Loading...
1904 PBA 17/18-19 Piggyback Municipal Emergncy SvcsFINANCE DEPARTMENT To: City Clerk RE: Request for Services The item(s) noted below is/are attached and forwarded to your office for the following action(s): I Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond ❑ City Attorney Signature ® City Clerk Record Keeping ❑ Safe Keeping ❑ City Attorney's Signature ❑ City Clerk's Signature Resolution PBA 17/18-19 Municipal Emergency Services Inc Once completed, please: ❑ Return original ❑ Return copy Special Instructions: Please file and keep for City Clerk Records Thank you! Ax�& 4&� From T:\Dept_forms\City Clerk Transmittal Memo - 2009.doc 0Z tt Date Municipal Emergency Services, Inc. Piggyback Contract (PBA -17/18-19) The City of Sanford ("City") enters this "Piggyback" Contract with Municipal Emergency Services, Inc. (hereinafter referred to as the "Vendor"), 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, and amended, a contract with Lake County, Florida, said contract being identified as "Contract No. 17-0606G — Fire Equipment Parts — Supplies - Service", (said original contract being referred to as the `original government contract"). 2. The original government contract documents, as amended, 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. 3. Notwithstanding the requirement that the original government contract is fully binding on the parties, the parties have agreed to modify certain technical provisions of the original government contract as applied to this Contract between the Vendor and the City, as follows: a) Time Period ("Term") of this Contract: (state N/A if this is not applicable). N/A. b) Insurance Requirements of this Contract: (state N/A if this is not applicable). N/A. c) ... Any other provisions of the original government contract that will be modified: (state NIA if this is not applicable). NIA. 1 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, City of Sanford, 1303 William Clark Avenue Sanford, Florida 32771, telephone number (407) 688-5040 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. D 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. z h) IF THE CONTRACTOR/VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA 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, CYNTHIA PORTER, CITY CLERK, CITY OF Sanford, CITY HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, PORTERC@SAN FORDFL.GOV. 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. Entered this day of �Ao .< , $x SIGNATURE BLOCKS FOLLOW: 3 Attest: JjPff-J-o n V�Finan & perations Attest: �AZ1F0. Cynthia Porter, City Clerk 1 ',j ST. is 11 Approved as to form and legal sufficiency. Colbert City Atte Az/j 4 Municipal Emergency Services, Inc., a Nevada corporation. By: Thomas X. Hubregsen President/Director/CEO Date: NOf Sanford Dn N. Bonaparte, Jr., ICMA-CM Manager Exhibit "A" [Attach original government contract] �1� ��� �~��R \�J-��� �mx�� �~��^��� n x __ |iOK|nx CONTRACT NO. 17-06O8G Fire Equipment Parts — Supplies - Service LAKE COUNTY, FLORIDA, a political subdivision of the state of Florida, its successors and assigns through its Board of County Commissioners (hereinafter "County") with noted modifications, if any, the bid of Municipal Emergency Services (hereinafter "Contractor") to supply fire equipment parts, supplies, and services to the County pursuant to County Bid number 17-0606 (hereinafter "Bid"), addenda nos. I and 2, opening date 12/13/2016 and Contractors Bid response thereto with all County Bid provisions Acopy ofthe Contractor's signed Bid is attached hereto andincorporated haren.dlus[nakingit apmrt of this Contract except that any items not awarded have been struck through. No financial obligation under this oon1nao1 shall accrue against the County until u specific purchase transaction is completed pursuant to the terms and conditions of this contract. Contractor shall submit the documents hereinafter listed prior to commencement of this Contract: Insurance Certificate — an acceptable insurance certificate (in accordance with Section 1.8 of Bid)must bereceived and approved by County Risk Management prior to any purchase transactions against the contract. The County's Procurement Services Manager h ll be the | judge as tothe fact gfthe fulfillment ofthis Contract, and upon any breach thereof, shall, ethis orher 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 beliable. This Contract iffacti from July 1 2O17through J 30 2018 except the County reserves the right to terminate this Contract immediatelfor cause and/or lack offunds and with thirty (3O)day written notice for the convenience ofthe County. This Contract provides for four (4) one year renewals at Lake County's sole option atthe terms noted iDthe Bid. Any and all modifications to this Contract must be in writing signed by the County's Procurement Services Manager. LAKE COUNTY, FLORIDA Senior Contracting Officer By: Distribution: Original -Bid File Community Confidence Through Excellence in Service" Office of Procurement Services 315 W.Main, Suite 441 P.O. Box 7800 MUNI.CIPAL EMERGENCY SERVICES, INC 4 it ilm? 3789 62nd Ave N Pinellas ParkJL 83181 INVITATION TO BID (-,ITB) FIRE EQUIPMENT— PARTS -SUPPLIES —SERVICE INVITA-HON TO BID (ITIS) FI:ItEEQLJ1PMENT - PA_RTS — SUPPLIES - SERVICE I'I'11 Number: I7-0696 Itid Due DRIC, Cuatracfing Officer: D, Villins Deeemher 13, 2016 Fre-Bid Conf. Date: Not Applicahlk: JTB Issue Date: October 24, 201b Rid Iliac Tieale: 3 a)t) p.m ..................... SECTION 1: special •I•ernis and C Onditions 2 - SECTIO '•d 2: Statcancnt of Work ------------------------------------- - 14 --- ----------------------------------- SECTION '--••--------••-------------•---- SECTION 3; Gencn•al 'T'crms and ConditinaTs 16 SECTION4. Pricing`G'crlifieationsfSignatures 20 ...................... ..... •--•---•-------------_----------------_---------------_---_Y•-_••------••••-._-..-. SECTION 5: Attamhmun,ts 23 Prapasal and or Performance 11mi : Certificate of CornpetcncyiUcutlse; lncl�:tnna lic�taur�Ins uranuc ; T'rc-Bad Can{ih-Cnccl�v'alk-Tfiv: Not appJkable to this CIMS Not applicable to this ITB Smlitm 1.8 -Neat atli7licable to this TTB At Me date and time specified above., all bids that have been received in a timely "Initacr will he opened, recorded, and Accepted for consideration. The names of the bidders submitting bids will be read aloud and recorded. The bids will be available for inspection during normal business hours in the 01'fice of Proc:ua•4l%nit Iiervice.; tWily (30) Ca1endar days after the offiOal hitt due date_ WhcTI Ct?untCr- sioned by an Authorized County mprekentative, this dOCUTFICtii aTld any speeifically identified attaclunents may fbrm the contract document binding the parties to all performance specified herein. Vendors shall complete and return the entirety tet' thim ITI3 Document, and attach all other informiation requested in this ITB document (See Provision 1.13). Failure to sign the bill responw, or W submit the bid rekponse by the speuilted time and date, may he cause for rejection of the bid. Nil-I(i;SPONSE, Rl+•.1'TN If any vendor does not wSett V), tCAPO[ld to this solicitation at this titne, or, would like to be removed fronn Lakc County", vtlldor I Ast, please tnark the appTOPtiatc SI -MCC, Cuttlpictc Tlatne below and return this page only. © Not interested at this tinge; keep our firm on Linke. County's Vendors List fbr future solicitations t6r thk prodetet.f service J Please remove our firm from Lake C.outity's Vendor's List for tins product / service, VENDOR IDENTIFICATION CompanyName: .._..- - Phune Number E-rnail hddress: C:outwl Person: SEC I — ySPECIAL TERMS AND CONDITIONS ITBNumber; 17-0606 Sectirrn 1.>` : Purpose The. purpose of this solicitation is to establish rnultiplu (cmi and supply contracts for the purchase of various brands of parts, supplies, etluipment, And services wed by tho County on an as needed bassi in conjunctiot) with its public. safety needs. This is an indefinite quantity contract with no guarantee goods or services will be required. The County dues not guttratitce a ininirnuin or maximum dollar amount to be expended on any coittrfICt(s) resulting f3-om this Invitation to Bid (ITB). Section 1.2: Designatcd Procurement Representntitc Questions concerning any portion of this solicitation shall be directed in writing [fax and c-inail accepted] to the below Muted individual who shall be the official point of Contact for this solicitation. To ensure reply, gttestions should be submitted no later than seven (7) working days before the bid due dine. Ponna Villinis, CPPB, Senior Contracting Offiecr Lake- County BCC Office of Procurement Services 315 W. Main ;street, Room 44 t PO BOX 7840 Tavares, FL 32778-7800 Phcine:352-343-9839 Fax:352-343-9473 FI matt: LIvillinis!irilakccUL.ttltVil.i-'O No answers given in response to questions submittud shall be Finding upon this solicitation unless released in writing as an addendum to the solicitation by tho Lakc Cocmty Offiuc of Procu3rcnucnt Services. Sectiou 1.3: Method of Award The County iritonds to award multiple contracts under this solicitation to maximize coverage t;Dr the variety of brands it purchases for its operations. It is anticipates( that multiple vendors may be awarded for the; sank; brand. in this case, the County may request quotes from vendors under contract for tfie saint brand if discounts are equal or if stocking issues are concerns. As the hest interests of tho County may require, tits COUntY rescrve:s the; right to reject any anti all offers or to waive any miner irregularity or tcelin icality in bids received. SECTION 1 -- SPECIAL TERMS AND CONDITIONS 1111 ,Nurnber:17-0606 Section IA: Pre -Biot Conference I Site Visits Not app€icable to this solicitation, Section 1.5: Term of Contract 'Phis contract shall eommetice on the first calendar day of the month succeeding approval of the contnict by the Board of County Commissioners, or designee, unless otherwise stipulated in the -Notice: of Award Letter distributed by the County's Office of Procurement Services; and contingent upon the completion and submittal of all required preaward documents. The; initial contract term shall remain in effect for IwolYe (12) nionths, and then the: contract will rcrnai.n in cifcct until completion of €hc uxpcussed and/or implied wat'tanty period. The contract pricing resultant from this solicitation shall prevail for tho full duration of the initial contract term unless otherwise indicated clsewbere ill this document. Section 1.6: Option to Renew The County shall have (lie option to renew this contract for lour- (4) additional one (1) year period(s). Prior to the completion ofeach exercised teem of this contract, the vcndor shall lac notified in writing of the County's intent to renew, It is the vendor's responsibility to request any pricing adjustment iti writing under this prevision at the tune of renewal. The vendor's written request for adjustment should be submitted at least thirty (30) calendar days prier to expiration of the then current contract term. The vender ad€ustment request must clearly sub9landalu the requested increase (with copies of manufacturur's invoices, notices of price increases. etc,). If no adjustment request is receiver'; from the vendor. the County will assume that the vendor has agreed that the optional terin may be exercised without pricing adjustment. Any adjustment request rectived after the commencement of a new option period shall not be considered, The County reserves the right to reject any written price adjustments submitted by the vendor antilor to not exercise any otherwise available option period basal on such price adjustments. Continuation of the contvau( beyond the initial period, arta any option subsequently exercised, is a County prorogative. and not a right of the; vendor, This prerogative will he cxer6sed only when such continuation is clearly in thc; best, interest of the County. Section .1.7: Method ofP'ayAkkent Invoices shall be sent to the County user dcpartnicnt(s) that requested the items through it purchase order, The (late of the invoice shall not exceed thirty (30) calendar days from the dolivery of the goods or services. Under tto circurnstanees shall the invoice be submitted to the County in advance of the delivery acid acceptance of the items. In addition to the general invoice requirements stated belmv, the invoice :hall reference, or include a copy of, the corresponding delivery ticket number or packing slip number that wits signed by an authorized representative of the County user department at the time the items ti --ere (Miecrcd and accepted. All invoices shall contain tete contract and/or purchase order number, d tic and location of delivery or service; and confirmation of acceptance of the goons or services by the appropriate 3 SECTION I — SPECIAL TERMS AIVU CONDITIONS TTR Numhtr: 17.0606' County representative. Failure to submit invoice; in the prescribed manner will delay payment, and the vender may be considercd in default of contract and its contract may be terminated. Payinems shall he tendered in ;accordance with the Florida Prompt. Payment flet, Part VIT, Chapter' 218, f'lorida Statutes_ Section L.8: lnsurancc teach vendor shall include in its solicitation response package proof of insurance capabilities, including but not limited to, the #ollo4 -ing rcquircincnts: [This does not mean that. [lie vendoi- Must have the coverage prior to submittal, but, that the coverage must be in efloct prior to s purchase order or contract Lacing executed by the County. I An original certificatc of insurarico, indicating that the awarded vendor has coverage in accordance with the requirements of this section, shall bo furnished, by the, vendor to the Contracting Officer within five (5) working days of such request .and must be rcccivcd and accepted by the County prier to contract execution andlor befot-: any work begins. The vendor shall provide and maintain at all tinges during the term of any contract, xithout cost or expense to tic County, policies of insurance, with a company tat" cxanll)a11teS authorized to do business in t}te Stats of Florida, and which urc acceptable to the County, inSUI-ing the vendor against any and all claims, demands or causes of action whatsocvcr, for injuries received or damage to property relating to the performanec of duties, services and/or obligations of the vendor under the terms and provisions of tlic contract. The vendor is responsible for timelly provision of certificate(N) of insurance to the County. at the certificate holder Address evidencing conformance with the contract requirements, at al I times throu�hclt3t the tern3 of the contract. Such policies of insurance, and confinning ce3tiCnates of insurance, shall insure the vendor is in accordance with the following minimum limits: General Liabitity insurance on forms nes more restrictive than the latest edition of the Occurrence Forin Commercial Genoral Liability policy (C(i (}0 01) of the Insurance Services Offiiue or cquivalent without restrictive, cndorsO.Mcnis, with the following )Minimum limits and covcrugc: 1;acts Occurrencet'Gencrat Aggregate $500,000 Products-Compicted Operations $500,000 Personal & .adv. Injury $500,000 Fire Damage !E;St}Tfl{}i} Medical Expense f;S:Sltl(1 Contractual Viability Included Automobile liability insurancc, including all owned, non -cls coed. scheduled and hired autos with the fallowing minimum limits and coverage: Combined Single Limit $300,000 OF Bodily Injury (per person) $100,000 Bodily Injury (per accident) $300,000 Cl SECTIO)~' I — SPI ECIAl. TERMS AND CON IT11 Numbcr: 17-06500 Property Damage �1t14.t10t1 Workors' compensation insurance based on paper reporting of classification codes and payroll amounts int accordance with Chapter 440, Florida Statutes, and er any other applicable law requiring workers' compensation (federal; maritime, etc.) 1f' not rcquircd by lave to maintain Nvorkers compensation insurance; the vendor must provide a notarized statemnt that if he or she is in_jumd, he or she will not hall the County iesponsiblc for any paytmnt or compensation. Employers Liability insurance with the following minimum Jimits and coverage: Each Ace, fdcot Disease -1:1011 l iniployee Nsease-Policy Limit $100,000 $ 144,000 $540,000 Lakc: County, a Political Subdivision of the SUte of Florida, and the 'Board of County Commissioners, shall be named as additional insured as their interest may appear otr all applicable liability insurance policies. The celtificate(s) of insurance, shall provide for a minimum of tbiity (30) days pyicrr written notice to the County of any change, cancellation, or nonrenewal of the provided insurance. It is [he vendor`s specific responsibility to ensure that any such notice is provided within the stated timcihmc to the eertiticatc 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 requircd to provide a copy of the actual policy endomement(s) providing the required coverage and notification provisions. Certificate(s) of insurance sliall identify the applicable solicitation (I"I IVItl^' IAUQ) number in the Description of Operations section of the Certificate. Ccrtifieatc holder shall he: t_AKU COUNTY. A 1 OLUICAIL SUBDIVISION OF THE STATE OF FLORIDA, AND TI it BOARD OF C OUNTY COMMISSIONERS P.0, BOX 7800 TAVARFS, 11, 32778-7800 Certificates of insurance shall cvidencc a waiver of subrogation in favor of the County, that coverage shal[ be primary and noncontributory, and that each evidenced policy includes a Cross Liability or Severability of lnlcrcSiS provision, with no requirement of premium payment by the County. The Vendor shall be responsible for suhcontractim