No preview available
Contract 2018-46AGREEMENT FOR FIRE EQUIPMENT PARTS, SUPPLIES AND SERVICE THIS AGREEMENT, is made and entered into this 2L%Y of 2018, by and between the CITY OF CLERMONT, FLORIDA, a m 'cipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and MUNICIPAL EMERGENCY SERVICES, INC., whose address is: 3789 62 Ave. North, Pinellas Park, FL 33781 (hereinafter referred to as "CONTRACTOR"). WHEREAS, the Lake County B.C.C. through the public procurement process awarded an Agreement for fire equipment parts, supplies and service, Lake County B.C.C. contract number 17-0606G; WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's response thereto and Agreement in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terns and conditions of the Lake County B.C.C. contract number 17-0606G. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I — SCOPE OF WORK The CONTRACTOR shall provide fire equipment parts, supplies and service as described in the Lake County B.C.0 contract number 17-0606G, 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. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. To the extent of a conflict between this Agreement and Exhibit "A", the terns and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. 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 as set forth in Exhibit `B', attached hereto and incorporated herein. ARTICLE III — TERM AND TERMINATION 1. This Agreement is to become effective upon execution byboth parties, and shall remain in effect until June 30, 2019, unless terminated or renewed as provided by the Lake County B.C.C. 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if. a) without cause and for convenience upon thirty (30) days written notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR 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. 3. Upon mutual agreement of the parties, this Agreement may be renewed for three (3) additional one (1) year terms. ARTICLE IV — COMMENCEMENT AND COMPLETION OF WORK The CONTRACTOR shall provide fire equipment parts, supplies and service forth in the applicable purchase order or notice to proceed. ARTICLE V — PAYMENTS In accordance with the provisions fully set forth in the General Conditions, CONTRACTOR shall submit a payment request by the third (3rd) day of each calendar month for items provided during the preceding calendar month. CITY shall make payment to the CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified and approved payment invoice by the CITY for services provided and accepted by the CITY. ARTICLE VI — DISPUTE RESOLUTION - MEDIATION 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 CITY 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 Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction 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 CITY, for the protection of employees not otherwise protected. Employers Liability insurance with the following minimum limits and coverage: (a) Each Accident, $100,00 (b) Disease -Each Employee, $100,00 (c) Disease -Policy Limit, $500,00 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 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, $500,000 Each ($500,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit, $100,000 (b) Fire Damage, $50,000 (c) Medical Expense, $5,000 (b) Automobile Liability Coverages, $300,000 Each Combined Single Limit Bodily Injury (per person), $100,000 Bodily Injury (per accident), $300,000 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. Indemnification Rider (a) To cover to the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorneys 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 CITY 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 CITY 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: Municipal Emergency Services, Inc. 3789 62 Ave. North Pinellas Park, FL 33781 Attn: Jaime Robinson, Regional Vice President CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE IX — MISCELLANEOUS I. 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 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. Severabili[v. 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. Except in the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, 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. Anolicable 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. Public Records. Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. 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. Purchase Order/Notice to Proceed 3. All documents contained in Lake County B.C.C. Contract/Bid No. 17-0606G. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this day of 2018. City of rmont Of Gail L. Ash, Mayor Attest: Tracy Ackroyd Howe, City Clerk Municipal Emergency Services, Inc. By: I (Name Printed or Typed) 2 �;�+,, l v p. Ti Attest: Corporate gecretary M1 1Sessler (Name Printed or Typed) EXHIBIT A LAKE COUNTY F LORI DA MODIFICATION OF CONTRACT 1. Modification No.: 1 2. Contract No.: 17-0606G Effective Date: July 1, 2018 Effective Date: June 1, 2017 3. Contracting Officer: Donne Villims, CPPB 5. Contractor Name and Address: Telephone Number: 352 343-9765 Municipal Emergency Services IMES) 3789 62 Ave. North 4. Issued By: Pinellas Park, Florida 33781 Procurement Services Lake County Administration Building 315 W. Main St., Suite 441 Attn: Jaime Robinson — Regional Vice President 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) dew after receiot. 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 mrStract, which was previously provided. 7. DESCRIPTION OF MODIFICATION: Contract modification to extend for one (1) year expiring June 30, 2019. 8. Contractor's Signature REQUIRED- 9. Lake County, Florida Name: H Title: Regional Vice presidrit Sad" Contracting Officer Date: 1/30/2018 Date 10. Distribution: Original -Bid No. 17-W60 Copies - Contractor Contracting Officer FISCAL a ADMINISTRATIVESERVICES- DIVISION OF PROCUREMENT SERVICES PO Box 78Ra• 3I5 W. MAIN ST. TAVARES. FL 32778 • P 352 343 9R39 • F 332 343 9473 eoa.dalcY.D CaYYNMlmnt • xxx.b4mvmrO.gor IIMOIHY 1. SUIIIVAN SEAN M. PARKS..mt 9u WFNDY R. KREIDIN US111 CAMPIONE IOSH RLAKE &O'k,I D41H.2 Da,rtr,3 Ob.k,4 O'S'de,3 <I7-06060 Munioipal Emergmoy Svm.pdD LAKE COUNTY To ' -roe p YYNx ifIn- LAKE COUNTY I[0R11,k CONTRACT NO. 17-0606G Fire Equipment Parts — Supplies - Service 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 Municipal Emergency Services (hereinafter "Contractor) to supply fire equipment parts, supplies, and services to the County pursuant to County Bid number 17-0606 (hereinafter "Bid"), addenda nos. 1 and 2, opening date 12/13/2016 and Contractor's Bid response thereto with all County Bid provisions governing. A copy of the Contractor's signed Bid is attached hereto and incorporated herein, thus making it a part of this Contract except that any items not awarded have been struck through. No financial obligation under this contract shall accrue against the County until a specific purchase transaction is completed pursuant to the terms and conditions of this contract. Contractor shall submit the documents hereinafter listed prior to commencement of this Contract: Insurance Certificate — an acceptable insurance certificate (in accordance with Section 1.8 of Bid) must be received and approved by County Risk Management prior to any purchase transactions against the contract. The County's Procurement Services Manager 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 July 1, 2017 through June 30, 2018 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 four (4) one 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 Manager. LAKE COUNTY, FLORIDA By: (YN_✓vu_..--- Senior Contracting Officer Date: 'yel-I Distribution: Original -Bid File Copy -Contractor Copy -Department "Earning Community Confidence Through Excellence in Service" Office of Procurement Services 316 W. Main, Suite 441 P.O. Box 7800 Tavares, Florida 32778-7800 Ph (352) 343-9839 Fax (352) 343-9473 0c.«Ln�, MVE5 MUMPAL EA1ER( Np SERVR:FS, INC., MES - Florida 3789 62"6 Ave N Pinellas Park, FL 33781 Toll Free: 877-MES-FIRE Phone: 727-521-2135 Fax: 727-525-1819 INVITATION TO BID (ITB) FIRE EQUIPMENT — PARTS — SUPPLIES — SERVICE ITB NUMBER 17-0606 0-1.,t�».al al LAKE_ COUNTY fLOA IDA INVITATION TO BID (ITB) PIKE EQUIPMENT - PARTS - SUPPLIES - SERVICE 1TH Nuwuher: 17-0606 '_- wd Dee IMte: Ue-ftdrer 13, 201 h red Dal Time: 3:W p..n..!:........._.__- --- Contracting Ofticer: D. VOWS --_—'- ...... Pre481d Cunt Dada Not Aty,licahle _....... _.__ ........... 17B brae Daft: Ihenhcr24.2016—_._...._... W,71fTV 1: Special 'I'ema and Cnndbtons 2 9ECT701,12: Sraiwrmt of Work ld SECTION 3: Ciarcal Tams and CondhMns 16 SECTIONd; PridrWC.'asfticatiau.Bignm. 20 _ SECTION S: /utwlunani 23 pmpaw W&M Perfermen.2 ltond: Not applkabhe w this fl'tl Nw eipplaaWo: w Nis ITB Suction 1.9 -'-' ..................................... ...... NotapplicablenoftslTh .......... . t.1Ntt60111e of C'aalneuu;Yl,ian - ImrkmoifremiWlnammr¢: ....... ............................ _...... _....._..._... ProDid Qm1bcsrodWalk-Thor: At the date and time spedBed abuse, all bids #bat bane been resolved in a timely moaner will he operated, recorded, and accepted for consideration. The names of the bidders submitting bids will be read aloud and recorded. The bids will be nvaileble for inspection during normal business hours in the ofhiccof Proo:ureimm Services thirty (30) calienda, days after the offiOnl bid dw: dauc When namacr- signed by an aMhmimd Gomq• mprewemuuivc, this docwm:nt and any, spcoi really Identified attachments may forrothe contract doctunent binding the pinnies to all Mfiermance, specitlad hmeln. Vendors shall cnmpkdc and return the entirety or thin ITD INxuneal, and attach all other information requested In this ITB due®lerat (Set Pmkilon 1.13). Faflare to anger the bid respon e, or to submit the bid reponsn by the specified lime and dale, may he cause for rejerllon of the bid. Very venter does = want to respond to this soiicilmim at this time, or, wWld Rio, to be removed from 1xkc Uraahiv'a Vetabx I asl, plmse rnark tier: appropriate sluice, a nrplme nave belong mid return this page only. ❑ Nor Interested m this time; keep our Hint on Lake CounWs Version List for form solicitations for this imduel; nn vice [] Please mauve oar firm Fran Lake County's Vendor's List fartbis produce I service Company Name: .................. y"DOR IDI•%RmCA'1'ION ..... ............_.__ Pbsoe Nweber. F,ua [Adi rtss[ ()antact Penim: CERTIFICATE OF LIABILITY INSURANCE CERTIFICATE DOES NOT AFiINMATAIELY OR NEGAMIANLY AMMO, EXTEND ON ALTER THE COVERAIN3 AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE 155UINO INSURER($), AUTHORMED REPRESENTATIVE OR PAOOUCER, AND THE CERTIFICATE HOLDER. IMPORTANT N me eeN1bAM ho)dar la an ADDITIONAL INSURED, Ue peNeyDaal mu,n haw ADDITIONAL INSURED pmWslam or 6S Sntloreed 11 SUBROGATION IS WAIVED, Subject W tee terms and DondM.A. DI me poe". venal. pollcbe may Asdw" an SMenmem. A WteSeM an this CAMPANIA MOO not wnhr righte, to the eanitieste Wider IT lieu of Such eaddteemen M. FNeDLCER LnrYlml(brapxnics' T-' 195 Sued Swan, Road, Suke TRIM '.gE` •.• _..... axe ••• pamnlaylei CI.06D32 dA: ._.--.- ....... 86D676-,ODD _._.. ...... Municipal T.,.gMwy SeNYiva, Inc. P.U. Dnx 656 Srxxhbu0 (T 06"8 TN M TO CERTIFY THAT IW. FOUCE6 OF NSURANOE URPHI IIt-LOW I AVE SEEN ISSUED TO THE INSW*33 NAMED ADOYC I -OR THE PO UCY PERIOD INDICATED, MOTYITHSTArOINS ANY NHIIARCMENT-T:RN DR (YIMO)04 On MIY CCN1RACr OR OTHER DOCIIM1£NT WITH RE9N;C'I M WIPC)I TEB GERTFOA'j, MAY BE ISSUED OR MAY PFN(AIN, THE NSAWeLE AFFOnTJH) MY III:' POLICIES DESCRIBED HEREIN IS SUBJECT TO AU ML IERNS, EKYUSIDNSNID CONDITIONS OFSUCH POUCh3. UNITS SNYWNUMY HAVE SEEN 14HARIP BY PAID CLAYS. .. ..... ... .....D..LUV Gx .......UNITS 1W[WIYrYMNC! _ W Y98M191LAEMLBALIMLLnY A Y N hVlafwngtl=.71L Id:z?rut to Iz;TY.?nIA 'rAOlo a 1,WU,HHO i611FI.c¢ 'cuMa+aan jX�oocun 'mW �TB'NFl7tFli" Sp0.Ig0... _. bN)FYF wp.an_oam W0 _ eeespru,Mr NxN. A ANILaeDVITSaTE�a�yyay'MTIlargBL :caewY.ADvnaAs a, 2/)011,(z111 _ i 101mY � JlLT .. I W i YNRIAaM, MMmf`A0G .. Y � v B AAIdI�,uMNIrY . N N 3110 70A.i1CTIA .