Loading...
04/29/2024Monday, April 29, 2024 6:00 PM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers City Council Meeting Agenda April 29, 2024City Council Meeting Agenda Welcome. We are glad to have you join us. If you wish to address the Council, please complete a Comment Card. Comment Cards are on the right-hand side of the dais by the City Clerk. When recognized, please hand your card to the Clerk, approach the podium and state your name. Persons speaking before the City Council shall be limited to 3 minutes unless otherwise noted under Public Hearings. For other than "Citizens to be heard regarding items not on the Agenda," a spokesperson for a group may speak for 3 minutes plus an additional minute for each person in the audience that waives their right to speak, up to a maximum of 10 minutes. Prior to the item being presented, please obtain the form to designate a spokesperson from the City Clerk. Up to 60 minutes of public comment will be allowed for an agenda item. No person shall speak more than once on the same subject unless granted permission by the City Council. The City of Clearwater strongly supports and fully complies with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours prior to the meeting if you require special accommodations at 727-562-4090. Assisted Listening Devices are available. Kindly refrain from using cell phones and electronic devices during the meeting. Citizens wishing to provide comments on an agenda item are encouraged to do so in advance through written comment. The City has established the following two options: 1) eComments via Granicus - eComments is integrated with the published meeting agenda. Individuals may review the agenda item details and indicate their position on the item. You will be prompted to set up a user profile to allow you to comment, which will become part of the official public record. The eComment period is open from the time the agenda is published. All comments received by 5:00 p.m. the day before the meeting will become part of the official record. 2) Email – Individuals may submit written comments or videos to ClearwaterCouncil@myclearwater.com. All comments received by 5:00 p.m. the day before the meeting will become part of the official record. 1. Call to Order 2. Invocation 3. Pledge of Allegiance 4. Approval of Minutes 4.1 ID#24-0227 Approve the minutes of the April 18, 2024 City Council Meeting as submitted in written summation by the City Clerk. Public Hearings - Not before 6:00 PM Page 2 City of Clearwater Printed on 4/24/2024 April 29, 2024City Council Meeting Agenda 5. Administrative Public Hearings - Presentation of issues by City staff - Statement of case by applicant or representative (5 min.) - Council questions - Comments in support or opposition (3 min. per speaker or 10 min maximum as spokesperson for others that have waived their time) - Council questions - Final rebuttal by applicant or representative (5 min.) - Council disposition 5.1 ID#24-0322 Approve a Professional Services Agreement and Work Order from Cumbey and Fair, Inc., of Clearwater, FL, for Osceola Corridor Improvements (22-0017-EN) in the amount of $2,018,893.00 pursuant to Request for Qualifications (RFQ) 55-23 and authorize the appropriate officials to execute same. 5.2 ID#24-0350 Authorize a purchase order to Ten-8 Fire Equipment Inc of Bradenton FL, for the purchase of a new Heavy Duty Pierce Pumper in the amount of $1,152,524.00 pursuant to Clearwater Code of Ordinances Sections 2.563(1) (c), Piggyback, and 2.563(1)(d), Non-Competitive Purchase (Impractical); declare G2611 surplus effective upon receipt of the purchased vehicle and authorize disposal at auction or trade-in pursuant to Clearwater Code of Ordinances Sections 2.623(6) and (7), whichever is deemed to be in the City’s best interest, and authorize the appropriate officials to execute same. 5.3 ID#24-0441 Authorize a purchase order to MWI Corporation of Tampa, FL for the purchase of four MWI CT4 ECO QP 4-in. silent pumps in a not to exceed amount of $157,720.00 pursuant to Clearwater Code Section 2.563(1)(c) Piggyback and Section 2.563(1)(d) Non-competitive purchases and authorize appropriate officials to execute the same. 6. Second Readings - Public Hearing 6.1 ANX2023-11 012 2nd rdg Adopt Ordinance 9733-24 on second reading, annexing certain real property whose post office address is 1485 Grove Circle Court, Clearwater, Florida 33755, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. 6.2 Ord. 9734-24 2nd rdg Adopt Ordinances 9734-24 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 1485 Grove Circle Court, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Residential Low (RL). Page 3 City of Clearwater Printed on 4/24/2024 April 29, 2024City Council Meeting Agenda 6.3 Ord. 9735-24 2nd rdg Adopt Ordinance 9735-24 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1485 Grove Circle Court, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). 6.4 ANX2023-11 013 2nd rdg Adopt Ordinance 9736-24 on second reading, annexing certain real property whose post office address is 3076 Grand View Avenue, Clearwater, Florida 33759, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. 6.5 Ord. 9737-24 2nd rdg Adopt Ordinances 9737-24 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 3076 Grand View Avenue, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Residential Low (RL). 6.6 Ord. 9738-24 2nd rdg Adopt Ordinance 9738-24 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 3076 Grand View Avenue, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). 6.7 ANX2024-02 001 2nd rdg Adopt Ordinance 9750-24 on second reading, annexing certain real property whose post office address is 1410 Lime Street, Clearwater, Florida 33756, together with the abutting right-of-way of Lime Street, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. 6.8 Ord. 9751-24 2nd rdg Adopt Ordinance 9751-24 on second reading, amending the Future Land Use Element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 1410 Lime Street, Clearwater, Florida 33756, upon annexation into the City of Clearwater, as Residential Low (RL). 6.9 Ord. 9752-24 2nd rdg Adopt Ordinance 9752-24 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1410 Lime Street, Clearwater, Florida 33756, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). Page 4 City of Clearwater Printed on 4/24/2024 April 29, 2024City Council Meeting Agenda 7. Citizens to be heard re items not on the agenda - For purposes of this role, “items pertaining to city business” includes any matter within the Council’s or the City Manager’s power to act, any matter that the Council previously voted on or discussed at the dais, or any matter discussed by or scheduled to be considered by another governmental entity that affects the operation of the City. Each person who wishes to address the Council shall complete a comment card and submit the card to the City Clerk (right-hand side of dais) before the speaker will be permitted to speak. However, if the speaker has just arrived or decided to speak, the Chair may allow the card to be filled out after speaking. Individuals will limit their comments to a maximum of three minutes. The Mayor shall advise the speaker that their time has expired. If the person remains at the podium, thereby interfering with other persons who may wish to be heard, the speaker’s microphone may be turned off, or the Mayor may rule the person out of order in accordance with Rule 15. 8. City Manager Reports 8.1 ID#24-0521 North Beach Update 9. City Attorney Reports 10. Closing comments by Councilmembers (limited to 3 minutes) 11. Closing Comments by Mayor 12. Adjourn Page 5 City of Clearwater Printed on 4/24/2024 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0227 Agenda Date: 4/29/2024 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Approve the minutes of the April 18, 2024 City Council Meeting as submitted in written summation by the City Clerk. Page 1 City of Clearwater Printed on 4/24/2024 City Council Meeting Minutes April 18, 2024 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Thursday, April 18, 2024 6:00 PM Main Library - Council Chambers City Council Draft City Council Meeting Minutes April 18, 2024 Page 2 City of Clearwater Roll Call Present: 5 - Mayor Bruce Rector, Vice Mayor David Allbritton, Councilmember Ryan Cotton, Councilmember Michael Mannino and Councilmember Lina Teixeira Also Present: Jennifer Poirrier – City Manager, Michael Delk – Assistant City Manager, Daniel Slaughter – Assistant City Manager, David Margolis – City Attorney, Rosemarie Call – City Clerk and Nicole Sprague – Deputy City Clerk. To provide continuity for research, items are listed in agenda order although not necessarily discussed in that order. Unapproved 1. Call to Order The meeting was called to order at 6:00 p.m. 2. Invocation 3. Pledge of Allegiance 4. Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by governmental agencies or groups providing formal updates to Council will be limited to ten minutes.) 4.1 2024 Arbor Day Proclamation 4.2 Airpark Advisory Board Annual Presentation. 5. Approval of Minutes 5.1 Approve the minutes of the April 4, 2024 City Council Meeting as submitted in written summation by the City Clerk. Councilmember Cotton moved to approve the minutes of the April 4, 2024 City Council meeting as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. 6. Consent Agenda – Approved as submitted less Item 6.7. 6.1 Authorize purchase orders to Control Southern, Inc. of Suwanee, GA, DevTech Sales, Inc. of Avon Park, FL, Equipment Controls Company of Norcross, GA, Jem-Tech Incorporated of Malabar, FL and Maireco, LLC of Leeds, AL for natural gas meters Draft City Council Meeting Minutes April 18, 2024 Page 3 City of Clearwater and regulators in the cumulative annual not-to-exceed amount of $1,300,000.00 for the term April 1, 2024 through March 31, 2025, with the two, one-year renewal options pursuant to Invitation to Bid 15-24 and authorize the appropriate officials to execute same. (consent) 6.2 Approve the Second Amendment between the City of Clearwater and the International City Management Association Retirement Corporation (ICMA-RC) dba MissionSquare Retirement (MissionSquare) to provide administrative services as Administrator of the City 401a Money Purchase Pension Plan and the voluntary 457 Deferred Compensation Plan, for the term June 1, 2024 through May 31, 2029, pursuant to RFP 16-18 and Clearwater Code of Ordinances Section 2.563(1)(d), Non-Competitive Purchase, and authorize the appropriate officials to execute same. (consent) 6.3 Award purchase orders to Quality Sod and Landscape LLC, Sunbelt Sod and Grading Co. and Tom’s Sod Service, Inc. for citywide sod needs in the cumulative annual amount of $300,000.00 for the initial term April 19, 2024 through April 18, 2025, with two, one-year renewal options pursuant to Invitation to Bid 19-24 and authorize the appropriate officials to execute same. (consent) 6.4 Authorize a Guaranteed Maximum Price proposal to Keystone Excavators, Inc. of Oldsmar, Florida, in the amount of $532,873.50, for pavement milling and resurfacing at six Parks and Recreation facilities, including Country Hollow Park, Forest Run Park, Glen Oaks Park, Phillip Jones Park, Soule Road Park, and Woodgate Park, pursuant to Request for Qualifications (RFQ) 40-20, Construction Manager at Risk (CMAR) Services Continuing Contracts and authorize the appropriate officials to execute same. (consent) 6.5 Authorize a Guaranteed Maximum Price proposal to Certus Builders of Bristol, Florida, for professional construction services to include the final design and subsequent construction of new structural and surface improvements at 201 Glenwood Avenue (Crest Lake Park) in the amount of $101,882.51 pursuant to Request for Qualifications (RFQ) 40-20, Construction Manager at Risk (CMAR) Services Continuing Contracts and authorize the appropriate officials to execute same. (consent) 6.6 Approve an increase on the purchase order to QTM, Inc of Oldsmar, FL, for pit repairs to the Solid Waste Transfer Station in the amount of $132,431.00, for a combined total amount of $227,431.00, pursuant to ITB 52-22 Welding, Metal Fabrication and Related Services and authorize the appropriate officials to execute same. (consent) 6.7 Appoint two individuals to the Environmental Advisory Board: Jason Drizd to fill an unexpired term through December 31, 2025 and Michael Rubino to fill an unexpired term through October 31, 2025. (consent) See below. Draft City Council Meeting Minutes April 18, 2024 Page 4 City of Clearwater 6.8 Appoint Michael Mastruserio to the Community Development Board to fill the remainder of an unexpired term through February 28, 2026. (consent) 6.9 Approve a Legal Services Agreement between the City and Manson Bolves Donaldson Tanner, P.A. for the legal representation in the matter of Bayesplanade.com, LLC v. City of Clearwater - 24-001035-CI, in an initial amount not to exceed $25,000 and authorize the appropriate officials to execute same. (consent) Councilmember Teixeira moved to approve the Consent Agenda as submitted, less Item 6.7, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.7 Appoint two individuals to the Environmental Advisory Board: Jason Drizd to fill an unexpired term through December 31, 2025 and Michael Rubino to fill an unexpired term through October 31, 2025. (consent) APPOINTMENT WORKSHEET BOARD: Environmental Advisory Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: None MEMBERS: 5 CHAIRPERSON: Jared Leone MEETING DATES: Quarterly Meetings - 3rd Wed., 4 pm (Jan., April, July, Oct.) STAFF LIAISON: Cassie Cordova - Sustainability PLACE: Main Library/Council Chambers APPTS. NEEDED: 2 THE FOLLOWING ADVISORY BOARD MEMBER HAS RESIGNED AND SEAT NOW REQUIRES REPLACEMENT BY A NEW EMPLOYEE: 1. Marita Lynch - Protected Address - Registered Nurse Original Appointment: 1/1/22 Resignation Date: 3/20/24 2. John Thomas - 1200 Gulf Blvd., Unit 904 - Environmental Consultant Original Appointment: 11/1/21 Resignation Date: 3/11/24 THE NAME(S) BELOW ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCIES: 1. Gladys Andrews - 1501 Gulf Blvd., Unit 302, 33767 - Retired Principal Draft City Council Meeting Minutes April 18, 2024 Page 5 City of Clearwater (Elementary, Middle School, and High School) 2. Toby Bradenburgh - 200 Starcrest Dr., Unit 82, 33765 - Insurance Agent 3. Jason Drizd - 1611 Algonquin Dr., 33755 - Environmental Scientist 4. Erina Ford - 2932 Eagle Estates Circle N, 33761 - Investment Products Support 5. Sonja Jokela - 1406 Hamlet Ave, Apt. 5, 33756 - Lease Analyst 6. Patricia Kirby - 1111 Spencer Ave., 33756 - Vision Coach 7. Michael Rubino - 2364 Terence Ct, 33759 - Air Quality Expert Zip codes of current members: 1 at 33755 1 at 33756 1 at 33764 One individual expressed concerns with Council not considering the diversity of the community when considering appointees. Vice Mayor Allbritton moved to appoint two individuals to the Environmental Advisory Board: Jason Drizd to fill an unexpired term through December 31, 2025 and Michael Rubino to fill an unexpired term through October 31, 2025. The motion was duly seconded and carried unanimously. Public Hearings - Not before 6:00 PM 7. Administrative Public Hearings 7.1 Approve the Local Housing Assistance Plan (LHAP) for FY2024-2025 through Fiscal Year 2026-2027; authorize appropriate officials to execute the Certification to Florida Housing Finance Corporation; and adopt Resolution 24-08. Florida Statute Section 420.9072 requires counties and cities receiving State Housing Initiatives Partnership (SHIP) Program funds to develop a three-year LHAP outlining strategies for how the funds will be utilized. The city receives annual allocations from the State of Florida through the Florida Housing Finance Corporation (FHFC). The City expends SHIP funds per the strategies outlined in the LHAP. The City’s current LHAP covers state fiscal years 2021-2022 through 2023-2024. The state fiscal year begins on July 1 and ends on June 30 annually. Over the term of the current LHAP, the city received SHIP allocations of $809,837, $1,127,930, and $1,365,854; and program income of $1,042,172, $741,180, and $848,439 (through January 2024) for fiscal years 2021-2022, 2022-2023, and 2023-2024 respectively. The new LHAP will cover state fiscal years 2024-2025 through 2026-2027. The strategies outlined in the new LHAP are a continuation of the city’s current Draft City Council Meeting Minutes April 18, 2024 Page 6 City of Clearwater LHAP. All changes made within the new LHAP will be retroactive to the current LHAP to enable the use of prior year funds, if available. The LHAP is comprised of Housing Strategies and Incentive Strategies. The Housing Strategies Include: • Purchase Assistance with Rehabilitation: This program provides funds to developers and community-based non-profit organizations to acquire, rehabilitate and resell single-family housing units. The community land trust principles may be utilized. This strategy also includes down payment assistance for eligible homebuyers as described below. • Purchase Assistance for Existing Home without Rehabilitation: The city will use SHIP funds to provide down payment and closing costs assistance to eligible homebuyers purchasing new and existing homes. The maximum assistance is Seventy-Five Thousand Dollars ($75,000). Borrowers will be required to make a minimum One Thousand Dollar ($1,000) cash contribution toward the purchase price. The loan will be deferred for clients with total household income under 50% of Area Median Income (AMI) and will be forgiven at the end of the 25-year loan term. For clients with household income above 50% AMI and up to 120% AMI, the loan will be deferred for five (5) years and 50% of the loan will be amortized over the following twenty (20) years. At the end of the 25-year loan term, the balance of the loan will be forgiven. • Owner-Occupied Rehabilitation: The city will provide funds for the rehabilitation of owner-occupied single-family residences. The maximum loan is Sixty Thousand Dollars ($60,000); an additional Fifteen Thousand Dollars ($15,000) in grant funds may be provided to remove accessibility barriers and to improve accessibility for people with special needs. For households with income up to 80% AMI, the loan will be deferred for 20 years and forgiven at the end of the loan term. Clients above 80% AMI and up to 120% AMI will be required to repay 50% of the loan over 20 years and the remaining balance will be forgiven at the end of the loan term. • New Construction: This program provides funds to eligible developers and community based non-profit organizations for the development of new single-family housing units. • Multifamily Housing: The city will provide SHIP funds to developers and community based non-profit organizations to support the acquisition, rehabilitation, and new construction of rental housing. • Disaster Assistance: In the case of natural or man-made disasters, this strategy will utilize SHIP funding for emergency or interim repairs. • Demolition/Relocation/Construction: This strategy may be used when a home has fallen into disrepair to the point of being unsafe and the cost to repair the home exceeds the maximum assistance under the Home Rehabilitation Strategy. The maximum award under this strategy is Two Hundred Thousand Dollars ($200,000). The loan will be deferred for clients with total household income under 50% AMI and the loan will be forgiven at the end of the 25-year loan term. For clients with household income above 50% AMI and up to 120% AMI, the loan will be deferred for five (5) years and 50% of the loan will be amortized over the following twenty (20) years. At the end of the 25-year loan term, the Draft City Council Meeting Minutes April 18, 2024 Page 7 City of Clearwater balance of the loan will be forgiven. • Rental Assistance: Funds will be awarded to income eligible rental households to prevent against the threat of eviction and becoming homeless. Eligible expenses include utility deposits, security deposits and assistance for utility and rent arrears. The Affordable Housing Advisory Committee (AHAC) convened in the fall of 2023 to review policies and procedures, ordinances, land development regulations and the city’s adopted comprehensive plan. The AHAC’s objective was to recommend specific actions or initiatives to encourage or facilitate affordable housing. The proposed LHAP includes the following nine incentive strategies recommended by the AHAC: • Expedited Permitting: Streamline permits as provided for in Florida Statutes Section 163.3177 (6) (f) (3), for affordable housing projects are expedited to a greater degree than other projects. • Ongoing Review Process: An ongoing process for review of local policies, ordinances, regulations, and plan provisions that increase the cost of housing prior to their adoption. • Modification of Fees: The Economic Development and Housing Department will continue to assist with the payment of Plan Review and Permit Fees and impact fees utilizing state and federal funds designated for affordable housing. • Flexible Densities: The city supports flexibility in densities for affordable housing through its Comprehensive Plan policies, through its Community Development Code and in accordance with the Live Local Act. • Accessory Dwelling Units: The city will continue to allow for accessory dwelling units in non-residential zoning districts as described within the city’s Community Development Code. • Parking Reduction: The Housing Element of the city’s Comprehensive Plan supports the reduction of Parking and setback requirements for affordable housing developments. • Flexible Lot Configuration: The city currently allows flexible setback requirements for affordable Housing developments. The plan must be sensitive to the character and context of the existing neighborhood. • Proximity to Transportation, Employment & Mixed-Use Development: The city will maintain and implement policies of the city’s Comprehensive Plan that incentivize affordable housing development proximate to transportation hubs, major employment centers, and mixed-use development. • Financing: The city will diversify financial strategies to contribute to the Draft City Council Meeting Minutes April 18, 2024 Page 8 City of Clearwater new construction and maintenance of affordable housing and financial assistance to obtain housing. At its meeting held on April 9, 2024, the Neighborhood and Affordable Housing Advisory Board recommended city council approval of this item. STRATEGIC PRIORITY: Objective 2.4 - Supports equitable housing programs that promote household stability and reduces the incidence of homelessness within Clearwater. Resolution 24-08 was presented and read by title only. Councilmember Mannino moved to approve the Local Housing Assistance Plan (LHAP) for FY2024-2025 through Fiscal Year 2026-2027; authorize appropriate officials to execute the Certification to Florida Housing Finance Corporation; and adopt Resolution 24-08. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.2 Approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 1485 Grove Circle Court, and pass Ordinances 9733-24, 9734-24, and 9735-24 on first reading. (ANX2023-11012) This voluntary annexation petition involves a 0.233-acre property consisting of one parcel of land occupied by a detached dwelling. The property is located on the south side of Grove Circle Court approximately 210 feet west of North Highland Avenue. The applicant is requesting annexation in order to receive sanitary sewer and solid waste service from the city. The property is contiguous to city boundaries on all sides and would result in the elimination of an enclave. It is proposed that the property be assigned a Future Land Use Map designation of Residential Low (RL) and a Zoning Atlas designation of Low Medium Density Residential (LMDR). The Planning and Development Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: • The property currently receives water service from the city. The closest sanitary sewer line is located within the adjacent Grove Circle Court right-of-way. The applicant is aware that the required sanitary sewer impact and assessment fees must be paid in full prior to connection and of the additional costs to extend to the city’s sanitary sewer system. Collection of solid waste will be provided by the City of Clearwater. The property is located within Police District II and service will be Draft City Council Meeting Minutes April 18, 2024 Page 9 City of Clearwater administered through the district headquarters located at 645 Pierce Street. Fire and emergency medical services will be provided to this property by Station #51 located at 1712 Overbrook Avenue. The city has adequate capacity to serve this property with sanitary sewer, solid waste, police, and fire and EMS service. The proposed annexation will not have an adverse effect on public services and their levels of service; and • The proposed annexation is consistent with and promotes the following objective and policies of Clearwater 2045, the city’s Comprehensive Plan: Objective PI 9.1 Continue to work with Pinellas County in the orderly annexation of the city’s existing enclaves. Policy PI 9.1.2 Continue to process voluntary annexations for single-family residential properties upon request. Policy PI 9.1.4 Promote voluntary annexation through the implementation of a strategic annexation program focused on eliminating enclaves and other unincorporated areas within the Clearwater Planning Area. • The proposed Residential Low (RL) Future Land Use Map category is consistent with the Countywide Plan designation of the property. This proposed RL category primarily permits residential uses at a density of 5 units per acre. The proposed zoning district to be assigned to the property is the Low Medium Density Residential (LMDR) District. The use of the subject property is consistent with the uses allowed in the district and the property exceeds the district’s minimum dimensional requirements. The proposed annexation is therefore consistent with the Countywide Plan and the City’s Comprehensive Plan and Community Development Code; and • The property proposed for annexation is contiguous to existing city boundaries on all sides; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. STRATEGIC PRIORITY: This voluntary annexation petition supports the Deliver Effective and Efficient Services by Optimizing City Assets and Resources goal of the city’s Strategic Plan by reducing enclaves and delivering city services to properties within the city’s service boundary. This petition also supports Ensure Exceptional Communities and Neighborhoods Where Everyone Can Thrive goal by better unifying neighborhoods and reducing issues with multiple jurisdictions. Ordinances 9733-24, 9734-24, and 9735-24 were presented and read Draft City Council Meeting Minutes April 18, 2024 Page 10 City of Clearwater by title only. Councilmember Cotton moved to approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 1485 Grove Circle Court, and pass Ordinances 9733-24, 9734-24, and 9735-24 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.3 Approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 3076 Grand View Avenue, and pass Ordinances 9736-24, 9737-24, and 9738-24 on first reading. (ANX2023-11013) This voluntary annexation petition involves a 0.172-acre property consisting of one parcel of land occupied by a detached dwelling. The property is located on the northwest corner of Grand View Avenue and North McMullen Booth Road. The applicant is requesting annexation in order to receive sanitary sewer and solid waste service from the city. The property is contiguous to city boundaries to the east, west, and south. It is proposed that the property be assigned a Future Land Use Map designation of Residential Low (RL) and a Zoning Atlas designation of Low Medium Density Residential (LMDR). The Planning and Development Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: • The property currently receives water service from the city. The closest sanitary sewer line is located within the adjacent Grand View Avenue right-of-way. The applicant has paid the required sanitary sewer impact and assessment fees in full and has been connected to the city’s sanitary sewer system. Collection of solid waste will be provided by the City of Clearwater. The property is located within Police District III and service will be administered through the district headquarters located at 2851 North McMullen Booth Road. Fire and emergency medical services will be provided to this property by Station #49 located at 565 Sky Harbor Drive. The city has adequate capacity to serve this property with sanitary sewer, solid waste, police, and fire and EMS service. The proposed annexation will not have an adverse effect on public services and their levels of service; and • The proposed annexation is consistent with and promotes the following Draft City Council Meeting Minutes April 18, 2024 Page 11 City of Clearwater objective and policy of Clearwater 2045, the city’s Comprehensive Plan: Objective PI 9.1 Continue to work with Pinellas County in the orderly annexation of the city’s existing enclaves. Policy PI 9.1.2 Continue to process voluntary annexations for single-family residential properties upon request. • The proposed Residential Low (RL) Future Land Use Map category is consistent with the Countywide Plan designation of the property. This proposed RL category primarily permits residential uses at a density of 5 units per acre. The proposed zoning district to be assigned to the property is the Low Medium Density Residential (LMDR) District. The use of the subject property is consistent with the uses allowed in the district and the property exceeds the district’s minimum dimensional requirements. The proposed annexation is therefore consistent with the Countywide Plan and the City’s Comprehensive Plan and Community Development Code; and • The property proposed for annexation is contiguous to existing city boundaries to the east, west, and south; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. STRATEGIC PRIORITY: This voluntary annexation petition supports the Deliver Effective and Efficient Services by Optimizing City Assets and Resources goal of the city’s Strategic Plan by reducing enclaves and delivering city services to properties within the city’s service boundary. This petition also supports Ensure Exceptional Communities and Neighborhoods Where Everyone Can Thrive goal by better unifying neighborhoods and reducing issues with multiple jurisdictions. Ordinances 9736-24, 9737-24, and 9738-24 were presented and read by title only. Councilmember Teixeira moved to approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 3076 Grand View Avenue, and pass Ordinances 9736-24, 9737-24, and 9738-24 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira Draft City Council Meeting Minutes April 18, 2024 Page 12 City of Clearwater 7.4 Approve the annexation, initial Future Land Use Map designation of Residential Low (RL), and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 1410 Lime Street, together with the abutting right-of-way of Lime Street, and pass Ordinances 9750-24, 9751-24, and 9752-24 on first reading. (ANX2024-02001) This voluntary annexation petition involves a 0.155-acre property consisting of one parcel of land occupied by a detached dwelling. The property is located on the north side of Lime Street approximately 500 feet east of South Hillcrest Avenue. The applicant is requesting annexation in order to receive sanitary sewer and solid waste service from the city. The Development Review Committee is proposing that the 0.10-acres of abutting Lime Street right-of-way not currently within the city limits also be annexed. The property is contiguous to existing city boundaries to the north, west, and east. It is proposed that the property be assigned a Future Land Use Map designation of Residential Low (RL) and a Zoning Atlas designation of Low Medium Density Residential (LMDR). The Planning and Development Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: • The property currently receives water service from the City of Clearwater. The closest sanitary sewer line is located in the adjacent Lime Street right-of-way. The applicant has paid the city's sewer impact and assessment fees and is aware of the additional costs to extend city sewer service to this property. Collection of solid waste will be provided by the City of Clearwater. The property is located within Police District II and service will be administered through the district headquarters located at 645 Pierce Street. Fire and emergency medical services will be provided to this property by Station #47 located at 1460 Lakeview Road. The city has adequate capacity to serve this property with sanitary sewer, solid waste, police, fire and EMS service. The proposed annexation will not have an adverse effect on public services and their levels of service; and • The proposed annexation is consistent with and promotes the following objective and policy of Clearwater 2045, the city’s Comprehensive Plan: Objective PI 9.1 Continue to work with Pinellas County in the orderly annexation of the city’s existing enclaves. Policy PI 9.1.2 Continue to process voluntary annexations for single-family residential properties upon request. Draft City Council Meeting Minutes April 18, 2024 Page 13 City of Clearwater • The proposed Residential Low (RL) Future Land Use Map category is consistent with the current Countywide Plan designation of the property. This designation primarily permits residential uses at a density of 5 units per acre. The proposed zoning district to be assigned to the property is the Low Medium Density Residential (LMDR) District. The use of the subject property is consistent with the uses allowed in the district and the property exceeds the district’s minimum dimensional requirements. The proposed annexation is therefore consistent with the Countywide Plan and the city’s Comprehensive Plan and Community Development Code; and • The property proposed for annexation is contiguous to existing city boundaries to the north, west, and east; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. STRATEGIC PRIORITY: This voluntary annexation petition supports the Deliver Effective and Efficient Services by Optimizing City Assets and Resources goal of the city’s Strategic Plan by reducing enclaves and delivering city services to properties within the city’s service boundary. This petition also supports Ensure Exceptional Communities and Neighborhoods Where Everyone Can Thrive goal by better unifying neighborhoods and reducing issues with multiple jurisdictions. Ordinances 9750-24, 9751-24, and 9752-24 were presented and read by title only. Vice Mayor Allbritton moved to approve the annexation, initial Future Land Use Map designation of Residential Low (RL), and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 1410 Lime Street, together with the abutting right-of-way of Lime Street, and pass Ordinances 9750-24, 9751-24, and 9752-24 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Allbritton, Councilmember Cotton, Councilmember Mannino and Councilmember Teixeira 7.5 Appoint Councilmembers to Regional and Miscellaneous Boards. 2024 Regional and Miscellaneous Board Appointment Board (Date/Time of Meeting) Delegate Draft City Council Meeting Minutes April 18, 2024 Page 14 City of Clearwater Audit Committee Aungst, Sr. (Meets as required) Herb McLachlan, citizen Lisa Burley American Public Gas Association Teixeira (Brian Langille - Gas) (meet 4 times a year - move around the Country) Barrier Island Governmental Council Rector Voting Del. (4th Wednesday of the month - 9:00 a.m.; two-year term) Allbritton - Alt. Location: TBA (Meeting place rotates) Clearwater Arts Alliance Teixeira (4th Tuesday of the month - 4:00 p.m.) Location: Johnson, Pope, Bokor, Ruppel & Burns, 911 Chestnut St., 33756 Courtney Campbell Scenic Highway Citizen Advisory Committee Cotton (Quarterly on 3rd Friday of the month - 10:00 a.m.) Homeless Leadership Alliance Mannino (1st Friday of the month - 1:00 p.m.) Location: Hospice of the Florida Suncoast on Roosevelt Blvd. Mayor’s Council of Pinellas County Rector (1st Wednesday of the month - 11:30 a.m.) Pinellas County Aircraft Noise Abatement Task Force Sean Schrader (At Large) (Quarterly - 3:00 p.m.) Jerry Karp/Del Oro Groves Location: St. Pete-Clearwater Int’l Airport - Conf. Room #234) School Transportation Safety Committee Cotton (Meet as needed - 9:30 a.m.) Location: 600 Cleveland St., Suite 750 Suncoast League of Cities Board Mannino (3rd Friday of the month - 11:30 a.m.) Teixeira- Alt. Location: Different city every month Tampa Bay Estuary Policy Board Cotton (Quarterly on Friday - 10:00 a.m.) Mannino - Alt. Councilmember highly recommended Location: Tampa Bay Regional Planning Council, 4000 Gateway Centre, Ste. 100, Pinellas Park Tampa Bay Regional Planning Council (TBRPC) Teixeira (2nd Monday - 10:00 a.m.) Cotton- Alt. Location: Tampa Bay Regional Planning Council, 4000 Gateway Centre, Draft City Council Meeting Minutes April 18, 2024 Page 15 City of Clearwater Ste.100, Pinellas Park The following Boards have the specific term expiration date noted: Board (Date/Time of Meeting) Delegate Bicycle Advisory Committee (BAC) Chip Haynes Advisory Committee to the MPO Robert Yunk (4th Monday each month - 8:30 a.m.) Win Dermody No seat terms Ric Hartman - Tech Support Rep. Clearwater Representatives (appointments made by County) Citizens Advisory Committee (CAC) Luis Serna Advisory Committee to the MPO Bill Jonson (4th Thursday each month - 7:00 p.m. - 4 year term) Clearwater Representatives (appointments made by County) Forward Pinellas Allbritton MPO/PPC - (2nd Wednesday of the month - 1:00 p.m.) (term expires 9/30/25; four-year term) Location: P.C. Courthouse, 5th Floor Pension Advisory Committee (PAC) (2nd Thursday - 9:00 a.m.) (two-year term) Teixeira 4/4/2026 Cotton 4/4/2023 Pension Investment Committee Sheldon Goldberg (term expires 8/31/22; two-year term) (Resigned 11/19/21) Note- Pension Trustees will fill vacancy at April 15, 2024 meeting. Pinellas Suncoast Transit Authority (PSTA) Allbritton (4th Wednesday of the month - 9:00 a.m.) (term expires 9/30/24; three-year term) Location: PSTA, St. Petersburg Sister Cities Advisory Board Teixeira (term expires 4/30/26; four-year term) Appointments by other entities: Florida League of Mayors Rector Tourist Development Council Rector (City Council makes recommendation/County makes appointment) (term expires 10/31/24; four-year term) Draft City Council Meeting Minutes April 18, 2024 Page 16 City of Clearwater Note - Council appointed Mayor Rector - April 4, 2024 council meeting. WorkNet Pinellas Board * Mannino (Quarterly - 11:45 a.m.) Location: EpiCenter in Clearwater *8/8/13 - Per Diana Day, Adm. Asst., WorkNet Pinellas Board, an elected official is no longer a requirement & there’s no term expiration. Currently councilmember Kathleen Beckman is a non-voting committee member and has the option to attend this board. Councilmember Mannino moved to appoint Councilmembers to Regional and Miscellaneous Boards as listed and appoint Councilmember Mannino to the Audit Committee. The motion was duly seconded and carried unanimously. 8. Citizens to be heard re items not on the agenda - For purposes of this role, “items pertaining to city business” includes any matter within the Council’s or the City Manager’s power to act, any matter that the Council previously voted on or discussed at the dais, or any matter discussed by or scheduled to be considered by another governmental entity that affects the operation of the City. Each person who wishes to address the Council shall complete a comment card and submit the card to the City Clerk (right-hand side of dais) before the speaker will be permitted to speak. However, if the speaker has just arrived or decided to speak, the Chair may allow the card to be filled out after speaking. Individuals will limit their comments to a maximum of three minutes. The Mayor shall advise the speaker that their time has expired. If the person remains at the podium, thereby interfering with other persons who may wish to be heard, the speaker’s microphone may be turned off, or the Mayor may rule the person out of order in accordance with Rule 15. Lucas Altic, Jennifer Harding, Julie Webster, Brian Harding, and Patricia Kirby opposed Duke Energy's tree removal process and requested assistance from the City to help find a middle ground with Duke Energy. Tony Tello said he was happy to hear that Grahame's Gourmet Cafe has moved into 530 Cleveland Street and expressed concerns with the sidewalk sign violation he received and urged Council to amend the code to allow signage that is conducive to growing business. Blain Enderle expressed concern with Drew Street policing and urged the City Manager to direct the Clearwater Police Department to enforce the speed limit. Andre Johnson expressed concerns that he was deprived his due Draft City Council Meeting Minutes April 18, 2024 Page 17 City of Clearwater process rights when cases he filed against the City were heard simultaneously. Daniel Holuba expressed concerns regarding the Clearwater Police Department. He said the First Amendment must be respected and defended and urged Council abolish Rule 15. Bill Jonson said he worked as a volunteer at the Sugar Sand Festival and had a wonderful experience. Patrick Raftery supported Council appointing a citizen to the Community Development Board and supported the newly constituted Downtown Development Board. He encouraged the City promote the new Board. 