HomeMy Public PortalAbout2019-70 Approving the purchase of structural firefighter turnout gear from Bennett Fire Products CompanyRESOLUTION NO. 2OI9.7O
A CAPITAL PROJECT AUTHORIZING RESOLUTION OF
THE VILLAGE COUNCIL OF THE VILLAGE OF KEY
BISCAYNE, FLORIDA, APPROVING THE PURCHASE OF
STRUCTURAL FIREFIGHTER TURNOUT GEAR ON AN
AS.NEEDED BASIS FROM BENNETT FIRE PRODUCTS
COMPANY' INC.; PROVIDING F,OR AUTHORIZATION;
DECLARING CERTAIN F'IRE RESCUE EQUIPMENT AS
SURPLUS PROPERTY; AUTHORIZING THE SALE OR
DISPOSITION OF SURPLUS PROPERTY; PROVIDING
FOR IMPLEMENTATION; AND PROVIDING F.OR AN
EFFECTIVE DATE.
WHEREAS, pursuant to Section 3.07(b) of the Village of Key Biscayne ("Village")
Charter, the Village Council desires to authorize the expenditure of Village funds for a capital
project consisting of the purchase of approximately forty-five (45) sets of structural firefighter
tumout gear (the "Equipment") on an as-needed basis to replace existing equipment that has reached
or will reach the end of their useful life within the next three (3) years; and
WHEREAS, the Village Fire Department anticipates the total cost of the project to be
approximately $1 3 1,000; and
WHEREAS, the Village may, pursuant to Section 2-86 of the Village Code of
Ordinances (the "Village Code"), enter into bids or contracts entered into by another
governmental authority, provided that the governmental authority has gone through a
competitive bidding procedure leading to the award of the bid or contract in question; and
WHEREAS, the type of purchases contemplated by the Village for the Equipment has
been competitively bid and awarded by Lake County, Florida, which has entered into an
agreement titled Lake County Bid # T7-0606 (the "Lake County Contract"), attached hereto as
Exhibit "A", with Bennett Fire Products Company, Inc. ("Bennett"); and
I
WHEREAS, in accordance with Section 2-86 of the Village Code, the Village Council
seeks to authorize the Village Manager to purchase the Equipment from Bennett consistent with
the terms and conditions of the Lake County Contract in an amount not to exceed budgeted
funds; and
WHEREAS, the Village Council declares the equipment listed on Exhibit'oB" attached
hereto (the "Surplus Property") as surplus property as they have become obsolete, have outlived
their usefulness, have become inadequate for the public pu{poses for which they were intended,
or are no longer needed for the public purposes in light of the purchases authorized by this
Resolution, and authorizes the Village Manager to sell or otherwise dispose of the Surplus
Property; and
WHERB'AS' the Village Council finds that this Resolution is in the best interest and
welfare of the residents of the Village.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF
THE VILLAGE OF KEY BISCAYNE, FLORIDA, AS f,'OLLOWS:
Section 1.Recitals. That each of the above stated recitals are hereby adopted,
confirmed and incorporated herein.
Section 2.Approval. That the Village Council approves the purchase of the
Equipment.
Section 3. Authorization. That the Village Council hereby authorizes the Village
Manager to purchase the Equipment from Bennett on an as-needed basis consistent with the
terms and conditions of the Lake County Contract in an amount not to exceed budgeted funds for
as long as the Lake County Contract remains effective.
2
Section 4. Declaration of Surplus Propertv. That the Surplus Property has become
obsolete, has outlived its usefulness, has become inadequate for the public purposes for which it
was intended, or is no longer needed for public purposes. Accordingly, the Village Council
declares the Surplus Property listed on Exhibit "8" attached hereto to be surplus personal
property of the Village.
Section 5. Authorizins Sale or Disposition of Surplus Propertv. That the Village
Manager is hereby authorized to sell or dispose of the Surplus Property by public auction or
other procedure determined by the Village Manager to be in the best interests of the Village. Any
surplus property items acquired by the Village pursuant to governmental grant programs shall
only be disposed of in accordance with procedures and criteria applicable to such grant
programs.
Section 6. Implementation. That the Village Council hereby authorizes the Village
Manager to execute any purchase order or required documentation for the purchases described in
this Resolution, subject to approval by the Village Attorney as to form and legality, and to take
any action which is reasonably necessary to implement the purpose of this Resolution.
Section 7. Effective Date. That this Resolution shall be effective immediately upon
adoption.
PASSED and ADOPTED this 19th day of November,20lg.
ATTEST MICHAEL W. DAVEY, MAYO
MEDIN
J
E CLERK
CMC
APPROVED AS TO FORM AND LEGAL SUFFICIENCY
VILLAGE ATTORNEY
4
Exhibit A
LAKE COUNTY
FLORIDA
OF
1. ModificationNo.:2
Effective Date: July 1,2019
2. Contract No.: 17-06068
Effective Date: July l,,2Dl7
3. Contractingofficer: AmyMunday
Telephone Number: (352) 343-9765
4. Issued By:
Procurement Services
Iake County Adminishation Building
315 W.Ivlain St., Suitozl4l
Tavares. Florida 3277 8:l 800
5. Contractor Name and Address:
Bennett Fire Products Company, Inc.
P.O. Box 2458
Woodstock, GA 30188
Ath: Danny Bennett, President
6, SPECIAL INSTRUCTIONS: Contractor is requircd to
certifled
acceptance
copy
Block I showing of the below wrirten
attach to
modificatiou and
Retain amail to snsure a system
7 . DESCFJPTION OF MODIFICATION: Contract modification to extend for one (l ) year, expiring June 30,
2020.Updated Pricing Forms are also incorporated in.this contract modification; please see attached.
7ol
8,a'lert
IL
8enrcff
8. Contractor'sSipature
Nu*.,bAnn
Title: Pros,
Date: fs $'va,
9, lake
J
10. Disnibution:
Original - Bid No. 174606B.
Copies - Contractor
Contracting Officer
OFFlCli Ol' PROCI-IRltlvllN'l Sl:RVl('f S
p,o. 80x 7rJ00. 315 w. MAIN sT.. 'rAVARES. FL 3277r{ . p l-r1.343.ett3r). F J.r3.J.ll.947J
B0{tnl of Counly Qtmnisshtnen . t*w-ldh.!.iot tttl!-ll.R.\'
ll^ronlY t. Suttlv,lN
Di<rrltt I
t[lN g. fARKS. .rr(t.0rl
Divrlil 1
\{tf,rDY tt. sRttlrt N
lristriet j It.5t tI c.rsrPloNl
Iti.th'irt +
1()5il $l^fit
Dltulrt I
ATTACHMEM 2 - PRICING T'ORM
Cuntnt brands in use by the Firo Roscue Division includo tlre lbllowing. Itlease completc hc ftrllowing
infonnation for those brartds supported by your firm, Enter'!es" or "no" lor stocking distribdor. If yorr
rrprcscnt othermnnuthcturers forsirnilsr liro-rcloted cquipruont, pnrts, orsupplics not listal, ptouse addthe
nranufhcturer and pricing infonnation in lho blrurk spaccs at crrl of pricing tnblc.
Exhibit A
ffi
3MCOMPANY
i;rid.t"itifltsc,ldBg 1,1*,:i;i
i+#DliliirtiiioP rl'f i,;i
ABLES}IO MB
ACTION
AIISTOCK
AIM
ruAX
AKRONBRASS
ALL AMERIqAN TIREI{O$E
ALLENSYSTTJMS
ALOCOLTTE
AMERBX
AMERICAI.J FIREWEAI(nnuJ tloaa.uwotll ID 1e5
AMERICANLAFRANCE
ANCUS
ANSTJLFOAMS
APPLHCROFT
B & B ENTERPRISES
BTOSYSIEMS
BLACKINTON BADCES
BOU]'QNCO
BUT,LARD
CAIJFORNIAMOUNTAIN
CAITNS &BRO:IT{ERAod [,atil9 n45A 30 9es
CAS:[PRODUCTS
Eenaall fire Pradvct*
Exhibit A
CODE 3
COI.LINA)(Eti
DAVIDflANK
DB SMITI{INDIANTANKS
DICKETOOL
DRAECER ENGINEIIREI)
$oLuiloNs
EDISON
EDWARDS AT.ID CIIOMWELL
EDWARDSMFG
EI"KTIAR.TBRASS
ETIEMERCENCY
TECHNOI.OCY
FEDEMLSICNALCORP
FIRE I,IOOKS I.JNLIMITED
FIREDEX
FIREPOWER
FIREQUP
FLAMETIGI{TDR
Bamell 6're Pr"du"ts
Exhibit A
I.OLDATANK
CEMTOR
CLASSMASTER WEI{I(
ohffiFdtot u by tAtA q1 .4e,
GLot/ECORP
CORi,IAN RUPP PUMPS
TIALEFIREPUMT'S
}I,ANNAYREEL$
HARRINGTON
I'IA,IARD CPNTROI.
