Loading...
Item F4 I' ./ I BOARD OF GOVERNORS / FIRE AND AMBULANCE DISTRICT 1 / AGENDA ITEM SUMMARY Meeting Date: September 16, 2009 / Division: Emergency Servides Bulk Item: Yes - No X- Department: Fire Rescue / Staff Contact Person: Billy Pruitt ) AGENDA ITEM WORDING: Approval to award bid and enter into an Agreement between the Board of Governors Fire and Ambulance District 1 of Monroe County and Fire Tech Repair Service, Inc. for maintenance of Fire Rescue vehicles, including semi-alUmal inspections, preventative maintenance, and unscheduled maintenance resulting from malfunction or failure. ITEM BACKGROUND: On August 11, 2009 sealed bids were opened for maintenance of Fire Rescue vehicles, including semi-annual inspections, preventative maintenance, and unscheduled / maintenance resulting from malfunction or failure. There were two bids and Fire Tech Repair Service, Inc. was the successful bidder. We are requesting that the Board accept the Fire Tech Repair Service, Inc. bid and enter into a contract commencing on October 1,2009 and ending September 30, 2010. The contract provides for annual renewals for up to three (3) one-year periods, with the approval of the District's goveming Board. The previous contract was with Fire Tech Repair Service, Inc. which expired on September 30,2009. Itemized pricing for the hourly labor r.ate was increased from $73.00 to $95.00 per hour for the technician and the annual pump test was increased from $250.00 to $300.00 for the term of the contract. All other item pricing is provided in tjle contract for the various types of servIce. PREVIOUS RELEVANT BOG ACTION: On June 17,2009 the Board (BOCC) approved the advertisement of sealed bids for the maintenance of Monroe County Fire Rescue's fire apparatus, including preventive maintenance, unscheduled maintenance and annual pump testing. CONTRACT/AGREEMENT CHANGES: Itemized pricing for the hourly labor rate was increased from $73.00 to $95.00 per hour for the technician and the annual pump test was increased from $250.00 to $300.00 for the term of the contract. ST AFF RECOMMENDATIONS: Approval as written. TOT AL COST: $100,000.00* INDIRECT COST: BUDGETED: Yes ~No_ *Budget FY 20 10 to cover cost of periodic inspection. preventative maintenance and pump testing. 1n addition, the contract also includes fixed pricing for unscheduled repairs at $95.00/hour and parts at 25% over cost. DIFFERENTIAL OF LOCAL PREFERENCE: N/A COST TO COUNTY: same as above SOURCE OF FUNDS:Ad Valorem Taxes REVENUE PRODUCING: Yes ~ No.1L AMOUjl'T PER MONTH_\~ar _ APPROVED BY: County Atty~OMB/PurChaSing -=-- Risk Management~ DOCUMENT A TION: Included X Not Required DISPOSITION: AGENDA ITEM # Revised 11106 . - MONROE COUNTY BOARD OF GOVERNORS CONTRACT SUMMARY / Contract with: Fire Tech Repair Service Contract #_ Inc. Effective Date; 10/0112009 I Expiration Date: 09/30/2010/ Contract PurposelDescription: New contract for maintenance of Fire Rescue Vehicles maintenance of Fire/Rescue vehicles, semi-annual inspections, preventative maintenance and unscheduled /t maintenance resulting from malfunction or failure. Contract Manager: Camille Dubroff 6010 Emergency Services / Stop 14 __~ (Name) (Ext.) (Department/Stop #) for BOCC meeting on 09/16/2009 / Agenda Deadline: 09/01/2009 CONTRACT COSTS Total Dollar Value of Contract: $ $100,000.00 / Current *FY 2010 Budget to Year cover costs and includes Portion: $ $ 95. OO/hr and parts at / / Budgeted? Yesf2J NoD 25% over <;:ost / Account Codes: 11500-530462----=- ---=- _ Grant: $ - - - - ----- County Match: $ - - - - -............-.----- - - - - -----..........._-- ADDITIONAL COSTS Estimated Ongoing Costs: $~ yr For: (Not included in dollar value above) -(ego maintenance, utilities, janitorial, salaries, etc_) CONTRACT REVIEW Changes Date Out fate In Needed Division Director ~9 YesDNo0 1::/-0 Rii) Mana~ne.['t g 'j&V'1 YesD No ('. . o~Xl)i r tj \'JJ - ot6 ---=3 (& O.M.B.lPurchasing '( -~I-U 1 YesD N County Attorney C{\i(l.,~\\J\ ~~LM YesDNou ___ f. 1::;'6l' Comments: OMB Fonn Revised 2/27/01 Mer #2 " , . CONTRACT BETWEEN TH~ BOARD OF GOVERNORS FIRE AND AMBULANCE DISTRICT 1 OF MONROE COUNTY, FLORIDA AND . FIRE TECH REPAIR SERVICE INC. FOR MAINTENANCE OF FIRE/RESCUE VEHICLES THIS CONTRACT, hereinafter "CONTRACT OR AGREEMENT" made and entered into this 1 st day of October, 2009 by and between Board of Governors Fire and Ambulance District 1 of Monroe County, Florida, hereinafter referred to as "DISTRICT", and Fire Tech Repair Service Inc. , hereinafter referred to as "CONTRACTOR". WITNESSETH: WHEREAS, the DISTRICT advertised a notice of request for proposals for MAINTENANCE OF FIRE RESCUE VEHICLES WHEREAS, the successful Respondent was Fire Tech Repair Service Inc., and; WHEREAS, this CONTRACTOR represents that it is capable and prepared to provide such services, and; WHEREAS, the DISTRICT intends to enter into an agreement for maintenance of Fire Rescue vehicles, semi-annual inspections, preventative maintenance, and unscheduled maintenance resulting from malfunction or failure with the CONTRACTOR and; WHEREAS, this contract is an "Agreement" between both parties, NOW, THEREFORE, in consideration ofthe promises contained herein, the parties agree as follows: 1_ CONTRACT DOCUMENTS - This contract consists of the Agreement, the CONTRACTOR'S response to the RFP, the documents referred to in the Agreement as a part of this Agreement. In the event of any conflict between any of the contract documents, the one imposing the greater burden on the CONTRACTOR will control. 