Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2014-066 CONTRACTOR AGREEMENT FOR
FIRE EQUIPMENT AND SUPPLIES
THIS AGREEMENT, made and entered into this day of 4UU 5t 2014,
A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Florida
(hereinafter referred to as "OWNER"), and BENNETT FIRE PRODUCTS COMPANY,
INC., a Georgia corporation whose mailing address is P.O. Box 2458, Woodstock, GA
30188 (hereinafter referred to as "CONTRACTOR").
WHEREAS, CONTRACTOR in response to a public bid prepared and issued by Lake
County, B.C.C. submitted a response to provide fire equipment and supplies;
WHEREAS, based on CONTRACTOR's response, Lake County B.C.C. awarded Bid
No. 12-0806, Fire Equipment and Supplies to CONTRACTOR;
WHEREAS, OWNER desires to utilize the CONTRACTOR's contract with Lake County
B.C.C. in accordance with OWNER's procurement policy; and
WHEREAS, CONTRACTOR desires to enter into a contract with OWNER based on the
terms and conditions of Lake County B.C.C. Contract No. 12-0806B.
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I - SCOPE OF WORK
The CONTRACTOR shall furnish all labor, materials, equipment, machinery, tools,
apparatus and transportation and perform all of the work as requested by CITY by
purchase order and as described in Lake County B.C.C. Contract No. 23-0806B, which is
attached hereto and incorporated herein as Exhibit "A" and shall do everything required
by this Agreement and the other Agreement Documents contained in the specifications,
which are a part of these Documents. To the extent of a conflict between this Agreement
and the CITY's Purchasing Policy and Exhibit "A", the terms and conditions of this
Agreement and the CITY's Purchasing Policy shall prevail and govern.
ARTICLE II - THE CONTRACT SUM
CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set
forth in the Agreement documents and the Unit Price Schedule an amount in accordance
with the compensation schedule set forth in Exhibit 'B', attached hereto and incorporated
herein.
ARTICLE III—TERM AND TERMINATION
1. This Agreement is to become effective upon execution by both parties, and
shall remain in effect until June 30, 2015, unless renewed as set forth below or
terminated as provided for herein.
1
2. Notwithstanding any other provision of this Agreement, CITY may, upon
written notice to SUPPLIER, terminate this Agreement if: a) without cause
and for convenience upon thirty (30) days written notice to SUPPLIER b)
SUPPLIER is adjudged to be bankrupt; c) SUPPLIER makes a general
assignment for the benefit of its creditors; d) SUPPLIER fails to comply with
any of the conditions of provisions of this Agreement; or e) SUPPLIER is
experiencing a labor dispute, which threatens to have a substantial, adverse
impact upon performance of this Agreement, without prejudice to any other
right or remedy CITY may have under this Agreement. In the event of such
termination, CITY shall be liable only for the payment of all unpaid charges,
determined in accordance with the provisions of this Agreement, for work,
properly performed and accepted prior to the effective date of termination.
ARTICLE III - COMMENCEMENT AND COMPLETION OF WORK
1. The CONTRACTOR shall commence work within 10 calendar days after receipt
of(i)notice to proceed or purchase order, and (ii) receipt of all permits required to
perform the work, and the CONTRACTOR will substantially complete the same
within forty-five (45) calendar days, unless the period for completion is extended
otherwise by the notice to proceed or purchase order, amendment or change order
to the Agreement. Substantial Completion as provided herein shall be the day the
project or designated portion thereof is certified and accepted by the OWNER as
sufficiently complete, in accordance with the Agreement Documents.
2. The CONTRACTOR shall prosecute the work with faithfulness and diligence.
3. The CONTRACTOR further declares he has examined the sites of the work and
that from personal knowledge and experience or that he has made sufficient
investigations to fully satisfy himself that such sites are correct and suitable for
the work and he assumes full responsibility therefore. The provisions of this
Agreement shall control any inconsistent provisions contained in the
specifications. All Drawings and Specifications have been read and carefully
considered by the CONTRACTOR, who understands the same and agrees to their
sufficiency for the work to be done. It is expressly agreed that under no
circumstances, conditions or situations shall this Agreement be more strongly
construed against the OWNER than against the CONTRACTOR and his Surety.
Any ambiguity or uncertainty in the Specifications shall be interpreted and
construed by the OWNER's Public Services Project Manager and his decision
shall be final and binding upon all parties.
It is distinctly understood and agreed that the passing, approval and/or acceptance
of any part of the work or material by the OWNER or by any agent or
representative as in compliance with the terms of this Agreement and/or the
Specifications covering said work shall not operate as a waiver by the OWNER of
strict compliance with the terms of this Agreement and/or Specifications covering
said work; and the OWNER may require the CONTRACTOR and/or his Surety,
2
if applicable, to repair, replace, restore and/or make to comply stnctly and in all
things with this Agreement and Specifications any and all of said work and/or
materials which within a period of one year from and after the date of the passing,
approval, and or acceptance of any such work or material, are found to be
defective or to fail and in any way to comply with this Agreement and/or
Specifications. This provision shall not apply to materials or equipment normally
expected to deteriorate or wear out and become subject to normal repair and
replacement before their condition is discovered. The CONTRACTOR shall not
be required to do normal maintenance work under the guarantee provisions.
Failure on the part of the CONTRACTOR and/or his Surety, immediately after
Notice to either, to repair or replace any such defective materials and
workmanship shall entitle the OWNER, if it sees fit, to replace or repair the same
and recover the reasonable cost of such replacement and/or repair from the
CONTRACTOR and/or his Surety, who shall in any event be jointly and severally
liable to the OWNER for all damages, loss and expense caused to the OWNER by
reason of the CONTRACTOR'S breach of this Agreement and/or his failure to
comply strictly and in all things with this Agreement and/or his failure to comply
strictly and in all things with this Agreement and Specifications.
ARTICLE IV - LIQUIDATED DAMAGES
1. It is mutually agreed that time is of the essence in regard to this Agreement.
Therefore, notwithstanding any other provision contained in the Agreement
Documents, should the CONTRACTOR fail to complete the work within the
specified time as set by the Notice to Proceed or Purchase Order the
CONTRACTOR shall pay to OWNER the agreed and liquidated damages sum as
set forth in Exhibit "A" for each calendar day elapsing beyond the specified time
date; which sum shall represent the damages sustained by the OWNER, and shall
be considered not as a penalty, but in liquidation of damages sustained.
