R25-071 RESOLUTION NO. R25-071
2
3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON
4 BEACH, FLORIDA, APPROVING A PIGGYBACK AGREEMENT WITH
5 DANA SAFETY SUPPLY, INC. FOR LIGHTING, EMERGENCY LIGHTING,
6 SPECIALITY EQUIPMENT, PUBLIC SAFETY EQUIPMENT AND
7 ACCESSORIES — PARTS SALES AND INSTALLATION SERVICE, FOR AN
8 AMOUNT NOT-TO-EXCEED $470,000.00 ANNUALLY; AND FOR ALL
9 OTHER PURPOSES.
10
11 WHEREAS, the City requires services for Lighting, Emergency Lighting, Specialty
12 Equipment, Public Safety Equipment, and Accessories — Parts Sales and Installation Services for
13 the Boynton Beach Police Department; and
14 WHEREAS, the County of Bradford, Florida, issued a "Request for Proposals" (RFP No.
15 BCSO2019-01) and entered into a Master Agreement with Dana Safety Supply, Inc. ("Vendor") for
in Lighting, Emergency Lighting, Specialty Equipment, Public Safety Equipment and Accessories —
17 Parts Sales and Installation Service; and
18 WHEREAS, the requested Piggyback Agreement with the Vendor is necessary to the
19 functions of the City; and
20 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the
21 best interests of the City's citizens and residents to approve the Piggyback Agreement with the
22 Vendor to provide the City with Lighting, Emergency Lighting, Specialty Equipment, Public Safety
23 Equipment, and Accessories— Parts Sales and Installation Services, with an annual amount not-to-
24 exceed $470,000.00.
25 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON
26 BEACH, FLORIDA, THAT:
27 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as
28 being true and correct and are hereby made a specific part of this Resolution upon adoption.
29 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby
30 approve the Piggyback Agreement between the Vendor and the City for Lighting, Emergency
31 Lighting, Specialty Equipment, Public Safety Equipment, and Accessories — Parts Sales and
32 Installation Services, with an annual amount not-to-exceed $470,000.00 (the "Agreement"), in
33 form and substance similar to that attached as Exhibit A.
34 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby
35 authorizes the Mayor to execute the Piggyback Agreement. The Mayor is further authorized to
36 execute any ancillary documents required under the Agreement or necessary to accomplish the
37 purposes of this Resolution.
38 SECTION 4. The City Clerk shall retain the fully executed Piggyback Agreement as a
39 public record of the City. A copy of the fully executed Piggyback Agreement shall be provided to
40 Taralyn Pratt to forward to the Vendor.
41 SECTION 5. This Resolution shall take effect in accordance with law.
42
43 PASSED AND ADOPTED this /el day of f{krcii 2025.
44
45 CITY OF BOYNTON BEACH, FLORIDA
46 YES NO
47 Mayor— Rebecca Shelton
48
49 Commissioner—Angela Cruz
so Vice .(1(� o� ✓
51 —Woodrow L. Hay
52
53 Commissioner—Thomas Turkin ✓
54
55 Commissioner—Aimee Kelley
56
57 VOTE
58 ATTE:T:
59
60 1 f,
61 Maylee D: J: MPA, M C Rebecca Shelton
62 City Clerk Mayor
63 ,�.. ..
64 �'" 0�NTON��� APPROVED AS TO FORM:
65 (Corporate Seal) :�O�:�05Z,1i �Fyh1
66 • • SE •�'S-
AL ,, A Ltb
� 5
67 •
68 �, �INCORPORATED� •'
2 •:
Shawna G. Lamb
69 `�‘ City Attorney
`� FLORVOr r
70 �. —
;
PIGGYBACK AGREEMENT BETWEEN THE CITY OF BOYNTON
BEACH AND DANA SAFETY SUPPLY, INC.
This Piggyback Agreement is made as of this ay of rntcki , 2025, by and
between Dana Safety Supply, Inc., a Florida corporation with a principal address of 500 S Edwardia
Dr, Greensboro, NC 27409, hereinafter referred to as "Vendor," and the City of Boynton Beach, a
municipal corporation organized and existing under the laws of Florida, with a business address of
100 East Ocean Avenue,Boynton Beach, Florida 33435, hereinafter referred to as "City."
RECITALS
WHEREAS, on June 3, 2019, the County of Bradford, Florida issued a "Request for
Proposal" (RFP) No. BCSO2019-01, to establish a Master Agreement for Lighting, Emergency
Lighting, Specialty Equipment, Public Safety Equipment and Accessories — Parts Sales and
Installation Service; and
WHEREAS, the County of Bradford, Florida found Dana Safety Supply, Inc. ("Vendor")
to be a responsive, responsible bidder and awarded it a five-year(5) contract, commencing on July
15, 2019, with an option for an additional five(5) year period, subject to mutual agreement of the
parties.RFP No. BCSO2019-01 ("Master Agreement")initial contract term,July 15,2024,through
July 14, 2029; and
WHEREAS,the City's Purchasing Policy Section X—Alternatives to Formal Sealed Bids,
provides authority for the City to acquire or contract for services without utilizing a sealed
competitive method or the written quotations methods where the desired services are the subject of
an agreement that utilizes another government entity's contract, provided that the contract was
awarded based strictly on competitive bidding; and
WHEREAS, in order to ensure the continued furnishing of certain light systems and
components;aftermarket vehicle accessories,public safety/emergency vehicle equipment("Vehicle
Accessories"), and other equipment not related to vehicles ("Non-Vehicle Accessories"), the City
Departments are requesting to enter into a Piggyback Agreement with the Vendor for all City
Departments as needed; and
WHEREAS, the City and Vendor have agreed to allow the City to piggyback the Master
Agreement, a copy of which is attached as Exhibit"A."
NOW,THEREFORE, in consideration of the mutual covenants contained herein, and for
other valuable consideration received, the receipt and sufficiency of which are hereby
acknowledged,the parties agree as follows:
Piggyback Contract—Dana Safety Supply,Inc. 1
AGREEMENT
1. The foregoing recitals are true and correct and are hereby incorporated in this Agreement.
2. TERM: The term of this Agreement commences on full execution by the parties and will
remain in effect until July 14, 2029. The Mayor is authorized to execute any renewal
amendments. The initial term and any subsequent renewals of this Agreement are subject to
the renewal or extension of the Master Agreement. If the Master Agreement expires or is
terminated during the Term, this Agreement shall terminate no later than six months after
such expiration or termination of the Master Agreement.
3. CONTRACT TERMS: The Vendor shall complete the Services on the same terms and in
the same manner as set forth in the Master Agreement,except as otherwise provided herein.
