Loading...
1977 Bound Tree Medical LLC Piggyback ContractBound Tree Medical, LLC Piggyback Contract (PBA 18/19-02) The City of Sanford ("City") enters this "Piggyback" Contract with Bound Tree Medical, LLC, an Ohio limited liability company (hereinafter referred to as the "Vendor"), whose address is 5000 Tuttle Crossing Boulevard, Dublin, Ohio 43016, under the terms and conditions hereinafter provided. The City and the Vendor agree as follows: (1). The Purchasing Policy for the City of Sanford allows for "piggybacking" contracts. Pursuant to this procedure, the City is allowed to piggyback an existing government contract, and there is no need to obtain formal or informal quotations, proposals or bids. The parties agree that the Vendor has entered a contract with the Seminole County, said contract being identified as "Term Contract For The Purchase Of EMS Supplies And Related Components" relating to "IFB-602939-17/TLR", in order for the Vendor to provide products and services relative to EMS supplies and related components (said original contract being referred to as the "original government contract") (2). The original government contract documents are incorporated herein by reference and is attached as Exhibit "A" to this contract. All of the terms and conditions set out in the original government contract are fully binding on the parties and said terms and conditions are incorporated herein; provided, however, that the City will negotiate and enter work orders/purchase orders with the Vendor in accordance with City policies and procedures for particular goods and services. (3). Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical 1 provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: NIA. (a). Time Period ("Term") of this Contract: (state N/A if this is not applicable). (b). Insurance Requirements of this Contract: (state NIA if this is not applicable). N/A. (c). Any other provisions of the original government contract that will be modified: (state N/A if this is not applicable). N/A. (d). Address change for the City: Notwithstanding the address and contact information for the government entity as set out in the original government contract, the Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue; Sanford, Florida 32771. The City Manager's designated representative for this Contract is Craig Radzak, Fire Chief, Fire Department Headquarters, 1303 William Clark Avenue, Sanford, Florida 32771, telephone number 407.688.5044, and whose e-mail address is craig.radzak@sanfordfl.gov. (e). Notwithstanding anything in the original government contract to the contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between the parties arising out of this Contract shall be in Seminole County, Florida in the Court of appropriate jurisdiction. The law of Florida shall control any dispute between the parties arising out of or related to this Contract, the performance thereof or any products or services delivered pursuant to such Contract. OA (f). Notwithstanding any other provision in the original government contract to the contrary, there shall be no arbitration with respect to any dispute between the parties arising out of this Contract. Dispute resolution shall be through voluntary and non-binding mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole County, Florida, with the parties bearing the costs of their own legal fees with respect to any dispute resolution, including litigation. (g). All the services to be provided or performed shall be in conformance with commonly accepted industry and professional codes and standards, standards of the City, and the laws of any Federal, State or local regulatory agency. (h). (I). IF THE CONTRACTORIVENDOR HAS QUESTIONS 1-14-911 - • • - • j . STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CITY CLERK,, CMC, FCRM, CITY OF SANFORD, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, TRACI.HOUCHIN@SANFORDFL.GOV. (II). In order to comply with Section 119.0701, Florida Statutes, public records laws, the Vendor must: (A). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. 9 (B). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (C). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (D). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of the Vendor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (III). If the Vendor does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (IV). Failure by the Vendor to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The Vendor shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the Vendor and shall promptly provide the City with a copy of the Vendor's response to each such request. (i). All other provisions in the original government contract are fully binding on the parties and will represent the agreement between the City and the Vendor. SIGNATURE PAGE FOLLOWS: M Entered this - 9- day of if M 802--, , 2018. Attest: Witness # 1 Signature Printed Name: Chad Truini Witness # 2 Sig�lure Printed Name: Christopher Fyffe Traci Houchin, CIVIC, Approved as to form and legal sufficie William L. Colbert City Attorney Wi Bound Tree Medical, LLC, an Ohio Limited Liability Company. By: BEMS Holdings, LLC, a Delaware Limited Liability Company. By: Authonedl icp-- aloTy- P Name: Tim Jamison Date: ' ' 09/20/2018 City Of Sanford Exhibit "A" [Attach original government contract] (IFB-602939-17/TLR) WITNESSETH - WHEREAS, COUNTY desires to retain a competent and qualified contractor to provi- de EMS Supplies and Related Com WHEREAS, COUNTY has requested;fid -r ,�Deived expressions ofinterest for the retention of contractors to provide materials to COUNTY,knd 'qI 'Mea to provide OVS NITY with 17M, EM ME - Supplies and Related Components and desires to provide materials according to the terms and NOW, THEREFORE, in consideration of the mutual 70 forth in this Agreement, COUNTY and CONTRACTOR agree as followl Vection 1. Materials. COUNTY does hereby retain CONTRACTOR to fumiNAI materials as fluther described in the Scope of Services attached as Exhibit A and made a part of this Agreement. CONTRACTOR is also bound by package and all addenda to this package. Required materials will be specifically enumerated, described, and depicted in the Release Orders authorizing purchase of specific materials. This Agreement standing alone does not authorize the purchase of materials or require COLTNTy ti, Secdon 2. Term. This Agreement takes effect on the date of its execution by COUNTY and continues for a.period of three (3) years. At the sole option of COUNTY, this Agreement may be renewed for two '(2) successive periods not to exceed one (1) year each. Expiration of the term of this Agreement will have no effect upon Release Orders issued pursuant to this Agreement and prior to the expiration date. Obligations by both parties under such Release Orders will remain in effect until delivery and acceptance of the materials authorized by the respective Release Order. The first three (3) months ofthe initial term are considered probationary. During the probationary period, COUNTY may immediately terminate this Agreement at any time, Term Contract for the Purchase of EMS Supplies and Related Components (IFB-602939-17,TLR) Page 2 of 21 Section 4. Time for Completion. The materials to be provided by CONTRACTOR must be delivered, as specified in such Release Orders as may be issued under this Agreement, Section S. COMPeRs2tion. COUNTY shall Compensate CONTRACTOR for t 11 materials provided for under this Agreement on a Fixed Fee basis. When a Release Order is issued for a Fixed Fee basis, then the applicable Release Order Fixed Fee 9rionurL&jLj (C) COUNTY shall make payments to CONTRZACTOR when requested as matedalg Term Contract for the Purchase of EMS Supplies and Related Components (IFB-602939-17M,R) Page 3 of 21 The original invoice must be sent to: Director of