Loading...
HomeMy WebLinkAbout103009 PORTER INDUSTRIES - PURCHASE ORDER - 9150874PURCHASE ORDER PO Number Page City Of 150874 915087 ' Of a Collins This number mustappear `�" 1 1.7 �t on all invoices, packing all s antl labels. Date: 02109/2015 Vendor: 103009 Ship To: FACILITIES DIVISION PORTER INDUSTRIES CITY OF FORT COLLINS 5202 GRANITE ST 300 Laporte Avenue LOVELAND CO 80538-1622 Building B FORT COLLINS CO 80521 Delivery Date: 02/0612015 Buyer: DOUG CLAPP Note: Line Description Ordered UOM Unit Prim Extended Pre r Blanket Order - Carpet Mein. 1 LOT LS 7,000.00 Transfort cover the cast of miscellaneous carpet and upholstery maintenance per bid #7444 for fiscal year 2015. A monthly bill shall be sent with building description, work order number and amount charged. This purchase order is for the procurement of goods and/or services, as needed during the current fiscal year. Dollar amounts specified are estimates and not a promise to purchase any minimum amount of goods and/or Services. 2 Blanket Order - Upholstery i LOT LS 2,000.00 In addition to the City of Fort Collins Standard Purchase Order Terms and Conditions, the following Federal clauses apply to this purchase order. 1.NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be sub ad to any obligations or liabilities to the Purchaser, Contractor, or any other parry (whether or not a party to City of Fort Collins Director of Purchasing and Risk Management This oMer is not valid ever $5000 unless signed by Gerry S. Paul City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone970-221-6775 Fax:970-221-6707 Email:pumhasing@fcgov.com Pay terms net 30 days Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PURCHASE ORDER PO Number P+oge City of 9150874 �} hisI mole s, pa appear `�` Collins1'J on all Invoices, packing sli sand labels. Line Description Ordered UOM Unit Price Exp�ceatl that contract) pertaining to any matter resulting from the underlying contract. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in pan with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to Its provisions. 2.PROGRAMFRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, It may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if It makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that Is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(i) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 3.ACCESS TO RECORDS AND REPORTS Amass to Records - The following access to records requirements apply to this Contract: A. Where the Purchaser is not a Stale but a local government and is the FTA Recipient or a subgramee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Commar,fs records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)l, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. City of Fort Collins Director of Purchasing and Risk Management This order is not valid ever $5000 unless signed by Beer, S. Paul City of Fan Collins Purchasing. PO BOX 580, Fort Collins, C080522-0580 Phone:970-221-6775 Fax 970-2216707 Emall:purchasingittifcgovmm Pay terms net 30 days Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PURCHASE ORDER PO Number Page City ofe1sos7a Sara `-t CollinsCis number must appear king �1 1�7 n all invoices, peeking lips and labels. Line Description Oraered end UOM Unit Price Extended rice C. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, In which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). D. FTA does not require the inclusion of these requirements in subcontracts 4.FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 5.TERMINATION a. Termination for Convenience The City may terminate this contract, in whole or in pan, at any time by written notice to the Contractor when it is in the Government's best Interest. The Contractor shall be paid its costs, including contract closerout costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City to be paid the Contractor. If the Contractor has any property in its possession belonging to the City, the Contractor will account for the same, and dispose of it in the manner the City directs. b. Termination for Default If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor falls to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the City may terminate this contract for default Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth In the contract. If it is later determined by the City that the Contractor had an excusable reason for not perforning, such as a strike, fire, or good, events which are not the fault of or are beyond the control of the Contractor, the City, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure The City In Its sole discretion may, In the case of a termination for breach or default, allow the Contractor 30 days in which to cure the defect. In such case, the notice of termination will state the time period in which cure is per itted and other appropriate conditions If Contractor falls to remedy to The City' s satisfaction the breach or default of any of the terms covenants or City of Fort Collins Director of Purchasing and Risk Management This order Is not valid over 55000 unless signed by Geny S. Paul City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax: 970-221-6707 Email:purcbasing&cgov.com Pay terms net 30 days Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PURCHASE ORDER PONumberPaw City Of 9150874 ante C^ate} Collins Ot I Ins his number must appear 1��'J`-1 `�" 1 ' on all invoices, packing s1i a and label.. Line Description Quantity UOM Unit Price Extended Ordered Price conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from the City setting forth the nature of said breach or default, the City shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude the City from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that the City elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by the City shall not limit the Cily's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. 6.CIVIL RIGHTS REQUIREMENTS Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 at seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity; as amended by Executive Order No. 11375, "Amending Executive Omer 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advenising, layoff or termination; rates of pay or other forms of compensation; and selection for training, Including apprenticeship. In addition, the Contractor agrees to comply with any Implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. City of Fort Collins Director of Purchasing and Risk Management This order le not valid over $5000 unless signed by Garry S. Paul City of Fart Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6Tr5 Fax: W0-n1L707 Emall:parchasing(t5ifcgov.com Pay terms net 30 days Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PURCHASE ORDER PO Number So9 rCity of PURCHASE 950874 FortFort Collins( Thisnumbermu..ki:ar V�l`''J on all and laea,papking sll s and labels. Line Description Ortleretl UOM Unit Price Extended Price (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that R will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements In each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only it necessary to identify the affected parties. 