2. CONTRACT PERIOD AND RENEWAL - The effective date of this Agreement shall be October 1, 2009 through September 30, 2010. This Agreement may be renewed annually for one (1) year terms, not to exceed three (3) renewals, subject to approval of the Fire Chief of Monroe County Fire Rescue, the Office of Management and Budget and the Monroe County Board of Governors Fire and Ambulance District 1. 3. CONTRACT TERMINATION - This Agreement maybe terminated for any 1 " , , reason by either party on 30-day written notice without cause. If the CONTRACTOR fails to fulfill the tenns ofthis Agreement, or attachments, properly or on time, orbtherwise violates the provisions of the agreement or of applicable laws or regulations governing the use of funds, the County may terminate the contract by written notice. The notice shall specify cause. All finished or unfinished supplies or services shall, at the option of the County, become property of the County. The County shall pay the CONTRACTOR fair and equitable compensation for expenses incuned prior to termination of the agreement, less any amount or damages caused by the CONTRACTOR'S breach. If the damages are more than compensation payable, the CONTRACTOR will remain liable after termination and the County shall pursue collection for damages. 4. SUBJECT MATTER OF CONTRACT - This Agreement is for scheduled semi annual inspections and preventative maintenance of fire rescue vehicles, annual pump tests and for unscheduled maintenance and repair resulting from equipment failure or malfunction. 5. RATES -The hourly rate shall be $95.00 per man-hour with no travel time or mileage charge. Semi Annual inspections and annual pump tests are at quoted flat rates and excluded from hourly rate. 6. OVERTIME AND HOLIDAYS - Rates per man-hour for emergency repairs called outside normal business hours and federal holidays shall be one and one half times the normal rate. 7. SEMI-ANNUAL INSPECTIONS - During the year CONTRACTOR shall perform two inspections on vehicles described in "Attachment An (Level I and Level II Preventative Maintenance Service) at an annual total cost of: Rescue-type vehicles, without pump $ 450.00 Pumpers $ 590.00 Aerials $ 850.00 Tankers $ 590.00 Squads $ 590.00 Exception shall be if a vehicle has been used 1,000 hours prior to yearly preventative maintenance service, Level I and II Preventative Maintenance Service shall be performed and charged the above rate. Level I: 250 Hours or 6 months (whichever comes first) Full vehicle inspection as per attached semi-annual inspection schedule plus: - Engine oil and filter change - Fuel fitter change (every 6 months) - Air filter inspection and replacement if necessary - Chassis lubrication - Outboard (forward) impeller shaft lubrication - Lubrication of all valve control linkages 2 " . , - Clean or replace air compressor strainer - Clean engine crankcase breather - Inspection of geherator and service oflubricant system, full system, and air filter according to its individual hours of operation (not to exceed 6 months) Level II: 1000 Hours or one year (which ever comes first) Full service perfonned in Level I plus: - Replacement of coolant hoses, filter and coolant as needed - Replacement of all drive belts as needed - Replacement of pump transmission oil and filter - Replacement of engine transmission fluid and filter - Replacement of rear axle lube oil as needed - - Inspection of front wheel bearing - Replacement and repacking as needed - Inspection and cleaning of relief valve strainer - Replacement of secondary fuel filters on both engine and generator The number of vehicles on Attachment A may fluctuate from time to time due to new purchases or removal of vehicles from inventory. The inspections shall be performed at the respective fire stations. 8. WORK SCHEDULE - Regularly scheduled semi-annual inspections and preventative maintenance shall be conducted atsuchjntervals as are approved by the DISTRICT. 9. PUMP TESTS - CONTRACTOR shall perform an annual pump test at a flat rate cost of $300.00 each for all vehicles requiring such test. In order to facilitate the passing of the pump test, minor repairs and adjustments shall be made as needed; price includes clean-up after salt water use. The CONTRACTOR shall provide documentation of performance to Monroe County. The documentation must be in the form of an electronic version report that is emailed to the Logistics Support Services office within 30 days of completion of the test. The form must either be in Microsoft Word or Excel. 10. PARTS, FLUIDS AND LUBRICANTS - All parts, fluids, and lubricants used for maintaining and repairing vehicles shall be supplied by CONTRACTOR and billed to the DISTRICT at cost plus 25%. For parts $400.00 and over, a copy of original parts supplier invoices shall be attached to the bill. CONTRACTOR will be required to keep all original parts supplier invoices available at request by County for spot checking and auditing purposes. 