Loading...
02-03-2025City Council City of Edgewater Meeting Agenda 104 N. Riverside Drive Edgewater, FL 32132 Council Chambers6:00 PMMonday, February 3, 2025 We respectfully request that all electronic devices are set for no audible notification. 1. CALL TO ORDER, ROLL CALL, PLEDGE OF ALLEGIANCE AND INVOCATION 2. APPROVAL OR CHANGES/MODIFICATIONS TO THE AGENDA 3. APPROVAL OF MINUTES None at this time 4. PRESENTATIONS/PROCLAMATIONS/PLAQUES/CERTIFICATES/DONATIONS East Central Florida Regional Planning Council to give a presentation on the status of the Vulnerability Assessment Study. a. 5. CITIZEN COMMENTS This is the time for the public to come forward with any comments they may have. Citizen comments relating to any agenda matter may be made at the time the matter is before Council. Please state your name and address, and please limit your comments to three (3) minutes or less. 6. CITY COUNCIL REPORTS 7. CONSENT AGENDA All matters listed under the consent agenda are considered to be routine by the City Council and will be acted upon by one motion. There will be no separate discussion of these items unless discussion is desired by a member of the Council, in which case the Mayor will remove that item from the consent agenda and such item will be considered separately. Affiliation Agreement between the City of Edgewater Fire-Rescue and Daytona State College a. Affiliation Letter Affilitation Agreement between Daytona State & City Attachments: Page 1 City of Edgewater Printed on 1/28/2025 February 3, 2025City Council Meeting Agenda Purchase personal protection firefighter bunker gear with PEMT/MCO funds.b. Lake County Contract 22-730B Renewal Expires July 31 2025 PEMT MCO Transports Attachments: 8. PUBLIC HEARINGS, ORDINANCES AND RESOLUTIONS None at this time 9. BOARD APPOINTMENTS None at this time 10. OTHER BUSINESS None at this time 11. OFFICER REPORTS a.City Clerk b.City Attorney c.City Manager 12. CITIZEN COMMENTS 13. ADJOURN Pursuant to Chapter 286, F.S., if an individual decides to appeal any decision made with respect to any matter considered at a meeting or hearing, that individual will need a record of the proceedings and will need to ensure that a verbatim record of the proceedings is made. The City does not prepare or provide such record. In accordance with the Americans with Disabilities Act, persons needing assistance to participate in any of these proceedings should contact City Clerk Bonnie Zlotnik, CMC, 104 N. Riverside Drive, Edgewater, Florida, telephone number 386-424-2400 x 1102, 5 days prior to the meeting date. If you are hearing or voice impaired, contact the relay operator at 1-800-955-8771. Page 2 City of Edgewater Printed on 1/28/2025 City of Edgewater Legislation Text 104 N. Riverside Drive Edgewater, FL 32132 File #:AR-2025-0020,Version:1 City of Edgewater Printed on 1/28/2025Page 1 of 1 powered by Legistar™ City of Edgewater Legislation Text 104 N. Riverside Drive Edgewater, FL 32132 File #:AR-2024-1188,Version:1 COUNCIL AGENDA ITEM SUBJECT: Affiliation Agreement between the City of Edgewater Fire-Rescue and Daytona State College DEPARTMENT: Fire Rescue SUMMARY: The Agreement allows the City to accept students from the College for supervised learning experiences in Emergency Medical Services and provides those students with an opportunity to gain hands on experience in their chosen field of study. The City and College have enjoyed this partnership since 2014,with each Agreement being for a three-year period (expiring in January 2028) BUDGETED ITEM:☐ Yes ☐ No ☒ Not Applicable BUDGET AMENDMENT REQUIRED:☐ Yes ☐ No ☒ Not Applicable RECOMMENDED ACTION: Motion to approve the Affiliation Agreement between the City of Edgewater Fire Rescue and Daytona State College (expiring in January 2028); and authorization for the Fire Chief to execute the Agreement. City of Edgewater Printed on 1/28/2025Page 1 of 1 powered by Legistar™ November 25, 2024 Jeff Lariscy, Fire Chief City of Edgewater Fire Rescue P O box 100 Edgewater, FL 32132 Dear Chief Lariscy: 1200 West International Speedway Boulevard Daytona Beach, Florida 32114 (386) 506-3222 As part of its mission, Daytona State College provides education for students in a wide range of health career programs. Agencies, such as yours, play a major role in the educational process by providing an opportunity for our students to gain hands on experience in their chosen field of study. The enclosed Renewal Affiliation Agreement between your agency and Daytona State College's Emergency Medical Services Programs will allow our students to participate in education and training activities at your facility. Our students are covered by the College's professional liability insurance policy while participating in educational and training activities. Program faculty will ensure that students have the appropriate educational preparedness for applied experiences prior to assignment to your facility. A representative of the Programs will contact the appropriate individual at your facility to arrange scheduling and related details. The Affiliation Agreement is for a period of three years or until either party desires to modify or cancel it. If you have any questions, please contact a representative of these Programs, or me at (386) 506- 3052 or melissa.brown-mackna daytonastate.edu . We would appreciate your signing and returning the agreement in the enclosed envelope. Thank you for your support of Daytona State College and the various health career programs. Sincerely, Melissa Brown -Mack, Academic Advisor College of Health &Public Services Enclosure II,tr lleetrl%i'���lo�p:I fd; 01-wi'-io;Rlnopi lKl-isrI' I I;;ahl°pll;Ii;I; it;aGo 1mu I: DaytonaState.edu A MEMBER OF THE FLORIDA COLLEGE SYSTEM AN