County Comptroller's office Seminole County Board of County Commissioners Post Office Box 8080 Sanford, Florida 32772 A copy of the invoice will be sent to: Seminole County Fire Department 150 Eslinger Way Sanford, Florida 32773 (d) Upon review and approval Of CONTRACTOR!s invoice, C® Ty shall pay CONTRACTOR the approved amount in accordance with the terms as set forth in Chapter 218, Part VII, Florida Statutes. Section 7. General Terms Of P2YMent and Ming. (b) COUNTY may perform or have Performed an audit of the records of CONTRACTOR at any time during the term of this Agreement and after firial payment to support final payment under this Agreement. Audits may be performed at a time mutually agreeable to CONTRACTOR and COUNTY. Total compensation to CONTRACTOR may be determined subsequent to an audit as provided for in this Section and the total compensation so determined will be used to calculate final payment to CONTRACTOR. Performance of this audit will not delay final payment as provided by subsection (a) of this Section. Term Contract for the Purchase of EMS Supplies and Related Components (IFB-602939-17/TIR) Page 4 o€21 (c) CONTRACTOR shall maintain all books, documents, papers, accounting records, and other evidence pertaining to materials provided under this Agreement in such a manner as will readily conform to the terms of this Agreement. CONTRACTOR shall make such materials available at CONTRACTOR's office at all reasonable times during the term of this Agreement and for five (5) years from the date of final payment under the contract for audit or inspection as provided for in subsection (b) of this Section. (d) In the event. any audit or inspection conducted after final payment but within the !Myt"n�tt�l-tnw-A!Y-07eipayment DY-CU01TY-u--nder tM terms of the Agreement, CONTRACTOR shall refund such overpayment to COUNTY within Section 8. RespensibMies of CONTRACTOR. COUNTys review, approval, =,31 �7i�i--dny-mniiTn-arion—or-two-4,c tions with respect to this Agreement does nO operate as a waiver of any rights under this Aent or of qMM performance of this Agreement. CONTRACTOR is and will always remain liable to COUNTY in accordance with applicable law for any and all damages to COUNTY caused by CONTRACTOR's negligent or wrongful vrovision f am Section 9. Termination. (a) By written notice to CONTRACTOR, COUNTY may terminate this Agreement or my Release Order issued under this Agreement, in whole or in part, at any time, either for COUNTY's convenience or because of the faure of CONTRACTOR to fulfill its obligations under this Agreement. Upon receipt of such notice, CONTRACTOR shall immediately iiscontinue all services and materials affected, unless the notice directs otherwise, and deliver to Term Contract for the Purchase of a4S Supplies and Related Components (IFB-602939-17/TLR) Page 5 of 21 COUNTY all data, drawings, specifications, reports, estimates, summaries, and any and all such other information and materials of whatever type or nature as may have been accumulated by CONTRACTOR in performing this Agreement, whether completed or in process. (b) If the termination is for the convenience of COUNTY, CONTRACTOR will be paid compensation for services performed and materials provided to the date oft ination. (c) If the termination is due to the failure of CONTRACTOR to fulfill its obligations under this Agreement, COUNTY may take over the work and carry it to completion by other agreements or otherwise. In such case, CONTRACTOR will be liable to COUNTY for all reasonable additional costs associated with CONTRACTOR's failure to fulfill its obligations under this Agreement. W) CONTRACTOR will not be liable for such additional costs if the failure to perform the Agreement arises without any fault or ne ence of CONTRACTOR, but CONTRACTOR will be responsible and liable for the a ions y M§ubcontractors, agents, employees, persons, and ct entities of a similar type or nature. Matters beyond the fault or negligence of CONTRACTOR include acts of God or of the public enemy, acts of COUNTY in its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather, but in every case the failure to perform must be beyond the control and without r - ,e) If after notice of termination for CONTRACTOR's failure to fulfill its obligations rVA, Ed 557 so failed, the termination wM be conclusively deemed to have been effected for the convenience of COUNTY. In such event, adjustment in the Agreement price will be made as provided in subsection (b) of this Section. Term Contract for the purchase Of EMS Supplies and Related Components (IFB-602939-17/TL1t) Page 6 of 21 The rights and remedies of COUNTY provided for in this Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Agreement. Section 10. Agreement and Release Order in Conflict. Wherever the terms of this Agreement conflict with any Release Order issued pursuant to it, this Agreement will prevail. Section 11. Equal Opportunity Employment, CONTRACTOR shall not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability, or national origin. CONTRACTOR shall take steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, disability, or national origin. This Provision includes, but is not limited to the following: enlPloYment, upgrading, demotion or transfer, recruitment advertising, layoff or termination, rates of pay or other forms of , sensation and selection for training including apprenticeship. M Section 12. NO Contingent Fees. CONTRACTOR warrants that it has not employ(M or retained any company or person other than a bona fide employee working solely for CONTRACTOR to solicit or secure this Agreement and that it has not paid or agreed to pay my person, company, corporation, individual, or firtri, other than a bona fide employee worldng solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from award or making of this Agreement. For the breach or violation of this provision, COUNTY will have the right to terminate the Agreement at its sole discretion without liability and to deduct from the Agreement price or otherwise recover the full amount of such fee, commission, Term Contract for the Purchase of EMS Supplies and Related Components (IFB-602939-17/TLR) Page 7 of 21 Section 13. Conflict of Interest (a) CONTRACTOR shall not contract for or accept employment for the Performance of any work or service with any individual, business, corporation, or government unit that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with COUNTY. (b) CONTRACTOR shall neither take any action nor engage in any conduct that woul cause any COUNTY employee to violate the provisions of Chapter 112, Florida Statutes, relating to ethics in government. (c) In the event that CONTRACTOR causes or in any way Promotes or encourages a C® TY officer, employee, Or agent to violate Chapter 112, Florida Statutes, CC 'Ty has the right toterminate this Agreement. Section 14. Assignment. Neitherh - isAgreernent nor any interest in it may be assigned, transferred, or otherwise encumbered under any (�?