Lake County, Florida

REQUEST FOR QUOTATION
(RFQ)

Commodity Code(s): 030-00, 939-00, 939.00, 340-00

Open Market Existing Contract
Original Modified
RFQ No: Q2022-00011-2
Due Date: 11/5/2021 at 3 p.m.
This RFQ is closed.
Pre-Proposal Conference: Not Applicable
Permitting/Licensing Required: No
RFQ Contact
Name: Sandra Rogers
Phone: (352) 343-9832
Email: [email protected]
THIS IS A PRICE INQUIRY. THIS IS NOT AN ORDER.
Terms and conditions governing this quotation are attached hereto. Insurance requirements, if applicable, are also attached hereto as part of this document. As this price request constitutes an inquiry, and not an order, it implies no obligation to purchase on the part of Lake County.

Service Agreement for Breathing Air System Maintenance and Repairs for Fire Rescue

All prices submitted are to be on the form below in accordance with all terms and conditions set forth in this Request for Quotation. Prices quoted should be in unit of measure shown. Any award resulting from this RFQ will be made to the responsive, responsible vendor which offers the lowest price on an aggregate basis. If award is noted to be made on an aggregate basis, any vendor response that fails to include pricing for all items may be rejected. Per Section 287.05701, Florida Statutes, the County will not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor.

Prices shall be quoted F.O.B. Destination – inside delivery, freight included and shall be inclusive of all costs. Current and/or anticipated applicable fuel costs should be considered and included in the price quoted.

Work must be completed within 14 days after issuance of purchase order or notice to proceed.



Supporting Documents

Below are supporting documents that have been added to this RFQ. Please be sure to review these documents prior to responding to this RFQ.



DescriptionDetailsQuantityUnit of MeasureUnit PriceExtended Price
Service Labor per Hour

 Hourly rate fo repair labor as needed, quantity reflects estimated number of hours annually

20Each $______________ $______________
Single High Pressure Air Test

 Performed quarterly for each unit, results to be submitted to County electronically

36Each $______________ $______________
Percent Markup on Parts

 List percent markup from contractor's cost on parts and supplies (over $25.00 only -- see Specifications/Special Conditions). Quantity to be determined as needed to perform maintenance and repairs.

1Percentage $______________ $______________
Semi-Annual Preventative Maintenance

 Performed semi-annually for each unit

18Each $______________ $______________
Total Price: ___________________________

Specifications and/or Special Conditions

The purpose of this Request for Quote (RFQ) is to solicit pricing for a service agreement on Lake County Fire Rescue's (LCFR's) existing breathing air units and associated fill stations. Services shall include on-site semi-annual preventative maintenance and quarterly high pressure air testing in compliance with NFPA 1989 standards. Contractor shall submit air samples to a laboratory that is accredited for testing compressed breathing air in accordance with ISO 17025, shall provide results of all air sample tests in writing, and shall maintain documentation for a period of not less than five (5) years. Services shall also include on-site repairs on an as-needed basis. Contractor shall respond within forty-eight (48) hours for all emergency calls and non-scheduled repairs. Pricing shall include all mileage and all parts and materials with a cost of $25.00 or less needed to complete the work as specified above. At no time shall there be a charge less than $25.00 on an invoice.

Bidders must upload a statement demonstrating that they have the resources and capability to provide the materials and services as described herein and that all work will be performed by trained service technicians. Additionally, bidders must provide three (3) references, including at least one fire department, for whom similar services have been performed.

LCFR currently has nine (9) compressors in service at separate fire stations located throughout Lake County; current inventory consists of brands Bauer, Coltri and Mako. The County reserves the right to add, remove, or change units and/or locations at any time during this contract. Current locations are:

  • Fire station #14, 18840 County Road 42, Altoona
  • Fire station #27, 19212 County Road 44B, Eustis
  • Fire station #56, 506 W Berckman Street, Fruitland Park
  • Fire station #70, 531 Sunnyside Drive, Leesburg
  • Fire station #76, 8819 State Road 48, Yalaha
  • Fire station #85, 17105 Porter Avenue, Montverde
  • Fire station #91, 746 Albrook Street, Mascotte
  • Fire station #109, 11630 Lakeshore Drive, Clermont
  • Fire station #112, 16240 County Road 474, Clermont
  1. TERM OF CONTRACT:  The Contract will be awarded for an initial one (1) year term with the option for two (2) subsequent two (2) year renewals.  Renewals are contingent upon mutual written agreement.
  2. PAYMENTS:  The Contractor must submit an accurate invoice to the County’s using department’s email, [email protected]. The date of the invoice must be after service but no more than 30 calendar days after service. Invoices must reference the purchase or task order if applicable, service date, service location, and corresponding work order signed by a County representative at the time of acceptance. Failure to submit invoices in the prescribed manner will delay payment. 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. CERTIFICATION REGARDING BACKGROUND CHECK:  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.  Vendor agrees to this certification when submitting a bid.
  4. FURNISH AND INSTALL REQUIREMENTS:  The specifications and statement of work contained within this solicitation describe the various functions and classes of work required as necessary for the completion of the project. Any omissions of inherent technical functions or classes of work within the specifications or statement of work will not relieve the contractor from furnishing, installing or performing such work where required for the satisfactory completion of the project. The contractor will also be required to provide adequate general user training to County personnel on the appropriate use of the materials or products as and if necessary.
  5.  LABOR, MATERIALS, AND EQUIPMENT MUST BE SUPPLIED BY THE CONTRACTOR:  Unless otherwise stated in this solicitation, the contractor shall furnish all labor, material and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications, such materials and equipment must be of a suitable type and grade for the purpose. all material, workmanship, and equipment must be subject to the inspection and approval of the County's Project Manager.

 QUANTITIES SHOWN IN PRICING AREAS IS FOR EVALUATION PURPOSES ONLY.



Ship and Bill To:

Lake County Fire Rescue
PO Box 7800
Tavares, FL 32778-7800

Certain insurance requirements apply to any purchase in response to this RFQ: Yes

If "yes" is specified above, the specific requirements are described within this RFQ. The vendor selected for award must provide a Certificate of Insurance that clearly complies with the stated insurance requirements prior to issuance of any purchase order. Failure to do so within the requested timeframe (five (5) working days under otherwise noted) may be cause for rejection of that vendor's response.

 

 

 

I acknowledge and agree to abide by all conditions contained in this quotation as well as any special instruction sheet(s) if applicable. Payment terms 30 Days from receipt of materials and/or services and receipt of a proper invoice; delivery FOB Destination – Inside Delivery.

Company Name ____________________________________ Signature ____________________________________
Address ____________________________________

____________________________________
Name/Title ____________________________________
Phone ____________________________________ Fax ____________________________________
Email ____________________________________ FEIN No _______-______________________ Date: ___________
Prompt payment discount: ______% if paid within ______ days.


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

Primary Business Location: City: _____________________________ State: ________
Does this business maintain a significant physical location in Lake County at which employees are located and business is regularly transacted? _____Yes _____No
If "yes", provide supporting detail:

___________________________________________________________________________________

___________________________________________________________________________________

Insurance Requirements

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 (5) working days of such request. It must be received and accepted by the County prior to Contract execution and before any 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 insure the Contractor 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:

Each Occurence/General Aggregate $500,000
Products-Completed Operations $500,000
Personal & Adv. Injury $500,000
Fire Damage $50,000
Medical Expense $5,000
Contractual Liability Included

Automobile liability insurance, including owned, non-owned, 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
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 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.

Employers Liability insurance with the following minimum limits and coverage:

Each Accident $100,000
Disease-Each Employee $100,000
Disease-Policy Limit $500,000

Professional liability and specialty insurance (medical malpractice, engineers, architect, consultant, environmental, pollution, errors and omissions, etc.) as applicable, with minimum limits of $500,000 and annual aggregate of $1,000,000.

The following additional coverage must be provided if a dollar value is inserted below:

Loss of Use at coverage value: none
Garage Keepers Liability at coverage value: none

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 Contractor’s specific responsibility to ensure that any such notice is provided within the stated timeframe to the County.

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 at time of Contract. Contracts cannot be completed without this required insurance documentation. (Note: 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.