EQUAL ACCESS /EQUAL OPPORTUNITY INSTITUTION AGREE 1 AFFILIATION AGREEMENT BETWEEN DAYTONA STATE COLLEGE AND CITY OF EDGEWATER FIRE RESCUE SERVICES WHEREAS, DAYTONA STATE COLLEGE desires to enter into an Affiliation Agreement with City of Edgewater Fire Rescue Services, for educational purposes for the benefit of the students at Daytona State College. NOW, THEREFORE, the parties agree as follows: I. PARTICIPATING AGENCIES The participating agencies in this agreement are the Daytona State College, hereinafter “College” and City of Edgewater Fire Rescue Services, designated hereinafter as “Agency.” II. STATEMENT OF AGREEMENT BETWEEN THE PARTIES This is a mutual agreement between the administration of the College and the Agency to accept students from the College for supervised learning experiences in Emergency Medical Services, in accordance with the provisions set forth in this agreement. III. This Agreement shall begin on the date of signing by President for the Board of Trustees and shall terminate three years from the date of signing, unless terminated by either party in accordance with Paragraph IX. IV. GENERAL PROVISIONS OF THE AGREEMENT A. The education of the student shall be the primary purpose of the program. B. The College shall be primarily responsible for the education of the student. C. The Agency agrees to share in the responsibility for the education of the student(s) through cooperation and assistance by its staff with the faculty of the College and in the guidance and supervision of students. D. The Faculty of the College shall be responsible for selecting learning experiences for the student(s) with the assistance and cooperation of the Agency personnel who are directly involved. E. The College agrees to comply with the established policies and practices of the Agency as long as said practices and policies are in compliance with applicable State and Federal laws. AGREE 2 F. The Agency agrees to allow students and faculty to use the facilities provided for personnel, as appropriate, for teaching and learning. V. THE COLLEGE’S RESPONSIBILITY A. To maintain standards and to employ qualified professional personnel as stated in the Rules and Regulations of Department of Education. B. The College faculty shall be responsible for: 1. Selecting rotation assignments and learning experiences in cooperation with the Agency personnel responsible for the particular area of training . 2. Planning for concurrent related instruction (informal and formal classroom) as needed to meet the objective of the program. 3. Maintaining individual records of class and work instruction, evaluation of student competency, and health. 4. Preparing a schedule for services to be used for experience and securing the approval of the plan from the appropriate Department Chairperson and submitted to the Agency prior to the beginning of the experience. Before any major changes are made in the plan, they will be discussed and approved by the Department Chairperson and Administrator of said Agency. 5. Preparing each term for the learning experiences of the students. Any scheduling and facilities or sites to be utilized will be planned cooperatively by the faculty of the College and staff of the Agency. 6. Utilizing proper channels and personnel in the planning and conducting of the learning experiences for the students. 7. Allowing adequate time for student orientation or other requirements of the agency. C. The College is a participant in the Florida Community College Risk Management Consortium. VI. THE AGENCY’S RESPONSIBILITY A. To make available to faculty and student’s institutional facilities, equipment and services, as appropriate, for planned learning experience. AGREE 3 B. To assist the instructor to see that the students follow the assigned schedule and that they complete the required number of procedures within the allotted time unless otherwise agreed upon by the Agency and the College. C. To assist the instructor to see that students are performing those procedures which are covered in the curriculum. D. To provide adequate lighting and ventilation in facilities/classrooms assigned for the faculty and student use. E. To sign, if applicable, a form indicating student’s participation. F. To include members of the faculty of the College in staff meetings when policies to be discussed will affect or are related to the program involved. G. To ensure students do not take the responsibility or the place of qualified agency/staff. H. To provide for students an orientation to the agency to include an explanation of policies, rules and responsibilities prior to or at the beginning of the learning experience. VII. COLLEGE POLICIES A. The educational program consists of classroom instruction and laboratory practice and experience in selected learning situations in agencies. The division and arrangement of time to include the theoretical and applied learning experiences shall be determined by the College faculty, and instruction shall be based upon the needs of the students for specific learning experiences to meet the objectives of the program. B. Students will be given holidays as provided for in the College calendar published before each school year begins. VIII. REQUEST FOR WITHDRAWAL OF STUDENT The participating Agency has the right to request the College to withdraw any student from its facilities whose conduct or work with patients or personnel is not, in the opinion of the administration of said Agency in accordance with acceptable standards of performance. The Agency has the right to deny its facilities to any student which it feels has not behaved in a professional manner or when the presence of the student is not the best legitimate business interest of the