9. City Manager Reports – None. 10. City Manager Verbal Reports 10.1 North Beach Update Public Works Director Marcus Williamson said a lot of the lateral pipes in the storm sewer system are individual pipes that will come out **to the weir. He provided depictions of sunny day flooding, instances where the water will get up high enough and back-up into the storm sewer and flood the streets. He said high tide prevents stormwater from discharging. During a storm surge, there is nothing one can do because the storm sewer system in inundated. He said staff met with the Ft. Lauderdale staff to discuss lessons learned during a recent rain event and experience with their tidal valve installations. 11. City Attorney Reports – None. 12. Closing comments by Councilmembers (limited to 3 minutes) Councilmember Teixeira reviewed recent and upcoming events and announced that the City has been nominated for an award at the upcoming Future of the Region Awards. Vice Mayor Allbritton reviewed recent events and said Forward Pinellas recently approved a modification to the transportation improvement program, which de-obligated funds that were not going to be used during the 2-year period and direct those funds to other projects. He said the preliminary PPC budget was presented and remained flat. He said Forward Pinellas' Apportionment Plan has been transmitted to the Governor's Office, if approved it would provide Clearwater a second Representative on the Board. 13. Closing Comments by Mayor Draft City Council Meeting Minutes April 18, 2024 Page 18 City of Clearwater Mayor Rector reviewed recent and upcoming events. He thanked staff and partners for collaborating and making the city a better place. He looks forward to see what else can be done in other parts of the city, not just Clearwater beach and Coachman Park. 14. Adjourn The meeting adjourned at 7:31 p.m. Mayor City of Clearwater Attest City Clerk Draft Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0322 Agenda Date: 4/29/2024 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve a Professional Services Agreement and Work Order from Cumbey and Fair, Inc., of Clearwater, FL, for Osceola Corridor Improvements (22-0017-EN) in the amount of $2,018,893.00 pursuant to Request for Qualifications (RFQ) 55-23 and authorize the appropriate officials to execute same. SUMMARY: The potable water, wastewater collection, and stormwater systems along Osceola Avenue are aging beyond their useful life and must be replaced. This project will replace those systems, including construction of a new reclaimed water main, followed by roadway reconstruction and potential implementation of mobility enhancements. On August 11, 2023, Procurement issued RFQ 55-23, Consulting Services - Osceola Avenue Corridor Improvement Project and the City received five responses on September 12, 2023. The selection committee consisting of representatives from the Community Redevelopment Agency, Public Utilities and the Public Works Department carefully reviewed each of the submittals received. Each submittal was ranked on the RFQ criteria and overall responsiveness to the RFQ requirements. Cumbey and Fair, Inc. was selected to provide the requested Consulting Services. Cumbey & Fair will provide all project-related engineering and consulting services, including preparation of various concept renderings, complete and comprehensive design drawings, specifications, colorized renderings, construction documents, analysis, and preparation of project cost estimates. The project will include urban design characteristics appropriate for this central business district corridor. This design effort will cover Osceola Ave., from Drew St., south to Court St. The project scope includes utility design (potable water, wastewater collection, stormwater, and adding reclaimed water), roadway design, intersection evaluations that may require associated public outreach, in addition to recommending means of incorporating green infrastructure and sustainability to align with Greenprint 2.0. Design is expected to take 1.5 years and construction will begin in fiscal year 2026. The Florida Department of Transportation (FDOT) Staff Hour Estimates (SHEs) guidelines and forms are used by design consultants to develop, as well as negotiate, design fees. This methodology describes the work efforts by breaking down estimated hours required to accomplish each task/activity based on project-specific scope of services. The Staff Hour Estimates guidelines have an established range of units required to complete each task that may vary depending on each task’s complexity. The design fee for Osceola Corridor Improvements were calculated using this standard industry method. The proposed staff hours, hourly rates, distributions, and scope were thoroughly reviewed and negotiated between the City and the Consultant (Cumbey & Fair, Inc) during a Staff Hour Negotiations Meeting prior to the consultant drafting a work order for the project. This is a valuable and well recognized tool used to develop Design Fees for transportation projects. For budgeting or estimating construction costs for roadway projects, FDOT's Long Range Estimate methodology is a reliable and well-established method (25+ years). This method was used by Cumbey & Fair to estimate construction costs for this project. This data driven methodology is also used by adjacent municipalities (Tampa, Hillsborough, Pinellas County and St. Pete) to develop estimates for their proposed projects. The project line items were estimated based on project limits and features using conceptual modeling to generate anticipated pay items, quantities, and unit prices based on statewide averages. In the case of roadway construction, the system uses pavement, median, sidewalk, curb and gutter, pavement design Page 1 City of Clearwater Printed on 4/24/2024 File Number: ID#24-0322 information, and section length to generate roadway quantities such as stabilization, base, asphalt, concrete, curb and gutter, asphalt Friction course, etc. As standard practice, once the project is in design the engineer estimates get refined as the design progresses. The total project budget for Osceola Corridor Improvement project is anticipated to be $13,650,000. The following funding is identified in the approved 6-year Capital Improvement Program totaling $ 8,435,430.00: General Fund Revenue: $1,687,080.00 Stormwater Fund Revenue: $1,687,080.00 Water & Sewer Fund Revenue: $5,061,270.00 If approved at the current estimated project scope, additional funding totaling $5,214,570.00 will need to be allocated. These funds will be required for the construction phase of the proposed project in FY26 (Fall of 2025) and will be included in the pending FY 25 6-year CIP budget. The following amounts will be required by fund: General Fund Revenue: $760,275.00 Stormwater Fund Revenue: $481,554.00 Water & Sewer Fund Revenue: $3,972,741.00 Sufficient funds are available for the design portion of this project based on adjustments listed below. APPROPRIATION CODE AND AMOUNT: To fund this work order, midyear budget amendments will transfer $754,096.12 consisting of $4,984.00 from ENST180005, Coastal Basins, to 3197319-C2408 and $749,112.12 from 32173217- 96213, Marshall Street Upgrade to 3217321-C2408, Osceola Ave Streetscape. After amending, the following funding is available in Capital Improvement Projects C2408, Osceola Ave Streetscape, to fund the work order. 3157541-561200-C2408 Roads $176,706.88 3197319-561200-C2408 Storm $427,004.00 3217321-561300-C2408 Water/Sewer/Reclaimed $749,112.12 3277327-561300-C2408 W&S Utility R&R $666,070.00 STRATEGIC PRIORITY: This item includes objective 1.2, (maintaining public infrastructure) within High Performing Government, objective 3.3, promote marketing and outreach strategies that encourages stakeholders' engagement, and objective 4.4, develop accessible and active transportation network that enhances pedestrian safety. Page 2 City of Clearwater Printed on 4/24/2024 CUMBEY & FAIR, INC. City of Clearwater Consultant Work Order Page 1 of 25 Revised: 12/28/2023 CONSULTANT WORK ORDER Date: 02/20/2024 1. PROJECT INFORMATION: Project Title: Osceola St. Improvements City Project Number: 22-0017-EN City Plan Set Number: 2022015 Consultant Project Number: 23012 2. SCOPE OF SERVICE This project is intended to improve Osceola Avenue from Drew St. to Court St.; a significant portion of the project includes replacing subsurface utilities and installing a new reclaimed water main. One of the main goals of the project is to improve the pedestrian experience while maintaining functionality for public and emergency services access to major events held in Coachman Park, which can accommodate up to nine thousand ticketed event guests and thousands more in the unticketed park space. All design work must adhere to the City's Greenprint 2.0 Initiatives and provide opportunities for increased resiliency with the City's infrastructure. The design should create a pedestrian-friendly corridor complementary to active ground-floor commercial uses and a dense urban development pattern. The consultant firm is expected to provide all project-related engineering and consulting services, including preparation of various concept renderings, complete and comprehensive design drawings, specifications, colorized renderings, construction documents, analysis and preparation of project cost estimates, creation and organization of project presentations, coordination and attendance of all project meetings (including Neighborhood and City Council meetings) and direction and utilization of public engagement efforts. The project will include urban design characteristics appropriate for this central business district corridor. Osceola Avenue is classified as a local street that runs from Jones Street (north) to Court Street (south) through Downtown Clearwater. The project area will include the segment beginning at Court Street and extending north to Drew Street, approximately 0.4 miles. There are three signalized intersections and three unsignalized intersections. The approximate limits and project area can be found in Figure 1, which includes utility work CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 2 of 25 Revised: 12/28/2023 at the intersecting roads. The street is comprised of one travel lane in each direction, north and south, with certain sections having parallel parking and center turn lanes. Figure 1: Project Location Map (The blue shape notes the SUE and survey limits) Major surface components of the existing right-of-way include pavement, sidewalks with minimal landscaping, striped medians, and signalized intersections with pedestrian crosswalks. Major subgrade components include utility infrastructure such as stormwater conveyances, potable water, sanitary sewer, natural gas, a chilled water line belonging to Pinellas County, and fiber optic lines/structures. In addition, private infrastructure, such as power and communication utilities, exists within the right-of-way of the Osceola Avenue corridor. The consultant shall be CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 3 of 25 Revised: 12/28/2023 responsible for field verifying all utilities before design and construction. It is important to note that the intersecting utilities shall remain in service throughout the project. The project's subsurface portion will include adding new reclaimed water services in the corridor, consolidating the two existing water mains into one water main, and evaluating the sanitary sewer line and manholes for either replacement or lining. Reclaimed water currently dead ends at the southwest corner of Osceola and Drew Street, and also runs up Osceola from Court to the south side of the County building across from the old City Hall. Connecting the two will loop the existing system and will provide reclaimed water service to those in between. The above-surface portion of the project includes improving the pedestrian experience by creating wider sidewalks where possible, increasing landscaping, and creating connectivity between Coachman Park, the right-of-way corridor, and also future projects referred to as the Bluffs Development) and new City parking garage on Osceola Avenue currently under design. A future supplemental work order to oversee construction will be prepared and submitted alongside the selected contractor’s bid to the City Council for approval. I. PRE-DESIGN PHASE: Task 1.1: General Task This task involves internal and external daily management activities required before design. This will include progress reports, project meeting organization and summaries, project planning, field visits, and regularly scheduled monthly project meetings with the overall team and weekly meetings with the Clearwater Project Manager. Project Kickoff and Coordination Meetings: A kickoff meeting with City staff will discuss the project scope, design, and surrounding impacts. This task also includes coordination with the other Agency staff, between disciplines and sub-consultants, local governments, progress review meetings (phase review), and miscellaneous project coordination meetings. Meeting minutes for all meetings will be prepared and distributed to meeting members and City representatives. Task 1.2: Traffic Data Collection Osceola Avenue is not a high-traffic corridor, but it will be important to get an understanding of travel conditions. As such, it is being proposed that 8-hour peak period turning movement counts (TMC) should be collected at the three signalized intersections. These include: Osceola Avenue @ Court Street / SR 60 CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 4 of 25 Revised: 12/28/2023 Osceola Avenue @ Cleveland Street Osceola Avenue @ Drew Street Traffic count data will be collected for the 6:30 am-9:30 am, 11:30 am-1:30 pm, and 3:30 pm-6:30 pm periods during a weekday. In addition, 72-hour traffic volume segment data will be collected at two locations: Osceola Avenue near Pierce Street Osceola Avenue near Laura Street It is also proposed that pedestrian movements near Coachman Park be collected during an event. Cameras can collect this data and allow for mapping pedestrian desire lines. Finally, it is proposed that parking utilization and turnover information be collected. This can be accomplished through field reviews of the corridor over multiple days. Pedestrian counts will be completed during a regular weekday and an event. Cameras assist in identifying pedestrian desire lines (where people cross the street), especially in front of library and park. The idea would be to have up to 4 cameras for 4 hours on a weekday and 4 hours for an event. Task 1.3: Traffic Analysis and Evaluation The goal of the Traffic Analyses is to identify potential mobility enhancements that can be incorporated into the final design to improve the pedestrian experience. This scope includes a high-level review of the corridor (i.e., traffic volumes, crash history, pedestrian volumes, existing geometric controls, and review of relevant studies). The high-level review will identify areas where temporary and permanent mobility modifications should be considered. Development of Synchro Model The City of Clearwater's Synchro model of the corridor will be updated using the data collected. The Synchro model will not include some of the minor cross streets and driveways. Intersection Control and Evaluation (ICE) Analyses Regarding intersection safety, FDOT developed an Intersection Control Evaluation (ICE) manual to aid in this effort. The ICE process quantitatively evaluates several intersection control scenarios CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 5 of 25 Revised: 12/28/2023 (alternatives) and ranks alternatives based on their operational and safety performance. Implementing a "performance-based" procedure such as ICE creates a transparent and consistent approach to consider intersection alternatives based on metrics such as safety, operations, cost, and social, environmental, and economic impacts. ICE Stage 1 analyses will be conducted for the three signalized intersections. ICE Stage 1 considers many potential intersection control strategies and evaluates them using the CAP-X and SPICE tools. The Cap-X tool is an operational analysis tool to evaluate selected types of innovative intersection designs, and the SPICE tool evaluates the safety performance of the intersections. If the Stage 1 analysis leads to a single viable control strategy meeting the project's purpose and needs and applies to the corridor's context classification, no further traffic analysis is required. If the Stage 1 analysis indicates multiple control strategies as viable and meeting the project's purpose and need, the project team will determine if ICE Stage 2 analyses should be conducted as optional services. If it's recommended to conduct a State 2 analyses, a scope of work and budget will be prepared and considered for approval. The budget will be reduced from contingency. As part of this task, evaluation of potential mobility modifications (both temporary and permanent). Some of these will be at intersections and ICE analysis will be useful in assessing possible concepts. Other modifications (such as mid-block crossings and median islands) do not affect traffic flow substantively and will not be evaluated through ICE. Documentation & Coordination All data collected and analyses conducted will be summarized in a technical memorandum. Recommendations will be made regarding potential temporary and permanent mobility modification installations. An initial draft technical memorandum will be produced and, following the client's review, revised and finalized. This task also encompasses coordination, including three (3) meetings with the client to discuss the effort and findings. The City will require 3 weeks from the submittal for review. Task 1.4: Survey CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 6 of 25 Revised: 12/28/2023 The survey will use a combination of robotic total stations, RTK GPS, conventional survey, and Fixed Scanning Technology to collect data. The following data shall be collected: 1. Establish horizontal and vertical control points along the survey route. These control points will be set at approximately 500-foot intervals along the roads within the routes. The control points will be tied to the NAD 83 (2011 adjustment) of the Florida State Plane Coordinate System and NAVD88 Elevations. 2. Establish a Baseline with benchmarks placed every 1000 feet labeled for future construction. 3. Survey 100 feet from the west and east Right-of-Way lines at each street intersection along the route. Additional survey along side streets shall be provided to collect information for replacing utilities along Court Street, Pierce Street, Cleveland Street, Laura Street, and Drew Street. 4. Locate the upstream and downstream sanitary and storm drainage structures at each intersection. 5. Review the recorded plats, existing Surveys, and property appraiser's maps to determine the apparent limits of the public Rights-of-Way along the roadways within proposed routes. Locate Right-of-Way and Property Corners along the routes to help verify the Rights-of-Way. 6. Locate visible surface features, typically the edge of pavement, driveways, sidewalks, walls, fences, utility features, signs, and mailboxes. 7. Trees and Palm include location, size (with DBH 4" and larger), and extent of canopy/dripline of existing trees in the limits of work. 8. Measure elevations sufficient to develop approximate 1-foot contours throughout the limits of the surveys. 9. Measure the invert elevations and pipe sizes of the accessible gravity storm and sanitary sewer structures along the design route. 10. Locate the rim or lids of the electrical manholes, pull boxes, and concrete vaults. 11. Locate surface utility features such as water meters, fire hydrants, valves, backflow preventers, poles, risers, transformers, manholes, and drainage structures. 12. Locate features and data for purposes of engineering the subsurface, surface, and overhead components (as described in previous sections). CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 7 of 25 Revised: 12/28/2023 Subsurface Utility Exploration: The SUE shall be performed within the survey limits as follows: 1. Quality Level "B" Designation includes the two-dimensional collection of existing utilities within the project limits. Location includes non-destructive excavation to determine the size, type, and location of existing utility as necessary for final three- dimensional verification. 2. Quality Level "A" Locates include test holes (VVH-Verified Vertical and Horizontal) on each utility found within areas proposed design features such as utility crossings, foundations, reconstructed sidewalk, curb and gutter, signs, drainage, etc. 3. SUE survey includes collecting data on points as needed for designates and provides analysis and processing of all field- collected data and delivery of all appropriate electronic files. Task 1.5: Geotechnical Investigation Before beginning our investigation, a detailed boring location and investigation plan will be developed for concurrence. The investigation plan will typically include, but not be limited to, the proposed boring locations and depths and all existing geotechnical information from available sources to generally describe the surface and subsurface conditions of the project site. This effort will consist of the following components: 1. Obtain 4-inch or 6-inch pavement cores as needed within proposed pavement areas. The borings will be staggered left and right of the existing centerline and performed within the existing roadway pavement. Hand Auger (HA) and/or soil borings and Dynamic Cone Penetrometer (DCP) testing will be performed in conjunction with pavement cores. 2. Perform Standard Penetration Testing (SPT) borings for proposed ITS foundation, lighting foundations, etc., as needed. In addition, corrosion series testing on the in-situ soils will be performed to establish corrosion parameters for the proposed utilities. The testing of the corrosion series will include pH, Minimum Resistivity, Chlorides, and Sulfates. 3. Collect three bulk samples for a composite Limerock Bearing Ratio (LBR) determination. 4. Perform a limited laboratory testing program to establish soil index properties and generate a Roadway Soil Survey sheet. The laboratory tests will include but are not limited to grain size analysis, moisture content, organic determination and Atterberg Limit tests. CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 8 of 25 Revised: 12/28/2023 5. Recording the groundwater levels in the borings and estimating the seasonal high groundwater table (SHGWT). 6. Provide Maintenance of Traffic (MOT) and an off-duty law enforcement officer with a vehicle as necessary in accordance with FDOT standard plan index 102. 7. Prepare a Pavement Condition Survey and Pavement Evaluation Report. The report will provide pavement evaluation, rehabilitation and reconstruction recommendations, and the following information. • Copies of U.S.G.S. and N.R.C.S. maps with project limits are shown. • A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e., soils grouped into layers of similar materials), and construction recommendations relative to FY 2023-24 Standard Plans for Roadway Construction Indices 120-001 and 120-002. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis. • Recommendations for foundation installation or other site preparation soils-related construction considerations with plan sheets as necessary. • Any special provisions required for construction. • An appendix contains stratified soil boring profiles, laboratory test data sheets, and other pertinent calculations. • Provide the design soil profile(s) that include the soil model/type of each layer and all soil properties required by the Engineer of Record for foundation design. Review design for geotechnical compatibility and constructability. Task 1.5 OS: Geotechnical follow-up (Optional Services) Additional meetings required to plan any additional field efforts, review plans, resolve plans/report comments, resolve responses to comments, and any other meetings necessary to facilitate the project. II. DESIGN PHASE: Task 2.1: Public Involvement & Documentation Prepare a Public Involvement Plan (PIP) for review and approval by the City. The PIP must include a public involvement schedule, identify potentially affected stakeholders and communities near the Project area, and establish appropriate outreach methods. The plan's objective is to CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 9 of 25 Revised: 12/28/2023 notify key stakeholders, affected property owners, tenants, and the public of the City's proposed construction and the anticipated impact of that construction. The plan shall address timeframes for each review and shall include tentative design and construction schedules. Deliverable • Public Involvement Plan (Draft and Final) Public Meetings and Communication: The public meetings shall include one (1) Public meeting, one (1) Corridor Design Charette with the city staff (interactive, collaborative, brainstorming session to identify potential corridor enhancements), and three (3) Community Stakeholder Forums held during the concept design phase of the project. One (1) in-person public meeting will be scheduled as needed to communicate and educate the public on the proposed improvements. In this meeting, the public can view the materials at their own pace and have informal conversations with the project team. This includes preparing, coordinating, attending, presenting the presentations, and providing required documentation. Proper notification will be given, and a meeting summary, including the attendee list and comments, will be completed. Any or all of these meetings can be conducted in a hybrid format (in person and online). This effort includes preparing materials to be used in the following communication aids and deliverables: • Newsletters: prepare newsletters for distribution to elected officials, public officials, property owners along the corridor, and other interested parties. The letters will be sent via First Class US Mail after approval of the City project manager. Three (3) newsletters will be developed following the kickoff, before the charette, and before construction. • Fly-Through animation: prepare a fly-through for use in public meetings. One fly-through will be completed at the 30% plan level. • Visualizations: visualizations for use in public meetings will include 2 renderings of the concepts. • Social Media: The City will upload materials to social media to facilitate project communication per the City's direction. • Web Site: develop public involvement materials for the City to post on the website. Task 2.1 OS: Presentations to Local MPOs and Stakeholders (Optional Services) CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 10 of 25 Revised: 12/28/2023 In addition to scheduled public meetings if warranted, our staff will meet with or prepare exhibits for local governing authorities, key agencies, Metropolitan Planning Organization (MPO), and Key Stakeholders, including business and community leaders, to inform them of the corridor modifications being considered. Participation will include presentations during the meeting, note-taking, and summarizing the meeting in a memo to the file. This project is estimated to have four (4) meetings with local governing authorities and MPOs during the design. Task 2.2: Green Infrastructure and Sustainability Employ low-impact development and green infrastructure practices along the corridor, as practicable. This includes the strategies outlined in the Greenprint 2.0 to support the City's sustainability plan. A technical memorandum will be prepared documenting the review of Greenprint 2.0, describing the opportunities that will be implemented, and documenting why other opportunities will not be implemented. Deliverable • Low Impact Development and Green Infrastructure Technical Memorandum (Draft and Final) Task 2.3: Roadway Analysis & Documentation Prepare design controls and criteria for developing project alternatives and designing roadway geometry and other roadway elements according to the City and FDOT standards with proper consideration given to the design traffic volumes, design speed, capacity and levels of service, functional classification, adjacent land use, design consistency and driver expectancy, aesthetics, existing vegetation to be preserved, pedestrian and bicycle concerns, Americans with Disabilities Act (ADA) requirements, Safe Mobility For Life Program, PROWAG, access management, concepts from previous studies and the scope of work. Design the project in accordance with the following publications and as agreed to by the City to meet the requirements of the project: 1. Manual of Uniform Minimum Standards for Design, Construction, and Maintenance of Streets and Highways, Florida Department of Transportation (FDOT), 2016 2. AASHTO Roadside Design Guide (edition at the time of bid) 3. FDOT Design Manual 4. FDOT Drainage Manual CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 11 of 25 Revised: 12/28/2023 5. FDOT Standard Plans for Road and Bridge Construction (edition at the time of bid) 6. FDOT Standard Specifications for Road and Bridge Construction (edition at the time of bid) 7. FHWA Manual on Uniform Traffic Control Devices (MUTCD) (edition at time of bid) 8. Greenprint 2.0 9. 2010 Americans with Disabilities Act Accessibility Guidelines (ADAAG) 10. SWFWMD ERP Basis of Review 11. City of Clearwater Stormwater Manual 12. NACTO Urban Street Design Guide 2013 13. City of Clearwater Downtown Redevelopment Plan 14. Complete Streets for Clearwater Implementation Plan – Flexible Streets Design Matrix Deliverables • Roadway Design Criteria Technical Memorandum (Draft and Final) • Typical Section Package (Draft and Final) • Pavement Design Technical Memorandum (Draft and Final) • Access Management Technical Memorandum (Draft and Final) Temporary Traffic Control Plan: The TTCP will evaluate constructability issues and the ability to maintain traffic during construction according to the FDOT Standard Plans, 102 Series. The TTCP is used to describe the actions to be taken by the Contractor to minimize traffic impacts while conveying traffic through the work zone. The plan will design a safe and effective TTCP to move vehicular and pedestrian traffic during all construction phases. The design shall include construction phasing of roadways ingress and egress to existing property owners and businesses, transit features (e.g., bus stops), routing, signing, pavement markings, and detours as needed. Special consideration shall be given to the construction of the drainage and utility systems when developing the construction phases. Preliminary Engineering Report: Analyze feasible build alternatives for Streetscape improvements within the defined limits of the project based on survey, traffic study, and currently available data (three alternative typical sections with one selected alternative based on the City & outreach to the public). The recommended alternative will be presented in full-color plan renderings and cross CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 12 of 25 Revised: 12/28/2023 sections indicating the design intent of each concept. This task will also include a conceptual layout for Pierce Street, Cleveland Street, Laura Street and Drew Street intersections. To the extent possible, these concepts will incorporate and include existing streetscape features and improvements already implemented by the City of Clearwater or by adjacent private developments. Deliverable  Preliminary Engineering Report Technical Memorandum (Draft and Final) Task 2.4: Drainage Analysis & Documentation Analyze the existing stormwater infrastructure for the Osceola Avenue project area, which lies within the Coastal Zone 1 subwatershed. A 1-dimensional hydrologic and hydraulic (H&H) model will be developed utilizing readily available data from the Southwest Florida Water Management District's geographic watershed information system database and the City. The model will be developed to represent the existing conditions for the contributing area to Osceola Avenue. This evaluates the need to upsize any stormwater infrastructure that crosses the Osceola Avenue corridor. This effort will build off of the work efforts completed on the Fort Harrison Corridor Improvements. Analyze and document Drainage Tasks in accordance with The City of Clearwater Stormwater Drainage Criteria Manual and applicable guidelines, standards, handbooks, procedures, and current design memorandums. The consultant will be responsible for designing the proposed drainage and stormwater management system. The consultant will coordinate fully with the appropriate permitting agencies and the City's staff as part of the design. The consultant will look for opportunities to reduce runoff using green infrastructure along the corridor. To provide an improved engineering design, the grade at each intersection shall be analyzed for proper road pavement drainage, including "bird bath" ponding elimination. Prepare a drainage report documenting observations, design consideration, and drainage criteria used for the Coastal Zone 1 subwatershed stormwater model and design of Osceola Avenue in a draft and final technical memorandum. Incorporate comments from the City and update the final drainage report to address these comments. CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 13 of 25 Revised: 12/28/2023 Deliverable  Design Hydraulic Study (DHS) Technical Memorandum (Draft and Final) Task 2.5: Utility Coordination Utilities anticipated on the project from our search found Charter Communications, Clearwater Gas, City of Clearwater Water, City of Clearwater sewer, Church of Scientology-Flag Service, Zayo Group, Frontier, Duke Energy Distribution, WOW, Lumen, and MCI. The Sunshine 811 design ticket was used for reference as a control for coordination. Other controls include field review, phone contacts, and as-built plans for previous projects. In coordination with the Utility Coordinator, the EOR(s) shall develop a utility conflict matrix for each phase submittal to the potentially affected Utility Agency Owners. If the EOR chooses to have the Utility Coordinator create the conflict matrix, the EOR shall review and become familiar with the spreadsheet. The EORs for all disciplines that have the potential to affect utility facilities shall meet before any scheduled Utility Design Meeting to verify that the Utility Coordinator understands the potential conflicts that change to the plans from the last submittal Utility Design. The Utility Coordinator adequately provides the project schedule and critical dates. In conjunction with the City, we will develop a utility work schedule template for this project. The EOR shall review the draft Utility Work Schedules submitted to the Utility Coordinator before sending them to the City for review. The EOR shall sign all of the approved Utility Work Schedules. UAO contacts will be made and shared information for the 30%, 60%, 90%, and 100% plan submittals. Coordinate and attend two (2) utility coordination meetings with the area utilities to discuss the proposed project parameters, scheduling, and construction issues and obtain input for design and potential utility relocations. Task 2.6: Utility Design Potable Water Replacement Design and Permitting: Currently, two parallel potable water mains total approximately 3,750 linear feet along the corridor. This task will include providing design services to consolidate these water mains into a single larger diameter water main. This effort will include responding to routine inquiries and requests for clarification regarding the reclaimed CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 14 of 25 Revised: 12/28/2023 water pipeline design. The following design efforts are included in this scope. 1. The City will provide hydraulic calculations to justify the resultant size of the new water main. 2. Water service is maintained throughout construction. 3. Coordinate with the City's project manager and representatives from Public Utilities to determine the location of any stub outs required for future connections and looping. This will include developing the Florida Department of Environmental Protection (FDEP) permit application for the new water main construction, including the necessary contract documents, design calculations, plans and maps. This effort will include responding to routine inquiries and requests for clarification regarding the reclaimed water pipeline design. Reclaimed Water Transmission and Distribution Piping Design and Permitting The City desires to install a new reclaimed water line, including services along the corridor. The City has a Water/RCW Program consultant and a WWCS consultant who can perform these calculations and provide a signed/sealed technical memo with recommendations that C&F can rely upon. The following design efforts are included in this scope: 1. Coordinate with the City to determine the needed pipe size and the location of the desired reclaimed water services for the new main. 2. Design approximately 1,750 linear feet of reclaimed water main along the corridor. This effort will include developing the Florida Department of Environmental Protection (FDEP) permit application for the new reclaimed water system (transmission and distribution) construction, including the necessary contract documents, design calculations, plans and maps. This effort will include responding to routine inquiries and requests for clarification regarding the reclaimed water pipeline design. Sanitary Sewer Design and Permitting Approximately 1,750 linear feet of gravity sewer pipes are currently along the corridor, including five (5) crossings. Additionally, a 24- inch force main crosses the corridor at Drew Street. The consultant will evaluate the existing condition of the pipe to determine if it meets current design standards and the City's Greenprint 2.0 CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 15 of 25 Revised: 12/28/2023 initiatives. A technical memorandum, including the evaluation results and a recommendation for repair or replacement, will be provided to the City for their review and comment. Replacement and repair design services will be completed at the direction of the City based on the provided recommendations. Sanitary service is to be maintained throughout construction. This will include developing the Florida Department of Environmental Protection (FDEP) permit application for the new sanitary sewer construction, including the necessary contract documents, design calculations, plans and maps. This effort will include responding to routine inquiries and requests for clarification regarding the sanitary sewer pipeline design. Task 2.7: Permitting Services 1. Environmental Resource Permit (ERP) application 2. Florida Department of Environmental Protection (FDEP) sanitary and water main permits 3. FDOT Construction Permits 4. All other City, State, County, or Government Permits related to this scope. The City shall pre-authorize work before working on any other permits. Environment Permits and Environmental Clearances This task includes the preparation of SWFWMD ERP Exemption, including graphics, application forms, and Environmental Evaluation documents needed to complete applications. The document will use current regulatory guidelines and policies for permits required for Environmental Permits and Environmental Clearances. It will coordinate with the City Project Manager and other appropriate City personnel before all scheduled meetings with the regulatory agencies to allow a City representative to attend. Includes responding to up to 1 request for information from SWFWMD. Utility Permits FDEP construction permits for new or relocated potable water, wastewater, and reclaimed water mains will be needed. Prepare and submit these applications and respond to comments and questions from FDEP that pertain to the project's proposed improvements. Task 2.7 OS: Cultural Resource Assessment Survey (CRAS) CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 16 of 25 Revised: 12/28/2023 The task consists of background research, preparing Research Design and Survey Methodology, and coordinating with the City of Clearwater for approval if required during the permitting. The following is included: archaeological and historic resources field survey, regional pre-contact and historic context determination, Florida Master Site File (FMSF) forms, preparation of CRAS report (draft and final), coordination with the City of Clearwater and State Historic Preservation Office (SHPO). Task 2.8: Structures Analysis The task consists of miscellaneous structures services for analysis of shade structures, multi-post signs, and miscellaneous light poles or CCTV foundations along the corridor. Task 2.9: Signing and Pavement Analysis The signing and pavement markings shall be analyzed and documented, following all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The reference and master design file shall prepare the signing and pavement marking design file to include all necessary design elements and all associated reference files. The City's Way-finding sign panels shall be used and reinstalled as necessary. Task 2.10: Signal Analysis The plans shall include updating the existing pedestrian signals at Drew Street, Cleaveland Street and Court Street to accommodate the new wider sidewalk configurations. The plans shall also depict shifted signal heads at the intersections to accommodate the new layout for Oceola Avenue. If warranted by the signal analysis, there may be up to three locations that would need to be detailed in the signal plans Rapid Rectangular Flashing Beacons (RRFB) at midblock crossings. Deliverable • Signal Timings Traffic Design Technical Memorandum (Draft and Final) 2.11: Lighting Design Analysis Report Prepare a set of Street Lighting Plans in accordance with applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The design shall include a Lighting CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 17 of 25 Revised: 12/28/2023 Design Analysis Report and voltage drop calculations that will consider the strategies of Greenprint 2.0 identified in Task 2.4. Special attention will be given to the area around the library for pedestrians crossing the parking lot at night. Deliverable • Lighting Design Technical Memorandum (Draft and Final) Task 2.12: Landscape Analysis & Reports Review all applicable design guidelines that affect the project area and project. This would include master plans, overlay districts, complete streets criteria, and safety regulations. Findings from traffic planning studies would be applied to identify goals and program elements to achieve proposed aims for multimodal functions. City staff input will also incorporate proposed event uses and maintenance requirements. The corridor will also be analyzed for existing conditions and influences. These would include the general aesthetic character of the project area, recent streetscape development that has occurred within the right of way, existing and proposed utilities, and adjacent property impacts such as property access, trees and building encroachments. These criteria will be evaluated and synthesized into a conceptual design that will identify the general project aesthetic character, identification of hardscape and landscape materials, and inclusion of all proposed project program elements. Deliverable  A minimum of two conceptual design options for hardscape and landscape development for the project. This would include proposed materials for special paving, tree grates, street trees, street furnishings, ADA features, and transit stop development. Task 2.13: Intelligent Transportation Systems Analysis (ITS) The installed ITS interconnect facilities at the intersection of Drew Street, Cleaveland Avenue, and Court Street shall be evaluated and utilized. The ITS plans shall also incorporate CCTV camera facilities at locations directed by the City. This effort will also consist of the design and layout of proposed ITS devices, including but not limited to detection devices, advanced traffic controllers, conduit, cabinet- CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 18 of 25 Revised: 12/28/2023 related pull boxes, service points, fiber optic sizing, and communications hubs. Existing ITS infrastructure shall be referenced to the new ITS plan sheets for relocation of the facility. Task 2.14: Phase I Environmental Contamination Screening-Level 1 Complete the Contamination Screening Evaluation for any changes to the project and complete the Contamination Screening Evaluation Report as described in Part 2, Chapter 22, of the PD&E Manual. Task 2.15: 3D Modeling This task shall prepare a 3D model using the latest ACAD software This includes importing survey data and creation of existing 3D surface features and models and developing proposed corridor models with necessary detail of features to depict the proposed project in 3D. Details to the corridor and design model for 3D design. Includes many elements that contribute to this including but not limited to slope transitions, typical section transitions, changes in pavement depth, berms, swales/ditches, and other feature transitions. Extra corridor structure leads to extra assemblies, extra targeting, etc. The 3D model includes all work required to establish and utilize intelligent/automated methods for creating cross sections including determining the locations for which all cross sections will be shown, existing and proposed features, cross section refinement, placement of utilities and drainage, soil boxes, R/W lines, earthwork calculations, and other required labeling. III. FINAL DESIGN PHASE: Prepare Construction Plans, including the following sheets, to convey the project's intent and scope for construction purposes. The construction plans will be prepared at a scale of 1" = 20' for full-size plans (24" x 36") conforming to the City of Clearwater Deliverable standards as described in Attachment "A". Each design deliverable to the City will include two (2) bound hardcopy sets and one (1) electronic copy. The Engineer of Record will sign and seal the final bid set of plans. 