All recitals, representations, and warranties of Vendor made by Vendor in the Master
Agreement are restated as if set forth fully herein, made for the benefit of the City, and
incorporated herein, except that all references to the"Bradford County Sheriff's Office"or
"the County" are hereby replaced with the "City of Boynton Beach." The City shall
compensate the Vendor pursuant to the rates set forth in the Master Agreement for the
Services in an amount not to exceed Four Hundred Seventy Thousand Dollars($470,000.00)
per year.
4. NOTICES: All Notices to the City shall be in writing by certified mail return receipt
requested,or customarily used overnight transmission with proof of delivery, sent to:
City: Daniel Dugger, City Manager
City of Boynton Beach
P.O. Box 310
Boynton Beach, Florida 33425
Telephone: (561) 742-6010/Facsimile: (561) 742-6090
Copy: Shawna G. Lamb, City Attorney
City of Boynton Beach
P.O. Box 310
Boynton Beach, Florida 33425
Telephone: (561) 742-6010/Facsimile: (561) 742-6090
5. INVOICES AND PAYMENT: Invoices must identify the PO number and should be
mailed to:
Boynton Beach Finance Department
Attn: Accounts Payable
P.O. Box 310
Boynton Beach, FL 33425.
Invoices shall show the nature of the service and dates(s) of service. Invoices based on
hourly rates shall show the actual hours worked, person performing services, nature of the
service, hourly rate, and dates(s)of service. Invoices may be submitted no more frequently
than monthly. However, all services rendered prior to September 30th of any given year are
Piggyback Contract-Dana Safety Supply,Inc. 2
required to be invoiced by September 30th of that year.Vendor shall provide W-9 with first
invoice.
The fee shall be paid based on receipt of a proper invoice in accordance with the invoice
schedule indicated above. Payment will be made within 45 days of receipt of a proper
invoice in accordance with the Local Government Prompt Payment Act, Section 218.70, et
al., Florida Statutes. No payment made under this Agreement shall be conclusive evidence
of the performance of this Agreement by Vendor, either wholly or in part, and no payment
shall be construed to be an acceptance of or to relieve Vendor of liability for the defective,
faulty, or incomplete rendition of the Services.
6. TAX EXEMPT: Prices applicable to City do not include applicable state and local sales,
use, and related taxes.The City is exempt from state and local sales and use taxes and shall
not be invoiced for the same. Upon request, City will provide Vendor with proof of tax-
exempt status.
7. SOVEREIGN IMMUNITY: Nothing contained in this Agreement nor contained herein
shall be considered nor construed to waive City's rights and immunities under the common
law or section 768.28, Florida Statutes, as may be amended.
8. ATTORNEY'S FEES: In the event that either Party brings suit for enforcement of the
Agreement, each Party shall bear its own attorney's fees and court costs.
9. PUBLIC RECORDS: Sealed documents received by the City in response to an invitation
are exempt from public records disclosure until thirty(30)days after the opening of the Bid
unless the City announces intent to award sooner, in accordance with Florida Statutes
119.07.
The City is a public agency subject to Chapter 119, Florida Statutes. The Vendor shall
comply with Florida's Public Records Law. Specifically,the Vendor shall:
A. Keep and maintain public records required by the City to perform the service;
B. Upon request from the City's custodian of public records,provide the City with a copy
of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla.
Stat. or as otherwise provided by law;
C. Ensure that public records that are exempt or that are confidential and exempt from
public record disclosure requirements are not disclosed except as authorized by law
for the duration of the contract term and,following completion of the contract,Vendor
shall destroy all copies of such confidential and exempt records remaining in its
possession once the Vendor transfers the records in its possession to the City; and
D. Upon completion of the contract, Vendor shall transfer to the City, at no cost to the
City, all public records in Vendor's possession All records stored electronically by
Vendor must be provided to the City,upon request from the City's custodian of public
records, in a format that is compatible with the information technology systems of the
City.
Piggyback Contract—Dana Safety Supply,Inc. 3
E. IF THE VENDOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO
THE VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS:
CITY CLERK OFFICE
100 E. OCEAN AVENUE
BOYNTON BEACH, FLORIDA, 33435
561-742-6060
CityClerkc bbfl.us
10. SCRUTINIZED COMPANIES-287.135 AND 215.473:By execution of this Agreement,
Vendor certifies that Vendor is not participating in a boycott of Israel. The Vendor further
certifies that Vendor is not on the Scrutinized Companies that Boycott Israel list,not on the
Scrutinized Companies with Activities in Sudan List,and not on the Scrutinized Companies
with Activities in the Iran Petroleum Energy Sector List, or has Vendor been engaged in
business operations in Syria. Subject to limited exceptions provided in state law, the City
will not contract for the provision of goods or services with any scrutinized company
referred to above. Submitting a false certification shall be deemed a material breach of
contract.The City shall provide notice,in writing,to the Vendor of the City's determination
concerning the false certification.The Vendor shall have five(5)days from receipt of notice
to refute the false certification allegation. If such false certification is discovered during the
active contract term, the Vendor shall have ninety(90) days following receipt of the notice
to respond in writing and demonstrate that the determination of false certification was made
in error. If the Vendor does not demonstrate that the City's determination of false
certification was made in error, then the City shall have the right to terminate the contract
and seek civil remedies pursuant to Section 287.135,Florida Statutes,as amended from time
to time.
11. E-VERIFY: VENDOR shall comply with Section 448.095, Fla. Stat., "Employment
Eligibility," including the registration and use of the E-Verify system to verify the work
authorization status of employees. Failure to comply with Section 448.095, Fla. Stat. shall
result in termination of this Agreement. Any challenge to termination under this provision
must be filed in the Circuit Court no later than 20 calendar days after the date of termination.
If this Agreement is terminated for a violation of the statute by Vendor, Vendor may not be
awarded a public contract for a period of one(1) year after the date of termination.
12. DISPUTES: Any disputes that arise between the parties with respect to the performance of
this Agreement,which cannot be resolved through negotiations,shall be submitted to a court
of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be
construed under Florida Law.
13. EXECUTION OF THE AGREEMENT: This Agreement will take effect once signed by
both parties. This Agreement may be signed by the parties in counterparts, which together
shall constitute one and the same agreement among the parties. A facsimile signature shall
constitute an original signature for all purposes. Each person signing this Agreement on
behalf of either Party individually warrants that he or she has full legal power to execute the
Piggyback Contract-•Dana Safety Supply,Inc. 4
Addendum on behalf of the Party for whom he or she is signing and to bind and obligate
such Party with respect to all provisions contained in this Agreement
14. TERMINATION FOR CONVENIENCE:This Agreement may be terminated by the City
for convenience upon fourteen(14)calendar days of written notice by the terminating party
to the other party for such termination in which event the Vendor shall be paid its
compensation for services performed to the termination date,including services reasonably
related to termination. In the event that the Vendor abandons the Agreement or causes it to
be terminated, the Vendor shall indemnify the City against loss pertaining to this
termination.