agency. The College may at any time withdraw a student whose progress, conduct or work does not meet the standards of the College for continuation in the program. Final action on students’ termination from the program is the responsibility of the College. AGREE 4 IX. TERMINATION OF AGREEMENT Either party may terminate this agreement upon 90 days written notice to the other party provided that students currently enrolled in the program shall be permitted to complete the learning experience. X. MODIFICATION OF THE AGREEMENT Modification of the agreement shall not be made except by written agreement executed by both the College and the Agency. XI. RENEWAL OF AGREEMENT This agreement shall be reviewed and/or revised within a three-year period from date of signing. XII. JURISDICTION AND VENUE The laws of the State of Florida govern this Agreement. The venue for any cause of act ion relating to this Agreement shall be in Volusia County, Florida. In the event of any litigation or other enforcement action with regard to this Agreement, the prevailing party shall be entitled to receive reasonable attorney’s fees and costs from the non-prevailing party. AGREE 5 _________________________ ___________________________ Jeff Thurman President Interim City Manager Daytona State College _______________________ ___________________________ Jeff Lariscy, Fire Chief Date City of Edgewater Fire Rescue Services _______________________ Approval Date City of Edgewater Legislation Text 104 N. Riverside Drive Edgewater, FL 32132 File #:AR-2025-0025,Version:1 COUNCIL AGENDA ITEM SUBJECT: Purchase personal protection firefighter bunker gear with PEMT/MCO funds. DEPARTMENT: Fire Rescue SUMMARY: Edgewater Fire Rescue is requesting to use funds from the Public Emergency Medical Transport (PEMT) Managed Care Organization (MCO)program to purchase personal protective firefighter bunker gear.The PEMT/MCO program provides supplemental federal funding to help offset the limited ambulance transport reimbursements received from Medicaid.Although these supplemental funds are not guaranteed each year, Edgewater Fire Rescue received $50,348.05 in PEMT/MCO collections this fiscal year. As part of our bunker gear replacement program,Edgewater Fire Rescue budgets annually for a minimum of four sets of personal protective firefighter bunker gear to ensure compliance with NFPA 1851,which mandates replacement after 10 years of service. The $50,348.05 from PEMT/MCO funds will allow the department to purchase at least eight additional sets of bunker gear piggybacking off of the Lake County Bid Number 22-730B. BUDGETED ITEM:☐ Yes ☒ No ☐ Not Applicable BUDGET AMENDMENT REQUIRED:☒ Yes ☐ No ☐ Not Applicable RECOMMENDED ACTION: Motion to Approve the use of Public Emergency Medical Transport Managed Care Organization funds in the amount of 50,348.05 to purchase personal protection firefighter bunker gear. City of Edgewater Printed on 1/28/2025Page 1 of 1 powered by Legistar™ COUNTY, FL lai 11.L ri0ei011 • t 1�L CtsrJC MODIFICATION OF CONTRACT Modification Number:Two (2) Contract Number: 22-730B Effective Date: 8/1/2023 Title: Fire Equipment, Supplies, and Services Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel, CPPB Contractor Name and Address: E-mail: Gretchen.bechtel@lakecountyfl.gov Name: Bennett Fire Products Company, Inc. Telephone Number: 352-343-9839 Address: 195 Stockwood Drive, STE 170 Issued By: Procurement Services City: Woodstock, Georgia 30188 Lake County Administration Building 315 W. Main St., Suite 441 ATTENTION: Richard Bennett, benettfire@att.net Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to extend the agreement for two annual terms to expire on July 31, 2025. CONTRACTOR SIGNA BLOCK LAKE COUNTY SIGNATURE BLOCK Signature: ��� Signature: Gretchen Digitally signed by Print Name: b g A n H Bet ✓1 G tl" Gretchen Bechtel, Title: P%e Sid etre Bechtel, CPPB, CPPB, Contracting Contracting Officer 11 Date: 2023.03.03 Officer II 08:10:21 -05'00' Date: Har -r -H 2. E-mail: .bc% A ale f -f A r0_ �' �• A e Secondary E-mail: DenA Distribution: Original —Bid File Copy — Contractor Contracting Officer PROCUREMENT SERVICES — DIVISION OF OFFICE OF MANAGEMENT AND BUDGET SERVICES P.O. BOX 7800.315 W. MAIN ST., TAVARES, FL 32778 • P 352.343.9839 • F 352.343.9473 Board of County Commissioners • wimlakecountyfl.gov COUNTY, FL REAL FLORIDA -REAL CLOSE X40DIFICATIM nF VnIVTR A d -T Modification Number:One (1) Contract Number: 22-730B Effective Date: 1/17/2023 Title: Fire Equipment, Supplies, and Services Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel, CPPB Contractor Name and Address: E-mail: Gretchen.bechtel@LakeCountyFL.gov Telephone Number: 352-343-9832 Name: Bennett Fire Products Company, Inc. Address: 195 Stockwood Drive, Suite 170 Issued By: Procurement Services City: Woodstock, Georgia 30188 Lake County Administration Building 315 W. Main St., Suite 441 ATTENTION: Richard Dann y Bennett Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: This Contract Modification Number One (1) adds the following Manufacturer to agreement: Manufacturer: Veridian Fire Protective Gear Percentage Off List: 10% off retail price Freight Included: yes In Stock / Lead Time: 150 days after receipt of order Manufacturer's Website: www.veridian.net CONTRACTOR SIGN7ATURE BLOCK LAKE COUNTY SIGNATURE BLOCK Signature: Signature: Gretchen Digitally signed by Print Name:Jbq tin y Ser) n e tf �A Print Name: Bechtel, CPPB, CPPB, Contracting Title: e-$1 eA t Title: Contracting Officer Contracting Officer 11 Officer II Date: 2023.01.27 Date: 12:25:04-05'00' -' �7 ��Z Date: Je�r��ete� , E-mail: _- b[� n� �ft'�Q (-"' Q>•%1�� Secondary E-mail: Bennett- Fire L Ar,4-MA;L1_ D,^ ) Distribution: Original -- Bid File