CONTRACTOR shall pay the liquidated damages amount contained herein to
OWNER within fifteen (15) days of receipt of OWNER's written demand for
such payment.
2. For the purposes of this Article, the day of final acceptance of the work shall be
considered a day of delay, and the scheduled day of completion of the work shall
be considered a day schedule for protection.
ARTICLE V - PARTIAL AND FINAL PAYMENTS
In accordance with the provisions fully set forth in the General Conditions, and subject to
additions and deductions as provided, the OWNER shall pay the CONTRACTOR as
follows:
1. CONTRACTOR shall submit a progress payment request by the third (3rd) day of
each calendar month for work performed during the preceding calendar month.
Upon CONTRACTOR's signature accepting the PARTIAL PAYMENT
AUTHORIZATION, the OWNER shall make a partial payment to the
CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified
3
and approved payment invoice by the OWNER for work performed dunng the
preceding calendar month under the Agreement. To insure proper performance of
the Agreement, the OWNER shall retain ten percent (10%) of the amount of each
estimate until final completion and acceptance of all work covered by the
applicable Notice to Proceed or Purchase Order.
2. Upon submission by the CONTRACTOR of evidence satisfactory to the OWNER
that all payrolls, material bills and other costs incurred by the CONTRACTOR in
connection with the construction of the work have been paid in full, and also, after
all guarantees that may be required in the Specifications have been furnished and
are found acceptable by the OWNER, final payment, including any retainage
amount, on account of the applicable Notice to Owner or Purchase Order shall be
made within thirty (30) calendar days after completion of all work by the
CONTRACTOR covered by this Agreement and acceptance of such work by the
OWNER.
ARTICLE VI—DISPUTE RESOLUTION - MEDIATION
1. Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
2. The Owner and CONTRACTOR shall endeavor to resolve claims, disputes and
other matters in question between them by mediation.
3. The parties shall share the mediator's fee and any filing fees equally. The
mediation shall be held in the place where the Project is located, unless another
location is mutually agreed upon. Agreements reached in mediation shall be
enforceable as settlement agreements in any court having junsdiction thereof.
ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER
1. Worker's Compensation Insurance - The CONTRACTOR shall take out
and maintain during the life of this Agreement Worker's Compensation Insurance for all
his employees connected with the work of this Project and, in case any work is sublet, the
CONTRACTOR shall require the subcontractor similarly to provide Worker's
Compensation Insurance for all of the latter's employees unless such employees are
covered by the protection afforded by the CONTRACTOR. Such insurance shall comply
with the Florida Worker's Compensation Law. In case any class of employees engaged in
hazardous work under this Agreement at the site of the Project is not protected under the
Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance,
satisfactory to the Owner, for the protection of employees not otherwise protected.
2. Contractor's Public Liability and Property Damage Insurance - The
Contactor shall take out and maintain during the life of this Agreement Comprehensive
General Liability and Comprehensive Automobile Liability Insurance as shall protect it
from claims for damage for personal injury, including accidental death, as well as claims
for property damages which may arise from operating under this Agreement whether
4
such operations are by itself or by anyone directly or indirectly employed by it, and the
amount of such insurance shall be minimum limits as follows:
(a) Contractor's Comprehensive General, $1,000,000 Each
($2,000,000 aggregate)
Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
(b) Automobile Liability Coverages, $1,000,000 Each
Bodily Injury&Property Damage Occurrence,
Combined Single Limit
(c) Excess Liability, Umbrella Form $2,000,000
Each Occurrence, Combined Single Limit
Insurance clause for both BODILY INJURY AND PROPERTY
DAMAGE shall be amended to provide coverage on an occurrence basis.
3. Subcontractor's Public Liability and Property Damage Insurance - The
CONTRACTOR shall require each of his subcontractors to procure and maintain during
the life of this subcontract, insurance of the type specified above or insure the activities of
his subcontractors in his policy, as specified above.
4. Owner's and Contractor's Protective Liability Insurance - The Owner shall
procure and furnish an Owner's and Contractor's Protective Liability Insurance Policy
with the following minimum limits:
(a) Bodily Injury Liability& $1,000,000 each ($2,000,000 aggregate)
Property Damage Liability Occurrence
Combined Single Limit
5. "XCU" (Explosion, Collapse, Underground Damage) - The
CONTRACTOR's Liability Policy shall provide "XCU" coverage for those
classifications in which they are excluded.
6. Broad Form Property Damage Coverage, Products & Completed
Operations Coverages - The Contractor's Liability Policy shall include Broad Form
Property Damage Coverage, Products and Completed Operations Coverages.
7. Contractual Liability Work Contracts - The Contractor's Liability Policy
shall include Contractual Liability Coverage designed to protect the CONTRACTOR for
contractual liabilities assumed by the CONTRACTOR in the performance of this
Agreement.
8. Indemnification Rider
(a) To cover to the fullest extent permitted by law, the CONTRACTOR
shall indemnify and hold harmless the Owner and its agents and
employees from and against all claims, damages, losses and expenses,
5
including but not limited to attorney's fees, arising out of or resulting
from the performance of the Work, provided that any such claim,
damage, loss or expense (1) is attributable to bodily injury, sickness,
disease or death, or to injury to or destruction of tangible property
(other than the Work itself) , and (2) is caused in whole or in part by
any negligent act or omission of the CONTRACTOR, any
subcontractor, anyone directly or indirectly employed by any of them
or anyone for whose acts any of them may be liable, regardless of
whether or not it is caused in part by a party indemnified hereunder.
Such obligation shall not be construed to negate, abridge, or otherwise
reduce any other right to obligation of indemnity which would
otherwise exist as to any party or person described in this Article.
(b) In any and all claims against the Owner or any of its agents or
employees by any employee of the CONTRACTOR, any
subcontractor, anyone directly or indirectly employed by any of them
or anyone for whose acts any of them may be liable, the
indemnification obligations under this Paragraph 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 workers' or workmen's compensation acts,
disability benefit acts or other employee benefit acts.
(c) The CONTRACTOR hereby acknowledges receipt of ten dollars and
other good and valuable consideration from the Owner for the
indemnification provided herein.
