Loading...
Contract 2022-165ADocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB AGREEMENT No. 2022-165 JANITORIAL SUPPLIES THIS AGREEMENT, is made and entered into this 27th day of January 2023, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and BAYSE JANITORIAL SUPPLY CO INC., whose address is: 300 S. Bay Street, Eustis, FL 32726, (hereinafter referred to as "CONTRACTOR"). WHEREAS, Lake County through the public procurement process awarded an Agreement for, Janitorial Supplies Contract Number 21-0405A; 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 Contract Number 21-0405A; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: SCOPE OF WORK The CONTRACTOR shall furnish janitorial supplies as described in the Lake County Contract Number 21-0405A, which is attached hereto and incorporated herein as Exhibit "A" and shall perform everything required by this Agreement and the other exhibits attached hereto. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR that is not specified in the CITY's purchase order. 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. 2. THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Price Schedule as set forth in Exhibit "B", attached hereto and incorporated herein. 3. TERM AND TERMINATION A. This Agreement is to become effective upon execution by both parties, and shall remain in effect until December 5, 2023 unless terminated or renewed by Lake County. B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR b) if CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB Piggyback Agreement Janitorial Supplies the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon the 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. C. Upon mutual Agreement of the parties, this Agreement may be renewed for one (1) additional two (2) year term. 4. PROVISION OF SERVICES AND COMPLETION OF WORK A. The CONTRACTOR shall only provide to CITY the services contained under the Scope of Work upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in Lake County Contract Number 21-0405A or in the specific purchase order or authorized order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not be obligated or required to pay for any items received until such time as CITY has accepted the items in accordance with the order provided to CONTRACTOR. B. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if it has an issue or question related to the fulfillment of the order or whether there will be any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking payment of any kind for any items that were delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option cancel the order and seek the items from any available source. C. It is expressly understood and agreed that the passing, approval, and/or acceptance of any gasoline, diesel, kerosene, LP gas, and bio-diesel herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract and the CITY may require the CONTRACTOR replace the accepted gasoline, diesel, kerosene, LP gas, and bio-diesel so as to comply with the warranties and specifications hereof. D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. 5. PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as 1 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB Piggyback Agreement Janitorial Supplies set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted deliveries and undisputed product delivered and services provided, within thirty (30) calendar days of receipt of the invoice. 6. DISPUTE RESOLUTION - MEDIATION A. 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. B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. C. 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. 7. INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Compensation Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its 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 subCONTRACTOR 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. 7.2. CONTRACTOR's Commercial General Liability Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business 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 as follows: A. CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB Piggyback Agreement Janitorial Supplies Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 7.3. Indemnification Rider A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its 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 such acts are 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; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. 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. 8. 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. DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB Piggyback Agreement Janitorial Supplies A. CONTRACTOR: • Bayse Supply Co. Inc. • Attn: Douglas Demartino • 300 S. Bay Street, Eustis, FL 32726 A. OWNER: • City of Clermont • Attn: Brian Bulthuis, City Manager • 685 W. Montrose Street, Clermont, FL 34711 9. MISCELLANEOUS 9.1. 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. 9.2. 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. 9.3. 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. 9.4. 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. 9.5. 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. 4 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB Piggyback Agreement Janitorial Supplies 9.6. Assi _ ng ment Except in the event of a 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. 9.7. 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. 9.8. 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. 9.9. Public Records Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: A. Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. B. Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. 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. DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB Piggyback Agreement Janitorial Supplies 10. AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: A. This Agreement B. Purchase Order / Notice To Proceed C. An applicable Contractor Quote or Statement of Work D. All documents contained in the Lake County Contract Number 21-0405A. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 26th day of January 2023. CITY OF CLERMONT —DocuSigned by: DS Tim Murry, Mayor ATTEST: FTocuSigned Dby: tike� Rowe B7F349&E,[33 4A... Tracy Ackroyd Howe, City Clerk 11 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB BAYSE JANITORIAL SUPPLY CO INC. By:FDocuSigned by: V64 yt,�" (Signature) Print Name: Doug DeMartino Title: Purchasing Manager Date: 1/30/2023 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB lole LAKI'A'rE COUNTY, FL, MOMFI ATION nF f'nlvTu A d-T Modification Number:Three (3) Contract Number: 21-0405A Effective Date: 12/6/2022 Title: _Janitorial Supplies Effective Date: 12/07/2021 Contracting Officer: Bill Ponko Contractor Name and Address: E-mail Bill.Ponko@lakecountyfl_gov Telephone Number: (352) 343-9489 Name: Bayse Janitor Supply Co. Address: 300 S. Bay Street Issued By: Procurement Services City: Eustis, Florida 32726 Lake County Administration Building 315 W. Main St., Suite 441 ATTENTION: Douglas DeMartino Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to change pricing for the items on the attached supporting document and to extend the contract for a period of one year, expiring on December 5, 2023. See attached suppo ing doc in nt. CONTRA R GN TU K LAKE COUNTY SIGNAT BLOCK Signature: Signature: Print Name: p C:c.f-j M , L Q` wi A [Ltn n,p Print Name: w Title: TU(_cktjAs t-v tMArvva6t h- - Title: Contracting Officer Date: 1 L (NjrL L Z Date: E-mail: c:;Uc' Q' �Q.A Se S 000k . • C_ IVA 1-1 Secondary E-mail: lct-11% Distribution: Original — Bid File Copy — Contractor Contracting Officer 1 PROCUREMENT SERVICES —DIVISION OF OFFICE OF MANAGEMENT AND BUDGET SERVICES P.O. BOX 7800.315 W. MAIN ST., TAVARES, FL 3'--778 • P 352.343.9839 • F 352.343.9473 Board of County Commissioners • �tinr.lakeca+rrtrJl.00r DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB ItemCode Item Description Contract Price Active Renewal Price 23GAL SLIM W/LID LAVEX SLIM 23GL CAN W/LID 33.85 Y ABCO 00011 DECK BRUSH 10" YELLOW 3.77 Y ABCO 00027 IRON SHAPE BLK HANDLE SCRUB 6" 1.80 Y 2.05 ABCO 00100 COUNTER DUSTER GRAY 8" 2.61 Y 2.96 ABCO 01104 POLE 60" WOOD METAL TIP 3.04 Y 3.76 ABCO 01204-NB MOP HANDLE METAL TOP W/WOOD 5.05 Y 6.51 ABCO 01406-NB DUSTMOP HANDLE WOOD QUICK CHG 8.35 Y 8.76 ABCO 0205HDS DUST PAN 12" BLK PLASTIC 2.40 Y ABCO BH-24536 DUSTMOP FRAME 36" CLIP ON 4.65 Y 5.31 ABCO BR-10020 WHISK BROOM CORN 2.40 Y 2.89 ABCO BR-1024MH YELLOW ANGLE BROOM W/BLK HNDL 4.20 Y 5.03 ABCO CM-2024S COTTON MOP HEAD #24 EACH 2.81 Y 3.39 ABCO T01009SPW MOP BUCKET W/ WRINGER 59.91 Y AMREWHIK16EA ENFORCER WASP/HORNET 160Z 5.91 Y 6.47 BAY1021-5 BCT 40 5GL BOAT/TRUCK WASH 48.26 Y BAY1531Q KIT SILICONE TIRE/ VINYL DRESSING 7.99 Y BAY161Q-EA LIME GO QT CLNR DESCALER 3.87 Y BLEACH GAL BLEACH 1 GALLON 5% 4.36 Y BUT446840 MAGIC ERASER HD ROLLER MOP 15.35 Y BUT446841 MAGIC ERASER SPONGE MOP HEAD 5.98 Y BWK03010 TRIGGER SPRAY BOTTLE 32oz 3pk 6.89 Y BWK28QTWBBLA WASTEBASKET 28QT 7GL BLACK 6.40 Y BWK503GNNB EA LOOPED MOP LG 1" BAND GREEN 9.70 Y BWK538 LINER CLR LDL 38X581.75ML 100 66.78 Y CDC3320000102BX ARM HAMMER DRYER SHEETS 144BOX 5.25 Y CL030577 CLOROX BLEACH WIPES 150 TUB 14.15 Y CL030966CT CLOROX COMM SOLUTION 8.25% 22.50 Y CL035306EA 409 CLEANER DISIN QT GP CLNR 3.85 Y 4.36 CL035417EA CLOROX CLEANUP QT DISNFECTANT 6.50 Y CL035600EA TILEX INSTANT MILDEW REMOVER 6.98 Y CPC14278EA AJAX OXY BLEACH CLEANSER 21 OZ 1.22 Y EMPR 2432XHW LINER WHITE LDL12-16GAL .45MIL 34.68 Y EMPR 3339XHW LINER WHITE LDL33GL 150CS 26.43 Y EMPR 4046XHW LINER WHITE LDL40-45 GAL 24.56 Y EMPR HT400011 EMPRESS WHITE TAD MFOLD 4K CS 24.60 Y EMPR KT230851 EMPRESS KITCHEN ROLL 30/85SHTS 28.82 Y EMPR P09005 EA MOP COTTON 24Z CUT END 1.25BND 3.58 Y EMPR PH242408N LINER CLEAR HDL7-10GAL 8MIC 29.22 Y GENULTRA913 ULTRASOFT BATH TISS 9" 2PLY 12 26.61 Y GOJ095804EA GOJO 640Z PUMP ORANGE PUMICE 14.50 Y GOJ516204CT GOJO FMX ANTIBAC FOAM SOAP 4CS 78.47 Y HOSP 06311 URINAL PARA BLOCK PINK 12CS 7.43 Y HOSP 420-25 FRENCH TERRY NEW WHITE 25LB 54.90 Y HOSP AWUS007-BX URINAL SCREEN ORG MANGO 10PK 17.38 Y HYSP AQ70G SPONGE GRN/YEL SCRUB EA 0.81 Y INTS284822KSJ LINER BLACK TALL FITS 23GL CAN 29.09 Y KCC21606CT KLEENEX FACIAL TISSUE 12513/48C 83.51 Y MFIB SAVE -DUSTER MICROFIBER DUSTER 12" +48" EXT 12.53 Y DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB WIN2400 IWINSOFT 2400 BATH TISSUE 22.45 Y WMN137EA IWEIMAN GLASS STOVE TOP CLNR 6.21 Y 1 7.05 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB MA Emplu, low C OU N'T Y, F la MODIFICATION OF CONTRACT Modification Number:Two (2) Contract Number: 21-0405A Effective Date: 9/l/2022 Title: Janitorial Supp L ic�s Effective Date: 12/07/2021 Contracting Officer: Choose a name. Contractor Name and Address: E-mail Telephone Number: Name: Bayse Janitor Supply Co. Address: 300 S. Bay Street Issued By: Procurement Services City: Eustis, Florida 32726 Lake County Administration Building 315 W. Main St., Suite 441 ATTENTION: Douglas Demartino Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to change pricing for the items on the attached supporting document. See attached supp ing uinenr CONTRA0 IGMO LAKE, COUNTY SIGNATURE BLOCK �10CK Signatu Signature;_ Print Name: f.- ft ACL:rl t'6 Print Title: Ak A N1 C C, IL. Title: Contracting Officer e—) Date: 12- Date: ISJ E-mail: A-V qe) f) A i 4, "r-L Secondary E-mail: (5 c, Distribution: Original — Bid File Copy Contractor Contracting Officer PROCUREMENT' SERVICES --DIVISION OF OFFICE OF MANAGEMENT AND BUDOET SERVICES P.O. BOX 7800.315 W. MAIN ST., TAVARES, Fl, 32778 - P 352.343.9839 - F 352.343.9473 Board qf County Commissioners - www.1ak-ecoun1jfl.gi?v DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB ItemCode Item Description Current Contract Price Pricing effective 09/01/2022 ABCO 01104 POLE 60" WOOD METAL TIP $2.38 $3.04 ABCO BR-1024MH YELLOW ANGLE BROOM W/BLK HNDL $4.00 $4.20 AMREWHIK16EA ENFORCER WASP/HORNET 160Z $4.74 $5.91 BLEACH GAL BLEACH 1 GALLON 5% $2.77 $4.36 BWK28QTWBBLA WASTEBASKET 28QT 7GL BLACK $5.20 $6.40 CDC3320000102BX ARM HAMMIER DRYER SHEETS 144BOX $4.77 $5.25 CL030577 CLOROX BLEACH WIPES 150 TUB $13.37 $14.15 CL030966CT CLOROX COMM SOLUTION 8.25% $18.46 $22.58 CL035306EA 409 CLEANER DISIN QT GP CLNR $3.45 $3.85 CL035417EA CLOROX CLEANUP QT DISNFECTANT $4.22 $6.50 CL035600EA TILEX INSTANT MILDEW REMOVER $5.14 $6.98 CPC14278EA AJAX OXY BLEACH CLEANSER 21 OZ $1.01 $1.22 EMPR 2432XHW LINER WHITE LDL12-16GAL .45MIL $32.40 $34.68 EMPR 3339XHW LINER WHITE LDL33GL 150CS $23.09 $26.43 EMPR 4046XHW LINER WHITE LDL40-45 GAL $22.86 $24.56 