Copy — Contractor Contracting Officer PROCUREMENT SERVICES — DIVISION OF OFFICE OF MANAGEMENT AND BUDGET SERVICES P.O. BOX 7800.315 W. MAIN ST., TAVARES, FL 32778 - P 352.343.9839 - F 352.343.9473 Boal d of Count), Commissioners - unviv.lakecomrtyf .gon LAKE COUNTY, FL REAL FLORIDA • REAL CLOSE CONTRACT NO. 22-730B For Fire Equipment, Supplies, and Services LAKE COUNTY, FLORIDA, a political subdivision of the State of Florida, through its Board of County Commissioners (hereinafter "County") does hereby accept, with noted modifications, if any, the bid of Bennett Fire Products Company, Inc. (hereinafter "Contractor") to supply Fire Equipment, Supplies, and Services to the County pursuant to County Bid number 22-730 with any included addenda (hereinafter "Bid"), with an opening date of 4/28/2022, and Contractor's Bid response dated 4/26/2022, thereto with all County Bid provisions governing. A copy of the Contractor's signed Bid is attached hereto and incorporated herein, thus making it a part of this Contract except that any items not awarded have been struck through. The attachments noted below (if any) are attached hereto and are also made a part of this Contract. ATTACHMENTS: Addendum 1 & 2, Exhibit A — Scope of Work, Exhibit B — Insurance Requirements, Attachment 1 — Submittal Form with General Terms & Conditions acceptance, Attachment 2 — Pricing Sheet No financial obligation under this Contract shall accrue against the County until a specific purchase transaction is completed pursuant to the terms and conditions of this Contract. Contractor shall submit the documents hereinafter listed prior to commencement of this Contract: N/A The County's Procurement Services Director shall be the sole judge as to the fact of the fulfillment of this Contract, and upon any breach thereof, shall, at his option, declare this Contract terminated, and for any loss or damage by reason of such breach, whether this Contract is terminated or not, said Contractor and their surety for any required bond shall be liable. This Contract is effective from 8/1/2022 through 7/31/2023, except the County reserves the right to terminate this Contract immediately for cause and/or lack of funds and with thirty (30) day written notice for the convenience of the County. This Contract provides for two (2) two (2) year renewals at Lake County's sole option at the terms noted in the Bid. Any and all modifications to this Contract must be in writing signed by the County's Procurement Services Director. LAKE COUN Y, FLORID a �j�� By: Gretchen Bechtel, PB Contracting Officer II Date: 7/26/2022 Distribution: Original -Bid File Copy -Contractor Copy -Department PROCUREMENT SERVICES /A DIVISION OF THE OFFICE OF MANAGEMENT AND BUDGET P.O. BOX 7800.315 W. MAIN ST., RM 441, TAVARES, FL 32778 • P352.343.9839- F 352.343.9473 Board of County Commissioners • www.lakecounrifl.eov ADDENDUM NO. #2 .11111111111k - Lff 0A1 tUE COUNTY, FL 22-730 REAL FLORIDA • REAL CLOSE Office of Procurement Services P.O. Box 7800 • 315 W. Main St., Suite 441 • Tavares, FL 32778 SOLICTATION: Fire Equipment, Supplies, and Services 04/12/2022 Vendors are responsible for the receipt and acknowledgement of all addenda to a solicitation. Confirm acknowledgement by including an electronically completed copy of this addendum with submittal. Failure to acknowledge each addendum may prevent the submittal from being considered for award. THIS ADDENDUM DOES NOT CHANGE THE DATE FOR RECEIPT OF PROPOSALS. QUESTIONS/RESPONSES Q1. Section 5.0 Method of Award - Is it the County's intention to award to multiple vendors as they have done in the past? R1. Per Section 5.0 Method of Award; The County reserves the right to make awards on a lowest price basis by individual item, group of items, all or none, or a combination; with one or more Vendors Q2. Section 3.0 Delivery Requirements and Acceptance — bid calls for delivery of all products within 10 calendar days. For items in stock this is possible, but for items on order the delivery time will vary by product and brand. The delivery time can be given when a quote is requested. R2. Per Section 3.0 Delivery Requirements and Acceptance Section 3.5.1 Back order may be cancelled after the shipment period has lapsed. Cancellation of orders are at the discretion of the County. Q3. Certain manufacturers are now including a significant surcharge to our cost which is in addition to the list price. For the county to purchase these brands off this contract, a surcharge will need to be allowed. R3. The solicitation provides for percent off list price. Cost shall be in accordance with contract pricing. Any additional fees shall be borne of the vendor. ACKNOWLEDGEMENT Firm Name: Bennett Fire Products Company, Inc. I hereby certify that my electronic signature has the same legal effect as if made under oath; that I am an authorized representative of this vendor and/or empowered to execute this submittal on behalf of the vendor. Signature of Legal Representative Submitting this Bid: sich�rd Day 8� Date: 4/26/2022 Page 1 of 2 ADDENDUM NO. #2 Print Name: Richard Danny Bennett Title: President Primary E-mail Address: bennettfire@att.net Secondary E-mail Address: bennettfireweb@gmail.com 22-730 Page 2 of 2 ADDENDUM NO. #1 i r1`LAE COUNTY, FL 22-730 REAL FLORIDA • REAL CLOSE Office of Procurement Services P.O. Box 7800 • 315 W. Main St., Suite 441 • Tavares, FL 32778 SOLICTATION: Fire Equipment, Supplies, and Services 03/28/2022 Vendors are responsible for the receipt and acknowledgement of all addenda to a solicitation. Confirm acknowledgement by including an electronically completed copy of this addendum with submittal. Failure to acknowledge each addendum may prevent the submittal from being considered