Loading...
2012-18 SUPPLIER AGREEMENT FOR BATTERIES FOR AUTOMOTIVE AND GENERAL USE THIS AGREEMENT, made and entered into this /3 day of i' 1 a (Cr) 2012, A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Florida (hereinafter referred to as "CITY "), and BATTERY USA, INC., 1840 S. Combee Road, Lakeland, FL 33801, (hereinafter referred to as "SUPPLIER "). WHEREAS, Lake County, Flonda issued ITB No.: 12 -0804 for the provision of batteries for automotive and general use; WHEREAS, based on SUPPLIER's response, Lake County entered into Contract No. 12- 0804 with SUPPLIER; WHEREAS, CITY desires to utilize the SUPPLIER's contract with Lake County in accordance with CITY's procurement policy; and WHEREAS, SUPPLIER desires to enter into a contract with CITY based on the terms and conditions of Lake County contract No.: 12 -0804. WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I - SCOPE OF WORK The SUPPLIER shall furnish batteries and related accessories as described in Lake County contract No. 12 -0804, 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 SUPPLIER. To the extent of a conflict between this Agreement and Exhibit "A ", the terms and conditions of this Agreement shall prevail and govern. ARTICLE II - THE CONTRACT SUM CITY shall pay SUPPLIER, for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit 'B', attached hereto and incorporated herein. ARTICLE III — TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties, and shall remain in effect until February 28, 2013, unless terminated as provided for herein. Provided, however, that this Agreement may be renewed at the sole option of CITY under the same terms and conditions contained herein, 1 for four (4) one (1) year renewal terms. 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to SUPPLIER, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to SUPPLIER b) SUPPLIER is adjudged to be bankrupt; c) SUPPLIER makes a general assignment for the benefit of its creditors; d) SUPPLIER fails to comply with any of the conditions of provisions of this Agreement; or e) SUPPLIER is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. ARTICLE IV - COMMENCEMENT AND COMPLETION OF WORK The SUPPLIER shall provide all items in the timeframe as set forth in the applicable purchase order. ARTICLE V - PAYMENTS In accordance with the provisions fully set forth in the General Conditions, SUPPLIER 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 SUPPLIER, within thirty (30) calendar days, on the basis of a duly certified and approved payment invoice by the CITY for items provided and accepted by the CITY. ARTICLE VI — DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and SUPPLIER 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. 2 ARTICLE VII — INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The SUPPLIER 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 SUPPLIER shall require the subSUPPLIER 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 SUPPLIER. 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 SUPPLIER shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 2. SUPPLIER'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) SUPPLIER's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each Bodily Injury & Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. SubSUPPLIER's Public Liability and Property Damage Insurance - The SUPPLIER shall require each of his subSUPPLIERs to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of his subSUPPLIERs in his policy, as specified above. 4. Indemnification Rider (a) To cover to the fullest extent permitted by law, the SUPPLIER 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 attorney's fees, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss 3 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 SUPPLIER, any subSUPPLIER, 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 SUPPLIER, any subSUPPLIER, 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 SUPPLIER or any subSUPPLIER under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. (c) The SUPPLIER 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. SUPPLIER: Battery USA, Inc. 1840 S. Combee Rd.. Lakeland, FL 33801 CITY: City of Clermont Attn: Wayne Saunders, City Manager 685 W. Montrose Street Clermont, FL 34711 4 ARTICLE IX — MISCELLANEOUS 1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any provision of this agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 2. Waiver. The waiver by city of breach of any provision of this agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this agreement. 3. Severability. If any provision of this agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the agreement valid and enforceable under applicable law, the remainder of this agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein, this agreement may not be modified or amended except by an agreement in writing signed by both parties. 5. Entire Agreement. This agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous agreements between the parties with respect to the performance of services by SUPPLIER. 6. Assignment. This agreement is personal to the parties hereto and may not be assigned by SUPPLIER, in whole or in part, without the prior written consent of city. 7. Venue. The parties agree that the sole and exclusive venue for any cause of action arising out of this agreement shall be Lake County, Florida. 8. Applicable Law. This agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Records. SUPPLIER expressly understands and acknowledges that any and all documents related to the services provided herein, may be considered records that are subject to examination and production in accordance with Florida's Public Records Law. SUPPLIER expressly agrees that it will comply with all requirements related to said law and that it will hold CITY harmless, including attorney fees and litigation costs, for any such disclosure related to Florida's Public Records Law. 5 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 3. All documents contained in Lake County ITB, 12 -0804, Suppliers response thereto and Lake County Contract No.: 12 -0804. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this / day of r r� r z 2012. City of Cl • ont a of S. Turville, Jr., Mayor Attest: 4/ ,. _,/ Tracy Ackny d City Clerk $ Battery USA, Inc. y: /i (ALL __Aid 4A1FS d 6i 'iESS v/? Printed l4ame and Title Attest: Corporate Secretary (Name Printed or Typed) 6 EXHIBIT A LAKE COUNTY hL0R.113A CONTRACT NO. 12 -0804 For BATTERIES, AUTO AND GENERAL USE 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 Battery USA, Inc. (hereinafter "Contractor ") to supply Batteries, Auto and General Use to the County pursuant to County Proposal Number 12 -0604 (hereinafter "ITB "), - closing dated December 21, 2012 and Contractor's December 20, 2012 ITB response thereto with all County ITB provisions governing, Special Clauses: Public Records All electronic files, audio andfor video recordings, and all papers pertaining to any activity performed by the CONTRACTOR for or on behalf of the COUNTY shall be the property of the COUNTY and will be turned over to the COUNTY upon request. In accordance with Chapter 119, Florida Statutes, each file and all papers pertaining to any activities performed for or on behalf of the COUNTY are public records available for inspection by any person even if the file or paper resides in the CONTRACTOR's office or facility. The CONTRACTOR shall maintain the files and papers for not less than three (3) complete calendar years after the project has been completed or terminated, or in accordance with any grant requirements, whichever is longer. Prior to the close out of the Contract, the CONTRACTOR shall appoint a records custodian to handle any records request and provide the custodian's name and telephone number(s) to the COUNTY. Prohibition against Contingent Fees The CONTRACTOR warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR to solicit or secure this Contract and that they have not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of this Contract This Contract shall be binding upon and shall inure to the benefit of each of the parties and of their respective successors and permitted assigns. This Contract may not be amended, released, discharged, rescinded or abandoned, except by a written instrument duly executed by each of the parties hereto. The failure of any party hereto at any time to enforce any of the provisions of this Contract will in no way constitute or be construed as a waiver of such provision or of any other provision hereof, nor in any way affect the validity of, or the right thereafter to enforce, each and every provision of this Contract During the term of this Contract the CONTRACTOR assures the COUNTY that it is in compliance with Title VII of the 1964 Civil Rights Act, as amended, and the Florida Civil Rights Act of 1992, in that the CONTRACTOR does not on the grounds of race, color, national origin, religion, sex, age, disability or marital status, discrimination in any form or manner against the CONTRACTOR employees or applicants for employment. The CONTRACTOR understands and agrees that this Contract Is conditioned upon the veracity of this statement of assurance A copy of the Contractor's signed Proposal is attached hereto and incorporated herein, thus making it a part of this Contract except that any items not awarded have been struck through. The attachments noted below (if any) are attached hereto and are also made a part of this Contract 2 Attachments° N/A No financial obligation shall accrue against the County until Contractorshall make delivery pursuant to order of the County Procurement Services Director. The County's Procurement Services Director shall be the sole judge as to the fact of the fulfillment of this Contract, and upon any breach thereof, shall, at his or her option, declare this contract terminated, and for any loss or damage by reason of such breach, whether this Contract is terminated or not, said Contractor and their surety for any required bond shall be liable. This Contract is effective from February 8, 2012 through February 28, 2013 except the County reserves the right to terminate this Contract immediately for cause and/or lack of funds and with thirty (30) day written notice for the convenience of the County This Contract provides for four (4) one (1) year renewals at Lake County's sole option at the terms noted in the Proposal. Any and all modifications to this Contract must be in writing signed by the County's Procurement Services Director. LAKE COUNTY, FLORIDA B Senior Contracting Qfti er Date: 4 ,f Distribution: Original -Bid File Copy- Contractor Copy -Fleet 'Earning Community Confidence through Excellence in Service" Office of Procurement Services 315 W. Main, Suite 416 P.O. Box 7800 Tavares, Florida 32778 -7800 Ph (352) 343 -9839 Fax (352) 343 -9473 LAKE COUNTY L0R1DA INVITATION TO BID (ITB) BATTERIES, ATITO AND GENERAL USE IB Number: 12-t)804 Contracting Officer: Roseann Johnson Bid Due Date: December 21. 2011 — Pre - Rid Coat. Date: Not applicable for this, l'I'13 Rid Due Time: 3:00 pm IT13 Issue Date: November 30, 2011 TABLE 'OF CONTENTS SFCTION 1 Special Terms and Conditions Pages 2 -14 SFC'I HON 2: Statement of Work Pages 15-16 SECTION 3: Cicncral 'Perms and Conditions Pages 17 -20 SECTION 4: Pricing/Certifications/Signatures Pages 21 -23 Si.C 5: Attachments Pages 24 -27 SPECIFIC SOLICITATION REQUIREMENTS AS NOTTI) BELOW: Proposal and/or PL'►I17rinance Bond: Not applicable for this ITB of Competency /Liecn' c: Not applicable for this lTl3 indemniticatioiiilnsurance See Section 1.5 _ Pre -Bid C'onterencc, Watk- 1'hrt►: Not applicable for this 1T13 At the date and time specified above, all bids that have been received in a timely manner will he opened, recorded, and accepted for consideration. The names of the bidders submitting bids will he read aloud and recorded. The bids will be available for inspection during normal business hours in the Office of Procurement Services thirty (30) calendar days after the official hid due dale. When counter- signed by an authorr?ed County representative, this document and any specifically identified attachments may fotm the contract document binding the parties to all performance specified herein. Vendors shall complete and return the entirety of this ITB Document, and attach all other information requested in this ITB document (See Provision 1.13). Failure to sign the bid response, or to submit the bid response by the specified time and date, may be cause for rejection of the bid. NO- RF.SI'ONSE REPLY If any vendor dues not want to respond to this solicitation at this time, or would like to be removed From 1,ake County's Vendor List, please mark the appropriate space, complete name below and return this page only. ❑ Not interested at this tints! keep our firm on Lake County's Vendors List for future solicitations for this product / service Please remove our lien float r.akc County's Vendor's list for this product / service. VENDOR iDF.NTIFICA'1'JON Company Name: I V M,KX/ h . ' . Phone Number: -- 64: 6 $ m d EquaI1 Address: ) /5 V{ 7 2 r' it o Person: aJ n e6 Jt std se 1 SECTION 1— SPECIAL TERMS AND CONDITIONS IT13Number: 12 -0844 Section 1.1: Purpose The purpose of this solicitation is to establish a contract for the purchase of batteries; automotive and general use in cunjuitction with the County's and P.O.O.L. participating entities needs. This is an indefinite quantity terra contract with no guarantee services will be required. Neither the County nor any P.().().L. participating entity guarantee a minimum or maximum dollar amount (if any) to be expended on any contract(s) resulting from this Invitation to Bid. (Purchasing Offices of Lake) entities that may participate in this action include the Lake County Board of County Cornntissioners, Lake County Sheriff's Office, Lake County School Board. Lake Emergency Medical Services, Lake County Water Authority, Cities of Clermont Eustis, Fruitland Park, Groveland, T.eeshurg, Mascotte, Minneol :t, Mount Dora, Tavares, IJmatilla and the Towns of Astatula, Lady ',aka and Montverdc. The Lake County Board of County Commissioners (hereafter "County ") is acting as "Solicitation Agent" for the identified entities and shall not he hold liable for any cost, damages, etc.; incurred by any entity should they enter into any resultant contracts derived from this bid request. The County has the sole authority to modify the contract. Other governmental entities, not listed above may purchase under this agreement only with the permission of the County and the contractor. All P.0.0. L. participating entities identified shall he included in the vendor's proposal. No bid shall be considered unless all P.O.O.I. participating entities are contemplated by the vendor. An award will he made by the County and each organization collectively. All sales derived from the award of this request shall be made in accordance with the prices, terms. and conditions of this bid request. Each participating entity will issue its individual order by phone, fax, entity purchasing card, purchase order or contract throughout the contract period as said needs arc determined. Each entity will schedule and expedite its own or ders and will he billed separately. Each participating entity will receive, inspect, and test bid goods on an individual basis and when non- conlbrming shipments occur, each entity will initially seek their own remedy with the contractor. The vendor will deliver products as required by this bid request. All controversies relating to specifications or other provisions of the bid request and the evaluation of bids or to subsequent contractual 'natters including failure to comply with deliveries of sped lied products is the responsibility of the County. Any other controversies with which the County has no control, should not be accountable, or have to resolve, such violation of the'contractual conditions, including late payment on the part of other participating entities, shall be resolved with that entity and the vendor. 