Loading...
HomeMy WebLinkAboutBack-Up DocumentsACCESSING COMPETED CO-OP and GOVERNMENTAL CONTRACTS C H i{:CK LIST CONTRACT NO.: B-6-15-44 PROCUREMENT CONTRACTING MANAGER: Pearl P. Bethel DATE SUBMITTED: May 29, 2015 TITLE: Lifeguard Equipment and Aquatic Center Supplies Accessing Co-ops and Governmental Contracts Package All Accessing of contacts must be approved by the Department Director Procurement Documents — to be included in Approval Package ® Award Summary Form for Director or City Manager (if applicable) ❑ Agenda Item Summary Form (for Commission Approval — if applicable) ❑ Resolution. (for Commission Approval if applicable) Co-op/Governmental Agency Documents — to be included in Approval Package ® Copy of Tally/Evaluation Results (score sheets, ranking or summary) ® Copy of Contract's Advertisement & Distribution information ® Copy of Contract/Solicitation Being Accessed ® Copy of Award Sheet/Approval Documents ® Copy of Proposal/Bid from the awarded vendor(s) NOTES: Bids are advertised through the DemandStar system where there is a Planholder list by commodity codes of registered vendors. The Advertised Notice to Bid is also seat to the local newspapers. 10/8/14 AWARD RECOMMENDATION AND APPROVAL FORM Date: May 29, 2015 Department/Division: Procurement Department Contact Name/Number: Pearl P. Bethel/ 305 416-1949 Bid/Conlract Number: B-6-15-44 Sr. Buyer: N/A Summary/Description of Purchase: Lifeguard Equipment and Aquatic Center Supplies Justification for Award/Contract: In order to procure lifeguard equipment and aquatic supplies the Parks and Recreation Department (Parks) is in need of piggybacking off of the Brevard County Board of County Commissioners Contract No. B-6-15-44. This contract will allow Parks to provide the necessary equipment and supplies for staff to properly manage and maintain the City pools. Type of Contract: Method of Purchase: ❑ Single Purchase ❑ Formal Bid (include bid tabulation) ❑ Short -Term Contract El Competitive Negotiation (include documentation) ❑ Lease Other Governmental Contracts (include documentation) ►1 Term Contract ❑ Contraot Increase Contract Period One (1) year OTR: One (1) additional one (1.) year period Recommended Vendor(s): Location Status: Award/Contract Value Various $50,000 Total Bid Award/Contract (includin lue associ ted with potential OTR): $50,000 Award Recommended By: Pla4614 iy Department Dir o esignee Signature Sources) of Funds-' Allocating funds fro the various urces of funds from the user department, subject to the availability of funds and budgeta approval at th time of need. Account Code(s): Ooo©l.. Zct5 .SS2.000 oc>tt.d 1. Z/5014 . S 5 2Q vo 00001. 2.1}oo( .S$ ox Funding Approval: Certified By: Ap roved: •,n2f., 41 6'15 DMB Director/Designee Chief procure ne Officer/Designee Ci onag Date AWARD RECOMMENDATION AND APPROVAL FORM REVISED BID TABULATION Lifeguard Equipment and Aquatic Center Supplies BID Al B-6-15-44 OPENING DATE & TIME: February 26, 2015 @ 2:00 pm POSTING DATE & TIME: March 19, 2015 @ 10:30 am THROUGH: March 26, 2015 @ 5:00 pm Posted by: Sherry Collett No Bid: Pelican Sales, PoolEquip Recommended Award to Low Bid Recommended Award is Local Company which matched the Low Recommend Award to 2nd low instead of Low Bid- See Notes. Revised Item #1: change award due to Item #23 at no cost Bid due to Local Preference Policy Water Safety Products, Inc. -Indian Harbour Beach,FL Elifeguard, Inc.- Rockledge,FL ITEM # DESCRIPTION U/M Est Annual Qty UNIT PRICE MATCHED PRICE EXTENDED PRICE Manufacturer VENDOR PRODUCT # and DESCRIPTION UNIT PRICE MATCHED PRICE EXTENDED PRICE Manufacturer VENDOR PRODUCT # and DESCRIPTION LOT 1: UNIFORMS and PERSONAL GEAR t Board Shorts (Men), with 8" in -seam, various colors, sizes S-3XL,4 oz. 3-ply Nylon with Teflon finish for quick -drying, double needle lop -stitch on all seams. MicroMesh liner, exterior pocket with stitched drain hole, Water Safety Products #922 or approved equal SAMPLE REQUIRED EA 35 517 49 5612,15 Water Safety Products Water Safely Products #922, page 5 517.73 5620.55 eLifeguard #5365 Lifeguard Classic Board Short 2 Swim Suit. Thin Strap X-Back. various colors. sizes XS-3XL. made of Nylon and Xtra Life Lycra Spandex for increased chlorine and mildew resistance. fully lined with opaque colored material for reduced transperancy, zig-zag stitched with sealed seams. chlorine resistant elastic, no seams on seat of suit Water Safely Products #909 or approved equal. SAMPLE REQUIRED EA 40 S21 49 5859.60 Water Safety Products Water Safety Products #909. page 7 521.73 5869,20 eLdeguard #9865 Thin Strap Lifeguard Proback 3 Long sleeve rash guard. Water resistant. Lycra, breathable, wl loose, t- shin fit SPF 150+. Sizes XS-2XL (while) EA 17 $26.50 $450 50 Victory Koredry Water Safety Products #803L (not in catalog) 516 98 5288.66 eLifeguard #0210 Lifeguard Rash Shirt -Long Sleeve 4 Hat, 4" 360° brim, embroidered 'Lifeguard" logo. adjustable chin strap, holds shape when wet EA 105 $22-50 52,362 50 Water Safety Products Water Safety Products #305W. page 15 522. 23 $2.334.15 eLifeguard #763 Lifeguard Aussie Hat 5 Flex Fit Cap. NO SUBSTITUTES, MUST BE FLEX FIT BRAND ONLY. Intrude "Lifeguard" or -Guard' logo, must include a sweatband. breathable fabric, various colors, Water Safety Products 0315 or approved equal EA 175 $7 75 51.356 25 Yupoong FlexFit Water Safety Products #315FF, page 16 57 73 $7 50 51 312 50 Flex Fit Flax Fit Cap 6 Flex Fit Visor, wrlh "Lifeguard" or "Guard' logo, various colors EA 30 $6.25 S187 50 Yupoong FlexFit Water Safely Products #317. page 16 56 23 $6 00 5180 00 Flex Fit Flex Fit Visor 7 Fox 40 Classic Whistle, various colors EA 270 S2 59 52 50 5675 00 Fortron Water Safely Products #601 W page 19 $2.62 S707 40 Fox 40 #040 Fox 40 Classic Whistle 8 Standard Lanyard, multicolors EA 270 S0.65 $175.50 Tidender Water Safety Products #400M. page 19 $0.53 5143 10 eLifeguard 033 Whislle Lanyard 9 Lifeguard hip pack with straps for water bottle, include "Lifeguard- logo EA 75 S4 00 S300 00 Water Safety Products Water Safety Products #206HLS. page 20 S4 02 $301 50 eLifeguard #35 Waterpark Ldeguard Hip Pack 10 Supervisor Hip Pack. water-resistant backing, compartment for cell/radio and wafer bottle, includes logo, Elifeguard #109 or approved equal EA 15 510.80 5162.00 Western Pack Water Safety Products#204H, page 20 510.77 5161 55 eLrfeguard #109 Ultimate Lifeguard Hip Pack - Ultimate 11 Radio Bag with Lanyard, water -proof, holds most VHF radios, 5" x 12", Water Safely Products #DP512 or approved equal EA 50 S10 75 $537 50 Kwik Tek Water Safety Products #DP512 page21 510.87 5543.50 DryPak #512 DryPak Radio Case �4� Posted by: Sherry Collett Water Safety Products, Inc. -Indian Harbour Beach,FL Elifeguard, Inc.- Rockledge,FL ITEM # DESCRIPTION UN Annual Qty UNIT PRICE MATCHED PRICE EXTENDED PRICE Manufacturer Manufacturer VENDOR PRODUCT # and DESCRIPTION UNIT PRICE MATCHED PRICE EXTENDED PRICE Manufacturer VENDOR PRODUCT # and DESCRIPTION LOT 2: RESCUE, RESPONSE 8 FACILITY EQUIPMENT 12 Solartec% Umbrella. NO SUBSTITUTES, MUST BE SOLARTECK BRAND EA 8 $54.75 $438.00 Solarteck Water Safely Products #2009 (not in catalog) 548 98 $391.84 Solarlyte #7652 Solarlyte Lifeguard Umbrella 13 6112" Heavy Duty Solid Color Vinyl Lifeguard Umbrella. Safety Product #2007-S. NO SUBSTITUTES EA 50 $74.50 $3,725 OD Frankford Water Safety Products #2007-S.page 35 $49.99 $2A99.50 eLifeguard #65 Ldeguard Umbrella 14 CPR Micro Mask with oxygen inlet. includes pouch and gloves, MUST BE COMPATIBLE WITH AMBU BAGS used by the County, WSP #177 or approved equal, SAMPLE REQUIRED EA 110 $11. 35 $1,248.50 MO1 Water Safety Products #177. page 22 $11.43 $1,257.30 eLiteguard #402 CPR Micremask 15 Rescue Tube. 50", no clips, no rings, adjustable shoulder strap. two layers of 1. 75' high -density closed -cell foam. multiple layers of high viscosity vinyl to mimimize tears, sanded edges and ends. Water Safety Products #710 manufactured by Creative Foam. or approved equal SAMPLE REQUIRED EA 5 $44 50 5222.50 Creative Foam Water Safety Produces #710. page 25 $34.91 $174.55 eLiteguard #t t0 Large rescue Tube Rescue Tube. 40' wrth plastic clops EA 24 $42 05 $1,0D9.20 Creative Foam Water Safety Products #7018. page 25 $30 48 $731 52 eLifeguard 40' Rescue #1016 Tube (Plastic Chp) 17 Rescue Tube, 40' with brass clips EA 5 S51 95 $259 75 Suspended Aquatic Mentor Water Safety Products #7068, page 25 $40 98 5204 90 eLifeguard #125 40" Rescue Tube (Brass Clip) 18 Small patrol rescue can w/ velco shoulder strap and tow line. 28" Marine Rescue product #105 "Burnside" can ONLY, NO SUBSTITUTES EA 40 $52 95 $2 11B 00 Marine Rescue Products Water Safety Products #713, page 26 No Bid 19 Velcro Straps designed to be used wdh Maxx backboard EA 4 $10 00 S40 00 Water Safety Products Water Safely Products page 29 $9 98 $39 92 EMMOBI LI2E #5045 EMMOBILIZE Velcro BodyStrap Posted by; Sherry Collett Water Safety Products, Inc. -Indian Harbour Beach,FL Elifeguard, Inc.- Rockledge,FL ITEM # DESCRIPTION U1M Est Annual City UNIT PRICE MATCHED PRICE EXTENDED PRICE Manufacturer VENDOR PRODUCT # and DESCRIPTION UNIT PRICE MATCHED PRICE EXTENDED PRICE Manufacturer VENDOR PRODUCT # and DESCRIPTION LOT 3: EMBROIDERED AND CUSTOM ITEMS [ OCEAN RESCUE ONLY ] 24 Custom Embroidery set up charge for items below, logo graphic files will be provided to vendor electronically One Time 1 50.00 $0.00 No setup charge $0.00 50.00 No cost with existing logos 21 Flex Fit brand Cap with Cross, NO SUBSTITUTES, MUST BE FLEX FIT BRAND ONLY_ Include CUSTOM EMBROIDERY "Brevard County Ocean Rescue" embroidered in circle around cross, one color, variousFlexFit colors for hat. See Attachment 1. EA 4D $10.20 5408.00 Yupoong Water Safety Products #315FF, page 16 $10 23 $449.20 FlexFit Flex Fit Cap 22 Flex Fit brand Cap with Cross. Include CUSTOM EMRBOIDERY "Brevard County Ocean Rescue" embroidered in circle around cross, one color, various colors for hat. See Attachment 1. EA 100 $10.20 51.020.00 Yupoong FlexFit Water Safety Products #315FF, page 16 510.23 $1,023.00 FlexFit Flex Fit Cap 23 Affix patch to men's board shorts, patch provided by County to awarded vendor EA 200 $0.00 $0.00 No Charge 50.04 $0.00 No Charge 24 100% cotton pique knit polo, white, with CUSTOM EMBROIDERY & CUSTOM LOGO. Left side has CUSTOM Brevard County Fire/Ocean Logo Emblem [file County -provided] with "Brevard County" over logo and "Fire/Ocean Rescue" under logo. Right side has one -color wording of either "Beach Patrol Chief or "Beach Patrol Assistant Chief' or "Beach Patrol Captain." See Attachment 2. EA 50 $16.00 $800.D0 Glldan or s JerzeResuce (Outer(Outer Banks no longer available) Water Safety Products #817 (not in catalog) $15.98 $799.00 Outer Banks #00 Lifeguard Polo Shirt 25 Sport Parka with hood (E-Lifeguard #8777 or approved equal). 100% nylon shell with microfleece lining and polyfill insulation, extra 5" of length, two large hand warmer pockets, adjustable cuffs & drawcord hem, water-resistant, Navy color, sizes XS-4XL. Include CUSTOM EMBROIDERY & CUSTOM LOGO, Loft side has CUSTOM Brevard County Fire/Ocean Resuce Logo Emblem (file County -provided, paddles are blue instead of white] with "Brevard County" over logo and 'Fire/Ocean Rescue" under logo. Right side has one -color wording of either "Beach Patrol Chief or "Beach Patrol Assistant Chief" or "Beach Patrol Captain" or 'Beach Patrol Lieutenant" Back had silk screen, one color, with "BREVARD Ocean Rescue COUNTY." See Attachment 3. EA 17 $51.95 $883.15 WSP/Devon and Jones Water Safety Products/Devon & Jones #D735 (not in printed catalog) $52.32 $889.44 Devon & Jones #8777 Lifeguard Sport Parka with Hood NOTES: 10% additional discount on non -bid items 10% Discount for Non -Bid Items DELIVERY DAYS AFTER ORDER RECEIVED: 7-10 days on custom; 3-5 all others 7-10 days REVISED BID TABULATION Lifeguard Equipment and Aquatic Center Supplies BID # B-6-15-44 OPENING DATE 8 TIME: February 26, 2015 CO 2:00 pm POSTING DATE 8 TIME: March 19, 2015 @ 10:03 am THROUGH: March 26, 2015 @ 5:00 pm Posted by: Sherry Collett The Lifeguard Store • Normal,lL Marine Rescue Products, Inc. -Newport, RI ITEM # DESCRIPTION UIM UNIT PRICE EXTENDED PRICE Manufacturer VEDOR PRODUCT # and DESCRIPTION UNIT PRICE EXTENDED PRICE Manufacturer VEDOR PRODUCT # and DESCRIPTION LOT 1: UNIFORMS and PERSONAL GEAR 1 Board Shorts (Men), with 8" in -seam, various colors, sizes S-3XL,4 oz. 3-ply Nylon with Teflon finish for quick -drying, double -needle top -stitch on all seams, MicroMesh liner, exterior pocket with stitched dram hole, Water Safety Products #922 or approved equal. SAMPLE REQUIRED EA $t4.00 $490.00 Rise Aquatics LGS30 $27.50 $962.50 Water Safety Products #BDSH-M - As Described on page a e 12 of catalog 2 Swim Suit. Thin Strap X-Back, various colors, sizes XS-3XL, made of Nylon and Xtra Life Lycra Spandex for increased chlonne and mildew resistance. fully lined with opaque colored material for reduced transperancy, zig-zag stitched with sealed seams, chlorine resistant elastic. no seams on seat of suit. Water Safety Products #909 or approved equal. SAMPLE REQUIRED EA 519.00 $760.00 Rise Aquatics LGS63 No Bid 3 Long sleeve rash guard. Water resistant. Lycra, breathable. wl loose. t-EA shin fit. SPF 150*, Sizes XS-2XL (while) $16 00 $272.00 Rise Aquatics 501 LS $18-00 S306 00 Jobadu #RASH-LS - As described On page 15 of catalog 4 Hat. 4" 360' brim. embroidered "Lifeguard' logo, adjustable chin strap, holds shape when wet EA $6.50 $682.50 Rise Aquatics 198s No Bid 5 Flex Fil Cap, NO SUBSTITUTES, MUST BE FLEX FIT BRAND ONLY include "Ldeguard" or 'Guard" logo, must include a sweatband, breathable fabric, various colors, Water Safety Products #315 or approved equal EA $7.50 51,31250 6377 No Bid 