30% Construction Documents 1. Key Sheet (1 sheet) 2. Drainage Map (1 sheet) 3. Typical Section (2 sheets) 4. Project Control (2 sheets) 5. General Notes (1 sheet) CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 19 of 25 Revised: 12/28/2023 6. Plan and Profile sheets with preliminary layout of the proposed stormwater, sanitary sewer, potable water, existing right-of-way and easements, subdivision, block, lot number, and plat book and page for adjacent parcels (5 Sheets) 7. Special Profile (4 sheets) 8. Back of Sidewalk Profile (5 sheets) 9. Intersection Layout (3 Sheets) 10. Cross Sections (27 sheets) 11. Landscape and Hardscape Plans (5 sheets) Associated 30% Design Tasks/Activities 1. Site visits to review survey information and impacts 2. Inventory and Evaluation Grades for existing trees by a certified ISA Arborist. 3. Project / Design Coordination 4. Plan and attend a SWFWMD pre-application meeting 5. 30% Submittal Design Package Preparation 6. QA/QC of 30% Submittal Design Package 7. Submittal of 30% Plan sheets to utility companies for their markup 8. Engineer's/Architect's preliminary opinion of (projected costs at the anticipated time of construction) probable construction cost, based on the 30% submittal 9. Attendance at Public Information Meetings and preparation of draft and final versions of display boards for that meeting 10. Comment Review meeting 60% Construction Documents 1. Key Sheet (1 sheet) 2. Signature Sheet (1 sheet) 3. Summary of Pay Items 60% (quantity of 1) (1 Sheet) 4. Drainage Map (1 sheet) 5. Typical Section (2 sheets) 6. Summary of Drainage Structures (2 sheets) 7. Optional Materials Tabulation (2 sheets) 8. Project Control (2 sheets) 9. General Notes (1 sheet) 10. Roadway Plan and Profile with 60% (5 Sheets) 11. Plan and Profile sheets specific to Utilities Adjustments layout of the proposed stormwater and sanitary improvements, including utility relocation/adjustment details indicating utility conflicts, relocation design, and updated to show existing private utilities, as available, such as gas, electrical, telephone, fiber optic, and cable TV (5 Sheets) 12. Special Profile (4 sheets) 13. Back of Sidewalk Profiles (5 sheets) CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 20 of 25 Revised: 12/28/2023 14. Intersection Layout (3 Sheets) 15. Drainage Structures (9 Sheets) 16. Roadway Soil Survey (1 Sheet) 17. Cross Sections (27 sheets) 18. Stormwater Pollution Prevention Plan (2 sheets) 19. Temporary Traffic Control Plans (level 2 pedestrian & vehicle detours) (7 sheets) 20. Utility Design Plan sheets (5 sheets) 21. Utility Design Details 22. Tree Preservation Plan based upon tree inventory/evaluations. 23. Hardscape, Landscape, and Irrigation Plans with associated details (11 sheets) 24. Signing and Pavement Marking Plans layout will be designed in accordance with applicable FDOT manuals, guidelines, standards, handbooks, procedures, and current design memorandums. Tasks include items such as crosswalks, pavement markings, and wayfinding elements. (5 plan sheets, 1 note & total 6 sheets) 25. Signals Plan Sheets (5 plan sheets, 1 details sheet and 1 notes sheet) 26. Lighting Plan Sheets (5 plan sheets, 1 details sheet and 1 notes sheet) 27. ITS Plan Sheets (5 plan sheets, 1 details sheet and 1 notes sheet) Associated 60% Design Tasks/Activities 1. 60% Submittal Design Package Preparation 2. 60% Technical Specifications (Review the City's standard technical specifications using Section IVA and modify or supplement as necessary for the project). 3. 60% Engineer's Opinion of Probable Construction Cost & Quantities (projected costs at anticipated time of construction) 4. QA/QC of 60% Submittal Design Package, Technical Specifications, & Draft 5. Submittal of 60% Plan sheets to utility companies for their markup 6. 60% Utility Design Conference 7. 60% Plan Comment Review Meeting with City 8. Respond to 60% of City Review Comments 9. Draft SWFWMD ERP Permit Application Packages Preparation 10. Draft FDEP Utility Permit Application(s) Preparation 11. Permit Applications 12. Submittal of Permit Applications to SWFWMD and FDEP 13. Respond to RAIs from SWFWMD and FDEP 90% Construction Documents 1. The 90% construction plans shall include the design items required for the project's construction, including the special provisions and technical specifications. In addition to the items in CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 21 of 25 Revised: 12/28/2023 the 60% submittal, requirements for the 90% submittal shall include the following: 2. Pedestrian signal plans for Court Street, Cleaveland Avenue, and Drew Street. The design shall include a pedestrian crosswalk signal upgrade and Rapid Rectangular Flashing Beacon (RRFB) incorporation. (3 signalized intersections sheets assume 2 RRFBs, 1 signal notes total 6 sheets) 3. ITS Plans (5 plan sheets, 1 ITS notes, 2 guide signs total 8 sheets) 4. Lighting Plans 5 plan sheets, 1 lighting notes, 1 light pole data sheet total 7 sheets) 5. Sign Structure Design - Analyze and document the prominent Sign Structural Design in accordance with applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 6. Detailed construction quantities based upon 90% design, 7. Engineer's/Architect's updated opinion of probable construction cost and duration based on the 90% design submittal and 8. Technical specifications and Special Provisions. Associated 90% Design Tasks/Activities 1. 90% Submittal Design Package Preparation 2. 90% Technical Specifications 3. 90% Engineer's Opinion of Probable Construction Cost & Quantities (projected costs at anticipated time of construction) 4. QA/QC of 90% Submittal Design Package & Technical Specifications 5. Submittal of 90% Plan sheets to utility companies for their markup 6. 90% Plan Comment Review Meeting with City 7. Respond to 90% of City Review Comments 8. Final Utility Design Conference 9. Review draft UAO work schedules and RGB's. Task 3.4: Final 100% Construction Documents The 100% submittal shall address the City's final review comments. Associated 100% Design Tasks/Activities 1. 100% Submittal Design Package Preparation 2. 100% Technical Specifications 3. 100% Engineer's Opinion of Probable Construction Cost and quantities (projected costs at anticipated time of construction 4. QA/QC of 100% Submittal Design Package & Technical Specifications 5. 100% Plan Review Meeting with City 6. Respond to 100% of City Review Comments CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 22 of 25 Revised: 12/28/2023 7. Final Bid Package Submittal Preparation 8. QA/QC of Final Bid Package 9. Certify Utilities IV. BIDDING PHASE (if applicable): Task 4.1: Bidding phase services 1. Attend Pre-Bid meeting 2. Respond to bidding inquiries 3. Prepare addenda 4. Review bids and provide recommendation 5. Provide a conformed plan set signed and sealed by the EOR V. CONSTRUCTION PHASE (if applicable): Construction phase services are not included in this scope of service. A future supplemental work order to oversee construction will be prepared and submitted alongside the selected contractor’s bid to City Council for approval. 3. PROJECT GOALS: Embracing the City's initiatives to revitalize the Downtown area and encourage economic development. With the reopening of a completely rebuilt Coachman Park in June 2023, Osceola Avenue will support increased pedestrian and vehicular traffic associated with normal park operations and large events and concerts occurring weekly in the park. The project will be all-inclusive, meaning that all stormwater conveyances and structures, utility infrastructure (above and below-surface), streets, sidewalks, and landscaping within the public right-of-way shall be assessed for re-design, repair, and replacement. Surface level improvements will focus on improving the pedestrian experience on Osceola Avenue. 4. FEES: See Attachment “A” This price includes all labor and expenses anticipated to be incurred by Cumby & Fair, Inc. for the completion of these tasks in accordance with Professional Services Method “B” – Lump Sum – Percentage of Completion by Task, for a fee not to exceed two million and eighteen thousand eight hundred and ninety three Dollars ($2,018,893). Permit application fees will be paid by the City. CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 23 of 25 Revised: 12/28/2023 5. SCHEDULE: The proposed schedule will incorporate the phase submittal milestones of the design schedule. The consultant shall also provide a Microsoft Project Schedule with updates to be included each month. The services shall commence upon receipt of written notice to proceed issued by the City. The project is to be completed in 15 months from issuance of notice-to-proceed. The project deliverables are to be phased as follows: 30% Construction Plans: [150] calendar days 60% Construction Plans and Permit Applications: [240] calendar days 90% Construction Plans: [390] calendar days Final Construction Documents: [450] calendar days 6. STAFF ASSIGNMENT: ENGINEER Staff: Matthew Fabrizio, PE Project Manager (Cumbey & Fair Inc.) Tim Bourne, PE Traffic Engineer (Cumbey & Fair Inc.) David Pelham, PE Utility Coordination (Cumbey & Fair Inc.) Ken Kokemohr, PE Drainage Engineer (Cumbey & Fair Inc.) Don Couch Senior Designer (Cumbey & Fair Inc.) Pat McCormack, PSM Surveyor (Cumbey & Fair Inc.) Daniel Parsons, PE, CFM, ENV SP Deputy Project Manager (Atkins) Wiatt Bowers, AICP Transportation Planning Lead (Atkins) Norman Robertson, PE Utilities Lead (Atkins) Harry Belton, RLA Landscape Architect Lead (Atkins) City Staff: Annabella C. Hullen Project Manager, Engineering II David Lutz Traffic Engineering Manager Jeremy Brown Project Manager, Engineering Manager, Utilities Michael Vacca Public Utilities Water Distribution Assistant Manager Al Gwyn Public Utilities Wastewater Collections and Reclaimed Distribution Assistant Manager Glenn Daniel City of Clearwater Public Utilities Water, Reclaimed, & Wastewater Collections Manager Michael Flanigan City of Clearwater Public Utilities Assistant Director Richard Gardner Public Utilities Director CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 24 of 25 Revised: 12/28/2023 Mike Gilliam Public Utilities Infrastructure Maintenance Manager Changes to staff assignments require City approval. 7. CORRESPONDENCE/REPORTING PROCEDURES: Consultant's project correspondence shall be directed to: Matthew Fabrizio, PE, Project Manager (727) 797-8982 mfabrizio@cumbeyfair.com and Timothy Bourne, PE, Assistant Project Manager (727) 797-8982 tbourne@cumbeyfair.com and Daniel Parsons, PE, CFM, ENV SP Deputy Project Manager (813) 281-4856 daniel.parsons2@atkinsrealis.com All City project correspondence shall be directed to: Annabella C. Hullen, Project Manager, Engineering II (727)383-0932 Annabella.Hullen@myclearwater.com and David Lutz, P.E., Traffic Engineering Manager (727) 444-8237 David.Lutz@myclearwater.com 8. INVOICING/FUNDING PROCEDURES: City Invoicing Code: 3157541-561200-C2408 $176,706.88 GenFd 3197319-561200-C2408 $427,004.00 Storm 3217321-561300-C2408 $638,092.72 Water 3217321-561300-C2408 $638,092.72 Sewer 3217321-561300-C2408 $138,996.68 Reclaimed For work performed, invoices shall be submitted monthly to: ATTENTION: JAMIE GAUBATZ, ACCOUNTANT II CITY OF CLEARWATER, PUBLIC WORKS DEPARTMENT/ENGINEERING PO BOX 4748 CLEARWATER, FLORIDA 33758-4748 Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. CONSULTANT WORK ORDER Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order Page 25 of 25 Revised: 12/28/2023 9.INVOICING PROCEDURES: At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: 1.Purchase Order, Project and Invoice Numbers and Contract Amount. 2.The time period (begin and end date) covered by the invoice. 3.A short narrative summary of activities completed in the time period. 4.Contract billing method – Time and Materials or Hourly Rate. 5.If Time and Materials, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in Time and Materials amount). 6.If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of $50 or greater or cumulative monthly expenses greater than $100). 7.If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10.CONSIDERATIONS: None 11.ADDITIONAL CONSIDERATIONS: None 12.SPECIAL CONSIDERATIONS: None 13.SIGNATURES: PREPARED BY: APPROVED BY: Matthew Fabrizio. P.E. Tara Kivett, P.E. Vice President City Engineer Cumbey and Fair, Inc. City of Clearwater Date Date March 4, 2024 ATTACHMENT “A” CONSULTANT WORK ORDER – PROJECT FEES TABLE Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order – Project Fees Table Page 1 of 2 Revised: 11/28/2022 CONSULTANT WORK ORDER PROJECT FEES TABLE Task Description Sub Consultant Services Labor Total I Pre-Design 1.1 General Tasks $ 15,265 $79,320 $94,585 1.2 Traffic Data Collection $10,000 $10,000 1.3 Traffic Analysis and Evaluation $ 64,435 $64,435 1.4 Survey and Subsurface Utility Exploration Survey $171,695 $171,695 1.5 Geotechnical Investigation $ 32,225 $32,225 Pre-Design Total: $372,940 II Design 2.1 Public Involvement & Documentation $36,030 $22,410 $58,440 2.2 Green Infrastructure and Sustainability $ 7,375 $7,375 2.3 Roadway Analysis & Documentation $203,745 $203,745 2.4 Drainage Analysis & Documentation $13,240 $110,400 $123,640 2.5 Utility Coordination $31,760 $31,760 2.6 Utility Design $295,590 $295,590 2.7 Permitting Services $15,980 $15,980 2.8 Structures Analysis $30,530 $30,530 2.9 Signing and Pavement Analysis $32,160 $32,160 2.10 Signals Analysis $36,155 $36,155 2.11 Lighting Design Analysis $74,510 $74,510 2.12 Landscape Analysis $93,400 $93,400 2.13 ITS Analysis $39,370 $39,370 2.14 Phase I Environmental Contamination Screening -Level 1 $22,070 $22,070 2.15 3D Modeling $76,935 $76,935 Design Total: $1,141,660 III Final Design Plans and Specifications 3.1 Roadway Plans $ 91,945 $91,945 3.2 Drainage Plans $ 35,920 $35,920 3.3 Structures Plans $ 5,140 $ 5,140 ATTACHMENT “A” CONSULTANT WORK ORDER – PROJECT FEES TABLE Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order – Project Fees Table Page 2 of 2 Revised: 11/28/2022 3.4 Signing & Marking Plans $ 12,485 $ 12,485 3.5 Signal Plans $ 14,480 $ 14,480 3.6 Lighting Plans $ 9,975 $ 9,975 3.7 Landscaping Plans $ 61,290 $ 61,290 3.8 ITS Plans $ 12,835 $ 12,835 Final Design Plans and Specifications Total: $ 244,070 IV Bidding 4.1 Bidding phase services $ 18,280 $ 24,230 $ 42,510 Bidding Phase Services Total: $42,510 SUBTOTAL, LABOR AND SUB-CONTRACTORS: $1,801,180 5.0 Contingency 10% $180,118 GRAND TOTAL: $1,981,298 I Pre-Design (Optional Services) 1.5 OS Geotechnical follow-up (Optional Services) $1,835 II Design (Optional Services) 2.1 OS Presentations to Local MPOs and Stakeholders (Optional Services) $7,375 2.7 OS Cultural Resource Assessment Survey (CRAS) (Optional Services) $28,385 TOTAL: $2,018,893 ATTACHMENT “B” (Include if applicable) CONSULTANT WORK ORDER – CITY DELIVERABLES Osceola Avenue Corridor Improvement Project CUMBEY & FAIR, INC. 22-0017-EN City of Clearwater Consultant Work Order – City Deliverables Page 1 of 1 Revised: 11/28/2022 CONSULTANT WORK ORDER CITY DELIVERABLES 1. FORMAT: The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. 2. DELIVERABLES: The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20' unless approved otherwise. Upon completion the consultant shall deliver all drawing files in digital format with all project data in Autodesk Civil 3D file format. NOTE: If approved deviation from Clearwater CAD standards is used, the consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk software. All block references and other references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Thomas Mahony, at (727) 562-4762 or email address Thomas.Mahony@myClearwater.com. All electronic files (including CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. S GARDEN AVES FORT HARRISON AVEN EAST AVEN FORT HARRISON AVEN GARDEN AVEN OSCEOLA AVEHENDRICKS ST S OSCEOLA AVELAURA ST CLEVELAND ST DREW ST FRANKLIN ST S EAST AVES GARDEN AVEPIERCE ST COURT ST PARK ST CHE S TNU T S T OAK AVELAURA ST WATTERSON AVEMEMORIAL CSWY DREW ST CLEVEL A ND ST CHESTNUT ST PIERCE ST CSX RAIL ROADLOCATION MAP PROJECT LOCATION Document Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\Osceola Street Improvements\Osceola Street Improvements.aprx Prepared by:Public Works/EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756 Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Project Number: 22-0017-EN Osceola Street Improvements Page: 1 of 1 ² N.T.S.Scale:1/11/2024Date:PHReviewed By:KFMap Gen By: Procurement Division 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33578-4748 727-562-4630 Tel REQUEST FOR QUALIFICATIONS #55-23 Consulting Services – Osceola Avenue Corridor Improvement Project August 11, 2023 NOTICE IS HEREBY GIVEN that sealed Statements of Qualifications will be received by the City of Clearwater (City) until 10:00 AM, Local Time, September 12, 2023, to provide Consulting Services for Osceola Avenue Corridor Improvement Project (22-0017-EN). Brief Description: The City of Clearwater (City) is soliciting responses from qualified multidisciplinary design firms to provide assessment, design, bidding assistance, project administration, construction engineering inspection (CEI) assistance and other landscape architecture, urban design and engineering-related services required for the development of a downtown streetscape for the Osceola Avenue Corridor Improvement Project. Responses must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. This Request for Qualifications, any attachments and addenda are available for download at https://www.myclearwater.com/business/rfp Please read the entire solicitation package and submit the response in accordance with the instructions. This document (less this invitation and the instructions) and any required documents, attachments, and submissions will constitute the response. General, Process, or Technical Questions concerning this solicitation should be directed, IN WRITING, to the Procurement Manager. This Request for Qualifications is issued by: Lori Vogel, CPPB Procurement Manager lori.vogel@myclearwater.com INSTRUCTIONS Consulting Svcs-Osceola Ave Corridor Improvement Project 2 RFQ #55-23 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the Contact listed on Page One (1). Questions should be submitted in writing via letter, fax or email. Questions received less than ten (10) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their response. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a response. i.3 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: September 12, 2023 Time: 10:00 AM (Local Time) The City will open all responses properly and timely submitted and will record the names and other information specified by law and rule. All responses become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, responses are available for inspection by contacting the Procurement Division. i.4 SUBMIT RESPONSES TO: It is recommended that responses are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp Respondents may mail or hand-deliver responses to the address below. E-mail or fax submissions will not be accepted. Use label at the end of this solicitation package City of Clearwater Attn: Procurement Division 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 Responses will be received at this address. Respondents may mail or hand-deliver proposals; e-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a response that is not properly addressed and identified. i.5 LATE RESPONSES. The respondent assumes responsibility for having the response delivered on time at the place specified. All responses received after the date and time specified shall not be considered and will be returned unopened to the respondent. The respondent assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The respondent agrees to accept the time stamp in the City’s Procurement Division as the official time. i.6 LOBBYING; LOBBYING NO-CONTACT PERIOD; QUESTIONS REGARDING SOLICITATION. From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. INSTRUCTIONS Consulting Svcs-Osceola Ave Corridor Improvement Project 3 RFQ #55-23 Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be directed to the procurement manager or designee, who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment i.7 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page One (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the response. Respondents are cautioned to verify their responses before submission, as amendments to or withdrawal of responses submitted after time specified for opening of responses may not be considered. The City will not be responsible for any respondent errors or omissions. i.8 FORM AND CONTENT OF RESPONSES. Unless otherwise instructed or allowed, responses shall be submitted on the forms provided. An original and the designated number of copies of each response are required. Responses, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the response is not properly signed or if any changes are not initialed, it may be considered non-responsive. The City may require that an electronic copy of the response be submitted. The response must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the response. i.9 DEBARMENT DISCLOSURE. If the respondent has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a (sub)contractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the respondent shall include a letter with its response identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A response from a respondent who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. i.10 RESERVATIONS. The City reserves the right to reject any or all responses or any part thereof; to reissue the solicitation; to reject non-responsive or non-responsible responses; to reject unbalanced responses; to reject responses where the terms and/or awards are conditioned upon another event; to reject individual responses for failure to meet any requirement; to award by part or portion, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any response. The City may seek clarification of the response from respondent at any time, and failure to respond is cause for rejection. Submission of a response confers on respondent no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the respondent and the City until the City executes a written contract or purchase order. i.11 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a respondent may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be INSTRUCTIONS Consulting Svcs-Osceola Ave Corridor Improvement Project 4 RFQ #55-23 the official solicitation document. i.12 ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the procurement process, including respondents and contractors. To achieve the purpose of this Article, it is essential that respondents and contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.13 GIFTS. The City will accept no gifts, gratuities or advertising products from respondents or prospective respondents and affiliates. i.14 RIGHT TO PROTEST. Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City’s additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater - Procurement Division 100 So Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION Consulting Svcs-Osceola Ave Corridor Improvement Project 5 RFQ #55-23 i.15 EVALUATION PROCESS. Responses will be reviewed by a screening committee comprised of City employees and/or authorized agents. The City staff may or may not initiate discussions with respondents for clarification purposes. Clarification is not an opportunity to change the response. Respondents shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. i.16 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, and the technical response. All responses must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the response complies with the instructions for submitting responses including completeness of response which encompasses the inclusion of all required attachments and submissions. The City must reject any responses that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the respondent is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: past performance, references (including those found outside the response), compliance with applicable laws, respondent's record of performance and integrity- e.g. has the respondent been delinquent or unfaithful to any contract with the City, whether the respondent is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A respondent must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review respondent’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Technical Response. The City will determine how well responses meet its requirements in terms of the response to the solicitation and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. The criteria that will be evaluated and their relative weights are: Evaluation Criteria (Response Format, pgs. 11-12) Points Professional Qualifications (Tab 2) 25 Relevant Project Experience (Tab 3) 25 Technical Approach (Tab 4) 25 Project Methodology and Schedule (Tab 5) 25 i.17 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest ranked proposals based on a preliminary evaluation against the evaluation criteria. Only those short-listed proposers would be invited to give presentations and/or interviews. The City will finalize ranking of the firms upon conclusion of presentations/interviews. i.18 PRESENTATIONS/INTERVIEWS. If requested, the respondent must provide a formal presentation and/or interview. The location for these presentations and/or interviews will be determined by the City and may be held virtually. i.19 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Respondent must be prepared for the City to accept the response as submitted. If respondent fails to sign all documents necessary to INSTRUCTIONS – EVALUATION Consulting Svcs-Osceola Ave Corridor Improvement Project 6 RFQ #55-23 successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject response or revoke the award, and may begin negotiations with another Respondent. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the respondent and the City until the City executes a written contract or purchase order. i.20 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the respondent’s responsibility to check the City of Clearwater’s Purchasing website at https://www.myclearwater.com/business/rfp to view the Procurement Division’s Intent to Award postings. i.21 RFQ TIMELINE. All dates are tentative and subject to change. Release RFQ: 08/11/2023 Advertise Tampa Bay Times: 08/16/2023 Responses due: 09/12/2023 Review responses/presentations: 09/12/2023-09/26/2023 Award recommendation: 09/26/2023 Council authorization: November 2023 Contract begins: November 2023 DETAILED SPECIFICATIONS Consulting Svcs-Osceola Ave Corridor Improvement Project 7 RFQ #55-23 1. PROJECT MISSION. The project mission is to provide cost effective municipal services and infrastructure, facilitate development of the economy and support a high quality of life and experience for Clearwater residents and visitors. The city is seeking an engineering consultant who shares the same vision as it relates to the Osceola Avenue Corridor Improvement Project. 2. INTRODUCTION. The City is seeking an engineering consulting firm for assessment, design, bidding assistance, project administration, planning, assistance with CEI services, construction management and other engineering-related services required for the Osceola Avenue Corridor Improvement Project. The project will be all-inclusive meaning that all stormwater conveyances and structures, utility infrastructure (above and below-surface), streets, sidewalks, and landscaping within the public right-of-way shall be assessed for re-design, repair and/or replacement. Surface level improvements will focus on improving the pedestrian experience on Osceola Avenue. 3. BACKGROUND. The City of Clearwater has recently engaged in many projects and initiatives with the goals of revitalizing our Downtown area and encouraging economic development. With the re-opening of a completely rebuilt Coachman Park in June 2023, Osceola Avenue will be supporting an increased amount of pedestrian and vehicular traffic associated with normal park operations as well as large events and concerts occurring weekly in the park. Osceola Avenue is classified as a local street that runs from Jones Street (north) to Court Street (south) through Downtown Clearwater. The project area will only include the segment beginning at Court Street and extending north to Drew Street. The block between Drew Street and Jones Street is not included in the scope. The street is comprised of one travel lane in each direction, north and south, with certain sections having parallel parking and center turn lanes. Major surface components of the existing right-of-way include existing pavement, sidewalks with minimal landscaping, striped medians and signalized intersections with pedestrian crosswalks. Major subgrade components include utility infrastructure such as stormwater conveyances, potable water, sanitary sewer, reclaimed water, natural gas, a chilled water line belonging to Pinellas County, and fiber optic lines/structures. In addition, private infrastructure, such as power and communication utilities exist within the Osceola Avenue corridor right-of-way. It shall be the responsibility of the selected firm to field verify all utilities prior to design and construction. It is important to note that the intersecting utilities shall remain in service throughout the duration of the project. The subsurface portion of the project will include the addition of new reclaimed water services in the corridor, consolidating the two existing water mains into one, new storm sewer, and evaluating the sanitary sewer line for either replacement or relining. The above-surface portion of the project includes improving the pedestrian experience, increasing landscaping, and creating connectivity between Coachman Park, the right-of-way corridor, and two adjacent bluff properties overlooking Coachman Park that will soon be extensively redeveloped with mixed-use commercial, restaurant, residential, and boutique hotel amenities. This project will also need to develop cohesion with a new City parking garage on Osceola Avenue to be completed by Spring 2025, and a nearby City corridor improvement project on Fort Harrison Avenue. The following information is included with this solicitation to aid in preparing responses. i. Exhibit A – Project Location Map ii. Exhibit B – Sample Professional Service Agreement 4. SCOPE OF SERVICES. The project will consist of modifying Osceola Avenue to improve the pedestrian experience while maintaining functionality for public and emergency services access to major events held in Coachman Park, which can accommodate up to nine thousand ticketed event guests in addition to thousands more in the unticketed park space. Major infrastructure design as DETAILED SPECIFICATIONS Consulting Svcs-Osceola Ave Corridor Improvement Project 8 RFQ #55-23 described above, with the addition of new reclaimed water lines, will be included. All design work must adhere to the City’s Greenprint 2.0 Initiatives and provide opportunities for increased resiliency with the City’s infrastructure. The streetscape design should create a pedestrian friendly corridor that is complimentary to active ground floor commercial uses and a dense urban development pattern. The selected firm is expected to provide all project related engineering and consulting services for project completion. This includes but is not limited to the preparation of various concept renderings, complete and comprehensive phased design drawings, specifications, colorized renderings, construction documents, analysis and preparation of project cost estimates, creation and organization of project presentations, coordination and attendance of all project meetings (including Neighborhood and City Council meetings) and direction and utilization of public engagement efforts. The project shall include urban design characteristics appropriate for this central business district corridor. 5. REQUIRED QUALIFICATIONS. Qualified firms must demonstrate competence in areas of civil engineering including but not limited to related fields such as roadway design, stormwater design, utility design, surveying and mapping, landscape architecture, environmental engineering, construction management, and inspection for similar municipal projects. Qualified firms shall have significant experience in urban design, stormwater and utility design within high traffic municipal corridors. Firms shall also have experience designing such systems to maintain service throughout construction with minimal disruption to the adjacent users using principles of Low Impact Design. 6. INSURANCE REQUIREMENTS. The Consultant shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Contractor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement. Specific work may require additional coverage on a case by case basis: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. d. Professional Liability Insurance coverage appropriate for the type of business engaged in by the Contractor with minimum limits of $1,000,000 (one million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless prior policy was extended indefinitely DETAILED SPECIFICATIONS Consulting Svcs-Osceola Ave Corridor Improvement Project 9 RFQ #55-23 to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. OTHER INSURANCE PROVISIONS a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Contractor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured.” In addition when requested in writing from the City, Contractor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Purchasing, RFQ #55-23 P.O. Box 4748 Clearwater, FL 33758-4748 b. Contractor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Contractor’s insurance as outlined above shall be primary and non-contributory coverage for Contractor’s negligence. d. Contractor reserves the right to appoint legal counsel to provide for the Contractor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Contractor’s design, equipment, or service. Contractor agrees that the City shall not be liable to reimburse Contractor for any legal fees or costs as a result of Contractor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and failure to request evidence of this insurance shall not be construed as a waiver of Contractor’s obligation to provide the insurance coverage specified. MILESTONES Consulting Svcs-Osceola Ave Corridor Improvement Project 10 RFQ #55-23 1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. November 2023 through January 2027. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 2. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. RESPONSE FORMAT Consulting Svcs-Osceola Ave Corridor Improvement Project 11 RFQ #55-23 1. RESPONSE SUBMISSION. It is recommended that responses are submitted electronically through our bids website at https://www.myclearwater.com/business/rfp. For responses mailed and/or hand-delivered, firm must submit one (1) signed original (identified as ORIGINAL) response, three (3) copies of the response and one (1) copy in an electronic format, on a disc or thumb drive, in a sealed container using the label provided at the end of this solicitation. If submitting electronically, hard copies are not required. 