��mstances by either party without prior written consent of the other party and in such cases only by a document of equal dignity with this Agreement. Rection 15. Subcontractors. Unless expressly provided to the contrary elsewhere in this Agreement COUNTY' does not intend for CONTRACTOR to engage or contra for 0r the services of any subcontractors under this Agreement. Notwithstanding any other provision of this Agreement, CONTRACTOR shall first secure the prior written approval Of COUNTY before engaging or contracting for the services of any subcontractors under this Agreement. CONTRACTOR will remain fiffly responsible to COUNTY for the services of any subcontractors under this Agreement. Term Contract for the Purchase of EMS, Supplies and Related Components (IFB-602939-17/TLR) Page 8 of 21 Section 16. Indemnification of COUNTY. CONTRACTOR shall hold harmless, release, and indemnify COUNTY and its commissioners, officers, employees, and agents against any and all claims, losses, damages, or lawsuits for damages arising from, allegedly arising from, or related to CONTRACTOR's provision of materials under this Agreement. This hold harmless, release, and indemnification by CONTRACTOR includes any claim based on negligence, action, or inaction of CON -TRACTOR. Section 17. Insurance. (8) 9-e—neral. CONTRACTOR shall procure insurance required under this Section at (1) CONTRACTOR shall furnish COUNTY with a Certificate of Insurance on a current ACO RD Form signed by an authorized representative of the insurer evidencing the insurance required by this Section (Professjqnql', ,iability, Workers' Compensation/Employers Liability, Commercial General Liability, and Nosiness Auto). COUNTY, its officials, officers, and employees must be named additional insured under the Commercial General Liability policy. If the policy provides for a blanket additional insured coverage, CONTRACTOR shall provide a copy of the section of the policy along with the Certificate of Insurance. If the coverage does not exist, the Policymust,be endorsed to include the additional insureds as described in this subsection. The Certificate of Insurance must provide that COUNTY will be given, by policy endorsement, not less than thirty (30) days written notice prior to the cancellation or non -renewal, or by a method acceptable to COUNTY. Until such time as the insurance is no longer required to be maintained by CONTRACTOR, CONTRACTOR shall provide COUNTY with a renewal or replacement Certificate of Insurance before expiration or replacement of the insurance for which a previous Term Contract for the Purchase of EMS Supplies and Related Components (EFB-602939-17/TLR) Page 9 of 21 (2) The Certificate Of Insurance must contain of statement that it is being provided in accordance with the insurance requirements as stated in this Section, and that the insurance is in full compliance with the insurance requirements of this Agreement. The Certifleate of Insurance must have this Agreement number clearly marked on its face® �3) In addition to providing the Ceitificate of Insurance on a current ACOR!* Form, upon request as required by COUNTY, CONTRACTOR shall provide COUNTY with a certified copy of each of the policies of insurance providing the coverage required by this Section within thirty (30) days after receipt of the request. Certified copie's of policies may only be movided b tb (4) Neither approval by COUNTY nor fOure to disapprove the insurance fin-nished by CONTRACTOR will relieve CONTRACTOR Of its full responsibility for performance of any obligation, including its ind fication of COUNTY under this Agreement. (b) Insurance companies providing the insurance under this A.,weement a iuqt;, (1) Companies issuing policies (other than Workers, Compensation) must be Mr — -Tr.T7-r4nM='�- it . A Dy Me Florida Pice of Insurance lRe�: Nl (2) In addition, such companies must have and maintain, at a minimum, a Best's Rating of "A-" and a minimum Financial Size CategOrY of -VIP according to A.M. Best Company. (3) If, during the period which an insurance company is providing the insuran= TY- OW, W I ins ce comp y (i) lo es its C I te f Autho ty, �AT �uran an s ertifica o •ri or (ii) fails to maintain the requisite Best's Rating and Financial Size Category, then as soon as CONTRACTOR has knowledge of any such circumstance, CONTRACTOR shall immediately Term Contract for the Purchase of EMS Supplies and Related Components (IFB-602939-17/TLR) Page 10 of 21 notify COUNTY and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to COUNTY, CONTRACTOR will be deemed to be in default of this Agreement. (c) 5922ifloli2ns- Without limiting any of the other obligations or liability of CONTRACTOR, CONTRACTOR shall procure, maintain, and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this subsection at CONTRACTOR's sole expense. Except as otherwise specified in this Agreement, the insurance must become effective upon execution of this Agreement by CONTRACTOR and must be maintained in force until the expiration of this Agreement's term or the expiration of an Work Orders issued under this Agreement, whichever comes first. Failure by CONTRACTOR to maintain insurance coverage within the stl period and in compliance with insurance requirements of COUNTY will constitute algke'rial breach of this Agreement, for which this Agreement may beimmediately terminated by COUNTY. The amounts and types of insurance must conform to the following minimum requirements: (A) CONTRACTOR's insurance must cover it for liability that would be covered by the latest edition of the standard Workers' Compensation policy as filed for use 'e Florida by the National Council on Compensation insurance without restrictive endorsemenj I CONTRACTOR will also be responsible for procuring proper proof of coverage. fi-orn i subcontractors of every tier for liabilitij which is a resu-60f"q+- WaVXr"fMy%91rd subcontractor's employees. The minimum required limits to be provided by both CONTRACT and its subcontractors are outlined in subsection (C) below. In addition to coverage for the Florid] I enn Contract for the Purchase of EMS Supplies and Related -Components (UB-602939-17/TLR) Page 11 of 21 "N71YU07-MM—pensation Act, where appropriate, coverage is to be included for the United St7tes Longshoremen and Harbor Workers' Compensation Act, Federal Employees, Liability Ar and (B) Subject to the restrictions g found in the standard Workers' Compensation policy, there must be no maximum limit on the amount Of coverage for liability imposed by the Florida Workers, Compensation Act, the United States Longshoremen's and Harbor Workers' Compensation Act, or any other coverage customarily insured under part One of the standard Workers' Compensation policy. �'C) The minimum amount Of coverage under Part Two of the standard Work 1 Co It - - - $500,000-00 (Each Accident) $500,000-00 (Disease -Policy Limit) $500,000-00 (]Pff ",-Each Employee) (A) CONTRACTOR's insurance must cover it for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the insurance Services Office, without the attachment of restrictive endorsements, other than the elimination of Coverage C, Medical Payment and the elimination of coverage for Fire Damage Legal Liability. (B) The minimum limdts to be maintained by CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess P . .11qz V., im;ul "t General Aggregate TWO Times (2x) the Each Occurrence Lin-dt Personal & Advertising $1,000,000.00 Injury Limit Each Occurrence Limit $1,000,000.00 Tenn Contract for the Purchase Of EMS Supplies and Related Components (IFB-602939-17/TLR) Page 12 of 21 (3) Professional Liability Insurance. CONTRACTOR shall carry Professional and 1110/100 Dollars (s I 0o0 00,0.00 1000.00, ,4) RRaig�h� (A) CONTRACTOWs insurance must cover it for those sources of liability which would be covered by Part IV Of the latest edition of the standard Business Auto Policy (ISO FOnn CA 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements. Coverage must include owned, non - (B) The minimum limits to be maintained by CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess policy) Must be per -accident combined single limit for bodily injury liability and property damage liability. If the coverage is subject to an aggregate, CONTRACTOR shalll'jtwin separate aggregate limits of coverage applicable to claims arising out of or in connd&ff�n with the work under this Agreement. The separate aggregate limits to be maintained by CONTRACTOR must be a minimum Of three timea (3x) the per -accident limit required and will apply separately to each policy year or part of it. I kC) The minimum amount Of coverage under the Business Auto Policy Each Occurrence