15.TERMINATION FOR CAUSE: In addition to all other remedies available to City, this
Agreement shall be subject to cancellation by City for cause, should Vendor neglect or fail
to perform or observe any of the terms, provisions, conditions, or requirements herein
contained, if such neglect or failure shall continue for a period of thirty(30) calendar days'
after receipt by Vendor of written notice of such neglect or failure.
16. INDEMNIFICATION: Vendor shall indemnify and hold harmless the City,its elected and
appointed officers, agents, assigns and employees, consultants, separate Vendors, any of
their subcontractors,or sub-subcontractors, from and against claims,demands,or causes of
action whatsoever,and the resulting losses,damages, costs, and expenses,including but not
limited to attorneys' fees, including paralegal expenses, liabilities, damages, orders,
judgments, or decrees, sustained by the City arising out of or resulting from (A) Vendor's
performance or breach of Agreement, (B) acts or omissions, negligence, recklessness, or
intentional wrongful conduct by Vendor's, its agents, employees, subcontractors,
participants,and volunteers,and(C) Vendor's failure to take out and maintain insurance as
required under this Agreement. Vendor's shall pay all claims and losses in connection
therewith and shall investigate and defend all claims, suits, or actions of any kind or nature
in the name of the City,where applicable,including appellate proceedings,and shall pay all
costs, judgments, and attorneys' fees which may issue thereon. The obligations of this
section shall survive indefinitely regardless of termination of the Agreement.
17. INSURANCE: At the time of execution of this Agreement, Vendor shall provide the City
with a copy of its Certificate of Insurance reflecting the insurance coverage required by the
Master Agreement.The Certificate of Insurance shall name the City of Boynton Beach, and
its officers, employees and agents as an additional insured.
18. LIMITATION OF LIABILITY: Notwithstanding any provision of the Agreement to
which it is applicable, City shall not be liable or responsible to Vendor beyond the amount
remaining due to Vendor under the Agreement,regardless of whether said liability be based
in tort, contract, indemnity or otherwise; and in no event shall City be liable to Vendor for
punitive or exemplary damages or for lost profits or consequential damages.
19.NO SPECIAL DAMAGES. In no event shall either Party be liable to the other for any
special damages, speculative damages, indirect, special, incidental, consequential, loss of
profits,or other damages or losses of any kind whatsoever, no matter what the cause.
20.INDEPENDENT CONTRACTOR: The Agreement does not create an
employee/employer relationship between the Parties. It is the intent of the Parties that
Piggyback Contract—Dana Safety Supply,Inc. 5
Vendor is an independent contractor pursuant to the Agreement and shall not be considered
the City's employee for any purpose.
21. COMPLIANCE WITH LAWS: Vendor hereby warrants and agrees that at all times
material to the Agreement, Vendor shall perform its obligations in compliance with all
applicable federal, state, and local laws, rules, and regulations, including section 501.171,
Florida Statutes.Non-compliance may constitute a material breach of the Agreement.
22. ASSIGNMENT: In the event this Agreement and any interests granted herein shall be
assigned, transferred, or otherwise encumbered, under any circumstances by Vendor,
Vendor must gain prior written consent from City thirty (30) business days before such
transfer. For purposes of this Agreement, any change of ownership of Company shall
constitute an assignment that requires City's approval. Notwithstanding the foregoing,
Vendor may, without City's consent, assign this Agreement in whole or in part as part of a
corporate reorganization, consolidation, merger, or sale of substantially all of its assets
related to this Agreement. Vendor shall provide City written notice of any such corporate
reorganization, consolidation,merger, or sale of substantially all of its assets related to this
Agreement within thirty(30)calendar days of such event.
23.AGREEMENT SUBJECT TO FUNDING:The Agreement shall remain in full force and
effect only as long as the expenditures provided for in the Agreement have been
appropriated by the City Commission of the City of Boynton Beach in the annual budget
for each fiscal year of this Agreement,and is subject to termination based on lack of funding.
Early termination by City due to loss of funding shall not obligate Vendor to refund any
prepaid fees.
24. ENTIRE AGREEMENT.The Agreement, including the Master Agreement, sets forth the
entire Agreement between the City and the Vendor with respect to the subject matter of this
Agreement. This Agreement supersedes all prior and contemporaneous negotiations,
understandings, and agreements, written or oral, between the parties. This Agreement may
not be modified except by the parties' mutual agreement set forth in writing and signed by
the parties.
25.SEVERABILITY.If any provision of this Agreement or application thereof to any person
or situation shall, to any extent, be held invalid or unenforceable, the remainder of this
Agreement, and the application of such provisions to persons or situations other than those
as to which it shall have been held invalid or unenforceable, shall not be affected thereby,
and shall continue in full force and effect,and be enforced to the fullest extent permitted by
law.
26. ANTI-HUMAN TRAFFICKING. On or before the Effective Date of this Agreement,
Vendor shall provide City with an affidavit attesting that the Vendor does not use coercion
for labor or services, in accordance with Section 787.06(13), Florida Statutes.
Signature Page to follow
Piggyback Contract—Dana Safety Supply,Inc. 6
IN WITNESS OF THE FOREGOING, the parties have set their hands and sealed the
day and year first written above.
CITY OF BOYNTON BEACH,FLORIDA DANA SAFETY SUPPLY,INC.
Oia4t,s4-
'I.R.rxcrc� sM lk�, , Mayor ( ignature)
Dana Safety Supply, Inc.
Print Name of Authorized Official
eae
Approved as to Form: Title
Aeoi2m6
Shawna G. Lamb, City Attorney (Corporate Seal)
Attest/Authenticated:
Attested/Authenticated: ! .4 1.-+
(Signature), itness
(---Pervui LAI5M
Mayle=Delius, City Cl; k Print Namd
(f Boy/y,,,
,1 c-•• ...............
I.
• I
N�ORp :n i
y�1 9• 6414-°.... z.
�o.......••••
Rina
Piggyback Contract—Dana Safety Supply,Inc. 7
EXHIBIT "A"
AGREEMENT BETWEEN COUNTY OF BRADFORD, FLORIDA AND DANA
SAFETY SUPPLY, INC.