and their insurance. Subcontractors are: to provide certificates of insurance to the prime vendor evidencing coverage and (erns in accordance with the Vendor's requirements. SECTION E — SPE.CIAL TERMS AND CONDITIONS 1'11Number 17-0606 All self-insured retentions shall appear on the and shall be subject to approval by (lie County. At the option of the County, the insurer Ghali reduoe or climinatc such self-insured retentions. or the vendor or subcontractor shall be required to procure a bond guaranteeing payment of losses and rcl (ted claims expenses. The, COunty shall he exempt from, and in no way liable for, any sums of money_ which may represent a dcductible or self-insured retention in any insurance policy. The. payment of such dcriuctible or self-insured retention shall be the sole responsibility of the vendor and/or subcontractor providing, such insurance:. Failure to obtain and maintain such insurance .as set out above will be Considered a breach of contract and may result in termination of the contract for default. Ncither approval by the County of any insurance supplied by the vendor or Subcontractor(s), nor a failure to disapprove that insu3Imce, shall relieve the vendor or Subcontractor{s} of full responsibility for liability, damages, and accidents as set forth herein. Section 1.9: Bonding Requirements Not applicable to this solicitation. Section 1.10: IDelivery The vendor shall make deliveries within icn (10) calendar (lays after the date of the order. All deliveries shall be made in accordance w-ith good Coinnlcrcial ilractice and all required delivery tirneframes shall he adhered to by the vendor(s), except in such cases where the delivery will be delayed due to acts of Ood, stripes, or other causes beyond the control of the vendor. In these cases, the vendor shall notify the County of the delays in advance of the original delivery date so that a revised delivery schedule can be appropriately considened by the County. Dcliycry of cnicrgeney orders shall be within Iorty-eight (4$) hours. No steel: deliveries will be accepted on Saturdays, Sundays, or County holidays. The ordering department will advise vendor if the order is an emergency when placed. Should the vendor(s) to whom the contract(s) is awarded fail to deliver the roquired goads or scrvlceS under a specific order in the nutnbcr of days Stated above, tho County reserves the right to cancel the specific order tinder the conlraci on a default basis after any back- order period that has been specified in this contract has lapsed. if the specific order is so terminated, it is hereby understood and agreed that the C',ounty has the authority to purchase the goods elsewhere and to charge the incumbent vendor with any re -procurement costs. if the vendor fails to honor these re -procurement costs, the county may teratina w the contract in its entirety for default. Certain County employees may bo authorized in writing (o pick-up materials under this contract. Vendors shall require presentation of this written autttori7lttion. The vendor shall maintain a copy of the authorization. If the vendor is in doubt about any aspect of material pick-up, vendor shall contact the- appropriate user department to confirm file aLiLhorizafion. SECTION I — SPECIAL TERMS Acrid C'OND171ONS ITt3 Number: 17-0606 Section 1,141,1: '+hipping Terms, F.O.B. Destinntion- Inside Deliven, The F.O.B. point for any product ordered as a result of this solicitation shalJ be F.O.B.: DESTINATION —INSIDE I)MLI V ERY. Tho title for each item will pass firm the contractor to tate County only after the County receives AND accepts each item. Delivery will not be complete until the County has accepted each item. c:livery to a common carrier shall not constitute delivery to (he County. Any transportation dispute shall tie between the contractor and the. carrier. The County will not consider any bid or proposal shoving a I -.0-B. point other than 17.0.13,: Destination Inside Delivery. Section 1.144,2: Birk Orders itAhe vendor cannot deliver an ordered item in aci�ordancc: with the scheduled delivery date due to a eurrirt cxlsting backorder of that item witli the vendor's manufacturer or distributor, the vendor shall insure that such buck orders are tilled within toil (14) calendar days from the initial scliedulcd dclivory date for the item. The vendor shall not invoice tlic County for back ordered items until such back orders are delivered and accepted by the C'.outity- s authorized representative. It is understood and agreed that the Cocmt}- rnay; at its discretion, verbally cancel back orders after the grace period identified in this paragraph has lapsed, seek the items from another vendor, and charge: the incumbent vender under this cuniract for any directly associated M-procuremun[ casts. If the vendor fails to honor these re -procurement costs, the County may terminate [he contract for default. Section 1.11: Acceptance of goods or Services The product(s) delivered as a rx=lt of an award from this solicitation shall remain the property of the contractor, and services rctidercd under the contract will not be deemed complew, until a physical inspection and actual usage of the produet(s) and/or scrvicc(s) is (arc) acccptcd b4• the County and shall be in compliance with the Cerins herein, i illy in accord with the specifications and of the highest quality. Any goods and/or services purchased as a result of this solicitation and/or contract may be [ested/inspected for co mptiance. with specifications. In the cvcat that any aspect. of the goods or services provided is found to he defective or does not conform to the specifications, the Count} reserves (lie right to teniiinate the cotntrara or initiate corrective action on the part of the vender, to imlude return of any non-cotmpliant goods to the vendor at the vendor's expense, requiring the vendor to cithcr provide a direct replacement for the item, or a full credit for the returned item - 'The vendor shall not assess any additional charge(s) for any cunfo}rnting action taken by the: County under this clause.. The Comity will nett bc. responsible to pay for any product or service that does not conform to the contract specifications. In addition, any de€'ective product or service or any product or service not delivered or perfor ned by the thio specified in the. purchase order or contract, may he procured by the County on the open market, and any increase in cost may by chargcd against the awarded contractor. Any cost incurred by the Counly in any rc-procurcntent plus any increased product or Service cast shall be withheld from any monies omvcd to the contractor by the County for any contract or financial obligation. SECTIO i — SPECIAL TERMS AND CONDITIONS rrt; Number: 17-0606 Section 1.1 LI: Iletieiencies to be corrected by the Vender The vendor shall promptly correct all apparent and lalem defiCiencies atncyor defects in work, and/or any work that tails to conform to the contract doeutncnts regardless of prgject completion status. All corrections, shall bG made within ten (10) calendar days aflc:r such rcjc:cled defects, dcrlciencies, and -'or non-contbitnanous are verbally reported to the. vendor by the County's project .administrator, who may conflrrn all such verbal reports in writing_ The vendor shall bear all Gusts of correcting such rejecter/ work. If the vendor fails to correct the work within the period specified, the Cminty may, at its discretion, notify the vendor; in writing, that the vendor is subject to contractual default provisions if the corrections are not completed to the satisfaction of the County within ten (10) calendar dayvs of receipt of the notice. If tho vendor fails to correct the work within the period spccil UI in the notice, the County Shall place the vendor in default, obtain the services of smother vendor to correct the deficiencies, and charge the irncurtmbent vender for these costs, either through a deduction from the €inal payment oNved to the vendor or through invoicing. If the vendor fails to honor this invoice: or credit nzeano, the County may temiinate the contract for dcf'atu€t. Section 1.12: Warranty The vendor agrees that, unless expressly stated othorwise in the bid or proposal, the product and/or servico furnished as a result of an award from this solicitation shall be covered by [lie most favorable commercial warranty the vendor gives to any custoincr for c;omparaablc cluaantiticss of products and/or Services and the rights and rearredics provided hcrein are itt addition to said warranty and do riot limit any right afforded to the (:ounV by any other provision of this solicit$tinn, The vendor hereby acknowledges, at}d agrccs that all matorials. except where. recycled content is specifically requested, supplied by the vendor in conjunction with this solicitation and resultant contract shall be new, warranted for their inerctiantability. and fit for a particular purpose. Section 1.13•. Delivery of Soticitatinn Response Unless a package is delivered by the vendor in person, all incoming 111'ail from the U.S. Postal Service and any package delivered by a third paa•ty delivery organization (t'edTix, tJPS, DI IL, private courier, etc.) will be: opened for security and contamination inspection by the. bake County Clerk of the Circuit Court Mail Receiving. Center in an off-site secure controlled fac;i lily prior to delivery to any Lake County Govcrrimcnt facility, which includes the Lake Ctrunty Office of Procurement Services. To be considered for award, a bid or proposal must he rec:civcd and accepted in the Office of Procurement Services Prior to the date and time established within the solicitation. A response will ncrt be, considered for award if received in the Off= of Procurement Services after the official due date arid time regardless of when or how it was received by the Lake Cotinty Clerk of Court. Mail Rccciving Center, pillow sufficient time for transportation and inspection. The exterior of each envefopetpackAge shall be elearly° marked with the bidder's natne and address. and the solicitation number and title. Ensure that your bice or proposal is securely seated SEC TIONf 1 — SPECL4kL TERMS ANY) t.0NDITIO S ITB Number: 17-0606 in an opaque onvelopc package to provide confidentiality of the bid of proposal prier to the clue: (late sfaWd in the solicitation. If you plan on submitting your bicf or proposal IN PERSON, please bring it to: LAKE COUNTY PROCI lltEMENT SEI? -VICES 315 W, MAIN S"€REI: f d'I'I 1 F1.()M, ROOM 441 'l'AVARES, FLORI A If YOU submit your bid or proposal by the UNITED STATES POSTAL S1+,RVICE (USPS), please mail it tu: LAKE. C OIJNTY 1"ItOC.t1tt MENT SERVICES Pfd BOX 7800 TAVARFS, FL -32778-7800 If YOU submit your bid or proposal by a T11IRD E'ARTY CARRIER such as FedEx, UI'S, or a privaw courier, please send it to, LAKE: COUNTY PROCUREMENT Sii'ltVl{. HS MAIL It ECEIV NG CENTER 32400 COUNITY ROAD 473 LEESBURG, FL 34788 Facsimile (fix) or electronic submissions (e -snail) will not he accepted. Section 1.14: Completioi4 Requirements for Diels The bid submittal shall consist of (his entire 11'13 document. with required sections completed by the vendor. Ensure; that, you sign the bid in the certification box in Section 4. Otte (1) Signed originat, two (2) complete hardeopiies, and one electronic copy (limp drive/CD) of the bid shall he seated and delivered to Elie Office of Procurement Services no tater than the official hid due date and time. Any bid reecived atki- this time will upt he coinsidered and T►tiill he returned unopened to the submitter. The County is not liable or responsible for auy costs incurred by any Bidder in ruspundutg to this IT13 including, without limitation, casts for product and/or service demonstrations if requested_ When you submit your bid, you are making a binding after to the County and are agreeing Lo all of the terms and conditions in this Invitation to Bid. Ilse only the form(s) provided its this document. if you make any changic to the content or format of any faun, the County may disqualify your offer. Ail information shall be legible and e.ithcr written in info or typewritten, if you snake a correction or change on any document, the person sighing the bid proposal must initial the change. The bid shall he- manually signed in RL[,F'. INK by an official authorized to legally hind the 13iddur to its provisions. 9 VECTION 1 — SPEC'UL'1'ERMS AND CONDITIONS IT13 Number; 17-0606 COMPLi✓HON OF BID PACKAGE: The vendor shall complete all reqUiTMI untrics in Scetion 4 of tho bill form such as. but not limited to, pricing pages: signature, certifications, references; and acicnow1cdge meat of any solicitation addenda_ T'he vendor shall submit the entire solicitation Nvith all Section 4 entries completed in the nuinbcr of'copies speeified to the address specified in this solicitation. The vender shall also submit any supporting docitment:c (to include proof of insurabitity and provision of bid bonus as required), samples; and/or desctiptivc literature required by any of the provisions in Section 2 of the solicitation in a separate scaled envelope 1 package marked "Literature for Bid 17-0606." Do net indicate bid prices on literature. Speeif"ic Completion Directions: r The bid submittal shall consist of this entire 1113 dor;Llin:nt, with required sections completed by the vendor- > Complete the requested information at the; bottom of'the ITB cover page (page 1}. � Pricing snarl I be completed as directed within Section 4. o Initial and dale in BLUE UqK the appropriate space(s) in Section 4 for etch addendum (if any) issued for this ITB. Insert any prompt payment discount that you will offer. Nolo payment terms are NET 30 DAY',', otherwise. > C:omptete the referrnc:c forn-I (in6ndc at least three references) containctk within the soliciEation as Attachment 1. > Complete all certifications, vendor information, and ensure that you sign the bid (in BLUE ink:) in die certification box Provide proof of insurance in compliance with the Mated recluirimcnts in section 1.8 by submitting either- a ccrlilicate of insurance or evidence of insurability. Section 1.15: Availabifity of Contract to Other County Departments Although this solicitation is Specific to enc or more County Departments, it is hereby agreed and understood that any County department or agency may avail itself of (his contract and purchase any and all itenis spocilted herein from the vendor(s) at the contract. pricc(s) cstahtislled herein. Under these circumstancos, a contract modification shall be issued by the County, identifying the: requirements or the additional County departnlent(s). Section 1.16: lausiuess Hours of QperatiOns Deliveries shall be- made during regular business hours (Monday through Friday, 8:00 a.m. to 5.00 p.m.) No deliveries or work (if vendors provides equipment service) shall he performed after regular business hours or on Saturdays, Sundays, or County holidays except when necessary in an emergency situation, for the proper care and protection of the work already performed, and/or when permission to t10 Such work, is secured frorn the C'outtty Departrllent representative_ No overtime work shall be started without prior approval of the irnnlediatc project manager or h6!ncur dcsignatcd representative. 10 SW110 1 — SPECIAL TERMS AN II CONDITIONS ITB Number; 17-06)06 Section L17: Catalogs/Price Lists The vendor shall provide its website address on page 21 of Section d where produot catalogs and price lists are available: for viewing and/or downloading. With the bid submittal, the vendor shall include a QD or thumb drive of the current catalogs acid manufacturer's price lists for the btands quoted. Failure to meet this requirement may resent in the offer being refected. Upon regmst, the vendor shall provide hardcopics of the tnanulzecturer's product eautlogs and price lists at no additional e:osi to the County. Section 1..18: Compliance with federal Standards All items to be purchased under this contract shall he in accordance with all govcmniental standards, to include, but not he Iinnitcd to, those: issued by the Occupational Safety and Ilealth Administration (OSHA), the National Institute of OGeupadOn{fl SaFety Flazards (NIOSl1), and the National Fire Protection Association (NI -'PA), Section 1.19: Hourky Tithes Tho hourly rate quoted shall be deemed to provide hill compensation to the vendor for labor, equipment use, travel time, and any other element of cost or price. ']'his tate is assumed to be at straight -time for all labor, except as otherwise noted. The vendor shall comply with minimum wage standards, and/or ally other Nvage standards specifically set forth in this solicitation and resultant contract, and any other app lica ale laws of the State of Florida, If overtilinu is allowable Wider this contract, it will be ucaverecl under a separate item is the special clauses Section 1.241; 1,abor, Materials, and Equipment Shall be' applied by the Vendor Unless olhcrwise stated in this solicitation, for service to be pcxfonrled, the vendor shall furnish all labor, material and equipment necessary for satisfactory eontm-t perfonnane:i. When not Sl}eGifiCally identlfted in the Lechnic al specifications. such materials and equipmont shall be of a suitable type and grade for the purpose. All material, workmanship, and equipment ,Shall be subject to the inspection and approval of'tho County's Project �9anager. Section 1.2t : Pureliase of Other Brands Although this solioitatlon and to sultant contiact identifies, specific brands, it is heareby understood and agreed that additional brand(s) inay be added v) this contract at the option of the County. Under these circumstances, a County representative will contact vendor(s) to obtain a quote for the additional bratld(s). if the; discount proposed by the vendor for the additional brands) is considered to be fair and reasonable, then the brand(s) would be added to the contract throcigh the issuance of a modification to the contraet.. The ittcumb4nt vendor(s) has/have no exclusive right to provide these additional brand(s), The County reserves the right to award additional brand(s) to the lowest priced contract vendor, to n}tiltiple contact vendors, or to acquire the items through a scparaly. solicitation if it detenninus SEC MON l — SPECL&L TERMS AND CON Llt'I'IONS ITB Numbcr: t7-0606 the price discount offered is not fair or reasonable or fear ether reasons at the County's sole discretion. Section 1.22: Rehates and Special Promotions All rebates and special promotions offeree{ by a manufacturer during the term of the contract shall be passed on by the vendor(s) to the County. 