd in ink. heiture to comply with these address,and telephone nurse hcr. 'the Procurement Scr'ices Offic c rtrluirrmcnt may curse the bid to ba rejected. i 16 i i SECTION 3 --GENERAL TERMS AND C:4NDITIONS 1T13 NUl ttler: 17-0606 C. An ultihoriUd agent [IC the bidder's firm must sign the Lid. Chapter 1.19 of the)driridu Statutes(the"Public.kecurd Ad:).The FAIT,I?RI< 'TO SIGN TJ-T, Ell) MAY R4rlW R THE bidder should nut submit any informutiuri which the bidder 1101)NN-ltES1'ONS!VF u:onsidnrs proprietary or confidential. the submission of any • D. The bidder may be considered holt-rcspnnsive i1 bids ate infunnution to 111e County in conncc(ioal with any wlieilutivn shall cmnditiuned to inodtticatinits, chanties, in revisions o the be deemed conclusively fu be it waiver of any pruteetiotl [mitt terrors arid cvrrdkiotts of thin.mr)llcittala1. release of the 3iinmi(tcd information tlrflCSS s'.tch infrstmaliOn is E. The bidder may submit alternate hid(s) for the some exempt ur confidential under the Pu btu;Records Act solicitation provided that such offer is allowable under the 3.1(3 (.'ANCELLA'd1ONO1'SOI.IC'ITA'I'ION terms and eunJilioats The eltemule bid must nir;i or exceed The County resents the right CO Carso 1,in whnle or in part,any • the minimum requirements and he subreitled us a separate bid lnvitnliurt to Did when it is in the best interest o1(ise County. nmailted"Alternate bid". 3,1 l AWARD • I. When Mete is a discrepancy between the unit prices and any A, t?nlcss otherwise allowed by statute rr ordinance,award will extended prices,the Itoitpndeswill p:evuil. be made to the lowest priced responsive and responsible G. Any hid received Lifter the stipulated hid due date and title bidder. 'Die County tcscrvea the right to reieet tiny and all through in fault of the Coulily will he considered sake, and bud:,ata waisie now material irrcgu3tlrttiei or I IitticaIitics and except under the must exceptional circumstances, nut be to re-advertise for rll or any part of this solicitation as considered for award deemed in irs hest interest. The Comity shat) he the luta > H. Unlcs otherwise sp.-Titled in the solicitation. prices ganted ju(Ipe of its hen Interest. shall he l'.Q.Ij.Dcylrriot Circ. 13. When there .Pit rslulriolc line items in a yU<ieilatlon, the 3.4 COt.l.USION Cnuntp reserves the right to award on an individual item • Where two (2) or inure related parties, as defined herein, each hasis, any combination of items, tr:a` tow bid or in i• vthmit a hid for the some Contract, or evidence any prior whichever manner dernied is the bent inlcrcnt of the Cuunly endeisrarding,agreement,urconnection in such regard,such bits This prnvisinn specifically s•sperscnies any method of twain] shall be presumed to be collusive_ Related parties shill] mean crixriu suited in the solicitation when such action is cfcanly bidder or principals thereof huh false n diwct Or indirect ownership necessary to protect the best interests o.the County. j interest in unulhel bidder tier the same euntruet or in v,hich a parent C. The County reserves the right to reject any and all bids ifir is I company lir the pnncipels thereof of one bidder hove a direct or determined that pi leis are excessive or determined t0 be l indirect ownership interest in another bidder for the same contras t'.nreasonablc, nr it is otherwise determined rn he in the Bids found to ht collusive shall be rejected. Liiddexs which have County's best interest to do SO. been fond to have engaeed in collusion inay he considered con- D. The Cmnnty reserves the that to(negotiate prices with the low 1 responsible, int] may be suspended or debarred. Any oontiact bidder,provided that the scope of work is slut amended. r rawfring holm Collusive bidding may be terminated for default. A Award will only be raacle to smrc That satisfy oil legal 3.i PROIUDIT1loN AGAINS't'CONTINGENT FEES reueir>rntcnts to do business slith the County, The County The vendor toirrsmis that they have not employed ur lel.ined any mop conduct a pre-award inspectiur.of the bidder's site or cialapahb of person, other then a bona fide employee working conduct a pre-uvurd ttualihtcatioh Meeting so determine tire l solely for the vendor to solicit nr secure the contract and that they icsy7ollsibility and capacity of the bidder 10 perform. Award f have not paid or agreed to pay any person,company,corporation, may be pundicatcd on compliance.with and submittal of all iniividunl,or firm,other than u bona fide employee%Noticing solely required documents us stipulated in the noliciiacion. Mr the runior,any Considcratinn contingent upon or Insulting from F. The bidder's pert'nrrtlunce its prinsu or suhcontrtctur on I the award or mink iag of the Mnteaet. pres•iuus County contracts shalt be token lido ;icemat in 3.6 CONTRAC ING WITIi COUNTY F.N1Pl•t)YLliS cealunting lite iesponslbility of a responding bidde>. Any County employee ur ir.entber of his nr her imnlerliatc fancily G. All he bids will be resolved in consonance with CulCnT smoking to contract with the Courtly shall seek a conflict of interest written procedure in I1151 regard. upiuiuti front elle County Attorney prior to submittal cif a response Ii. A vendor wishing to protest tiny award dnicinn resulting from to cantrael with the COumty The affected enipiuyes shall disclose this stihiu'ittrrilla shalt do as prirtkkd for in the Courtry`s . the:c'uptnyee s ussi•_ned function within tic County and iuteiest or Purchasing Procedure ht Ronal the intoes(or his or her immediate family ill the proposed contract 3.12 GI;NRRAI.