ARTICLE VIII -NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid, or by nationally recognized overnight
courier service to the address of_the party set forth below. Any such notice shall be
deemed given when received by the party to whom it is intended.
CONTRACTOR: Bennett Fire Products Company, Inc.
PO Box 2458
Woodstock, GA 30188
Attn.: Danny Bennett, President
OWNER: City of Clermont
Attn: Darren Gray, City Manager
685 W. Montrbse Street
Clermont, FL 34711
ARTICLE IX—MISCELLANEOUS
1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret
any provision of this agreement, the prevailing party shall be entitled to recover
6
such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any
appeal, in addition to all other sums provided by law.
2. Waiver. The waiver by city of breach of any provision of this agreement shall not
be construed or operate as a waiver of any subsequent breach of such provision or
of such provision itself and shall in no way affect the enforcement of any other
provisions of this agreement.
3. Severability. If any provision of this agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision,
or part thereof, shall be deleted or modified in such a manner as to make the
agreement valid and enforceable under applicable law, the remainder of this
agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this agreement shall be valid and
enforceable to the fullest extent permitted by applicable law.
4. Amendment. Except for as otherwise provided herein, this agreement may not be
modified or amended except by an agreement in writing signed by both parties.
5. Entire Agreement. This agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous agreements between the parties with respect to the
performance of services by CONTRACTOR.
6. Assignment. This agreement is personal to the parties hereto and may not be
assigned by CONTRACTOR, in whole or in part, without the prior written
consent of city.
7. Venue. The parties agree that the sole and exclusive venue for any cause of
action arising out of this agreement shall be Lake County, Florida.
8. Applicable Law. This agreement and any amendments hereto are executed and
delivered in the State of Florida and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida.
9. Records. CONTRACTOR expressly understands and acknowledges that any and
all documents related to the services provided herein, may be considered records
that are subject to examination and production in accordance with Florida's
Public Records Law. CONTRACTOR expressly agrees that it will comply with
all requirements related to said law and that it will hold OWNER harmless,
including attorney fees and litigation costs, for any such disclosure related to
Florida's Public Records Law.
7
ARTICLE X - AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this
Agreement as if herein repeated.
Document Precedence:
1. This Agreement
2. Notice to Proceed or Purchase Order
3. CITY's Purchasing Policy
4. All documents contained in Lake County B.C.C. Contract No.: 12-0806B.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this o day of A (A 5 U 5I" . 2014.
- City of Clermont
%;N; \
,e• i .rl• S. Turville, Jr., Mayt
Attest:
40L(4-10(
'it„;1[ Tracy-Ackroyd, City Clerk
Bennett Fire Products Company, Inc.
g/
. e
0,....panny Bennett, resident
p$e. gym, .. J` r
,tif6. ?
i? tteSt.
Nyq.� •J�/ I s
I 14'44 2.91 'Corporate Secretary
•bo44 a. 6eeme tl'
(Name Printed or Typed)
8
EXHIBIT A
-
LAKE COUNTY
FLORIDA
MODIFICATION OF CONTRACT
1 Modification No.:2 2 Contract No. 12-0806B
Effective Date July 1,2014 Effective Date.June 12,2012
3. Contracting Officer:Donna Vilhnis 5. Contractor Name and Address-
Telephone Number.(352)343-9765 Bennett Fire Products Company,Inc
PO Box 2458
4 Issued By Woodstock,GA 30188
Procurement Services
Lake County Administration Building Attn: Danny Bennett,President
315 W Main St.,Suite 441
Tavares,Florida 32778-7800
6. SPECIAL INSTRUCTIONS: Contractor is required to sign Block 8 showing acceptance of the below written modification
and return this form to address shown in Block 4 within ten(10) days after receipt,preferably by certified mail to ensure a
system of positive receipts. Retain a photocopy of the signed copy of this modification and attach to original of contract,
which was previously provided.
7. DESCRIPTION OF MODIFICATION:
Contract modification to extend contract one(1)year,expiring June 30,2015.
NEW CAT G o to MA GA o K bn/
8 Contractor's Signature REQUIRED 9. Lake County,Honda
Name.Da rt H rJ¢nn L H' _ By
P Cell} "`" "
Title reS;d Senior Contracting Officer
Date. Febrvarc� 27 � 2flly 3-5-1.4 olL.1-
Date
10 Distribution:
Original:Bid File No. 12-0806B
Cc.Vendor
FISCAL AND ADMINISTRATIVE SERVICES/PROCUREMENT SERVICES
P O BOX 7800.315 W MAIN ST,TAVARES,FL 32778•P352 343 9839•F352 343 9473
Board of County Commissioners•llvII lakecounryfl goy
TIMOTHY I SULLIVAN SEAN M PARKS,AICP,QFP JIMMY CONNER LESLIE CAMPIONE WELTON G CADWELL
District 1 District 2 District 3 District 4 District 5
I
Apr 03 2013 12: 05PM BENNETT FIRE PRODUCTS CO 7705914332 P. 1 I
LAKE COUNTY
FLOR IDA
MODIFICATION OF CONTRACT
1. Modification No.:1 2. Contract No.: 12-0806B
Effective Date:June 12,2013 Effective Date:June 12,2012
3. Contracting Officer.Barnett Schwartzman 5. Contractor Name and Address:
Telephone Number:(352)343-9424 Bennett Fire Products Company,Inc.
P.O.Box 2458
4. Issued By Woodstock,Georgia 30188
Procurement Services
Lake County Administration Building Attn:Danny Bennett,President
315 W.Main St.,Suite 441
Tavares,Florida 32778-7800
6. SPECIAL INSTRUCTIONS:Contractor is required to sign Block 8 showing acceptance of the below written modification
and J eturn this form to address shown in Block 4 within ten (10) days after receipt,preferably by certified mail to ensure a
system of positive receipts. Retain a photocopy of the signed copy of this modification and attach to original of contract,
which was previously provided.
7. DESCRIPTION OF MODIFICATION:
Contract modification to extend one (1)year expiring June 30,2014.
