Lee County Board Of County Commissioners 1. REOUESTED MOTION

Transcription

Lee County Board Of County CommissionersAgenda Item SummaryBlue Sheet No. 200405371. REOUESTED MOTION:ACTION REOUESTED: Approve Project # PBO40432,for the Community Development Department, for the utilization(piggyback) of the Seminole County Proposal # RFP-4183.03/JVP, which has gone through their competitive biddingprocess,for Document Scanningof Paper Files and was awarded to The D.R.S. Group Inc., for the prices as listed on theirquote. The initial quote term is for three years from 6/23/03 to 6/22/06, and also has the option to renew for two additionalone-yearperiods. Also request permission to continue this piggyback if Seminole County renews the contract for the twoadditional one-yearperiods.WHY ACTION IS NECESSARY:Board approval is required becausethis expenditure will exceed 50,000.Allows the Community Development Department to purchaseelectronic documentconversion servicesin a cost effective, efficient, and timely manner.WHAT ACTION ACCOMPLISHES:2. DEPARTMENTALCATEGORY:YADMINISTRATIVEAPPEALSX A. COMMISSIONERB. DEPARTMENTORDINANCEADMIN.CODEOTHERAC-4-1C. DIVISIONCommunityDevelopmek/i,; , :/ ,“.Ii (j, i:‘J’ ‘!Mary GibbsPUBLICBY:WALK ONTIME REQUIRED:BACKGROUND:The Community Development Department is currently utilizing a Florida State Negotiated PnrchasingAgreement (SNAPS) with the DRS Group, but this contract will terminate the end of May. By piggybacking SeminoleCounty’s quote, Community Development will be able to continue the service whh the UKS tiroup without interruption.Funding will come from the individual department’s budget who will be responsiblefor monitoring their own expenditures.Please see attachments:(1)(2)(3)Department Request to Piggyback ProposalTabulation Sheet for ProposalSeminole Counly’s Specifications and Addendums8. MANAGEMENT(4) The D.R.S. Group Inc.‘s Proposal(5) Permission Letter from The DRS Group to Piggyback Quote(6) Copy of the Contract between The DRS Group and Seminole CountyRECOMMENDATIONS:9. RECOMMENDEDAPPROVEDDENIEDDEFERREDOTHERAPPROVAL:

MEMORANDUMFROM THEDEPARTMENT OFCOMMUNITY DEVELOPMENTTo:Janet SheehanPurchasing DirectorRE:Quote #EX030647.DATE:April 16,2004FROM:&?6 JMary Gibbs, DirectorElectronic Document ConversionOur Purchase Order for these services (PO# 50682) was issued utilizing SNAPSAgreement #2501992-4. It is our understanding that this agreement is expiring 5/30/04,and will not be renewed.As a follow up to Earl Pflaumer’s 4/l 3/04 memo (see attached), we would like Purchasingto initiate a bluesheet on our behalf to accommodate our continued need for theseservices. Our anticipated expenditures will exceed 50,000 each year. Please utilize apiggyback on Seminoie County’s quote, RFP-4i83-03iJVP,for Document Scanning ofPaper Files. The vendor for this quote, DRS Group, is the vendor we are currently usingfor the same services. This procurement option would provide us with a “seamless”transition from the SNAPS agreement to the piggyback.Funding for these services will be from various Communitybudgets.DevelopmentOperatingThank you, and please contact Karen Hutcherson or Peter Cloutier if you have anyquestions.Copy: Earl PflaumerKaren HutchersonPeter Cloutier

.L33AS NOI.LVIIXTV amdJMl033TOhmmS - '33'8

Submit Proposal to:REQUESTFOR PROPOSALSSEMINOLE COUNTY SERVICES BUILDINGRFP-4183-03/JVPTERM CONTRACT FORDOCUMENT SCANNING OF PAPERFILES1101 E. 1st Street, Room 3208Sanford, Florida 32771-l 468Aftn.:Zontact:PurchasingPROPOSER NAME:Jacqui Perry, CPPB, Sr. Buyer,E-mail: j errv co.seminole.fl.usPhone:or(407) 6657114 MAILING ADDRESS:.ocation of Public Ooeninq:Zounty Services Building, Room 3223, 1101 E. 1st;treet, Sanford, Florida 32771‘reposalDue Date &Time:JLarch 19,2003 @ 2:DO p.m.Email Address:Phone#:These documents cons!!!