('ON'T•RAC T CONDITION'S as al the nature of the ir.lenlded curllitict. The contract shall be binding.upon and shall inure to the benefit UT 33 1NCURI21?,T)FXPF.N ES each of the parties and or their tetveetive successors and permitted This solicitation dons not cnnrrr.It the County to award nor tic assigns. The con tract may not he amended, released,discharged, rcapunxible for any cost or expense which may be.incurred by any rescinded or abandoned, except by in vrtilltel lelstrnntcnt duly M bidder in preparing ur submitting a hid, nr any oout us expense executed by each of lire ponies Itcrctn. the failure of any party Mew red prior to the execution of u purchase older or cnntract. By hereto at any time to enfuree 1tly of the pi'oviainnn orine contract submitting a hid,the bidder also agrees that the County bears no will in no way oonstitnitc Or be eninctrued us a waiver of such responsibility for any emits of Ihe bidder associated with tiny provision or of any Wher provision horcnf,nor in any wily tilled ttdnunistrative nr -judicial proceed in s resulting hum this 11w validity of or the right thereafter to cntior c, each and eves' solicitation process. procisiun of the contract. Any dispute arising during the course of 3.11 COUNTY IS'l'AX-EXP,MPT contract performance (hat is not fruity re<iifred by coordination When purchasing un m direct basis,the C'nanty is generally exempt between the vendor And the County user deparnaeiti small be front Federal Excite Taxes and ell State of Florida sores and use rctct'rcd to lhreurement Services office tier rc;nfutiun. taxes. 'rhe County will provide an exemption ua(ifirriz upon 3.13 O'I'IILR AGENCIES iequcsr by t:x: seller for such purehascn. Except fur ilenf(S) With the consent of the vendor, other agencies may make 0 specifically identified by the vendor not]accepted by the County purchases in aocorrtanee with the contract. Such inn-chases shall be fix direct Comity purchase under11wSoaks'DjrxRecoveryPmgrair,, governed by the same tenor and conditions uS slated harem with cunlraCtOiS debts buaincss with the County at not exempt loan the:Yirccptinn at:thednnge in agency name. paying sates tax to their sspplicra tier materiels net-led ro Caltill 3.14 CONTRACT h.X•f@NSiOtt' contractual obligations with the County, not is any vender The County has she unilateral option to extend u contract for up to authorized to use the County Tax Exemptions for such purchases. ninety(90)calendar days beyond the.Current contract period. in • • 3.9 YKOTRIETARYTC ONP1DLNTIAL INFORMATION such event,the County will notify the vendor(s)in writing of licit k Bidders are hereby notified that all information submitted as purl extensions. The contract may be extended beyond (lie initial of o bid%still be available for public inspocdon in curnplinnce with ninety (903 day extension upon menial agreement '1R(wtert (lee 17 4 SECTION 3—GENERAL TERMS AND CONDITIONS l'Ii- Number: 17-0606 County and the tiendoi(s}. Exercise of the above options requires including auto:nears fees and Coss of defense Which the County or theprior approvyhl teethe t>toe ire,ne,t Services s4unuger. its officers,employees,agents or instrumentalities may incur us a 3.1S WARRANTY result of claims,demands,suits,causes of actions ur proeecding5 All win Sties eapie>s And impller",shall be made available to the of any kind or r. 1OIe arising not uf,relat[nS to or re-sueting from Cot i y for goods and services tovcrek by this solicitation. All the peifortnancc of the uyeen)eat by the vendor or ds employees, 0041$timrisS:cd shell be felly guaranteed by the vendor against ygrnJ:,se vents,partners,prirlcipnls or sut`contrustors. The vendor rectory defects and workmenship. Al no expanse to the County. shall pry ell Claims and losses it:connection thcrcwah,end shall the ventlOr shall correct any and till appercllr and latent detects that inveNt:'pille mid defend all claims,suits or onions of any kind Or may occur within the menulucturer's standees warranty period nature in the n.unc of the County. where Applicable, including 1'.e special Conditions of :he sulicitatinn may supersede the appellacc pr xeodings, and shall pay all eoatc, judgments, ursd mnnufhclurer's Standard warrantyattorney's fees which neay he incurred Shelton. The vendor • 3.16 IiS'fihMATE11 OaANITt'1L'S expressly underslutis and agree; that uny insolence pro£cction • Estimated quinlilie>to dollars arc for bidder's guidaiice only, No required by Ihis Agreement or otherwise.piovittcrf by the va:dor • guarantee it expressed or implied Ps 10 quantities or dollar Nellie shall in no say limit the responsibility rn indemnify,keep find Save [hut will be used during the conlntcl period. The f:nunty is not harmless and defend the Cuunky or its Otfltcrv,employees,egen£S obligya eJ to place any order fur a given ulruun(subiaOtiurnt to the and instrurneellalitics AS herein provided. award of .:his solicitation. The County may mac estimated 3.24 MMUl)IF[(:.A-flow OF CONTRACT geout'tie,C in the award evaluation process.Fatililared quantities do Any contract resulting from ibis Solicitation may be mutlifieJ _)y not cuatcutplale 0;include lrorsihic edditivnrl tts<w,irlitic3 that may mutual eouao)t of duly authorind parties,in writing through the be ordered by Other entities that may utilize this contlacl. In no issuance of a modification to the contract and/or puruiast Order as event shall the County be liable for payments in r xceSs of 11* appropriate. This presumes the modification itself'is in euripliane0 31110011t duo for quantities of goods or sorvices actually ordered. with all applicable County procedul es. 3.17 NON-EXCLUSIVITY 3.25 TLftMINATION FOR C7ONVkN11SNCL It is the intent of ilio Cnmty to tatter into an 1lgieetneit that will The County,al its sole discretion,reserves the rikh1 10 terminate satisfy its needs ns described within this solicitation_ I lo,aever,the this oontrnct upon ihirly(30)days written notice. Upon eeceipl of • • County reserves the right to pet folly,or cause to he performed,all Such notice,the vendor 115111 nut Men,'any additional costs tinder or Any of the work and services herein dcsctihcd in the manner this contract, rate Count,'shall]be liable only thr reasonable casts • deemed us represent its herr interests. in no case will:he Count,' incurred by ate vendor prior to notion;of termination. The County he liable fur billings in excess of the quantity of goods ur sersice> shall be the sole judge of"reosorable costs" • actually provided:under this contract. 