2. RESPONSE FORMAT - Qualifications shall be submitted in bound volumes on standard 8½" x 11" paper. A single 8½" x 11" sheet printed on both sides is two (2) pages. All information must be assembled and indexed in the order indicated below. The page count shall not exceed twenty-six (26) total pages, including typed text, graphics, charts and photographs. The total page count does not include documents submitted for Tabs 6 and 7, the tabbed separator pages, cover page, and back page. NOTE: Every response received by the City will be considered a public record pursuant to Chapter 119, Florida Statutes. Any response marked confidential may be deemed non-responsive to this RFQ. TAB 1 – Letter of Interest (two [2] pages). A letter of interest detailing qualifications, related experience, ability to perform the work and to meet the above referenced selection criteria. Name, address, contact person and phone number shall be provided. TAB 2 – Professional Qualifications (25 points; six [6] pages). Describe the firm’s professional background. At a minimum include the following: a. Affirmative statement indicating the firm and all key personnel (where applicable) are legally able to perform work in Florida. Note: At least one (1) key staff member must possess a Florida Professional Engineering License. b. Organizational chart and descriptions of the functions, qualifications and relevant project experience of key staff members who will work on this project (any changes in key personnel after the contract award must be approved by the City). Include the expected involvement for each key staff member. c. Summary of the knowledge of local conditions and local codes/ordinances. TAB 3 – Relevant Project Experience (25 points; six [6] pages). Describe the firm’s professional experience with three (3) similar projects, preferably within the last 10 years, for which the firm has provided services relative to the Scope of Services for this project. Experience with municipal corridors, urban design and utility replacement/relocation is preferred. At a minimum include the following: a. Detailed description of each project. b. List of current key staff members that worked on each project. c. Client references for the three (3) selected projects including contact name, mailing address, email address, and phone number. TAB 4 – Technical Approach (25 points; six [6] pages). Provide a description of the firm’s technical abilities relevant to the Scope of Services. At a minimum include the following: a. Description of the ability to create, transfer and share technical data. b. List of technical hardware, equipment and software programs required for 2D and 3D drawings, professional plots, photographic & video displays, and presentations. Include all licenses for specialized software. c. Provide innovative methodologies used in data collection, design, and presentation. E.g., capturing existing 3d terrain using drone data collection. E.g., presentations using 3d model printing. Explain how these technologies can be used for this project. d. Explain how your firm maintains quality and cost control during design and construction phases. RESPONSE FORMAT Consulting Svcs-Osceola Ave Corridor Improvement Project 12 RFQ #55-23 TAB 5 – Project Methodology and Schedule (25 points; six [6] pages). Demonstrate an understanding of specific project goals that meets the needs of the city. This may include the following: a. Specific needs for infrastructure repair, removal and/or replacement. b. Ideology of complete streets as it has been identified within this document. c. Detailed work phase/task plan, including a tentative schedule of completion How maintain schedule control during design and construction phases. d. Understanding of Greenprint 2.0 and Clearwater Downtown District & Development Standards. TAB 6 – Litigation. NOTE: this is not considered Confidential or Proprietary information – any response indicating such may be deemed non-responsive to the RFQ. a. Provide a complete listing of any convictions or fines incurred by the respondent firm or any of its principals for violations of any state or federal law within the past three (3) years. Identify firm’s executives who have current claims or who have participated in litigation against the City of Clearwater while with another firm. Executives of firms currently under litigation with the City may not be considered for this project. b. Provide a complete listing of all litigation involving a construction project or contract (excluding personal injury and workers’ compensation) whether currently pending or concluded within the past three (3) years in which the respondent firm was a named party. c. Provide a complete listing of all administrative proceedings involving a construction project or contract, whether currently pending or concluded within the past three (3) years, in which the respondent firm was a named party. (NOTE: Administrative Proceedings shall include: (i) any action taken or proceeding brought by a governmental agency, department, or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts; (ii) any action taken by a governmental agency, department, or officer imposing penalties, fines, or other sanctions for failure to comply with any such legal or contractual requirement, or (iii) any other matter before an administrative body.) d. Provide a complete listing of all arbitrations involving a construction project or contract, whether currently pending or concluded in the past three (3) years, in which the respondent firm was a named party. TAB 7 - Other Forms. The following forms should be completed and signed: a. Exceptions, Additional Materials, Addenda form   b. Company Information form  c. Response Certification form  d. Exhibit C_Forms e. Copy of the firm’s current Florida Department of Business and Professional Regulation’s License f. If the firm is a corporation, a copy of the current Florida Corporation Registration  g. W-9 Form. All responses should include a fully completed, most current W-9 form. Failure to include the W-9 will not disqualify your bid. (http://www.irs.gov/pub/irs-pdf/fw9.pdf) EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA Consulting Svcs-Osceola Ave Corridor Improvement Project 13 RFQ #55-23 Respondents shall indicate any and all exceptions taken to the provisions or requirements in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Response non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this response Additional Materials attached (describe--attach additional pages if needed) Addenda Respondents are responsible for verifying receipt of any addenda issued by checking the City’s website at https://www.myclearwater.com/business/rfp prior to the bid opening. Failure to acknowledge any addenda issued may render a Bid Non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledge receipt Vendor Name__________________________________________________ Date__________________ COMPANY INFORMATION Consulting Svcs-Osceola Ave Corridor Improvement Project 14 RFQ #55-23 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this response: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: Provide supporting documentation for your certification, if applicable. RESPONSE CERTIFICATION Consulting Svcs-Osceola Ave Corridor Improvement Project 15 RFQ #55-23 By signing and submitting this Bid/Proposal/Qualification/Response, the Vendor certifies that: a) It is under no legal prohibition on contracting with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. f) It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. g) It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. h) It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. i) It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. j) It is current in all obligations due to the City. k) It will accept all terms and conditions as set forth in this solicitation if awarded by the City. l) The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Consulting Svcs-Osceola Ave Corridor Improvement Project 16 RFQ #55-23 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED RESPONSE Submitted by: Company Name: Address: City, State, Zip: RFQ #55-23, Consulting Services – Osceola Ave Corridor Improvement Project Due Date: September 12, 2023, at 10:00 A.M. City of Clearwater Attn: Procurement Division PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED RESPONSE Submitted by: Company Name: Address: City, State, Zip: RFQ #55-23, Consulting Services - Osceola Ave Corridor Improvement Project Due Date: September 12, 2023, at 10:00 A.M. City of Clearwater Attn: Procurement Division 100 S Myrtle Ave 3rd Fl Clearwater FL 33756 ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services------------------------------------------------ 1) Chen Moore and Associates, Inc 2) Cumbey and Fair, Inc 3001 N Rocky Point Dr E, Ste 200 2463 Enterprise Rd. Tampa, FL 33607 Clearwater, FL 33763 813.345.5965 727.797.8982 Certified: SBE 3) Florida Design Consultants, Inc 4) HDR, Inc 20525 Amberfield Dr, Ste 201 dba HDR Engineering, IncLand O'Lakes, FL 34638 4830 W Kennedy Blvd, Ste 400 727.849.7588 Tampa, FL 33609-2548 Certified: SBE 813.282.2300 5) Infrastructure Consulting & Engineering Inc 5550 W Idlewild Ave, Ste 115 Tampa, FL 33634 813.330.2701 ADVERTISED: TAMPA BAY TIMES 8/16/2023 POSTED:myclearwater.com 08/11/23-09/12/23 Due/Opening: September 12, 2023; 10:00 a.m. REQUEST FOR QUALIFICATIONS No. 55-23 Consulting Services - Osceola Avenue Cooridor Improvement Project Solicitation Response Listing FOR THE CITY OF CLEARWATER September 28, 2023 NOTICE OF INTENT TO AWARD The Selection Committee and the Procurement Division recommend award of RFQ No. 55-23, Consulting Services – Osceola Avenue Corridor Improvement Project, to Cumbey and Fair, Inc. Contract negotiations will begin with Cumbey and Fair, Inc, with a recommendation to be taken to Council in the near future. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Manager at (727) 444-8524, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Lori Vogel Lori Vogel, CPPB Procurement Manager Evaluation Discussion Notes Respondents 1 Chen Moore and Associates Inc 2 Cumbey and Fair, Inc 3 Florida Design Consultants Inc 4 HDR Inc Infrastructure Consulting & 5 E . . ngmeermg Committee Members Cat Corcoran Tim Kurtz Tara Kivett Anne Lopez Michael Vacca cc TKI 83 88 84 87 57 66 76 71 80 80 TKu AL MV Avg Rank 83 80 69 80.6 2 91 81 67 82 1 70 68 66 65 .4 5 82 78 64 74.2 4 71 79 65 75 3 55-23, Consulting Services -Osceola Ave Corridor Improvement Project Respondents 1 Chen Moore and Associates Inc 2 Cumbey and Fair, Inc 3 Florida Design Consultants Inc 4 HDR Inc 5 Infrastructure Consulting & Engineering Committee Members Cat Corcoran Tim Kurtz Tara Kivett Anne Lopez Michael Vacca cc 2 1 5 4 3 TKI 1 2 5 4 3 TKu AL MV Avg Rank 2 2 1 1.6 2 1 1 2 1.4 1 5 5 3 4.6 5 3 4 5 4 4 4 3 4 3.4 3 ~valuation and Ranking Summary Evaluator Name: Catherine Corcoran Professional Qualifications (Tab2) Respondents ;.' 25 points 1 Chen Moore and Associates, Inc 23 -lots of subs 2 Cumbey and Fair, Inc 23 Evaluator Signature: ~ C0::1 c~ RFQ 55-23 -Consulting Svcs -Osceola Ave Corridor Improvement Project Relevant Project Experience Technical Approach (Tab3) (Tab3} 25 points -.. -25 points 10 -no info on project team's tie to 25 highlighted projects 23 -great ID of key staff's involement, though budgets 15 - A bit generic seemed smaller than Osceola City of Clearwater Project Methodology and Schedule (Tab 4) TOTAL RANKING 25 points 100 points 25 '6:> t- 5L\ \ 23 Date: _q-'-+-=! 1__;_1_.l'---w_2.3~------- ~valuation and Ranking Summary RFQ 55-23 -Consulting Svcs -Osceola Ave City of Clearwater c~ .... i~~ .. '-:--~:-, vement Project 13 -PM's experience in Tampa is a 15 -Generic. Listed software but 3 Florida Design Consultants, Inc 18 -Project Engineering team plus, other projects seem to meet did not ID whether or how each 11 -Weak analysis and schedule is 51 5 seems less experienced some but not all of the "similar" unclear categories would be used on this project 11 -No actually constructed 22 -Methodology is reasonably 4 HDR Inc 23 -lots of subs projects were included, I don't 20 -QA/QC is generic project specific, schedule is a bit 'l(o L-\ consider studies to be equivalent vague to the full design for this project 20 -Patricia Ave project too small 22 -Would have liked to see 5 Infrastructure Consulting & 23 -lots of subs, graphics sub may to be relevant, would like to see 15 -Unclear which softwares will interface w/ Coachman Park 80 3 Engineering Inc be very helpful more streetscape AND utility actually be used on this project events as a design & construction experience in the same projects priority. Overall good response. ---- EvaluatorSignature: ~ C.~ Date : q \ 2..1 \ 202.3 Evaluation and Ranking Summary Evaluator Name: {tif':6\./ k~v~\-t' Professional Qualifications (Tab 2) ~esponden t . 25 points ~~~ i-~\...ei\--( .... P~ ~i, c; ~ 1,l) Chen p 0/, ,~r..,v Moore lv fvPr -, ,~}e,<r,,,._ 1~ *•t ..... 1 and Associates N {~.\--lA/_ 41~ , Inc L-rA-1..3 l(vi}r -4t-p~ fJM -r'\4tf' {-4~ ~ ,l i t) f Cumbey P-rlt.-,~"':) 2 and Fair, LS,._ Inc Uj;l,1 ')._)... fOt,, ~r)l_Jv; /ll\.1~-~ Florida 3 Design Consultan ts, Inc \~ Evaluator Signature, 1a.&p. .~ RFQ 55-23 -Consulting Svcs -Osceola Ave Corridor Improvement Project Relevant Project Experience Technical Approach (Tab 3} (1'/JoJJ 1 25 points 25 points L~zivtv!uA M,~· ---~6 ~ Zv1r~ -f- C(/'¢l $p ,~~ t~ ~ J}--·, v~ ~ , u:rr '5'W"v\ ~ (l 1rtJ.u ~ 6-:cs rd-1 . U- )._ 1- 0 '~r-'1,'h -1~ D ~l~ ,'Y.J ~ p &jf Wu-<t ,,, F/J ,Jr ").A£ P-rtf -A-~"'v:> uf,·\ {~#t;J-t.Ji\,h IVW ~l- :;5Ph vJ l. L ~»Jfo,)vc r toJ~ \'i'-~h.~ LLLf\"1_,,fLJ, Pf\'\ f>tl-~ f r'""'u:--0.:C ~ &wlF fJ "~ -)46 D-\.th Ji) City of Clearwater Project Methodology and Schedule RANKIN TOTAL (T'1lr4j' V----G 25 points 100 points ~OA-\ y,fi~ ttJ-A lM ~,(\ 1b1'tL<... ')... 1.. ).. I b~<t,, I 1/,._ I rviJ.j~ )__ Qu w Ju, ·fUl\'14/J t:v,Jr -ii \ )J ?. 0 fi.A.)J.tvvJ;t~ -i'~r~ \ Yf '. l ).. Ckt lj j~ -t}\ ~¥\ i1D \J-,'Jk ~~ '-'·"1 ~7 7T LJ ~ 1 l-;)_ )._ )~ Mb'.J 1 s 5 (de; ,~ 15 }-( Dat e: v[()7/~3 Evaluation and Ranking Summary -r~--~~ tUtr · LJ:\ {.:I k) IL -IW'1,{,, t't,Olt\ 4 HOR Inc ~~? l~ v,~ 0~() :Cl,f.- lnfrastruc !cJ-~'6t., L ture Consultin sg& 01l, Engineeri nglnc J-0 Evaluator Signature, 7 v'Jl.l'c., LA44!I RFQ 55 -23 -Consulting Svcs -Osceola Ave Corridor Improvement Project J:+ t+ Lt1.vvp ~~ }.,v~ -rvv~ Blk ~Tif p 111~\'L., {k~i,.,,~ 01 Lt;i() } ~~~ -~ j ~ -...6,tv:i u~ (A.\ tt~J-'-Wl-tv"·~,·\) t'\ 6-Qw~ ~o u{y u};( tl/fvS\-;~ Wbb\.(Y;L ct--r 1< :su e. )o ~~~ it¥ .J -o~~ * II ~ --t~ uJrJ ~vu... E}tw~ fiJ ar 7 ~itv>~ ~ J/11 f ')~ '( L-,0i¥l- p afnt,4,-/-f~O-'Ov '"' ~~ft_. ,pl '").{) C)_O City of Clearwater ·.~~ \\./( fr 3 7/ 4 If Ju£ l ~ /vv'J ifr. 4 4 ,J-1)Nl(" 5l~ -p,t-ib 3 ~o lotAL 3 {jrn.,(l OT /..l:J {y 1_D Evaluation and Ranking Summary RFQ 55-23 -Consulting Svcs -Osceola Ave Corridor Improvement Project Evaluator Name: _'_ ..... [ \,.._M""-+---.}-S,__...,../$6~__._'?==---------- Professional Qualifications Relevant Project Experience Technical Approach (Tab 2) (Tab3) (Tab 3) Respondents -25 points 25 points 25 points 1 Chen Moore and Associates, Inc z~ ~C) c__C> 2 Cumbey and Fair, Inc ?+ -z 3 1-,c> 3 Florida Design z_o -z l:i l~ Consultants, Inc Evaluator Signature,?~~ City of Clearwater Project Methodology and Schedule TOTAL RANKIN (Tab4) G 25 points 1100 points -z_o 85 l -z 4 1 /. 1 [o 7o ~ Date: _0_'7_.:.._~_z:-_-;z_/e_z::o_z::.._5 __ Evaluation and Ranking Summary 4 HOR Inc z_.1, Infrastructure 2& 5 Consulting & Engineering Inc RFQ 55-23 -Consulting Svcs -Osceola Ave Corridor Improvement Project I ·w Z-D l I lb City of Clearwater z_o sz j ~ 1/ f Date: _0'°/----=.0_"7-_;7-=--l _-e.o_--~-~-- Evaluation and Ranking Summary espondent Chen Moore 1 and Associates , Inc Cumbey 2 and Fair, Inc Florida 3 Design Consultan ts, Inc Professional Qualifications (Tab 2) 25 points RFQ 55-23 -Consulting Svcs -Osceola Ave Corridor Improvement Project Relevant Project Experience Technical Approach {Tab3) (Tab3) 25 points 25 points wr-1 l(;~t t'.l. lJin.0 ()~ - l~ ~ 60 l C\ ~ )/.[l 15 l~ City of Clearwater Project Methodology and Schedule RANKIN TOTAL (Tab 4) G 25 points 00 points go (\) ~ ~~ ?JI I IQ u~ 5 \ Date: Evaluation and Ranking Summary Engineeri nglnc ~\ RFQ 55-23 -Consulting Svcs -Osceola Ave Corridor Improvement Project IQ City of Clearwater 1 1i 3 Evaluation and Ranking Summary RFQ 55-23 -Consulting Svcs -Osceola Ave Corridor Improvement Project Evaluator Name: W, c\nad \. ·a.CL.a Professional Qualifications Relevant Project Experience Technical Approach (Tab2) (Tab 3) (Tab 3) respondent 25 points 25 points 25 points t§ Cl tS \\J) jXJ 2__0 Chen Moore 1 and Associates , Inc \to \ lo \q Cumbey 2 and Fair, Inc l(o \5 't C\ Florida 3 Design Con sultan ts, Inc - valuatorSignature:i. j J, OY(!µv--- \ I v City of Clearwater Project Methodology and Schedule TOTAL RANKIN (Tab 4) G 25 points ~00 points lb \ \9~ ~ l( lb 'h ~ (o{ ~ \\o vile ~ ~ ~ Da te: eA \'1-1 j 1.01-3 , :valuation and Ranking Summary RFQ 55-23 -Consulting Svcs -Osceola Ave Ct f Cl er Corridor Improvement Project 1yo earwat lb ~~ IS ~IS ~ \'o r ':) ,._, 4 HOR Inc ?roJe.~Js U:JfflP~, <Ti NE f;.__4tf.. · ld-\ ~ ~ I} \ (o \lo ~\1 1·6 lnfrastruc ture 5 Consultin 5c..-~\~~ ll (\l(E-r~Mll£ u'5 ~ \JJ g& Engineeri 't ~ nglnc j :valuator Signature: -~--r===-:...~"-.._~--25.~C:t:X1;~~~A.,.,,..-... ___ _ Date: _g-'-rlf)~7{-=-=~~j~_ September 28, 2023 Cumbey and Fair, Inc Attn: Matthew Fabrizio, PE 2463 Enterprise Rd Clearwater, FL 33763 Email: mfabrizio@cumbeyfair.com RE: RFQ #55-23, Consulting Services – Osceola Ave Corridor Improvement Project Good morning, Thank you for your interest and submittal of qualifications in response to City of Clearwater’s Request for Qualifications (RFQ) #55-23, Consulting Services – Osceola Ave Corridor Improvement Project. A team of city staff representing the Community Redevelopment Agency, Public Utilities and Public Works departments carefully reviewed each of the submittals received from five (5) qualified firms. Each submittal was ranked on the RFQ criteria and overall responsiveness to the RFQ requirements. The evaluation team shortlisted the top three (3) firms and proceeded to make an intent to award recommendation to the top-ranked firm. The ranked firms in order are: 1) Cumbey and Fair, Inc 2) Chen Moore and Associates, Inc 3) Infrastructure Consulting & Engineering, PLLC, LLC Congratulations! Negotiations will begin soon with your firm. If negotiations should fail the committee will move to the next ranked firm on the list. The negotiated contract is subject to City Council’s authorization. We thank you for the time and effort in responding to this RFQ and hope that you will continue to submit for any future opportunities. Regards, Lori Vogel Lori Vogel, CPPB Procurement Manager Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0350 Agenda Date: 4/29/2024 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 5.2 SUBJECT/RECOMMENDATION: Authorize a purchase order to Ten-8 Fire Equipment Inc of Bradenton FL, for the purchase of a new Heavy Duty Pierce Pumper in the amount of $1,152,524.00 pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), Piggyback, and 2.563(1)(d), Non-Competitive Purchase (Impractical); declare G2611 surplus effective upon receipt of the purchased vehicle and authorize disposal at auction or trade-in pursuant to Clearwater Code of Ordinances Sections 2.623(6) and (7), whichever is deemed to be in the City’s best interest, and authorize the appropriate officials to execute same. SUMMARY: Clearwater Fire and Rescue is requesting authorization to purchase a Heavy-Duty Pierce Pumper (engine) to replace Engine 47. Of the total amount, $761,075.00 is a piggyback from the Florida Sheriff’s Association, Contract FSA23-VEF17.0, Fire & Rescue Vehicles, Boats & Equipment, valid through March 31, 2025. The piggyback purchase is for a basic model. There are additional options added which total $411,482.52. The additional options are impractical to bid due to delay in receipt of vehicle, possible void of warranty for after-market equipment, manufacturer delay in receiving parts, etc. The basic model identified in the FSA contract does not provide for elements that fulfill Clearwater Fire & Rescue’s mission and capabilities. The additional options selected are specific to Clearwater Fire & Engine Companies for urban fire department response to include the following: larger pump capacity, heavier duty chassis, heavier duty drive train, low profile hose bed, etc. The additional options for this basic model coincide with the current apparatus that our City mechanics are familiar with and trained on. All optional pricing is vetted through the FSA contract and are priced at below Manufacturer Suggested Retail Price (MSRP) per section 2.13 of the contract agreement. A major cost increase for fire apparatus captured in this bid is the increase cost of the Cummins diesel engine. This increase coincides with many other manufacturers due to the required EPA mandates taking effect in 2027. A manufacturer and dealer discount of $20,033.52 is given, for a total purchase price of $1,152,524.00. The Department has determined the Heavy-Duty Pierce Pumper built by Pierce Manufacturing meets the operational needs of the Department. A heavy-duty velocity pumper provides exceptional pumping water capability, enhanced storage capability, lower vehicle profile, and will significantly up-grade the abilities of the engine it replaces. Upon receipt of the new vehicle, current engine 47 G3998 a 2014 Pierce Velocity engine will move to reserves and reserve unit G2611 a 2001 Pierce Enforcer engine will be retired (surplus). Clearwater Fire and Rescue temporarily retained G2611 in 2021 due to the current supply chain issues and an increase in out of service hours of front-line engines for front-line coverage; as presented and approved in agenda item ID#21-9970 on 12/2/21. The City will be reimbursed by the County for a portion of the purchase, approximately 11.67%, as the vehicle will support fire operations in the unincorporated areas of the Clearwater Fire District. Estimated annual operating costs in the department’s annual operating budget include fuel and routine garage charges for operating the new vehicle. Garage charges on the new vehicle are expected to be less than on the replaced vehicle. Early ordering of this apparatus is necessary due to the estimated four-year build time and also secures the current rate that is anticipated to increase in May 2024. This build-out delay results in extending the life of our frontline units to 12/13 years and typical reserve units to a minimum 18 year total life. Project funding planned in fiscal year 2025 is $742,610 Penny for Pinellas revenue and $91,730 in County Fire Reimbursement. Due to cost increases, additional resources which total $318,184 will need Page 1 City of Clearwater Printed on 4/24/2024 File Number: ID#24-0350 to be allocated. The proposed fiscal year 2024/25 capital improvement plan will include funding necessary (General Fund revenues and/or Penny for Pinellas revenues) to fund the City’s portion of this increase anticipated to be $275,414 and an increase to County Reimbursements of $42,684 APPROPRIATION CODE AND AMOUNT: Funds for this purchase will be available in capital improvement project 91218, Fire Engine Replacement, budgeted in fiscal year 2024/25. USE OF RESERVE FUNDS: NA STRATEGIC PRIORITY: 1.4 Foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. Page 2 City of Clearwater Printed on 4/24/2024 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesOnl…1/33 Legend: Option Not Present in Category Option in Category Diers Feature Values Dier Price Dierence: $411,482.5273.08 % DierentShowing Dierences Only Bid 899: 2024 - Clearwater FY28 - Velocity Pumper Velocity Chassis (Med Block), 2010 Clearwater Price Level: 48 Price: $1,150,871.87 Bid 1160: FSA Spec - Enforcer Level 2 Custom Pumper Enforcer Chassis Price Level: 48 Price: $739,389.35 0520877 Comparison Report Required Fill in Blank 38965 $0.00   0816491 Comply NFPA 1900 Changes Eective Jan 1, 2024, With Exceptions $286.41 0610784 Comply NFPA 1901 Changes Eective Jan 1, 2016, With Exceptions $286.41 0816495 Certication, Vehicle Inspection Program, NFPA 1900 $0.00 0891947 Certication, Vehicle Inspection Program, NFPA 1901 $0.00 0000114 Inspection Trip(s) Fill in Blank ve (5) travel, lodging and meals for the Qty, two (2) $0.00 0536644 Customer Service Website $0.00 0816569 Performance Bond, Not Requested, PPI Terms $0.00 0807703 Performance Bond, Not Requested $0.00 0597598 Velocity Chassis (Med Block), 2010 $79,374.91 0649754 Enforcer Chassis $18,435.93 0000110 Wheelbase Wheelbase 184.50 inches $0.00 0000110 Wheelbase Wheelbase 184.50 $0.00 0000070 GVW Rating GVW rating 43500 $0.00 0000070 GVW Rating GVW rating 47,000 lbs $0.00 0000203 Frame Rails, 13.38 x 3.50 x .375, Qtm/AXT/Imp/Vel/DCF $1,810.56 0729280 Frame Rails, 13.38 x 3.50 x .375, Enforcer $17,847.81 0508848 Axle, Front, Oshkosh TAK-4, Non Drive, 19,500 lb, Imp/Vel $0.00 0637911 Axle, Front, Dana, D-2000F, 20,000 lb Saber FR/Enforcer $11,989.95 0030264 Suspension, Front TAK-4, 19,500 lb, Qtm/AXT/Imp/Vel/Enf/SFR $37,417.51 0637913 Suspension, Front, Standens, Taper Leaf, 20,000 lb, Saber FR/Enforcer $3,317.46 0087572 Shock Absorbers, KONI, TAK-4, Qtm/AXT/Imp/Vel/DCF/Enf $0.00 0000321 Shock Absorbers on Front Axle, Monroe Magnum 65, Saber/Enforcer $0.00 0530464 Axle, Rear, Meritor RS24-160, 24,000 lb, Imp/Vel/Dash CF $13,788.40 0640711 Axle, Rear, Dana S26-190, 27,000 lb Saber/Enforcer $11,952.62 0122076 Suspen, Rear, Standens, Spring, 24,000 lb, Imp/Vel $3,845.16 0565380 Suspen, Rear, Single Slipper Spring, 27,000 lb, Saber/Enforcer $4,012.35 0585004 Tires, Rear, Goodyear, G289 WHA, 315/80R22.50, 20 ply, Single $7,229.41 0782552 Tires, Rear, Goodyear, Endurance RSA, 12R22.50, LRH, Single $5,824.17 0654750 Wheels, Rear, Alcoa-Accuride, 22.50" x 9.00", Aluminum-Steel, Hub Pilot, Single $2,779.61 0665668 Wheels, Rear, Alcoa, 22.50" x 8.25", Alum Dura- Bright-Alum, Hub Pilot, Single $4,840.41  0801909 Lug Nut, Covers, Chrome $171.04  0003245 Axle Hub Covers w/center hole, S/S, Front Axle $147.92 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesOnl…2/33  0001960 Axle Hub Covers, Rear, S/S, High Hat (Pair)$311.58 0544802 Chocks, Wheel, SAC-44-E, Folding, (Up to 44" Diameter Tires) Qty, Pair one (1) pair $778.59 0602478 Chocks, Wheel, Pumper, NFPA, Provided by Fire Department, NFPA 2016 $0.00 0544806 Mounting Brackets, Chocks, SAC-44-E, Folding, Horizontal Location, Wheel Chocks one (1) forward and one (1) rearward of the left side rear tire Qty, Pair one (1) pair $543.98 0544690 Mounting Brackets, Chocks, Provided by Fire Department $0.00 0820509 ESC/ABS/ATC Wabco Brake System, Single Rear Axle, NFPA 1900 $11,430.71 0010670 ABS Wabco Brake System, Single rear axle $7,597.45 0030185 Brakes, Knorr/Bendix 17", Disc, Front, TAK-4 $0.00 0690932 Brakes, Bendix, ADB-22X, 17" Disc, Front $883.87 0000730 Brakes, Meritor, Cam, Rear, 16.50 x 7.00"$0.00 0627930 Brakes, Bendix, Cam, Rear, 16.50 x 8.63"$905.87 0020784 Air Compressor, Brake, Cummins/Wabco 18.7 CFM $0.00 0735527 Air Compressor, Brake, Wabco 26.8 CI, Paccar $0.00 0000785 Brake Reservoirs, Three Paint Color, Air Tanks same as frame color $0.00 0637584 Brake Reservoirs, 5,376 Cubic Inch Minimum Capacity, Saber FR/Enforcer Paint Color, Air Tanks $0.00 0813346 Inlet/Outlet, Air, w/Disconnect Fitting Location, Air Coupling(s) in the driver side lower step well of cab Qty, Air Coupling (s) One (1) air inlet/outlet $949.59 0000854 Air Inlet, w/Disconnect Coupling Location, Air Coupling(s) forward in the driver side lower step well of cab Qty, Air Coupling (s) One (1) air inlet $536.81 0012034 Moisture Ejector, Manual, Remote Mounted Location Under LS3 Qty, Man. Moist Ejector Three (3) manual moisture ejectors $667.28   0615609 Fittings, Compression Type, Entire Apparatus, Single Rear Axle $1,966.96   0808533 Engine, Cummins X10, 450 hp, 1250 lb-ft, W/OBD, EPA 2027, Imp/Vel $243,674.65 0805934 Engine, Paccar MX13, 510HP, 1850 lb-ftW/OBD, EPA 2024, Saber FR/Enforcer $165,033.06 0811409 Not Required, Engine Contingency Adjustment $0.00   0687994 Engine Brake, Jacobs Compression Brake, Cummins Engine Switch, Engine Brake high, medium and low setting $8,441.34 0735687 Engine Brake, Fully Integrated, Paccar MX13 Engine Switch, Engine Brake high, medium and low setting $5,891.45 0552334 Clutch, Fan, Air Actuated, Horton Drive Master $0.00 0607623 Clutch, Fan, Air Actuated, Horton Drive Master, Compression Fitting $61.78 0123135 Air Intake, w/Ember separator, Imp/Vel $0.00 0640477 Air Intake, Metal Screen, Saber FR/Enforcer $0.00 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesOnl…3/33 0814375 Exhaust System, Horizontal, Right Side Exhaust, Diuser an aluminized steel exhaust diuser Exhaust, Material/Finish aluminized steel Location, Diuser Termination be ush with the body rub rail Tip, Exhaust a curved tip pointed downward on the end $157.24 0794743 Exhaust System, 5", X12/X15, MX13, Engine, Horizontal, Right Side $0.00 0787999 Radiator, Impel/Velocity $0.00 0788765 Radiator, Saber FR/Enforcer $0.00  0722490 Cooling Hoses, Gates Silicone and Rubber Combination - Custom $1,060.83 0722487 Cooling Hoses, Gates Silicone and Rubber Combination, Velocity $0.00   0788718 Radiator Coolant, Peak Final Charge Global OAT, Red $781.31   0051125 Fuel Tank, 75 Gallon, Left Side Fill, Qtm/AXT/Vel/Imp/DCF/SFR/Enf Finish polished stainless steel $0.00 0001125 Fuel Tank, 65 Gallon, Left Side Fill $0.00 0692516 DEF Tank, 4.5 Gallon, DS Fill, Rear of Axle, Common Door, Spring Flip Door Door, Material & Finish, DEF Tank polished stainless steel $279.00 0889521 DEF Tank, 7.3 Gallon, LS Fill, Under Cab, Paccar, Lift Up Fill Dr, Spring, ENF Door, Material & Finish, DEF Tank polished stainless steel $0.00 0723716 Fuel Priming Pump, Electronic, Automatic, Cummins, No Swt Req'd $0.00 0552777 Fuel Pump for Repriming $655.57 0582243 Shuto Valves, Fuel Line @ Primary Filter, Cummins $435.14 0552712 Not Required, Shuto Valve, Fuel Line $0.00 0699437 Cooler, Chassis Fuel, Not Req'd.$0.00 0891206 Cooler, Engine Fuel, Paccar MX13 $1,015.69 0698720 Fuel Cap Retaining Chain With Holder $67.94   0606925 Access, With Cab Raised, Fuel Filter and Shuto Valves $0.00    0690880 No Selection Required From This Category $0.00 0887559 Trans, Allison 6th Gen, 3000 EVS P, w/Prognostics, Imp/Vel/SFR/Enf $33,507.54 0887546 Trans, Allison 6th Gen, 4000 EVS P, w/Prognostics, Imp/Vel/SFR/Enf $48,747.69 0625329 Transmission, Shifter, 5-Spd, Push Button, 3000 EVS $0.00 0625331 Transmission, Shifter, 6-Spd, Push Button, 4000 EVS $0.00 0090176 Mode, Downshift, Aggressive downshift to 3rd, w/engine brake, 5 speed $196.68   0801878 Fluid, 3000 Series Trans, Allison Approved TES- 668 Synthetic, IPOS, Custom $386.19   0001370 Driveline, Spicer 1710 $3,623.51 0001375 Driveline, Spicer 1810 $3,623.51 0669988 Steering, Sheppard M110 w/Tilt, TAK-4, Eaton Pump, w/Cooler $0.00 0734212 Steering, Dual Gear, TRW TAS-65, w/tilt, Paccar Pump w/ Cooler, Enf, Paccar $1,303.38 0001544 Not Required, Steering Assist Cylinder on Front Axle $0.00   0509230 Steering Wheel, 4 Spoke without Controls $0.00 0509229 Steering Wheel, 2 Spoke $0.00 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesOnl…4/33 0690274 Logo/Emblem, on Dash Text, Row (1) One Clearwater Text, Row (2) Two Fire Text, Row (3) Three Rescue $0.00 0559647 Pierce Logo on Horn Button $0.00 0524744 Bumper, 22" Extended, Steel, Painted, Imp/Vel $3,883.63 0012245 Bumper, 19" Extended, Saber FR/Enforcer $3,787.81 0616489 Tray, Hose, Center, 22" Bumper, Inside Air Horns, 13" Deep, Imp/Vel Capacity, Bumper Tray 125' of 1.75" double jacket cotton-polyester hose Grating, Bumper extension Black rubber grating $617.43 0640196 Tray, Hose, Center, 19" Bumper, Inside Air Horns Capacity, Bumper Tray 100' of 1.75" double jacket cotton-polyester hose Grating, Bumper extension Black rubber grating $617.43 0728443 Hose Restraint, Bumper Tray, 1" Nylon Webbing, Passenger Side Mount, Fasteners Type of fastener 1.00" side release $267.14 0633479 Hose Restraint, Bumper Tray, Velcro Straps, Pair Qty, Pair one (1) pair $177.77 0760795 Tray, Hose, Left, 15.5" Deep, 13.5" Wide, 17.5" Long, Radius Lip Capacity, Bumper Tray 150' of 1.75" double jacket cotton-polyester hose Grating, Bumper extension Black rubber grating $1,221.05   0728504 Hose Restraint, Bumper Tray, 1" Nylon Webbing, Outboard Mounted, Fasteners Type of fastener 1.00" side release $234.11   0510226 Lift & Tow Package, Imp/Vel, AXT, Dash CF $0.00 0614646 No Lift & Tow Package, Imp/Vel, AXT, SFR/Enf $0.00 0522573 Tow Hooks Not Required, Due to Lift and Tow Package $0.00 0002270 Tow Hooks, Chrome $0.00 0698960 Coating, Top Flange, Front Bumper, Outside Exterior, UL-LX Coating, Black $601.22   0668315 Cab, Velocity FR, 7010 Raised Roof $70,650.35 0648332 Cab, Enforcer, 7010 $73,406.82 0724237 Engine Tunnel, ISL, Mech Fasteners, Impel/Velocity FR $0.00 0747442 Engine Tunnel, X12, MX13, Enforcer $0.00 0818272 Cab Insulation, Extreme Climate, Impel/Velocity $5,779.24    0633594 Rear Wall, Interior, Adjustable Seating $0.00 0677478 Rear Wall, Exterior, Cab, Aluminum Treadplate $0.00 0632103 Rear Wall, Exterior, Cab, Saber FR/Enforcer Material, Exterior Rear Wall painted job color $0.00 0122465 Cab Lift, Elec/Hyd, Imp/Vel $0.00 0639727 Cab Lift, Elec/Hyd, Manual Override, Saber FR/Enforcer $245.20 0123176 Grille, Bright Finished, Front of Cab, Velocity $0.00 0695930 Grille, Bright Finished, Front of Cab, Enforcer $0.00 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesOnl…5/33 0752555 Scuplate, S/S, Striker Side, Cabinet Door(s), Each Location DS and PS EMS compartment exterior access doors Material Trim/Scuplate polished stainless steel Qty, two (2) $363.40   0029007 Scuplates, On Rear Corners of Cab Material Trim/Scuplate polished stainless steel $682.10   0002224 Scuplates, S/S At Cab Door Jambs, 4-Door Cab Material Trim/Scuplate polished stainless steel $986.93   0527032 Trim, S/S Band, Across Cab Face, Rect Lights, Velocity Material Trim/Scuplate polished stainless steel Turnsignal Covers no covers $0.00 0647932 Not Required, Trim, S/S Band, Across Cab Face, AXT/Saber/Enforcer $0.00 0015440 No Chrome Molding, On side of cab $0.00 0087357 Molding, Chrome on Side of Cab $0.00 0559131 Mirrors, Forward Mtd, Remote, Pierce One- Eleven, LED Turn Signal Finish, Arm Cover chrome Finish, Mirror Head chrome $3,001.07 0521669 Mirrors, Retrac, West Coast Style, Htd/Rmt, w/Htd/Rmt Convex $1,250.90 0667921 Door, Half-Height, Velocity FR 4-Door Cab, Raised Roof Cab, Exterior Door Handle, Finish chrome/black Key Model, Cab Doors 751 $0.00 0648170 Door, Half-Height, Saber FR/Enforcer 4-Door Cab, Raised Roof Cab, Exterior Door Handle, Finish chrome/black Key Model, Cab Doors 751 $0.00 0655511 Door Panel, Brushed Stainless Steel, Impel/Velocity 4-Door Cab $463.68 0655543 Door Panel, Brushed Stainless Steel, Saber/Enforcer 4-Door Cab $0.00 0667905 Storage Pockets w/ Elastic Cover, Recessed, Overhead, Impel/Velocity FR $0.00   0667902 Controls, Electric Windows, All Cab Doors, Impel/Velocity FR $0.00 0528958 Not Required, Controls, Electric Window, AXT, Quantum, Saber, Enforcer $0.00 0606691 Steps, 4-Door Cab, Dual, 2" Larger Middle and Bottom Steps, Imp/Vel Light, Step, Additional a white $1,610.54 0638310 Steps, 4-Door Cab, Saber FR/Enforcer Step Well Material aluminum treadplate $302.25 0770200 Handrail, Exterior, Hansen, Knurled, Alum, LED Backlit, 4-Door Cab Color, Handrail Light red Control, Handrail Light with a separate switch in the cab and when the parking brake is applied $1,156.28 0770194 Handrail, Exterior, Knurled, Alum, 4-Door Cab $0.00 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesOnl…6/33 0892637 Lights, Cab & Crw Cab Acs Stps, P25, LED w/Bezel, 1Lt Per Step Color, Trim chrome housing $37.26 0892638 Lights, Cab & Crw Cab Acs Stps, P25, LED w/Bezel, 6lts Color, Trim chrome housing $180.15 0002140 Fenders, S/S on Cab $1,084.67 0002141 Fenders, s/s on cab - Saber/Enforcer $1,084.67 0592071 No Windows, Side of Crew Cab, Vel/Imp -$150.02 0042105 No Windows, Side of Crew Cab -$328.34 0568605 Not Required, Interior Trim, No Cab Side Windows $0.00   0509286 Not Required, Windows Rear of Crew Cab, Imp/Vel $0.00 0779033 Not Required, Windows Rear of Crew Cab, Saber FR/Enforcer $0.00 0558334 Not Required, Trim, Cab Rear Windows, No Rear Windows $0.00   0887710 Window Coatings, Solar Film $3,625.32   0814268 Fasteners, S/S, Rain Drip, IATS $940.75   0123686 Drip Rail, Cab Roof, Impel/Velocity/Velocity SLT $409.65   0803382 Guard, Radiator, S/S, Below Cab Grille, Lettering, Laser Cut, AXT/Imp/Vel Fill in Blank CLEARWATER $1,607.00    0722796 Dash, Poly, Saber FR/Enforcer $0.00 0773956 Work Surface, 3/16" Alum, Full Engine Tunnel, Upper 36.5, Lower Lip, Vel/Imp FR Lip 2.00" Material Finish, Cab Interior painted to match the cab interior $1,101.68   0748671 Cab Interior, Vinyl, Velocity FR, CARE Color, Cab Interior Vinyl/Fabric 36 oz black vinyl $0.00 0750824 Cab Interior, Vinyl Headliner, Saber FR/Enforcer, CARE Cab Interior Rear Wall Material painted aluminum Color, Cab Interior Vinyl/Fabric 36 oz dark silver gray vinyl Engine Tunnel Cover painted aluminum to match the cab interior $0.00 0667943 Cab Interior, Paint Color, Impel/Velocity FR Color, Cab Interior Paint black, vinyl texture paint $0.00 0753903 Cab Interior, Paint Color, Saber FR/Enforcer Color, Cab Interior Paint gray, vinyl texture paint $0.00 0509532 Floor, Rubber Padded Cab & Crew Cab, Imp/Vel, Dash CF $0.00 0052100 Floor, Rubber Padded, Cab & Crew Cab, Saber/Enforcer $0.00 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesOnl…7/33 0819169 HVAC, Extreme-Duty, Impel/Velocity FR, CARE Auxiliary Cab Heater no auxiliary heater provided in the rear facing seat risers HVAC System, Filter Access hinged with two (2) thumb latches Paint Color, A/C Condenser cover to be painted #10 white $21,672.02 0722696 HVAC, Standard-Duty, Enforcer, CARE Auxiliary Cab Heater one (1) 31,000 BTU auxiliary heater with 560 SCFM of air ow provided in each outboard rear facing seat risers with a dual scroll blower. An aluminum plenum incorporated into the cab structure used to transfer heat to the forward positions HVAC System, Control Loc. within panel position #12 HVAC System, Filter Access secured with four (4) screws Plenum Cover Material a formed plastic cover $17,307.17 0567443 Grab Handles, DS & PS Door Post & Passenger Dash panel, Imp/Vel $135.86 0634328 Grab Handles, Driver and Ocer Door Posts, Saber FR/Enforcer $0.00 0122516 Fluid Check Access, Imp/Vel Latch, Door, Storage Southco C2 black powder coated raised trigger latch $27.36 0631830 Fluid Check Access, Saber FR/Enforcer, Arrow XT Latch, Door, Storage ush lift and turn latch $0.00 0583040 Frontal Impact Protection $3,379.75 0583039 Not Required, Side Roll and Frontal Impact Protection $0.00 0622618 Seating Capacity, 5 Seats $0.00 0622617 Seating Capacity, 6 Seats $0.00 0697006 Seat, Driver, Pierce PS6, Premium, Air Ride, High Back, Frontal Impact, PRIMARY $4,089.24 0636957 Seat, Driver, Pierce PSV, Air Ride, High Back, PRIMARY, SFR/Enf $2,387.99 0696991 Seat, Ocer, Pierce PS6, Premium, Air Ride, SCBA, Frontal, PRIMARY $2,990.81 0636946 Seat, Ocer, Pierce PSV, Fixed, SCBA, PRIMARY, SFR/Enf $1,321.47 0002517 Not Required, Radio Compartment $0.00 0620420 Radio Compartment, Below Non-Air Ride Seat, Saber FR/Enforcer Latch, Door, Storage ush lift and turn latch $0.00 0754652 Cabinet, Rear Facing, LS, 24 W x 40.5 H x 30.5 D, Roll, Ext Acc, Imp/Vel Door, Cab Exterior Cabinet one (1) double pan door painted to match the cab exterior with a locking D-ring latch with #751 key Door, Cab Interior Cabinet one (1) Gortite rollup door with satin anodized nish, locking with #751 key Door, Exterior Stop web strap Light, Short Cabinet one (1) white LED strip light installed on the left side of the interior cabinet door opening Louvers, Cabinet no louvers Material Finish, Shelf painted to match the cab interior Scuplate, Material/Finish a polished stainless steel scuplate Shelf/Tray, Cabinet two (2) innitely adjustable shelves with a 0.75" up-turned lip $4,022.57 0632852 Seat, Rr Fcng C/C, LS Otbrd, Pierce PSV, SCBA, PRIMARY, SFR/Enf $1,187.96 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesOnl…8/33 0752556 Cabinet, Rear Facing, RS, 21.5 W x 40.5 H x 26.5 D, Roll, Ext Acc, Imp/Vel Door, Cab Exterior Cabinet one (1) double pan door painted to match the cab exterior with a locking D-ring latch with #751 key Door, Cab Interior Cabinet one (1) Gortite rollup door with satin anodized nish, locking with #751 key Door, Exterior Stop web strap Light, Short Cabinet one (1) white LED strip light installed on the right side of the interior cabinet door opening Louvers, Cabinet no louvers Material Finish, Shelf painted to match the cab interior Scuplate, Material/Finish a polished stainless steel scuplate Shelf/Tray, Cabinet two (2) innitely adjustable shelves with a 0.75" up-turned lip $3,965.11 0632848 Seat, Rr Fcng C/C, RS Otbrd, Pierce PSV, SCBA, PRIMARY, SFR/Enf $1,187.96 0740001 Seat, Fwd Fcng C/C, LS Otbrd, Pierce PS6, Base, SCBA, 17" Btm,3" Inbrd,SECONDARY $1,792.29 0108189 Not Required, Seat, Forward Facing C/C, LS Outboard $0.00 0649764 Seat, Fwd Fcng C/C, Ctr, (1) Pierce PS6, Base, SCBA, 17" Btm, SECONDARY $1,792.30 0613600 Seat, Fwd Fcng C/C, Ctr, (2) Pierce PSV, SCBA, 11" Sp, SECONDARY, SFR/Enf $2,375.92 0739999 Seat, Fwd Fcng C/C, RS Otbrd, Pierce PS6, Base, SCBA, 17" Btm,3" Inbrd,SECONDARY $1,792.29 0108190 Not Required, Seat, Forward Facing C/C, RS Outboard $0.00 0651182 Scuplate, Cabinet, Interior Door Pan, Cab Location DS and PS EMS cabinets external doors Material Trim/Scuplate brushed stainless steel Qty, two (2) $378.83   0543991 Bracket, Air Bottle, Hands-Free II, Cab Seats Qty, four (4) $4,199.58 0065740 Bracket, Air Bottle, Zico, ULLH, Load & Lock, In Cab Seats Qty, ve (5) $0.00 0690610 Embroidery, Seats, Cab and Crew Cab Qty, Seats Embroidery ve (5) seats $1,266.03   0734952 Door, Access, Front, (2) Rear Facing Seat Risers, No Heater Latch, Door, Storage Southco C2 black powder coated raised trigger latch Louvers, Cabinet louvers provided on the door of the cabinet for ventilation Material Finish, Cab Interior painted black $428.05   ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesOnl…9/33 0678689 Compt, Enclose, Forward Facing Seat Riser, VEL/IMP/Qtm/SFR/Enf Location under center forward facing rear crew seat Qty, one (1) $490.47   0603867 Seat Belt, ReadyReach Seat Belt Color red $0.00 0603866 Seat Belt, Dual Retractor, ReadyReach, Saber FR/Enforcer Seat Belt Color red $0.00 0604864 Seat Belt Height Adjustment, 5 Seats, Imp/Vel, Dash CF $341.54   0627014 Pick Not Required, Seat Belt Color Selected in Seat Belt Category $0.00   0817557 Helmet Storage, Provided by Fire Department, NFPA 2024 $0.00 0602464 Helmet Storage, Provided by Fire Department, NFPA 2016 $0.00 0896451 Enhanced Software for Cab and Crew Cab Dome Lts $0.00   0631779 Light, Map, Overhead, Round Halogen, AXT/Imp/Vel 12vdc power from directly to the battery switched power $0.00   0727858 Light, Map, Sunnex SL9-200*25L LED Clear Lens, Swivel Joint, 25 Deg Optics 12vdc power from directly to the battery switched power Color, Trim black housing Location over Ocer left shoulder Qty, one (1) $1,033.29   0816997 Portable Hand Light, Provided by Fire Dept, NFPA 2024 $0.00 