& !he complete set Qf terms and cn”diti@“s. spezifictiion re#rsments, and proposal forms. All proposalsheets and attachments must be executed and submitted in a sealed envelope. The face of the envelope shall contain Proposer’sname, return address. the date and time of proposal opening, the proposal number and title. Proposals not submitted on the enclosedProposal Form shall be rejected. PROPOSERSSHALL SUBMIT SIX (6) COMPLETE SETS (ONE ill ORIGINAL ANDFIVE 151COPIES) OF THEIR PROPOSAL, COMPLETE WITH ALL SUPPORTING DOCUMENTATION. SUBMITTAL OFA PROPOSAL IN RESPONSE TO THIS REQUEST FOR PROPOSALS CONSTITUTES AN mBY THE PROPOSER. Proposalsthat do not comply with these requirements may be rejected at the option of the County.RESPONDENT I RECOMMENDATIONOF AWARDINFORMATION:Please visit our websiteat ww.v.co.seminole.fl.us,thisinformation is posted on the website 24 hours after proposal openingCONTACT: All prospective Offerors are hereby instructed notto contact any mwober of the Seminole County Board ofCounty Commissioners, c;ounty Manager, or Seminole CountyStaff member other than the noted contact person regardingthis Request for Proposals OTtheir proposal at any time duringthe proposal process. Any such contact shall be cause forrejection of your proposal.Form. Failure to properly sign the Proposal shall invalidate it,and it shall not be considered for award. Proposals must betyped or legibly printed in ink. Use of erasable ink is notpermitted. All corrections made by Proposer to any part of theproposal document must be initialed in ink. The originalproposal conditions and specifications cannot be changed oraltwed in any way. Altered proposals will not be considered.Clarification of proposals submitted shall be in letter form,signed by Offerors and attached to the proposal.DELAYS: The County, at its sole discretion, may delay thescheduled due dates indicated above if it is to the advantage ofthe County to do so. The County will notify Offerors of allchanges in scheduled due dates by written addendum.ADDENDUM: The County will record its responses to inquiries,any supplemental instructions, and/or necessary revisions toProposal Documents, in the form of a written addendum.Should revisions to the Proposal Documents becomenecessary, the County will post a written addendum to thePurchasingDivision’swebsiteEXECUTION OF PROPOSAL:Proposal must contain amanual signature, in ink, of an authorized representative, whohas the legal ability to bind the Proposer in contractualobligations in the space provided on the Proposal Response1

(www.co.seminole.fl.us/business/Durch in .All addenda willbe posted at least seven days before proposal closing.joint proposal each party thereto certifies as to its ownorganization. that in connection with this procurement:ALL OFFERORS SHOULD CHECK THE COUNTY’SWEBSITE LESS THAN SEVEN (7) CALENDARDAYSBEFORETHE PROPOSALOPENINGDATETOASCERTAINWHETHERANY ADDENDUMHAVEBEEN ISSUED.FAILURETO DO SO COULDRESULT IN REJECTIONOF THE PROPOSALASUNRESPONSIVE.1.Previous addenda are deemed received when a subsequentaddendum is acknowledged. It is the Offerors’ responsibility tocontact the County in the event that a previous addendum isnot received. Latest addendum shall be signed and returnedwith the proposal as acknowledgment of addendum.2.3.4.whichever !&tlnfdrmation &et,their proposal submittal.applies. and include withJOINT VENTURES: Proposals submitted by firms under “jointventure” arrangements or other multi-party agreements mustsubmit a power of attorney delegating authority to one prinmwith authority to negotiate and execute any/all contractdocuments resulting from negotiation/award of this Request forProposals. Purchase orders will only be issued to the primaryvendor within the partnership.The CountyECONOMICPRICE ADJUSTMENTS:acknowledges that prices may fluctuate from time to time.Accordingly an escalator/de-escalate clause will be acceptedonly under the following condition?.:1.2.3.4.Price increase(s) and price decrease(s) comparabledocumented manufacturer’s price changes or changesindustry-related indices.Receipt of props notification, to Purchasing, in wiiting,all items affected by price increases/decreases.Where all prices shall have remained firm a minimum90 calendar days after effective date of contract.All price increases(s) and decreases(s) to be approvedthe County’s Purchasing Manager.toinofofbyPROPOSAL PREPARATION COSTS: Neither the COUNTYnor its representatives shall be liable for any expenses incurredin connection with preparation of a response to this Requestfor Proposals. Offerors should prepare their proposals simplyand economically, providing all information and prices asrequired.TAXES: The County is exempt from Federal Excise and StateSales Taxes on direct purchases of tangible personal