3,26 TERMINATION t)1 : 'CO LINAVAILABTT,TTv' OF' 3.18 CONTINUATION OF WORK CONI INLliNO FUNDING Arty work that coinmoacee pri0:to,and wrtl extend,beyond the when funds ore nut apprupriZted or ot]lcrwi,c made arnilcblc to expitatiou date of the current cuntrncl pellOd shall, unless support continuation of performance in a current 'Si subsequent terminated by mutual written agreement between the County and fiscal year,the contract shall he canccltod and the vendor shall be the vendor,continue unto completion without change So the then is uimswsed fur the reasonable value of any non-recurring cosbi cururnt prices,terms and coral itiorit incurred amortized in the price of the supplies or services/tasks 3.19 LAWS,RUI.,FS,RIC ;11[wVf1ONSAND LICENSES delivered under the Contract The vendor shall comply with nil federal,state,and tricot Suss end 3.27 TERMINATION FOR DEFAULT rtguiations applicable to provision of the goods and/or services Tire County roscl'cea the right(ii terminate this contract,in part cur apectfled in thIS solieitatinl. During the term of the contra nt the in whole, or effect otter appropriate remedy in the event the vendor assures that it is in compliance with title till of the 1964 vendor tails to p cnfonrr irk accordance with the terms end Civil Rights Act,as untended.and the Florida Civil Rights Act of Conditions Orated herein. The County further reserves t=ic right to 1992, in that the vendor dues not un the grounds of race, color, suspend or debar the vendor in accordance wilit the County S rrationtl oltgm, religion, sex, ace, shsunblllly or marital status, ordinances, resuhitlons andlor administrative unites. 'the vendor 1 diiicrimihution in any forint or manner against the trallor elltploycos writ he notified by(etre./of f(le County's intent t0 terminate. In file or applicants fur employment. The, ycandor understands [hal arty donne of termination far default, the County may procure the contract is conditioned upon the senmeity of this slide.lnent, required goods a col/pi' services from any source and use any 3.20 SUBCONTRACTING method deemed in its brit interest. All re-procurement oast shah l:n.ess otherwise stipulated htxein, the vendor Shall not he borne by the vendor. •• subcontract any portion of :he work without the prior written 3-211 FRAUD AND M[S1tE1'RESENTATION consent of the County. Subcontracting without the prior consent or Any individual,corporation or other entity that attempts to meet ill: rho County dna}'result in lcrninnlion of the contract fur default. Gonlracttsal obligations through fraud, misrepresentation or 3.21 ASSIGNMENT materiel misstatement,may be debarred fur up to five(5)years, The vendor shah not assign or transbf any contract resulting Crum The County as a further sanction may terminate or cancel any nhwx this solicitation,including any rights,title 01 interest therein,or its contracts with such individual, corporation or entity with such power to execute such contract to any person, company or vendor held responsible fol all direct or ndtrCCt costs associated corporuteen without the prior written consent of Ste L'onnty. 'this wills termination or conce3iation,including attorney's tires. provision speciticufly includes any aegafsitCon or.hostile takeover 3.2'1 RIC IIT TOALT/IT Of the aunrded vendor. Failure to comply in this regards play The County reserves the.right to require the vendor to submit to art • resort in termination of the contract,for default. audit by any auditor of the County's choosing The Contractor ' 3,22It1':SPC}NSlI11Ll'I'YASEMPLOYE'R shall provide aoeccs In al: of its records,which bridle directly or The cmpinyco(s)of the vendor shrill be considered itt it times its indirectly to this Agreement at its place or business during regular • cmpluyee(s),and Icor, an emplm'ec(s) or agent(s)of the County, business hours. The vendor shall cerain ail:moms pertaining to . The roniras(ur ober;} provide pinlsloyec(s) capable of performing this Agreement and upon request make themavai;able to the 1 the work us required. The County may inquire the contractor to County the a minimum of throe(3)years,or as acquired by Florida remove any employee it der:uS uhacevptsbte. All employees of law,w'hi.krrvcr is longer, fallowing expiration of the .Agreement. the controcror may he required Su weer appropriate idtntiticacion. The vendor agrees to provide such axsisuxice as irtriy be.necessary 3.23 INDEMNIFICATION to facilitate the review of audit by the County to ensure compliance To the dett:at permitted by law,the vendor snail indemnify and with applicable accounting and financial standards. Addltrono]ly, hold hnortless the Co,mty and its uridines,employees.agents and CONTRACTOR agrees to include the. roq',lirCrsrnts of this ntstnlrlentafitics ?sum Nny and all ;lability, fen ed or damages. provision in silt conttaels with srheontruclars and Ihsateriaf 18 SEC1JO1 3--GEf I1LAL TERMS AND CONDITIONS ITB Number: 17-O(O( • supptictx in connection with the tvor) per[ormed hereunder. If an 801)755.511 I(hap:d v,ww 6Us,}1a1c.0.us) audit ir)speetlon or t.-xnminaliott shirsiIant to this se::lion discloses 3.33 PRIME..CONTRA(:101.Z uveiprieins or tr;crchurges uf any nature by the CON1'KACTOR The vendor awarded the contract skull]aC)as the prime conlniClur to Ott COUNTY in excess of one percent(1%)of the total contract red shall assume full responsibility fir successful performance of billings,in addition to making adjustments for the ove5chaiges,the the counsel. The vendor shall he considered the sole quint of masortabfc actual ccsf o:(Le COUNTY'5 Atrrlit the)?be ncirabutsed contact with res tint)fo meeting all requirement:,o1'the CDAirACt.All to the COUNTY by the CON UtACTOP. Any ad,$$ustmcnts andlur subr'ontrwtnrs will be anbje ul lu rdvst tee review by the County in oaymeliCs %%ilich must be made KS it reoul( of Any such audit or iegards to cnnlpctency and security concerns. After the award of inspection of the CONTRACT TUR's invoices andior records shall the CCorrOct no change in stibcxmtiuelors wit,he made without the he merle within a reasonable amount of time,but is no event shall consc:t of the County 'tie vendor shall be responsible for all the tune exceed ninety (P1)) days, from presenLi(ion of the insurance, permits. ureases, and related matters for any and all