}IIlBERT
HOLMATRO
T.TONITWNLLPRO
HUMAT
I{USKY
HYDRASI.IIELD
IMPERIALI.IOSE
IOWhAMERICAN
JANE$VILI.E
JUSTRJTH
,vMFC
KAPPIER
KPNDALL PI{ODT.}CTS
KOCHEK
KOEIILER IVII'Q CO
KUSSMAUL
T"ACRO$SEBOOTS
IJTE LINI'RS /5 qe5
I.IONSUNTFORMS
Bannetl'fr're Pryl^,ttS
Exhibit A
MC
NATALE(CIRCLED)
NORTI.T AMERICAN NRF HOSE
NOVA
NUPLA
PACIFICREF:I,EX
PARATICH
PAKTNER
PAULCONWAYSHII]LDS
IIELICAN
PEfZI,
PCI
-VL I tofu t0 4 e-5
PIERCE
PICEONMOI.IM}TTN
INDUSTRMS
PLANO
R&B FANHCA'TORS
n (t0 n0
RAWFIIDE FIRTTIOSE
REDITJAD BRASS
REFLDXITTJ
Benaatl fi're fr"d'tctl
Exhibit A
RICEI{YDRO CO
scrrAs
SCOTTAVIATION
sEculuTEx
SENSilTLEMOUNTS
SERVI.,ISBOOTS
SHELBYWOLVERINB t0 qet
Sl.lAl/l'lTE
SNORKEL
SOUTII PARK
SIONAL VETITCLF PRODUCfS
ct.AssoNE(SPAN
INS:IRUMEMS)
SPIJMIITUR
$TNRLNOROPH
SUPERVAC
TNTTOOT"S
TASKFORCE'IIPS
TltoRocooDtsoors
STJPERIOIT PNEUMATIC
'l'ASKtvtAsTEtl
TEAMEQUIPMENT
THLELITE
TEMPESTTANS
TOMAR
TOPPS
TI.'R'ILE T'LASTICS
UNDEITWAI.EIIKINSIICS
UNTTY LIGII'TS
VANNER
BenauH 6're Prddrrts
Exhibit A
VERIDTAN
VERTX
VETruR
WATEROUS
WELDON
WTII'LEN BNGINEERING
WILLBURT
wlNCOOENERATOR$
wINDSOt"
WIUTAMSFOAM
WORDEN
ZEPI.IYR
ZIMATTC
&tobt-bynLfi Fop*rreor sl
:,!ij,l2'lpJi# j cqit.t';;l:"i'; il;i$f !i;:j:+la i rrlilir{.:r-+ I li!r;i-f i'5:f tt, $]i i',r.--$Etw,
qe3
&lolre h lllj,A Ctirnil qJ"no
Blaak bi ampnl _f qes
E$5 t0 aa$
Firec"of t t0 uet
fef. Htols &qet
Haaetw*ll HpoJs t0 14e',
iltni,1arcll &lova|It)n0
hirnstvtsA Helnets 30 rlds
LairnSllriA Frp^t */o n0
h,r*1fr54 part.s /0 qe'5
Bennelt fi're ftod"&S
Exhibit A
LA KE COUNTY
rl,or(ll)A
MODI FICATION OF CONTRACT
lrlS(i;\1.&r\l)itllNlSlR.,\IlVl:Sl'RVl(tls l)lVlSlON{)FPltO('tlltl:illljN'l Sll{Vl('l:S
l'.O ll(-)X78{)l}..ll5W lylAlNSl..'lr\VAlll S. l;1.j277ll .l'152..14 lel("}e.l trl.i-l.lv.l7.i
lkwr<l of ('ottttl' ('tilnilri.\ittnE r . r' \ \\'. lul'{ o ililtl.t ll Ktt'
L Modilication No.: I
Effective Date: July l, 2018
2. ContractNo.; l7-06068
Etlective Date: June l, 2017
3. Contracting Officer: Donna Villinis, CPPB
Telephone Number: (352) 343-9765
5. Contractor Name and Address:
Berrnett [iire Products Company, lnc.
PO Box 2458
Woodstock, Ceorgia 301 88
Attn: Danny Bennett * President
4. Issued By:
Procurement Services
Lake County Administration Building
315 W. Main St., Suite 441
Tavares. Florida 327 7 8-7 800
6,SPECIAL INSTRUCTIONS: Contractor is required to sign Block 8 slrowing acceptance of tlre below written
modification and retum thls forr! to addfess shown in Block 4 within ten (10) days after receipt. pretbrably by certified
mail to ensure a system of positive receipts. Retain a photocopy of the signed copy of this modification and attach to
original of contract, which was previously provided.
7. DESCRIPTION OF MODIFICATION;
Contracl modification to extend for one ( I ) year expiring June 30, 20 I 9.
8. Contractor'sSignature
Name:
Title:
Date:
P fe-tt 'Jent
febrtrrut L,LotB
I ,
9. Lake County, Flo
By
Date
10. Distribution:
Original - Bid No. l7-06068
Copies - Contractor
Contracting Officer
It\rtlilt! I \1!l lll.\i\
l)istri(t I
\1.\N ,\t ll\lll\. t,r | 1,rf
l)itlritt !
t\ I \l)\ tr llil ( l)l l\
l)itt'i.t'l
I I \l ll { r\lll(tNl
l)iitt i, t t
l()\ll t| lIl
lri\tirt;
Exhibit A
[-,4 [( F CO ItJ iN T V
tl()t{tl),\
CoNTRACT NO. 17-06068
Fire Equipment Parts - Supplies - Service
LAIE COqryTY, FLORIDA, a politicalsubdivision of thestateof Florida, itrssuccessorsand assignsthrough
its Board of County Commissioners (hereinafter "County") does hereby accept, with noted modifications, if
any, the bid of Bennet Fire Products (hereinafter "Contractor") to supply fire equipment parts, supplies, and
services to the County pursuan_t to County Bid number 17-0606 (hereinafter uBid'), addenda nos. 1 and2,
opening date 1211312016 and Contractor's Bid response thereto with all County Bid provisions governing.
A.copy of the Contraclor's signed Bid is attached hereto and incorporated herein, thus making it a part of
this Contract except that any items not awarded have been struck through.
No financial obligation under this contract shall accrue against the County until a specific purchase
transaction is completed pursuant to the terms and conditions of this contracf.
Contractor shall submit the documents hereinafter listed prior to commencement of this Contract: lnsurance
Certificate - an acceptable insurance certificate (in accordance with Section 1.8 of Bid) must be received
and approved by County Risk Management prior to any purchase transactions against the contract.
The County's Procurement Services Manager shall be the sole judge as to the fact of the fulfillment of this
Contract, and upon any breach thereof, shall, at his or her optioh, dbclare this contract terminated, and for
any loss or damage by reason of such breach, whether this Contract is terminated or not, said Contractor
and their surety for any required bond shall be liable.
This Contract is effective from.July 1,2017 through June 30, 2018 except the Gounty reserves the right to
terminate this Contract immediately for cause and/or lack of funds and with thirty (30i day wriften notice for
the convenience of the Cg_unt_y. This Contract provides forfour (4) one year renewals at Lake Coung's sole
option at the terms noted in the Bid.
Any and all modifications to this Contract must be in writing signed by the County's Procurement Services
Manager.
