Loading...
Contract 2018-08 AGREEMENT FOR FIRE EQUIPMENT PARTS, SUPPLIES AND SERVICE THIS AGREEMENT, is made and entered into this q6 day of 2018, by and between the CITY OF CLERMONT, FLORIDA, a m��icipal oration under the laws of the State of Florida whose address is: 685 W. Montrose Street,Clermont, Florida, (hereinafter referred to as "CITY"), and TEAM EQUIPMENT, INC., whose address is: 6620 Orchid Lake Rd, New Port Richey, FL 34653 (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 17-0606J; 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 17-0606J. 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 17-0606J, 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. 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: Team Equipment, Inc. 6620 Orchid Lake Rd. New Port Richey, FL 34653 Attn: Patricia Reddy, Vice President 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. 17-0606J. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this th day of ,201S. 6 City of C� ont Gail L. Ash, Mayor !4 Attest: Tracy Ackroyd Ho e, City Clerk Team Equipment, Inc. By e► .=` rpx\-12 A I-a= (Name Printed o tit ed) r er� Title est: A / . / 4' A. �r Ji ,orate Secretary (Name Pn d or Typed) 7 EXHIBIT A .'a L - LA K E COUNTY 11 t l R 11, A CONTRACT NO. 17-0606J 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 Team 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: '' Senior Contracting Officer Date: 3'7-I-2-9 I "j Distribution: Original-Bid File Copy-Contractor Copy-Department "Earning Community Confidence Through Excellence in Service" Office of Procurement Services 315 W.Main,Suite 441 P.O.Box 7800 Tavares, Florida 32778-7800 Ph(352) 343-9839 Fax(352)343-9473 1+►r- LAKE COUNTY FLORIDA INVITATION TO BMD (ITB) FIRE EQUIPMENT- PARTS —SUPPLIES -SERVICE ITB Number: 17-0600 Contracting Officer: D.Villinis Bid Due Date: December 13,2016 Pre-Bid Conf.Date: Not Applicable Bid Due Time: 3:00 p.m. 1TB Issue Date: October 24,2016 c:LE OF CONTENTS SECTION 1: Special Terms and Conditions 2 SECTION 2: Statement of Work 14 SECTION 3: Omen'Tarns and Conditions 16 SECTION 4: Pricing/Certifications/Signatures 20 SECTION 5: Attachments 23 SPECIFIC SOLICITATION REQUIREMENTS ARE AS NOTED BELOW: Proposal and/or Performance Bond: Not applicable to this ITB Certificate of Competency/License: Nut applicable to this ITB Indemnification/insurance: S.oa$oa 1.13 Prc-Bid Conference/Walk-Thio: Not applicable to this ITB At the date and time specified above, all bids that have been received in a timely manner will be opened, recorded, and accepted fur 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 after the official bid due date. When counter- signed by an authorized County representative, this document and any 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 ITB document (See Provision 1.13). Failure to sign the bid response, or to submit the bid response by the specified time and date,may he cause for rejection of the bid. NO-RESPONSE REPLY if any vendor does pot want to respond to this solicitation at this time, or, would like to be removed from Lake County's Vendor List,please mark the appropriate space,complete name below and return this page only. ❑ Not interested at this time; keep our finn on Lake County's Vendors List for future solicitations for this product/service ❑ Please remove our firm from Lake County's Vendor's List fur this product/service. VENDOR IDENTIFICATION �1t� Company Name: t,,�M {�.f►t a Lp i I' .Phone Number: pr ! •S142 E-mail Address: 7.C=tf_ a'}-tQOK P.gC i rnititerCnntact Person: —Patti ,e 1 SECTION 1 — SPECIAL TERMS AND CONDITIONS ITB Number: 17-0606 Section 1.1: Purpose The purpose of this solicitation is to establish multiple tern and supply contracts for 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(ITB). Section 1.2: Designated Procurement Representative Questions concerning any portion of this solicitation shall be directed in writing [fax and e-mail accepted] to the below named individual who shall be the official point of contact for this solicitation. To ensure reply, questions should be submitted no later than seven(7)working days before the bid due date. Donna Villinis,CPPB, Senior Contracting Officer Lake County BCC Office of Procurement Services 315 W.Main Street,Room 441 PO BOX 7800 Tavares, FL 32778-7800 Phone: 352-343-9839 Fax: 352-343-9473 E-mail: dvillinis(@lakec:ount v±i 1,0 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 maximize coverage for the variety of 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 if discounts 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 r114 Number. [7-0606 Section 1.4: Pre-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 Letter 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 unless 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 he 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 be 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. Any adjustment request received after the commencement of a new option period shall not be considered. The County reserves the right to reject any written price adjustments submitted by the vendor and/or to not exercise any otherwise available option period based on such price adjustments. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a County prerogative, and not a rightof 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 departments) 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 of, 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 3 SECTION 1 — SPECIAL TERMS AND CONDITIONS TTR Nunbrr; 17-0606 County representative. Failure to submit invoices in the prescribed manner will delay payment, and the vendor may be considered in default of contract and its contract may be terminated. Payments shall he 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 be in effect prior to a purchase order or contract being executed by the County.] An original certificate of insurance, indicating that the awarded vendor has coverage in accordance with the requirements of this section, shall be 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 arc 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 certificates of insurance, shall insure the vendor is in accordance with the following minimum limits: General Liability insurance on forms no more restrictive than the latest edition of the Occurrence Form Commercial General Liability policy (CG 00 01) of the Insurance Services Office or equivalent without restrictive endorsements, with the following minimum limits and coverage: Mach Occurrence/General Aggregate $500,000 Products-Completed 0peratioiia $500,000 Personal Sc. Adv.Injury $500,000 Fire Damage $50,000 Medical Expense $5,000 Contractual 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) $100.000 Bodily Injury (per accident) $300,000 4 • SECTION 1 — SPECIAL TERMS AND CONDITIONS UPI Number: 17-0606 Property Damage $100,000 Workers' compensation insurance based on proper reporting of classification codes and payroll amounts in accordance with Chapter 440, Florida Statutes, and/or a.ny 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 $100,000 Disease-Policy Limit $500,000 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 certificate(s) of insurance, shall provide for a minimum of thirty (30) days prior written notice to the County of any change, cancellation, or nonrenewal of the provided insurance. It is the vendor's specific responsibility to ensure that any such notice is provided within the stated 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 (ITl3/RFP/l FQ) number in the Description of Operations section of the Certificate. Certificate holder shall he: LAKE COUNTY, A POLITI(:AL SUBDIVISION OF THE STATE OF FLORIDA, AND THE BOARD OF COUNTY COMMISSIONERS PD. BOX 7800 TAVARhS, FL 32778-7800 Certificates of insurance shall evidence a waiver of subrogation in favor of the County, that coverage shall be primary and noncontributory, and that each evidenced policy includes a Cross Liability or Severability of Interests provision,with no requirement of premium payment by the County. The Vendor shall be responsible for subcontractors and their insurance. Subcontractors are to provide certificates of insurance to the prime vendor evidencing coverage and terms in accordance with the Vendor's requirements. 5 SECTION 1 — SPECIAL TERMS AND CONDITIONS 1TB Number: 17-0606 All self-insured retentions shall appear on the certilicatc(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 tosses and related claims expenses. The County shall be 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 be the sole responsibility of the vendor and/or 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 Subcontractor(s) of full responsibility for liability, damages,and accidents as set forth herein. Section 1.9: Bonding Requirements Not applicable to this solicitation. Section 1.10; Delivery The vendor shall make deliveries within ten (1 0) calendar days after the date of the order, An deliveries shall he 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 be 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 basis after any back order period that has been specified in this contract has lapsed. If the specific order is so tenninated, 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, the 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 of material pick-up,vendor shall contact the appropriate user department to confirm the authorization. 