__ i ILA;'N115 121]R^B1a .a IADOjM... X I 0.VUJUNFrquxl VMIMYIM40 WIOI A'lY AM-., fl KYMJUYF,rNxQ:a HIRED hVINWAlD ATVA nS.v MApA. 'GXn1EglYnaYanA YYa, ... IXXAXXXX I .o x4xxxxr C X IMW6ul,.. Bee. :N _ N: NYI5U/R1014 1V IvvM15 UJwxu F.1t 2MiMMM ;L1QL%0w lKmtlW CWNaAyDfi ABUi[WE Ii I x Ni... NEW DDD h ARraaemcaasenanw X.AloeHnmfin ucemrY urNDAlffI vr=15 I aL5r1016 .i6nr :uFI... e r---L_FIIISHIYRERFA } L(IDU-ODD ass.," in In) sL.clzavc. ucwur t 1,000,0U4 epe.1M ANa, AFA�Ens• l zrcaaraNwvaYmNNwxpcATnxslvmmtvenD.reenm.,..F>aN,.eAI xL IRd IRTS I?4WXIA%eG i APnlMcal SL6divisioA DId)eSmLL ul Hnrida,xAIYv.RMMorC—Lt)(ivnmixvil,mx, ifn eA6een, MkiW,end lmpN)sm ae IMeedMea AMitbnl [mute] U, 16e OcmUl Lie6tli)v xs VtVItvd 6) wtffie cnalncr. CERTIFICATE HOLDER CANOFI I ATON 144t"BA 3 lake IlleaTlIt99 Ad t1hoBl,^TBbf(CoiDD W' thedissi State Yrf}'IOIl11A, and1hAT(D8U of (:Dmly QIAlmieakmem P,O. CHCULD ANY OF THE ABOVECESCRINED POEMMISI E CAMOMI ) EfIMi THE E)IPNATION DATE TEREDF, NOTIBE 1RL tE OELWNPEO W ACCORDANCE! WYNTHE PANUCT PpOYANIXYS, AUINMI]LCRmNENNI'AtlW rm I'll, 7ZTAi-iHIEI * I lHM-2odS ACURD WRPORl1Tl(MI, AN rgho rnerwa ACOM n cm Sam Th. ACDRO name find IDpc Are maiamrad merle, 0 ACORD pr9 Request for Taxpayer GNe Pormm ma nxn IderltNkation Number and Certification reAMaa4r, Nnd in tha R9. MS. W AwiwBer�r awM1 A'pl nranrraxNrtl arbwW woa :Mnp levee W. a ILL EMERGENCY SERVICES INC perbee aaneHnMleMea raaYNne.YaahxM ima w aF Sepwck aeGnpNu ardorWNymmrNeMua; ekrnkm4w ra. hiorirprnarbov¢' aat�re r�wpNA��ir ❑1rblvNwhub eroWlebrM ©Of:rAoraeen ❑Genryaabn i]ankvwlllA ❑Treekabb WxroYrampa}; ekywmemlr.ruC mnalyyragltlaaA LLrrW neMler comoeM Erb En M• cleaaicNun (r•-f. MWrWn'YN raele•rfV:. Y•PNaunijlN_ p Irle_For asinDla-me!rwr ut'Nal iraarpr.ea. nn rwldwaE LIA. N.rrhttrxPWaa^armN W.YWNrr Fakapaan Yan rATGrMMYO aw m AxiRceMolrN JNlrrrr,mMwner. vMa Plyl �� ❑Pbryrwn.uiawla _.._ � �e.�wr.ee.rw $ammrxvs,Wep. oraAenr. ,num aWb1e1 ara re oNMwll 789{3 NO AVENUE NORTH $ M, 7 t rhPINULAS PARK. R 33791 4an Mx nWe: REMIT TO ADDRESS 15 PO BOX e01%1 CHARLOTTE, NE: 35260.1961 umbr M14— -... FazayeuTNlnibaAProPribNrn.TNe TN prstlellraMnvfaa aw nFMa phrrm ralbewq aW �r bacYrq wRbtbMnA, For IMMiduNF, IM H 9ererallyyoN aoarl rnrrpy nuabr(BeNI. NallarM.w a raebern allen,sdb ryroPlwar, aalx+gaMdeniky.seeN OMtI IIWrb4orrm pMp J. Fr Oor - - ....a,rrk.r.nuWw.rxka_a,nrr de nnl lrrea_ . rnlbr bMMa ❑Nan Gage J. Note. N Me emoMv 6 YI Irgra BMn xrlrrr, wa 1W iMnaalanaw4ne 1 r! Nr MN on Papa a w A WehrMs W r IMcu nrarr4er b tart. 1. TN Wn 6 ,Na w1wn ,hT/axrRa told M Ylr4fxCbr mxljw I mkft wa mn WW Wa bnNp;Md z. Ianrlat wyR.1 ro EMMp WNlreldrrp baurra (q I xa eXtrYp1 bona Wf16p1ti1MiM!U a' pi I IxMrnt lulpt IbIDs ay Ara YAmW WMnx robrg(IS)tW YopNWb,, Wp wwW#Q lrq nva olabYuebxlxrt aalnb Wd~4k ort4llB MhM r0ffi.lrrr Bull Mn g. tamaU.S. calimmraMM ILB. DFrmpM1M 4ebrs*rra 4. iM FaiCA cotle(a) enrarea m wro banN erryj kroV-'aRp INtI enl warp 1'o'n F�TGlrgroning ie contr:l. General Instfuetions tivfCn rAe4nns enrebw IeMry111y.ww(b6[,%ree �WMwrluW. wwo Melgrm.nr.lnwnx'en eeoxae•MerearU+NreNa enm W9htMr NeNliia,NremManw wa raeax 1(r If ar w.wLe.ppWta. Purpme ekt Form M baiewral or WAY Fmrn W-Bn --I Nv, hrgiW L,Mn x I9 W-r remm wnn Ilre MS mrnidrir Wwmr tw rWer-Wirer•errawrRIM ntriclrrvvbela.euaalx.uaN motor1hMAN6hmwo ry McWmbr ryrrrnw $aM.maba rq.«n irMxweon areu AsvM, rNyer la.nnreal'pirvrBw lElNlnadr ui:n lrwnr.Mll nbEeun,*0WWrNa�4bhn w.. arorx.a%r, .vex Purr nAtlr. Wr ae na, rkNmaro, tte mlavay' • fam Irla-M, Mrrewal , m peIh .ram IaraW feNleemanclrmn,n rnnea 6m1 w cr,rn,e wne:f . swm lnH-H LW%NewaM1ma abmae. yrb...nw..W, or pox MafNrl • Fmn WM# {Grk v eunaaud3.Mc aN <evin arinrvamac.ercbf erany, .Porn , aMF6 prowee. arwr.ml art arcvn..+r.I . rwm Iarx ierwaaeM.rnm xwv rcabN w.,«wnl . a�mr IextTNrnfMargr n;awe bk`swemm mnrars.,mnn �1 •rw,nDlGvawrael4Mr • remr roraafe.luNRan a aw.aarwa Meeoar PrannnA Iltlfary r90NI$yur e.il$pnMllkwlbliyurwrkF-MJn)rb radx p., n,.ca laL a nw.e r M' Iraan tmnrwD n Fw wgn+.w l.wa Iyirymagweeeryw ra kv:lnn w.:NM1efe"ry. ys Wanl a 6rbM WiNbialMtnn FePx Ny wirirn ub rallo-aa a n. w« 1. Calfi rM, ne 1N reu.n!A`NI b,ancr F• Mar rreir9 w s rxem b ae lyrLellfi %- GrraN rw )w rervl WrA n aWJeq'Yan,Ufvq.a 9. Crb rerytM kea rCrlavwarM1Rkb I1C+aw allhuwgPlwM. Y aanlicabo. voum eNnnarl;�etnnr.uSS Fn'r mW JrahN aaea ury wrvr.nnbircome4en aLLa. rnMnr bJlrrreb noI elaAeA brio HinM1r I.AFAT rgr;wr• •ArtaasaNWra...nNllrwmr..ne <. 01 r.a FAiCJ,.' Iewrrnfm M telm FaM MAW10 ywa OrgeYw Ilaarrc sot NIv.. InAr i.fdNrl. Aen Wlgru r/11CAarporelpi en _.._. Coro. taJtz -_. .. Fmn W-9 Pov.INm4 SICA710N I — SPECIAL TERMS AND CONDITIONS ITBN=ibm: 17•06W Section 1.1: Purpose 'the purpose of this solicitation is m establish multiph: Corm and supply con ucti; far the purchase of various brands of pads, supplies, equipment, and services used by Cho County un an as needed basis in anejunetioo with its public safety needs - This is an indefinite quantity contract with no guarantee goods or services will be required. The County does not guarantee a minimum or maximum dollar amount to be expanded on arty contract(s) resulting from this Invitation to Bid (ITB). Section 1.2: llrsigr rated Procurement Representative Questions concerning any portion of this solicitation shall be directed in writing [fax and e-mail sampled] to the below named individual who shall be the official point of contact for this solicitation. To ensue imply, questions should be submilicxl no later Chum seven (7) working days before the bid due date. Dolma Vlllinis, CPPB, Senior Cnrmscting Officer Lake County BCC Office of Precuement Services 315 W. Main Street, Room 44l PO BOX 7800 Tavares, FL 32778-7900 Phone:352-343-9839 Fm:352-343-9473 E-mail: dvillinis'iilakceogp1y11.guv_ No answers given in response to questions submiltcd shall be binding upon this solicitation unless released in writing as an addcitdutn to the solicitation by the Lake County Offim of Promrcmexit Services. a 13: Method of Awuv1 The County intends to award multiple contracts under Uric solicitation to maximize Co ragc tur the variety of brands it purchases for its npermions. It is anticipated that multiple vendors may be awarded for the sane brand. In this case, the County may request quatas from v'esdors under contract for the same brand if discounts an: equal or if smocking issues am concerns. As the best interests of the Couny may ruNuim, the County reserves the right to reject any and all offers m to waive any minor irregularity or technicality in bids received. SECTION 1 — SPECIAL TERMS AND CONDITIONS rIla ;tumbw 17-W6 Section 1.4: Poe -Bid Gmference/title Visits Not appliomhle to th is solicitation. Section l.5: Tern of(bntract '!iris contract shall commence on tic first calendar day of the month succeeding approval of the contract by the Hoard of (:numy (:oanmissionen, o designee, wiles% athenvise stipulated in the Notice of Award Letts distributed by the County R Office of Procurement Serviwu; mid contingent upon the completion and submittal of all required pre -award documents. The initial contract turn shall remain in intact for twelve (12) m mths, and then the amlr ct will rernain in cticct until completion or the expressed and/or implied warranty period. The contract pricing resultant from this solicitation shell prevail rut live full duration of iltc Initial contract term unless otherwise indicated elsewhere in this document. Section 1.6; Option to Renew The Comny shall have the option m renew this contract far four (4) additional one (1) year period(s). Prior to the completion of each exwvise d tom or this contract, the vendor shall be notified in writing of the Comty's intent to renew. 11 is the vendor's responsibility to request any pricing adjustment in writing under this provision at the time of renewal. The vencim•'s written request fm adjustment should be submitted at least thirty (till) calendar days prior to expiration of the then current contact tern. The vendor adjustment request must clearly substantiate the rugnested increase (with copies of manufacture's invoices, notices of price increases, etc.). If no adjustment request is rmcivcd Ilom the vendor, the County will assume that the vendor lies agreed that the optional tern may be exercised widinm pricing adjustment. Any adjustment request received athr the commencement of a new option period shall not be considered. The County reserves the right to reject any written price adjusttramts submitted by the vendor mayor to net exenise any otherwise available Option period based on such price adjustments. Continuation of the contrucl beyond ilk initial period, and any option subsequently exercised, is a County prerogative. and net a right of the, von". This prerogative will be exercised only when such continuation is clearly in the best interest of the County. Sectlom 1.7: MNYod of Payment Invoices shot be seal to the County user dcpatmtem(s) that requested the items through a purchase order. The date of the invoice shall not exceed thirty (30) calendar days from the delivery of the goods or services. Under no circumstances shall the invoice be submitted to the Cnumy in advance of doe deliveryand wz"nee of doe items. In addition to the general invoice requirements stated below, the invoice shall reference, or include a copy of, the corresponding delivery ticket number or packing slip nwnber that was signed by an i mnorizod representative of the County user departmental the time Ida; roams were delivered and accepted - All invoices shall contain the contract ud/or purchase order numbs, dalo and location of delivery or service, and confirmation of acceptance of the guuds or services by the appropriate SrCT1ON 1 — SPECIAL TERMS AND CONDITIONS TT9 Naenha- MWAVi County representative. Failure to submit invoices in the Invscrihed manner will delay payment, esd the vendor may be considored in default of contract and its contract may be terminated. Paynnents shall he tendered in accordance with the Florida Prompt Payment Act, Part \Rt, Chapter 218, Florida Statutes. Sachem 1.9: fnsurnncc Fach vender shall include in its solicitation response package proof of insurance capabilitim including but not limited to, the following roquimmicals: J;This does out mean that the vendor must have the coverage prior to submittal, but, that the coverage mast be in eflecl prior to a purchase order or contract being executed by the County.I An original certificate of insunrice, indicating that the awarded vendor has coverage in accordance with the requirements of this section, shall be famished by the vendor to Ihu Contracting C)ffrcer• within five (5) working days of snub nquust and mull be received and accepted by the County prior to contract execution andlor Mbiv any work kgins. The vendor shall provide and maintain at all times during the term of any contract without cost or expense to the County, pulieios of insurance, with a company or contpaties authorized to du business in the State of Florida, and which are atxeplable to the Canty, insuring She vender against arty and all claims, demands or causes of action whatsoever, for igjurics received or damage to property relating to the performenec of duties, services an lior obligations of the .ender under the terns and provisions of the connect. The vendor is responsible, for timely provision of c atificate(s) of insuance to the (.busty at the centiftoate holder address evidencing conlar ante with the contract requirements mall times throughout the terra of the contract. Such policies of insurance, and warming certificates of innnmce, shall insure the vendor is in accoMence with