property.The County’s exemption numbers are on the face of thepurchase order. lf requested, the Purchasing Manager willprovide an exemption certificate to the awarded Proposer. (Acopy is included as the inside back cover of the Vendor Guide.)Vendors/contractors doing business with the County shall notbe exempted from paying sales tax to their suppliers formaterials to fulfill contractual obligations with the County norshall any Vendor/Contractor be authorized to use the County’sTax Exemption Number in securing such materials.CERTIFICATION OF INDEPENDENT PRICE: By submissionof this proposal, the Proposer certifies, and in the case of aRFP-418%03/JVPThe prices in this proposal have been arrived unication, or agreement for the purpose of restrictingcompetition, as to any matter relating to such prices withany other proposer or with any competitor.Unless otherwise required by law, the prices which havebeen quoted in this proposal have not been knowinglydisclosed by the Proposer and will not knowingly beProposer prior to opening, directlydisclosed by theor indirectly to any other Proposer or to any competitor.No attempt has been made or will be made by theProposer to induce any other person or firm to submit ornot to submit a proposal for the purpose of restrictingcompetition.Proposer agrees that supplies/servicesfurnishedregarding this offer, if awarded, shall be covered by themost favorable commercial warranties the Proposer givesto any customer for such supplies services and that rightsand remedies provided herein are in addition to and do notlimit any rights offered to the County by any otherprovision of the proposal award.INTERPRETATIONS: Ail Offerors shall carefully examine theProposal Documents. Any ambiguities or inconsistencies shallbe brought to the attention of the County in writing prior to theopening of Proposals: failure to do so, on the part of theProposer, will constitute an acceptance by the Proposer of anysubsequent decision. Any questions concerning the intent,meaning and interpretations of the Proposal Documents shallbe requested in writing, and received by the County at leastseven (7) calendar days pmhtheProposal Opening.Inquires shall be addressed to the attention of the Contactperson as indicated on P % @ 1. No person is authorfzed togive oral interpretations of, or make oral changes to, theproposal. Therefore, oral statements given before the proposalopening will not be binding. Any interpretation of, or changesto, the proposal will be made in the form of a writtenAddendum to the proposal and will be furnished to all Offerors.Receipt of all addenda shall be acknowledged by the Offerorsby signing and enclosing said addenda with their proposal.USE OF TRADE NAMES: Specifications used are intended tobe open and non-restrictive. Any reference to brand name ornumber shall not be construed as Restricting to thatmanufacturer, but is used as a minimum standard of quality.When no reference cf change is made on the proposal by aProposer, it is understood that the specific brand item namedon the Proposal shall be furnished by the Proposer.Ifproposing on other than the make, model, brand or number asshown, and offered as an equal, complete technicalinformation, specifications manufacturer’s name and catalogreference must be clearly stated on the Proposal Response orattached letter. Any deviation between brand offered andbrand specified must also be clearly indicated.TECHNICALACCPETPABILINOF TRADENAMEPROPOSED: If offering other than the trade name specified,explain in detail the differences between the equipmentproposed and the equipment specified. Also explain whatimpact may be anticipated in pwformance of the equipment.These explanations must be provided on specification sheet orD” company letterhead, and attached to your proposal. TheCounty will determine if the brands offered are technicallyacceptable. Failure to comply may result in disqualification ofyour proposal. All exceptions shall be stated no matter how