COUNTY'S auditt:odinJ to the CONTRACTOR. subcontractors. Iden if the suboontraetnr is self-insured, the 3.30 PUItL.JC TTPCDR])Si C111'YRICIITS County may require the contractor to provide any insurance Pursuant to Seotiin 119,0701, i lnridu Statutes, the certifiaars rrtluirsJ by the work to he performed. oontruc:wt shrill comply with the Florida Public Records laws,acid 3.34 YOKCE::v)?JI lJIU shall: 1.Keep trod maintain public records required by the C wily The panics frill exercise. every reasonable effort to meet their to prrlOrrn the services identified herein.?.Myon request front the respec.live obligations hereunder,but shall not be halite t'nrdelays • Comity's custodian of public records,providt:the County with a resulting from force majeure or other causes beyond their copy of the requested records or allow the awards to be inspected rein enable crrrctro&,ineludins,Tart cot 1 trotter!!n comp]iarice with or copied within a reasonable Mac a:A cost that dots not exceed revisions to(leveenment law or reglllalion.rats of nature,acts UT the cost provided fin by law. 3.Ensure that public records that are outitsiohs of the other party,finis,strikes,national disasters,wars, exempt or confidential and exempt from public(enerds disclostiie riots, transportation problems Aid11r any oilier cause whatsoever • • requirements arc nut disclosrrl eveept At authorized by law fur the beyond the rcasonahtc control of the parties. Any such eause.may duration of the contract lean And following onmptetion uf the be cause for allpmoJlriute extension of the perfonnance period. contract if the eunlrarelor does not franst'cr the rceordt to the public 3.35 NO C.LAP.k..1 ROR 17A1v1AGIsS Agency, 1,IJpnn completion of the COnlrael,transfer,at nn cast,to No claim for damages or any claim other than fur an extcnsiorf or • the County alt public records in possession 01 the contractor or time shall be Elude Of AnseTted against the County because of airy keep rind tnuittlriin public records required by Lite Courtly to delays. No interruption,interference,inelfciency, suspension,or pertorm the service. tithe Conttaclor Dans?ins all public records to delay in the commencement lir progress of the Work shall relieve • the County upon completion of the conitact,the eentraotor shall the vendor of duly to perform,or give rise to any right todutnages destroy any duplicate public records that are exempt or or additional compensation Gent the County The vendor's cote c0nfidentiaf and exempt from public records disetoaurc remedy shelf be tate light to reek an extension to the Corrrr'Jct time. requirements. It'the contractor keeps slid maintains public records However,this provision shall not preclude recovery of damages by upon completion of the contract, the ourihactOr shall react all the vendor for hindrances or delay's doe solely to fraud,bad faith, applicable requirements Air rereinrng public records. All records or active interference on the part of the County. stoned clectruniealiy trust be provided Co tire County,upon request '3.36 TRUT['I IN NP.C3(y]'I.CTION CKK'l'11 ICATE Boal the County's custodian of public ie:Otds in a format that is Ivor each cunlruel dial exceeds One Hundred Ninety Five Thousand rn:tlpatible with the information reehon nqy systems of the dollars ($195,,'19(7,01)),ally organization uwnrdad a coracle; nuist County. Failure to eumply with this section shalt he doenrcd a exeCule a Ifalh in-na€1,Otiatroa certificate stating lhut the wage fates bread] of the contact ar,d enforceable as act forth et Section and other factual unit Gists are aectiouC,complete,and current,al 1 tJ.11711i,P]urida Statutes. 11a tiiue of contracting.Any contract requiring this certificate shall Any copyright derived flet ibis Agreement shall be,ong to the. contain a provision that the original contract price and any author. Theauthor and the CONSULTANT shell expressly Assign additions shrill be adjusted to exclude any significant sures by to the COUNTY nonexclusive,royalty free riehls lu use any arid which the County determines the co rbract price was increased due all information provided by the CONSUI.TANfI in any deliverable 10 inaccurate, incomplete, or non-current swage rates and other ata"or report for the Ci)UN'CY'a use which may include fudnial unit cotta. All Stich Contract adjustments shall be made publishing in COUNTY documents and distribution us lire within one(I)year following the encs oohs Contact. C0t5NTY deans is, be hi rhe COIJN'TY's best intereslS. If 3.37 GRANT RIJNI]t'C: anything included in tuv delivetable limits rho rights of the In the event any part of the contract is to be funded by federal, COUNTY to use the mf'urmnttun, the deliverable shall be stale, or other local apeeney monies,the vendor hereby agrees to considered dofretive and nun cecep)rrhr]e And the 1.I N.YIJLTANT comply with All requirements rat the fur-acing entity applicable to will not be digihie for any compensation. the use of the inuuirs. including full applicant-in of requirements 331 GOVERNJNI;i,A11S involving the rite of minoriry limps,women's business enterprises. 'Ihe interpretation,r,f£eet.And validity rat'arry contract(s)resulting and tailor surplus area(inns. Vendors are.advised that payments from this solicitation shalt be governed lay the laws and re ulctiuus under ON Contract may be withheld pending completion and of the State of Florida,and Lillie County.Florida, Venue of any submission of all ;expired forms and doeumeitls requireb of the court nor ion 3h0li he in I.akc County,I•loridtt in:he event that a vendor pursuant to the grant ftirtd;ng iegitirements suit is brought fur the erifOreciacnt of any term of the contract,or 3.33 TOR,tCcO PROD U(:'I'S any right arising there drum, the )vrrties expressly waive their Due to the acknowledged hazards arising from exposure to tobacco respective rights to have such action tried by jury trial and hcichy products,and to protect the public and employees'health.sa[oly, consent to the use of nonju ry trial for the ladjudreetinh of such suit. contort And envirrminent,lubrcco use is prohibited on any County 3.32 STATE RKC;ISTRATION