the following minimum limits: Ueneral Liability insurmm on fmmns an more restrictive than the latest edition of tin Occurrence Form Commercial Conrad Liability policy (CO 00 01) of the Insurcmx Services Once or equivalent without rcslrictfvo endorsements, with dw following minhnum limits and covtxage: I Sach Occu crsmkkwrd Aggrcgelc S50Q000 Produdt Completed Operations $500,000 Personal is Adv. Injury i500,000 Fire Damage $50,000 Medical bkpense $5,000 Contractual liability Included Automobile liability ins m nce, including all owned, nonowned, setwdulod and hired autos with the following minimum limits attel coverage: Combined Single limit S300.000 or Bodily Injury(per person) SI00,000 Bodily Injuy (per accident) A3011,(MIO SECTION I — SPECIAL TRRMS AND 0INDI1IONS Property Damage SI(10,000 I'III \mnhu: 17.06M, Workers' emttpensalion insurance based on proper reporting of classification codes and payroll amounts in accordance with (boner 440, Florida Statutes, amdr'or any other applicable law requiring workers' compensation (Federal; maritime, etc) If not required by law to maintain workers cmnpaasation insurance; the vendor must provieh: a notaniad statanent that if he or she is injured, he or she will not hold the County responsible for any payment orcompensmion. Empluvws Liability insurance with the following minisrmm limits and coverage: Each Accident S100,000 Diwwe4 ech Ilmployee $100,000 Disease -policy Limit S300,000 Lulea Cuunty, a Political Subdivision of the State of Florida, and the Board of Canty Commissioners, shall be ratted as additinnal insured as their interest may appear on all Applicable liability insurance policies. The catifa:ate(s) of insurance, shall pruvidu for a minimum of thirty (10) days prior wriacn notice to the County of any changc, carue nlion, or ❑onrenewal of the provided insurance. It is the vmdoes specific responsibility to ensure that any such notice is provided willm the stated timcfrasne to the certificate holder. if it is not I» ible for the Venda to certify compliancc, on the eertitioate of insurance, with all of the above requirena ts, than the Vender is required to provide a copy of the actual policy endorsetnent(s) providing the lvquimd coverage and notification provisions. Certificate(s) of insurance shall identify the applicable solicitation (Hli/RPI'/KFQ) number in the Description of Opemlions section of the Certificate. Certificate holder shall he LAKE MUMT, A POLMCAL SUBDIVISION OF'1'HE S'fATE OF FLORIDA, AND TIM BOARD Oia C UN' IT COMMISSIONERS P.O. BOX 79M 'I'AVARF.S, I'1. 12179-7900 Certificates of insurance shall oviclunce a waiver of subrogation in favor of the County, that coverage shall be primary and nonconlributory, and that each evidential policy includes a Cross Liability or Severabilky of IntereslS provision, with no require nanl of premium payonent by the County. 'lire Vendor shall bo responsible for subcontractors and lhcir insurance. Subernancors are to provide certificates of insurance to the prints vendor evidencing coverage and terms in accordance with the Vendor's requiremenu. SECITON I — SPE(7AL TERMS AND CONDITIONS I M Number: 1741606 All self - insured retentions shall appear on the oalificauds) and shall be subject to approval by the County. At the option of the Cmutty, the insurer shall reduce or dimittatc such self-insumd retentions, or the vendor a sukomractor shall he required to procure a bond guaranteeing payment of losses and related clams expense. 'fhb County shall he exempt from, and in no way liable for, any signs of monoy, which cosy represent a deductible or self -insured retentimn in any insurance policy. The payment of such deductible or solf-inswed retention sMdl be the sale responsibility of the vendor and/or subcontractor providing such iasutam u. Failure to nhtain and maintain such insurance as set out above will be considered a breach of contract and may result in termination ufthc contract fbr default. Neither approval Iry the County of any insurance supplied by the vendor or Subcontractor(s), nor a failure to disapprove that insurance, %hail relieve the vendor or Sulxxmtractor(s) of full responsibility for liability, damages, and accidents as set forth herein. Section 13: ➢ov➢erg Requiremcats Not applicable to this solicitation. Section 1.18: Delivery The vendor shall make dcliyerics within test (10) caladar days after the date ofthe order. All deliveries stall be made in accordance with good conmtercial practice and all required delivery timefames shall be adhered to by the vendor(s), except in such cases where the delivery will be delayed due to acts of Ord, strikes, or other causes beyond the control of the vendor. In these cases, the vendor shall notify the Gouty of the delays in advance of the original delivery date so that a revised delivery schedule can be appropriately considered by the County. Delivery of cmerge ncy orders shall be within forty-eight (48) boars. No stock deliveries will be accepted on Saturdays, Sundays, or County holidays. The ordering depenmet will advise vendor if dic order is an emergency when plaid. Should the vendor(s) to whom Zhu ahmract(s) is awarded fail to deliver tho required goods or seavieos under a speafrc oaten in the mmikr of days stated above, the County reserves the right to cancel the specific order under the contract on a default basis after any had order period that has beenspecified in this contract has lapsed. If the yxcific ceder is so temrinxted, it is hereby' understood mid agreed that the County lies the authodly to purchase the goods elsevehac and to charge die incumbent vendor with any re -procurement "a. If tho vendor fails to honor these re-prwurenenl costs, the County may unminmic the contract in its entirety for default Cermin Cuuniv employees may bu authorized in wilting to pick-up materials under this contract. Vendors shall require presentation of this written suthori7ation. The vendor shall maintain a copy of the authorization, It'thc vendor is in doubt about any aspect of material pick-up, vendor shall contact the appropriate use• department to confirm the authorization. SCIION 1 — SPY nAL TERMS AND CONDIUONS rl9 N,mdicr- MAY, Scelion 1.10.1: Shipping Terms, F.O.D. Desttlation- Inside Delivery The F.O.B. point fir any product ordered as a result of this solicitation shall be F.O.B.: DESTINATION—MIDE DNIAVERY. The title for each item will pass flan the contractw- to the County wily alter the County receives AND accepts each item. Delivery will IM be complete unlit the County has accepted each item. Delivery to a eoourion carrier shall got constitute delivery to the C mity. Arty n'anyrortaion dispute shall be between the contractor and the carrier. 'the Countywll aQl a7nsidct any bid or prtptnsal showing a I1.0.13. point other than p.o.B.: Dcmirmfion Inside Delivery. Section l.l0.Z: Back Orders If the vendor cannot deliver an ordered item in accordance with the scheduled delivery dale due to a current existing backorder of that hem with the vendor's manufacturer or distributor; the: vendor shall insure that such back orders are titled within tat (10) calendar days from the initial scheduled delivery date fur the item. The vendor shall not invoice the County for back ordered items until such back orders are delivered and accepted by the County's authorimil representative. It is understood oral agreed that the County may; at its discretion, verbally cancel back orders after the grace period identified in this paragraph has lapsed, seek the item., from wiu0ux valor, and charge the incumbent vendor under this contract for any directly assex:iated rc-procurwnont costs. If the vendor fails to honor these ro-procuromew cowls, Ihu County may terminate the contract for default. Sedion 1.11: Acceptance of Goods or Services 'Ilia pmducl(s) delivered as a result of an award frem this solicitation shall remain the properly of the contractor, and services rendered wider the contract will nut be downed complete, wrtil a physical inrpeeticm end actual usage of the pmduct(w) and!or serviee(s) is (arc) accepted by the County and shell be in compliance with the terns herein, fully in accord with the specifications and of the highest quality. Any goods and/or semicas purchased as a result of this solicitation and/or contract they be testsUinspeded for compliance with specifications. In the even that any aspect of the goods or services pruvkW is fold to he defective or does not conform to the specifications, the County reserves the right to terminate the contract or initiate corcdive action on the past of the vendor, to include return of any not -compliant goods in the vendor a the vendta's expense, requiring the vendor to oiaau provide a direct replacement for the item, or a full credit to the returned item. The vendor shell not assess any additional charge(s) for any conforming action taken by the County wider this clause. The County will not be responsible to pay for any product at service that does not conform to the contract slimif➢catiors. In addition, any defective product m service or any product or sot ice not delivered or performed by the date specified in the purchase order m ammract, may be procured by the County on the open marled, and any increase in cult may be charpA against the awarded contractor. Any cost incurred by the Counly in any re -procurement plus my increased product or service cost shall be withheld fmm any ninnies owed to the cotdractor by the County for any contract or financial obligartkm. SEcrlorc I — SPECIAL TERMS AND CONDITIONS III Numbm 11-060e Seetiva 1.1 f.l: Deficiencies to be mrtntiQed by the Vendor the vendor shall promptly cane[ all apparent and latent deficiencies and/or defects in wort:, and/or any work that fails to conform to the contract documents togardluvs ofpiviect caanpletion status. All corrections shall be made within ten (10) calendar days after such rajw:ted derives, deficiencies, and/or iron-conlbtmanacs are verbally reported to the vendor by the County's project administrator, who may confirm all such vw but reports in writing. The vendor shall beer all costs of correcting such mjcdcd work. If the vends fails to correct the work within the period spoclticd, the Canty may, at its din:erction, notify the vetdoi, in writing, dim the vendor is subject to contractual defauh envisions if the corrections are not completed to the satisfaction of the Countywithin ten (10) cakmdar days of receipt of the notico. If the vendor fails to correct the work within the period spccificel in the notice, the County shall place the vendor in defaull, oblate the services of another vendor to correct die deficiencies, and charge the incumbent vendor for these aids, either through a deduction from the final payment owed to the vaidor or through invoicing. If the vendor fails to honor this invoice or crcdh name, the County may terminate the aintract far dcfauh. Seettnn 1.12: Warranty The vendor agrees that, unless expressly stated odunwise in die bid or prolinial; die product and/or service famished as a result of an award from this auliekatiom shall be covered by the most favorable commercial warranty the vendor gives to any customer- Qr comparvbic quantities of products and/or services and the rights mid remedies provided herein are in addition to said warranty and do not limit any right affaaled to die County by any other provision of this solicitation. The vendor hereby acknowledges and agrees dial all materials, except wlime recycled content is spn:cifically requested, supplied by the vendor in conjunction with this solicitaliun and resultant contract shall be new, warranted for their marcleartability, and fit for a particular purpose. Section 1.13: Delivery of Solicitation Response Unless a package is delivered by the vendor in persoei, all incoming mail Thom the U.S. Postal Service and any package delivered by a third party delivery orgariration (I'iedTbr, LIPS, Dill, private courier, cte.) will be opened for secwhy mid contamination inspectimi by the Iake Comity Clerk of the Circuit Court Mall Ro;civing Center in an off -site secure controlled fia:i lily prior to delivery to any Lake County Government facility, which includes the L tee County Office of Pmcuremem Services. To be considered for award, a bid or proposal must be rcecivod and accepted in the Office of Ihaumarient Services prior to the date and time cstablisbcd within the solicitation. A response will not be considered for award if received in the Office of PfoctlfemeM Serviecs aftr the official due data mid tine mgmdlm of whm or how it was received by the I ake Comity Clerk of CourtMail Rccciving Center. Allow suffu:iet lime fm aamaportadonand inslvetiim. 