Bodily $ 1,000,000. Injury and Property Damage Liability Combined (d) 12 Mera g. The insurance provided by CONTRACTOR pursuant to this Agreement will apply on a primary and non-contributory basis, and any other insurance or self-insurance maintained by COUNTY or couNTY-s officials oflicers !IV t Term Contract for the Purchase of EMS Supplies and Related Components (IFB-602939-171TLR) Page 13 of 21 6MI 11-1 Occurrence Basis, The Workers' Compensation policy, the Commercial General Liability and the Umbrella Policy required by this Agreement must be provided on an occurrence rather than a claims -made basis. The Professional Liability insurance Policy may be on an occurrence basis or claims -made basis. If a claims -made basis, the coverage must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. M _0_b_JiM1_i0r�s. Compliance with the foregoing insurance requirements will not relieve CONTRACTOR, its employees or its agents of liability from any obligation under this Section or any other provision of this Agreement, Section 18. Dispute Resolution. (a) In the event of a dispute related to any Performance or payment obligation arising under this Agreement, the parties shall exhaust': YNTY dispute resolution procedures prior to Ming suit or otherwise pursuing legal remedie'K.- COUNTY dispute resolution procedures for proper invoice and payment disputes are set forth in Section 22.15, "Prompt Payment Procedures, " Seminole County Administrative Code. Contract claims include all controversies and disputes between the parties under this Agreement, except disputes addressed by the Prompt Payment Procedures arising under this Agreement within the dispute resolution procedures set forth in Section 3.5540, "Contract Claims," Seminole County Administrative Code. (b) In any lawsuit or legal proceeding arising under this Agreement, CONTRACTOR hereby waives any claim or defense based on facts or evidentiary materials that were not presented for consideration in COUNTY dispute resolution procedures set forth in subsection (a) above, of which CONTRACTOR had knowledge and failed to present during COUNTY dispute resolution procedures. Term Contract for the Purchase of EMS Supplies and Related Components (I1~B-602939-17MA) Page 14 of 21 (c) In the event that COUNTY dispute resolution procedures are exhausted and a lawsuit or legal proceeding is filed, the parties shall exercise best efforts to resolve disputes through voluntary mediation and to select a mutually acceptable mediator. The Parties participating in the mediation shall share the costs of mediation equally. Section 19. Representatives of COUNTY and CONTRACTOR. (a) It is recognized that questions in the day to day conduct of performance pursuant to this Agreement may arise. Upon request by CONTRACTOR, COUNTY shall designate and advise CONTRACTOR in writing of one or more of its employees to whom to address all communications pertaining to the day-to-day conduct of this Agreement. The designated representative will have the authority to transmit instructions, receive information, and interpret and define CC 's policy and decisions pertinent to the work covered by this Agreement. (b) At all times during the normal " ' k week, CONTRACTOR shall designate or appoint one or more representatives who are aiithorized to act on behalf Of CONTRACTOR and bind CONTRACTOR regarding all matters involving the conduct of the performance pursuant to this Agreement, and who will keep COUNTY continually and effectively advised of such designation. Section 20. An Prior Agreements Superseded. This Agreement incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained in this Agreement and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms of this Agreement may be predicated upon any prior representations oragreements, whether oral or written. i erm contract for the Purchase of EMS Supplies and Related -Components (IM-602939-17MR) Page 15 of 21 Section 21. Modifications, Amendments, or Alterations. No modification, amendment, or alteration in the terms or conditions contained in this Agreement will be effective unless contained in a written amendment executed with the same formality and of equal dignity with this Agreement. Section 22. Independent Contractor. Nothing in this Agreement is intended or may creatmg or establishmg a relationship of co parties, or as constituting CONTRACTOR (including its officers, employees, and agents) as an agent, representative, or employee of COUNTY for any purpose or in any manner whatsoever. CONTRACTOR is to be and will remain forever an independent contractor with respect to all Section 23. Employee Status. persons employed by CONTRACTOR in the performance of services and functions pursu hi 119 t s Agreement have no claim to pension, workers' compensation, unemployment compe-n0ation, civil service, or other employee rights or privileges granted to CO 's officers and employees, either by operation of law or by AMM "161 W'ection 24. Services Not Provided For. No claim for services or materials fumishlci by CONTRACTOR not specifically provided for in this Agreement will be honored by COUNTY. Section 25. Public Records Law. (a) CONTRACTOR acknowledges CO Y's obligations under Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, to release public records to members of the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply with Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling of the materials created -under this Agreement and this statute controls over the terms of this Term Contract for the Purchase of EMS Supplies and Related Components (IF13-602939-171171,R) Page 16 of 21 Agreement. Upon COUNTY's request, CONTRACTOR shall provide COUNTY with all requested public records in CONTRACTOR's possession, or shall allow COUNTY to inspect or copy the requested records within a reasonable time and at a cost that does not exceed costs as (b) CONTRACTOR specifically acknowledges its obligations to Comply with Section TVIFIMS and shall peribrm the followin (1) Contractor shall keep and maintain public records that ordinarily ami necessarily would be required by COUNTY in order to perform the services or provide the (2) Contractor shall provide the public with access to public records on the same terms and conditions that COUNTY would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida-Stotes, or as otherwise provided by law. (3) Contractor shall ensureIR6 ic records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law. (c) Upon termination of this Agreement, CONTRACTOR shall transfer, at no cost to COUNTY, all public records in possession of CONTRACTOR, or keep and maintain public records required by COUNTY under Us Agreement, If CONTRACTOR transfers all public records to COUNTY upon completion of this Agreement, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains the public records upon completion of this Agreement, CONTRACTOR shall meet all applicable reVIU-M-7119-A Aa1dAfkTTMft(-- rS+jr,_C,S. All records stored electronically must be provided to COUNTY, upon request of COUNTY , in a fonnat that is compatible with the information technology systems of COUNTY. i erns L;onaut tor the Purchase of EMS Supplies aMlatW�Compouents (IF1B-602939-17/TLR) Page 17 of 21 (d) Failure to Comply with this Section will be deemed a material breach of this Agreement for which COUNTY may terminate this Agreement immediately upon written notice to CONTRACTOR. CONTRACTOR may also be subject to statutory penalties as set forth in Section 119. 