6 SECTION 1 — SPECIAL TERMS AND CONDITIONS 1113 Number: 17-0606 Section 1.10.1: Shipping Terms, F.O.B.Destination-Inside Delivery The F.O.B. point for any product ordered as a result of this solicitation shall be F.O.B.: DESTINATION — INSIDE DELIVERY. The title for each item will pass 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 commoncarrier 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. pointother than F.O.B.: Destination—Inside Delivery. Section 1.10.2: Back Orders If 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 back orders are filled within ten(10) calendar days from the initial scheduled delivery 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 back orders a tier the grace period identified in this paragraph has lapsed, seek the items from another vendor, and charge the incumbent vendor wider 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 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 SKTION 1 -. SPECIAL TERMS AND CONDITIONS LTB Number: 17-O(06 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 documents regardless of project completion status. All corrections shall be made within ten (10) calendar days after 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 all 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 are not completed to the satisfaction of the County within ten (10) calendar days of receipt of the notice. If the vendor fails 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 arc 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 he 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 U.S. Postal Service and any package delivered by a third party delivery organization (Fedlx, UPS, DHL, private courier, etc.) will be opened for security and contamination inspection by the Lake County Clerk of the Circuit Court Mail Receiving Center in an oft-site secure controlled facility prior to delivery to any Lake County Government facility, which includes the Lake County Office of Procurement Services. To 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 Lake 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 scaled 8 SECTION 1 — SPECIAL TERMS AND CONDITIONS 1T13 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 or proposal I N PERSON,please bring it to: LAKE COUNTY PROCUREMENT SERVICES 315 W.MAIN STREET 4TH FLOOR, ROOM 441 TAVARES, FLORIDA if you submit your bid or proposal by the UNITED STATES POSTAL SERVICE (USPS), please mail it to: LAKE COUNTY PROCUREMENT SERVICES PO BOX 7800 TAVARES, FL 32778-7800 If you submit your bid or proposal by a THIRD PARTY CARRIER such as FedEx, UPS, or a private courier, please send it to: LAKE COUNTY PROCUREMENT SERVICES MALL RECEIVING CENTER 32400 COUNTY ROAD 473 LEESBURG, FL 34788 Facsimile(fax)or electronic submissions(c-mail)will not be accepted. Section 1.14: Completion Requirements for Bids The bid submittal shall consist of this entire 1T13 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 he sealed and delivered to the Office of Procurement Services no later than the official bid due date and time. Any bid received after this time will not be considered and will be returned unopened to the submitter. The County is not liable or responsible for any costs inculTed by any Bidder in responding to this ITB including,without limitation, costs for product and/or service dernonstr atiuns if requested. When you submit your bid, you arc making a binding offer to the County and are agreeing to all of the terms and conditions in this Invitation to Bid. 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 change. The hid shall be manually signed in BLUE INK by an official authorized to legally hind the Bidder to its provisions. 9 SECTION 1 -- SPECIAL TERMS AND CONDITIONS !TB Nurnbcr: 17-0606 COMPLETION OF BID PACKAGE: The vendor shall complete all required entries in Section 4 of the bid form such as, but not limited to, pricing pages, signature, certifications, references, and acknowledgement of any solicitation addenda. The vendor shall 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 scaled envelope / package marked "Literature for Bid 17-1606." 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 1T13 cover page{page 1). > Pricing shall he completed 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 NET 30 DAYS otherwise, > Complete the reference form (include at least three references) contained within the solicitation as Attachment 1. > Complete all certifications, vendor information, and ensure that you sign the bid (in BLUE ink)in the certification box > Provide proof of insurance in compliance with the stated requirements in section 1.8 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 herein from the vendor(s) at the contract price(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, 8:00 a.m. 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, for the proper care and protection of the work already performed, and/or when permission to do such work is secured from the County Department representative. No overtime work shall be started without prior approval of the immediate project manager or his/her designated representative, I0 SECTION 1 — SPECIAL TERMS AND CONDITIONS ITB Number: 170606 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 CD or thumb drive of the current catalogs and manufacturer's price lists for the brands quoted. Failure to meet this requirement may result in the offer being rejected. Upon request,the vendor shall provide hardcopics 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 be purchased under this contract shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association(NFPA). Section 1.19: Hourly Rates The hourly rate quoted shall be deemed to provide full compensation to the vendor for labor, equipment use,travel time,and any other element 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 Unless otherwise stated in this solicitation, for service to he performed, the vendor shall furnish all labor, material and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications, such materials and equipment shall be of a suitable type and grade for the purpose. All material, workmanship, and equipment shall be subject to the inspection and approval of the County's Project Manager. Section 111: Purchase of Other Brands 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 vendors) to obtain a quote for the additional brand(s). If the discount proposed by the vendor for the additional brand(s) is considered to he fair and reasonable, then the brand(s) would he added to the contract through the issuance of a modification to the contract. The incumbent vendor(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 I1 SEC'T'ION I — SPECIAL TERMS AND CONDITIONS 1113 Nunher: 17-0606 the price discount offered is not fair or reasonable or for other reasons at the County's sole discretion. Section 122: Rebates and Special Promotions All rebates and special promotions offered by a manufacturer during the tern, 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 items) is lower than would otherwise he 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 shall prevail. Section 1.23: Repair and Parts Manuals to be Provided The vendor shall supply the County with a minimum of one (1) comprehensive repair and pauts manual which identify the component parts, and which describe the appropriate process ibr repairing the equipment purchased by the County in conjunction with this solicitation. The manuals shall be supplied prior to, or upon, delivery of the equipment. Final payment shall be withheld until such time as these manuals arc received by the County. Section 1.24: Risk of Loss The vendor assumes the risk of loss of damage to the County's property during possession of such properly 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 hairnlcss from any and all claims, liability, losses and causes of action which may arise out of the fulfillment of this contract. The vendor shall pay all claims and losses of any nature whatsoever in connection therewith, and shall delond all suits, in the name of the County when applicable, and shall pay all costs and judgments which may issue thereon. Section 1.25: Safety 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 (OSHA). 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,OSTIA, or Americans with Disabilities Act of 1990(ADA)regulations. 