EMPR HT400011 EMPRESS WHITE TAD MFOLD 4K CS $21.76 $24.60 GENULTRA913 ULTRASOFT BATH TISS 9" 2PLY 12 $20.93 $26.51 HYSP AQ70G SPONGE GRN/YEL SCRUB EA $0.70 $0.81 KCC21606CT KLEENEX FACIAL TISSUE 12513/48C $77.51 $83.51 MGBR 8722-T FLR 22" METAL SPONGE SQUEEGE $10.53 $13.04 MGBR M48 POLE 48" 15116" W/METAL THREAD $3.28 $5.60 MRLONG 6060 FIBERGLASS 60" YELLOW POLE $8.20 $11.18 MRLONG 6516 ALUNIGLASS 8'-16' EXTEN POLE $31.83 $38.79 NOVA520 LINER BLACK LDL33 GL 1,6MIL $21.20 $23.71 NOVA523 NOVA LINER BLK 60GL 1.6MIL 100 $34.33 $40.92 NOVA526 NOVA LINER BLK 55-60GL 2ML 100 $39.35 $49.92 PGC32987EA COMET POWDER CAN 21OZ $1.57 $2.02 PGC40217 TIDE 2X HE LIQ 4/1000Z $76.69 $83.11 PGC45112EA DAWN POT PAN DISH DET 380Z $6.30 $7.17 PUXV890116 EA BIG BOSS YELLOW SCRUB PADS $1.87 $2.43 RAC84251 TUB LYSOL DISIN WIPES 80TUB $4.77 $5.09 SMP13005EA SIMPLE GREEN GL CONCENTRATE $10.90 $13.86 WIN2400 WINSOFT 2400 BATH TISSUE $20.92 $22.45 WDF490088 WD40 LUBRICANT 160Z AERO EA $6.69 $15.99 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB 1.00 r^ L E COUNTY, FL scAt_ rt_WOA - RrAL eics MODIFICATION OF CONTRACT Modification Number:One (1) Contract Number: 21-0405A Effective Date: 5/19/2022 Title: Janitorial Supplies Effective Date: 12/07/2021 Contracting Officer: Choose a name. Contractor Name and Address: E-mail Telephone Number: Name: Bayse Janitor Supply Co. Address: 300 S. Bay Street Issued By: Procurement Services City: Eustis, Florida 32726 Lake County Administration Building 315 W. Main St., Suite 441 ATTENTION: Douglas Dernartino Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after reggp . Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to change pricing for the items on the attached supporting . document. See attached supporting do um t. CONTRACTOR LAKE COUNTY SIGNA BLOCK Signature:�TT;Tm Signature: Print Name: 6 0 C C-+J Ak 4A4V `t IVO Print Name: tl > Title: U rC ya t kis tA .iw AaL-tt-- Title: Contracting Officer Date: _ r" Date: } 1 1' / F� x `x- E-mail: 0,; c� ->e i u p P t y, C j,r, _ Secondary E-mail: u I c t nt` ca3 P S2" Distribution: Original -- Bid File Copy - Contractor Contraotins Officer PROCUREMENT SERVICES -DIVISION OF OFFICE OF MANAGEMENT AND BUDGET SERVICES F.O. BOX 7800.3 i 5 W. MAIN ST., TAVARES, FL 32778 • P 352.143.9839 • F 352.313.9473 Board of County Con+mtsstoners • www.lakeaountyfLgov DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB ItemCode Item Description Contract Price Renewal Price ABCO 00011 DECK BRUSH 10" YELLOW 2.95 3.77 ABCO BH-24536 DUSTMOP FRAME 36" CLIP ON 3.60 4.65 ABCO BR-1024MH YELLOW ANGLE BROOM WIBLK HNDL 3.85 4.00 ABCO CM-2024S COTTON MOP HEAD #24 EACH 2.81 2.81 BWK03010 TRIGGER SPRAY BOTTLE 32oz 3pk 6.13 6.89 BWKS03GNNB EA LOOPED MOP LG 1" BAND GREEN 9.08 9.70 CL030966CT CLOROX COMM SOLUTION 8.25% 15.84 18.46 CL030577 CLOROX BLEACH WIPES 150 TUB 11.70 13.37 EMPR KT230851 EMPRESS KITCHEN ROLL 30185SHTS 22.10 28.82 GENULTRA90 ULTRASOFT BATH TISS 9" 2PLY 12 16.55 20.93 KCC21606CT KLEENEX FACIAL TISSUE 1256148C 71.59 77.51 NCL 4004 TWIN POWER #4 FLOOR CLNR 640Z 26.40 29.65 NCL 4014 TWIN POWER #14 810 ENZYMATIC 29.86 32.14 PGC45112EA DAWN POT PAN DISH DET 38OZ 5.89 6.30 PGC97726PK CASCADE ACTION PAKS 621PK 19.50 22.94 $OF 410823 HEAVENLY SOFT CPULL 600SHT16CS 23.70 26.88 WIN2400 WINSOFT 2400 BATH TISSUE 18.14 20.92 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB L9 AO AVEE COUNTY, FL REAL FLORIDA • REAL CLOSE CONTRACT NO. 21-0405A For JANITORIAL SUPPLIES LAKE COUNTY, FLORIDA, a political subdivision of the State of Florida, through its Board of County Commissioners (hereinafter "County") does hereby accept, with noted modifications, if any, the bid of Bayse Janitor Supply Co. (hereinafter "Contractor") to supply janitorial supplies to the County pursuant to County Bid number 21-0405 with any included addenda (hereinafter "Bid"), with an opening date of6/23/2021, and Contractor's Bid response dated 6/10/2021, thereto with all County Bid provisions governing. A copy of the Contractor's signed Bid is attached hereto and incorporated herein, thus making it a part of this Contract except that any items not awarded have been struck through. The attachments noted below (if any) are attached hereto and are also made a part of this Contract. Attachments: N/A 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: NIA The County's Procurement Services Director shall be the sole judge as to the fact of the fulfillment of this Contract, and upon any breach thereof, shall, at his 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 12/7/2021 through 12/6/2022, 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 two (2) two (2) 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 Director. LAKE COUNTY, FLORIDA By: Sandra Rogers Senior Contracting Officer Date: di� ilI'D4�k,)t4atc. Distribution: Original -Bid File Copy -Contractor Copy -Department PROCUREMENT SERVICES 1 A DIVISION OF THE OFFICE OF MANAGEMENT AND BUDGET P.O. BOX 7800.315 W. MAIN ST., RM 441, TAVARES, FL 32778 • P 352.343.9839 • F 352.343.9473 Board of Cowy Commissioners • www.lakecountytl.aov DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB ADDENDUM NO. 1 REVISED LA E COUNTY, FL REAL FLORIDA • REAL CLOSE Office of Procurement Services P.O. Box 7800. 315 W. Main St., Suite 441 • Tavares, FL 32778 SOLICTATION: Janitorial Supplies 21-0405 05/24/2021 Revised 05/27/2021 Vendors are responsible for the receipt and acknowledgement of all addenda to a solicitation. Confirm acknowledgement by including an electronically completed copy of this addendum with submittal. Failure to acknowledge each addendum may prevent the submittal from being considered for award. THIS ADDENDUM DOES NOT CHANGE THE DATE FOR RECEIPT OF PROPOSALS. QUESTIONS/RESPONSES Q l . Can you send me the recap/bid tabulation from the last bid done like this? R1. This solicitation has been published to combine three groups of contracts (19-0520A, 19-0520B, 19-0520C, 19-0520D, 19-0520E, 19-0520F, 18-0416, 17-0434A, and 17-0434B) into one group of contracts exclusively for janitorial supplies. 'per.