Loading...
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