Piggyback Contract—Dana Safety Supply,Inc. 8
CONTRACT
No. BCSO2019-01
THIS CONTRACT is executed this 11 day of July, 2019, by and between COUNTY OF
BRADFORD, STARKE, FLORIDA, hereinafter called the "County" and DANA SAFETY
SUPPLY, INC. hereinafter called the"Contractor",
WITNESSETH:
WHEREAS, the County issued RFP No. BCS02019-01 (such document and all addenda thereto,
if any, being hereafter referred to as "RFP") seeking proposals for furnishing of certain light
systems and components; aftermarket vehicle accessories, and public safety / emergency vehicle
equipment ("Vehicle Accessories") and other equipment not related to vehicles ("non-Vehicle
Accessories"); and,
WHEREAS, the Contractor submitted a certain proposal dated June 17, 2019
("Proposal") in response to that RFP; and,
WHEREAS, the County and the Contractor desire to enter into a contract for the
purchase and installation of Vehicle Accessories, as more particularly set forth in this Contract;
NOW, THEREFORE, in consideration of the mutual promises and covenants,
obligations, and terms hereinafter set forth, and other good and valuable considerations, the
receipt and sufficiency of which are hereby acknowledged, County and Contractor hereby agree
as follows:
SECTION 1. 0 PURCHASE AND INSTALLATION OF VEHICLE ACCESSORIES
1.1 Contractor shall provide and install Vehicle Accessories as may be ordered from time to
time by the County. All Vehicle Accessories shall be priced, designed, constructed,
equipped, and installed in accordance with the specifications set forth in the Proposal and
applicable Change Orders executed by the parties unless otherwise stated in the Contract.
All Vehicle Accessories and installations shall conform and comply with all applicable
federal, state, and local laws, statues, ordinances, and regulations.
1.1.1 The Contractor and the County shall schedule the following two meetings with
respect to each order received from the County:
(i) A pre-production meeting to completely review the specifications of the Vehicle
Accessories and installation prior to commencing assembly or production of each
order. The Contractor shall be represented by qualified sales representative(s) and /
or technician(s) to properly facilitate the design and construction requirements. This '
meeting can be held at the County's location, by phone, or at the installation facilities
of the Contractor as directed by the County.
(ii) A final review and inspection shall be at the County's facility when the County
vehicle with installed Vehicle Accessories ("Completed Vehicle") arrives and is
considered by the Contractor to be complete. In addition to a complete inspection,
County representatives will conduct a full performance test of each Completed
Vehicle and of all integral systems. The Contractor shall provide all technical
information and inspections and shall make available to the County all reasonably
required third-party certifications. A technician shall be available to complete any
needed repairs or to replace items not meeting specifications. At the option of the
County, these repairs shall be facilitated at either the County's facility or at the
facility of the Contractor.
1.1.2. The County or the Contractor, at any time, may request changes in the specifications
or requirements related to a particular Vehicle Accessory or installation. No changes
shall become effective until reduced to writing and signed by duly authorized
representatives of each party ("Change Order"). All such Change Orders shall
include, as a minimum, the following information:
(i) The specific changes to be made (i.e. equipment installation, equipment, equipment
components, etc.);
(ii) Changes, if any, in the time for delivery of the Completed Vehicle; and,
(iii) Changes in the price of the Vehicle Accessories or installation services.
1.2 Installation.
Should the County require Vehicle Accessories that cannot be provided by or purchased from
the Contractor, the Contractor, at the request of the County, shall install such Vehicle
Accessories provided by the County.
SECTION 2.0 PURCHASE OF PARTS
2.1 The Contractor shall provide such parts for all Vehicle Accessories installed under this
Contract or non-Vehicle Accessories purchased under this Contract as the County may
order from time to time. The Contractor shall provide original manufacturer part
numbers. All parts ordered by the County shall be delivered to the County's designated
location for delivery for each order. Significant delays in shipment beyond the
reasonable control of the Contractor shall be subject to Section 10.10; provided, however,
the Contractor, in such event, shall promptly notify the County regarding the details of
any such delay so the County can make a final determination regarding responsibility.
SECTION 3.0 TERM
The Term of this Contract shall be a period of five (5) years, commencing on July 15, 2019,
unless earlier terminated in accordance with the terms of this Contract. Such term may be
extended for an additional five (5) year period, subject to mutual agreement of the parties.
SECTION 4.0 CONTRACT PRICING AND PAYMENT
4.1 Pricing.
4.1.1 During the Term, the County shall pay the Contractor for Vehicle Accessories
ordered by the County based upon the Contractor's current pricing at the time a
particular order is placed, less the stated discount (or mark-up) as set forth in the
Proposal. The County shall pay the Contractor for installation of Vehicle
Accessories, whether purchased from the Contractor or provided by the County,
at the package prices or labor rates, as applicable, set forth in the Proposal, which
rates may be modified from this time to time by mutual agreement as set forth in
an amendment to this Contract.
4.1.2 A standard warranty package, as described and set forth in the Proposal, is
included in the price of all Vehicle Accessories and non-Vehicle Accessories.
4.1.3 The listing and corresponding pricing of all Vehicle Accessories and non-Vehicle
Accessories is listed in Exhibit A.
4.2 Payment.
4.2.1 All proper invoices shall be paid by the County in accordance with Florida
Prompt Payment Act, Section 218.70, Florida Statutes.
4.2.2 In addition to other remedies available under this Contract, the County shall have
the right to deduct, offset against, or withhold from sums or payments otherwise
due the Contractor any sums or amounts which the Contractor may owe to the
County pursuant to provisions of this Contract, as a result of breach or termination
of this Contract, or otherwise.
SECTION 5.0 DELIVERY AND ACCEPTANCE
5.1 The Contractor shall fully assemble, service, and adjust each Vehicle Accessory prior to
installation and delivery, and the Contractor shall demonstrate, to the satisfaction of the
County,that each delivered Vehicle Accessory is in perfect mechanical condition.
5.2 Delivery of a Completed Vehicle to the County does not constitute acceptance for the
purpose of payment or warranty start time. The County shall inspect and test each
delivered Completed Vehicle to determine whether it meets all specifications and
requirements set forth in this Contract and within ten (10) days following delivery, the
County shall notify the Contractor, in writing, of either its final acceptance of the
Completed Vehicle and Accessory or the failure of the Completed Vehicle or Accessory
to meet certain specifications and requirements. In the latter case, the Contractor, within
ten (10) days following its receipt of written notice from the County, shall deliver to the
County a detailed proposal and schedule for corrective action. If the proposed corrective
action or schedule is not acceptable, or if approved corrective action is not timely
completed, the County may refuse the Completed Vehicle. Each vehicle delivered or
picked up by the Contractor for installation of Vehicle Accessories shall remain the
responsibility of the Contractor, and the Contractor shall bear all risk of loss with respect
thereto, until final acceptance of the Completed Vehicle by the County.
5.3 All non-Vehicle Accessory items that are delivered to the County should be inspected
within three (3) business days for verification of all items being received that are listed on
the packing slip that is included with the shipment. In the event that a packing slip is not
included with the shipment, the Contractor should be notified with one (1) business day
so that a packing slip can be provided. In addition, all items will need to be inspected for
damage.
SECTION 6.0 INDEMNIFICATION.