1t shall be the responsibility of the vendor to notify the County of such rebates and/or special promotions during the contract period. Special promotions shall be offered by the vendor(s) to die County provided that the new price charged for the itcm(s) is tower than wOLtld otherwise be available through the contract, it is understood that these special promotions may be of a limited duration. At the encs of such promotion, the standard contract price shall prevail. Section 1,23: Repair and Farts A LinuHls to he Provided The vendor shall supply the County with a minimum of one (1) comprehensive repair and parts manual which idc!.ntify the componcnt parts, and which describe the approlrriate JUOU ss for repairing the equipment purchased by the County in eonfunctiun with this solicitation. The manuals shall be supplied prior to, or upon. delivery of the equipment. Final payment shall be withheld until Suc11 time as these manuals are received by the County. :section 9.24: Risk of Loss The vendor assumes the ride of loss of damage icy the i:ounty's pmperty during possession of such propetly by the vendor, and until dolivcr} to, and acuoptancc of, that properly to the County. The vendor shall itmmediatc.,ly repair, replace or make good on the loss or damage Without cast to the County, whether the loss or damngc results from acts or omissions (negligent or nes t) of the vendor or a th i rd party. The vendor shall indemnify and hold the County harrnleNs from any and all claim;, liability, losses and causes cif ac€ion which may arise out of the fulfillment of this contract. The vindor shall pay all claims attei losses of any nature whatsoever- in connection thcruwith. and shall defend all suits, in the name of the Counlyr whcri applit:able, and shall pay all costs and _judgments which may issue thereon. Section 1.25: safety The vendor shall he responsible for initiating, maintaining. and supervising A safety precautions and programs in connection with tete Mork and for complying with all requirements of the Otcupational Safety and Ilealth Administration Act (OSIIA). The vender shall take all necessary prec:atttions for the safety of and shall provide the necessary protection to prevent damage, injury or loss to persons or property. Thr. vender shall provide all Standard equipment, work operations, safety equipmchl, personal protective equipment, and luting requirod or mandated by State, Federal, OSI.1,A., or Americans with Disabilities Act of 1990 (ADA) regulations. IV, SECTION 1 •- SPECIAL'i'ERMS' AN1) (YlNINTIONS ITi3 number_ 17-0606 The vendor shall designate a compuent person of its organization whose duty shall he the prevention of accidents at this site. This person shall be literale and able to communicate fully iii the English language because of the necessity to read job instructions and sipis, is wull as the aced for cotiversing with management personnel. This person shall be tho vendor's superintendent, unless otherwise designated in writi ng by the vendor to the Contract Manager. ;lection 1.26: Special Notice to Vvndori Regarding Federal and1or State Requirements Upon award of a oontrict resulting from this solicitation, the vendor shall utilize the t.t.S. Ueparunent of I-lomcland Security's E -Verify system in accordance with the terms governing use of the systein to confirm the employment eligibility cif: l) All persoris employed by (tic vendor during the; term of the contract to perform employment duties ,vithin Lake County; incl 2) All persons, inctudirig subcontractors, issigmcd by the vendor to perform work pursuant to the contract. Secliion 1.27. Training When applicable, the vender shall supply the County with a minitnum of one (1) comprehensive (raining manual which describes the appropriate w5e of the equipm"t pur'ehasied by the County in conjunction with this solicitation. The mantlal(s) shall he included with the equipment upon delivery. Final paymcnt shall be withheld until such time as these manuals are r+ectived by the County. Upon request, the vendor shall provide an intensive (raining program to County employees regarding the use of the products or services supplied by the vendor in conjunction with this solicitation. This training shall he no a4ditiortal charge to the County. The vendor shall hear all costs of registration fees and manuals and texts, or other instructional materials assoeiated with the required training. section 1.28: Nage Rate% Linder this contract, the wage rate paid to all laborers, mechanics and apprentices cmployed by the vendor for the work under the contract, shall not be. less than the prevailing wage rates for similar classifications of work as established by the Federal iioveniment and enforced by dic U.S. Department of Labor, Wagcs and flours 'Division, and Florida's Minimum Wage requirements in Article X. Section 24 (1.) of the Florida Constitution and enforced by the Florida I.egislature by statute or the state Agency For Workforce Innovation by rule, whichever is higher. 13 SECTION 2 — STATEMENT OF NVORK I I'l I Nunihm- 17.0606 SCOPE Of' SERVICES General Ibm u,i remeni s It is the intent of the County to establish multiple contracts for its annual requirements for lire coluipment. parts, supplies, and/or services f€n- the County's Public Safety L?epartincat, Fire Rescue Division, and the County's Fleet Management Division. -tic vendor hereby acknowledges and agrees that all parts and/or inaterials supplied by the vendor in conjunction with this solicitation and resultant contract shall he new, warranted for their merchantability, and fit fon- a particular purpose unless recycled, used, or rcinanufactured goods are specifically reyucs(cd or approved at the time the order is placed. FAnergency;/Disasmr deliveries may be required during non -business hours. Vendors shall :;ubmit a contact person's name and telephone nUrnber where requested in the Pricing Scction for emergency orders. It is the vendor's responsibility to ensure that the County hits rcccivcd the latest version of any MSDS rccluircd by 29 CFR 1914.1200 with the first shipment of any hazardous material. Also, at any time the content of an MSDS is revised, the vcmlor shall promptly provide a new MS[)S to the County with the nax, iniormtation relevant to the specific material. The vendor shall be required to furnish price lists on .junip drive cx CD upon ruqucst Froin the Public Safety I)epartment or Fleet Management Division a( no charge. This prier, list shall provide descriptive literature, technical data and service information for items awarded. Time of dulivory for those lists shall b€: mutually agrccd upon by tho vendor and the County representative. Reynir Services Unless otherwise Stated in this solicitation, the vendor shall furnish all labor, material and equipment necessary for satisfactory cuntract perfutinanec. When not specifically identified in the technical specifications, such materials and cquiptnerit shall he of a suitable typo and grade for the purpose. The vcndor(s) shall possess all special hand tools and special cquipmtent. recommended by the equipment and part manufacturer{s} to effectively and cll ciently make repairs. The vendor(s) shall abide by OISMA re€guiremenis anti the staff assigned to the C:oulity's prc►jects shall be ASF; or factory ceitified. AH material, workmanship, and equipment sbalI be sulxject to the inspection and approval of the Public Satety Department, Viond .rr(s) shall be required to submit a written estimate for each prospective project under this contract before a work order for that specific project is issued. The estimate must rcllcot the regular hourly wages for each classification represented in this contract, and the percentage discounts or mark-ups for materials and equipment that Were (ILIOWtj by the vendor on its initial otter ter the most currem contract pricing. The estimate shall be itemized by the number of work hours per classification, and by Elie cast of materials .and equipment. Lump Sum estimates will not be accfTled. If multiple vendors arc available to quote an estimate f(n• thu sptxilic work, the County rvserves the right to award the project haled on the lowest written cstinnate, or to reject all estimates when such action is dete3•mined to be in the bust interests of the County, and obtain the required services frorn another source of supply. 14 SEC TION 2 — ,STA'1'B:MI.NT OF Wf)ltK ITB Nurnbff: 17-0606 Upon approval of the estimate, the County's authorized rcpresentativc shall generate and issue a Work Ordcr for the spccitsc repair project, The; Work Unger shall inelude Clic scope of work to be completed. For purposcs of identification and paymernt. the Work Order shall he numbered and dated- The vendor's name shalt then be entered on the Work Order and that order will then be issued to the vender_ The Work Order shall also direct the vendor to commence weak on a certain day anti it shall sl}ecify the arntiurtt of time allotted for completion of work covered by the Work Order. All work covered ley a Work Order shall eOnAitule a Contract Schedule. Delivery Locutions Dire Rescue Vehicle Mai ntenaneel[`leet Division 25028 Kirkwood Avenue Astatula, FL 34705 Departivient of Public Satcty Fire Station No, 20 37711 Sgt 19 Urnatilla, FL 32784 Depamnont ol`Public Sal'oty 315 W Main St Suite 411 Tavares, FL 32778 {.:ozinty Fleet Martagonent Division 20423 Independence Boulevard Groveland, >✓L 347361 i5 SECTION 3 - GENERAL TERMS AND CONDITIONS 3.1 liRMNIMONS Addenda; A ssriitcn chance hi a acilicitaliun. Udd: Shall mkrtn any ri ferfgj Ruhnli(red in response to lbia riD. Bidder; RuFlxs to any entity that mthmittcd ! ts+d a Lid eY as Tail. C:untract: The ukrcmicnt to perRmn the services ecr ror[Is ill (hi. s0lici(atiun. The conuact sell bt comprised of the snaciialion <ine.unlent sit nrt3 by iautb puartb with ams addenda and other airacrio;ctils speai[icaJty inrorpwuted. Contractor: T'he vendni t(, whirl: it5wa J has bora nu;dr;. County. Shall Teter to Lake County, Tlorida. Invitation to Rid (ITR): 5harl -eon Ihi; sulic;talion dut:umrrt, itx hadinE Lilly and LJJ addenda An ITR coutains well-clefirred {grins, corySL isms, Itri:I specifications End is awarded In the. 20west pt ir:rd rt*jMSLv C and rcsivmsiblc bidder. Undillw4m, A MillCnI•hiusgrIt) aCernhuct. Respoirgibir; Ktkn to a bidder that has the capacity and CAI)abilil•'f toper rUIELL 1110 t xkityuirlxl under on Jiliilsdan to Rid, and is otherwise cli9,ible rot awa,,J. Rmprincive; Refeis lis a bidder ttuil hits Ufn no exccptiim or deviation from the terms, evnditiarls. Lura sptcttirationr man rI'l3. Sttrlcltatamt: The wdilen (locumerd irtit sting oathrr bids or fnopnsals fmm the markciplaco Vendor: rs gtincrnl reGxerace to imy artily respundimg to this Solicilutiun urperiimning undermly resuIdnRr.nv1ract. •file Cuuatly has established that the wards "shall', "nuasr•', 01- ,,Will" i„Will” arc equivalent evithiri this I'M and indicate a muntafory requirement %vhiCh shill nv1 bt: %vaivcd by the GUunty. 3,3 'INSTRUCTIONS TO 11111WERS A. kiddcr (pea liflcatNsn It is Ihs rx)licy of tilt County to clsenralsRe full a;rd upon vomprutiun taming all availabic rlualiticd vendrim All ventlots ie,.ulrlly engaged itt lite type of i urk sy:(:i:itict! ill the solicitation ate tilmi migud to submit bed& To tat reemrrxndcd for award the Cvuntg sct(uites that tcndurs p ovidc evidence ofcompliancsuith IN oequifenteula below upon iequw: T, Disc3oumeofErnp3uyutrnl Dilclostlee orQwrianhip 3. MIJg-Frc+itrprkplace. d, W-4 and R 104 Rams • • The vendor Itlua Punkah ltwse turms neon realties] as required by Ibe )riletnarltevrnue5rrvir:r. S. 5neia5 Sccurity'Wunlhcr—The vcndnr must pro4•* a e,opr of the primary mmicr's social security card if the Sneiar scclidiv numbir is being nscd in lieu of the Federal Tdcnlifrealien :lumber fF.E.UN.) 6. Ain.Cricaus with Disubilttics Act (A. U.A.) 1. Conflict of hdrrest R. Dcharmenl T)isclo5ur2 Affidavit �. �TCr15di4pfim lnallttlt LO. Family T.caw I Antiitust r.xvs — By pcoapmnce or atm coillIat•I, Ihi wadi Lkmozs to cntnpry with all allpllcabls JIIMIn;l laSYe, 11. Pablic Entity C:Tinles NN15tlallL to Suction ST 13312)(n; or the Honda Nlatutcs, a person or of i:(atc svllo has ban placed nn 115_ coiwic;etl veitdoi tisl follow rip, a ealW ciion rut a pleb?ir r2dily ctinte nun• nut submit u bid on. it cunlntcr to pro5•Ldc any gtx>:ls Lir stintew, to a Public cniity, may rent submit a hid nn a cnnnsci tvilh a imbue erilit fur the cnnctmetiol5 nr (apii ofa public btliltFn�-.vr public w%xi !nay nut submit bids on !ruses ol't> d property to a publtr: entity. may not be amudod or perform as a enntractnr, supplier, zr)hennn:lcint. or consultant under it cnnif8et wilit any public e:etity, irlld irwy SLUT trunsuct bustness with any public crrtity in excess Orth: threshold amount smvidcd rn Seelion 297AI7 or the Tiori,ir Statutes, tot CATT'-.f,0RY- 7tSf1 for a gaiiod of 36 inurdh;� from too dale of being nluu:d an the eonviciod vendor li ,t. C. Request fur �iddiliuuxlJnfurmttli+eu Any mmmunication or inquiries. exeepl fol clal ificaliou of process fir pn-ccdure already contained iu the snliriiarron, sie 1* he m9de in %wiling, to the attention of rile l,inrprellicill repre,Ze luoive itlerltifiu:.l in fhc mlicitatinn no later than fisc (5) working, dayR prior to 1110 bid duc data Such inquiries Ebull contain the r:qucsler's nam:., tuldmss, and I Jeph(me numbm The Praeurcmetrt Sztiiecs Office In ITB LYUmbim i.7-0606) ........................................... mw issue an addentltim ill resronse to any rnquiry ie:eiv4d. priui to bid npcning, which cliznp.ct, adds til, or cheifica rhe 1Cn11R, pruvistnns, of .equirrtnenfs fifthc solieilatinn. The bidder Rhonid not.t•ty un nnr Slutcmamt or unphination 5vhcchcr writtin oT vcrhal. uttwr than those mndc in this solicautiun document or in any i0denda izsurd. Whem Qvir appeam to be a cuoIliet bttnYCn this stlUcilaii(m nn,l Harr i4dtnida, Ion h*1 addeadDrr iaaurd Shaft pY,'vail, It it iht: bidder`!; tesponsibiiily to rasutc vNeipl and 10 acknmvicipc all addenda and any acennlp9nyrng cfncinnrortation. Failurc to Eel any cdgD each addendum may pruvent the bid from being considered :or autud U. Utinlenis of aoiieitatien and Hidder.R' Responsibilities JS it lw rvEpmstbdily ofdw bidder to brccume thcuuuEhly familiar ,vi1%t lilt Lvyuirrrtlents. foetus. trod conditiuns of Uris scalicualion. staled ❑11a54ra1nI1CR$or cnnp;lc'lix;1i (elm,, and CJISditl(rn$ will ltttl br a[:&elili,fl as a basis fvt viiiyin?, (lie iequirarnen(. p tllt: Comity of the nnlntinl to he paid to the rzntlor. A. Reclrlctexl ftiecuminns arum the dare of iRRpanoa of this Rnlicilarrnn timil final C:ntinly action, vcndnTR should not di taim the solicitation evirh Iny employee: icer -t, or srny gather repMRcntative of the {:Aunty except aR uutharizod hp the designated procurement Tcprcacntative. Tile only crnmiunicatinns tbal shall ba considered perxincnt to this sullriiattan err written Jucumunts rrurn Ills vendor addmssad to the dusiltnakti ptaeuroaient trprrycuhrtitc and Mtvant dmunxw. rauiludgidcd by Ihedosi(;nLkd procutcrnent reprcEentati%,,e. T?Chanpein, 'LTvidttTrawfilof,orKk(nkein. Wrill C:hanecs to Bid - Print 10 hie npcning, a bidder may change its hid by submitting a new hid wit3 nolie. nu the tin's letterhead, sittteti by an authu=Lend itgrai, staling tint die nu%v subMLLU11 rapfaGCa Ike urigiruti subrruttal_ The nisv Submittal Shall cummn all inr(,trnWion tl:5 raquirtsd fur.ubmittiue the ulit-irnii bid. V; ilbdrawal ns Rid - Abid may he wifitdinwn, cilhet physically of by written rumicf, g any holt; prior In, Sha hid due dA(e, TC withdrawn by wNircn nnifec. that nntiro nmRr he add+r.,.i M rn, anf] reccivcd by, the dearp)iated procurement icprcscnrative rlTrnr 10 1h hid du-- date and time. A bid may al.Rn bo wilhdriimn Efier tapirdtirm of the spociticd Ilid aeceplanec period. and prior to aserud. by submitting u letter to the dmigngtid prcmircmatrt reproscntafive. The Mthdrawal laver mast be un ctvnpany Icttwhwd turd sientxl by un authorized iWnf uJi'fhc bidder. NEXV`k1ELi1i.iJ_• Ally idJ gulion of mialahe in) (I Shall br lieu. till A c rSe• by -(;ase Inst. it is lU be Aa<.OIII d 1;giI ant, alter itinu rn bill J?, ice ;Rei iWript ootids till he zxcereiorVl tl, noluiL,,Ltl(l 54i2r be allowLA only when araban ntiarcd by current 7cral precn3cnec. G, Cnafllcis' ltithhl the `irditll;tiipn Where there aliNi rs to he a eontlicr hcteran contrsetiml t:nns and ccn:lui ms. the wchniwl 6p=6t;lLdonS. the pnt:ing serlion. ur any addendum USULd, the orde of rimcedcnec Shall be: lust addcndum issued, the pricing ses•ttun, the lachnicul i:pmific•utiuns, lila aptcial, anti Ihen bTCMA1 cundilions. It ill incuarbunt upon the volJur le itis{ify sunt curifl-RAs priur to Ihi bid tospQrmi 4irte. If, Pmtnpl Nyrnenl Terms Ir is ilio policy of the C:ownV Char fAymcm for all purchase., by County ag licies shall ha made in a timely manner and that intcrcst paynttims swill be made on Into payments in uce(udume 5vtth Yurt 1:'t`s. Chapter 21.S. Plandu Sintutes. known us aha Wen& Yrwrtpt Aiyment AUL. 