REQUIRLrd1[LNTS owned building and property. '1'ubuceu products include birth Arty curpuration submitting a bid in respomc hi this ]711 shall smoking and smokeless tobacco, ci(Jt:Inc registered or hare applied&)r uegistuat iwl with the h'krrids Deportment oh'State in acconlance with the provisions of Chapter 6177,Florida Statutes. A copy of the registration/application may be reached prior to award of a contract. Arty partnership • • submitting in bid if',response 't this IUD shall hive Complied with the applicable provisions of Chapter tin, hlurida Stalute:3. For additional intimnajun on these rNUln_mcntt, plczrr.uunlrCl the ]toricta Secretary of State's Office, Division of (:orpnralions, 19 SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES JIB Number: 17-0606 • • ITB TITLE: FIRE EQUIPMENT - PARTS,-SUPPLIES -SERVICE NOTES: • • When purchasing on a direct basi , i.ake County is exempt from all faxes(Federal, Slate, Local). A Tax Exemption Certificate will be furnished upon request for such pur hascs. However,the vendor will be responsible for payment of taxes on all materials purchased by the vendor for incorporation into the project(see provision 3,8 for further det.u0). • The vendor shall not alter or amend any of the inf'onnalion (irncludinig, but not limited to stated units of measure: item description, or quantity)stated in the Pricing Section. If any quantities are stated itt • the pricing section as being "estimated" quantities, vendors are advised to review the "Estimated Quantities"clause contained)n Scetion 3 of this se lh iialinn, • Any bid containing a modifying or "escaliitur' clause not specifically allowed for under the solicitation will not be considered. • Unit prices shall govern for all services priced on that basis HI',requested under this solicitation. • All pricing shall be FOB Destination unless otherwise specified in this solicitation document. • All pricing submitted shall remain valid for a 9()day period. By signing and submitting a response to this solicitation,the vendor has specifically agreed to ibis condition. • Vendors are advised to visit our website at htttawww.laitcc.otiutylll,00v and register as a potential vendor. Vendors that have registered on-line receive an c}muil notice when the. • (:ntuuty issue a solicitation in:Itching the commodity codes selected by a vendor during the registration process, • 'rf the contractor has questions regarding the applicability of Chapter 11.9, Florida Statutes, to the contractor's dully 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. 1 ACKNOWLEDG N:MENT OF MMENDA INSTRUCTIONS: Complete Parti or Part II, whichever applies '.w,::.S..;o<.,. .,,.'-•:%r C.i✓;'1' 'Fk" d.. ..,, ;....F �e ,c";.;;X:, ^,•er••.,.ti;_^' ✓:::1`�rr •�,jf,Y.•.-::�,;;.�I;:;tin{::•::j' - ".-'��.:: r ,} ��z'A:..l. .. 5. .,:.vsf"L."�r},2 °:T,},.'i�'-..�,.> ..:h. »•�'i >wi:�..�w :' vS4r:..Y.;.> `:Z„Ss.: ice::�. .;w✓.5;�.< r.:.,,awq,�''y'�, tKi"= ::i: w. •c�n:.:r. ,;,.r'?y L.?:r?:G_b., .T.:n,..;�;t;:.�.; ,3,s ..',•r:",. .n_,?>....�.. ..:.,,, t�- ..,'.S!'�t.. ,;:�. �...�p.,".:....i'tr::.":..,..r.:a.:.:✓>:�'..�.....J,, ,.�-r-,e_...: —:iii-:i/....., ..,.:L`t:Ssaii%'—..._:a�'ii:;:z:;,..:....;., r. ,ixC..,r.;..i-niii��E.,. .. ..:>'t`••.a:..�'. The bidder most list below the dales of issue for each addendum received in connection with this ITB: Addendum#1,Dated: 11--22-201.6 Addendum 112, Dated: 11•-30-2016 Addendum143, Dated: Addendum t/h,Dated: •• 531. '�.:)`�..trtif,.�?'CY'.-..4q"YP"O�<�a:S''��:.:a�;.(;6r IK4� - �::.3,N �;,,.:,%i 1•; �.4G: .:i'•';<::':a:. I`Li » �4 �..�r S1Yn•.13?,YY "�Y'.r::, xx ��._`"iy';' - J:Q�i�w .v�; �•i`: �^^' '•;Y.,'f.a ':�G.:1;=;�:���';: ����yy++ 7 �` ':� y..J`'z" ( .� .a���"r�xT< �:�;,�o .'r':'e:�;K":%; uci:., �,ay�.....;:`::.�':�.::.'•.`�;i.?...: 3��";c;.,.r�.:::.::.,:,',•'! �:A'J��. i1�' ^.�.�. ':L ..�,.:aY'�°`x,•'YM�na'i.3. ..1� .�`. .L^1�`',"i _ >4':r:i,':`,:`11 Y<'e'':• u.:�♦ �.L'.��...•..., •:r/..: Y. n•; No Addendum was reeeived in connection with this 1'l'B. • 20 I ISECTION 4-PRICING/CERTIFICATIONS/SIGNATURES ITB Number: 17-0606 I 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. I • 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. I 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 I purchases and shall be liable only for materials or services ordered and received by it. [ Yes ❑ No(Check one) Certification Regarding Felony Conviction Has any officer, director, or an executive perfo�r-m, �in equivalent duties, of the bidding entity been convicted of a felony during the past ten(10)years? ❑ Yes L` -No(Check one) Certification Regarding Acceptance of County VISA-based Payment System Vendor will accept payment through the County VISA-based payment system: D-/es ❑ No I 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: I 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: ❑ Yes Er-No If"yes" is checked, provide supporting detail: IConflict 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 I 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. I DUNS Number Insertif this action involves a federal fundedproject fiel VraAlea+ .0 Firm Name: TEN-8 FIRE EQUIPMENT, INC. Street Address: 2904 59TH A DM I I i I t! , ,Dl a e FL 34203 Mailing Address(if different): I Telephone No.:(800??2R_ 68 Fax No.: (941 ) 75h-2598E mail: TNF0@TFNBFTRR.CON FEIN No. 59 - 28127 Prompt Payment Terms: % days, net Signature: 0:e41 Date: /,9- 07-,JO)L' I Print Name: X,2.ctt ti SM li PI Title: 52/)/1:--C �r ppis.,/`nii,i�/ -+ `F ?'.'fItY�CQ 0 ,�'-� v(J``H :Erl ,eV K�9_ ;'� :e 'de •;P;^-7 0 Y kv. �Ya` of( `4ntra; b`y �. t Quu lVf tcia eO,n .. i: `� , . �'y. '�' ,. V By signature below,the County confirms award to the above-identified vendor under the above identified Isolicitation. A separate purchase order will be generated by the County to support the contract. Signature of authorized County official: (WAG Date: 3 -J J _ 2.4(1 IPrinted name:l)0Ntin- \1L-L.4i✓t5 Title: soil en_ £v,.IR -1 wc-r 0FFI(-E-7L— I . 