0602637 Portable Hand Light, Provided by Fire Dept, Pumper NFPA 2016 Classication $0.00 0554191 Handlight, Streamlight, Fire Vulcan, 44451, C4 LED, Tail Lights, 12v, Orange Location, Lights to be installed at nal inspection. wiring location to be at either side of the rear engine tunnel Qty, Lights two (2) lights $673.39   0568369 Cab Instruments, Ivory Gauges, Chrome Bezels, Impel/Velocity 2010 $0.00 0644187 Cab Instruments, Black Gauges, Black Bezels, Saber FR/Enforcer Emergency Switching multiple individual warning light switches for various groups or areas of emergency warning lights. An Emergency Master switch provided on the instrument panel that enables or disables all individual warning light switches is included $461.22 0509511 Air Restriction Indicator, Imp/Vel, AXT, Dash CF, Enf MUX $0.00 0002544 Air Restriction Indicator - Pierce Chassis $0.00 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…10/33 0543751 Light, Do Not Move Apparatus Alarm, Do Not Move Truck activate a pulsing alarm $89.54 0543751 Light, Do Not Move Apparatus Alarm, Do Not Move Truck activate a steady tone alarm $10.79 0509042 Messages, Open Dr/DNMT, Color Dsply,$0.00 0637359 Not Required, Door Open Indicator w/Do Not Move Truck Light, Enf/Saber FR $0.00 0611681 Switching, Cab, Membrane, Impel/Velocity/Quantum, Dash CF, AXT WiFi MUX Location, Emerg Sw Pnls driver side overhead $0.00 0632738 Switching, Cab Instrument Lower Console & Overhead, Rocker, Enforcer $0.00 0555915 Wiper Control, 2-Speed with Intermittent, MUX, Impel/Velocity $293.60    0802940 Wiper Control, 2-Speed with Intermittent, Saber FR/Enforcer Location, Wiper Control located on the left side of the center instrument panel $0.00 0583273 Wire, 18-ga. Spare, Dual Wire 1st Location behind panel #10 (wrap around console) Location 2 Behind driver's seat Qty, one (1) $168.45   0790556 Wire, CAT 6, terminated, Spare, Qty, 1st Location behind driver's seat Location 2 in wrap around center console behind panel #10 Qty, one (1) $519.17   0820894 Wiring, Spare, 15 A 12V DC, Batt Dir, 1st NFPA1900 12vdc power from directly to the battery power Location, Wiring PS RF interior compartment. lower outboard wall (for suction charger) Wire termination with heat shrinkable butt splicing $188.06   0820897 Wiring, Spare, 15 A 12V DC, Batt Dir, 2nd NFPA1900 12vdc power from directly to the battery power Location, Wiring behind panel location #10 in center dash extension Wire termination with heat shrinkable butt splicing $188.06   ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…11/33 0821325 Wiring, Spare, 10 A 12V DC 1st NFPA1900 12vdc power from directly to the battery switched power Location behind driver's seat Qty, one (1) Wire termination with heat shrinkable butt splicing $137.06   0821674 Wiring, Spare, 60A 12V DC 1st NFPA1900 12vdc power from directly to the battery switched power Location behind driver's seat Qty, one (1) Wire termination with 3/8" studs and plastic covers $282.29   0743033 Bin, Center Dash Console $0.00   0814201 Vehicle Information Center, 7" Color Display, Touchscreen, MUX, CL714 System Of Measurement US Customary $3,036.59 0763646 Vehicle Information Center, LCD On Gauge Cluster Only, Sab/Enf System Of Measurement US Customary $0.00 0816633 Collision Mitigation, HAAS Alert (R2V), HA7 Subscription, HAAS R2V the transponder and a 5 year cellular plan, plus a 5 year extended cellular data plan, for a total of 10 years cellular data plan subscription $1,772.57 0734857 Collision Mitigation, HAAS Alert (R2V), HA5 Subscription, HAAS R2V the transponder and a 5 year cellular plan subscription $0.00 0606247 Vehicle Data Recorder w/CZ Display Seat Belt Monitor $1,420.95 0610240 Vehicle Data Recorder w/Seat Belt Monitor $1,821.31 0692961 Cable, Motorola HKN6169, 17' Mobile 2-way Radio, Remote Head Location behind driver's seat Location 2 behind panel #3 Qty, one (1) $297.94   0665245 Cable, Motorola HKN6168, 30' Mobile 2-way Radio, Remote Head Location behind driver's seat Location 2 behind panel #6 Qty, one (1) $321.77   0616382 Install Customer Provided GPS/Multimode Antenna(s) Qty, one (1) $522.42   ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…12/33 0694166 Antenna Mount, Larsen NMOKHFUDTHK, 0- 6000MHz Location best roof location Location 1 Behind Driver's seat Qty, one (1) $198.98   0817058 Camera, Pierce, LS Mux, R Camera, SD, CL714 Camera System Audio emitted by an amplied speaker on the ceiling behind the driver $1,072.02   0814831 Not Required, Camera Switcher $0.00   0511071 Guard, 4-Way, Rear Vision Camera Location above B1 compartment, please match previous Qty, one (1) $166.00   0896458 Pierce Command Zone, Advanced Electronics & Control System, Vel WiFi CZT Color, Antenna white WiFi antenna Module Housings electronic control modules to include black housings, a power indicator and status indicator $2,036.15 0624241 Electrical Power/Signal Protection & Control, Enforcer $0.00 0896456 Prognostics, Electrical System $0.00   0816093 ClearSky Telematics, Remote Fleet & On-scene Management, AT&T Commercial Subscription, Telematics 5 year subscription $2,377.24   0730603 Electrical System, Velocity ESP, Cummins, Paccar $0.00 0624256 Electrical System, Enforcer Hard Wired $0.00 0123174 Battery Compartment, Imp/Vel $0.00 0002698 Battery Compartment, Saber/Enforcer $0.00 0822649 Charger, Sngl Sys, Kussmaul, LPC 80, 091-206- 12, 80 Amp $3,124.56 0036234 Receptacle, Battery Charging, Cab Step Area, Driver's Side $0.00 0814949 Location, Crew Cab, Charger, Forward Facing Seat Riser, Center Position $339.82 0012778 No Pick Required, Battery Charger Location $0.00 0813919 Panel, Charger Display, Kussmaul, Included w/ Charger $220.67    0530960 Not Required, Remote Battery Charger Indicator $0.00 0770460 Shoreline, 20A 120V, Kussmaul Auto Eject, 091- 55-20-120, 091-55-234-XXX Br Cvr Color, Kussmaul Cover red Qty, one (1) Shoreline Connection battery charger and cab receptacle $1,021.20   ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…13/33 0026800 Shoreline Location Location, Shoreline(s) on the driver side of bumper extension $130.87   0647728 Alternator, 430 amp, Delco Remy 55SI $5,351.71 0647729 Alternator, 320 amp, Delco Remy 40SI $4,519.97 0676572 Switch, Rocker Style, Load Manager $145.31   0532857 Programming, Step Lights, Activated w/Prk Brk, IAT $182.36   0627524 Scene Light Switching, All Lights controlled by 1 switch cab,1 switch rear. $149.58   0092582 Load Manager/Sequencer, MUX Enable/Disable Hi-Idle to not be controlled by the load manager $405.26 0644176 Load Manager, Integrated In Electrical System, Saber FR/Enforcer $686.81 0783153 Headlights, Rect LED, JW Spkr Evo 2, AXT/DCF/Enf/Imp/Sab/Vel Color, Headlight Bez headlights to include chrome bezels $2,462.92 0648596 Headlights, Rectangular Halogen, AXT/Dash CF/Saber/Enforcer $0.00 0648425 Light, Directional, Wln 600 Cmb, Cab Crn, Imp/Vel/AXT/Qtm/DCF Color, Lens, LED's the same color as the LED's $0.00 0804651 Light, Directional, Wln M62T* LED, Above Headlights, Sab/Enf Color, Lens, LED's lens color(s) to be the same as the LEDs Color, Trim chrome trim Flash Pattern, Directional Lts Steady On (Arrow) $868.75 0736083 Lights, Clearance/Marker, Side, P25 LED 2 Lts, Others With Visor Lt $0.00 0647802 Lights, Clearance/Marker/ID, Front, P25 LED 5 Lts, Saber FR/Enforcer $0.00  0647899 Lights, Directional/Marker, Cab Front Side, Weldon 9186-8580-29 LED, Sab/Enf $69.08 0815852 Lights, Tail, Hiviz FT-TL-GSMJR-QUAD-KIT, Stop/Tail, Turn & Backup LED, Quad Color, Trim chrome housing $2,406.27 0804514 Lights, Tail, Wln M62BTT* Red Stop/Tail & M62T* Amber Dir Arw For Hsg Color, Lens, LED's lens color(s) to be the same as the LEDs Flash Pattern, Directional Lts Steady On (Arrow) $1,535.57 0085910 Lights, Backup Included in Signal Cluster $0.00 0806466 Lights, Backup, Wln M62BU, LED, For Tail Lt Housing $963.76  0556842 Bezels, Wln, (2) M6 Chrome Pierce, For mtg (4) Wln M6 lights $815.50 0763285 Alarm, Floyd Bell, Announcer, Fasten Seatbelts, 3Sec, 85 to 90dB Location, Alarm in the crew cab $474.72   0769569 Lights, Perimeter Cab, Amdor AY-LB-12HW012 LED 4Dr $853.09 0687604 Lights, Perimeter Cab, Truck-Lite 6060C LED 4Dr, Grommet Mt $801.04 0769572 Lights, Perimeter Pump House, Amdor AY-LB- 12HW020 LED 2lts $489.54 0617866 Lights, Perimeter Pump House, Truck-Lite 6060C LED 2lts $380.21 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…14/33 0770056 Lights, Perimeter Body, Amdor AY-LB-12HW020 LED 2lts, Rear Step Control, Perimeter Lts a switch within reach of the driver is activated and the ignition switch activates the side facing lights $902.24 0683575 Lights, Perimeter Body, Truck-Lite 6060C LED 2ts, Rear Step Control, Perimeter Lts the parking brake is applied $284.55 0769567 Lights, Perimeter, Amdor AY-LB-12HW012 12", Brkt Location, Additional Perimeter Lights one (1) light under compartment D1 and one (1) light under compartment P1 Qty, Lights two (2) lights $375.81   0896454 Enhanced Software for Perimeter Lts $0.00   0622040 Lights, Step, P25 LED 4lts, Pump Pnl Sw, Cab Sw $982.13 0556360 Lights, Step, P25 LED 4lts, Pump Pnl Sw $606.39 0609064 Trim, SS Polished Arround Recessed Light At the Rear of the Apparatus. Location DS and PS rear Qty, two (2) $592.25   0749399 Light, Visor Mt, Wln S72M**, 72" Cnt Feature Color, Wln Lt Housing painted parts of this light assembly to be white Control, Scene Lts by a switch at the driver's side switch panel LED Module Type additional modules to be four (4) scene light modules with white LEDs $6,153.57   0774948 Lights, Wln, P*H1* Pioneer, 12 VDC, 2nd Color, Wln Lt Housing painted parts of this light assembly to be white Control, Scene Lts when the cab or crew cab doors on the passenger's side are open and by the same control that has been selected for the passenger's side ood light(s) Location High and rear of PS crew door Mount, Wln II light(s) to be installed in a 15 degree vertical recessed bracket Qty, one (1) Scene Light Optics ood optics $2,313.51   ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…15/33 0775524 Lights, Wln, P*H1* Pioneer, 12 VDC, 1st Color, Wln Lt Housing painted parts of this light assembly to be white Control, Scene Lts when the cab or crew cab doors on the driver's side are open and scene lights to be controlled by the same control that has been selected for the driver's side ood light(s) Location High and rear of DS crew door Mount, Wln II light(s) to be installed in a 15 degree vertical recessed bracket Qty, one (1) Scene Light Optics ood optics $2,313.51   0774017 Lights, Wln, P*H1* Pioneer, 12 VDC, 3rd Color, Wln Lt Housing painted parts of this light assembly to be white Control, Scene Lts by a switch at the driver's side switch panel Location One DS and one PS rear Match 33243 Mount, Wln II light(s) to be installed in a 15 degree vertical recessed bracket Qty, two (2) Scene Light Optics with ood optics $4,454.20 0733343 Lights, HiViz FT-GESM* LED 1st Color, Lt Housing HiViz light(s) to include chrome optic holders, chrome bezels and black xture body Control, Scene Lts by a switch at the driver's side switch panel Location forward and rearward on the left side body Qty, two (2) $2,877.48 0728518 Lights, Wln, S72M** 72" 12VDC, LS Body Color, Wln Lt Housing painted parts of this light assembly to be white Control, Light not activated Control, Scene Lts by a switch at the driver's side switch panel LED Module Type additional modules to be four (4) scene light modules with white LEDs Location center over LS2 on catwalk Qty, one (1) $6,044.06 0733336 Lights, HiViz FT-GESM* LED 2nd Color, Lt Housing HiViz light(s) to include chrome optic holders, chrome bezels and black xture body Control, Scene Lts by a switch at the driver's side switch panel Location forward and rearward on the left side body Qty, two (2) $2,877.48 ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…16/33 0728517 Lights, Wln, S72M** 72" 12VDC, RS Body Color, Wln Lt Housing painted parts of this light assembly to be white Control, Light not activated Control, Scene Lts by a switch at the driver's side switch panel LED Module Type additional modules to be four (4) scene light modules with white LEDs Location center over RS2 on catwalk Qty, one (1) $6,044.06   0532358 Not Required, Deck Lights, Other Hose Bed & Rear Lighting $0.00 0689891 Lights, Deck, Wln (2) PFBP12C LED Rear Flood Lights Switch, Scene Lt Cntrl control from a switch at the rear of the truck $1,614.36 0645668 Lights, Front of Hose Bed, Wln 70C0ELZR LED Control, Hose Bed Lts by a switch located at the driver's side pump panel Light Bracket with no mounting bracket Light Guard with no guard Location mounted high and centered on cross divider Qty, one (1) $555.18 0645877 Lights, Hose Bed, Sides, Dual LED Light Strips Control, Hose Bed Lts by a cup switch at the rear of the apparatus no more than 72.00" from the ground $806.36 0645677 Lights, Not Required, Rear Work, Alt. 12 Volt Lights At Rear Body $0.00 0645681 Lights, Not Required, Rear Work, Deck Lights At Rear $0.00 0787447 Lights, Walk Surf, Dual LED Light Strips, Cargo Area, Bdy Stp Lt $0.00 0709438 Lights, Walk Surf, FRP Flood, LED $0.00 0007883 Switch, Master, Pump Panel Lights $290.82   0013303 Tank, Water, 500 Gallon, Poly, Med, New York Style $13,199.40 0028245 Tank, Water, 750 Gallon, Poly, Med $11,709.65 0541296 Dome, Foam Fill, Location Location Match 33243. On the DS front corner of upper portion of water tank $0.00 0028107 Not Required, Foam Cell Modication $0.00 0010011 Fill Dome Special Location Location, Tank Dome Match 33243 - in line and rearward of foam dome $0.00 0633066 Sleeve, Through Tank Qty, Sleeve One (1) sleeve Water Tank Sleeve - Plumbing/Hydraulic Diameter a 3.00" pipe $495.52 0635329 Modied Poly Tank & Cradle, Ext'd To Rear, Pumper $1,651.51   0553725 Restraint, Water Tank, Heavy Duty, Special Type Tank, 4x4, or Export $680.15 0553729 Not Required, Restraint, Water Tank, Heavy Duty $0.00 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…17/33 0815391 Hose Bed, Aluminum, Pumper, New York Style, Fill in the Blank Height Fill in Blank 62" Material Trim/Scuplate brushed stainless steel $2,622.18 0126633 Hose Bed, Aluminum, Pumper $0.00 0003481 Hose Bed Capacity, Special Capacity, Hosebed starting from the driver's side: 400' of 2.5", 300' of 3", 300' of 3", 1100' of 5", 150' of 1.75" and 200' of 1.75" $0.00 0627877 Hose Bed Capacity, 1000' of 5.00", 1000' of 3.00"$0.00 0083488 Divider, Hose Bed, .25" Unpainted Qty, Hosebed Dividers Three (3) hosebed dividers $3,003.70 0003488 Divider, Hose Bed, Unpainted Qty, Hosebed Dividers One (1) hosebed divider $729.47 0807436 Hose Restraint, Hose Bed, Web, Top, Separate From Rear Fastener, Top Restraint, Front Velcro Fastener, Top Restraint, Rear velcro with bungee cord and hook Fastener, Top Restraint, Sides Velcro straps $1,656.00   0807424 Hose Restraint, Hose Bed, Web, Rear, Separate From Top Fastener, Rear Restraint, Bottom Velcro straps and footman loops Fastener, Rear Restraint, Top Velcro straps $622.42   0040083 Divider, Unpainted, Extruded, Additional Location Install two in the center of the hose bed Match previous unit 33243 Qty, two (2) $1,460.73 0589278 Hose Restraint, Hose Bed, Velcro Strap on Top, 2" Heavy Nylon Web at Rear Nylon Web Color black Type of fastener 2.00" cam buckle Type of fastener, Rear velcro $745.59 0695401 Running Boards, 14.75" Deep, Rear 45 Degree Corner $131.13 0013512 Running Boards, 12.75" Deep $0.00 0681766 Tailboard, 16" Deep, Full Width, Extended Substructure, Angled Corners $1,749.78 0689621 Tailboard, 16" Deep $0.00 0690027 Wall, Rear, Smooth Aluminum/Body Material, Flush Rear Wall $0.00 0690037 Wall, Rear, Smooth Aluminum/Body Material Material, Rear Wall Inboard Facing Surfaces aluminum diamondplate $0.00 0889214 Tow Eyes, w/Tow Bar, 2G Pumper $407.64 0889713 Tow Eyes, 2G Pumper $0.00 0590926 Hose Restraint, Running Board, Velcro Straps Location, Hose Tray, Running Board one (1) in each side running board Qty, Tray, Hose Two (2) hose trays $355.55 0590926 Hose Restraint, Running Board, Velcro Straps Location, Hose Tray, Running Board in the right side running board Qty, Tray, Hose One (1) hose tray $177.77 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…18/33 0014110 Tray, Hose, Running Board, 100' of 1.50" Hose Location, Hose Tray, Running Board one (1) in each side running board Qty, Tray, Hose Two (2) hose trays $1,454.17 0014110 Tray, Hose, Running Board, 100' of 1.50" Hose Location, Hose Tray, Running Board in the right hand side running board Qty, Tray, Hose One (1) hose tray $727.09 0023650 LS 152" Rollup, Full Height Front & Rear, FDLER $6,808.38 0083686 LS 152" Rollup, Full Height & Depth Front & Rear $8,508.09 0692733 Doors, Rollup, Gortite, Side Compartments Color, Roll-up Door, Gortite painted one (1) color to match the lower portion of the body Latch, Roll-up Door, Gortite A polished stainless steel lift bar to be provided for each roll-up door Qty, Door Accessory six (6) compartment doors $0.00 0692733 Doors, Rollup, Gortite, Side Compartments Color, Roll-up Door, Gortite an anodized satin nish Latch, Roll-up Door, Gortite A polished stainless steel lift bar to be provided for each roll-up door Qty, Door Accessory six (6) compartment doors -$1,083.29 0098470 Compt, Flush Rear, Rollup, 30.75" FF, 25.88" D $1,221.61 0083703 Compt, Rear, Rollup, 58.00" FF, 25.88" D $834.22 0692746 Door, Gortite, Rollup, Rear Compartment Color, Roll-up Door, Gortite an anodized satin nish Latch, Roll-up Door, Gortite A polished stainless steel lift bar with locking key latches to be provided for each roll-up door. The keys to be Model 751 to match all compartment and cab doors -$74.89 0692746 Door, Gortite, Rollup, Rear Compartment Color, Roll-up Door, Gortite an anodized satin nish Latch, Roll-up Door, Gortite A polished stainless steel lift bar to be provided for each roll-up door -$180.55 0509489 Scuplate, S/S, Rear Ladder Rack Arm Location DS Qty, Scuplates One (1) scuplate $145.62   0016023 Scuplate, Polished S/S On Rear Outside Edge of Body $753.31   0618000 Guard, S/S for "D" Latch Handle on Access Door, Each Location Each door at pump panel next to crosslays Mount on inside of slam latch so back boards cannot hit lock and unlock Qty, two (2) $422.81   0019845 Guard, Drip Pan, S/S, Rollup Door Location, Door Accessory all body compartment doors Qty, Door Accessory seven (7) compartment doors $1,368.35   0616670 Lights, Compt, Pierce LED, Dual Light Strips, Each Side of Door, Pumper/Tanker Location, Compartment Lights LS1, LS3, RS1, RS3 and B1 Qty, ve (5) $1,399.78 0616670 Lights, Compt, Pierce LED, Dual Light Strips, Each Side of Door, Pumper/Tanker Location, Compartment Lights all body Qty, seven (7) $1,959.69 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…19/33 0689538 Lights, Compt, Pierce, LED Light Strip, 54", Additional Location, Lights P2 and D2 mounted horizontal on ceiling Qty, two (2) $482.26   0687146 Shelf Tracks, Painted Location, Shelf Track RS3 Qty, Shelf Track one (1) set of tracks $183.56 0687146 Shelf Tracks, Painted Location, Shelf Track LS1, LS2, LS3, RS1, RS2, RS3 and B1 Qty, Shelf Track seven (7) sets of tracks $1,284.91 0600350 Shelves, Adj, 500 lb Capacity, Full Width/Depth, Predened Locations Location, Shelves/Trays, Predened in RS3 centered between the oor and the ceiling Material Finish, Shelf painted nightspots Qty, Shelf one (1) shelf $306.93 0600350 Shelves, Adj, 500 lb Capacity, Full Width/Depth, Predened Locations Location, Shelves/Trays, Predened in RS1 in the lower third, in RS2 in the lower third, in RS3 in the lower third, in RS3 in the upper third, in RS2 in the upper third, in RS1 in the upper third, in B1 in the lower third, in LS1 in the lower third, in LS2 in the lower third, in LS3 in the lower third, in LS3 in the upper third, in LS2 in the upper third and in LS1 in the upper third Material Finish, Shelf painted spatter gray Qty, Shelf 13 shelves $3,563.92  0709690 Tray, 250 lb Slide-out, 2" Sides - Adj. Height, Predened Locations Location, Shelves/Trays, Predened determined at a later date Material Finish, Tray with a brushed nish Qty, Tray (slide-out) two (2) slide-out trays $1,492.31 0726394 Partition, Trans Rear Compt, Notched Fill in Blank a pike pole tube (broom storage) w/ open ends to pass through from RS1 to LS1 Location upper/forward (of body) corner Location, Partition left and right side rear compartments Qty, Partition Two (2) partitions $798.00   0003995 Grating, Alum in Compt Location LS3 Qty, Comp. Accessory one (1) $195.48   0820754 No Louvers, Delete Standard Compt Louvers, Per Compt, Non-NFPA 2024 Location B1 Qty, Comp. Accessory compartments $164.49   ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…20/33 0009729 Pac Trac, Installed on Compartment Walls Location rear upper tank wall of RS2, LS1, LS2 and LS3 Qty, Comp. Accessory four (4) $5,146.83   0696950 High Rise Pack Storage, Curved Mount, Inside Compt, Each Dimensions 7.25" by 3" high. Location RS1 Location, Bracket/comp. Match 33243 - the mounts will be positioned 49.25" o the compartment oor to the top of curve. One (1) bracket to be 11" to center of bracket o rear wall and one (1) 31" to center o rear wall. Qty, Comp. Accessory two (2) Size 9.25" $1,318.09   0004016 Rub Rail, Aluminum Extruded, Side of Body $0.00 0024016 Rub Rail, Aluminum Extruded, Side & Rear of Body $359.45 0784811 Fender Crowns, Rear, Stainless, w/Removable Liner Material Finish, Fender Liner painted to match the lower body color $1,196.71 0784811 Fender Crowns, Rear, Stainless, w/Removable Liner Material Finish, Fender Liner unpainted brushed stainless $1,196.71 0621021 Handrails, Side Pump Panels, Per Print, Hansen Knurled Alum Tubing, LED Backlit Color, Light, Hansen Handrail red Switch, Handrail Light Control by the same means as the cab handrail light controls $753.49 0626229 Handrails, Side Pump Panels, Per Print $0.00 0778825 Handrails, Beavertail, Hansen Tubing, Knurled Aluminum, LED Backlit, RS Only Color, Light, Hansen Handrail red Switch, Handrail Light Control by the same means as the cab handrail light controls $422.66 0004126 Handrails, Beavertail, Standard $0.00 0739825 Handrails, Rear, (3), (1) Above (2) Below, Hansen,Below Knurled Alum LED Backlit Color, Light, Hansen Handrail red Switch, Handrail Light Control by the same means as the cab handrail light controls $1,530.55 0004146 Handrail, Rear, Below Hose Bed, Full Width $0.00 0749600 Compt, Air Bottle, Fender Panel, Double, Vertical, SouthCo C2 Latch Location, Bracket/comp. RS rear fender Qty, Air Bottle Comp one (1) air bottle compartment $1,382.05   ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…21/33 0657651 Compt, Air Bottle, Double, Fender Panel Door Finish, Fender Compt polished Insert, Air Bottle Compt black rubber matting and "W" shaped insert formed of composite materials Latch, Air Bottle Compt Southco raised trigger C2 chrome lever latch Location, Fender Compt on the left side forward of the rear wheels and on the right side forward of the rear wheels Qty, Air Bottle Comp two (2) air bottle compartments $3,286.04 0657651 Compt, Air Bottle, Double, Fender Panel Door Finish, Fender Compt polished Insert, Air Bottle Compt black rubber matting Latch, Air Bottle Compt chrome plated ush lift & turn latch Location, Fender Compt on the left side forward of the rear wheels, on the right side forward of the rear wheels and on the right side rearward of the rear wheels Qty, Air Bottle Comp three (3) air bottle compartments $3,692.44 0028934 Rack, Ladders, Hydraulic, LS, Air Clamps Ladder Rack Lock Enclosure/Light Mounting Bracket A polished stainless steel enclosure shall be provided over the hydraulic ladder rack locks at the front and rear on the left side to cover the ladder rack locks (2) and provide mounting for any rear warning lights. Location, Hydraulic Ladder Rack Controls at the pump panel adjacent to the ladder rack $15,129.79 0049958 Ladders Btwn Tank & S.Sht, RS, Extended Rear, Enclosed, RPH Door, Material & Finish, Ladder Storage smooth aluminum Hinge Location on the left side Latch, Door Ladder Storage D-handle latch Material Trim/Scuplate bright aluminum treadplate $6,674.25 0756375 Lights, Hyd Lad Rack Deployed, Truck-Lite 15**** Color, Lens, LED's warning light lens color(s) to be clear Color, Light amber ashing LEDs Trim, T-L 15 chrome trim $0.00   0761307 Mounting Clips, Folding Ladder, Hydraulic Ladder Rack Location, Folding Ladder Storage on the outboard side of the hydraulic ladder rack when in the stored position $250.33 0733796 Trough, Folding Ladder, Ladder Storage Btwn Tank & S.Sht Location, Left Side, Right Side right side $279.47 0024499 Arm, Rear, Oset, Hydraulic Rack 2000, Recess Light $1,114.75   0040714 Ladder, Mounting, 2000 Rack Special Arrangement Fill in Blank They want the 14' ladder to load rst so the rst one o will be the 24' $299.17   0795582 Bracket, Mounting, Surf Board, Inboard of Hydraulic Ladder Rack Fill in Blank 11'L x 24"W x 5" thick on the ends; however the board is curved so there is 7" in the center. Also, the n is 10.75" tall. Location inboard of hydraulic rack similar to when HSH is mounted there $606.32   ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…22/33 0725371 Compt w/Door, Backboard, Over Pump Access, Backboard/Stokes/Long Tool Compt either side Door, Material & Finish, Storage polished stainless steel Hinge Location along the rearward edge Latch, Door, Storage Southco M1 push to close ush mounted stainless steel handle latch Location, BB/Stokes/Long Tool Storage Over Pump forward of the cargo area Qty, Backboard Troughs two (2) storage troughs Size, Backboard, Predened 72.00" long x 18.00" wide x 3.00" high $2,310.52   0816920 Pike Pole, Provided by Fire Department, NFPA 2024 Pike Pole Make/Model Fire Hooks Unlimited 10' all purpose hook model APH-10 Qty, one (1) $0.00 0789530 Pike Pole, 10' DUO Safety, Fiberglass Location pike pole storage in ladder compartment Qty, Pike Poles Two (2) pike poles $318.11 0816918 Pike Pole, 6', Provided by Fire Department, NFPA 2024 Pike Pole Make/Model Fire Hooks Unlimited 6 foot roof hook Qty, one (1) $0.00 0549137 Not Required, Pike Pole, 6'$0.00 0058193 Tubes, Alum, Pike Pole Storage, Spcl Notch, NY PP Head Location on the left side hydraulic ladder rack, outboard, underneath the folding ladder Qty, Pike Pole Tubes one (1) pike pole $306.32 0004361 Tubes, Alum, Pike Pole Storage Location, Pike Pole Tube in ladder storage compartment Qty, Pike Pole Tubes two (2) pike poles $471.17 0784210 Tubes, Alum, Long Tool Storage, 2.50" Diameter, Trans Through Rr Compt Location upper front corner of B1, open ends ush with partitions for transverse pass through, per write up at nal Qty, one (1) $404.11   0785102 Steps, Folding, Front of Body, Cargo Bed Access, w/LED, Trident Coating, Step a luminescent tread coating, that is rechargeable from any light source and can hold a charge for up to 24 hours, Location, Steps full height on the right side $602.81 0024388 No Steps Required, Front Of Body -$475.35 ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…23/33 0592994 Steps, Folding, Rear of Body, w/LED, Trident Coating, Step a luminescent tread coating, that is rechargeable from any light source and can hold a charge for up to 24 hours, $12.96 0592994 Steps, Folding, Rear of Body, w/LED, Trident Coating, Step a black tread coating $12.96 0005496 Pump House, Side Control, 45"$0.00 0007545 Pump House, Side Control, 45", Control Zone $0.00 0035501 Pump House Structure, Std Height $0.00 0037731 Pump House Structure, Raised, Included with Ladder Storage $0.00 0004425 Pump, Waterous, CSU, 1500 GPM, Single Stage $43,235.26 0649496 Pump, Hale, DSD, 1500 GPM, Single Stage $37,404.65 0004481 Seal, Grafoil, Waterous $0.00 0011039 Seal, Mechanical, Hale, QFLO/QPAK/8FG- Standard $0.00 0816447 Trans, Pump, Waterous C22 Series $0.00 0014477 Trans, Pump, Hale, Gear $0.00 0605126 Pump Shift, Air Mnl Override, Split Shaft, Interlocked, Waterous $570.21 0604308 Pump Shift, Air w/o Manual Override, Split Shaft, Interlocked, Hale $1,681.27 0746511 Valve, Relief Intake, TFT Pressure Setting 125 psig $3,673.56 0746508 Valve(s), Relief Intake, Trident Air Max, Control Location Intake Relief Valve Control behind the right side pump panel with a stainless steel access door Pressure Setting 125 psig Qty One (1) $3,673.55 0564941 Controller, Pressure, FRC, Pump Boss, PBA200 $4,555.71 0794959 Controller, Pressure, Pierce, Pump Boss, PBA300 $4,557.43 0641743 Primer, Waterous, VPO Motor, (1) VAP Valve, (1) Push Button Control $1,206.25 0072153 Primer, Trident, Air Prime, Air Operated $917.34 0603129 Plumbing, Stainless Steel and Hose, Single Stage Pump $1,306.61 0602512 Plumbing, Stainless Steel and Hose, Single Stage Pump, Control Zone $0.00 0795135 Plumbing, Stainless Steel, w/Foam System $0.00 0089437 Plumbing Without Foam System $0.00  0014650 Pump Suction Tube(s), Short, All $0.00 0004686 Valve, Inlet(s) Recess Behind Panel, Side Cntrl Qty, Inlets two (2) inlets $1,344.51 0016158 Valve, Inlet(s) Recessed, Side Cntrl, "Control Zone" Qty, Inlets one (1) inlet $0.00 0004680 Inlet, Right Side, 2.50"$1,723.55 0029147 Not Required, Inlet, Right Side $0.00 0897257 Inlet, 4" to 6" Front, 5" Plumbing, w/Bleeder Valve, Top of Bumper Drain, Suction .75" valves with T swing handle. Inlet, Front, Plumbing stainless steel Inlet, Front, Valve 5.00" Bray buttery valve Inlet, Size 6.00" inlet $12,487.88   0014823 Control, Front Inlet, Electric, w/Indicator Lights $1,206.84   ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…24/33 0737987 Valve, Relief Intake, Front Inlet, TFT Pressure Setting 125 psig $1,020.32   0732444 Swivel, Front Inlet, 4.00" to 6.00", w/Drain Finish, Front Inlet Elbow/Adapter Chrome Inlet Bleeder quarter-turn style of bleeder Inlet, Size 6.00" inlet $2,374.06   0004788 Cap, Front Inlet, Long Handle, VLH $0.00   0037897 Front Suction, Max Clearance $280.72   0005091 Elbow, Left Side Outlets, 45 Degree, 2.50" FNST x 2.50" MNST, VLH $0.00 0065091 Elbow, Left Side Outlets, 30 Degree, 2.50" FNST x 2.50" MNST, VLH $0.00 0025091 Elbow, Right Side Outlets, 45 Degree, 2.50" FNST x 2.50" MNST, VLH $0.00 0759762 Elbow, Right Side Outlets, 30 Degree, 3.00" FNST x 2.50" MNST, VLH $0.00 0816625 Outlet, Large Diameter, Right Side, Akron Valve Outlet, Large Diameter, NST Adapter 4.00" MNST chrome Outlet, Large Diameter, Plumbing 4.00" plumbing Outlet, Large Diameter, Valve Actuation Pierce large handwheel with indicator $6,459.21 0005047 Outlet, 4" w/4" Right, Handwheel Valve, Brand Akron $6,326.65 0649939 Outlet, Front, 1.50" w/2" Plumbing Drain, Front Outlet automatic Fitting, Outlet 1.50" NST with 90 degree stainless steel swivel Location, Front, Single on the top of the left side of the front bumper $3,318.02 0649939 Outlet, Front, 1.50" w/2" Plumbing Drain, Front Outlet automatic Fitting, Outlet 1.50" NST with 90 degree stainless steel swivel Location, Front, Single in the center bumper tray $3,318.02 0633403 Front Outlet, Raised, On a Bright Aluminum Treadplate Box $280.10   0004995 Outlet, Rear, 2.50" Location, Outlet left side Qty, Discharges Two (2) discharge outlets $5,864.36 0004995 Outlet, Rear, 2.50" Location, Outlet left side Qty, Discharges One (1) discharge outlet $2,932.18 0024930 Outlet, Rear, 1.50", Additional Location PS Qty, Discharges Two (2) discharge outlets $4,920.34 0092574 Not Required, Outlet, Rear, Additional $0.00 0065696 Not Required, Elbow, Rear Outlets, 1.50", Additional $0.00 0085695 Not Required, Elbow, Rear Outlets, Large, Additional $0.00 0091106 Outlet, 3.00" Deluge w/TFT Extend-a-Gun XG18, Handwheel $6,165.72 0005065 Outlet, 3.00" Deluge Riser $2,813.92 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…25/33 0770359 No Monitor Requested, Customer/Dealer Furnished and Installed Fill in Blank TFT Crossre $0.00 0770359 No Monitor Requested, Customer/Dealer Furnished and Installed Fill in Blank Monitor to be provided by the customer $0.00 0046857 Deluge Mount, For TFT Crossre Monitor, TFT Manual Extend-A-Gun Only $0.00 0005070 Deluge Mount, NPT $0.00 0591145 Hose Restraint, Crosslay/Deadlay, Top/Ends, Elastic Netting Qty, one (1) $234.00 0591145 Hose Restraint, Crosslay/Deadlay, Top/Ends, Elastic Netting Qty, two (2) $468.00 0034554 Crosslays, 6.00" Lower Than Standard $1,049.04   0764515 Scuplate, Brushed S/S, Front & Rear Wall of Crosslay Location on the painted surfaces of the crosslays Qty, two (2) $751.23   0015412 Foam Sys, Akron Eductor 3126-125 (Single Agent) Discharge Forward crosslay $7,791.33 0044333 Not Required, Foam System $0.00 0031896 Demonstration, Foam System, Dealer Provided $0.00 0042573 Not Required, Foam System Demonstration $0.00 0005448 Foam Cell, 40 Gallon, Not Reduce Water Foam, Brand Name national Type of Foam Class A foam $2,672.34 0045465 Not Required, Foam Tanks $0.00 0091036 Drain, 1.00" Foam Tank #1 $0.00 0091110 Not Required, Foam Tank Drain $0.00 0746445 Approval Dwg, Pump Operator's Panel, Includes Color And Label Tags Num Of Truck(s) or Sim Unit, OPER Pump Pnl, Dwg 33243 $0.00 0746444 Approval Dwg, Color And Label Tags Only $149.58 0035570 Pump Panel Conguration, No Match Required $0.00 0032479 Pump Panel Conguration, Control Zone $0.00 0629224 Material, Pump Panels, Side Control Black UL-LX Material Finish, Pump Panel, Side Control black UL-LX Material, Pump Panel, Side Control aluminum $919.91 0629252 Material, Pump Panels, Side Control Black Vinyl Material Finish, Pump Panel, Side Control black vinyl Material, Pump Panel, Side Control aluminum $0.00 0721765 Panel, Pump Access - Right Side Only, Side Control Latch, Pump Panel Access, Side Mount black raised trigger latch $131.34 0721765 Panel, Pump Access - Right Side Only, Side Control Latch, Pump Panel Access, Side Mount black swell latch $0.00 0069390 Control, Air Horn At Pmp Pnl, Red Button $252.69   0763096 Fittings, Compression IPO PTC, All Pump Panel Gauges $769.52   ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…26/33 0032297 Gauge, Flowmeter, Class 1, IAT Discharge w/Flowmeter 4" PS LD discharge Qty, Gauges/Disc. one (1) $1,919.01   0604123 Gauge, Water Level, FRC, WLA 300-A00, TankVision Pro, w/Remote Light Driver $1,425.73 0062586 Gauge, Water Level, Class 1, Pierce Std $760.71 0750438 Water Level Gauge, Wln PSTANK2, LED 1-Light, 4-Level Activation, Water Level G pump is in gear Color, Trim chrome trim Location, Water Level Gauge, Multi-Select one (1) each side rearward of crew cab doors Qty, two (2) $1,165.30   0604354 Gauge, Foam Level, FRC, Tank Vision Pro, WLA 360-A00, Class "A" $1,262.20 0006774 Not Required, Foam Level Gauge $0.00 0682261 Light Shield/Step 8", DS LED, P25 LED Step Lt $798.75   0682498 Light Shield/Step 8", PS LED, P25 LED Stp Lt $798.75   0606833 Location, Air Horns, Bumper, Each Side, Inside Frame (Pos #3 & #5) $0.00 0606835 Location, Air Horns, Bumper, Each Side, Outside Frame, Outboard (Pos #1 & #7) $0.00 0757092 Control, Air Horn, Multi Select $0.00 0016065 Control, Air Horn, Horn Ring, PS Chrome Push Button $574.52 0757084 Control, Air Horn, Horn Ring $187.49   0898102 Control, Air Horn, Ft Sw, RS Prk Brk Interlocked $477.51   0039791 Switch, Disable Air Horn Foot Switches Location Driver side switch panel $339.18   0006133 Siren, Code 3 3692 100W or 200W $810.77 0525667 Siren, Wln 295SLSA1, 100 or 200 Watt $743.22 0510206 Location, Elect Siren, Recessed Overhead In Console Location, Elec Siren recessed in the passenger side inside switch panel $0.00 0510206 Location, Elect Siren, Recessed Overhead In Console Location, Elec Siren recessed in the driver side center switch panel $54.62 0748306 Control, Elec Siren, Multi Select $0.00 0076156 Control, Elec Siren, Head Only $0.00 0805709 Control, Elec Siren, Horn Ring, Interlock Control, Interlocks control is not interlocked $226.78   0601375 Speaker, (1) Code 3, PB100C, Chrome Connection, Speaker connected to the siren amplier $883.64 0601304 Speaker, (2) Wln, SA315P, w/Pierce Polished Stainless Steel Grille, 100 watt Connection, Speaker connected to the siren amplier $1,809.84 0601551 Location, Speaker, Frt Bumper, Recessed, Right Side, Outside Frame,Outbrd(Pos 1) $0.00 0601559 Location, Speaker, Frt Bumper, Recessed, Each Side, Inside Frame (Pos 3 & 5) $0.00 0748280 Control Mech Siren, Horn Ring $185.85 0748282 Control Mech Siren, Ft Sw LS $185.85 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…27/33  0748281 Control Mech Siren, Ft Sw RS $185.85 0740834 Sw, Siren Brake, Momentary Red, LS Overhead Sw Pnl $335.44 0740391 Sw, Siren Brake, Momentary Chrome Push Button, RS $335.44 0812509 Lightbar, Hiviz,FT-HVC-OMEN-84, 84" , HVC $9,904.09 0651462 Lightbar, Wln, Justice, LED, 4-R, 4-RC LED, Clear Lens $1,867.93 0641779 Bracket, Lightbar, Forward Oset, FR Raised Roof Cab $268.19   0815377 Lightbar, Hiviz,FT-HVC-OMEN-24, 2-24" , HVC Lightbar Location, Cab/Crew Cab over the cab doors $8,900.27    0016380 No Additional Lights Req'd, Side Zone Upper $0.00  0737406 Lights, Front Zone, Wln M6** LED, Color Features, Above Headlts 2lts Color, Lens, LED's clear Color, Lt DS Front driver's side front warning light to be red Color, Lt PS Front passenger's side front warning light to be red Color, Trim chrome trim $944.67 0812499 Light, Front Zone, Hiviz FT-HVC-GSMJR-WN-**, Q Bzl 4lts, HVC Color, Lt DS Frnt Outside left side outside warning light to include red LEDs Color, Lt DS Front Inside left side inside warning light to include red LEDs Color, Lt PS Frnt Outside right side outside warning light to include red LEDs Color, Lt PS Front Inside right side inside warning light to include red LEDs Color, Q Bezel and Trim housing to be polished and the trim shall be chrome $3,394.50   0620063 Light, Front, Wln Dominator Plus DP8 30.36", 8- Red, Behind Low Grl Mt $2,362.79   0756747 Flash Pattern,Wln Dominator To Phasing In/Out $271.49    0653937 Flasher, Headlight Alternating Headlt ash deactivation the hi-beam headlight switch is activated $145.69 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…28/33 0812500 Lights, Side Zone Lower, HiViz, Separated into Front, Middle, Rear, HVC $0.00 0540679 Lights, Side Zone Lower, Wln M6*C LED, Clear Lens 2pr Color, Lt Side Front side front lights to be red Color, Lt Side Rear side rear lights to be red Location, Lights Front Side one (1) each side on the bumper extension Location, Lights Rear Side one (1) each side above rear wheels $1,952.42 0896616 Lights, Door Interior Flash, 4 Dr Cab, Weldon 8401-0000-20 Strip Light Control, Door Int Flash no other controls are on Location, Light, Door Int Flash located over the door window. $997.24   0895060 Lights, Door Interior Flash, 4 Dr Cab, Wln PSSEQACR Strip Light Color, Trim chrome trim Control, Door Int Flash no other controls are on Location, Light, Door Int Flash located in the door pan as low and far to the outside as practical. $1,637.27   0815847 Connectors, Door Interior Flash, All Cabs, Weatherproof $0.00   0819486 Lights, Side, Hiviz FT-HVC-GSMJR-WN-**, HVC Color, Lights, Warning light(s) to include red and white LEDs Color, Trim chrome trim Control, Light with the side warning switch Location, Lights each side of bumper, behind crew cab door, over rear wheel. 