LAKE COUNry, FLORIDA
ng
Date:7-tt-z o L1
Distribution: Original-BidFile
Copy-Contractor
Copy-Department
By:
"Earning Community Confidence Through Excellence in Seruice'
Office of Procurement Servlcos 315 W. Maln, $ulte 441 P.O. Box 7800
Tavares, Florida 32778:1800 Ph (352)343-9839 Fax(352) 349-9479
fIE Nurnher:
Eid Iluellrle:
Bld Ilun I'lmc:
Exhibit A
LAKH COUNTY
FIONINA
InTflTATTON TO BrD (rTB)
F',IRE EQTITPMENT - PARTS - SUppttES - SERVTCE
l7-il6i16 Coutmcllng 0lllecrr D. Villinis
,,Dlqgpber
3:00 p,m.
13,2016 I're-Birl Cnaf. Dnts NatApplicable
ITB fruileDate:Oct+rbsr 24,2016
SEflTTtll{ l: ,$peoial Tsrms und Conditione
SECTl0hr 2: Statenrcnt uf Work
tiUl:l'l(JN 3: Cr,ucrsl'lerrns nnd Conditionr
SfiC'IION 4: I'r'icing/Certiiicationn/$i grraturc+
$ECTION 5: "{ttachmcnts
t
2
t4
i6
20
3"1
At the dnte rnd timn spccifiad rbovc, cil bidr thxt hnvs becn rcccivurl in r limdy finnncr wlll be
opened, rccorded, xnd acccpted for considcrutlon. The nnrner cf the hidtlur-.r suhmitting hids wlll h*
reatl gluutl auil recurded. Th{r bid$ rvill be available for inspection dur{ng normal busineua honrs in the
OiEce cf Procuremunt Sorvicus thirty (301 calcndar d4ys aftcr the ofllcialbid due date. When counkr-
rigned by nn nuthorizerl Cuunty repisentutivu, thi$ drrcur:rcnt ard any spccifically identified ottachrnents
nray fbrm the corrtract document binding the ptrlieu to all pwft:rman$$ sp$tifir:d hrlrein.
Vendors s}*ll complete and return thn cntircty of thir ITB Ducumcnt, and ilttit+h all uthet'
infrrrntrtinn requertcd in thic fTB do*urucnt (Scc Provisiun l,l3). F*ilut'+ to $lgn the bkl re$ponf,e,
or to ,ruhmlt the hid respoune hy the spccificd tlme and datr, mny br cm*c for njecliun of ihe bld.
Nt),R.ts$P()f{us RI]xtjx
If any vendor does not want to respond to this uoli$itatiirn r{ this timq or, wnuld likc tn }re removed fi'onr
l,ake Caunty's Ven&)r Lirt, plense nuirt- rfu; appropriatc $paco, c.nmplctc nemc bclorv and trturn this pnge
only,
tr Not intelested nt this time; keep our firnr trn l.ahc o*unt1''s Vcndors L,ist i'ar lirtulc soli€,itntiorrs tbr
thin product / service
t] Plcacc tctnnvc our tlnn finrn Lal,ie Counly's Vendot's List for tlris piutlucl / u;rvicc,
Vll,N ll0tt I III'INTIEICATION
tj &..Ir. rbonoNunhcr: ) 7u ffi' tt {} ttCorng*nXr Nlmc:
truntft{rre a a #. rtt t
I
Proporal nr:d/or Perfomranr:s Bond:
Indarnnifi uatiun/Ingrunncp:
Pru:Bid Lbnfrruftrc/Walk'l:1ru:
Ccrtificatq ut'
lo I'in
Nor le to tlri,r ITB
Nut*pltlicnble tn tld* llll
$erlion 1.8
trFmsil Addrqr:Cqutncl fertonr bana,y {3t t+arlf
Exhibit A
SECTIOI{ 4 _ PHCtrNG/ CERTI!'ICATIONS/ IiI(]NATURES ITB Numher: l7-0606
ffB TITLET FIRE EQIJIPMEIIT' - ITARTS * Sutsltl,llt$ - SERVICE
NOTF,S:
r 'When purchir*ing on n dilect ba.ris, Lske County is exctnpt frotn nll taxes (Fr,xlurat, State, Locnl)' A
Tirx lixcmpiiorr Certiticate will hu nrffished upon rcqucst fot sueh puruhasus, Ifcwcvcr, tht vtndor
will br rerponriblc for payment nf trxct on ull materirls purchuued lty the vcndor for
int+rporatlon into thr: proJect {see proviriun l'8 for fnrthsr dctflil}.
r The vendor shull nnt alter or ;rmend uny nf the intbrn:aliun (including but not lirnitr:d to .qtsted units
ofnteastrre.ilurrrdcscl;iption,orqtilntil-vJstatedinthel'ricing,$cction, lfarlyquunli{icssrcstntediu
the pricing scr:linn os i:eing '"esihlrlcd" quatrtities, ventlqrrx are advised lu reYi*,]rv thc "Estilnnted
Quairliliurr" ctause contained in $cction I of this sulicihlinn-
. Any hirl contairring n mndiflving or ils5gi1l61qp" clausc not specifitnlly allnu'ed lbr tltiler lhu
uoiieitttinn will go! be cunsidcred-
r lJnit pric* shall Eovcnl fhr oll setvic+s pticcd or that bnsis us requcrtcd under tlris sulioiltl.ion-
. All pricing4 shall hc FOB Desiinatirrn unl*ss othenvisp specificd in tlris solicitatit:n docrtmcnt"
' All priuing tnhmitted shall renuin valid lbr a g0 duy puriod. By aiguing antl subrtrltting a rcspousu tl
thir.srticit*iou. lirB vendur hat spccitre$lly ngrired lo this condition.
r Yentlofri lrr rdvisrd tu viuii nur wclrsitc nt httpl//wrvrt,hkcttrtni-vll.grrt and rcgistcr ns tl
putulial veltdor. Yrndurr (hat lmvc rrgful*ed onJine rccciv{ nn u-mdl noticc when lhe
County issues n rulicitatlan mntching tht tummtrrlily codcs scltctttl hy a vendnr durlng lht
registrrtion procsrs.
I lf the contr'nctor har questions regsrding thc applicability of Chapter 1l9r
Florida $tatuteso to the Gontrnclortt duty to pravirle public record$ relnting
to this contrnrt, contset the custrdian of pullit rstrrrd$ via the individurl
rlesignatert in provision 1,? of this solicitation.
ACKN OlV I,]]IIGEMENT OIi AI} NENDA
TNSTRUCTION$: Clumplr,:tr; Pafi I sr Fnrt I| whichevcr qpplies
il No Addendum $'ss rcccived in connectitm with thir IIB,
The biddur mu,qt list balow thu dfltsq nf inrue lbr eauh adrlcndutn rtcoived in cutncc{inn with this lT$i
l":lb
L.* | larduo* ,vrhtr 7l-
," 3!t
G \r$
Addendum lll,Dated:
Addcndnru #3, Datutk
Addendum /14, Dalcd:
Arldcrrdnnr #2, Daled; -&!g
2u
LAKE COIJNTY
Exhibit A
FLOR.tnA
OFFICE OF PROCUREMENT SERVICES
315 WE$T MAIN STREET, SUITE 441
PO BOX TBOO
TAVARES FL 32778.7S0U
PHONE:
FAX:
i352)
3521
343-9S39
343.9473
ADDENDUM NO. T
Nouember ?'7',?;At6
ITB 17-0608
f ire Eq u iprnent-Farts-Su pp I ies-Service
lt irthevendor's responsibillty to ensurBtheirrecdlptof alladdenda. and to clearly acknowledgealladdenda rafthin
th€lr initial bid or ptoposal response. Acknowledgem€nt may be confirmed either hy inclusion of a signed copy of
this adderrdum within the proposal r€sponse, or by cornpletion ahd return of the atldendum acknowledgement
$ectiol't of the solicitatisn, Failure to acknowledge each addendum may preveilt the bid or prcposal from being
considered for award,
Thl* addendum does not change the date for recelpt of'bids or proposals,
Questiorrs concernlng thls solicitation are due December 2, 2016, The purpose of this addendum is address an
inquiry rerelved,
A vendor asked abaut the re-procurement rosts menlloned in Sections l-lO, 1.11, and 3.27 sf the lTB, The County
resewes the right to rharge a vendsp s6.pt'ocurnn*nt costs when the original awardee dsfaults in the performance
of their contraet, and the County is lorced to obtain tha Eoods or services from another higher prlced vendor
throqeh re-procurement, This is standard language in the County'{ solicitations and is an option available to the
County to try and recoup some of the losses associated wlth re-procurem€nt,
The intent of this partlcular solicitation {lTB X.7-0606) ir to establish a pool of contracted vendors to cover the
Couirty's needs for varlous goods and services utilired by the Fublic Sofety and Fleet Managcrnent Depalttnents.
fte-procuremeni. Would not normally occur for thls type of solicitation because therp are usua lly multiple soutres
available to meet our needs.