7.DISADVANTAGED BUSINESS ENTERPRISE (DBE) a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency's overall goal for DBE participation is 9.9 h. A separate contract goal [has not] been established for this procurement. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result In the termination of this contract or such other remedy as City of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance In this paragraph (see 49 CFR 26.13(b)). The successful bidderlofferor will be required to report its DBE participation obtained through race -neutral means throughout the period of performance. c. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor' s recelpt of payment for that work from the City of Fort Collins. In addition, Contractor is required to return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor' s work by the City of Fort Collins and contractor' s receipt of the partial retainage payment related to the subcontractor' s work. d. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through Its own forces or those of an affiliate without prior written consent of City of Fort Collins. 8. I NCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth In FTA Clroular4220.1F, are hereby incorporated by reference. Anything to the wntrary herein City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by Garry S. Paul City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax: 970-221-6707 Email:purchasingQfcgov.com Pay terms net 30 days Invoice Address: City of Fort Collins Accounting Department Po Box 580 Fort Collins, CO 80522-0580 PURCHASE ORDER PO Number Page City of 9150874 60/9 Fort �Collins his number must appear " 1 1.7 on all Invoices, packing sll and labels. Line Description Orderey UOM Unit Price ExtendPrided notwithstanding, all FTA mandated terms shall be deemed to control in the event of a Conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any City of Fort Collins requests which would cause the City of Fort Collins to be in violation of the FTA terms and conditions. 9.00VERNMENT-WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, Its principals, as dented at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters Into. By accepting this purchase order, the vendor or contractor certifies as follows The certification in this clause is a material representation of fact relied upon by the City of Fort Collins. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the City of Fort Collins, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer Is valid and throughout the period of any contract that may apse from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10.ENERGT CONSERVATION REQUIREMENTS Energy Conservation -The contractor agrees to comply with mandatary standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 11.ADA Access Accessibility. Faclldies to be used in public transportation service must comply with 42 U.S.C. Sections 12101 at seq. and DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 CFR Part 37; and Joint ATBCBlDOT regulations, " Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 36 CFR Part 1192 and 49 CFR Part 38. Notably, DOT incorporated by reference the ATSCB' s " Americans with Disabilities Act Accessibility