Loading...
HomeMy WebLinkAbout120140 VARSITY FACILITY SERVICES - PURCHASE ORDER - 9150882FoCitty of Collins Date: 02/09/2015 Vendor: 120140 VARSITY FACILITY SERVICES 3720 W 72ND AVE WESTMINSTER CO 80030 PURCHASE ORDER PO Number Pap 8 9750882 This number must appear on all invoices, packing slips and labels. Ship To: FACILITIES DIVISION CITY OF FORT COLLINS 300 Laporte Avenue Building B FORT COLLINS CO 80521 Delivery Date: 02106/2015 Buyer: DOUG CLAPP Note: Line Description O Quantity UOM Unit Pdee ExtendePricd t Custodial Services 1 LOT LS Transfort Cover the cast of miscellaneous janitorial services for fiscal year 2015 per Bid #7443. 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. • rr In addition to the City of Fort Collins Standard Purchase Order Terms and Conditions, the following Federal clauses apply to this purchase order. IAO 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 subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a parry to 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 whale or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify City of Fort Collins Director of Purchasing and Risk Management This order is not valid over $5000 unless signed by Berry S. Paul City of Fart Collins Purchasing, PO BOX 580, Fort Collins, CO M522-0560 Phone:970-221-6775 Fax: 970-221-6707 Email:purchasing@fMov.com Pay terms net 30 days Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PURCHASE ORDER 915088 Number saaefe PO City Of 750862 Fort Collins This number must appear Fort 1 1 on all involres, packing sll sand labels. Line Description O°amity Ordered UOM Unit Prim Extended Price the subcontractor who will be subject to its provisions. 2.PROGRAM FRAUD 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 at 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 contrast, 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)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above true 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 identity the subcontractor who will be subject to the previsions. 3.ACCESS TO RECORDS AND REPORTS Access to Records - The following access to records requirements apply to this Contract: A. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee 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 Contractors 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. C. The Contractor agrees to maintain all books, retards, accounts and reports required under this contract for a padod of not less than three years after the date of termination or expiration of this contract except In the event Cky of Fort coffins 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 Phons:970-221-6775 Fax: 970-221-6707 Emall:pumhasing@tcgov.com Pay terms net 30 days Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 PO PURCHASE ORDER 915088 Number Page CltyOf^ 9750882 ame F6r} COI I i ns on a numbees, pec king /�..!"_`\,/`' `�" 1 1J on all invoices, packing slipsand labels. Line Description Quantity UOM Unit Price Extended Ordered Price 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 part, at any time by written notice to the Contractor when it is in the GovemmenCs best interest. The Contractor shall be paid its costs, including contract closeout 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 fails 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. Temllnatlon 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 performing, such as a strike, fire, or flood, 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 permitted and other appropriate