2 SECTION 1— SPECIAL TERMS AND CONDITIONS 1 113 Number. 12.081 }4 Section 1.2: Designated Procurement Representative Questions concerning any portion of this solicitation shall be directed in writing [fax and e -mail accepted] to the below named individual who shall he the official point of contact for this solicitation, Questions should be submitted no later than live (5) working clays before the bid opening date. Roseann Johnson, CPM, CPPB, Senior Contracting Officer Lake County BCC Division of Procurement Services 315 W. Main Street, Room 441 PC) BOX 7800 Tavares, FL 32778 -7800 Phone : 352.343.9839 Fax : 352.343,9473 E -mail: r]ohnsonfculakccountyll.gov No answers given in response to questions submitted shall be binding upon this solicitation unless released in writing as an addendum to the solicitation by the bake County Division of Procurement Services. Section 1.3: Method of Award in the County's Best Interests As the best interests of the County may require, the County reserves the right to n,akc award(s) by individual itch, group of items, all or none, or a combination thereof; with one or more suppliers; to reject any and all offers or waive any minor irrcgulatity or tcchnicality in bids received. Section 1.4: Site Visits (Recommended) Bidders shall thoroughly acquaint itself with the delivery sites noted in this solicitation to fully understand the facilities, difficulties if any and any resit ictions for the execution of an awarded contract. No allowances shall be allowed l'or failure to be so informed. Site visits may be made with the contact person noted for each facility in Section 2, Specifications. Section 1.5: Term of Contract — Twelve (12) Months This contract shall commence on the lirst calendar day of the month succeeding approval of the contract by the Board of County Conunissioncrs, or designee, unless otherwise stipulated in the Notice of Award Letter distributed by the County's Division of Procurement Services; and contingent upon the completion and submittal of all required pre -award documents. The initial contact term shall remain in effect Ibr twelve (12) months, and then the contract will remain in effect until completion of the expressed andfor implied %warranty period. The contract prices resultant from this solicitation shall prevail for the full duration of the initial contract term unless otherwise indicated clsewheie in this document. 3 SECTION 1— SPECIAL TERMS AND CONDITIONS IT13 Numbei, 12 -08 Ui( Section 1.6.: Option to Renew for four (4) Additional Years (With Manufacturers Price Adjustment) Prior lo, or upon completion, of thc initial tens of the contract., the County shall have the option to renew this contract for an additional four (4) one (1)) year period(s). Prior to completion of each exercised contract terns, the County will consider adjustment to price based on an applicable Mann fitcturers Price. Increase evidenced by appropriate manufacturer documentation submitted to the County by the vendor in a timely manner. It is the vendors responsibility to request any pricing adjustment in writing under this provision. For any adjustment to commence on the first day of any exercised option period, the vendor's written request fin. adjustment shall he submitted prior to expiration of' the then current contract term. The vendor adjustment request must clearly substantiate the requested increase. If' no written adjustment request is received liom the vendor, the County will assume that the vendor has agreed that the optional terns may be exercised without pricing adjustment. Any ac[justmcnt request received after the commencement of a new option period shall not be considered. Continuation or the contract beyond the initial period, and any option subsequently exercised, is a County prerogative, and not a right of the bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the County. Section 1.7: Method of Payment - The vcnclor(s) shall submit an invoice when replenishing stock or delivering orders to each location. the invoices shall be submitted to the County user department(s) that requested the batteries. The user departments may issue a blanket purchase order or utilize the County PCard program (Visa). The invoices shall reflect batteries provided to the Co All invoices shall contain the contract and /or purchase order number, date and localism of delivery or service, and confirmation of acceptance of the goods or set vices by the appropriate County representative. Failure to submit invoices in the proscribed manner will delay payment, and the vendor may be considered in default of contract and its contract may be terminated. Payments shall be tendered in accordance with the Florida Prompt Payment Act, Part VII, Chapter 218, Florida Statutes. Section 1.8: Insurance (Purchase Under 525,000) Each vendor shall include in its solicitation response package proof of insurance capabilities, including but not limited to, the following requirements: [This does not mean that the vendor must have the coverage prior to submittal, but, that thc coverage must be in effect prior to a purchase order or contract being executed by the County. j An original certificate of insurance, indicating that the awarded vendor has coverage in accordance with the requirements of this section, shall be furnished by the vendor to the Contracting Officer within live (5) working days of such request and must be received and accepted by the County prior to contract execution and /or before any work begins. 4 SECTION 1— SPECIAL TERMS AND CONDITIONS I113 Number, 12 -O&)i The vendor shall provide and maintain at all times during the terns of any contract, without cost or expense to the County, policies of insurance, with a company or companies authorized to do business in the State of Florida, and which are acceptable to the County, insuring thc vendor against any and all claims, demands or causes of action whatsoever, for injuries received or damage to property relating to the performance of duties, services and /or obligations of thc vendor under the terns and provisions of the contract, The vendor is responsible for timely provision of cei Li l icate(s) of insurance to the (bounty at the certificate holder address evidencing conlix m ane with the contract requirements at all tunes throughout the term ol'tlie contract. Such policies of insurance, and confirming certificates of insurance, shall insure the vendor is in accordance with the following minimum limits: General Liability insurance on Ibrms no more restrictive than the latest edition of the Occurrence Form Connercial General Liability policy (CG 00 01) of the Insurance Sea vices Office or equivalent without restrictive endorsements, with the Iollowing minimum limits and coverage: Each Occurrence/General Aggregate $500,000 Products- Completed Operations $500,000 Personal & Adv. injury $500,000 Fire Damage $50,000 Medical F.xpense $5,000 Contractual Liability Included Automobile liability insurance, including owned, Icon- owned, and hired autos with the following minimum limits and coverage: Combined Single Limit $300,000 or Bodily Injury (per person) $100,000 Bodily injury (per accident) $300,000 Property Damage $ 1 00,000 Workers' compensation insurance based on proper reporting of classification codes and payroll amounts in accordance with Chapter 440, Florida Statutes, and /or any other applicable law requiring workers' compensation (Federal, maritime, etc.). If not required by law to maintain workers compensation insur the vendor must provide ai notarized statement that if he or she is injured; he or she will not hold the County responsible for any payment or compensation. Employers Liability insurance with the [Mowing minimum limits and coverage: Each Accident $100,000 Disease -Each Employee $100,000 Disease- Policy Limit $500,000 Professional liability and/or specialty insurance (medical malpractice, engineers, architect, consultant, environmental, pollution, errors and omissions, etc.) as applicable, with minimum limits of $500,000 and annual aggregate of $1,000,000. 5 SECTION 1— SPECIAL TERMS AND CONDITIONS 1113 Number; I2- 0804 The following additional coverage must be provided if a dollar value is inserted below: Loss of Use at coverage value: $ Garage Keepers i.iability at coverage value: $ i.ake County, a Political Subdivision of the State or Florida, and the Board of County Commissioners, shall be named as additional insured as their interest may appear on all applicable liability insurance policies. The certificates) of insurance shall provide for a minimum of thirty (30) days prior written notice to the County of any change, cancellation, or nonrencwal of the provided insurance. It is the vendor's specific responsibility to ensure that any such notice is provided within the stated timefi•amc to the certilicate holder. If it is not possible for the Vendor to certify compliance, on the certificate of insurance, with all of the above requirements, then the Vendor is required to provide a copy of the actual policy endorsement(s) providing the required coverage and noti fication provisions. C'ertificatc(s) of insurance shall identify the applicable solicitation (1'1'13 /RIP /RFC) number in the Description of Operations section of the Certificate. Certificate holder shall be: LAKE COUNTY. A POLITICAL SUBDIVISION 04' THE STATE OF FLORIDA, AND THE BOARD OF COUNTY COMMISSIONERS P.O. 130X 7800 TAVARES, FT, 32778 -7800 Certificates of insurance shall evidence a waiver of subrogation in favor of the County, that coverage shall be primary and noncontributory, and that each evidenced policy includes a Cross Liability or Scvcrability of Interests provision, with no requirement of premium payment by the County. The Vendor shall be responsible !Or subcontractors and lhcir insurance. Subcontractors are to provide certificates of insurance to the prime vendor evidencing coverage and terms in accordance with the Vendor's requirements. All self - insured rctcntions shall appear on the certilicate(s) and shall be subject to approval by the County. At the option of the County, the insurer shall reduce or eliminate such self - insured retentions or the vendor or subcontractor shall be required to procure a bond guaranteeing payment orl'losses and related claims expenses. The County shall be exempt from, and in no way liable for, any sums of money, which may represent a deductible or sel f= insured retention in any insurance policy. The payment of such deductible or self retention shall be the sole responsibility of the vendor and /or sub contractor providing such insurance. 6 SECTION 1— SPECIAL TERMS AND CONDITIONS 1113 Number. 12-0804 Failure to obtain and maintain such intiurance as set out above will be considered a breach of contract and may result in termination of the contract for default. Neither approval by the County of any insurance supplied by the vendor or Subcontractor(s), nor a failure to disapprove that insurance, shall relieve the vendor or Subcontractor(s) of lull responsibility for liability, damages, and accidents as set f iwth herein. Note: The selected vendor {s) shell pro's ide ao separate Certificate tt Insurance that complies with the requirements 4lftted above to each participating entity citing that entity a certificate h older. Section 1.9: Offer Guaranty/ Bid Bonet for a Specific Amount Not applicable for this ITR. Section 1.10: Shipping Terms, T.O.R. Destination Inside Delivery The F.O.B. point for any product ordered as a result of this solicitation shall be T.O.R.: DESTINATION — INSIDE DELIVERY. The title for each item will pass from the contractor to the Cotmty only after the County receives AND accepts each item. Delivery will not be complete until the County has accepted each item. Delivery to a common carrier shall not constitute delivery to the County. Any transportation dispute shall be between the contractor and the carrier. The County will not consider any bid or proposal showing a F.O.R. point other than F.O.R.: Destination — Tnsidc Delivery. Section 1.11: Acceptance of Products or Services The product(s) delivered as a result of an award from this solicitation shall remain the property of the contractor, and services rendered under the contract will not be deemed complete, until a physical inspection and actual usage of the product(s) and/or servicc(s) is (are) accepted by the County and shall be in compliance with the terms herein, fully in accord with the specifications and of the highest quality. Any product(s) and/or scrvice(s) procured as a result of this solicitation may be tested for compliance with specifications. in the event that the piuduct and /or service is found to be defective or does not conform to the specifications. the County reserves the right to terminate the contract and return product to the vendor at the vendor's expense. 'l he County will not be responsible to pay for any product or service that does not conform to the contract specifications. Any defective product or service or any product or service not delivered or performed by the date specified in the purchase order or contract, may be procured by the County on the open market, and any increase in cost may be charged against the awarded contractor. Any cost incurred by the County in any re- procurement plus any increased product or service cost shall be withheld from any monies owed to the contractor by the County for any contact or financial obligation. 7 SEC1'ION 1— SPECIAL TERMS AND CONDITIONS F1'13 Number. 