seemingly minor. Any exceptions not taken shall be assumedby the purchaser to be included in the proposal, regardless ofIhe cast to the proposer.DELIVERY: Unless actual date is specified (or if specifieddelivery cannot be met), show number of days required tomake delivery after receipt of purchase order or contract inspace provided. Delivery time may be a basis for making ofaward. Delivery shall be during the normal working hours ofthe user department, Monday through Friday, unless otherwisespecified and incorporated into contract or purchase orderdocument. Delivery shall be to the location specified in theproposal specifications. F.O.B. POINT: The F.O.B. point shallbe destination Proposal responses showing other than F.O.B.Destination wll not be accepted. The price proposed shallinclude all costs of loading, transpolting, and delivery todesignated point(s) within Seminole County,INVOICING AND PAYMENT:Payment for any and allinvoice(s) that may arise as a result of a contract or purchaseorder issued pursuant to this proposal specification shallminimally meet the following conditions to be considered as avalid payment request:A timely submission of a properly certified invoice(s), in strictaccordance with the price(s) and delivery elements asstipulated in the contract of purchase order document, and besubmitted to the Clerk, BCC. at the address as stipulated onthe Purchase Order.All invoices submitted shall consist of an original and one (1)copy; clearly reference the subject contract or purchase ordernumber; provide a sufficient salient description to identifygwds or service for which payment is requested; contain dateof delivery; original or legible copy of signed delivery receiptincluding both manual signature and printed name of adesignated County employee or authorized agent; be clearlymarked as “partial”, ‘“complete” or “final” invoice. The Countywill accept partial deliveries.The invoice shall contain the Proposer’s Federal EmployerIdentification Number (F.E.I.N.).The County’s terms are “Net 30 Days” after acceptance ofgocds or services and receipt oi an acceptable invoice asdescribed herein. Any discounts must be offered on theProposal Response Form.Payment for accepted equipment, supplies, or services will beaccomplished by submission of an invoice, in duplicate, to:Clerk, BCC, P.O. Drawer (1, Sanford, Florida 32772. Invoicemust reflect purchase order number.ADDITIONAL TERMS AND CONDITIONS: Unless expresslyaccepted by the County, only the terms and conditions in thisdocument shall apply: No additional terms and conditionsincluded with the proposal response shall be considered. Anyand all such additional terms and conditions shall have noforce and effect, and are inapplicable to this proposal ifsubmitted either purposely through intent or design, orinadvertently appearing separately in transmittal letters,It isspecifications, literature, price lists or warranties.understwd and agreed that the general and/or any specialconditions in these Proposal Documents are the onlyconditions applicable to this proposal and the Proposer’sauthorized signature on the Proposal Response Form atteststo this. Exceptions to the terms and conditions will not beaccepted.CONFLICT OF INTEREST: All Offerors must disclose withtheir proposal the name of any officer, director, or agent who isalso an employee of the County. All Offerors must disclose thename of any County employee who owns, directly or indirectly,RFP-4183-03/JVPan interest of five percent (5%) or more in the Proposer’s firmor any of its branches.COMPLIANCEWlTH OCCUPATIONALSAFENANDHEALTH: Proposer certifies that all material. equipment, etc.,contained in his/her proposal meets all applicable O.S.H.A.requirements. Proposer further certifies that, if he/she is thesuccessful Proposer, and the material, equipment, etc.,delivered is subsequently found to be defective in anyapplicable O.S.H.A. requirement in effect on the date ofdelivery, all costs necessary to comply with the requirementsshall be borne by the Proposer.PERMITS/LICENSES/FEES:Any permits, licenses, or feesrequired will be the responsibility of the Contractor, noseparate or additional payment will be made. Adherence to allapplicable code regulations (Federal, State, County, and City)is the responsibility of the Contractor.LEGAL REQUIREMENTS:offerors are required to complywith all provisions of Federal, State, County and local laws andordinances, rules and regulations, that are applicable to theitems being proposal. Lack of knowledge by the Proposershall in no way be a cause for relief from responsibility, orconstitute a cognizable