11. ENGINE OIL AND FILTER CHANGE and complete drive train lubrication and any other fluids and/or filter changes, shall be performed as recommended by the manufacturer. 3 " , 12. SEMI-ANNUAL INSPECTION SCHEDULE - CONTRACTOR shall perform the following inspection and preventative maintenance twice per year on all vehicles: (a) Cooling system, including fan belts, radiator supports, hoses and clamps, and auxiliary cooler; (b) Exhaust System, including hanger, clamps, muffler, and pipes; (c) Clutch, including free play, linkage, and fluid levels; (d) Manual Transmission, including seals, linkage, and lube level; (e) Automatic Transmission, including fluid level, seals, modulator adjustment, and linkage; (t) Drive Train, including U-joints, center support, and companion flanges; (g) Rear Axle and springs, including oil links, spring hangers, center bolts, and U-bolts (h) Front End, including steering box, linkage, kingpins and bushings, spring hangers, and U-bolts; (i) Mechanical Brakes, including adjustment and fluid levels; G) Air Brakes, including drain, adjustment, wear, and air leaks; (k) Tires, including condition, wear, tread depth, year of tire and replacement recommendations; (1) Electrical System, including running lights, emergency lights, battery cables, turn lights, 4-way flasher, headlights, stop lights, hazards and switches; (m) Fuel System, including hoses and fittings, filters and brackets, and tank straps; (n) Booster Tank, including leaks and supports; (0) Prime Pump, including electrical wires, coupling, switch, and valve discharge; (p) Plumbing and Gates, including leaks, brackets, bleed valves, control arms and knobs, and linkage; (q) Main Pump, including vacuum test, pressure test, packing, clappers, and mounting; (1') Pump Transmission, including fluid levels, seals, shift motors, and manual override; (s) Aerial Ladder, including power takeoff, drive shaft and coupling, P .T.O. activating device outrigger controls, auxiliary power control and; (t) Aerial Operation, including engine RPM., hydraulic pressure, operation of all controls, warning devices, hoses and fittings, rung covers, ladder locks, and ring gear; (u) Aerial Platform, including lubrication, platform leveling, electrical system, turntable and platform controls, communications, and water tube. The above inspections shall include, at no additional labor charge, the changing of all applicable filters and fluids used by the unit being inspected. Air filters shall be changed on first inspection and then yearly thereafter. Filters and fluids shall be billed at cost plus 25%, as previously described in Section 10 of this AGREEMENT. Upon completion of inspection a computerized report will be forwarded to the 4 Logistics Support Services indicating the status of the items inspected. This will be done for every vehicle when Preventative maintenance is performed on the vehicle. This repoli must be emailed to the Logistics Support Services office. The form must either be in Microsoft Word or Excel. 13. WEEKLY MAINTENANCE SCHEDULE - CONTRACTOR shall provide to the DISTRICT a preventative maintenance schedule that can be perfonned weekly by the individual Fire Departments' personnel. The contractor shall provide in service training to the Lieutenants on all three shifts at all of the stations at no extra cost. This will be scheduled by the contractor with the on-duty Lieutenants and can be done during Preventative Maintenance visits. 14. MAINTENANCE LOG - CONTRACTOR shall maintain an inspection and maintenance chart on each vehicle containing at least the following infonnation: (a) Date of perf on nance, (d) Parts used, (b) Apparatus serviced, ( e) Name of service person( s), (c) Service performed, (f) Total downtime ofvehic1e 15. A copy of this chart shall be supplied to the Fire Rescue Office within 30 days of the service. 16. The Contractor shall respond to all original Emergency Field Repair Forms by emailing the original document to the Logistics Support Services office with documentation of repairs made, parts used and any other miscellaneous information that is applicable. 17. COMMUNICATION - CONTRACTOR shall maintain a telephone or paging device such that prompt notification of request for service is possible twenty-four (24) hours a day. The CONTRACTOR shall have two (2) hours to contact Monroe County Fire Rescue upon initial notification if reached by telephone or paging device and twelve (12) hours if contacted by email. 18. RESPONSE TO SERVICE REQUEST - CONTRACTOR shall maintain itself in a state of readiness during normal working hours, 8:00 am - 5:00pm Monday thru Friday, and shall respond to the location where emergency repairs are needed within twelve (12) hours of receiving a request. For repairs required after normal working hours, CONTRACTOR shall respond to the location where emergency repairs are needed within twenty-four (24) hours of receiving a request. 