6 Flex Fit Visor, with "Lifeguard" or "Guard" logo, various colors EA $8.00 $180.00 8777 No Bid 7 Fox 40 Classic Whistle, various colors EA $2.50 $675.00 170 $2.65 $715.50 Fox #FOX - As described on 8 Standard Lanyard, mutllcolors EA $0.45 $121.50 180 50.45 $121.50 Marine Rescue #LAN-M - Medium Weight / 9 Lifeguard hip pack with straps for water bottle, include 'Lifeguard' logo EA $4.00 $300.00 Rise Aquatics 710AWLR $5.25 $393.75 Kemp Please see va3bsite www.marine- rescue.corn 10 Supervisor Hip Pack, water-resistant backing. compartment for cell/radio and water bottle, includes logo, Elifeguard #109 or approved equal EA $6.50 597.50 Rise Aquatics 710SP No Bid 11 Radio Bag with lanyard. water -proof, holds most VHF radios, 5" x 12', Water Safety Products #OP512 or approved equal EA $11.50 $575.00 DP512 $13.85 $6g2_S0 Summit Distribution #DP512-As described on page 16 of catalog Posted by: Sherry Collett The Lifeguard Store - Normal,IL Marine Rescue Products, Inc. -Newport, RI ITEM # DESCRIPTION U/M UNIT PRICE EXTENDED PRICE • Manufacturer VEDOR PRODUCT# and DESCRIPTION UNIT PRICE EXTENDED PRICE Manufacturer VEDOR PRODUCT *1 and DESCRIPTION LOT 2: RESCUE, RESPONSE & FACILITY EQUIPMENT 12 Solarteck'" Umbrella, NO SUBSTITUTES. MUST BE SOLARTECK BRAND EA $39.00 $312 00 Soianeck 1150 $52.00 $416.00 Windbrella Special Order 13 61I2" Heavy Duty Solid Color Vinyl Lifeguard Umbrella, Safety Product #2007-6, NO SUBSTITUTES EA No Bid 572.00 $3,600.00 Frankford Umbrella #UMB-HD - As described on page 22 of catalog. Same as WSP #2007-S 14 CPR Micro Mask with oxygen inlet, includes pouch and gloves, MUST BE COMPATIBLE WITH AMBU BAGS used by the County. WSP #177 or approved equal; SAMPLE REQUIRED EA $6.95 5764.50 Rise Aquatics 120 57.25 $797.50 AMBU dP cubed - As described on page 16 of catalog 15 Rescue Tube, 50", no clips, no nngs, adjustable shoulder strap, two layers of 1.75' high -density closed -cell loam. multiple layers of high viscosity vinyl to mimimize tears, sanded edges and ends. Water Safety Products #710 manufactured by Creative Foam. or approved equal SAMPLE REQUIRED EA 529.00 5145.00 Rise Aquatics 100 537.00 5185 AO Kemp f450F2A • Rescue tube with reach assist loop: see page 3 of catalog 16 Rescue Tube. 40' vnth plastic clips EA 527.50 5660.00 Rise Aquatics 112 535 00 $840 DO Kemp #600PC - 40" Rescue Tube with plastic clip: see page 2 of catalog 17 Rescue Tube, 40" with brass clips EA No Bid S46 DO 5230 Do Maims Rescue #350 - Rescue Tube with a clip; see page 2 of catalog 18 Small patrol rescue can wl velco shoulder strap and tow line, 28' Marine Rescue product #105 "Burnside' can ONLY. NO SUBSTITUTES EA $30.00 $1,200.00 Rise Aquatics 919 $52,00 $2,080.00 Marine Rescue #105 - Burnside Rescue Can; see page 4 of catalog 19 Velcro Straps designed to be used with Maxx backboard EA No Bid $12.00 548.00 Water Safety Products #4500 - As described on Posted by: Sherry Collett The Lifeguard Store - Normal,IL Marine Rescue Products, Inc. -Newport, RI ITEM # DESCRIPTION U/M UNIT PRICE EXTENDED PRICE Manufacturer VEDOR PRODUCT# and DESCRIPTION UNIT PRICE EXTENDED PRICE Manufacturer VEDOR PRODUCT # and DESCRIPTION LOT 3: EMBROIDERED AND CUSTOM ITEMS [ OCEAN RESCUE ONLY ] 20 Custom Embroidery set up charge for items below, logo graphic files will be provided to vendor electronically One Time 535.00 $35.00 No Bid 21 Fiex Fit brand Cap with Cross, NO SUBSTITUTES. MUST BE FLEX FIT BRAND ONLY. Include CUSTOM EMBROIDERY "Brevard County Ocean Rescue" embroidered in circle around cross. one color, various colors for hat See Attachment 1. EA 51250 5500 00 ZZCustom #6277 No Bid 22 Flex Fit brand Cap with Cross. Include CUSTOM EMRROIDERY `Brevard County Ocean Rescue" embroidered in circle around cross one color various colors for hat. See Attachment 1. EA 512.50 $1,250.00 ZZCustom - #6277 No Bid 23 Affix patch to men's board shorts, patch provided by County to awarded vendor EA 510,00 $2,000.00 No Bid 24 100% cotton pique knit polo, white, with CUSTOM EMBROIDERY & CUSTOM LOGO. Left side has CUSTOM Brevard Counly Fire/Ocean Resuce Logo Emblem [file County -provided] with "Brevard County" over logo and "f rre/Ocean Rescue under logo. Right side has one -color wording of either "Beach Patrol Chief' or "Beach Patrol Assistant Chief or Beach Patrol Captain' See Attachment 2 EA 528,00 S1.400.00 POLO1 No Bid 25 Sport Parka with hood (E-Lifeguard 48777 or approved equal), 100% nylon shell with microfleece lining and polyfill Insulation, extra 5' of length, two large hand warmer pockets, adjustable cuffs & drawcord hem, water-resistant, Navy color, sizes XS-4XL, Include CUSTOM EMBROIDERY & CUSTOM LOGO: Left side has CUSTOM Brevard County Fire/Ocean Resuce Logo Emblem (file County -provided. paddles are blue instead of white] with "Brevard County` over logo and 'Fire/Ocean Rescue' under logo. Right side has one -color wording of either "Beach Patrol Chief' or "Beach Patrol Assistant Chief" or "Beach Patrol Captain" or `Beach Patrol Lieutenant." Back had sick screen. one color. with "BRE VARD Ocean Rescue COUNTY " See Attachment 3. EA 569 00 Si 173 00 7200030 No Bid NOTES: 1096 Discount on Non -Bid hams Note hem 18 No Subsntuta. Rem bid non -responsive Additional Discount for Non -Bid products varies by product Note Only low on Item 418; recommend award to 2nd low to reduce administrative cost of having a 4th vendor DELIVERY DAYS AFTER ORDER RECEIVED: Instock ships within 24 hours. custom 10.15 days 10-12 days REVISED BID TABULATION Lifeguard Equipment and Aquatic Center Supplies BID # 8-6-15-44 OPENING DATE & TIME: February 26, 2015 @ 2:00 pm POSTING DATE & TIME: March 19, 2015 @ 10:03 am THROUGH: March 26, 2015 @ 5:00 pm Posted by: Sherry Collett Recreation Supply Company ITEM # DESCRIPTION U!M UNIT PRICE EXTENDED PRICE Manufacturer VEDOR PRODUCT # and DESCRIPTION LOT 1: UNIFORMS and PERSONAL GEAR 1 Board Shorts I Men), with 8" in -seam, various colors, sizes S-3XL.4 oz. 3-ply Nylon with Teflon finish for quick -drying, double -needle top -stitch on all seams. MicroMesh finer, exterior pocket valh stitched dram hole. Water Safely Products #922 or approved equal SAMPLE REQUIRED EA No Bid 2 Swim Suit, Thin Strap X-Back, various colors, sizes XS-3XL.. made of Nylon and Xtra Life Lycra Spandex for increased chlorine and mildew resistance, lolly lined with opaque colored material for reduced transperancy, zig-zag stitched with sealed seams, chlorine resistant elastic, no seams on seat of suit. Water Safety Products 0909 or approved equal SAMPLE REQUIRED EA No Bid 3 Long sleeve rash guard. Water resistant, Lycra, breathable. w! loose. t- shirt fit. SPF 150t, Sizes XS-2XL (white) EA No Bid 4 Hat, 4" 360° brim, embroidered "Lifeguard" logo, adjustable chin strap. holds shape when wet EA No Bid 5 Flex Fit Cap, NO SUBSTITUTES. MUST BE FLEX FIT BRAND ONLY. Include 'Lifeguard" or ''Guard" logo. must include a sweatband. breathable fabric. venous colors, Water Safety Products #315 or approved equal EA No Bid 6 Flex Fil Visor, with "Lifeguard" or "Guard" logo, various colors EA No Bid 7 Fox 40 Classic Whistle, various colors EA 54 95 51,336.50 Fox 40 LLFOX40BK p.41 8 Standard Lanyard, multicolors EA 50.75 5202.50 Iris Co. LL18RBK p.41 9 Lifeguard hip pack with straps for water bottle, include "Lifeguard" logo EA No Bid 10 Supervisor Hp Pack, water-resislant backing, compartment for cell/radio and water bottle, includes logo, Elifeguard #109 or approved equal EA No Bid 11 Radio Bag with lanyard. water -proof. holds most VHF radios. 5' x 12". Water Safety Products #0P512 or approved equal EA No Bid Posted by: Sherry Collett Recreation Supply Company ITEM # DESCRIPTION U/M UNIT PRICE EXTENDED PRICE Manufacturer VEDOR PRODUCT # and DESCRIPTION LOT 2: RESCUE, RESPONSE S FACILITY EQUIPMENT t2 Solarteck T" Umbrella, NO SUBSTITUTES. MUST BE SOLARTECK BRAND EA No Bid 13 61/2" Heavy Duty Solid Color Vinyl Lifeguard Umbrella. Safety Product #2007-S, NO SUBSTITUTES EA No Bid 14 CPR Micro Mask with oxygen inlet. includes pouch and gloves, MUST BE COMPATIBLE WITH AMBU BAGS used by the County, WSP #177 or approved equal: SAMPLE REQUIRED EA No Bid 15 Rescue Tube. 50", no clips, no rings. adjustable shoulder strap, two layers of 1.75" high -density closed -cell foam, multiple layers of high viscosity vinyl to mimimTze fears, sanded edges and ends. Water Safety Products #710 manufactured by Creative Foamor approved equal SAMPLE REQUIRED EA No Bid 16 Rescue Tube, 40" with plastic clips EA 548 40 51,161 60 Kemp DD37050.p.40 17 Rescue Tube. 40" with brass clips EA No Bid 8 Small patrol rescue can wl velco shoulder strap and tow line, 28" Marine Rescue product #105 "Burnside" can ONLY, NO SUBSTITUTES EA No Bid 19 Velcro Straps designed to be used with Maxx backboard EA No Bid Posted by: Sherry Collett Recreation Supply Company ITEM # DESCRIPTION U!M UNIT PRICE EXTENDED PRICE Manufacturer VEDOR PRODUCT* and DESCRIPTION LOT 3: EMBROIDERED AND CUSTOM ITEMS [ OCEAN RESCUE ONLY j 20 Custom Embroidery set up charge for items below logo graphic files will be provided to vendor electronically One Time No Bid 21 Flex Fit brand Cap with Cross, NO SUBSTITUTES, MUST BE FLEX FIT BRAND ONLY Include CUSTOM EMBROIDERY "Brevard County Ocean Rescue" embroidered in circle around cross. one color. various colors for hat, See Attachment 1 EA No Bid 22 Flex Fit brand Cap with Cross Include CUSTOM EMRROIDERY "Brevard County Ocean Rescue- embroidered in circle around cross, one color, venous colors for hat See Attachment 1, EA No Bad 23 Affix patch to men's board shorts. patch provided by County to awarded vendor EA No Bid 24 100% cotton pique knit polo, white. with CUSTOM EMBROIDERY & CUSTOM LOGO. Left side has CUSTOM Brevard County Fire/Ocean Resuce Logo Emblem [file County -provided] with "Brevard County" over logo and "Fire/Ocean Rescue" under logo. Right side has one -color wording of either "Beach Patrol Chief' or "Beach Patrol Assistant Chief' or "Beach Parrot Captain." See Attachment 2 EA No Bid 25 Sport Parka with hood (E-Ldeguard #8777 or approved equal[, 100% nylon shell with microfleece lining and polyfill insulation, extra 5" of length. two large hand warmer pockets, adjustable cuffs & drawcord hem, water-resistant. Navy color, sizes XS-4XL Include CUSTOM EMBROIDERY & CUSTOM LOGO. Left side has CUSTOM Brevard County Fire/Ocean Resuce Logo Emblem [file County -provided, paddles are blue instead of while] with "Brevard County" over logo and 'Fire/Ocean Rescue" under logo. Right side has one -color wording of either "Beach Patrol Chief' or "Beach Patrol Assistant Chief" or "Beach Patrol Captain" or "beach Patrol Lieutenant.." Back had silk screen, one color. with "BREVARD Ocean Rescue COUNTY " See Attachment 3, EA No Bid NOTES: No additional Non -Bid Discounts DELIVERY DAYS AFTER ORDER RECEIVED 10 days S'UBMIT BIDS TO:, PURCHASING SERVICES 2725 JTJDGE FRAN JAMIESON WAY, BLDG. C, 3rd FLOOR, STATE C-303*• VIERA, FL. 32940 • . . ' ., . . ,,,. •-' ' .. . '''' ' . .it iii INVITATION TO BID . Bid Acknowledgment --,AA.26-16PO4i. PROCUREMENT ANALYST: PHONE (321) 617-7390 Sherry Collett AN EQUAL OPPORTUNITY EMPLOYER FLORIDA TAX EXEMPT #85-8012621749C-1 FEDERAL TAX EXEMPT #59-6000523 BID SPECS. MAY BE PICKED UP AT; . Purchasing Services, 2725 Jude Fran Jamieson Wa.y,Bld . C, Suite 303, Viera, FL. 32940 MAILING DATE: February 5, 2015 BID TITLE: Lifeguard Equipment and Aquatic Center Supplies BID NUMBER B-6-15-44 BID OPENING DATE & TIME February 26, 2015 @ 2:.00 p.m. PRE BID DATE, TIME AND LOCATION: N/A 111 Mandatory D Non -Mandatory BIDS RECEIVED AFTER ABOVE DATE AND TIME WILL NOT BE ACCEPTED BIDDER NAME/ADDRESS TELEPHONE NUMBER/TOLL FREE NUMBER: VENDOR MUST COMPLETE THIS AREA AND RETURN FORK NOTARIZED. FORM IS REOUIRED. If returning as a `'no bid" state reason: FEDERAL EMPLOYER IDENTIFICATION NUMBER QRS.S NUMBER icedify that this bid is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a bid for the same materials, supplies or equipment, and is in all respects fair and Ncithout collusion or fraud. f agree to abide by all coati:Wens of this bid and certify that I am authorized to sign this bid for the bidder. In submitting a bid to the County of Brevatd the bidder offers and agrees that if the bid is accepted., the bidder will convey, sell, assign or transfer to the County of &evend au rights, title, and interest in and to all causes of action it limy now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the County of Breyer& At the County's disoretion, such assignment shall bemade and become effective at the time the County tenders fmal payineht to the bidder. •,),- Ak4 AUTHORIZED SIGNATURE (MANUAL) TYPED NAME In LE DATE • THIS FORM MUST BE IVOTABIZED BELOW Sworn to and subscribed to me tbis day of 20 . ., Personally known: El Or produced identification: Type of ID: Notary Signature State My cominiSsion,expires : (AFFIX SEAL or STAMP) VENDOR Yes IN BOND DATA MUST PROVIDE: . AMOUNT: - No Ei BID BOND Yes 0 No .11 PERFORMANCE BOND Yes 0 No 'I LABOR, MATERIAL, PERFORMANCE BOND In cases where the amount of a surety bond exceeds $500,000, the surety company must have an A. M. Best's rating as specified in this document and depending on the amount of the bond, shall have a roinitaum A. M. Best's financial size category rapking asfollow: BOND AMOUNT "UP TO FINANCIAL CLASS BOND AMOUNT UP TO FINANCIAL CLASS . $ 1,000,000 V . $ 25,000,000 IX $ 2,500,000 VI " $ 50,000,000 X $ 5,000,000 VII $ 75,(00,000 NU • . $ 10,000,000 via $ 100,000,000 XII Bonds must be issued by Bonding CoMpany who complies with the reqUiteinents of Florida Statutes Section 287.0935 PAYMENT OF GOODS OR SERVICES PROVIDED AS A RESULT OF EMS SOLICTTATION WILL BE MADE PER FLORIDA STAILVIE. ALL FIRST MITE VENDORS MUST SUBMIT A W-9 FORM. 1 GENERAL CONDITIONS 1. SUBMISSION OF BIDS: All bids shall be submitted in a sealed envelope. The bid number, title, and opening date shill be clearly displayed on the outside of the sealed envelope. The delivery of said bid to Purchasing Services prior to the specified opening date and time is solely and strictly the responsibility of the bidder. Any bids received in Purchasing after the specified date and time will not be accepted. An original and one copy of the bid feast be submitted unless otherwise noted. 