'lice exterior of each envelopelpeckage shall be clearly marked with the bidder's nine and address, and the solicitation number and title. linsure that your hid or pmpnsal is seemely seated SECTION 1 — SPECIAL TERMS AND CONDITIONS ITB Numbu. 17-M(16 in an opaque envclope/packagc to prcrvMde cntrridentialily of the bid of proposal prior m) the duc date slauxd in the solicitation. If you plan on submitting your bid or proposal IN PRRS(3N, please bring it to: LAKE COUNTY PR(X'.11RKMENT SERVICES 315 W. MAIN ti 1 RHE1' 4'I'I I H AX)R, ROOM 441 TAVARES, FLORIDA If you submit your bid or proposal by the UNITED STATES POSTAL SERVICE (LISPS), please mail it to: - LAKE COUNTY PROCUREMENT SERVICES PO BOX 7WO TAVARHS, H.32778-7800 If yatu Submit your bid or proposal by a TII IRD PAR'IY CARRIER such as Pedex, LIPS, of a private courier, please send it in: LAKE COUNTY PROCURLMONT SRRV ICES MAIL RECEIVING CENTER 32400 COUNTY ROAD 473 LEESBURG, FL 34788 Facsimile (fax) or electronic subnniasions (e-mail) will R4f he accepted. Section 1.14: Compledon Requirements for Bids The bid submittal shall consist of this entire I III doxwmen4 with requited sections completed by the vendor. Ensuro that you sign the bid in the certification box in Section 4. One (1) signed original, turn (2i complete hurdemples, and one electronic copy (jump drive/CD) of the bid shall he settled and delivered to the ODIcc of Procurement Services ion later than the official bid due date and t avc Any bid received alter thkr time will not be considered and will be returned unopened to the suhmltter, flu: County is not liable or responsible for any costs incurred by any Bidder in responding to this I"III including, without lion itatinn, costs for product and/or service demonstration; if requested. Whan you submit your bid, you arc making a binding offer to the County and are agreeing to all of Ili: (sans and conditions in this Invitation to Bid. IJw only the form($) provided in this document. If you mnke any change to the emmnam or formal of any form, the County may disquality ymtr offer. All information shell be legible and either written in ink no typewritten. If you make a correction or change on any document, die person signing the bid proposal most initial the change. The bid shall be nwnually signed in BLUR INK by at official amlonriIQ legally, hind the Bidder to its provisions. S6CPIONI— SPECIAL TERMS AND CONDITIONS ITts Nmnber: 17AWA COMPLE'17ON OF BID PACKAGE: The vendor shall complete all required ualrics in Section 4 or the bid form such as, but not limited to, pricing pages, signinum. certifications, refuenccx, and acknowledgement of my solicitation addenda. 'Be vendor shall submit the entire solicitation with all Section 4 entries completed in the number of copies specified 6n the address specified in this solicitation. The vendor shall also submit any supporting documents (to include proof of insurability and provision of bid bonds as requircd). samples, :md/or descxiptivo literature mluirtd by my of the provisions in Section 2 of tine solicilatiun in a separate scaled envelope I package marked "Literature for Irid 17-06t16." IM not indicate bid prices on literature. Specifsc Completion Dine lion: > The bid submittal shall cnnsist of this entire ITB document, with required sections completed by the vendor. > Complete the requested infixmatim as the bottom of the ITB cover page (page 1). r Pricing shall be completed as directed within Section 4. > Initial and date in BLUE INK the appropriate spice(s) in Section 4 fur each addendum (if any) issued for this ITB. > Insert any prompt payment discount that you will offer. Note payment tams are NET 30 DAYS otherwise. > Complete the refs ma, firm (include at last three mferetom) comalncd within the solicitation as Ahachmcnt 1. > Complete all certifications, vendor information, and crsurc that you sign the bid (in BLUE ink) in the certification box > Provide proof of insunwo in compliance with the sorted mquhrauatts in section 1.8 by suhm(tting eilha a ecruifieate of iresurallce or evidence of insurability. Section 1.15: Avmlability of Coatraet to Othew Cmr¢ty Departments Although this solicitation is specific to one a more County Departments, it is hereby agreed and understood that any County department or agency may avail itself of this contaa and purchase any end all items specified herein from the vendor(s) at the oonlrncl price(s) established herein. Under these ehCunL4limces, a contract modification shall he issued by the County, identifying tw requirements of the additional County deperthnent(s). Section 1.16: Baldiums Hoar of Operations Deliveries shall be made during regular business hours (Monday through Frithy, 8:00 a.m, to 5:(a) p.m.) No deliveries or work (if vendors provides equipment somice) shall he performel after regular business hours or on Sahudays. Sundays, or County holidays except when necessary in an emergency situation, fur the proper care and protection of the work already performed, and/or when patnissiom to do such work is seaund from the County Department representative. No overlbne wok shall be started without prior approval of the immediale project,mnwge or his�larr daignewd representative. 10 SECPION 1 — SPECIAL TERMS AND CONDITIONS rra Ne b r: 17-0e06 Section 1.17: CatalogslPrice Lists The vendor shall provide its wehsite address on page 21 of Section 4 what a product catalogs end price lists are available for viewing nerd/nr downloading. With the hid submittal, the vcralur shall include a Cr) or thumb drive offlu: wnenl wndngs and manufacture's price lists for the brands quoted. Failure to meet this requirement may result in the utter being rejected. Upon request, the vendor shad provide hardeopies of the inanufactunt's product caulop and price lists at no additional oust to the County. Section 1.I0: Cunpliaace with Federal Standards All itnns to be purchased under this wnuact shall he in accordance with all povuanmentsl standards, to include, but not be limited to, thusc issued by the (),x:upetinnad Safety and I reahh Administration (OSHA), the National institute of Occupauoaal Safely fiarard% (NI()Sl l)_ mid the National Fire Protwtiun Association (N FPA). Section 1.19: Hourly Rates 'fho hourly rate quoted shall be dcuacd to provide full compensation to the vendor for labor, equipment use, travel time, mid any ollicr clanent of wst or price. 'Jhis rote is assumed to beat straight-timu for all labor• except as otherwise noted. The sector shall comply with minimum wage standards, artier any odor wage standards spwifikWly sct forth in this solicitation and tesultaM contract, and any oaho applicable laws of the State of Florida. if overtime is allowable uder tip is contract it will be covered d under a separate itan in 0ic special clauses SaAiw 1.20: Labor, Materins, and Equipment Shall be 5applled by the Vendor Unless otherwise stated in this solicitation, for service la be periurrried, the vendor shall furnish all labor, mntcrial and equipment necessary for satisfactory contract pafurrnanue. When nut specifically identified in the technical specifications; such marorials and equipment shall be of a suitable type and grade for the purpose. Ali mntecial, workmanship, and equipment shall be subject to the inspection and approval of thu Cuumys Project Manage'. Section 1.21: l'urehamol'OtAer Brands A[though this solicitation and tusultanl contract identifies speck brands, it is hereby understood urd agreed that additional brand(s) may be added to this attract at the option of the County. nty. Under these circumstances, a County tupmsentative will ette:t vendor(s) to obtain a quote for the additional brand(s). if the diseount proposal by the valor for the additional brand(%) is considered to be fair and reasonable, then the brand(s) would be added to the tarred through the issuance of a modification to the contract. The inwmbuad vcndur(s) ius/have no exclimive right to l)mide there additimia] brund(s). The County =crves the tight to award addidurval brand(s) to the lowest priced compact valor, to multiple contact vendors, or m acquire die hens through a wparma solicitation if it determines KUMON I — SPLCL41 TERMS AND CONDITIONS I'M Nurobm I74" the price discount offered is not Ihir or reasonable or to- other reasons at the County's sole discretion. Section 1.22: ltcbntu and Special Promotions All rebates and special promotions uffured by a manufactuna daring the term of the contract shrill be passed on by the vendor(s) to the County. It shall be the responsibility of the vendor to notify the County of such rebates and/or special promotions during the contract period. Special promotions shall be offered by the vendor(s) to the County provided that the new price charged for the item(s) is lower than would otherwise be available through the contract. It is understood that these special pnnnntions may he of a limited duration. At die end of such promotion, the standard eurtnuu price shall prevail. Sectim 1.23: Repair and Parts Manuals to be Provided '11ie vendor shell supply the County with a minimum of am (1) comprehensive repair and ports manual which identify the component parts, and which doer riI n the appropriate proaass for repairing the equipment purchased by the County in cogjuncbun with this solicitation. The manuals shall be %applied prior to, or upon, delivery of the equipment_ Final paynncnt shall be withheld until such time as Ihese manuals are received by the County. Section 1.24: Risk of Lost The vordor assumes thu iisk of loss of damage In the County's property doing pussussion of such property by the vendor, and until delivery to, and wmphmcc of, (hat properly to the County. The vendor shall immediately repair, replaac or make brood on the loss or damage without cast to die County, whetter the loss or damage results from acts or omissions (negligent or mr) of the vendor or a th i of party. TLe vendor shall indetmtify and hold the County harmless from my soil all claims, liability, losses and census of action which may arise out of the fulfillment of this contract. The voalur shall pay all claims and losses of any nature whalsocwoa in anaua:tian ihauwilh, and shall defend all snits, in the name of the County when applicable, and shall pay all costs and judgments which may issue thereon. Sed'am 1.25: Safely An vendor shall be responsible far initiating, maintaining and supervising all safety precautions and programs in connection with the work and for complying with all mWiremmts of tin Occupational Safety and Health Administration Act (OSIIA). 'Ilia vendor shall take all na:essay precautimw for the safety of and shall provide the necessary Imnectiom to prevent damage, injury or loss m persons or property. TLe vocalm shall provide all standard equipment, wort: operations, safety alulpment, personal protective equipment, and lighting requral or mandated by State, Federal, OSHA, or Americans with Disabilities Act of 1990 (ADA.) regulations. 