Guidelines" (ADAAG), revised July 2OD4, which include accessibility guidelines for buildings and facilities, and are incorporated into Appendix A to 49 CFR Pad 37. DOT also added specific provisions to Appendix A modifying the ADAAG, with the result that buildings and facilities must comply with both the ADAAG and amendments thereto in Appendix A to 49 CFR Pert 37. City of Fort Collins Director of Purchasing and Risk Management This order Is not valid over $5000 unless signed by Gerry S. Paul City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax: 970-221-6707 Emall:pumhasing@frgm.eem Pay terms net 30 days Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PO PURCHASE ORDER 915087 Number Page City of sasoB�a 7ot6 Fort Collins This number appear on all Invoices,ices,p packing slf sand labels. City of Fort Collins Director of Purchasing and Risk Management This order Is not valid over $5000 unless signed by Garry S. Paul City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO 60522-0580 Phone:970-221-6775 Fm: 970-221-6707 Email:purchasing@fcgov.com Total $9,000.00 Pay terms net 30 days Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO $0522-0580 Page 8 of 8 I. METHERCIAL EFEAFT iu mempgau By Nlub MV Cirya(FM Callimuaemplfian Blue em l«vlwu.OmP evgnw NumMrir II, NONWAIVM man10aW IT -Had- W , giw fxviluk marry &NMMXI u HORmant w.. full-. a( -,--a HIE. Imanna m ibis ntyn H.. a'.. uz vtlne.nib vtl mneirions M-1..,.a w.1, m fral Rnenm.,=.C^Inal.(.L Comeeo Rwiwe Rabla 11J. Cluplm.lAFn. 111 (al. meuuea In. mm�[e:op.ndd nvmn w by Im"mwmpmnipgy-lily lee SNa. fin morale nrn[1.IM «aplmia ofvr pi —a f« gwa MauMw d epPmnl nT.l Mign AHE an. —Han Shcuaf LablE jaIeA GOn, OS bbfl, .ddl'. filmeameer ape^innaw.,eian, n,E- AT vreue In hRW of a:ry of Jw we I - or lbl....... af.la Parcbve m1w ei JWl— h dime n waiver H in, He,. lM dame ntlwi, my ne NamN -rend Or rrtelr eM ue nd H. h wplvJ ual awn waig arwnlwn Pam -la inHalt allinan pafwmuv nnva(wmy dfI nano nirmbm u l^ my wen gad. HiEdiae i.., dam Ind LET n"M ."Had. Imm anipwL-mm ur a[apbf, u. my pip,. bennamnr Hil hmund,, mr. ®Y Rabbi an) imilliamn ar mviwim or min Wrome ada by Xw Pardlmm aaab u v wtiw, vfm y HIT Hill hmm Impalbv E.- mall in We Cny.1. End— u[nm®wil Iuwf. Pint AmlMwre, malpl N do meunndm, aaea m maramr in ra nnav m'. mb ®n Haab In 1,, A610NMPRIT"ANTRROSi CLAIMS. wWai i Rabb. m tlm And, aI Ne L., IN FM Coll -..—a,, if u IE M oWmbnd HER PMAL E.. ba Ne Pw[nmm - ,e gal p wWl —numb. pxria, w -aloe —am Ibm ad., AMISFn ANCEuda—Hanl ape mmR.-SHEI'land. all brim ant —bin. wAmims- in(vel arm by lee pmrLvw. llaTaf .for Hand! naaw all as a.itlennan N--t'lnin aloha. balm. Ih 8a11a berth, abl, n tlr lial— wY aW .11 noun, Ir mry mw Ma in En-Em F.am farm SIHSHH b m.l be I JE., C!ry .11. Callim, lW Wmi Sl. 4'.M Cn11., CO 0II3, ad— agaiml aMn talon1 m am, wblwr ma (m H.S. aveelwpn Hd nng m IM wvmur gmL ar.alibi al amid. m rM1b all, l(permlb!^ -Farb Enal IRS ba..'a mana.",IM aerie! Embed pvaMxtw urywi by Ne"Elarw-mi in SH. Wwlus, arua. bill nmal ba-fibny i111— AMin^nal daga(wpi Will M a[apbd IS.P PO.In.OP9PLLBXS eniimmbaal I, wf«lam finaldammingawlda inmm'lHE aA90NS. Ifdw AimFn moor gwdnyaens m Nadam d.—. W TlEbm Am nee fb-nani winlmmuMiat enJ.iris raieM Hall!be d9pbi find-lnwia why -Ima,dln anmal ly.bw Eb,IM Piufwe,mm Sala and an EmiF—marring Hamitw uld9d!!¢y. enniamna bilitywunwiningnmmmmply.rm Mrtmem im."