10, Florida Statutes. Section 26. Compliance with Laws and Regulations. In providing a services and materials pursuant to this Agreement, CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to or regulating the provisions of such services and materials, including those now in effect and subsequently adopted. Any violation of these statutes, ordinances, rules, or regulations will constitute a material breach of this Agreement and will entitle COUNTY to terminate this Agreement immediately upon delivery of written notice of termination toCONTRACTOR. Section 27. Patents and Royalties. Unless otherwise provided, CONTRACTOR is solely responsible for obtaining the right to use any patented or copyrighted materials in the Term Contract for the Purchase of EMS Supplies and Related Components (IFB-602939-17ffl,R) Page 18 of 21 performance of this Agreement. CONTRACTOR, without exception, shall indemnify and save harmless COUNTY and its employees from liability of any nature or kind, including costs and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or supplied by CONTRACTOR. In the event of any claim against COUNTY of copyright or patent infringement, COUNTY shall promptly provide written notification to CONTRACTOR. If such a claim is made, CONTRACTOR shall use its best efforts to promptly purchase for COUNTY any infringing products or services or procure a license at no cost to COUNTY that will allow continued use of the service or product. If none of the alternatives are reasonably available, COUNTY shall return the article on request to CONTRACTOR and receive reimbursement, if any, as maybe determined by a court of competent jurisdiction. Section 28. Notices. Whenever either party desires to give notice o, other, it musi be given by written notice, sent by registerpd,oy certifi U t States mail, return rmeipj ed ni ed requested, addressed to the party for whom it is ffirended at the place last specified. The place for giving of notice will remain such until it has been changed by written notice in compliance with 5he provisions of this Section. For the present, the narties degi, 150 Eslinger Way Sanford, Florida 32773 OF Bound Tree Medical LLC I lRi-Rm-4, Dublin, Ohio 3 4016 Term Contract for the Purchase of Ems Supplies and Related Components (IFB-602939-17/TLR) Page 19 of 21 Section 29. Rights At Law Retained. g and remedies of COUNTY provided for under this Agreement are in addition and supplemental to any other rights and remedies MEMM =- Section 30. Headings and Captions. All headings and captions contained in this not be used to defite. deq Ike IN WITNESS WHEREOF, the parties have made and executed this Agreement for th4 [Balance of thispage intentionally blank signatory page continues on Page 21j Term Contract for the Purchase of EMS Supplies and Related Components (IFIL -642939-Z7 .R) Page 20 of 21 �*FIUMJV County Attorney Within the authority delegated by the County Manager pursuant to Section 3.554, Seminole County Administrative Code. Term ntract for the Purchase of EMS Supplies and Related components (IFB-602939-17/TLR) Page 21 of 21 Exobit "A" Scope Scope of Services Project Information — Terms and Conditions 1. The Vendor shall be responsible for furnishing EMS Supplies and it Equipment as specified in this Invitation for Bid documents. 2. Fixed prices shall include all costs, including, but not limited to General Administrative, Overhead, Fringe and benefits, transportation and profit. 3. Authorization for delivery of materials by the successful Provider under this Agreement shall be in the form of written Release Orders issued and executed by the County. Each Release Order shall describe the products required and shall state the delivery information. Em. i - 1-2 5 0 ... 1 '0 .--- --- 0— - 0 C) C� cli rl C) 0 4 v 1 (6 m t- 1- m 1- v -e M CIA ul —M Oj 99 a V) 40 0) 66F 69 4-0> 69 toll 69 Wtoo cu 0 Go 32 mo M W ca c to m co C0*R co N En f- OR Ln 0� Vi m 0 �-u 46! to ami O poi C., 6PiGS, fa Vl qg pgy 69 69 Gs w uj 0 D M z z D :3 m 13 6) a 2 0 M 0 :2 ca M CD Z. z 0 m 0 (L (L CL CL < < z IL (L W 0. to 4 4 LO LO LO CD La 0 CD z z x m Cl a. CL CL EL co co C� cli r - U) m a ccC) Cl) W 0 z co COO LO 0 o cm t97 o o U, w w w o r 0 LL W to to W ca LU W 0 co WW < g ami, O 0 0 0 is m (Dx E 0 Sa > C*4 cm -i CL o 32 ts 0 in c=r M F32; Ag M a LD .2 W 0. a w to LL x x cc Ef E E w if a m z E E E It to mCO o to 0 06 to 2 Cl) >1 AM 0 w LZ QFC w 1 x w E cm ca C14 0 g mc 9 ca 9 < co 0 im CM CD CM 0 0 a! to w m cc co ca 0 Ca I M CO m co G— Ci rO b b O-8 —. eq 1 0 0 C:? L0 ca 0 0 L U, EL3 (M _j w w T i�j W ca p_ m S9 cy! 00 Cq C� f-: ai t® ci cc4 4e3 to 0% 60 SY cn to M ts cn m 69 Cl) V LU IX Ix 11 0 -1 < < < a: 0 x vo- () < z T—, C) < Q < 0 J z — < 0 L uj I-- C) 0 ul ul w 5 LLI w -j < v 0- -i CL - It — CWI M x -j �2 cf- 0 2 x 2 2 2 2 LLJ LLI w D 0 0 2 W W 0: D 0 W. :E 2 ul :2 w x LLI 6 6 w 2 w 3: 6111 U) -j U- Do -j -1 LL -j LL -j U. -1 U. U. -j z J -i UJ x CL 8 LLJ -1 ul -j uj -1 w -1 ui -4 LL ui LL LLJ LL w 0 z LU < m w ul LLL ui w w I-- -1 uj or -1 ul -1 w -j w ul Lm L46 ILI 00 9 � m a C, 0 C� a CD 0 f-- 0 00 0 m CD Er) to 20 to co to cm to to V tn M CV U') in w w 1411 CD 0 C-4 co M in V dm -Or- w w co w w fu w ui ca w LU w w uj w w LU cc w 0 LLA T to w w N w I 7C LLL MI x x w w O w -j LL LL J -i LL -j LL LL LU X an co z < W M 0D CL -j LU < E N 0 E D to (n w (n Cl) VS V V E- U3 I: z UZ to 2 32 E CD E C3 0 V < �c cio to U Z) 0 X 0 x0 03 Lo a) LU W 0 0 (D 0 cc co LM 10 w ww wLU LLI w LU W LU O = IL CD M co an ti IR r-- Wi P- eat I- r- 0 CR 0 q C, q (q 't V 0 M 013, co m 0 Cl) (D m 0 (q C) 0 Ui act Lei rq cm 04 cm 610. 07 ccl 0 0 Z ad m U ul W tLi W W Co �j C 0 to 0 z 0 z 0 r-: ck P, C, r.> C, 0 ul tl: (M W� cm IR C14 M v v — vi v — 64 Vq M 60 C4 M V> z to Cl) 69 m Go.� U� C11 f0l IR V) la < L) -j a -j a < (.) w -j 0 6 0 -1 0 w C) X V ul 2 :2 tm iL -V m w 2 F3 ;� w 0 5 cl� 0 (D 0� § :) M m ca m 32 0 W2 L_Uj CL m CL 6 -j -i z 0 z 0 z w co IL Ix D a) EL w D IL cn m Z) 0 a - Q) a. 0 Co CL M 2 m a Im 0- a. D -i w J m WO 0 w WO C.) 0 o U cl� M w 0 U, b- 0 UJ 0 w k- 0 < < < z LL LU C) IL w w -i w � z z z z z z z z -1 CL w M efp LO fn U) cm in CQ 0 W) in 0 0 0 Cl) CM CM LO 0 cm co _0 w m 0 0 CD 0 8 C) 0 C, 0 C. al 0m a 0 2 10 v a 0 0 cm 0 co C) C� z 3: v 0 z cm co Ln Z; C14 N N 03 CR 04 CQ 2 co (0 00 co co to co 2 W CL E 0) E ID F= 41 K co 0 c M W to -r a w co W ca jo-- co 0 to w ca W w w w w w w w w LU w w LU (a w w ui cc w en C4 WN N N in w 0 D < w :3 0 C) CS U QCL co 75 < cm cli 4D Q 0 W w 9 9 9 -j -j fL cm 2 4) d) 4) 0 2 ca 0 CL 3: w w cr T -j a W C.' D 10 ic a �m V S9 C� z0-LTal to m 2 CL vo ca m CD (D w W< LL (D LL. LL LL C3 2 CD 04 to CD CL :D m 0- 0. =1 (h rh 6 w Z 0. 8 CL 8 CL 8 2 x S > 2 w !E E (0 w co w co ui w 2m co 0 0 co x -4 CL CL I NN LOO LO %3 4d4 v e9 m ER N CA 4 N fpg CD 6s co 613, CD ag 69 t— CIA v U) v V LO 6F. 60 tv 0 N C -A 6 cli T. co Ta. -- co P -J co CC) cu (a as ca co L U cu Le ca ui — tri cq 9i M Cl) Ln Ln to LO 4n t- Cm rd co Cl) ;a cli Im cli 64 6S, tq 4F. 6% v N V4 N C11 Fd3 M -j z z C ssCC L'Lj z Z o < 9 0. LU LL 0. IL a_ z w LJ co ui 0 w (L Im w w LLJ D D D D D z Z) 9 9 9 9 g w I z wx w 6 un i z z 3; L) CD C.) ui -j U- LU LL LU -i EL w LiL w U) 9L ul x -j w -i w -i Lu -j w 0- :3 0) w 04 cm N NC, co *0 04 CIA N C? N N 2. N - 04 G 0 V) cli Cl) Cl) t - LO to igxj til I M rn D M CO D cn 6n Cii CA /n co fJS to m tv f3 w w ui uj uj w w w ui w w w ui w cc w w w m w w w Cl) (L Q Z C7 i9 C7 O a Sq) 40 It- It= CD 4h co lb� 0 04 pi ca LL em(D O rL 0 S 'E 2 cc E — to �o U- LL LL LL w U- t CD a CL 15 c 6 5 'i g to x a w a m 2 2 m U- U- LL _j _j _j0 0) CL tu CL8 C6 0) Q� CL 0 a) CL 0 V ML CL CD to LO CL E FC t .0 4) E 0 Li- U- :e 2 c s 0 w CL 0 to CL 0 m CL CL CL yi� -Mi a� to 2 w m z.,,. w m z 0 m z GO z 0 w to z 0 w m z CL .as Z ID *= a. C o V ILI C� W) 69 cm cq 69 w z S CO t -n 69 to cm 04 69 LU z S (0 gn C83 co C4 cm &131 w z => co Cm w ww 0 cm cm 64 LU z w 0 CR 0 60 L) vi 40) Ma tv 0 z co co co fil�l LLJ z >- 0 z -i D IL z z 64. 0 ku w D m 49> 0 lkj UJ D O C> m C6 C4 m co 6% W!� 0 w w w 2 �j 8 i� oi U 0 D D 0 0 IX of W w LU W �-- 2 ;-- z 0 0 C, C. 0� ui — — r- Cq C- fill cu w w w �;5 ry ci Z J EL I 7i x :D (Ic uj Pi < S -S in Cl) ui cli m C-4 — co 6% co co 0 ou C.