12 SECTION 1 SPECIAL TERMS AND CONDITIONS ITE 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 be 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 otherwise 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 perform work pursuant to the contract. Section 1,27: Training When applicable, the vendor shall supply the County with a minimum of one (1) comprehensive training manual which describes the appropriate use of the equipment purchased by the County in conjunction with this solicitation. The manual(s) shall he 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 en 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(1) 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 OF WORK ITB Number: 17-0606 SCOPE OF SERVICES General Riuuirements it is the intent of the County to establish multiple contracts for its annual requirements for fire equipment, parts, supplies, and/or services for the County's Public Safety Department, Fire Rescue Division,and the County's Fleet Management Division. The vendor hereby acknowledges and agrees that all parts and/or materials supplied by the vendor in conjunction with this solicitation and resultant contract shall be new, warranted for their merchantability, and fit for a particular purpose unless recycled, used, or remanufactured goods are specifically requested or approved at the time the order is placed. Emergency/Disaster deliveries may be required during non-business hours. Vendors shall submit a contact person's name and telephone number where requested in the Pricing Section for emergency orders. it is the vendor's responsibility to ensure that the County has received the latest version of any MSDS required by 29 CFR 1910.1200 with the first shipment of any hazardous material, Also, at any time the content of an MSDS is revised, the vendor shall promptly provide a new MSDS to the County with the new information relevant to the specific material. The vendor shall be required to furnish price lists on jump drive or CD upon request from the Public Safely Department or Fleet Management Division at no charge. This price list shall provide descriptive literature, technical data and service information for items awarded. Time of delivery for these lists shall be mutually agreed upon by the vendor and the County representative. Repair Services Unless otherwise stated in this solicitation, the vendor shall furnish all labor, material and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications, such materials and equipment shall be of a suitable type and grade for the purpose. The vendor(s) shall possess all special hand tools and special equipment recommended by the equipment and part manufacturer(s) to effectively and efficiently make repairs. The vendor(s) shall abide by OSHA requirements and the staff assigned to the County's projects shall be ASE or factory certified. All material, workmanship, and equipment shall be subject to the inspection and approval of the Public Safety Department. Vendor(s) shall be required to submit a written estimate for each prospective project under this contract before a work order for that specific project is issued. The estimate must reflect the regular hourly wages for each classification represented in this contract, and the percentage discounts or mark-ups for materials and equipment that were quoted by the vendor on its initial offer or the most current contract pricing. The estimate shall be itemized by the number of work hours per classification, and by the cost of materials and equipment. Lump sum estimates will not he accepted. If multiple vendors are available to quote an estimate for the specific work, the County reserves die right to award the project based on the lowest written estimate, or to reject all estimates when such action is determined to be in the best interests of the County, and obtain the required services from another source of supply. 14 SECTION 2 — STATEMENT OF WORK Et14 Number 17-0606 Upon approval of the estimate, the County's authorized representative shall generate and issue a Work Order for the specific repair project, The Work Order shall include the scope of work to be completed. For purposes of identification and payment, the Work Order shall be numbered and dated. The vendor's name shall then he entered on the Work Order and that order will then he 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/Flect Division • 25028 Kirkwood Avenue Astatula, FL 34705 Department of Public Safety Fire Station No. 20 37711 SR 19 Umatilla, FL 32784 Department of Public Safety 315 W Main St Suite 411 Tavares,FL 32778 County Fleet Management.Division 20423 Independence Boulevard Groveland, FL 34736 15 SECTION 3-GENERAL TERMS ANI) CONDITIONS 1113 Number: 17-0606 • 3,1 DEFIN17'IC)?1S may issue an addendum in response to any inquiry received,prior Addenda:.A written change to a solicitation, to bid opening, which changes, adds to, or clarifies the terms, Bid:Shull refer to any offcr{a)svabntitted in respurts*to this 1TR. provisions,or requirements of the solicitation '17ie bidder should Ridder: Refers to any entity that submitted a bid under en 1113. not rely on any statement or explanation whether written or verbal, Contract: The agreement to perfutru the soviets Qct forth in this ether daft frost made in this solicitxtioo docarncrrt or in any solicital iorl. "Tic contract will be comprised of the solicitation addenda issued, Where there appears to be u conflict between this document signed by both Harries with any uddendn and colter snficitation and any addenda, the last addendum issued shall attaellmcnuspecifieaUy inco>Tporated. prevail. It in the bidder's responsibility to ensure receipt and to Contractor: The vendor to which award has been made. ucltnowledgc all addenda and any accompanying documentation. County: Shall refer to lake County,Hernia. Y'aiLure to acknowledge each addendum may prevent the bid from Invitation to bid(I"I'B): Shall mean this solicitation document, facing conaidered for owned including any and ell addenda. An 1TR contains well-defined D. Contents of Solicilalioa and Bidders'Responsibilities (emits,conditions,and specifications,and is awarded to the towe t Il is Ills responsibility of Iltc bidder to beconie thoroughly familiar priced responsive sad responsible bidder. with therequirement-S. terfls, and conditions of this solieitalion. Modification: A written change to a contract. Stated unawareness of contractual feints and cnnditioms will nut be Responsible: Refers to u bidder that has the capacity and accepted AS a basis for varying the requireiuealts of else County or capability 10 perform the work required under an Invitation to Bid, the amount to be paid to tete vendor. andis otherwise eligible for award. R, Restrirtcd Uiacuasiuna Responsive: kefen to u bidder that bas taken no exception or From the date of issuance of this solicitation until final County deviation from the terms,conditions.and specifications in an ITR, action, vendors should not discuss the solicitation with any Solicitation: The written document requesting either bids or employer,tigenl,or any other reprcacntative,of the County eXCept propnsata front the marketplace. as authorised by the desi,omled procurement meprcaentanve.'Dir Vendor: A general reference to any entity responding to this only communications that shall be considered pertinent to this solienatie>9r or performing under any'muting corilrael, sulicilaliran art written documents from the veaulurdddresscd to the designated procurement representative and relevant documents The County hue established that the words "shall', -muse', ur promulgated by the designated procurement representative. `will"arc equivalent within thh PrB and indicate a mandatory 1'. Change to,Withdrawal of,or Eltlistakt ill,bid requirement which shall not he waived by the County Changer to Bra Prior to hid opening,a bidder may eluutge its bid 3,2 INSTRUC'T'IONS TO BIDDERS by submitting a new bid with notice cin the firm's letterhead, A. Bidder Qualification signed by air authorized agent, staling torsi the neve arabmittul It is the polity of the Count, to cnvuurege full and open =places the original submittal. 'ihc new subrnigal shall contain all competition oolong all available qualified vendors. All veitdors intonnstion as required for Strbnlitting the original bid. regularly engaged in tire type of work specified in the solicitation Witlidiawal el Hid-A bid may be withdrawn),either physically or are encouraged to submit bids. To be recommended for award the by written notice, at any time prior to the bid due dart. If County requires that vendors provide evidence of compliance with withdrawn by written notice,that notice must be addressed lo,and the requirements below upon request received by,the derignnted procurement representative pour 10 the 1, disclosure of Errrploynaenl bid dor date and limn A bid may also bC withdrawn after 2. Disclosure of Ownership cvpirntioai of the specified bid acceptance period, and prior to 3. Drug-Free Workplace award, by submitting a letter to the desibmuted procurement 4, W-O and 8109 Conus The vendor must furnish these focus representative. The withdrawal teller must he on company upon request at required by the Internal Revenue Service. letterhead seed Signed by an authorized agent of the bidder. 