Acknowledgement of receipt of Addendum:
Firm Name:*ft firt f ruJrrLt 6'Ittt Date:iuro*Lt; 3*z.^i &
Signature I i}^.*-o' t3.r---*-"-*Title: fre*tJent
ryped/Printed Name:I) 't "**Se n n tt*t
Exhibit A
LAKI COUNTY
F LO R I DA
OFFIGE OF PROCUREMENT SERVICES
315 WEST MAIN STREET, SUITE 441
PHONE: {352) 34$-9839
FAX: 362)343"3473
FO BOX7800
TAVARES FL32778.7800
ADDENDUM NO. I
flovernber 30, e015
rrB x7-0606
Fi re Equipment-Fa rts-suppl ies-Service
It is the vendqrrs respon$iblllly to ensure their recelpt of alladdenda, and to clearlyacknowledge alladdenda within
their initial bid or prqporalresponse. Acknowledgement may be conflrmed either bv incluslsn of a signed €opy of
this addendum rarithin the profogal respense, or by completion and return of the addendum ecknowledgement
sectlon of the sollcitation. Fallure to acknowledge each addendum may pr€vent the bid or propOsal from being
csnsidered for award-
This addendunt does p! change the date for receipt of bids or proposnls'
quesrlorl5, concerning thts sollcitation are due December 2,201fr, The purpose of thls addendUm ls to address the
following:
curfentt€rmandsupplyagreemefltsundertheprevlouslnvitationtoBld(lTBtrn2.0800lqxpircJune30,2017' llis
anticipated that the new term and supply agreefnants awarded under thls ITB #17.0606 shall be effective July 1,
2017, Vendors $hall submlt prlcedlscounts thatwlllbe deducted off current tist pricns for products atthetime of
pu rchase.
Acknowledeernent of receipt of Addendurn
Firm Narne:[Sertntt+ 6,e f r*.lor,-t! {, ,5*Date It:c' i , z:lt G
Er-''*-*tt fre s, ol ,'a t'Title:signature I
f3^nn Se rt a eifTypedlPrinted Namel
Exhibit A
SECTION 4 _ PRICINGi CERTT'ICATTONS/ SIGNATURII$flB Nrunlwr: 17.0606
I
FBICING SECTION - IMNERAL TNITORMATTON
fsubmit discoustn f,nd hourly ouviic rates ir Altu{:hment 2 'Tricing Fotlu"}
Warehourc lusuliun:
Addrcsri Staal4uo hrive Suitu tto
c:ity/Stilh/zip,, il U e J S foc( , &A J ot88
TclErhrrnr,{}ttxl *
Slary localicu:
770 - ggt - oSJ-$ &,Y -
cily/slbts/Eipl_
Tcl+ohonalFax:
webcile addrssr tbr prftra tirts/crt *log*: rar uN ' &eilrre' t'| fr'f Ef.!!4!4!:!s d1
Siandnrd Wdn"oty;rr,A 4n V ft*tUr.ef 'S tr.d ,v tJ t*l
LeilJ ti,rls:3o't'& d*dfte /- ret.e..{t *f arder
Minhnurn ordcr {if tny):t:tfr11,&
tTanr[iqg fuo if less than niiritntunrfil'ag'pltyffblsi:rtpn t
*;Doc$ youf fltm nffer pickup and deliv€ty of vehicle* aud crluipmont netding repair?
Yes_ Nu_. (harge for,dolivcry/piaLup: _
N A
I, Does yonr fum have towing oryubilities'l Yes *- No
-
a
'l'owing cholgan:^,lrq
).
4.
5.
6;
1,
?.
10,
tl,
rffill yorrr lirnr *c+*gf Vita t'urchaxing Carrlr or ll-Fnyable fornr ofpayn,cntf Yss ,.1 No
Vcndor s$ntscl for enrergeruy unrUrr dituslcr s€.fflce l4.horu n/? dayt prn w4ek;
Namc: D {4 tl4 $*,t tt+
Tulcplroue:718'5(t-af*o Collr }?e-4pJ- fl{to
12, Erccptiunsto,upecifications;
f Il vsr, lnrort.s rernrlte rhest l{trntdiat+lv fnlllwins tlfi Egs {lctrllina extcutioos.
?T
Exhibit A
SECTION 4 - PRICING/ CERTIF'ICATIONS/ SIGNATURES ITB Number: 17-0606
By Signing this Btd the Bidder Atterts and Certifies that:r It satisfies all legal requirements (as an entity) to do business with the County.r The undersigned vendor acknowledges that award ofa confiact 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 conhact(s) andlor 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 govemmental agency desiring to accept to utilize this contract shall bp responsible for its own
purchases and shall be liable only for materials or services ordered and received by it. B[Yes n No (Check one)
Certilication Regarding Felony Conviction
Has any officer, director, or an executive perfonging equivalent duties, ofthe bidding entity been convicted of a
felony during the past ten (10) years? [ Yes El No (Check one)
Certlflcation Regarding Acccptonce of County VISA-bascd Payment System ,
Vendor will accept payment through the County VISA- based payment system: ! yes EI No
Reciprocal Vendor Preference:
Vendors are advised the County has established, under Lake County Code, Chapter 2, Article VII, Sections 2-221
and2-222; a process under which a local vendorpreference program applied by another county may be applied in a
reciprocal manner within Lake County. The following ofthe Code:
l. Primary business location ofthe responding vendor
2. Does the responding vendor maintain a significant phytical location in Lake County at which employees are
losated and business is regularly transacted: I Yes EI No If "yes" is checked, provide suppoiting detail:
Conllict of fntercst Disclosure Certlflcatlon
Except as listed below, no employee, officer, or agent of the fum has any conflicts of interest, real or apparent, due
to ownership, other clients, conhacts, 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 if this action involves a federal funded
Gcneral Vendor Information and Bid Signature:
FirmName:
Street Address:
B e-rtne ll Fbe- PreJut.tS La,utrtaq, 6at;
J (5 Shtc.k utooJ l\rive . .\t ,
' t7a' ylo,ii,Jitoi"i eA k' t s s
Mailing Address (if different)lja )Ll hlorl,slxt* &A 3tt15 6
Telephone
FEIN No.
Signahue:
No,: ])r) 5'lt -0f )o Fax No.N/A E-mait: ha n n e ft fi}-e g a*./1 e
s8
=^
,1 t13s3).Prompt Payment Terms __1A --z/days, net J<-rI t----tt Date:
Title:
be; 3u Z{, I to
Print Name: l\a 'r ^
€ fi 4 e..t+Prz s id ent
Award of Contruct by the County: (Offtcisl Use OnIy)
By signature below, the Counfy confirms award to the above-identified vendor under the above identified
solicitation, A separate purchase order will be generated by the County to support the contract.
Signature of authorized County official:Date: .3" 2t-zAt1
Printed name:lbrr^lt dhr-,art !Title: {a-lrtture La n^iC- hFFttrt>
22
Exhibit A
SECTION 5 _ ATTA(]HMEIITS
THE FOLLOWING DOCUMENTS ARE ATTACTIED:
Athchmeut 1: Rcibrtncc Form
Attachmsnt 2l Friciug Fcrm
ITB Nurnber: l7-0fi06
LJ
Exhibit A
SECTION 5 _ ATTACHMEN'I'$ITB Nurnbcll 17-fif;06
Agel+y Srsw*r'aJ {t,o,tl-a frre firstv'tL
Addresr a3e;6 - g 5 bJ ,4J o-t- ";ft"( c"t
City,!utc,!,l}barr,& Be*th, FL 333rX
i:filtact P(rtlro t-tlr.ttght 5 {ltr*{ Vls ,tg L {,',r.gr'€.