defense against the legal effect thereof.EEO STATEMENT:The County is committed to assuringequal opporiunity in the award of contracts, and, thereforecomplies with all laws prohibiting discrimination on the basis ofrace, color, religion, national origin, age or sex.MlNORllWWOMENBUSINESS ENTERPRISES (MiWBE):An MMlBE is a business entitv which is owned and ooeratedby a minority. In this instan& minority group members arecitizens of the United States or lawfully admitted permanentresidents who are Black, Hispanics. women, Native Americans,Asian-Pacific, Asian-Indian, and eligible others. An MNVBEwishing to participate in the County procurement process maycontact the Purchasing Division for information and assistance.DISCOUNTS: Cash discounts for prompt payment shall notbe considered in determining the lowest net cost for proposalevaluation purposes.NO PROPOSAL:If not submitting a proposal, respondreturning only the Statement of No Proposal, and givereason in the space provided. Failure to respond threetimes in succession without justification may be causeremoval of the Offerors name from the mailing list.bythe(3)forPROPOSAL OPENING:Shall be public, at the aboveaddress, on the date and at the time specified above. Theproposal time shall be scrupulously observed. Under nocircumstances shall proposals delivered after the timespecified be consider&;such proposals will be returnedunopened.The County will not be responsible for latedeliveries or delayed mail. The time/date stamp clock locatedin the Purchasing Division shall serve as the official authority todetermine lateness of any proposal. It is the offerors soleresponsibility to assure that his/her proposal is complete anddelivered at the proper time and place of the proposal opening.Proposals that for any reason are not so delivered will not beconsidered. Offers by facsimile, telegram or telephone are notacceptable. The Proposer may NOT alter a proposal afteropening of the proposals. Onlv the Offerors’ name.s shall ber&d al&d at the Public Propo&l Opening. Prices will not beaddressed at that time.

Persons with disabilities needing assistance to participate inthe Public Proposal Opening should call the contact person atleast 48 hours in advance of the meeting at the numberprovided.offerors are evpected toMISTAKES IN PROPOSAL:examine the terms and conditions, specifications, deliveryschedule, proposal prices, extensions and all instructionspertaining to supplies and services. FAILURE TO DO SOWlLL BE AT PROPOSER’S RISK. In the want of extensionerror(s), the unit price will prevail and the Proposer’s total offerwill be corrected accordingly. Written amounts shall takeprecedence over numerical amounts. In the event of additionerrors(s), the unit price, and extension thwwf, will prevail andthe Proposw’s total offer will be corrected accordingly,Proposals having erasuras or corrections must be initialed inink by the Proposer.DISQUALIFICATION OF PROPOSER:More than oneproposal from a” individual, firm, partnership, corporation, orassociation under the same or different “amas will not beconsidered. Reasonable grounds for believing that a Proposeris involved in more than one proposal submittal will be causefor rejection of all proposals in which such Offerors arebelieved to be involved. Any or all proposals will be rejected ifthere is reason to believe that collusion exists betweenOfferors.Proposals in which the prices obviously areunbalanced will be subject to rejection.PROPOSAL EXTENSION: The period of time for acceptanceof the proposals submitted, including all terms and conditionsof the Proposal Documents, may be extended by mutualagreement in writing.BASIS FOR AWARD: The award will be made to the lowpriced, technically acceptable, responsive, responsibleproposal. The award determination will be based on theevaluation criteria included in this RFP.RESPONSIBILITY:A Proposer must have at the time ofproposal opening, a manufacturing plant in operation, or be afully authorized agent or representative of the productproposed, and capable of producing or providing the itemsproposed, and follow-up parts and service, including anywarranty servicas as applicable, and so provide suchcertification upon request. The County reserves the right,before award, to require a Proposer to submit such evidence