5. Social Security Nurnlicr—The vendor must provide a copy of Mistake iu.Bjrl_Any allegation of rnistake in Lid shall be treated the primary owners social Security card if the social security on a case-Fry-cast basis. Ii is to be assumed that any alteration in number is being used in lieu of the Federal identification bid price after receipt of hide will be exceptional in nature,and will Number(F.F..T.!v.) be allowed only when substantiated by current legal precedence. 6. Americans will)Disabilities Act(A-U.A.) G. Conflicts within the Solltlltlon 7, Conflict of Interest Where there appears to be a conflict between contractual terns and 8, Debarment Disclosure Affidavit conditions.the technical specifications,the pricing section,or any 9. Nundiserivaination addendum issued,the order of precedence shall be: last addendum Ilk Family Leave issued,the pricing secirue,the retold stat specitieations,the special J I Antitrust Laws—By acceptance of any contract,the vendor and then general conditioass. It is iocur)tbent upon the vendor to agrees to comply with all applicable:nditrnsl laws, identify sub conflicts prior to the hid response elate, B. Public Entity Crimea H. Prompt Payment Terms Pursuant to Section 287.133(2Ka)of the Florida Shanties,a person It it the policy of the Couoty that payment tar all purchases by or affiliate who has been placed an the convicted vendor list County agencies shall he made in a timely manner and that interest following a conviction for u public entity clime may not submit a payraiods will be made on latc payments in accordance With Pan bid on a contract to provide any goods or services to u public V1 f,Chapter 218, Florida Statutes, known[ as the Florida Proulpt entity,May not submit a bid on a contract with is public entity for the construction or repair of a public building or public work,trray Payment Act, The bidder may offer cash discounts for prompt not submit bids on kuses of real property to a public entity,may pdyaneots; however, such discounts will nut be considered ira not be awarded or perfume as a contractor,supplier,subcontractor, determining the lowest paico tiering hid evaluation. Bidders etc or consultant under a contract with any public flinty,and may not requested to provide prompt payment terms in the apace provided transact business with any public entity in excess ot'the threshold on the Signature page of the solicitation. amount provided in Section 287.0)7 of the-Honda Statutes, for 33 PREPARA'T'ION OF RIDS CATE(JORY TWO for a period of 36 mouths from the date of A. The Pricing 5ecliun of this solicitation defines the goods or being placed nn the convicted vendor list. C. Request for Addiliunal 6Uotaslai{on scryiccs to he purchased• and most be completed and Amy communisation or inquiries,except for clarification otprocess subttailled with the bid. (Inc of any other form ur alteration of or procedure already contained in the solicitation,are to be made in the form may resu11 in the i ejection of the bid. writing to the uttenliun of the procurement representative IdentifiedR. The Aid submitted must be legible, and completed using ire tire solicitation no litter(lure dare prior to the typewriter, computer or ink. Any entry change must be bid due elate, Such inquiries shall cantata the requester's name, crossed out nod uiitialed in ink. Failure to comply with these address,and telephone nu tuber, The Procurement herr ices Office requirements may a uuse the bid to h rejected. 16 SECTION 3-GENERAL TERMS AND CONDITIONS !TB Number: 17.0606 C. Ail atthoriked agent of the bidder's tire, must sign the bid. Chapter]19 of the Florida Statutes(the"Public Record Act'"}.The FA1LA)JW TI) SIGN TUE BID MAY RENDER TOE bidder should riot submit any information which the bidder MD N41144_RFSPf)NSIVL'. emisidcra proprietary or confidential. The submission of any D. The bidder may be considered noir-respcnaive if bids arc information to the County in connection with uny solicitation shall conditioned to modifications, changes, or revisions to the be deemed Coltelusively to be a waiver of any protection from terms and conditions of this solicitation, relwse of the submitted urfoltuatiolt unless such information is E, The bidder may submit alternate bid(s) fur the saute czempt Cur confidential under the Public Records Act. suRellation provided Chat such oHCr is allowable under the 3.10 CANCELLATION(OF SOT.TCITA1'IOt tenns and conditions. The Alternate bid must mpct or exceed The County reserves the right to cancel, in whole or in part.any the minimum mouirctirents and be submitted as a separate bid invitation to Hid when it is hi the best interest of tine County. marked`Alternate Rid-. 3.11 AWARD P. When there is a discrepancy betvtecn the unit priors and any A. Unless otherwise allowed by statute or ordinance,award will extended prices,the unit prices will prevail, be made to the lowest priced responsive and rcaponsible G. Any bid received after Nie stipulated bid due date end lime bidder. the County reserves the right Co feted any and all through no fault of the County will he considered Isle, and bids,to waive non-material irregularities or techaicatities and except under the most exceptional circumstances, not he to re-adh'etlise for all or any part of this solicitation as considered far award. deemed in its best interest, The County shall tic the sole I'I. Unless otherwise specified in the solicitation,prices quoted judge nfits heat interest. shall be F.O.B.Destination. B. When there arc multiple lint items in a solicitation, the ;t,4 Cf•11.1d1S1ON County reserves the tight to award on en individual item Where two (21 or more related parties, us defused herein, each basis, any combination of ilenu, total low bid or in submit a bid fot the sonic contract, or evidence any prior Whichever manner deemed in the beat interest of the County. understanding,am-cement.or connection ht such regard,such bids This provialuo Specifically supersedes any method of award shall he presumed to be collusive, Related patties shaft mean criteria minted in the solicitation when such action is clearly bidder or principals cheroot'that have a direct or indirect owneralrip necessary to protect the best interests of the County. interest in another bidder for The sante contract nr in which a parent C. The County reserves the right to reject any and all bids i1 it is cnrnpanv or the principals thereof of ode bidder have a direct or dela-int/led that prices arc cxecasive or determined to be indirect ownership interest in another bidder for the quote contract. unreasonable, or it as utherWisne detctrniir d to he in the Bids found to be collusive shall be rejected. Bidders which have County's hest interesttn do so. been[band to have engaged in collttsion may he considered non- I). The Courtly reserves the right to negotiate prices with the low respnnsibde, and may be suspended or debarred. Any contract bidder,provided Thal the scrape of work iv not amended. resulting front collusive bidding may he terminated fur default. F., Award will only he made to finis lull satisfy all legal 3.5 PROEIIBITION AGAINST CONT1NGRNT rhes requirericnta to dr,brininess with the County. The County 'I he vendor warrants dint they have not employed or retained any may conduct Apre-awanmi inspection of the bidder's site or company err person, ether than a beam fide employee worsting conduct a praaward quulifcalon inettiug to determine the solely for the vendor(o solicit or secure the contract and that they lespensibility and capacity of the bidder to perform. Award have not paid or meed to pay any person,company. corporation. may be predicated on compliance with and submittal of all individual,or fine,other than n bona fide employee working tamely required documents us stipulated in the solicitation for thevendor,any consideration contingent upon or resulting from F. the bidder's performance as prune or subcontractor on the award or making of the contract, previous County contracts shall be taken into account in 3.ti CONTRACTING W11'11 COUNTY EMPLOYEES evaluating the responsibility of a re mpondiug bidder. Any County employee or member of Ida or her immediate fatuity C. Alt tic bids will be resolved ire COnsNlance with current necklet to contract with the County ahall sock o conflict of interest written pmeedure in that nerd. opinion from the County Attorney prior to submittal of a response 