for award. THIS ADDENDUM DOES NOT CHANGE THE DATE FOR RECEIPT OF PROPOSALS. QUESTIONS/RESPONSES Q1. I reviewed the attachments for bid 22-730 on Lake County's website and it doesn't look like the attachments have any items that need to be priced. Is there a file with the equipment and supplies you would like pricing for? R1. Attachments 2A and 2B — The vendor shall list manufacturer brands supported. Q2. I am looking at the Bid/RFP Number: 22-730 bid opportunity and wanted to find if I am not seeing the Attachment 2B, properly? I have opened and downloaded, but I am not seeing any of the equipment or supplies listed. R2. Attachments 2A and 213 — The vendor shall list manufacturer brands supported. ACKNOWLEDGEMENT Firm Name: Bennett Fire Products Company, Inc. I hereby certify that my electronic signature has the same legal effect as if made under oath; that I am an authorized representative of this vendor and/or empowered to execute this submittal on behalf of the vendor. Signature of Legal Representative Submitting this Bid: Richard Day &Z=oi- Date: 4/25/2022 Print Name: Richard Danny Bennett Title: President Primary E-mail Address: bennettfire@att.net Secondary E-mail Address: bennettfireweb@gmail.com Page 1 of 1 EXHIBIT A — SCOPE OF SERVICES 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES The County is establishing a vendor pool for fire equipment, supplies, and services. The County does not guarantee a dollar amount to be expended on any resulting contract(s). 1. SCOPE OF SERVICES All items purchased shall be in accordance with all governmental standards to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). MSDS sheets shall be provided with the shipment of any hazardous materials as required by 29 CFR 1910.1200. 2. CONTRACTOR'S RESPONSIBILITIES Contractor shall: 2.1. Provide a website address for product and price lists for viewing and downloading. 2.2. Provide (upon request) a downloadable file of current catalog and manufacturer's price lists for the brands quoted. 2.3. Provide all labor, material, and equipment necessary for contract performance. 2.4. Provide an intensive training program to County staff regarding the use of the products or services supplied. 2.4.1. Contractor shall bare all costs of registration fees, manuals, texts, or instructional materials associated with the required training. 2.4.2. Training shall be at no additional cost to the County. 3. DELIVERY REQUIREMENTS AND ACCEPTANCE 3.1. Deliveries shall be FOB Destination —Inside Delivery. 3.2. Delivery will be to a county location named during order placement. 3.3. Deliveries shall be made within ten (10) calendar days and during regular business hours 3.3.1. Monday through Friday, 8:00 a.m. to 5:00 p.m. 3.3.2. Excludes County Holidays 3.4. Emergency orders shall be delivered within forty-eight (48) hours. 3.4.1. The County will advise when the order is an emergency. 3.4.2. Emergency/Disaster deliveries may be required during non -business hours. 3.5. Back orders shall be filled within ten (10) calendar days from the initial scheduled delivery. 3.5.1. Back orders maybe cancelled after shipment period has lapsed. Page 1 of 3 EXHIBIT A — SCOPE OF SERVICES 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES 3.6. County staff may pick-up in person if authorized in writing by supervisor. 3.6.1. Contractor shall maintain a copy of the written authorization. 3.7. County reserves the right to cancel an order after the order shipment period has lapsed. 4. REBATES AND SPECIAL PROMOTIONS 4.1. All rebates and special promotions offered by a manufacturer shall be passed on to the County. 4.2. Contractor shall be responsible to notify the County of rebates or special promotions. 4.3. Special promotions shall be offered to the County if pricing is lower than contract pricing. 5. REPAIR SERVICES 5.1. Hourly rates shall be straight -time and be full compensation for labor, equipment use, travel time, and any other incidentals. 5.2. Contractor shall possess all required equipment necessary to make effective repairs. 5.3. Contractor shall be factory certified to service equipment. 5.4. Contractor shall assume risk of loss or damage to County property until returned and accepted by County. 5.5. Contractor shall submit a written estimate for each service project. 5.5.1. The estimate shall be itemized and include: 5.5.1.1. Anticipated start date and completion date. 5.5.1.2. Number of hours at contracted hourly wages for project completion 5.5.1.3. List price of materials and discount per Attachment 2 — Pricing Sheet. 5.5.1.4. Lump sum estimates are not acceptable. 5.6. No work shall commence without a written Notice to Proceed. 5.7. All materials, workmanship, and equipment shall be subject to inspection and approval. 5.8. The Contractor shall correct all deficiencies/defects in work failing to conform to standard within ten (1.0) calendar days of notification at Contractor's expense. 6. TRAINING 6.1. Contractor shall supply a minimum of one (1) comprehensive repair and parts manual. 6.1.1. Manuals shall be included with equipment upon delivery. Page 2 of 3 EXHIBIT A — SCOPE OF SERVICES 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES 6.1.2. Manuals may be electronic. 7. WARRANTY REQUIREMENTS 7.1. The Contractor agrees that all materials shall be new, warranted for their merchantability, and fit for a particular purpose. 7.2. The Contractor agrees that the product and/or service furnished shall be covered by the most favorable commercial warranty. 7.3. Contractor shall assume the risk of loss of damage to the County's property during possession and until delivery and acceptance of property to the County. 