19. CERTIFICATION - CONTRACTOR shall provide evidence satisfactory to the DISTRICT that its personnel who perform maintenance work are certified in pump mechanics, general mechanics and repair. 20. QUALIFICATIONS OF MAINTENANCE PERSONNEL - All personnel performing maintenance, repairs, adjustments and related work on Monroe County equipment shall be a certified fire apparatus mechanic or otherwise certified for the work to be performed. Personnel performing work who are not certified or experienced in such work shall be directly supervised (in person) by 5 an individual with such celtification. 21. INDEMNIFICATION :.CONTRACTOR shall indemnify and hold the DISTRICT and Monroe County hannless for any negligence on its part, or faulty or improper workmanship, for all work performed under this contract, including all costs of collection, reasonable attomey fees, claim costs, and as per "Attachment F". All property or equipment being directly maintained or repaired by CONTRACTOR shall be considered in its care, custody, and control while such work is in progress and until physical control of such property or equipment is restored to the DISTRICT. 22. LOCATION OF WORK - This contract is for maintenance of Fire Rescue vehicles Located at the following sites: a. Stock Island Station 8 f. Monroe County Fire Academy (Crawl Key) b. Big Coppitt Station 9 g. Conch Key Station 17 c. Sugarloaf Station 10 h. Layton Station 18 d. Cudjoe Station 11 i. Tavernier Station 22 e. Big Pine Station 13 j. Marathon Airport Station 14 ARFF (Equipment only) 23. ADDITIONAL REQUIRED STATEMENTSNERIFICATIONS/AFFIDA VITS. Attached hereto in Attachments B, C, D, E and F are Non-Collusion Affidavit, Public Entity Crime Statement, Drug-Free Workplace Form, Conflict ofInterest Clause, and Indemnification to Hold Hann1ess: 24. INSURANCE - During the term of this contract, the CONTRACTOR must keep in force and affect the insurance required by Attachments G. Attachment G is attached and incorporated into this contract. 25. PAYMENTS - Payments for semi-annual inspection, preventative maintenance and pump tests shall be made by the DISTRICT within 30 days of the completion of the rendered services on each vehicle and proper invoicing by the CONTRACTOR. All payments will be made in accordance with the Florida Local Government Prompt Payment Act. All unscheduled maintenance and repair resulting from equipment failure or malfunction requiring service shall be billed by the CONTRACTOR at the applicable rates as specified in Section four, five and six of this AGREEMENT. The CONTRACTOR upon notification by the DISTRICT of an equipment failure or malfunction requiring unscheduled maintenance shall, in a timely manner investigate the problem and provide to the DISTRICT an estimate of the cost for repair and vehicle downtime. The CONTRACTOR upon receiving authorization to proceed from the DISTRICT shall effectuate such repair; upon completion of same the CONTRACTOR shall notify the DISTRICT ofthe outcome and actual cost. The DISTRICT shall issue a separate purchase order for each occurrence of unscheduled maintenance and repaIr. 6 " 26. Momoe County's perfonnance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County COlmnissioners of Monroe County, Florida. 27. Venue for any litigation arising under this contract must be in a court of competent jurisdiction in Monroe County, Florida. This Agreement is not subject to arbitration. IN WITNESS WHEREOF, each party hereto has caused this contract to be executed by its duly authorized representative. BOARD OF GOVERNORS FIRE AND AMBULANCE DISTRICT 1 of MONROE COUNTY, FL (SEAL) Mayor/Chairman Attest: Danny L. Kolhage, Clerk Clerk WITNESS: , 7 Monroe County Fire Rescue Vehicle List , Pump Test Required Location Vehic1e Description Stock Island 2003 Pierce Pumper Big Coppitt 1999 Southern Coach American Tanker 1994 Ford Rehab Unit 2007 Pierce Ladder Sugarloaf 1986 Chevrolet Rescue Pumper 2007 Pierce Pumper 1994 Southern Coach American Tanker Cudjoe 2007 Pierce Pumper Big Pine Key 2005 Pierce Pumper 1996 Dodge Brush Truck 2007 Hallmark Tanker Pumper Marathon Airport 1997 E-One Ford 450 ARFF 1981 Osh Kosh Pumper Monroe County Fire Academy 1989 Young Pumper Marathon 1989 Young Pumper 1990 E-One Pumper 1981 Saulsbury Tanker Pumper 1981 Saulsbury Tanker Pumper 1990 E- One Federal Pumper Conch Key 2005 Pierce Pumper Layton 1990 E-One Pumper 1981 Saulsbury Tanker Pumper 1991 Ford Air Utility Unit Tavernier 1992 Saulsbury Hose Reel Truck 1988 Spartan RescuelPumper 198812004 E-One Aerial Platform 2001 Pierce Pumper 1992Ford Rehab Unit Attachment A 8 '. NON- COLLUSION AFFIDA VIr I, Robel! c. l]UI'/e7 ,of the city of 71+ ti e (' J\( {-e r. F (.,. according to law on my oath, and under penalty of perjury, depose and say that; 1) I am h('-e~T('e.l? g-eLJ4/1' \5 e/'V'rc-e TN c., the respondent making the Proposal for the project d6scribed as follows: /'V\f4-i/vjeNl7tVC& tJ f /V)C7N.KoE ~uf/l1j 1-1'1-,- /Ze.s;eu L lfe hrC&:5 2) The prices in this proposal have been arrived at independently without collusion, consultatio~, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other respondent or with any competitor; 3) Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the