12-0804 Section 1.12: Warranty The vendor agrees tliat, unless expressly stated otherwise in the bid or proposal, the product and/or service furnished as a result of an award front this solicitation shall be covered by the most favorable commercial warranty the vendor gives to any customer for comparable quantities of products and/or services and the rights and remedies provided herein are in addition to said warranty and do not limit any right a1'lbrded to the County by any other provision of this solicitation. Section 1.13.1: Delivery of Solicitation Response Unless a package is delivered by the vendor in person, all incoming mail from thc U.S. Postal Service and any package delivered by a third party delivery organization (Fed -X, UPS, DT-iL, pri vate courier, etc.) will be opened for security and contamination inspection by the Lake County Clerk of the Circuit Court Mail Receiving Center in an oft -site secure controlled facility prior to delivery to any Lake County (lovcrrunent facility, which includes the Lake County Department of Procurement Services. I'o be considered for award, a bid or proposal must be received and accepted in the Procurement Services Office prior to the date and time established within the solicitation. Allow sufficient time for transportation and inspection. Each package shall be clearly marked with thc applicable solicitation number and title. Ensure that your bid or proposal is securely sealed in an opaque envelope/ package to provide confidentiality of the bid or proposal prior to the solicitation cloying. If you plan on submitting your bid or proposal IN PERSON, please bring it to: LAKE COUNTY PROCUREMENT SERVICES 315 W. MAIN STREET 4TH FLOOR, ROOM 441 TAVARES, FLORIDA If you submit your bid or proposal by the UNITET) STATES POSTAL SERVICE, (LISPS) please rnail it to: TAKE COUNTY PROCUREMENT SERVICES PO BOX 7800 TAVAIU S, FL 32778 -7800 If you submit your bid or proposal by a THIRD PARTY CARRIER such as Fed-X, UPS, or a private courier, please send it to: TAKE COUNTY PROCUREMENT SERVICES MAIL RECEIVING CENTER 32400 COUNTY ROAD 473 LEESBURG, PI, 34788 8. SECTION 1— SPECIAL TERMS AND CONDITIONS [l t3 Nu,nbei : I2-0801 Facsimile (fax) or electronic submissions (e - mail) will not be accepted. Section 1.13.2: Completion Requirements for Invitation to Bid The original bid and three (3) complete copies of the bid submitted by the vendor shall be sealed and delivered to the Division of Procuren7cnt Services no later than the official bid opening date and tine. Any bid received after this time will not be considered and will be returned unopened to the submitter. The County is not liable or responsible for any costs incurred by any Bidder in responding to this ITB including, without limitation. costs for product and/or service demonstrations if requested. When you submit your bid, you ale making a bidding offer to the County and are agreeing to all of the terms and conditions in this invitation to Rid. Use only the form(s) provided in this document. if you make any change to the content or format of any !brill, the County may disqualify your offer. All information shall be legible, and either written in ink or typewritten /printed. If you make a correction or change on any document, the person signing the bid proposal must initial the cliangc. The bid shall be manually signed in BLUE INK by an official authorized to legally bind the Bidder to its provisions. COMPLETION OF 13T1) PACKAGE: The vendor shall complete all required entries in Section 4 of the bid form such as, but not limited to, pricing pages, signature, certifications, references, and acknowledgement of any solicitation addenda. The vendor shall submit the entire solicitation with all Section 4 entries completed in the number of copies specified to the address specified/ in provision 1.13.1 of this solicitation. The vendor shall also submit any supporting documents (to include proof of insurability and provision of bid bonds as required), samples, and/or descriptive literature required by any of the provisions in I of the solicitation in a separate sealed envelope / package marked "Literature for Bid (12- 0804)," Do not indicate bid prices on literature. Speci [1 s Completion Diieetions: v Pricing shall be completed by filling in the unit pi ice, extension price and total overall bid pricing. > initial and date in BLUE INK die appropriate space(s) for each addendum you received for this I'1'B. a Insert any prompt payment discount that you will offer, Note payment is NET 3(1 DAYS otherwise, > Complete all certifications included within Section 4 of the solicitation. > Complete the reference information sheets (include at least three references) contained within the solicitation. » Complete the vendor inforination, and sign the bid (IN BLUE' INK) in the spaces provided in Section 4 or the solicitation. . if insurance is required. submit either a certificate of insurance, or evidence of insurability, that is in compliance with the stated insurance requirements. 9 SECTION 1— SPECIAL TERMS AND CONDITIONS 1TR Number: 12 -OR()4 Section 1.14: Additional Facilities May Be Added Although this solicitation and resultant contract identifies specific facilities to be serviced, it is hereby agreed and understood that any County department or agency facility may be added to this contract at the option of the County. When required by the pricing structure of the contract, vendoi(s) under this contract shall he invited to submit price quotes for these additional facilities. If these quotes are determined to be fair and reasonable, then the additional work' will be awarded to the current contract vendor(s) that ofThrs the lowest acceptable pricing. The additional site(s) shall be added to this contract by formal modification. The County may determine to obtain price quotes for the additional facilities from other vendors in thc event that fair and reasonable pricing is not obtained from the current contract vendors, or fbr other reasons at the County's discretion. Section 1.15: Additional Brands May Be Added Although this solicitation and resultant contract identifies specific brands to be purchased, it is hereby understood and agreed that additional brands for the same basic item may be added to this contract at the option of thc County. 1f' the pricing proposed by the vendor for the additional brands is considered to be fair and reasonable, then award may he made to the vendor through the issuance of a modification to the contract. The incemibent vendor(s) has /have no exclusive right to provide these additional brand(s). The County may determine to obtain similarly structured pricing inputs from other vendors in response to situations where incumbent vendors do not provide Iiar fair and reasonable pricing or for other reasons at the County's sole discretion. Section 1.16: Catalogs and Price Lists shall be submitted with Offer The vendor shall submit three (3) copies of the current manufacturer's price list(s) and catalog(s) with the initial offer. Failure to meet this requirement may result in your offer being rejected. These documents shall be in effect at the commencement of the contract and shall remain in effect Ihr the life oldie contract; unless price escalation arc specifically allowable in accordance with this contract. Discounts offered will be evaluated against these price lists and catalogs in order to determine the vendor to whom award may be made pursuant to Section 1.3 herein entitled "Method of Award ". Upon request, the vendor shall provide additional sets of the manuf'acturer's product catalogs and price lists at no additional cost to the County. Section 1.17: Competency of Vendors and Associated .Subcontractors The C ounty may elect to conduct a pre - award inspection of the vendor's facility during the offer evaluation process. Offers will he considered only from firms which arc regularly engaged in the business of providing or distributing the goods and/or performing the services as described in thc solicitation, and who can produce evidence of a consistent satisfactory record of performance. Vendors must demonstrate that they have sufficient financial support and organization to ensure 10 SECTION 1— SPECIAL TERMS AND CONDITIONS 1113 Number: 12 -0804 that they can satisfactorily execute the contract ifawarded under the terms and conditions herein stated, In the event that the vendor intend to sub-contract any part of its work to another vendor, or will obtain the goods specifically offered under this contract from another source of supply; the vendor may be requited to verify the competency of its sub- contractor or supplier. The County reserves the right, before awarding the contract, to require a vendor to submit such evidence of its qualifications and the qualifications of its sub - contractor as it may deem necessary. The County may consider any evidence available to it of the financial, technical and other qualifications and abilities of any vendor responding hereunder, including past performance with the County, in determining vendor responsibility for the purposes of selecting a vendor for contract awaad. Section 1.18: Deletion of Facilities Although this solicitation identifies specific facilities to be serviced, it is hereby agreed and understood that any County department or agency inay delete service for any facility (ics) when such service is no longer required during the contract period upon fourteen (14) calendar day's written notice to the vendor. Section 1,19: Emergency Service The vendor shall provide 24 hours, 7 days a week emergency service to the County under the contract if services are reqtiired during a declared disaster /emergency incident or event, Section 1.20: "Equal" Product can he considered UponRcceipt of Specified Data The manufacturer's name, brand name and/or model number information contained in this solicitations are being used for the sole purpose of establishing the, minimum requirement of level of quality, standard of perli_irnaance, and design and is in no way intended to prohibit the offer of another manufacturer's items of equal material unless otherwise indicated elsewhere in this solicitation. This specific solicitation requires subniission of the following documentation to enable County evil uati on o f '`e products: : Product Inibnnation Sheets Product Samples upon Specific Request : Product labels : Performance Test Results If an "equal" product may be considered by the County in accordance with this solicitation, the unit shall be equal in duality and standards of performance to the item specified in the solicitation, Where an or equal" itciu is offered, and product information sheets are required, tilt initial offer must be accompanied with three (3) complete sets of product information sheets (such as lihctory specifications, standard manufacturer information sheets, catalogues, and brochures), and if required, three (3) copies of performance test results of the unit offered as an equal, Also for product information submittals, all supporting documentation submitted by the vendor must in total meet the required specifications set forth in this solicitation. Where the 11 SECTION 1— ,SPECIAL TERMS AND CONDITiONS In Nun her: 12 -0804 standard product literature submitted with the offer provides information that does. not comply with the specifications, the vendor shall state. in an official letter on corporate letterhead as part of their initial offer, the differences between the item they are specifically of'f'ering, and the equipment described by the standard product literature, to substantiate compliance to all of the specifications set limit in this solicitation. in such cases, any offer submitted with standard product lite(atarc but without the letter explaining compliance will result in the rejection of the offer for not meeting the solicitation specifications. For '`equal" products to be evaluated based on submission of product labels, the initial of'f'er should he accompanied with labels indicating the spccification for each or equal" itcm offered. J nilute to meet this requirement may result in your offer being rejected. The County shall be sole judge of equality, based on the best interests of the County, and its decision in this regard shall be final. Items labeled No Substitute" on the County's Bid/Proposal Submission Foam are the only products that will be accepted under this solicitation. Section 1.21; Licenses, Permits and Fees The vendor shall obtain and pay for all licenses, permits and inspection fees required liar this project; and shall comply with all laws, ordinances, and regulations applicable to the work contemplated herein. Damages, penalties and /or fines imposed on the County or the vendor for failure to obtain required licenses, permits, inspection fees, or inspections shall be home by the vendor. Section 1.22: Material Safety Data Sheet (MSDS) It is a vendor responsibility to ensure that the County has received the latest version of any MSDS required by 29 CI.R 1910.1200 with the first shipment of any hazardous material. Also, at any time the content oI' an MSDS is revised, the vendor shall promptly provide a new MSDS to the County with the new information relevant to the, specific material. Section 1.23: Omission from the Specifications The apparent silence of this specification and any addendum regarding any details or the omission from the specification of a detailed description concerning any point shall he regarded as meaning that only the hest cotnnieccial practices are to prevail, and that only materials and workmanship of first quality arc to be used. All interpretations of this specification shall be made upon the basis of this agreement. Section 1.24: Patents and Royalties A. The Vendor, without exception, shall indemnify and hold harmless the County, its employees and officers from liability of any nature or kind, including cost and expenses ear or on account of any copyrighted, patented, or un- patented invention, process or article provided by the Vendor. The Vendor has no liability when such claim is solely and exclusively due to the combination, operation, or use of any article supplied hereunder with equipment or data not supplied by the Vendor or is based solely and exclusively upon the County's alteration of the 12 SECTION 1— SPECIAI. TERMS AND CONDITIONS 1T13 Number. 12 -0804 article. The County will provide piompt written notification of a claim of copyright or patent in fringement, B. Further, if such a claim is made or is pending, the Vendor may, at its options and expenses, procure for the County the right to continue use of, replace or modify the ai tide to render it non - infringing. (If none of the alternatives are reasonably available, the County agrees to return the article on request to the Vendor and receive full reimbursement of all monies paid to the Vendor). IF the Vendor uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the bid proposal price(s) include all royalties ancl /or costs arising from the use of such design, device or materials in any way involved in the work. C. The Vendor will defend, at its own expense, any action brought against the County to the extent that it is based on a claim that the article supplied by the Vendor under the contract infringes a patent, industrial design, or any other similar right, and the Vendor will pay any costs and damages filially awarded against the County in any such action, where they are attributable to any such claim, but such defense and payments are conditional on the following: e the Vendor will be notified promptly in writing by the County of any notice oI'such claim received by the County, and o the Vendor will have the sole control of the defense of any action or such claims, and all negotiations for its settlement or compromise. Section 1.25: Rebates and Special Promotions All rebates and special promotions offered by a manufacturer during the terns of the contract shall 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(~) 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 promotions may be of a limited duration. At the end of such promotion, the standard contract price shall prevail. Section 126: Shelf Life of Stock The vendor(s) shall supply the County with fresh stock only and shall insure that items with a limited shelf life aie inspected and certified Iresh by the vendor prior.to shipment to the County. Section 1.27: Substitution of Items During Tcrm of Contract Substitute brands or models inay be considered during the contract period for discontinued models. The vendor shall not deliver any substitute itcin as a replacement to an awarded brand or model without express written consent of the Department of Procurement Services prior to such delivery. Substitute items must be of equal or better quality than the awarded item. Substitutes shall be considered only when necessary. Excessive substitution requests may be cause to cancel the contract. 13 SECTION 1— SPECIAL TERMS AND CONDITIONS 1TR Number: I2 - 080 , 1 Section 1.28: Administrative Reports Consistent with the administrative needs of the County, certain relevant data regarding purchases of goods rind /or services under County contracts is to be gathered and maintained. Accordingly, each vendor under this contract is to provide report(s) on a quarterly basis to the County as to the nature of the goods and/or services purchased from them by the County during the preceding three months. Fach report shall include the quantity, description and unit pricey) of the goods and /or services. The rcporl(s) is to be submitted in writing or electronic copy to: Lake County Fleet Management Alin: Nikki Wright 20415 Independence Boulevard Groveland, FL 34736 Email: tnvyi'ightiiill ikcccuntYIl.gov Phone: 352,742.3633 Fax: 352.429.0206 Each report shall be submitted no later than fifteen (15) calendar days &ler the expiration of the quarter, The Quarters are October — December, January —March, April — June, and July — Scptcniber. Failure to comply with this reporting requirement may be considered a breach or performance and subject to formal proceedings in that regard. Note: The County w iil distribute these reports to the participating entities. 