2. EXECUTYON OF BID: Bid must contain a manual signature of authorized representative in the space(s) provided. Bids must be typed. or printed in ink. Use of erasable ink is not permitted. All corrections made by bidder to any bid entry rang be initialed. • The company name and F.E.I.D, number shall appear ie. the space(s) provided. 3. BID OPENING: Bid opening shall be public on the date and time specified. Sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to s. I2Q.57(3)(a) or within. 30 days after bid or proposal opening, whichever is earlier. In accordance with Florida Statute 119.071(1)(b) 2, the names of the firms submitting a competitive solicitation will be read aloud at this time of the opening. NO details of the competitive solicitation will be released. Bid must be submitted on forms provided by the County. No other forms will be accepted. Telephone and telegraph bids will not be considered. No bid may be modified after opening. No bid maybe withdrawn after opening for a period of ninety (90) days unless otherwise specified. 4. BID TABtJLA.TIONS: Bid tabulations are posted on Demand Star web page and available for download at ww*.demandstar,com. 5. CLARIFICATION/CORRECTION OF BID ENTRY: The County of Brevard reserves the right to allow for the clarification of questionable entries and for the correction of OBVIOUS MISTAKES. 6. INTERPRETATION: No interpretation of the meaning of the specifications, or other contract documents will be made orally to any bidder. Every request far such interpretation must be in writing, addressed to Purchasing Services at 2725 Judge Fran Jamieson Way, Bldg. C, 3rd Floor, Suite 303 Vim, FL 32940, or faxed to the attention of the Procurement Analyst, at (321) 617-7391. To be given consideration, such requests must be received at least five (5) business days prior to the date fixed for the opening of the bid, Any and all such interpretation and supplemental iestractidns will be in the form of a written addendum, which, if issued will be sent to all prospective proposers at the respective addresses furnished for such purposes. Failure of any bidder to receive any such addendum or interpretation shall not relieve said bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents, whether or riot the successful bidder received a copy of such addendum, it being understood that all bidders are responsible to verity that they have received any such addenda prior to submitting their bid. 7. EEO STATEMENT: Vendors must ensure that employees and applicants for employment are not discriminated against for reasons of race, color, age, religion, sex, national origin, or handicapped status. Minority and female -owned businesses are encouraged to participate. Brevard Comity is an equal opportunity employer. 8. PRICING: Firm prices shall be proposed and include FOB DESTINATION, all packing, handling, shipping charges, fuel surcharges and delivery, unless otherwise indicated, to any point within the County of Brevard toa secure area or inside delivery. All prices, costs, and conditions shall remain firm andvalid for 90 days from the date of opening. The obligations of Brevard County under this ward are subject to the availability of funds lawfully appropriated for its purpose by the State of Florida and/or the Board of County Commissioners. 9. ADDITIONAL TERMS & CONDITIONS: The County of Brevard reserves the right to reject bids containing any additional terms or conditions not specifically requested in the original conditions and specifications. 10. TAXES: The County of Brevard is exempt from Federal Excise Taxes and all sales tomes. 11. DISCOUNTS: All discounts EXCEPT THOSE FOR PROMPT PAYMENT shall be considered in determining the lowest net cost for bid evaluation, purposes. 12. ;MEETS SPECIFICATIONS: All equipment and accessories famished under these specifications shall be new, the latest model in current production, and shall be of good quality, workmanship and material The bidder represents that all equipment offered under these specifications shall meet or exceed the minimum requirements specified. Delivery specifications shall be strictly adhered to. The bidder shall be responsible for perfossuing the work necessary to meat County standards in a safe, neat, good and workmanlike manner. 13. BRAND NAME OR EQUAL: If items called for by this invitation have been identified in the specifications by a `Brand Name OR EQUAL" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be acceptable. Bids offering "equal" products will be considered £or award if such products are clearly identified in the bid and are determined by the County to meet fully the salient characteristics requirements listed in the specifications. Unless the bidder clearly indicates in his bid that he is offering an "equal" product, the bid shall be considered as offering the same brand name product referenced in the specifications. If the bidder proposes to furnish an "equal" product, the brand name if any, or the product to be furnished shall be inserted in the space provided or such product shall be otherwise clearly identified. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the County and will be based on information furnished by the bidder. Purchasing Services is not responsible for locating or securing any information which is not identified in the bid and reasonably available to Purchasing Servioes. To ensure that sufficient information is available the bidder shall furnish as a part of the bid, or prior to bid opening, as indicated, all descriptive material necessary for Purchasing Services to determine whether the product offered meets the salient characteristics required by the specifications and establish exactly what the bidder proposes to furnish and what the County would be binding itself to purchase by making an award. 2 14. SILENCE OF SPECIFICATIONS: The apparent silence of the specifications and any supplemental specifications as to any details or the omission from same of any detailed description concerning any point, shall be regarded as meaning that only the best eommercial practices are to prevail and only materials of first quality be provided. All interpretations of this specification shall be made upon the basis of this statement. 15. ASSIGNMENT: Any purchase order issued pursuant to this bid and the moneys which may become due hereunder is not assignable except with the prior written epprovaI of the Purchasing Manager. 16. INDEMNIFICATION': The successful bidder agrees to indemnify and hold harmless the County and their employees from all claims, losses and expenses, including attorneys' fees, arising out of or resulting from the performance, failure in the performance of, or defect in, the products or services to be contracted, provided such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, death, or personal injury, or to property damage, including loss of nee resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the vendor, any subcontractor or any of their employees, or arises from a job -related injury. The successful bidder acknowledges adequate consideration for this indemnification provision. 17. PATENTS AND ROYALTIES: The bidder, without exception shall indemnify and save harmless the County of Brevard and its employees from, liability of any nature of kind including cost and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the County of Brevard. If the bidder uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the bid prices Abell include all royalties or cost arising from the use of such design, device, or materials in any involved in the work. 18. TRAINING: If specified, snpplier(s) may be required at the convenience of the County, to provide employees training in the operation and maintenance of any items(s) purchased from this bid. 19. ACCEPTANCE: Items may be- tested for compliance with specification. Items delivered not conforming to specifications may be rejected and returned at vendor's expense. Those items not delivered as per delivery date in bid and/or purchase order may be purchased on the open market Any increase in cost may be charged against the vendor. Any violations of these stipulations may also result in the vendor name being removed from the bid listand the vendor disqualified from doing business with the County of Brevard. 20. SAFETY WARRANTY: The selling dealer, dielributor, supplier, and manufacturer shall be responsible for having compiled with all Federal, State and local standards, regulations, and laws concerning the equipment specified and the use thereof, applicable and effective on the date of manufacture including safety and environmental standards as apply to both private industry and governmental agencies, 21. W.ARRANTX: The bidder agrees that, unless otherwise specified, the supplies and/or services famished under this bid shall be covered by the most favorable commercial warranty the bidder gives to any customer for comparable quantities of such supplies and/or services and that the rights and remedies provided herein are in addition tp and do not limit any tights afforded to the County of Brevard by any other provision of this bid. 22. AWARDS: As the best interest of the Cou►ity may require, the right is reserved to make award(s) by individual itetes, group of items, all or none, or a combination thereof; on a geographical bxcie and/or on a countywide basis with one or more suppliers; to reject any and all bids or waive any minor irregularly or technicality in bids received_ Bidders are cautioned to make no assumptions unless their bid has been evaluated as being responsive and qualified. All awards made as a result of this bid shall conform to applicable ordinances of the County of Brevard. The Board may return, for full credit, any unused items received which fall to meet the Board's performance standards. Brevard County reserves the right to cancel an awarded bid upon due cause, i.e. vendor misrepresentation, vendor negligence, non-performance, etc. via written notice. 23. Unless otherwise noted in the bid document, vendors shall submit one bid only. 24. DEFINITIONS: COUNTY - The term COUNTY herein refers to the County of Brevard, Florida, and it's duly authorked representatives. BIDDER - The term BIDDER used herein refers to the dealer/ manufacturer/business organization submitting a bid to the County in response to this invitation. VENDOR - The term VENDOR used herein refers to any dealer/manufacturer/business organizatibn that will be awarded a contract pursuant to the terms, conditions and quotations of.the a bid. 'USJNG AGENCY - The term USING AGENCY used herein refers to any department, division, agency, commission board, committee, authority or other unit in the County Government using supplies or procuring contractual services as provided for in the Purchasing Ordinance pf the County of Brevard. HEAVY DUTY - The item(s) to which the term HEAVY DUTY is applied shall exceed the usual quality and/or capacity supplied with standardproducthau equipment and shall be able to withstand unusual strain, exposure, temperature, wear and use. QUALIFIED BIDDER OR PROPOSER - The best bidder or proposer who has the capability in all respects to fully perform the bid or 11FP requirements, and has the financial stability, honesty, integrity, skill, business judgment, experience, facilities, and reliability necessary to assure good faith performance of the contract, as determined by reference to the Contractor's Qualification Steteirrent, evaluations•by County staff of the bidder or proposer or its subcontractors' past performance for the Board, an any other information required by Board policies. RESPONSIVE BIDDER OR PROPOSER - A bidder or proposer who has submitted a bid or proposal which conforms in all respects to the requirements of the bid package or request for proposal, including, but not limited to, submission of the bid or proposal on required fomis with all requited information, signatures, and notarizations at the place and time specified. DUE CAUSE — An applicable reason affecting and concealing the ability and fitness of the contractors) to perform to the speeifioations and requirements of the contract. 25. CONFLICT OF INTEREST; The award hereunder is subject to provisions of State Statutes and County Ordinance. All Bidders must disclose with their bid the name of any officer, director, or agent who is also an employee of Brevard County. Further, all proposers must disclose the name of any County employee who owns, directly or indirectly, any interest in the proposer's fim or any of its branches. 26. PURCHASING AGREEMENTS WITTl; OTHER GOVERNMENTAL ENTITIES: Brevard County permits the awarded vendor(s) to extend the pricing, terns and conditions of this solicitation to other governmental entities at the vendor's discretion. Each governmental entity that utilizes this solicitation or resulting contract will be responsible for execution of its. own requirements with the awarded vendor(s). 2,7. DRUG FREE WORKPLACE: Whenever two or more bids/ proposals which are equal with respect to price, quality, and service are received by Brevard County for the procurement of commbdities or coetraetual services, a bid/proposal • received from a business that has implemented a drug free workplace program (per Florida Statutes Section 28.7.087) shall be given preference in the award process. 