- •. • ' ' � ss�s:sx7�Ya:issa'ssa�'� The above contracts' bid tabulations are in Exhibit D -- Former Bid Tabulations. ACKNOWLEDGEMENT Firm Name: BAYSE SUPPLY I hereby certify that my electronic signature has the same legal effect as if made under oath; that I am an authorized representative of this vendor and/or empowered to execute this submittal on behalf of the vendor. Signature of Legal Representative Submitting this Bid: Z70Z72% S' P2WAfA9 Z4r0 Date: 6/16/2021 Print Name: DOUGLAS DEMARTINO Title: PURCHASING MANAGER Primary E-mail Address: PURCHASING@BAYSESUPPLY.COM Secondary E-mail Address: DOUG@BAYSESUPPLY.COM Page 1 of 1 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB ATTACHMENT 1 -- SUBMITTAL FORM 21-0405 The undersigned hereby declares that: BAYSE JANITORIAL SUPPLY CO. INC has examined and accepts the specifications, terms, and conditions presented in this Solicitation, satisfies all legal requirements to do business with the County, and to furnish JANITORIAL SUPPLIES for which Submittals were advertised to be received no later than 3:00 P.M. Eastern time on the date stated in the solicitation or as noted in an addenda. Furthermore, the undersigned is duly authorized to execute this document and any contracts or other transactions required by award of this Solicitation. All pricing will be FOB Destination unless otherwise specified in this solicitation document. Pricing submitted will remain valid for a ninety (90) day period. Vendor will accept payment through the County Credit Card -based payment system. YES 1.0 TERM OF CONTRACT The Contract will be awarded for an initial one (1) year term with the option for four (4) subsequent one (1) year renewals. Renewals are contingent upon mutual written agreement. The Contract will commence upon the related Notice to Proceed. The Contract remains in effect until completion of the expressed and implied warranty periods. The County reserves the right to negotiate for additional services/items similar in nature not known at time of solicitation. Contract prices resultant from this solicitation will prevail for the full duration of the Contract unless otherwise indicated elsewhere. Prior to completion of each exercised term, the County may consider an adjustment to price based on changes as published by the U.S. Department of Labor, Bureau of Labor Statistics. Refer to Exhibit A Scope of Services. It is the Contractor's responsibility to request in writing any pricing adjustment under this provision. 2.0 METHOD OF PAYMENT The Contractor must submit an accurate invoice to the County's using department's email. The date of the invoice must be after delivery but no more than 30 calendar days after delivery. Invoices must reference the: purchase or task order; delivery date, delivery location, and corresponding packing slip or delivery ticket signed by a County representative at the time of acceptance. Failure to submit invoices in the prescribed manner will delay payment. Payments will be made through the County's Credit Card -based payment system (currently a Mastercard). Payments will be tendered in accordance with the Florida Prompt Payment Act, Part VII, Chapter 218, Florida Statutes. The County will remit full payment on all undisputed invoices within 45 days from receipt by the appropriate County using department. The County will pay interest not to exceed 1 % per month on all undisputed invoices not paid within 30 days after the due date. 3.0 CERTIFICATION REGARDING LAKE COUNTY TERMS AND CONDITIONS: I certify that I have reviewed the Lake County General Terms and Conditions page and accept the Lake County General Terms and Conditions dated 10/10/2019 as written including the Proprietary/Confidential Information section. YES Failure to acknowledge may result in Submittal being deemed non -responsive. Page 1 of 3 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB ATTACHMENT 1— SUBMITTAL FORM 21-0405 4.0 CERTIFICATION REGARDING FELONY CONVICTION: Has any officer, director, or an executive performing equivalent duties, of the bidding entity been convicted of a felony during the past ten (10) years? NO 5.0 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 Submittal 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. NO CONFLICT APPLIES 6.0 CERTIFICATION REGARDING BACKGROUND CHECKS: Under any County Contract that involves Contractor or subcontractor personnel working in proximity to minors, the Vendor hereby confirms that any personnel so employed will have successfully completed an initial, and subsequent annual, Certified Background Check, completed by the Contractor at no additional cost to the County. The County retains the right to request and review any associated records with or without cause, and to require replacement of any Contractor employee found in violation of this requirement. Contractor shall indemnify the County in full for any adverse act of any such personnel in this regard. Additional requirements may apply in this regard as included within any specific contract award. YES 7.0 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM The County does not establish specific goals for minority set -asides however, participation by minority and non -minority qualified firms is strongly encouraged. If the firm is a minority firm or has obtained certification by the State of Florida, Office of Supplier Diversity, (OSD) (CMBE), please indicate the appropriate classification(s) not applicable not applicable and enter OSD Certification Number Click or tap here to enter text. and enter effective date Click or tap to enter a date. to date Click or tap to enter a date. 8.0 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: A. Primary business location of the responding Vendor: EUSTIS, FLORIDA B. Does the responding vendor maintain a significant physical location in Lake County at which employees are located and business is regularly transacted: YES If "yes" is checked, provide supporting detail: OUR PHYSICAL ADDRESS 9.0 GENERAL VENDOR INFORMATION: Firm Name: BAYSE JANITORIAL SUPPLY CO INC Street Address: 300 S. BAY STREET City: EUSTIS State and ZIP Code: FL 32726 Mailing Address (if different): Click or tap here to enter text. Telephone: 352-357-3303 Fax: 352-357-3309 Page 2 of 3 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB ATTACHMENT 1— SUBMITTAL FORM 21-0405 Federal Identification Number / TIN: 59-2874207 DUNS Number: 038493086 10.0 SUBMITTAL SIGNATURE: I hereby certify the information indicated for this Submittal is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an authorized representative of this Vendor and/or empowered to execute