22 I • SECTION S—ATTACHMENTS ITB Numbcr: 17-0606 ATTACHMENT 1. -REFERENCES Agency CORAL SPRINGS FIRE DEPT L_ Addhess 9551 WEST SAR'1FLE ROAD Cily,Statc,ZtP CORAL SPRINGS, FC 33065 • Contact Pcrson CHIEF FRANK 1iAliINEC Telephone 954-344-5935' Duc(s)ur 11-2006 Scrr ice •p•ye of Sc vice FIRE HOSE can„ments ON OTNG 'I.BE Fg117PMr ' 4ZC1rASE.S Agency MARTIN COUNTY FIRE RESCUE 1E Add 951 S.I+i. RUHNKE STREET city,statc,z1P STUART, FL 34994 Contact Person MATT RES E Tetephanc 772-221--2350 Di (a)of Scrvicr 11--17-16 SeNicc PURCHASE CAIRNS HET,MEETS Cununenls: ON ,� 1 ' . F:1 T'Yr ii 1 J.Ib. 9 AeiP'cy WINTER PARK +'IRF_BES.CIT Actress -343 Iy'?( J' CANTON *WIT U City.Stale.irP WINTEL? PARK , F'L 327PQ ► Co ilact Parson JIM WALSH TF3rl,hnnc 4�7-599 1103 • s of sr:yi” IC)-25-16 cc 1>•p°of MSA SOBA r S . vice com nerrts: ON GOING FIRE EQUIPMENT PURCI-JAS.ES 24 .,,,,--.:7r4- 7-\,) LAKE COUNTY FLORIDA OFFICE OF PROCUREMENT SERVICES PHONE: (352)343-9B39 315 WEST MAIN STREET, SUITE 441 FAX: 352)343-9473 PO BOX 7800 TAVARES FL 32778-7800 ADDENDUM NO. 1 November 22,2016 ITB 17-0606 Fire Equipment-Parts-Supplies-Service It is the vendor's responsibility to ensure their receipt of all addenda,and to clearly 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 not change the date for receipt of bids or proposals. Questions concerning this solicitation are due December 2, 2016. The purpose of this addendum is address an inquiry received. Avendorasked about the re-procurement costs mentioned in Sections 1.10,1.11,and 3.27 of the ITB. The County reserves the right to charge a vendor re-procurement costs when the original awardee defaults in the performance of their contract, and the County Is forced to obtain the goods or service from another higher priced vendor through re-procurement. This is standard language In the County's solicitations and is an option available to the County to try and recoup some of the losses associated with re-procurement. • The intent of this particular solicitation OTB 27-0606) is to establish a pool of contracted vendors to cover the County's needs for various goods and services utilized by the Public Safety and Fleet Management Departments. Re-procurement would not normally occur for this type of solicitation because there are usually?Tilt lliple sources available to meet our needs. Acknowledgement of receipt of Addendum: firm Name: TEN-8 FIRE Tom 44104 INC. Date: 17.--7—l.6t Signature: /Z,=.--_.c._: ,(...1.. Title: S REPRESFNI'ATI E Typed/Printed Name: BRUCE SCOTT _ „_ LAKE COUNTY ILORIDA OFFICE OF PROCUREMENT SERVICES PHONE: (352)343-9839 315 WEST MAIN STREET, SUITE 441 FAX: 352)343-9473 PO BOX 7800 TAVARES FL 32778-7800 ADDENDUM NO. 2 November 30,2016 In 17-0606 Fire Equipment-Parts-Supplies-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 not change the date 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 supply agreements underthe previous Invitation to laid(ITU#12-0806)expire June 30,2017. It is anticipated that the new term and supply agreements awarded under this IT8#17-0606 shall be effective July 1, • 2017. Vendors shall submit price discounts that will be deducted off current list prices for products at the time of purchase. Acknowledgement of receipt of Addendum: Firm Name: TTn—A 1?l•1 ; NQ v4p1't», INC. Date: 12--7--16 Signature:_ 1�:�- ti Title: SALES PEpltRSF.NTA'r•rvF. Typed/Printed Name; BRUCE SCOTT rr�—..4 7ENBF-1 OP ID:SP ACcPREE CERTIFICATE OF LIABILITY INSURANCE DATE(M19oWY Yrn 1....----r 12107/20166 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. This CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must bo endorsed. If SUBROGATION is WAIVED,subJect to I the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certlfIcato does not confer rights to the certlflc7lte holder In lieu of such endOrselnettt(s). PRODUCER CONTACT Russ Gifford NAME: Gifford-He1(1w Ins Inc PHONE AX 111 E Venice Avenue Inrc,No,Fr 1�B4 0651 __I IFAS N,); 941-435-3$35 _ Venice,FL 3478S' E-MAIL Russ Gifford AeuR[ss: IN SURERIS)AFFORDINO COVERAGE Map INSURER A:Vaffey Forge Insurance Co 20308 INSURED Ten-EI Fire Equipment Inc& INSURER a:National Fire Ins Co 20478 Ton S Fire&Safety Equipment Of Georgia, LSC SURERo-Continentar Casualty Co 20443 2904 50th Ave Dr E INSURER O; Bradenton,FL 34203 INSURER E: _ — INSURER P: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: — TI IIS IS TO CEEtTIFY THAT THE POLICIES OF INSURANCE LISTED lStLOW HAVE BEEN ISSUED TO THE INSURED NAMED AUOV0 FOR THE POLICY PERIOD , INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR COND1IION OF ANY CONTRACT OR OTHER DOCUMENT WITH ItLSPECT TO WHICH THIS CERTIFICATE MAY BE ISSUI`IT OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE I'I"I/MS, ' ' EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCLU IIY PAD Of AIM'. IN SR A66-LSuux T7r.'SC1'CV EFF POLICY EXP' LTR n'RE Of INSURANCE IN_SD.WJD POLICY NUMBER Ia1tNUDTYYYY)f MM,DD)YYYY) LIMITS A I X COMMERCIAL OENER14L LIABILITY CACN OCCl:R9ERCE 5 1,000,000 CAAIMS-Mns>F P • C I OCCUR X i X 2091595545 07/30/2016 i 0743012017 FRFMISF' fF.a uvnr,t,,) S 100,000 'X Contract Lfab PLED 4acrann)_ $ 5,000 -- , I _—I I rER::CNAL N N V INJURY S 1,000,000 3EN•I,A(;fa/F('iYF LIMIT APPLIES PER: GENERAL AQX5RliCiA rR S 2,000,000 RO. ---.. .... I X.yJI r;,Y I I pin I LCC rRCOUcrs-1:0l41,0,p ACV:,: 5 2,000,000 I '•OTHER: E;mp Ben, 5 1,000,000 i AUTOMOIOLE LIABILITY `. rya PAH,*I)SINGI I LIMIT a 1 000,DOG IE.acLiUent,) B :X .AkY:WO ; 2071988532 (713612016 0743012017 P.OIYJ.Y INJURY(Pk(Perym) S X( ;ALL OWt_U 5( SCHF.nt,,.Ff1 I EOO LY INJURY(h9r aOCARnn S _ . S X',AUTOS ._._..AUIVX NON-CNNEC PROPER'`.'DAMALI S HIM:DAMS r'IP 5?1000 il'n.ar,i,F'NM"' X S 'x UMIDRELLA11AD X OCCUR : I FA(:I:OCCIJRR/1,1 S 3,000,000 •C PXCESSLIAPI )ULAI?/ -MAVE I 2048055914 0713012016 07130/2017 AGGknr.Ars3 3,000,000 0Eh X RETCPITTON; 10000 r WORISERS COMPENSATION PER OTK- • ANo EMPLOYERS'LIABILITY .X1 SYATUTF I I FR A ANY PROPRIETOR�PARTNER/EXECUTIVE YTN i 2067574.121 ' 0110142016 01/01/2017 OFFICERI),IENPERETCI.CPF.% IN INIA C_L.CF,GHACCIDENT f _1,000,000 (Mamrgtory 1I NH) • E.L.DISEASE-EA EMI'4.0YhI= f 1,000,000. Ify28,Oesnnoi,Pdnr i DO3C4T TIDNUrOrr.'HL1IO1SN.rNpw - I E.LDIS.