11. A vendor wishing to protest any award decision resulting from to contract with the County. The affected employee shall disclose this solicitation shall do as provided kr in the County's the employee's assigned timelier within the County and interest Om Purchasing Procedure Manual, the interest ofhis or tier immediate family in the proposed contract 3.12 GENERAL CONTRACT CONDfI'lt)NS and the nature of the intended cunhaC(, The contract shall be binning upon and shall inure to the benefit of 3.7 INCURRED F.XPRNSI?ti each of the parties and of their respective sucecssms and permitted This solicitation does not cnmntit the County to award nor be Assigns. The contract may not he amended,released,discharged, responsible for any cost or expense which may he incurred by any reaciuded or abandoned, except by a written inslrunrwr[ dttly bidder in preparing or submitting a bid, ur any cosi or expense executed by each of the parties hereto- The failure of any party iictitrod prior to the execution of a purchase order or contract. Ay hereto at any time to enforce any of the provisions of rbc contract submitting u bid, (be bidder clan agrees that the County bears nu will in no way eonatitute or be construed as a waiver of such rrsperosihility for any costs of(he bidder associated with any provision or of any other provision hereof,nor in any way affect administrative or judicial proceedings resulting from this the validity of. or the right thereafter to enforce,each and every Solicitation process, provision of the contract.Any dispute arising during the cout:uto of 3.R COUN'l'Y IS TAX-EXEMPT comalr,ct performance that is not readily rectified by coordination When purchasing an u direct basis,11w County is generally cxccnmpt between the vendor and the County user department shalt be from Federal Rxcise Tastes and all state of Hondo sale:and use referred to Procurement Scevueca office for resolution. taxes. The County will provide an exemption certificate spun 3.13 OTHER AGENCIES request by the seller fur such purchases. Except for items) With the w❑seut of the vendor, other agencies may intake specifically identified by the vendor and accepted by the Cuturty purchases in accordance with the eootrael. Such purchases shall he fur direct County purchase under the Sales Tax Recovery Yrogr:on, gooclne(1 by the same terns and conditions as alined herein with contractors doing business with the('.onuty arc not exempt four the exception of the change in agency name. paying sales tax to their suppliers for materials needed to fulfill 3.14 CONTRACT li X'J'ENS)ON contractual obligations with the County, nor is any vendor 'Tile County has the unilateral option to extend a contract for up to authorized to use the County Tax Exemptions for such purchases. ninety 190)calendar days beyond the current contract period. Tn 3,9 PROPR!ETA RY/UONFIVEN'L'LAL INFORMATION such event,the County will notify the vendor-0)in writing of such Bidders Arc/Woolly notified that all iuforntotion submitted Aa part extensirnns. The contract nuny be extended beyond the initial of a bid will be availnblc ter pintail is inspection in compliance with ninety (90) day cxtensicm upon mutual mento id between the 17 SECTION 3—GENERAL TERMS AND CONDITIONS 1TB Number 17-0606 County and the vender(v) lixercine of the above options requires mdudirtg attorney's fees and costs of defense,which the C'cnlnty or the prior approval of the Procurement Services Manager, its officers,employees,agents or inntrutncutatities may incur at a 3.15 WARRANTY result of claims,demands,sults,Cauacs of actions nr proceeding All warranties express and implied,shell be made available to the of any kind or salute arising out of,relating to or resulting tient Cm❑nty for goods and services covered by thin solicitation. All the performance of the ageer et by the vendor or lie arployees, goods ilrtttished shall be fully guaranteed by OK Vendor against ascots,servants,partners,principals or subcontractors. The vendor factory defects sod worklbanship. Al no expense to like County, shall pay all claims and losses in connection therewith, and shall the vc„dor shall correct any and all apparent and latent defects thut investigate and defend all claims,suits or actions of any kind or may occur within the manufacturer's standard warranty period nature in the moue of the County, where uppttuable, including The special conditions of the solicitation luny supersede the appellate proceedings, and shall pay all coats, judgments, and manufacturer's standard w-arnnnty. allonie_r's fees which nosy be incurred thereon. Tho vendor 3,1 ti FSTJMATEDQIJANTITiFS expressly underalands and agrees 9m1 any insurance proteclion Fstimated quantities or dollars aro for bidder's guidanpe only. No required by thin Agreement or otherwise provided by the vcndur guarantee is catpresocd or implied us l0 quantities of dollar value shall to no way limit Tho responsibility to indemnity,keep and nave that will be used during the centred period. The County is not hannlea and defend the Colony or its officers,employees,agents nbttgated to place any nrdcr for a given amount subsequent to the and instrumentalities as herein provided. award of this solicitation, The County may site estimated 3.24 MODIFICATiON OF CONTRACT quantities iu the award evaluation prucess.Estimated quantities do My contract resulting from this solicitation may be modified by not contemplate or include possible addifonat quantities that may mutual consent of duty authorized patties, in writing through the be ordered by other entities that may uiilizo this contract To no issuance of a modification to the contract andfor purehese mien-at event shell the C'utlnty be Liable for payments in excess of the appropriate, This presumes the modification itneitin in compliance amount due for quantities of broods or services octually ordered. with ill applicable County procedures, 3.17 NON-EXCLUSIVITY 3.25 TERMINATION FOR CONVENILNCI it is the uncut of the County to enter into an agreement that will The County,et its sole discretion,reserves the right to terminate eutisl'y its needs as described within this sulicituuun. However,the this contract upon thirty(30)days'written notice, Upon receipt of County reserves the right to pertonn,or cause to be performed,all such nutice, the vender shall not incur any additional costs under or airy of the work and services heroin descrihed in the manner this connect. The County shall be Iiuble only fur reasonable costs donned to represent its best interests. In no case will the County menisci by the vendor prior to notice of termination. 'rite County he liable for hillinge in excess of the quantity of goods or services shall be the sole judge of"reasonable costs." actually prnvidcdunder thiscontract. 3.26 'I'ERMINA'1'ION DUE TO UNAYAILAISIL(TY OF 3.18 CONTINUATION iUATION OF WORK CONTiNUING FUNDING Any work shut commences prior to, and will mend,beyond the When funds are not appropriated or otherwise made available to expiration date of the current contract period shall, unless support cuntuinution of performance in a cturCnt Or subsequent terminated try'mutual written agreement between the County and floral year,the contract shell be cancelled and the vendor shalt be the vendor.continue until completion wi111oui change to the then rennburted for the reasonable value of any non-recurring coats eurreot prices,terms and conditions. incurred antotliood in the price of the snpplics or serviccs/tanks 3,19 LAWS,RUl•F.S,RR{:ULATIONR AND LICENSES delivered under the contract. The vendor shall comply with All federal,state,and local laws and 327 TERMINATION FOR DF..FAI;L'I' regulations tippiicable ro provision of the goods and/or services The County reserves the right to terminate thin contract,in part or specified in this solicitation. During the term of the contract the iu whole, ur effect other appropriate remedy in the event the vendor assures that it is iu compliance with Title VII of the 1964 vendor fails to perforin in accordance with the terms and Civil Rights Act,is amended,and the Florida Civil Rights Act of conditions stated herein. 'the County further reserves the right to 1992,in that the vendor does nut on the pounds of race,color, auspeltd or debar the vendor in accordance with the County national origin, religion, ore, age, disability or marital status, ordinances,resolutions anther administrative orders. The vendor diselinlitialioa in any fomi or manner against the endlor employees will be notified by letter of the County's intent to tC Iitnote. hi the on upplicanis fur eatployntcnt. Tile vendor understands that any event of termination for default, the County may procure the contract is conditioned upon die veracity of this statement. required goods audio services front any sothve and use any 320 SUBCONTRACTING method deemed in its best interest. All n-pnicureiuent coal shall Unless otherwise stipulated herein, the vendor shall not he home by the vendor. subcontract any portion of the work without the prior written 3.28 FRAUD AND RIISRL.PRESENTATION consent of the County. Subcontracting without the prior consent of Any individual,eurpurationn or other entity(hlat attempts to meet its the County may result in termination of the contract for default. contractual obligations through fraud, ntisrepre sentativa or 3.21 A351CIsttILN'1' material misstatement,may he debarred for up to five(5)yeers. 