respondent and will not knowingly be disclosed by the respondent prior to proposal opening, directly or indirectly, to any other respondent or to any competitor; and 4) No attempt has been made or will be made by the respondent to induce any other person, partnership or corporation to submit, or not to submit, a proposal for the purpose of restricting competition; and 5) The statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. ~ STATE OF R..o('(~c!1A.. ~ ,~ ~ Signa~e of e'pondent) COUNTY OF !YJrJN(Oe. e r-( {l --Or. Date PERSONALLY APPEARED BEFORE ME, the undersigned authority, f2c>h-"Lr. C. J(j Uf' I-eX who, after first heing sworn by me, (name of individual signing) affixed hislher signature in the space provided above on this I C)~daYOf .q V U -- ,200 'l , f J ~ tary Public State of Florida My commission expires: Debra S Nalser ' NOTARY PUBLIC My Commission DD772BB4 OMB ~ MCP FORM #1 Attachment B ~ , PUBLIC. ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a proposal on a contract to provide any goods or services to a p!lblic entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to public entity, may not be awarded or perform work as a bidder, supplier, subbidder, or RESPONDENT under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of36 months from the date of being placed on the convicted vendor list." By executing this form; I aclrnowledge that !lmy company is in compliance with the above. STATEOF R(")'t/~~ COUNTY OF /V1 ().Yl/b~ .PERSONALL Y APPEARED BEFORE ME; the undersigned ~"!lthority, o . kS" !LCJ?7-tPfl C--, ''''" (/""f Ir'--;;7' who; after first being sworn by me; (name of individual sigumg) affixed his/her sigiiature in the space provided above on this fa t&- day of /4 (}5 C/b ; 20 Ocy f/ 6 )~" D h?t~' . ...(4.tJ~ . My commission expir ~l NOTARY Pl)BLIC ..pf..~ Notary Public Stale of Florida o' ~ Debra S Nalser ' ~ c: dI My ~ommission OD772884 . J ~On'. expires 04/0712012 ~~A~.fhdA;^.?tAd",.~V' .=: Attachment C '. DRUG-FREE WORKPLACE FORM The undersigned Respondent in accordance with Florida Statute 287.087 hereby certifies that: ---- )-//'G -7ec"-., !Ze,r?Plr .:5erVtCe ~ l/\/G f (Name ofBt'lsiness) ~ I. Publishes a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession; or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Informs employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Gives each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in subsection (I). 4. In the statement specified in subsection (1), notifies the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendre to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. hnposes a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Makes a' good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. --_._~ 8-8-tJ~- Date OMB - Mep FORM #5 Attachment D LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 10-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE E~ t< -7 ticit. /2 e:/.7AJ t/1,5er.../rr-C:warrants that helit has not employed, retained or otherwise had act on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 10-1990 or any County officer or employee in violation of Section 3 of Ordinance No.1 0-1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or plnployee. Y--P/r~/~.~ ~. G/~ ~.loa~ Date: f~7 '~(/9 ~J ,"""'I 0 , --'"' t JJ (/ STATE OF /-(t"fIVH- COUNTY OF VJ/l eVil r 0 -e_ PERSONALLY APPEARED BEFORE ME, the undersigned authority, ;'Zc.;{)-.P 17 -- G ~ u f ! ~ <---;?"' who, after first being sworn by me, affixed hislher - / signature (name of individual signing) in the space provided above on this I ~) day of ;q( f7(' of' -,20 60f D " ~--?I " ':"V-L .de -;7 / 040---1 NOTARY PUBLIC . My commission expire.. g"e' ~"'~ '"bli, s.:. ""OJ . \ ~ Debra S Nalser '\ c.:.,; My Commission DD772684 :t'o~f\.Q' Expires 04/07/2012 ~Y~"""~'0'<:P'<:#\f'''..~^''.f~A#<;_ OMB - MCP FORM #4 Attachment E " MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES CONTRACT ADMINISTRATION MANUAL Indemnification and Hold Harmless for Other Bidders and Subbidders The Bidder covenants and agrees to indemnify and hold harmless Monroe County Board of County Connnissioners AND Board of Governors for District I, its servants, agents and employees from any and all claims for bodily injury (including death), personal " injury, and property damage (including property owned by Momoe County) and any other losses, damages, and expenses (including attorney's fees) which arise out of, in connection with, or by reason of services provided by the Bidder or any of its Subbidder(s) in any tier, occasioned by the negligence, errors, or other wrongful act or omission of The Bidder or its Subbidders in any tier, their employees, or agents. In the event the completion of the project (to include the work of others) is delayed or suspended as a result of the Bidder's failure to purchase or maintain the required insurance, the Respondent shaH indemnify the County from any and all increased expenses resulting from such delay. The first ten dollars ($10.00) of remuneration paid to the Respondent is for the . indemnification provided for above. . ., The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. (~~ 