`_pSE-POUCYLIM:I f 1,006,006 B Garage Liab 2071988532 10743042016 07/30/2017 Occ/Agg 1m/2m B GKLL Phy Ding 2071988532 0743012016 117/30/2017 IGKi.t 1,600,000 DESCRIPTION OF OPERATIONS(LOCATIONSf VEHICLE$ IACORD 101,Adalrioii I Rill-111M.5enadu1u,may ea attached II more space is required) RE: ITB#-17-0606-Certificate holder:Lake County,A Political SuUdivision of the State of Florida,and Board of County Commissioners Is additional Insured as their interest may appear on the liability policy.Coverage is on a primary/non-contributory basis,30 day written notice of cancellation/10 day for nolipay,Waiver of subrogation in favor of the additional Insured. • • CERTIFICATE HOLDER CANCELLA_T__ON _ LAKECO2 ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Lake County, THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y ACCORDANCE WITH THE POLICY PROVISIONS. Subdivision of the State of FEL,and the Board of CountyAUTKURrzEu REPRESENTATIVE —, Box 7800 • Tavares,FL 32778-7800 v I ©1988-2014 ACORD CORPORATION. All rights reserved i ACORD 26(2014101) The ACORD name and logo rare registered marks of ACDRI} T CNA CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization Endorsement A. Section II —Who Is An leisured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily Injury, property damage or personal and advertising injury caused,in whole or in part, by: • 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf; In the performance of your ongoing operations for the additional insuredfs)at the location(s)designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a cone-art or agreement. the insurance afforded to such additional insured wilt not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds,the following additional exclusions apply: This insurance does not apply to bodily injury or property damage occurring after: 1. All work,including materials,parts or equipment furnished in connection with such work,on the project(other than service,maintenance or repairs)to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed;or 2. That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added In Section Ill— Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured ie the amount of insurance: 1. Required by the contract or agreement;or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not it crease the applicable Limits of Insurance shown in the Declarations. • CG 2010(04-13) Policy No: 209159554,E Page 2 of 2 Endorsement No: 5 VALLEY FORM INSURANCE COMPANY Effective Date: 07/30/2016 insured Name: Tn .85.03 EQUIPMENT INC Copyright Insurance Services Office,Inc., 2012 . . .......I CNA CNA PARAMOUNT Waiver of Transfer of Rights of Recovery Against Others to the Insurer Endorsement This endorsement mollities insurance provided under the fnfowing: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization whom the Named ir_eured has agreed in writing in a. c'ont_ract or agreeMent. to waive such rights at recovery, buL only it such r_antrar't or agreement: • 1. Is in effect or becomes effective during the term of this Coverage Part; and 2. Was executed prior to the bodily injury, property damage or personal and advert.i.Sing injury giving rise to i.he claim. i i Information required to complete this Schedule, if not shown above,will be shown in the Declarations. It is understood and agreed that the condition entitled Transfer Of Rights Of Recovery Against Others To The Insurer is amended by the addition of the following: Solely with respect to the person or organization shown in the Schedule above, the Insurer waives any right of recovery the Insurer may have against such person or organization because of payments the Insurer makes for injury or damage arising out of the Named Itisurod's ongoing operations or your work done wider a contract with that person or organization and included in the products-completed operations hazard. All other terms and conditions of thy Policy remain unchanged. E This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect aan the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and x expires concurrently with said Policy. l �- i �s Zi tttR.. CNA75008XX(1-15)....._. ---- Policy No: 209/595545 Page 1 of 1 Ettidorsemeft No: 9 VALLEY FORGE INSURANCE* COhiPANY Effective Date: 07/30/201 Insured Name:TEN-0 FIRE EQUIPMENT INC Coi oil CNA All!trim Reserved. Includes c.npyrighled nint&ltef of Igr'.xvnne&eMioas Office.!no..wilh its permission. EXHIBIT B • SECTION 4—PRICING/CERTIFICATIONS/SIGIsTATUR ES 171 Number: 17-0606 PRICING SECTION—GENERAL INFORMATION (Submit discounts and hourly service rates in Attachment 2"Pricing Form") . Warehouse location: Address:2904 59Th AVINTE DRIVE EAST C ty/Stateaip BRADYfrO.N., FL 34203 Ttlephonelfax: (800) 228-8368 FAX— (941) 756-2598 2. Shop location: Address: 2904 5911i AVENUE DRIVE EAST city/state/Zip: BRADEN-TON., FT., 34203 1 Telephone/Fax: (800) 228-8368 FAX (941) 756-2598 3. Website address for price lists/eatelogs:VWW.TEN-13E11041.00M 4. Standard Warranty:MANUFACTURFAS PRODUCT WARRANTIES WILL APPLY 5. Lead time:_vARI ES_ECJALNIIEACTUREl _ 6. Minim=order(if any): .$25.00 7. Handling fee if less than minimum(if applicable): 8. Does your firm offer pickup and delivery of vehicles and equipment needing repair? Yes No X Charge tr delivery:pickup:_N/A 9. Does your firm have towing capabilities? Yes. -- No X Towing charges: 10. Will your firm accept Visa Purchasing Cards or E-Parible form of payment?Yes..X ...._ 11. Vendor contact for emergency and/or disaster service 24 hours/7 days per week: Name: TROY MCIXEIE Telephone: (800) 228-8368 co: 941-544-2507 12. Exceptions to specifications: • Yes" No X yes,installs seztrote sheet immediately fotlewine this Dote detailing exeentinna, 21 1 1 'Id v51 5, I ui --E1 1III W - 8 Ei el -60 U.; LI ro: ra; E 0 ,1-.. 0; Ca 0 -Y t-) l/I ..> 0 tif_ C C .... 4-.. x 0Q 5 'A .,0 _t =7, :-.... -4: c -S ••••••?- 1-i; -'.,' _m ...'"' in. Ql: U! ro -. (0 • 0 '' 7eAro _fl. , .., -,- 7., ›, :: g; ---.. :"--• -..7,Z1 .-.7--: .. -7-: --*" L 6 6 i.i. -.. ,... > 0, :.. ... F D. .._. m , -:-'; '---- , 6. 5 1 e 1 ;5:: -•.,_,,- '., ; . •"' <4 .- - •. LI; t-1.1, t,' :1:1; ._, •,- .,._. ...,, ., 4_, =i -C ir -CI L ..1.7. . ': ;:. ..r_:: „..._! _C• - 1 TS . Cr) -81 Le) in cil Ill th 1 . CU Si uJ 14.1 ull ri) Z >- >- >- >••• >-1 Z >- >- 1. •-L-, .