7.4. The Contractor shall correct all apparent or latent deficiencies, defects in work, or any work that fails to conform at the Contractor's expense within ten (10) calendar days. [The remainder of this page intentionally left blank] Page 3 of 3 EXHIBIT B — INSURANCE REQUIREMENTS 22-730 A. CONTRACTOR will purchase and maintain at all times during the term of this Contract, without cost or expense to the COUNTY, policies of insurance as indicated below, with a company or companies authorized to do business in the State of Florida, and which are acceptable to the COUNTY, insuring the CONTRACTOR against any and all claims, demands, or causes of action, for injuries received or damage to property relating to the performance of duties, services, or obligations of the CONTRACTOR under the terms and provisions of the Contract. An original certificate of insurance, indicating that CONTRACTOR has coverage in accordance with the requirements of this section must be received and accepted by the COUNTY prior to contract execution or before any work begins. It will be furnished by CONTRACTOR to the COUNTY'S Project Manager and Procurement Services Director within five working days of such request. The parties agree that the policies of insurance and confirming certificates of insurance will insure the CONTRACTOR in accordance with the following minimum limits: i. General Liability insurance on forms no more restrictive than the latest edition of the Occurrence Form Commercial General Liability policy (CG 00 01) of the Insurance Services Office or equivalent without restrictive endorsements, with the following minimum limits and coverage: Each Occurrence/General Aggregate Products -Completed Operations Personal & Adv. Injury Fire Damage Medical Expense Contractual Liability $1,000,000/2,000,000 $2,000,000 $1,000,000 $50,000 $5,000 Included ii. Automobile liability insurance, including owned, non -owned, and hired autos with the minimum Combined Single Limit of $1,000,000 iii. Workers' compensation insurance based on proper reporting of classification codes and payroll amounts in accordance with Chapter 440, Florida Statutes, and any other applicable law requiring workers' compensation (Federal, maritime, etc.). If not required by law to maintain workers compensation insurance, the CONTRACTOR must provide a notarized statement that if he or she is injured, he or she will not hold the COUNTY responsible for any payment or compensation. iv. Employers Liability with the following minimum limits and coverage: Each Accident $1,000,000 Disease -Each Employer $1,000,000 Disease -Policy Limit $1,000,000 B. Lake County, a Political Subdivision of the State of Florida, and the Board of County Commissioners, will be named as additional insured as their interest may appear all applicable policies. Certificates of insurance must identify the RFP or ITB number in the Description of Operations section on the Certificate. C. CONTRACTOR must provide a minimum of 30 days prior written notice to the County of any change, cancellation, or nonrenewal of the required insurance. Page 1 of 2 EXHIBIT B — INSURANCE REQUIREMENTS 22-730 D. Certificates of insurance must evidence a waiver of subrogation in favor of the COUNTY, that coverage must be primary and noncontributory, and that each evidenced policy includes a Cross Liability or Severability of Interests provision, with no requirement of premium by the COUNTY. E. CONTRACTOR must provide a copy of all policy endorsements, reflecting the required coverage, with Lake County listed as an additional insured along with all required provisions to include waiver of subrogation. Contracts cannot be completed without this required insurance documentation. A certificate of insurance (COI) will not be accepted in lieu of the policy endorsements. F. Certificate holder must be: LAKE COUNTY, A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA, AND THE BOARD OF COUNTY COMMISSIONERS. P.O. BOX 7800 TAVARES, FL 32778-7800 G. All self-insured retentions will appear on the certificates and will be subject to approval by the COUNTY. At the option of the COUNTY, the insurer will reduce or eliminate such self- insured retentions; or CONTRACTOR will be required to procure a bond guaranteeing payment of losses and related claims expenses. H. The COUNTY will be exempt from, and in no way liable for, any sums of money, which may represent a deductible or self-insured retention in any insurance policy. The payment of such deductible or self-insured retention will be the sole responsibility of the CONTRACTOR or subcontractor providing such insurance. I. CONTRACTOR will be responsible for subcontractors and their insurance. Subcontractors are to provide Certificates of Insurance to the COUNTY evidencing coverage and terms in accordance with the CONTRACTOR'S requirements. J. Failure to obtain and maintain such insurance as set out above will be considered a breach of contract and may result in termination of the contract for default. K. Neither approval by the COUNTY of any insurance supplied by CONTRACTOR, nor a failure to disapprove that insurance, will relieve CONTRACTOR of full responsibility of liability, damages, and accidents as set forth herein. [The remainder of this page is intentionally left blank.] Page 2 of 2 ATTACHMENT 1— SUBMITTAL FORM 22-730 The undersigned hereby declares that: Bennett Fire Products Company, Inc. has examined and accepts the specifications, terms, and conditions presented in this Solicitation, satisfies all legal requirements to do business with the County, and to furnish FIRE EQUIPMENT, SUPPLIES, AND SERVICES for which Submittals were advertised to be received no later than 3:00 P.M. Eastern time on the date stated in the solicitation or as noted in an addenda. Furthermore, the undersigned is duly authorized to execute this document and any contracts or other transactions required by award of this Solicitation. 