12 SECTION 1 — SPECIAL I )IRMS AND CONDITIONS HE Naha 1741MXi The vendor shall designtato a canpulcnt person of its organization whore duty shall he the pueventinm of aceiden4s at this site. This person shall be literate area able to communicate fully in the English language because of the necessity to road job instructions and signs, as wall as the need for convening with management personnel. This person shall be the vondor's superintendent unless otherwise designated in writing by the vendor to the Contract Manager. Section 1..26: Special Notice to Vendors Regarding Federel and/err State Requircatend Upon award of a contract resulting from this solicitation, die vendor shall utilim the U.S. Department of Homeland Scarily s E-Verify, system in accordance with die tarns governing use of the system to confirm the employment eligibility of: 1) All persons employed by the voralur during the lean of the contract to perform empleysnerd duties within take County; ad 2) All persons, including wboontraeton, assigned by Ihu vendur to positron work pursuant to the cantract. Section 1.27: Training When applicable, the vendor shall supply the County with a minimum of one (1) comprehensive training manual which describes the appropriate use of the equipment purchased by the County, in conjmnctim with this solicitation. 'the manual(s) shall he imi nded with the equipment upon dclivery. Final payment shall be withheld until such time as them manuals are received by the County. Upoo request, the vendor shall provide an intensive !ruining program to County employees regarding the use of the products or secviecs supplied by the vcador in conjunction with this salicitotion. 'Ibis training shell he no additional charge to the County. Me vends shall hear all costs of registration fens and manuals and texts, nr nther instructional materials associated with the required training. Section 128: Wage Rates Under this contract the vmregc rate paid to all laborers, mechanics and apprentices employed by the valor for the work under the mn tract, shall not be less than the prevailing wage ones for similar classificatNms of work as established by the Federal (iovNnment and enfonxd by the U.S. Department of Labor, Wages and Hours Division, mid Florida's Minimum Wage requirements in Article Y. Section 24 (q of de Florida Constitution and enforced by the Florida Legislature by statute or the state Agency For Workforce Innovation by rule, whichever is higher. 13 SECTION 2 — STATEMENT OF NVORK I I It Humber 174)/A1a SCOPE OF SERVICES General Reauiremeals h is the intent of the County to muthlish multiple contracts for its annual requirements for Lire equipment. pats, supplies, and/or services fnr the County'.s Public Surety Department, Fire Rostov Division, and the Camty's Fleet Management Division. The vendor hereby acknmWedges and agrees that all parts and/or materials supplied by the vendor in cnnjunctian with this solicitation and resultant enrierint shall be new, wanamed for their merchantability, and fit for a particular purptw unless recycled, used, or rsm mufaclu and goods arc specifically requested or approved ul the time the order is placed. Emergency/Disaster deliveries may be requird during non-husiness hours. Vendors shall submit a contact pasoi s time and telephone number where requested in the Pricing Section Ver emergency orders. 11 is the vendor's responsibility to unsuro that Ihu County has received the latest version of any MSDS mqurud by 29 CFR 1910.1200 with the first shipment of any hRrardow mate ial. Also, at anytime the content of an MSDS is revised, the vendor shall promptly provide anew MSDS to the County with the new information rcicvanl to the specific material• Ihe vendor shall be required to furnish price lists on jmnp drive or CD upon mquowt from the Public Safety I)epartment or Flee Management Division at no charge.. This price list shall provide descriptive literature. technical data and survicc information for items awarded. Time of dulivury for these lists shall bc mutually agreed upon by the vendor and the County representative. Repair Services Unless otherwise stated in this solicitation, the vendor shall rmnish all labor, material and equipment necessary for mlisfa.Mory contract perrunuanco. When not specifically identified in the technical specifications, such materials and equipment shall be of a suitable type and grade for the purpose. T%c vendor(s) shall possess all special hand tools and Wmial equipment. recommended by the equipment and part manntattmer(a) to effiecilwly and efficiently make repairs. "ITue vendnr(s) shall chide by OSHA requirements and the sraRassigned to the Coumy's projects shall he ASE or factory cetified. All material, workmanship, and equipment shall he subject to the inspection and approval of the Public Safety Department. Vendor(s) shall be mquhud to submit a written esthnate for each pmspedive pmjecl under this contract before a work order for that specific project is issued. 'I he esiimate musl rufiecl the regular hourly wages fnr each classification represented in this umlaut. and the percentage discounts or nark -ups far materials and equipment that were quoud by the vo dmon its initial oNcr or toe mast current ctmnact pricing. The estimate shall be itcmiud by On number of work hours per classification, and by the cost of materials aad equipment. bump sum esdmates will not be accepled. Tfmultiple vendors are available to quote an estivate for the spocifhe work the Cuumy reserves the right to award the project based an the lowest written catlmam, or to reject all estimates when such action is determined to be in the best interests ofthe County, and obtain the required services from another source of wpply. 14 SECTION 2 — STA'1RMENTOF WORK 11B Number. 17-U606 Upon approval of the estimate, the Cxamly's authorized representative shall generate and issue a Work Order for the apccific repair prujat. T1m Work Order shall include the scope of work to be completed. rnr purposes of identification and payment, the Work Order shall he numbered and dated. 'I he vadoes name shalt then be entered on the Work Order and drat order will then be issued to the vendor. The Work Order shall also direct the vendor to ccmurrarce work on a cesurin day and it shall specify the amount of time allotted for completion of work covered by the Work Order. All work covered by s Weak Ord" shall conLiune a Contract Sehcdu&. Delivery Laen6909 fire Rescue Vehicle Mai atenance/Fleet Division 25U28 Kirkwmnd Avenue Aslalula, FL 34705 Doperhunt of Public Safety Fire Station No. 20 37711 SR 19 Umatilla, FL 32784 Dcpartmont of Public Safety 315 W Main St Suite 411 Tavares, FL 32779 County I•leet Marregemart Division 20423 Independence 13oulevbrd Oroveland, FL 34736 15 SECTION 3—CENERAI,TEWNIS AND CIONDITIONti I78 Nulubu:(7-0606 d.l MY 10N5 Addeneal A written ehmad In n aciduWu. Nall vvu rein, in a:r nnenei ann:uref At rnyVn.e to Ihin all. "der: AVfuf to any only Mal ntlrniMA O lial inift Wlllll, CuNnef. I'he ag cnt n Rcrl'mlll the etiv M: fry¶f ill (hie solicitation 'fM codtmu •rll De mltaniab or the akkndi 111, dMilleflll AIAllal I, beta pnda. uoh nip Addenda and abcl greh mean, o nnifitalY insn,paamd. Commrwn Tito n Ain to Hlidrotad Las Maim nt e. C.raQ: Shtil antra Taho OPLAnF. pl.titl., imir K to AM (ITT): Sh II mean Hall soMIlliun dwnmm{ ilckldWg eal' and all widened. An ITR .an an ddfinel Iemy cmntim, And sped5anter,.ntl is nww'dod In let i wefl ,.H topVRlw nMnx!xmslbm Mdd:r. MndlAnnn+: Axrillell ci;uge wacwliuer. Rao,lawA c Iteka to a hidda and Do the rapacity And napmAYf lop, hem IM •.wL Naive mdm n Intindenm Rid, aq a ted"; c:etai iAto r. Aidd J &'ad.lr'n: Ta(ea ll le indib l halt ha Lase nu .seethe m m linen Mc Nnl W.il...F.,..I ryeelow-eit:le nfIR. prophatbn: The W. d.tamnll vyudine vuha tern ar Imlpni:[ hem Lllc wrTe1)t1AM nakild A paaal unallel la near ..hill lyylVailn[ IV tkx wMitVlnut orperltmn±IhA mtlmway InWtinArnanrx. 1110 (!wet) her oaublialed the the —not "club' "naafi', m' 'Wl' Ile minl Mlely Wildan that IIU and iW Can It mWuky aR Wrnotio ahkh Allen not M waired b. Ike Uniaq. 3.2 ":. UCTIOVS 10SUDI A tlttldo/hallibalbn It is lie M&y or It. ( Illr It a ofatP.c fun and open inattention. all dA n.IMIe tyadlcd vndrrt AA ronooa r,.Wly alyb J i¢ the type d nva), y¢ihoi nt Ile, mioin inn and mhalatm¢i to aMniL bda 1a M lIXtarxldecif r nweM de Cwnn' Wyuios that •xWlaaa Snide n'dua no nnalptb;aa aib Me rnNktadtlis beets taw re.Lll": [, nieelo"eoflr9lYulTmtl UlYbhnaN-API.,lip y. W4aid R 109rml;a A, imhd. ona nilR W Rnta by •a.dMAWR'.. arsi (anti q:en In! nee in, Ianal., by IW Illln;ndA. brimu AeI•iu. s MepoweryipcantertaThe.:Man Kfine, etal sµY of LMi , n ., lit d it, AleIt. dry ntl alcMwatni ilia, *Labe n DdnS u+ro in lieu of Ali P:dml TdemlRrrbn Yuniv IF1tlin f. NwonrlMlnlilMiilMv'Act(AU Aj a. IxlwmaA nitckWlre nAitbeil 1. vWedfnmknbmial Lt. lointift I IF Amorlitt Leak .n.rap, By retlM.LMr.rAny ..N;;ni,Im nnJw tans Inr, CoArwiN all nhrdkauk arA+ml LL Pant salt (:doer I.urmtW e, Mho h s beend aunt W' 1M Plnmh ic"l m, a pemn m oniFian avin has Doa nbad m M. emviesd .HMVdill nor khan. drifullial ofµorca VIM..e Meal node III in ve alleanal no later ties rat of olont A,, prier an, on. bid J. 6a: saA mcutdxs shill:.. IM ryvcAor a long Addma, and, Wmaonu nLloten. Tln Mactnmma S:rvtae, (Allen 16 Ina, lent Ali Bddendnm In mnpma0 to Lot moan Imaiv .µfur In Did allonini nhmu oDanRrs, Adds M, n, cl.d1i Ao allot, pror;snnf, m rcymmmmh d flit 3olkiWlm. nc balder tl meld Filled, on aW WaIWmW m noodioneiLm vfiaMc antler an wrhol, ulhal JIV. Mai reed. is MIA WliCdellM d^arnwl IS xdtkndxiatnl. whe r nntr uppeua Iv belt wnHict bi this nMtlula, ntd a., Widened.. line W'I aildeaWunt iaund rMll pte..il. It k U Will A teysvaib5y to rnnnr MUIPL Will In wiloarArdRe RI Bilateral. and Any Beetop'inA druwnrnllYion. Fail. a wdenoNaVVe each addendun, lea, ronmt me bald front x;ne walidued mrann d lA Wnk91s W HMietMU.a AM Md&,.,' Hceµhoibidn A Al U. nsTarxMli11 Katie bMda IV become t hauµhly h. Bur aifl IM mllriteadenta tri Widl rmdiutae of Wr wt.YYliW. SdIM nlmtxm;na of tnnecol.1 let ms and noralditna will won hr nn,4od Is. toot, an nlylm•.lIle uVuirenenu ..-,he C—D) VI hilt allow in Ile low lathe 'iralo, P.. RwMaN phcupinnc mnl Ma tlae N hoid. WIN, nkiladneurn final fmlmy .clef, nadme dwld y Aenwt Mr 401mr.lial with Any nerle,re, .Bret, or an, alter re.aaliw or he C..^np elccln u verhtmtd by tM desi yund! pmememaat +WacnMihc. Tile LmIY nornewoundions Ala dull be oomitlant beenimm to this Italian.lie wn.a.dutmuno Montle. wonder Identical I.Ihe tkvPe.ditl muctevnea wertent ire And tden.L dMinnnWe At stb;nnna a aces hid nil not= an the flmi A kT:rMad. ALI by an anthWued aym, stubµ ILA Jet tali Rllrtnnl Mp!nm the uilart a llana . Do ne sotvnital Mail Guano WI inkvmdi. nr All fu ruboiuin, Ila W iplld IQ Wield mevlll ni Rid - A IY.d nay he ai4ldWrm, elation pbpsimny or ay 11dMn ^Mrf, 9 ally lie. aline to de. Ire disc dt(n, Tr edFal It to reiene Mint. mA r im n,ml he AdAmM o, old meeirld Filial, ded rdred Safte rcmela rapmaedaiuc nil., b the DM do Elie ad lion. A IId nay .Ian be nilhdlBan Anne :,rube of the n lociicd laid teecMe. Icrkdd to. a mandt by eeMndNg a INer An the designated pmetn'mMt mpauaualre. five aubtlruwl Fiber oast be w rtmannar, Mtarhaal wd vyo46Y unauiotLuYagnh uy RrbLd .. kvithic.iii AnnpReddkrofalisbie in Ufrl Anll be Meal en A ease-yv:m: Was. It b In be dyM,M Au1 An, rlentaken to bid lain aRel Mario o(btds %ill Medaplmml in loloW, All tuff In tllmmt mYy wiuB lit "CAetald ip.uncln!wBl Inecadcmx. 0. C .alai Aida ilia AaAGM n,1 Whaednn 99'am no Face ota.ieers, the oomg BeIiniond li red ttTdLIYT. ,i a doe v l er.1 LLocuti s the AII:MI rate¢ or nil' :ItlJedum aRlttL thiFinl'plVadunrosMHM: tau ekrWum 9TvL 1M obi saALut the It 6 un. spaifoillito, den ad. 1. Bat 16Wt An aal cua'im I It k ill edMW upct the •'ewdu IV 11, Atl Burk culWe,.t Te mIhr Lid a;vmeduM. 