28. LOBBYING STATEMENT: All firms are hereby placed on notice the County Commission and staff shall not be contacted about this Bid. Firms and their agents are hereby placed on notice that they are not to contact members of the County Cornmission or staff (with the exception of designated liaison). Public meetings and public deliberations of the Selection Committee are the only acceptable forum for the discussion of Merits of products/services requested by the Request of Bid and written correspondence in regard to Bids may be submitted to the County Manager. Each Bid will have one non -voting staff member designated who will serve as the liaison. Failure to adhere to these requirements could result in Board action to disqualify your firm from consideration of award. 29. PUBLIC ENTITY CRIMES: All bidders are hereby placed on notice that a person or affiliate who has been placed on the convicted vendor list following a. conviction far a public entity crime may not submit a bid. on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction repair of a public building or public work; may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, of consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO (currently $35,000) for a period of thirty six (36) months from the date of being placed on the convicted vendor list. 30. DISCRIMINATION: An entity or affiliate who has been. placed on the discriminatory vendor list may not sltbmit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to a public entity, may not award or perform work as a contractor , supplier, and may not transact business with any public entity. 31. LICLNS,E/CERT)`FICATIQNS AND PERMITS: The successful vendor will be required to secure, at its expense and show proof of the proper business tax receipt and/or any other license/certification. required of the applicable service/work beingperfonmed. Prior to award, the apparent low bidder will be required to provide proof of license and/or certification within two (2) business days of the posted awarded reeonnnendation and submit copies of license/certifications to the Purchasing Office. The Brevard County Contractor Licensing and Regulations Section is responsible for the county licensing of trades: General Building, drywall, plumbing, electric, lWACi roofing, etc. if yota have questions concerning the licensing requirements for a Brevard County contractor's license,, please Contact the Brevard County Licensing Regulation and Enforcement Office at (321) 633-2058, option 0, for any questions. . The awarded contractor shall fully corriply with all federal and state laws, county and municipal ordinances and regulations in any manner affecting the performance Qf the work. The successful vendor is responsible for obtaining all permits necessary to construct the project. Brevard County does not exempt itselffrom pertaining requirements. The Owner shall pay all Brevard County permits inspection and impact fees required for the project or services required under this contract; all other fees for permits required by agencies/municipalities other than Brevard County shall be the responsibility of the awarded Contractor. A copy of issued permit shall be provided to the User I3epart:meet of the County fortheir records. 32. ERRORS: In the event of extension error(s), the unit price will prevail. In the event of addition errnt(s), the extended totals will prevail. In either ease, the bidder's total offer will be adjusted accordingly. 33, CANCELLATION AND RE -INSURANCE: If any insurance should be canceled or changed by the insurance expiring during the period of this bid award, the vendor shall be responsible for securing other acceptable insurance to provide the Coverage specified in the bid to maintain continuous coverage during the life of the award. 34. INCURRED COST: Eregard County is not liable for any cost incurred by arty vendor prior to an award. Costs for developing a response to this request for bid are entirely the obligation of the bidder and shall not be chargeable in any manner to Brevard County. 35. MATERIALS/SUPPLIES: No materials or supplies for the workshall be purchased by the vendor or by any sub- contractor subject to any chattel mortgage or under a conditional sale er other agreement by which au interest is retained by the seller. 36. SUBCONTRACTORS: The vendor shall be .frilly responsible for all acts and omissions of his sub -contractors and of persons and organizations directly or indirectly employed by them and of persons and organizations for whose acts and omissions of persons directly employed by bim 4 37. VERBAL INSTRUCTIONS; No negotiations, decisions, or actions shall be initiated or executed by the vendor as a result of any discussions with any County employee. Only those communications which are in writing from an authorized County representative may be considered. Only written communications from vendors which are assigned by a person designated as authorized to bind the company will be recognized by the County as duly authorized expressions on behalf of the company. 38. FAX: Bids which are received by FAX are not acceptable and will be rejeoted 39. LITIGATION VENUE: All litigation shall take place either in the State Courts•of Florida, wherein venue shall lie in Brevard County, Florida; or in the Federal Courts wherein venue shall lie in the Central District ie and for the State of Florida. The vendor expressly waives venue in any other location. 40. ADDITION, DELETION OR MODIFICATION OF SERVICES: The County reserves the right at its sole discretion to increase, decrease, or delete any portion of this agreement/contract at anytime without cause, and if such right is exercised by the County, the total fee shall be reduced by a prorate basis. If work has already been accomplished on the portion of the contract .to be increased, decreased, or deleted, the contractor shall be paid for the correct portion on the basis of the estimated percentage agreed upon by the County, the contractor, and the contract manager upon completion of such portion. 41. OPERATION DURING DISPUTE: In the event the County has not canceled the contract in accordance with the teens of the contract, and there remains a dispute between the bidder and the County, the bidder agrees to continue to operate and perform under the terms of the contract while such dispute is pending, and further agrees that, in the event a suit is filedfor injunotiorc or other relief, it will continue to operate the system until the final adjudication of such suit by the court 42. CONTRACT TERMINATION; The contract resulting from this bid shall commence upon issuance and acceptance of the fully executed contract. The County user agency shall issue orders against the contract on an as needed basis. The contract may be canceled by the vendor, for good cause, upon ninety (90) days prior written notice. The County retains the right to terminate the contract, in pert er in its entirety, with or without good cause, upon thirty (30) days prior written notice or as stated herein. In the event of termination by either party as provided herein, the awarded vendor shall be paid for services performed through the date of termination. 43, SPECIAL ACCOMMODATIONS: In accordance with the Americans with Disabilities Act and Secti©'n 286.26, RS,, persons with disabilities needing special accommodations to participate should contact the County Manager's Office no later than 48 hours. prior to any meeting at 633-2001 for assistance. 44. BIDDER RESPONSIBILITIES: Bidders, by submitting a bid, certify that it understands all planning, coordinating, and implementation of the described services shall be done throngli personal contact between the bidder and the contract manager, and that telephone contact and mail correspondence may, it some cases, not be appropriate. County approved representatives of the bidder shall be available to meet with the contract manager, as may be required, to accomplish the County's objectives as effectively and efficiently as possible, during all phases of this agreenient/contract/ bid. 45. SUPERVISION OF CONTRACT PERFORMANCE: The bidder's perfomiance of the contract will be notified by the contract manager. The bidder shall be notified of lack of performance in writing by the -contract manager. If at any time during the term of the contract, performance satisfactory to the contract manager shall not have been made, the bidder, upoxt written notification by the contract manager, shad within three (3) days increase the force, tools and equipment as needed to prcperly perform the contract. The failure of the contract manager to file such notification shall not relieve the bidder of the obligation to perform the work at the time and in the manner specified by the contract. If the bidder does not increase the force or neglects to do the work properly, the connect manager can withhold a percentage of payment or withhold the entire dollar amount due as per the contract. 46. MISUNDERSTANDING: To prevent misunderstanding and any litigation, the contract manager shall decide any and all questions which may arise concerning the duality and acceptability of the work and services performed, the sufdcieney of performance, the interpretation of the provisions of the contraot, and the acceptable fulfillment of the contraot on the part of the bidder. The contract manager will determine whether er not the amount, quantity, character and quality of the work performed are satisfactory, which determination shall be fatal, conclusive and binding upon both the bidder and the County. The contract manager shall make such explanation as may he necessary to complete, explain, or make definite the provisions of the contract, and his findings and conclusions shall be final and binding upon both parties. 47. GREEN PROCUREMENT POLICY: The Board of County Commissioner's approved a "green procurement" policy in March 2004 to establish procurement requirements that promote the purchase and use of Environmentally Preferred Products as defined by the 'United States Environmental Protection Agency. Environmentally Preferred Products (EPP) are those products and servicee that have a reduced effect on the human health and the environment when compared to other products and services that serve the same purpose. EPP produces encourage (1) waste reduction; (2) reduced exposure to haryatdous materials; (3) natural resource conservation; and (4) energy efficiency. 48. MONITORING OF WORE: The bidder ahail provide the contract manager with every reasonable opportunity to ascertain whether or not the work, as performed, is in accordance with the requirements of the contract:. The bidder shall designate, in writing, a person to serve as liaison between the bidder and the Comity. 49.. PROMPT PAYMENT: For payment promptr ess, Brevard County shall remit payment in accordance with the Florida Prompt Payment Act, Florida Statutes section 218.70, et seq. Brevard County does not expect to be billed in excess of the ordered quantity and will not pay for any quantity above the ordered quantity. Any order placed as a result of thin quotation will be subject to Billing Instructions and Conditions on the face of the Brevard County Purchase Order form. Bidders may offer cash discounts for prompt payment but they will not be considered in determination of award. If a bidder offers a discount, it is understood that the discount time will be from the date of satisfactory delivery, at the place of acceptance, and receipt of correct invoice, at the office ell wined, whichever occurs last. 5 Requests for final payment for any work or services for which a permit is required shall include a copy of all required permits and copies of all required inspection reports. Failure to provide proof of acquisition of all required permits and successful completion of all required inspections shall 'represent an incomplete invoice and will delay payment. 50. RIGHT TO AUDIT RECORDS: In performance of this Agreement, the Contractor shall keep books; records, and accounts of all activities related to the Agreement, in compliance with generally accepted accounting procedures. All documents, papers, books, records and accounts Made or received by the contractor in conjunction with the Agreement and the performance of this Agreement shall be open to inspection during regular business hours by an authorized representative of the office and shall be retained by the contractor for a period of three (3) years after termination of thus Agreement; unless such records are exempt from section 24(a) of Article 1 of the State Constitution and section 119.07(1) Florida Statutes. 