6.1 The Contractor shall indemnify and save harmless the County, its officials and
employees, from all losses, damages, costs, expenses, liability, claims, actions, and
judgements of any kind whatsoever, including reasonable attorney's fees and costs of
litigation, to the extent arising out of or caused by any act or omission of the Contractor,
its subcontractors, or their respective employees, officers, directors, or agents, in the
performance under this Contract. The indemnification obligation under this clause shall
not be limited in any way by any limitation on the amount or type of damages,
compensation or benefits payable by or for the Contractor or any subcontractor under any
Workers' Compensation Act, Disability Benefit Act, or other Employee Benefit Act.
6.2 The Contractor shall, at its sole expense, defend any claim, suit or proceeding brought
against the County, its official or employees, to the extent such claim, suit or proceeding
is based on a claim that any Vehicle Accessories or non-Vehicle Accessories furnished
under this Contract (collectively, "Infringing Work") constitutes infringement of any
registered patent of the United States of America or county of manufacture, provided that
County shall give the Contractor prompt written notice of any such claim, suit or
proceeding and shall give the Contractor authority, information, and assistance in a
timely manner for the defense of the same. The Contractor shall indemnify and hold the
County, its officials or employees, harmless from and against all costs and damages
awarded, and all attorney's fees incurred or awarded. In any suit or proceeding so
defended. The Contractor will not be responsible for any settlement or proceeding made
without its prior written response. In case said Infringing Work is enjoined, the
Contractor shall, at its own expense and at its option, either (a) procure for County the
right to continue using said Infringing Work, (b) replace said Infringing Work with
substantially equivalent, equally functional, non-infringing work, parts or combination
thereof, or (c) modify such Infringing Work so that it becomes non-infringing, while
maintaining the same functionality.
SECTION 7.0 INSURANCE.
7.1 Prior to commencing work, Contractor shall procure and maintain at Contractor's own
cost and expense for the duration of the Contract, the following insurance against claims
for injuries to person or damages to property which may arise from or in connection with
the performance of the Scope of Services hereunder by Contractor, its agents,
representatives, employees or sub-consultants. The cost of such insurance shall be borne
by Contractor.
7.1.1 Contractor shall maintain the following coverage with limits no less than the
indicated amounts:
(a) Commercial General/Umbrella Liability Insurance - $1,000,000 limit per
occurrence for property damage and bodily injury. The certificate of
insurance shall state whether the coverage is provided on a claims-made or
preferably on an occurrence basis. The insurance shall include coverage for
the following:
(i) Premise/Operations
(ii) Products/Completed Operations
(iii) Contractual
(iv) Independent Contractors
(v) Broad Form Property Damage
(vi) Personal Injury
(b) Business Automobile/Umbrella Liability Insurance - $1,000,000 limit per
accident for property damage and personal injury.
(i) Owned/Leased Autos
(ii) Non-owned Autos
(iii) Hired Autos
(c) Workers' Compensation and Employers'/Umbrella Liability Insurance —
Workers' Compensation statutory limits as required by Chapter 440, Florida
Statues. This policy should include Employers'/Umbrella Liability Coverage
for$1,000,000 per accident.
7.1.2 Other Insurance Provisions
(a) Commercial General Liability and Automobile Coverage
(i) County, members of its County Commission, boards, commissions and
committees, officers, agents, employees and volunteers are to be covered as
additional insureds as respects, liability arising out of activities performed by
or on behalf of Contractor; products and completed operations of Contractor;
premised owned, leased or used by Contractor or premises on which
Contractor is performing Services on behalf of County. The coverage shall
contain no special limitations on the scope of protection afforded to County,
members of its County Commission, boards, commissions and committees,
officers, agents, employees, and volunteers.
(ii) The Contractor insurance coverage shall be primary insurance as respects
County, members of its County Commission, board, commissions and
committees, officers, agents, employees and volunteers. Any insurance or
self-insurance maintained by County, members of its County Commission,
board, commissions and committees, officers, agents, employees and
volunteers shall be excess of Contractor insurance and shall not contribute
with it.
(iii) Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to County, members of its County Commission, board,
commissions and committees, officers, agents, employees and volunteers.
(iv) Coverage shall state that Contractor's insurance shall apply separately to each
insured against whom a claim is made or suit is brought, except with respect
to the limits of the insurer's liability.
(b) Workers' Compensation and Employers' Liability and Property Coverage
The insurer shall agree to waive all rights of subrogation against County, members of
its County Commission, board, commissions and committees, officers, agents,
employees and volunteers for losses arising from activities and operations of
Contractor in the performance of Services under this Contract.
(c) All Coverage
(i) Each insurance policy required by this Article shall be endorsed to state that
coverage shall not be suspended, voided, canceled, reduced in coverage or in
limits except after thirty (30) days prior written notice has been given to
County in accordance with this Contract.
(ii) If Contractor, for any reason, fails to maintain any insurance coverage that is
required pursuant to this Contract, the same shall be deemed a material breach
of contract. County, at its sole option, may terminate this Contract and obtain
damages from Contractor resulting from said breach.
(iii) Alternatively, County may purchase such required insurance coverage (but
has no special obligation to do so); and without further notice to Contractor,
County may deduct from sums due to Contractor any premium costs advanced
by County for such insurance.
7.1.3 Deductibles and Self-Insured Retention's
Any deductibles or self-insured retentions must be declared to and approved by County.
At the option of County, the insurer shall reduce or eliminate such deductibles or self-
insured retentions as respects County, members of its County Commission, board,
commissions and committees, officers, agents, employees and volunteers; or Contractor
shall procure a bond guaranteeing payment of losses, related investigation, claim
administration and defense expenses.
7.1.4 Acceptability of Insurers
Insurance is to be placed with Florida admitted insurers rated B+X or better by A.M.
Best's rating service.
7.1.5 Verification of Coverage
Contractor shall furnish County with certificates of Insurance and with original
endorsements affecting coverage required by this clause. The certificates and
endorsements for each policy are to be signed by a person authorized by that insurer to
bind coverage on its behalf. Upon execution of the contract documents, the certificates
and endorsements are to be received and approved by County before work commences.
SECTION 8.0 TERMINATION
8.1 The County may, by written notice to the Contractor, terminate this Contract in whole or
in part, at any time, either for the convenience of County or because of failure of the
contractor to fulfill its obligations. Upon receipt of such notice, the Contractor shall
immediately discontinue all work affected (unless the notice directs otherwise).
8.2 If the termination is for the convenience of the County, the Contractor shall be paid for
Vehicle Accessories and installation finally accepted and non-Vehicle Accessories
received by the County as of the effective date of termination.
8.3 If the termination is due to the failure of the Contractor to fulfill its obligations under this
Contract, the Contractor shall be liable to County for reasonable additional costs incurred
by County as a result of such breach.
8.4 If, after notice of termination for failure to fulfill its obligations under this Contract, it is
determined that Contractor has not so failed, the termination shall be deemed to have
been effected for the convenience of County.
8.5 The rights and remedies of the parties provided in this Section 8 are in addition to any
other rights and remedies such party may have a law, in equity, or under this Contract.