14 SECTION 2— STATEMENT OF WORK ITB Nurnhci : 12 -0804 SCOPE OF SERVICES, This is an indefinite quantity contract with no guarantee services will be required. '1'he County does not guarantee a minimtun or maximum dollar amount to be expended on any contract(s) resulting from this invitation to Rid. The intent of this bid request is to obtain pricing foa the purchase and delivery of batteries, automotive said general use, to various locations within the County. All batteries bid and supplied shall be the bidder's premium quality lines. Evidence that batteries meet the "Battery Council International Code" for construction of outside case plates, electrolytes, and testing requirements and conditions shall he provided with your bid. Technical liteaaturc shall be submitted with your bid to allow an evaluation to determine if the products meet or exceed specifications. All evidence must be numbered and narked in accordance with the item number specified on the hid sheet. iutomoti batteries, volt request of an ordering department, shall be placed on consignment at designated County locations. The awarded Vendor will invoice the using department as batteries are put into service. The invoiced prices will be those in effect at thc time the batteries are placed in service. All batteries supplied to Lake County must be clearly identifiable as to the original manufacturer by means oldie manufacture's trademark label affixed to the battery. Any batteries delivered by the Vendor without proper identification will not he accepted and shall be returned at the expense of the Vendor. Secondary labels arc acceptable as long as they do not replace the original manufacturer label (i.e. XYZ Co. label). Wet butteries shall he fully charged and ready for service. %Vet batteries' held in Count; consigned stock at designated County locations over three (3) months shall be replaced with new, fully charted batteries, free of expense to the County. All automotive batteries shall carry a sixty (60) month warranty, the first (6) months being a free repl ac ement warranty covering defective materials and workmanship. Adjustment of batteries which fail after the first six (6) months shall be adjusted as determined by the warranty period on a cost per month basis. Final adjusttncnt shall he not less that the stated salvage price. Adjustments shall be completed within thirty (30) days of receipt of thc returned battery, All Vendor s shall insure lawful and proper lead acid battery reclamation and/or disposal and must supply their EPA certificate number in order to prevent possible liability to Lake County in whole or part. Credit for cores will be given to Lake County at fair market value. Deliveries shall be made within four (4) working days on standard orders for stock, Deliveries for emergency orders shall be within two (2) working hours for Vendors within Lake County and within eight (8) hours for Vendors outside Take County. Orders shall be so identified upon 15 SECTION 2— STATEMENT OF WORK Cl 13 Number: 12 -0804 placement by participating offices. Deliveries shall he made to each location as indicated on each order. The vendor shall only be authorized to deliver batteries between the hours or 8:00 aan and 5:00 pm Monday through Friday unless otherwise mutually tagreccl upon by both parties. No deliveries will be accepted on Saturdays, Sundays or County holidays. Delivery site locations: Public Works Solid Waste Division 28215 County Landfill Rd Tavares, FL 32778 Contact: Mike TeiMeer 352.343.3776 Public Works Mosquito Management Division 401 S Bloxham Ave Tavares, I L 32778 Contact: Rick Frantz @ 352.343.9419 Facilities Maintenance 32400 CR 473 Leesburg, FL 34748 Contact: Don Glessncr @ 352.343.9760 Facilities Jail Maintenance 550 W Main St Tavares, FL 32778 Contact Joe Ilairis A 352.742.4002 Fleet Management-Leesburg Garage 2300 W Griffin ui Road 1.ecsburg, FL 34748 Contact: Bill Nicocicm (cif 352.787.2938 Fleet Management- Astatula Garage 25028 Kirkwood Ave Astatula, FL 34705 Contact: James Green @ 352.742.2272 A new consolidated Fleet Garage is under construction off Highway 27 in Grovelanrl, tiorida (Fleet Management, 20415 Independence Boulevard) at the Christopher Ford Industrial Park and upon completion, the above noted facilities may he shoved to that locution. The County has no estimated time, for completion at this time. 16 SECTION 3 — GENERAL TERMS AND CONDITIONS IT13 Number: 12•0g04 3.1 DEFINE!! It INS wilting to the attention oldie procurement representative identified Addenda: A written change to a solicitation, in the solicitation no Inter Mail live (5) working days prior Iii the Rid; Shall 'eta to any uffel(s) submitted in Lesponse to this hid due date. Such inquitics Shall +.onlam die requesters ;RUM, Intl daft +lit 10 Dal. address, and telephone number, I he Procurement services Office Kidder: Shall refer to autyoue submitting a bid in response to an may issue an addendum il1 response to any inquiry received, prior Iuvltatton 111 Kid to bid opening, which changes, adds to, or elaii ties the Icnm, Contract: The =cement 1+1 perfoun the services set forth in ihrs prnvlslau., 01 requirements aux., Soiic1Iut1+rn The bidder should solicitation_ The contract %sill bc comprised of the sohcila11410 nq }l rely On any statement an explannlimi %%nether written or verbal, document signed by both parties with ,uty addenda and tiller other than those Iuade in tits solicitation do umenl or in any attachments specifically incorporated addenda issued- Where then: appeaus to be a conflict between this Contractor: I he s ender to which award has been made solicitation and any adtlenda, the last stdtlentlutn issued shall Count): Shall icier to I like County, Florida prevail It is lire bidder's iesponsihilily in ensure receipt and to Ins,tttimi to Bid (11It): Shalt man This solicitation document, ackuowlcdgc all aiddenda and any mclvntllaarty ibto:n inUiiduiig airs' and all addenda Ali ifBB contains well - defined Failure to nektons ledge each addendum iaay prevent the bid irons terns, conditions, iuid specific-Mums, and is awarded to the lowest being considered for award paced rtcspumise and responsible bidder D. Contents of Solicitation and Bidders' Responsibilities 11o1Iilrauinu: A wuttcn elainge to a conlr,icl. It k the Iesponsibility of the bidder to hIL»Ilte thoroughly familiar Itesp»nsible: Refers to a bidder that has the c »pacrhy acid Milli the iequiretllents, temis, and Laudllloil5 of Iles solicitation, capability to pertnrm the work required under an In ilulion to 13td. Stated unawareness of contractual leans and conditions will not he and is otherwise eligible tot assort', accepted us a basis tor varying lire requirements oldie Comity or Responsive: Rctbts to a bidder that has taken no exception or the amount to bc paid to the vendor. devotion from the terms, coadinons, and specifications set limit ut N., Restricted Discussions an tnvuatlnn to Bat, From tllc date of issumicc of this solicitation omit final County Solicitation: the written document iequcsting either bids or action. ne11(1015 should not discuss Ilse solicitation with any proposals from the marketplace. •employee agent, or any other lept scnlative of the County except Vendor: A general rci'crcuc.e 10 any entity responding to this as authou by the designated procurement tcplcsentative. The solicitation or performing tender any rem ultingcontta:1 only comniumcnlitnls that shall he considered pertinent to this solicitation are written documents front the vendor addressed to the The County has established that the voids "shat! ", 'must', or designated procurement representative and relevant documents 'will' are equivalent within this 1113 and IndiLute a mandatory pronmleuled by thc designated procurement representative. regairemeta which shall not he salved by the County 1', Change to,11'tthdl am al of, or ]hstakc in, Bid C bailees to laid - Poor to bid opening, a bidder may change its bid 3.2 iNSTRUC.I IONS TO BII)1)1•.RS by submitting a new hid ss11h nonce on the linn'S letterhead, A. Bidder QnalilieiLiiort signed by an authomed agent, stating Ihut the new submittal It is the policy of the County to ens:miraee full aitd Open replaces the ottginal huhulillai 1 ILO new submittal shall contain all competition among n11 mailable qualified vendors All vendors information as retitured fat submitting the original hid regularly engaged in the type of work specified in the sahcilation Withdrawal of Ind - A bid may be withdrawn, either physically or are encouraged to submit bids I o he recommended for award the by mitten manes:, at any tinge pilot to the hid due date, If County ra that vendor provide evidence of compliance with ssllhdrmsn by written n that notice must be addlesseuI to, mid the retirements below upon request' reeell ed by, the designated procurement representative prior lit the 1, 1)txlosuuc ot hmplo ? utent hid due date unit lime. A bid may also he withdrawal alter 2 Disclosure orowuieuship expiration of the specified hill ueucptance period and prior In 3. Drug -Free 1Vatkplace award, by submitting a letter to the deslvnated ptocurenleut 4. W -9 and 81091•oi nu — fhe s endor must forms]) these forms rcpresentans e The wulhdiawal letter must he on company upon request as req by the Internal Revenue tiervice letterhead and signed by an aulhorired agent of tllc hiilder. 5. Social Security Nunlbci 1 he vendor most pros ilk a copy ot Mustakc in ,rid - Any allegation of mistake in laid shall be treated the pu lnslry owner's social security card if the social Security on a ase by Lost'. basis 11 is to be assumed that any alteration in mtmher is being tls4'+I in lieu ot the Federal Identification hid price ttftet receipt of hids will be exceptional in nature, nand will lyumhei (F E 1 N,) be allowed only when subslantlatccl by current legal precedence (r, Amu leans with 1)1su6110es Act (A 1)A ) (., Conflicts within the Solicitation 7. Conflict of Interest 1lrhcrc there appears to bc a conflict between contractual terms Ind 8. Deb;rmeat Disclosure Afficluvul conditions, the technical specifications, the pricing.. SCCLIOf, 07 any 9. Nondiscrimination addendum issued, the order ofprccedcnce shall be Iasi addendum 10, Futility Lave issued, the pricing section, the tcchnual specitications, die special, 11 Auittmst Laws — By acceptance of may contract, lire vendor and than general conditions, II is incumbent upon the vendor to agrees to comply 'l nth all applicable antitrust laws identity such conflicts prior io 111C bid respome dale B. Public Fruity Cringes 11. Pi OM pi Payment 1 ernes Pursuant to Section 287 111(2)(a) of due Florida Statutes, a person It is the policy of the County that payment tor all pnretiases by or affiliate who has been placed on the toils leted sender list County agencies shall bc made in u timely manner and that interest tones%ink a Conviction for a public entity crone May Itot stthmit u payments ssall he Made on lute payments in accordmtcc with Part bid on a (Arnold to provide guy goods or services to a public the V71 Chapter 2.18, Florida Statutes, known us the Florida Prompt , may not suu bmit a hi 011 a contract with a public entity for the consimiton 111 repair of a public building or public work, m pa mlenl Act I he hidder nla may Payment > offer cash discounts for prompt p F ruts submit bids un leases of real pmpeity to a Jluhlic entity, may payments, however, such discounts will not be considered in not be awarded or prifoun as a conIntetOI. supplier, suhu,nuactoi, deLeunining the lowest pricy during bid evaluation iliddcis are Or consultant titter 0 co w ltli any public entity, turd may not requested to provide prompt payment terms in the space provided trnwmu hetsalcss with any public entity in excess of the threshold on the signature page oldie solicitation, mamma provided in tictittuu 287 017 of die Tlouda Statutes, for CAI HAIRY TWO for a period of 3(, months from the dale of 3,3 PREPARATION OF RIM being placed (111 the convicted t el ldoi list. C. Request for Additional !atcu m »Bail A- 1 he Pricing Section +If this Solicitation defines the goods or Any communisation or Inquiries, except tor elauificatien ot process to b: purchased. and must he completed mid coss P p ot procedure already contained In thc solicitation, ate to by mautr 111 submitted with the bid. Use (slimy other totm or alteration of 17 SECTiON 3 — GENERAL 'PERMS AND CONDITIONS FIB Nunibet ; 12 -C)804 the form may Insult In the rejection of the bid li. the bid Submitted must he legible, and completed using 3,9 PROPIUIF.1'•t.RYCONI•IDEN11&I INFORMMA1ION typewriter, computer or ink. Any entry change must he Bidders ire hereby 'tootled thin u11 inhumation submitted as pail crossed out Fuld mihalcd ut ink, I"rliluie to comply with these of rl hid x5111 be available for pulilic inspection in compliance with requirements gray cause the huh hi be:ejectedl, Chapter 1 19 of the Florida Statutes (the "I'ublie Record Act - 1,'I he C. An authorized agent of the bidders tit in must sign the bid bidder should oat subtlut any in limitation xloch the bidder FAILURE TO SIGN '11iu BID MAY RENi)ER THE considers proprietary Of confidential. The submissinn of any 11iD NON-RESPONSIVE. intormntion to the County in connection with any solicitation shall D. Ilse kidder may be considered non•reeponsh'c if bids ire he deemed conclusively lit he a wawa of any protection from condnloned to modifications, changes, or revision s to the release or the suhmitted habituation unless such Fulmination is fermis and conditions of this solicitation exempt or confidentiul under the Public Records Act I:. The btddcl duly submit alternate hill(%) tot t11C same solicitation pr that such offer is allowable under the 3.10 ('AN'CELLATION ON S01.ICITA terms and conditions 1 he altennde hid must meet or exceed 1 he County reserves the right to cancel. in whole ur in part. nny the ininnnunt icquiremcnts and be submitted 11's scpurate bid Invitation to Bid when it k iu the best interest oI the County% muml.rd`Alternate laid F. When time is it discrepancy between the ma pi ices and any 3.11 AWAIrID extended prices, the unit prices will prevail. A. finless otherwise allotted by statute or ordinance, award will G. Any hid received alter the stipulated bid due date font time be made to the teL paced responsive and responsillle through no fault ot File Comity wi11 be considered lute, and bidder 1 he Comity reserves the right lu !eject any niid all except under the most exceptional circumstances. not he bids, Ile wan C nou.inatcrinl irrrgtiluritics Or technicalities and considered for aws :ird lo re- ad%erllse tor nil or any pail of this ;solicitation as I1 Unless otherwise specified in the solicitation. prices gno1ed deemed in its best interest The (' ounty shall he the sole shall he f.0 f3 Desllnation judge of its hest interest B. When there ate multiple line itimms in a solicitation, the 3,4 f O1.Ll'SION County reset yes the right to award On an individual Rein Wheie t;sro (7) or more related panics, AA defined herein, each basis, any combination of items, total low bid or in submit a hid for the State contract, Or evidence any prior whichever manner deemed in the bcsl interest of the County, undcr5uilndme, ugteement, or connection in such regard, such bids This provision specifically supersedes eery method of nwnrd shall he presumed to he collusive. Related pales shall mean criteria stated tit the solicitation when such action is clearly milder 01 tamely,* thereof that have a dlrwtt or indirect ownership necessary' to protect the hind Interests of theCounly_ ',limit In another bidder Col the snore contract or in matith a parent C. '1 he County reserves the right to reject any rind all bids tf rt is company or the principals thereof of one bidder have 11 dared 01 detcrnnncd 1110( prises :tic excessive ur determined to be indirect ownership interest in :mother bidder for the same cmiaract unreasonable, rir it is Oberst ise deleliirined to be in the Rob found to be collusive shall he rejected, I3idders %thick have County's best mtete5t to do so been fouled to have engaged in collusion may be considered nun- D. I he County reserves the right to negotiate pnees with the low iesponstblc, and may be suspended or debased. Any enntrucl hidden, provided Mai the scope ot work is not emended Iest&ing from collusive bidding slay he Lei initiated tor default F:, Award swill only be made to hens that satisfy all Icgnl requirements 10 do business with Lite County Ills County 3.S PROIIIBII ION,%t:11NST CON I INGEN I FF. 