2 on each side of the body in the upper area spaced half way between the front and middle oodlights and halfway between the rear and middle oodlights ref J#26472 Qty, eight (8) $6,619.18   0815499 Lights, Side, HiViz FT-G14-* LED, Mounted In Rub Rail, 1st Color, Lights, Warning red Color, Trim chrome trim Control, Light with the side warning switch Location, Lights Center of each rub rail Total 6 Qty, four (4) $1,818.98   ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…29/33 0815854 Lights, Rear Zn Lwr, Hiviz FT-HVC-GSMJR-WN-**, HVC For Housing Color, Lt DS Rear left side rear warning light to include red LEDs Color, Lt PS Rear right side rear warning light to include red LEDs Color, Trim chrome trim $1,963.65 0564655 Lights, Rear Zn Lwr, Wln M6*C LED, Clear Lens, For Tail Lt Housing Color, Lt DS Rear driver's side rear light to be red Color, Lt PS Rear passenger's side rear light to be red $967.59 0815482 Lights, Rear, Hiviz FT-HVC-GSMJR-WN-**, 1st, HVC Color, Lights, Warning light(s) to include amber ashing LEDs Color, Trim chrome trim Control, Light with the emergency master Location rear body Qty, two (2) $1,927.87   0006700 Mounting, Lights, Recess In Rear Bulkhead (pair) Location one (1) each side on upper corners of bulkheads Qty, Lights, Pair one (1) pair $750.93   0820200 Lights, Rear/Side Up Zone, Hiviz FT-HVC-GSMJR- WN-**, 4lts, HVC Color, Lt, Rear Upper DS rear upper light on the left side to include red ashing LEDs Color, Lt, Rear Upper PS rear upper light on the right side to include red ashing LEDs Color, Lt, Side Rear Upper DS side upper rear light on the left side to include red ashing LEDs Color, Lt, Side Rear Upper PS side upper rear light on the right side to include red ashing LEDs Color, Trim chrome trim $3,275.63 0088745 Light, Rear Zone Up, Wln L31HRFN LED Beacon, Red LED Color, Dome, Rear Warning both domes clear $2,382.68 0537807 Mounting, Rear Warn Lights, Side Sheets & On Rear Bulkheads $0.00 0006615 Mounting, Rear Warn Lights, On Top of Compartment $0.00 0781579 Receptacle, 15/20A 120V 3-Pr 3-Wr, NEMA 5-20R SB Dup, 1st, Interior Cab AC Power Source shoreline inlet Cover, Receptacle interior stainless steel wall plate(s) Location 1 DS RF EMS compartment. Lower inboard corner Qty, one (1) $439.68   ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…30/33  0649753 Not Required, PTO Driven Hydraulic Tool System $0.00 0816508 NFPA Required Loose Equipment, Pumper, NFPA 2024, Provided by Fire Department $0.00 0602516 NFPA Required Loose Equipment, Pumper, NFPA 2016, Provided by Fire Department $0.00 0816941 Soft Suction Hose, Provided by Fire Department, NFPA 2024 $0.00 0602407 Soft Suction Hose, Provided by Fire Department, Pumper NFPA 2016 Classication $0.00 0816939 Extinguisher, Dry Chemical, NFPA 2024, Provided by Fire Department $0.00 0602538 Extinguisher, Dry Chemical, Pumper NFPA 2016 Class, Provided by Fire Department $0.00 0816937 Extinguisher, 2.5 Gal. Pressurized Water, NFPA 2024, Provided by Fire Department $0.00 0602360 Extinguisher, 2.5 Gal. Pressurized Water, Pumper NFPA 2016,Provided by Fire Dept $0.00 0816998 Axe, Flathead, Provided by Fire Department $0.00 0602679 Axe, Flathead, Pumper NFPA 2016 Classication, Provided by Fire Department $0.00 0817000 Axe, Pickhead, Provided by Fire Department $0.00 0602667 Axe, Pickhead, Pumper NFPA 2016 Classication, Provided by Fire Department $0.00 0709846 Paint, Two-Tone Color, Velocity/Impel Paint Break, Cab a standard two-tone cab paint break provided Paint Color, Lower Area, Predened #90 red Paint Color, Upper Area, Predened #10 white Shield, Cab a high cab shield provided $2,436.69 0709567 Paint, Single Color, Enforcer Paint Color, Cab #90 red $0.00 0709845 Paint, Single Color, Body Paint, Body painted to match the lower section of the cab $0.00 0709845 Paint, Single Color, Body Paint, Body painted to match the single cab paint color $0.00 0687653 Paint, Rear Wheels, Single Axle, Alum-Stl Paint, Wheels powder coat paint #101 black $280.25 0693792 No Paint Required, Aluminum Rear Wheels $0.00 0733739 Paint, Axle Hubs Paint, Axle Hub to match lower job color $0.00 0733739 Paint, Axle Hubs Paint, Axle Hub black #101 $0.00 0639088 Compartment Paint, 909017, Nightspots $2,476.18 0007230 Compartment, Painted, Spatter Gray $0.00 0544087 Reective Band, 6" Color, Reect Band - A white $0.00 0544111 Reective Band, 10" Color, Reect Band - A white $0.00 0510041 Reective across Cab Face, Imp/Vel $157.35 0007356 Reective across Cab Face $157.34 0536954 Stripe, Chevron, Rear, Diamond Grade, Pumper Color, Rear Chevron DG yellow $1,098.99 0536954 Stripe, Chevron, Rear, Diamond Grade, Pumper Color, Rear Chevron DG uorescent yellow green $1,098.99 0027341 Jog, In Reective Stripe, Single or Multiple Qty, one (1) $317.06 0669643 Stripe, Reective, Inside Aluminum Rub Rail Color, Reect Band - A white Qty, four (4) $138.89 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…31/33 0679885 Stripe, Sign Gold Outline Above & Below Reective Band Qty, one (1) $3,054.54   0567374 Stripe, Black Outline each Chevron Stripe @ Rear (Not Warranted) $339.80   0087355 Stripe, Reective, 6" Inside Compt Door Color, Reect Band - A black Location each exterior access EMS compt door Qty, two (2) $101.55   0065687 Stripe, Reective, Cab Doors Interior Color, Reective black $215.22 0065687 Stripe, Reective, Cab Doors Interior Color, Reective white $215.22 0679822 Stripe, Sign Gold, Two-Tone Paint Break with Shield, IPO Chrome Molding $797.16   0594559 Lettering Specications, (Sign Gold Process)$0.00 0027286 Not Required, Lettering Specs $0.00 0685932 Lettering, Sign Gold, 3.00", (41-60) Outline, Lettering outline and shade $1,373.92 0007472 [Lettering not Requested]$0.00 0685732 Lettering, Sign Gold, 14.00", Each Outline, Lettering outline and shade Qty, Lettering four (4) letters $932.64   0685817 Lettering, Sign Gold, 4.00", Each Outline, Lettering outline and shade Qty, Lettering 13 letters $547.98   0686082 Lettering, Reective, 3.00", (1-20) Outline, Lettering outline $422.01   0686084 Lettering, Reective, 3.00", Each Outline, Lettering outline Qty, Lettering four (4) letters $84.40   0776253 Emblem, ISO CLASS 1, w/Ribbon, Sign Gold, Pair Qty, one (1) $363.96   0632430 Emblem, Helmet Logo w/Sign Gold Lettering America's Bravest Location, Emblem D1/P1 Qty, one (1) $475.06   ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…32/33 0654570 Emblem, Vinyl, Per Dept. Submittal, Each Location, Emblem crew cab windows Qty, two (2) Size, Dept Seal, Vinyl 13.00"-15.00" $543.07   0657001 Emblem, Reective, Per Dept. Submittal, Each Location, Emblem cab doors Qty, two (2) Size, Dept Seal, Reect 12.00" - 14.00" $574.58   0695610 Emblem, Reective, Per Dept. Submittal, Each Location, Emblem rear roll up door Qty, one (1) Size, Dept Seal, Reect 22.00" - 24.00" $423.90   0769765 Lettering, Numerals, Grille, Painted w/ Outline (2) $1,278.90   0000000 Equipment Mounting $10,000.00   0031972 Manuals, Two (2), Fire Apparatus Parts, Custom Chassis $520.51 0772003 Manual, Fire Apparatus Parts, USB Flash Drive, Custom Qty, two (2) $520.51 0002905 Manuals, (2) Chassis Service, Custom $1,309.75 0624037 Manual, Chassis Service, (1) Hard Copy, One (1) USB Flash Drive, Custom $933.84 0032433 Manuals, Two (2) Chassis Operation, Custom $0.00 0772060 Manual, Chassis Operation, (1) Hard Copy, (1) USB Flash Drive, Custom $43.10 0611136 Warranty, Chassis, 3 Year, Velocity/Impel, WA0284 $0.00   0696698 Warranty, Engine, Cummins, 5 Year, WA0181 $0.00 0735523 Warranty, Engine, Paccar MX13, 5 Year $0.00 0684953 Warranty, Steering Gear, Sheppard M110, 3 Year WA0201 $0.00 0684952 Warranty, Steering Gear, TRW Ross TAS, 1 Year WA0202 $0.00 0595767 Warranty, Frame, 50 Year, Velocity/Impel, WA0038 $0.00 0596017 Warranty, Frame, 50 Year, Custom Chassis, WA0013 $0.00 0595698 Warranty, Axle, 3 Year, TAK-4, WA0050 $0.00 0610471 Warranty, Axle, Eaton/Dana, 5 Year/100,000 Mile, Parts and Labor $0.00 0733306 Warranty, Single Axle, 5 Year, Meritor, General Service, WA0384 $0.00 0610485 Warranty, Axle, Eaton/Dana, 5 Year/100,000 Mile, Parts and Labor $0.00 0524627 Warranty, Electronics, 5 Year, MUX, WA0014 $0.00   0695416 Warranty, Pierce Camera System, WA0188 $0.00   0734463 Warranty, Pump, Waterous, 7 Year Parts, WA0382 $0.00 0892410 Warranty, Pump, Hale, 5 Year Parts, 2 Year Labor, WA0388 $0.00 ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ 2/15/24, 6:02 PM Proposal Comparison | Pulse https://apps.piercemfg.com/Fae.Pulse.Web/Proposal/CompareProposals/104215?compareTo=121847&forReverseJobLookup=False&differencesO…33/33 0595412 Warranty, Graphics Lamination, 1 Year, Apparatus, WA0168 $0.00 0593921 Not Required, Warranty, No Lettering $0.00 0819254 Certication, Vehicle Stability, CD0196 $0.00 0683627 Certication, Vehicle Stability, CD0156 $0.00 0808580 Certication, Engine Installation, Imp/Vel, Cummins X10, 2027 $0.00 0807819 Certication, Engine Installation, Enf, Paccar MX13, 2024 $0.00 0892701 Certication, Cab Integrity, Impel/Velocity FR, CD0190 $0.00 0631980 Certication, Cab Integrity, Saber FR/Enforcer, CD0130 $0.00 0548950 Certication, Cab Door Durability, Velocity/Impel, CD0001 $0.00 0631973 Certication, Cab Door Durability, Saber FR/Enforcer, CD0137 $0.00 0548967 Certication, Windshield Wiper Durability, Impel/Velocity, CD0005 $0.00 0631978 Certication, Windshield Wiper Durability, Saber FR/Enforcer, CD0132 $0.00 0667411 Certication, Electric Window Durability, Velocity/Impel FR, CD0004 $0.00 0556828 Certication, Electric Window, Not Available $0.00 0549273 Certication, Seat Belt Anchors and Mounting, Imp/Vel/Vel SLT, CD0018 $0.00 0631977 Certication, Seat Belt Anchors and Mounting, Saber FR/Enforcer, CD0134 $0.00 0735950 Certication, Cab HVAC System Perf, Vel/Imp FR, CD0166/CD0168/CD0176/CD0177 $0.00 0735949 Certication, Cab HVAC System Performance, SFR/Enf, CD0165/CD0167/CD0174/CD0175 $0.00 0004713 ENGINE, OTHER $0.00 0735525 PACCAR MX13 ENGINE $0.00 0046395 EVS 3000 Series TRANSMISSION $0.00 0046396 EVS 4000 Series TRANSMISSION $0.00 0020011 WATEROUS PUMP $0.00 0020012 HALE PUMP $0.00 0028087 EDUCTOR FOAM SYSTEM $0.00 0028047 NO FOAM SYSTEM $0.00 0020014 FRONT SUCTION $0.00   ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ ≠ Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0008 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. No specific exclusions apply Conditions and Exclusions: See AlsoParagraphs2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: One (1) Year Material and Workmanship Basic Apparatus Twelve (12) months.Warranty Period Ends After: The date the apparatus is placed in service, or 60 days from the original buyer invoice date, whichever comes first.Warranty Begins: Portions of the apparatus manufactured by Pierce shall be free from defects in material and workmanship (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Fire and Rescue Apparatus Coverage: Three (3) Year Material and Workmanship Velocity and Impel Custom Chassis Limited WarrantyLimited WarrantyLimited WarrantyLimited Warranty Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Portions of the apparatus manufactured by Pierce shall be free from defects in material and workmanship 1. LIMITED WARRANTY (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; The date the apparatus is placed in service, or 60 days from the original buyer invoice date, whichever comes first.Warranty Begins: This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty applies, where applicable, to Goldstar lamination, defroster heater coil and motor blower assembly (excluding the FET PWM module), heater, air conditioning condenser coil and fan/motor assembly, air conditioning evaporator coil and motor blower assembly (excluding the drain pan pump and thermostat), under seat heaters coil and motor blower assembly (excluding the FET PWM module), HVAC electronic switches, HVAC hoses and hard lines, heater water valve, Pierce PS6 seat frames and hardware, Pierce One-Eleven mirrors, Pierce hands-free scba holder, cracking or color loss of roto-molded components, Meritor rear axle, Wabco ABS system, cab door handles, Standen spring suspension components, and the gauge instrument cluster. Conditions and Exclusions: See Also Paragraphs 2 thru 4 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. Three (3) Years, or 30,000 Miles, or 5000 Engine Hours Warranty Period Ends After: Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle.7/2/2015 WA0284 THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. Cummins Warranty Worldwide Fire Apparatus/Crash Trucks Coverage Products Warranted This Warranty applies to new diesel Engines sold byCumminsanddeliveredtothefirstuseronorafterApril1,2007,that are used in fire apparatus truck andcrashtruck*applications Worldwide. Base Engine Warranty The Base Engine Warranty covers any failures of theEnginewhichresult,under normal use and service,from a defect in material or factory workmanship(Warrantable Failure).This Coverage begins with thesaleoftheEnginebyCumminsandendsfiveyearsor100,000 miles (160,935 kilometers),whichever occursfirst,after the date of delivery of the Engine to the firstuser. Engine aftertreatment components included in theCumminsCriticalPartsList(CPL)and marked with aCumminspartnumberarecoveredunderBaseEngineWarranty. Additional Coverage is outlined in the EmissionWarrantysection. These Warranties are made to all Owners in thechainofdistributionandCoveragecontinuesto allsubsequentOwnersuntiltheendoftheperiodsofCoverage. CumminsResponsibilities Cummins will pay for all parts and labor needed torepairthedamagetotheEngineresultingfromaWarrantableFailure. Cummins will pay for the lubricating oil,antifreeze,filter elements,belts,hoses and other maintenanceitemsthatarenotreusableduetotheWarrantableFailure. Cummins will pay for reasonable labor costs forEngineremovalandreinstallationwhennecessary torepairaWarrantableFailure. Cummins will pay reasonable costs for towing avehicledisabledbyaWarrantableFailuretothenearestauthorizedrepairlocation.In lieu of the towingexpense,Cummins will pay reasonable costs formechanicstotraveltoandfromthelocationofthevehicle,including meals,mileage and lodging whentherepairisperformedatthesiteofthefailure. OwnerResponsibilities Owner is responsible for the operation andmaintenanceoftheEngineasspecifiedinCumminsOperationandMaintenanceManuals.Owner is alsoresponsibleforprovidingproofthatallrecommendedmaintenancehasbeenperformed. Before the expiration of the applicable Warranty,Owner must notify a Cummins distributor,authorizeddealerorotherrepairlocationapprovedbyCumminsofanyWarrantableFailureandmaketheEngineavailableforrepairbysuchfacility.Except for EnginesdisabledbyaWarrantableFailure,Owner must alsodelivertheEnginetotherepairfacility. Service locations are listed on the Cummins WorldwideServiceLocatoratcummins.com. Owner is responsible for the cost of lubricating oil,antifreeze,filter elements and other maintenance itemsprovidedduringWarrantyrepairsunlesssuchitemsarenotreusableduetotheWarrantableFailure. Owner is responsible for communication expenses,meals,lodging and similar costs incurred as a result ofaWarrantableFailure. Owner is responsible for non-Engine repairs and for‘‘downtime’’expenses,cargo damage,fines,allapplicabletaxes,all business costs and other lossesresultingfromaWarrantableFailure. Owner is responsible for a $100 (U.S.Dollars)deductible per each service visit under this plan in the3rd,4th and 5th years of Base Engine Warranty.Thedeductiblewillnotbechargedduringthefirst2yearsoftheBaseEngineWarranty. Limitations Cummins is not responsible for failures or damageresultingfromwhatCumminsdeterminestobeabuseorneglect,including,but not limited to:operationwithoutadequatecoolantsorlubricants;overfueling;overspeeding;lack of maintenance of lubricating,cooling or intake systems;improper storage,starting,warm-up,run-in or shutdown practices;unauthorizedmodificationsoftheEngine. Any unauthorized modifications to the aftertreatmentcouldnegativelyeffectemissionscertificationandvoidWarranty. Cummins is also not responsible for failures caused byincorrectoil,fuel or diesel exhaust fluid or by water,dirt or other contaminants in the fuel,oil or diesel exhaust fluid. This Warranty does not apply to accessories suppliedbyCumminswhichbearthenameofanothercompany.Such non-warranted accessories include,butarenotlimitedto:alternators,starters,fans,airconditioningcompressors,clutches,filters,transmissions,torque converters,vacuum pumps,power steering pumps,fan drives and air compressors.Cummins branded alternators and starters are coveredforthefirsttwoyearsfromthedateofdeliveryoftheEnginetothefirstuser,or the expiration of the BaseEngineWarranty,whichever occurs first. Failures resulting in excessive oil consumption are notcoveredbeyondthedurationoftheCoverageor100,000 miles (160,935 kilometers)or 7,000 hours fromthedateofdeliveryoftheEnginetothefirstuser,whichever of the three occurs first.Before a claim forexcessiveoilconsumptionwillbeconsidered,OwnermustsubmitadequatedocumentationtoshowthatconsumptionexceedsCumminspublishedstandards. Failures of belts and hoses supplied by Cummins arenotcoveredbeyondthefirstyearfromthedateofdeliveryoftheEnginetothefirstuserorthedurationoftheWarranty,whichever occurs first. Parts used to repair a Warrantable Failure may be newCumminsparts,Cummins approved rebuilt parts orrepairedparts.Cummins is not responsible for failuresresultingfromtheuseofpartsnotapprovedbyCummins. A new Cummins or Cummins approved rebuilt partusedtorepairaWarrantableFailureassumestheidentityofthepartitreplacedandisentitledtotheremainingCoveragehereunder. Cummins Inc.reserves the right to interrogateElectronicControlModule(ECM)data for purposes offailureanalysis. CUMMINS DOES NOT COVER WEAR OR WEAROUTOFCOVEREDPARTS. CUMMINS IS NOT RESPONSIBLE FOR INCIDENTALORCONSEQUENTIALDAMAGES. THIS WARRANTY AND THE EMISSION WARRANTYSETFORTHHEREINAFTERARETHESOLEWARRANTIESMADEBYCUMMINSINREGARDTOTHESEENGINES.CUMMINS MAKES NO OTHERWARRANTIES,EXPRESS OR IMPLIED,OR OFMERCHANTABILITYORFITNESSFORAPARTICULARPURPOSE. This Warranty gives you specific legal rights,and youmayalsohaveotherrightswhichvaryfromstatetostate. EmissionWarranty Products Warranted This Emission Warranty applies to new EnginesmarketedbyCumminsthatareusedintheUnitedStates**in vehicles designed for transporting personsorpropertyonastreetorhighway.This WarrantyappliestoEnginesdeliveredtothefirstuseronor afterSeptember1,1992. Coverage Cummins warrants to the first user and eachsubsequentpurchaserthattheEngineisdesigned,built and equipped so as to conform at the time of salebyCumminswithallU.S.federal emission regulationsapplicableatthetimeofmanufactureandthatitisfreefromdefectsinmaterialorfactoryworkmanshipwhichwouldcauseitnottomeettheseregulationswithinthelongerofthefollowingperiods:(A)Five years or100,000 miles (160,935 kilometers)of operation,whichever occurs first,as measured from the date ofdeliveryoftheEnginetothefirstuseror(B)The BaseEngineWarranty. If the vehicle in which the Engine is installed isregisteredinthestateofCalifornia,a separateCaliforniaEmissionWarrantyalsoapplies. Limitations Failures,other than those resulting from defects inmaterialorfactoryworkmanship,are not covered bythisWarranty. Cummins is not responsible for failures or damageresultingfromwhatCumminsdeterminestobeabuseorneglect,including,but not limited to:operationwithoutadequatecoolantsorlubricants;overfueling;overspeeding;lack of maintenance of lubricating,cooling or intake systems;improper storage,starting,warm-up,run-in or shutdown practices;unauthorizedmodificationsoftheEngine. Any unauthorized modifications to the aftertreatmentcouldnegativelyeffectemissionscertificationandvoidWarranty. Cummins is also not responsible for failures caused byincorrectoil,fuel or diesel exhaust fluid or by water,dirt or other contaminants in the fuel,oil or dieselexhaustfluid. Cummins is not responsible for non-Engine repairs,‘‘downtime’’expenses,cargo damage,fines,allapplicabletaxes,all business costs or other lossesresultingfromaWarrantableFailure. Cummins Inc. Box 3005 Columbus, IN 47202-3005 U.S.A. Bulletin 3381161 Printed in U.S.A. Rev. 08/09 ©2001 Cummins Inc. CUMMINS IS NOT RESPONSIBLE FOR INCIDENTALORCONSEQUENTIALDAMAGES. *Airport operated crash trucks and fire departmentoperatedtrucksemployedtorespondtofires,hazardous material releases,rescue and otheremergency-type situations. **United States includes American Samoa,theCommonwealthofNorthernMarianaIslands,Guam,Puerto Rico and the U.S.Virgin Islands. Cummins Inc.Box 3005Columbus,IN 47202-3005U.S.A. Bulletin 3381161PrintedinU.S.A.Rev.08/092001CumminsInc. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Fire and Rescue Apparatus Coverage: Lifetime Fifty (50) Year Structural Integrity Chassis Frame & Crossmembers Fifty (50) Years (Expected Life of Apparatus) Warranty Period Ends After: The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: Custom chassis frame rail and cross members manufactured by Pierce shall be free from defects in material and workmanship (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/16/2010 WA0038 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This warranty does not apply to damage caused by corrosion. Conditions and Exclusions: See AlsoParagraphs2 thru 4 This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty excludes brake pads, brake rotors, seal boots and shock absorbers. Conditions and Exclusions: See Also Paragraphs 2 thru 4 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. Three (3) Years -or- 30,000 Miles Warranty Period Ends After: Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle.12/16/2013 WA0050 THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. Fire and Rescue Apparatus Coverage: Three (3) Year Material and Workmanship TAK-4 Independent Front Suspension Limited WarrantyLimited WarrantyLimited WarrantyLimited Warranty Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: The TAK-4 Front Independent Suspension and Steering Gears shall be free from defects in material and workmanship. 1. LIMITED WARRANTY (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: Fire and Rescue Apparatus Coverage: SUPPLIER Limited Warranty Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: The Meritor axle shall be covered by Meritor as indicated in the attached Meritor warranty coverage description 1. LIMITED WARRANTY (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the purchaser who first puts the product in service ("Buyer"): (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. The exclusions listed in the attached Meritor warranty description shall apply. Conditions and Exclusions: See Also Paragraphs 2 thru 4 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. Five (5) YearsWarranty Period Ends After: Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 6/29/2020 WA0384 THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. MERITOR® COMMERCIAL VEHICLE SYSTEMS WARRANTY/MODEL YEAR 2020 VEHICLES Advantage Program Purchasing additional coverage on select components will continue to safeguard your investment against major repair costs after the initial base coverage expires. You can find out more about the Advantage Program by visiting www.meritor.com or by contacting Meritor at 866-OnTrac1 (866-668-7221). 2 Linehaul .............................................................................................................3-4 General Service ...................................................................................................5-6 Heavy Service/Specialty Vehicle ..........................................................................7-8 Fire and Emergency ................................................................................................9 Transit Bus ...........................................................................................................10 Off-Highway Service ..............................................................................................11 Terms and Conditions ............................................................................................12 How to Read Warranty Coverage Number of Years Mileage (in thousands) Unl=Unlimited P=Parts Only P&L=Parts & Labor Notice: Models or components that are approved for use by Meritor’s vocational guidelines contained in Meritor Publication TP-9441 for axles, SP-8320 for trailer axles, TP-12126 for drivelines, which are not specifically listed, are warranted for one year, unlimited miles, parts only (1/Unl/P). Products purchased on an incomplete vehicle (glider) are limited to one year, unlimited miles parts only (1/Unl/P). Effective Model Year 2020 Vehicles WARRANTY INFORMATION CONTENTS n Bulk Hauler n Chip Hauler (Truck)* n Doubles n Flatbed n General Freight n Grain Hauler n Livestock Hauler n Moving Van n Pipe Hauler n Refrigerated Freight n Tanker n Triples FD-965 FF-941 FF-942 FF-943 FF-944 FF-961 FF-966 FF-967 FG-941 FG-943 MFS-10-122A MFS-10-143A-N MFS-10-144A-N MFS-12-122A-N MFS-12-122B-N MFS-12-122C-N MFS-12E-122A-N MFS-12E-122B-N MFS-12E-122C-N MFS-12-124A-N MFS-12-132B-N MFS-12-132C-N MFS-12E-132B-N MFS-12E-132C-N MFS-12-143A-N MFS-12E-143A-N MFS-12-144A-N MFS-13-122A-N MFS-13-122B-N MFS-13-122C-N MFS-13-132B-N MFS-13-132C-N MFS-13-143A-N MFS-13-144A-N MFS-13B-122B-N MFS-13B-122C-N MFS-13B-132B-N MFS-13B-132C-N MFS-14-122A-N MFS-14-124A-N MFS-14-143A-N MFS-14-144A-N n High mileage operation (over 60,000 miles/year) n Well maintained major highways of concrete or asphalt construction n Greater than 30 miles between starting and stopping Coverage under Meritor’s warranty require that the application of products be properly approved pursuant to OEM and Meritor approvals. Refer to TP-9441 for axles, SP-8320 for trailer axles, TP-12126 for drivelines, and/or contact Meritor regarding specific application approval questions on any product line. * Chip Hauler vehicles require specific axle models listed below and Linehaul condition to be eligible for Linehaul warranty consideration. Linehaul Vehicles Front Non-Drive Steer Axles – 5/750/P&L Linehaul Typically Is RPL 5/500/P, 1/Unl/P&L MXL 3/350/P, 1/Unl/P&L 155N 1/Unl/P 92N 1/Unl/P Drivelines RS-19-144/145/A MS-19-14X MS-21-144 RS-21-145 RS-21-160 MS-23-17X RS-23-160 RS-23-161 RS-23-186 Rear Drive Single Axles – 5/750/P&L 1 These models required for Chip Hauler and Linehaul warranty consideration. 2 Each vehicle must have a Request for Application Recommendation (RAR) approved by Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. RT-34-144/P/A RT-40-145/A RT-40-160/P1,2 RT-46-160/P1,2 RT-46-164EH/P1,2 RT-50-160/P1,2 MA-40-165 MA-40-175 MT-34-14X/P MT-40-14T/P MT-40-14X/P MT-40-14X/P MT-40-14XHE MT-40-144/P MT-40-943 MT-40-943-SP RZ-1662 RZ-188 Rear Drive Tandem/Tridem Axles – 5/750/P&L LINEHAUL WARRANTY INFORMATION 3 Cam Q Series Trailer Brakes 5/500/P, 1/100/L Q+ Drum Brake™ 5/500/P, 1/Unl/P&L ASA 5/500/P, 1/Unl/P&L Hubs/Cast Drums and Other Wheel-end Components 1/Unl/P Hydraulic Disc Brakes 1/Unl/P All Other Brakes 1/Unl/P STEELite X30 Drum Brake™2 12-Years or Wearable Life/P EX+ Air Disc Brake™ 5/500/P, 1/Unl/L EX+ Air Disc Brake Extended Standard Warranty3 5/500/P&L 1 Includes: bushing, seal, cam, ASA lubrication and wear coverage of 3/500/P&L. 2 Based on stamped wear diameter max. 3 Applies only to MA761 friction material code CD brake assembly i.e. EX225LXXXCDXXX MPA38/40 (Tandem Axle Parallelogram)1 Major Structural Components 5/500/P, 1/100/L Curbing Damage Warranty2 5/500/P, 1/100/L Height Control Valve 1/100/P&L Shock Absorbers 2/200/P&L Air Springs 2/200/P, 1/100/L Bushings 5/P, 3/L PinLoc Air Controls 1/100/P&L PinLoc Actuator 3/300/P&L MPA20 (Single Axle Parallelogram) Major Structural Components 5/500/P, 1/100/L Height Control Valve 1/100/P&L Shock Absorbers 2/200/P&L Air Springs 2/200/P, 1/100/L Bushings 5/P, 3/L MTA (Trailing Arm) Major Structural Components 5/500/P, 1/100/L Height Control Valve 1/100/P&L Shock Absorbers 2/200/P&L Air Springs & Rebound Straps 2/200/P, 1/100/L Bushings 5/500/P, 3/300/L 1 Fastener torque coverage is limited to 2/Unl/P&L when torqued by Meritor (For axle and ABS coverage, refer to appropriate product warranties.) 2 “Curbing damage” is defined as deformation (bending, buckling, or breakage), caused by sudden impact with a curb or similar fixed object. Damage to the RideSentry slider box (the suspension sliding subframe, consisting of the frame rails, crossmembers, and central A-frame assembly), caused by accidental trailer impact with a curb or similar fixed object, is eligible for warranty coverage. Damage to other components or damage resulting from collision with another vehicle, rollover or fire is not covered under this provision. Warranty is not transferrable to another trailer VIN, and coverage does not apply if the trailer is deemed to be a total loss, scrapped, or otherwise not salvageable. TQ, TQD, TR, TRD Beam and Brackets 5/750/P&L 1 For brake components and ABS Coverage, refer to appropriate product warranties. MTIS Components 5/Unl/P, 1/Unl/L Beam and Brackets 5/500/P, 1/100/L Wheel End Systems1 Standard System2 1/100/P&L PreSet by Meritor3 5/500/P&L AxlePak54 5P/L AxlePak75 7P/L 1 Includes hub, wheel seals and wheel bearings—all systems require annual inspections and proper documentation to ensure full coverage. 2 When installed by Meritor. 3 Requires approved hubcap stating PreSet by Meritor on hubcap face. 4 When specified with AxlePak5 wheel end system, coverage on MTIS thru-tee and stator is 5/Unl/P, 1/Unl/L. 5 When specified with AxlePak7 wheel end system, coverage on MTIS thru-tee and stator is 7/Unl/P, 1/Unl/L. (For brake components and ABS coverage, refer to appropriate product warranties.) Brake Components Trailer Air Suspension Systems TAG/Pusher Axles1 Meritor Tire Inflation System Trailer Axles 4 LINEHAUL WARRANTY INFORMATION n Auto Hauler n Beverage Truck n Chip Hauler n Cross Country Coach n Flatbed n Front Engine Commercial Chassis n Front Engine Integral Coach n General Freight n Intercity Coach n Intermodal Chassis n Livestock Hauler n Meat Packer n Moving Van n Municipal Truck n Newspaper Delivery n Pick-Up and Delivery n Pipe Hauler n Platform Auto Hauler n Rear Engine Integral Coach n Recreational Vehicles n Refrigerated Freight n School Bus n Stake Truck n Tanker n Tanker Trailer n Tour Bus n Wrecker FD-965 FF-941 FF-942 FF-943 FF-944 FF-946 FF-961 FF-966 FF-967 FG-941 FH-941 FH-9461 FL-941 FL-943 MFS-6-151A-N MFS-6-153B-N MFS-6-162B-N MFS-6-153C-N MFS-6-162C-N MFS-7-113C-N MFS-7-153C-N MFS-7-163C-N MFS-8-113B-N MFS-8-143A-N MFS-8-153B-N MFS-8-163B-N MFS-10-122A MFS-10-143A-N MFS-10-144A-N MFS-12-122A-N MFS-12E-122A-N MFS-12-122B-N MFS-12E-122B-N MFS-12-122C-N MFS-12E-122C-N MFS-12-124A-N MFS-12-132B-N MFS-12E-132B-N MFS-12-132C-N MFS-12E-132C-N MFS-12-143A-N MFS-12-144A-N MFS-12E-143A-N MFS-13-122A-N MFS-13-122B-N MFS-13B-122B-N MFS-13-122C-N MFS-13B-122C-N MFS-13-132B-N MFS-13-132C-N MFS-13B-132B-N MFS-13B-132C-N MFS-13-143A-N MFS-13-144A-N MFS-14-122A-N MFS-14-124A-N MFS-14-143A-N MFS-14-144A-N MFS-16-122A-N MFS-16-133A-N MFS-16-135A-N MFS-16-143A-N MFS-18-133A-N MFS-18-135A-N MFS-18-193A-N MFS-20-133A-N MFS-20-135A-N MFS-20-192A-N MFS-20-193A-N MFS-22-135A-N MFS-22H-135A-N MFS-22-193A-N MFS-22H-193A-N n Lower mileage operations (less than 60,000 miles/year) n Generally, on-road service (less than 10% off-road) n An average of three (3) miles between starting and stopping Coverage under Meritor’s warranty require that the application of products be properly approved pursuant to OEM and Meritor approvals. Refer to TP-9441 for axles, SP-8320 for trailer axles, TP-12126 for drivelines, and/or contact Meritor regarding specific application approval questions on any product line. General Service Vehicles Front Non-Drive Steer Axles – 2/Unl/P&L General Service Typically Is GENERAL SERVICE WARRANTY INFORMATION 1 Can also be used with reduced steer angles in tag position in Coach Applications. 5 MS-17-13X MS-17-14X MS-19-13X MS-19-14X RS-17-144/145/A RS-19-144/145/A MS-21-13X MS-21-14X MS-21-144 MS-23-17X RS-21-145/A RS-21-160 RC-22-145 RC-22-145/A RC-23-160 RC-23-161 RC-23-1621 RC-23-1651 RS-23-160 RS-23-161 RS-23-186 RS-24-160 RC-25-160 RS-26-185 MS-26-616 MS-26-616-SP RS-30-185 MS-30-616 MS-30-616-SP RS-35-380 71162 71163 79163 Rear Drive Single Axles – 2/Unl/P&L 1 3/Unl/P&L if PreSet by Meritor. MT-34-14X/P RT-34-144/P/A MT-40-14T/P MT-40-14X/P MT-40-14XHE MT-40-144/P RT-40-145/A MT-44-14X/P RT-44-145/P RT-46-169 MT-52-616 RT-52-1851 MT-58-616 RT-58-1851 MT-70-380 RZ-188 Rear Drive Tandem/Tridem Axles – 2/Unl/P&L 1 Each vehicle must have a Request for Application Recommendation (RAR) approved by Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. MX-08-130-FV (FSD-08A) MX-10-130-FV (FSD-10A) MX-12-130-FV (FSD-12A) MX-13-130-FV (FSD-13A) MX-14-130-FV (FSD-14A) MX-16-130-FV (FSD-16A) MX-18-130-FV (FSD-18A) MX-18-130-SD (SDA-1800) MX-20-130-FV (FSD-20A) MX-21-130-FV (FSD-21A) MX-21-130-SD (SDA-2100) MX-23-130-FV (FSD-23A) MX-23-130-SD (SDA-2300) MX-29-130-FV (FSD-29A) Front Drive/Non-Drive Steer Axles – 1/Unl/P&L RT-40-160/P RT-46-160/P RT-46-164EH/P RT-50-160/P RZ-166 Rear Drive Tandem/Tridem - 3/Unl/P&L RPL 4/400/P, 1/Unl/P&L MXL 3/350/P, 1/Unl/P&L 155N 1/Unl/P 92N 1/Unl/P Drivelines 11170 523 RND-14H RND-16A Rear Drive Axles – 1/Unl/P&L MPT-318 MPT-500 MPT-510 MPT-518 MPT-526 MPT-531 MPT-543 MPT-170 MPT-1702 MPT-175 MPT-185 MPT-190 PTO – 1/Unl/P&L 516 FAT 30 Transmission – 1/Unl/P&L Cam Q Series Trailer Brakes 3/Unl/P, 1/Unl/L Cam P3 2/200/P Cam 3/Unl/P Q+ Drum Brake™ 3/Unl/P&L Q+ Drum Brake ™3 2/200/P&L ASA 3/Unl/P ASA3 2/200/P Hubs/Cast Drums and Other Wheel-end Components 1/Unl/P Hydraulic Disc Brakes 1/Unl/P All Other Brakes 1/Unl/P STEELite X30 Drum Brake™2 12-Years or Wearable Life/P EX+ Air Disc Brake™ 2/Unl/P&L 1 Includes: bushing, seal, cam, ASA lubrication and wear coverage of 1/Unl/P. 2 Based on stamped wear diameter max. 3 Applies to Tour Bus and Cross Country Coach only. Beam and Brackets1 5/Unl/P, 1/Unl/L Wheel End Systems2 Standard System3 1/Unl/P&L AxlePak54 5/P&L AxlePak75 7/P&L 1 9000 Series is 3/Unl/P, 1/Unl/L 2 Includes hub, wheel seals and wheel bearings—all systems require annual inspections and proper documentation to ensure full coverage. 3 When installed by Meritor. 4 When specified with AxlePak5 wheel end system, coverage on MTIS thru-tee and stator is 5/Unl/P, 1/Unl/L. 5 When specified with AxlePak7 wheel end system, coverage on MTIS thru-tee and stator is 7/Unl/P, 1/Unl/L. (For brake components and ABS coverage, refer to appropriate product warranties.) Beam & Brackets 6/Unl/P, 1/Unl/L Wheel End Systems1 Standard System 1/Unl/P&L AxlePak7 7/P&L Beam and Brackets 7/P, 1/L 1 Includes hub, wheel seals and wheel bearings—all systems require annual inspections and proper documentation to ensure full coverage. MPA38/40 (Tandem Axle Parallelogram)1 Major Structural Components 5/Unl/P, 1/Unl/L Curbing Damage Warranty2 5/500/P, 1/100/L Height Control Valve 1/Unl/P&L Shock Absorbers 2/Unl/P&L Air Springs 2/Unl/P, 1/Unl/L Bushings 5/P, 3/L PinLoc Air Controls 1/Unl/P&L PinLoc Air Actuator 3/Unl/P&L MPA20 (Single Axle Parallelogram) Major Structural Components 5/Unl/P, 1/Unl/L Height Control Valve 1/Unl/P&L Shock Absorbers 2/Unl/P&L Air Springs 2/Unl/P, 1/Unl/L Bushings 5/P, 3/L MTA (Trailing Arm) Major Structural Components 5/Unl/P, 1/Unl/L Height Control Valve 1/Unl/P&L Shock Absorbers 2/Unl/P&L Air Springs and Rebound Straps 2/Unl/P, 1/Unl/L Bushings3 5/Unl/P, 3/Unl/L (For axle and ABS coverage, refer to appropriate product warranties.) 1 Fastener torque coverage is limited to 2/Unl/P&L when torqued by Meritor 2 “Curbing damage” is defined as deformation (bending, buckling, or breakage), caused by sudden impact with a curb or similar fixed object. Damage to the RideSentry slider box (the suspension sliding subframe, consisting of the frame rails, crossmembers, and central A-frame assembly), caused by accidental trailer impact with a curb or similar fixed object, is eligible for warranty coverage. Damage to other components or damage resulting from collision with another vehicle, rollover or fire is not covered under this provision. Warranty is not transferrable to another trailer VIN, and coverage does not apply if the trailer is deemed to be a total loss, scrapped, or otherwise not salvageable. 3 Raw wood applications 3/Unl/P, 1/Unl/L MTIS Components 5/Unl/P, 1/Unl/L TQ, TQD, TR, TRD Beam and Brackets1 3/Unl/P, 1/Unl/L MC14002, MC16003, FH946 2/Unl/P&L (For brake components and ABS coverage, refer to appropriate product warranties.) 1 3/Unl/P&L if sold with PreSet by Meritor. Brake Components Trailer Axles Chassis Axles (2000 Series/ChassiPak) Trailer Air Suspension Systems Meritor® Tire Inflation System TAG/Pusher Axles 6 GENERAL SERVICE WARRANTY INFORMATION Heavy Service/Specialty Vehicle n Airport Rescue Fire Fighting (ARFF) n Airport Shuttle* n Asphalt Truck n Block Truck n Bottom Dump Trailer Combination n Cementing Vehicle n Commercial Pick-Up n Concrete Pumper n Construction Material Hauler n Mixer n Demolition n Drill Rig n Dump n Equipment Hauling n Flatbed Trailer Hauler n Flatbed Truck n Fracturing Truck n Front Loader n Geophysical Exploration n Hopper Trailer Combinations n Landscaping Truck n Liquid Waste Hauler n Log Hauling n Lowboy n Michigan Special Gravel Trains n Michigan Special Log Hauler n Michigan Special Steel Hauler n Michigan Special Waste Vehicle n Municipal Dump n Rear Loader (Refuse) n Recycling Truck n Residential Pick-Up (Refuse) n Rigging Truck n Roll-Off n Scrap Truck n Semi-End Dump n Sewer/Septic Vacuum n Shuttle Bus* n Side Loader n Snowplow/Snowblower n Steel Hauling n Tanker n Tank Truck n Tractors with Pole Trailers n Tractor/Trailer with Jeeps n Transfer Dump n Transfer Vehicle n Utility Truck n Winch Truck n Moderate mileage operation (less than 60,000 miles per year) n On/Off road vocations (10% or more off-road) n Moderate to frequent stops/starts (up to 10 stops per mile) Coverage under Meritor’s warranty require that the application of products be properly approved pursuant to OEM and Meritor approvals. Refer to TP-9441 for axles, SP-8320 for trailer axles, TP-12126 for drivelines, and/ or contact Meritor regarding specific application approval questions on any product line. Heavy Service/Specialty Vehicle Typically Is FD-965 FF-941 FF-942 FF-943 FF-944 FF-946 FF-961 FF-966 FF-967 FG-941 FG-943 FH-941 FH-946 FL-941 FL-943 MFS-6-151A-N MFS-6-153B MFS-6-162B MFS-6-162C MFS-7-113C-N MFS-7-153C-N MFS-7-163C-N MFS-8-113B-N MFS-8-153B-N MFS-8-163B-N MFS-10-122A MFS-10-143A-N MFS-10-144A-N MFS-12-122 MFS-12E-122 MFS-12-122B-N MFS-12E-122B-N MFS-12-122C-N MFS-12E-122C-N MFS-12-124A-N MFS-12-132B-N MFS-12E-132B-N MFS-12-132C-N MFS-12E-132C-N MFS-12-143A-N MFS-12-144A-N MFS-12-155 MFS-13-122 MFS-13-122B-N MFS-13B-122B-N MFS-13-122C-N MFS-13B-122C-N MFS-13-132B-N MFS-13B-132B-N MFS-13-132C-N MFS-13B-132C-N MFS-13-143A-N MFS-13-144A-N MFS-13-155 MFS-14-122 MFS-14-124A-N MFS-14-143A-N MFS-14-144A-N MFS-16-122A-N MFS-16-133A-N MFS-16-135A-N MFS-16-143A-N MFS-18-133A-N MFS-18-135A-N MFS-18-192A-N MFS-18-193A-N MFS-20-133A-N MFS-20-135A-N MFS-20-192A-N MFS-20-193A-N MFS-22-135A-N MFS-22H-135A-N MFS-22-193A-N MFS-22H-193A-N RF-16-145 RF-21-160 MX-10-120 MX-10-120 EVO MX-12-120 MX-12-120 EVO MX-14-120 MX-16-120 MX-18-120 MX-17-140 MX-19-140 MX-21-140 MX-21-160 MX-23-160 MX-810 Front Drive/Non-Drive Steer Axles – 2/Unl/P&L HEAVY SERVICE/SPECIALTY VEHICLE WARRANTY INFORMATION 7 *Commercial chassis only MS-17-14X RS-17-144/145/A MS-19-14X RS-19-144 MS-21-114 MS-21-14X RS-21-145 RS-21-145/A RS-21-160 RC-22-145 RC-23-160 RH-23-160 RS-23-160 RC-23-161 RS-23-161 RS-23-186/380 RS-24-160 RS-25-160 MS-26-616 MS-26-616-SP RS-26-185/380 MS-30-616 MS-30-616-SP RS-30-185/380 MS-35-380 RS-38-380 RC-25-160 RC-26-633 MT-58-616 MT-58-616-SP Rear Drive Single Axles – 2/Unl/P&L RPL 3/Unl/P, 1/Unl/P&L 92N 1/Unl/P&L MXL 1/Unl/P&L Drivelines 11170 523 RND-14H RND-16A Rear Drive Axles – 1/Unl/P&L MX-08-130-FV (FSD-08A) MX-10-130-FV (FSD-10A) MX-12-130-FV (FSD-12A) MX-13-130-FV (FSD-13A) MX-14-130-FV (FSD-14A) MX-16-130-FV (FSD-16A) MX-18-130-FV (FSD-18A) MX-18-130-SD (SDA-1800) MX-20-130-FV (FSD-20A) MX-21-130-FV (FSD-21A) MX-21-130-SD (SDA-2100) MX-23-130-FV (FSD-23A) MX-23-130-SD (SDA-2300) MX-29-130-FV (FSD-29A) Front Drive/Non-Drive Steer Axles – 1/Unl/P&L MPT-318 MPT-500 MPT-510 MPT-518 MPT-526 MPT-531 MPT-543 MPT-170 MPT-1702 MPT-175 MPT-185 MPT-190 PTO – 1/Unl/P&L 516 FAT 30 Transmission – 1/Unl/P&L MT-34-14X/P RT-34-144/P/A MT-40-14X/P RT-40-145/A MT-44-14X/P RT-44-145/P RT-46-169 RT-58-160 MT-52-616 MT-52-616-SP RT-52-185/3801,2 MT-58-616 MT-58-616-SP RT-58-185/3801,2 RT-70-380 MT-70-380 RZ-188 Cam P 3/Unl/P Cam P3 2/100/P Cam Cast Plus™ 2/100/P&L Q+ Drum Brake™ 3/Unl/P&L Q+ Drum Brake™2 2/100/P&L ASA 3/Unl/P ASA2 2/100/P Hubs/Cast Drums and Other Wheel-end Components 1/Unl/P Hydraulic Disc Brakes 1/Unl/P All Other Brakes 1/Unl/P EX+ Air Disc Brake 2/100/P&L 1 Based on stamped wear diameter max. 2 Applies to City Bus, Trolley, Shuttle Bus and Airport Shuttle only. 3 Warranty for all non-Meritor ASAs supplied by Meritor for all Heavy Service vocations is 1/100/P. RT-40-160/P/A3 RT-46-160/P/A1,3 RT-46-164EH/P/A2,3 RT-50-160/P/A3 RZ-166 1 U.S. only. Canadian warranty = 1/Unl/P for combination vehicles only.2 Axle model designated will vary according to options and variations specified on these axles. Contact Meritor Axle Applications Engineering for details.3 Each vehicle must have a Request for Application Recommendation (RAR) approved by Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. 1 Axle model designated will vary according to options and variations specified on these axles. Contact Meritor Axle Applications Engineering for details. 2 Each vehicle must have a Request for Application Recommendation (RAR) approved by Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. Rear Drive Tandem/Tridem Axles – 2/Unl/P&L Brake Components Rear Drive Tandem/Tridem - 3/Unl/P&L MTA (Trailing Arm) Major Structural Components1 5/Unl/P, 1/Unl/L Height Control Valve 1/Unl/P&L Shock Absorbers 2/Unl/P&L Air Springs 2/Unl/P, 1/Unl/L Bushings1 5/Unl/P, 3/Unl/L 1 Raw wood applications 3/Unl/P, 1/Unl/L (For axle and ABS coverage, refer to appropriate product warranties.) Trailer Air Suspension Systems MTIS Components 5/Unl/P, 1/Unl/L Meritor Tire Inflation System Beam and Brackets1 5/Unl/P, 1/Unl/L Wheel End Systems2 Standard System3 1/Unl/P&L 1 9000 Series is 3/Unl/P, 1/Unl/L. 2 Includes hub, wheel seals and wheel bearings—all systems require annual inspections and proper documentation to ensure full coverage. 