111C vendor shall not assign or transfer any contract resulting from The County as a further sanction may terminate or cancel any other this solicitation,inclluding any rights,title or interest therein,or its contracts with such individual, corporation or entity with such power to estecute shell contract to any person, company or vendor held responsible for all direct or indirect costs aassoe[uted corporation without the prior written consent of the County. This with termination or cancellation,including attorney's fees. provision specifically includes any acquisition or hostile takeover 3.29 RIGHT TO AUDIT of the awarded vendor. Failure to comply in this regards navy 'rive County reserves the right to require the vendor to submit to ern result in temtination of the contract for default, mitt by any auditor of the County's choosing. The Contractor 3,22 RF.SPONSIBIC.1TN'AS EMP1,OVER shell provide access to till of its records.which relate directly or The cmployce(s)of the vendor shall he considered at all titres its indirectly to this Agreement at its pluce of business during regular employe'e(s), and not an emp]oyee(a) ur agent(s) of the Comity, business hours. The vendor shall retain all rcoords pertaming to The contractor shall provide cmployocts)capable of perfir-lniog this Agreement and upon request make them available to the the work as required. l'hc County may require the contactor to County for a minimum gnome(3}years,or as required by Florida remove any employee. it deems unaeeeplabtc. All emlployeen of law,whichever is longer,following expiration of the Agreement. the contractor may be nvlodnxd to wear appropriate idenlifrraliun, 111C vendor agrees to provide such 5Fsista rtoe ax may be necessary 3,23 INDEMNIFICATION to facilitate the rcwiew or audit by the County to ensure compliance To the extent permitted by law, the vendor shall indemnity and with applicable accounting and financial standurds. Additionally, hold harmless the County and its uflcers,employees,agents and CONTRAC'TOR agrees to include the requirements of this instrumentalities from any and ell nubility, losses or dnutrages, piovieiotl in all contracts with snbeonrtactnrs and material 18 SECTION 3-GENERAL TERMS AND CONDITIONS 1113 Number: 17-0606 suppliers in connection with the work performed hereunder. If an 800.755.5111 rot 'www,dos statc_tl.l0. audit illApectina or examination pursuant to this section discloses 333 PRIMECONTRAC OR overpricing or overcharges of any mature by the CONTRACTOR The vendor awarded the contract shall act us the prime oonttactor to the COUNTY in excess of one percent(1%)oldie total contract and shall assume full responsibility for successful performance of billings,in addition to making adjustments for the overcharges,(he the contract. The vendor shall be considered the sole point of' reasonable actual cost of the COUNTY'S audit shall be reimbursed contact with regard to meeting all requirements of the contract All ler the COUNTY by the(N)NI'RACTOK. Any adjustments andfor subcontractors will be subject to advance review by the County In payments which must be made as a result of any such audit or regards to competency and security concerns. After the award of inapoction of the CONTRAaOR's Invoices andfor records shall the contract no change in subcontractors will he made without the be made within a reasonable amount of time,but in no event shall consent of the County. The vendor shall he responsible for all die time exceed ninety (90) days, from presentation of the insurance,permits, licenses,And related matters for any and all i)UN'IY's uudil futdkngs to the CONI RA('It)R. subcontractors. Even if the subcontractor is self-insured, the 3.30 PUBLIC RECORDS!COPYRIGHTS County may require the contractor to provide any insurance Putauunt to Section 119.0701, Florida Statutes., the awarded certificates required by the work to be performed. contractor shall comply with the Florida Public Records'lana,and 3.34 FORCE bfAJEURE shall:1.Keep and maintain public records required by the County The parties will exercise every reasonable ethos to mat their to perform the services identified herein.2.Upon request from the respective obligations hereunder,but shall nut be liable for delays County's custodian of public records,provide the County with a resulting from force majcure or other causes beyond their copy of the requested records or allow the records to be inspected reasonable control,including,but not limited Its,compliance with or copied within a reasonable lime at a coast that docs not exceed revisions to Government law or regulation,acts of nature,acts or the cost prnvidcd for by law.3.Unsure that public records that arc omissions of the other party,tires,strikes,national disasters,wars, exempt err confidential and exempt from public records disclosure riots, transportation problems andior any other cause whatsoever requirements arc not disclosed except as authorised by law for the beyond the reasonable control of the parties. Any such cause may duration of the contract term and fallowing completion of the be cause for appropriate cxtenakea of for performance period. contract if the contractor does not transfer the records to the public 3.35 NO CLAIM FOR DAMAGES agency.4.Upon completion of the contract,transfer,at nu cwt,to No claim for damages or any claim other than for an extension of the County all public records in possession of the contractor or time shall be made or asserted against the County because of any keep and maintain public records required by the County to delays. No interruption,interference,inefficiency,suapcnsion,or perform the service. if the contractor transfers all public records to delay in the conuueocanion or progress of the Work shall relieve the County upon cumpktiou of the contract,the contractor shall the vendor of duty to perforin,or give rise to any right to damages destroy any duplicate public records that are exempt or or additional enmpensutiom from the County The venxinr's sok confidential and exempt from public records disclosure remedy shall be the right to seek an extension to the contract lime, requirements. If the contractor keeps and maintains public records However,this provision shall not preclude recovery of damages by upon completion of the contract, tine contractor shall meet all the vendor for hindrances or delays due solely to fraud,bad faith, applicable requirements fir retaining public records. All records or active interference on the pert of the County. stored electronically must be provided to the County,upon request 336 'TRUTH IN NEGOTIATION CERTIFICATE Chain the County's euaRodian of public records in a format that is Far etch contract that exceeds One Hundred Ninety Five Thousand compatible with the infuriation tesimology systems of the dollars ($193,000.00),any organization awarded a contract must County. Failure to comply with this section shall he deemed a execute a truth-in-negotiation certificate staling that the wage rates breach of the t:attact end enforceable as set forth in Section and other factual unit costs ate accurate,complete,and current,at 119,0701,Florida Statutes. the time of contracting.Any contract requiring this certificate shall My copyright derived from this Agneemat shall belong to the contain a provision that the original contract price and any author.The author and the CONSULTANT shall expressly assign additions shall be adjusted to exclude any significant sums by to the COUNTY nunexs:lusive,royalty free rights to use any and which etre County determines the attract price was increased due all information provided by the CONSULTANT in any deliverable to Inaccurate, inoomplele, or non-current wage rates. and other undfor report for the COUNT 1's use which may include factual unit cross. All such contract adjustments shall be made publishing in COUNTY documents and distribution as the within one(1)year following the end ofthc contract. COUNTY deems to be in the COUNTY'S hest interests. If 3.37 GA ANT FUN DING anything Included in any deliverable Writs the rights of the In the event any part of the contract is iv be funded by federal, COUN'Y to use the information, the deliverable shall be state,or other local agency monies, the vendor hereby agrees to considered defective and not acceptable and the CONSULTANT comply with all requiremehta of the