conditions If Contractor fails to remedy to The City' s satisfaction the breach or default of any of the terms, covenants, or 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 City of Fart Collins Director of Purchasing and Risk Management This order Is not valid over {5000 unless signed by tarty S. Paul City of Fort Collins Purchasing, PO BOX 580, For Collins, CO W522-0580 Phone 9704218775 Fax: 970.22"707 EmaikPurchesing@fcgov.ucm 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 9750882 ate F6 r} Col f „s This mum berm packing appear //_^,`�—J`-1 ` " 1 1�7 on all invoices, packing —\ lips and labels. Line Description Ordered UOM Unit Price Epi ed 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 City'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 contact: (a) Race, Color, Creed, National Origin, Sex - In accordance with Tide VI I 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 Contact 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 Order 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 fallowing: employment, upgrading, demotion or transfer, recruitment or recruitment advertising. layoff or termination; rates of pay or other farms 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. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act as amended 42 U.S.C. § City of Fort Collins Director of Purchasing and Risk Management This order Is not valid ever $5000 unless signed by Garry S. Paul City of Fort Collins Purchasing, PO BOX 500. Fort Collins, CO 80522-OWO Phone:970-2216775 Fex:97D2216707 Emall:purchasing@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 PONumber Page City of 9150882 Sera `-t Collins nallI Invoices, must appsar For✓ 1 1�7 on all Ind la e l packing sli 8 and labels. Line Description Ordered UOM Unit Price Extended ce 12112, the Contractor agrees that II 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 ETA 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 ETA, modified only if necessary to identify the affected parties. 7.13ISADVANTAGED 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 %. 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 261n 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 bidder/offeror 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 receipt 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. &INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain Standard Terms and Conditions required not expressly set forth in the preceding contract provisions. All contractual previsions regl. forth in ETA Circular 4220.1 F, are hereby incorporated by reference. Anything to the conk City of Fort Collins Director of Purchasing and Risk Management This order Is not valid ever $5000 unless signed by Gen, S. Paul City of Fort Collins Purchasing, PO BOX 580, Fort Collins, CO W522-0580 Phooe:970-22148775 Fax: 970-221-6707 Email:pumhasingfifcgov.wm as set 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 PURCHASE e150882 �} Collins lins This number must appear `� 1 'D on all invoices, packing slips, and labels. Line Description pberetl UOM Unit Price Extended Price 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.GOVERNMENT-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 defined at 49 CFR 29.996, 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 pumhase 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 pumue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agmes 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 arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10.ENERGY