3 When installed by Meritor. (For brake components and ABS coverage, refer to appropriate product warranties.) Trailer Axles 8 HEAVY SERVICE/SPECIALTY VEHICLE WARRANTY INFORMATION MTC-4213 MTC-4210 MTC-4208 MTC-4206-FV (TC-38) MTC-3106-FV (TC-137) MTC-3111 (T-2111) MTC-3112-CV (529 & 548C) MTC-3116 (T-2111) MTC-3118-FV (TC-180 & TC-180-23) MTC-3118-CV (358) MTC-3120-FV (TC-143) MTC-3124 (T-2119) MTC-3205-GV (MTC-25/247) MTC-3205-GV (MTC-25/350) MTC-3205-GV (RTC-25/350) MTC-3206-FV (TC-237) MTC-3206-CS (544) MTC-3208-GV (RTC-50) MTC-3209-GV (RTC-60/420) MTC-3209-GV (RTC-60/380) MTC-3209-GV (MTC-60/420) MTC-3209-GV (MTC-60/380) MTC-3212-CV (315 & 548B) MTC-3312-FV (TC-270) MTC-3220-FC (TC-142) MTC-2212-CV (306) Transfer Cases – 1/Unl/P MGX-240 MGX-279 MGX-279D MGX-280 MGX-285 MGX-292 MGX-314 MGX-376 MGX-377 MGX-378 MGX-380 MGX-384 MGX-402 MGX-413 MGX-448 MGX-456 MGX-478 MGX-480 MGX-487 MGX-488 MGX-505 MGX-506 MGX-514 MGX-519 MGX-520 MGX-522 MGX-524 MGX-527 MGX-528 MGX-533 MGX-534 MGX-536 MGX-537 MGX-541 MGX-545 MGX-546 MGX-550 Gearboxes – 1/Unl/P&L n Aerial Ladder Truck n Aerial Platform n Ambulance n Command Vehicle n Crash Fire Rescue (CFR) n Pumper n Rapid Intervention Vehicle (RIV) n Tanker FL-941 FL-943 MFS-18-133A-N MFS-18-135A-N MFS-18-193A-N MFS-20-133A-N MFS-20-135A-N MFS-20-193A-N MFS-22-135A-N MFS-22H-135A-N MFS-22-193A-N MFS-22H-193A-N MX-19140 MX-21140 MX-21160 MX-23160 MX-23810 n Lower mileage operations (less than 20,000 miles/year) n Generally, on-road service (less than 10% off-road) n An average of three (3) miles between starting and stopping Coverage under Meritor’s warranty require that the application of products be properly approved pursuant to OEM and Meritor approvals. Refer to TP-9441 for axles, TP-12126 for drivelines, and/or contact Meritor regarding specific application approval questions on any product line. Fire and Emergency Vehicles Cam 3/Unl/P Q+ Drum Brake™ 3/Unl/P&L ASA 3/Unl/P Hubs/Cast Drums and Other Wheel-end Components 1/Unl/P Hydraulic Disc Brakes 1/Unl/P All Other Brakes 1/Unl/P EX+ Air Disc Brake™ 2/Unl/P&L 1 Includes: bushing, seal, cam, ASA lubrication and wear coverage of 1/Unl/P. Brake ComponentsFront Non-Drive Steer Axles – 5/Unl/P&L Front Drive Steer Axles – 2/Unl/P&L Fire and Emergency Typically Is RPL 4/400/P, 1/Unl/L MXL 3/350/P, 1/Unl/L 155N 1/Unl/P 92N 1/Unl/P Drivelines MTC-4208 MTC-4210 MTC-4213 MTC-3111 (T-2111) MTC-3116 (T-2111) MTC-3124 (T-2119) Transfer Cases – 1/Unl/P RC-23-160 RS-23-160 RS-23-161 RS-23-186 RS-24-160 RC-25-160 RS-26-185 RS-30-185 RS-35-380 RS-25-160 Rear Drive Single Axles – 5/Unl/P&L 1 3/Unl/P&L if PreSet by Meritor. MT-40-14X/P MT-40-144/P RT-40-145/A RT-40-160/P MT-44-14X/P RT-44-145/P RT-46-160/P RT-46-164EH/P RT-46-169 RT-50-160/P MT-52-616 RT-52-1851 MT-58-616 RT-58-1851 MT-70-380 Rear Drive Tandem/Tridem Axles – 5/Unl/P&L 1 Each vehicle must have a Request for Application Recommendation (RAR) approved by Meritor prior to vehicle build. All RARs must identify the chassis number or VIN. Refer to Product Information Letter #303 and #396 for further details. FIRE AND EMERGENCY WARRANTY INFORMATION 9 Transit Bus Vehicles Cam Cast Plus™ 2/100/P&L Q+ Drum Brake™1 2/100/P&L ASA1 2/100/P Hubs/Cast Drums and Other Wheel-end Components 1/Unl/P All Other Brakes 1/Unl/P EX+ Air Disc Brake 2/100/P&L 1 Applies to City Bus, Trolley, Shuttle Bus and Airport Shuttle only. MC-26000 71063 79063 Brake Components Center Non-drive Axles – 5/300/P&L n Airport Shuttle n City Bus n Commuter Coach n Shuttle Bus n Transit Bus n Trolley n Moderate mileage operation (less than 50,000 miles per year) n Moderate to frequent stops/starts (up to 10 stops per mile) Coverage under Meritor’s warranty require that the application of products be properly approved pursuant to OEM and Meritor approvals. Refer to TP- 9441 for axles, TP-12126 for drivelines, and/or contact Meritor regarding specific application approval questions on any product line. Transit Bus Typically Is FH-946 FH-9411 MFS-12-155 MFS-13-155 RS-23-160 RC-23-161 71163 79163 RC-23-1621 RC-23-1651 RS-21-160 Front Drive/Non-Drive Steer Axles – 5/300/P&L Rear Drive Single Axles – 5/300/P&L RPL 3/Unl/P, 1/Unl/L 92N 1/Unl/P&L MXL 1/Unl/P&L MC-14002 MC-16003 FH-946 Drivelines Tag Axles – 2/Unl/P&L TRANSIT BUS WARRANTY INFORMATION 10 1 Commuter coach only – 2/Unl/P&L 1 Commuter coach only – 2/Unl/P&L Industrial And Off-Highway Service Vehicles n Load-On/Load-Off n Port Tractor n Rail Yard Spotter n Roll-On/Roll-Off n Stevedoring Tractor n Trailer Spotter n Yard Jockey n All-Terrain Crane n Rough Terrain Crane n Forestry n Material Handling n Specialized Heavy Haul n Specialized Mining n Excavator n Compactor n Fertilizer Spreader n Snow Blower n Mining n Rail Car Mover n Loader n Tow Tractor n Pushback Tractor n Low mileage operation n Low speed vehicle speed restriction n Vehicles are not typically licensed for highway use n Six (6) starts/stops per mile (typical) Coverage under Meritor’s warranty require that the application of products be properly approved pursuant to OEM and Meritor approvals. Contact Meritor regarding specific application approval questions on any product line. RPL MXL FF - 941 FF - 943 FF - 961 FF - 966 FG - 941 FG - 943 FL - 941 FL - 943 FN - 951 MFS-12-143A-N MFS-12-144A-N MFS-13-143A-N MFS-13-144A-N MFS-14-143A-N MFS-16-122A-N MFS-16-133A-N MFS-16-135A-N MFS-16-143A-N MFS-18-133A-N MFS-18-135A-N MFS-18-193A-N MFS-20-133A-N MFS-20-135A-N MFS-20-192A-N MFS-20-193A-N MFS-22-135A-N MFS-22H-135A-N MFS-22-193A-N MFS-22H-193A-N MON-Z0 FAMILY Industrial And Off-Highway Service Typically Is Drivelines – 1/Unl/P MOB MOC MOD MOE MOF MOG MOH MOR MOS MOT MOX MOY MOZ Planetary Axles – 1/Unl/P Cam P 3/Unl/P Q+ Drum Brake™ 3/Unl/P&L ASA 3/Unl/P Hubs/Cast Drums and Other Wheel-end Components 1/Unl/P Hydraulic Disc Brakes 1/Unl/P All Other Brakes 1/Unl/P Brake ComponentsFront Non-Drive Steer Axles – 1/Unl/P OFF-HIGHWAY SERVICE WARRANTY INFORMATION 11 MTC-4213 MTC-4210 MTC-4208 MTC-4206-FV (TC-38) MTC-3106-FV (TC-137) MTC-3111 (T-2111) MTC-3112-CV (529 & 548C) MTC-3116 (T-2111) MTC-3118-FV (TC-180 & TC-180-23) MTC-3118-CV (358) MTC-3120-FV (TC-143) MTC-3124 (T-2119) MTC-3205-GV (MTC-25/247) MTC-3205-GV (MTC-25/350) MTC-3205-GV (RTC-25/350) MTC-3206-FV (TC-237) MTC-3206-CS (544) MTC-3208-GV (RTC-50) MTC-3209-GV (RTC-60/420) MTC-3209-GV (RTC-60/380) MTC-3209-GV (MTC-60/420) MTC-3209-GV (MTC-60/380) MTC-3212-CV (315 & 548B) MTC-3312-FV (TC-270) MTC-3220-FC (TC-142) MTC-2212-CV (306) Transfer Cases – 1/Unl/P MGX-240 MGX-279 MGX-279D MGX-280 MGX-285 MGX-292 MGX-314 MGX-376 MGX-377 MGX-378 MGX-380 MGX-384 MGX-402 MGX-413 MGX-448 MGX-456 MGX-478 MGX-480 MGX-487 MGX-488 MGX-505 MGX-506 MGX-514 MGX-519 MGX-520 MGX-522 MGX-524 MGX-527 MGX-528 MGX-533 MGX-534 MGX-536 MGX-537 MGX-541 MGX-545 MGX-546 MGX-550 Gearboxes – 1/Unl/P&L Coverage Exclusions Product Description All The cost of any repairs, replacements or adjustments to a covered component (1) associated with noise; (2) resulting from the use or installation of non-genuine Meritor components or materials; (3) due to vibration associated with improper operation or misapplication of drivetrain components; and (4) damage resulting from corrosion. For axle assemblies supplied by Meritor with suspension and in- terface brackets designed and/or attached by non-Meritor parties, Meritor warranty coverage does not apply to the brackets, bracket attachment methods, and field issues caused by brackets or bracket attachments to any covered component unless specified in a separate OEM agreement. Front Axles King Pin Bushings. Rear Axles Self-contained traction equalizers and oil filters. The use of NoSPIN differentials will result in the exclusion of axle shafts from warranty considerations. NoSPIN is a product of Eaton. ASA Boot and bushing. Bent, broken, over-torqued, missing or otherwise damaged pawl assemblies. Cam Brake Brake lining wear and brake shoe “rust-jacking.” Disc Brake Pad wear, rotor wear. Coverage Limitations Product Description All Any claim beyond 60 days from date of repair will not be accepted or honored under this warranty program. Products purchased on an incomplete vehicle (glider) are limited to one year, unlimited miles parts only (1/Unl/P). Front Axles Tie rod and tie rod ends limited to 3-year/300,000-mile or published vocational coverage, whichever is less. Wheel seals, gaskets and wheel bearings are covered for 1 year/unlimited miles if the wheel end equipment is supplied and assembled by Meritor. Rear Axles Pinion and through shaft seals limited to 3-year/300,000-mile or published vocational coverage, whichever is less, if yoke is installed by Meritor. If yoke is not installed by Meritor, then Meritor does not warrant pinion seals. Wheel seals, gaskets and wheel bearings are covered for 1 year/unlimited miles if the wheel end equipment is supplied and assembled by Meritor. Rear Axles The Meritor® breather part number A-2297-C-8765 with A-3196-J-1336 hose must be used for eligibility of any potential warranty consideration relating to contamination and/or loss of lube in axles. Cam Brake Limited to bracket, brake spider and camshaft structural integrity. STEELite X30 Wearable life is up to the discard diameter of the drum. Disc Brake Warranty coverage for boots, seals, bushings and pins is 2/200/P. Warranty coverage for pads is 1/100/P. Warranty coverage on vehicles with 1,850 lb-ft engine torque and over may be reduced on individual drivetrain components. Contact your Meritor representative for specific details. 12 TERMS AND CONDITIONS For more information: call Ontrac at 866-668-7221 or visit meritor.com ©2018 Meritor, Inc. Litho in USA, SP-95155 Revised 1-19 (47865/11900) Meritor Heavy Vehicle Systems, LLC 2135 West Maple Road Troy, Michigan 48084 USA Product models, brands, names and trademarks depicted herein are the property of their respective owners and, except where otherwise indicated, are not in any way associated with Meritor Heavy Vehicle Systems, LLC, or any parent or affiliate, thereof. TERMS AND CONDITIONS (1) What is Covered by this Commercial Warranty? Meritor Heavy Vehicle Systems, LLC warrants to the owner (“Owner”) that the components listed in this publication, which have been installed by an Original Equipment Manufacturer (“OEM”) as original equipment in vehicles licensed for on-highway use, will be free from defects in material and workmanship. This warranty coverage begins only after the expiration of the OEM’s vehicle warranty for the applicable covered components. Warranty coverage ends at the expiration of the applicable time period from the date of vehicle purchase by the first Owner, or, the applicable mileage limitation, whichever occurs first. Duration of coverage varies by component and vocation as detailed elsewhere in this warranty statement. Some components are warranted for parts only and the Owner must pay any labor costs associated with the repair or replacement of the component. Other components are warranted for both parts and reasonable labor to repair or replace the subject component. Components (whether new, used or remanufactured) installed as replacements under this warranty are warranted only for the remainder of the original period of time or mileage under the original warranty. For certain components, coverage requires the use of specific extended drain interval or synthetic lubricants. For further information about lubrication and maintenance, see Meritor publication Maintenance Manual Number l and the applicable Meritor maintenance manual for the product in question. Other conditions and limitations applicable to this warranty are detailed below. (2) Designation of Vocational Use Required. To obtain warranty coverage, each Owner must notify Meritor through the OEM new truck and/or trailer dealer of the intended vocational use of the vehicle into which the Meritor components have been incorporated prior to the vehicle in-service date. This notification may be accomplished by registering the vehicle through your OEM new truck and/or trailer dealer or with Meritor directly. Failure to notify Meritor of (I) the intended vocational use of the vehicle or (II) a change in vocational use from that which was originally designated, will result in the application of a one year, unlimited mileage, parts only warranty (1/Unl/P) from the initial in-service date. A second Owner and each subsequent Owner must also notify Meritor as to the intended vocational use of the vehicle. This notification can be sent directly to Meritor or through the OEM new truck and/or trailer dealer. The duration and mileage coverage of this warranty cannot exceed the coverage extended to the first Owner after his or her initial designation of vocational use. Coverage under Meritor’s warranty requires that the application of products be properly approved pursuant to OEM and Meritor approvals. Refer to TP-9441 for axles, SP-8320 for trailer axles, TP-12126 for drivelines, and/or contact Meritor regarding specific application approval questions on any product line. (3) What is the Cost of this Warranty? There is no charge to the Owner for this warranty. (4) What is not Covered by this Warranty? This warranty does not cover normal wear and tear; nor does it cover a component that fails, malfunctions or is damaged as a result of (I) improper installation, adjustment, repair or modification (including the use of unauthorized attachments or changes or modification in the vehicle’s configuration, usage, or vocation from that which was originally approved by Meritor), (II) accident, natural disaster, abuse, or improper use (including loading beyond the specified maximum vehicle weight or altering engine power settings to exceed the axle and/or driveline capacity), or (III) improper or insufficient maintenance (including deviation from approved lubricants, change intervals, or lube levels). This warranty does not cover any component or part that is not branded by Meritor. For vehicles that operate full or part time outside of the United States and Canada, a one year, unlimited mileage, parts only warranty (1/Unl/P) will apply. (5) Remedy. The exclusive remedy under this warranty shall be the repair or replacement of the defective component at Meritor’s option. Meritor reserves the right to require that all applicable failed materials are available and/or returned to Meritor for review and evaluation. (6) Disclaimer of Warranty. THIS WARRANTY IS EXPRESSLY IN LIEU OF ALL OTHER WARRANTIES OR CONDITIONS, EXPRESSED, IMPLIED OR STATUTORY INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR PARTICULAR PURPOSE. (7) Limitation of Remedies. In no event shall Meritor be liable for special, incidental, indirect, or consequential damages of any kind or under any legal theory, including, but not limited to, towing, downtime, lost productivity, cargo damage, taxes, or any other losses or costs resulting from a defective covered component. (8) To Obtain Service. If the Owner discovers within the applicable coverage period a defect in material or workmanship, the Owner must promptly give notice to either Meritor or the dealer from which the vehicle was purchased. To obtain service, the vehicle must be taken to any participating OEM new truck and/or trailer dealer or authorized Meritor service location. The dealer will inspect the vehicle and contact Meritor for an evalu-ation of the claim. When authorized by Meritor, the dealer will repair or replace during the term of this warranty any defective Meritor component covered by this warranty. (9) Entire Agreement. This is the entire agreement between Meritor and the Owner about warranty and no Meritor employee or dealer is authorized to make any additional warranty on behalf of Meritor. This agreement allocates the responsibilities for component failure between Meritor and the Owner. )LUHDQG5HVFXH$SSDUDWXV Coverage: 7KUHH  <HDU0DWHULDODQG:RUNPDQVKLS 0HULWRU:DEFR$%6%UDNH6\VWHP Limited Warranty Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: The Meritor Wabco ABS brake system shall be covered by Meritor Wabco as indicated in the attached Meritor Wabco warranty coverage description /,0,7(':$55$17< (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. Three (3) YearWarranty Period Ends After: The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. The exclusions listed in the attached Meritor Wabco warranty description shall apply. Conditions and Exclusions: See Also Paragraphs 2 thru 4 (;&/86,212)&216(48(17,$/$1',1&,'(17$/'$0$*(6 Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. %8<(5 6(;&/86,9(5(0('< Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle.2/25/2013 WA0232 THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. ',6&/$,0(562):$55$17,(6 capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. WARRANTY Warranty coverage is essential to protecting your investment. But understanding the full details of your coverage can be challenging. This straightforward approach allows you, our valued customer, to better understand how your specific vehicle applications will be covered in your region. Our component warranty coverage is provided according to vocation/usage categories listed below. • Linehaul covers high mileage operation (over 60,000 miles/year) on well-maintained major highways of concrete or asphalt construction. • General Service covers moderate mileage operations (less than 60,000 miles/year) on well-maintained public roads (less than 10 percent off-road) typically with less than three (3) stops per mile. • Heavy Service (Vocational) covers vehicles with more than 10 percent off-road OR moderate to frequent starts/stops typically with more than three (3) stops per mile. • Off-Highway Service covers lower mileage operations. Vehicles are not typically licensed for highway use. • The standard aftermarket warranty for WABCO products - including WABCO Original parts, WABCO Reman Solutions, ProVia quality aftermarket parts and WABCO retrofit solutions - is one year, parts only from in-service date when purchased from ZF distributor networks or its affiliates and/or subsidiaries. MODEL YEAR 2021 VEHICLES How to Read Warranty Coverage (Example) Number of Years Mileage (in thousands) Unl=Unlimited P=Parts Only P&L=Parts & Labor 3 300 P WARRANTY - MODEL YEAR 2021 VEHICLES ¹ ZF and WABCO branded components. 2 WABCO compressors installed on Cummins, Mercedes, and DDC engines are not warranted or serviced by ZF. Please contact your respective dealer/distributor of those engines for warranty and servicing. 3 An extended warranty of 4/400/P will apply when a WABCO Trailer Control Line Filter is used in combination with a WABCO Trailer ABS valve. • Aerial Ladder Truck • Aerial Platform • Ambulance • Auto Hauler • Beverage Truck • Bulk Hauler • Chip Hauler (Truck) • Cross Country Coach • Doubles • Flatbed • Front Engine Commercial Chassis • Front Engine Integral Coach • General Freight • Grain Hauler • Intercity Coach • Intermodal Chassis • Livestock Hauler • Meat Packer • Moving Van • Municipal Truck • Pipe Hauler • Platform Auto Hauler • Pumper • Rear Engine Integral Coach • Recreational Vehicles • Refrigerated Freight • School Bus • Stake Truck • Tanker • Tanker Truck • Triples • Tour Bus • Wrecker LINEHAUL/GENERAL SERVICE VEHICLES LINEHAUL/GENERAL SERVICE WARRANTY INFORMATION LINEHAUL TYPICALLY IS • High mileage operation (over 60,000 miles/year) • Well maintained major highways of concrete or asphalt construction GENERAL SERVICE TYPICALLY IS • Moderate mileage operations (less than 60,000 miles/year) • Well maintained public roads (less than 10% off-road) • Less than three (3) stops per mile WABCO Components1 Air Management Air Brake Valves 1/100/P&LTrailer Lift Axle Control Valve Trailer Control Line Filter3 Air Compressors (ALL)2 2/200/P&L Air Dryers (ALL)3/300/P&L Aerodynamics OptiFlow® TrailerSkirt 2/UnU/P OptiFlow® Trailer Tail and AutoTail 2/UnI/P Braking Systems ABS (Anti-Lock Braking System) Air 3/300/P&L ABS (Anti-Lock Braking System) Hydraulic Electronic Braking System (EBS) Electronic Stability Control (ESC) Roll Stability Control (RSS) Trailer Roll Stability Support (RSS) Trailer ABS (Anti-Lock Braking System)3 Driveline Suspension Control Clutch Controls 2/200/P&L Leveling Valves 1/100/P&LOptiRide® Automated Manual Transmission (AMT) OptiRide® Electronically Controlled Air Suspension (ECAS)3/300/P&L WABCO Components1 (cont.) Safety OnGuardACTIVE® 3/300/P&L OnLane® OnLaneALERT® OnSide® Trailer SafeStart™ Trailer TailGUARD™ Telematics TrailerCAST™ Telematics Device 3/300/P&L Wheel End Solutions EasyFit™ Slack Adjuster 6/600/P MAXXUS™ Truck Air Disc Brake 5/500/P&L IVTM - Wheel Module 6/P IVTM - All Other Products 2/P Pan 17 and 19 Air Disc Brake 2/Unl/P and 1/Unl/L Pan 22 Air Disc Brake 5/500/P and 1/L TRISTOP™ D Actuator w/ IBV or IRB 6/600/P TRISTOP™ D Actuator 3/300/P UNISTOP™ Actuator 2/200/P Trailer MAXX22T™ Air Disc Brake 5/500/P and 1/L 1 ZF and WABCO branded components. 2 WABCO compressors installed on Cummins, Mercedes, and DDC engines are not warranted or serviced by ZF. Please contact your respective dealer/distributor of those engines for warranty and servicing. 3 An extended warranty of 4/400/P will apply when a WABCO Trailer Control Line Filter is used in combination with a WABCO Trailer ABS valve. WABCO Components1 Air Management Air Brake Valves 1/100/P&LAir Compressors (ALL)2 Air Dryers (ALL) Trailer Control Line Filter3 Braking Systems ABS (Anti-Lock Braking System) Air 3/300/P&L ABS (Anti-Lock Braking System) Hydraulic 2/200/P&L Electronic Braking System (EBS) 3/300/P&L Electronic Stability Control (ESC) Trailer ABS Valve3 Roll Stability Control (RSS) Trailer Roll Stability Support (RSS) Driveline Suspension Control OptiRide® Electronically Controlled Air Suspension (ECAS)2/200/P&L Leveling Valves 1/100/P&L Clutch Controls 2/200/P&L Safety OnGuardACTIVE® 3/300/P&L OnLane® OnLaneALERT® OnSide® Trailer SafeStart™ Trailer TailGUARD™ Telematics TrailerCAST™ Telematics Device 3/300/P&L Wheel End Solutions EasyFit™ Slack Adjuster 2/200/P MAXXUS™ Air Disc Brake 1/Unl/P&L IVTM - Wheel Module 6/P IVTM - All Other Products 2/P Pan 22, 19 and 17 Air Disc Brake 1/Unl/P&L Trailer MAXX22T™1/Unl/P&L TRISTOP™ D Actuator w/ IBV 3/Unl/P TRISTOP™ D Actuator 2/200/P UNISTOP™ Actuator 1/100/P • Airport Rescue Fire (ARF) • Airport Shuttle • Asphalt Truck • Block Truck • Bottom Dump Trailer Combination • Cementing Vehicle • City Bus • Commercial Pick-Up • Concrete Pumper • Construction Material Hauler • Crash Fire Rescue (CFR) • Mixer • Demolition • Drill Rig • Dump • Emergency Service • Equipment Hauling • Flatbed Trailer Hauler • Flatbed Truck • Fracturing Truck • Front Loader • Geophysical Exploration • Hopper Trailer Combinations • Landscaping Truck • Liquid Waste Hauler • Log Hauling • Lowboy • Michigan Special Gravel Trains • Michigan Special Log Hauler • Michigan Special Steel Hauler • Michigan Special Waste Vehicle • Municipal Dump • Newspaper Delivery • Package Delivery • Pick-up and Delivery • Rapid Intervention Vehicle (RIV) • Rear Loader • Recycling Truck • Residential Pick-Up/Waste • Rigging Truck • Roll-Off • Scrap Truck • Semi-End Dump • Sewer/Septic Vacuum • Shuttle Bus • Side Loader • Snowplow/Snowblower • Steel Hauling • Tanker • Tank Truck • Tractors with Pole Trailers • Tractor/Trailer with Jeeps • Transfer Dump • Transfer Vehicle • Transit Bus • Trolley • Utility Truck • Winch Truck HEAVY SERVICE VEHICLES HEAVY SERVICE (VOCATIONAL) WARRANTY INFORMATION HEAVY SERVICE TYPICALLY IS • On/Off road vocations (10% or more off-road) OR • Moderate to frequent starts/stops typically more than three (3) stops per mile WARRANTY - MODEL YEAR 2021 VEHICLES INDUSTRIAL AND OFF-HIGHWAY SERVICE TYPICALLY IS • Low mileage operation 3 • Vehicles are not typically licensed for highway use ¹ ZF and WABCO branded components. 2 WABCO compressors installed on Cummins, Mercedes, and DDC engines are not warranted or serviced by ZF. Please contact your respective dealer/distributor of those engines for warranty and servicing. 3 Equivalent hours of service limit: 2,000 hours for all components. INDUSTRIAL/OFF-HIGHWAY SERVICE WARRANTY INFORMATION WABCO Components1 Air Management Air Brake Valves 2/Unl/PAir Compressors (ALL)2 Air Dryers (ALL) Brake Actuation Air/Hydraulic Actuators 2/Unl/P Master Cylinders Remote Actuators Slave and Wheel Cylinders Two Fluid Actuators Brake Locks Brake Locks (ALL) 2/Unl/PElectric Brake Locks Lever Locks Braking Systems ABS (Anti-Lock Braking System) Air 1/100/P&LABS (Anti-Lock Braking System) Hydraulic Driveline Suspension Control Clutch Controls 1/100/P&LLeveling Valves Electrohydraulics & Controls Electronic Pedals 2/Unl/PElectrohydraulic Brake Valves (EBV) Pressure Switches Hydraulic Braking Solutions Accumulator Charging Valves 2/Unl/PHydraulic Throttle Controls and Switches Modulating Brake Valves Wheel End Solutions EasyFit™ Slack Adjuster 2/200/P Caliper Disc Brakes 2/Unl/P MAXXUS™ Air Disc Brake 1/Unl/P&L Multiple Disc Brakes 2/Unl/P IVTM - Wheel Module 6/P IVTM - All Other Products 2/P Pan 22, 19 and 17 Air Disc Brake 1/Unl/P&L TRISTOP™ D Actuator w/ IBV 3/Unl/P TRISTOP™ D Actuator 2/200/P UNISTOP™ Actuator 1/100/P Market Common Application Types Agriculture Fertilizer Spreader, Tractor, Heavy Duty Ag Trailers, Harvester, Sprayer, Skid Loader, Silage Bagger, Slurry Wagons, Grain Cart Airport Support Pushback Tractor, Towing Tugs, Aircraft Tow Tractor, Refueling Trucks, Food Service Trucks, Baggage Tractors, De-Icing Equipment, Runway Clearing Equipment Construction All-Terrain Crane, Rough Terrain Crane, Excavator, Compactor, Wheel Loader, Road Roller, Motor Grader, Articulated Dump Truck, Rubber Tire Road Roller, Backhoe Loaders, Haul Trucks, Scraper Rough Terrain Forklifts, Trenchers, Drills Forestry Logging Forwarder, Kidder, Loaders, Yard Forklifts, Harvesters Fellers Material Handling Port Tractor, Rail Yard Spotter, Stevedoring Tractor, Trailer Spotter, Yard Jockey, Scissor Lift, Straddle Carrier, Manlift, Forklift, Boom Lift Telebandlers, Aerial Work Platforms Mining Specialized Mining, Excavator, Haul Truck, Underground Loader, Service Trucks, Wheel Loaders, Scrapers, Load Haul Dumps, Personnel Transports, Bolters, Scalers Municipal Street Sweeper, Utility Tractor, Utility Trucks, Tree Trimmers, Dump Trucks, Tow Trucks, Flat Bed Trucks, Winch Applications Oil & Gas Fracturing Trailer, Injecter Heads, Top Drives, Jack/Lift Boats, Wireline Trucks, Load-On / Load-Off Rail Railcar Mover, Track Layers, Grinders, Platform Crane, Locomotive Railcars, Ballast Equipment, Winch Applications ABS, ELECTRONIC STABILITY CONTROL (ESC), ROLL STABILITY CONTROL (RSC), OPTIRIDE®, ONGUARD® AND ONLANE®, COLLECTIVELY “ELECTRONICS” Failure of electronic components due to overvoltage condition, improper grounding, electrostatic discharge (ESD), improper shielding, electromagnetic interference (EMI), or other wiring or installation issues. Malfunctions and failure codes caused by other electronic subsystem failures (data bus, engine, transmission, dashboard, etc.) HYDRAULIC COMPONENTS For certain components, brake fluid DOT3 or DOT4 is used as the operating medium. Use of any other fluid will void all warranties associated with that component. For hydraulic braking applications the brake fluid is considered a maintenance item. Maintenance intervals are listed in TB- 1367. COVERAGE LIMITATIONS PRODUCT DESCRIPTION ALL PRODUCTS Any claim beyond 60 days from date of repair will not be accepted or honored under this warranty program. Products purchased on an incomplete vehicle (glider) are limited to one year, 1/Unl/P. For vehicles that operate full- or part-time outside of the United States and Canada, a 1-Year/Unlimited Miles parts only (1/Unl/P) will apply. TOOLBOX PLUS™ DIAGNOSTIC SOFTWARE Proper diagnostics of WABCO Electronics may require the latest version of TOOLBOX PLUS™. Additional labor due to use of an outdated version of TOOLBOX™ software and/or the time to purchase or install the latest version of TOOLBOX PLUS™ are not covered under product warranty. TERMS AND CONDITIONS COVERAGE EXCLUSIONS PRODUCT DESCRIPTION ALL PRODUCTS This Warranty shall not apply to the following, but not limited to: (1) damage to the product or its component parts caused by incorrect use, installation, maintenance or repair, including without limitation (a) improper fit of mating components or brackets, damaged threads, cut, broken, chafed, pinched or otherwise damaged wiring (sensors, harnesses and connectors), (b) sensors damaged during removal when seized in block, or associated with sensor adjustments/ alignments, and (c) damage resulting from the use or installation of non-genuine WABCO components or materials; (2) damage to the product, its component parts, or diminished product or component part performance due to incorrect operation, deviation from approved conditions or misapplication; (3) any unauthorized disassembly of the product or its component parts including without limitation (a) obliterated, defaced or missing WABCO or WABCO name plate, serial numbers or label identifying the device as a ZF product or WABCO component, (b) changes to sealed adjusting screws, and (c) opening or attempted repair of non-serviceable components; (4) malfunction of the component due to internal contamination of the vehicle system including without limitation (a) water and other contamination damage that is due to the use of a non-genuine air dryer cartridge or (b) valve failures due to contamination in air system, (5) complaints associated with noise, (6) damage resulting from corrosion (including oxidation of electrical devices and connections). AIR DRYERS Mounting brackets (see vehicle OEM). Desiccant cartridge housing only. AIR SYSTEM COMPONENTS Normal wear items; Gladhand seals, dash valve knobs, valve actuation handles, treadles, pedals. WARRANTY - MODEL YEAR 2021 VEHICLES (1) What is Covered by this Commercial Warranty? ZF CV Systems North America LLC and its North American subsidiaries and affiliates (ZF) warrant to the owner (“Owner”) that the components listed in this publication, which have been installed by an Original Equipment Manufacturer (“OEM”) as original equipment will be free from defects in material and workmanship. This warranty coverage begins from the original in-service date to the limits provided and runs concurrently with any warranties provided by OEMs and/or any distribution agreements and/or any service contracts that cover the components listed in this publication, if any. If the components listed in this publication are covered by an OEM warranty and/or service contract, then the OEM’s warranty and/ or service contract shall supersede ZF’s warranty and Owner shall comply with all OEM’s warranty and/or service contract requirements for claims under such OEM’s warranty and/or service contract until those agreements expire. Once those agreements expire and provided the ZF warranty has not expired under the terms stated above, the ZF warranty will be in effect until its expiration date. Warranty coverage ends at the expiration of the applicable time period from the date of vehicle purchase by the first Owner, or, the applicable mileage limitation, whichever occurs first. Duration of coverage varies by component and vocation as detailed previously in this publication. Some components are warranted for parts only and the Owner must pay any labor costs associated with the repair or replacement of the component. Other components are warranted for both parts and reasonable labor to repair or replace the subject component. Additional diagnostic time due to use of an outdated version of TOOLBOX™, time to purchase or install latest version of TOOLBOX™ are the responsibility of the authorized ZF distributor networks and are not covered under product warranty. Components installed as replacements under this warranty are warranted only for the remainder of the original period of time or mileage under the original warranty. (2) Designation of Vocational Use Required. To obtain warranty coverage, each Owner must notify ZF through the OEM new truck and/or trailer dealer of the intended vocational use of the vehicle into which the WABCO components have been incorporated prior to the vehicle in- service date. This notification may be accomplished by registering the vehicle through your OEM new truck and/or trailer dealer or with ZF directly. Failure to notify ZF of (I) the intended vocational use of the vehicle or (II) a change in vocational use from that which was originally designated, will result in the application of a one year, unlimited mileage, parts only warranty (1/Unl/P) from the initial in- service date. A second Owner and each subsequent Owner must also notify ZF as to the intended vocational use of the vehicle. This notification can be sent directly to ZF or through the OEM new truck and/or trailer dealer. The duration and mileage coverage of this warranty cannot exceed the coverage extended to the first Owner after his or her initial designation of vocational use. Coverage under ZF’s warranty requires that the application of products be properly approved pursuant to OEM and ZF, approvals. (3)What is the Cost of this Warranty? There is no charge to the Owner for this warranty. (4)What is not Covered by this Warranty? In addition to the items listed on "Coverage Exclusions," this warranty does not cover normal wear and tear, or service items; nor does it cover a component that fails, malfunctions or is damaged as a result of (a) improper handling, storage, installation, adjustment, repair or modification including the use of unauthorized attachments or changes or modification in the vehicle’s configuration, usage, or vocation from that which was originally approved by ZF, (b) accident, fire or other casualty, natural disaster, road debris, negligence, misuse, abuse, or improper use (including loading beyond the specified maximum vehicle weight or altering engine power settings to exceed the brake system capacity), or (c) improper or insufficient maintenance (including deviation from maintenance intervals, approved lubricants, or lube levels). This warranty does not cover any component or part that is not sold by ZF. (5)To obtain service. If the owner discovers within the applicable coverage period a defect in material or workmanship, the Owner must promptly give notice to either ZF or the dealer from which the vehicle was purchased. To obtain service, the vehicle must be taken to any participating OEM dealer or ZF distributor networks' servicer. The dealer or ZF authorized servicer will inspect the vehicle and contact ZF for an evaluation of the claim. When authorized by ZF, the dealer or ZF authorized servicer will repair or replace during the term of this warranty any defective WABCO component covered by this warranty. (6)Disclaimer of Warranty and Limitation of remedies. TO THE MAXIMUM EXTENT PERMITTED BY LAW, THE LIMITED WARRANTY SET FORTH HEREIN IS EXCLUSIVE AND IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, ARISING BY OPERATION OF LAW OR OTHERWISE, INCLUDING, WITHOUT LIMITATION, ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE AND/OR WARRANTY FOR HIDDEN OR LATENT DEFECTS, AND IN NO EVENT WILL ZF OR ANY OF ITS AFFILIATES BE LIABLE FOR DIRECT, INDIRECT, INCIDENTAL, PROGRESSIVE, SPECIAL, OR CONSEQUENTIAL DAMAGES OF ANY KIND. TERMS AND CONDITIONS (7)Legal action. Any legal action or claim arising from or related to this Warranty, in contract or otherwise, must be commenced within one year from the accrual of that cause of action, or be barred forever. Any dispute arising in connection with this agreement shall be governed by and construed according to the laws of the State of Michigan and be brought, heard and determined exclusively in either the Circuit Court for the County of Oakland, State of Michigan or the United States District Court for the Eastern District of Michigan. The parties stipulate that the referenced venues are convenient. (8)Remedy. The exclusive remedy under this warranty shall be the repair or replacement of the defective component at ZF's option. ZF reserves the right to require that all applicable covered components are available and/or returned to ZF for review and evaluation. THE MAXIMUM LIABILITY, IF ANY, OF ZF FOR ALL DAMAGES, INCLUDING WITHOUT LIMITATION CONTRACT DAMAGES, BREACH OF WARRANTY, NEGLIGENCE, STRICT LIABILITY, OR OTHER TORT, IS LIMITED TO AN AMOUNT NOT TO EXCEED THE PURCHASE PRICE OF THE PRODUCT and where indicated in the product and application warranty information above, the inclusion of labor is limited to the standard repair time. THE PARTIES ACKNOWLEDGE AND AGREE THAT THE LIMITATION OF DAMAGES PROVISION SET FORTH IN THIS PARAGRAPH SURVIVES BETWEEN THE ORIGINAL END USER AND ZF EVEN IF THE EXCLUSIVE REMEDY SET FORTH ABOVE IS DEEMED TO FAIL OF ITS ESSENTIAL PURPOSE. ZF may change the design or make improvements to its Products without incurring any warranty obligation for previously manufactured Product . (9)Entire Agreement. This is the entire agreement between ZF and the Owner about warranty and no, ZF employee, or dealer is authorized to make any additional warranty on behalf of ZF unless in writing and signed by an authorized representative of ZF. About ZF Friedrichshafen AG ZF is a global technology company and supplies systems for passenger cars, commercial vehicles and industrial technology, enabling the next generation of mobility. ZF allows vehicles to see, think and act. In the four technology domains Vehicle Motion Control, Integrated Safety, Automated Driving, and Electric Mobility, ZF offers comprehensive solutions for established vehicle manufacturers and newly emerging transport and mobility service providers. ZF electrifies different kinds of vehicles. With its products, the company contributes to reducing emissions and protecting the climate. ZF, which acquired WABCO Holdings Inc. on May 29, 2020, now has 160,000 employees worldwide with approximately 260 locations in 41 countries. In 2019, the two then-independent companies achieved sales of €36.5 billion (ZF) and $3.4 billion (WABCO). For more information, visit: www.wabco-na.com © 2021 ZF CV Systems North America LLC - All rights reserved - SP1375 / 2.2021 For further product details contact your distributor or the WABCO Customer Care Center at 855-228-3203. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0012 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This warranty applies only to the cab tubular support and mounting structures and other structural components of the cab of the vehicle model, as identified in the Pierce specifications for the Fire and Rescue Apparatus. This warranty does not apply to damage caused by corrosion. Conditions and Exclusions: See AlsoParagraphs2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: Ten (10) Year Structural Integrity Custom Cab Ten (10) Years - or - 100,000 Miles Warranty Period Ends After: The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: The Pierce Custom Cab shall be free from structural failures caused by defects in material and workmanship (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Fire and Rescue Apparatus Coverage: Ten (10) Year Pro-Rated Paint and Corrosion Cab Ten (10) YearsWarranty Period Ends After: The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: Exterior surfaces of the cab painted by Pierce shall be free from blistering, peeling, corrosion or any other adhesion defect caused by defective manufacturing methods or paint material selection. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0055 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty is applicable to the vehicle in the following percentage costs of warranty repair, if any: Topcoat Durability & Appearance: Gloss, Color Retention & Cracking 0-72 months 100% 73-96 months 50% 97-120 months 25% Integrity of Coating System: Adhesion, Blistering/Bubbling0-36 months 100%37-84 months 50%85-120 months 25% Corrosion: Dissimilar Metal and Crevice0-36 months 100%37-48 months 50%49-72 months 25%73-120 months 10% Corrosion Perforation 0-120 months 100% This limited warranty applies only to exterior paint. Paint on the vehicle's interior is warranted only under the Pierce Basic One Year Limited Warranty. Items not covered by this warranty include: (a) Damage from lack of maintenance and cleaning (proper cleaning and maintenance procedures are detailed in the Pierce operation and maintenance manual). (b) UV paint fade. (c) Any cab not manufactured by Pierce. Conditions and Exclusions: See AlsoParagraphs2 thru 4 Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0014 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty applies to all of the control modules for the Command Zone system, including the full color graphic displays. Related wire harnesses, cables and connectors are not covered under this limited warranty and are instead covered under the Pierce One Year Basic Apparatus Limited Warranty. Conditions and Exclusions: See AlsoParagraphs2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: Five (5) Year Material and Workmanship Command Zone Electronics Five (5) YearsWarranty Period Ends After: The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: Command Zone control modules shall be free from failures caused by defects in material and workmanship (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 1/11/2011 WA0188 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty does not apply to related wire harnesses, cables, and connectors, which are covered by the Pierce one (1) year basic apparatus limited warranty. Conditions and Exclusions: See Also Paragraphs 2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: 54 Months Material and Workmanship Camera System Fifty - Four (54) monthsWarranty Period Ends After: The date of delivery.Warranty Begins: This limited warranty covers repairs to correct any defect related to materials or workmanship of the Sharpvision camera system installed on the apparatus occuring during the warranty period. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Fire and Rescue Apparatus Coverage: Ten (10) Year Material and Workmanship Pierce 12V LED Strip Light Limited Warranty Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: This limited warranty covers repairs to correct any defect related to materials or workmanship of the Pierce 12V LED strip lights installed on the apparatus occuring during the warranty period. 1. LIMITED WARRANTY (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty does not apply to related wire harnesses, cables, and connectors, which are covered by the Pierce one (1) year basic apparatus limited warranty. Conditions and Exclusions: See Also Paragraphs 2 thru 4 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. Ten (10) YearWarranty Period Ends After: Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 7/5/2011 WA0203 THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. NEW PRODUCT WARRANTY PARTICIPATING OEM SALES DISTRIBUTOR SALES LIMITED WARRANTY ON NEW ALLISON AUTOMATIC TRANSMISSIONS USED IN EMERGENCY VEHICLE APPLICATIONS Allison Transmission will provide for repairs or replacement, at its option, during the warranty period of each new Allison transmission listed below that is installed in an Emergency Vehicle in accordance with the following terms, conditions, and limitations. WHAT IS COVERED  WARRANTY APPLIES — This warranty is for new Allison transmission models listed below installed in an Emergency Vehicle and is provided to the original and any subsequent owner(s) of the vehicle during the warranty period.  