1.0 TERM OF CONTRACT The Contract will be awarded for an initial one (1) year term with the option for two (2) subsequent two (2) year renewals. Renewals are contingent upon mutual written agreement. The Contract will commence upon the first day of the next calendar month after Board approval. The Contract remains in effect until completion of the expressed and implied warranty periods. The County reserves the right to negotiate for additional services/items similar in nature not known at time of solicitation. 2.0 PAYMENT The Contractor shall email the County's using department (e m�nerglakecount�fl.gov) an accurate invoice within 30 calendar days after delivery. Invoices should reference the purchase/task order, ship date, tracking number, and ship -to address, list price, percent discount, and unit cost. Failure to submit invoices in the prescribed manner will delay payment. Payments will be tendered in accordance with the Florida Prompt Payment Act, Part VII, Chapter 218, Florida Statutes. The County will remit full payment on all undisputed invoices within 45 days from receipt by the appropriate County using department. The County will pay interest not to exceed 1% per month on all undisputed invoices not paid within 30 days after the due date. All pricing will be FOB Destination unless otherwise specified in this solicitation document. Pricing submitted will remain valid for a ninety (90) day period. Vendor accepts MasterCard for payment: NO 3.0 CERTIFICATION REGARDING LAKE COUNTY TERMS AND CONDITIONS: I certify that I have reviewed the General Terms and Conditions for Lake County Florida and accept the Lake County General Terms and Conditions dated 5/6/21 as written including the Proprietary/Confidential Information section. YES Failure to acknowledge may result in Submittal being deemed non-responsive. 4.0 CERTIFICATION REGARDING FELONY CONVICTION: Has any officer, director, or an executive performing equivalent duties, of the bidding entity been convicted of a felony during the past ten (10) years? NO 5.0 CONFLICT OF INTEREST DISCLOSURE CERTIFICATION: Except as listed below, no employee, officer, or agent of the firm has any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with this project; and, this Submittal is made without prior understanding, agreement, or connection with any Page 1 of 3 ATTACHMENT 1— SUBMITTAL FORM 22-730 corporation, firm, or person submitting a proposal for the same services, and is in all respects fair and without collusion or fraud. Confirmed, no conflict of interest, Danny Bennett 6.0 CERTIFICATION REGARDING BACKGROUND CHECKS: Under any County Contract that involves Contractor or subcontractor personnel working in proximity to minors, the Vendor hereby confirms that any personnel so employed will have successfully completed an initial, and subsequent annual, Certified Background Check, completed by the Contractor at no additional cost to the County. The County retains the right to request and review any associated records with or without cause, and to require replacement of any Contractor employee found in violation of this requirement. Contractor shall indemnify the County in full for any adverse act of any such personnel in this regard. Additional requirements may apply in this regard as included within any specific contract award. YES 7.0 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM The County does not establish specific goals for minority set -asides however, participation by minority and non -minority qualified firms is strongly encouraged. If the firm is a minority firm or has obtained certification by the State of Florida, Office of Supplier Diversity, (OSD) (CMBE), please indicate the appropriate classification(s) Choose an item. Choose an item. and enter OSD Certification Number Click or tap here to enter text. and enter effective date Click or tap to enter a date. to date Click or tap to enter a date. 8.0 FEDERAL FUNDING REQUIREMENT: N/A 9.0 RECIPROCAL VENDOR PREFERENCE: N/A 10.0 GENERAL VENDOR INFORMATION: Firm Name: Bennett Fire Products Company, Inc. Street Address: 195 Stockwood Drive, Suite 170 City: Woodstock State and ZIP Code: Georgia 30188 Mailing Address (if different): PO Box 2458 Telephone: 770-402-9910 Fax: N/A Federal Identification Number / TIN: 58-2143532 DUNS Number: N/A 11.0 SUBMITTAL SIGNATURE: I hereby certify the information indicated for this Submittal is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an authorized representative of this Vendor and/or empowered to execute this Submittal on behalf of the Vendor. I, individually and on behalf of the Vendor, acknowledge and agree to abide by all terms and conditions contained in this solicitation as well as any attachments, exhibits, or addenda. Naive of Legal Representative Submitting this Proposal: D y &Xwolx Date: 4/26/2022 Print Naine: Richard Danny Bennett Page 2 of 3 ATTACHMENT 1— SUBMITTAL FORM Title: President 22-730 Primary E-mail Address: bennettfire@att.net Secondary E-mail Address: bennettfireweb@gmail.com The individual signing this Submittal affirms that the facts stated herein are true and that the response to this Solicitation has been submitted on behalf of the aforementioned Vendor. [The remainder of this page is intentionally blank] Page 3 of 3 ATTACHMENT 2B - PRICING SHEET 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES Firm's Name Here SAVE AND SUBMIT AS AN EXCEL FILE FIRM'S WEBSITE: www. ben nettfireproducts.com Warehouse Location(s): Woodstock, GA Contact Information For Emergency/Disaster Services (24/7) Name: Danny Bennett Email: bennettfire@att.net