51. UNAUTHORIZED ALIEN . WORKS:. Brevard Ceun y will not accept bids from vendors who knowingly employ unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a (e) (Section) 274A (e) of the Immigration and Nationality Act "INA". The County shall consider a vendor's intentional employment of unauthorized aliens as grounds for immediate termination of any awarded bid. 52. FLORIDA PUBLIC RECORDS LAW: Both parties understand that the County is subject to the Florida Pubiic Records Law, Chapter 119, Florida Statutes and all other applicable Florida Statutes. If the materials provided by the Contractor do not fall under a specific exemption, under Florida or federal law, materials provided by the Contractor to the County would have to be provided to anyone making a public records request. It will be the bidder's duty to identify the information which it deems is exempt under Floridalfederal law and identify the statute by number which exempts that information. Should any person or entity make a public request of the County which requires or would require the County to allow inspection or provide copies of records which the Contractor maintains are exempt from Public Records Law or are confidential, it shall be the Contractors obligation to provide the County within 24 hours (not including weekends and legal holidays), of notification by the County to the Contractor of the request, of the specific exemption or confidentiality' provision so the County will able to comply with the requirements of Fla. Stat. 119.07(1)(e) and M. Should the County face any kind of legal action to require or enforce inspection or production, of any records provided by the Contractor to the County which the Contractor maintains are exempt or confidential from such inspection/production as a pubic record, then the Contractor shall hire and compensate attorney(s) who shall represent the interest of the County as well as the Contractor in defending such action. The Contractor shall also pay any costs to defend such action and shall pay any costs and attorneys fees which may be awarded pursuant to Fla. Stat. 119,12. • All material submitted becomes the property of the County and may be returned only at the County's option. The County has the right to use any or all ideas presentedin any reply to this I'1B. Selection or rejection of any proposal does not affect this right_ 53. LOCA.L, PREFERENCE: The Board of County Commissioners of Brevard County, Florida amended the Resolution for a lnral business preference policy. Businesses located within Brevard County will be given preference through the current procedures established by the resolution as amended. Businesses withan established and permanent physical location, within Brevard County having a responsive and responsible bid within 5% of the lowest responsive and responsible non -local bid shall be given an opportunity to match the low bid. It is understood that the preference applied with the bid is for the Brevard County Board. of County Commissioners only, and is valid only for the bid specified. The bidder also understands that failure to maintain the requirements of the Local Vendor Eligibility througli completion of the awarded bid or contract may be grounds for immediate termination and may be used for consideration in future awards. Local Preference Resolution is available for review on Purchasing Services website: http:l/www.brevardcounty,us/CentralServices/Purchasing. $4, PREFERENCE GIVEN TO COMMODITIES MANUFACTURED, GROWN OR PRODUCED IN FLORIDA: In accordance with Florida Statute 287.082, whenever two or more competitive sealed bids are received, one or more of which relates to commodities manufactured, grown, or produced 'within this state, and whenever ail things stated in such received bids are equal with respect to price, quality, and service, the commodities manufactured, grown, or produced within this state shall be given preference. 55. COUNTY SEAL: Use of the County Seal without the express approval of the Board of County Commissioners is a violation of section 165.043 Florida Statutes punishable as a misdemeanor. 56. TIE BIDS: Award of all tie quotes/bids shad be made by the Purchasing Manager in accordance with State Statutes, which allows a firm certified as a Drug -Free Workplace to have precedence. When evaluation of vendor responses to solicitations results in identical offers, with regards to bids or quotations, or identical ranking with regards to proposals, from two or more vendors, the County shall determine the order of award using the .following oriteria in order of preference listed below (from highest priority to lowest priority): a. For tie bids, quotations or proposals, priority shall be given to the vendor certifying that he/she is a Drug -Free Workplace as defined within §287.087, Florida Statutes; b. Should a tib still exist, in the case of proposals only, priority shall be given until the tie is broken, to the vendor with the highest total of raw scores for each evaluation criteria; progressing from the highest weighted criteria to the lowest rated criteria. If multiple evaluation criteria have identical weights, the ranubined total weights of the identically weighted criteria shall be used; c. Should a tie still exist for bids, quotations or proposals, priority shall be given to the vendor having a verified business establishment within the boundaries of Brevard County, Florida; 6 d. In the event that a tie still exists after progressing through a-c, the decision shall be made by lot or coin toss. The drawing of lots or coin toss shall be conducted in the presence of the effected bidders if they elect to be present. 57. VENDOR COMPLAINTS AND DISPUTES: Brevard County encourages prompt and fair handling of all complaints and disputes with the business community. In order • to resolve disputedmatters in an equitable manner, the following procedures are adopted: L Postine of Award Notices A. FORMAL SEALED BIDS/QUOTES: No later than three (3) business days after a bid opening the Purchasing Manager or his/her designee shall post a tabulation of competitive sealed bids/quotes on a bulletin board located in or near the Purchasing Services Office. The apparent low bid/quote will be the intended award recommendation. If after posting the tabulation, the apparent low bid/quote is found to be non -responsive to the specifications, the formal award evaluation will be posted. The time for filing a protest will begin the date of the later posting. B. FORMAL SBALED PROPOSALS: No later than three (3) business days after the selection committee recommendations are finalized the Purchasing Manager or his/her designee shall post the selection committee's rankings and recommended award for bids. II. Proceedings A. Any bidder, rooter or proposer who is allegedly aggrieved in connection with the solicitation or pending award of a contract must file a formal written protest with the Purchasing Manager within five (5) business days of the posted award recommendation. B. The formal written protest shall reference the bid/quote/proposal number, and shall state with particularity the facts and laws upon which the protest is based, including full details of adverse affects and the relief sought. C. Within seven (7) calendar days of receipt of the formal written protest the Purchasing Manager will arrange a meeting of the Protest Committee and the affected parties. The Protest Committee shall consist of two (2) Department Directors or designees, both of whom must be from an organizational group which th.e user department or group is not assigned; one (1) Assistant County Manager, who must be from an organizational group which the user department or group is not assigned under. The Purchasing Manager shall act as a non -voting Hearing Coordinator and the County Attorney or designee may be requested to attend as a non -voting member. The Purchasing Manager or designee record the meeting and provide any information as the committee may request. The purpose of the meeting of the Protest Committee is to provide an opportunity to: (1) review the basis of the protest, (2) evaluate the facts and meats of the bid protest, and (3) if possible, to reach a resolution of the protest that is acceptable to the affected parties. Fer the purpose of the Protest Committee heating, resolution shall mean that the Protestor finds the decision of the Protest Committee acceptable. Pa. In the event the matter is not resolved with the Protester's acceptance of the Protest Committee's decision, the Purchasing Manager will schedule the recommended award including the details of the protest and the Protest Committee's recommendation before the Board of County Commissioners via Board Agenda. The County Manager, prior to approval and placement on the Board agenda, may elect to resolve the matter before presentation to the Board. In the event that the County Manager cannot bring the matter to resolution, a copy of the Agenda Report shall be famished immediately to all affected parties. The affected parties may appear before the Board. of County Commissioners as a final means of administrative remedy. III. Stay of Procurements Daring Protests Failure to observe any or all of the above procedures shall constitute a waiver the right to protest a contract award. In the event of a timely protest under the procedure, the County shall not proceed further with solicitation or with the award until a recommendation is made by the Committee, or a written determination is made by the County Manager that the award must be made Without delay in ordet to protect the public interest. Invoice disputes between an awarded vendor and user agency will fallow the ;guidelines set forth in AO-33, Prompt Payment of Invoices. Lifeguard Equipment ancl Aquatic Center Supplies B-6-15-44 BIDDER CHECKLIST The items indicated are required for submission with your bid. Failure to submit any items indicated as required may result in rejection of the bid. Offers to provide required items after the date and time designated for the receipt of bid will not be considered. Required Not Required ❑ Signed/Notarized Bid invitation ® ❑ ❑ Price Sheet completed in Excel and submitted on ❑ CD or Flash Drive ❑ Excel Price Sheet printed and signed, acknowledging terms El 0 & conditions & insurance ❑ Completed Catalog Discount Form El ❑ Descriptive Literature for Bid Items ® ❑ (FOUR COPIES or CD Catalog or WEBSITE LINK) In order for this bid to be valid, the below forms and information shall be completed in their entirety, signed by an authorized representative of the responding vendor, and returned as part of the bld response. 8 Lifeguard Equipment and Aquatic Center Supplies B-6-15-44 SPECIAL CONDITIONS 1, PURPOSE Brevard County Purchasing Services, on behalf of the Parks and Recreation and Ocean Rescue (a division of Fire Rescue) Departments, is soliciting annual bids for the purchase of various lifeguard equipment and aquatic center supplies to be used at various pool facilities and by oceanic lifeguards. CONTRACT PERIOD: The term of this agreement shall be effective for one (1) year from the date of award (estimated to be March 25, 2015). The agreement may be extended by mutual agreement, for an additional one (1) year period with the option to negotiate pricing, terms and conditions. Brevard County will notify the vendor in writing ninety (90) days prior to the expiration of the agreement as to its intent to renew the agreement. 2. DELIVERY All bids must be F.O.B. Destination to include packing, shipping, handling, fuel surcharges, and delivery to various locations in Brevard County, with inside delivery. Delivery addresses and quantities of orders may vary from order to order throughout Brevard County. Delivery must be .made within the amount of days indicated on the Price Sheet. Delivery may be a factor in bid award. Repeated failure to meet given delivery time may result in cancellation of the award and award being made to another vendor. Brevard County will not accept ANY minimum order delivery requirements or additional freight charges for items purchased as part of this bid. 3. INFORMATION OR CLARIFICATION For information concerning procedures for responding to this bid, contact Sherry Collett, Purchasing Services at 321-617-7390 ext. 56025, or fax 321-617-7391; email sherry.collettcbrevardcounty.us. Such contact shall be for clarification purposes only. Material changes, if any, to the specifications will be transmitted by written addendum through Purchasing Services. Bidders shall promptly notify Purchasing Services, prior to submission of their bid, of any ambiguity, inconsistency or error, which they may discover upon examination of the bid documents. No interpretation of the meaning of specifications or other documents will be made to any bidder orally, nor may bidder rely on any such pre -bid statements in completing the bid. Every request for such interpretation must be. in writing addressed to Purchasing Services at 2725 Judge Fran Jamieson Way, Bldg. C, Suite 303, Viera, Florida, 32940, or faxed to the attention of Sherry Collett at 321-617-7391. To be given consideration, such requests must be received in writing no later than five (5) business days prior to the date for opening of the bids. 4. RECEIVING OF BIDS Bids must be received by Brevard County Purchasing Services, 2725 Judge Fran Jamieson Way, Suite C-303, Viera, FL 32940 no later than February 2a, 2015 at 2:00 pm. Bids must be submitted on County format to be Considered. The official time clock will be the date and time stamp clock located in the Purchasing Office. Bids shall be submitted In one (1) original and one (1) copy with the "Original" clearly marked. Note* Please ensure that if you use a third party carrier (Federal Express, Airbome, UPS, USPS, etc.) that they are properly instructed to deliver your bid only to Purchasing Services on the third (3rd) floor at the above address. Vendors are advised that U.S. Postal Service 1st Class and Express mail is delivered to a P.O. Box and is not delivered to the. 9 Purchasing Services Office. Delivery via the USPS is at the vendor's risk. To be considered, a bid must be accepted in Purchasing Services no later than the ITB closing date and time. If the bid is delivered anywhere else, it may riot reach Purchasing Services in time. 5. QUANTITIES Quantities listed are estimates for a one (1) one year period and should be used for aid in your bid preparation only. They are not intended to represent the actual quantities which will be purchased. Quantities purchased may be more or less. Lifeguard equipment and aquatic center supplies will be ordered in varying quantities