CONSERVATION REQUIREMENTS Energy Conservation -The contractor agrees to comply with mandatory 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. Facilities 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 ATBCB/DOT regulations, " Americans with Disabilities (ADA) Accessibility Specillcations for Transportation Vehicles," 36 CFR Part 1192 and 49 CFR Part 38. Notably, DOT Incorporated by reference the ATBCB' s " Americans with Disabilities Act Accessibility Guidelines" (ADAAG), revised July 2004, which include accessibility guidelines for buildings and facilities, and are incorporated into Appendix A to 49 CFR Part 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 Part 37. 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:pumhasing®fc ov.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 rCity of PURCHASE soasz Tefa Flirt Collins( This number must salonappear / •-\\/`I V1 1 on all Invoices, packing sll and labels. 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 Fart Collins Purchasing, PO BOX 580, Fort Collins, CO 80522-0580 Phone:970-221-6775 Fax 970-221-6707 Email:pumhasing@kgovgom Pay terms net 30 days Invoice Address: City of Fort Collins Accounting Department PO Box 580 Fort Collins, CO 80522-0580 Page 8 of 8 I. COmMesclALOsrAIIs. q lkmelYe W lwI. Rm Nunlhm h Twin mwnpNonv. ByvWoklMCllyofF<I Co111I. I LHOHWAIV6R. or I. .F.W.FMAd NNIice.OMAN.n Ceni(rMe ofPgimy B<NNSBl iv redLmd wNA lM Calln'Aw <( MRAW P^hurt oftlr Pomlawrlo iniel upm elri[I perl'onmrce of"Po Tenn eM [ontliliwu Mvaf. fnilun or hood r< IMIN Foo-ow,robo, GlonW pror'.'-A,. AAW"0' CMpm Rm36,1 I, 1¢ -blem,A,wm mock.loon.d MMn w by 1.(silt- wpmmply obody Jr Sella in dy,-1.1. bm=of,lye xeepwrct help,e1W ml rtlmx Pe WYxml fmiI Gook RpJpC(CO by, to failurtt efsifiaNwe,eilynwAnrebtypetlatlw bWRIM; ofof-1- p1by--A,tal AM yrW ofM, any oflM xxmnliw^roblipliwr oflyiv pmym[wbr nd alullMWMermlaweim afeny ngFlol Jr Ml m ufw nWil eM urt ml loMrtplyN creep upn rewglMMnm d I."Mob,I I. - lu'rpFwwmw toasts, MY. AM WIM,1 mmmry AWA l- ,apo rd iruW[ux tom JIe CNYafPm Collllx IOMA My, NAMANs .h. .lam y mIwormw orYI mY ood AmeAagxd owe v IF . d o Mobi box wdifi iooammmm a(IAiv prtium Itl by lM PureFew grnwveweim ofmy o(M mm _.,.I, AINnaprimw I. Iegytliw. 0000Sm wbjmmtlr CiryofFmr Cdlw imps[Wnonemvel. ymmf Fool Ampl Rstlpr If the m ARMAW. modow or quip.., io .pane b Not mho Mo mWl M 13.ASSIGNNUMO OF ANTITPGSTCLAIMS. Add. III an IFe P.of M City of 1. Col... Haw[v<r, II le m M A.F. IWI FMAL Sell. and Ito Fur<ywr vm - Ad I mmol sonona[ 1--, ovm'bgv mulling from .limn ACCCPTANCE htlgentlmlupn«mplNima(allnpplkoblergmmiivFedmpioaiam, vixmi-111..11 Moto by lM Pot", TMTobbv, fm pN owe mau[onihmim for meuuiAMi. Pon4ue onkr, Ito Seen WAY ndpe to M P-A-, eM IN [Ieimv it my, - Mve ar MaeM robot PI-, Al".... mmI M R.. CNyM Poo .'1- lW VVbW St, Fm rb" , W AIII. boo- uvilW uwkr (W[.I I'M, oti-, LLwc Mr n[II oreo[Imgee IAMM m tlr MAIM. lowly m emW[m odbl [1.. on xi, odor If 1.-ioo u Pion to 11, fiddit I.&I ewo-oly 1M-1.1 WNd pmxuu.J by I'M by the I.Mur pbb-dm No. IFFM oM .F mole -Moy mwiv. Addid-oil msge fm poking III 1.1 M oc,dW. IJ.PURCNASFRSPpMORMANCE OF 011EN50BLIGATIONS. lore a'ubibonnt WWem MmepN vJr Wmuoaelnmllegen.mnrrm nwemMminemaR[lingeMe b).h¢mbe egrtaln(anby d,e M1,M1Ohlmw.bot A.I.b Foo MAMIft. I I.IAu enlrneJ fivm lM nmml tlirinhunon wi^I to dvlirenon. wins u[m fnigM will ke dsJwW fmm lnrnice wAm PomhmnmdlM Sell.,owl ar,MMPmiWiwMiN lmbllilywmmillinglr®mcomply,IMFurtMur shipment Mooch Plum tlreoltt JiWrce. may uux Nr MIN'. be