'S mny urnducl a plsi.awnrd inspection of the bidder's see. or !lie vendot Warrant: that they have not employed or iccanted tiny conduct a pre -award galhlieal1on meeting In deterrniite the company or person, °then ihan a bona tide employee working lesponstbilily and capacity ot the bidder to perfoun. Awlrnt solely for the vendor to solicit ur secuae the contract and that they may bc predicated un compliance nnh and submittal of nil have not paid or agreed to pup any person, company, curporatlon, legutrcd documents as stipulated In lie solicitation, individual, or tine, other than a bona tide cmphryce wvolkulg solely 1?, 1 he bidder's performance as print or subcontractor on for the vendor, any eumlderation contingent upon or resulting Iron previous County commas shall be taken into account in the award or making 01 the coati evaluating the responsibility ofa rcsponchng bidder_ C. I he Director of Plocwcmellt tier5'ice4` 55'l1I decide all lie Inds 3,6 C ONTRIC I INC: 31' 1 T l COUiN'I Y FM PI,01'EES ill consomuieC 551111 CIIrrCn11 written plOeedtlfe 111 [Inn reiaid Any County employee ur member of his ur lier immediate Ihmily 11. A sender u'slung 10 protest oily award decision resulting from seeking to contract with the ('cnlnly.hall seek a conflict 01 interest this solicitation shall do' as provided for in the Comity's opinion from the County Attorney plate to submittal of a 1e,ponse Pll!chasing Pnrcedmre Manual, 111 contract with the ('li The affected employee shall disclose the employees assigned function within the Comity and interest or 3,12 GF NI RALCO VI flA(' 1 CONDITIONS lie Interest ol`his or her immediate family m Lite proposed contract 1 he contract shall bc binding upon and shall inure to the benClit of and the nature of the intended contract. each orate parties and of (ltclrre5pechve successors and permitted assigns 1 h comma ttlay not he amended, released, discharged, 3.7 INCURRED ENPF.NSFS rescinded ur ubmtdoncd, except by a written itnlniment duly This solieit}llinn doe, not commit the County to award nor be executed by each of die paulles (hereto I he failure of any pany uesponsible for 11113 cast or expense which may be inelrrrecl by any hereto at any time 10 enfnree any of the provnuins of the contract bidder in prepartite or submitting a bid, 01 any cost or expense 55111 In 00 way constitute ea be construed as 3 wwaner of such incurred prior to the van:uliun of a purchase order on contract, provision or of any other provision hereof, nor in any way affect the validity of, or the right thereafter to cnIoree, each and every 3,R COU\ ry CA' - EXEUI' 1 provision 01 the Contract, Any dispute arising duriuuu the course of the county is generally exempt from Fcdetal hxcise `lases and all contact pciforr that is not readily rectified by coordination State of FIouda sales and use taxes. the County ustll sign an between the vendor and the Courtly user department shall be exrmpun11 certiticatc 11's'Imitated by the con tractor. Contractors referred to 1'rtwurementScrvllAta for resolution, doing business with the County ore not exempt 11om paying soles tax to their supplier, lmr materials to fulfill contiacnrnl obligations 3.13 OTIIER,rGF,Nt II':S sith the County; not shall any contractor be atlthorirecl to use an With the consent 111 the vendor, other agenetcs Italy make of the County's lay t- senlplions m securing suc materials purchase: it uceoidaice with the contract Such purchases shall be 18 SECTION 3 -. GENERAL TERMS AND CONDITIONS ITR Number: 12-0804 governed hy the same terms and conditions as stated herein wth potter to execute such contract to ally peNIln, Company or the C\ccpliml oldie change in rllte114y mute collimation ation 11 il life prior wlinen consent of Lite County 'l his provision specifically includes any acquisition or hostile takeover 3.14 CON TR AC I' F CI I:NSiON of the awarded vendor. Failure to comply in this regard, may The County has the ullilatetal option to extend a contract for up to tcsih in termination of the contract lot default, ninety ( urlendat days beyond the cumin contrail period hi such event, the County will notify the vendor(s) in writing of such .3.22 RI?SPONSiRI1 11tl?SAS E11111,111 I I( extensions. Ilse contract may be extended beyond the antral The eilglloyete(s) of the vendor shall be considered at all times its Lonely (90) clay extension upon minim' agreement between the employee(s), and not an employee(s) or agents) of the County, County and the vendors) Lxer. ise of the above. option, require, 'I lie contractor shall provide eniploy capahle of petfoimmng the prior approval of the L ?ilccior or Pruculelncnt Service, 1110 \sou k as requited 1 he County may require the corittaetor to remove any employee it deeps uIacceptahle MI employees of 3.15 \1'ARR..N1 1 the contractor may be Krim(ed to wear applopllate 1denlit1Crllio All %sarranties c\prcs, and implied, shall be made available to the County for good, and scilicet, covered by this solicitation. All 3,23 INDEMNII goods Furnished shall be lily guaranteed by the s ender against To the extent permitted hy law, the vendor ,hall Indcmnil\' and tactury defects and workmanship At no c +helve Io the County, hold harmless the County and its officers, employees, agents and the vendor shall correct. uny and all apparent and latent defects that instrumentalities limn anv and atl liability. losses or damages, may occur within the manufacturer's standard n anrallly period including attorney ' s. tces Mid co, tv of defense, which the County 01 The specml conditions of the solicitation may supersede the its ufficeus, employees, auxins or tllstitlmentaalities may incur as a mannlachuer's standard warranty result of claims, dem suits. causes of actions or proceedings oI any kind or nature arising out iif, relating to or resulting tint 3.1C GSTIILI'1 h a t Qtl:1NTITIES the perfnma►nce of the agreement by the vendor or its employees, Estimated quantities or dollars are for bidder's guidance only. No agents, servants, panned., principals or subcontractor The vendor guarantee is expressed 01 implied as to quantities nr dollar value shall pay all claims and Busses in connection therewith, and shall that si11 he used doting the contract period, the County is not investigate and defend all claims, suits or actions of any kind Ltr ohheated to place any order for a given amnion Subsequent to the nature in the name of the County, sthetc applicable, including award of this solicitation 1 he ( minty relay' use estimated appellate proceedings. and shall pay all costs, judgments, and quaunates in the award evaluation prices, Estimated qunntitue, du attorney's lees which may he ulCUtrcd thareon 'The Vendor not contemplate or include possible additional quantities that stay expressly understand, and agrees that any insurance protection he ordered by other entitles that may utiliic this contract In 114 required by this Agreement of others% Ise provided by the vendor event Shall the County he liable for payme in cress of the shall In no way 1111111 the responsihility to indemnit; keep rind save amount due fire quantities 01 goods Insert tees actually ordered hmmless arid defend the Comity In its officers, employees, agents and instrumentalities a, Itereul piovtded. 3.17 NON- I ?XCLUSL\'I 1 V It is the intent of the county to enter Into 111I agreement that is ill 3,24 NIOI)II+IC'ATION OF CON 1 RAC'T ,alisly its steeds as described \\thin this solicitation I lowcvci, the Any contract resulting from Ili, solicitation may be modified by Counts' icserves the right to pet form, or cause to be. pet formed, all mutual Consent of duly authorized pu11cs, in writing lhlough 111C or any of the work and service, hereto dcsct abed in the manner i,srtancc Of a ntolhficultun to the coward arid4 r purchase order a, deemed 10 re:pteselat Its hest interests. in no cane will the County applt7ptiatc, 1 his presumes the modification ilsell is in compliance he liable for billings in excess of the quantity of goods or set vices 111111 all applicable County proacdtircs. actually provided under this contract, 3,24 'f1RADNA'CION IOR CONVENIEN( E 3.15 C'Oi\ I INIJATION OI'WORK the: County, at its title discretion, reserve, the right to terminate Any sunk that commences prior 10, and will extend, beyond the this contract upon Thirty (30) days written notice Upon receipt al c'pitatton date of the current contract period shall. miles, such notice the vendor shall not incur u y additional wish, side' terminated by mutual written agreement hets the County and this contract floc C'otmty shall he liable only for reasonable costs the vendor, continue until cnniplelitin without change to the then misus by 1110 vendor prior to notice of termination 1 he C'opnty current prices, tCImS marl conditions, shall be the sole ,tudg .of "LCasonable costs " 3,19 LAYS, RI II.PS, REGIILA'I IONS AND LICENSES 3.26 '1 1INATION DUDE. TO UNAVAILABILITY OF life vendor shall comply with rill federal, state and ttr.ad laws and CON l'INiIING FUNDING regulations applicable to pros rslun of Ate good, au►dlor screws \Vhou Hands are tulle applopriatcd or cliherm Ise made available to specified in this sotienatia11 During. the tern of the contract the support continuation of performance 111 a current or subsequent vendor assuies that it is 111 compliance Mill Title VII of the 19(4 fiscal year, the contract shall he cancelled and 111c vendor shall be Civil (tights Act, as amended, and the flotida Civil Rights Act of reimbursed lot the rcas1rouhle talus of any rum-recur' ng costs 1997, in Mutt the vendor 410c, not on LiIC grounds ill race, color, locuu:d amortized in the mice of the ...supplies or sclvtecsrtasks• notional origin, !engine, sex, axe, disability or marital status, deincacd under the coutract disCriminalaon in any font of manner against the endior employees as applicants fur employment the vendor understands than any 3.27 I140IINATION I'OR (DEFAULT contract is conditioned upon the venicity nl this statement 1 he County reserves the nein to terminate (fat, contract, in pan or in whole, or effect other appropriate remedy in the event the 3.211 SUBCO . rJlA( F'iNG vendor fails to perform in accordance with the limn, and Unless othcssise stipulated herein, the 'cndor shall not conditions stated herein, the C'mntly further reset vcs the right to subcontract any pillion of the work wthout the prior written suspend or debar the vendor in accordance with die County consent oldie County_ Subcnntritctin; without the prior consent of ordinances, resotoiions laid +or administrative ardets The vendor the ('ounty may result In Iemmnat1ot 01 the contract for default ss 111 bc notified hy letter of the County', i to terminate. In the event ul` termination for default, me County may pna.ure 1IIC 3.21 ASSIG,Nti11 N r required goods and/or service, from any soiree and use any The vendor sh not assign or trmisfer'any contract resulting front method deemed In its lest interest. All rc prouIreuleut cost shall this solicitation, including any rights, title or interest therein, or its he borne by the yen dm. 19 SECTION 3 — (;ENERAL TERMS AND CONDITIONS ITR Number: 12 -0804 respective rights to hove such, action tried by Jun* trial rind hereby 318 FRAUD AND MISREPRLSEN 1'A 1 ION consent to the use of muryury trial 10r tiro adjudication of such Suit Any individual, eta potation or oilier entity that attempts to meet ms egntna:tool obligations Ilroiglt fiaud, misrepresentation ur 3.32 ti I'A I t•: REGISTRATION UEQIIIREAiENTS material misstatement, may be debarred for tip to five (5) years_ Any corporation submitting; a hid in response to this I I H shall The County as a further sanction may lemlivate or cancel any other either be tegistcrcd or hove applied for registration with the Flo rda contracts ssiili such individual, corporation or entity with such Department of State in accordance with the provisions o1'Chaptct vendor held responsible for all duce. 01 indirect costs associated 607, Florida Statutes A copy ot the registnititi nt appllcatton may „lilt termination orcaalcclhaioat, including attorney's fees he required prior to atuird of a u)ntract. Any partnership suhuritting a bid in response to 1lns ITQ shall have conspired with 129 RIG111 "10 Al TINT the applicable provisions Of Chapter 620, Florida Statutes. For The COUNTY rouses the right to requite CON FRAC I OR to additional inform:nut out these requirements, please contact the submit to Tut audit by any auditor of the COUNI Y's clnwsutp_ Florida Secrel:uy of State's Office, IA%i,iurl of Corporations, CONTRACTOR shall provide uccess to all ot' Its records nhreh 8tI0,755 ill I (Midi lht,vw tom, Aille,it us) relate directly or indirectly to this Agreement at its place of business during regular business hour.. CONTRACIOR shalt 3,33 PRIt1E CONI ItAGI`OR retain all records pertaining to this A,reemiiit and upon wittiest The vendor wanted the contract shall get cis the prince contractor make them =liable to the COUNTY for three (3) years fallowing and .hall us.nine full responsibility for successful performance of erI1Iratlorl of tiro Agreement CON1 RAC IOlt tierces to provide. the contract The vendor shirll he considered the sole pant of such assistance es may be necessary to I'acrhtale the review or contact n th regard to meeting all requir attic contract. All audit by the COUNTY to ensure coupll,u1ec with applicable subcontractors will be subject to advance review hy' the County 111 :icemen ma aid financial stanlanls, Additionally, CON I IeACI OR regards to competency and security concerns Allen the award of agrees to include the requirements irides piovlsitan in all contracts the contract no chatted in subcontractors will be made w ithout the nigh subcontractor mind matmal supplier in connection with the consent of the Cottnly, the sender shall be resprotsihle for all work pcitonned hereunder It an audit inspection or examination insurance, permits, licenses and related mutter, for any and all pursuant to this section discloses overpricing Or ovctehargcs or any subcontractors,- I=ven if the subcontractor is ,elf -ii. ured, the nature by the CONTItAC - IOR to the COUNI Yin mess of lute County gray require the contractor to provide any insurance percent (1 %) of the total contract billings, in addition In leaking certificates requited by the work to he per funned_ adjustments tor the overcharges, the reasonable actual cost of the COUN I'YN :niclrt shall be tettnbtlrscd to the COUNTY by the 3,34 FORCE AIAJF.CRF: CON MANOR Any adjustments mndtor payments which must The parties will exercise every reasonable effort to meet their be made as a result of any such audit or lospt•`eam of the respective ohligatiCns Hereunder, but shun not be