SECTION 9.0 WARRANTY AND MAINTENANCE
9.1 The Contractor hereby warrants all Vehicle Accessories and installation as set forth in its
Proposal and the individual warranty documents delivered with order. The Contractor
will respond, either on-site in Bradford County or by the vehicle being brought to the
Contractor's facility, for all warranty repairs within two (2) business days following
notice from the County.
SECTION 10.0 MISCELLANEOUS PROVISIONS
10.1 Time shall be the essence in performance of this Contract; provided, however, that either
party shall be excused from timely performance under this Contract to the extent that, but
only to the extent that, such delay is the result of any cause beyond the reasonable control
of, and not the result of negligence or the lack of diligence of, the party claiming such
excuse from timely performance.
10.2 Failure to enforce or insist upon compliance with any of the terms or conditions of this
Contract or failure to give notice or declare this Contract terminated shall not constitute a
general waiver or relinquishment of the same or any other terms, conditions, or acts; but
the same shall be and remain at all times in full force and effect.
10.3 If written notice to a party is required under this Contract, such notice shall be given by
hand delivery, recognized overnight delivery service, or by first class mail, registered and
return receipt requested,to Contractor as follows:
Dana Safety Supply, Inc.
1855 Cassat Avenue, Unit 11
Jacksonville, Florida 32210
Attn: Sidney Wells
And to the County as follows:
Bradford County
Fleet Management Division
945-B North Temple Avenue
Starke, Florida 32091
10.4 Contractor shall not assign any of their rights or obligations under this Contract without
prior approval by the County.
10.5 Contractor shall be responsible for the actions of any and all of their subcontractors and
consultants. Neither subcontractors nor any consultants shall interface directly with the
County.
10.6 This Contract and every question arising hereunder shall be construed, interpreted, or
determined according to the laws of the State of Florida. Venue for any action brought in
relation to this Contract shall be placed in a court competent jurisdiction in Bradford
County, Florida.
10.7 As required by Section 287.133 (2 (a), Florida Statutes, a person or affiliate who has been
placed on the convicted vendor list following a conviction for a public entity crime may
not submit a proposal on a contract to provide any goods or services to a public entity,
may not submit a proposal on a contract with a public entity for the construction or repair
of a public building or a public work, may not submit proposals or leases of real property
to a public entity, may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with any public entity, and may not transact
business with any public entity in excess of the threshold amount provided in s. 287.010
for CATEGORY TWO for a period of 36 months from the date of being placed on the
convicted vendor list. Any person must notify the County within 30 days after a
conviction of a public entity crime applicable to that person or to an affiliate of that
person.
10.8 The language of this Contract shall be construed according to its fair meaning, and not
strictly for or against either County or Contractor. The section headings appearing herein
are for the convenience of the parties and shall not be deemed to govern, limit, modify or
in any manner affect the scope, meaning or intent of the provisions of the Contract. If
any provision of this Contract is determined to be void by any court of competent
jurisdiction, then such determination shall not remain in full force and effect; and it is the
intention of the parties hereto that if any provision of this Contract is capable of two
constructions, one of which would render the provision void and the other of which
would render the provisions valid, then the provision shall have the meaning which
renders it valid.
10.9 Contractor agrees that it will not discriminate against any employee or applicant for
employment for work under this Contract because of race, color, religion, gender, age or
national origin and will take affirmative steps to ensure that applicants are employed and
employees are treated during employment without regard to race, creed, color, sex,
marital status or national origin.
10.10 Either party shall be excused from timely performance under this Agreement to the
extent, but only to the extent, such delay is the result of any cause beyond the reasonable
control of, and not the result of negligence or the lack of diligence on the part of, the
party claiming such excuse from timely performance.
10.11 The Contractor shall make Vehicle Accessories, installation, and non-Vehicle
Accessories available to other governmental entities on the same terms and conditions as
set forth in this Contract. Should any such governmental entity purchase Vehicle
Accessories, installation, and non-Vehicle Accessories on such basis utilizing this
Contract, the Contractor shall report such purchase to the County and, within thirty (30)
days following final payment for each order of such Vehicle Accessories, installation,
and non-Vehicle Accessories, shall provide a credit to the County, which can be used
toward the purchase of such Vehicle Accessories, installation, and non-Vehicle
Accessories from the Contractor, in the amount of 1% of the purchase price of such
Vehicle Accessories, installation, and non-Vehicle Accessories. This provision shall
apply to all purchases initiated during the term of this Agreement, even if such purchase
continues and payment is received after the expiration of such term. The contractor may
charge this as a transaction fee.
10.12 It is understood and agreed that this Contract, including exhibits and references (if any),
is the entire Contract between the parties and supersedes all prior oral agreements and
negotiations between the parties relating to the subject matter hereof. County and
Contractor, by mutual agreement, may change or amend, at their discretion, the products,
terms, and conditions of this Contract. All such changes or amendments shall be set forth
in a written amendment to this Contract.
10.13 If any portion of this Contract, or any Exhibit or portion thereof, is held to be invalid by a
court of law, such provision shall be considered severable, and the remainder of this
Contract shall be construed and enforced in a manner consistent with the intent of the
Parties.
IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed by their
duly authorized representatives, effective the date first above written.
BRADFORD COUNTY, FLORIDA
Attest:
By: — •
W tness as t• the County • 41111
I• • / a `. i, • 11 ATt
c
(Ty. o . int name and tit e of signatory)
4,
ess as to the County
DANA SA ETY SUPPLY, INC.