handing entity applicable to will not be eligible for any compensation the use of the monies,including full application of requirements 3.31 GOVERNING LAWS involving the sire of minority fines,women's business enterprises, the interpretation,effect,and validity of any contraci(s)resulting and labor surplus urea firms. Vendors arc advised that payments from this solicitation shall be governed by the laws and regulations under the contract may be withheld pending completion and of the State of Florida,and Lake County,Florida- Venue of any submission of all required tonus and documents required of the court action shall be in lake County,Florida. In the event that a vendor puts/mufti to the grant funding requirements, suit is brought for the enforcement of any tem of the contract,or 3.3$ TOBACCO PRODUCTS any right arising there front, the parties expressly waive their i)oe to the acknowledged hazards arising from exposure to tobacco respective rights to have such action tried by jury trial and hereby products,and to protect flat public and employees'health,safety, consent to the use of non jury trial tnr the adjudication of such snit, comfort and cewironasent,tobacco use is prohibited on any County 3.32 STATE REGISTRATION REQUIREMENTS owned building and property. Tobacco products include both Any corporation suhmitting a bid in response to this ITB shall smoking and smokeless tobacco. tither be registered or have applied for registration with the Florida Department of State in accvrdanec with the provisions of Chapter 607,Florida Statutes. A copy of the registration"application may be required prior to award of a contract. Any partnership submitting a bid in response to theta 1TII shall have complied with Mc applicable provisions of Chapter 620, Florida Statutes. Fur additional information on these requirrrttents, please contact the Honda Secretary of State's Office, Division of Corporations, 19 SECTION 4—PRICING!CERTIFICATIONS!SIGNATURES ITH Number: 17-0606 ITB TITLE: FIRE EQUIPMENT-PARTS—SUPPLIES-SERVICE NOTES: • When purchasing on a direct basis, Lake County is exempt from all taxes (Federal, State, Local), A Tax Exemption Certificate will be furnished upon request for such purchases, However,the vendor will be responsible for payment of taxes on all materials purchased by the vendor for incorporation into the project(see provision 3.8 for further detail). • The vendor shall not alter or amend any of the information (including, but not limited to stated units of measure, item description,or quantity) stated in the Pricing Section. If any quantities are stated in the pricing section as being "estimated" quantities, vendors are advised to review the "Estimated Quantities"clause contained in Section 3 of this solicitation. • Any bid containing a modifying or "escalator" clause not specifically allowed for under the solicitation will not he considered. • Unit prices shall govern for all services priced on that basis as 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 90 day period. By signing and submitting a response to this solicitation,the vendor has specifically agreed to this condition. • Vendors arc advised to visit our website at http:?l‘c .lakecountyft.ao\ and register as a potential vendor. Vendors that have registered ma-line receive an e-mail notice when the County issues a solicitation matching the commodity codes selected by a vendor during the registration process. • If the contractor has questions regarding the applicability of Chapter 119, Florida Statutes, to the contractor's duty to provide public records relating to this contract, contact the custodian of public records via the individual designated in provision 1.2 of this solicitation. ACKNOWLEDGEMENT OF ADDENDA INSTRUCTIONS: Complete Part I or Part I1,whichever applies Part I: The bidder must list below the dates of issue for each addendum received in connection with this ITB: Addendum#1,Dated: Addendum#2,Dated: Addendum#3,Dated: Addendum#4,Dated: Part Ili: No Addendum was received in connection with this 1TB. 20 -' A�Rd CERTIFICATE OF LIABILITY INSURANCE oArEfM1WU'YYWI 11115/2016 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 CERTIFtCATE OE INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the cortlflcatc holder is an ADDITIONAL INSURED,the pollcyiles)must hove ADDITIONAL INSURED provisions or be endorsed_ If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy.certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s}, PROPVcE.R �e' a _ Jessie Clemens NAME : Agency PRONE 0 Y (ACC Nu r•xtl: (727)7Q6-8566 _. tmc,mil:47271791-1412 2715 State Rd 580 r.4AIL Clearwater,FL 33761 AD4r+F.hS: lassie@leplanteagency.cont License#: A149680INSUHERIS)AFFORDING COVERAGE NAIC IT ' INSURE::, Mesa Underwriters Specialty Ins Co - 1NSI Ee INSURER B: Wesco Insurance Company.._ Team Equipment,Inc. INSURER Technology Insurance Company • • ...... 6620 Orchid Lake Road INSURl_R°: Underwriters at Lloyd's,London New Port Richey, FL 34653 INSURER E: ,... • ,INSURER F: • COVERAGES CERTIFICATE NUMBER: 00000000.0 REVISION NUMBER: 165 THIS IS TO CERTIFY THAT THE POLICIES Of INSURANCF_LISTED BELOW HAVE BEEN ISSUED TO Tllh:INSURED NAMED ABOVE FOR Tiff'POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT.TERM DR CONDITION OF ANY CONTRACT OFt U IHER DOCUMENT WITH RESPL:O r TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THF INSURANCE AFFORDED BY THE POLICIES IDC..5;CRIBEO HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH P0I•ICIFS•LIMITS SHOWN MAY HAVE BEEN REDUCED HY PAID CLAIMS. INSR •Aorv,:SURF 'POLICY EFF POLICY EXP.—. J.TR._— TYPE OF INSURArlcE (INSD•ME, v[)LtCY NUMBER ,A ocrrIYY MM.DG LIMITS A . X:COMMERCIAtGENIERALUMW-ItY Y . Y MPOD09007003666 0$t2E12016 08t2812011 EACs-.0ccIIprSN t 1,000,000 I DAMAGE li)H7-NiFC, . :CSI:/S.t/ACC ' X•OCCUR .. BEStlstsch.nrum . cuce) ! ... 100,000 MED 4 4r Ore s 6,000 •..._J . .... PERSI',N:.LEPDVI4JUkY5 1,000,000 F LAGGRZGtTC LIMIT APPLIES PER i GENERAL.AOCREOAIT :5 7,000LOOO I: r''“):. PROOLCTs-COMMA'AcX:, .s 2,000,000 x POLICY;J JEC, I ' LAC J AU1O xOF]IL1 LAawTY 1 1680206 05128/20160672812017:LtF flrNC LIrY'LE-1N11S 1,00E000.. xi,ANY ALM) .HtY kV i NJURY per pn ervll 5. CPlhED SCYPDVL'r'D 1;0:cy;k.IllRY('Per ECC110)1) 5 X rums ONLY X. N) • PROPERTY l)P I1kC:. X HIRED f4.:fg 1riL-1) ! h'JTUS ONLY 3C h.UI'OS UNLY (Pr p�u.leolS . Uninsured Motor S 500000 • UMnRELLA LAB CCCLR • :EACHCXX;UHNF.NCF '5 .. EXCESS LAB CLAWS.MADE rK;GHrGATF •5 .._._ I. Ce) :RETENTIONS * S c !WORI(ERS COMPENSATION TC3b22261 '41!01!2016 01/0112017.X-1PFRY c I caR •AND EMPLOYERS'UABILSTY Y(Nri: G.L.IACIfK:C:IDENI S '--1,090,000 :ANYP.VOPRIH I r]II.7lvi IN0c6XECl-'Tltr N!A i nF.`II:E:fbNEMHEH EXCLUUELY> (Mandatory In NH) :G.L.CIS&LSE-E5 EMPLOY.`. S 1,000,000 'lynx.dnxrrinrunrrr ' 1.1I-SCP PTI71:OF OPERATIONS Wo E.L.COSEASE-"OI ICY LIMIT 3 1,000,000 D Commercial Property LBW480096R3 O812at201G 08!2812017 Contents Loc 1&2 650,000 • _._._.............. - I .._...-- DESCRIPTION OF OPERATIONS/LOCATIONS)VEHICLES LACORO 101,Additional Hernadts Scliod,Ie.enaV 1*attached tf lrMrctFp.aco Is moulted) Lake County,A Political Subdivision of the State of Florida,and The Board of County Commissioners,are Included as Additional Insured on Primary and Non-Contributory basis with Waiver of Subrogation per written contract. Except 30 Days Notice fo Cancellation. CERTIFICATE HOLDER CANCELLATION SHOVL.O ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORF. Lake County,A PolRlcal Subdivision of the Stats of Florida, THE EXPIRATION DATE THEREOF,NOTICE WILL GE oELIVEREI]IN ACCORDANCE WITH THE POLICY PROVISIONS. and The Board of County Commissioners ' PO Box 7890 . Tavares,FL 32778 AunloPREoRErrtESE rArlv`r�lr�� I (AC) ©1458-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and Togo are registered marks Of ACORD Printed by JLC on November 10,201D at 1224:NI LAKE COUNTY FLORIDA OFFICE OF PROCUREMENT SERVICES PHONE: (352)343-9839 315 WEST MAIN STREET, SUITE 441 FAX: 352)343-9473 PO BOX 7800 TAVARES FL 32778-7800 ADDENDUM NO. 2 November 30,2016 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 to address the following: Current term and supply agreements under the previous Invitation to Bid(ITB#12-0806)expire June 30,2017. It is anticipated that the new term and supply agreements awarded under this ITB#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 Nam-• _• M E oIP dE/JT /NYC- Date: a "9 ( 1-7 1411 Signature: �� Title: R ��FN\d'eXl- lli Typed/Printed Name: ` 1 (2.1 C(acE'7� r1141P_..,....._...- LAKE COUNTY FLORIDA OFFICE OF PROCUREMENT SERVICES PHONE: (352)343-9839 315 WEST MAIN STREET,SUITE 441 FAX: 352)343-9473 PO BOX 7800 TAVARES FL 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 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 address an inquiry received. A vendor asked 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 services 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 (ITB 17-0606) 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 multiple sources available to meet our needs. Acknowledgement of receipt of Addendum: Firm Name. A M FQV(4EAIi- Date: 2• 9. 