liable for delays C'QNTRAC IOR's Invoices uudlor records sh he made within a resulting front force nlajcure ur otter causes beyond their reasonable amount of time, but ut no event shall the tittle exceed reasonable control, including, hit not limited to compliance with emery (90) days, Gem presentation of the COUN 1 Y's audit red MOO to Unvcnlmmit lass or legulatton, acts of nature, acts or findings to the CON'I RAC ItItt omissions of the other party, fires, strikes, national drsasteis, wadi, riots, transportation problems and/or any other cause whatsoever 3 3t) PUBLIC RECORDS/ t'OPl'RIGII'1 S hey mid die r easonable control of the parties Any such cause may All electronic tiles audio andror v oleo recordings, and all papers he cause for approprinre extension of the performance period pertaining to any activity perfoi meet by the vendor tor or on behalf of the County shall be the property of Lite County and will he 3,35 NO CIA iA1 FOR DAMAGES lunged over to the County upon request In accordance with No claim for damages or any claim other than for an extension ur Chapter 119, l•'Inridi Statutes, each tilt and rill papers pertaining to time shall be made or asbelled against the County because of any any activities perfonned tot or on behalf or the County arc puhlie delays No interruption, inter fetencC, inefficiency, uc pension, or records available for inspection by oily person even if the fife or decay in the tannmencentent 01 progress of the Work shall relieve paper resides in the vcnclor's office or taedrty. th e vendor ,hall the vendor of duty to per form, or gin c rise arany light to damages iulmtain die files and papers for not iess than Three (3) complete or acldatumtal compensation from the County the vendor's sole calendar years alter the project has been completed or terminator, remedy shat! be the right to seek an extension to the ccmtiau time or in accordance with any grant requirements, s hicltcscr is Innger [toucher, this provision shall not preclude recovery of damages by Prior Io the close out of the ( ontract, the yendot shall appoint u the tender for hindrances or delays clue solely to baud, bad faith, minds custodian to handle any tccoids request mid puovrde Il1C br active interference on the part of the County custodian's name and telephone numbcr(s) 10 tide Count' Any eopyri„ht derived iron% this Aereemenl shall belong to the 3.36 TRU'I'ti IN NF,C.OTIATION CER111 +1( 'A I E author. the author and the ('ONSIJLTANT shall expressly assign Tor all agreements exceeding 5150,0110, the ftiu awarded the Io the COUNTY noncscltrsive, royalty tree rights to use any and agrccment may be requited to tscerite a truth in negotiation all infcstmatron provided by the CONSUI, ILLANT in any deliverable certificate stating that tlic wage rules and other factual unit costs and/or report for the COUN t4 's use n hack may include are accurate, complete and current, at the time of contracting ng publishing m COUNTY doeinuents and distribution its the COUNTY deems to be in the COUNT [Y's hest interests [1 3.37 Gil 1N t PENDING anything Included m any deliverable- limits the rrphls of the In the event any part of the contract is to be kindest by federal, COUN fY to ttse the information, the deliverable shall be suite, or otter local agency mime., the vendor hereby agrees to considered defectn'e and not nceeptnhle and the CONSUI IAN'l' comply w ith all requirentellts of the finding entity applicable to vv ill not he eligible for arty compensation the use of the monies, including hill appaicmliu) Of requirements involving the use of minority firms, woolen's business enterprises, 3.31 GO1'EItNlt(: I.A11'S and labor iulplus auca firms, Vendors ale advised that payments The interpret:04 n, ellect, and validity of airy contract(s) resulting under the contract may he withheld pending completion and • from this solicilalioll shall be governed by the laws and tegulatrons submission of all requited forms and documents required of the of the State ot Florida, and I :Ike County, I lorida. Venue of any vendor pursuant to the giant funding requirements. A copy of the court action shall he in I ake Comity, Florida, In the even) that a requirements shall be supplied to the vendor by the County upon sea IS brought for the enforcement ot only teen of the contract, 01 request any right arising there lion), the parties expressly wok c their 20 SECTION 4 — PRICINC1 CERTIFICATIONS/ SIGNATURES ITB Number: 12 - 0804 iTB TITLE: Butteries, Auto and General Use NOTES • Lake County is exempt li all taxes (Federal, State, Local). Pricing should be less all taxes. A Tax Exemption Certificate will be furnished upon request. e The vendor shall not alter or amend any of the information (including, hot not lira ted to stated units of measure, item dcscriplion, or quantity) spited in lht Pricing Section. If any quantities are Stated in the pricing section as being "estimated" quantities, vcndois are advised to rL;view the "Ps.11mated Quantities" clause contained in Section 3 ofthis Solicitation. • Each price offered in your bid shall be a firm -fixed price, exclusive of any tax. Any bid containing a modifying or "escalator" clause not specifically allowed for under the solicitation will not be considered. e All pricing shall he P013 Destination unless otherwise speei lied in This solicitalicm document_ e All pricing submitted shall remain valid for a 90 day period. Tay signing and submitting a response to this solicitation, the vendor has specifically agreed to this condition • Vendors are advised to visit our wehsite at http:Nww►'.Inkeconntvtl.gov and register as a potential vendor. Vendors dial have registered on -line receive, an e-mail notice when the County issues a solicitation matching the commodity codes selected by a vendor during the registration process. ACKNOWLEDGEMENT OH'ADDENDA INSTRUCTIONS: Complete Part 1 or Part 11, whichever applies earth ', The bidder must list below the dates of issue for each addendum received inconncction with this fITI: Addendum #1, Dated: Addendum 112, Dated: Addcndurn 113, Dated: Addcndurn 111, Dated: Part J1: - • to No Addendum was received in connection with this 1113. _ a 21 SECTION 4 - PRICING/ CERTIFICATIONS/ SIGNATURES 1 113 Number: 12 -0841 SEE ATTACHMENT 2, MICE SI INE'I' 72 SECTION 4 — PRICING/ CERTIFICATIONS/ SIGNATURES 1TB Number: I2 - t)R04 By Signing this Bid the Bidder Attests and Certifies that: • Tt satisfies all legal requirements (as an entity) to do business with the County. e 'I'lic undersigned vendor acknowledges that 1 urd ofa vont'act may be contingent upon a determination by the County that the vendor has the capacity and capability to successfully perform the coati act • l'he bidder hereby ceiLines that it understands all requirements of this solicitation, and that the undersigned individual is duly authorized to execute this bid document and any contracts) and/or outer transactions required by award of this solicitation. Certification Regarding Acceptance of County Electronic Payable Process Vendor will accept payment using the C uunty's /VISA- based electronic payment system: IS Yes L. No Purchasing Agreements with[ Ulher Government Agencies This section is optional and will not affect contract award, if Lake 'County awarded you the proposed cuntract, would you sell under the sanie teiins and conditions, for the sanie price,'to other governmental agencies in the State of Florida'? Each governmental agency desiring to accept to utilize this contract shall bresponsible for its awn purchases and shall be liable only f,r materials at set vices ordeied and received by it t5i'Yes ❑ No (Check one) Certification Regarding Felony Conviction Has any officer, director, 01 an executive peifoi mil* equivalent duties, of the bidding entity been convicted of a felony during; the past ten (10) years? ❑ Yes [>No (Chuck one) Conflict of Interest Disclosure Certification Except a% listed below, no employee, officer, of agent of the firm has any conflicts of interest, real or apparent, due to ownership, other clients, contacts, or interests associated with this project; and, this bid is made without pi for understanding, agreement, or connection with any corporation, firm, or person submitting a proposal for the sanie services, and is in all i espects fair and without collusion or fraud i)UNiS Number (insert Willis action involves a fedei finided prnject): Got eral ` Vcndor Information and-Bid ,Signature: Firm Name: gilt/ay os4 +mac • m Sti eet Add, ctis, f,VO �. C b% / Z, , 2. g3ko 1 Mailing Addiess (il dillcrcnl }: ,. Telephone No.: V'63- {° 65 -6317 Fax No.: - 64 -5 L'- inaii: do tee.' fgsel ca•N, VIN No, - / . /0 Payment Terms: " ° h - days, net 34 Sip nature: Air • P Date" / 20/ r Print Nantc• _ +4s P. G9w4%S Talc: Award of c)ntract by the County: (Ofticial l rse Only} � By signature below, the County confirms award to the above- identilicd vendor under the above identified solicitation. A separate purchase outer will be generated by the County to support the contract. Vendor awai ded its: Er vendor ❑ Pie - qualified pool vendor based on price ❑ Pre - qualified pool vendor (spot hid) ❑ Primary vendor tot items: ❑ Secondary vendor t'or items: ❑ °thee status' Signature of authorized County official: Yriu[ecl name: 5"r-ar7 C 3 Title: Purchase Order Nnttiber ass igned to this en ntrict for billing purposes: a ,i ,j . 23 ,SKTION 5 — ATTACHMENTS i nt Number: 12°080 THE FOLLOWING' DOCUMENTS ARE ATTACHED Attachment 1: Work References Attachtncnt 2: Price Sheet 24 SECTION 5 - ATTACHMENTS 1113 Number: 12 -0804 WORK REFERENCES AV"V /I/ !I� Er, ( SGAUd IS Addres: 99155 Ir 2) ('irv.,51RTc. /IP 7,4 r lvo L 33.59 . Cordacl PC15011 &/ 1 p 4 • 1 I cicl,hnnc f, g" 9a r 5 0 7 Patc of � • Rerv,�c l,�(�t b I ir , e.,0 92_ DV,,,, r` S sinc, air r aIU4-MS Collin walls Agency 424.0146.X. 62)4 .4Xe S.-0464S Address Li(15 w - A m .e I , 4 61. Ci4,,5talt. /.IP !()4.1- { r /. 4. 3 2 o I Contact Pcison (� diaiJ/�```'���"`*��'' — ro t-- V Icfe'.hune L(Q / -4 317 — 3tf1 . Ilatr. of ,/? . 4I ii kia . I} 2 „jig tirn�,rr L� � 5crvrcr &4, t r,t, , 'te/r -N 4. Caninrent4 RA c iil J f/ f If Agency Reet-11-a, I al Addles, . y1 4U , f` f r City State AIP Cava r 'L '32q 2^ C•alla:I Per m R,564 &'4 r Xi S Telephone 32! —4,35— 6570 tiL'7t'rel: C TyFv o1 4' 4 S ticrrrcn fu° Cu,nrs,CMS r`5 QPrie /6 04 /e/r r 25 EXHIBIT B .� . " s ► rt " -1 CO CO 1:74 U1 A W N W N N O E.0 GO - 0) 01 A W N_& C1 1i tli 3 > co cn G CA n Q G) 0 o v w m _ r' 0 > 0 0 j v co 03 v ; ) d) cP D P CD `CI c Iv N N rte"' r r o0ou,Hcncor-©ca.o.— I0 rn ,„, v O t Q o ao C co r" m 2. FR - 0) a - i .� z 0 l 1 -< m c N m E - N 0) " _, -4 -.4 CO CO Vi cD c) c) 07 , 1 0) -1 -I 4. 01 U1 2 0 CA 0 1 o O 0 01 01 O o O O o ® o o 0 0 0 01 01 1 o b 0 p° __.. o __ - -1. -3. __ a i N Q N IQ N O a c1�1 c 0 d IN _.+. O CO -s Iv IV V tD CD O 0 00 O 00 O U1 0 0 o a m O O 0100 Q O O 71 III Os 0 art En c 8 O O U1 N N 03 a N W -J .P CO N cc2 ) W Na a) Q Z a 5t/ 1b z ... ___ a :...--, . \ ,,,...„.„-- .., tO T. Er% tAt ....C. 1. ti's" m -0 CD "1 Csl% 1 "1 11 X11 ' z , : , . Z. Z... Z iz_z Z-Z- m V ° 1z, .fl ' lbw= 9 CiN ° I' ° p ao Vt '1 u1 00 .. O W w w W :4 .,i U Z O 0 O r 4 t► '� O d 11 _ , O co N co N '^d 0) Cn A CD CA 3 n 0 n z X O 0 w � ZZW - Z 80tH 0-' n n C Layer' r� c o 0 > CA v o 0 0 -< cn . Y; C) m - 4 Z 0 1;� Cy 1 i3 ' 0 W CO Z ��' 0 T . _ _ -- ,.., ,0. ,, 4. m c --. ..,,, m c. .. ) i., _., -a :?it g. MV . „kit :„ I tiN t I S v * W . �: , m , 1 0 O° 0 p Q m al 0 0 j ! ',,,,'-'1',T. 1 \ i 1: ' > D O U a s , , q�qi , m z0 * C 1 '" -.. , ,, kx ..,4) 43 t.,%., e o 2 EFFECTI S APRIL 11, 2011 BATTERY SPECIFICATIONS _, , e.,. na „rw.,, r��5n i P. ,arlh r'uy... �'...,. s, EAST PENN numufecturing cc int M YMM N srAn ON. P4 19536 - Pho an 670.68? -6361 1 or 010.651.4751 O dar Onpnrlmon( Hoflinn 60O'6R2.0231 t 1 IS, i• sr ,, ! „ - 1 PERFORMANCE LEVEL WEIGHT MAXI MOMOV RALLDIM1:115IONS Core GROUP NQ PART NO 20 HR , LENGTH %MTH , HEIGHT VAl,ro rO6INOTE& CCA R C REF, CA CAP WET, - EW „+ mutt . ,. 12 VOIT:AGM VALVE REGULATED 34778 9A78DT 775 120 955 55 42 5 10 -1m 273 6 71 175 6 203 5,0 2 34(78 9A78COT 700 120 840 55 40,6 10.3.4 273 6•70 176 8 203 10 203.16.17 34 9A34 775 120 55 41 10.0.4 273 0 •ira 175 8 203 10 2,53.17 34R 9A34R 715 120 555 _ 55 41 10 Ni 273 6-7re 176 13 203 1.0 2,13,17 47 9A47 600 _ 100 890 60 39 9.3414 242 6.7M 175 IHE 160 10 1317.22 48 8A48 760 120 875 70 45 -5 11 276 844 175 -90 1,0 53 , 22 4 9 9A49 850 170 975 92 58.5 13.11(16' 364 6 -i;4 175 7 -tr2 190 1 0 13,17,22 65 t9A66 775 160 965 75 46 12 305 7.13 187 7 -3,a 194 1.0 2,1307 . 78 9A78 775 120 055 55 42,6 10.34 273 6 -i,1 _� #76 7 -u. 184 1,0 203,17 04R 9A84R 800 140 011 i 80 - 51.5 12-7,11 315 8.7:0 475 7 -11 199 1.0 13 "11,22 31 9831 925 190 1060 100 63 13 330 6-3:4 171 9•1x0 241 1.5 2,13,17,X 31P - 9A311 925 190 1060 100 83 13 330 6.171 171 9 -112 241 15 203,17 34M 9A347A "775 120 955 55 45.6 10.3m 273 5.7:0 175 9.170 212 1,0 2 PERFORMANCE LEVEL • WEIGHT • •MAXI /.UMr7VERA LDIMENSIONS - GROUP PARING,- O (31 , • LENGTH • WIDTH HEIGHT Ways NO. , CC A R.C. RERCA , jr WE tn- r, ,. nun .. 1n •Inn n -- m ro , 12 ; VOLT POVANCEDIIENERATICN' . 75186 77507 690 90 820 345 9 -3/4 248 7 178 8 -1/0 206 10 14,10,17,18,22,37 24176 7780T 850 116 1020 41 10•34 273 6-71 115 8 203, 10 14,16,17,18,22,37 24 724MF 726 120 890 41 10-3:4 273 6•x4 171 _ 9 229 1,0 17,22 24F 724FMF 726 120 880 41 10.1,•1 273 6 -3.4 171 9 229 10 17,22 25 725MF 625 95 775 355 9,aui 2 48 " e•711 175 Eau 225 1.0 17,22 27 727MF 840 140 1010 49,6 1204 321 6 -a•4 171 ' 9 229 10 17.21 27F 727FMF 840 140 1010 46 5 12 -s4 321 6.04 171 9 229 1.0 17,21 34 734MF 850 115 1020 38,6 10 -iM 273 hart 175 8 203 10 17,18,22,37 34R 734RMF 860 116 1020 56 5 10.7:4 273 6.7x4 176 8 203 1.0 17 35 735MF 625 05 775 35,6 9 -34 248 6.7:1 176 9.7:4 225 1.0 1 7, 2 2 47 (H5 5) 9AGM47 600 100 600 99 Bias 242 175 7.112 190 1 0 130 7 22 48 (HO) BAGM46 - 760 120 ( R75 45,6 11 278 6.776 175 7.111 190 1 0 1917 22 48 (H88) 748MF 730 120 805 420 41 278 0.7ts 176 7 - in 190 10 17,22 49,_08)_ 9AGM49 .w 8 50 170 975 58.5 13.33as 954 6.77E 175 7.171 190 1.0 13,17,22 56 7135MF 760 140 '885 45,6 12 305 7.7'1 187 7 - 1,3 194 to 17,22 75 775MF 890 `� 80 90 820 F 34 5 9 -3m4 - 248 7 178 - 7.174 184 1.0 17,22 78 778MF 850 115 1020 39 10.171 173 6 710 175 713 184 10 17,22 76 779MF 840 140 1000 43 12-ins 507 7.376 179 7 2 :1 188 1.0 12 86 78811' 690 00 776 a 34 5 B 229 6-74 176 5.1,1 206 1.0 22 64R M7� F 9AGM94R 800 140 ., 820 61 5 12•7114 316 � 6-vs 175 7.1,2 190 1.0 13,17,22 12- VCLTtiAUT,QD,14tIVF1L'V _. 67507 650 85 1180 33 1.0 14,16,17,18,22,37 75186 - -- 9-3 248 7 178 8.13 206 5750T 540 6 6 670 32 1.0 14 16 17 18 22,37 _ 57807 690 110 820 36.5 i 1.0 14, 6,17.18,22,97 34178 10 -7$ 273 6 -7,e 175 8 203 5780T 550 BD 660 335 1.0 14,18,17,18,22,37 BUMF 675 116 660 40 � . �' - 1.0 17,22 24 524MF 550 BO 650 _ 36 5 10 -3a4 273 8.14 171 9 229 1.0 17 22 _, 424MF 460 70 675 32 1 17,22 624FMF 675 116 ` ' 850 40 1,0 1722 24F 624FMF 550 ` 90 6 60 35,5 10 -a' 273 6-3:4 171 9 229 1 0 ' 17,22 424FMF 460 70 6 76 32 ` 10 17,22 25 626MF ~ 550 90 676 33 5 0-3,4 248 6 -7re 176 8.7,4 725 1 0 1 22 52BI 040 60 665 29,5 10 17,18,22,37 26 -- (1-3/4 222 B-3,4 171 8 203 42691P 450 66 560 25 1.0 1718 2257 628RMF 540 80 865 29.5 10 17,58,22,37 2501 0 -3n 221 B 171 8 203 428RMF 450 65 560 28� 1,0 17,18,22,37 27 627MF 710 120 860 45.5 52 305 6 -04 171 9 229 1 0 21 27F 827FMF 710 120 880 45.5 12-3,a 314 6. 171 9 229 10 21 34 634MF 890 110 - 820 _ 36 -5 1,0 17,18,22,37 10 273 13-710 175 8 203 10 1718,22,37 534MF 550 90 690 33.5 - 34R 63401MF 690 110 820 30.5 10-374 273 6.711 175 8 203 1 0 17 16,22,37 35 636MF 550 00 676 33.6 9 -14 248 6-vs 176 8.7,a 225 1.0 17,22 30R 636RMF 650 120 . 