0eC- //C;45 Respon ent's' ture---' 6 -8-69 - , Date TCS Attachment F '0 GENERAL LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT MAINTENANCE OF MONROE COUNTY FIRE RESCUE VEHICLES BETWEEN MONROE COUNTY, FLORIDA AND FIRE TECH REPAIR SERVICE INC. Prior to the commencement of work governed by this contract, the Contractor shall obtain General Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum: . Premises Operations . Products and Completed Operations . Blanket Contractual Liability . Personal Injury Liability . Expanded Definition of Property Damage The minimum limits acceptable shall be: $300,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $100,000 per Person $300,000 per Occurrence $ 50,000 Property Damage An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the County. The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. GLl Attachment G (1 of 4) 14 VEHICLE LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT MAINTENANCE OF MONROE COUNTY FIRE RESCUE VEHICLES BETWEEN MONROE COUNTY, FLORIDA AND FIRE TECH REPAIR SERVICE INC. Recognizing that the work governed by this contract requires the use of vehicles, the Contractor, prior to the commencement of work, shall obtain Vehicle Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum, liability coverage for: . Owned, Non-Owned, and Hired Vehicles The minimum limits acceptable shall be: $100,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $ 50,000 per Person $100,000 per Occurrence $ 25,000 Property Damage The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. VLl Attachment G (2 of 4) 15 , WORKERS' COMPENSATION INSURANCE REQUIREMENTS FOR CONTRACT MAINTENANCE OF MONROE COUNTY FIRE RESCUE VEHICLES BETWEEN MONROE COUNTY, FLORIDA AND FIRE TECH REPAIR SERVICE INC. Prior to the commencement of work governed by this contract, the Contractor shall obtain Workers' Compensation Insurance with limits sufficient to respond to Florida Statute 440. In addition, the Contractor shall obtain Employers' Liability Insurance with limits of not less than: $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $100,000 Bodily Injury by Disease, each employee Coverage shall be maintained throughout the entire tenn of the contract. Coverage shall be provided by a company or compani~s autJ;lOrized to transact business in the state of Florida. If the Contractor has been approved by the Florida's Department of Labor as an authorized self-insurer, the County shall recognize and honor the Contractor's status. The Contractor may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the Contractor's Excess Insurance Program. If the Contractor participates in a self-insurance fund, a Certificate ofInsurance will be required. In addition, the Contractor may be required to submit updated financial statements from the fund upon request from the County. Wel Attachment G (3 of 4) 16 ~@ ABRD CERTIFICATE OF LIABILITY INSURANCE D;~Ed:~~;;;) PRODUCER (954) 640-6225 FAX: (954) 640-6226 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION k ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Mac Group, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR 1211 S Military Trail ALTER THE COVERAGE AFFORDED BY THE POliCIES BELOW. Suite 100 Deerfield Beach FL 33442 - INSURERS AFFORDING COVERAGE NAIC # ---~.~~,~,.,~--- ~-- ------ ----- - ----- + -- _._---~~~~~,- ---,--~. INSURED INSURER A: Northfield Fire Tech Repair Services, Inc INSURE;B:~-----------------n_-.-n ------ -1- - P. O. Box 1570 'INSURERC; -~-~- ---------------~--- __n ---~.--. ---.-----;---- "--.- INSURER 0; - Key Largo FL 33037 'INSURERE: --~-~-~---~-_._---~._- -- .-----.- COVERAGES THE POLlCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. N01WITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OfSUCH POLlCIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR -ADD'I! -.-------. ..- . -~- "TpOLICY-EFFECrlvE I POLlCY EXPIRATIONT-'. -- - - --.. >n_ -- ----- L TR INSRD' TYPE OF INSURANCE POLICY NUMBER ! DATErMMIDOiVyyy I DATE fMMiooNYYYi . LIMITS ;.E~~ERAL LIABILITY I I EA.CH O:~C_lIflFl~NC_E___LL~lL{)Og.Lg(]Q. -I ' nDAMAGE TO RENTED ' !..!. L ~.,MMERCIAL GENE~~~IABILlTY ' ,.ffi.E.t!!ISES{E~.9.~~Ulli!Q~e)__L~.n ~.QOJl_ A L.......L-...J CLAIMS MADE lxJ OCCUR .CP5624D3 5/14/2009 5/14/2010 : MED~X~!:'I~y~nep!,r~n).LJ .......!JQO_Q. H ---...-.------- : LPERSONAL & ADV INJURY ! S 1, OOO.l..QQO i I . -----.---- . : GENERAL AGGREGATE --f..!---?, OOO.,.O~O.Q. ~N'L AGGR~~~E LIMIT AP~I~S PER ; i.p'~,?[l~C:~ .:.~MP!OP AGG I_L__L_O 0 Q.,...Q.OO I X ! POLICY i ! P,~~,: i i LOC i I ! I I I , j AU!OMOBILE LIABILITY . i COMBINED SINGLE LIMIT ! S j : ANY AUTO ! i (Ea accident) . r-~.~! r"'. --.---,--- :-~ ALL OWNED AUTOS I BODILY INJURY 'S _J SCHEDULED AUTOS ~(~ ~e~,,-nJ~. ! _ ___ ___ . I f----! HIRED AUTOS , BODIL YINJURY i S : L..; NON-QWNEO AUTOS I {Per aCC~enl)___.~~J..__ I , I , I i I : r--' . - . -.-- - i - PROPEI3TY DAMAGE ' s i I i (Per accldenl) , I_~AGE LIABILITY I I AUTO ONLY. EA ACCIDENT i S ANY AUTO I OTHER THAN EA.ACC I S .__ ': i AUTO ONLY: AGG I S , , EX~ESS I UMBRELLA LIABILITY , : EA.CH OCCURRENCE ~__._._.___._.'-- ~ OCCUR D CLAIMS MADE , AGGREGATE i $._ I I I ~- I t--.. ... __._.._15_. __u__ Ii. DEDUCTIBLE . i! S If-----..