'lite bLddrr may offor latah eliscuuriL fui prompt payrAenl., 15uivever, such discount. will not be eon�,Wered in detei inisiUg the lottnv price. dw;n?, bid evahtarinn. RiddcrR arc requPsled to penvide promttj paVinam terms in the -.tMu lnnvidcd on til: sipllaturc page nftile solfeitwiml. 3.3 PREPARATION OF BIDS A. T_lc Prr'cing Sccticn of this snhciretkni dc±ires talc u-auds or St°rvtcLs w b:: Purchnsud. and must bo completed and submincd oath the brei. t lac of any ulllt,r Rrein ur allcrati(an of the forr_t Amy lr cult In the rqtsc on of the bid. i?.. aha bill submi(Izd tui.; be luoible, and LuilVletrd 03WR typuverilrr, cungwwr Lir ink. Any rnity chimex roust be clus.rsd utit Stall itliiisletl ill itek. FAiliae. l(1Cetityly %vith 1Lesc raquircinanrs may caus,a ilic hid to lie i.iectzd SECTION 3—GENERAL TERMS AND CONDITIONS C. Art auliwiiud ageru of the bi;ldet's flan mvsl ti?p the hitt. Ir tt.srutr, IQ RiGN 11m, IS))) MAY ItF,N DVR TFW RID N0N-RJF--V, }NSn-F„ --- 1). The bidder may be considcrcd nun-respcnsivc if bide are eondtttnned tit Tnadilicutitms, aarig.s. ur reti MUCIa to the Lcrms and cundifions of this solit:tt<t(tun. E. 'file bidder nun• stilamiil atlenutte 'vidis) Cut the shine sutidlation provided thut such offer is u ouable unc£ri ilm tesnis and cutullliuns. TIte allernale hitt must meet or tx ecni I Ile rniaimlUn mgtHrements and he srhmittcd as a separate hid marked "AltemAIC Slid" F. 'Eben there is a dixrcpancy hemvom til_ unit prices and tiny cxtcndod pries, the unir pncei will. pnw•ail. G. bjr bid r:cdvcd utttx the supulat.d bid due dale and time duuugh nu fault of the CQvrity wi:S be cmlssitleled late, and except under lite must Cscepllunid chrums(atlees. Apt N., cunsidtietl rot owottl H l;nIms, othenvisc spceified in Ac sdicftation. prices quatcd slWIl)oT.G,R Midnation. .1A COT.i.CSTIDN Whore two (2) or niarc Tclatcd purties, as dclincd herein, .last submit a bid for the same ctmtTact; or cytdene:, any poor uadysstandinq appzcirznt, ar cn incetion ;n Streit rcFaTd, such bids shall he presumed ti) he collusive, Related ptiittts Shall mCM bidder i)r pnneipuls Cliem f that have it dirm ur indim:t owrtriship in'crest in another bidder for the sumc contntcr or to which a pr:Ttmt curnNny or tht principals thereof of ww bidder have it direct oe indi:rwt Gwricnihip inttrtsi in arnuther ttiddw Cur the lime cvihlntcl. Dido fourUJ to be wllusive shitll lie rajected. Itidilets tLhiCh have been found to llavn :n klkcd in collusinn may be considered nrnT- fe5prnlsitsle, awt may llc snspcnded or dcbsirrod. Any contmet Tesulting from collusive bidding nizy bz wrinintitcd ftir deiiluli. 3,9 PRO RIBYRON AGAINST CTUNT NGEIN1 FUCS The vendor wurrrtnls that lhv have nui ruiploved ur rotilitwd arkv corrtpany ur pctscin, uther Ilan it bou:i her. 4employ'ee wnikinp, solely Cul lila rendol lv SOiitit of SJClue Itic 4tcmract and thsc they hit+•e no,, JWitl ne apmed ro pay any person: company: enrpnmtion, individttAl, or Arm, other rhan a bona tide emptrive • ixi)rking s uety fns ik vendor, any cor si dcrati m. conlingcnr upon or resulting iium flit aivard or makire ofthe contract 3,4 CONIrRI1CT1'kC rrff r.OMTY i+hiPi.UYP.FS Any C cmnty cniployce or m r.ib.r ol• his or her imrrwdLatC fantuly seeking to contract with the County Shull seek n . onJlid of inlrfeut opinion limn the County Atuxncy untie to submittal of a nesportye to cuntrwt with the Counk llie aUmttcl eiriployce sllatl clisCl as the employtc's assigned function within the Ouutlly atttd i;iteresr nr the interesi of his or her inuuedirtC tarn ily in the wnpmid ennuact anti Iltr• nalurt orthp irgended eonrract. 3.7 iNC:URRED1;]CPE SICS l7ri's su iCilaSUrt does not cnnmnfr the 0i)unry to award nor h:: eesp ilsihlc for any cnsr or cxpcn ss which may be incurred by any bidder in preparing or sulymitling a bid, or any wst or expem. inettrtcd prior u� the extxubcu of u purrhasr aider u� cwantc;. fty suhnutting it bid. the htddor also agrees that the Zouttiy beins r.ti r:sponsibility tirr arrf anis of Lhe ;.,iddrT assucialed nvith ak!Y administTutivt ur jutlicud prorerdings resulting Prom IN% wticitutiun pax•ess. 3,8 COUNTY IS TAX -15X1: "I'V Wfitri puir.hasinp on a direct basis, tlsz Crivaty is pcnertilly c.x mipt From T:cdcral Excise Tara; and all. Slam of Flondc uJus kind use Itix.m. T1x Cnunry will provide an cx.mption ctxdtirale upuu roqucst by til. seller fur suds puscirism E.,wept Cu, ilenl(s) Spocifu:atly tdcrlaeted by '.he vendor orad Arcotlir i h} rhe County furdlrecl Couniy purrtul:�e urnlel the Sides Tit -4 Recovery Pm3ranT, t:turtriclum doing. +ijsinm with rbc County aunty arc not cxcmp; firm p;ning Side: Ills to their SippSi us for materials needed to fulfill wo£raclunl p'oliyrllfons with the County, nor is any +rndur awl limi red to use rile C arunry Ttax Ertmpticros fur such pun arises ;1.9 CIA0111URTNUVICONFIDENTFAL INTI RNIATION 73iddein arc hcrcbs notiticd that all informuiim submakd r� Fir; of a hid will be available kir rrubli;: fnspceticm Ln 4urupJianre +vilh 17 1111 Number (7-0606 Chapter 119 of rhe Floddti Statutes {the -'Public Record Awl.."). The bidder should nut submit any :1tf0t1Hdtiws 1v11ich Ilse bidder considers pmymtetary or cumPdrnlnrl. ':'Ito suhmisaion of arty inlu muticn Lo 11ir Counly in eglinedion with any solicitation shalt be dtumrd cunclnsivel4 in the a uvaivcr of any protection fium trlease 4f the Solnniltid infri nlatim unless such tnformuturn is exemri or eml?idential under tllc Public Rtti:tlrtls rlct. 3,10 CANCELLATION OF SOLiC:1TNFION The Counry reserves th. rteht to CUncel, in L.•hult'. ar :n -oil: ally >nvilauon Lo Bid tvhen it is to Ihr best inleresi ofthe t'slunty 3.11 AWARD A. UnlC3. olb-nyise alloKed 11y stature or ordinance. UWGrd NVLIJ br nulde Iv the lowest prig:ed responsive and mkIlmsible bid ief, T1s. County ro:mwo:t the if@ht us meet any and aJl bias. in waive nim-malcnat irrdemlurilies or lerhhieAlilirs and ;0 re-advcrtisz Ryr all to um pant of lid: avlk ltiSi6tl gs deemed in its hest mwirtsl. The CQunzy shalt he file anlc jacige of its bmi interest H. When there are multiple line ilems in a solicitation. the Colulty reseevrs the to ,s5vnvd on an individual Tttmi basic, any t:umbination of irenls: rural lose bid or in tvidul evCf nlin`nrr (leetned in rile hest intzrest of.he Cuunty. This pruvisiuu specifically ,igleisndcg any method Of award criteria stilled 8) Ihr salieiration when Siuch aciitm is clearly nu4:es5A4 y to pfot"t the hest interests ni'the County. C. '11w County tksci Vey tilt einlhr to re.j.ct aqy and a13 bids if it is (Ini,yadTied that liriCCR arc c7rR't mvc M deletlilin"d SU be. ltnfcvsnnahlc, or it is nthcrtvise dcterinin.d to lie in She C'ntmtt s bast intmust to du su. D. 'l:kat County reserves tiro 6riil to nepPtilrc prices with the tory bidder, provided than £he Scutt or%%mit is not amzadcd. Lt. :%tvartl +pill only he made to Firms tbat sab%& all legtd n guircnnenis to do busintsss with the Courtly. 'fhe CnaAry may conduct a pr. awani inspeciiea of Ihr bitkitils :cite or conduct x pr:-aT+•ard yualLrcutiai radnlir:Y.. tt> dctermire the res;Nmsibdily and capircity of the liiticlev to perform. Award mag be predicaled un c:tnupliAdcc with and subrnitial of all rryuited donimen;s 83 srilTttatnd in the 5?0licftati4)n. 1: 11,c bidder`s 153ifN•mance ai primc or subrontr zlor ou previous County cnmracii shall be Lakcn into aewultl in et-aloitlint,, the se.Wnsibi-ity of a res*mtding biddlx. C, All tie hbd.s will be resolved in cunaonamw with twrpAi wr,'rtert ptnc.dure in that rcgitrd. Ti. A vevldnT Wishing in ported tiny atitirud del'131Or1 Lestrllinp %rum this solicitation aludf du as provi(63 for in the County's Punhasing Procedurle tALU111101. 3.12 GKPCFRAL CONTRAC1't'Q�lrl'I'Li NR 'the curtlrelta alloll be. llintlinp, upon and Shalt inur: to rile benefit of cuch of the Lxirlies aitJ of thei r rasp zet iv,- suzeessnrs and permuted itsstE to 'L'Jae eorttricl may ror bz amzrrdcd. released, .1wlueged, imcinded of ahandnned, excepr by a voitten inATUIU IL truly treciLled by clef: of the panics hereto. The :allure ci miry pally J!crcm at ally timz to L-Lrurcc any of Ihr• picwisipnS of the contract will in no utas constitute or t?, cunmuarl its it lv;dwj of Such pmvisinn or of any utllCr provision htmuf, vor in am' way affect tttz validity of. or the nght 11wrrcifler Ir tarnme, each and every pnsvishmi of the contemn. Anv (ligpilte arisinia during the course of ccminwi. r"UtrAmrLdnce Relit is not readily rectiticd h, wurdinution belwecn the veadnr and the {bund user dtpiutmterit alydl be iefeired lo?tncurancnt Scrvic.s office ibr resoluliort. .i.13 CYNIRR AGEWTFS 1r;ith the ccmwnt of ;hr ventk,r. eiitt!r agencies LMY ntakc- pusd;uws in arc:ur4imce will, 111e cnncraet. Su zh puTchuscs shalt ba governed by Ihr : irrre let RK and conditions ai Stated hl7tnn with tits exception of tlul ehangc in agency name. 3.14 (-01'yttA CT RXTF,NMON dile C ogray has the unila:crol up;rcn to rxlend it cvuh tCi. fcir up to nincn• (W) calendar days bcyutul 11w t'urtenr rontracr pzriod. In such event: ttic County will. nutify the vtl0t)r;s) in wriring of -such cstcnsinns. T'hz wntnict maty be extended hctinnd tlrc initial nim,y (gtl) day uxtrr-.,ion upon iliploAl 2grccmcni hziwccn the SECTION 3 - GENTRAL TERMS AND CONDITIONS County and the vendor(s). F. rcrcisc of the ahoy.: options Tcquirr:R the prior approval ofttie Procurrnicnt ScrviccR hturiawr. 3.11.5 k'4'ARRANTV All VWTUntLM =pxss Lind implird, Ou8l. be rtmdt available Iv the County fur Pols and srivioes covvi,d by this 5uliuilation. All I.wuds brnnished shall be fully twar8rileed Icy the ventlol AP.Ainst fpc;oiy defeels and ugn'zilloaship, At im e-gimw to the Crinniv, lite vendvi shall uoriM Any Arid All Apppic.ni Arid tate;n dofdals Thar may occur within the inmufaetnrcrs standard warranty period. The spacial conditions of the solicitation may w. -cm -dc tlsr maniathaturr is standard entrant}•. 3,16 ENTJV1ATHD(2UAN1'J'1'IES Ustimutcd quantities err dollars urc for bidder's eutdence ofdy. No gunmoter is txpresscxi or imptird Its to titimilies or dulltir vidue thal lvill be usztl dui;ng. Ilse wrslrai:E pefi.34. Tire Coanly is nal ubEel"d to ylaur any uttlri fur a given 01110knrsl sub.eyttenr to Ae atvoid of 410S wliciEAlion, The ('ntinty may use ecdnlated quantitre; in the & and cartluadmi pmcass. Estimated quanmhcs do lint rontcuiplatc or include Ixssstbli- additional quanttttes that may be urdmud. by other enures ata t may utilicr this curtntcl. in era uvtnt shall the County be Liable Cray payntrnis in excess of Ihr arrnJuul dc10 ful quitnl i6vs of guuds or .en v ii;6 aeivaily on deed. 3.0 NON-HXULLSl7'ITY Ti iR the intent lir the Cnuenp' to cntcr into an agrceivent drat will .wisCv its vicz& aR da;cribcd willlfil alis solicitation. Hoi cver, the COURry re -:c rvt:R clic, ri?llt 1:1 pertc inn, nr cause to 110 paTfttnnad, al l or anv of tha work and .mrvieas herein descnbot in IN- manner donned to rcprcRcnt its bcst intcm*q. in nn came will the County 1•,c liahl c for hill i ngi in excm-; of the cuantity of goods oar services actually provided under this contract. 3,18 CONTINUATTON OF WORM Any work that commamces priori Loi, and vtiJl eArnd. bt-yund Ihr r!opiratiwt data of the current muliaet Ilei:'ud shall, ante;, trmlinaleti by Mutual writltrt agieemrr:I brtuveil the Comity aria Ihr vendor, cvrlliuur• archil ctlrnpleiion +viihaltl chnnpp 10 aha rhen ci m-ent prices. Icanc and onndidnni. 3,19 LAWS, R(MEN,RFGlIT,hMON49AND LlCENSES The sendo. shal I comply will 2311 lhdend, scute, and locus taws and roeututians apphimbJc ars pimnsieir. of the gacds andior srrsues spwifrcd in ihiS uclicilattun. During the lents of die cumtta A the vu ndar nssures that a is in cornpliatue with t ial V11 lit the 1941 Civil tRi@lds Act. at, asueralvd- itlul lite Plo, io18 l ivil C{ithls Ac, of 1y92, ut ti d 11;r rrildon o urs ❑ul ort Ih(, p,mr;nds of ince, cnlnr, national oui&, rrtigium, sea, aid, disability or nlprii2t craters, disciiminalinn fn airy rnim nt manner against tiro end -W employees ur apQlicaig3 for entpluyment. The vendor nndcmtands that any contin, of is cond:tfoned upon the vcraeiiv of this Rta:anernt. 3.20 MIRCONT'RACT(NG Unless aih.nvisc s:ipulata4 herein, tilt: vendor Shull nal iubmunuet any purlian cif to wo.7k ivithuut the ;our vesillen c ment of the Cocnty. Subrtantrictiitb vtiitttout lli0 ptiar cunxnt 4i the calmly may rtsuli Ln let ininidion or cow,kt;E fur tlesauk. 3,21 ASSIG1(►}C11WT '3 Jiv vvil for shall nut Assion Or 1.r nsfer any cnntrpc, reselling tem Ilsis seilicitAtinn, iau.ltrdi'I arty rights: title lir f ltem"t tharcin. lir its prnvGr in riteentc such cnntract to any person, enmpeny yr co•pnrminn without lac prior written consent orilic C otanty. This provi,don iflmitically include,. an}• acqutsttiin or hnsiile takuutcr of the awarded vendor. Failure tc enmpiv in this regerds may remit in icnininatian of the contract for dcfuult. .3.72 OF SPONSi8f f .M. AS EMPLOYER The empluvtx sj of Itir vendor stall be uuusidertx: at all time; its onployee(s), and tts� iut tiapluyee(3i Ur A?znttsl of the t minty, ftv: cc+nhuctor shall provide employee(s> capable of perfnrminp the work As rcq of -, d. The C oli my may requira the conte Uor ti) remove any employcc it d=11-1 11I12CCCpt2bla All --nlploiyacs Cif chc enniniatir mist' ha requirad to weuro mtpirulc idcntiiiculiCm 3.23 I NDEMN1 FlC'A'I'ION To the uxtent pt7midntetl in- Latin. (tit vendut Shall iraleetlnirg And hold harmlt; s the Vounty and its o(Derrs, employees, arenis and instrurri nlalititi frum ate• Auo) all riabilily, loccca or damage;. M (TB Ntirrtber. 17-t 606 inc:uding attorney's fres and rsnls of de(ense, %0411 flu Cnunty CIT ila ufl t:CM,-nployCaS. arents Or Instrunlcrltalilic4 may incur aR a ,mull of claims, dempnds, s�iita, eariscs of sell mis or pmctxdings of shy kind of nolore arising our of relating to or resulting frum llse pecformlince of the aercmnarlt by the vvi ndcw or icP employ Ws. ogentc, scrvnn%, partners, principals or sabcontrautum. The vendor shall pay all claims rand losses in ronnecticm 11mc%vill). and s11011 invcvigatc awi defcr•.ti ILI) eLuimS. suits or at:tivns of ally kin(l of natcrc in the name of Ihr Ccutitg, m1wir al)LINCahlc, inchxtfng appr1kic pro:0edings. and a#alf prix ata CMM: iUdj9IllcntR: and LIUM Lay's Pars %chub only be incuued ;hdruon The vendor _%picssly uis<lerstpr1.ds and apyces that any insurance piotonwn reyuiretl'vy this Ar.menlent of nrlleraise provided In ;hc vendor shall ih nu way limit 1hG rcapnnaibility m tndemnifi: keep and suvt harvinla, t and defaad dic C.Otnty Lir its uifice:s. nzLp1uy0:s, aNdnis AM i n;l omental i4 ice as barcin pmvidcd. 3.24 R ODIFFCATION OF CONTRACI' Any tcmuuri ie�ulliag Groin IIIiS sutit:1411.ian nlay ba ir_odified lay mutu;d zsmsent of duly authorized pAriil7s, in writing through the iasuant'0 of it nlod;frcai inn to the contract ar Xnr purchase order tis appropri.lre Tlikisresunlca;hemnditieatirnlrtstlfis in cornpLiRrttce with at applicable Countypmcoduras. A.Zes TRI[MN- ATTOXFOR CflNVEKIE\C:E The C'nunty. at LIS suit- disrrttio n. rrxrvts Ihr sight rn ;aminate this Contract upon thirty ('Sia) daps iviillen riolice. Ulinn rreeipt Cit' sunh notnck the vendor ohah nut iuruL ally aCldilional rusts under .anis runhact. 111.0 C`.vuuly shall l+e liable only fns reasonable costs incumxl by lhr vcEtdor ptiur Lu noliwe o;' iermilmlino. Tlnc County shall b. the aide judge of " veasunill;le cU4is r 3,26 TEIMIL1A110-1� DtrF TO UNAVAILABILITY O {:tlNTEN UILNG P e1`tt111NC Wkwn rui1+15 aid nn, 181st+inl+rialed or otlicriv:sc made avm%b'sr to support coltinimiml or pertbtnumvc to u current or subsdyuent fiscal year, the contract Rlrall be euTrecllad and tilt vendur Jall be n:irabura_d fnr the reawnablu salur of anv 31un•11erUirinit, nests incurred turns ized to the price of the :ill+pia eS tTf s,:!vicCRrtaRki delivered undt•r the cumiwul. 3,27 'CLRNLLI1A111C.1NXfOELI)Y. AT)T.T Tfia C'uusUv imrr+:ca the right to tenninatc this contract. in }red u1. in lvhole, or effect otl.cr apinnpriatc Tumedv in the event Ili, ve,rd0i reals ccs ticrinrTl in accordamc with the teiuna anti conditions s axed heroin. The Cuunt} fudhei ieservpS 0,' right to Ruspcnd or dubur the vendor in ;wcuidamce will] the County nrdinances. resolutions "—'or adnii:u:Aialivt tntlers The vendor wilt ba notitird by Jettrr of the Counly `c f meet to terminate. In 1.h:: -volt of tcrntinaliun fur detiult, tile. C-lltp may procure the requixd bulide Lannon seivice3 from any source and use any rriell-Ald Been ed hi irR Inst hitcrest. All rc-prorurumrnl oust shall be buirre by llte veMilr. 3.28 k'(4AlfD AM) WiTSRS+PRF-9EXTATION Ally Ndivfdml., corportitimi or ether entity that litrrtspis in moot its cruuractuui c?sligntwns through fiiuid. iniynipmccntatinn or ulattxiai rti:i,latencril, maty be rinharred for up til tivc (5) years. 