this Submittal on behalf of the Vendor. I, individually and on behalf of the Vendor, acknowledge and agree to abide by all terms and conditions contained in this solicitation as well as any attachments, exhibits, or addenda. Name of Legal Representative Submitting this Proposal: L?00'q S' 0WAMRM0 Date: 6/10/2021 Print Name: DOUGLAS DEMARTINO Title: PURCHASING MANAGER Primary E-mail Address: PURCHASING@BAYSESUPPLY.COM Secondary E-mail Address: DOUG@BAYSESUPPLY.COM The individual signing this Submittal affirms that the facts stated herein are true and that the response to this Solicitation has been submitted on behalf of the aforementioned Vendor. `The remainder of this page as intentionally blank] Page 3 of 3 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB rq C N E CL Q 3 Ln 0 N 4z a 00 00 In MM N 0\ O ti N M d [/] 00 O U O O O O O O cn d Ch 00 SSSIn �• F y O v O W py F M m Pq d � +per' U N d U rn 00 oo o d N d m 00 In 0 o 00 m 0 0o 00 00 0 N �D kn 0 m O. ON kn In m C\1 <2� N O �-+ V N 00 N �• �Y �p d• op N O M ti 69 69 69 69 6~9 69 69 69 69 69 69 69 69 O U m y O U M Od 00 0 on0 M In d01 06 — — z Fsr 6N9- H3 6m9 VN} o� U� m ° c V CD 00 N da' N CD CD c�+i O CD N N k}�CY O 'z O M t M o C. �w 3 N 0 0 Wn in It It m N m m o "' o UO (AA m bA b4 bA 1. Ry sc2'5-. p 3 O P U m u u u > > m a �a A 00 O � a m H In CD in Ch YCJ m b Cu� p y cn jZA� O o m U�U�� �° Qcn G. 0 O O CDO 'D 111 1 ) F� rn O o n —00 cx N o N i i N m N v N C.) 0 N o M a M o M a m o M CD�••� M o M 0 I? m 0 m 0 m 0 M 0� M a M "—In n 0 4 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB a z Np A. P� " NO aa M N CD O CA N �p N r-� O i���"GSS O N O O M OPq Ri O kn e•-r Pi Ri O �i U N O N ,-w O y °z O O Q Ro U O O 6 O 6 6 O 6 O O z o P4 6 r�-i N cn N 00 N U as O Ci n p p FP o4 y N 00 0 ✓ Cl7J Q ~ U U � Z U Nt d N �O b rN N N rNr N N N � Q+ Cd Cd i1 N O\ o N vl M o d Ln n 00 N 00 N O 't[ O 00 N cl�, O 00 N �O F4 vl N m �O Cr, M In m %o — m NW) � %D — %D .w Rn l� 00 N n �` co N r•i tl ri v 69 69 69 bn 69 69 64 S9 V) b9 U.) 6 69 69 yy 69 69 64 69 O u L m 00 M k pp R ,kn 00 oo n 00 6s Qq z 69 F✓-i 59 N 64 — Gy Vl 69 [V 69 by ul �„ yj i a , FA CA6�9 to er 64 O � U+� 41 � y ° A = ° a O Cl r C11 N +--� O N �n ct' �p O O oM O N O eF N O oM N O V1 N 00 kn N p U Z G d' U 00 N o C5 On M �� t0 01 O M � 00 N --o M N O O CD[� O N00 CD 4 m N o O C7 C7 C7 C7 C7 [� C�7 U t `� o C7 vOi P a U pO� 4 bo b-0 b4 p d � �} O O �a o b 0 0 0 0 0 0 o O 0e w q � � w J s r� 00 00 x Q A O cn In U al ~ N N a U F4 CA y z O a p O O O W U W Oin 'D � � U pWy� O U P7 FG w W W V] U1 x a H x N © Ri C4 LPa H co °� O V,w U• z O F-� O O m .. C o •-� x x i i i � � � o 0 In rxn CA �n ri CA A s � N-1 r.a P: A✓i 0.i Ri P-i f� p: P �`? N la �a x n D N m a DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB W /Id 25 a N +J N I. o a Ln 000 Oen q N N iD a O Vl O M N O S LnCA /. cn Q Vi to 0 O a, CD Q 1 W W p O O O O O O a o 00 cy dam' M h a ~ M N ¢ 'y a �. In In ko M CI O aO M M N -� d [zi L N u 47 ON ,N.i .N-� Cs� y U y co 00 O N 00 T 00 IIO O 00 CI?N 1.0 O d O d N cc}} H O Vl b D M 00 CO N_ CDN 1O M M 69 Ey 69 t: GR r-- FR 94 o, N 94 t� fr1 69 M Hi kn �O 69 cp N 69 Vr 69 [� d' 4A r d' N b/ t-- 'd 69 oo 00 69 Vi 64 M 69 4 U �yNr O O Q T O M O L� Go M a; In 00 00 01 m O ,--� ,N 69 oo 64 fA 6y 64 69 69 O 64 06 64 ,6 EH m 69 M 59 4 69 69 69 59 59 U o .61. a q q VV�1 N O O Vl O -n O It O O V'l N N O v> O 10 V'l t` O M O oo O In N N In N r2y IM Gn m ON (m� M M O ill r% O AN-� Vi �O M kr V] N Vt CDd' O 0 a1 TA U w U cn zn cn C CIO O to rn W rn W un W d d C, � � 'vz A W rA zn U C� k rii cn cn W rn F rn rn rn co� d PG si.' C7 uj rr��4F N �1 fd] O U N O d Q N O R' Ua R' C7 W W v, W 00 tz7 iii to O v, 3 o z o x O O ¢ CA O U a a M A Q 7 O PO Pi x P. o H ch w o W p �7] ¢ U 0o u pE GT C7 a Ch s d z z O E duo d 4¢ H O ,� 0 ,} U TA On 6 V'a dry a �a .�z aoEn U v �� �u u u u ra Q DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB F o O N N O00 N V N ozz zoz a' o � a Z a C7 C7 Cz7 w � A4 O 0Qo ✓ CIO ' '07 N N C7 U r ' d ¢p�,+ O �✓ cey+r N R N d 93 93 Q w N m m h C) 0 O N iD [, O 00 Ca O N 1l O N N �D O iD �D V1 O di 6y N 63 r M 69 T in 6A 00 oo 69 O m 69 ri t� 64 �y n 69 N v� 6<] oo N 69 [V M 66 m oo rq CJ N 69 tl N 64 0 CJ d y en04 D O1 f N (� q � b o0 Clw O Ln 6r9 m4 b 69 69 69 6~4 69 69 a z a z Ln 6Fi N 6N9 g o U 44 N G] N dO- C;, V N N N N N N N O O O ��'/] O F4 M N re) �i I N O O Ow0 7v. O 7 N M oo oo p In CDN 4/1�-[ O NN N z L L � m a U R doh ° U � L4 fhb 7 yd ySw� �i In o ° a O a a U w� ° w N ° F" �¢ C. Y O Ln z o z C4 sa w A CIO o 0 DC W ° U00 0 04 ¢ m w x OV W w coo 0 b O O � � z O rev H � � � � � En z M j n C7 cn a a DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB 0 UJ CL r5 0 Lr 0 v 0 14 N `"�0 oN o ^� w n b `OD rq a m N n 00 O Z PQ 1 N o o pU� z O z O M o p h m Pi P. O a co Pa ago 0 � o m 00 �Go oCS CD C7 O o b vi b h eP z a it v � d r� U N N ,N,,, „N� �' 00 N N N m CD 00 \4 V Rk �1 N U �D � N O m 00 00 00 10 rn 1p Vl M r O �O 00 N 00 O 00 00 iO N O LO CA N 4'l b N O b N 69 49 O m Y-1 64 c� d 64 CT m 64 06 N 69 ti yi vi �D Ni CV m 64 cs 69 vj 011 69 00 10, 69 06 1n 64 It FA W� 69 E9 00 kn 64 O U O y eC 00 xn v7 O ff11 Gl oo O l� 00 00 N 00 m tq 0o 0 N (;NN ID O rn 011 � N 00 o � O% a, 00 v-� N n Qy y 69 K1 69 wi '9 b O Oi 69 69 rr 69 CV 64 M 69 00 69 N 69 M 64 I� FF1 6~4 h 69 � 69 00 69 69 U° o W d o N .-+ N N O N b o O �n m 0 PO ' iV aLn PLO 00 O U Mo~o � �° NF on 0 Ln O �w zw ww Peww zr ++ (U N 1.I 4 u j td `}r 0-0 tG FQ pY. oPq z P- Im Q H [)rq A G l7 O o o Py CY z m P; Fk t7 In A C U R F] U a A o w o z Q > x� A o q o � O d' 0 0 0 0 0 10 a 0 0 a$ O¢ �0 0z 0w 00 A .4 � � � Z a a Oa O a P� a O O O O O O O d n 0 v txO M R DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB Q 1— Ul a a Ln D C a 0 N d p n 0 ON o d o O o R ON O O d O N � M W O W PG W' W z a a o o 0 0 a0a M°w \O C> Ooo a P� N m �i 4l 130 r, O �j N !� n CY o0 o cn O N [O� H W €� [� O O co N a ON O O poo10 n m m °� el- pp Ca H3 N N 6H bR „mti d3 N 64 N 69 ON 69 r 64 N 69 69 m 64 d' 6F1 fA A 69 yy e} 69oo O O u 67 CD CD4 pop N n O CD cat] �j V M n M 69 bO4 60 N 69 O �p N 69 N F/i 6A N 6q 6�9 0�0 6�9 5�9 6n9 G" y�9 m F/) V G m N m N N Nkn y z N Q N CDry pap O V rk a; O U �Q C7 CJ Gq p� Vj Pq LQ p U o O o U O Q w 5 V or z m N H rii o �l p d U o CY O O tktE- �7 6 0. E NO N 9 rA f� N � a m Q a� R F3 O W ffl �¢ WW A x cD � aIn a au u V U w c DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB ;Id l= O Zr N 1z h �Gp O 00 Q O O U N rn N O O OCIO a z cn V3 0 z CD CQ a a n v 9 F. 00 d � y u" zu N R a U cq t- — ON ON N d 0000 V1 O� N � 69 99. 