8. Contractor's Signature REQUIRED 9. Lake County,Flori.
Name:1)4A Al B t n A tit 1„,„...,a,„..4- By:
Title: Pre si d Ie..t Procurement •ervices Manager
Date: Apr;1 3 2013 t,, a E
I ate
10. Distribution:
Original-Bid No. 12-0806B
Copies-Contractor
Contracting Officer
FISCAL AND ADMINISTRATIVE SERVICI?S/l'ROCUREMENT SERVICES
P O BOX 7800.315 W MAIN ST,TAVARES,FL 32778•P 352 343 9839•F 352 343 9473
Bowl of-Comity Commissioners•www lokecountyfl goy
_ I
1IM01-1-11 I SUll IVAN SEAN M PARKS, a irr.q,P JIMMY CONNFIt I ESIIF (AMII'IQNF wil ION G LAOWFII
O!+(r(et I Ws:rh I Dish let 3 1Nart let 4 Plaids!.5
12-0806B
Fire Equipment and Supplies
=, /
lip
liiii7 LEI =TB -
Bennett Fire Products Company, Inc
Notice of Manufacturer's Price Increases
7/1/2013 thru 6/30/2014
610111t)
LAKE COUNTY
FLORIDA
CONTRACT NO. 12-0806B
For Fire Equipment and Supplies
LAKE COUNTY, FLORIDA,a political subdivision of the state of Florida, its successors and assigns 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
and Supplies to the County pursuant to County Bid number 12-0806 (hereinafter"ITB"), addenda nos
N/A opening dated March 21,2012 and Contractor's March 20,2012 Bid response thereto with all County
Bid provisions governing
Special Clauses:
Public Records
All electronic files, audio and/or video recordings, and all papers pertaining to any activity performed by the
CONTRACTOR for or on behalf of the COUNTY shall be the property of the COUNTY and will be turned
over to the COUNTY upon request In accordance with Chapter 119, Florida Statutes, each file and all
papers pertaining to any activities performed for or on behalf of the COUNTY are public records available
for inspection by any person even if the file or paper resides in the CONTRACTOR's office or facility The
CONTRACTOR shall maintain the files and papers for not less than three(3)complete calendar years after
the project has been completed or terminated, or in accordance with any grant requirements,whichever is
longer Prior to the close out of the Contract, the CONTRACTOR shall appoint a records custodian to
handle any records request and provide the custodian's name and telephone number(s)to the COUNTY
Prohibition against Contingent Fees
The CONTRACTOR warrants that they have not employed or retained any company or person,other than a
bona fide employee working solely for the CONTRACTOR to solicit or secure this Contract and that they
have not paid or agreed to pay any person,company,corporation, individual,or firm,other than a bona fide
employee working solely for the CONTRACTOR, any fee, commission, percentage, gift or other
consideration contingent upon or resulting from the award or making of this Contract
This Contract shall be binding upon and shall inure to the benefit of each of the parties and of their
respective successors and permitted assigns
This Contract May not be amended, released, discharged, rescinded or abandoned, except by a written
instrument duly executed by each of the parties hereto
The failure of any party hereto at any time to enforce any of the provisions of this Contract will in no way
constitute or be construed as a waiver of such provisions or of any other provisions hereof, nor in any way
affect the validity of, or the right thereafter to enforce, each and every provision of this Contract
During the term of this Contract the CONTRACTOR assures the COUNTY that it is in compliance with Title
VII of the 1964 Civil Rights Act, as amended, and the Florida Civil Rights Act of 1992, in that the
CONTRACTOR does not on the grounds of race, color, national origin, religion, sex, age, disability or
marital status,discrimination in any form or manner against the CONTRACTOR employees or applicants for
employment The CONTRACTOR understands and agrees that this Contract is conditioned upon the
veracity of this statement of assurance
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 Of
any) are attached hereto and are also made a part of this Contract
Attachments N/A
"Earning Community Confidence Through Excellence in Service"
Office of Procurement Services 315 W. Main, Suite 441 P.O. Box 7800
Tavares, Florida 32778-7800 Ph (352)343-9839 Fax(352)343-9473
I
No financial obligation shall accrue against the County until Contractor shall make delivery pursuant to order I
of the County Procurement Services Director.
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 or her 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 June 12,2012 through June 30, 2013 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) one (1) 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 COUNTY, FLORIDA
By: 4-----4.--24J
Senior Contracting cer
Date.;4L--,-),v �/� 07-e/Z-
Distribution* Original-Bid File
Copy-Contractor
Copy-Public Safety
ger
LAKE COUNTY 41
FL'OR1 DA rd . � b� J.111
INVITATION TO 13TD (ITB.)
FIRE EQUIPMENT AND,SUPPLIES
1133 Number: 12-0806 -Coutraettng Officer: Roseann,Jobnson
Bill Due Date:. March 21,.2012 Pie-Bid Cont.Date: Not applicable'
Did Me Time: 3.172_ptn --11113dssuc Date: Febtuaiy'1'b,2Af2
SuC 1'IUN l: ,Special Terins And Conditions,- Pages 2-16
SFcCTION2; Statementtjf Pltges17.18
SECTION 3. 'Oencral TLti and Conditions Pagcg l'4=2�
St:C.1'ION 4: 1 ricing/CertifieatioasfS'rgi atnres Pal e.4,21-9,1
,SECTION 5; Attachments pages 92.93
Proposal and/or Performance Bond; Not applicable to this 1'111
'Certificate ofCotnpeteney/License: Ntft.applicab'le Ithis 1'1'1#.
Tndemnificatian/Insurance; i See Section 1,8
Pio-$id ConfercnceiWallaTlrru: Ntit applicable`tiithis ITO
At the date and time sliccit'icd above, all hidia that have beeti received in a timely manner ylll be
ppencd,,recorded, and accepted for considcratiou. The names of the bidders'submitting'bids,\Vili lie
-.read Aloud and recorded_ The bids will he.ayailable for inspection,clOring normal'btlsinesa ht#tne-in the
Office.of Procurement Services thirty (30) calendar days tiller the official bid due,dale.:When counter.
signed by an'authorizcd'Coudty representative, this,dui:intent and any,specifically,identified attachments
massy form the contract doeuinent binding the partiessto all petfotmance specified het in.