'Ile: County us a tinthtr tAlEWIiun may ter minae nr cineol any other cunirruts with such i;rdiri4Ual, coglnrAlion or entity with such vendor field responsible in[' ate direct n- indirect costs L:ssmialed 'With IOLsdlydtiun or CAnCellatfnn, in--ludinE altonlc 'S ices. 3.29 1UG ILI I' •LCA AUDU The County rt+.cenes 11tc right to mqui:e the vendor to aubadt to ;m :nklit 1+} any anditnr• of the County's uhuctirng. Mlle Curti1 ..1Ar aha 11 p=nvide ace:u to all of its rccnrds, which relate diimily 1.x indlrcctly tothrR Ap vemcnt u1. Las plLiCt of busipt's;All rilip. Tcgvinr busfncxsR hours. The szndur grill M0in tail rtcCsrds NUtaining to this Agreement Lind upon jugtlest mAke chem available to the County fir a nrinitnum off;Irce (3)gcan,Orsi roqu7red by Florida tirinv, %-,J:irlrrver is Innpar•, t'olkswing cxpirution of She Aki- tr;tieol The render sprees to prrotde Rueh ass:Alamo as mmy be rive+eccary to facilitatc Vic rcvtrty or audit by 11:e COunly to cncurc crnnpltan & with applicable nrcuunting and rima iwRil slandiMs. Additionally. CON-TRAC'tUR agars to include Illc rcqufroncrsts of this provisiun in all with euhcontractun; and niutrsii'l SEC;T[ON 3 — GENERAL TRAMS AD CONDITIONS snpplim in cunhrction with the -o ,mk peiklime3litiel„ lde.t. Tran audit inspeolitin or examinalion pursuftni 10 this i0ction discinsrt c4vespr c;np or o4> rcharnas of arty li mirc by Elle {")ClN71RACT R 10 Me f'(N : t,1TY in excess of one percent (1%1 ofthc inial contract billings; in addition in making adjuzunOMs for dtc ov0rcha3rgcs. Shc TCasombic actual cast ofthc CY](JKTY-s audit eha]] bo ximbtitscd to the COU P`'t'Y by the CO NTRACTUR. Any adjustments unli'or payments which must he made us a result of an}• snit Midi( or insli mtiutl of the {.'ONTRACTOR'S int'uiC'eS imd!or 3rcurds :441 be nride wilhin a raasotiable.;wyoun( or line, bu( in n(, evem Shall file lime e's:ead moat• (W) d1,vs, riorn prewl'autnl of Itte C'01,NTY'S audit tind'nlpa to the tXIUTRACTOR 3,3171 PTIRT,TC RF.CORTlCf C OPNMT!r,'H' , r-umnant to S:ctinn 1 19.070 I, Florida Smu(cs, flz awarded comtractor shall comply with the Flondu Public RccmEls' talcs, and shall: 1. Keep and maintain public records royutrcd by the County to NrfurTn the smvmcs idm alicd iceman. 2. Upun Tcqu,sst from the County's uustcxliatt. Of I,ablic• minds, piuvide the County wilh i, cupy of the nxjuestrd racntd5 or alluw the Eaw6 to be in4,.-uled ur expied willlih a i4ilW Able lith iA a cost Iinitl (lues not evcc�ci the cosi provided for t,y lain A. Ensure that puhlie record-, [hat arc cxcopt or cnnfidcntial and cmcnipt folly) public Toconls disclosure rccluirem.nN are not disclosed except as authnrizcd by law for th-- dumixut of the comuuei term and fullowing ceinpirliu3a of ilii. c:ucthilet if the volliLW 3 tims rtut transfer She iumtk,to (he public: aexncy. 4. Upon camplrliolh u. Ella uon(rw1, trtnsrar, at nu "I. to (tic Conry all public records in primmision of the contractor or kecll and maintain public rccor& requfrcd Ily til-, {:aunty to fr-dimn 15c service. ff nc cortractortran.,ftm ill public roeards to tis: County upon cnmplcUm oC the cuntracl, the cunivictor shuli d,:strn} any duphcatc public rcu)ris that an exempt rr confidential and exempt frcuti public murds d3EGIUl"lite requirements. J€tha wirtrimlor korps asld maintains public 3tzwds up(ut completion of the contract. the contractor shall meet all applicable rcquircments flu retaining publu; Tccur". All rrcunis sturctl eleclrrmmilly must be Prot. -.dad to the County, opus retard €rum the County's custedihin of public rrumds iu a furnuit that is compatible with the infurmidicia imletulogy ayslern3 of Ills Courtly. t`aihno to cvn3ply with it>i5 M6011 'shpil hC rler.,ned s brea0l. of lite mrllacl Arid enfn,rea(11C as sir (Orth in S:etinn l i.4.fi1t71, T Iorida Slatu(es. Any cnpyright derived tinm this At!rccrncm shall hcinng to ib-, author. *]'Ile author and ftCONSULTAN'C shall impmssly uss.gn to the C'01Jlti I'Y 3tnnexclssiye, myalty .fee rights to use tiny and all 3nformtiltunptuvidrd by the tUNSL•3.'LAN1' in anv dalivt;fi,lsle antiur report for ihr C'UUMV5 oar tyJ,i.h Orly 4014e pubtislhutt; in CUI.IN'tY durunleiIN and distribution as the CCIMY decim to ix in the CCI-gTY's hest int:reses. ft ;wythirip, include<t in pny dclitierah!e limits the rights of th-- f'("UH7Y to v the ii:farmation; Elie deliycrabic shall b. crimidered dzfcctive and nnr scccptablc and the CONSULTANT will not he cligiylc for any corMensaltoth- 3.31 GOVIiith'i'NG JL.AWS Thu mlwprrliaioa, alfact, and validity of any cuatntct(a) Irsullk from this acdicitulicnt sludJ be govtirtetl by Ille lAlws .110 ,eptilatiom of lite $title of J:luridn, it ..Ake Cotpily. Tlnrida Veilnc of 9ny cued aclim $ball h(. ill T.Ai:,3 County, Florida In the event that a �;ufl is brou ibc f r tlic enforcement of any tcnii of the cmmuct, or "v right aridnp. th.-m from, the parties c3tpn:.ssly tvarivc Lhtir rcipective rights to have such aCtitrh tried by jun trial and hrreby consent in the Im of ilnr ;jury trial %Tth-. adjudication ot'such suit. 3,32 STATE RF.MSTRATION ItF iQUIREYiL++NTS Any ca7urntion submitting a bid in sts,^cvtsc to this fL'lj Sit R eitlier he Te¢istcrcd at have app€ted for reg.sbution with the Flclndn 7eparinient of entree to accerlance with Ills ptuviaions of Chapwl 607, Florida 5tatutcs. A copy of the r gisbaliun! applici,tion Tatty Ito TCgULtcd prior m u�turd oC it cuntraul. Arty ]> dllefship submilling it bid in 3x5puriw to Ibis 1-111 shall have complicd with the uppitt•able phuvisiuns of Chiij11er 1.211, Florida S[antrs. Far midition;il infilifilla;trsi on these rcquirotnents, picas-- contact the Finrida Secretary of State's Office, DNision vhf C;arporulioms, 19 Hi Numbcr: 17-06015; 8{110.7555111 (littil wzttv.dos.stmc;t;usl. 3,33 TR1MF CONTRACTOR The vendor awaWLd the contract shidl hict as Ili, pi ins c,miiar.:nr sad shall assume full TtsptimibIt• fit sutwessrol flm.eformmncc of the contract. lir veodui Anil be cutlsidelyd 1110 ante point of remora with repaid lu rrterli,.j Al( ,> q,iilentiati Of the Contract All sub%uni:at:luia will lit. subjecl in advance rrviaxy by the County to Eeuuda to rumprient-y and Bmril} .concerns. After the award of the rtmirtnei nn ehangc in subeontraMmi wttl he mude uilhuut lite consent of ilio C'ounry•. The vendor shai:t be respu,asible- -V, 1,11' insumcc, permits, liccnsm, unci rotated mailers for any i,ntl illi sulxnautictors. Rren iC ;hr subconitarloi IS sal=inSumd, tllc County ntay rcqusrc the. contnictur to p3ovide ariv insmrnec ccri icatosmquinMby Sha wurk Io brpeifvitried. 3,31 FORCE hL#MURE 'thee partite,: trill excidw evehv &ast,riahht tiffnrt to meet their raspecLi,,- vbtigalkiiss hereundee. hoc Shall lint b: liable for delays Nstiltina, fin,n force majourc or othz causes beyond ditit ren;oilahie ronreni, inobAfng, but not limited to. complinnW wilt. rAvislon5 1n (lovenimcm law or mizuktim, acts of natute, arts ur wni..cirnns of the rAhz: party. tires, strikes, natiuntd d :moem. Wil m, riots. tninsporlattun problecuu and!au anv olher naime whatsn.— cr kyond the mummabkr cutatil uCIh-piiiIics ;toy mleb cause may be cau64 fur aprimprinte extension nFclic Nctonnance punud. :1,35 \0(!T.AYk1F0RT),at1•1AGFS tin rlain fret dama¢csnr my claim uthcrtharc fc7alnrclen.iu,> or time shall b-- mude or ussi rttd taguinst lhr C'uur,(v heealme of any dchi No intatnlptturt, inDXI`erenut, .rlefFiCtellcv, $%I.' 1101S Or delay in the commentxtrteul w phogie>s of 1110 1#ai r sba)i rcliev0 Ilx veridoi of duty to pe, rorm, or give ria to any riahl to damu{;es or ndditimm$ muipetlydion iron, lit,! Gunn. Th: v--ndcir-s solo renxdy shidl l,e the ,;?ln 10 ;�aek an vacesinn In the ctni iia dimt f fox%eYer, ibis prnvisinn shall not prmiadc mcovery ofdomilum by Ihr ,•Endo; %, liin(irancGs or delays din snlcly to fraud. bad Could, or active i�qe, rerenrn on tl z part of the County. 3.36 'J'R(I'1'11 tY.WV{ TFATTn1 CYRTIFI("A'i'E pO, each e.0111 CE dial earcecds One Hundrod N.nely t•ivc lhausinl;l dntiars (S195;tT'✓1.iX1;, any ownixation uwardcd it .ontiarl mutt -xceme a truth-in-iicuUnatim iernficalt 5kAin%; thUL Ilii: M.P.0 mlCB and other iiicluul unit costs the utx•urI.W, curnplele,',End enrrehht, or the time 0f ccntractinu. Any wntnwt jetlui:ihtg 1111;$ rertifcate shtLll contain <i provision 111x1 (lie original contract price and any itdditivrts .Ball be a(lius"A to euctudc anv Mollieent suets by which the ('a,tnt? de:renninea the contract price wus iacn.used dui in imceurtitc, incomplete, or nem-curmal, Nape Earles :Intl nrhcr Sactnal emit costs Ali such contract adjustments smilf lie Mde within on_ (i l year fol lowing the end of lie vQ110110 3.37 G4L4N't' F'l NDINU JR the earnl any part of the rc,n[rarl fs Sri be turAcd kv fcdiral, suite, or other lucid agenc3 monics, the vendor heroby uprccs to comply trill, all ,etjtlice,nan(s or Vic ti3ndine chitty r pphciible to the ube of Aho nlnniri, including fisil application of ragciren nlli involving the urz ormitimly lirms, womuis busiovis enterprises, and labor sutptus urea firm. Vvndo3rs aro tidriyed that paktncnis under tb: emtn ct riay be %yithhrhl pe,tdina, cnolplctinn m,.d submtss±un u€ all rrquited fuunl athl tlocumcmr, required of the vendor pussumm Io the gl a iii rullditip rat ufi+enlents. 3.38 TOBACCO 1'10J)CI(:1'S Due is 11te acknotvtcd_vcd :hazards arising from exposure Ie tubacrc, ptuduClo, tivd to protect the public and cmplcytrs' bealth, anfety, conrfu.I arnl environmcilt, mice use is prt,hibitcd on any Clvuuly maned huilding and prop2Tty. Tobacco produrla iri Jude "I, gnmkinp, and snlotoakistohahxo. SECTION 4 — PRICIN(V CE101FICA11ONS1 SIGNATURES IT11 Number: 17-0606 ITB TITLE: FIRE EQUIPMENT -PARTS W SUPPLIES - SERVICE ►KfyM • When purchasing on a direct basis. I .ake C01311ty i-; exempt li-oni all taxes (federal, State, Local). A Tax Excinption CertiTicaw will he furnished upon request for such purchases. However, the render will be responsible for payment of taxes on all niatcrialS parchaRed by the vendor for incorporation into the project (see provision 3.8 for further detail). • The vendor shall not alter or rimend any of the information (including, but nol limiled to st.alud units nCTnuasurc;, item description, or quantity) siatcd in the Pricing Sectioa. If any quantities are :Aatad in the pricing section as being "estimated" quantities, vendors arc advised to review the "Estimated t; UantitiCS" clause e-ontained in Section 3 of this solicitation. • Aixy bid comainb)g a modifying; or "ewalutor" clause not spetirwally allowod for under the solicitation will not be considered. • t lnit prices shill I g ovcm Cin all scrvicus priucd on that b,,�Lsis as requested under this solicitation. • All pricing shall be FOB Destination unless otherwise specified in this solicitation ducuinont. • All pricing submitted shall remain valid fora 9{1 day period. By signing: gild sul- imiEEino a respcm5c ter tliis solicitation, the. vendor has specifically agived Lo this cmtditimi. • Vendors .are advised to visit our website at and register as a potential vendor. Vendor:; that have registered on -tine receive an c -plait notice when the County issues a solicitation matching the: cornmadity codes Ketected by a vendor during; the regWration process. • if the contractor has questions regarding the applicability of Chapter 119, Florida Statutes, to the contractor's duty to provide public retards relating to this contract, contact the custodian of public records 'via the individual designated in provision 1.2 of this solicitation. h,CIC}I(?WT,I W.'EhrTI PVT*OF ADDENDA 1N.S'1'RUC ( IONS: Complete Part I or Pala II, whichever applies The bidder tnust list below the dates (if issue for e.1uh addendum recc-M-d in connection with this TTB, Addendum 111, DaLed: Novembor 22, 2016 AddundUTYI 112. Uatcd: November 34, 2016 Addundum ;t3. Dated: Addendum I4, Dated: C] No Addendum was received in "mnectiun with this 1.113. 20 SECTION 4 — PRICLNGI CERTIFICATIONS/ SIGNATURES TTB Number; 17-0606 J%JUNG SECTION — GENERAL LN-FORINIATION (Submit discounts and hourly service rates in Attaclinient 2 "T' icing Form") 1. warehouse location: Address: 3189 62 Ave Pa 9. CiMS(ILIU-2ip: ..... Pinellas Park F1 33791... Telephonp,!Vax: . ........... 727-521-21,15 Fax 900 -719-5X71 Shop location: Address: 3789 62 Aw. N (1tyiStateiZip! I'Mellar. Park VI 13781 l"elel�ltnne.l ax: 727-521-213.5 Pax 800-719-5971 NV-cbsitc address for price lixtsicalalt)�pm: www.mcsfirc.com.... Slundard Wkwunty; _MlU suggested warninty Lead lime . _ .. . . . . hem speuiliud ........... M iiiinium order (ifany): _N. --'A ....... Handling fix if less than minimum (il'appliutible); N/A Does your firm offer pickup and ddiv-ery of vehicles anti equipment needing repair? Yes —x— No Charge -for delivery/pickup: None_..... Doe% your firm have towing capnbffifics�' Yes — No -X-..,.. . . Towing char-Lcs, .. ......... ........ ............... . . Will your firm accept Visa Purchasing Cards or E. -Na ably: furin of payment,' Vtn..1_X_ No 11, Vendor cokiluel ]"or em;:rguncy un(Por (Jjsasler sCdviGH 24 flourst'7 days per wook: Narn;;: 1imic Robinson '170lephont; Cell; 727-686-0020....... 112. Exceptions to specifications; Yes* .- NoNone If yes, juseirt a scon"w s1wet imulediatetyfollowing this pa defujilling exec tions, 21 SECTION 4 — PRICING/ CERTIFICATIONS/ SIGNATURES ITB Number: 17-0606 By Signing this Bid the Bidder Attests and Certifies that: • It satisfies all legal requirements (as an entity) to do business with the County. • The undersigned vendor acknowledges that award of a contract may be contingent upon a determination by the County that the vendor has the capacity and capability to successfully perform the contract. • The bidder hereby certifies that it understands all requirements of this solicitation, and that the undersigned individual is duly authorized to execute this bid document and any contract(s) and/or other transactions required by award of this solicitation. Purchasing Agreements with Other Government Agencies This section is optional and will not affect contract award. If Lake County awarded you the proposed contract, would you sell under the same terms and conditions, for the same price, to other governmental agencies in the State of Florida? Each governmental agency desiring to accept to utilize this contract shall be responsible for its own purchases and shall be liable only for materials or services ordered and received by it. R] YesEl No (Check one) Certification Regarding Felony Conviction Has any officer, director, or an executive performing equivalent duties, of the bidding entity been convicted of a felony during the past ten (10) years? El Yes R]No (Check one) Certification Regarding Acceptance of County VISA -based Payment System Vendor will accept payment through the County VISA- based payment system: © Yes❑ No Reciprocal Vendor Preference: Vendors are advised the County has established, under Lake County Code, Chapter 2, Article VII, Sections 2-221 and 2-222; a process under which a local vendor preference program applied by another county may be applied in a reciprocal manner within Lake County. The following information is needed to support application of the Code: 1. Primary business location of the responding vendor (city/state): Pinellas Park Florida 2. Does the responding vendor maintain a significant physical location in Lake County at which employees are located and business is regularly transacted: n Yes nX No If "yes" is checked, provide supporting detail: Conflict of Interest Disclosure Certification Except as listed below, no employee, officer, or agent of the firm has any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with this project; and, this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a proposal for the same services, and is in all respects fair and without collusion or fraud. DUNS Number (Insert if this action involves a federal funded proiect): 22 4 Firm Name: Municipal Emergency Services (MES) Street Address: 3789 62 Ave North Pinellas Park Fl 33781 Mailing Address (if different): Telephone No.: 727-521-2135 Fax No.: 800-719-5871 E-mail: .jrobinson@mesfire.com FEIN No. 65_,--1151374 Prompt Payment Terms: Net % 30 days, net Signature: Date:. t Print Name: Ja a Robinson Title: Regional ice President i..: By signature below, the County confirms award to the above -identified vendor under the above identified solicitation. A separate purchase order will be generated by the Count to support the contract. Signature of authorized County official: ---- Date: 3_ l a Z --t 0 Printed name: r op Title: SiaNs02 c�;,> (r c� ,N L-� ire �_ prC. t.7z_ 22 SEC" ON 5—Al"1ACHIMENTS THE FOLLOWING DOCUMENTS ARE ATTACHED: Attachment 1: Reference Form Attachment 2: Pricing Form 23 I'l li Nu in her: 11-0606 SEC.`TION 5 - ATTAC.:TIt+V,tENTS ATTACIlll ENT i - REFERENCES 1'I IS Numher. 17-(16((6 Agancy StpolMIC, Rm e A&Iftss 444 NbrUn Luftr Bing Blvd City,Slale,GtP St Pot," Fl )rids 33781 Contact P moll Chief 11vb 13assct Ielgphonc 727-893-1,661 narc.)or .Solo ice t'ypDof Service Mm RMS Cnlnmcnts Apeacv 3l ill sbvluugl) C:uunly Firc P,= -dc Adduis 3709 F.1430lrs AvY ! Cit}•,Slale.%Ir 1 amprt 1'[ 338tU CvnUid Fwsun Chitfla;on 13aughcrts ')'rJcplrane 771-2223-2450 T)ate(s'1 ur i?Blt'CI:C ryW of SGTStC� Fir;. Rcacacslid T -MS �'oIISRirats. a%wuc:y blalLln C'sannty rice P.,sc:uc Addrest 95 1 51=. Rimlike C•ily•Starr LIF Stuarl FI 3411A Contact Pumll Chief WAliam Schobal ')'rJcplrane 771-2223-2450 Dat. -(s) of Scnlcc Tv1k of Selrit.r C't mmmv,-. 24 SECTION 5 — ATTACHMENTS A'I<"rACH141F'NT 2— PRICING. FORM ITB Number; 17-0606 Current hmnds in use by the Fim Rescue Division include file folloNving. Please complete the following. information for those brands kupPorLod by your firm. Eutcr "yus" tw "no" tfu- %tacking (IiShibuCr?r. 11`yuu represent other maMIufxc(arers lit,- sini3lar lire -related equipment, parts, or supplies not listed, please Pohl the man ufu:€urer anti pricing; information its the blank spaces at end of pricing table. �. r' l" S�►!�Y' r 7j NOR `AY ..•y.,J�J"'; r' r 5� Mw l' S �'``�`"' 4 .,�,y..�✓/ nr�.;rw• NIA r,.