ofhis qualifications as it may deem necessary, and may considerany evidence available such as financial, technical, and otherqualifications and abilities of the Proposer, including pastperformance (experience) with the County. This informationwill be usad to determine the Proposer’s responsibility.FACILITIES: The County “?sarves the right to inspect theProposer’s facilities at any reasonable time, during normalworking hours. to determine that Proposw has a bona fideplace of business, and is a responsible Proposar.DRUG-FREE WORKPLACE:Preference shall be given tobusiness with Drug-Free Work Place (DFW) programs.Whenever two or more proposals which are equal with respectto price, quality, and service are received by the County for theprwurament of commodities or contractual services, aproposal received from a business that completes the attachedDFW form certifying that it is a DFW shall be given preferencein the award process.RFP-418303/JVPPOSTING OF PROPOSAL AWARD:Recommendation foraward will be posted for review by interested palties at thePurchasing Division prior to submission to the appropriate levelof authority for final approval of award, and wil! remain postedfor a period of five (5) working days.PROTESTS:Any Proposer who disputes the proposalselection or contract award recommendation shall file suchprotest according to the proposal protest prccadures specifiedin the Seminole County Purchasing Code. Failure to file aprotest to the Purchasing Managar within the time prescribedin the County’s Purchasing Code, shall constiiute a waiver ofproceedings. The Purchasing Code is available at our CCEPTANCE I REJECTION OF PROPOSALS: SeminoleCounty reserves the right to accept or reject any or allproposals and to make the award to that Proposer, who in theopinion of the County will be in the best interest of and/or themost advantageous to the County. Seminole County alsoraservas the right to reject the proposal of any vendor who haspreviously failed in the proper performance of a” award or todeliver on time contracts of a similar nature or who, in theCounty’s opinion, is not in a position to perform properly underthis award. Seminole County reserves the right to inspect allfacilities of Offerors in order to make a determination as to theforegoing. Seminole County reserves the right to waive anyirregularities, informalities, and tachnicalitias in offers received,and may, at its discretion, request a re-proposal, or abandonthe project/procurement in its entirety.AWARD: As the best interest of the County may require, therightservadto make award(s) by individual item, group ofitems, “All or None”, or a combination thereof; with one or moresuppliers; to reject any or all proposals, or waive any minorirregularity or technicality in proposals received, and may, atit’s sole discretion, request a w-proposal, or abandon theproject in it’s entirety. Offerors are cautioned to make noassumption until the County has entered into a contract orissued a purchase order.PUBLIC RECORDS: Upon award recommendation or ten (10)days after opening, whichever is earliar, proposals become“public records” and shall be subject to public disclosureconsistent with Chapter 119.07(3)(o), Florida Statutes.Offerors must invoke the exemptions to disclosure provided bylaw in the response to the RFP, and must identify the data orother materials to be protected, and must state the reasonswhy such exclusion from public disclosure is necessary.Proposals may be reviewed at the County Services Building,County Commission Records Office, 2nd Floor. Room 2204.CONTRACTUAL AGREEMENT:The tams, conditions, andprovisions in this Request for Proposals shall be merged intothe final contract or purchase order. The order of precedencewill be general law. the purchase ordw or contract, Request forProposals, and response. Any and all legal action necessaryto enforce a contract or purchase order will be interpretedaccording to the laws of Florida. The venue shall be SeminoleCounty, Florida.METHOD OF ORDERING: Items/services shall be ordered viaindividual purchase orders, release orders, blanket purchaseorders or the procuremant card on a” *‘as needed” basis for theterm of the contract. lnvoicas must be submitted against eachindividual purchase order, release order, or blanket purchaseorder.