� CN co C; OD w LU ICX - z 0 =0, F,) 0 0 CO 00 LL 0 w cc w U'l 0 w 0 —0 z ui co Iq cm 60 CD LO I 0 a w co 19 4 - N N (Ij OO C> a to C. cm cm w ep z x cm , U., w ff�2 U) C) co to cm U) O C) 0 z IT 0 0 (D cm co a 0) C4 C', V r. U V U C) U) D (D D Cl) =0 0 E CL L) tY 0 a: 75 v c :p -5 ca -ru- ca -155 03 -5 i w w w w w LU ul w ui LLI LU w LU w (a w w w w w 0 X 0 811 O CF M 0 M (D Ll -V LuLL 04 cm co O to Ise en C14 co LL Ll cE O) LL 4, E ca W cue 3: v be M X ea 0 0 < 4) wca LL LL 4) UJ E .?< 4m c V LL U. LL 0 (a o c x E 0-- U- E 0 .2 V C cm Te ea .3 sa a cy S —41 r. 0 w w® 12 E_ Z to to cc 04 (D cc w A co E E Imo as 21 co 019 3: a. c ul c CD 0 0 0 0 w 0 a. < IM 0 (D ,g z 11 71 co 77 CL LL w IM .- I , v 0 4z s CD a w 0 a 0 cn m (D N 0) C-7 r- -C < On in C3 C� 69 p- 60 cm 0 z 0 e -4o c0 ca M CD cif o 0 04 0 mi O 02 4U cm Lo Lo > C; ca CL a) C3 cc LLJ IL 4u w eq It 0 en CPOmar `arei; .0 17! co m 6% o 6.1 CL 0 LM CL M z c z 0 a: x a CO) 0 LL La b ;K Z ¢Z Z z 0 tL CL 0 0 0 LL M W Ej w _W CL E EM 0 Q Co to U) Z 0 0 0 2 0 < 10 go E ul —do—od Q) Cc I co J.- re W m p w (n 0 w s I I lz9 -C < On co x C3 C� aw CR co cm 0 z 0 e -4o c0 ca M CD cif o 0 04 0 mi cm Lo Lo > CL a) r_ w cc LLJ o CL 0 LM CL M c cnmrE-0 a CO) '5 LL = Im 40 w tL CL 0 E in 0 (.) 1 0 Q Co to U) s lz9 -C co x aw CR z -W La cli > co "a N m r - mi Lo > a) r_ w cc ;s cc o CL 0 LM CL M c a CO) C6 LL 40 tL CL co ra M Co to go E —do—od Q) Cc I co J.- U) W m p s I I I 0 I I H. --r- 0 M 0 C-4 cli M 6pp ui 00w V v Qv 6s M w ;z 60 tn cm O to co to —0 10 M) Q eq x X jLj uj uj �15 co 0 x Q Cl) m a 0 r,� -: ja CD 0 clq cm 03 6% 60 tQ4 (0 &S. 696 z W i a TWXA 0IL ou x x x x 0 LU ui 0 :D co z 19 LU w C) w LU u D 13 19 On tu Lu 9L UJ 00) LU w c) c N 0 C) 0 0 4�1 tO co N4 I" cl) cm0 O 0) Cl co 0 04 EL CL LU Ul N cD F- V2 80 r 0 0 Ci LD Ac t; 0 va Ew a 72 LU W in a5 W LU LU tu LU tu ulm (o w w LU W uj co co w x z EQ LM C/) 0 CD C C — to cD N x Std Z, w co N x Cq E =1 o x to W W E m x z 0 a) x z N x CL 0 Q = c- Ad uj 0 Z z —0 tn SO co 'r- 2 x 2 'A X 0 6 z cL 0 to E .® .2 m CD 9 J& an co 0 = r w U) 0 cc ca 0 o co w (D M 'E IM Cin a co r r w m LL rl w 0 m W to > E 0 iLi 712 CD CD T Z El < 0) c o 1 f w W, -,, E 32in C 2 E I eta I < < < < co co - il —ca Go mq _ ca I - -- ca Lu m I a. rL IL M s 9 YL in a r-: LO C� 0 q C> C) 0G9 O V Q VA cm CD Cl) cm (3) m Q co kc co a z 0 Z z 01 z C3 LO uy Baa hes eat u� W4 w w w 4m w LM 0 ca '00, co (D 0 z co w c o Q in 0 m . Q • 0 M 0 M 0 to cm (a CA, kf) z z z Ma b3 59 ff3 2 29 c lux 2E ow 0 0 P 0 x V 2E n < fu 1— Au IL O Wo X z 0 Lu 1— 9L ul w 2: 04 to N cl) a v 04 C) V mf- C> LO 00 0 (12 co Cl) C-4 8 fi) a z T to 9 m C.- cli v 19 L M a a 0 Of ',2 z Z Z, r2 ca E — I E 4? Ug E E . 8 cu a w a E W w w w ui w cc co to m 0 ca w m m ca ca ED m w w w w W w ca w 0 CL (nas z 0 w D Im Lo LL 0 9 0 (D w W CL CL r- O CL C -i N to U) ams 0. 0 x C11 CD :2 I E mv) a. LU'E Z z co CF 0 r_ z < cj CL 25 w a- 05 .2 .2 .2 co LL m to cct4 0 iB CL CL CL E cca, v CL a. a- t- t-. f, f- co 0 co co > ex C& (n coCL o w 40 co V7 w 0) co 72 !�;To 0 CD CR --z-r OR -S C� 0 cli 0) N C) to C3 ci 0 0 0 6 0 ui M 0 co 60 0) co 49. in 69 eq GF31 W 60 ca to 15.- 0to (D V) (U cc to N 0 0 co ca 0 am Lu. 44.1 w w se co Ui Wi U� �uj 6% co 41 CO 44 N 60 N cv) Ci C3 N 64 413, cm C4 W V G I-- L) z di L) 9; LU L) z lug Lu V) 0 7 -j ix < 2 z < < 0 < C) < u < Lu Z< Lu LLJ 29 uj a. a z C) a CL CL 0� o!g 50 0 0 z w M W M < Lu 0 0 LL) 19 Lli 2 w - M a I LD 9L 0 z M 0 z < 0 z < 0 z Z S w M z z z M (1) w 0 w to M In ui (D W a W to M Q- 0 w < w m M z < < < ui < W �- z w M 0 Z < m 0 w ca CY < ca b < C.) cri —Cd < cm 0 C6 MOO C: Z4 C) C3 0 04 card z Oeq z % E LU C) 0 V) Cl> 0 v 0 in 0 Ul) N C) cq co a. a. (L Ln (NO U) P- w 6 9 in V 0 co 0 co m cli L v cn It 00 cm Cl) m -j W z p Ev 0 0 0 0 d) 0 0 (D 79 Im cr= 0 '9 a ca :1 cr (D L) < m KWW fi W LU w w w w 0 ca w IL to ui 03 to uj ui ca w 0 WT r_ 0 to 0) R CA Q) CD C-4 cm 0 2 z im ca LLJ w w W x to CLQ U- ? a. M ! Lo uoi >y g U - U- 0 cm a m : (cu: 9 to W w 9 2 x 0 a � :5 CD to ca ca cli W S! 0 SO `�i co cn m a. z -Z m m co m � chi A L) E CLz 0 0 a 0 W 0 E E tm 0 —10 ca 0 LL EL LL B: ;0- C x to a) tE —(ii .5 'E W, .9 to 0 0 0 CD Em g E r 0 L) o D 0 0, ja E C505 IL 0- (D LL co co in im g m III w LL > w > CL CL Mi MIN RM MAM WNIM 0 C� C> V w co Q 0 CD 44 cm GO. Cq 0) R C3 f% V Cl) 40 68, 64 IA 60 !dD 0 0 60 w cc 93 do a 0 0 LIJ w Wto 8 V) W cn WQ W WLU 0 w Toi w LO m a; CD q z z (< < L) < < ui Z LLJ Z 00 0— 0 a z Z < x LLI x LU x w x x x W uj 2 w 2 w 2 ui 2 LU 2 w 15; CL Ix D < LU 0 Z 0: e < -i -wi CL 1 CL <m - < (n 0 z W Lu 0: 5 lox j Cc, .6 :5; 0 D 5 L) 0 a; 2 z Ch m z z c3 z z 5F 0 Cryo cd 0 C) a C.) C) C, C> 0 CD a 0 V 0) x v 04 C� Cl;) CD cli cli 0 0 0 V) N— — — v N'a N C 0 9 8 co v co w w 0 w w Cc) 2E N CO raico U7 0 to V) to 0 a 0 0 U C5 V z co w 0 la W 7E -675 CD a) to g m CO W LLJ uj C) LUW)UJ ca WWw ca w LU ELJ LU LU w ui L) ui 0 ww Q 0 D7 C 0 (D 4) Z Ax x Gd A CI 4)a o m .eta X 0 c 0 0 x 0) 0) CL C, E x to x to x w x C3 w ca Ze CD O Im 0) a x x x x x x x C-4 C, C,CD m m m m Im tm (D E w 12 T w T 0 (2 ca (a Ix cm CY N V N t0 va SID Iq > 0 co 0 7 ca ID > > > 2: > W 0 0 m 4D < W. 0 > > > 2t > > > ctom ') -I W - - je I 65 O —S�T� cm c> --,=--T —4:� 0 0 0 co —0 I a Gb 0 cli N M O ai CLQ C; co fl: N cm M 69 GO. M 413, dad O z —T O C$ Ln -6 j,� w 0 x j, wo 0 x 0 6 x ei x x im x Z,- 0 z u) to Cq N 69 to M v4 0) � GO O z to z 0 z 0 0 T -- ti M fL <1 0 CL LLJ 0 z z ui m m cc :2 (L a: 0 0 0 9L Gi w 0: Ix 0 0 z &M z z W 0 0 z �g z w a 0 a — .72 m w �z (9 0 0 w a ❑UJ M LU 0 0 <d O mm 5 0 w 0 > 0 z z 0 L) z M cq 0 oo ;_I r- N r, :2 m CY m oA x odo 7) x co cq 0 Go lo (D O co QD co coco z co to QDKi co co 0 m co oo co u) co co co co co Go ca co r, ee O x(D W :3 V .6 W w z z N4O 0 29 cc co T`JM R W LU LU w mLaim W w fn Q cc Id 75 ..R m z g �z 0 .4) c M (D (1)U le :2 .4) c w U) 6 8 0 < M 6 _j 5z j w -8 P CL LL D co X x a;- LLJ Q - C� o ? x X uT , z 4CN < 0 0 w > Sa) o ay L) 41) ri in c;' E m V 7E CO CF s 0 LU _0 co -W w 0) 0 O.e V V cl) V 0 13 4) 0 0) 0 c Z, c .. 2! c 0 z 0 z 0 c4 0 0 0 0 0 E 5 E 0 0 m 0- co m co n m W 0 CO 0) M —t I-- 1 C to F3 w R O NO Ci go C! m q I n c, co ";t = 00 I C> C! q 0 q KSO M cli co m 69 in Ll 0) (0 CD co O cm Nto W) C.) 00 cm 69 44 Ni 6s ss 6p, 65 69 44 O� 869 689 (L C) LI) (5_7 Q Fi hLJ !i m m w T-o-w.-.;aw x x 0 0 V) CD 04 CIO co co km x x x >( Im L-� ;Lau U.3 tn fo An bpi tc) M, 61, Ln 64 64 CL < CD z Of < m < < < < 6 < < C w W V t3 CJ (n i-- C) uj E = -j LJ C.) w C) 2 z 00 S2 z CMZ 00 00 T< 2z 2 z 2z a a 0 0 ig 0 V 0 w ul S W w -j co W P: g W w — mxlU-mj,!M-Olrmw-mflZ) w — W D w W 7 UJ C, x w 0 x Ix x w 0 w 0 60 x i L5 0 0� 0 0 0 W Ca LL CL -i CL LL LL W 0 -j -J M a. - z z w >- UJ a. w CL a 5 :5 0 ou (x w 0 0 o 0: LL IX Oo 00 w z IL CO Wo® w w W 0 0 0 Ix Of of 0 0 0 C.) w wo uj CL ma In 0 v co co tn CD C� 0 = r- Q clitY1 04 cm tfY til en SOY ot O 0 cli v X CX, X, cli c W co to co z o (D co co co w w w w co w 0 z ix CL ui r4 W uj LU uj LU 0 Cn U3 Q) CO to M M 0 w (D w ca 0 ca 0 m 0 W w uj w w CD co m w w 0— *UQ, 11 U, r- UJ c CL 0 ffi U) Cc) (13 C) 0 = CD 3z co 0 (D x Z E X Im Im 0 X Cl) co w X x a OE X C, C14 Ma N 0 x M Ae Ma La Lr M w E 2: Ol 0: CZ A C13 0 05 4) a 3: as x Cd r (D 6 E U. x LD i U- 20 U. (D (a 2 x :-a 0 Li CL ca C 0 x ctl -j X & —4) M to .0 ci m= ca 0-2 E) -j < '2S2 to m CD w o M Lm W N m V x V) w 0 E CAX to •G m V in x =) cw 4 g L) Im .O 0 co ca m - 0 LL (s 8 L, a o ul .2 c!) w m R N a 1 x z A *v CD IO O o I o O :9 o I o 0 P >! 0 P I �0: C>Ll 0�� I cy; -0) z w CL 0 Ei CL 0 CL co co n co C. adi aj Fn N3 m J G+4 Bp m lo 643 LIJ R ca o W CO 0: 0 0 Lo 00 co LU cn Xa. cn (L LL CV rti X CD a. 'a w 'a ca o x x x x rt Uj a x -L (D a w 19 c ia co 0 0 C) en > C� x 0: x a: x 0 69 a: (n co OD cc co co M cli UJ -j a ca tn (D E 4) E W E w w UJ a V3 N cJ x z `4 0 x z w z 0 1 w z z 0aj :9 P >! 