•,,,r�rw �n� • Grp �{ ,,.J���✓. Nu 3itir1 COMPANY 20% AT3LT SHO Twig 1 {?';t? 25% Nr'A $50 No No ACTION AIM No Wd MAX AKRON BRASS 10% S34. Mill Orxler $9} No Bid Nn fiid A I,1., AME.R1GAN 11121 I10SE No Bid Nu A I ,I.:I.:N SYSTEMS No Bid Nu ' ......... ...... --- r4I,OCOT.1TF: 201/4,i ' A_MERL;X ............. _................ — -- AMPRICANFIRFWEAR Net PIus20 $42.50 X30 Ycs Yes 154., AMERICAN LAFRANC'Lli ANCTl:S No Bid 4 ANSUL FOAMS -- ----- 20% $35 yes � AEaI�i,Ist'RCJI'I' No [lid Ii&liI.N•E':RIIRIS,I BI SYS TL''•Iw1S Nu Bid s —-....... .. G ....... - Ii].AC:KfN'ITON BADGES, .10% - Nu BOTITON co '.'s -o Bid Yc % 25% $32.50 CA1.1VOltMA MOUNTAIN C'..ARN'S & BROTHER Na Bid No Nd t CASTPRODUCTS, TS, 25 SECTION 5 — ATTACH MENTS IM Number 17-06065 . . .......... . — Cl LARKKrE 10 F3rd C11011111 (FOAM) Nu Bid %n flid ............ T.ist ..... .... .... ... . . . . No CIRCULAIR COLLIN A.XES 201a $58.00 No No Bid C01 .1 .1 NS DYNAMICS (RO-M com.) COUNCILTOOLS 22% 3011/0 51.50 . .............. .. .......... -4f) No No ,CA-"rrwirZ, Imcil: CW NEILSEN 20% 55).00 Nu No Bid I M It 1.1- Y 4k CO DAVID CLARK No Bid W6 hL:d DB c; -..M t'll I I Nd) I A NTA N 1<.'5 DIC KE TOOL No BW .................. . . . .. No .......... . 15% 4-4.01) . 1)1.'Al-,(31 , :R I'MANEERLD No Bid DUO SAFETY No Ilid 15% 35.00 yes 1.'I)18()N ..iffbw. ARDS A• W) CR 010 W Fl. 20% 22.00 No - .......... . No VI )WAIU.)S MFG ....... ... . ELKHART BRASS 10% 22.5)0 36.00 IN ki Yes I'll IiMI-30.it"MY FXTF.N-D,7'i No Md No Rid . . .... ...... z VE.-DERAL SIGNAL C.OR.P 20% 35.00 255,00 do Ye 20% FIIU• DEX 25% 0100 YDS Fllt I.' POWER FTRFQT UP No Bid 25% 35.00 Yes FLA1.1EFICHTER 25"A 26 SECTION5, - ATTACHMENTS FIll Ntimbor., 17-0606 I -'OLD ATANK 25% 31.00 CT EM, R) It 20% . ......................... 25% 28,00 22.00 M i r) 0 r&r S75 hitt 6LASSMASTER WEHR GLOVECORP ................. ........ ..... .............. N"o Bid CiOR MAN RU PP PUMPS No Bid HALF fiTI0*-'I'I:-."I`,; List 45.00 No IIANNAY REELS 10% 30.00 No ........... -EUAK6 661� TkOL 3K% No Bid No t I1-*,RI..'RT I.ASL No Pit! No 110NEYWELL PRO ... ................... . ...................... . . . . .. ... ................ 310MAT 35% ................. I.ist 37.00 ..... . 20.00 No HUSKY 321/1'a ... .00 Na HYDRASTITF.(.1) .. ........ ............ ... .. 12%, 1 do IMPERIAL HOSE Na Bid IOWA AMERICAN No Bid do 20% 22.00 jv K A F]5-f,f No Hid 30% No 35.00 KVINI)Al.l. PRODUC "I li No Ilid Yes 31% 20.00 KOL-111-1-A MFG CO 201/44 25.00 Yes No KLYS'15MAI-J. T,..ILCROSSF, BO(A.'s 55.00 No Bid L -11-T LINERS U-NIFORMS No Hid No 20% 35.00 27 SECTION 5 — ATTACHMENTS 75i JI's FRY ER Nn I Sift LOWELL Naa Furl MACi INSTRUM S 10% 35.t}0 NIWAxi: q<) Rid .M A I 2 S .1; 1 (; N A LIRT if -r ?:tiny F3ici PRWjc'1'S, 1n Bid 'k-10RA-N (FLASH) tiu Bid MORNING TOE, No Bid 20.00 rVISA 30.00 NA' I 'A 1. 1 1 RCLE D) NORTH A&MRTCAN FIR I! f IOSE' Lis[ No bi (1 NOVA .............. 15% 10% d No Bid .... 35.00 PACIFIC REFi'.FX 40.00 35.00 PAKX11-CH PARTNFA PAUL CONWATSHTELDS -.PFIJCAN . ...... 38.00 1j, I *" 1"ZI., No Bid No Did No Did 15% 20% 40,00 1'HOE11X PIERCE MOUNTAIN PLANO It &' 1; FABRICATORS 35.t)0 25.00 RANGER RUBBER RAW1 I I DE, I-IR.U110SE Bid . No Bid ......... REDHFAD BRA RE-FLEXITE No Rid .] ... ......... 28 No No No No No No Yes IT11 Number- 17-0606 . . ....... . . Sr.CTI ON 5 — ATTACHMENTS I'll I Number: 17-0606 RI0 -" f l YDRO CO ......--- ......... 20% 65.00 _....................... No ........................................... No ;�C'}3A:S 20%55.00 No Iiid .......... -- No Bid SCOTT AVI hTifi ti _. .......... SI-(:IIRITEX ...... ..... . ..................................................... 55-00 .............................................................................. . No .. SFMIllilA; 14()i,;NT13" 15% No lifd SLRVLIS BOOTS ,ST• I* -11.13Y WOLVEIRI\li No BEd Nia Bid SNA,PTITL fink}RKFI. SOUTH PARK No Bid :300ra 4S.0Q No tiIC1NA,I. V1;111C'LL PRODUCTS CL11Ss 43N1 (S h1*1 I1STRUN ENTS No Biel No I I W ;MI R."R No Bid 1 STFFtT.TNCi Itt)1'1: :i0'Y�� 22.00 'Ye% SI;PERVAC 15% 45.0() No TNT T()()I .$ (hand) ........:.........................._.... —ASCi— 1 ( 10% 55, tiu , Yes 11 S ---- 251% ----- ........... .. .37.00 's THOROCOOD BOOTS No tit:T'f?IZTi?Id 1'11?l1Mit'CIC: Nn Ilid TASKMASTER ------- TF,A�4 F.QiT1P',A1 NT Nu Bid --._ ............... ........... .__—t No Tlid TEL E L I'M IUUr`a 55.00 37,1)(1 -- tics f No f'l;RrtJ'I?5'1' I AN4 2(}'fu f'C71vir'4R No 13id .TOPPS NCL Shea 35.00 Na ; 7•L!RTI.1; P[ T'NF)F.R'�4 hTF.R KitiFCFCS Net N•etSheet ; T.isi :15,0(1 27.00 No ......... UNITY 1.101 IT$ t`rti�N}r[t 1 No Rid _......... No Bid 29 SECTION 5 - ATTAU IMJRNTS 1113 Numbvr. 17-0606 Vi.-RIDIAN 35% y Us 22-00 VERTX No I lid Lis[ Phis No No VI I'll 1111ER Ust 25% 15.00 WELDON 33.01) 45.00 WT I I "Ll 'N EM INEERING 20% No +, IV Zi-E—NTFK,'�fORR No bid ....... . ... 'h INI.jSUL No Bid Net ShCeL W 0 Ri)EN ZFP�T . . . .. :15 No ....... ZIMATIC 45,00 YCS . . . . . . . . . . . . . . . . . . . . . . Scott Safeky NFPA SCBM 2011/40 50.00 50.011 Yes . .................................. ..... Ves i sefitt Safcct Seyvie-t Scott Safety SC'BA Part$ 30%, t5% 50.00 65.00 SCi.iIU 50A0 Yes Yes Yes Yes Scott Safety Thernial imagers Seatt'llicrinal Jnlap,�rP:Arls 5% 10%1 ...... .... I . Stuff compres'sol. List, Scott compressor Parts 5% Scoff Safety NON R N FPA SCCA 151A 50.00 .............. .... 60.00 ..... ................. .. ........ Yes . fs yres ............ . ............................. I I I Ir"gi, Hurst Set-vice Per Set Hurst PaLls S 20% C Nve Cut the Glass (Rbymo) 1 Ast 45.00 Yes 69.00 Yes Point Blank Body Armor i 46% retail Yes 30 SEMON S — ATTAC -1ENTS Illi Numbor; 47-4606 ; ,!r• .'U.; .;;i;i,�',e'^'h• Y' •Y`�v`f'":ti "' ^�,lY..sN-;�.;;>tr. n,.... -a:..,... -•T.,:,,,,,�aw�:y , •, ,^•., . �">%rzr-.^..tjj: w,r•�,,q� •-::i� •.-::'7�.>:.-r•.':.v. >.,i:aT^,,.,•�.• if r, � Mi;' '�n.�; .:': >;�a„ r• y ter...:: a\Y,Yj.,r�>. `/SY•'N�;�.%/n �' �i•'v `hr"'""e ..a�%1,✓:.l�.r.K,n a.�w.:: ':. M:•...Sties.�.W'^,',>J,.:':'..^w.:`?^�•J„�.•'%%w.-r..✓. n ,.N\, 5.11 25% N. --'A Yes Boston Leather 250fa N/A Yes C==IMC.. Rescue 201/1* N."A Yes Drag©nfire (Acott Soliutions) 2VY* ilih Yes Duracell 20"lo N/A Yes Ergod}enc 20ll* NVA Yes 1 :S8 f -yu Pro 25% N/A YCS Huiaruco (R tin Fa n) 15% $65 acs Firecraft—Gas Deteeiinn (Spnsit) 10°1/a $105 'acs Firecraft- t kwes I(rl� N;`A Yus Fire-Dex (TCCC, en) I(NO 'N. -"A Yes Fhaniefighter 25% N,`A YON JTanim crhead ((30ar Keeper) 18% N.."A Yes I-texA rmur 1.5% N iA Yes Induslrimt 5cienlatic. - Monkors 10% $105 Yes lndusiraal Scientific - Accessorles LIST $105 Yes Koc.hek Key I lose 25% $58 Yes LeatherheadTools 25% WA Yes Tittle Ciiant I ,adders 5% NIA Ycs mz jcslie Hoods 25% N. -,'A Yes Majestic Hoods — IIALO I IOOD 10% WA Yes Nalimial Foam 15% NIA Yes t'erfomiaotceAdvan[ape Cumpitay LIST NIA Ycs Plastix Plus 5% WA YCS Redbauk Boots 20% N.?A Ycs StatPacks. 50/110 N/A Y e s 31 MR Number: 17-116116 is of _ ' �.r.,�,y"N,� ;� ,� ,j1''>".f�J ,ov 4' .n^. .�: ,.,.v. �::vr:y^'^'":[ a aN`.. ."':;`!,"� ". � : ,:1 . �i`�^y�!�'•�,•.��'•j.<' .��; "^wr,•:��:/�a„{?�;Y''•' �, ;;µ,.�,..�^y FMrp I,., t�•'J���r✓ . <r>..L¢^7kz`'�=.Mrs" 's:`^.�,Cr" i/9'^�^''� af;'^^v v`s:.n:i�'�^"� •�•�"'r`�,r: i.^^� =v%`''.!;',, l,.a•��v.„w Strcantl�ght 30% $55 Yes Target Solutions LIST V:`A Yes Truo NorUi (Dragon Wear) 10% N- .,*' t Yes 32 . ►` CERTIFICATE OF LIABILITY INSURANCE ` DATE 7AM1DOpYrYYj -�--- 12129!2016 i2/812416 THIS CERTIFICATE IS ISSUED AS R. MATTER OF INFORMATION ONLY ANP CONFERS NO RIGHTS UPON THIE CI=RTIFICATE KOLDER. THIS CERTIFICATE. DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND On ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATIE OF INSURANCE DOES NOT CONSTITUTE" A CONTRACT BETWEEN "THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE: CERTIFICATE HOLDER. IMPORTANT: It the tM InIff(hte holder Is an ADDITIONAL INSURED, the pollcypos) must have ADDITIONAL INSURED provisions or be endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditlons of the polioy, certain policies may require an andoraement. A statement an this Gertiflcata does not cooler rights to the cartifleato holder in lieu of such endorsement{s _ PRODUCER Lock -ton CAijnpsni�m �E'CT 195 Swill Swemp Road, Suite 201 PHONE I DAX Facivin#pm C7 06032 ID Alla `Ea9; _ rAY . W! R60-67$-4000 A0DflE91q INIMERM AFFORDING COVERAGE - NRIDa •_.. ..... INSURER A:TfaVC•IVS PMj tsdy C'YSUR1€}' CA GJ Amorica 25674 INSURED 1372711 Municipal Emergency Serviixn, TTtc, P.CI. INWUR B: The' tAVelurs indeninity t'-.e� of America 25669,,,. Box b5G IN6LIREflC.N-yigg �Tnsaran _Company 42.107 Sullthlbury Ur 06488 INSURER D - MSURER E: PEnSONAL&ADV INJURY s 1 ttilOi,CIE1A 1HsU ERF LV YCrlfi4aCiS l;E`H2iFit.;A&14_ NHI12RFA• 1AA1 FR17 OC=MZ1rlat KI"K1C3= VVuv V Ylv THIS FS TO CERTIFY THAT THE POLICIGS OF INSURANCE LISTED RI -10W FIAVE BEEN ISSUED TO THE INSlMED NAM(. L) AV(JYC FOR TH{E POLICY PERIOD INDICATEi), NOTWITHSTANDING ANY rjEOUIREMENT, TERM OR CONDITIoN C1t• ANY CONTRACT OR OTHER DOCUMENT WITH 111',Spec'r'I'U'NHICH THIS CERTIFIGATt. MAY SE- ISSUED OR MAY PEFI•IAIN, THE INSURANCE AFFOnDFi) HY 'I III.` POLICIES DESCRIBED HEREIN IS 51113.IF0"I• •ICI AI.I ITIE TEAMS. EXCLUSIONS AN41 CONDITIONS OFSUCH POLICIES. LIMITS SIIDbVN MAY HAVE BEEN F(REIL)Ct-1713Y PAID CLAIMS. INSR: .._. ...... ...may _._.. iT TYPE w,K INEURgrJCr;Itlap, VWD FOUCYNUMBERMa L�IOY EFF pM uuYrvvry LIMITS A :ji CPMMERCIALGENERALLIA91LItY ; y JL 0311-31S3�A1RI-T(i. ��. i?{ ?, 111] t2129:21116 I MH OCClr9RENCE 1 I[ u °.... I AIMS•MADG x I MMIR FRE {GE mcum me S .... ••-- _. iI,COGXR(Anyonarar'..nn1 ?$ �{��{�U� _ PEnSONAL&ADV INJURY s 1 ttilOi,CIE1A 'L.AGGREGATE LIMIT AFPI.11-H FER:P 0QUtJ€ 0 -S MOTHER: ' IFDLICY dfiO-Ec T u OCZ I ji AU1bAloeeLE trAR)I1TY1y 1ti ; tIH1.1619A.5 5.717 l2 2'h261i i 1 c.29,'7A36 �I1RIkER SIN61.c 1. 11 : S (}{] £o axLinni (),000 } ANY AUTO BODILY INJURY(PcrpunrnJ $ 3CXXyMX *Y1NE0 SCIIEOULIED -- AISPOS tINLY AUTOG BODILY INJURY (Per ncuHe: k% HIAGO NDN-OWNEDFFZPGRTYOf,11AGF.. ALTIO,9ONLY AUTOe ONLY a , , � �r ......... t xiiica - ....... O UMa0.ELLALl4B [::oOCUR ti N NYIi[11tIRli(11k1d2jL 12J�'1f�t1t5 lZr2912Utfi E cHotXA1HH�Nc,. s 1UU(YU00 Ef(cE96 L1AE _ C?L:)h1f-R1AL4 i AGGREGATz 1lFti }{ RETENTIONS 7'a 'DEQ $ ''XXXXX WOFkM!3 COMPENgATIOM _._ _..__........ A EA AND ErsPLOYF.R9' LIABFLnY i 013-3d3rJA•41i4-1 i 1 19. �(?15 12 r�'1?201 f� YIN �TATUM _ ANIr PROPRIE?ORiT'AATTJ[R''EXECtI 1158- OFFIGF&MESIBERE;<CLIJDE07 50 k; A; [.L CACMAC:CIDI-t.l• $ , r (tAartdatory In Hi41 _ i E.L DlaFJOE- • GA EMPLOYEE 3• I•,�©Q,��Q' It7EHC:y8a,4eo�rlbeulvJer 1HIFr10N OF OPEMTt0 N3bdcw •--•-- ---- • , _— ' E:. TSFASE - T'CkJGYMAIT 3 7 (7{){101 I I _ 0E£4RLPTr0N OF DPERATIONB ! LOCATIONS! VEMICUG (ACORD 101, Addilional Remwks Saherruto, may ba sshWlad Ir mot+ apace is ragvirroli Ill; Bid #l'rP. 17-1106- lake Cuu[dy. A. t'ulitiaal tiubdivis init 9f ihr• Stale ut 111aridu, and the Brkard. AC Gritti 11y Clm[Missiuners, it's uftic::rs, of ieiulc, and OIrtplOyeea aft inctudtsd as Mditional I nSlIf9d an liar OCILCCul LAsbil ity im r plied hV wrJ ll.0 w[ttcact. 14415813 Lake.C:nunty A Political Sultdlvkjoit of the State of Flodda, and the T4oard of County CommiNRinners P,t), Box 7800 'i'avai5ea 1,L32779-7800 0 ACORD 25 (2416109) SHOULI3 ANY OF THE A13OVE DESCRIBED POLICIES BE CANCELLED brmV0AF_ THE EXPIRATION DATE THERECIF, NOTICE WILL 13E DELIVERED IN ACCORDANCE WITH THE POLICY pCMOVMIONS. AUTRORIZED REPR ESENTATIVG The ACORD name and Eogo Ore (egistered marks of ACORD ria hist rasmi varl IBES - Florida 378962nd Aire N Pinellas Park, FL 3378. Toll Free: 877 -MES -FIRE Phone: 727-521-2135 Fax: 727-525-1.8 9 INVITATION TO BID (ITI3) FIRE EQUIPMENT — PARTS — SUPPLIES — SERVICE �40 CERTIFICATE OF LIABILITY INSURANCE IIATF.(WIDDJYYYY) 1. 1z'29,201(i 12/812016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE_ DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER{S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDEN. IMPORTANT. If the certificate holder Is an ADDITIONAL INSURED, the polley(les) must have, ADDITIONAL iNSURED Provisions or be sndorsod. If SVHFIOQAT1ON IS WAIVED, subject to the terms and conditions of 1114 Policy, certafn poffcles may require an endorsamaot. A slatement vn this cartitieato clges not confer rights to the codI lote ttofder in lieu of such endorssmont(s). PRODUCER L )rktcva C'rJlnpanics 1EAGi '1435 :Run€1 Swamp Road, Suite 21i'i PHONE _ —"""" "I rAY r4irmingLDR Gl' 06032E-MAILd. Exi), _-_ JA.. tint: MUREARLSJ aF,FORDING COVIERAGE NAIL R .......... „•-- _,-, _ _,,,,, INSUWXA _TnWrICN Pnspnxty Ogsirylt}' Co of-AmCI1C3 25674 INPURED I4 unicilaal rlai6rL{�nDy' Smvims, Inc. :1372?7 7 1.CI. F3[)X It2SUREAa:'nuTIavelem Indeinni#F f nyifAmerica 2566-6 ..... :..... fiSCiI(�4URER C : yagai:Q1'C, IJlsarance f'osylp n�+ 423{}7 Southbury C'T O&g MEL! FIER n INSURER E : in nu nER F; -I� rlYrrrVLCl. t4%..7ti 7J r'1.GYt0iVIY IVU14rOc"; .l AAANA THIS IS TC) CERTIFY THAT 'I HF. POLICIES OF INSURANCE LISYFrI IRE1.IJW IIAVE BEEN ISSUED TO THE Wti1.1i*11 NAMI'D ACIGNE TUR THE POUCY PERIOD INDICATE'D. NOTWITHSTANDING .ANY HEOUIREMENT• TERM OR CONDPHO N (JI- ANY CONTRACT OR OTHER DOCUMENT WITH fef SI F41 1'0 WiIICI I T1tIS GERTIFICA'jr, MAY BE ISSUED OR MAY PH:(CAiN, THE INSURANCE AFFOrtrii-17 siY Itll' POLICIES DESCRIBED HEREIN IS SUBJECT TO Al fHr.;'IE_RMS, EXCUISIONS ANI7 CONDITIONS OF SUCH t'f UCIFS. LIMITS SHOWN MAY HAVE 8EFFN 1J1-Ilt,JUI It") DY PAID CLAIMS. _.... _ INSR TYPE or WaURANG E UR POLICY EFF ?O11by r- <P POUCYNUMBER - ; &JAM aNYY1� tAtMloo:YYYYS m T� LIMITS 4 9 iY i2:79:2iiIG : 616+1 OCCURruHGC $ 11,000,000h ` _..MERCJALGENERALUAIULY N &1(I-3ft3+;A4V-TIL 12.2'). IIS taT c tNtFo cwalsuAAr1 X MGlr 6iAtSl h Fa 4 1,00 '000 I Mfnir+r!! ale peril 3 10,000 _..... _ - PERSONAL &AFWthpj!1HY fi 1,O() GEN'LAGGPEGATE i IAWAFIFUE3 r'ER: ; CENESALAGGREGATC s, _ POLICYrPF O ; ; I «: FHn00M, • DOF -l"Orr Ace s 2 t1fH1 Qtl{i _....... anieR: j1 Au7otAasllEL,grJlurY N T-36,19A515.11A i 12,129.-21115 J2(W,'.0'16 r�OFAUINEu:IsJ�;f: tnlr I + re, err, 1n ............ . ANY AUTO ? DOOILY :4JURY Ifur Fcr aaF $ =XXXX EIWNAUTu D gUTODULEu BODILY AJURY (Pei acckkn s )()()=X A.UYtra trNi.Y AUTOS � CP 0 HIRED NDN•Q1VNE0; PROPMY r7AMAt5I: I AUTOS ONLY AUTO&ONiY Yr, 'F§p1},xxxxxxx _ s X>LXY Y- {Y C ,:X UMBRELLA LI1k9 occuR N N ?9Y 15Uh1R6044421V I2.n4r'2tli� )_ l„r�,+JJ1ti F:AONocCJnnENOE EXCESS LIAR CLAUAS,MAI)k': AAUHl-0A I F I DED ° X REf-ENrIONs 10 ,000 ' i, _.. :WoflKERRCGMPENSATiON Y _ -- ry1R I OT,1- i A :ANO FMPLOYEFITUABILnY Y(N iJi13Gi9A-tii-0 li 122!Irs(1[S 1zt29J2(iSf SYA:UYF ANY PR0MIEfOnjPAA NEWt:Kt::l)nyE? r:.i . Fjq;H A< oInFNr $ 1 {}(](} {)()(} ttr: FFRAIEMBER EXCWDMI j f N to a [Mondatary In KH) I E.L C i3CAS[ • L'A EAIPI OYFF t• 1,000,ow Il a. CeamI>0 Under - DFrGHIP I:cvOFOPET IMSbdinv ;E.LDIOEAvE-?OLCYUMrf S j.(j()Lj.Cjrj ii DESCRIPTION oFCFNATiDNSILOCATIOtTSI VEHrcLt:a I*mnD 101, Addirionai Remarim Schadula, mayba otrcFled it morn apaoc N rcquiredl KE: laid *ITR I74MAifr; Iake County, A. Yalirical %ulldlviSioil of Lim SLate of }'Larida, and t1u: RpAed of Cuuutp CLunmi,,sicmcis, it's officers, nftieialx, and 8alpiuyees arc inulu d a -i Additional IQSU tell tirr Lbe Gr,=r0 liability n5 rt(Luireil by wiit(tar cantraV. CERTIFICATE HOLDER CANCELLATION 144151313 Lakc County A Political SUMVISiun of the State raf ),'laud&, and the Board Of County C'iaminissionem 1}0.1lox 7800 SHOULD ANY OF TME ABOVE DESCRIBED POLICIES BE CANCELIAD BEFORE THE 1:XPIRATION PATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE P61 -10y PROVISIONS, AUTHOR> EDREPHESINTAl1Vk�/ ye '`lavaIos YL 32779-7800 �:P 98135-ZU15 ACORD CORPORATION, All rights I'eserued. ACORD 25 (20181M) The ACORD name snd logo are registered marks of ACORD F111r W"9 Request for Taxpayer iRcV.Oacamber oftheTm Wentification Number and Certification , tent¢ R1 ermeSenAca� Oxman cm your Inc nw. tax return). Name is kL EMERGENCY SEWC-E5 INC n vm&&,ireo jr&d orality name, It dirfrtr-i1 fi on chis line: dS not !cavo 9 �ilrck appropriate brx forfederal SaxcFasaiOcnt[Un; OltCoka.tyona of the folly ng saran boycst [� fndividua#eols proprlotor or Q {3 Crxapration 0 S cnmcration IJ Aaibmr3hip Truniftrlata single -member 11,1,0 Elusntta4 Ilablliiy company. Enter thr. tux Classification (11..t: rorporailon. S=S czitpnrryt:'orr, Note- Fur A single-mamtwu LLC. 17ml; isdiarag2rdacs, ala not check LLL'; ctcHk*3 appropdaic ta')% in tris lir; ab wa Thr fire tax Votsification or the all iylb.rnrrmtar ovmer. Other 5 Addross b'rumbEr, s (tet, and no. or ;789 62 ND AVENUE NORTH e r -My, state, and 2tfi coarct 31MELLAS PARK, FL 33781 7 Llai account numbafal hbfo (ot)tiona REMIT TO ADDRESS 1$ Po aox 601461 CHARLOTTE, Nf; 28260-Ilghl EntGe yore TIN In the appropriate box, Thar TIN proOder! "nus€ snatch the n acre &an on lire 1 to avZ backup withholding, For Indivlduafs, IWS is generally}rour SAcisl security number (SSfd), --lowavver, fer a rwildent alien, rola proprietor, or dismgArded entity, see the Part i Insirdctionr, on pagd 3. For cider entllfos, n IS Your en)plo}rer 160tificiftri ntultbar (EIR. If you do not have a nutnber, sr?r Nc?Stto gat a PH an page 3. Not[►. If the account is III more than one 11wria, ane,'he instruc:tlurss far fine 1 and the rhart on page d for Iluidefines ut1 tvlspc,9 number to 9htar. Aivno Gtve Form to tho requester. Do not vend to tha IRS. � Exomplia�ae{codes?1tr,�tyontyiO certain entlticie, not IhdIviduala; sea Instructions on Mae �): rYMYnPt payeaccoe (f lnf l Examplion from FATCA repnrtltr0 code ;Ita:',yf rr„-sY�s ro.areo„x,n,aeerdanKU r� uS1 ' "wmhcr 3- nown©m©©E Under penalties of perjury_ I cariffy Thai. 1. ?'tis number ehovni on 11hia forms my correct taxpayer Ids itificallorl numbar to I am waiting for a number to ire issued to nte}; and 2. 