By:
tnes . i e Contrac • c
' J�04n ti 14t, 15 Ci trufyil
(Type or pfint name and title of signatory)
ness as to the Contractor
RFP NO.BC-502019.01 MANUFACTURERS BY CATEGORY DANA SAFETY SUPPLY
Emergency Vehicle lighting
Manufacturer Products Offered %off MSRP Master Distributor or Dealer Warranty
911 Signal Emergency and commercial vehicle lighting 30% MD Up to 5 Years
Able2 Products Emergency and commercial vehicle lighting 40% MD Up to 5 Years
Brooking Industries Emergency and commercial vehicle lighting 30% MD Up to 5 Years
Code 3 Emergency and commercial vehicle lighting 30% MD Up to 5 Years
D&R Electronics Emergency and commercial vehicle lighting 15% MD Up to 5 Years
ECCO Emergency and commercial vehicle lighting 40% MD Up to 5 Years
Federal Signal Emergency and commercial vehicle lighting 15% Up to 5 Years
Fenlex. Emergency and commercial vehicle lighting 30% MD Up to 5 Years
Golight Scene lighting 20% MD Up to 5 Years
Gollght Hellos(thermal imaging)and parts/accessories 5% Dealer 1 Year
Maxxima Emergency and commercial vehicle lighting 15% MD Up to 5 Years
SoundOff Signal Emergency and commercial vehkie lighting 40% MD Up to 5 Years
Star Warning Products Emergency and commercial vehicle lighting 40% MD Up to 5 Years
Unity Spotlights Scene lighting 50% Dealer Limited
Whelen Emergency and commercial vehicle lighting 42% MD Up to 5 years
Wheien Parts only 30% MD Up to 5 Years
Vehicle Push Bumpers/Prisoner&K9 Transport
Manufacturer Products Offered %off MSRP Master Distributor or Dealer Warranty
AceK9/Radiotronics K9 transport electronics 3% Dealer Up to t Years
American Aluminum Prisoner and K9 transport 15% Dealer Up to 3 Years
Brooking Industries Prisoner transport(seats and window bats) 30% MD 2 Years
D&R Electronics K9 Transport,cargo partitions,and window bars 15% MD 1 Year
Go Rhino Prisoner transport(partition and window bars)and push bumpers 18% MD 1 Year
Prisoner transport(seats) 8% MD 1 Year
Havis Prisoner and K9 transport 30% MD Up to Lifetime
lotto Desk Prisoner transport(partition,seats,window bars) 18% MD 1 Year
Laguna Prisoner transport(seats and window bars) 18% MD Up to 5 Years
Pro-gard Products Prisoner transport(partition,seats,window bars) 20% MD Limited
Prisoner Transport Systems(PTS) Prisoner transport(partition,seats,window bars) 10% Dealer Limited
Ranch Hand Push bumpers 10% Dealer 1 Year
Ray Allen K9 transport electronics 3% Dealer Up to 2 Years
Senna Prisoner(partition,seats,window bars)and K9 transport and non-lighted push bumpers -
20% MD Up to 2 Years
Setina Lighted push bumpers
10% MD Up to 5 Years
Troy Products Prisoner transport(partition and window bars)and push bumpers 20% MD Up to 5 Years
Westin Push bumpers 10% MO 1 Year
Vehicle Weapon Mounts&Storage
Manufacturer Products Offered %off MSRP Master Distributor or Dealer Warranty
Big Sky Gun Racks Gun racks 10%
MD 1 Year
CargoGlide Truck storage access solution 10% Dealer Up to Lifetime
D&R Electronics Gun racks and storage boxes 15% MD 1 Year
DECKED Storage solution for truck bed 15% Dealer 3 Years
Go Rhino Gun racks and storage boxes 15% MD 1 Year
lotto Desk Gun racks 18% MO 1 Year
Lund Industries Gun racks and storage boxes 10% MD Limited
OPS Storage boxes 15% MD Limited
Prisoner Transport Systems(PTS) Storage boxes 10% Dealer Limited
Pro-gard Products Gun racks and storage buses 20% MO Limited
Rockland Storage boxes 20% MO Limited
Santa Cru:Gun Locks Gun racks 18% Dealer 1 Year
Seting Gun racks and storage boxes 20% . MD Up to 2 Years
Satin Blac-rac gun racks 0% MD Up tot Years
Troy Products Gun racks and storage bones 15% MD Up to 5 Years
Truck Vault Storage boxes 5% MD(Exclusive) ' Up to Lifetime
rutty Storage boxes 15% MO Limited
Tufloc/Esmet Storage boxes 10% MD 3 Years
Computers/Consoles/Docking Stations/Laptop and Tablet Mounts/Printers
Manufacturer Products Offered %off MSRP Master Distributor or Dealer Warranty
Brother Mobile Solutions Printers and accessories 5% MD Up to 2 Yeats
D&R Electronics Consoles,laptop mounts,docking stations 15% Dealer 1 Year
Camber Johnson Consoles,laptop mounts,docking stations 35% MD Up to Lifetime
Havis Consoles,laptop mounts,docking stations 30% MD Up to Lifetime
Havis Apple related product and ICS(Integrated Control System) 3% MD 3 Years
HINT Mounts Consoles,laptop mounts,docking stations 12% MD Limited
lotto Desk Consoles,laptop mounts,docking stations 18% MD 1 Year
LEM Solutions Printer mounts 3% MD Umited
Lund industries Consoles,laptop mounts,docking stations 10% MD Limited
Panasonic Laptops 5% Dealer Up to 3 Years
PMT(Precision Mounting Technologies)Consoles,laptop mounts,docking stations 15% MD Up to Lifetime
Prisoner Transport Systems)PTS) Consoles 10% Dealer Limited
RAM Products Consoles and laptop mounts 30% MD Up to Ufetlme
Samsung Computing devices 5% Dealer Up to 3 Years
Troy Products Consoles,laptop mounts,docking stations 18% MD Up to 5 Years
Radar/In-Car Video/LPR/Collision Avoidance/Vehicle Safety
Manufacturer Products Offered %off MSRP Master Distributor or Dealer Warranty
Apollo Video In-car video 5% MD 2 Years
Decatur Electronics In-car video and radar 3% MD Up to 5 Years
Digital Ally Body camera and in-car video 2% MD Limited
Gersetec LPR 5% MD(Exclusive) Up to 5 Years
L3 Mobile Vision/Safe Fleet In-car video 3% Dealer Up to 3 Years
Moblleye Collision avoidance 5% MD(Exclusive) Limited
MPH Radar Radar 3% Dealer Up to 3 Years
Point Blank/Advanced Tech Group Body camera and in-car video 5% MD Limited
Patrol Witness in-car video 2% MD limited
Rearview Safety Back-up camera systems,back-up sensors,360 systems,moblle DVRs,dash cameras 10% Dealer 1 Year
Rostra Back-up camera systems,back-up sensors,360 systems,mobile DVRs,dash cameras 10% Dealer Up to 3 Years
Stalker Radar 3% MD Up to 3 Years
Page 1 of 3
RFP NO BC502019-01 MANUFACTURERS BY CATEGORY DANA SAFETY SUPPLY
Radar/In-Car Video/LPR/Coati-Ion Avoidance/Vehicle Safety(continued)
Manufacturer Products Offered %off MSRP Master Distributor or Dealer Warranty
Utility Body camera and in-car video 'i h Dealer Up to 5 Years
WatchGuard Body camera and In-car video 2% MD 1 Year
Flashlights&Other Lighting