"Vendors shall complete-and return the;entirety of this 1TB Dncument, and attach Al other
information requested in this 1133 document(Sec Provision 1.13). Failure'to sign the bid response,,
or'to submit the bid response,by the specified tic and date,may be cause for rejection of the bid;
NO=l(ESPONSE REPLY
If any vendor does not.want to respond to this solicitation:at this time,,or;,would like to be removed'ftnm
I;ake"Cotinty's Vendor List;please mark the appropriate space,complete.name below-and return this page
only.
0 Nhtinter`stcd tit thifi titttc; keep our lion on Lake County's \ntIors 1.ist for future soli;ilatiol s for
tlil4;product/service
❑ Please remove our firm from Lake County's Vendo'r's List for this in-ociudi//service.
VENDOR� �IDENTIFICATION
Cn ttipuny Name! �j j
�lz.ocio f s B DO- -05do
0"1 t T.VIC•
E-mail Address: ,1 Contact Persgn's �'Gi rl/I 5,12)1 �.f
�'�t?rocii-rlf+Z.. 't a 1+ .Att
1
SECI'ION'4—PRICING/CEwI'IFICATIONS/SIGNATURES C1•!1 Numbci;_12-084n
ITB TITLE: Filth;EQUIPMICNT& SUPPLIES
NCO'TTS:
• Lake County is,exempt from all taxes(Federal;State;Local). Pricing should be less'all traxes` A Tax
Exemption Certificate will be furnished upon request.
• The vendor shall not alter or runend any or the.•infonnatlon(including, but ttcit united•to`stated,units
of tneasutio,item desciilatiort,or quantity) stated In the Priding Section. IC any,quantities are suited in
the pricing section ak being "estimated" quantities, vendors are-advised to review the "Estimated
Quantitie&''clause i:gntained in Section.3 of this solicitation.
•= iach,price offered in your bid small be aitinn-Iibed price,,exilusive of any tax. Any bid.containing
modifying of 'cscafatoi" clause not specifically =allowed i r under the sOlicitetlon will riot be
considered.
• All pricing'shall he FOB Destination unless other Wise specified in this solicitation document,
•_ All pricing submitted shall remain valid fora 90 day peiiod, Fly signing and stihmitting•a response.to
this scilicitatiott,the vendor has specifically agreed tgthis condition,
• Vendors arc advised to visit our wcbsite at hits:// vw,lalcecouftvll,s'ov and register as a
potential vendor,. Vendors that have registered on-line receive an e-mail notice 'whin, the
County issues a $elicitation matching the commodity codes selected by€sr vendor-during the
registration process.
ACKNOWLEDGEMENT O F AliDENDA
IIVS'i'RUCTIDNS:Coniplete Pail I or Part II,whic:ltevcr applies
The bidder must,list below the dates of issue for each addendum received in'connceficin-with•thiS7113:
Addendum'#1,Dated:
Addendum W2}pared:
Addendutn,#3}Dated:
—
Addendum.#4,Dated:
l'I Nci'Aildendutn was received In connection witlrthis 1111;
'23
SECTION 4—PRICING/"C1+,11T'I'TFiCATIONSI SIGN A't'IliRI'S, 1113.Nut itier: 12=0806
10. AMEREX 1110 13,J
Discount from current price)ist
Price LisINo, 13 , of Price 1.1st
Warranty
Stocking Distributor? Yes o
Lead time:
:Hourly rate,llw repair and se col '(per h(ur)
Min[multi cii der(1f any)
Handling Ice if less the minimum,oider$
Nanietrclephonefce)/Keeper of Emergency contact
l Inve Yotrsupplicd the requiredCatttloRs and 1.istPrice Shects9 ,/ Y1:S l�db
11: AMERICAN F1RgWEAR
Discount front eut'renrprice list 04
Price J of t Nei. e) 0 W- Dat*of!'rit e 1.1st 3/://f el-
Wan anty �t?C bo/1- 1 y p I- /trite, L.I S L
Stacking D1sttlbutor? Yes t/No
Lettd,time: 14 S iock -- 3A days.
lionrjy rate tai repair and service S i1/A (per haur)
Minimitlti bolo((fall)) N�
Hanillldg fee if less than Mint rtni n.`t idai$ N111
Nnme/Telei,li tr-elV8cdptr Of Emergency Contact
h Ahn7 6tz .14eft- 120 j/o - 99io he,44 tlh/te co, ail-.net
flame you snot-led the required i ntnlogs and List Price'Sheets? _YES NO
12. AMERICAN 1.AFRM' )Lr I S J
Discotmt`frum current price list _ %
Price List 1 to ate of Price List
Wart anty
28
svicri ON'4—1'itioNG%'C1arr1>eI,CATI'c*1s/SIGN,% UfES 1TANumber; I3=68(16
Stocking Distributor? Ycs- No
l;e`adt`ime:
Haply fate Tor t+cpairand sarvlee$ (pqt haur)
Minimutn,or`0 r'(iftiny)$_
Handling lee if less than mini urn order$
Nnmeffelepbone/t✓eII/IDeep•i'of Emergency Contact
Ilnve you'supplied the required Catalogs And List Pike Sbccts7 `-YE.S, NQ
24. DUI LAND 4 .81.d.
Discount from tun cntprice list °la
Price List No-: Date Of Price List
,Wan wily
Stocking Distributor?. Y,es ' bin
Lead-time:
,Hotn'ty,rate ftir repair DU `service$ r Itouc
'Minimuni orddi,(flan' $.
Itandling,fr c if less[han Minimum order$
Name/TeIephon .e1t/Fieeperof$rergencYCottiact
1140 you supplied die reqiiired Cfttelpgsja nl Liit Prioe'$itZets? YES NO
2I. CARNS&BRDTITRR
Dtscuunt froin-Curn:ntprice list 30 04 Parts- )b %
Price-List No, dZ Ora Dalc'of Prim List fdriVdril 1, 20/2.