<, I ..-.-.....--- I i I RETENTION $ I i I : S I WORKERS COMPENSATION : : I I I WCSTATU-! 10TH-I i AND EMPLOYERS' LIABILITY Y IN! i ~QRy..LIMIIS_J. -- .ER~_.___ . i_ !>NY PROPRIETOR/PARTNER/EXECUTIVE D I i E.L. EA.CH ACCIDENT j S OFFICER/MEMBER EXCLUDED? I i" ~ {Mandalory in NH). I i E.l, OISEA.SE - EA EMPLOYE S. II yes, describe under' ., 1'- : SPECIAL PROVISIONS below ! l E.L. DISEA.SE . POLlCY LIMIT S OTHER i j , ! ' DESCRIPTION OF OPERATIONS! LOCATIONS IVEHICLES! EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS Automobile Repair or Service Certificate Holder is an Additional Insured with respect to CGL coverage. CERTIFICATE HOLDER CANCELLATION (305) 292 - 4 55 8 SHOU LD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIR,/\ TION MONROE COUNTY DATE THEREOF. THE ISSUING INSURER WILL EN:DEAVOR TO MAIL ~ DAYS WRITTEN BOARD OF COUNTY COMMISS lONERS NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO 00 SO SHALL ITS EMPLOYEES AND OFFICIALS . . 1100 SIMONTON STREET IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR KEY WEST, FL 33040 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ~_ ~..~ Jay Mack/DC . 7 ACORD 25 (2009/01) @ 1988-2009 ACORD CORPORATION. All rights reserved. INS025 (200901) The ACORD name and logo are registered marks of ACORD MONROE COUNTY, FLORIDA " Request For Waiver of Insurance Requirements It is requested that the insur.,mce requirements, as specified in the County's Schedule ofInsurance Requirements, be waived or modified on the following contract. Contractor; f;~rf.- --,1 ech fiZerA/~ ');.r"V/C L ft c... Contract for: h rv j4alt:'lI'P,Tu~ f 1w-//r,Tcfl/f}lVc 6 Address of Contractor: ? 0 is (J ;c In 0 I Ir I!.--I/ i,J.;;: 1<1,. SSo ~ /' Phone: 303 3~c; - . 0 9f~ '/ 3rJr: 5?o1 - vvS(3 I Scope of Work: t11fJr/Lt. ?erlr/j.t{t '( _ ,F ,Hy'C.- (&$c~ l/ ~hi?{?5 Reason for Waiver: !A.J e. ;.4.."...e IVO e.. vtf6n,ec.,:; " fA) ([rft ::<>'. pnF~f2... . I [ f tOy {(r/l7lf~'1' ~Ri't~~ 4:.. 6u6CCVtVtIV.Ya-5 Policies Waiver \..tA/(Ttk;;-l('q-?5: Coh1'~ O)(lfJQl.A.-- will apply to: . Signature orCon'"e'o" ~ g~ Approved Not Approved Risk Management Date County Administrator appeal: Approved: Not Approved: Date: Board of County COl111llissioners appeal: Approved: Not Approved: Meeting Date: Attachment G (4 of 4) 17 ---- ,-, " Proposal - Maintenance of Monroe County Fire Rescue Vehicles Fire- Tech Repair Service Inc. Po Box 1570 103680 Overseas Hwy. .. Key Largo FI. 33037 Office 305-451-4230 Cell 305- 522-4458 Fax 305-451-6440 Rob Bleser - President Rob Burley - Sec./Trea-s. ~- q '" SUBMISSION PROPOSAL RESPONSE FORM Maintenance of Monroe County Fire Rescue Vehicles --- . .-- Respondents Name and Mailing Address: /:{rg -MiL ~fIJ~/r 6~I'V'ce-. J,iVC- 11-.: e7 I_"'?f" I I~L 2G(B7 Telephone and Fax Numbers: 3f6=Y57-Y;?-30/;aoS-=-V51-G f(cro / All amounts must be written AND in number format. In case of a conflict between the amount in words and the amount in numbers, the amount in word~;shall control. Per vehicle price and hourly rate to be inclusive of trave~, mileage, etc. Regularly scheduled semi-annual inspection and maintenance as specified on all apparatus. -. Cost J}er vehicle Total Cost per vear per vehicle Rescue Type Vehicle without pump ~OO $ t..l5V~oo Pumpers $~~oo $ 690~oo Aerials $~ $ ~~O0 Tankers ~ ~ro $ C;..OO Squads $ o9()~O(J Annual Pump Test. .3dJ.- 60 Cost Per Vehicle $ Unscheduled Maintenance resulting from equipment malfunction or failure requiring service. is-:OO . . h" Hourly Rate $ Parts $ I~ ~(.}15 r!J \,f e {" Co s::r- I have included: 0 Proposal - 0 Submission Response Form - 0 Non Collusion Affidavit - 0 Public Entity Crime Statement - 0 Lobbying and Conflict of Interest Clause Form - 0 Drug Free Workplace Form - 0 Indemnification and Hold Harmless - (Check mark items above, as a reminder that they are included). I state that I am authorized to submit this proposaL ~g STATE OF Frfl/tctJ14 COUNTYOF yJ10f\ rofJ ~ (~~ 8:- (51ft) Date PERSON^]2J APPEARED WORE tE, the undersigned. authority, I b $> n- C / A \ (J /" '7 who, after first being sworn by me, (name of individual signing) affiAd hislEler signature in the space 'provided above on this 10 day of O.w..Ui\ ,20 @J'1 . . {/ " Fire-Tech Repa~,r Service Inc. -~~~~.~.!'l!!!~'!iM!!I!ll!M!t__.__l2&~ " COMPANY RESUME FIRE- TECH REPAIR SERVICE INC. Is a Florida Corporation based in Key Largo, Florida. The 9,wners have over 43 years of combined experience in the Fire~Rescue services, and are certified (since 1991) as Emergency Vehicle Technicians (EVT) by the International Association of Fire Chiefs (JAPC) through the Emergency Vehicle Technician Certification Commission Inc. They are also certified through the National Institute for Automotive Service Excellence (ASE) to service autos, light, medium and heavy-duty trucks. In additio~ co-owner/technician Rob Burley is recognized and utilized by the Florida Fire Chiefs Association as an EVT Instructor at their annual Fire Mechanic's Symposium each year, as well teaching at E-One'-s Corporate University in Ocala, FI. FIRE-TECH is an emergency-vehicle mobile repair service that has been