•• C (N.• . I z .... - 0 0 0 0 v o ' 0 22 z el al >4 0 :: i 40 4-1 1 va in % ., 1 15 ,. >, , . • I " s vo, z os • . - 1 • . .•. • ../.. , . i . : :•3':;, '.. ..':. • I = 1",,, < < ;4= , .'• < '.5'='..-.Q . e < < .ZI • ••) < < 'c''• «I« < < e• ..*' * < < 0 .... ,... ..._ 0 :-.3 z 4.• tO T- ',- CO 1--I 7- t7") Ni• (-- -,-- eNI -L--- 0 a i — ' H . o i o = i : •E ..,..° -o 1 tp "0 i (11 -•- L. 0 0 m .... V) CD = Iv 1.- 0 i c cp in E e i E tv 67 Ct. 0 0 -1 s 0 (4 i st 2 H co co (13 Ls LL _J I '''' 9- 0 ,i, cc gtsE = 2 - NI ..-. e 0 ..x , F,-. a •,_ 0 2 ll cr)0 e:- .2 — z-..; hi .0 0 CI3 0 (0 >' '' X ft' 0 0 LI- 0 Ili 0 G = -0 f., *6 6- o ci3 c 2 c 1. E (i) '0, fl' -2 •-•• 0 — a) ›'. '''' c;) .- 0 o a- : 0 ,.,, o 0 e _ ._ i- z = _ 'CCI v) X 40 tig 4. .r. ..rj r... X e 0 8 0 co 0 1:7) to a , _ 0 7 _. E V) a 12 0 II I° .. 1.... EEEccct. °° ° 0 a 2 ar CV al ce) 4 < 41a1Z 4 47q.41 c-i .4 « .4 4 < cci!ELS Eli in m o o o i j --il L.)' I u,E vil �! L Ii , E r t u CO o o o o c P Y v; u u t: o; v E q v v3 v .. Q: h -0 s Z1• Z3 73i 7 �:. ~ii a r - , r' `r rCali E 3: �: y .?• S j: 1 B -. v: [[]y. }� .C. Z. Lam. n - .. •�. h 0 h IA (A O N N Z S- Z 7- r >- 7- 7- ]- >. >- ,- 7 )- Y Z y ` o z 4� a�'i w w w LU CA UJ t�i1 w uii r • r 7- )- r >- )- r >- 7- t 1- 1 - i I o I i f • '� Q o Q Q \ e- Q c o I�' Q Q Q `� i \ Q < a ,,i,. .,;.° o 0 0 n `` C� ` ti a O --- .oo O Q O D I n O Z Z N Z t- Z r Z Z Z Z �- Z Z 'T Z Z � � �;, ch z Z N c,4 t- • O. C N : 1- 0 >. : 0 pV d 0 11? CD 1TE0 as d oa• . � � ... 0. N +� y .0 N ' m CD r4 p r 41 41 d 06 Cn M 13 0 . G 02 of -0 0 W 6 15 a:.'' 4 a 0qw cn 111 .5 � � V s,,, �+ � C1 Q1 � 0 ld Rf l� � � = W Q11:5 41 C.._ C O 4 O ., Kc s� Ln ._ 3 y7 'a •-?� H a� a._. _ . . Q OOci000lcju.canocaoowwwwww LL i ii: u. IL1L � c1 • p. UI fill 111111111 Qi uZIS ' Y3101 61 S� r is 5 -, w i 1Ji 3a'fi z'I .L �C C - w Liu w O w w w z r _ r z >- r >- - -i. , . - _ -4- . r cNir UJ CA W L LA uWi w u�, i E ' ' , ' I r E O 01 T Z Z F Z N Z Z a R Z 2 Z Z Z' Z Z Z � Z . Z Z Z Z z Z Z Z Z Z Z j � _ r , 0 Q. C a d c •L 0 0 $ a c CD a s d c p — d = w O '� i- dh. z c v c� � C62 a 6 = Q 3 d a � w cg = u`_ W 41 (u IL ct hil , .- Q N *' es 41 tti O a N C '_ cco tn a C c O G ttl• • _ 'O Q EC41/tl G U Q1 to w .�, O O [� Q O O d O p crl 41 O Q O >. t� 41 O O d s T I _ , r a-ti , A Lis. o a ! � w ....% `i , !j ; i� u a' m m Z r V( v I v a o o a o a C io O. .s~ -0 ..s .c o 0 41 V CO G SlJ 4, Sd J i., CO CO:,� 41 CJ 0 L �' _ rr7: fpi rut +o- co s7. 'tet -o ':" ea; N E F n v, v1 v, F 0; L ti aa o mss+ t,- 44 v; CA l '• �' >`I 5. vr,J ? . I -Qi 4-rii 4 .- iti Q a Q �, t�, S7 G til .s Q 'L r�i ,~I -} —.J= �i 4.Q ..CI ...17- .>= t a= sly • IV} VI VI V) In V) in in 1 0 in -in in {%! y !A Y7 V) W W Lit 111 LU LU U-I U •••/ w W U.f' W Iu t1.1 W Ui )- ?- ›- >- >- Z >- >- >- >- } Z r ?^ >- , r - t I in V) V) VI VI VI V) V) V) VI VI VI V) to V1 V7 V) VI Li! LLI U-4 LLJ Lt !11 l..1 W LA.1 W>- ) - LL W 111 W LI.,) LU Lit W - > )- >- >- )- >, >. >- >- >- >. r r >- i 1 r ' t : t 1 1 pp O . Q O O 1 1.L) 4.6 6 Q N1,- (,-- G4 69-!J! fi) J _ 1 - y � I � oI0 4Qo'< < c SL � dQ � d4 0 o QQ < < s' d I? N c- alt- C7 Z z O z z z z to z Q z z oz z Q c O CO o z N © tr z r . N , w 4.1• 0 H ' I -CSl E .c i C� IC w ct Qs .G 0 r 07 C aa ¢ aa -�¢ u o c x, 1.- 72 � �' QcNv � �'lvVi � 4, 4 acf) g � � � ��'' -6.Ti -t _ � b 11,..„1„,1,,,,i = -es i- 1— I— I— x' 02 0 Q = 2- zzzza,a. a.aaa. a. aL �,a t £ a u) sn0co s' ✓I: ti P. a • E- O E n O Iii''11 T '-D1EL•!"' ''-jz: 8 o' 4;', ts',.. ,-,, u: • al �_ .c3 Ls _ o = -='. ra. Vl� N N L. K r w V1 Q, 7 :!, S •{! N? 1• .0 `: VIS J t T l ? ! ? L r ' -_at a r _ _ 1.+ �i Q' L .._. �� w-= a� u'Z. u Y �..+• 1 N L 1 F' J--=III . ,.,„ .. „..,.. ..c. ,I. _,1„ _t ., z .,, -_-. ...c . ... . , , . . , . . LU wdwwDw w o UQ w L Q w w LLU r >- Z )- >- z >- >- z z >- z >- Z >- >- z Z r • I • cn en p v) O vi p LI cn cn a Ln' w en en V cn cn 0 cn cn LU u.+ LU LL1 Lu Ui Ui LN w W LU 11.3 w w Lit u.i >• z >_ Z ) Z >- 7 Z !- >-' `r >- 5-- ?' >- Z ' › i O O Q • . ' a d r - S 4A- Er! V.'{ l a o 0 0 ¢ o o \° a Q \ \ o .o Q 'Q1Q o < 0 0 0 0 < Q o Q <C'o' ' C? L� CJ +17'0 O CO a Z to O O `- CJ . O Q O LTJ O ~ N — b N N 'r- '- O N „,Z',- ZZ - ,- NNt^ ZZ , — (N 4) YJ t N mI IR th CA • • +i V Gi L ,,4CIS .6.• 4) 'i CaC (ncEc c ami 4 O O '- Z' 0 I- Ce c> N V C 0` 'Z U. 0 w .0 C Ll. • N . Q] �, r �, c w to p c I- cr i+= (NI a> c 1 !t rn _ is � ap + Pyoca, .Q1uS2L � caacc' z ai L .:. G' lb ab E '� ct ., L 0 8 J ti It p,.r w z' z 'z7 4t _ r3 -0 .� lz .c E • assCo ,.' � n. ;' �zto = = d woo coca. wz ` c . = oo iv ,cn�cn cn v� cn v .ce cn(co F-- r`- -- CO,� � F- Wer- - a > > > �1 ..1 .1 i (11 '---"I g 1 ti '-''' ' / ,__! c E Ei ›1 a 4� E c' H ...1 I 'Q E s _ a Li .o- v' o 0 E: s pr N : :mo C , . v` . :AisOy u E; u o J (rt1.sM v 0 4-1` G fl c cif 0. v ad ' O l3m ai c G= Li a) CW O a.. ti U, 7 X .0 L N <A O 11,, L. lap � ,J! a1 P a1U iVN` VLar ti. r.).,.'O, V �, f0 ,1 1- . W. 0 E O o: '`1 al 'a ,,.' i i} a). Q; �, �P !L 4. : ti C C ' s7X .ti = ' , z }, , - ` 7 . i 2U S c;4 `r' - `..s �. -ti, .. .:1 �'`' yr ^`' '� -� 1. `• ,• �' �- . 1 +.II a-. ,�.�; i-' 1-+ 1� N w,ii 4--. rl 1-1 t-. N 1 ys .N 2...-- ti'.. f f.�+ fit t�)�t -� ,i ;�. .G s S ms's ..0 1,.,.. t ti .�t rSl rf .c _y ,.0 F + • • ,O w ung W w w w Q d w �' b w w w w d w d w p a� w; 0 O } 2 7• 7- 7- >- 7- 7•. Z Z 7-' 7- Z 7.- 7- 7- :- Z 7- Z �- Z,7- 7- Z Z Li..* W, W W d 4 u' d d d w O w w w u/i•' u�i d w w w w w d w . 7- >- >- 7- Z Z 7- Z Z Z 7- Z 7- 7-- r >- 7- Z >- 7- 7- 7- >- Z Z 7- . • • , , 1 --, s ' . , — 1 0 o e ,0 0 0 0 o v `,o' 0',o 4' 0 0 0 0 0 ` 0 colt') G O o ° t(7 >.f alLs7CQoCCQQ © - o10C) O ,-- N N LfJ C'3 r-' In r'r- r r NCI' r' r r s- - 44- — r N.r . I 4 d i co O : i .;3 al �r '$ v 4-,. E N ea v i 2 N N = 3 - U) U) . rU Q dt = O 41 c. is h C Dl V i c �• 0 .pC ci vT to f': H p ?i E F...uo `0fo' a >. QS (11 a ... E wds- Ea� � Lamz- ... U > Q '� 4tOV v 2 H 0' N ' N ObC1 1 C 4) 41 d K Art i M M Em 41 tilco 0 fa O C 1,,. 3 = .� +- 4J fft qJ Q) al a.) . Q r Z i - Q- Qm U U O illIA -1 tt. it 0 1 I0. >Y Ce CO 10 F-- I-- , ' -