-taalbn p tiara HHmdn s 1n eYaHHm ,H1, im..Ilu am mr maw me wehwM wnamMb)nle own apbinm mm...dMem X, and rind Sena nhn Harm dYwaln<J will)sn4 uoN. e Svlln alull pr«ury m wllan nb wN ell mesury fmniq ,anfola vM lia.ea rw...S by JI mplin'rM1la l eM.b S. 'am Bdla mllY mmrtlas ofevy nrt 6pm ell liebilllyuM vl®u a(®y mart pamand,. Hadbyl iE vn H. al dy can.gmwinplandbabMvrywwana.m.,Ja—H wvrkir peNmmee,o ."Had dci,.1 canlmW ryumbia a .arid .alma mullelg lbm Ne pmfammap(aall waM1. Rom all a(van NMa m MW We Cmaof Pm Centre M1.1 Ran mi agnlmr ell IlNniry ,I— yNam by hewn^fur aeNM ar nubluned violtlim .1 .1 eu[h bw, rt0alaion4 oNi.aa, rvin T. n dam .1 ST mof(wlr a(mglignwe a(IM peM rtlemeiWnlWl mredrotla anJrgllrtrtunN. aim R-d—.eIMll .-11 ,mmnbv diraddgalRuaabW anPloyanaleutliynY Anda-arn. All pertly in mod, -spree Hill Ine,memWivv m. In loth Mw S. eon banal THE and lMSe n-----1-1i1i1lwmtliiµ---I a' adMda,,1 alNepmay. Hmn— v......H.W. bad mid Sao Hun w«4up,0rmiar uawlwb'wrfnHmWIry E. Paah+wr"FEEAE. OF F [adiXm :MN mammnaa a Wilimvl umravMlHman ona¢m,al ammwiwJ bad,na an my �mMremM 11.PATENIS. mfertae AnYwNil'mulm GRerterlm.uMmMIHHonr pawwJ bYallax,DjMNromHl lHettbYrtlaHW. mana, Any Hpw Wne.m Re Silty 1, ben uu my fam.dvla.-1-1.p.am mvaN by an, w^M avd—. mpy Sell.1m nMemad viable Mrmluv rh Punnver(m.- for-1-1, LEAS. .RU I.--in.i1 Hallo de nyHennaflnea roll HE mal pl mad tlL date, Hrcf, ADY. PLdyCnan P1, al9NGeIsAELIFf an yen nlSmetraw FINm[n -mawW mill bip.m emni. ne Pamnevmrwya-,-H-1-dmegewai[M1Xany m .., is Havmwd Lbdhyaa Hae bb..mmile aaaa m—..mal,E.in —mud be lM1eI [anand b--ImryYbiw^^ndal- F.H. gw proehnlbn ae Merab..., WlA ofll wark.InoF—. ail my aEaddind nda-JdvnyTeleebnaaimiI..b banilM1in be Pam—aJxaW Wedamm4 No r4 a( tlw Pmvlw¢e Ewm wibbm a ndalYanynn millayl min fin by my pen"ala de inlmddowaide pun,Yin mrtmm�pa madait,inlnny anda, indnn in.. S Iimilmon.ettMwaemn.?Inane afty.man oaHm E n it d meI-n..all IM EdIanaRmia own prtwmll mie HNwdwwMrt Sm,HauXgaleunwninroflM1 Sam da,,waadby -bT PumFRR1. MImn fl HiY iiNe Famma nnlarpN at rtplex Ne nwHe wiM auhuwtially goal Ml Pnenualh ngMmmanablyd midRan- EnE min—tlMapna bi� Fall Rem IT.aenin ianda .Seller annlr:d hnbk0rdemy¢uamalldfdeluys fart-m HO aM noliblan antype nvvwAHHpiHHgrquiwlral.wHmdify itwitbaonu mHinfn'HH®HHg na amlldle eae m,moM--ablyfanin., wnidart,a iYnemnebk—x.!, Xn of reynge«e, a,, swilMm mud pnmllialTfnee.aMYer,XmlimdmnldLwm. nalbil analMt anal IS. MEOW nga pvvidtl del Mim orine,wJlnvm wannRaueh delvyu6^'e^roHne PumMa widia Tim (5)dya o(lne andwgrilllbabamcnond,HaLd Allir. IfM Salt anal!Xmwm !dolma abmarup, aakenw®rowel fro lM bmeRl afdrttliWRpµinla nwwMn Ili Sale Rnl m'e1vdJ !n HM1eH M1 dlry, Rre tlehardliwry eMll M Handal. make fv, my of We Sellen prtyeHly a bmimq leis oNe, my fiwRrvnn M anmlyd by Ce Ran bag. I., by of idly exkMW MIM pmIaq.I rolM linwaluallYlmlbY¢aurvH ofNe delry. PanlrawlNUW llSibry. 1. WARRANTY. In 00VERNIN01W TheS^Ila.—. Nm all Smn,mbla, martin, Had wady, -,-!I mu Sym wnl Han( Haim aaH.Fn I..if..aI.— bled a Rantafrian a ffic mm'.4 bo ne. a(nl pmi. Radial FHHl r, a Ewrimn, smmla mail man JaHnio-n g wi!! M N fen IM papa¢ lalmm. vM mwWM aavM Evlabbi lennaflMSYloafGbm3+.VSA ,1—idwen ue "Sm. ripen a—Had'I— a e�.wib —al nl.Mmd mr wM are dnuw lHL-1 , Senw IF-1 m hold Ra Panma b bmbn f.. Hay I—, .omega nr nN— wHIE be TM SEEHM g AdJWoml Cm41bm apply any ....Han wbe On .1. u m patty- w«k Mmmkd. wRh«bwmmamw,.1.SH'an mladwemfillen. TSan, mall miaw n, an"nuke Iwladad Enww✓u a Reran Xepewvuawlq, on de pmimn alibi,. s .