dedicated to and serving Monioe County since 1990. FIRE-TECH Performs its functionS'primarily "in-house", at the station where the vehicle is kept. This system has several advantages - for one, it eliminates the necessity of removing expensive~ critical equipment from the vehicle needing service; a necessary move when the vehicle is taken out of the possession of the particular department that operates it. Another advantage is that the service or repair performed can be monitored and evaluat~ directly by the fire personnel who operate the vehicle. FIRE-TECH also concentrates on keeping the vehicle in a "ready-to-respond" condition (when practical) while the work is being performed, thereby reducing actual "down-time". FIRE-TECH is available 24 hours a day via cellular internet services, and is ready to respond almost immediately to any emergency repair call, including responses to "on-scene" situations. FIRE-TECH currently services Monroe County, the City of Key West~ the Village ofIslamorada, Key Largo Fire and EMS District, and Everglades National Park. Warranty work has been performed for many manufacturers such as E":ONE, Saulsbury. Simon-L TI, Simon-Duplex, Sutphe~ Pierce and others. FIREw TECH Repair Service Inc. looks hopefully at continuing to provide prompt, honest, quality service to Monroe County. Post Office Box 1570 Key Largo, Florida 33070 Phone 305-451-4230 Fax 305~451-644{) . .", Fire=- Tech Repair Service Inco Preventive Maintenance Service Schedule Level I: 250 Hour or 6 months (whichever comes first) Full vehicle inspection as per attached semi-annual inspection Schedule Plus: - Engine oil and filter( s) change -. Fuel filter( s) change - - Air filter insnection and renlacement as needed ~ ~ - Chassis lubrication - Outboard impeller shaft lubrication - Lubrication of valve control linkages - Inspection of generator and service of lubrication system, fuel system, and air filter according to its individual hours of operation(not to exceed 6 months) . " Level II: 1000 Hours or one year (which ever comes first) Full service preformed in Level I plus: - Full service preformed in Level I plus: - Replacement of coolant, filter, and or hoses as needed - Replacement of drive belts as needed - Replacement of pump transmission oil and filter - Replacement of engine transmission fluid and filter - Replacement of rear axle lube oil as needed - Inspect front wheel bearings - Replacement of front wheel bearing oil or grease as needed - Inspection and cleaning of relief valve strainer if applicable - Replacement of secondary fuel filters on both engine and generator ~' , " Semi-An~ual Inspection Schedule The following inspection and preventive Inaintenance twice per year: a) Cooling system, including fan belts, radiator supports, hoses and clamps, and auxiliary cooler; b) Exhaust system, including hangers, clamps, muffler, and pipes; c) Clutch, including freeplay, linkage, and fluid levels; d) Manual transmission, including seals, linkage, and lube level; e) Automatic transmission, including fluid levels, seals, linkage adjustment, and computer diagnostics; u f) Drive train, including V-joints, center support, and companion flanges; g) Rear axle and springs, including oil links, spring hangers, center bolts and V-bolts; h) Front end, including steering box, linkage, kingpins, and bushings, spring hangers, and V-bolts i) Hydrualic brakes, including adjustment, and fluid levels j) Air brakes, including drain, adjustment, wear, and air leak:s, and anti- lock computer diagnostics; , . k) Tires, including condition and wear; 1) Electrical system, including all DOT lighting, emergency lights, battery cables, and switches; m) Fuel system, including hoses and fittings, filters and brackets and tank straps; n) Booster tank, including leaks and supports; 0) Priming pump, including wires, coupling, switch, and valve discharge; p) Plumbing and gates, including leaks, brackets, bleed valves, control arms, and knobs, and linkage; q) Main pump, including power takeoff, vacuum test, pressure test, packing, clappers, and mounting; r) Pump transmission, including fluid levels, seals, shift motors, and manual overrides s) Aerialladder, including power takeoff, drive shaft, and coupling, P,T.O activating device, and outrigger controls; t) Aerial operation, including engine R.P.M., hydraulic pressures, operation of all controls, warning devices, hoses and fittings, ladder locks, and ring gear; u) Aerial platform, including lubrication, leveling, electrical system, turntable and platform controls, communications, and waterway. <i ,,; ;:; ~ d :l: 5 :::z= c::::C - .. '-' tI.l 0\ t- 0\ IV 0 0 0 -- k 0 0 0 :z . ".-I ~ ~ ~ U ~ 00 .... 00 ...... .... ....... ~ -... ~ ::c z IV 0 0 ....... 0 - U - W z ~ 0 f--- - (U Cf) r-I 3i ~ W (f) 0 - J-i (1) i 2 ..0 ----l ::s ""Cl (1) ~ ~ (,) VI 0 (:Q VI !:4 ro ~ -- CLJ 0 l.- I l'tl .w (1) ell !Zl -C ~ W z J...I +-' ~~ C > 0 <V ""Cl ~~ ell CLJ !Zl >- - ;:;::: ~ !Zl r- ..Q t ~ CLJ ~!:4 >- <( 0 u ~~ 0 U .!:!2 CI) ~ 0 u~ ell ~ ~ '-' - ~~ u LL ~ ~ :z: - ~ ~ t- oO CI) ~~ ~ W cr: ~~ CIl ~ t9 w .c.. ~z ~ !:4 0 II ~ OC !:4 ~ ~ l.l...l ..... ~ ~ ~ Ll...l {>:i ~i ~J Ej <:> I.') :t.~