800 ~ 42 10 -174 2130 7.1,4 184 8 203 1,a 40R [P&L 64ORMMF 650 105 810 37 11 278 6 -7.1 176 6-770 176 1 0 17,22 41 B41MF 650 100 800 _ 88 111.14 293 6.771 175 6 175 _ 1.6 22 64215801 680 - 85 725 34 5 1 0 1122 42(51R - -- 10 254 7.1 184 13.7 175 1 0 17 22 - 642f58R 500 75 830 28 42 642MF 475 70 - 590 29 91,11 242 6.7,0 176 6.71 176 1 0 _ - 45 6461.E 465 65 000 ' 30.5 9.3,a 238 5 -„2 140 B 229 1.0 47 0151 647MF 5 _600 9 750 365 61,11 242 6.1,4 176 7•1.2 190 - 10 17,22 48 (H6) 648MF 700 120 875 42 11 278 6 -7,8 175 7 - 102 190 1 0 17,22 , 49 (H6}__ 849111E 900 185 _ 1080 68 5 T 13.Is71s 354 0.1,a 175 - 7 -12 190 _ 1A ' 17 22 50 650MF 600 108 750 43 13.3'0 940 5-3,a 136 8 -Ere 225 1.0 17 51 551MF 475 r 79 680 26 1.1,0 230 5^ 127 8•24 222 1.0 22 51R 851R7AF 600 75 880 29 _ 90i4 238 5 127 8-am 222 1.0 22 551RMF 475 70 600 2B 1.0 22 55 i855MF 670 ID 705 29.6 11471 222 1 a 152 8 u7 250 3.0 17 18 _ 1 958MF 580 85 - 726 31.6 10 26. 7 -171 184 7 178 10 1 ,22 58 698MF 500 76 630 29 1,0 17 22 58R 05811MF 580 85 725 3 L5 10 254 7.1:1 584 0.710 176 10 57,_22 59 659MF 890 ta0 700 37 9 -177 241 Tans 189 7 - 1,1 190 1,0 17 1 1 kRFORMANC41 LEVEL WEIGHT MAXIMUM OVERALL DIMENSIONS GROUP PART NO I ID1) I,FNOTH WIDTH HEU3HT Core Won F0011(0169 l N0. DOA FLC. REF, CA S7 ' to nun In mm In It= 12 - Vax AUTOMQTIVE ! L y, , ;i 664MF• MENIIMCIM 770 42 I1,5„54 299 8 - vi 159 San 225 1,0 686MF 880 150 1040 45 5 1 0 17,22 65 - 12 305 107 701 114 Map 675 130 690 41 1.0 1727 70 67054F 640 60 655 295 0.7' 222 178 7.1'l 101 10 67,18,22,37 675MF 650 _ 85 800 33 1 0 17,22 78 676MF 640 80 670 32 0 - .- 248 7 178 7 - 1:4 184 i 1.0 17,22 678MF 694 110 820 36,5 10 17,22 70 10-x 273 6.4,2 175 7.174 1114 VAMP 580 90 690 59 5 1'11 : 17,22 85 685511' 650 110 775 35.5 9 229 6 an 176 8 -1.e 206 1 0 1 22 1 86 585MF 540 85 676 32 9 229 0 r0 176 0.1'7 208 1 D 22 , 90 511) G9rMF 600 90 745 33,5 941t0 242 0. 175 874 175 1 0 17,22 __ ( Vi 7a }9f TB) 69F 700 100 875' 35 6 11 276 0 175 6 7N 175 1 0 17,22 x 192 (171 69264F 650 130 760 37 12-10 317 0. 176 04,0 176 1,0 17,22 193 (10) (09351F 600 130 960 46 5 13.19t6 954 0- :a 175 0 7:1 175 1 0 1 '0 165 (117) 1594RMF 765 135 910 46 12.708 315 6410 176 7.1 .0 190 1,0 57,22 , S 95R (119) I 095RMF 860 190 1020 61.5 15 - 994 0 71 175 7 -112 190 1 0 t7,22 — _ t96R 69065MF 600 _ 90 745 33 5 9 Aue 242 6 176 0 7f9 176 1 0 17,22 9765 6 1097RMF 600 95 760 38 5 94,16 242 0 .70 175 7 - 5)2 190 1 0 17,22 1101 010151F 650 110 810 36 10 -14 260 7-606 179 6.11714 170 I 10 22 '14 ‘ G121HMF 640 8 174 0 659 28 5 0 210 61411d 177 8 111 206" 1.0 _ 124R 10i24RMr 670 100 816 35 10 -14 280 5.74 175 044 212 10 22 15115 61 RM F 330 55 440 19 7.1: - 164 4.1446 125 8 34 222 1.0 17 22 M M,nen BAMUIR 320 406 26 7.7,2 197 130 7 -44 184 06 2.13,22,38 39 1 ® V1.7ApT 475 80 660 12•VOL 2VAlJE �Q3' MAN ��ANCE6 S 118 8 t 208 1 0 1410,17,22 GO 690 9 203 1 D 14,16,17,22 J 24 V124 440 70 550 32 10 21 273 8 A'8 171 a 229 1.0 17 22 24F VL24F — 440 70 32 164,4 273 0 VI 171 9 229 IIIIEEM 17 22 28 V126 440 55 550 20 9a4 22 WEN 1 1 _0 203 ME= 17 72 28R IMINIIIIIIIIMIMINUIll 660 28 Y 50 :4 222 0 ara 171 8 203 MEW 17 22 - 58 rrilEMBIMMEMMEMI 650 27 6 10 264 7.1:1 194 7 178 1.0 17,22 133111=11MERNIIIMEIMINIZEMI 905 98.5 12 105 7410 157 7-601 19 1.0 17 31 V1,31 650 110 800 ' 40.5 13 330 5.40 171 9.10 241 1.5 9,22,X 31P VL31P 650 130 800 49,5 13 339 644 171 0 111 241 1 6 10,22 ., . -._. - •:,,. '- 12NOLT, VIrITAGE "VEjiI0Ll:$1, ' 41GHT.COAIMERCIAL 499E 400 1 95 405 _ 422 15.114 450 4.1,4 105 9 220 1.0 11,2 226IF _ See page Lawn Mawr - Oardon Tractor -Small En Inn sealer 299F 429NF 290 80 405 41 - 12418 327 5.10 140 _ 9 229 1.0 11,15,25 ® 353 300 22 6 13 330 - 440 121 MEMEEMMEN 1115 1 15 26 5-VOLT. -LIGHT TRUCK -;OLt ER1140DELPA6SEt4GERCARS 2E 402E 820 _ 190 750 42 194,4 484 4 102 5.76 226 1.0 11,15,26 191_ 319L 440 120 500 26 8 -ir4 210 0414 171 7.14 191 5 0 11 15,28 9'• VOLYCOMMERCIAL SERVICii 1 901 620 102 010 31 6 8.74 11EIMMEMM® 84,8 225 1' 12 25 r•; 1', - 4 541OLT11fJipUTY COMMf;RCIAL.$ERViCB,; 1 001MF 840 130 800 30 0 229 6 - 7,e 578 840 222 10 21,25 2 902 780 204 940 36 6 1040 204 6 - 76 176 _ 8.114 222 - -- 1,0 12,25 3E11 93E11 076 250 1035 47 6 19 -1,0 459 - 4.110 109 10 264 1 0 12,26 _ 4 904MF 076 250 *170 47 12.1 316 6 - 716 176 9.14 241 21,26 fi0 9060 880 250 1100 50 134,4 340 7.1,8 181 91u4 _ 235 1 6 12,25 12:GOLT HEAV '.DUTY'C6'1MERC1A(. SERV1cE- , 1 3E11 99ET 500 120 826 40 18 -1f4 489 4414 109 9.74 _261 10 12 25 40 9040 1050 200 1200 99.6 80. o 627 8.112 216 15 -19 268 30 12,17,25 40LT 940LT 850 240 1005 00 - 20 508 ! 8 4e 200 fi.for 228 20 12,19,26 0080 1400 430 1700 130 4.0 12,17,26 AU 7000 1500 325 1340 117 6 _ 204A 527 11 270 10 254 4.0 12,1126 _ 17TF 917 IF 530 140 530 55.6 17 432 6.76 175 8 203 1.6 11,95,19,26 29 920111E 860 100 OB6 41.6 10 -1a 260 64!4 171 9.10 241 1.0 21,22,X 3011 93011 1 ---- _ 060 - 160 — 000 51 13 330 171 9.1,2 241 16 19,21122_ 1231MF _ 1000 _ 100 5190 58 1 6 17 1131MF __ 960 176 1140 56.6 1 5 1719 21 22 X 11 1D91MF 760 170 010 54.6 13 330 64,4 171 9.84 241 1 6 19,21,22,X 93IMF _ 150 B10 51 1,6 19 21,22X� 1731PMF 1000 190 1190 68 19,21,22 -_ 1131PMP� 11419 66 ® 17 950 - 176 6 -1,5 17 18,21,22 13 390 G414 171 9 -ire 741 31P 1031PMF 760 170 _ 910 64.5 1,6 19,21,22 911PMF 650 150 810 61 1 6 19 21 22 1 , !'12VOLT6r 1 c1AGrSEVEAE SERVICEIO 2SE 31 7T31 _ _ 730 100 940 62 5 1 6 19,21,22,43,X 31P 1 7T3IP 730 190 940 62.5 13 ENE 171 944 241 1.5 19,21,22,43 31 10P3106 700 185 1 876 57 16 19,21,22 13,X 12- VO(;LHEAVY COMMERCIAL'= 40$1.- D0EP cYCLE.1 ® 31 11(53 ® 1 800 700 1000 89 13 330 6-714 ,12 65— .13)4F1PFM - SAi ALE . EN{ JUTE ;CAL'4I()M`#,1A1(1TENANCE -REE i ' 11U1L 350 - 410 19 0,5 12,2 10U IL 400 - 1 365 17 06 22,2 U1 8U1L 290 1 278 165 7.1,4 107 5116 130 71A 104 0 22,Z 7U1L 105 - 1 235 15 i 0 5 22Z 105)165 300 - 365 6 17 I 05 22,Y U111 85)165 230 - 275 165 744 197 6 1 110 7414 184 05 22,Y 74111 105 - r 2 3 5 16 4 s 0.5 22,Y 5)11- = Iofl 1(096 r oolilve'U 1 R a r1Rh1 front po511Evp (vdillyorminat Aldo of battery 10 fro 911 22F - 622F91F 435_ G0 540 29.5 0 !.N 238 i 6 3,r 171 8., . 210 1 0 22611 3221E � 3fi0 60 - 439 20 0 70 _ 238 , _ 5.142 1 140 9 229 0 5 - 112 CROUP PERFORMANCE LEVEL WIGHT 1114 , ' LENGTI I yam , HEIGHT 1 . PART ND Cor Value , F40TNOT E S t NO, . � REF M CA _ mi in rani ' In mm ∎2 4.eG' ,te _., ., ;.1 . 11.40471 mARINEFi.RV,STARnH - CALC1Utrl MANTENANCr4AEE - ,,`,. • `;, „,., .1..i. 24M7 600 •130 1000 46 MIMI 17 22 U 24116 :076 115 820 40 1.0 17,220_ 24 10.01 373 bay 171 9 -3,e 23B - -__ 24615 660 BO _ 669 35 5 1 0 17,22,0 34M4 480 70 676 32 7.6 17,22, 27 _ 2764 340 133 1050 66 1249 ° 318 0.214 171 9.2 230 15 17,1 _ GROUANO PART�NO, CCA 161 MCA MINSa , 4OINS1g 20HR` w of i ”` LENGTH, .r YAM ' HEIGHT CcraVal , FO Y3A 2aA CAP'- NET, ®WEN In itLn , r ,,. ' - 4444 - 12• VbL• TiMARltlC7; RV: UAL4RURR45E :S7AHTIftflW SEfiY14E' " „ :^ . .. - "''•` -'411 24 0P24 550 665 140 120 65 101,E 273 6 1,44 171 9.311 213 1717 U 27 10P27 550 810 176 160 BO 2 - in 305 6 1.4 171 9,31 238 1.0 12,17,U 0644_ ® UP3101 700 875 205 105 100 13 KM Num 171 9112 241 1.5 17,21,22,U ° ,4`,:.. 1 12 1! OLTIMARINE 1RV,DfEF!; CYCLE :aERVt9Ez a . .. .. .'z�L'3Ti' 24 `0C24 600 625 150 130 75 45 10 33 ® 171 . 6_, 2 1.0 11 17 35 U 1 27 0'27 676 715 200 176 00 53 12.19 ®� 94 38 — 171 0 2 9 1 388 1.0 11,17350 31 OC310T I 1150 810 226 105 105 69 13 330 0 114 171 9 - 12 241 1.6 - 11.17.21,22,35,0 Note: The three "DC" den r Jn rl numbers above include dou»Je insu6ared lass mar sc. stators GROUP NO PART NO, CCA , 14 F_ MCA a HH CAP 6 HRG6P a W ET 1 T ti - I lEtJ6 .1 419,3,3,3 HEIGHT Cam ��, ; r00TNOTCS I e , B:VOLTIMARINEAND1NOUSTRJAL 1 , . 14 081 51/105 080 1170 170 11113311 90 20-1.4 527 7 -1,1 184 10.112 270 20 11,15.17,25 083 819 510 ` 610 167 ® 119 24.1,3 922 7.1.2 191 10•iu 257 — 3,41 — 11 17 20 25 35'I 084 821 630 036 157 135 27.1,2 649 7 -117 191 10.1/2 287 3.0 11 17 20,25 , 085 82 730 870 224 212 160 36.2.3 653 0.19` 216 11-24 298 4.0 11,17,70 20HR WEIGHT pd6 r _ LENGTH W11]1li , HEIGHT {3kOUP NO, PART NO. CCA" , x RES,CAR 4340; WET, ' `In , mm 1n,' mm I nun , Cora Value .FOOTNOTES 4444 �, 0444... - 'ORDNANCE;... .. 21114 ^— Soo page 4, Eby Charged Haftrlcx sccllan i 41114 OIL 6TM1 760 ' 120 73 11 -n1 206 10.0,1 267 9 Wiiii.=1.. 6 7 21 250 , 20 HR' 611Nfi �YF Ll htifil, " V D7H HEIGHT QRI?1JPN0 PART N43 CAP 7a A" - WET le mfn In, man .1.a , m om` "' Core Vafue , FOOTNOTES` SNOUT FLOOR SCRUBBER 'AfJD:SWEEF ER 5011 250 210 130 73 1,5_ 401,17,49,25,30 V 901 — 114.4 299 178 11 292 8011 - 235 leo 120 6615 16 4,11,17,19.25,34,V 902 BCMV 330 270 170 97.5 .� 1114 296 178 1449 285 — 20 26 4,11,17,10.,3-1,V 903 8116 370 295 190 113 114,4 296 178 1612 419 2 5 11171' 26 34 W NVOLTFLOOR 'r9CRUBB AND ' SWEEPER , ' r ', 226 100 115 127 3 11,17,26 34 V , 921 15.142 394 7 178 14 -114 382 0 84312 105 100 I 90 116 3.0 11,17,25,34,V ' �20HR MLNB &SCIIAP4CO .r., 16106141 LENGTH ' WIDTH Hp T cwaslrla0 PA3TN , ", SIIR'CAP -Wt ---- I n " ram _ 1A` 1,3191 to �a " ,9°I." " F00TN4TF,5 ; , 1i0LFFCAR - EV '. MOTIVEIPOWER ,- OEEP'CYCLE;SERV *CE:+ , C , ,_ GC26 236 108 132 — 408 66 16 4,11,35,U 0C2 41C16 — 230 1 174 120 — 448 64 10444 250 7.1,2 181 10 701 270 4 11,30,U 0010 215 167 106 — 385 ' 80 5 .5 11,36,0 0G2H 0045 255 203 145 — 610 77 113-144 200 7 -1,0 _ 161 11.1;4 302 1 5 . !{,11,30,0 GCB GC8V _ 165 130 05 121 60 10.11 7 -tie 181 14.45 283 16 4,11,35.0 . GC12V 165 — 77 110 90 1349 74446 179 11 42 -, 2130 t5 7,11,0 a o3ouP' ° se WE HT Ibs - LENGTH ; VdDTH ,HP,IOH,j� NO' PART N0,'" CCA • aAR REF. CA 1m. �1 in mm' , In ' "" 1nn1 ; GoraVelure' 'FOOTNOTES` 42•VOLT GOLF . OAR ST ilNGGAT .1 Far : es an . ins ■alf cars with T861 lamina! 24126 426G 450 56 560 26 8 -114 222 6 441 171 8 203 1.11 17,22,0 _ -- 2 LEND WIPTH He OW _, 0 1 , 1 0 1,11 ' NO PARTNO ,�'C6A RF F'MCA REP- MINE 20HRr '4�C)7N01 @S CAP 254 CAP bi Jn1n_ ' 11 Fn , - , AO min, l T - ' OVAL ,, — C370' M, .�:REGLILA 'i. + :, Y U4_ 9AU1 1 200 240 45 54 32 24 197 514 130 7 -124 1114 06 2,30,39,Y 1 200 240 48 54 32 24 ° 211 G-1,9 130 7414 104 0.5 2,17,38,39 Y. 2361E i HA22HF 250 — 420 85 95 65 30 5 9-$4a 238 6.112 140 - 9.054 235 0 0 2,30,30,0 24M 8824M 626 800 136 145 79 53 10.1,4 270 0 114 171 9.71, 251 1.0 2,15,36 39,U 24 8A2.4 800 135 145 79 63 10.1,,31 HIM 171 9 -73 251 1,0 217 38 39,0 04241417 800 136 145 79 10.1.4 171 9479 1 0 2,30,30,47 t ' 8A27M 580 900 176 _ 105 112 12 -14 pi B 1'4 171 9.73 1.0 2'1730 39.0 8A27 680 900 176 105 92 63 12-3.M 84,4 171 91,0 251, 1'0 2,17,311,39,0 31M 8A310175 _000 1000 200 210 105 09 12 WI; 320 644 171 9 i' �__ 238 — 1.5 — 21617 3 39 U AO 4840 1110 1420 000 413 190 129 20-344 527 8.112 216 10 254 30 2,17 _ 80 8A80 1450 1800 480 617 245 158 20-3 4 527 11 270 10 254 2,17 0C3 8A©412 660 900 380 409 190 095 10.444 200 7-1,2 131 — 1 0-7.9 270 2, U 1 ' 43:,-.1: zr_ . Ps,. - ,,.r._ ° -.11'0E0ALVEfREGIJIATEDi,,,' ,,, - Ut 0004 200 290 44 47 316 7 s'. i 157 5 -1,0 130 7 -1,9 184 06 4,38,39,Y, MUM 200 290 44 47 31.6 3.11., 211 51 130 '7.114 184 �D,6 417 26 39 Y 2361F 302211E 210 04 — 71 02 dl 0 !a 238 5 - 1,3 140 ,9 -1,4 236 06 4,38,39,0 245 86246 410 676 132 140 73.6 Ell 10a,e ! 0,111 171° 07,9 251 1,0__ 4173830,11 8024 3 470 132 140 73 0 62 10 79 276 6 -i 171 _ ��9 41 '261 1 0 4,17,38,35,0 24, OG24N11 335 470 132 140 736 62 10 -14 2110 64,4 251 1,0 4,36,39 502435 335 470 132 140 73,0 62 10 -14 260 6-1:4 210 10' 4,38,39,43 1_ 271* B G27M -- 565 700 109 170 88 1 63.2 124 4 324 6 171 - B 7,2 251 1.0 41739 30 U 27 0027 400 550 169 170 39 62 7 12 $14 171 5.7 :2 '261 1 0_ 4,17,38,30,0 _ 0(32771876 400 — 650 100 170 60 82,7 12-214 17T 9.114 235 1.0' 4,17,38,30,0 301* OG9011 450 840 180 190 07.5 695 1241.19 329 ' 0.1,4 171 _ 0 -1,1 `240 15' 4,17,38,30,8 31f wain 171 _ 650 790 100 196 97 G 70 12 -15.14 329 0 7'1 171 '03,4 236 1.5 4 31 05031 460 040 189 190 I 976 69,5 124294 329 4 G-34 , 171 ,t42,2 219 1.6 4,17,38,39,X 34R 8G3441 3110 420 — 90 — 50 9 60 1 41 101811 75 6 -Sit 109 7 1.0 4,38,39,4: 11040/1 - -- 1 225 126 69 — 43 - 40 31 7 - - 7-344 197 . 6 1:e 188 64,9 0 G 30,39,C GC2 000C2 1 685 1150 1 345 375 180 be 10v 4 l 260 I 7-, 1 01 104:4 1.5 4,38 _. l 0506 081/05 575 400 5 260 270 140 89 5 10 09 2 7-4.4. 00 7 - 101 10,24 1,5 4 U 0 40 0040 ., 970 1245 375 996 183 127 2044 527 I 04.7 216' in � 3.0 4,17.28,39 -_� 160 BG80 , 1150 1470 475 500 _ 226 157 20 =14 627 11 279 10 254 411_ 4 17 39 39 , ,j PROW" • - - t'FRF0,961ANCELEVEL WF.GHT LEN DM 11910 FfEIOHT NO, PART N47. CCA - y_ - �.__ _ - . ,_ i GufY YalUe �'CIQ11V4TE9 14 IIR CltprtC+JTY � K t3S � l I HS to - r mn1 ilk 1 nun , In curl POWE -SP.ORTS`AGIA LJE R EATEI _ ,, ETX12 100 ' 1 � .. 4, 3 , - IT .Ira r 154 3.1111 00 te 1 a0t 442 2,341,36 ETX14 1 220 12 5r4 l 12 5.7;1 150 341 is 8l1 6 145 0.2 2,30,38,42,75 CTX14L ---4 220 ' - t2 5.4 �' 12 6IA 150 3 -911i 50 6411 145 0,2 2,3839 ET X1 il4 14 _ _b 11 0 1 11 134 a tit 90 G.i it. 1 0 i 2,38,30„42,7$ ETXI5L 220 14 5 1 , 11_ 5.1,i 134 3•ii2 90 §.9,tp 105 0.2 2,30 _ CUM 325 10_ 7.7 i 17 0.7 I g 575 4 teD -tit 165 0.2 2,38,39,42,74 i;fXi6L 326 19 7.7 17 0.7;3 -7 175 4 100 6.14 155 0.2 2,30.39A2j4 _______ ETX18L 340 ' 28 -- 6.2 18 8.118 206 3-1ni 9 1 $-a'rr 143 0.2 2,38,39 ETX2OL 3101 17.4 7 15.6 ' 5 -Val 1 176 3 -7115 - 60 6 -tab 155 0.2 2,3'8,35 --- -_ Etta L - - _400 28 5,8 21.7 (� - 6-Em h 169 6 13 6.7/8 175 0.2 2,30,39 f F:TX30LA. ' 480 _p_ 28 5:8 21.7 8•vat 160 baits 131 7 1 197 _ 0.2 2,30.39.70 PERFORMANCE LEVt3L `- WEIGHT LEfiOTP4 440111 KEI0HT O5 OUP' pA T No. RES ' VOLTS Care VoIWe FDbT'diE?S 110 CCA CAR REF CA, MY' to In EA In man 1 :7 1 1i r •C ATTER1ESr I1Ar ED:O ' 24 624MFD 675 115 050 . _ i 26 . ;1(", >v'1 2273 64 171 9 229 1.0 7,23 4D ' ' 904th , 1050 200 1280 12 5(t 3271 527 0 •ut 216 10 -1te 268 3.0 12,17 0D 011111 1400 _ 430 171}6 - l 12 I 80 20.94 527 i1 279 10 264 4.0 12,17,25 a1 12311 FD 1000 ` 190 1190 12 ' ry 43 13 1 330 940 171 941: 241 1.5 19,21.22,X MI , 8(J 1 LD 230 — 275 12 z` 10 5 141 t _ 197` 5.1 130 7 -11+ 104 4.5 6,22,Z if 8U1RD 230 ' — 2!6 12 • 10.5 7-vi 1 147, 6.irs 130 7 -i 4 104 0.5 6,22,y , 2(131 211140 400 1 76 46 12 i 23 10.ili 1 . 260 6-iii _133 1 8 X29 1.0 12,21,25,32 I41(11 41110 235 2R 21 24 — - 21.5 10411 260 5-13 133 ` 9 229 1.0 11,17,21,25.32 ; eft. - 8T1.IF0 _ 750 230 120 _ _12 b2 ii•I'1 3$0 1 t0 - u 9 287 9 , 220 2,0 0,17,2 g,26 . ■ ' 1 ».., _ ... �� .,- ....,.... , , ' ij _ .` 3 e7�, _ _._ i ' o 1 .� _ ," ;,- i All .�! 'rte °1 1 _ cl ' ' . F . w1 ' -1 s I 61 r' , f r. n I V II V W v f (3 Flag taro rr.:.?w'13, d'ar;1r<(ar I1t::e IT876) 0 Otfsai pall yd ye-itlthi! 501398 &,81061 4r11' skirl V, Moria5•In offset SAE R115;11 vedlcal 5116" C 114• x all Ctpl:cr In .rrt Tcrm3n,11 anti 1' ax ntll (T' 7 ?) NM 4:. pos. st£nleos siosi o:4ds E Stnn1 90 u rl;fht tnrm ore vat 1 78 T. Hag'. y DiAy L IG7r?lirtal wr ?lifts` cll.:male, stole I T9 16 1, tY1'o Icmtinal w/ 3(16" dim8ler tole (1892) d a ne''ur he's (10 /f tJ hrl.:ded-'tl offset SAE p48i and vert,ral 5116' NCG , X. col" k 113 alnirdps.r s;rr11 skid ;tests G O'rz'_I purl yd Ouribusi'„al lir.427, 841i:dean ',: Ili' poi ataili'ets :ye @I eb.ids arm rtt44 Y :ir001 Ltorn t1alwi with rotir�1 hricw race1 5116'! n 1 and f•.nx rtu! (7981) 7 .'L lenlrnrrlalw: :h Beri :51 h11U 5 i I'd butlers_, are mainterrnts tree caktum F,-is extent warn!! rwIr S 18 Dual trenlinal 1,0 W( nI ilnst2rt All balteresrmarit!ar:.rre d ui ptUrupyleinn LaSei i t d 1,,44,8 ax:esll 44 274 r:ct. c1 17 loci Inc har..1•a Ac baikr;ss rnamho:lived in t rek rase dial, ta'n.k er.r @r escot'!,.,,l' Ka. n:llisd 18, hl:t - dns;np adaptr - A" b3ltenn., dxu:pl Fin'.: Smte, to ra SAE ;udarna:ae pot i.rrus9 rata 10 inrii.drs lifting ledaas - 'h`Arranly is rwati0IA'J illu3305 20 Hard lubber, midi! call sxr►rr c4rttGutIbbon • Al 3.8030 la 4 tr3. Artinrn.ible41 wolptlt 71 Anchor lack efesurnls . 1' MCA 8;4 CA rAl ;,.qs 23'F fr. cnmp:r;rc,t only 72 s=lusn n'aii'u!d veined irctver - Al ratios; cqccpi Qr 4, and RC nee ''n.m n;.' 