1 am not subject to backup vrithhoiding because: (a) I RrA exa rpt from backup ttithhr!dinr}, dr tb) I have oast reser ndfifiac '--y the lntentai Revenue t atviaa (IRS) that I am subject to backup vlithhotdlr-rl as u result of a failuro to report a:I intorest ce dividends, or rt) them IRS 11 as notltied me that I stn iso !orviersubjett to baoku p w)fithviding: and 3. t Am a U.S. citizen nr othar U.S. person (dafinRd below). and 4. The FATCA coda(r) Entered on this form (if any) Incileatlrx3 that I am exempt from FATCA reporting is corteot. CfirtMiration Instructions, You mwi Grow out item 2 abomq it you haver been natified by the IRS that you are currently subjact to backnp vAlbholding bemuso you haus faiied tri repart so interest and dividends on your tax retunl. For real aelate trai}s=cticns, itern 2 does not acedy. Fnr mongago Wariest paid, a0gUISItI0h or o1mridoRmaht of secured prop attV, csnceifatir n of debt, rontribUtlahs to en individual re11iemant'ATmitgarnsht fIRA), and generally, p syments other man Irrtemrt and dividends, you aro clot requirRd to Sign the certilk- ial, but you misfit f-avide your correct TIN. See tha instrucitarrs on page 3, 31on Srgnature of Here I U.S. potion w General Instruetio> s tiMW$ lefgyChoC.S ere to the ralemo( Revenue Wdb cn•'ns3 othevAse hu -ad. Futuro dlavatcpmeinro, Infonnat`;M about dbvnl4PMOMa kMk)A' n9 roan WJJ isuch as 1agtalgiicn4Ma0edEBbJ wn hivasa iti Is at wtuw.hs.r3.ovrFtfir. Pttrpptme of Form An irdMduel or Qiit:ty Fcmc VIA requeofr) wlvy is requirA t, lilt) ivi -'.fonrretloi i return with tha IFAS fn,10obtasr yourcamirt wpayM1aridentincorirvr number (TIM which may be yrur social sacu ft number {5GN), Indi rid,ral tw(payar NoMilicadon nurnt+or MM, adoption ta*?Ll%r idpnti8ca:lon number (AWli, premployee IdentlMsPon amber {EINj, to report on an information retwnli+o amoum7 o0d to you, or other am irni teporfab> a ozi am triterrwiflon idiom. Example, or inforaratIm reiurha include, but era not r; tNhrcf to, *a foliowAg: • firm iNW-INT QnWesf earned at psiaj . Fran t rrl-id]IV (dWldersda. Inellaiinu those hum smuka ce inutuill funds) + Farm 10fi$-M lso (ere Ni* tyries of income, prhev, Fru ,dls, or prow price o ls} . Form 10"—A (S1nck or mutuelfuod 4,'ties and cataln othEetr rnsnciicns bet' btdkars', + Farm 1099.6 (Pro.^eaoe rNin (cal cstote transadiinna) • Foran 1(188-K (rrrctct:ant card and third perm/ network lrarL,klipnE)i Date 1- 1/1311 • 'rc .n 1 CA9 (t. ata a rtclagc in.=t), 10-ua-E (ell-Acm lorn Int2,m4, tt,wT {tuber) F(wvn 1099.0 fcancetad dcw. • Fain ISBN -A iacquishion err abanfthmr3ht of secured pmpertijr Use Fara, N.r-9 ons, if you ara a 0.S, prmon Iincludiry :, rctidr..;i alive"), to WJide','Olt cunrcl't<M. frs+o" do ml ren(m tarn :V a to the requnx.ler wi:ha nX you in.thi be. -wk -act tb MJF (Ala rrr:hho?ding. ! eco UA.W & ba:kup "Ofleaivlit4ng? nn Nge'2. by sl{gain.1 iho iillm-out ion+r, yx)u; 1. Cart4v Mat the TIN fou vey rlWilq Is correct (w"and wailing for a numb-tr to ba IseTed). 2. Gerttfy that you am nut WbiEWt to bscRup -alhholriing or S. Claim exe,rrr;tion from timirup vAlhhoiding if pnu we a I.I.S. axnmpt payee. If r'br:Gcoblo, %-ou ars 2hrn nod ir)i p that as a U.S. per.,rn, y:rurallooabid sh.1rcof any uannership ircoms frorn a U.S. truck. nr tr alnesz Is not euh)rct to the xiL' hatd'rrXtsx rh tnrni,In rrnv.nm' sharear rrreet'.volg coarectrtd lncunse<, and C. t.erHy Flat FMA ccd44 } s ,!arc on thts',omt pt Alto irdicnrinp :hat yrrr xsa exerrat from 1119 =ATilh4 reWdrip, iscc mat. Sae Vh?af i; F-AJCA m pods v? on p?4T 21nr fudhennfoirlWun, - -- mat. W. 1C231K ��- �.,. - - - — Form W-9 lFlov, 12-26141 Frim9 Reque 8' t for Taxpayer Of r the Tirans w� zotaf Went.Modflon Nuin.her and Ce* rtificatiort 9=FV1',wvenua Sw4o- I . . . ... . cn IKs Fne; 4d" nni 4V44t> INS 11rirj bKOK, MUiCIOAL EMERuNCY SERVIdES Wr— Give Form tache r0tjL1109t0r. DO riot sond to the IR . .0 IndwIduaftoleproprigarw C'e4jwm(lon 13 SU(PorsW 1:1 Partmiship ❑ TrunVmlatm Inwraerwkh on page a),. Epqrp.ptpa�sv coda Of w* tWod Ih1b1I4comP4ny.1�trltjrIho kvK ctM-.ifJq=fonjC40 coWiltIon.$,wS oirporod'on. 51--'pamiershlp V I of Es from .- code Of B%4 outw' j5d&hU'tw,Ilw4j P. .4 6 ept. fjrvult-VW Requealer't tisine *rPJ address (oplbna' surrE 313S 76 REMITTANCE DRIVE e CRY, Mine, AM ZIP Cow CHICA60.1L- 60675-3135 LOCKBOX ADDRESS -Taxpanir ItlentificMilan •-Entar y6LR TIN fn the appropr�411.6 M, ThonN llro'Aded Mis' I makoh lhP mime G�ven on Nne aw.'adiv bodkup wiffibolcling. Fox inVi0doefl, thlzL Is generally your sociel security numbal, {SERs). resident alt6n, stile pMp6etor, or dla' gardon ening, see the Nirt 1: InrAtutuinti or. pale 3. Fpr Whet entlifei. It 19 ycwr i! ¢ o* ItkillIficaliccl number MIN). V you do not hays anuirnber, D&2 H41w to got 0 the IrtSt(ULItmls1r-,rIinL-1 kirIcJlire vhad onpup 4 frn ellnez onwhbaa Flumber to enlar. 7 M. EE 1--F3 •-..Certification -.@paIU&s Of p8dury, I certlly that, ehoy'm on tft, tom Is my or4ot (MPOYSC rd6hIlfiCatiUn n0h1k1W (W I P.-IIVIr6liln for h (ILIgnburto b -ti l6tivad to me); orw F. 0M ect to luckup wMhoidlng bemLm: (H) I w4) al,43mot 1rtAn bal:kirli witfillol(flrsq, or (IJI I hava net basn rml;Fiad try ths Irtternpi Revenue SieMc6 tllnftt I ani subject to backup FbithboldIng as a emift Qf a falIvre to reparl all Iritsrost or divfdortcilL, or (6} Itha I PS has nuti4ed Itle that I am no !anger sublael to backup v0sholdIng; and c4ften or olharli.B. paraon (defined below): and T} e IIIATPA'Cadelsl knIm-Ed W this Tarim 9 MY) 1110CUUqla that I am axlempt kom FAT4�A reporting is vorreQt. COMMUDn IfIrirdefloil2t. yori Mwat Cross But Item 2 -aWme if you have been wtilled k� 1110, IRS lbat you are clityanty sulijeAu IQ backup VAthh0ding. loBc2kLr`w*yo6j1iaVI3 felled to report cit Intoresi and divklencI5 on your tax rdtutiL For real ftijat4i tranvacilon&, item 2 dcwat not 6WV, For n1citga4e-::- fntaiasll pold, acauWtkin crabandorkm6rilt 431 sswed prop -arty, CgncalGtloh at &W, conliibinloiz lo an Ind&-ldtial refirern"t arrangernent (IFIA),-Art-d- ganer;ally. payrneintsoftr 11hith Interfisl and d;vIdminds, you am nM reqijlmd to sign Me ceflillicoWn. iwt pis mwmt Inoulde your correct UN. r5vo torr , Instrucftns on page 3, ..Sign . imturc Mato ions 111.4c!'hial R&-4ervj$ Ndc unrom o?IParwh;a nntleb-,I. FiiIisr*44jV'00 W6WAS. IrIfounnflan mWul c Maly name illfhanp Farm M0 (twat Perp .s.kof Form inrc;maiion Ntumvith the In$ niM QbtdIM ywa Poweat kezpaVvrIom(;(fd51;0"1 r4linb6f (TINJ whIO maY i0a your aw-I&I d4curlEy number (SSNF, fadwlduat 1PNVv.Vw Idehl.ifivuVvi oumWr JITM4, Wapflon taVsWr fOeMiritAtioA ftrAbor JAILI, or employer iAnVIICAIIClh frimbar (V4, to repwi on imi Into"riAllun Palum, Um arwurrt peid to You, cc 011wr zuwVA1 topolftio on an Womml:iDri ratIlky'. B-Twiplot V irfurnWiari zqtins!m;Pjde, W am not jlmAud to, the fulkmlng: Farm 1 DOS -INT Plormt wiled or P651 Form I 090-W (WAddhds, 1"ludiV. 11wtis ham Mcciri cc tcLrLj:!5 il�m4i4 Form I Ma-MISO (Paiiaue- typea of Inborml, prizss, Awnt-At, or tfwA procea&31 • Form 1634-13 (&Deq or mul M tune ouilas;nnd corlWn other uznsuctimm, by beakers} • k Vwm 10911W (411: --ant cwrl wW thlrd party norAwk If6rU4001ilij • Funs M #w1ne nvarlCmga IMPia-94. 111MI-Li (Mlidwil loan InIalDrilh 1098 T • roim I 00-C (cancalod debt) v Prjrrn IWD-A ofsoawcd psoportit Usa. Form VJ-f� o4jil)wi we fai-Oud7rigamEWni alion), to. pruvido YDLsr o;)rrect YJN, Ir r -a deA wA Nt*m rom 'Mfi jo I!." rti`Wwrry will, a TIN. yot: m,�qhton 544odc to bachi(p wfffihch<d gr, Seft WhWx b"IcLup on gaga Z B)F ZiTj Mig Uw fllled-c�at (turn, you: r. Csrrlry IMI k1triTIN YOLMa gWihg 6-CO&W fc-ryciu erg wafflnD for an—bar - to rwl std4sr I: to backup wIlMnlifing, i2r 3.0elm expmptka% fe= batkvp withholding :1yon are al.),Maxempl MoR. I? 67p;ji!Obla,VoU Ve Also cwilhAng that m a U.S. patten, your -MI&CALU share chi any MX?i*t,.Mp Itiewc: frorr, a U Z. trade or myeloses 13 w ist-tItI-1 to the w4bhotaing tax on imaw, F�amtietn, oj,,Lro or ofimkwa� cvnrocted W;ornip, ond - k Collify 1114 FAMA Podof-) anfamd on ib.:s tont! OJ enjA lw'cetlng *&l W!j iim c, Ka n4) t ft L) n: 0-a FW rCA t a p o rt I pxj, 1% e. ur T n r. I. Ste W) ra t '; rA TU4 rupc d (nq? nrl.' to!Wether infornat n, Gat, No. 1023tm Form W-19 12-2014) - tuce PolicylProc8dure MES A D114 - 35 Dr:Vg1A1,C0h01.Fr*_- Workplace pofivy Approvedby: DOW iS$119d: August 1"' 2001 Municipal Emergency Services, Inc. supersedes issue of., 1. INTIEENT Tyco International Ltd. and its subsidiaries, Affiliates and units (collectively, ;'Tyco" or the "Company) strive to maintain a safe, healthy, and productive wf)rk environment. To that end, Tyco prohibits the use, consumption, sale, distribution and possession of alcohol and non-prescription drugs in the workplace. 2. RESPONSIBILITY FOR IMPLEMENTATION Management at each Tyco unit and division is responsible for the implementation of and compliance with this Policy and all applicable laws and regulations. Management shall provide leadership regarding this Policy and shall make employees aware of the Policy and the Company's commitment to a drug-free and alcohol -free woik environment. Tyco's Corporate Human Resources Department will provide guidance and assistance to Tyco's units in fulfilling the intent of this Policy. 3. SCOPE This Policy applies to alt Tyco unit,,; and divisions worldwide, oxcept vvhwe compliance with this Policy would cause a unit or division to violate any law in any jurisdiction where it is located. This Policy applies to all employees of the Company as we!] as the Company's agents, consultants, guests, customers, vendors, and other non-empi0yoos including job applicants. 4. APPLICATION Tyco prohibits the use, consumption, sale, distribution, and possession of illegal narcotics, drugs, and other controlled substances (collectively, "illegal drugs") on Company property and work sites and in Company -supplied vehicles (collectively "Company Premises"), whether during working or rion-working hours. This prohibition does not apply to the lawful possession of prescription medication for medical treatment. 2, Tyco prohibits the use, consumption, sale, distribution and possession of alcohol on Company Premises, whether during working or non -working hours, except as specifically authorized by senior Tyco management for Company -related functions or social events. 3. Tyco does not permit any activity, including alcohol consumption or abuse of prescription drugs, that may impair an employee's ability to 'Function or jeopardize the employee's performance, workplace safotV, or product or service quality. 4. Off -the -job illegal drug use or Alcohol: use that could adversely affect an employee's job performance or jeopardize tho safety of the employee, other employees, the Page 1 of 3 public, or the Company property is cause for disciplinary action up to and including discharge. S. In implementation and enforcing the Policy, the Company may take one or more of the following actions, zsubjeol to local law., Conduct alcohol and other drug screening tests both prior to and during employment; Inspect the person and property of employees and non-employeas doing business with the Company; o Require an employee who receives a drug-related criminal conviction to report the conviction to the Company within 5 days after such conviction; Take appropriate disciplinary actions, up to and including discharge, against employees convicAed of a drug-related offense; Cooperate with outside law onforcoment agencies; and Take other actions dsernect necessary and appropriate by the Company in furtherance of this Policy. 6. Any non-employeo who, in the sole opinion of the Company, violates this Policy may be barred from Company Premises. 7. The Company considers drug addiction and alcoholism to be, treatable diseases. Accordingly, individuals with substance abuse problems are urged to seek assistance and the Company is committed to providing assistance to the extend possible. This Policy, however, In no way cornprornises thp Company's right to discipline and/or terminate an employee who tests positive for drugs or alcohol. If you have questions about substance abuse assistance, please contract your local human resources representative. 8. Violations of this Policy will be considered to be gross and willful misconduct and will result in disciplinary action, up to and including discharge. 5. POSTING REQUIREMENTS This Policy must be posted in C,t conspicoolis place where notices to employees and applicants are generally poMttd. Page 2 of 3 Please post the preceding pages (1-2) of this Policy in a Conspicuous place where notices to employees and applicants are. generally posted. Supporting documents Exhibit A Drub/Alcohol Testing Guidelines (applicable in the U.S.) (For management use) Exhibit B Drug and Alcohol Policy IGr Oornmemial Motor Vehicle Drivers ("Administrator's Copy" is for management use Only. "Driver's Copyr is to be distributes to oil drivers of commercial motor vehicles in the U.S.) Exhibit C Employee Consent to Drug andior Alcohol Testing (For management use) Exhibit D St8ite-P-Y-State Drug and Alcohol Testing Guidelines (For management use. Tyco units in the U.S. should eortsult the applicable, state guidelines for requirements under local law.) Page 3 of 3 #irmative Aalon Pian . �rs�gra�rr�#i��AGt#uifii:e� :arrdJtar`.Gc�als . � • • � •. .. .. . emptgyra ; u-eq�SiC�gstntii.I:irr.cE�de•a:#aten�ent ' �ppr��.u�£ty �m,�Eoyer•... ... • ... 5pecl4ic aMiktiVe a"CtiaRJn:the ergs o€"redrO triienr and.-Iliringil* Urriis of. the' er��plt�yrriortt q rt iiia r� + }:rE iyid�t �s and. knoritybusinessesvinhe taktioto- inskir.0 •ejq; >~mpxporiunityadghaii-inctide:bitiiot lriie.ctrob, the fcxlEow.irt : a. WhaftyAt; noes occur,.: m"itWjpa6. E=mergemc Service's; M!4 ; wiff advertise utilizing r3tint�rity s���et#ia �r #tr�.irtari'�y pt��4i�t�eri� news#apers,:��nrl-rer� avaiia�ie,.�fr�i• f�ay.�.great.:er • . rriknorityre le sfr'i#i; usiry 'tlti:rr te;rtt� "i;alai:C p�bC#irr3itiy/Afflri atiue."Ac0p EMt 16yef. in alisuch:emorz mant.c1mort'anIties. :.... : . :. b..lNith.rQsp :to to e.�i ;part,##me oEl ge str�d nx an�f/..or:-co- cfp r woErt$-�i made #O ihci6¢e m1hori#y. candidates in the.R)t*ervjew/fjirir;g Ootess,. .C. Wnitipal lor. `i ill ref& to its Af#irfAive• A01bb: -i>0}ic r rt ter nt Ob its eripfir�.ymer�i.�p�ica#ion era. reffr cis c4�c�rnifrrtrti#o egt�ai.eptoyryea Opportut ityf . Orr."Cerirpai�y's�.lgclal:�.mp.lt?ytr}�rtt �7pp�rii�nity �o�icy �,v.lEk b�,�ispl�y>?d�iri:any.j��: :. . .appllcatii W*ilg.-areas:And other areas where- a' piicailt5"seek araW.A-Vrrlploymcmt �3ttterviev►�s:.: : : - • Muni' pal hiei e"ryrsy erviu ,. In . wii# ccsnslcier rtiiE�t�Kifi+,� appiicarits for vaca"' 666 i", ail iO cla-siifir, ons.jn.popjun�t eta vwii� its to 1i EiedAF P policy;ir��iudita t#uaai etraei�t 'and l ro'otio�-f or -writkIn anAK aSis cif'irtidiv3{�yai". ai3¢IcbWQOs.,-paterrt-W and dab All Oositlow W.1111, be filled without ftgW. to ra .�e, color., religioni-Sex, -or national 04 "h Inc. Curren -fly utfl1zqp its. 'best QfOrt-s- to h3rq-qupjlf . led fcar 47i pfbt,when VaranpIESClf�cr� moii.Cigal-Vmevliq cbM(nOnk:6Wd to all levels of management• and con.w.liatkin -:for Wrii)g* putposes. Ti sting Is *t- ufrentlylbe sa mo -for*verypn e, an 3tmited to. the- 0 reci*s.e jbb -S'kifls.reu ire d.. e are wimntly given torlSideraffon liosslbI6 di rift the .3. PrvtftD6O'nPrcfcadurAs opporfutilfies to. all -qu.06M ffilnotity elmploy4 • through -the4olloWibg affirmativ(! - Comm Uh lote - po.Ei6f*. , Withth 6f_.qtWIfjed employeO W Minoeftles prom otl on fro fn wh4M silt.h.,.advan,c,6merLi,opporttj hitie5 occur, and -durinp, pgrformance revlew,s, vFo:mp,ti*Qnaj oppprtunitles-In ebhs ilcutius place - for ill erYjPjo*yee-S! aw meets... -:BNf at Eiji ii:veis of rttatra rcient af-company!$ AAP: prom dti6rt:policyind its: intent to" Insure tatikat 0n of-quallfF6 i rftkr OOty persnrrrtel: at all.icrb Eeaeis. ReView Qbietx WyAl gtiatificatiobs 6f bit candid #es intiuding minotl ies.for* prorrtoticttt•�roi� witttdn. : .. . • TrAnders wkfl b.e f6Irly tts Wered-Op6n request or as .deemed ndcessary.by COMPa�y. t 3screEion:€r r.at#vanc �rien� or bet -tot operations,. : rti a iorti iil.b#? � + on fagtors such as.iob Allfs, performtnte; aptiw& ar d :attitude,p ti°z�tl l,s Y, -etc, 4, Training Prortidures . All #raining.04 developmwt; pr.pgrarns withlfi the company will b reviewed �e�iQi#l�afly acrd:r is a avaiiable to oil err�piQyeey incittdit��rZri3rQfii�i�s, Empipyees•are CUtrently.train-;?.d by. Ov,�rien ernplrxye s mat er Nlt.+,Vark"tq. carrditii ris ender the t p isl6n of a rnana errs nt. rripiaye . S. Ptabi#city ir•Kt�rna! • . a, in thA-de"!PP O-ePt Of•C6m.party'QaWo9s a0d-press releases, ati Affifhlative AMian : .statement will fie Wluder#.+t ith' the prinJg4 Materia[. kx. SNF�erd. i7ict yes b the stiff ar6 included in .extern I pkiixiicj�%e rp.at,eriei, nlin•arity . .eMpiOyae5; .as well as other minoritiep,, wlli be i"IudiW.. infernal. .�.. E�eu�tola.r�ert� v� t#e�� frr�cedue�sr p�lf�ciesr. arta atlx�r• atfrriiirii3'�r�iiit� ari#�rir�l . pubitcat[t�rr vtili #t��lu�9c ia.s at y rtt:of Affirm;ttiw:AcfE.ott, •andin porticul4r., Place special emhaslso.n-the riermitm-o nt•andutiltxatlar� �f r>Mnoiity�mployee5 It is. th4§ policy of munk"IPM E, fnetggr q-,�Orvlces, to provide. a proc edare: .0.r -every ei-Ofopee'to:eg M & O�rOh6oi ftibcarab6 li ut H5 or press a comp191 ed by Olf'. mp.;.any; JP the Vofsqr .occ.Vr the filming n 2� Jf the -rdsuft oftl) '06 PVnbt �fq ctQry to'Abe. eMp f6ye.e, h: s: or her:* Sui Pef visa v WIR 5qbgdute'i M,09f1pgwylth.h.1m (it. her before -the Affir m-adve Action Prinra6i Officer, whq, will Ost�.n.