�Yarriuity' 1- ,G tar-
Stocking J
Distributor? Yes / rio
Ij:adthnc: //l 6/-4 a( — 31) da yS
Hiiurly rAtc-furrc(isiirittesctvici$- NIA (jae?Furor)
Minintutirorder(If Any);$ Ng)
)
I
32
SECTION.—PRICING/(' 4RT1}ICATIONSI SIGNATURES. ITB Number:]2-1)806
1iandling fee if les%than minimum urderS 14,1
iVarnc/Telaphon'e/Ce11/I3eerier of'Emergency Conlaci
bea 414 Sc:h 770 ° "Ivy.`M,o be.dilettre ea i+./1Et
Hive jou'supplicd the_reuuired Catalogs,and(�f c)Trice Sheets? 1/ YES NO
22., CALIFORNIA MOUNTAIN t/) 8,61
Diseounl from current price list,
Price'I,ist'No. Dat f Price List_
Wa riniy
Stocking Distributor? Yes, _N
Lead lime;
Hourly rate.fnr repair and scrvi $ (per°hour)
Minimum order(if any)$ —
Handling fee if less than finimunt order,$
NA rne/TelephonefCell eviler of Emergency.Cotrtact
Have iron supplied the rte d Catalog%and List Price.Slracts? YES NO
23. CAST PRDDIJCTS IY U 3/44
Discounl.frotn.current.prlce list °/a
mice List'No .ate of Price Li at
Warranty _
Sl04ing plitributor'7 Yes No
I,etul xirne
Hourly rate fot repair and se ice$ (peg hour)
Minimum order(if any $
Handling fcc•if less lbw niinimunt order$
Nameo'clep)ronelCell Beeper of1,merretrcy Cgn`tsct
Have y6u suliplled,the.required•Catalos, and I.jxttrticc Shccts? _ YES NO
33
-,SEC';TION 4-PRICIN C;/CERTIIi'1 CATIONS/SIGNATURES 1113,Nu ii ur. 12„4R0(
Stockjgg Distributor,? Yes, No
Laid tine:
l'lourly,-ated'or repel] end service iper hour)
-Minimum orthir(i"f anyy s
Handiing`fee ifless Ihnin min"nom Order
Nhmc/Tctcphone/Ccll?B -ter of Emergency'Contact
Have,vou'supplied the requileel Qualo c and List Price Sheets? ?ES_ _N0
ss ca;osg Models - (7X trenne f (ri(cerl, &X 7, ale ssbe, ll f'eaell , ARFF
biscount froth currcntprice 1lst 'Y ,%
Prrcc'X.istNg. r, U /aL Date of Prlee List FE be vale/ /j-21?/
Warranty l.i F� 7A?L it�di43 Ieet
Stocking DlstriIiutor? Yes ✓ No
Lead time: /+'? S-1-bek — J./ d S
.Hourly rritefor rei air and service$ /A (per IWw•):
Minimum-cOci(Ifagy)S rJ/,9
Hlundliiig,tcc if 18s.than minimum order$
Nan o.'ckphone'Cc11f13ceper-Of Emergency,Corr tact,
ba44'1 ge-nriet#' 720- y0.)-99/o benre.Ot re aN.rrct
Have you supplied the required( tnlbtrs and Lis4Pr1ce Sheds? _YES -,NC)
5 , GWVE' ?RP !i 1310
Di�ct)unt'7� m vurrr�tt price list %,
1'ri�r L�stNo;
Date Of List
W ianty_ _
$tgckingDistributor? ,s No _
Lead time: -
dourly rate for repair 'lid service$ _ipei.hc!u)
Mininwm order Of y)$
47
'SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES 1T#3 Number: 12;0806'
Handlingt_iv.if less titan minimum n•∎er$
.NainetTelephoncicdl/Bc'c erof .mergettcy'coutact
}}1aveyou ru lit(I theTct it Cntflo aid Lis Pride Sheets? YES -NO
PELICAN /y1p J1L
Dtsiount frUm current price list g'a
Price List'No,' Date of Price List
Warranty
`Stocking Distributor Y Nn
1:ead tiaiic:
J-lour'ly rate f'dt'i j aii• d service$ (ptirltfittr)
Manimum.ot'dct Alf a 4$
Handling fce if lcs• than Minimum order$
'Namc#1'elephan- *ell/BeeperofEntergency Contact
'Have you stipplivtl the required Cataltizs end Liit 'rice Sheets? YES ,NO
'Igo_ PGIPROT1XALL )444 CID Hi1ny — e.
TDiacount from.cuirent'price list I V (4,
Price List No. a O 11, Date of Price List Arr, I f 5 I 2-r)I 1
;Warranty �- +d ei r
:Stocking Distributor? 1Fe$ No ✓
Lend age; 3 D d 'S
11ouji'rate-for repair and scrvi c$ ''!A (pi:t'Nutt
lviinimum,nrder(if wiy)$' M)A
Handling,if a if lcss than Minimum order$ N/ A
-NanierielephonelCelWl3eeperof Pmergency Contact
444 9e rm8 it ??o --./v)-99iD beimei ,re a/Mat
Have_yuyppiicd thi:iG7iuircd C't(telogs.a'itd•ListPrire.heet"s? ✓ "YES NO
-(i6
SI!;C'Tl`ON 4--PRICING/C EitTIFICATIDNS/SIGNAT1JRES ITB Number: 12-0R01
.Handling fee if less than mini tm order<$_
Name/Telephone/Cell/Beep ,of timergcncy Cantai t
I-Ilivey6u,sulipligil the required CiitaloQs'Atid List Price Sheets? YES NO
106,, RANGER RUBBER
Discount from cut rent price list_ o1 Q °!o'
Price List No: 0 j ol, Date of Price L'lst !!`I d eat 2,‘"/2-
Wurrattty J. y itd r
Stocking Distributur'1 Yes —No'
Lcaci,lime: 30 dal S
1.1ourly erstO for repair and cMce•$. N/A ;{per hour)
Minimum order{if any'R N/A _
Handling feeif less than minimum order.$ N_1/4
Name/teJephonc/Ccll/Beeper of Emergency Cont ct
bane? 31/74e/t 770.11. -g91L) be,juuttIre c)a#4Et
J-Iaslyyo7t at pDliedi1i muirctl Cdtafogsattd LisI`Pricb Sheen? ✓ YES NO
107 EAWI111DR'TIREHOSE /V) 31 d
Discount'"from current price fist "l.