Teloplt+tto - 3,t7*fr-)tLy5'l
llult(rl crf
limicc /'t1'l - f teSc*t
Tpc of
,Seruicc f'','r a f ilt fr a s f ,r,l e.c.huc t /o*h,'n"1 {r'rz lra*t
Cgrsr4eutsl
ATT'ACHMENT 1 - trI"EIIIII{ENCES
AgrrcY P rf{t t, t"y,t l-u E,'ne' 4e ,tc ,1 Se r V t Le. >
Adrlreg Jts 3b tl'td jo n,,*hi 6 u','n e-
City,Stotl,UtF Sdet**FL' 33:fst,.
(icnbot lcotn -S u sts"'l 4
' 8F6ter ..llthrr !-u6.li&
Trlcphonc t't3-is*-.1},t7
Ih$(*l of
Srrvicg J r;$ fi - prc -grrr'tI
l'ypr uf
Sorvjsc j-flltt€. siS AL>Pft,
Clhunntrct
Agur*y '&ra v.rr C { u*'n 4 h'r, r{r 9a.;c
Addrcxr Jya Ailstn ftaa
,J
€ity.Stltef,IP ft pa-kJe.l4 e Ft- 3Jcl55
CoDlBr.t PcfroD L atqtsll'a.>f{ttpnrl e ttpbcr f 5
Tblephonc 3J.t* 'l 3l * jtryE;-
Itrtle(3) ff
Sritir;s ,)r>l l' f rP:*€,.f
Typc nf
$rrrisc S'dr nl g 4 :t sI LeJ €-
Cotnmantr:
24
Exhibit A
SE(]TION 5 _ ATTACIIMII;\1'S ITE Numbcr: l7-{Jdt}6
ATTACHMENT 3 - PRICINC S'ORM
C.ugpnt brands in use by ttre Fire Rorr;uc Division include the following- Plcase camplste the fulhnvittg
infi.rrnratinfi fbr those blands srrppoflcd by yor.rr lirm, birler "ycs" ot"'tto" tbr stocking dixtrihutrrr. Tf you
repres$rt other manufacturcrs for si[rilar fire-n:latcd eqtiprtent; pa$s, or nrpplius flot listed, please rrdd
the manufsetuter and pricing infonn$tiun in the blanlc spns.es at e,nd uf pricing table.
co
EULLARD
MOUNTAIN
CAR}IS &BRO'I'LIIJR
e
Dircount
ilIf,Liii Frlos
t0
AI,I.EN.SYSTEMS
HOSEAIL
AMEREX
ANT]TI$
N
BRASS
ABLE SHO hIE
AIM
ACl.lT)N
AH
'tL
e5
.Stochlng
B &B ENTSRf
BIO SYSTIJhTS
30
UAS'I' III(CIDIJCTS
?s
8e nne ll F,rg ltrE,cl,'r,t- s
Exhibit A
SECTION 5 - ATTACHMENTS ITE Hunbr:r: 1?.0ti0fi
CODE3
TOOI,
CQLLTNS
COUNCIL TOOLS
DAlrLrJy & co
EDGE
FiD'ItriARDSANI}
DUO
FTREDEK
Flzui
26
8t*nt ll hre fr"d*'rts
Exhibit A
SECTION S _ ATTACHMENT$ITENrunber: l?-0606
d,
FOLI]
WEHR
PTJMPS
C$RP
c()Rm{N
HALE
4L
e5
HONI'YUHI,I. PRO
CONTROL
,l
REELS
llYpttA
nARRr.tl
HOT,MATRQ
IMTERIALTIO$I
JA}.IESYILLE
J
co
VtifFc
KAFPLER
KUSS&{.AIJL
/5
BOOTS
I,IONS TNIFOBMS
21
8t nn t ll fiie P''odu''t 5
Exhibit A
$ECTTON5 -ATTACHMENTS ITE Numbcr l7-060{;
MORNING PruDIJ
PACIFICBSIILTX
TARTNER
MAG
PRODUCTS
D)
Nf,RTH
Ni}VA
PET/TJ,
r'R{JTllXALL ta
It B
PLA}'IO
ta f1 t)
e,
REDHEADERAS$
ITF
28
knnell fl','s fr*dv,ts
Exhibit A
SEC'TION 5 _ A'J'TACHMENTS Il'ItNurnbon l7-0606
T'ARK
vlililcL$
lt)
FORCE TTPS
's
RIf,E }fY CO
AVTATION
$HFLBYWOLVERIAIIi
T
EqurPMEhrT
TELELITI]
trAI{$
TOTTPS
TU PLASTICS
a.,
?il
&t ndetl fiim fn*d.'t&j
Exhibit A
SECTTON 5 _ ATTACHMENTS ITE Nunrbcr; 174606
tr.'t'l'lilt
WATNROUS
1VELDON
w
WILLSURT
FOAM
w
wlh!DsoL
ZEPHYR
nc
outlF ER41!fii$ RoT r,t $Tst-!l
J-G tobe" Larr,qs
&lobe- FtsstuJe"tf
loba f ft15
e5
flo
na
e5
e9
e"l
eS
e>
3
/0
c
tt)
ft)
5ta,k t)'an uod
att ile,ol s
hlelt &tt:/e9
Hal,lnu
t 5
:)
Ho
'rt-Craf t
tlon
€s5
€s
e5toCn,rr,:,t15A Parf r
l0
[3e nnt# fi'r* Fr"J"&s
Exhibit A
Efufrs lffeline ,lIE
Lirnited Warranty for Glohe Lifeline Protective Glothing
Globe Lifeline, LLC warrants its protective clothing to he free fiom defects in materials and
workmanship for a period of three (3) years fiom the date of purchase ttthen properly used and
cared for. Our obligation under this warranly shall be limited lo the repair or replacement, without
charge, of any prcduct which is returned to Glohe at buyer's expense and is determined by us to
be defective in materials or workmanship, but is otherwise serviceable.
This warranty shall not be effeclive unless the products are used for the purpose for which they
were designed and are used by trained personnel following propBr ernergency medical. rescue or
recovery proc,edures and in accordance with the product's warnlng, use, inspection, mainlenance,
care, storage, and retirement instructions. Failure to properly care for the garment will lead to e
shortening af the serviceable life,
'serviceable'' refer$ to the general condltion of the garment which can be expected to provide at
least reasonable limited proteclion against the hazards from which the garment was designed to
protect. ''Seruiceable life'' is the period of time protective ctothing, which has been properly cared
for, can be expected to provide reasonable lirnited protection, ''Defect$ in Materials" refers to weak
areas or other flaws caused by irregularities in their rnanufacture, ''Defects in Workrnanship''
refers to improperly manufactured seams, stitching, or oiher construction methods,
This warranly does not cover wear and teat nol damage from fire, heat, chemical$, misuse,
accident or negligence.
THIS WARRAFITY IS EXPRESSLY IN LIEU AF ALL OTHER WARRANTIES, EXFRESS OR
IMFLIED, INCLUDING IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A
PARTICULAR PURPOSE- The remedy of repair or replacement for breach of th[s warranty shall
be the sole and exclusiue remedy and Globe LifeLine, LLC shall not under any circumstances be
llable for incidental or consequential damages,
4iog
3/ loudon ffoad, Fift-tfrcid IVI'/ t326'3
ri+: Sdtl-232-83JJ 60J-43$-d323
tl,{: fiiJ(J-442-6388 6fl1-4.T.rt-{i388
ttrtvr+. glnt! e fir*str its, cc m
ftrfir ftrufl4fiIsrffurtb' d fhls falmr ' flofe lfclirtc o lilofe firntffear " Iilolr Elltffr
Exhibit A
Elnhe fnntwear, IIE
Iimitel Wtnanty fsr Elsfrs fnntfisar FrsIafiiva fsstwffir
Globe Footwear, LLC waruant* its protective footwear to be free from defects in
materials and workmanship for a period of one {1} year from the date of purchase
when properly used and cared for. Our obtigation under this warranty shalt be
timited to the repair or replacement, without charge, of any product which is
reiurned to Globe at buyer's expense and is determined by us to be defective in
rnaterials or workmanship, but is otherwise serviceable.