23 tut Irraila d ranteJ (Xi}'rir Winn sri pped wet standard met . kenr, rrransrrtk► ICC 3 sienrificatzns wren et pond city l:Gy = up,to 11W reduced capacity 25, 'Nth iride.iide it'll tap; F-uo I Mil ES 35, ftelrl 0 14 ryir*i �� 2 Wad: ebver1 G*a/ Case 35,- 0ed, t 1551 `rom t ::d and' CA tarrg viepri Iw i;cw ror 4 Pray txnrr r Gray card (12.40 tnauinudn {Olds, mat) 0 0Iac1 ravers' I3'or n Cases 39, (=.`7K Rnrintt'lance t.pubra'f , Carl( Uue co-ire 10aikt ur rase , ' Fre melon ws:n adapter add Mr (221rin 1 Dry cllarpacl ualtrrin0 (1118 6ldot woof v, ek.aa L;R 'tfon.spit'is'ald' defined try CO7 (L7a4.dtttts31 Qf Trp3r deLntms 11 L1.1w 'iwultr.l8nea.li 9 dnlilnet1 50:43 1'] 'Nan SFotaullr` fefined 1.4 ICA {httenrr ". foal Cilia Aylainn grcsnhabena 12 I)'frii ci ot!to(liutr and 147A 3Ir.:nln3Gvuel Trooloi:G1,Aa c'.toi dntui:c .I 17. ■t+4:at)e40!a(965011,cchr&rrogF 42 01e',1htw<:1uva 8'i8p18r 14 Conlnrie 1r.n' nnlparts, 43, 'ASrinuly ik 17 rl onI(; In dcnpcycle service 15, 1inr4 rubber, on ,m .n corer cais'lucu0n 74 71,'l;;imi wri 7Cre,m,rdapter 75 9 f.•pe4 ten hva (2( 17rnrn udar:•;•.9 70.. 5t1pord w:1 1Crnm aJartter 78 'Alpped ....etr 22nI'4 he ERI! Pouu 02:4 Rrr 0'.,11,2 :11 02'11bfCF'd I'nnlr rlo pwr,tor. duuunwul n,..,. 4u,upi►d ur aytyIu.J, ilectic11•:nir{ or rv.r3,.n r.:ly, .ill,uul.rill ,,I t;CirYir541zn IMn' Ihr C 1 pIIly. cxiDE TECHNOLOGIES 2010 BC Cranking tra g king . RC W;ir r9111y Battery Gran!) , Arripc A nips 1lnu Nis : Froti,'J Weight Size TYPE a1'0' F '31 32` F 0125 Anipe 70(31 LBS. EXIDE SELECT ORBITAL SEALED VRLA (AGM AUJJMO — IVE BATTERIES- MAINTENANCE FREW 64 MONTH WARRANTY - 751) I ORB750T -84 _ 750 850 110 401106 — 1 - 11 — MDT ORB78DT -84 800 950 95 401108 30' 34 _ 34XC0 750 935 100 18/30 41 Ek1DE�' NASCAR-EXTREME AUTOMOTIVE BATTERIES - MAINTENANCE: FREE" 108 MONTH WARRANTY -j2 VOL , 27 27 -E103 _ 750 000 120 40/100 27F 27F -1198 760 900 120 40 +108 35 35 -E108 585 7w1) 100 40/108 35 361 300 -E108 650 800 45 40/108 51 61 -E180 510 610 70 400108 5114 51R-E103 510 010 70 40/108 69 59 /109 590 710 100 401108 05 65L108 750 900 160 40/ 1 41 75 15 -E108 /390 825 100 40 /1011 '36 78 /6 -E106 770 1.150 120 40 r108 75131 750T -E100 690 860 100 401108 ,311 MDT 713RT -E10R /10 050 i 120 401100 43 EXIDE NASGAR$Ef.ECT AUTOMOTIVE BATTERIES •1 FREE* 84 MONTH WARR • 12 VOLT 24 24.84N 700 850 120 30 :114 41 24F 24F -134N 100 850 120 30184 41 25 75-84N 570 710 100 301114 :i2 77 27 -84N 7511 800 120 39+84 43 27F 27F -114N 150 090 170 30 +84 .43 34 34 R4N /70 950 120 30184 44 34R 3414 -84N 770 950 120 30(114 44 35 3541414 670 710 100 30 +04 32 58 56.84N 501) 620 00 30/64 33 65 05 -84N 750 800 131) 30/84 44 75 75.84N 630 795 100 30/04 34 711 18.84N 770 950 120 30/84 42 /f :DT 750T -04N _ 630 785 100 30/84 30 70DT _ 7801 -84N 770 950 120 ` 30184 4 4 EXIDeRREmium AUTaMOTIVE BATTERIES - 60 MONTH WARRANTY - MAINTENANCE FREE` - 12 YQkT 24 24 -00 525 630 _ 90 20160 36 24F 24F 90 625 G30 90 20+00 36 25 25 -60 525 610 86 70/60 33 26 20 -CO 525 630 an 20160 30 2GR 781160 610 675 80 20/60 31) 27 2/-60 700 850 120 70,60 43 21'F 271:-GO 700 660 170 20(60 41 34 34 030 750 100 20/30 3'1 95 35-60 575 630 05 70/60 32 36R 30R -00 651) 800 95 20160 3R 40R 406 -50 590 740 100 20190 38 41 41 -60 675 635 105 _ 20/60 - 3 42 47 fin 600 000 _ 70 — 20/00 77 45 15-60 495 595 80 , 70 /50 30 _ 47 47-60 600 /50 _ 115 20/60 30 48 411 60 690 050 110 20100 38 49 441.60 850 1000 140 7,0/90 44 51 51 -00 _ 450 540 70 20160 27 51R 5114 -60 460 540 70 20100 27 56 56 5Rn 690 90 20160 31 58 59.00 540 075 80 20160 32 53R 5814.60 580 700 80 20/90 32 59 59-60 590 /10 100 20)60 36 64 64 90 b`15 725 110 20100 40 G5 l 65-60P 050 1000 160 201110 46 56 65 -60 _ 650 780 130 29/60 40 70 70 60 525 030 80 20160 79 75 /6.UOP 090 825 100 2000 43 76 75 -110 630 785 90 _ 20/60 31 78 711 60 630 785 100 20160 37 70 19 -60 800 11.100 140 20100 52 65 85 -60 1110 /85 90 20160 34 80 86 -69 630 7415 111) 20160 31 161..1¢.1L oft +ake < for rvrinanrcnnmuunco In lI. v.Itulanisk.trCµnok;, M. T.XIDC TC+ ?nok0.4 nrImnuuBlvlm t RUFh 1 ru le+lArimdwr }1003' MI 4CfNtPo BGI Cranking Cranking RC Warranty 8sltery 'Group Ain p$ Amps Minutes Free 1 WV IoIiI 'Size- TYPE at0' at .32':F` a25 Alnip , Told (LOS,) EXIOE' PREMIUM AUTOMOTIVE BATTERIES - MONTH WARRANTY _ - ftQi{�jFI� CE FREE' - 12 OLT 90 90 520 I 650 60 2001 28 91 01.60 700 850 100 20160 41 93 33.00 800 950 150 20100 45 94R 9412 60 730 _ 875 140 20/8O 49 9511 95R -60 590 710 95 20160 33 100 100 00 770 950 120 2011;0 47 1218 17111.60 504 600 BG 70(6.1) 31 1246 124R -60 700 850 110 201 &0 40 45A211. MIATA60 370 460 50 20160 25 17147 L2147 -60 480 575 90 2.13680 3f 1 3/48 L31413-60 600 625 _ _ 110 20160 760T 750T -60 525 830 85 20760 32 780T 711r7T 130P 850 1000 t20 20100 mm 44 78 DT 780T -00 050 ROG 100 20160 3 EXIDE STANDARD AUTOMOTIVE BA1 RI $.�12 VOLT - _ - 74 24.6 450 525 00 868 33 24F 24F-6 450 525 130 6/6 .32 26 20.0 450 575 80 016 20 2811 7611-6 450 525 80 0/0 78 _ 56 56-6 450 535 '75 615 30 58 58 -4 480 540 70 DIG 30 75 75 4 525 630 85 010 30 75DT 750T -0 450 550 70 66 30 22NF 221..W 13 390 450 70 010 '27 29NF 79NF 6 390 450 90 010 1 EXIDE AUTOMOTIVE BATTERY - 6 VOLT IOL 191.6 440 550 120 010 20 WI Cranking Cranking RC Warranty 6ltory ;Croup Amps Amps MI IIG9 Free l' Weight 312e , TYPE at 0' F at 32'.F lie 25lurin3 Total .(Las.) EXIDE RpadForce" AGM GROUP 31 BATTERIES - 24 MONTH WAR • . NTY - MAINTENANGi"_FREE' - 12VQLT XRF -310 925 1110 200 24124 72 11 XH1- -31E 925 1110 200 24/74 77 1r -Stn 700 640 200 24(24 006 RF -31 E _ 700 840 200 24/74 69 EXIDE'� EXTREME CYCLER 200 GROUP 31 BATTERY • MAINTENANCE FREE • 24 MONTN WARRAN •12 VOLT 31 ( EXtrC -200r7 I 700 _ � . 1340 _ 1 20u 1 _ 24(24 ( EXIDE' GROUP 31 BATTERIE • 1 NANCE FREE - 24 t ONTI-( WARRANTY -12 VOLT X1-1P-310 950 1100 100 24124 57 XHP -31E 950 (100 100 24/74 57 IIP -310 975 1050 180 18124 55 31 HP 311; 925 1050 180 18(24 55 HC -31D 7 700 840 180 18124 51 HC -31E AI 700 040 180 18124 51 COM -31D 6110 LL RRO 160 18/24 50 COM -31E 660 800 1130 18/74 50 EXIDE HEAVY 4UTY COMMERCIAL & FARM HATTEIMS • 2A MONTIi WARRANTY -12 VOLT 3 E r 31 :r 3(0 440 100 12/24 42 3ET F -SET 460 550 120 12124 47 40 COM -4D -P 1000 1200 370 12124 08 4DLT F-4DLT 820 970 750 12/24 86 COM -80 _ 1300 I580 435 17/74 125 COM-80 (312) 1300 15160 435 12/24 125 COM- 80 (3131 1300 1580 435 T 12/24 IZb COM.810 (314) 1300 1560 435 17124 l 125 80 COI4 -80 -P 1155 1380 400 17/74 171 COM 80 -P (312) 1155 1380 400 12/24 LL 171 c.or'n 83 P (313) 1155 13BU 400 12/24 121 COM-80-P (314) 1155 1380 400 12/24 121 COM 813 P1 1155 1960 400 12/24 121 161 F -15TF 545 665 210 12/24 51 17TF F -17TF 530 005 140 17/24 44 3DH COM -30H 100 850 1 180 1 12/24 52 j EXUDE" HEAVY DUTY COMMERCIAL BATTERIES - 24 MONTH WARRANTY - 6 VOLT 1 COM 111 -P 625 756 150 12/24 27 2 COM -2 -P 675 750 150 12/24 34 21 F -2E 600 730 100 17/74 36 3E11 F -IrtI 850 1070 280 11/14 40 4 6051-4EC -P 915 1170 300 12/24 48 41~11 F -4111 930 1110 300 12724 51 5D COM -513 850 1020 200 12/24 45 710 COM -rD 0/6 1170 330 17124 58 S IG,. ali.al.a a 1).i ..c. raLu4uai lu, a us a ycon. art �xu lut,0 cwnl a s;s J.scicy....sics, uu.• E)1U, Talin03:g1:. 0157R13UTOR PIECE SKET etait4'.05 IT -tCI1 IVIIr MfI enRh.I RC] Minutes RC ° Warranty Battery Group e1 5Amps . 5(1i1n603 Free') Weight SI2a.- TYPE to' 6.20 V 25 Amao That ,(LBS:} EXIPE6i1 GOLF CART & ELECTRIC VEHICLE BATTERIES • DEEP CYCLE -12 MONTH WARRANTY - 6 & B VOLT GC -145 (0v) 145 575 12112 6/ GC-2 GC 135(6v) 135' 4130 12/12 _ 05 GC- 110 -7, (Rv) 110 394 12112 60 GC -110 (6v) 110 300 17112 GO GC -8 GCRV 110 (8v) 110' _ 2410 12/12 _ 61 EXIDEO GOLF CART STARTING BATTERY -12 MONTH WARRANTY -12 VOLT 2GG I GC -26 (12v slating) I 4 SO CCA QO Inin R C 1211 - 2 20 . M , ' . , . hy 4rrup• C410)1011 BC{ Cranking Cranking RC. Warranty Battery Group Amga Amps. Minutes Free '1 Wo(yllt Silo TYPE at 0' F at 32' F rIt 25 PIni18 Total (LBS,) EXUDE' CUTTING EQGE9 GARDEN TRACTOR. SNOWMOBILE & UTILITY BATTERIES - 6,MONITH W RRANTY -12 VOLT GT -XI in 35U 420 3a Ar6 20 U1 GT •X 300 300 34 610 16 GT -III 236 _ ?-Q0 25 0/6 15 CT 165 200 17 GIG 15 111k (3TX -R 300 3130 34 0 /13 ` 16 GT -R 235 280 25 816 15 BGI Cranking. Cranking RC Warranty 'Battery iGrPup Amps Amps M1dotes Fr.. / Weight' Siz6' TYPE at 0" F . it 32° F & 25 Ampe, Total s(LBS.J EXIDELARECT ORBITAL SEALED VRLA (AGM) MARINE BATTERIES • MAINTENANCE FREE` -36 MONTH WARRANTY -1,2 94 ORB34b1 -36 � SOD 950 95 18136 38 34 ORB34DC -30 750 935 140 18136 41 EXIDE M000Cyc1om y AQM M TE ARINE BATTERIES - MAINNANC "• 24 O WARRANTY - _t2 VOLL ..... 31 XMC -3I 929 1110 200 — I 24/24 72 MC -31 700 1340 200 24124 G0 FIDE NAUTILUS MARINE STARTING BATTERIES - MAINTENANCE FREE*; •24 MQNTH WARRANTY - 17 VOLT - ,. XXHO M -24 1100 1000 115 12124 51 74 —_ XI in M -24 526 054 110 12174 bf HD -M -24 450 — 525 05 12/24 21 XXHO -M -27 __ BOO 1000 1114 12/24 RE EXIDE NAUTILUS" I ARV BA ERI •S - DUAL_PURPQQ^I%{MARINE STARTING & DEEP CYCLE) - WARRANTY 24 i NC -24 540 625 174 12/24 44 77 NC -27 575 730 100 12724 54 EXIDE NAUTILUS MARINE & RV BATTERIES - DEEP CYCLE - 24 MONTJ - I d,43RANTY = 12 VOLT -- 24 _ NC -24 400 500 140 17/24 51 27 NG 21 500 875 182 12/24 60 31 NG -3I J 725 DUO 205 12/24 02 40 NG -40 000 854 250 12/74 102 80 NG -00 800 1700 400 12/74 136 EXIDE`' NAUTILL% MARINE HEAVY DUTY BATTERIES • CQMMER GRADE - M ONTH WARRANTY - 6 VOLT 1 ' 8 -1 390 430 110 12/12 30 ' 964 8V1.1 -AD 1140 1000 445 12/12 00 905 13VM-GD 650 1213D 615 _ 17112 143 9131 8VM -0 850 800 305 12/12 I 00 BM ` Milolos • RC Warranty Banery Gro11p, rg 75 kmpz, Minu1os Free /. Weight Slur TYPE 1t s:2a V pg. 25Amye' Tolal {LBS.)" EXIDE FLOOR SCRUBBER & SWEEPER PATTERIES - DEEP CYCLE -12 MONTH WARRANTY - 6 & 12 VOLT 00 1 1E/ 2 - U (6 volt} 159 5/0 12/17 57 003 1 D (6 vol1) 225 1110 12112 118 002 F58-D (b volt) 165 715 17/17 64 971 FS12.0 ( 12 volt) 106 393 12/12 82 J EXIDE SPECIAL USE E AG 6 VOLT _ 0V27 i ix `.6V-21 - _.__I - -- �O - '¢ 1 EXIPe SPECIAL APPLICATION & UTILITY BA 12 OLT U1 I DC -9` 100 260 r 4o 1 6,8 I 23 ` J EXIDE SPECIAL USE PREVAILER GEL VRLA - MAINTENANCE FREE V LT _ U1 PV -U1 170 20U 43 61 22 92N1' PV -22NF 211n .135 - 05 6,6 36 24 PV -240C 410 400 137 12/12 51 27 _ __PV -2713C 400 585 156 12/12 60 . 5! PV 31 656 705 196 12/12 77 Ir ,,,..Unlll... cakulllraa rPrlij - 'flN comm....en, In ea avant of um/ Jm1,ryam-u• ulL . E.1902 Techno'I�jkes OCT 1Iu u 4F I I' Jlrt1 [Wad nu. calla # 4, 2:05"i.a w ^-'o1 ..i1 kING POWER SPORT PROGRAM miE v=-• tti B ar ra •S ipeiCrank+ PART . . . .REPLACES NUMBER EWE' SuperCronk a Orlva BATTERIES 12 -VQLT FACTORY ACTIVATED,' FACTORY SEALED VRLA (AGM) - MAINTENANCE FREE - SARA R :50141 1b- 11S.¥u11.8- A2YHIAt1Al2 SC 16CLBFA r x.• ^t rr 1aCL D SC2611CFA ETX2DL, ar CA20L -63, I°A2OHL -88 S(770L1-A VIX3(1L SuperCranke Select 12 -VOLT PREMIUM SEALED VRLA (AGM) - MAINTENANCE FREE - 6 Month Replacement FRESH PACK KIT (battery, acid, hardware, lnatru 4L -BS 5L -IiS - 7A-I1S - fL - HS - 3 -BS 17 -11S 14 -BS 14A11 - _ 14A AZ 14A -At, 14A-2,11-U2 14AHL - 14L - 14L -B2, I2N14 -3A —_ 151 - 16 -B3 - 16(.L -B -HS IbCL - 13 1O1 -BS 101 - BS CL - dS - 2u -BS 20CH -BS 7t)H -liti - 20L-BS - 2OHL -B5 74t1L -H S I I3L l3S, aU N114. -A (3 SuperCrank® _ 12 -VOLT HIGH PERFORMANCE FLOODED .- 6 Month Replacement FRESH PACK KIT (battery, acid, hardware, Instructions) 4L -8 7C - 12NfC -SU 11A -A _ - 9 -B 91.-B - IQAA2 14L - -A2 � - 10L -H - 12A-A 12AL A � 12C-A - 14 -A2 14A,A7 14A -At 14L-A2 - 10A-AB 1IAL -A2 - 46-B - IOCL -B 16L - 1ZNIG - 31 18L -A 50 N1111,=A7 _ - 6 -VOLT CONVENTIONAL FLOODED -- 6Month Replacement FRESH PACK KIT (battery, acld, hardware, InstrucIone1 ON5 5 -1D SN6 -3B - 12 -VOLT CONVENTIONAL FLOODED - 6 Month Replacement FRESH PACK KIT bete , Acld, hardware, InsUiCtIon6 17N5 411 - 12N5 5A -3B 12N'r - 3$ - 12N7 -4A 17N9 411 -1 - 12N12A - 4A - 1 -- 12N14 -2A HD - _ -- Part .Number- 'CONTENTS. MOTORCYCLE HARDWARE REPAIR KIT & BATTERY ACID SCK -1000 II<il Nuts, Bolts, Sj u rs_ Vent Cavb. Water St ri wr1 LL BATTERY ACID ACID 32OZ 37ni Arid lamina ACID b QT 0 QT Aud ACID 5 GAL 5 (SAL Acid h,, ,nwlna n.i p,cu Le J„uu„ fw.wmn,c, CCVlVCnt[nce In the (wee oranr+7urcW„cles- ve'UDC 7W ota l ln5TRIOU7c1R PIILC 511trid' nPou +ntuvt T:r14'wlrnr•n1 ,✓ L ORDER POWER SPORT PROGRAM rAM TECIINDLC>GIEQ3 1 IS AVAILABLE ON A SPECIAL ORDER ONLY BA J13: Optional PART REPLACES Battery:. NUMBER Suhatitu110a 12-VOLT FACTORY ACTIVATED l FACTORY SEALED VRLA (AGM - MAINTENANCE FREE- 6 Month Roplacemont T411.5 40 RS - 121S 913.4 E B - TZIOS L1( S TZ125 _ _ 2125 -V 6QLKCONVQJITIQNAL PLOQ1)D .- 6 Month Replacement 6N2 UNV 6,y 2 1,21 - GN2A -2C UNV (SNM 2C(l BN4 - UNV 6N4 GN4A -4D — 6N411 -?A UNV 6N4n 91411271;415. bNs1C B ^A' — GN5 5-1D-1 RNB -111 6N6 -38-1 — GNO.1D -- 6Nt3.1 L) GCB6L -B — GN11 -2D _ 614t 1A-1H ON IZA-20 —1139-4 849 - 6 -- 12 -VOLT CONVENTIONAL FLOODED .- 6 Month Reptscemenl. 12N5 5 -38 - - 12N5 6-4A _ — 1 ?lti7 411 — 12Nfl -JA — 12N11-3A-1 — 12N12-311 _ — 12N24 -3 — . 12N24 9A _ 2 5L -C 2'6`1 -C -1 — - 12 -VOLT HIGH PERFORMANCE FLOODED -- 6 Month Replacemment 3L -A _ — 3L - B — 4L A -- SLAB -- 12118 -38 -- 7 -A 12N/-4A 71 41 N7 10 — 9L A2 12N93A -1 -- 101-82 - 1aL -B 17A -IS — 12B-82 — -- 14L-A1 — 14 L -A2 14L -B2 — 101.1 -A t68 -At — — IOC -B — U3111. -A4 M 18111 A rx 16L -8S 18 -A — 20-BS G0 -N 10A-A — 1 BL -BS _ 50-N1111.-A1 A1 I8L -9S 5l)-N t 8L -A -LM 1.ON18L -A -Cx 16L -J1$ 00 -N24 -A 14 N24.2 — 60- N24AL -H 60- N24L -A — - it 1Jstort CltvASYSnknv. 61 thz Vanl 44 all diumpin,c4,C1c TcGhnoAjk: OIYTHIBUTOR PAIGE Slit Et d_Oxl l'laeC5t6H 1 Y•Or ! l con61OI Item .J.I•S AvaIr• Battery REPLACES POST TYPE CCA ability Type ( 0' F 12•VOLT JIS FARM, AUTO, TRUCK, GARDEN TRACTOR, GENERATORS, FORKLIFT -- 6 Month Replacement ;Iut.k I NS4OZ (5) d81320R (81, 4282UR (Si NS4U (Si — SAF Pn.1 330 Stock Item N5402. '81170R,'17n7nR 14340 PLX'n7 Paul 330 Stock Item NS4OZL (3) 188901 t ), 3711701 )S), r4R4{'A (,) ^AE Post 330 Slnrk Irvin N540LL 3902 3213201., 1\1640L feral Poet 330 Su N50 551)26L, 413026L,1150 SAE noel 305 ,ik,i k lion NSb0L (5) & B& Is" SAE POST 350 Stock Item N120 _ t 15F51 638 Stork Itrm NS15Q 145751 SAE I'M 754 D N200 10OH.''2 SAP Pn.t 924 8C I Amp Hour OveruII DI nsnelons Group .. 'Capacity Inches ; Size Type, Volts (20 HO Length Width Height ERIDE POWERFI " BATTERIES • RECHARGEABLE SEALED LEAD -AC BATTERIES -12 MONTH FREE REPLACEMENT ES4-6 6 4 0 2.3/4 1 -7(8 4 ES56LF 0 50 9.3111 1.518 3 3/4 ES7.13 6 ( 0 1 - 16/16 1-5/16 3 -11/16 ES B -6A 6 B0 3 -7/8 2 -1/4 4.5111_ ES0 5-6TH 13 9 5 4 -1/4 7-13/16 5-9/16 E1310 II a — 10Q 6.16/16 1 -15/16 3-11/10 E512 -6 6 12 0 4 -1/4 2 -13/16 5.9 +16 ES30 -0 6 _ 95 0 6 5/113 3-7/16 6 -3/6 5-51 , -17 12 12 3 -13/16 1 -11/16 2 ES2 -12 12 2 0 7 1 -5/16 2 3/8 ES2 -122 17 20 5 13 - 16 3 -1 /2 1:83 - 17 12 3 0 5-1/4 2 -518 2 ES4 5 -12 12 4 5 3 -9/10 7 -314 _ 4 E134 5- 12WI.. 17 4 5 3 - 9/16 2 - 314 4 L / - t2 12 7.0 5 -15/16 2 -0/10 3-0/10 ES7 -5.12 12 7 5 5 -15/18 7 9/18 3.13116 E1317 - 17 12 12 0 6 - 75/16 3-314 3 -0/16 ES18 -12 12 160 7 -1/8 3 0-9/10 ES26 -12 12 78 0 8-.7.18 6 9116 4 - 15/16 1)1 1_81 /1.35 12 35 0 7 - 11/16 5 6 -1 ?8 111 ESU1 - 35A 12 35 0 7 11/10 5 6 118 E340 - 17 40,0 7- 314 6-1/2 6 -11/16 22/%/1 ES22NF �12 65 o 9 5 8 24 ES24 12 05 0 10-1/8 0.9/16 8 1/8 m 27 E37.7 17 100 0 12 -1/16 6 -9/16 8 -1/8 SEALED VRLA (GEL) BATTERIES SCI. Amp Hour CA. Overall • Dimensions Group• ‘Copotity AT icl es SIzet Type. ' Volt (20 Hr) 32° F Lui4th Wlilth EXIDE ORYFIr - SEALED VRLA (GEL) BATTERIES • 12124 MONTH WARRANTY _ 1/1_ 1]145 12 31 175 ( 314 6 -3/16 ��41 OF /5 12 36 230 8-1/4 0 -7/8 40R 0F115 12 55 300 10.15!16 0.718 49 111 12 63 360 15 6-7/8 3UH DF I80 12 80 500 13 0 -314 4DLT DF4DLT 12 170 766 20-114 1-7/16 411 1W413 12 - -__ 140 920 20 - /4 8 - 3/4 80 DF8O 1 12 200 1100 20.3111 117/16 GC(1 010V1110 _ 6 180 1000 9 -518 7-112 Th.5 Ihn't h T n i N W , r 5 5 l r - V - 6-11 9, rn.tonar rrnvenvn:w I n tha avant N wal rthnn mne ha, ihn 5-5-11)5- rntl•nnb(tua nPivurlli I OIL 1 . I 4i i 1tlrr 1 Wbd htAgenhiA, t »1 l 5-. ocnl,ol. hinunmhnr t Svinu I) n. A of r