Emergency Phone: 770-402-9910 List manufacturer brands supported. MANUFACTURER Percent Off List In Stock/ Lead Time Freight Included WEBSITE as of 4/25/22 Globe Bunker Gear custom 44.00% 10-12 months yes www.us.msasafety.com Cairns Bunker Gear custom 42.00% 10-12 months yes www.us.msasafety.coLr Globe Accessories 10.00% 30 days yes www.us.msasafety.com Globe Footwear 31.00% 75 days yes www.us.msasafety.com Cairns Helmets custom 25.00% 45 days yes www.us.msasafety.com Cairns Leather Fronts 2.00% 45 days yes www.us.msasafety.com Cairns Helmet Parts 2.00% 30 days yes www.us.msasafety.com PGI Clothing custom 10.00% 3-4 months yes www.pgi-inc.com PGI Hoods and Accessories 2.00% 60 days yes www.pgi-inc.com Firecraft Gloves 5.00% 10 days yes www.firecraftsafety.com Fir•ecraft Gear Bags 2.00% 10 days yes www.firecraftsafety.com Shelby Gloves 5.00% 1-2 months yes www.shelbyglove.com Stanfield Lifeliner Hoods 2.00% 1-2 months yes www.lifei'ners.com Black Diamond Rubber Boots 5.00% 4-6 months yes www.bdboots.com CATEGORY I VENDOR CHECK DATE CHECK NO: HO I EDG21250000 11/22/2024 000000002207932 Volusia County FLORIDA PAYMENT DOCUMENT REFERENCE DOCUMENT INVOICE NBR CHECK DESCRIPTION ACCOUNT NUMBER AMOUNT GAX 825 G-238518 11142024 PEMTIMCO Supplemental 50,348.05 Payment Program Revenue SFY24 Based on Transports 07/1121-06/30122 002 2010 00k-0000 - "-- Go- o cc. p MTh` Co GRAND TOTAL 550,348.05 WLCK9WH1 SUPERIOR PRESS 888-590-7998 STATE SALES TAX CERTIFICATION OF EXEMPTION NO. 85-80126223�,3C279oinu, 1�� =-.� Volusia county FLORIDA Finance Department October 29, 2024 Jeff Lariscy, Fire Chief Edgewater Fire Rescue Post Office Box 100 Edgewater, FL 32132 Dear Chief Lariscy, Enclosed, you are receiving a check from the County of Volusia. Please see below for an explanation of the enclosed check. Background On January 21, 2020, County Council approved Volusia County's participation in the newly expanded Public Emergency Medical Transport (PEMT) Managed Care Organization (MCO) program. This program draws down federal dollars to provide reimbursement for expenditures incurred to transport Medicaid patients and includes municipal transports in the calculation of the reimbursement amount. Therefore, we are further distributing the municipal share of the program to the participating municipalities. In order to leverage the approximate 60 percent federal share of state Medicaid costs, qualifying government owned ambulance providers contributed the approximate 40 percent state share through Intergovernmental Transfers (IGTs). For year five of the program, Volusia County paid $2,388,343.75 to AHCA (Agency for Health Care Administration) on June 24, 2024, which represented the County's share of state Medicaid matching to participate in this program. The County's share was based on all transports billed by the County and therefore included contributions for transports done by participating municipal agencies. The IGTs, representing the 40 percent local funding of the state share of Medicaid, were paired with the 60 percent federal share to total 100 percent. The ambulance providers then received both shares, totaling 100 percent, from the MCOs. Municipal agencies that perform medical transport have retained the County, by contract, to bill these medical transports. Further, the combined Volusia County EMS and municipal medical transports were included by the state in calculating the allocation of funds throughout the participating state entities. Therefore, part of the revenue received by the County from the State is related to municipal transports that the municipalities have retained the County to bill on the municipalities' behalf. As such, the new revenues related to these transports is payable to the transporting agencies. Finance • Office of the Chief Financial Officer • 123 W Indiana Ave, Room 300 • Deland, FL 32720-4609 Tel: (386) 736-5933 (Deland) • (386) 248-8135 (Daytona Beach) - (386) 423.3344 (New Smyrna Beach) • FAX: (386) 822-5042 �lrrPw.volusia.org r Volusia County FLORIDA Finance Department Distribution Methodology To calculate the appropriate proportion of reimbursement due from the MCO's to the ambulance providers participating in the program, the state used an allocation method based on the number of MCO transports from the state fiscal year 2022 (7/1/21 through 6/30/22). Volusia County has used that same allocation method to determine the percentage of reimbursement that is being distributed to each municipality. After deducting the County's contribution of $2,388,343.75 from the total funds received of $5,473,881.15, the new net revenue amount is $3,085,537.40. In accordance with the County's contract with the municipalities, the 10% billing administrative fee is being withheld. I # of MCO Municipality Trips 71112021- percent Allocation 10°l° Admin Net Check Fee 613012022 ;Ponce Inlet Fire 34 0.51% S 15,590.47 S 1,559.05 S 14,031.42 New Smyrna Beach Fire 136 2.02% S 62,361.88 S 6,236.19 S 56,125.69 'Deltona Fire 458 6.81% S 210,012.80 521,001.28 S 189,011.52 1 Edgewater Fire 122 1.81% S 55,942.27 S 5,594.23 S 50,348.05 JVolusia County EMS 5.723 85.05% S 2,624,242.91 IVolusia County Fire 118 1.75% S 54,108.10 S 5;410.81 S 48.69729 Port Orange 138 2.05% S 63,278.97 S 6.327.90 S 56,951.07 F Total 6,729 100.00%a $ 3,085,537.40 If you have additional questions about your distribution, please contact Tiffany Alvarez at talvarez@volusia.org. Sincerely, Ryan Ossowski, CPA Chief Financial Officer County of Volusia Finance • Office of the Chief Financial officer • 123 W Indiana Ave, Room 300 • Deland, FL 327204609 Tel: (386) 736-5933 (DeLand) - (386) 248.8135 (Daytona Beach) - (386) 423-3344 (New Smyrna Beach) • FAX: (386) 822-5042 VJnM/.V0IUsia.org