This warranty shall not he effective unless the products are used for the purpose
for which they were designed and are used by trained personnel following proper
proceduteS and in accordance with the product's warning, tlse, inspeciion,
maintenance, cate, storage, and tetirement instructions. Fallure to.properly care
for the footwear will lead to a shortenirtg of the serticeahle life,
'Serviceahle" refer$ to the general condition of the footwear which can be
expected lo provide at least reasonable limited protection against the hazards
from which the footwear wa$ designed io protect. "Serviceable life" is the period
of time protective footwear, which has been properly cared for, can be expected
to provide reasonable limited protection. "Defects in Materials' refets to weak
areas or other flaws caused by irregularities in their manufacture. ''Defecls irt
Workmarrship' refers to improperly manufactured seams, stitching, or other
construclion meihods
This warranty does not couer wear afid tear nor damage from fire, heat,
chemicals, misuse, accident or negligence.
THIS WARRANTY IS EXPRESSLY IN LIEU OF ALL OTHER WARRANTIE$,
EXPRESS OR IMPLIED, INCLUDING IMPLIED WARRANTIE$ OF
MFRCHANTABILITY AND FTTNESS FOF A PARTICULAR PURPOSE. ThC
remedy of repair or replacemeni for breach of this waranty shall be the sole and
exclusive remedy and Globe Footwear, LLC shall not under any circumslances
be liable for incidental ot consequential damages.
frfutrfrnftlilar$tilltr s frdnf,alrus o ffutrnlifslfim s ftluta finlffun e ltlrlrnffflfffS
4/09
ffiffiffiffiffiffi
Lifetime Warranty
and Terrns of Sale
Exprers Warranty-Cairns products and/or com-
ponents furniEhed under this order carry a
Lifetime Warranty against material defects
and/or faulty workmanship, with the exception
of the helmet shell, which carrier + 5-year shell
replacement waruanty. Cairns/MSA shall be
released from all obligations under this warranty
in the event repairs or modifications are made by
person$ other than its own or authorized Eeruice
personnel or if the warranty clairn results from
abuse, misuse, or normal weat and tear of the
product. No agent, employee or representative of
Cairns/MSA may bind fairns/MSA to any affir-
r. Exrlusive Remedy--lt is expressly agreed that
the Purchaser's sole and exclusive remedy for
breach of the above warranty, for any tortious
conduct of Cairns/M5A, or for any other cause of
action, shall be the repair and/or replacement, at
Cairns/MSAr option, of any equipment or parts
thereof, that after cxamination by Cairnr/MsA
3. Exclurion of Consequential Damager-
Purchaser specifically underrtartds and egrees
that under no citcumstences will Ca[rns/M5A be
liable to Purchaserfor economic, specfal, indicen-
tal, or con$equential damages ot losses of any
kind whatso€ver! including but not limited to,
mation, representation or modification of the
warran\r concerning the goods sold under this
contract. Cairns/M5A makes no warranty con-
cerning components or accessories not manufac-
tured by Cairns/MSA, but will pass on to the
Purchaser all warranties of manufacturers of
ruch components.IHlr wnsrnJvry t5 tt{ llEU oF ALL
OIHFR t/UAfrsAAtIJFt EXPfrESs/ ,JtlPltED dR SIAIUIO-
Ft{ AfitD
'5
srErfflr rrrI,llIFD rO rHE rER/145 HFftEOF.'
rV{54 sprcrrrtALlv DtscLAIMs AtvY wAEFAIVTy oF
Mf't(HAMABtIlrY oR GF FTINESS FOR / PllFIlcUlAf
PuflPosF.
are proven to be defective. Replacement equip-
ment and/or parts will be provided at rto cost to
the Purcharer, F.O.B, Purchaserl named place of
deEtination. Failure of Cairng/MSA to successful-
ly repair any nonconforming product shall not
rause the remedy established hereby to fail of its
essential purpoEe,
losE of anticipated ptofits and any other loss
caused by reason of the nort-operation of the
goods. This exclusion is applirable to claims for
breach of warranty, tortious conduci or any athet
cause of action against Cairns/M5A.
Noier thi', Rr: +l irl [o.irln5':nll a
5:ncril dcsrrrF <rr dl lhts {ltul'Jrt5
3i{!rn, tthtlc r,t$t :trr.| Ff r f rrir4,r 4LC
LJorrlhtj:9i14 i1{5"T lnl, rrr.lFl lfi
rlrrL{lStancr:9 Shiill :hr ti,riliit(1\
be uscd F/ trntrri r.rI tr rrrtltrlli ii*l
ladlHdurl5 nfld nDl ullil [lre
ptojuct in!tr r,t,l i:'',\ inLludll{
,lrTfltElr'nlF LY rir riliD1', lrtr*ideil
iJtE bcEntho'(rtrEhlv rrirl.! r'.1
I rdtxto:d,llnljl',rrt) r.r rl,r:!i : i:e
{om:lct: anp Crtil;:.1 ,44?i0..
:nfcrmitl0n .q,,,*,'rirC 4l'^iij:lffi
fifrfilfiff**"' q{#
lD 1600-og-rvlc / lrn roo5
g lrljf, zf,a! nrlr.l.l ril lr.l-4.
c,rp{rd{E H€adquirt+r: Olfites and represenhrtives mrftlwidc
Ftf. tE,{ 'ilF,
rtlrbilrltll.la'lrJU [i!l l4r iIlllE' irilurf i[-ol':
?qr4t il? gii/ Jiluu
wHw.ilSilirE.Hli
U5,(USjolher t+trlrE c4rlrr
thFxr ! los itSA t]jr
r,rr r.!uu-qt?-olg8
M!A{nnndn
I'l'rlw 3u!.rd?.+5?i
ldr lcl+]tr-.|5'
HSA lrlnxlF
Pldr d \a.'il:l l: !lt+
fJr tlStil j9.l|]n
ilS* lftl{FtliH!l
Il:!.rH ilrr.qi7.li14
t* ,lE-lfrl.l45t Sarving
I0-Year Warranty and Terms of Sale
1. 'l heEffective D.rteofttrir ltrYearWarrantylor Cairnsu FireHelmetrit Janurry t,.Z0!5, All{airns FireHelrnets manufacturtd on or a{t+ri,rtutary 1.2015.
shall bc covered by the terrns lrlucd under this wdrr+nty, This warrantt 5uFer(edei il'ty Ftlntcd or cle{trorti{ lryatra!lties Ft(rvidcd vrith d cBirns Fire
Helrnct which war lnsrrttlaclutcd on or after Janilary l, l0l5-
2. All C^lirns Fire Helmets ntarluf.:clurcd trcfore lanuary l,liltl shnlt be covered by the terntr issued underthe previ$us WarEntI.
L E*Fre+rl#arranty-r9ine S*ieLyAp;rlianre:Comprny, LLC ([454] r#nrranti MSA{airns Fira llcltngtrmanufucturerj (tn$rJltcrJat:uory 1,2fl15,
to befrer frorn rlefccrs in materials an{/orfaully workman:hip for a peri$d nlten tt0lyears from the rlalu o[nta nufacture by MSA,lhi5 wftrr.r lltyrPptics
or qaggle.
4. RelearealOhligationr-MSA slrlll bcre!eased from irtlobllgatlons underthirw+ffanry in tlre a.tcntthat IEpdirs Drmqdilicatlonrilrc made by per:onr
otherthan its owfi 0r authorizcd service penonrl el ar lf thtrwarraftty claim rerrrlts fr+m accldcnt, alteration, rniiili4, trr .lbuse. M5A m*kes no wHrtinty
cuncertrlng rcplacemEnt r:ompefieats tl-a..onrthatwai nDlftirt 0f tlre orlginal arstmbly! ornort-certifled accessories. but willpars+rt to the PuEhnseI
altwarranties of maltu{acturcn of such componenls.This wrrianty is in lieu of all othertvirrnnrlcr, cxpress. implied 0r 5tattltflry. ind i3 tlrictlylimhed
to the terrn: hereof: MSA lpccifirally dirlnirns any warrunty of rnerchantability or ol{iltrcrs fora ptrtirular purpore.
5, Etrlurlvef,€rnady-ltirerllre*slyagrcedthatthef'urrltrltnrtsolcandexclusiveremedyforbr*-rchoftheatovewarranty,fnrtnytortious{onduct
sf [454" ur for any orhcr cause of actiorl, shall bc thc rcpair and/or repli(+mcnl..rt l!l5A'5 option, of dfty eqrliFnlcnt €r patt5 thereoF. thdt flfter
ex('tm!lt.ttioE bIMiAdre Ft+yett t0 hadcfcrtive, FeFlacEnlent €quiptnctttandi orparts rvillbr pto+ldnd Jt nfi (o5ttsth€ I'unfiasef, F,0.8. Oestindtion.