QUANTITIES:Seminole County will not be held to anymaximum or minimum purchase quantities as a result of thissolicitation and/or resulting contract.Seminole Countyrasarvas the right to purchase any, all, or none. of itsrequirements from vendors awarded a contract as a result ofthis Request for Proposals. All quantities as shown areapproximate and no guarantee is made that any materials willbe purchased.AS SPECIFIED: A purchase order or blanket purchase orderwill be issued to the Contractor(s) with the understanding thatall items delivered must meet the specifications herein. Itemsdelivered not as specified will be picked up by the Proposer atno expense to the County. The County may return, for fullcredit. any unused items received which fail to meat theCounty’s Performance Standards. Replacement items meetingspecifications shall be submitted within a reasonable time ofrejection of the non-conforming items.At the option of the County, item(s) from any delivety may besubmitted to an independent tasting laboratory to determineconformity to respective specifications. Offerors shall assumefull responsibility for payment of any and all charges for tastingand analysis of any product offered or delivered that does notconform to the minimum required spaclications.ADJUSTMENTSI CHANGES/ DEVIATIONS:Noadjustments, changes or deviations shall be accepted on anyitem unless conditions or specifications of a proposal axprasslyso provide. Any other adjustments, changes or deviationsshall require prior written approval, and shall be binding Kif issued by the County’s Purchasing Division. The Proposershall bear sole responsibility for any and all costs of claimsarising from any adjustments, changes or deviations notproperly executed as required herein.GOVERNMENTAL RESTRICTIONS:In the event that anygovernmentalrestrictionsare imposedwhich wouldnecessitate alteration of the material quality, workmanship orparformance of the items offered on this proposal prior to theirdelivery, it shall be the responsibility of the Proposer to notifythe Purchasing Division at once, indicating in his/her letter thespecific regulation which required an alteration, including anyprice adjustments occasioned thereby. The County raservasthe right to accept such alteration or to cancel the contract orpurchase order at no further expense to the County.INSURANCE:The awarded Proposer(s) shall maintaininsurance covarage reflecting at least the minimum amountsand conditions specified in the attached Sample Contract orthe Special Terms and Conditions. In the event the Proposeris a governmental entity or a self-insured organization, differentinsurance requirements may apply. Misrepresentation of anymaterial fact, whether intentional or not, regarding the Offarorsinsurance coverage. policies or capabilities may be grounds forrejection of the proposal and rescission of any ensuingPurchase Order or contract.INDEMNIFICATION: The Proposer, without exemption, shallindemnify and save harmless, the County, its employeesand/or any of its Board Members from liability of any nature orkind, including cost and expenses for or on account of anycopyrighted. patented, or unpatented invention, process, oritem manufactured by the Proposer. Further, if such a claim ismade, or is pending, the Proposer may, at its option andexpense, procure for the County the right to use, replace orRFP-418503/JVPmodify the item to render it non-infringing. If none of thealternatives are reasonably available. the County agrees toreturn the article on request to the Proposer and receivereimbursement. If the Proposer used any design, device, ormaterials covered by letters, patent or copyright. it is mutuallyagreed and understood, without exception, that the proposalprices shall include all royalties or cost arising from the “se ofsuch design, device, or materials in any way involved in thework.ADVERTISING: In submitting a proposal, Proposw agrees notto use the results therefrom as a part of any commercialadvertising, without the express written approval, by theappropriate level of authority within the County.ASSIGNMENT:Any pur

Lee County Board Of County Commissioners Agenda Item Summary Blue Sheet No. 20040537 1. REOUESTED MOTION: ACTION REOUESTED: Approve Project # PBO40432, for the Community Development Department, utilization (piggyback) of the Seminole County Proposal # RFP-4183.03/JVP, which has gone through their competitive bidding