0 P I �0: C>Ll 0�� I z w M z w CL 0 Ei CL 0 CL w 0 0- 0 as IX 0 0. aj Fn m m J -j w 0 CO w o m lo w m oc LIJ R ca o W CO 0: 0 0 N -5 :9 fn m Fn m m C cn Xa. cn LL CV rti X CD 'D w 'a w 'a ca o LU IX Y C'i 6 x CD cr (D a w ia Lij E 0- 0 en > C� x 0: x a: x z a: (n C5 cc .11 S X UJ -j a ca tn (D E 4) E W E w w UJ a -011 z `w Z Z 0) z 4) w z E w Z 55 0 sw ca C6 to (D x W x 'D x ie 0 x z 0 m M Co ca 0 .9 40 U 0 0 to to 0 co 0,0,O Q co a- m LU LU -2 E CD E > � 4) E I co.0 x z — as La - 0 IL CL (L a. 0 E U) LL to 0) LL LL tu 12 D LL en CD Co on A (D I Lq w — to V=) N kit W 9 00 - 0 --7- 0 0 cy 0 --a -0 Vt0 c) T 1 —U, —U, co cm CNI r- 0 6-3� co to cm 00 r.: w Tw; 7 0 q- 40 0 CA = m CL CL LU 6% Cr w W 9 00 - 0 --7- 0 0 cy 0 --a -0 Vt0 c) T 1 —U, —U, co cm CNI r- 0 6-3� co to cm 00 r.: w Tw; 7 61D 40 40> ell 6% 44 GFk 0 z a O 0 "0 ca z w w g a to .5 w 8 0 IV x J� cli w t� jo 4! 0 Ly 0 Ly a5 co w w LU LLI cc t t0 r- co 7 00 N co 0 — 0 49 se 64 z 69 M 4S. GO W7 69 TWM",;$; z z z LL < ui 0 0 0 4D w < LL D (9 uj z ix LL LL LL. LSI z z (D -S M x LU x w LLJ w co cr LK to w LLJ -i CL -j � =) w a UJ f.- (L ic- w :0 0 ul 0 uj Ca Lu U- D z o LLLLi 0 0 0: ILI to z z z < 0 w 0- < (o Ix (1. w 0- > Z z < U) co CO C-4 cli 05 cli C-4 CD w 0 w '0 C-4 0 00 to ca C) m 9 < CD co (1) (L (D 14 ev < M V co 43 Ti, T)21, E T3 0) w w w LU co ca IV W uj LU w X n CL o x (D cm E, ca 41 u') to 0 0 (D 0 CL 0 coo x im m C m 0- 0 CL C) 'a cq O 0 04 r C'i x c V tS E x C; E uj m to 0. a. co c CL CL (a 0 42 C-1 ti41 U- > M CD ul 0 E CL -6 c CL ID = c F.� CL CL E 0 T w as co, CL W ;z -j MO CL < 0. < m mrn m C) C� C) C! q R to C> --, -i f. - v C-� 6-21 td cz 0) C� cli m Cq 00 co C14 04 CV Q 0; cn C14 co 64 ffl, 64 epk m ema fa Go z ca (Lal Jo -- 0 al 0 fu w (U w Lu ' 0 W L. I Tia w 0 LLI w V—j 0 L� C3 ca ca 0 to 0 c eo z N ul) "o F-- a M — Ln c4u- :n, 10 (0 w CD WNW V &S, cm co co Go cm Go cm cq V3 cq C; Gp� in. W. tfS ❑ < cnz M w 0 z 0 I(L Ts Lli w La (n Ell 0 z I < ui uwi < z < < z a w w M eb I- 2; w x Lu w LU Z LU UJ Z a_ V t- 0 L) W < fn U) oo -J < Z Ld Z D W - fn 0 CM LU LU CL < 0 (1) m _j w LLJ w CL 0 z cn M I < CiJ w P-1 0 z < N6 (Y r) UJ uj z CD z CD LL 0 LIJ w W u UJ 0 w z CO ui U, LLJ z < z of W < U) < < < CO Ln Cq 0 1-4 CD (D C� 0 0 Cj ul 0 CD cli C11 co (D C-4 v v f, a m LL m CID 0 CP Ul) z 0 fn 0 co cv) -V co r- C) 3 ;";, �< IL -j 0 m C-) w 0 Q) co m W w cl) 2 9 0 L) VR9 m V z 0 co e ui ca E CL tm C D W 10 C) w w W co E ( o Im < m 0(a 'E w Ww W ca WW (a to to LU to W 0 w w (a LU ca WCD 0 to 0 ui 4) Lw LU cx C cu ul AD (D fn 2a C. —0 0 4) U- co G ic 0 z wl C4 a CL 8 X 3 0 x z x 0) S A z w m vy a 03 m en mV (D il 40 LL w ip :3 C4 fn ad 0 3 —0 Lu fn ix c 0 , = c -6 im co CL w C.0 C f� .9 133 m 0 w (D C.) �5 0 S x CD Z 8 ta 6 -6 .CL ❑ 0 0 (L 05 32 x s -S LL C.) U) 'a i 0) 0to U a. C.) is (0 w E 2 I 0 c I tm — - ul w ui wc w U- 0 O 619 V 0 Z co Vs. --;--T T 44 co Ot 64 MCl) 69 C> foll, a ffi co 0 xli o e� (a w 0 to 0 Co 0 16 CD 22 LO cm T v 0 x m �—u N LU ILI cli LLI li� m "0 C—) cli co Lou co C, cm 06 Bf 6S, O1 co 49 co Ln Cl) ta w C"q 7- 41k < z 0 -j z 0 C6 Lb cc < 0 Li z 0 LU z D w a x I-- 0 ix 0 ui 0 cc ;� Lu LUZ 00 ui -j< < 0 z :3 LLJ _j Lb LL uj 0- I LLJ LLI a. < LU o) i-- LLI M 0 Z w CL CL < < D 0 -j w Im m U. cr 0� w z ru Ix Li- ul �2 cl: Ix Lu Ix z < w a. Ct)< w < a ni D LU 9; Cld C2 (M CD Cl) CD CD LU rn w C.3 (o (.) 0 cm, 5 D < eq Cl) too ui ev C) < co co 9 C� 'm co CL G5 r3 LU 41> a ci w E W IL CL vaw W w w w w ru w w w co cu w 0 w to 4_D col ca iu Em EL 0 C 13 C 0 ;5 le C> C-3 co 41 ca 75 4)0 O E CL C5 to M OT C<L E (D CL 75 E 0 =0 Lu w a. z #A CD 0 20 0 E E 4) ': m U) :3 o w 'C w cx CL ca n co .2 fl. E -j 4�5 c CL 0 -2 O's M . m -- V 0 w w & 0) 42 CL W (o S co IL toa U) V m 0 CD (D < m Lo m E F CD 0 Is to 0 0'', o a. a. -1 a. 0 CD a —cz C> C> co Iq R C! C%j CD CY! 0) Ln In co m CD 0 co m cm C14 cm (M cli co 691 T 6S, �2 ti en 09. s4 cm is Mari co 61> M 0 0 UI) 0 co 'S 0 -5 w u L) Ln cc0 LU �-u uj to w W (a w C3 16 ;W 0 CD QR a. — 0 U; co CD Q tLi x c o as 00 ::; C) a 'i ;i C� v co cv 44 Wk 0) in C� N LO oi 4$3� rn en z z z uj L6 6 Lb 0 < 9. 0 W < < C) 0 CL cc 0 IL Ix z z 0 L) Q 0 Fj Z x w x ui X ua-j x uj < CO) LU 3 CL uj ru 0 0 CL LU w X L) ui rr LU LLI IL Cl. z z w Ex < D >- uj D D >- D Ix W 0 W< < co M m a 0 <0 W R In 0 cm 0 co .4, W) C) V) cq cm U9 0O - ui x 10 'D 0 0,6 4*3 co ED C� C> m cb M� co C11 c) 0 P� a Ul) to (n to cq It C� LL U- IL - 0) w cm N cq N w LD E2 a ZI M 0 w w .0 Wto 0 0 < w < OE co M a < ,tg C C3 cm UJ uj LLI CL LU co LU w LU w LLJ to w ui W ui 0 0 tts 0 c E E fL a (L 0 e ca co 4) ci w E ul ML 22 ti 3: E '& C. to CI a CL to a 0 E X i n ppO w 7 5 Lo E to N tfi E 0 2 0 0- E 0 -0 Vl E CL w ca P! ID .2 a gx U2 (L U. U3 g -E tm E E im 2 M CJ OL g 42. 0 w .2 cm CL CL co U, ui 0 - w V) 0 4) (DCi 9L ?L 0 C7 t9 rSCO 42 sGa 0 u 0 CL _0 m I 0 w I= a 0 S. 0 0 0 u "o E 0 a �(D f—cr CD w ab --r_ :S =0 — — L ------- j M M 0- to I w X I w I QY to rn sv CL V) (D 0 (D (n cc % E a' Cc* IR OR -8— CD CIV, Cd CD co v 0 03 0) r_ cli 60 (4) co N 6% CL 0 w 00, d , 0 0 0 ro V 0 CDvb E llEL a E co co m a eL .0 Ira C w (D to F ct CL a. on .r- 6 to cu L) (U w.— 0 x 16 N CD C%d bz cmco 69, A8. cr V c 23 z V FA uj IL 2 0 L6 E0 E Or EL w ui ui 0 uj 0 C) 0 ® CM cc % E 0 0 0 0 0 0 UI) 9 cm 1 v 0 to r_ m �R cm w co N CL 0 00, d , 0 0 0 V co CIL 0. E d) Ir CDvb E llEL a E co co m a eL .0 Ira C w (D to F cr x V co CIL 0. E d) Ir CDvb E llEL a E co co m a eL .0 Ira C w (D to F s� y lip I ni , _FM 'IOU RMGAB= iiilSi i2 i C[ittM#iCir Pal 1 st 1. AGREEMENT. This Purchase Order including these terms, conditions, and other referenced documents such as solicitations, specifications, and responses constituththe sole and entire agreement between the parties hereto. The County does hereby retain the Supplier to famish those sen+ices/commodities and perform those tasks as described in this purchase order and as further described in the scope of services, attached hereto and incorporated herein, if applicable, This order shad be construed and interpreted under the laws of the State of Florida. Jurisdiction and venue, with respect to any suit in connection with this order, shall reside in Seminole County, Florida. 2. DELIVERY OF GOODS AND SERVICES. Failure to deliver the items or provide the service hereby ordered strictly within the time specified shall entitle the County to cancel this order holding the Supplier accountable therefore, and may change the Supplier with any increased cost or other loss incurred thereon pursuant to Chapter 672 of the Florida Statutes, unless deferred shipment is requested and agreed to by the County In writit . Payment or mice of any item after the delivery date shall not constitute a waiver of the County's right to cancel this order with respect to subsequent deliveries. 3. WARRANTY. Supplier warrants all materials and services covered by this order to conform strictly to the specikations, drawings, or samples as specified or furnished, and to be free from latent or patent defects in material or workmanship. If no quality is specified, the Supplier warrants to Canty that the goods or service shall be of the best grade of their respective kinds, or will meet or exceed the applicable standards for the industry represented, and is fit for County's particular purpose. Supplier further warrants that at the lime the goats or services are accepted by County, they shad have been produced, sold, delivered, and furnished in strict compliance with all applicable Federal and State laws, municipal ordinances, regulations, rules, labor agreements, and working conditions to which the goods or services are subject in addition to, and not in lieu of the above, that at the time of acceptance, the goods or services are applicable, meet or excel the applicable standards imposed by (a) Consumer Product Safety Aka, (b) Occupational Safety and Heath Act (Public Law 91-5961, as amended, (c) Fair tabor Standards Act, as amended, and (d) the goods and services furnished hereunder are tree of any claims or liens of whatever nature whether rightful or otherwise of any person, corporation, partnership, or association. 