Freigtrt Prepaid. tu tlle PUrEhdict'i named dertinatlon, Frilurc of MSA to su(rrstFully rilpair any nonconforrning prodtrcr shall not caule the remtdy
establisherl hetetry to fail ofits esrrntial uurl)0ro.
6. fxtlurion o{Arre.rsorier-A6cl1rsorics are nct a pirr (r{ the co'tified produrt hut tortltl he nttnrhcd to the terti{ied product by I means not
cngirreerrd. manlfir{[rrred, nrnuthorized bythe nrdnlrlacrurer" l+l5ACairn: lhlrnet Ac(csrories rnadeavaitab!e fur putcltasc by l$54 are exclrrderl ilom
rfiisrlydrrilntt- M5A Cnirrr Hrlmet Accerr0rles inrludearr but nor lhnited to; front-pictp holderr, fron(-1llecos, front-piece bra<kets. ittl(l Bourkcs-
I. Erctucio?rol(onrcquenthtDxnrtrgEr .Purcha:erlpecllk*llyundcrstandsandagreesth.rtundcrnocircum:tail(eswillM-SAb'rliabletaFunhaser
f0r ccon orniq, sperial. in illtental, o r consequentia I d anlitg cs nr losses cf any hin rl wltt tlotvcr. includ ing but rrot llrnltert lo, loss of antitipaftd Pr{ tltg
;rnd any oth er lo$3 cfruied lly rcdson ofthe nan-operstion of the goads. Th is extlusiott is applicable to clainrs for breach ofwa tranty. tortioils csndu(I
ar any othtr <ause of artion againrt M5A, Tltlt wartanty is in lie* ql rllsthEr w!rrnntiEE, sxpr+tte+ lfirFtled, or rtalutory inrluding, Iut not
lirnit+d to, any implied walilrtty o{ rnerEhantability or fltnesr tor r particular purpcJe. lH ilddltlon, f,l5A oxpreuly dirclalrnr any liability
fiorettrnomir, tperi*1, incl(entrl, orconroquential drmager in nny wayronnectedutth the Ial*or uso oltrll5[ prsdu<tr. in(luding, but not
limited to, lusr ol lntltipamd profitr.
B. MSA reserve5 the right tu rr,'rrlew and update the rvilrrilnlt tertnr, as nccded, to complyvritlt apllir,rblc laws tr Standardr,
lB 36$D.72-MC /FEhrurry l0:5
'$5i
. lhE l!iEb ComginI
l0i0 ftfl l]eri ltt{ot lnhr
(rdill'Fry roffi I'iF Ftr r rri6
Frirr il{ Lr!.0!(1
ffi,lt{3'klfitr,$m
U,l,{flrt0Fr1rsMFt dhr
Finnr r rvi.hi\.]iil
lnr 'l-0Dll57.SgE
fi irEr.zor! lrlnrxilld Ul,l,
Mfr. f!nrd!
Pfar F!40.fi+llll
Far l.ntifl 4f'7 llig.l
ItSalllexlft
rm: { I DXI 5?1 illl
lar 5r{ 7t??ttrt
ll5* lnlErtr!lltrBl
lhorrc l.}l+?t{625
ldlfrue l sm tn rtr''
FrR /B /4t.lrl3 The Safaty torrr1r,ny
---lCcRff"
Exhibit A
CERTIFICATE OF LIABILITY INSURANCE
BENFI-1 OF ID:
CERTIFICATE HUM HUMBER.:
O 1088-2014 ACORD CORFORATIOH, All riqhts rreerved
Th6 ACORD namo end logo sre r€gltrtered markt of ACORD
onTE tdfi0L:ufffiY'l
I tt30r201 6
THI$ CERTIfICATE I$ ISSUEb AS A HATTEfi. OF INfOHIIIATION ONLY AND COflFERs NO EIGHTS
GEFflFKATE DOES HOT AFftHfttATlVEty OR NEcafivELY ArrEHo, EI{TE}I0 oR ALTER THE COVEftAGE AFFORDED EY THE FoLICIES
BEIOW, THIS CEFTIFICATE OF ITTISURAITCE DOES NOT COHSTITUTE A COIITRACT EETWEEiI THE IS$UING II{,SURERIS}, AUTHORIIED
UFOf,J THE CEFTIFICATE HOIOEF. THIS
REPRESEiITATIVE Ofi, FRODUCER, AITO THE CERTIFICATE HOLEER.
ADblTlOlttAl lN$UREtr, lh6 pollcytlsgl must he endnrted. lf $UERCGATION Is WAIVEO, sublact to
thetorms and +nndllisnr of the pollsyr qertaln pollclet mayT€quire aF endorcemelrt, Aslatemnnt onlhlt csrtlflcate does Fnl cont€r rlglt* totho
llltlF€RTAHT; lf ths cadmcate holder is an
csrtlllcale holdF.r in lieu ol ruch errdorsamenll-q].
INEURER E
FRtrbI.ICER
ltifluEEE ,22157
INSUftER fi
IN€URER O :
fSI, N'r, 2Sl-4
GO.r lnc
25t 4734000
Eeth Hill
.. rNsuRFi{sl *FlioRDNG.C_svE!4EE_.
INSUNFRA
Eennett Fire Products
PO Bdx 2d58
Woodfitock, GA 30108
'Arch lns.uranco Co.
;The Hartfolt Insurdnce Aioup
HIl'Vf BEEN ISSLIED TO THE INSURED NAMED AEOVE FdR THE POLICY PERIOT]
rHolcATEo. NOTWITH$TAJ.ItrING Al\rf RE0UIHEIIrIE{'IT, TERM oR collDlTloN OF ANY CoNrftArr oR orHER DOCUMENT WITH RESFECT TO l lHlCH lHlS
CEf,TIFICATE IUAY BE I$sIJED OR I,IAY PERTAIN- IHE II{$Ufl,O,NCE AFFORDED BY THE POLICIE5 DESCRIBED IIEREIN I$ SUEJECT TO AIL THE TERilI.s,
FXCLUSIOHS ANO CONIJITION$ OF SUCH FOLICI€S. LIIIIII S $HOVI$'I I.IAY HAVE EEEH RHDUI,'ED BY TAID DLAI*IS.
TITE F INEURAHCE LIMITS
THAT THE FOLICITS OF IN$URAHCE LISTEO
I
I
*
10655fi11
P:?Oi.VLlrj. - (:(rtrPt:)t ,r3i
1AT
i l[.Si l--.l.",,
03fl4/?016 o$fl4t?utr ,lbru Ftl
rt1x,
t.xP !!ldJ ldi rflll
GEHL .rctfiifj+tE Lt:vl:t J\:F; il-J pIF
rn/.r I o:1:utt€i,l;ECO[IMERClnL BEHEfl.4L LIAEILrIY
{jFr.l-F}i ,{i.:{=GnE
trtrEffttr.:. i ,\-lt :t-uiiY
PII IC\
+r.tEti:
uLAtr^.i.r.nr,r [-]!] r."ro
I awomoerLe luailrw I Il l*"r",,u I I
| "1,l.1,l'rr-.J i" l;:1C:'EELLES I II irJrtts : lair.Jir ! I
['Fli,*,"^nn* l.]:f;ii**-u i Ii-: l-_l i I
A
1,O00,000
0lIt4i ?0tBMFGL0!i5tX'l ',ltl
I
t
t
i;.ll.h I !H. I
nr'lfrll Y'UiUlv :r+r Jer6(nl0J/tiJz0r7
U(itlll / 4.1,J IAT I D'r u(d,+€rrl
lf
T_4l:1 r,tf C_Jirtt{iE
'\tEF:f*'ilE
UITBRELLA L{AB
EICESSI.ITE
t+iTl-hTh'll.l S;TI
1 Trfi'lil04 5 1 ?I01/2016 toq,9!!
1O0,d.00
500,000E i_. LrltE*.Ih - t'*_t(:t I +tl; I S
I! L. rejF Er:t:llll'l.fl
r )f:.