11, M, rictlT^bn TCran h it ra PrYi:y of Anatol ('.mete a a MYmnd me a µucueee e7' LoRtme.AnnAfic� naAle. trade MoYlenes to—raide,nliaeta, P [L Ounn ate Dc node M Shallot. meanie )n t Men Month, mIh m at Wi . Ali LI I'lMill dhW111Va.lantern 1 Ih:111mLt Promat ".I b lie tool, die ow, 411 and 41111m,.'Ll Fu pp;vpt Moot Am, bnrma, it ,I. don nwlU Hill l 1a ^Millard h datesniti 1..tlu bq n...1 IM1uip, Lidn.11. n. Are tado;Ieal o pnnle,mnmPl lae9nu olmx in tln Bat. plmiAM nn fluvdnamePNep fM BIDS Wi. k] VoILTM Poor, SfAIi(AF RIRl .1. y5e Poor, tiaMx h Mir mliciWLtmt tlbe t ,In ea ttls m er b M ,bid the . mutt be eanmlead and slat ce,.1,hflchba tF urp rb reset ue WR;..itm V1' md1Dal lain Weak m tba W;+ fiat 1, art bN. U. It. Mat wbu. nxn; Le lei, del wm, ni m I.P. IYMvilrc a aVIIa u iM. An. enlo My M D ba .;,qcell mn and inento, ht bl.1'ailan Iooad rvbh fiat. wt m..aa ay eWlu nu nil mlm.;kcn SECTION 3— GENERAL TERMS AND CONDITIONS C. An nu luuiml .nun d she aildeia fen meal dinp Pk hid vur soft. 'r tt Sr N '111 n. Iola "AV Rl"Od 1 171¢ gut NUN.RFYIONSRT. R. The bidder eel n cmeidemd n aaTnnricc if ads are mdMawd CO rmddicatirn. a Jere s. r(rlsf]® On the Iermzrdrundburn.MN,daenst— e. The bidder nan anneal uiw,.. I'd(,) (a It. vl wbwanun Pane daft such Wier is rdlonxbin m*, ills kmllb all emdllia.N. TIk.'rhNllak led mum inert or Rtt 1 Ilw .0 nin4nn rolpinnlcnb ma Lc anMn(Ted N a ¢NNellid va l;d^Ai'llOw Rid" F. Alum Mere Is u duron,bcy h.. tb aml Prow and and ..dW Pnoo, Uc mi'llnea nil[ lvneil. G. An, bid eccehred alter fire aupulmad bw Mm Jule and Jaa daa.nh m fad, W the Ceram. "or Ix evalidemd Ilea, and tiara l uMel' IIK Ibml anColeduld 01VOOOM110M, nnl lrc emsidond b nxn.d N hooks cabonvise specified in On, Wie btaai Meon avrMtl rhenLCr.QR lkermmon. AA COr.IASIaNi A9Nm two 12) or nine: aW:d PaMe4 on d[maY baem, =k wlaah s bid oar an m a obabbl 1. rr mball Wl esrnovnc y ba amdenamedin& ccmat, bar cmanccrim OrOne mpaN, well hills shell In bar..-sulnd in he collective NulatW plena, shell ncui biddvwpnneipR Moving'lller have a dime or ibdJbA onrrtMip bar. in enodor Mader lM R• sense v.. or m which a P(•nnl a+mymy or On, prinvipuhv Merut of woe Is", Lars a Alai On believes a ObendeP ineaw in onodar hidaer ra the varw,urbsn, UN> knew to be wlIb... AA so rciestod. hidden which lone been Inuad to base aY.Fd in eMluxian may It enngaemd mr- wspnn lldc, and Inlp In emhenWCd or 2cnxra, Ally v., m ehan ibmn mlwsbr, Medea nW be tanimnd for defuwl. 3.5 YRf1U1R171'IUNACAMYCOMINIZIslill lesi, O Ir'.. aM Yee' brae nun mrykn er In eetwnal sn} vmawY ee lerws, weer Ylm a Iwr Fes <npinfnd wradiaP, vkly fan elm . a l IY snick e. ,O un n. cameos and Mer eery an'e m; l,.. rc y,IveA en," ury pcnole, xnnpasry', mrmmipn. Lmiro. ,mr,N¢r.nal none Tides Or. O «'eaki.,ably rare fer the vd Ortp,11. gdcmlm cmlbaFxspan wRwklny Ram hex able bar nml'ee MXa eamart CONTRA A.fxl,i. wrtRfromT•rtkml.ol2n Any (lmml' annlay:a mlaRr of & a lxr ii%fah ackhln mamaeawfb the Uaxlr:onDcl internal meRnt) CmmAean,owxitYmfrul o(u Or'..'.. a mamavil!b ' Ills (barn'. Ik a idain ec—se,e daib dUd,x in cmlday«'sawywd ierba ranl,ri 11b andhnaxeln Ile iaval W hswherflarkrlpk fenny inlhe;ualPwW ewnaa and 1p M1Muq pi[IY. Mkndad Mma[I. 3.7 IN, rl'lfirt .O On nor [M i IIIC C.nnlp' a eKW nor be ., ,•[dm,inakrem•surf ior dexpam Yhnh nun lx io ra byone bgdar a pnnenllg bar salmiMng a Rid m my [eY w caper imrmaf pnorn leeC vaewtiu: ol'a punBar wJvwcw:la,i. Rl norbil v bid. Mc IaJdv aka, eases dor ale (whorl Isms n,a a:eleawiativ Ym usq xaah OF v bidder :.lue, uell In, NLNninmin• m Judicial pm'eNinns wmlllinn ilme In, awirhnwhlma'as, as l'l1WYfl fd'1'. Breen VMIT hens"I When ladle SNnP.m U dicer nda l tS quite a ea pe'rc 1. ('amnry Fen wmhe %anc evil and tl[ nbay rI=ReandeO wla urn to Ie,:r. nu !boon' wfll l.'seil uen ess L e A l'in rqur apma by Il; solar 1'ae ,eldl orrCbra l:.awln k: Collins, l oiialdly weeulied by a wxb awl axeprM icy MC Cmeb m Aaa CYmiF p.mtrae anh the COUr Ill, Raenny Pmlran wftf, ad a I.., irleO, s,AM Mc I'orinq ert banded . air flone psts'irq; price Ire In Iha'Y a.:llsharr for namnaly nwaetl to hltll cunlral ohlipninln Iwth the Comp', mris erode Oil...i.d InaenLeCmlp''I'ua lwmryions iwsmh Punhusn B,,are•Iarseb, AandtAUL nl.A1.nTURMAnUV ROhn are ands' ilable b Eat uX fnapmwim wbanlN :. µbe Of. Mtl,vill In minhk MI INMiz iuyxtim m wreVlinuse ei* 17 I'1'li Nulnhor 17-0606 bidder 1 W of MC Flndda , ., (R "Pablix Rcc Ir he In The bidder alrmle rot .L �ld hb remion nlhesl nn Mehl rnmldaes por he co YI in tddmhd. 'ilk nlysoinhm of lsy or dOorini b Ilrc CovN} n n . seri n r 4 mY lNiance. SLl Lc ., 1( wrsahlane m he s ,a yr M' any UnlCuim Jr.is avenrl of the a.Ranil un MmmaXmt Room left IM Imrum is umnyl bar enalWrlul under tll; PUM1Fc %esvdv r4[. JIM Th. r e9eIF.11.aTI a n& 1. nar:I in wh f The ('mlxy man'a the nna to eaad. iu MIYh a fa pen, any r1ib4AW RH xlmni>rp or bar inkft>i 0f rntf nEr. A. AWARD A. Udeu 1Oh, Use 1.0.1l ri alanvc bar nl v and anertl ardl b: npl.le IY Jm In, .r Ivacai r(m'lat.,; and aoepandbk i eOn nu fen rex Ifirtaxrfnhtnn 1asty:m."d infmboloam,.11 es ar,'ainor arlaleia11 "f - t[y ill im %w ull e u )' pall Yf r, i> ll In th r rl d;crmd for in Yuu merevl. fire l;ala.v Nall In the epos juneUda La unucn % Coup lhor av, Ianlbyh line IIMs Inn inYdbhnn. Xx Wa rc a da ei$I In mm"t n at 00, tad oafs 4asN, enysmnlRirodnle of nano no lu Or rvadesa m'e soft lkkmal in Mc ban insau Mdu f Ormset 1d se I.iuull in cbei NglalaMm mY mnlaM ismwl, mi[eie scot 01 , H. non inn,rnrn s la .. is olaxb IIiiCaswl s Mmtta lox heft i In nj nfdx and dme C. Illsn,iand lest a ne riY tonjcd aq>nau%pdy 1. is O r'Oba ad dIM plisse an lYaAa9 m dthll L, 1IJ n IM maaalem. e n is aham'ac @x'IxemM lY Is in din rhemtfaIs-,[Hewero d( U. bOdL,Midsenq the riUJdb r.m,i„ Piromlh. ice bNdrC p,M nl IXmaahkn One, Red Ribr all p. :bwnd oi% nob In nWc n Rme dice eN.gY all IaM rmvi rant m an mason wirh en C lb,b. 'ier, Cnvnn' nullart. aaban-uwuNlealiunm WI 14.1 xne bar rnoserm a it, arbN 4Yn, if fwr, ck JIIr1. N ene, kr ft rd m� as brbpanJ papamyerthe INMtm'M foul 1. Axzd loin be paJiukrl ws c.nlltlienre wort antl eoasiml of all r(yeil it Juran'dMb[tare,as Inthe orkYeUon 1br Wdda ; t, covevx oe Iutmr a xYnr, armYa on Poa'ka lhuxy ewalela elra he Mken ed -(awl in e All (1, N the nelene.1bl mamany baler. s, ban he hian lurr be eanhad in Cmanawde viM :u.nnl wv.A mbfinrlcn dinaaN. It. A vadm wigtinnob mint us povfd l he in me, bap Rma Ma sntiehftwe ,lull do ea, lvbri[bl rn' In Ilx (iNny'e PARNERA l'ssell COMEMalrinl. d.lII:RN%R.Q C'UYOGCln and na lbe v'mnllG able MRimliy,npnnsea shrvasom anaWbaufirof ewe ailbs Vsrties raJ d Rn negeann oeee„nm and pamad I —in Ile clad bey on b:11 . area. dm'6xpN, ,WWJ w abMmed, raps by , balm :awm.md JdV dveexkd bay sun N race. Imnia Ia flo The dunrt t OM, oc prel bzm are sineea,flare m)' a Ihnntol tams Id Mr eel lab will In no awe e, never w G' wnalrs f. lu I. whher of lab n hips or f. ban' never l horren lace(. ale' , any Ana read Xe validn' bat: n tieaL nlA , wisp eel' to isa der it and Cmy Ixnai,bn W l v onse .4_ nu} aisene male, derma Xx cravat on bah., Faaf none[ ILd t M run. medti;d Rs' coordination wfib.dl dk wafer nid Nx Cann' vrr .jOli.ws wvJl be. Idea) I1IMA V.. %ealaa nXke krmwnliwe. WinOIIIRR Af.FC ates,R won roc imam of Arc nakr. arbor ag;nrna pal mtlµ' ,eveeba Is IJ, dm,a to,a d balm. , . Pwcd, hone Wl he nslvcmN b} Ile a la d.x and enathinns a, mbi hewn wiXe it. cs>VOOIRACT ladle lnanm%vulne. J.N llar Im.ACYRXTrWON al'e Tile Cnpnn bar Ilae uda lb,l, al fl w ctlmd> canlnn Well n m' IGI) fee Lour y Will bqud Ile omen 1 i nroerr pane In auM1 evens tlC Carney wJl any be seftaln) l n NndlIl Kvmh cxknrl(XJ Tic: CO(nnd m,p Le taailnd hgnna the emus nin:a' rUUi tle} alllblYn IljNle Nllnunl anlSlexYd hrMCaT We SECTION 3 — GENERAL TERMS AND CONDITIONS ITB Nuil 17-0606 Con ry and Are ,elMorlsl. Her ,, elCr alnw nPll u yayulms f1ePrNraNnowl a ALI PwN.'AAEo.e''ieev M14o iye 3.13 WARRANTY Ad wandwa UPM55 rind unygrd, alit be reds Ps:JbbW In, As, Cady for pals and ssolwv iowsad by bin,.0 I.uoy, All III fvirAdied dull be :illy eannwd N, the rinds rFaasl Fenno, dnfeas and woo.monslvP. At on 1wrenr o rha Cloy de, wobvl ahit EPrlm(nlysad All nppleeln awl%loll dafoENdNr Isar net. o In tln mawfeenlrerx mvd.W aysaW Penns Ilia "NA.I cmtlidmrs of she ml<llMM Auy norainon, IN. suoukcturor', xundoof NoTmry. 3d6 &SUNIATRng11ANFIIIRS 1, ..... calls ur JPllurs um fa peals: P,.Jum'c uNy. No yow. is nayreuN ur mn bud m W "marliA. Pr dall:n'doc thol wig be cud do,nd IN wMWQ sobs Tan Cooly �j .m ublylrJ I. vha- Is, won in a'irvm :mewl'Weva'aml m llm arvrld M 'An solki1Rlbq Th. fnar, one, sainWad 1.cot,MIts orsda ALLNEAmmnx.}xpmaMaDstatnd,y he rmns t ID to krach'Lui 'Ass rE,Aidmul yusnn¢as Ihuy may Ix uNum br stow, araues IMl IRy udliae glia 1L —ell In he mail drag be Cady be Liable Gu p1INTA0 in eaocs of Ih: ;liner!Alx[m Lr iMIJEgmNs el NnicyY BfNInGt adirill. Ais aI nkof orIAp.nUnN n !n IIm iarm or nm fTrlely rn crab ilvn nos nflmuA aver Min Conor, im lv al h tla.:nik:tl nsibly , r a. tense issirar. nm or toy name orrk Jyl, to Pion, he, or <mrc sn he A. sic In An old e T me ysylt W sevMn banse d n cue fn the mmarcr diala- boll m rayamle in 4n of the. In m cue will or Cns,ry ac Ii lly ew hiGJLe in cxacoM nil cuvntiry n!'ymds or mrvicu 3.19 pnw'MWraakrth this AIR IIfMthall, 111N (IFWr la1 Am' lwortarl,l tlsl Emvo:l s pour Iq PA sill Dixi a blood I! symear al bale of Re o Ian ralllxr YS A s C 1, , Nod IemunukJ by rmwal wnllw gnmreel lids, I AAN 1. he and the wrxln. .11(o. va it compklion ,NLnn ehnlpF to Ill rlru <n„uR brim, mmx aM anMirM T. y.YW'see crw ,MBIIDITIONS ANn IICSWU:R Thc ill., ArrA canPl3:Easy w .oathe ineyiM lutl luwf' red .ilspmffi i uhP voluc In n. Uor . of is osin 4 rail's m'ma 'wiftAy .eel 11,inn. iiWRIM kmof she or be listA radarns a.Pl zlisrowi-nod rce wilblAID Yu or IJxxl t1'il a, FIN AN,:n au. to i aA Ida lrlwkh Iod, sigma nr; of 1492, l FINAL Ill vndu Joel Imo .n Iba phy LE, of lain, odor, mdiPlal ailj[fl ntyliL , ions J oinarI a roMila' anus tkiaimFAjA, evYfnmous,The vAdorf tMaroundcaplea u hers mod Ni myaslarni roc ♦d, wi mdmaent tom urr MInMI Ie MIdaIMM YPlnrllr V[redrY n(11n1[ aSarnT(. I.1n SI!IIf.ONTR.I/TRN: I Mlas mlv.-nry aje or t Ivuun, Its t ALI ,hall nol veAunua vry Dahl. Va Ika vrk vWuu1 Jsn mWr miller own,m.y the wool! YAluminum, lunum,o flux ow.. .i gs Cady may :cull yn kamW ims{lm cJ1YIp Wrdiwuk. 331 Ak, Awl RNT oo OtiswaJWian. ullisun 3fIIllof Inlltktall'rMrnes rn.nose. IN nli er rolplen, Id:R iebfinA nnY r on ILL mtnaxat IlvnTio m IN power m rcn0. do. merlin In one nnssm_ musean" o capnrrinaswmm avculirevlxn . of Ilil:amly. Iby r Ai.e nes,balYlh i, Fuld Ply mpvvGm aLI rai Min aboy of the ssadad'..Morn ynmm ionaQdy n Mm mFmk dIY I¢nat m muKdiPn nitM memos hr 1 11A LSS YFLEFEwl L.) a( 'Anyr gollA"HIPIYFR TM.,eco)),. ofarands Tiny M, NA.K der all Collins,,n, aPabiescre , uJ we d nEbi& ww'ky a or of ill, in fb fM ewlraclm dull vnwidc metlyny, r llpow A of partnnnilso der wad ay ¢goirea. IF hsAA An u moue.: rlll ernMrmr m inure any wnp.bea it tlsMn msssearnalm All mmhrycos to tln MnINDRrmyM JUR ATIIUMtoum PPanPvsideai6cdiw .1J.Iconern sedusst,v in T. tM lad l P eCol. I A Ian. Js lmala ,kill fenluviry "ill bntr banAcwt. Camry soilib.fgcos,nn,AM3•nK.aKnr am vnruvmLllAiK Furl ;¢ry nil olI lirbniy', Imaa. or dampper. 18 Irr:um, n.'I hes:aid EVIL uTd.fows. Deal, lir Cowley m ids uVice, orryluyea_ :glow o ilW..11"naelilicx ALL. Assm, M o null of claims, denlools, soh% unnmi At solos in Dmeardings n[ Vlry IiN] W Iglvve WNini Iml nf, MIRI to of rvailing Fun ilia INnnrnxlue of We..wommon by she vunlLn in i4 ascldkymc- nE mmtA 1.1, PnndPsln.1 wbvlsocallw. 'rho I..Ill <laill Imi all dam, illy! Ilvala or amanich ffsn a lh. rma sln0 rccaipew rani dcfnd old doims'..miU or nature of wo, kPAI a' ru¢Ym in the Mille of the CauxY. MMre alpylitollk, ineNdilp epp-d:ais pra:enJWRs.:nnl abaR p„ An on"'; ladymms. oxi ulru y s !Fes witub nor W io .Ines Nmmn The renmrc enpindy LoActiond, .IIN hran thud rm Msumae maaai. raWird 4v thin AYdetnlien w nlyn¢Pye Pmidef In Iha xetl6n AIAI111 no lv fmll the tclinywhry M IIMmnork kom and sun: hmnJca and dof:ad FIVE Cosy M in ulfncs. FL Antue, altml, aril I asnrmcnxli!In as bas in Prmir44. 