-and' resp tud t,.o .:b. -cqmplalpkin.ca flair and:rTO*n--.disC'rI M''InjWng: manner, I. shoUld theijab6ve v0bai the assist th4b Srkv4d emplQfte. to jdireci� leiftr iolh'e campAn*s:Pr.esijden oAdrig#oe co ns Ide 40'orl'bf -his car 40:90'erva h Cd . -P0.nVsuch I etb�t.� Wi [f be.Awwcire d .1h a t ime*fy Mkfi In: an'.wuy: is -66sed d1sulmin'-a6m. Y ha is-66 sed cir'roallatfon a8ainti a griievjqnc2 wili be. tolerated; Alf emoloyeesmay any tIme, '7.'Ptbgra rh He pbftfhg h nd: WhItdrihis- Thie.afflrfriaftjVe actidn PJ,0,-,WoAg %y-0--4 employmqq; art ..ether .related stat3sti�aE. and/orirecord5,. Is Rivalable UbY rovi e*w duriq h0rhfW WOrilnL, ho'lid, T)IeSa'-riec'urds. are Ww a) A perlodic. -reporting tnd- �uditlng..system has-been eqablf�hqdj - tvpp,11y fur ttie -pqrpOse of m"40-spyin.000 prdgrAsS and. fOtuP.q;4Un8.the affirM.afive. awluafly. PR".W.t.WWT POLICY It: is the• Pc1fcy OfAWN tGl PAL EMER6 EN CY SURM CE$INC, and a It: ofs:A51dia ries and affil lates-t*o*aif6rd'6qp**1-0pp'g'qqiiiiytp.pltyeTcdors and suppliers of,tn.;§torial.tofi crus .rvic S .0tb�*Ns�6.mintecl.apilnstb;W on the Owner's rate,-agg"8�xt relig16fj) natlorlaf 00161ni or &.taV.js asa --yqterati� MUNICIPAL. EMERG.ENCY SERVICES, IkAht—w1h: Solicitlidgfroirt A qqajifted firm, regardless of cwjiiE!rshjp�, 2. Ewlubted. all biOssd as to and �qkral 3. En.wre-%h4t fiTi�i pLjrthasOs ar�Ah acwclance -with. the prMcipals-bf e4,ual 4.. Pnsure. that -all procure ment. actions Such:w5:rcpe.Rt -Ord&% 06c0ptamp. Wilt lb� regatO 16 race, 49q, sex; I fiFm[V.endpr4e- ond s4pport.dur EQUAL-OPPORTUN 11Y PROGRAM and'haVe est -4611 -shed-. w0F I KMA-�JY-LAC-111014 PROGRAM 10-ehwre sur cqriiinued t-6rim­i.tmoit, i a rfl, corif4e4q'i 6avaih-ubsidfarfes and 'afftflates wil( provide thoirfu - 111 Si1pp.orf, and 44fbr.' .iO ensu ieithe. co'*rn'm­. itted PIKE... ate, 7.PoVtrtY-R9ad 203;-k4A 1:04 Phan` -a . oo-440-8459 Ppx EQUAGEMPLOYMENT OPPORTUNITY ANIJ AFFIRMATIVe-A,Y PTI.O."N. POLIC It is ilia .pt . �)f - 1A.Unic0al Em6irgiMoy' Servleesi; IncA6 employ qagliftd petspri8 -:6f groatosi ability withotit * -discrimination against any (�mployoe.. or applinni. for. 6m.p1Qy?1PWf bo.pa*us"*i�,eadej:rej !on -sex, omental * Mal 6sabilit 'croin, ag6,.status or-wvefEW veteran vUhp served oil ap!ive. r or, ire i�AM p4l&..'Or i9k clition- for -v hjch A. canip I oligh 'badde has be6n .dwy d'1A*og_ 4 wa`.' a u#hark ed; .0�- O.Fly othey pir6fo.ct6.d .-grbuo-siafup *noG:)i d.8!�.Aefined by law and'- flifthef; io lia�0 affirti- m avo. 64tio 00 dmplav., t60V,-1j'am I . nt quafifidd mif-16rit ed . p qyrno .19$J: worn on, -disabl JndlividLiof% dis6bled- 6MM' vatorari ',:of 1h Vietnam- e'rq,' acid .6ther Cov6rod vt%_ I yet e wish to reaff 1trn and that po(14y oppliee 1hro ghoufth6.Gampany,.. Td i'bpJdM1j,.jf -twf-s policy, Kl)t I;jpal Emproehdy Se'ryiGqs, iDo.'liar 6uta b li shod kff irm., tive Attioh Prooria-m-s-by w-Kich W6. Ohd*e rig ke -that, -We. Y011 -rcQvuit, hin0, tfOli) sisO promofi§ qualified. per.sabs 113 •a11-j.ob titles, race,rpliqloq, mor, sex; ph or menial -l- disabilityj vavered Vetere 3 . status, _6.1, BQY :other prot;eaed group -Suito:5 as:d;Ahed. by law-, Wo­011:bais�e deQlsions -on einptoymdnt s.q as to further tine ,P dnd.ple of P�Oyrnenuppo.rtu.sity; S. We Wilf ffisUt'e -thei :efnpjoytnent decisions -0�. 1p sacord With pt! n*ciples-Of eq plbytTWA, bppddunifby'.iMPpz* ing.pnd.valld 166 requirements;. -W-w W11l-:.jh'.sVrojh9t pdrsonnel aC09*11 -stwWas d6mpuh5afion, benefits, c -tpany :tratistars, prorit -.144ff5, -an -spongored #aln1n9,.:hd callon. tilltiat�:asststar3l;e�:sal✓rai ted T 0 ram, ' 'All -�idhji[Vst6red - ar"tj0haj­pf0g*; S, -.w be WithoLit're 8Lrd io race., color.,' sbx,. dNablfity, rational age, dry ath6f -pratooWd group statusai� d6fin04 by cove red. veterans.--stotus:o r - Overall' -rin#66sibility.. f& Ifie, implemeritatign Of this .-pcii!Oy is. delegated Jo Ms. Slea X. Hu,brOseq, m to c L) tU 0 4-J in w -0 E Uj) CO 14 > Qj c Y.. u E 1V .0 CL LrVy Ya Cl- U� 50-- .V- 0 bz u CU 14 Ll-, M to Zo tA4-1 C o N 'z E W cl� 4j C CL CL LA .5-4 vi0) 5Cly E fn ar < LU 0) 4-j W oj CL V�tt3 --Zd a -- CL E. V) esnaxaw Ln -C) to D cz C) e�wai r:frj >, 0 0) C� E ru LI) bi U $- tw -. M UJIV E v +., -0 CL ;40 0 o ul) 'a a 4-1 to C m Qj 4-A 0) !-, -C m LJLJ Qj IA S..fu y_ y4-1 46 ED E Q 14- c qj 4 0 L - L6 at 0- W Ll `tea C) 4-f CL > till — 0 > m ui u -j I - - m • • .> .... - ::S ;,:. %:,:. ::. ;` . ;•I. �s� :: :: h++ tq:t T . :;:: :S' :C' r G:.. .•> ;z`: ::y_ ".,.'. :w..yi +� �j, r� it _ Z..:: • .....:.:.:....... _ [i: - . a�.::.:.::..:.:::::..:»:....•.,..,......:;..:;:..::.:...:::•.•:...,....:...%,."-,. •:::.; :: �!%"d ::.i70 i:::;: L :R3i..V.. .., .di. •::+,+•: do �•.a+;. IN :t.:. :; } :�" - ::33 is �:•.. e .. r [6 xa:: =?. :;moi:' :.�, :::qx: .. i :.:::'• :'s:, �::: "•':;�: �.::: �:e::i':� acs:?. 4.�.. _ %C1'i :%'. '::: :-x-* ::G' t9 : •++::. :.�; :. �..: ::�>" :. ;;, . Ci :; :>: • rO= :::. ;:v: :•: F+::. ;'`— :..:., .,. :..::...........:..,::..:..........: , .:......:.::... := ..:.. ,...:.., ...: •,:: ....;:;_::;::;:;::,:•::::::::::::--::••:::::: :-:::•:::: -.moi••.-1 :tti: ::.::::'i3ti...-ttf;::: s..•:::::::, .::::::::::;., V:­:.•; .• :.. r ::tb: t. :;:.. x : : w7..... ': ';:": ;:: i J� ID ,-�:.: :.: �: �;` . :�': :L,;;, �. ,yy55;��;;; L. i11'. bd: :.O i:, I ,.: :i i'.�'.: • ::i :�: 'TS :i ::.. I +:'i: e ':. .:•• �• 4. : •:' C ;}Y •.}+. ':� :� . - 'yyhhr :[¢ : A Q} }�yi' . •:tea _ :tn• :a .: .:• vr• 2 .:::::;,:s ::: •:!: ., ,1�s:• -M: �'. ::?�:: R ,, �. • ; /�� �. a.,/!� :: '.. :''• :'\.: ':. ,�,. �: .{: •k :. y� �y!•� •'1;. „l �yy�:�� :: :• >(>, W: •ti,C::•: jj::y.� : �'. :•:Yut.: may;"...., ., �.;.�� .. � ....... .,.: . :;. ., .. ..,..: • ..,.•. alt.::: ••: u.:....... ..:.::.::::: :-::•-.:: •:-: •..•: :.::.::::�':...::.. •. :..�..: T6' :::':` :ta;: _ ..... :,.... :i t t:: .}; :: ...dQ: 1� H-': ti ,...: , :: GS':, ::Q': :�':: ::�•: ;. �.. .. ::=.: ;. i': :;: :1L1':. PIIS,. ,��• :::r••: :: H:• .:'.'S'?... _ :' i -'d •':: :. U. a+: �: Q7.i :xik:;: ': ;•; c: :.,.:.:;:.::,-:....,.:::::::�n •'::Qf': '. ;:::Tn - :. ►-•:: :a=a.i317 i:C� ;y; , :• ::•� :- ......... -.,, ....., ..: • r::::: •::`^:6} :.'::::i:`: ;:moi.ba alF: cit:;:.. i- ?; tq.:;. _ :.-:;_%ei , .,. ..-• : ; ii i:19r. :::::::i ., i •`�'`:: ::ami:?,:::::: Q:::. ?:- {.,.. a3.:• ,::[57....;:::':;:.;fl1c}Y•'`'_:iz- : t4: :..:;Q:•:•:,:i:.t•i:: ::L •• .._:::r•-r.........'::•:-Q-..••...•..:,,�...1.:::•:• .:+�-'+._...'[}.it:.:.::..,LLit,.:.,:::••.••....: ••�•::."'i•:r::= iscs:;:;'?;t •'•':Jr�i;��:::�,Ci yy, :, +y :°pi:; — :.Gi :iC : 2E; 'FF.t: ;:•:. ::'::. :.� ' •rte :.; :�A':•: � . ` ui ::�: :6.x:. : as .. 6 .::. :.............. . ..:..:. ::.:.:.:::: ,.. M lu :...:> v:.....:>:; ..:•...:� :ick:::' :::: ' ...4 •..::.::ro....:.. i3;::::: .:? ,�kf:s :,.,,.::: :::: : a ::�: ::: — :'::: 1 .:.:i. 2.�:� .:: :�... •. ,�::.I,;'W... .lL:; �...... ..W:.'..:"•..'% ," :.:>--':7 �,.::.•::PS .W.�.:• 'i-':\�::::.:. '::.�:'. .,. ;;, :. , '.'.'..- . .. .....::::.. ... :::,.. .., � �...... :: :::,:':;.: mss::: ::::.:::.:.-.:.; .. :.:,� �... ::: , :::• ::.: . va.;:>tr1::. ..:;::::;° :;moi`:::= : y.::s�:::::.:c:. ,:O :�:: �1'::. ' :-::::=?T::::::.::::::-.:: :+.:::::::;:::::::s::;::..:..:4::=._t.;. :::i:; �::' ,:: :•�:: ;: :':: :;. d:: Q.::::.... ':.:::::;::.. :. . ::•. ::ilt:^ G�a >: •::•. • lam,...,:... -,. :;:i:..;::...:; ;, r':;,`.ii: . ++ `:C►: ... m :•::. '::- ,06::.::::i, �.,:,;r;;:::•�.;':':::;• i'7a •t. ::1 .i..a '.1 1:: w :::`. ;.. :::: :'',.... ..[B::•:. •:::.:;:-..�y::;•: ', r-p"'i:• .% :rte,...:. i...:.......:.:.y MM-- ---` ,�•� : -r�yyhe� , Lir4:! ;y�._.:r1•_•.til±..` •... . ... »......_ .. :w•z.:.. _ .. ...:Sri', t'w•: _�_::c."�K.:i::Na •..._ .__ 171':::FI7i:::. ._. Xi^-YL•' :.}S:� %%:: •::.... C) r -I N -n -Ir Lf) I'D r, co Ch C) 4 W r1l -4 'A -q --4 14 11 1" tit W 0 b LL tj 0 LL W LU CL UO Ln Ln r4 r%f 0) tJ LI 7. tn LLI w LLJ LL, VIicr CLC) Q. LA V'j LW z U- U U - 0 dt 0 Lp z LIJLj 0 Lu z W. z - tij 01 in cc Q., uj n 2 < uj jr z cc < CL 1� 1; CL :E Z 0 0 u u LJ1T cn) 0 0- Lu cc: Z 73 0 D M 00 0 C) W 0 b LL tj 0 LL W LU CL UO Ln Ln r4 r%f 0) a 1� 4- V) 0 >1 L6 > D d) �61> qj LA rJ Lry ai -0 >- ru 4-) zs C 41 > W LL. JZ (D ZA CL V� 0 C) a Q 4� ru 40 CA M E 4-� CSU y 0 -3 is CU El. LUii 0.►0- V) r -k >, u in 0 ry 1011 3� 'A -Q CA w , w CI) 4-J E ul �n« scu 4, E cj E 0 qj ro 4D �r 0- r� yr itsLu Lx 70 4-3 4.1 UL, > Z3 w< w o 4 m u 4. tu C - X a E " .- > >- rz 0 m 0 .- C: ?� R: 2 :;;, -- 4� F- . 21 -- 't T m t; E w 0 LA tA - o 0 OJ uj L LU 0 0 D 'eA ca ,r3 MA ru LZ 0 Z5 rA C: LU 0- qr 'vi 4-1 4-1 C- o ui 0 CL 4- Z:341T :F ca V G.4 , r -a '51 -OW tu c -n D LU D f4wo, L.A-w D rMal Ul t� 42' � U D evo .- 4� C► O to u, �� to 4t- tCt n bq ra L CC Q ciE4 t t- to 'V A 'L3 OQ 41 fo M I —Cl CL p Q60 �' rn a) a) J- � v{�1 �7 � W > �lj ry CL0Q .> L >, z W 0 0 Ol Ln LQL V C OD o Q! � -- �y� LL r E 0Ln x' � Z3 R3 v 5 m x = L {[S to C6aj Q3 tn CL r- 4 _o > --„ V$ LA Q � ?• a M a D U Ln N C a. -J 4' ._ m "0 O DJ O CL tll 0 4-1 0 C. a) E OJ !E CL CL C, 0 0 0 0 CL LU CL 2 0 w C6 Ln t CL L to C3. 4� 0 'R L. tn LOR -Lo- ca vwO 41 tn > cu viO E C, 0 ea ca fl E =3, aj 2 W " x E <u E I E IV aiE ti ai kh U tn C d) L. D Z CU U Q EJ < KS U 0 ib V 49 tm d) E Ul Ln E LQ fro 4- 0 - Ln EL LW diW .0 30 ai 40 (U CL > O in CL co ro tA 41 m Lk :5 � 41 cn 41 re 4- E 41 m 4) p F- E ra ull 0 C) to > C) cu tic ED Qj co M eCn O :3 m di Eru >- w W m 41 cn 19 kt� Ln a m LA 0 7 0 4-1 41 C Cl Ln ca 1. ra Q6 CL 0 Ul m 0 CL < DJ O CL tll 0 4-1 0 C. a) E OJ !E CL CL C, 0 0 0 0 CL LU CL 2 0 w C6 Ln t CL L to C3. 4� 0 'R L. tn LOR -Lo- ca vwO 41 tn > cu viO E C, 0 ea ca fl E =3, aj 2 W " x E <u E I E IV aiE ti ai kh U tn C d) L. D Z CU U Q EJ < KS U 0 ib O tv 40- 4 a) cc 0 Q ILA 'm 3; m Q -Q 9b cu C:5- 4A 0 4' 4.1 al 0 a k—f r-4 M E kA tq to CL cn CL > .0 4' c ij 49 n Ln in 4� m F $- z ty w a CL -C >- U CL c 41 ro C =3 LA m > Z- tw I— CLu to C a CL Lu E t5 0 -j OL 0 Li w r_- R CL E U) >� F- C 4-4 0 CL E 0 CL 0 u -rfi" O tv 40- 4 a) cc 0 Q ILA 'm 3; m Q -Q 9b cu C:5- 4A 0 4' 4.1 al 0 a k—f r-4 tN C-1 V) to (U I IX CL CL ul 4n C =1 0 t P, LA aj r4 m E 0 ,V ju KU -0 tn ro 0 0. w 41 6. 6. o CL Q3 m CL E 0 u 0 cu cu to s- 0 O +-+ di -Q 4n vpLani i!L E > ro LF) cn 6. L; < u Lf) m th > 41 41 ;ECC CL 41 V > G Cr w 0 0 C7 -C3 u 10 13>1 m fu r-3 tn 41 =5 =3 fu z CL Ln 3 51 C, m IN e%e di tia 6) "D En uj ca U.J iv U n 41 CL EAr > cr 4� Tj 4�u m u R *1 LW :;s W m M di ;;3 di 0) F- Z rC E by 0vi — J_- M 4.4 U U 0 ru w ra 2. L; vi -0 CL 10 V) 0 ui c a) lt� Ln >1 a) ii 2 DO > C :3 0 41 Ln CL m 42 ED CL ro 4a) ro WE E U fA W m C: V� 4-- E NRJ CL L. 0 41 ru > 0 aj w > bO m CL to C 41 %- > a 0 ri to C luCL -0 of tw m %n c w in m 0 w ru r rl; 0i E co c: -0 $- ai bb c Ld 4- w OD 4-1 F w (ei U 41 r- 4� tic (n X rz� M [a. 4- Ln Q7 E 0 4� (A Qj Qj m -EQ CL > L- Ln 41 �t 0 M 41 ru => Ln , 41 tA ki 40 N1 Q d7 4� 4- .6.1 41 E0 LI) w (U ?AD 4u a cuCS w ro 41 C R 41 4i X01 ru t6 t r sm, 10 O W > ru CL :3 4.P fo ;3 > :7- Ob vi 7 %oj CIE `o -Q 7f t4 G bb LU IV t ID ci C 40 CL C - c V� kD w z Q E 0 CL Q) Lo e- bb Ig (A J= 12 m 0 75 u ;:- 2 -L E5 Ale 0 'CIL 2 &- "0 OL 'R 'G (Ij 4- CL JOP46 E di w Q m =5 :3 C) ED w 1,3 Lu w 1. 0 GS < w Q) co -0-0 < m u 0 = E w & Y O ro tN C-1 V) to (U I IX CL CL ul 4n C =1 0 t P, LA aj r4 m E 0 ,V ju KU -0 tn ro 0 0. w 41 6. 6. o CL Q3 m CL E 0 u 0 cu cu to s- 0 O +-+ di -Q 4n vpLani i!L E > ro LF) cn 6. L; < u Lf) vi O 7E tib ra tia tlD C: LM bb Qlw 5 4-J -C WD E 0 E m r—I F th p t 2- E C m Gn ai E r m 4-; 0 41 aan m ru VI E E Gi >w D L? fu 0- >- cu 4- > C: V3 C: M CL o u n- m w w 4w I- W m L—w 0 = E 0 -L C: 0 CL ai 4-1 U W 0 0 GJ m u 4- tn 0 ru CL ELj 0- c CL .j t 0 0 4- w L- > m 0 m > eve L.0- m a " Q. 40 EL c ro w Ln Lh 4-J 4-P 0 LM 0) CA m Er- 70 t- 0 U wE a) E u ru di UG VI LA 6D c o u ru 4-J w lW- 0 LA m 0 0 0 0 V; ru m , -0 LA L— 'iP r_ 5 E m LS 0 0 E t 47 E 07 mro cr ;;s CL 4-J m -b; 4D CL M 0 -C u ai 4-J 0- bO 4, F 4- LA M ro- a c6 0 4 -- u En 0ti who ne L V, 4-J u (LI 4-1 > 0 T In C— (A LZ E "m L- M cu0 > L- CU 'd tn di m 0 cu w --- C t* qu r_ r 40- ca in tw -, U w u O 0 0 C � %-w a) CA r- 4-� 'r - :o u f0 �idi (D vi CL ' CL w tL L) m F;- CD E (ICo J F m CA fu 0 M CL m E E Zu N E LO, 0 a fo MD >, u CA Ca ,.q r_ N CL CL -0 DO cw F 0 ro N M mo M 0 w CL >- E E tw r- ra m u +1 4-J co 0 0 +r U, E ru 4- 0 4-j E E 0 cu c a r- L) U VI W EIW B 2 tj (U 4-P -u > S- C) CL E 0 4 D U 0. w Q) C: ai o o n - m CL M M rG m0 0 t 0 +1 wl to +� -0 CL 0 cu m co 0- CL 0 > CL vi O 7E tib ra tia tlD C: LM bb Qlw 5 4-J -C WD E 0 E m r—I tj + O 0 .0 in 76 4n 451 E f�i 01 CL MO UO E m 0 u 40 m c m W W tv .w >. 0 CL aj il > q) 41 CL 0 E , CL :I r- E 041 E LT 0 M 4� Ln 1 I4 IU' Lh 4-1 E 0 E E 4.1 E M, rl; UO ru cu 41 C -2 6 Z J_- o — -0 bn 'm 0 a cr� C u r- CL E 0 ru ro 0 0 L C — — -C +� 41 m -0 F eo to -0 CL u CL Qj E (v CL 44 0 c Q) CU > M P- 0 CL CD M -0 tow LU cu Qj CL E > W GJ tb ren0 ;-- -= ±2 41 vi m 4.1 c E c Q 4.1 r w E W a x M E cu fA W (b CL a; o kA oll tl5m W G AF Ln tom.. 41 In w ro VI C3. -0 a Ln ru aj CL UAW -4, m m V3 t; aE di t CL =5 I- =a 'D 0 4^ ca kw aj TS V) C: ro 0 CL .2 41 m E CLa ;pl IAw z, 8 4D L- QJ 0 4n co di w 0 ai 4V Ln 0 C %, L J-- m > E -Kf t; ;> m m �4- 0 Li- w aj � 0 - > 0 ro tm E 0 0 0 ii c n L 6 a - CL M 41 th > C, Ln 41 Ln NO V) to tAC) E P 0- a; bat L- > —0 c Q) ro r- tj a; CL -0 C%- a) qj 0 12 -r- a U ro cn 41 IM - L- L- In rr' 41 0 CL� E =J 0) �n CL m z 4up CCU 0 E, dw, ui aj 0 0 th U C ro -j 0 -C P- W p 4.1 M CL ra S- m Cg c-:)- ex iz 31 E. L9 2 L"❑ CL 0 cL E E '6 0— a L- 6 40 0 E2 4w z rD an o :D6 < 0m Q m to0 tj + O 0 .0 in 76 4n 451 E f�i 01 CL MO UO E m 0 u 40 m c m W W tv .w >. 0 CL aj il > q) 41 CL 0 E , CL :I r- E 041 E LT 0 CL di > W z a) 0 a; 41 CL 41 Jz fa CL 0 cu aj VI 4' m E fu E 41 4- 41 m m at tti E .N Qt Ql r-: 0�a7 th u r +.. mc CL O " 0 - m 8 I-- -0 +. 0 -se c L- 0 0 ro a0 0 r Z 4, w 4n ca IU 41 u an CL Vk CL CL 41 I) CL Ln %- > rD E w > 0 in G CL C) u > uow 4- 0 0 m a) 0 z -0 Q6 41 kn m !E *1 0 > m ra :u41 w E 0 E CL CL > w In ri; Ln L) qq L9 w MN ui ±2 4u v LI.- L) CA > m d) %A Ln > f? C; 'Aa) CU w CL 4.1 ru K—R w aj PL > txo L- CL ca or 12 E M 0 ru w V 0 z CL at _0 W% o E CL uj C Ln CL M 0 di 4-- a 3- 0 4., t) Q) EL Cl ±2 ULO 4- a 0 tj d,CU 0 CL z 0 CL E E 44 W kh 0 m CL 41-1 '7A & 0 g 0 (U lz 4- 0 vi V 4A u C I-- di co rL 4- Q1 r -L Qj tu 0 (4 V) 44 D w CL U w w w 0 M aj -0 CL D- &j w ra b 0 41 Ln U.O Q Z 0 - E CL CG 8 t t #j L$3 U mcr- MCA :3 0 aj EQ. 2 3- co CL T- > E e4 U Z� F EL -0 :3 0>� inc rD rev Q Q ba m 0 m W 40 rj cc r 0 ru , aj M 0 �; C ro w mCr +a �v Ma .0 di rL QT o E cL -Fa v t as E0 > OL in = 0 in tw 0 'r- 0 OJ w 0 dy GL W M l- Wns m Z, o Ln u D E z w 4., E L!-- 0 L- C W cu ru O= = —M U 0 LL +-� 0 Lu =3 G Lo- aj CL =3 -se to kA L4 f - OA 0 r., r:� t Qj m CL c 0 ujQj E-) E El 5 ch 0 0 a a E E a a M u 0 m 0 D o U u 0 u 0 M 0 CL ru ra 0- I-- Ln V -f Ln C) c 0 73 w 'CA kD r-1 Ln rq tt� t1F C> L 0 .D w w CK c � H a 4 r� ELI E i4 C �s 6 ) o +� 14 421 �} d! C N > 'tn .4m di Ln �- ru Ln .puj � O 41 Ln VI Qj OD 2 > OJ u G6 w a OJ CL O uli .Y 4- N U d rti ,� t} 4 - O G O ry „ ns Cc a CLn 4-1 qj LEI '� O ro s-' rC 3+Ln Gm 'C ? ' of w C m o O p :° Q— C w O F v a so a LM Q a07 41+3 L- O O } CL W 9f R F � C > O o w 8 Q uCL tn E Li p N C OJ E a L W L C a4 1 E a. +' C N a O 'Si4 41 [a �" rc OCUx X aa-+ % t6 6. 4- m y O4-0 O> N N a N �j t;cn m O 41 -m O iCv c N O t d C @ C O L4 Q Z1 c 8; T Af S 2 r_ is C } m 3 Oa IV = cr 0 CL LU w E N rl; U a m ,,_ E C3' Q!C 3 CL-� P 6 C ra a + O tu � Ci °? CE Q m41 L e a L) `� p7 u CN a `S CS 4o a� '�n .0 w N '� q a pXj vs O m +� U i-' -0 G a O 4 P o 0 kD r-1 Ln rq tt� t1F C> L 0 .D w w CK 09 40-1 ra � M 4-; a as r > 0 0 4-) > 4-J 4- 7- 4- 15 CE M — CL (D M > uj CL til i�6 Ll. aj ai E 9 Aft -2 0- E M 06 (U 4-J 'I-- 0 0 +, in O V, Sto q7 C LA ON. To Lm u L) o CL E '43 asx 46 m >- 41 O. CL Co 09 di #I 0 41 4� 41 LA > E to CL 4-1 ra 4-1 rA 'a c m r_ fu m V5 M Ma cn aj m Cr_ 4i d w In -C w <ArtsCL C: 0 fu Q u CL mo CLro ti %A 41 - cL bb M 0) 41 % to -0 41 al E 41 >bn 0 0 6. M V 3: qj tn ILI 4- 41 0 aj R in ;3CL 4�O Ln 0 m r5o asfa CL IA 4-; " 0 — lb E 1 4.1 IA 4. rr lu '2 w tLo 0 r -L 41 ca >1 zdi nA di cn 41 LLJ CJ Lif CA - 4� 4� o r.j 0 .& :I- di o U) CL W3 W CL 2E rip03 4a L- 0 =1 AB r= V3 4' -9 m E >- cu c int* 41 m 4n Gi 41 co 47 m E cc Qj ui 4-1 L. E ZZ M r_ 4- m m 0 :3 a 41 4D LA ID cu 4.1 w co cu ru 4D Li c E E tn LE aj 75 da hf wS 4' Qr ti 44 ra -D OA viC: .0 0 'a 4u > :3 d) I- Vi 41 M C > F m 43 In V, w w ai pD M Ln cu 12 11 iu b E CL qj E L- 0 kn 6.L 0 cx :3 C 6- Z u u m Lu L.:, Lj 4� ii p t6 CL aj 0 Ln E OJ 0 ro m ro CL 4.1 4� r ru 4.1 r > m In. 0 E E 'M C) - E E %A v 2 a) & m E E E 2 Li- z L'. co Q) o iE � 4-A m E -40- CL 0 E ru cu 0 a w 0 40- w U� $= E 4� 0 u V, a CA CA Ln w L - Ln CL E ro s."' CL to u txo m E > 0) m 0 41 w 0 0 43 C s= .0 ILI E aj �P 's 0 > ni 0 m E cr U cn CL M CL u 0 C CL m ro 0 0 E m 40- 0 w M 0 0 r- c to CL a m o (LI m CL a) a 0 m > u E CL 0 Qj to 4- ^00 0 E m m vs > CL s- 0 CL v C 0 0 44 V$ 44 LA Ln u u 41 CL (A V) LA CL 0 &-b r- w (A 0 :6 M 1- 0 0 CU 44 E czt tS7 0 0 > VF CL u> - 4- Z E ry E m 40- 2 c 0 0 > LL C4 ter (1) Li 0 Ln m m -0 '.P C: 4A 0 Ln :D E m ` 0 . ro M .— > E = (u -za o w w C >, > Ln m U +a u W o 0 2 u F E M LA L- +0 0 Lli 0 1 N CM L to E ruC: > 0 Ln a. ELot' E Q) m 0 CL 0 0 o 2 Qu E IOALAO L. Ln U. r- " LJL LA -1 vi w w ?� 0 R E E7 r- u 0 U r_ M LLS (U Lli M a. CA 0 4(5 Ln U 0 11) ?3 Aft0% i5 u LEI E E o Q 0 0 0 u E 0 Ln u M CL tv (U CL 0 OL V) m CL at v • .'2✓./ evil. :�. :ri�r 4 +pw.A'w-rte rn- `:•° �:...n.:: :!/.'.4 � ^i//wti�:W,%M'�J• 'y ri .: ,. " �. •....:� "' %Y li°~'ry��ivi •jY{.. `r::; is �fM1^`i,•`"1r„N'• :x:• it+tib �^,r;�,., �,� ..v .y� wr::t:In 4•,, `�,�.NFi�+'+1..� t'�\ :Mt'���•.� �,h}'C J 7.0 ii:�';,i: f•��,•;., :.i`%:~�:= i��: 'fir: �'• ::��:> f:{wr,•r'