by multiple departments, with no minimum quantity restrictions, by individual County offices with delivery direct to those offices. Bid prices should reflect this. 6. PRICE SHEET COMPLETION Price sheet must be completed electronically on Excel spreadsheet (available on Demand Star or via email by contacting Purchasing Services). Electronically completed spreadsheet should be saved in Excel format on CD and included with bid submittal. Bidder must also print out a hard copy of the completed Price Sheet, sign and acknowledge the terms and conditions, and submit with bid. The price sheet for this bid is broken down in to three ($) lots. Bidders are encouraged to bid on as many items as possible. Partial bids are accepted due to the many items requested. As in the best interest of the County may require, the right is reserved to make award on an individual basis, lot -by -lot basis, all or none or a combination thereof. Complete all fields for theitems bid. Incomplete information (Le. no manufacturer brand name or product #) may result in rejection of your bid. Bidders shall include a bid discount percentage off current catalog pricing for items not listed on the Price Sheet. Discounts offered will be .firm for the term of the bid and will apply to the most recent catalog price at time of order. invoices will be checked to confirm compliance. See Catalog Discount Form. 7. BRANDS/MODELS Unless otherwise noted, brands and models are used to denote the minimum level of quality and performance acceptable, and should be used only as an aid in preparation of your bid. Bids on other brands will be considered, provided your bid is accompanied by descriptive literature, which indicates the item meets or exceeds specifications. Literature should be clearly marked to indicate the bid item number. Failure to provide literature may result in rejection of your bid. The County shall retain sole authority for determining whether alternative or substitute brands offered meet or exceed the specifications provided. Bidders must provide FOUR copies of all descriptive literature. If bidder has their catalog available on CD or has a website that features their full product line, they may provide one copy of the CD or the full web address/search instructions for their catalog with their bid in lieu of four hard copies. "No Substitutes" items are for the brand and manufacturer listed. Any substitute items submitted will not be considered for award. 10 8. SAMPLES Several items on the Price Sheet are noted with the designation, "SAMPLES REQUIRED" Samples may be requested from the lowest, responsive and qualified bidder(s) after the bid opening•at the bidder's sole expense. Once the tabulation is posted, the lbWest responsive and qualified bidder will be notified, in writing, to provide samples for the department to review within five (5) business days of notification. Brevard County will not be responsible for any expense incurred by the bidder to provide samples. All samples submitted become the property of Brevard County, . 11 CATALOG DISCOUNT FORM Lifeguard Equipment & Aquatic Center Supplies BID # B-6-15-44 *Note* This is NOT the Price Sheet. Price Sheet is a separate Excel docurnent available for download via Demancfstar or email request to the Procurement Analyst at: sherrv.collett aabrevardcounty.us. Brevard County would like to secure discounts on items not specifically listed on the Price Sheet for the term of this agreement. The discounts provided will not be a part of award evaluation Please provide Percentage Discount off Current catalog pricing at time Of order. CATALOG DISCOUNT PERCENTAGE % Note Any Exceptions, including any minimum order requirements: _Current Catalog bate: Catalog Validity Period; PROMPT PAYMENT DISCOUNT Brevard County shall remit payment in accordance with the Florida Prompt Payment Act, Florida Statutes section 218.70. Bidders may offer cash discounts for prompt payment but they will not be considered In determination of award. If a bidder offers a discount, it is understood that the discount time will be from the date of satisfactory delivery, at the place of acceptance, and receipt of correct invoice, at the office specified, whichever occurs fast. If Prompt Payment Discount is offered please state discount and terms: Does your company accept ACH Payment? YES INO Do you accept Purchasing Card? YES /NO ADDENDUM ACKNOWLEDGMENT: Add. No. Dated / Add. No. Dated I hereby acknowledge that I have read, understand, and agree to all terms, conditions, insurance, scope of work, and pricing for B-6-15-44 / Lifeguard Equipment & Aquatic Center Supplies. VENDOR NAME: ADDRESS: AUTHORIZED SIGNATURE: PRINTED SIGNATURE: DATE: TELEPHONE #: FAX #: EMAIL: 12 BREVARf COUNTY BOARD OF COUNTY' COMMISSIONERS INDEMNIFICATION .AND INSURANCE REQUIREMENTS Lifeguard Equipment c$ *antic Center Supplies l # B-6-I5-44 INDEMNIFICATION The County shall be held harmless against any and all claims for bodily injury, sickness, disease, death, personal injury, damage to property or loss of use of any property or assets resulting therefrom, arising out of or resulting from the performance of the products or from the services for which. the County is contracting hereunder, provided such is caused in whole or in part by any negligent act or onnission of the vendor, ar any subcontractor or any of their agents or employees, or arises from a job -related injury. The vendor agrees to indemnify the County and pay the coat of the Comity's legal defenses, including fees of attorneys as may be selected by the County, for all claimg. described. in the hold harmless clans° herein. Such payment on behalf of the County shall be in addition to any and all, other legal remedies available to the County and shall not be considered to be the Couuty's exclusive remedy. It is agreed by the pasties hereto that specific consideration, has been received by the Vendor under this agreement for this hold harmless/indemnification provision. INSURANCE REQUIREMENTS The vendor providing services under this agreement will be required to procure and maintain, at their own expense and without cost to the County, until final acceptance by the County of all products or services covered by the purchase order or contract, the following types of insurance. The policy limits required are to be considered minimum amounts: General Liability insurance policy with a $ 1,000,000 combined single limit for each occurrence to include the following coverage: Operations, Products and Co,.upleted Operations, Persmai Injury, Contractual. Liability covering this contract, ` X-C-U" hazards, and Errors & Omissions. Auto Liability Insurance which includes coverage for all owned, non -owned and rented vehicles with a $ 1.000,000 combined single limit for each occurrence, Workers' Compensation and Employers Liability Insurance covering all employees of the vendor and subcontractors, as required by law. In the event that the contract involves professional or consulting services, in addition to the aforementioned insurance requirements, the vendor shall also be protected by. a Professional Liability Insurance Policy in the amount of $1.000.000 per claim. In the event the contract involves services related to building construction projects the vendor shall aLso procure and maintain a Builders Risk Insurance Policy with loss limits equal to the value of the construction project. In addition to the above, Specialty Insurance policies covering specific risks of loss (including but not limited to, for example; Longshore coverage, Crane and Rigging, Inland Marine, etc.) may be required by Brevard County Insurance and Risk Management. Any additional specialty insurance coverage requirement will be dictated by the specific goods, products or serviees provided under the subject contract and insurance underwriting standards, practices, procedures or products available in the commercial insurance market at the time of the contract inoeptien. The Vendor is required to procure and maintain all such specialty coverage in accordance with prudent business practices within the Vendors industry, The awarded vendor shall have five (5) days to provide certificates of insurance to the County demonstrating that the aforementioned insurance requirements have been met prior to the commencement of work under this contract. The certificates of insurance shall indicate that the policies have been endorsed to cover the County as an additional insured (a waiver of subrogation in. lieu of additional insured status on the workers compeinsatian. policy is acceptable) and that these policies may not be canceled or modified without thirty (30) days prior written notice to the County. The insurgnce coverage enumerated above constitutes the minimum requirements and shall in no way lessen or limit the liability of the vendor under the terms of the contract. Sub -Contractor's insurance shall be the responsibility of the vendor. 13 STATEMENT OF NO BID Lifeguard Equipment & Aquatic Center Supplies .B-6-15-44 NOTE: If you do not intend to bid on this requirement, please return this form to: Brevard County Purchasing Services 2725 Judge Fran Jamieson Way, Bldg C Suite 303 Viera, FL 32840 WE the undersigned, have declined to bid on your Bid No. B-515-44 for the following reasons: Speoiflcations too light", i.e. geared toward one brand or Manufacturer only (explain below). Insufficient time to respond to the Invitation to Bid. We do not offer this product or equivalent :Our product schedule would not permit us to perform. Specifications unclear (explain below). Remove our company from bid list, Other (specify below), We understand that if the "no bid" letter is not executed and returned, our narne may be deleted from the vendor list for the Brevard County Purchasing Service Office. PLEASE PRINT COMPANY NAME COMPANY ADDRESS COMPANY OFFICER TELEPHONE NUMBER 14 ATTACHMENT 1 Flex Fit Cap with Custom Embroidery 15 LOGO CLOSE UP ATTACHMENT 2 Cotton Polo with Custom Embroidery and Loao EMBROIDERY CLOSE UP ."°111.1.41 Bead( Pat'wt adei Embroidery can also be "Beach Patrol Assistant Chief' or "Beach Patrol Captain" 16 ATTACHMENT 3 Sport Parka with Custom Embroidery and Logo FRONT Embroidery can also be "Beach Patrol Chief" or "Beach Patrol Captain" or "Beach Patrol Lieutenant" BACK 17 171 * re 11 and Central Services Florida's Space Coast Purchasing Services 2725 Judge Fran Jamieson Way. Suite C303 Viera, FL 32940 Phone (321) 617-7390 Facsimile, (321) 617-7391 NOTICE OF AWARD March 27, 2015 BID# B-6-16-44 / Lifeguard Equipment and Aquatic Center Supplies PROCUREMENT ANALYST: Sheny Collett VENDOR MEETS ITEMS AWARDED EST. ANNUAL AMOUNT MIN. REQ. Water Safety Products Indian Harbour FL Yes Lot 1: Items 1,7,9,11 Lot 2: Item 18 Lot 3; Item 21,22,26 $6,553.80 E-Lifeguard Rockledge FL .. Yes Lot 1: Items 5,6 Lot 2: Item 13,17,19 Lot 3: item 24 $5,035.82 The Lifeguard Store Normal IL Yes Lot 1: Items Z,3,4,8,10 Lot 2: Items 12,14,16,10 $3,&15.00 Marine Rescue Products Newport Fil Yes None None Recreation Supply Company Bismark ND Yes None None PellCan Sales No Statement of No Bid PootEquip No Statement of No Bid BOARD AWARD —AGENDA ATTACHED El APPROVED AWARD (NON -BOARD AGENDA): {Per Sections pi.E. & I II,I, & J., BCC-26, PROCUREMENT) Teresa. Camarata, Central Services Director • Award to Overall Lowest, most Responsive, minimum three bids. received. 86 suppliers solicited resulting in 24 planhoiders. ❑ Award to other than low, with low bid being non -responsive: {copy to Manager) REASON FOR NON -RESPONSIVENESS: ❑ Award to Iow bid, less than three responses received: (copy to Manager) REASON FOR LESS THAN THREE RESPONSES: AWARDED BY A COMMITTEE CONSISTING OF: Leslie Rothering, Purchasing Manager; Sherry Collett, Produrement Analyst;Jeff Scabarozl, Ocean Rescue; Cindy Staubly & Claire Cawthon, Parks & Recreation FOR PURCHASING USE, ONLY: n. ONE TIME PURCHASE ▪ ANNUAL B1D EFFECTIVE DATE 03/27/15 ENDING DATE 03/26/16 RENEWAL OPTION IRl One year 0 ❑ Prompt Payment Discount Offered ❑ Yes (Terrns) ONO SPECIAL INSTRUCTIONS TO AWARDED VENDOR: El Please provide certificate of Insurance (E-Lifeguard) SUBMIT BIDS TO: PURCHASING SERVICES 2725 JUDGE FRAN JAMIESON WAY, BLDG. C, 31-d FLOOR, SUITE C-303 VIERA, FL. 32940 I revard r .0 u K r v `�""""lil°p'""'"'ffi INVITATION TO BID Bid Acknowledgment PROCUREMENT ANALYST: PHONE (321) 617-7390 Sherry Collett AN EQUAL OPPORTUNITY EMPLOYER FLORIDA TAX EXEMPT #85-8012621749C-1 FEDERAL TAX EXEMPT #59-6000523 BID SPECS. MAY BE PICKED Purchasing Services, 2725 Jud UP AT: e Fran Jamieson Way, Bldg. C, Suite 303, Viera, FL. 32940 MAILING DATE: February 5, 2015 BID TITLE: Lifeguard Equipment and Aquatic Center Supplies BID NUMBER B-6-15-44 BID OPENING DATE & TIME February 26, 2015 C 2:00 p.m. PRE BID DATE, TIME AND LOCATION: ❑ Mandatory ❑ Non -Mandatory N/A BIDS RECEIVED AFTER ABOVE DATE AND TIME WILL NOT BE ACCEPTED BIDDER .NANEE/ADDRESS a er �a ety ro acts nc. 128 Tomahawk Dr Indian Harbour Beach FL 32937 TELEPHONE NUMBER/TOLL FREE NUMBER: (321) 777-7051, (800) 987-7238 VENDOR MUST COMPLETE THIS AREA AND RETURN FORM. NOTARIZED. FORM IS REQUIRED. If returning as a "no bid" state reason: FEDERAL EMPLOYER IDENTIFICATION NUMBER OR S.S NUMBER 59-2931240 I certify that this bid is made without prior understanding, agreement, or connections with any corporation, fine or person submitting a bid for the same materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder. In submitting a bid to the County of Brevard the bidder offers and agrees that if the bid is accepted, the bidder will convey, sell, assign or transfer to the County of Brevard all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust taws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the County of Brevard. At the County's discretion, such assignment shall be made and become effective at the time the County tenders final payment to the bidder. X ..,/ C.. t t 1 AUT O' / ED SIGNATURE (MANUAL) i Paula P. ton ,/ TYPED AME Presi. • ent February 23, 2015 TITLE DATE THIS FORM MUST BE NOTARIZED BELOW �d :0ktililllr'foit, Sworn to and subscribed to me this 3 day of f eibr a ar y , 20/5 n ; A. ui I ��ui,, ``�ti.,Sk! Personally known: �` ..og,MlSSlO,y ,''4 r Or produced identification: � Type of ID: ? 