17 Signature: 4.... ,•"'" '-d'''' r. Title: \1 i C.Gth '}' Typed/Printed Name: A' '1C( . ��27 SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES ITB Number: 17-0606 By Signing this Bid the Bidder Attests and Certifies that: • It satisfies all legal requirements(as an entity)to do business with the County. • The undersigned vendor acknowledges that award of a contract may be contingent upon a determination by the County that the vendor has the capacity and capability to successfully perform the contract. • The bidder hereby certifies that it understands all requirements of this solicitation, and that the undersigned individual is duly authorized to execute this bid document and any contract(s)and/or other transactions required by award of this solicitation. Purchasing Agreements with Other Government Agencies This section is optional and will not affect contract award. If Lake County awarded you the proposed contract, would you sell under the same terms and conditions,for the same price,to other governmental agencies in the State of Florida? Each governmental agency desiring to accept to utilize this contract sha responsible for its own purchases and shall be liable only for materials or services ordered and received by it. I .Yes 0 No(Check one) Certification Regarding Felony Conviction Has any officer, director, or an executive perf4 'ng equivalent duties, of the bidding entity been convicted of a felony during the past ten(10)years? ❑Yes 0:4 No(Check one) Certification Regarding Acceptance of County VISA-based Payment System Vendor will accept payment through the County VISA-based payment system: fifes ❑ No Reciprocal Vendor Preference: Vendors are advised the County has established, under Lake County Code, Chapter 2, Article VII, Sections 2-221 and 2-222;a process under which a local vendor preference program applied by another county may be applied in a reciprocal manner within Lake County.The following information is needed to support application of the Code: 1.Primary business location of the responding vendor(city/state): ;�i,VJ?n(4- r--ILYI } FL. 2. Does the responding vendor maintain a si iificant h sical location in Lake County atch employees are located and business is regularly transacted: ] Yes No If"yes" is checked, provide supporting detail: Conflict of Interest Disclosure Certification Except as listed below,no employee,officer,or agent of the firm has any conflicts of interest,real or apparent,due to ownership, other clients, contracts, or interests associated with this project; and, this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a proposal for the same services,and is in all respects fair and without collusion or fraud. DUNS Number(Insert if this action involves a federal funded project): General Vendor Information and Bid Signature: Firm Name: u LpfYlene j.4.Ne.. • Street Address: I aD2,Q Cyenci ( IC eu Or-t- - c 19 kd 3 J Mailing Address(if different): Telephone No.: 1Ar]•4:•. . Fax No.:`]o 7- 'f 3- 9 I E-mai1:7 }i {ec,,,,€ pfre*. dm • FEIN No. � L S. 59 Prompt Payment Terms: 0 % ?( days, net 30 - • Signature: Mips . -_ � • i ,, Date: P,,G(- 1 Li.) Print Name: S,IM _ e,- rim_ Title: V it,.e__ t/..t:d%Clef* joggliMing.thilMiounty:(Official Use Only) By signature below,the County confirms award to the above-identified vendor under the above identified solicitation. A separate purchase order will be generated by the County to support the contract. Signature of authorized County official: )3A. _ . Date: 3—Zb—lo i I Printed nameVf.)1JtJA 01 L,L Nit S Title: . E.Jla12 CvNr'Loe-Tfr)Gti (�FFiC&7i. 22 SECTION 5— ATTACHMENTS ITB Number: 17-0606 ATTACHMENT 1 —REFERENCES P �� r I y^� Alcncy C u.0 1 Address fj 4 � L a 1. . • City,Stt t;ZIP Contact Pcrson C 1( 1 v \ v Telephone (o2) `"J ' C4 ! t4fl seJv iec , }or p_ct g al ) Cominenix: Agency 4 0..("X 0 i •• Address ^�'�'o.Z._.i • f'�,�, �'��I`�,.� ►�-kj�l .. City,State,TdP �}[�y�� Contact Person f \ ' � \\\ci . l\ Telephone •�''c � ' . • D 3enicc 0 ' 2,0 Type of ��,� {{ �r 1 r Ly p Service ) �c�tJ�V ,,L , C \ rtC Y)1S Comments: Agency w y� 1J cl (2 l .JU F i+Li Add— ice) . 0 s. FL—CI 1 l IMP rity,titatc,LtP koCKi Contuc Permn Ybe)` ii L iv._ ' TCJcpLone t • 66' ct tri RcR•icc Type of ,� r r t� SeRice e � .) 1�U f r S) c>cvAtsbL Cornincnt9. 24 EXHIBIT B SECTION 4—PRICING/CERTIFICATIONS/SIGNA'T'URES 1T13 Number: 17.0606 PRICING SECTION —GENERAL INFORMATION (Submit discounts and hourly service rates in Attachment 2 "Pricing Form") 1. Warehouse location: Address; rld- ' � .... .f--�11 •.........- • City/State/Zip: ��l �... lM r ' - 3'4W3,,.,.a '1'elephone(Fax: �c'�► j'&E'a4 g—. ;' 1 r1. 845. 5941 2, Shop location: Address: Vi)( � „ p t itylStatei7.ip: t - , F _ ,]f. TelephonefFax:t J 1'U7'`-1 ' �' �' 15' � ... 1. 3. Website address for price lists/catalogs: ,t_)1 Ln'" QC:trnEctimpq ,1tiA- >-.1 4. Standard Warranty: Ili .._. 5. Lead time: 9 OC T ..__ toe S 6. Minimum order(if any):_ cc95 .0(.1) 7. Handling fee if less than minimum(if applicable); ..,. •L S. Does your firm offer pickup and delivery of vehicles and equipment needing repair? Yes X No Charge for delivery/pickup: 9. Does your firm have towing capabilities? Yes Towing charges: 10. Will your firm accept Visa Purchasing Cards or 13-Payable form of payment?Yes V1 No 11. Vendor contact for emergency and/or disaster eervice 24 hourxl7 days per week: Name: l • Tcicphonc: -.r • 4- Cell: t� "3 �I `f � 12. Exceptions to specifications: Yes* No *If yes,insert a separate sheet immediatcy following this page detailing except knis. 21 SECTION 5-ATTACHMENTS ITB Number: 17-0606 ATTACHMENT 2-•PRICING FORM Current brands in use by the Fire Rescue Division include the following. Please complete the following information for those brands supported by your firm. Enter"yes" or"no" for stocking distributor, If you represent other manufacturers for similar fue-related equipment, parts, or supplies not listed, please add the manufacturer and pricing information in the blank spaces at end of pricing table. .j'" '.��,.�, M �/ .n:"j r'X y,_w,•J" �"'�' i 51�:'i, I>.i � :. sY^„✓"?o. lsn- ' 16) 3M COMPANY . ABLE SHO ME ACTION AH STOCK y f AIM AJAX AKRON BRASS ' ALL AMERICAN FIRE HOSE ALLEN SYSTEMS ALOCOLITFi _—. .....— t MSIERBX AMERICAN FIREWEAR AMERICAN LAFRANCE ANGUS A ANSUL FOAMS APPLECKOFT .)* B&B ENTERPRISES ' f BIO SYSTEMS BLACKINTON BADGES BOUTON CO BULLARD CALIFORNIA MOUNTAIN ; CARNS&BROTHER v \11171 CAST PRODUCTS 25 SECTION S--ATTACHMENTS ITB Number:17-0606 CHARKATF. -A da CHUBB (FOAM) CHURCHVILL$. . .. f. CIRCUL AIR i CODE3 COLLIN AXES . ! COLLINS DYNAMICS(ROM • CORP) / COUNCIL TOOLS . CUTTERS EDGE CW NEILSEN I DARLEY tik.CO 1 I DAVID CLARK 1 DB SMITH INDIAN TANKS 1 DICKE TOOL 1 1 DRAEGLR ENGINEERED < SOLUTIONS k DREXEL % 3 DUO SAFETY EDISON EDWARDS AND CROMWELL \ _. i �EDWARDS MFG ELKHART BRASS 1 M ETT EMERGENCY TECHNOLOGY EXTENDA LITE(AKRON) I FEDERAL SIGNAL CORP- i VIRE HOOKS UNLIMITED k-..- FIREDEX i T FIRE POWER FIREQUIP FLANS *NV 26 SECTION 5-ATTACHMENTS TM Nurnhcr 17-0606 FOLD A TANK GEMTOR GLASSMASTER WEHR 7 GLOBE GLOVE CORPCV" . GORMAN RUPP PUMPS HALE FIRE PUMPS iIANNAY REELS o 1' BO._ , HARRINGTON �. -- N HAZARD CONTROL HEBERT .. /-. HOLMATRO HONEYWELL PRO a' r HUMAT t f HUSKY I HYDRA SHIELD IMPERIAL HOSE 1 IOWA AMERICAN e JANESVILLE 1 r JUSTRI'. E S JV MFG f 4y ICAI'PLER 1 KENDALL PRODUCTS - ei — e to KOCHEK lie , e KOEHLER MFG W �i KUSSMAUL M 1i, LACROSSE BOOTS LIFE LINERS —LIONS UNIFORMS ,)/// . 27 SECTION 5-ATTACHMENTS lTD Number: 17-06Qf LOUIS PRYER - l, LOV► LL MAG INSTRUMENTS MANN AXE _ MARS SIGNAL LIGHT (77 MC PRODUCTS MORAN(FLASH) MORNING PRIDE MSA NATALE(CIRCLE D) NORTH AMERICAN FIRE HOSE ti NOVA NIJPLA PACIFIC REFLEX • PARATP.CH PARTNER€r 1A t)Iyf1/gyp }tN 16 L U . .ti46. o.0o PAUL CONWAY SHIELDS MTM + PELICAN P zI / PGIPROTEXALL- / PHOENIX PIERCE ~� PIGEON MOUNTAIN INDUSTRIES 1 PLANO R&B FABRICATORS RANGER RUBBER ti RAWHIDE FIREHOSE REDHEAD BRASS REFLEXITE 28 SECTION S -ATTACHMENTS ITR Number: 17-0606 RICE HYDRO CO --- .. . _-». SCBAS SCOTT AVIATION SECURITEX SENSIBLE MOUNTS' SERVUS BOOTS SI IELBY WOLVERINE SNAPTITE SNORKEL SOUTH PARK SIGNAL VEHICLE PRODUCTS ( . CLASS ONE(SPAN INSTRUMENTS SPUMIFER STERLING ROPE SUPERVAC TNT TOOLS TASK FORCE TIPS THOROGOOD BOOTS SUPERIOR PNEUMATIC TASKMASTER TEAM EQUIPMENT l °/0 w 12`-30.0 TEIITB TEMPEST FANS TOMAR TOPPS TURTLE PLASTICS UNDERWATER KINETICS UNITY LIGHTS VANNRR 29 SECTION 5—ATTACHMENTS ITB Number: 17-0606 VERIbIAN VERTX VETTER WATBROUS v WELDON WHELBN ENGINEERING WILL BURT WINCO GENERATORS WINDSOL WILLIAMS FOAM WARDEN ZEPHYR ZTMATIC ZICU . t 77:1V tic IT:?!!;. F — To 4 eo .`D° MEM . .rice..-elcu `4 ec.-61v, Jo 0/0 do so .60 Lec e ... (le �.1 " . 5 Icy c1 .c' 30