P"riec ListNo. Late ofi'rice,List _
1V,arrtnty , _
Stitcking,Dislributol? 'Yes 440'
Lead 4141,4.:
Hourly rate'lfiir t epair•;i "+"service$ '(per hour)
Minimum.order 4i fit )
Handfin 'ree if than minimum order S., __
Nam�ekphon /Cell/Bc per f"lfime?gencyrotitact
Ijsivcyuu supplied the req>Ltiied,Caialo s-and'List Price Sheets? YES NO
69
SECTION 4—PR ICING/CTRTITileATIONSI,SIGNATURUS ITP Nu,nber:''I2-ti8166
115. T-R'Vitla BOOTS
Discount 1'roin current pricelaa 14
Price List No._ 1 e of Pr1ce List
Wirratity
,
Stocking Distiibutoi'r' Yes" '
Lead time:
Hourly.rateforrepairand s-r'ice'' (per hour)
lvlinimpm;order(if any)
,Handling fec aficss I n tninitnlm`order=$
,Natnofl`cteiihode,/ ' IlBBeejierorLttinergency Contact
/iave/ou"suRplie'd the tegjIrgd Catalogs and List'Price Sheets? YLS .NO
I I ti, SHELBY WOLVERINE
`Discount from current price list /5".
Price Gist'Nu: d 0 I I Bate safPrice 1',isi A t!ti* 1, Zo II
Wt Yanty,, _ ,t ear - —
St6ching.Disirfl utoe?
t.elld time 1I1 64Dtic Jo day 6
Hourly rate fin-repair ltnd service$ N/A (per liottr)
Minimum order(ifnny,)"$ NI fl
lltmdling fee if less than minimum older$ WI A
Na'me/Tcicpl ofc/CclVVBecpc=r of Enrirrgtrney f.;ctntaet
1J A11El7 enneit 77o-'/o -_1910 .erne#64 eaH./jE '
Have;ynir su plicd the required Catalogs' end'L.i3t Prise'Sheets'? V YES NO
117. SNAPTITE J x fl $r d
Discount irotn,ourrent pri ist
Th ice List No. Date-of Priee List
Warranty
73
SECTION 4—PRICING/CERTIFICATIONS/SlcNATIfRI;S LTA,fi,umher I/4BQ(
Additional Sheet
Manufacturer: ccti r/t eri,tite. e.. 0041;4 re h'nr t RS X' J�S2 A� �s 1H 4-AI FF
Laiscovtnt from orient price list 'joL ;°i6'
?rice O _ Date 6IPrice List M 41'41 I 40 f/L
Warr,d.ty LifeA4Me Ala IA5i- de€ectS
Stocking Distributor? Yes_✓ No
Lead tilt: i(1 5 fock - h+3° drt 1 s
Hourly nte.f!r repair and service$ i/,1 Xper•hour)
Minimum order(it,any) ^l/ A
I!andling f'ecdf less titan Minimum,order'-$ N/A
Narne/Tciephrinc1Ce11/Reef er of Emergency CQnt Ct
a net 1 f�e-r,r,etf- 77o -hood- 99w ,trirmit•El're at,.4et
Have-you supplied the required eptplogs-and,List Price Sheets' V"YES NO
Manufacturer:• -I obe Foot 9 Ectr'
iiiseognt I`ra current price list J1) alb
,Pi iceLirtd`1o. e O1 L Date ofi'riceList Apr)) / 242/
Warranty A r
5iurikirtg Distributor? Ycs ✓ Nn
Lead time: M 6{vac. - ►30day S
Hourly rate.tar,rapxrr'and gcavicc=$ U)A (per how')
Minimtnti orcier%(ifany);$, NJ.4
.Hanilling'Ieeif less thdn triittlihwn ostler$ N/A
Name/Telephone/Cell/BeeperOflimergency Contact
to nil Stir,lE 11 A 77v-/x-- 99ro b.6417-eNi5 eet/t.oet
Have:you supplied'tlte u ynirad fa 1� gs and T.ist
9p-
Sl,;CTtt}N 4—,I.'R1C.IN( / CI?RTIFICA'IION5/SIGNATURES 1111 Number.. 12-0$06`
Additional Sheet
Manufacturer: 610k,e, EMS 9• re -at ge Scwe:
Discount from cur rent price list 10
Price List No. a 0 J. Date-of Pr icc List fib rvser+t '/ 10/2_
Warranty Ll'l�e 1-7+ue a14Ms't cle6Pcis
Stuektng Distributor? Yens o t/
tear),time:_"1J& (4a
ry.rtitc for repair and'Scnice$ Al)A (per hour)
Minimum rirder(ifany)$_ *V? p'
Handling fee•if toss than minimum Order.$ NJ' A
Namcfr'ciephtoite( ellBeepci,oft:niergencYC'i�i
aAO 15 elell- 7?a -Hod- 91io be44e , 're eedbiet
Have} u sup jJcd the require i,Cajeilogs and List'Price Sheets? /YES _ NO
hMpnufiicinrei: 1abe CARE$ CI # a;t-
Discount from current price list Pri c . L s{^'94r pia S )t>
Price List No. a c>/c- 1-fate of Pike I,,ist f ) 1 i 2012-
Warranty ifThn a9at'nSt" defer
Stocking Dtstributor7 'Y,es °No
Lcad,time: -3v d4.ys
Hgurlytatc.Corre$irat t"seNice$ 'NI i4 (per hour)
Minirriumor(1er(if.any)$ 1✓�
I lanciluts'fee if less than minimum Daterl 1))R
tannelfelephonelCell/Becpce cifEtuergencY. ontact
4,'M 7 ge qq Aarl ne1tfire a ,iiet
Havi you supplied the reAidred p s ansl List tq e 5
SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES _1113'Ntimber:,122=0606
Additional Sheet
Manufacturer: DItr� V� 10A 6
Discount from current,price list .15
Price-LlstNo, Crate of Price,i,tst L a► 0,07 I� 2&'12-
%Vananty LaC
Stocking L7i§ftiliittvr? Yes- _do✓'
1x id tiine; 1/430
Hnuily'rrttefrit.tepait and'lei vice$ M'/i1 _ (por'hour)
Minimum order (ifany)S N1/f
Ilandling fee if less than tninintum otdcr;S A/ A
:N'anteiTelepiwncfC ellfl3,ccperpIEmcigene),Contact
. u no t Se,rne 77D-ova- 9g10 he,n' #dire ea itmet
-I,1y_e Von supplied thc'reciuircd C'atulgg_antfjjst,P ,Sh4ets? itYLS
'14 infilfacutrer: 31'6_6 I 4 M oI'
Diseou qt.front current price-list I n�o
Price-List No. La /J- fate of Price f List rt d r1'd AY y 2 Iv I j
'Warranty__ 4 !� e� I
StockingD)stiilbtiror? Yes No ✓
I.:01001v 7—ID d $ -
1 Fdurly rate`tnr reliait anii scry rec$ _ N 1 N (per hour)