64 64 69 U% 0 rvjU p d 64 i0 64 '31 419 I.m M 69 00 64 y � O U v w O a 00 O ti b ` O 00 ear A U O U 8 z q N U _ C) a ci U O O m � O O< w C7 0 O w O w w U A A Q o m m rn DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB W= 0 N III Q 3 � b4 4 .M as 0 o o 0 Lh w b b b v 0 to " 0 O C o 0 v 0 CD 0 d W � vo vo• CD v d ` G z z z z 0 0 z o 0 0 d d � a d N O ^ m c u I' Uhl n t�— V va ss 61, sg 01 O N �O y a �c CG O W O W O �Q R1 O Ltil 0 FW 0O P� O m N 14:� N ON N Oi N Ga Q Q C 48 zz z yO H z z z x 69 G A fA 64 z Z U d d c`°i as cwi as m xi n� s� o ceji s� ID Nppp o0 00 o m N o n w a N I c W [7 W tn N o rq o °r v CD CD N ° o cn r`ry A N In O� a as � zz U z Z z Iz U N U o w P. O� W V) � Old O U OW� o F� O A cp�Wi� O PO ( CY C7 O a U N zWz kl U N W 0 O x U3 O �' W O N� d d czn u A C� d' V'] < �O O ,Do N U N 0, N tt 'd' '�..� d- �' d• vl vl �y �4 u M A mS M O W a W M I� o I? P, 0 I? 0 M 0 M a 0 C1 0 M 0 M o M CZ)a f? M CDU M DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB N C N E U m LA DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB 0 m w »n a a a P4 C h 1� W a i Q CL Ln 0 m vi 0 d• O �-I N t ai DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB 21-0405, Janitorial Supplies Attachment 2 Page 4 of 4 The following information is required for price redetermination consideration. Assuming prices quoted include costs for vehicles, maintenance, repair, insurance, fuel, wages, insurances, other employee benefits, materials, overhead, operating 1.00% expenses, etc., what percentage of the rate is directly attributed to the cost of fuel? Which does the firm use: Diesel fuel or Gasoline? IGAS Assuming prices quoted include costs for vehicles, maintenance, repair, insurance, fuel, wages, materials, overhead, operating expenses, etc., what percentage of the rate 4.00% is directly attributed to the cost of wages? Assuming prices quoted include costs for vehicles, maintenance, fuel, wages, insurances, other employee benefits, materials, overhead, operating expenses, etc., 0.00% what percentage of the rate is directly attributed to the cost of materials? Lake County is exempt from all taxes (Federal, State, Local). A Tax Exemption Certificate will be furnished upon request for any direct purchasing. Contractor will be responsible for payment of taxes on all materials purchased by the Contractor for the project. DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB EXHIBIT A — SCOPE OF SERVICES 21-0405 JANITORIAL SUPPLIES Contractor shall furnish Janitorial Supplies for Lake County, Florida. Contractor(s) shall have experience in fulfillment services, system support, reporting and management of cleaning supplies, cleaning equipment, and paper products. 1. Product Core List: Core List: These line -item priced products are listed in Attachment 2, Pricing List. The County has confirmed general availability of the listed items on multiple vendor websites. 2. Non -Core Items: Although this solicitation is specific to the product core list as shown in Attachment 2, Pricing List, the County may purchase non -core items. 3. Internet -Based Ordering System Contractor must provide an online ordering service capable of managing authorized orders from County staff. A. Contractor shall have a Secure Internet ordering system already established prior to contract that includes SSL Certificate. B. System shall provide individual employee access to the web site with unique user ID and password availability. C. System shall have the capability to review, cancel, and track orders while providing product information. D. System shall accept purchasing cards, purchase order, or blanket purchase order for payment. E. This intemet-based ordering system shall be available 24 hours a day. Any scheduled maintenance shall be coordinated with logistics supervisor. F. Contractor shall provide documentation explaining how payment data is secured. This can include what payment service is being used and all information security practices that are in place. 4. Pricing and Quantities A. Pricing must be per unit of measurement. B. Pricing must be for new goods only. Contractor represents and warrants that the goods offered under this agreement are new, not used, or reconditioned. C. Pricing shall be inclusive of all packaging, handling, shipping charges, labor, fael charges and inside delivery to any point(s) within the County. D. Contractor will not charge a fuel surcharge and all freight will be prepaid. E. There shall be no minimum ordering requirements. The County will not pay a minimum order charge or handling charge. 5. Acceptance of Goods or Services The product(s) delivered 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, fiilly in accord with the specifications and of the highest quality. Page 1 of 5 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB EXHIBIT A —,SCOPE OF SERVICES 21-0405 JANITORIAL SUPPLIES Any goods and/or services purchased 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 Contractor, to include return of any non -compliant goods to the Contractor at the Contractor's expense, requiring the Contractor to either provide a direct replacement for the item, or a full credit for the returned item. The Contractor 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. 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 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. 6. Brand Name or Equals/Deviations Unless otherwise specified, the mention of a manufacturer's brand name or number does not imply that this good is the only one that will be considered for purchase. The reference is intended solely to designate the type or quality of good that will be acceptable. No alternative/equal good will be consider for goods marked as "No Substitute".. Contractor must submit a request in writing and include descriptive literature and/or specifications for consideration of an equal or alternative. The determination as to whether any alternate good is or is not equal shall be made solely by the County and such determination shall be final and binding. The County reserves the right to request a sample and/or review additional information to make such a determination. 