1.34 MfRIiFICATION OF I ON'I'RACI' An, .wunol .[,I, (.so IN, su@lppnn nny DE reediliad by mwaA aVry as of doh' stabo i.cd Pmis, in .,I fir, a„mRh do ,voome of a nurhfufm., m 0c enmva a Ara DunLuso Ertler d %"b alviar Thilii�Dcros sreuntlbeapym lw•Ifrx mamslisae lai Ill aPRN".kTTOV DnR r.M A- T1te,ILLts10YFe1RClIPYFPl6\C[ A- CMuy. u m' ,de (A) ELrryl rnnrn<e IN, si 411 In lam in of this mauls than Ilnrly Pill don al 111011 Lidy njili, loam Final In er tab orlkcP theousair . CED,lb, Fr 11 irnM Wryly Am oal inn, winter `im roll: , llu Cw:nlr shall be Ihlbbsor Mh for se Tir Ncsver Nimmons 6v At- 'vet in iiao.N mllusiM. The Coualy .bull MthexdLNA111d`mnwn T <aila" 3.1p IIRUIILMIIOS n11F TO [Ma\(AR.nNIJ'll OF l:ll.`n 1 NRO roe , NO :Wen fu,kls as nm alr AorAAw or nI. A I 1 o nmkLe m umsel yens, eanmuaMs ot LI ne ex mnl a .ultsnpMnt Kral oned fa onmpa nMll M ama L' wJ ilic ...co oul el'nll Yr toimbnd farAsia An ttxwran wile ofo V tux yinA nnxn lemma dmacJ o ku pike of Js ngpFK m vsiees:rule ddrvcrcdontur it. KM%k lON #. 3.17 'IL+RRWyA'iION FORIIFSAID.T AnLlooh'. n#r\Y1 mi,mmYuri M1C Cal, thin don in aulN In nlyy Li n' cf.d main PypmPaak en 'Nit in na IN Ill. ,tlMn' si Link of anw. a �orJaaa anh Ilm Man aml nnbrand smrN bcnln ffie it a wdryod. l wilih ors, Coo lifiblIn minutes or ❑adu nE x'mJor v nubmlw w4h The f ernty radimsas. rrlalFm, dYor adni:luh'alire wdnY TM verbs nfl%n reas4kyun 1. IMNIL III'a lNwA M:miners. IeW .axnt d Ion W! Ira ,krsl Ile ..I Ivy' sera. W' rtWrJ emink uWau . ne Fan a and ... aay :blind JeemM N !n bs,; iM:mn. All roaammm wl shall be kolvM Ils,yrMr. y.3A a'R:ALIn.AVIt MIAM.FRFiF.SI'ATIf1N Mil iadicidrwt, m Latal L unhn enMy IIIaI ti rvll M i Ys h Mnneoldl VargpPrM, Ikolylr FmL mm-Alto in) m InaaWl mixslael¢cai, vp is d n 'nsd fn rrP M Tne (3) less. con Qxlnly m' such in uwuvn near rintainnvfc Ir ieft, nob P.a cont., s hold o such individual, axynm Mn m e Very orb xaF rradw idu icto 01 i WL For all ally n: iAhca cons awuisul slid: %Jul to Oaeellrinn.ivludivp armyry's lies. 3.1Y Jul ALIRT ':I. Cibly, saws, l!dblt MroQuk2 nle.'nda OaahnlAWNI :mdis ITS any novel of the Cowey's cbnwin,c An CumgeMr dulll pmcia, acne rn all at As :nerds, raids mks buKy!, o, lA"mf1V Inhem Ayreanwa nt "aid., Ef bvslnptnduanp r:Rvin- lesintns Mars. fM'sAar Jag MmiP nos "Me pinning to thin Au. mail nPm won't male Ihnm soluble to dr faun)I"- otio.o. Kara 13),aan,mn rarydad by Fluila Wn, whirhme' is Inner t 1las n2.*all. of Ra iyvamcnl Finland., movies; M nunid. ue, mA,,.,, all, W ranee:)• to ndemr Ja morn' or:Ialu pr ON Cold, Is c mr, m,rylkad' aRh aPPlhnNc rcEtsmliµ aN fauminl varmlicyl, .Mtipneaft, n WIRNC-IUR n.ae: W inOW. no renl.temm, ae die pm.•isiw in NI ::mllyJn Will NMrress:lum ;ad minim SECTION 3— GENERA L TERMS AND CONUIHONS 11'14 DNmA.c 17-MOG >upylius in c lnhoawn Rio Ilan wmh ail[➢ tied Ill endn, if un Olahl ara9d.I1Oil Of b0114mI IIM pinumv In Ih4 q%lin, dlplORea ewe, imn, ill nypelocui of nab Ran,n It, tlr M1MtArMR In,he MINTY at cocas afore Pvi<nt (I?2ladlin.1 enntrmt Mllitine in addiNnn on mnkilp, ad fore crdr fermc.—Infrdea. be rtOsmnble Round Idm r.Ill. CI II IF I Yl Ruin Reel; be mimb rood t0 the C(AMrY by the lUK'l HM-I M. An, Weuaitenta edam Pamamm wb,ch met M malc us a wort of Rey adb maul m inspm,vn of ON COA IHACIUR'a ANUMal' Imdbo,aw,dt nha0 b. naJf -wool i (.minable a..,wnt fir lima, but b n l flew slull he hale e..lad aivaly (on) dR,f. Dorn Dofsoobion of I%, Ml NTY'< sodb find it qIn fic MWR al 3.30 MIRTIC RRC0111Kf CUDNklHil R Almvnt In Section 119.0701, Flnndet staenya. 0: oaara<e LMtMWT.lull meetly whil the Florida I'ahlie Re9nals lam. and that l: I. K., fan onablud. µ,Me ecends retained aJ the Combat w DTRim Ile —a.' LCmRed M. 1. Lion, 1, MHOL f the Wud,'a oneoi if DxId., ,u,&, pmidc da. Ontny nigh I: lm,e d the ra,.d aau,d an 01" the,aoode In be intil of 9",at[ »itidn d infallible line nl b cnat IMl Ibna ma nauinl Ile mar pnvitlN R,I by law J. Flm'e ,lust pNTc mrmd done u0 aanDt or ennnh+etal and afewid fain DVMie rmnda diaelmurc re....no no. we nn doo hated caiof autllmi ba bet, I., Ibe dxmhm Of that imd<l item and Nika,inl; rnedil of be adbmt if OR munba'In than ,Munrnafee OIa nmonb to file Nick ,,,a,i. raw NM1yi"Me of Ile cdn(n, 1, total M nn'WI. In tic (loll all Public ..ad, in rn of dc ,unthim w or asp and IIWIMd Mdtln M ,eens nyumL Ip IN Cant. M paRannlM mode.. Irlicecurne.mmand all nuldic rowtls m Jim Corry unm onath ten or IN cnnvaa IN <... ntd shag Macy art, dµdruc Dithe annnda No are allnn1 ,x cmtlbman d b cacalft firm, Mb1c raard, Jadvmaf rrylmntmla. IfIM unh why IRL, a notation., hRJJ ohent all nett➢ fma requirements 01 IM1e r onion 1. Ion cmwacmr a A u,e< an tooredeN: m91immlxL ti,r mldnin0 ubbc recdds.:111 m anart on Coati is nut•. bus prvnJeb to Iba l:uat, ape, requea IJnD Ile Cutwit he TONI:n of 01L Ja kwht h, i Inns oar is Canada- F win ,M iMl, with l 11 aI tle >11 Nd of the lbawk. i^nJum w JROI with oil >R+ilm kMll M nanmd n Mr'i d Ihe cdlmel von enfmreRlHr m m, mrtla in Swim Any nitn,ht 31mule. any cnpmiRa deriacd hen tbia ARmamlx Neil hdemR to it: to the Ile)llue IN R artl nc Ca, loyalTANf .toll expnnll y Rod a the (S111i:1Y amded tov one m)NN Rec N I in no naa ow rye RIlndu,m'. fta ;doe be Ile RIVII Late hoop dali•vmlda Iud'ur mpun rw NF CUU Illuminable R* whirl, n l 11 dlin dly p,blidtily in CUlaN 1,' n tinIIbIYk :xld . Incl, ant na ten Cr1ARRY dope ,In M in [ltt (x A: urr• he e " of eIF , ngdtbl. i o w in Pay dnneeMoldr Hn ea far rimrc, di tln C(AMTY ro nti nn iK women nett dtb, CON .u11 be nnnhlded definite and mot ameimltl0 and tM C'(1NSSILIAN'I' w31 GCPtll IY9ranyfmaPeanuaa Sll CII\'ERFMI:aAW3 'rMn ibyrzisiuM1 efea, mJ a"naiy of Rny ... at usdof, emn w> adisil[ lit da, a d IRIo Cep IF nN lowland ftVci loaf as of tone n i— Of [let 1, in and labs r'Olpyy. Dirba .mina d m1 waol Minn;toll lab in nNnemenry ., Rath m it. m:,d mat o was Mdoplu(n'ronfawn, ttm nlmR I<mr iandr nu0 brc re into na.nR Ibra< Raba, the thin yjor, anh god bar wfnsiun rigMa to tow mob Maim End W lap tale and MnbY 3.32 Mrnd,encofT.WRA Mal tarIbe111WIL R11 nl'niN xeil. A., Rfonnion he,., . bin Iin onNRheleMS AnJ 9dWmiMn d or U alp R Imo v re'a nv9' to ath rl'U Flood. d. miner I:cr 0 ho mloam TPrtd ourmFalnlmnnine lM flhJn Uvminame W' Sbm no fifty of I ore fia pwiaMm or Clxi9sl W2 FknN Station, ,, A copy of Ih: ntld.n.1, 'ry{4caliu0 racy a ltdoguaaami poor a Footnote, t of' . m atio n w compiled w'{l ft lipMIC a haJ o n foon,po 10 ob IAn titan omia mmpli<tl nigh da Rpn3wbk n,ivuia n of . iftil ns, FMI id .. . Cur Rdlliliamr InhwiW ado an a', en. Dcnn, FI.1 (Anon Ile FMri00 SttmxuT of Smm'a 0fliee. 3Tuvinn if C'dpmutiuOR 19 Joe ;.is 1111(hall% mnn'.dOayft, EMIL 313 MINEMVTRACf11R ,ad ttndmfid5 oeVn4dl>fYdl: toi5Un DI ronaloono and cent RL I nil ndle ahad Jb fm a,aieobl tflat walf Pm<nf ree cicada. Lin to rho xhnll ba ,lima m rth mIc nvm l ,vaxa L rcah laLwJ l0 n,Rlh{k witiond,, nowic a bye eawmnno All anbcde t you ,ill bh Inal f In nau.noe oona.11e, 11 cowq m IN em m l an elf my nnl edunq' lar, crdl ARrr nc mall l:C IN mown m tlnl:yc In IMrmYlwNm It t 60 nwJ9 wilhavatlIa Drc rem nl'din ('wry'. "Ilro od Tot malt . Ninny Rod at foelllnnfe laim, L rx off, and mimed mom [ar hnY ado Fee aWr t, der, . tiv:x if n< ant to lab It Nl nt was, oM t'ninry nab rrVwm the coanc,u, to p:avi,ln mr insymlam 3,34 wACESW q Ulc rcuh l0 L: wf unto. IN k\1HCE f1AJEUHi 1M Dunirr ell ur+dx <ma rc an illon, be H b Inca Ilvr mVlerlin ahlµalIons harxlMr,., xbwl on, be lac Ind dins radlhhel fen 1. n nmjmm a iWc c a bc>'mJ oR, rp9(tnnl,k .how". wN, ;rill a.kno, but nrn M1nan. ill.4 —1.... xi. mam(Ne ai rIon'm ltdmnm,ailalmlun,Rnsa loolawleM otab IM<r ndlon. tidy, sn e.,'. national ,Ill. wall aloa. mmpualmw ..I of do Inn uhtr nnllu aMnn .., Wmono Ile ncw,t wmrvliofs µal Ic+ AnYanonmein.Ivry 1.3., Vriesppm FORTIaminnn(tlm Pc,rhnunm DsW. Noc SOCLonRTTOR n.ritAGP.S Non s in (be donatrouge Or or wry' dnint en I lbin (n nn Nnrzf S or lime shun be omJu Or na"Rend rcent,l lire (bMdv hafaatt n1 fry dfbgi WIfeD:mnp4lq intaluvod,innf woody,l&al,ninne e IN min the Nta., 1., ra.. d ..vy,,a of.ia Ylnf wail nuns o. node dddy m Pd rule• nt Rim aia< it. T Im v m or N Half or nd Aid]] lampulabbn rent fa: Camp. The vendor been. mad.., d, le,M ., NI Raft ha an uswuainn,i rt 9n',Iraa fvnc lb,rJ.eada Ihbpindraabatoll nerd µwon recmnYead bad dal by .' m6' I' I Linos. an nr dints . inlay H, 1'wW. b J [ailla nctire into farnce On IFaurt Mtltt Clmop'. 3.16 'ffiOl31IV VR0rl'ITATb1Vf£.RTIAW'AlE dMfR (5195,0150 5195man nmttda One H,nmeJ NmllY P onoul a0:l tllJlna (fI05,d%Li%1), nn� ollpna0iw unuNN a Ym,md nxar m e OW-b-t�L Rta Ran onf of PIIi9pehd IM feente em<a Oil than lbcwnl tin Ate, tad tara'xle.Odapble.0olideem, eI Illbtan Mcmlaa9im. Any Imclnla,alui,ilRleff price au that amw�, a 1.1 N a that 11on Oralude enitlnd Pdm and uby ,,Winne 11nA Lr dlyeedl In e... 9na a wan cnln was by ,ahich Ill. Ca.m. ,lremthtea altt entona laiee wan bet fall n. In Inal Mtt<, immnnle to l vmtimn'N ,wF rob ;line rand' burl xai, min A% auM, 9attah fthe COnas s'm,% ba nw,t.: ,riche, me (l )true minml,e Iheew of the rulxmd n) CIRILAni an rx , of di . ,ha arm nab pan of drc rmn,, is to be luNand m fed ,., w idle' local apoca minim, IN wmdor horvbY I}mm' to comply of I?II ordni. Wal of RemNi af,dle.,I. ant' ce'ubk m man aof Ileford..a rriinclWeAr911unalkvimon,cµa.Intel, Rod Idler wr uc vr. haver' lima, ct, are . haai 1 poleaix<'a, Rod Iaxx suvdn ' s ant. \'9dlud in mlrlaal All pxJmma neon tM .manor wsa M lnuRolll Iadali(y, nabpl.eda the t9emmaw d:dl rz the 'Rot [wax nnl Jomonw ,epdr.M nNM "If lusnwb,ha%mMrmxYup, nyodrconcmc J R, Im r.k—W J'UOPOf.TS Un w1:1t an 1.1 a enel hnnran c shad am, npuwn Ic,ulnrvr0 Pali ladaavAIimen,,I ruble.mvl eNolloJni hado,, lain, atood William, sannt<n,Ilanttnam isn onadelOn oily UwMI weed Nlibn[ dN Pn,n-'ay'. 1'nMw ]scout! i,a{u,le Nan, 5nxkln),iM xn,Mcl:n4fxca. SEC 140N 1- ITHI'IT E: FIRE EQUIPMENT - PARTS - SUPPLIES -SERVICE NOTES: I rn Number. it-0606 • When purchasing on a direct basis, I ake Cotmty is esempl frn„ all mn> (Fccie el, State, Loch]). A 'raK lixempiieu Ccnificetc will be Illmishcd upon request for such purchases. However, the vendor will be responnbk for payment of bates on all materials purchased by the vendur for Incorporation into the project (see provision 3.8 for further deta➢} • The vrador stall not aher or amend any of the information (including;, but n.A limiu:d le sa(ud units ormcasurc, itan dmcripdon, ur quantity) stated in the pricing Section. If my quantities are slated in the pricing section or being "estimated" quantities, vendory are advisml k hview the 'Estimated Quanlitics" cisuso contained in Section 3 ofthis solicitation. • Any bid containing a malifying or "escalolur" cluwc not spud0welly allowed for ender the solicitation will not be considered. • Unit priors shal I govern Car ail services priced on tint htsis as requested under this solicitation. • All pricing shall be FOR Destination unless otherwise stecifud in this volicilWi. domurnont. • All pricing submitted shall remain volid fena 90 day period. By signing aid submitting a response to this ectisitation. the vendor has spoci f,cally agreed or this condition. • Vendors are advised to wish our- weluke at Isftn-/WnwJukeosnmtvtl.mow and register as a polemist vendor. Vendnre that have registered on-line melee as o-mail notice when the County issues a solicitation matching the commodity codes selecled by a vendor during file registration process. • If the contractor has questions regarding the applicability of Chapter 119, Florida Statutes, to the contractor's duty to provide public records relating to this contract, contact We custodial of public records via the individual designated in provision 1.2 of this solicitation. ACKNC)WLE11(:F.MRNTOF ADDUNDA INSIVILICUONS: Couplets pan I or Part 11, whichever applies The bidder must list below the dates of issue for each adderdun, received in connection with this ITR: Addendum h'i, Doted: Novetabor22,2016 _ Addcmlum N2, Uaied: November 30, 2016 Addendum $3, Dated: Addendum e4, Dated: ...... ❑ No Addendum was received in connecdon with this I 1 3, 20 SECTION 4 — 2. 