pRmm1--d!e1 by Iho moo nFetllNox Nam evxlWk to It nJRybobNe Sella elWl py JI mveoxielei with nrh xoh. Sells vMll m-m1e ellead,byobpb wNihmlm mJ by JI .b. I- 1. ift Imaon", whrt Iemloryoo,obloboo eppliuhle bwrynbod,b,,b-1 ommMot, Th<Se11[rdblll rtle mtlMmnmemn ofmy Xv fiwn ell llebiliry ul[Iuime afxry lWurt boor toff-odbmunieilk ra Jrwwk Mot, Pool lold.oxI ,wIRM. I- .1-h moiling Pmm Nm p[T.mmm oPemM1 wah, -Abb..11uvi MIM,.11 M of vetlm. Sell. NXFn bgrtm In Auk Ito Ciry p! pap Collin Mmlhe fivm M ngeiml all lieblliry uxl bu or odo, Idly,h by MW xtuooy by Nam by moon ofen ussnee It o AdM rota.<(ony AN Inw,rtORFM,."Moon, MM AAMMAm. All polo w this moot qne WI d, vprvmmiro vrt, in 0c1, boom Rh end poem 011 W ..pose-dobboym tine utl pally. InnAT10N OF TRRMS. IIM Porttme ONv.lovely toot. amp.- It Ae bmm eM -odo- boy. haein^n Not, nod myA rdbood, orARM-1 I-Md.... mI,. Wt. oc incDlwnleJ Lenin by Iebleve. AM.11-od wail( ¢.Neat Moodom loop-! M^envn..M1. .boll y.<hy I M. ]. DELfVERY. PrFARE ADVISE PORCHASING AGSM mobdimaly lflow umM nuke towple NlM^^m m nniw win ywr PmnivadhlHwy J.lon mW.TiMkafllw woe. fbf.'-d peTmmnw o,M M tOx W Mffio M A- Mnd on 0e 1.. Ad by damn.. A.Ml Mmo. No .. of JIe Purtnmely Mhob , MIM P Iimimhen,.MFM s.orronioll.khoMM,cool opoom w a v.lrnorNk P-loo, 0 Jq creel ormy tivley, thePo.h.ee eTwltort,I WJib- to olMrIegel W quioble nmN'we it, wiimolpMing IMe oob,,M WI .W Mlllin61. S[IIw U., At door, lloaevv, me Seller eMll At M liable do, mmerye n.-11 oftlNye Joe..anode wino-.1dy.amebic wh bb urt Mywv11. 1 AWM nnwl eW-"nook. hoM of -AIM., ..Atat[i.l,r.pf."ormil'verymxwili., plwmmenml Pool M, eINM.. epihmb. wn.a oted lml mL..I'M-IN to. min'AAAd, . Rivenln Jr Rood -It I. Rve(s) AM, of. .me M.voen Ito Seam -AM to.- F-fid, IMImr M Ito eve.l.rny.m Wor.IM JM.raervm AM M ., me Ibe locked aryel to Ito AM MI br Mow If. tldry. J. WARRANIV. The Wbv,-not, IM.1 goal, Moll mllmele bod wok mood by Ibis bode, will molmm Mob aplkabk dmriop. meifidnli.re, -I'. uWw..I, potnplww given, will M N fw Ito pwrm. imoMJ, cod pefonW w.. A. 618XnI J ,a. of wn end mmpemew 1.-o-wil1 MMM I A-A..1. or. uNl. owe. no .11.1 to hold Ito pn.Xoe, oo,d- M ory M, Jamege I, I- wMR Ito urcXmer., -A., I -bb.. -.1 .11.0- 1-1. o1.-1y Toy Re111, 1.1111 IPM,ItAke gmtl,.11IM ml Io Ito IMF, my.2 e, FAM uuug -Mi..- Ill yes, to MIRIAM booty, Moot of tlmem m,r be M-Ml by hw M by Ue moo ofmyMpI AI, Monody povtlN by IM&Ila ehv Me NR.pf .-REAM oflM Pool. NmbbW XmuMe,'INAla ohm Mo-boo-dy Mleyull.-AAM MnI FF'RW or Wt wh Wnewob-lo fumubm by lM SeIt.. Amphnte or um It Boot by Nov 1-rob ANI nl walvmpf My tMm undwd i. wamery. MMFt u wMmM A -Al MlhieplA.bolb,Me Rellm bobillly W AMw AIR eel od m IN Moo, 'AMA, o.N by Ito. of,.1 Ar PoNt.-Ii. It gormwy MI Atli Hadi ty AM in wool MIMv lobo Of MW w Iom of lug NO IMPLIED WARRANT ORMWo ANNABIWTY OR OF FOOPIRS FOR PORPOSC SHALL APPLY. J CRANGCS M COMAnERCiAL n.. PM Mu.hwr my, mod ep MAM 1e IM1e bmm, o1N„Me lepl Moo. iwlMbA Modwo w It del A-fmm tlrM-M. IMPANNy mJ.otl to Ito emorcm mwAry-No. by Icon, or won. Genge bot If mY ebA [Mqe brad.lMM000d My. Nb Nmol,IINAMM h-MR, Anbleld-b oo.h.11 M meh. 6. TBRMMATIONS. no PoI[Ama my at my AM by M oop oNA eeyem my m A poinne.rood gwh lll.n IeblrPl wbjw to ny mlm!.I wiIAMI M onn[p eny'^'wA.. rmnwe rmvlhd Ihn Me Pomhww FAIR ml M h. Mo my vii.ima rw;m ,Mod r.hte on 1M bot-rl.� r.Nw orlM ph.odor-A. Job -dmtmb,wnewlnttn.ld-IM. mJ ton m m@Mj.I M node In Bva of Ito W..,F rtepeur My Sm4 w-I -M, .'I- amwkra aW'L No. W. MMWWn Jul, If... Ue Puvhm<nM Sold-11 oldho 11F.blu nw by lmbe MbmW baunM 1. CLAIMS FOR, AONSIMENT Any him m1 o j- nrol M --Mr MWo dotty (A) Abry Dom Ibe Jele Jm N'-V ot Iaminelion'n oxnN 8. COMPWANCE WITH I.AW. M Sellm wan.. EMI oll pulB wild Ito Mbo All I- bon prWuvtJ, wN. Mliwnd.