4 t2.aY 2oryo l 42P .....,a... 1 Y an..e-2,J r/-/ _ w Notary Signature State '2z : y[CCpf� 1 '-JJ • My commission expires : 5 / 2 `rj/7 ',;,`.o��g,,,•..;:::......,, Pa"'°••• CS �' (AFFIX SEAL or STAMP) `. STAFF `, BOND DATA VENDOR MUST PROVIDE: AMOUNT: Yes ❑ No ® BID BOND Yes ❑ No /1 PERFORMANCE BOND Yes ❑ No LABOR, MATERIAL, PERFORMANCE BOND In cases where the amount of a surety bond exceeds $500,000, the surety company must have an A. M. Best's rating as specified in this document and depending on the amount of the bond, shall have a minimum A. M. Best's financial size category ranking as follows: BOND AMOUNT UP TO FINANCIAL CLASS BOND AMOUNT UP TO FINANCIAL CLASS $ 1,000,000 V $ 25,000,000 IX $ 2,500,000 VI $ 50,000,000 X $ 5,000,000 VII $ 75,000,000 XI $ 10,000,000 VIII $ 100,000,000 XII Bonds must be issued by Bonding Company who complies with the requirements of Florida Statutes Section 287.0935 PAYMENT OF GOODS OR SERVICES PROVIDED AS A RESULT OF THIS SOLICITATION WILL BE MADE PER FLORIDA STATUTE. ALL FIRST TIME VENDORS MUST SUBMIT A W-9 FORM. 1 Lifeguard Equipment and Aquatic Center Supplies for Parks & Recreation and Ocean Rescue (a division of Fire Rescue) PRICE SHEET BID # B-6-15-44 ITEM # DESCRIPTION U/M Est Annual Qty UNIT PRICE EXTENDED PRICE Manufacturer VEDOR PRODUCT # and DESCRIPTION (include page # reference of catalog) LOT 1: UNIFORMS and PERSONAL GEAR 1 Board Shorts (Men), with 8" in -seam, various colors, sizes S-3XL,4 oz. 3- ply Nylon with Teflon finish for quick drying, double needle top -stitch on all seams, MicroMesh liner, exterior pocket with stitched drain hole, Water Safety Products #922 or approved equal. SAMPLE REQUIRED EA 35 $17.49 $612.15 Water Safety Products Water Safety Products #922, page 5 2 Swim Suit, Thin Strap X-Back, various colors, sizes XS-3XL, made of Nylon and Xtra Life Lycra Spandex for increased chlorine and mildew resistance, fully lined with opaque colored material for reduced transperancy, zig-zag stitched with sealed seams, chlorine resistant elastic, no seams on seat of suit. Water Safety Products #909 or approved equal. SAMPLE REQUIRED EA 40 $21.49 $859.60 Water Safety Products Water Safety Products #909, page 7 3 Long sleeve rash guard, Water resistant, Lycra, breathable, w/ loose, t- shirt fit. SPF 150+, Sizes XS-2XL (white) EA 17 $26.50 $450.50 Victory Koredry Water Safety Products #803L (not in catalog) 4 Hat, 4" 360° brim, embroidered "Lifeguard" logo, adjustable chin strap, hodls shape when wet EA 105 $22.50 $2,362.50 Water Safety Products Water Safety Products #305W, page 15 5 Flex Fit Cap, NO SUBSTITUTES, MUST BE FLEX FIT BRAND ONLY. Include "Lifeguard" or "Guard" Togo, must include a sweatband, breathable fabric, various colors, Water Safety Products #315 or approved equal EA 175 $7.75 $1,356.25 Yupoong FlexFit Water Safety Products #315FF, page 16 6 Flex Fit Visor, with "Lifeguard" or "Guard" logo, various colors EA 30 $6.25 $187.50 Yupoong FlexFit Water Safety Products #317, page 16 7 Fox 40 Classic Whistle, various colors EA 270 $2.59 $699.30 Fortron Water Safety Products #601W, page 19 8 Standard Lanyard, multicolors EA 270 $0.65 $175.50 Tiderider Water Safety Products #400M, page 19 9 Lifeguard hip pack with straps for water bottle, include "Lifeguard" logo EA 75 $4.00 $300.00 Water Safety Products Water Safety Products #206HLS, page 20 10 Supervisor Hip Pack, water-resistant backing, compartment for cell/radio and water bottle, includes logo, Elifeguard #109 or approved equal EA 15 $10.80 $162.00 Western Pack Water Safety Products#204H, page 20 11 Radio Bag with lanyard, water -proof, holds most VHF radios, 5" x 12", Water Safety Products #DP512 or approved equal EA 50 $10.75 $537.50 Kwik Tek Water Safety Products #DP512, page 21 ITEM # DESCRIPTION U/M Est Annual Qty UNIT PRICE EXTENDED PRICE Manufacturer VEDOR PRODUCT # and DESCRIPTION (include page # reference of catalog) LOT 2: RESCUE, RESPONSE & FACILITY EQUIPMENT 12 SolarteckTM Umbrella, NO SUBSTITUTES, MUST BE SOLARTECK BRAND EA 8 $54.75 $438.00 Solarteck Water Safety Products #2009 (not in catalog) 13 6 1!2' Heavy Duty Solid Color Vinyl Lifeguard Umbrella, Water Safety Product#2007-S, NO SUBSTITUTES EA 50 $74.50 $3,725.00 Frankford Water Safety Products #2007-S, page 35 14 CPR Micro Mask with oxygen inlet, includes pouch and gloves, MUST BE COMPATIBLE WITH AMBU BAGS used by the County, WSP #177 or approved equal; SAMPLE REQUIRED EA 110 $11.35 $1,248.50 MDI Water Safety Products #177, page 22 15 Rescue Tube. 50", no clips, no rings, adjustable shoulder strap, two layers of 1 75" high -density closed -cell foam, multiple layers of high viscosity vinyl to mimimize tears, sanded edges and ends, Water Safety Products #710 manufactured by Creative Foam, or approved equal SAMPLE REQUIRED EA 5 $44.50 $222.50 Creative Foam Water Safety Products #710, page 25 16 Rescue Tube, 40" with plastic clips EA 24 $42.05 $1,009.20 Creative Foam Water Safety Products #701B, page 25 17 Rescue Tube, 40" with brass clips EA 5 $51.95 $259.75 Suspended Aquatic Mentor Water Safety Products #706B, page 25 18 Small patrol rescue can w/ velco shoulder strap and tow line, 28" Marine Rescue product #.105 "Burnside" can ONLY, NO SUBSTITUTES EA 40 $52.95 $2,118.00 Marine Rescue Products Water Safety Products 4713, page 26 19 Velcro Straps designed to be used with Maxx backboard EA 4 $10.00 $40.00 Water Safety Products Water Safety Products #737V, page 29 LOT 3: EMBROIDERED AND CUSTOM ITEMS [ OCEAN RESCUE ONLY ) 20 Custom Embroidery set up charge for items below, logo graphic files will be provided to vendor electronically One Time 1 $0.00 $0.00 21 Flex Fit brand Cap with Cross, NO SUBSTITUTES, MUST BE FLEX FIT BRAND ONLY. Include CUSTOM EMBROIDERY "Brevard County Ocean Rescue" embroidered in circle around cross, one color, various colors for hat. See Attachment 1. EA 40 $10.20 $408.00 Yupoong FlexFit Water Safety Products #315FF, page 16 22 Flex Fit brand Cap with Cross. Include CUSTOM EMRBOIDERY "Brevard County Ocean Rescue" embroidered in circle around cross, one color. various colors for hat. See Attachment 1. EA 100 $10.20 $1,020.00 Yupoong FlexFit Water Safety Products #315FF, page 16 23 Affix patch to men's board shorts, patch provided by County to awarded vendor EA 200 $0.00 $0.00 24 100% cotton pique knit polo, white, with CUSTOM EMBROIDERY & CUSTOM LOGO. Left side has CUSTOM Brevard County Fire/Ocean Resuce Logo Emblem [file County -provided] with "Brevard County" over logo and "Fire/Ocean Rescue" under logo. Right side has one color wording of either "Beach Patrol Chief" or "Beach Patrol Assistant Chief" or "Beach Patrol Captain." See Attachment 2. EA 50 $16.00 $800.00 (Outerldan or Jernos (Outer Banks longer available) Water Safety Products #817 (not in catalog) ITEM # DESCRIPTION U/M Est Annual Qty UNIT PRICE EXTENDED PRICE Manufacturer VEDOR PRODUCT # and DESCRIPTION (include page # reference of catalog) 25 Sport Parka with hood (E-Lifeguard #8777 or approved equal), 100% nylon shell with microfieece lining and polyfill insulation, extra 5" of length, two large hand warmer pockets, adjustable cuffs & drawcord hem, water-resistant. Navy color, sizes XS-4XL. Include CUSTOM EMBROIDERY & CUSTOM LOGO: Left side has CUSTOM Brevard County Fire/Ocean Resuce Logo Emblem [file County -provided, paddles are blue instead of white] with "Brevard County" over logo and "Fire/Ocean Rescue" under logo. Right side has one -color wording of either "Beach Patrol Chief' or "Beach Patrol Assistant Chief' or "Beach Patrol Captain" or "Beach Patrol Lieutenant." Back had silk screen, one color, with "BREVARD Ocean Rescue COUNTY." See Attachment 3. EA 17 $51.95 $883.15 WSP/Devon and Jones Water Safety Products/Devon & Jones #D735 (not in printed catalog) DELIVERY DAYS AFTER ORDER RECEIVED: 7-10 on custom items, 3-5 days on all others VENDOR NAME: Water Safety Products, Inc. ADDRESS: 128 Tomahawk Dr CITY, STATE, ZIP: In ' n Harbour Bea L 32937 SIGNATURE: �,, /' ,.,vL-.-__--- TELEPHONE#; (21) 777-7051, 00) 987-7238 FAX#: (321) 777-5438 EMAIL: barbara@watersafety.com Ori3 /nal SUBMIT BIDS TO: PURCHASING SERVICE.` 2725 JUDGE FRAN JAMIESON WAY. BLDG. C, 3rd FLOOR, SUITE C-303 V I ERA, FL. 32940 l ./ revard o a u N r v r'ee/Frmunq Seevrc.r. INVITATION TO BID Bid Acknowledgment PROCUREMENT ANALYST: PHONE (321) :.'7-7390 Sherry Collett AN EQUAL OPPORTUNITY EMPLOYER FLORIDA TAX EXEMPT #85-8012621749C-I FEDERAL TAX EXEMPT #59-6000523 BID SPECS. MAY BE PICKED UP AT: Purchasing Services, 2725 Jude Fran Jamieson Way, Bldg. C, Suite 303, Viera, FL. 32940 MAILING DATE: February 5, 2015 BID TITLE.I ifeguard Equipment and Aquatic Celtic: Supplies BID NUMBER B-6-I5-44 BID OPENING DATE & TIME February 26, 2015 @ 2:00 p.m. PRE BID DATE, TIME AND LOCATION: ❑ Mandatory ■ Non -Mandatory N/A BIDS RECEIVED AFTER ABOVE DATE AND TIME WILL NOT BE ACCEPTED BIDDER NAME/ADDRESS fLSf EC'r(�42) .1`C- • 249S" a CQriles 0j i a RctiKfcgti, FL 32gss TELEPHONE NUMBER/TOLL_FREE NU i BER[�; _ 1i2!-L/3_3-36/3E0 / 'Uc--: 'J2—U/ff� VENDOR MUST COMPLETE THIS AREA AND RETURN FORM. NOTARIZED. FORM IS REOUIRED. If returning as a "no bid" state reason: FEDERAL EMPLOYER IDENTIFICATION NUMBER OR S.S NUMBER ' 67/793 1 cenify that this bid is made without prior understanding, agreement or connections with any corporation, firm or person submms: t : bid for the same materials. supplies or equipment, and is in all respects fa'r , . J without collusion or fraud I agree to abide by all conditions of this bid and c .. afy that I am authorized to sign this bid for the bidder In submitting a �:' to the County of Brevard the kidder offers and agrees that if the bid is acce,'_d, the bidder will convey. sell, assign or transfer to the County of Brevard a1 , ights, title, and interest in and to all causes of action it may now or hereaftracquire under the Anti-trust laws of the United States and the State of Florida ..ar price fixing relating to the particular commodities or services purchased •;r acquired by the County of Brevard. At the County's discretion, such ass( ement shall be made and become effective at the time ane Cost' (enders final payment to the bidder. X' i A UT [ZED S I NATURE (MANUAL) ��i•ChM' t �J �i. RS TYPGD NAME T. S' f4r� Pre / TITLE DAl' TisrrS FORM�(MUST BE NOTARIZED BELOW Sworn to and subscrib to me this 1 day of fr_.../%/ , 201c Personally known: Or pro d identitic• lion: vpe of :v TINA M. DANIELS t, I/1 U _- Commission # EE 863237 Notary Signature State z t,;= Expires January 8, 2017 '••B: 1�V Bonded Ttau Troy Fain Inaurarca 000-385•4019 My commission expires : e UTI r (AFFIX SEAL or STAMP) VENDOR MUST Yes ❑ No PROVIDE: ►'� BOND DATA AMOUNT: HID BOND Yes ■ No ►I:f PERFORMA'.CF BOND Yes ❑ No /111i4 LABOR, MA i FRI AL, PERFORMANCE BOND In cases where the amount of a surety bond ex:' ds $500,000, the surety company must have an A. M. Best's rating as specified in this document and depending on the amount of the _rend, shall have a minimum A. M. Best's financial size catego rankin as follows: BOND AMOUNT 12P TO FINANCIAL. (:LASS BOND AMOUNT UP TO FINANCIAL CLASS $ 1,000,000 V $ 25,000,000 IX S 2,500,000 VI $ 50,000,000 X $ 5,000,000 VII $ 75,000,000 XI $ 10,000,000 V i I l $ 100,000,000 X I I Bonds must be issued by Bonding Company %Aho comities with the re.uirements of Florida Statutes Section 287.0935 PAYMENT OF GOODS OR SERVICES PROVIDED AS A RESULT OF THIS SOLICITATION WILL BE MADE PER FL'.)RIDA STATUTE. ALL FIRST TIME VENDORS MUST SUBMIT A W-9 FORM. 4.)e1 51-1-e vard, cow Oh ti(Nct Lifeguard Equipment and Aquatic Center Supplies for Parks & Recreation and Ocean Rescue (a division of Fire Rescue) PRICE SHEET BID # B-6-15-44 ITEM # DESCRIPTION UIM Est Annual UNIT PRICE EXTENDED PRICE ManufacturerQty VEDOR PRODUCT # and DESCRIPTION (include page # reference of catalog) LOT 1: UNIFORMS and PERSONAL GEAR • 1 Board Shorts (Men), with 8" in -seam, various colors, sizes S-3XL,4 oz. 3 ply Nylon with Teflon finish for quick drying, double -needle top -stitch on all seams, MicroMesh liner, exterior pocket with stitched drain hole, t ater Say: ty Products #922 or approved equal. SAMPLE REQUIRED EA 35 $17.73 $620.55 eLifeguard #5365 Lifeguard "Classic" Board Short 2 r Swim Suit, Thin Strap X-Back, various colors, sizes XS-3XL, made of Nylon and Xtra Life Lycra Spandex for increased chlorine and mildew resistance, fully lined with opaque colored material for reduced �transperancy, zig-zag stitched with seas: J seams chlorine resistar elaF!:-. ,c .. :; ..,, ,_ ...t of stint. lnl�a;,., Safety P.rcrtuct.: #e)9 ,. approved equal. SAMPLE REQUIRED EA 40 $21.73 $869.7 eLifeguard #9865 Thin Strap Lifeguard Probzc:: 3 Long sleeve rash guard, Water resistant, Lycra, breathable, w/ loose, t- shirt fit. SPF 150+, Sizes XS-2XL (white) EA 17 $16.98 $288.66 eLifeguard #0210 Lifeguard Rash Shirt- Long Sleeve 4 Hat, 4" 360° brim, embroidered "Lifeguard" logo, adjustable chin strap, hodis shape when wet EA 105 $22 23 $2,334.15 eLifeguard #763 Lifeguard Aussie Hat 5 Flex Fit Cap, NO SUBSTITUTES, MUST BE FLEX FIT BRAND ONLY. Include "Lifeguard" or "Guard" logo, must include a sweatband, breathable fabric, various colors, Water Safety Products #315 or approved equal EA 175 $7.73 $1,352.75 Flex