4. MODIFICATIONS. This order can be modified or rescinded only in writing by the parties or their duly authorized agents. 5. TERMINATION. The County may, by written notice to the Supplier, terminate this cider, in whole or in part, at any time, either for the County's convenience or because of the failure of the Supplier to fulfill Supplie's agreement obligations. Upon receipt of such notice, Supplier shad discontinue all deliveries affected unless the notice di acts otherwise. in such event, County shall be liable only for materials or components procured, or work done, or supplies partially fabricated within the auftization of this order. in no event shad County be liable for incidental or consequential damages by reason of such termination. 6. INDEMNIFICATION. Supplier agrees to protea, indemnify, save, and hold harmless County, its officers, and employees from and against all losses, costs, and expenses, and from and against all claims, demands, suits, and actions for damages, losses, costs, and expenses and from and against all liability awards, claims of patent Infringement, judgments, and decrees of whatsoever nature for any and all damages to property of the County or others of whalsoever nature and for any and all injury to any persons arising out of or resulting from the negligence of Supplier, breach of this order in the manufacture of goods, from any defect in materials or workmanship, from the failure of the goods to perform to its full capacity as specified in the order, specification, or other data, or from the breach of any express or implied warrants. The remedies afforded to the County by this clause are aunuulative with, and in no way affect any other legall remedy the Canty may have under this oder or at law. 7. INSURANCE. Supplier shad obtain and maintain in force adequate insurance as directed by the County. Supplier may also be required to carry workers' compensation insurance in accordance with the laws of the State of Florida. Supplier shall furnish County with Certificate of Insurance for all service related purchase orders and other specialized services performed at Supplier's location. Any certificate requested shad be provided to the Purchasing and Contracts Division within ten (10) days from notice. Supplier shall notify the County in the event of cancellation, material change, or altercation related to the Supplier's Insurance Certificate. All policies shall name .,Seminole County as an additional insured. 8. INSPECTION. At goods and services are subject to inspection and rejection by the County at any time including during their manufacture, construction, or preparation notwithstanding any prior payment or inspection. Without limiting any ofthe rights itmay have, the County, at is option, may require the Supplier, at the Supplies expense, to: (a) promptly, repair or replace any or all rejected goods, or to cure or re -perform any or all rejected services, or (b) to refund the price of any or all rejected goods or services. Ag such rejected goods w81 be held for the Supplkr's prompt inspection at the Supplier's risk Nothing contained herein shall refeve, in any way, the Supplier frau the obligation of testing, inspection, and quality control. 9. TAXES. Seminole County Government is a non-profit organization and not subject to tax. 10. FLORIDA PROMPT PAYMENT ACT. Suppliers shad be paid in accordance with the State of Florida Prompt Payment Act, Section 218.70, Florida Statutes, upon submission of proper invoice(s) to County Clark of the Court and Comptroller, P. 0. Box 8080, Sanford, Florida 32772. invoices are to be bitted at the prices stipulated on the purchase order. Ad invoices must reference Seminole CounWs order number. 11. PAYMENT TERMS. It shall be understood that the cash discount period to the County will be from the date of the invoice and not from the receipt of goodalservices. 12. PRICE PROTECTION. Supplier warrants that the price(s) set forth herein are equal to the lowest net price and the terms and condt8ons of sale are as Favorable as the price(s), terms, and conditions afforded by the Supplier to any other customer for goods or services of comparable grade or quality during the term hereof. Supplier agrees that any price reductions made in the goods or services covered by this order, subsequent to its acceptance but prior to payment thereof, will be applicable to this order. 13. PACKAGING AND SHIPPING, Unless otherwise speed, oil products shad be packed, packaged, marked, and otherwise prepared for shipment in a manner that is: (a) in accordance with good commercial practice; and (b) acceptable to common carriers for shipment at the lowest rate for the particular product, and in accordance with ICC regulations, and adequate to insure safe arrival of the product at the named destination and for storage and protection against weather. Suppler shad mark all containers with necessary tilting, handling, and shipping information, and also this oder number, date of shipment, and the name of the consignee and consignor. An Itemized packing sheet must accompany each shipmenL All shipments, unless specified differently, shall be FOB destination. 14. QUANTITY. The quantities of goods, as indicated on the face hereof, must not be exceeded without prior written authorization from County. Excess quantities may be returned to Supplier at Supplier's expense. 15. ASSIGNMENT. Supplier may not assign, transfer, or subcontract this anter or any right or obligation hereunder without County's written consent Any purported assignment transfer or subcontract shall be null and void. 16. EQUAL OPPORTUNITY EMPLOYER. The County is an Equal Employment Opportunity (EEO) employer, and as such requires all Suppliers or vendors to comply with EEO regulations with regards to gender, age, race, veteran status, country of origin, and creed as may be applicable to the Supplier. Any subcontracts entered into shad make reference to this clause with the same degree of application being encouraged. When applicable, the Supplier shall comply with all State and Federal EEO regulations. 17. RIGHT TO AUDiT RECORDS. The Canty shad be entitled to audit the books and records of Supplier to the extent that such books and records relate fo the performance of the order or any supplement to the order. Supplier stall maintain such books and records for a period of three (3) years from the date of final payment ureter the order unless the County otherwise authorizes a shorter period in writing. 18. FISCAL YEAR FUNDING APPROPRIATION. Unless othenvise provided by lav, a order for supplies andtor services may be entered into for any period of time deemed to be in the best interest of the County provided the term of the order and conditions of renewal or extension, if any, are included in the solicitations, and funds are available for the inhiai fiscal period of the order. Payment and performance oblations for succeeding fiscal periods shall be subject to the annual appropriation by County. 19. FAILURE TO ACCEPT PURCHASE ORDER. Failure of the Supplier to accept the order as specified may be cause for cancellation of the award. Suppliers who default are subject to suspension and/or debarment. 20. AGREEMENT AND PURCHASE ORDER IN CONFLICT. Whenever the terns and conditions of the ter Agreement conflict with any Purchase Order issue! pursuant to it the MainiMaster Agreement shag prevail. 21. FLORIDA PUBLIC RECORDS ACT. Vendor must allow public access to all documents, papers, Mars or other material, whether made or received in conjunction with this Purchase Order which ane subject to the public records at, Chapter 119, Florida Statutes. Rev. 6/2017