9, ITR Naa ibm 17.0606 1'RICING SEC'170N—GENERAL LNFORMATION (Submit discounts and hourly ser59ce ntes in Atndmtml 2 "hieing Form") Warehouse loemiaa: Add.,. 37i19 62 Ave Cilvrmulc,Zip:Pdmllm Park F133781 'I'ekyhaie.4'ix:, _,-...._727-521-1135 I�m iR81-7tY-5871 %hap hamhma: Adclass: 3789 fit A.N Cltymmi4p: Pliwllac Pork f133781 1'elephrare:1�sx: 721-5214133 fox A0f1-719-W71 ,,,, Websk addmas iiu price Iiatvcmalnfm: www.nw.lkcmcom,_„ Slualm'd Wramuaky: M1C wWAW ,=mO ...__ Minimum order (ifaw): _N.?A _-... Hurdling f. ifl. tlmn mhdmm(ifiNlicable); WA ...... Danes your Firm olrer akkup wxl delir bu of vehicles and equipment needing ru3mir? Yes_X_No flhargelbrdelivoylpicWp: Nun-_,.. Ikrs your firm hmm towing nrpnhiligcv:' Ycs Nu _X--.... . Towingchutgcs: 1a. Will your flmr acceptVwa Pumhraing Cmdsor&Puyablc funs ufpaymem?Ya(,—%_No l I. Vwdur anlum for tam+Wmy md!ur diwAcv suvitx 24 houmn days Ixr tseak: Nava:: Amiv Rebiraioo 'felepheam 727-521-2135.._— CxR: 727-686-p030,,, 12. lixceptiamtoapecificau m: Ycr' No None + if rm insorl a wMdle dwI knawlbleh, bAmiaa Mir va8e detaillaa exec a lions. 21 SECTION 4 - PRICING/ CERTIFICATIONS/ SIGNATURES ITB Number: 17-0606 By Signing this Bid the Bidder Atimis and Certifies that: • It satisfies all legal requirements (as an entity) to do business with the County. • The undersigned vendor acknowledges that award of a contract may be contingent upon a determination by the County that the vendor has the capacity and capability to successfully perform the mam cl. • The bidder hereby certifies that it understands all requirements of this solicitation, and that the undersigned Individual is duly authorized to execute this bid document and any cuniract(s) and/or other transactions required by award ofthis solicitation. Purchasing Agnements with Other Government Agencies This section is optional and will not affect commas award. If Lake County awarded you the proposed contract, would you sell under the same terms and conditions, for the same price, to other governments] agencies in the State of Florida? Each governmental agency desiring to accept to utilize this contract shall be responsible for its own purchases and shall be liable only for materials or services ordered and received by it 67. YOD No (Cbeck one) Certification Regarding Felony Conviction Has any officer, director, or an executive performing equivalent duties, of the bidding entity bcen convicted of a felony during the past ten (10) years? D Yee WNo (Check one) Certification Regarding Acceptance of County VISA -bored Payment System Vendor will accept payment through the County VISA. based payment system: ® Yes[] No Recipmeal Vendor Preference: Vendors are advised the County has established, under Lake County Code, Chapter 2, Article VII, Sections 2-221 and 2-222; a process under which a local vendor preference program applied by another county may be applied in a reciprocal manner within Lake County. The following information is needed to support application ofthe Code: 1. Primary business location of the responding vendor (city/state): _Pinellas Park Florida 2. Does the responding vendor maintain a significant physical location in Lake County m which employees are located and business is regularly humamed: C1 Yes 11X No If "yes' is chocked, provide supporting detail: Conflict of Interest Disclosure Certincotion Except as listed below, no employee, officer, or agent of the firm has any eon0icm of interest, teal or apparent, due to ownership, other clients, contracts, or interests aseoeimed with this project; and, this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a proposal for the same services, and is in al I respects fair and without collusion or fraud. Firm Name: Municipal Emergency Services (MPS) Strut Address: 3789 62 Ave North Pinellas Part F133781 Mailing Address (if different): Telephone No.: 727-MI-2135 Fax No.: 800-7193871 E-mail: JmbbuonammEm. FEIN No. 65 1J74 Prompt Payment Terms: Net % 30 days, net Signature: /r Date: 7 p Print Name: 3arp a Robinson Title: Re WaI ire PreMdent By signature below, the County confirms award to the above -identified vendor under the above identified solicitation. A separate purchase order will be ge ted by the Cozen to support the contract. Signature ofauthorized County official: Date: Printedrome: Nam jtt rPK Title: StMo2 0,N76Pri,NCn n;: eCm 9EMON 5—Al"FACHMENTS I'n1 Number. 17416x TTiF. FOLLOWINGDOCUNIENTS ARE ATTACHED: Attachment l: Rere ee Form AHmchment 2: Prk ng Form 23 SECTION 5—ATTAMIMENTS 1'1I1 N➢rRble 19-llf^ ATTACUMENT 1-REFERENCES AM, StP Flhlk.y A(1R 400 Na LW I aBl1 ((IT.1'bISLR' St Pt Flni& HUI fnnttlM.On (NerUob U:n.n lt➢plum n]-Am-] ]notcn�r Ap�4x 1}geW Smix ±TO RMR I:nnneN.' AAuitk' IIil nuu,-j. Cuvp I Rear AdtlaA. -] F. Hmu A. f.IN.%W.zw '1'p 113Alu (Law1Ym➢o CHt/Jem Dmprn} 'fo,y . Rivzn o* Tkws. of Rpdro DRa Forvior Firs Rta.mod £MS Cunneely. AM, A M ('uuny IHn Nraw AGSrr• 95[SP.RWAr Ci1,,SW zw S l ki mm Ibeun Ppnm CM1i.M'Wlliom RMnMI 7'ekFR�m ]R-]:1-]Jf0 a➢(AI M Smax 1yP. nr GIXMR r:tcaR C'mnAl[ 24 tgca Policy/Proeaddre MESADM-35 Dn,WAkQ1WW ore Wwkpb- Pniky �y;.... Albpravedby: %- - Dsre ksfred•Mrgusr 102001 Municipal Emergency Services, Inc, supersades issue of: i. INTENT Tyco International Ltd. and its subsidiaries, affiliates and units (collectively, `Tyco" or the `Company's strive to maintain a safe, healthy, end productive work environment. To that end, Tyco prohibits the use, consumption, sale, distribution and possession of alcohol and non-prescription drugs in the workplace. 2. RESPONSIBILITY FOR IMPLEMENTATION Management at each Tyco unk and division is responsible for the implementation of and compliance with this Policy and all applicable laws and regulations. Management shall provide leadership regarding this Policy and shall make employees sware of the Policy and the Company's commitment to a drug -tree and alcohnFtree work eni fro rnent. Tyco's Corporate Hunan Resources Department will provide guidance and assistance to Tyco's units in full the intent of this Policy. 8. SCOPE This policy applies to all Tyco imas and divisions worldwide, except whore rAwnplianoe with this Policy would cause a unit or division to violate any law in any jurisdiction whore it is located. This Poky apples to all employees of the Company as well as the Company's agents, consuhams, guests, custom s, vendors, and other nonremployoos including job applloants. 4. APPLICATION 1. Tyco prohibas the use, consumption, sale, distribution, and possession of Illegal narcotics, drugs, and otho controlled substances (collectively, "illegal drugs") on Company property and work sites and in Companysuppliod vehicles (collectively 'Company Premises"), whetter during working or non -working hours. This prohfbtuon does not apply to the lawful possession of prescription madkaition for medical treatment 2, Tyco prohibits the use, consumption, sale, distribution and possession of alcohol on Company Premises, whether during working or non -working hours, except as specifically authorized by senior Tyco management for Comparry-related functions or social events. 3. Tyco does not permit any activity, including alydxt consumption or abuse of prescription drugs, that may impair an employee'a ability to function or jeopardize the employee's performance, workplace safely, or product or service quality. 4. Off -the -job illegal drug use or alcohol use that could adversely affect an employee's Job performance N jeopardize the safety of the employee, other employees, the Page I of 3 public, or the Company property Is cause for disciplinary action up to end Including discharga. 5. In implementation and enforcing the Policy, the Company may take one or more of the following actions, subject to local law. • Conduct alcohol and other drug screening tests both prior to and during employment; • Inspect the person and property of employees and non -employees doing business with the Company; • Require an employee who receives a drug4elated criminal conviction to report the conviction to the Company wflhln 5 days after such conviction; • Take appropriate disciplinary actions, up to and Including discharge, against employees convicted of a drug -related offense; • Cooperate wgh outside law ottfomement agencies; and • Take other actions deemed newssary and appropriate by the Company In furtherance of this Policy. 6Any non•employeo who, in the sole opinion of the Company, violates this Policy may be barred from Company Premises. 7. The Company considers drug addiction and alcoholism to be treatable diseases. Accordingly, individuals with substance abuse problems are urged to seek assistance and the Company Is committed to providing assistance to the extend possible. This Policy, however, in no way compromises the Company's right to discipline and/or terminate an employee who tests positive for drugs or alcohol. if you have questions about substance abuse assistance, please contact your local human resources representative. S. Violations of this Policy will be considered to be gross acid wilful misconduct and will recut in disciplinary action, up to and hlduding discharge. 5. POSTING REQUIREMENT"S This Polley must be posted In a conspicuous place where notices to employees and applicants are generally pasted. page 2 of 3 Please post the preceding pages (1-2) of this Policy in a conspicuous plac* where notices to employees and applicants are generally posted. Supporting documents Exhibit A DwblAlcohol Testing Guidelines (applicable In the U.S.) (I"or management use) Exhibit H Drug and Alcohol Policy for Commercial Motor Vehicle Drivers ("Administrator's Copy" is for management use only. "Drivur's Copy" is to be distributes to oil drivers of commercial motor vehicles in the U.S.) Extdbit C Employee Consent to Drug and?or Alcohol Testing (For management use) Euddbit D State -Hy -State Drug and All Testing Guidelines (For mansgemanl use. Tyco units in the U.S. should nooSuit the applicable state guidelines for requirements under local law.) Page 3 013 Vd _ � k § § § m | § § § /�. §K ! § ! a � ■ e a 2 � § e , @ § � | § § � § k § N §§ 2 ) § &§ � ) O § t � F § \ ! K 'U Y. C v r� - (U c m _5 ti L' U 2 I ._. �0 Y C LL L Z` Q m W J I ✓i I O. U am T CO � � LLJ i F-- C ) CV C) G G - C C � m O LI � '6 C L J O 4 J � d O C � a > p y m LL __ 71 - L U U CL _ 1- :1 y _ a y. 1 0 O LU uj 0 i CL 2 L.e Z 0 V) LJJ C) D W V r N # m a 2 d2 O 22Ca my i g c am vu°a z LL. '� n c£ t�i a c v h' ° a Eo Z y t C pp 00 m 6 p ra+ m W w a�i V719 O O d �y w S C C LLf puj c n 9 a o c a .a r« o c c m a � •{yp�w a E w E. LU a �9�» L9 a `s o s N p� a' m E t 'Q >� E q�qAA� yyyLa�a o f LU n�op Co pQs. aEa ro N w U` F A 9 (9 •_ n r a U W. F,� c Z `o u c N a V ® m c 3 Q- I._. Q,g m m 9 a N O J «aO om u O w h E 3 p m " c T N Y 0 c a Z 0 c o O u N $ W N U r , a E m V G O u aci y V a y a d m m m E a W O C 'i L [� 3 E O N O F M N Y c QN W O Y O V1 > ? 0 R 7 O y g d U a O c d . +' E ma o p E O o C N o� 4 9 E p„ d F N Q O f0 G to O E r 0 'p C % N 9 N d F at ;I �k )� k! |\ !! {� � � w )u 0 /i F— !, V) ;! :D \k u f, � �~§ k ! � \�\ � {�k jj/\ d � f k ( 4 § ■ 2 Lf § } §k\ is g\k k#� 2k§ !!| k�| )7| §k� � iS # | 2|P) {\\} aE � !ƒ;f V) § & ) � k k \ \ ) � (! � w |{ � {\ � #f � $k )k � 2 �\ � ! w - Z {/ §! � -) cn d) c � � Ei$ |!f � �k( z O !{i; \& | ! k # ! \ 2\ \ ! ! §§ \ / { / �z { ! 2, t p (\ {\ k ( 7 k f ; { Z f ! ) ■ )\ - 7 !0 ! �E )k \\ §) i! {� § :k 7= § !! k [ � !