=
L. A|SE\5E-
AFff | :lt;l'r l+ | | Ilr5fi Rn{:P'EJEC L!-4E
ntO"=O*O*t*', t>:(:l i tiiin?
{ltl€Ntfll+ryh ilH}
s
LiliPr
tr:tr+
AIIID EiIFLOYER.$'
H I 4 tlwEczsBtTd
OEiCRtFTIeN DF uPERAnONB I LDltATfoHg I VEHIEL.ES IACOFS 101,'ld':llllonsl Rsfiirllr S<hrdL{+, firf Lr !tlffhed ilmerr ritco i! Eruirrdl
Lake Gouht\i ls ftamed as additional lnsured wilh respect tq Eenefal
tlahility, peF-tlle atiached form 00 OL059G 00 04 l0 if iequired bywrltt€fl
coniract
LAKEOO4
Lake County, a political euF-
dlvision of the State ol FL &
The Board cf Co. Commissionerur
P.O. Aox ?800
,Tovores, FL 327I8-7800
*TIOULD ANY OF TIIE AEOYE QESCfiIBED FdLICICE EE CAI{CELLEO gEFOEE
TilE EXPIRJITIOH qATE TI{EFE6F, HOTICE I/{ILL BE DELIVERED IlT
AECOFDAHCE IIdIIH THE FqLIEY FROUIEIO'I3.
AUTI{ORIZET' REPFFA€HI'A'I IVE(,&dee
ACQFD2s (201,t101I
EXHIBIT B
45 sets of Bunker gear to be replaced including all spare equipment needed 38 frontline and 7 spare
Gear will be replaced in a 3 year period to update all gear as per NFPA standards
All expired gear will be disposed of meeting all NFPA requirements
PAUTAUROS
HARING
osoRro
LANG
TRUJILLO
BLUM
ROSARIO
RAIRDEN
Vacant
HERRERA
CAITIPOS
BRANDT
BEAN
JOHNSON
ROMERO
FEENEY
COSLER
Vacant
COSTA
ABAD
MORRISON
HOTCHKISS
FRARY.JACKSON
DUNFEE
CANTO
CARTER
MARTI
BLANCO
Vacant
ALLEN
PEREZ
HINCAPIE
GONZALEZ
ROIG
DEVESA
CONNORS
DELGADO
LIVERSEDGE
5/7/20r1
11/7412079
5/t12071
7t/72t2079
8/t/2018
s/r/20t7
9/7t2074
rl7/20t5
5/7/20tr
5/7120t7
r/7/20t5
rl7/20L5
t7/t/2072
3/r/2015
5/7/20II
5/7/201L
8/t/2078
7/U2074
5/t/2077
7tt/2015
7t/7/20t2
7lL/2015
5/t/2071
7lL/2015
7/t/2075
5lt/207L
7/L/2075
8/112078
9/7/2017
5/7/20t7
Ur/20rs
3t7/20L5
t7lU2012
5tr/20tr
tUt/2072
3/r/20L5
5t7t20t7
5/7t2017
JACKET DATE
4220135
4477472
5546854
5298553
4770837
4813410
4220725
4220723
4873407
4813408
4477470
4844387
4220t21
4220r28
5546855
4739270
5298561
4813401
4477473
4813403
4220t24
4813409
4813406
4220t37
48t3472
55468s3
5377107
5298554
4813404
4613405
4477477
4220722
4477475
4844394
4220I29
4220L30
JACKET ID
s/tt202L
7t/74/2029
5lt/2027
7Ur2t2029
8/L/2028
5/t/2027
9/7/2024
t/7/2025
slrl202t
5lLl202t
L/712025
t/7/2025
t7/7t2022
3/L/2025
5lLl202t
5lLl202L
atu202a
7/L/2074
5tt/2027
7/L/2025
7t/t/2022
7/r/2025
5ltt202L
7/rl2025
7tt/2025
s/t/2(J21
7/t/2025
alu202a
9/tl2027
5/r/2027
7/7/2025
3/712025
Lr/L/2022
5lLl202t
LLtLt2022
3/7/2025
5lLl202L
5lLl202L
JACKET EXP
5/r/207t
s/u207t
rr!12/2079
8/t/2078
5/L/2077
9/u2074
7/t/20L5
s/L/2017
5/t/20rr
r/t/20t5
t/u20t5
t7/t/2012
3/7t20t5
9/7/2014
5/7/207t
all/207a
7/r/20I4
5t7/2077
L/t/2075
t7/1120t2
t/7/2075
5/r/207t
L/7/2075
t/t/2075
5/t/207t
2tt/2015
8/r/2018
9/t/2017
5/t/20L7
7/r/2015
3/t/20rs
7t/tl2072
5/u2017
77/t/2072
7/7120t5
5/7/20t7
5/7l20Lt
PANTS DATE
4209975
4478726
5546851
5298543
4770213
48t3377
4209976
4209962
48L3378
48t3373
4478728
4444396
47702t4
4209974
5546852
4738522
5298541
4813379
4478732
4473377
4209964
48t3372
4473374
4209972
4813380
5546850
5377t76
5298542
48t3376
4844385
4478133
4209965
447813I
4813375
4209977
4209969
PANTS ID
5trt202t
t/7/L914
5/7/202r
L7/12/2029
Bl7l202a
5/7/2027
9/r/2024
7trl2025
5ltl202L
5/rl202t
71L12025
7/1/2025
11/t/2022
3/7/202s
9/rl2024
slr/202t
B/7/2028
7/7/2024
5/7/2027
t/r/2025
t7/1/2022
L/I/2025
slLl202L
t/7/2025
rl7/202s
5lLl202L
2/7/2025
8/t/2028
9tt/2027
5/U2027
Ur/202s
3tt/2025
tLltl2022
sltl202t
LL/112022
7/u2025
5ltl202t
5ttt202t
PANTS EXP
L0/24/2078
719/2009
7/Il2078
2/L/2016
9/r/2014
6tt/2077
6/L/20L7
7U712074
6/L/20t7
IT/Ll2OI4
rllL/2074
9/7/20t7
t/71207t
t7/L/20t7
717/2078
6/7/201t
t/7/2073
9/t/2014
L7l1/20t4
trlt/20L4
6/7/2011
t7/7/20t4
9/r/2077
9/r/2076
t7/7/2017
9tr/2074
9lrl2074
5lU20t6
5/t/2017
3/L/20L1
2/t/20t7
7t/L/2014
7t/1/2074
9lt/20L7
9/t/2012
1.71t/2017
HELMET DATE
r0/24/2028
7/7/L914
Ll7/L974
7 /912079
7/7/2028
2/7/2026
9/7/2024
6trt2021
6/112021
rL/7/2024
6ltl202t
7L/7/2024
7t/1/2024
9lrl2027
Llt/202L
77/Lt2027
717/202A
6/tt202L
117t2023
9/u2024
17tu2024
1r/t/2024
6lLI202L
Lr/t/2024
9/7/2027
9/7/2026
t]/112027
9tLt2024
91t12024
slr/2026
5lLl202l
3lrt202t
2/t/2027
Itltl2024
tLttt2024
9ttl2027
9/1t2022
rL/rl2027
HELMET EXP
8lL/2013
7/17/2009
7/70/2009
N/A
l/1/2018
3/r/2077
8/U2074
L/7/2018
N/A
3/L/201s
6/t/2076
N/A
N/A
5/U20t6
N/A
811/20Ls
4/r/20t8
6t7t20t7
N/A
7/1/20L5
8/7/2017
8/7/2012
7/71201A
3/t/2018
9/7/2073
4/1/2077
2/U2078
5t1/2077
4t7/2076
worn out
t/rl20rs
9/r/2075
worn out
worn out
2/rl2070
worn out
6/tl20t7
BOOTS DATE
8/7/2023
7/7t/2079
7/L0t2019
#VALUE!
t/r/2028
3/tl2027
81u2024
7/t/2028
#VALUE!
3/7/2025
6/112026
#VALUE!
#VALUE!
5/7/2026
#VALUE!
8/1/2025
4/7/2028
6lLl202L
#VALUE!
uL/202s
8/r/2027
8lt/2022
7lr/2028
3/U2028
9/r/2023
4/t/2027
Utl7974
2/1/2028
5trt2027
4tt/2026
r/1/2025
9/7/2025
2tLt2020
6/r/2027
BOOTS EXP