—"all mn m Ida wwMm, my dream n". anna wlmb nw n) ma ar Haim -lad bank., mr. f nu, ere an...by Yw wbrie.—.,all wni[abb wmmaly I—Sa by tlk Seder ma nk nah a( maplm err Him gwM bomb.amanam(w,an - m h wmwwbh all mRb. Eam irnpwfmH Ia,RE pMsena n4E wrrymwie wahmsnmrn own risk anHE HM mmebmllr mmvlmW ®Hd m[m44 aid ma. TER Sam Old H..I.a. ard,fanv, woM eoHa w mane, ft-m. by 1M 5e11m. I'm.- a uw algmE b)1M PUMmm NJH ax — Say w[:Jem. J¢le[Iio]e11 bm,HaIn, w..rk mOn,,.knee haWve.11. R.I mmpndan Half .H , amy eltim manWn w,mmry Evge -.H.— Hamill in lain Small dNi,IM mi-x,epled[e.amP ne In, warm eaawn enpnw end to lh uHliafadiw aflM Purtlmn.WMn maHenW elrvbry anamin A41aud In nldual man -day wa¢d by lM baeb Him, a llm fires 9wnn 11 tl, anem.mpmen H.famidN nm by blin.. nWLLmr denim by Re WE, de Sella dal nawailad, a ud Had" "aain' 'in W baron rtmmnbi'l,m (m a daagn aua makdln uWv, qui" in andia . bat SHE Hill Mvei«a Y in m eddi lm afpmdu w log Mbw. NO RIll WARRANTY Hem bed Halb. by OR Sella aMulne ad. OR b1ERCRAN(ABR.T' OR OF FONPoS FOR POMOSE S MPLY, 4. CNANOES IN LEGAL NRMS. Ten Pm,aum my Ham [lung..Ia n kmu Ly aram many, lira F. E.E.I. N COMMRRCIAL TERMS. Hill gowhuMw6l..E, aa.nyrtdin abl-f.awmbo, JMenbpVl by v-uR.innmoi-Han nAnvmryemaalm. UanmY famwmlH eMnpeallecm IM nnmHm Jueo,IM lime INlulanume MrcuMw, anqul.ble Wjunmmlvlull Mlmd. 6TEREANALIONS. TMF-hain..' al my bow by wham ling, oma. Ym.... agrt a m my err N rondo. of na mad, Nm nrta dal, vabjal. dny mumb, Wryamml.-.lbn Flat is.. my "'merr momiela den'. vmi p.gm p.d Eat Ill,Wmhaw nfill HST be be bn rot my alnHnn (m uaalplM Had.- lM man. a—.11. Half, beat—.. .d H—Lil. maequemml diem, utl Rol m Had tlrymn.l M wnda term ofRa Sella MIb tblal. my ly J 1WHE art m Sell— abndbad alal, No bah bmJmdw and MHH, der Eyana twIhME, afmry nfMatabbpeim u in any gad lbli,mal Fall i CLAIMS FOR AD1USfMEM. A., b. fro bimnanl mW M. .-.I.Eddy 0.) Hal from 1M did. IM[.Hdl w bnmwlbnu Hadand, ..1E`1IANCBw1F1w. lM Ill, —1. 1M1.11 Sam wM ba-mill rim lure Man pmd«W, wld. &IFmN and (mumdf . amn —,I.— we ill pP Ral, Inal e^d Hanhala m wbd On mHE au mbjnt Nrt Winn aMR Haan aN .nmm.mny M lgalM.HIM11 ,Ral or nfaa, Wn. A W wgW.e.. labial mM arm al— awrena m anenu um.of Ildnlam it—b—br Im.adbe ryd am by ffin e, li m,.m. Th. Ram Handan T. iYkatify ad bold Ew Tablaw bemtl—fiom all man Of dmaRa saNUM by In, MmNa u u mull of the Shcm lain In-11, wib Wd him 9.ASSIONMEN! N. pay ahll annp. d.hr, w n al Idle Sam. a my -,rind J. w m MmHa de hm,aMar andam lM Pammimmmmma nadMpavy. I.... The Seem —In SHE, 6— bal bans and nb In Nd Plan. rm m Hamm -,naked, and I— and. I^wdmm mar Wb ep,mclam haHan,ru am fen am a ri, d E, vinaum i, mammal. aen mbar momnlmWmea.. T. I.Sa. IL MSVRANCE. TM "Err shell, 4 b6nwn awHm, prmiJe fen lie pyHaml v(wkm mm ann iron iwmdia aa'an., aman bemEu.. in empI.y—maHmi rind dr.^ wmduma with In amt—and ny Ili. wnnue ada, all., In IM1eH Imandmis N xmHdma wM dw 1—.1Im Wa. wbl[n flu walk b la be dare. The Sell. Hill Am why—Hpmn bniw Sandal Iublldy afniag, bad nrt Hym 10. tomaknl nd aam^abile HER, nlliry M1u--mph IWd in., aM baaimiu ofm nesl S)W.a'p fa my doe pmnn, SSW— fin e .,tlem and Plum, Jahn. limit pl mail., of EJW,EXX. Tan Sellm dal likewiu Haar hie anpdoyaen Edl I -by.. ban lee pmmis. of nlMr, n, WE. abal am.lie Puuhsn win band pa n e91M wmpewlonmuili m, mobank pnwkw Sudl Mad -Ron null epmnlry IM. Jue Winn mch mn im ad I.-t aml EhbSella egrta-I ban —m— and m.m^aeabill trmain.inad umll mm ew I a n ak is Hamm et utl unePlal. R-ad burgle