Manufacturer Products Offered %off MSRP Master Distributor or Dealer Warranty
Bayco Products Flashlights 30% MD Up to lifetime
Maglite Flashlights 30% MD Up to Lifetime
Pelican Products Flashlights and scene lighting 25% MD Up to Lifetime
Streamlight Flashlights 30% MD Up to Lifetime
Sure Fire Flashlights 12% Dealer Up to Lifetime
Truck Tdppera/Caps
Manufacturer Products Offered %off MSRP Master Distributor or Dealer Warranty
ARE. Toppers and tonneau covers _ 5% Dealer _ Up to Lifetime
BAKFND Bed cover 10% Dealer Up to 2 Years
Reading Steel commercial caps 5% MD 5 Years
Roll n Lock Bed cover 12% Dealer Up to 3 Years
Spacekap Transferable flberglau caps 2% MO Up to Lifetime
Bodies/Cranes/Truck Equipment
Manufacturer Products Offered %off MSRP Master Distributor or Dealer Warranty
A.R.E. Toppers and tonneau covers 5% MD Up to Lifetime
Buyers Products Truck equipment and accessories 18% Dealer Up to Lifetime
DeeZee Truck equipment and accessories 10% Dealer Up to Lifetime
Keystone Automotive Truck equipment and accessories 10% Dealer Varies by Manufacturer
Liftmoore Cranes Service cranes 5% MD Up to 3 Years
Meyer Distributing Truck equipment and accessories 10% Dealer Varies by Manufacturer
Pa'finger Service cranes 8% Dealer Up to3 Years
Reading Crane bodies,mechanics bodies,dump bodies,stake/platform bodies,service/utility bodies, 5% MD Up to 10 Years
Rugby Manufacturing Dump bodies 5% MD Up to 3 Years
Sterling Equipment Heavy duty push bumpers and headache racks 5% Dealer Up to 1 Year
Thieman Tailgates Liftgates 5% MD Up to 1 Year
Ventura Cranes Service cranes 5% Dealer Up to 1 Year
Van Storage Equipment
Manufacturer Products Offered %off MSRP Master Distributor or Dealer Warranty
Kargo Master Van Interior packages,van ladder racks S% MD Up to Lifetime
Legend Fleet Solutions Van Interior floor and wall solutions 5% Dealer Limited •
Masterack Van Interior packages,van ladder racks,van Interior floor and wall liners 15% MD 1 Year
OPS Van interior packages 10% MD Limited
Westcan Manufacturing Van interior packages,van Interior floor and wall liners 5% Dealer Limited
Footwear/Apparel
Manufacturer Products Offered Y off MSRP Master Distributor or Dealer Warranty
5.11 Tactical Apparel,bags,boots,shoes 30% MD Up to Lifetime
Bates Boots and shoes 25% Dealer Limited
Blackhawkl Apparel,bags,boots 25% Dealer Up to Lifetime
Danner Boots and shoes 18% Dealer Up to 6 Months
Magnum Boots end shoes 22% Dealer 1 Year
Propper Apparel,bags,boots,shoes 15% MD Limited
Rocky Boots and shoes 22% Dealer 1 Year
Tru-Spec Apparel,bags,boots 25% MO 2 Years
DSS Products&Services
Manufacturer Products Offered Pricing Master Distributor or Dealer Warranty
DS5 Graphics Design,printing,Installation,and removal services Quoted per lob 7 Years
DSS Products Private label products or sole distributor products 15%off MSRP Varies
DSS Website www.danasafetysupply.com-All products 5%off MSRP Varies
Fleeet Safety Website www.fleetsafety.com-All products 5%off MSRP Varies
Install Rate Hourly Install rate for install and repair services $70 per hour 5 Years
Vehicle pick-up and delivery Calculated based on round trip from DSS location to customer $1 per mile
Body Armor
Manufacturer Products Offered %off MSRP Matter Distributor or Dealer Warranty
Armor Express Body armor 30% MD 5 Years
Onyx Body armor 15% MD 5 Years
Point Blank Body armor 25% MD 5 Years
Propper Body armor 20% MD 5 Years
Duty Gear
Manufacturer Products Offered %off MSRP Master Distributor or Decrier Warranty
1791 Gun Leather Holsters 10% Dealer Umited
Gould&Goodrich Holsters,belts,and accessories 30% MD Limited
Hero's Pride Badges,duty gear,Insignia,patches and recognitions 25% Dealer limited
High Speed Gear Holsters,belts,and accessories 10% Dealer Up to Lifetime
Safariland Holsters,belts,and accessories 20% Dealer Up to Lifetime
Fire Gear&Tools
Manufacturer Products Offered %off MSRP Master Distributor or Dealer Warranty
All Fire Products Nozzles,hoses-and coupling 10% Dealer Varies
Fire Nlnla Safety vests,giowflect tracking decals,sub zero cooling towels,and knives 12% Dealer varies
Holik Gloves 10% Dealer Limited
innotex Bunker/turnout gear 5% Dealer Limited
Nupla Fire tools 30% MD Up to Lifetime
Full Line Supplier of Other items
Manufacturer Products Offered %off MSRP Master Distributor or Dealer Warranty
Aervoe LED flares 20% Dealer Up to S Years
Amerex Fire extinguishers 10% MD Up to 12 Years
Angel Armor Vehicle driver window armor 5% Dealer S Years
ASP Baton,flashlights,handoufh 20% MO Up to Lifetime
Avon Protection First responder Core Products(includes gas masks,etc and Accessories/Spares 5% MD Varies
Btacklnton Badges,Inssgnla,and recognitions 20% MD Up to Lifetime
Combined Tactical Systems(CTS) Less lethal munitions 8% MD Limited
Edge Tactical Protective and ballistic eyewear 10% MD Limited
Garrett Metal Detectors Walk thru and hand metal detectors 5% MD Up to 2 Years
Hite Track Night vision 5% MD 1 Year
Page 2 of 3
RFP NO.8CS02O19.01 MANUFACTURERS BY CATEGORY DANA SAFETY SUPPLY
Full Line Supplier of Other Items
Manufacturer Products Offered %off MSRP Mater Distributor or Dealer Warranty
Noptic Vehicle mounted thermal imaging _ 5% Dealer 2 Years
Pac Kit First aid kits 20% Dealer Umited
Panorama Antennas Antennas for vehicle mounting 10% MD Umited
Sabre Less lethal 34% MD Vp to2Years
SIG Sauer Handguns,rifles,scopes,sights,ammunition 5% MD(Exclusive) Up to Lifetime
Simunitlons Non-lethal training ammunition S% MD Up to 5 Years
Sirchle Forensic,vehicle,evidence,and surveillance solutions 5% MO Up to Lifetime
Smith&Warren Badges,Insignia,and recognitions 20% MD Up to Lifetime
Theon Night vision 10% MD Up to 1O Veers
Frump Vehicle anti-theft system 10% MD Umited
Wanco Arrow board,light tower,message slgns,and speed signs 3% __ MD Up to 5 Years
loll ALD 25% MD Up to Lifetime
loll AED accessories 10% MD Up to Lifetime
Vehicles
Manufacturer Products Offered %over Cost Master Distributor or Dealer Warranty
Chevrolet Chevrolet line of vehicles 4% Dealer _ 3 Years/36K Miles
Dodge Dodge line of vehicles 4% Dealer 3 Years/36K Miles
Ford Ford line of vehicles 4% Dealer 3 Years/36K Mlles
Pap 3of3