7. Delivery and Availability A. Janitorial related materials and supplies may be requested to be delivered to any area of the County but may also be picked up by a County employee with valid Lake County identification. ID must be checked with every in -person purchase. B. Contractor shall schedule delivery day and time with the ordering department to insure County personnel availability. C. Confirmation of all orders and backordered items shall be provided by email to the ordering party within one (1) business day from the time the order was placed. Orders will be available for delivery, no later than two (2) business days from receipt of order. D. If an order is placed for an item that is out of stock or there is a substitute to the item requested, this shall be communicated to the ordering party and approved prior to delivery. Non -stock product(s) should be available for delivery, no later than fourteen (14) business days from receipt of order. Page 2 of 5 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB EXHIBIT A — SCOPE OF SERVICES 21-0405 JANITORIAL ,SUPPLIES E. Any items received by the county in error due to wrong item bid or alternative good is not of equal quality, Contractor will provide an return merchandise authorization (RMA) label at no charge to the county and/or will pick up any designated returns for return -to -stock processing and account crediting. F. Contractor will provide a written notice within twenty-four (24) hours of any products covered by this contract that the Contractor has placed on. backorder. Contractor's backorder notification will include: • The product(s) placed on backorder. • The expected timeline of the backorder. • The reason for the backorder. G. Deliveries resulting from this bid are to be performed during the hours of 8:00am — 3:00pm (EST) Monday thru Friday. Contractor shall notify freight companies of the delivery hours. 8. Product Expiration Dates All products received must have an expiration date of twelve (12) months or more from the date of delivery. 9. Purchase of Other Items Not Listed Within this Solicitation Based on Non- Core Item Pricing While the County has listed all major items utilized by County departments, there may be similar or ancillary items that must be purchased by the County during the term of this contract. Under these circumstances, a County representative will contact the primary Contractor to obtain a price quote for the similar or ancillary items utilizing the pricing as shown in Exhibit B, Pricing Page, 2, Non -Core Items. If multiple Contractors on the contract, the County representative may also obtain price quotes from these Contractors. The County reserves the right to award these ancillary items to the primary contract Contractor, another contract Contractor based on the lowest price quoted, or to acquire the items through a separate solicitation. 10. 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 common carrier shall not constitute delivery to the County. Any transportation dispute shall be between the Contractor and the carrier. The County will not consider any bid or proposal showing a F.O.B. point other than F.O.B.: Destination — Inside Delivery. 11. Warranty The Contractor 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 Contractor gives to any customer for comparable quantities of products and/or services and the rights and remedies provided herein are in Page 3 of 5 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB EXHIBIT A — SCOPE OF SERVICES 21-0405 JANITORIAL SUPPLIES addition to said warranty and do not limit any right afforded to the County by any other provision of this solicitation. The Contractor hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the Contractor in conjunction with this solicitation and resultant contract shall be new, warranted for their merchantability, and fit for a particular purpose. t2. Price Redeterminations Contractor may petition for a price redetermination with documented increases in the cost of wages, fuel, or materials. Petitions for price redeterminations should be made within 30 calendar days of the anniversary date of the Contract. Unless otherwise expressly set forth in the Contract, no other price redeterminations will be allowed. a. Basis for Price Redeterminations. Price redeterminations will be based upon changes documented by the applicable Employment Cost Index (ECI) or Producer Price Index (PPI) as published on the Bureau of'Lcabor Statistics site here. The base index number will be based on the solicitation's opening date. Subsequent price redeterminations will use the last approved price redetermination as the base index number. The County shall have the right to audit the Contractor's records to verify/investigate the validity of any request. Contractor will be required to petition for a price redetermination decrease if pricing decreases. Failure to make such petition may be grounds for contract termination and shall entitle the County to a refund of the cumulative prior price redeterminations increase paid. b. Wage Price Redetermination. Contractor should utilize the Employment Cost Index, Total Compensation, Private Industry, Index Number and Occupational. Group from the Bureau of Labor Statistics located on the Statistics Site here. The base figure will be tied to trade, transportation, and utilities under the heading Service Providing Industries. Wage price redetermination increases will be considered only by reason of wage increases associated with the Contractor's employees performing Contract work. C. Minimum Wage Price Redetermination. Contractor may petition for price redetermination for Contractor's minimum wage employees should the minimum wage increase during the Contract. Upon verification, the County will grant an increase matching the minimum wage increase. d. Fuel Price Redetermination. If firel prices change by a minimum of ten percent, Contractor may petition for a fuel price redetermination. Fuel price redetermination are based upon changes as documented by the Producer Price Index (PPI) for the commodities "Unleaded Gasoline - WPU057104" or "#2 diesel fuel - WPU057303," as applicable to the Contractor's performance of the Contract. e. Materials Price Redetermination. Contractor may petition for a materials price redetermination. As a condition of petitioning for a materials price increase, Materials price redetermination must be based solely upon changes as documented by the Producer Price Index (PPI) for the commodity "Cleaning Supplies and Paper Products — WPU58G1" as published by the Bureau of Labor Statistics. Page 4 of 5 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB EXHIBIT A -- SCOPE OF SERVICES 21-0405 JANITORIAL SUPPLIES f. Expiration Upon Failure to Agree to Price Redetermination. If the County and Contractor cannot agree to a price redetermination, the Contract will automatically expire without penalty or further expense to either party after a period of six months following the Contractor's initial request for such price redetermination. The County reserves the right, at no expense, penalty, or consequence to the County, to award any remaining tasks thereunder to the next available most responsive and responsible contractor. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] Page 5 of 5 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB EXHIBIT B — INSURANCE REQUIREMENTS 21-0405 Vendor shall provide proof of insurance capabilities, including but not limited to, the requirements of this Solicitation. Coverage does not have to be in effect prior to a Purchase Order or Contract being executed by the County. Awarded Vendor (Contractor) shall provide an original certificate of insurance reflecting coverage in accordance with the requirements of this Exhibit B within five working days of such request. It must be received and accepted by the County prior to contract execution and before work begins. Contractor shall provide and maintain insurance policies with a company(ies) authorized to do business in the State of Florida, and which are acceptable to the County, insuring the Contractor 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, or obligations of the Contractor under the terms and provisions of the Contract without cost or expense to the County during the entire term of any Contract. Contractor is responsible for timely provision of certificates 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, must ensure the Contractor in accordance with the following minimum limits: 1. 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: Each Occurrence/General Aggregate Products -Completed Operations Personal & Adv. Injury Fire Damage Medical Expense Contractual Liability $1,000,000/2,000,000 $2,000,000 $1,000,000 $50,000 $5,000 Included 2. Automobile liability insurance, including all owned, non -owned, scheduled, and hired autos with the following minimum limits and coverage: Combined Single Limit $1,000,000 3. Workers' compensation insurance based on proper reporting of classification codes and payroll amounts in accordance with Chapter 440, Florida Statutes, and any other applicable law requiring workers' compensation (Federal, maritime, etc.). If not required by law to maintain workers' compensation insurance, the Contractor must provide a notarized statement to not hold the County responsible for any payment or compensation. 4. Employers' Liability insurance with the following minimum limits and coverage: Each Accident $1,000,000 Disease -Each Employee $1,000,000 Disease -Policy Limit $1,000,000 Lake County, a Political Subdivision of the State of Florida, and the Board of County Commissioners, must be named as additional insured as the County's interest may appear on all applicable liability insurance policies. The certificates of insurance must 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 County. Page I of 2 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB EXHIBIT B — INSURANCE REQUIREMENTS 21-0405 Contractor must provide a copy of all policy endorsements reflecting the required coverage, with Lake County listed as an additional insured along with all required provisions to include waiver of subrogation. ' Contracts cannot be completed without this required insurance documentation. (Nate. A simple COI WILL NOT be accepted in lieu of the policy endorsements). Certificates of insurance must identify the applicable solicitation number in the Description of Operations section of the Certificate. Certificate Holder must be: LAKE COUNTY, A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA, AND THE BOARD OF COUNTY COMMISSIONERS. P.O. BOX 7800 TAVARES, FL 32778-7800 Certificates of insurance must evidence a waiver of subrogation in favor of the County, that coverage will 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. Contractor will be responsible for subcontractors and subcontractors' insurance. Subcontractors must provide certificates of insurance to the Contractor evidencing coverage and terms in accordance with the Contractor's requirements. All self -insured retentions must appear on the certificates and will be subject to approval by the County. At the option of the County, the insurer must reduce or eliminate such self -insured retentions, or the Contractor or subcontractor must procure a bond guaranteeing payment of losses and related claims expenses. The County will 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 will be the sole responsibility of the Contractor 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 Contractor or subcontractors, nor a failure to disapprove that insurance, will relieve the Contractor or subcontractors of full responsibility for liability, damages, and accidents as set forth in. this solicitation or any contract arising from this solicitation. [Remainder of this page intentionally left blank.] Page 2 of 2 DocuSign Envelope ID: CAE77BAB-09B6-433F-95FE-C94ACDA40ECB Lake County - Vendor Bids COUNTY, FL REAL FLORIDA • REAL CLOSE Solicitation Number: 21-0405 Solicitation Title: Janitorial Supplies Open Date: May 18, 2021, 12:00:00 AM Close Date: Jun 23, 2021, 3:00:00 PM Firm Name Acuity Specialty Products, Inc dba Zep Sales and Service Agni Enterprises, LLC (dba) Head to Heels Safety Supplies ALL FLORIDA PAPER Bayse Supply Co Global Equipment Company Inc Medline Industries, Inc. Medzon Noble Sales Co., Inc. Northgate Limited,lnc Pyramid School Products Staples Contract & Commercial LLC Location Atlanta, GA Miami Lakes, FL MIAMI, FL Eustis, FL Port Washington, NY NORTHFIELD, IL Anaheim, CA Rockland, Massachusetts Sarasota, Florida TAM PA, FL Framingham, MA https://procurement.lakecountyfl.gov/respondents/21-0405 1/2