[A NmbAW In amcl mwp,ivnn Mid, IN plim,k Inxv end rteulmioio w whidh III[ Jlmdr .,e eubjwl Tb Sell. AM amm nW Who., -I houo A.-YMrtyuim,lIIN,I...,Jenw.pl-n- All hoe eM Mot... MA-d! to to i-M-Mod in stem.. of JJ, do- MAI'II-Mbowd Mlem by M,. nlmwv. TM seller epee Io I...Or. MW Me PoeMrr Ammlas Dmm ell w. and MOM. wn<M by In PI.W. u. mull of Ibe SJIm nilum to mmPN'^dlh awn law 9 ASSIONAMI Nodym lobby OFF mop, to -fa, w marry III I ,, of my lmnim dw m to h.mr do, MmuWv wllluld IM1e 'AA. naoml.&W. poly. IF.TffLE. I, 9etMmmmh Fly Jv WHAM Md ow, of MP Ad A (tell ANAIM, m-bodoof imoyuobMl ,n MM-yy N1 lAb a cd.. ym wW Goo <f My Ad nE Iiw0. o.Nmolo meweliwµ A®uiry inleml Rrvired F.P. .rnmLnm W <IUMMpMn This rtI- eMD mm,, arm I. to areal.1.11.1,11'..1. Maly oNM-N nW awl .1.Iu ode duMns, DRkns utl-Abb,-..I.WM y 1M Seloh eoMUGwI ob"Fabot,imlo oN-, AM M M WAyd mtr Mbo-Q in My wry, Woof, Mb oAR ie µllpmN or ou W m M prf .lei by Je Purthm. It. PA.. W-Jr.11. vI ttiM In unary Jvip, baim, mlWel w I- wood by R.,, I., btlemh Ib Aborpht As Wfor WP it 1iN.m vve Mmokee lM Nmbuv Auto ny IM.11 I.ino. FdAmA. by own of roe un.1-b MI.. dvlp. "[vim nl.lMn or loos. to Morro.. MAIM conic., mod shill MIMIRy At Pxdwa fw 1^el,-1 ar tlnm.ge wb. it oat M Mlryd to pry by.^wo of. iuA.,. to wY Noe., IM Pr<r bo. by I.1 lM1t MIME Mof Ito mW. 1.-3oid nwpmem,.r 11aIMm1m IM1e i.lmbdon nflM1e SmA, B III.11 uit MM m-AM iohi.pen.ol mtl N1 vu or Md adurmM or pod k mj.-M Ibe Seller v1.11, to iA--1 Ad.1 ob ob o., ARM 1.. rm Ito Pmhmer We do, I. meuid'FbMd w, nPI- III ume win -bo- Molly opal bul vsinAAbAgolpmml. m Moody., M ll tonal. boba obAt ISMWWENCV. H W Sxly AIR beume Iwnlvan or LUlkmp, note m -IF- fw Jr Mo. .1-di..1. b mybMr or ¢e fm eM of JIe Mllm p Mory m boimu. Nls wtlm My Fb Mi1A M MIMIW by Ito PwAvxvotbob oibty, 16. GOVEFNMGL Tho JaA..-.1 Rom wd or by i-,NW-ofM. Abob of eW 0o.0..1.11 polls MrtuWa MA M ..toedolds eN port bytln I- for R... 1Col. No,GSA. TM following AMidwol C'mtlit- apply bolls in m wMrt A. S.HI Is to Mdomo wok WMAW. In1WINIMeewl[v 'FutsP A-MytoorMol Nepmnumofpbae. II. F.P. NFSIrydld.L . The Sellvabnll m Mot' s.iJwoal e19eIIWe own oiW mtil IM.ame i WA' wnlpMW rtl..plW. mtl atoll, ux ofmy.oiJ' Jawmmll.. to Ito wwk o. Modobbete P boo MJ mmpltlion enJ lW fOoP , [umpklool w.,k Arboy oaw e.pmee,Ad M Node mWMtim W @e It"Noll WPm meoNN quip.ml ere fumIMJ by Wr. fm ibb M .rwMimby tlk AA Mob g ANA, llrsei Aunloyd oldRod,III bnnrcite Atlbxmrode r. bMenOooIM1wPM1 auA MNWa oNw gwpmml xx MillgfwluFM by ILe SellavWnlMmM. IRNMORANCE. me sJ,a eon, el ni..wn [.pow. nrv.ilk rwme wrmml Or wnJm[mmA..Nm, ee,IdmP waw.xm., Ae®r Mwrt. mlPl.r. mrloyN on wJL Ito toot mmvtl by Ml. pw[M1memM, ANI.. o-PInt 1-.1 bloy1-1wamoi 0l bo F. lM wkle.MonodI SeE. Jon A. moo mn.Abmen eememl unmoor boll. . Al nu lAF M to My ono W oNwIMINI -My IiSllirylnsu,una wil4 ku1 g31q.Wg a Mr. AM I.1-y-Wthey dd�lY inlulYvxl Sulu lllolo olnl mddeol enJ nIOMM Jmmyge limn M e..Jml of SJW,DW. M Mof AM Into .quirt . w. Defwe ury fly, Jr Sellm mAA <ommm. emPMP obbb b wnrte I ook"dh�p "I b,,bo omen,, 1. yo lm A MmiJI N PoIF FM M a mli .I. WIMP mmMnclin= mJ bw -, Save Iran p^vWN. Smb mdOm. fl l 'IFFM dye wMn even m -.mono Iola Lnmure love been IMbo.Snmunlmmm MIdopvllYlM Po wllmm=e mIt Incow emnbe alto ewb=.mMmm�m.W imllmw[J1x,MMInmiIIW nllul wins wile ILn.��l. rluea.w KMn�[d.