Mininnnt order,(if atty)'S NIA
Handling lee if`lcss than minimum, N1
NatperrelepIu ote/CcllBee per oa'Erner eney.Contact
a nit y &-,1'U 1* 77P-y"c)- y9/a be,e#f teeaW,,'ej
11avt ytiu'Sii1iR!ed the regtitrt. Catalofts and Lk-1 vt E S
90
SECTION 4—P-RTC:INGi CERTIFICATIONS/SICNAl'UR}S ITl3 tiinticr 12-1 U r
Additioinal Sheet
Manufacturer; /b/ )›rA, NOOU
I5i"sc5tunt franc cut icrit lirtCc Irst_ PP;Ce. cr A/APA 'ri' a 5 %/b
Pnce List Np__ 0 1 / Dirn ufP ree List Apra 1 1 S 1 1ey II
Warranty_ 1f
_StockingDigtributor'?' Yea ✓ No -
Letad time;' ~ SO d ace S
Hourly rate for repttir (Oct.hour
Mininiuii nrder(ifiuw)S' A/J A
I�t'ndltng fee.if tern ot'der'S_ Ni A
NameTl etephoneiC'eI I'F3eepet o!Frtrergertc,y C'onttmct
?M gee/tie/9' 770-yam- it 9i0 /he,i ie/f iie ?ail,ie'
HAY§y trcyWphcd the icyuired Catalik4 and List Pace S11 t„4^ ✓ tiTS N17
Manufacturer �� +-tv ' 0.1
'Discount from current pricc'(is; 5- gin
Priyey,Liit ‘2.1'c'J.2_ —— Liate,of I tce List J-G1,►1 V/if 11 10 12
Wt rrnnty + _
.' tockiug 1:11s.tuboor" Yes ✓ �
Ltd iin,e I/1 S ac S dt2 s
,Houry.,rate for repair find 5.cr%•rcc'S ,Ml it per hourr,
'Minimum order I ii,an}) J
"Ilandllog fee If iegc than niiniruum brdcr S will
'Nnmdral pttnae{:ellll3tcper of Cnrrr enc):Calii;tcR
&-17•1E 720 *41-'99/0 rrr `fire eaLt 4
}iaie}py n plictl the re(luired Catli'os arfa I Fst
90.
SECTION 4-PRICING/.CERTIFICATIONS/SIGNATURES- ITB Ni►mbef:12-(g06
By Signing this Bid the Bidder Attests and:Certifies:that:
• It satisfies-rd I legal rcclui►emcnts(as an catiity)'to do businesswith thc.County
• The undersigned veado► acknowledges that award of a contract maybe contingent upon ii determioatiein by the
"C.owity that flu;vendor has the capacity-and capability to successfully perfortn the-contract,
The,bidder bereliy certifies that it understands all requirements,of this solicitation, and that the tuidi*rsigned
individual is duly authorized to execute this bid document and any Contract(s)And/or other trrtusactiotis rregtiii5ed'
by award of this solicitation:
Certification'Regarding Acceptance ref ounty,Electronic Payable Process
Vendor will accept payment using the County's ViSA-based electmnic,payment system; 214es ❑ No
Yurchai ing Agreements with Other-Govern mentAgenci es
This seetion is optional and will not affect contract award_ I f Lake`County,swan dud you the proposed contract;
(would you.ceII under the sortie terms'and conditions,for the tune price,to other governmental agencies in the State
,of Florida? Path'gnverruneiital agency desiring to accept to utilize this contract shall b responsible for Its own
purchases and shall be liable only for materials or`services ordered and received by it. ©Yes In No(Chi ek one)
Certification RegairdingFelony Conviction
Has any officer,director,or an executive performing equivalent'duties', of the bidding entity beeii.coitv,lcted of'a,
re
felony,during the past tent,(!J)years? ❑Yes Q No(Check one)
Conflict of interest Disel'ostrc Certification
Except as listed below,no employee,officer,or agent of:the firm has Any conflicts of interest,real aj appar"ent,xluc
to owne!ship,'othcr clients, contiacts, or interests.associated with this project, and,this bid is snide without prior
understanding,agreement,or connection with any corporation, firm, or person submitting a proposal tiii'ihe seine
service;and is in all respects fair and without collusion or fraud.
101.1f44$-Nutnlicr(Insert if this action involves a federal.funded project):
471 d. 1'i brthPotin-ii evil' `rat?Bk1,-Sigluittore,, r
Firm Name: l-r i d v ct,� C..p.
.'Street Address: )15- Stoc_kiewod Arrde. Jvi h. 170 !h!©r shook A ,70186
Mailing Address(it'dit'ereut): _ pp Babe 5S8 k r'd 54a:,tR 6A ,347/e8
!'elephmie-No.: 'UD- S 0 FaxNo.: 7)O-Syr-1/339- E-mail b 2de/ -Fire /himt`
1TRll i o. S� •- J'�.3 _ �-
1-111:711101 1341Y1613 'eeiii41A-(41..iss . 4. — days, net 30
Sagnalurc: A1 L sate;, /2 24:4),
Print i+iame:- of Pi W I(�E rt et e.-H" Title: Pre 3 r d en t -_
:lifOrt1 g i4i'tlY tike L _ •Y` 1 t ± 0.1110: -
By signature below,the County confirms award to the above-identified vendor under the above identified
-solicitation. AAeparatd purchase order will be generated by'the County to support the cofiract,
Vendor awarded es:
❑ Sole vendor 0-Pre-qualified,pool vendor based-on prig
❑ Pie-qualified pool vendOr(spotbid) Prnraty Ymidorloifeii s
❑Secondary vendor for'itenis: 12rother status.
Signature f aituirrized County official: `"0"7 ate: /.2_rte a
Printed name: 6.54f4 � I 07 ?
'I" : . a`y ' 1,:v - /► r
,Purchase O lei Number assigned tofhis„contract for bIIIlttg purposes: 7704