Fit Flex Fit Cap 6 Flex Fit Visor, with "Lifeguard" or "Guard" logo, various colors EA 30 $6.23 $186.90 Flex Fit Flex Fit Visor 7 Fox 40 Classic Whistle, various colors EA 270 $2.62 $707.40 Fox 40 #040 Fox 40 Classic Whistle 8 Standard Lanyard, mutticolors EA 270 $0.53 $143.10 eLifeguard #33 Whistle Lanyard 9 Lifeguard hip pack with straps for water bottle, include "Lifeguard" logo EA 75 $4.02 $301.50 eLifeguard #35 Waterpark Lifeguard Hip Pack 10 Supervisor Hip Pack, water-resistant backing, compartment for cell/radio and water bottle, includes logo, Elifeguard #109 or approved equal EA 15 $10.77 $161.55 eLifeguard #109 Lifeguard Hip Pack -Ultimate 11 Radio Bag with lanyard, water -proof, holds most VHF radios, 5" x 12", Water Safety Products #DP512 or approved equal EA 50 $10.87 $543.50 DryPak #512 DryPak Radio Case ELIFEGUARD INC 265 BARNES BLVD ROCKLEDGE FL 32955 ITEM # DESCRIPTION UfM Est Annual Qty UNIT PRICE EXTENDED PRICE Manufacturer VEDOR PRODUCT # and DESCRIPTION (include page # reference of catalog) LOT 2: RESCUE, RESPONSE & FACILITY EQUIPMENT 12 SolarteckTM' Umbrella. NO SUBSTITUTES, MUST BE SOLARTECK BRAND EA 8 $48.98 $391.84 Solarlyte #7652 Solariyte Lifeguard Umbrella 13 6 1/2' Heavy Duty Solid Color Vinyl Lifeguard Umbrella, Water Safely Product #2007-S, NO SUBSTITUTES EA 50 $49.99 $2,499.50 eLifeguard #65 lifeguard Umbrella 14 CPR Micro Mask with oxygen inlet, includes pouch and gloves, MUST BE COMPATIBLE WITH AMBU BAGS used by the County, WSP #177 or approved equal; SAMPLE REQUIRED EA 110 $11.43 $1,257.30 eLifeguard #402 CPR Micromask 15 Rescue Tube, 50", no dips, no rings, adjustable shoulder strap, two layers of 1.75" high -density closed -cell foam, multiple layers of high viscosity vinyl to mimimize tears. sanded edges and ends, Water Safety Products #710 manufactured by Creative Foam, or approved equal SAMPLE REQUIRED EA 5 $34.91 $174.55 eLifeguard #110 Large Rescue Tube 16 Rescue Tube, 40" with plastic clips EA 24 $30.48 $731.52 eLifeguard #100 40' Rescue Tube (Plastic Clip) 17 Rescue Tube, 40" with brass clips EA 5 $40.98 $204.90 eLifeguard #125 40" Rescue Tube (Brass Clip) t8 Small patrol rescue can w/ velco shoulder strap and tow line, 28" Marine Rescue product #105 "Burnside" can ONLY, NO SUBSTITUTES EA 40 N/A #VALUE! N/A N/A 19 Velcro Straps designed to be used with Maxx backboard EA 4 $9.98 $39.92 EMMOBILIZE #5045 EMMOBILIZE Velcro Body Strap System LOT 3: EMBROIDERED AND CUSTOM ITEMS [ OCEAN RESCUE ONLY] 20 Custom Embroidery set up charge for items below, Logo graphic files will be provided to vendor electronically One Time 1 $0.00 $0.00 No cost with existing logos 21 Flex Fit brand Cap with Cross, NO SUBSTITUTES, MUST BE FLEX FIT BRAND ONLY Include CUSTOM EMBROIDERY "Brevard County Ocean Rescue" embroidered in circle around cross, one color, various colors for hat. See Attachment 1. EA 40 $10.23 $409.20 Flex Fit Flex Fit Cap 22 Flex Fit brand Cap with Cross. Include CUSTOM EMRBOIDERY "Brevard County Ocean Rescue" embroidered in circle around cross, one color, various colors for hat. See Attachment 1. EA 100 $10.23 $1,023.00 Flex Fit Flex Fit Cap 23 Affix patch to men's board shorts, patch provided by County to awarded vendor EA 200 $0.00 $0.00 No Charge 24 100% cotton pique knit polo, white, with CUSTOM EMBROIDERY & CUSTOM LOGO. Left side has CUSTOM Brevard County Fire/Ocean Resuce Logo Emblem [file County -provided] with "Brevard County" over logo and "FirelOcean Rescue" under logo. Right side has one -color wording of either "Beach Patrol Chief' or "Beach Patrol Assistant Chief" or "Beach Patrol Captain." See Attachment 2. EA 50 $15.98 $799.00 Outer Banks #00 Lifeguard Polo Shirt ITEM # DESCRIPTION U!M Est Annual Qty UNIT PRICE EXTENDED PRICE Manufacturer VEDOR PRODUCT # and DESCRIPTION (include page # reference of catalog) 25 Sport Parka with hood (E-Lifeguard #8777 or approved equal), 100% nylon shell with microfleece lining and polyfill insulation, extra 5" of length, two iarge hand wanner pockets, adjustable cuffs & drawcord hem, water-resistant, Navy color, sizes XS-4XL. Include CUSTOM EMBROIDERY & CUSTOM LOGO: Left side has CUSTOM Brevard County Fire/Ocean Resuce Logo Emblem (file County -provided, paddles are blue instead of white) with "Brevard County" over logo and "Fire/Ocean Rescue" under logo Right side has one -color wording of either "Beach Patrol Chief" or "Beath Patrol Assistant Chief' or "Beach Patrol Captain" or "Beach Patrol Lieutenant." Back had silk screen, one color, with "BREVARD Ocean Rescue COUNTY." See Attachment 3. EA 17 $52.32 $889.44 Devon and Jones #8777 Lifeguard Sport Parka with Hood DELIVERY DAYS AFTER ORDER RECEIVED: 7-10 days VENDOR NAME. ELIFEGUARD, INC. 'ADDRESS: 265 BARNES BLw!, CITY, STATE, ZIP: ROCKLEDGE, FL 32 55 f SIGNATURE: Michael Rogers ��.P „[i' TELEPHONE#: 321-433-3630 FAX#: 321-433-3631 EMAIL: info@elifeguard.com LK ue Dr cJeLets- ( 3 I yl yard, corn SUBMIT BIDS TO: PURCHASING SERVICES 2725 JUDGE FRAN ,JAMIESON WAY, BLDG. C, 3"u FLOOR, SUITE C-303 VIERA, FL. 32940 4. I j ..iireva rd c o u p r v r+�, r .,,,,u r;,,w,,. INVITATION TO BID Bid Acknowledgment PROCUREMENT ANALYST: PHONE (321) 617-7390 Sherry Collett AN EQUAL OPPORTUNITY EMPLOYER FLORIDA TAX EXEMPT #85-8012621749C-1 FEDERAL TAX EXEMPT #59-6000523 BID SPECS. MAY BE PICKED UP AT: Purchasing Services, 2725 Judge Fran Jamieson Way, Bldg. C, Suite 303, Viera, FL. 32940 MAILING DATE: February 5, 2015 BID TITLE: Lifeguard Equipment and Aquatic Center Supplies BID NUMBER B-6-15-44 BID OPENING DATE & TIME February 26, 2015 % 2:00 p.m. PRE BID DATE, TIME AND LOCATION: ❑ Mandatory ❑ Non -Mandatory N/A BIDS RECEIVED AFTER ABOVE DATE AND TIME WILL NOT BE ACCEPTED BIDDER NAME/ADDRESS 1 LiCt Slaird 9ko ce• a.o 11_ ui- to I Li Ise Pike., , Npt TELEPHONE NUMBER/TOLL FREE NUMBER: �j�Q,�rjj•S�$ �OO.%Wlo•—)DS - 1161 . VENDOR MUST COMPLETE THIS AREA AND RETURN FORM. NOTARIZED. FORM IS REQUIRED. If returning as a "no bid" state reason: FEDERAL EMPLOYER �!_,pN�TIFICAT ON NUMBER OR S.S NUMBER 3/��DI50 i certify that this bid is made without prior mderstandtng, agreement, or connections with any corporation, firm or person submitting a bid for the same materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder In submitting a bid to the County of Brevard the bidder offers and agrees that if the bid is accepted, the bidder will convey, sell, assign or transfer to the County of Brevard all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the County of Brevard. At the County's discretion, such assignment shall be made and become effective at the time the County tenders final payment to the bidder. ,-- — X AUTHORI E P IGNATURE (MANUAL) I TYPFrD t' ` f 6. / a ' I �(t ' 5 TITLE DATE THIS FORM MUST BE NOTARIZED BELOW Sworn to and subscrib,!d to me this I 10-� day of '�L� j , 20�. Personally known: [�I Or produced identification:❑ Type of ID: Notary Signature OFFICIAL SEAL JEANETTE S STATE My commission expires : NOTARY PUBLIC, STATE OF lL1JN01$ (�.i—� i- ' OF I (AFFIX SEAL or STAMP) MY`t./MMISSION EXPIRES 08/21/201T BOND DATA VENDOR MUST PROVIDE: AMOUNT: Yes ❑ No ® BID BOND Yes ❑ No ® PERFORMANCE BOND Yes ❑ No ►:1 LABOR, MATERIAL, PERFORMANCE BOND In cases where the amount of a surety bond exceeds $500,000, the surety company must have an A. M. Best's rating as specified in this document and depending on the amount of the bond, shall have a minimum A. M. Best's financial size category ranking as follows: BOND AMOUNT UP TO FINANCIAL CLASS BOND AMOUNT UP TO FINANCIAL CLASS $ 1,000,000 V $ 25,000,000 IX $ 2,500,000 VI 5 50,000,000 X $ 5,000,000 VII $ 75,000,000 XI $ 10,000,000 VIII $ 100,000,000 XII Bonds must be issued by Bonding Company who complies with the requirements of Florida Statutes Section 287.0935 PAYMENT OF GOODS OR SERVICES PROVIDED AS A RESULT OF THIS SOLICITATION WILL BE MADE PER FLORIDA STATUTE. ALL FIRST TIME VENDORS MUST SUBMIT A W-9 FORM. Lifeguard Equipment and Aquatic Center Supplies for Parks & Recreation and Ocean Rescue (a division of Fire Rescue) PRICE SHEET BID # B-6-15-44 ITEM # DESCRIPTION U/M Est Annual Qty UNIT PRICE EXTENDED PRICE Manufacturer LOT 1: UNIFORMS and PERSONAL GEAR 1 Board Shorts (Men), with 8" in -seam, various colors, sizes S-3XL,4 oz. 3- ply Nylon with Teflon finish for quick -drying, double -needle top -stitch on all seams. MicroMesh liner, exterior pocket with stitched drain hole, Water Safety Products #922 or approved equal. SAMPLE REQUIRED EA 35 $14.00 $490.00 Rise Aquatics 2 Swim Suit, Thin Strap X-Back, various colors, sizes XS-3XL, made of Nylon and Xtra Life Lycra Spandex for increased chlorine and mildew resistance, fully lined with opaque colored material for reduced transperancy, zig-zag stitched with sealed seams, chlorine resistant elastic, no seams on seat of suit. Water Safety Products #909 or approved equal. SAMPLE REQUIRED EA 40 $16.00 & $19.00 $640 & $760 Rise Aquatics 3 Long sleeve rash guard. Water resistant, Lycra, breathable. w/ loose, t shirt fit. SPF 150+, Sizes XS-2XL (white) EA 17 S16.00 $272.00 Rise Aquatics 4 Hat, 4" 360° brim, embroidered "Lifeguard" logo, adjustable chin strap, hodls shape when wet EA 105 $6.50 $682.50 5 Flex Fit Cap, NO SUBSTITUTES, MUST BE FLEX FIT BRAND ONLY. Include "Lifeguard" or "Guard" logo, must include a sweatband, breathable fabric, various colors, Water Safety Products #315 or approved equal EA 175 $7.50 $1,312.50 6 Flex Fit Visor, with "Lifeguard" or "Guard" logo, various colors EA 30 $6.00 $180.00 7 Fox 40 Classic Whistle, various colors EA 270 $2.50 $675.00 8 Standard Lanyard, multicolors EA 270 $0.45 $121.50 9 Lifeguard hip pack with straps for water bottle, include "Lifeguard" logo EA 75 $4.00 $300.00 Rise Aquatics 10 Supervisor Hip Pack, water-resistant backing, compartment for cell/radio and water bottle, includes logo, Elifeguard #109 or approved equal EA 15 $6.50 $97.50 Rise Aquatics 11 Radio Bag with lanyard, water -proof, holds most VHF radios, 5" x 12", Water Safety Products #DP512 or approved equal EA 50 $11.50 $575.00 ITEM # DESCRIPTION U/M EstAAn ual UNIT PRICE EXTENDED PRICE Manufacturer LOT 2: RESCUE, RESPONSE & FACILITY EQUIPMENT 12 Solarteck"^ Umbrella, NO SUBSTITUTES, MUST BE SOLARTECK BRAND 8 $39.00 $312.00 13 6 1/2' Heavy Duty Solid Color Vinyl Lifeguard Umbrella, Water Safety Product #2007-S, NO SUBSTITUTES EA 50 $0.00 14 CPR Micro Mask with oxygen inlet, includes pouch and gloves, MUST BE COMPATIBLE WITH AMBU BAGS used by the County, WSP #177 or approved equal, SAMPLE REQUIRED EA 110 $6.95 $764.50 Rise Aquatics 15 Rescue Tube, 50", no clips, no rings, adjustable shoulder strap, two layers of 1.75" high -density closed -cell foam, multiple layers of high viscosity vinyl to mimimize tears, sanded edges and ends, Water Safety Products #710 manufactured by Creative Foam, or approved equal SAMPLE REQUIRED EA 5 $53 & $29 $265 & $145 Rise Aquatics 16 Rescue Tube, 40" with plastic clips EA 24 $27.50 $660.00 Rise Aquatics 17 Rescue Tube, 40" with brass clips EA 5 $0.00 18 Small patrol rescue can w/ velco shoulder strap and tow line, 28" Marine Rescue product #105 "Burnside" can ONLY, NO SUBSTITUTES 40 $30.00 $1,200.00 Rise Aquatics 19 Velcro Straps designed to be used with Maxx backboard EA 4 $0.00 LOT 3: EMBROIDERED AND CUSTOM ITEMS [ OCEAN RESCUE ONLY ] 20 Custom Embroidery set up charge for items below, logo graphic files will be provided to vendor electronically One Time 1 $35.00 $35.00 21 Flex Fit brand Cap with Cross, NO SUBSTITUTES, MUST BE FLEX FIT BRAND ONLY. Include CUSTOM EMBROIDERY "Brevard County Ocean Rescue" embroidered in circle around cross, one color, various colors for hat. See Attachment 1. EA 40 $12.50 $500.00 22 Flex Fit brand Cap with Cross. Include CUSTOM EMRBOIDERY "Brevard County Ocean Rescue" embroidered in circle around cross, one color, various colors for hat. See Attachment 1. EA 100 $12.50 $1,250.00 23 Affix patch to men's board shorts, patch provided by County to awarded vendor FA 200 $10.00 $2,000.00 24 100% cotton pique knit polo, white, with CUSTOM EMBROIDERY & CUSTOM LOGO. Left side has CUSTOM Brevard County Fire/Ocean Resuce Logo Emblem [file County -provided] with "Brevard County" over logo and "Fire/Ocean Rescue" under logo. Right side has one -color wording of either "Beach Patrol Chief' or "Beach Patrol Assistant Chief' or "Beach Patrol Captain." See Attachment 2. EA 50 $26.00 $1,400.00 VEDOR PRODUCT # and DESCRIPTION (include page # reference of catalog) LGS30 LGS10 & LGS63 501LS 198s 6377 8777 170 180 710AWLR 710SP OP512 VEDOR PRODUCT # and DESCRIPTION (include page # reference of catalog) 1150 120 100mesh and 100 112 919 ZZCustom - #6277 ZZCustom - #6277 POLO1 ITEM# DESCRIPTION U/M EstOArnnual UNIT PRICE EXTENDED PRICE Manufacturer 25 Sport Parka with hood (E-Lifeguard #8777 or approved equal), 100% nylon shell with microfleece lining and poiyfill insulation, extra 5" of length, two large hand warmer pockets, adjustable cuffs & drawcord hem, water-resistant, Navy color, sizes XS-4XL. Include CUSTOM EMBROIDERY & CUSTOM LOGO' Left side has CUSTOM Brevard County Fire/Ocean Resuce Logo Emblem [file County -provided, paddles are blue instead of white] with "Brevard County" over logo and "Fire/Ocean Rescue" under logo Right side has one -color wording of either "Beach Patrol Chief' or "Beach Patrol Assistant Chief' or "Beach Patrol Captain" or "Beach Patrol Lieutenant." Back had silk screen, one color, with "BREVARD Ocean Rescue COUNTY." See Attachment 3. EA 17 569.00 $1,173.00 DELIYEI Instock items ship within 24 hours. Custom items take 10-15 business days for orocessina. VENDOR NAME: The Lifeguard Store ADDRESS: 2012 West ege Avenue CITY, STATE, ZIP: N. - L 61761 SIGNATURE: TELEPI- 800-846-7052 x FAX#: 309-451-5959 EMAIL: angie@thelifet v ctSC0(Q,