REPAIRS COVERED — The warranty covers repairs or replacement, at Allison Transmission’s option, to correct any transmission malfunction resulting from defects in material or workmanship occurring during the warranty period. Needed repairs or replacements will be performed using the method Allison Transmission determines most appropriate under the circumstances.  TOWING — Towing is covered to the nearest Allison Transmission Distributor or authorized Dealer only when necessary to prevent further damage to your transmission.  PAYMENT TERMS — Warranty repairs, including parts and labor, will be covered per the schedule shown in the chart contained in section “APPLICABLE MODELS, WARRANTY LIMITATIONS, AND ADJUSTMENT SCHEDULE.”  OBTAINING REPAIRS — To obtain warranty repairs, take the vehicle to any Allison Transmission Distributor or authorized Dealer within a reasonable amount of time and request the needed repairs. A reasonable amount of time must be allowed for the Distributor or Dealer to perform necessary repairs.  TRANSMISSION REMOVAL AND REINSTALLATION — Labor costs for the removal and re-installation of the transmission, when necessary to make a warranty repair, are covered by this warranty.  WARRANTY PERIOD — The warranty period for all coverages shall begin on the date the transmission is delivered to the first retail purchaser, with the following exception: Demonstration Service - A transmission in a new truck or bus may be demonstrated to a total of 5000 miles (8000 kilometers). If the vehicle is within this limit when sold to a retail purchaser, the warranty start date is the date of purchase. Normal warranty services are applicable to the demonstrating Dealer. Should the truck or bus be sold to a retail purchaser after these limits are reached, the warranty period will begin on the date the vehicle was first placed in demonstration service and the purchaser will be entitled to the remaining warranty. APPLICABLE MODELS, WARRANTY LIMITATIONS, AND ADJUSTMENT SCHEDULE WARRANTY LIMITATIONS (Whichever occurs first) ADJUSTMENT CHARGE TO BE PAID BY THE CUSTOMER APPLICABLE MODELS Months Transmission Miles Or Kilometers Parts Labor MT, MD 3000, 3200, 3500, 3700 0–24 No Limit No Charge No Charge HT with Hydraulic Controls 0–24 No Limit No Charge No Charge AT, 1000 Series, 2000 Series, 2400 Series 0–36 No Limit No Charge No Charge HT with Electronic Controls 0–60 No Limit No Charge No Charge HD 1000 EVS, 2100 EVS, 2200 EVS 2350 EVS, 2500 EVS, 2550 EVS, 3000 EVS, 3500 EVS, 4000, 4000 EVS, 4500, 4500 EVS, 4700, 4700 EVS, 4800, 4800 EVS 0–60 No Limit No Charge No Charge Page 1 of 2 WHAT IS NOT COVERED  DAMAGE DUE TO ACCIDENT, MISUSE, or ALTERATION — Defects and damage caused as the result of any of the following are not covered: — Flood, collision, fire, theft, freezing, vandalism, riot, explosion, or objects striking the vehicle; — Misuse of the vehicle; — Installation into unapproved applications and installations; — Alterations or modification of the transmission or the vehicle, and — Damage resulting from improper storage (refer to long-term storage procedure outlined in the applicable Allison Service Manual) — Anything other than defects in Allison Transmission material or workmanship NOTE: This warranty is void on transmissions used in vehicles currently or previously titled as salvaged, scrapped, junked, or totaled.  CHASSIS, BODY, and COMPONENTS — The chassis and body company (assemblers) and other component and equipment manufacturers are solely responsible for warranties on the chassis, body, component(s), and equipment they provide. Any transmission repair caused by an alteration(s) made to the Allison transmission or the vehicle which allows the transmission to be installed or operated outside of the limits defined in the appropriate Allison Installation Guideline is solely the responsibility of the entity making the alteration(s).  DAMAGE CAUSED by LACK of MAINTENANCE or by the USE of TRANSMISSION FLUIDS NOT RECOMMENDED in the OPERATOR’S MANUAL — Defects and damage caused by any of the following are not covered: — Failure to follow the recommendations of the maintenance schedule intervals applicable to the transmission; — Failure to use transmission fluids or maintain transmission fluid levels recommended in the Operator’s Manual.  MAINTENANCE — Normal maintenance (such as replacement of filters, screens, and transmission fluid) is not covered and is the owner’s responsibility.  REPAIRS by UNAUTHORIZED DEALERS — Defects and damage caused by a service outlet that is not an authorized Allison Transmission Distributor or Dealer are not covered.  USE of OTHER THAN GENUINE ALLISON TRANSMISSION PARTS — Defects and damage caused by the use of parts that are not genuine Allison Transmission parts are not covered.  EXTRA EXPENSES — Economic loss and extra expenses are not covered. Examples include but are not limited to: loss of vehicle use; inconvenience; storage; payment for loss of time or pay; vehicle rental expense; lodging; meals; or other travel costs.  “DENIED PARTY” OWNERSHIP — Warranty repair parts and labor costs are not reimbursed to any participating or non-participating OEMs, dealers or distributors who perform warranty work for, or on behalf of, end users identified by the United States as being a “denied party” or who are citizens of sanctioned or embargoed countries as defined by the U.S. Department of Treasury Office of Foreign Assets Control. Furthermore, warranty reimbursements are not guaranteed if the reimbursement would be contrary to any United States export control laws or regulations as defined by the U.S. Department of Commerce, the U.S. Department of State, or the U.S. Department of Treasury. OTHER TERMS APPLICABLE TO CONSUMERS AS DEFINED by the MAGNUSON-MOSS WARRANTY ACT This warranty gives you specific legal rights and you may also have other rights which vary from state to state. Allison Transmission does not authorize any person to create for it any other obligation or liability in connection with these transmissions. ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE APPLICABLE TO THESE TRANSMISSIONS IS LIMITED IN DURATION TO THE DURATION OF THIS WRITTEN WARRANTY. PERFORMANCE OF REPAIRS AND NEEDED ADJUSTMENTS IS THE EXCLUSIVE REMEDY UNDER THIS WRITTEN WARRANTY OR ANY IMPLIED WARRANTY. ALLISON TRANSMISSION SHALL NOT BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES (SUCH AS, BUT NOT LIMITED TO, LOST WAGES OR VEHICLE RENTAL EXPENSES) RESULTING FROM BREACH OF THIS WRITTEN WARRANTY OR ANY IMPLIED WARRANTY.** ** Some states do not allow limitations on how long an implied warranty will last or the exclusion or limitation of incidental or consequential damages, so the above limitations or exclusions may not apply to you. OTHER TERMS APPLICABLE TO OTHER END-USERS THIS WARRANTY IS THE ONLY WARRANTY APPLICABLE TO THE ALLISON TRANSMISSION MODELS LISTED ABOVE AND IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. ALLISON TRANSMISSION DOES NOT AUTHORIZE ANY PERSON TO CREATE FOR IT ANY OTHER OBLIGATION OR LIABILITY IN CONNECTION WITH SUCH TRANSMISSIONS. ALLISON TRANSMISSION SHALL NOT BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES RESULTING FROM BREACH OF THIS WARRANTY OR ANY IMPLIED WARRANTY. QUESTIONS If you have any questions regarding this warranty or the performance of warranty obligations, you may contact any Allison Transmission Distributor or Dealer or write to: Allison Transmission, Inc. P.O. Box 894 Indianapolis, IN 46206-0894 Attention: Warranty Administration PF-9 Form SE0616EN (201009) Page 2 of 2 Warranty Begins: The transmission cooler shall be free from component or structural failures caused by defects in material and/or workmanship. Collateral damage up to $10,000 per occurrence is available for the first three (3) years. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. Five (5) Years on Oil Cooler and three (3) years on collateral damage coverage Warranty Period Ends After: Fire and Rescue Apparatus Coverage: Five (5) Year Material and Workmanship - Transmission Oil Cooler Three (3) Year Collateral Damage Coverage 1. LIMITED WARRANTY The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: The date of delivery to the first retail purchaser. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This warranty does not cover repair due to accidents, misuse, and excessive vibration, flying debris, storage damage (freezing), negligence or modification. This warranty is void if any modification or repairs are performed without authorization. This also voids any future warranty. This warranty does not cover cost of maintenance or repairs due to lack of required maintenance services as recommended. Performance of the required maintenance and use of proper fluids are the responsibility of the owner. Towing is covered to the nearest distributor or authorized dealer only when necessary to prevent further damage to your transmission. Labor costs for the removal and reinstallation of goods may be covered when necessary to make repairs. Please contact your OEM for authorization. Replacement of cooler during the warranty period is limited to 100% of reasonable labor costs up to a maximum of $700 to remove, replace, or repair the oil cooler. Conditions and Exclusions: See Also Paragraphs 2 thru 4 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle.2/22/2012 WA0216 THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. United Plastic Fabricating, Inc. (hereinafter called “UPF”) warrants each POLY-TANK®, Booster/Foam Tank POLYSIDE® Wetside Tank, Integrator Tank/Body, ELLIPSE™ Elliptical Tank, Ellip-T-Tank Tank and DEFENDER™ Skid Tank to be free from defects in material and workmanship for the service life of the original vehicle (vehicle must be actively used in an emergency re-sponse for fire suppression). All UPF Tanks must be installed and operated in accordance with the UPF Installation and Operating Guidelines. Failure to do so can void the warranty. Every UPF Tank is inspected and tested before leaving our facility. Should your UPF Tank require service, please notify UPF via email, fax, in writing or by calling UPF at 1-978-975-4520. Please provide the serial number, a de- scription of the service request, the location along with the phone number and name of the contact person. Our goal is to have scheduled work completed within a reasonable time period. Under a valid warranty claim, UPF will cover the cost to repair the UPF Tank including the customary and reasonable costs to make the tank accessible such as the removal and reinstallation of the tank if authorized in advance (pre-approved) by UPF. The warranty will not cover tanks that have been im-properly installed, operated, misused, abused, or modified from its intended or designed use. Serial number must not have been altered, defaced or re- moved. Tanks that are not stored or installed properly which results in the tank suffering UV damage will not be covered by this agreement. Should UPF determine that the service claim is valid under this warranty for a tank located outside of the United States and Canada, UPF will assume the costs for labor and material for the warranty repair as described above plus all travel costs to the U.S. port of embarkation. Costs for airline travel outside of the U.S. and Canada will not be the responsibility of UPF. In the event the tank shall become stationed in an area of the world that is considered to be a war zone or where unsafe conditions exist for the safe passage of United States Nationals, as reported by the United States Depart-ment of State, (http://www.state.gov), and a request to perform service or warranty repairs, UPF reserves the right to refuse to honor such requests. It is the purchaser’s responsibility to relocate the tank to an area where such repairs can be performed without undue risk to UPF employees or their des-ignee. UPF will make every reasonable effort to support our products though alternative means. For Ellipse™ elliptical tanks, a separate five year warranty provided by the subcontractor is applied to the sub-frames, chute linings (rubber isolation strips) and metal components. The stainless steel wrap provided by UPF shall be warranted by the subcontractor performing the wrap installation in accordance with their warranty in place at the time of the installation. UPF will not be liable for any warranty costs associated with the wrap, sub-frames, chute linings (rubber isolation strips) and metal components but will assist with all claims on behalf of its customer. For PolySide® wetsided tanks and Integrator™ Tank/Body units, all polypro-pylene components related to the tank shall carry the standard UPF lifetime FOR: POLY-TANK®, POLYSIDE®, INTEGRATOR™, ELLIPSE™, ELLIP-T-TANK™ & DEFENDER™WARRANTYUNITED PLASTIC FABRICATING, INC. LIFETIME SERVICE WARRANTY Continued on back Effective 1 August, 2009 service warranty. Other polypropylene components, including but not limited to compartments, wheel wells, fenders and other body related components shall be warranted by UPF for a period of ten years. The warranty for the PolySide® and Integrator™ units excludes paint or hardware, which shall be covered by the manufacturer of the paint/hardware. All UPF tanks 50 gallons or less utilized for non-fire applications and installed on specialty vehicles such as ATVs, trailers, boats, etc. are covered under a separate warranty policy available from UPF. Further, UPF Protector™ foam and water trailers are warranted under a separate warranty policy available from UPF. This UPF warranty is transferable within the United States only with prior writ-ten approval by UPF (except an original apparatus manufacturer may assign this warranty to the first titled owner/lessee of the apparatus). UPF will NOT reimburse any unnecessary work and/or work that has not been pre-approved. Any and all third party charges must be pre- authorized and approved in writing by UPF prior to commencing the work. Any unauthorized third party repairs, alterations, actions or modi-fications will not be covered and can void the warranty. UPF will be the sole determining authority as to whether a service claim will be valid and covered under this warranty. In no event will UPF be liable for an amount in excess of the purchase price of the booster/foam tank at the time of manufacture or for any loss or dam-age, whether direct, indirect, incidental, consequential, or otherwise arising out of failure of its product. Loss of contents (water, foam, etc.) shall not be the responsibility of UPF. Further, UPF is not responsible for costs associated with service repairs to chassis, sub-frames, bodies, valves, dumps, hoses, pressure vacuum vents, and other components (i.e. liquid level transducers, etc.). Further, UPF will not cover the cost for travel of the vehicle to and from a repair facility. This warranty contains the entire warranty. It is the sole warranty and price agreements or representation, whether oral or written, are either merged herein or expressly cancelled. UPF neither assumes, nor authorizes any per-son supposing to act on its behalf to change, nor assume for it, any warranty or liability concerning its product. This warranty gives you specific legal rights, and you may also have other rights which vary from state to state. Some states do not allow exclusion or limitation or incidental or consequential damage, so the above limitation or exclusion may not apply to you. Since some states do not allow limitations on the length of an implied warranty, the above limitation may not apply to you. THERE ARE NO WARRANTIES, EXPRESSED OR IMPLIED, WHICH EX-TEND BEYOND THE DESCRIPTION OF THE FACE HEREOF. THERE IS NO EXPRESS OR IMPLIED WARRANTY OF MERCHANTABILITY OR A WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE. ADDITION-ALLY, THIS WARRANTY IS IN LIEU OF ALL OTHER OBLIGATION OR LIABILITIES ON THE PART OF UPF.FOR: POLY-TANK®, POLYSIDE®, INTEGRATOR™, ELLIPSE™, ELLIP-T-TANK™ & DEFENDER™WARRANTYUNITED PLASTIC FABRICATING, INC. POLY-TANK®,& POLYSIDE® are registered trademarks of UPF, Inc. INTEGRATOR™, ELLIPSE™, ELLIP-T-TANK™ & DEFENDER™ are trademarks of UPF, Inc. © 08/01/09 UPF, Inc. Printed in the USA 2 6 0 0 A M E R I C A N D R I V E • A P P L E T O N , W I 5 4 9 1 2 -2 0 1 7 • 9 2 0 -832-3 000 P I E R C E M A N U F A C T U R I N G I N C . B U L L E T I N TO: All Dealer Service Representatives From: Kevin Hanegraaf DATE: January 4, 2010 RE: UPF Tank Warranty Policy – Truck in Accident Service Topic #292 To keep the UPF tank warranty valid on trucks that have been involved in a vehicular accident, it is UPF’s policy that the customer must remove the tank from the truck and send it back to one of UPF’s facilities for inspection. In the event that this does not take place, the warranty will be considered null and void. The customer must remove and send the tank back to UPF for inspection in order to maintain the original warranty coverage, at which time it will be: - Filled with water - Visually inspected - Ultraviolet spark tested on articulating test stand in the dark - Recommendation for repairs if necessary provided by UPF - Fully evaluated and repaired by UPF If your customer chooses to leave the tank on the truck and wants a technician to inspect and/or repair the tank in the field, then the warranty is no longer in effect. This direction is upheld by UPF because the technician cannot inspect the entire tank when it is still installed on the truck. Note: This memo is intended to relay the information Pierce has received on UPF’s tank warranty for trucks that are in a vehicular accident. In the event of an actual claim, we direct you to consult with UPF’s service Manager Maura Watts (800-638-8265 x253) Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0009 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This warranty applies only to the body tubular support and mounting structures and other structural components of the body of the vehicle model, as identified in the Pierce specifications for the Fire and Rescue Apparatus. This warranty does not apply to damage caused by corrosion. Conditions and Exclusions: See AlsoParagraphs2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: Ten (10) Year Structural Integrity Apparatus Body Ten (10) Years - or - 100,000 Miles Warranty Period Ends After: The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: The apparatus body shall be free from structural failures caused by defects in material and workmanship (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. A & A Manufacturing Co., Inc. 2300 S. Calhoun Road · New Berlin, WI 53151 · Phone (262) 786-1500 · Fax (262) 786-3280 Pierce Warranty Statement for Gortite Roll Up Doors Rev 2/24/2011 All mechanical components of the door shall be warranted to be free from defects in materials and workmanship for the lifetime of the vehicle. All parts covered under this warranty shall be to the original owner. A&A manufacturing warrants that painted doors shall be free of blistering, peeling, bubbling, or any other adhesion defect caused by defective manufacturing methods or paint material selection. The time period for the coverage shall be 6 years from date of door shipment to Pierce. Satin anodized finish doors shall be warranted for 6 years against corrosion defects from date of door shipment to Pierce. Replacement of decals/Scotchlite is not covered. The maximum amount A&A will reimburse for labor is $60.00 per hour and the maximum amount of time allowed for repair is as follows: Door 1.0 Hr. Slat Replacement 1.0 Hr. Pennant Plate Replacement 1.0 Hr. Roller Replacement .5 Hr. Seal Replacement .5 Hr. Switch/Magnet Replacement 1.0 Hr. Travel Time 4.0 Hr. Waterous Company125 Hardman Avenue SouthSouth St. Paul, MN 55075 USAwww.waterousco.com F-2891 (04/15/20) Waterous Seven-Year Limited Warranty WATEROUS warrants, to the original Buyer only, that products manufactured by WATEROUS will be free from defects in material and workmanship under normal use and service for a period of seven (7) years from the date the product is first placed in service, or seven and one-half (7-1/2) years from the date of shipment by WATEROUS, whichever period shall be the first to expire; provided the Buyer notifies WATEROUS, in writing, of the defect in said product within the warranty period, and said product is found by WATEROUS to be nonconforming with the aforesaid warranty. When required in writing by WATEROUS, defective products must be promptly returned by Buyer to WATEROUS at WATEROUS’ plant at South St. Paul, Minnesota, or at such other place as may be specified by WATEROUS, with transportation and other charges prepaid. A Returned Material Authorization (RMA) is required for all products and parts and may be requested by phone, fax, email, or mail. The aforesaid warranty excludes any responsibility or liability of WATEROUS for: (a) damages or defects due to accident, abuse, misuse, abnormal operating conditions, negligence, accidental causes, use in non-firefighting applications, or improper maintenance, or attributable to written specifications or instructions furnished by Buyer; (b) defects in products manufactured by others and furnished by WATEROUS hereunder, it being understood and agreed by the parties that the only warranty provided for such products shall be the warranty provided by the manufacturer thereof which, if assignable, WATEROUS will assign to Buyer, if requested by Buyer; (c) any product or part, altered, modified, serviced or repaired other than by WATEROUS, without its prior written consent; (d) the cost of dismantling, removing, transporting, storing, or insuring the defective product or part and the cost of reinstallation; and (e) normal wear items (packing, strainers, filters, light bulbs, anodes, intake screens, mechanical seals, etc.). ALL OTHER WARRANTIES ARE EXCLUDED, WHETHER EXPRESS OR IMPLIED BY OPERATION OF LAW OR OTHERWISE, INCLUDING ALL IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. IN NO EVENT, WHETHER AS A RESULT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE), STRICT LIABILITY, OR ANY OTHER CAUSE OF ACTION, SHALL WATEROUS BE LIABLE FOR ANY PUNITIVE, SPECIAL, INCIDENTAL OR CONSEQUENTIAL DAMAGES, OR FOR PERSONAL INJURY OR PROPERTY DAMAGES. The exclusive remedy of Buyer and the sole liability of WATEROUS, whether based on contract, warranty, tort or any other basis of recovery whatsoever, is expressly limited at the election of WATEROUS to: (a) the replacement at the agreed point of delivery of any product or part, which upon inspection by WATEROUS or its duly authorized representative, is found not to conform to the limited warranty set forth above, or (b) the repair of such product or part, or (c) the refund or crediting to Buyer of the net sales price of the defective product or part. BUYER’S REMEDIES CONTAINED HEREIN ARE EXCLUSIVE OF ANY OTHER REMEDY OTHERWISE AVAILABLE TO BUYER. Warranty Begins: Stainless steel piping shall be free from structural failures caused by defects in material and workmanship, or perforation caused by corrosion.(b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. Ten (10) Years- or -100,000 Miles Warranty Period Ends After: Fire and Rescue Apparatus Coverage: Ten (10) Year Material and Workmanship Stainless Steel Piping 1. LIMITED WARRANTY The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: The date of the original purchase invoice (issued when the product ships from the factory). This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. Pierce’s obligation under this warranty is limited to repairing or replacing without charge, as Pierce may elect, the stainless steel piping or components which Pierce determines to have failed due to defective material and workmanship, or perforation caused by corrosion. This warranty does not cover the use of fluoroprotein (FP) type foam. The sodium chloride within FP foam can cause long-term damage to system components if not thoroughly flushed immediately after use. Conditions and Exclusions: See AlsoParagraphs 2 thru 4 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle.3/22/2012 WA0035 THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/8/2010 WA0057 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This limited warranty is applicable to the vehicle in the following percentage costs of warranty repair, if any: Topcoat Durability & Appearance: Gloss, Color Retention & Cracking 0-72 months 100% 73-96 months 50% 97-120 months 25% Integrity of Coating System: Adhesion, Blistering/Bubbling0-36 months 100%37-84 months 50%85-120 months 25% Corrosion: Dissimilar Metal and Crevice0-36 months 100%37-48 months 50%49-72 months 25%73-120 months 10% Corrosion Perforation 0-120 months 100% This limited warranty applies only to exterior paint. Paint on the vehicle's interior is warranted only under the Pierce Basic One Year Limited Warranty. Items not covered by this warranty include: (a) Damage from lack of maintenance and cleaning (proper cleaning and maintenance procedures are detailed in the Pierce operation and maintenance manual). (b) UV paint fade. (c) Any cab not manufactured by Pierce. Conditions and Exclusions: See AlsoParagraphs2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: Ten (10) Year Pro-Rated Paint and Corrosion Custom Body Ten (10) YearsWarranty Period Ends After: The date of the original purchase invoice (issued when the product ships from the factory).Warranty Begins: Exterior surfaces of the body shall be free from blistering, peeling, corrosion or any other adhesion defect caused by defective manufacturing methods or paint material selection. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. Note: Any Surety Bond, if a part of the sale of the vehicle as to which this limited warranty is provided, applies only to this Pierce Basic One Year Limited Warranty for such vehicle, and not to other warranties made by Pierce in a separate document (if any) or to the warranties (if any) made by any manufacturer (other than Pierce) of any part, component, attachment or accessory that is incorporated into or attached to the vehicle. 2/22/2010 WA0168 1. LIMITED WARRANTY THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY PIERCE. PIERCE HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY, ANY WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE, AND ANY WARRANTIES ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. 2. DISCLAIMERS OF WARRANTIES The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced (a) without prior written approval of the Pierce Customer Service Department; or (b) at a facility which has not been approved by Pierce as to technical capability. Any repairs, modifications, alterations or aftermarket parts added after manufacture without the authorization of Pierce may void this warranty. This limited warranty shall apply only if the product is properly maintained in accordance with Pierce's maintenance instructions and manuals and is used in service which is normal to the particular model. Normal service means service which does not subject the product to stresses or impacts greater than normally result from careful use. If the Buyer discovers a defect or nonconformity, it must notify Pierce in writing within thirty (30) days after the date of discovery, but in any event prior to the expiration of the warranty period. THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER OR TO ANY OTHER PERSON OR ENTITY. This warranty does not cover damage from lack of maintenance and cleaning (proper cleaning and maintenance procedures are detailed in the Pierce operation and maintenance manual). Conditions and Exclusions: See AlsoParagraphs2 thru 4 Limited Warranty Subject to the limitations and exclusions set forth below, Pierce Manufacturing provides the following warranty to the Buyer: (c) any vehicle, chassis or component, part, attachment or accessory that has been repaired, altered or assembled in any way by any person or entity other than Pierce which, in the sole judgment of Pierce, adversely affects the performance, stability or purpose for which it was manufactured; or (a) any integral parts, components, attachments or trade accessories of or to the product that are not manufactured by Pierce, including but not limited to engines, transmissions, drivelines, axles, water pumps and generators; with respect to all such parts, components, attachments and accessories, Pierce shall assign to Buyer the applicable warranties, if any, made by the respective manufacturers thereof; Notwithstanding anything to the contrary herein, Pierce makes no warranty whatsoever as to: Fire and Rescue Apparatus Coverage: One (1) Year Material and Workmanship Graphics Fading and Deterioration One (1) YearWarranty Period Ends After: The date the apparatus is placed in service, or 60 days from the original buyer invoice date, whichever comes first.Warranty Begins: Each graphic lamination shall be free from defects in material, workmanship, fading, and deterioration. (d) products or parts which may in the ordinary course wear out and have to be replaced during the warranty period, including, but not limited to, tires, fluids, gaskets and light bulbs. Pierce assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Pierce. (b) any vehicle, chassis, or component, part, attachment or accessory damaged by misuse, neglect, fire, exposure to severe environmental or chemical conditions, acidic environment, improper maintenance, accident, crash, or force majeure such as natural disaster, lightning, earthquake, windstorm, hail, flood, war or riot; 4. EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Pierce and Buyer, IN NO EVENT SHALL PIERCE BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, INDIRECT, OR PUNITIVE DAMAGES WHATSOEVER, WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY, TORT (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR OTHER THEORY OF LAW OR EQUITY, WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY PIERCE, OR THEIR OPERATION OR FAILURE TO OPERATE, OR ANY DEFECTS THEREIN, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATED THERETO, REGARDLESS OF WHETHER PIERCE HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES. Without limiting the generality of the foregoing, Pierce specifically disclaims any liability for property or personal injury damages, penalties, damages for lost profits or revenues, loss of vehicles or products or any associated equipment, cost of substitute vehicles or products, down-time, delay damages, any other types of economic loss, or for any claims by any third party for any such damages. If the product fails to conform to the warranty set forth in paragraph 1 during the warranty period, and such nonconformity is not due to misuse, neglect, accident or improper maintenance, Buyer must notify Pierce within the time period specified in paragraph 1, and shall make the product available for inspection by Pierce or its designated agent. At the request of Pierce, any allegedly defective product shall be returned to Pierce by Buyer for examination and/or repair. Buyer shall be responsible for the cost of such transportation, and for risk of loss of or damage to the product during transportation. Within a reasonable time, Pierce shall repair or replace (at Pierce's option and expense) any nonconforming or defective parts. Repair or replacement shall be made only by a facility approved in advance in writing by Pierce. THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 3. BUYER'S EXCLUSIVE REMEDY. A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-VEF17.0 Fire & Rescue Vehicles, Boats, & Equipment Terms and Conditions FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 1 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Table of Contents 1.0 General Conditions ........................................................................................................................................... 4 1.01 BID CORRESPONDENCE ............................................................................................................................ 4 1.02 PURPOSE .................................................................................................................................................. 4 1.03 TERM OF CONTRACT ................................................................................................................................ 4 1.04 QUANTITIES ............................................................................................................................................. 4 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER ..................................................................................... 4 1.06 FUNDING .................................................................................................................................................. 5 1.07 CURRENCY ................................................................................................................................................ 5 1.08 DEFINITIONS ............................................................................................................................................ 5 1.09 ELIGIBLE PURCHASERS OF CONTRACT ..................................................................................................... 6 1.10 LEGAL REQUIREMENTS ............................................................................................................................ 7 1.11 PATENTS & ROYALTIES ............................................................................................................................. 7 1.12 FEDERAL AND STATE STANDARDS ........................................................................................................... 7 1.13 UNDERWRITERS’ LABORATORIES ............................................................................................................ 7 1.14 AMERICANS WITH DISABILITIES ACT ....................................................................................................... 8 1.15 REASONABLE ACCOMMODATION ........................................................................................................... 8 1.16 MINORITY BUSINESS ENTERPRISE (MBE) ................................................................................................. 8 1.17 ANTI-DISCRIMINATION ............................................................................................................................ 8 1.18 BEST COMMERCIAL PRACTICES ............................................................................................................... 8 1.19 PUBLIC ENTITY CRIMES (PEC) ................................................................................................................... 8 1.20 TAX EXEMPTION ...................................................................................................................................... 9 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ............................................................................. 9 1.22 COMMUNICATIONS ................................................................................................................................. 9 1.23 CLARIFICATION AND ADDENDA ............................................................................................................... 9 1.24 SIGNED BID CONSIDERED AN OFFER ..................................................................................................... 10 1.25 ASSIGNMENT OF CONTRACT ................................................................................................................. 10 1.26 TERMINATION OF PRODUCT LINE .......................................................................................................... 10 1.27 METHOD OF AWARD ............................................................................................................................. 10 1.28 DEMONSTRATION OF COMPETENCY ..................................................................................................... 11 1.29 VENDOR ABILITY TO PERFORM .............................................................................................................. 11 1.30 FINANCIAL RESPONSIBILITY ................................................................................................................... 11 1.31 QUALITY AND SAFETY ............................................................................................................................ 12 1.32 NONCONFORMANCE ............................................................................................................................. 12 1.33 GRATUITIES ............................................................................................................................................ 12 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 2 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.34 TIE BIDS .................................................................................................................................................. 12 1.35 RIGHT TO AUDIT .................................................................................................................................... 12 1.36 LIABILITY, INSURANCE, LICENSES AND PERMITS ................................................................................... 13 1.37 ELIMINATION FROM CONSIDERATION .................................................................................................. 13 1.38 PERFORMANCE BONDS, AND CERTIFICATES OF INSURANCE ................................................................ 14 1.39 COLLUSION ............................................................................................................................................ 14 1.40 DEFAULT ................................................................................................................................................ 14 1.41 PROTESTS AND ARBITRATION ................................................................................................................ 14 1.42 NONPERFORMANCE .............................................................................................................................. 15 1.43 SEVERABILITY ......................................................................................................................................... 16 1.44 TERMINATION FOR CAUSE ..................................................................................................................... 16 1.45 TERMINATION WITHOUT CAUSE ........................................................................................................... 17 1.46 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO ........................................................................... 17 2.0 BIDDER INSTRUCTIONS ........................................................................................................................................ 18 2.01 BIDDER QUALIFICATIONS ....................................................................................................................... 18 2.02 LICENSING & FACILITIES ......................................................................................................................... 18 2.03 INSURANCE AND INDEMNIFICATION ..................................................................................................... 19 2.04 ITEM SPECIFICATIONS ............................................................................................................................ 20 2.05 FIXED PRICES .......................................................................................................................................... 21 2.06 DISCOUNTS ............................................................................................................................................ 21 2.07 SEALED BIDS ........................................................................................................................................... 21 2.08 EXCEPTIONS ........................................................................................................................................... 21 2.09 MISTAKES ............................................................................................................................................... 21 2.10 EQUIVALENTS ........................................................................................................................................ 21 2.11 PRE-BID MEETING .................................................................................................................................. 22 2.12 PRICES QUOTED ..................................................................................................................................... 22 2.13 OPTION PRICING .................................................................................................................................... 22 2.14 EMERGENCY LIGHTS AND SIRENS .......................................................................................................... 23 2.15 BID SUBMISSION .................................................................................................................................... 23 2.16 EXECUTION OF BID ................................................................................................................................. 24 2.17 MODIFICATION OR WITHDRAWALS OF BIDS ......................................................................................... 24 2.18 LATE BIDS ............................................................................................................................................... 24 2.19 PUBLIC BID OPENING ............................................................................................................................. 25 2.20 DETERMINATION OF RESPONSIVENESS ................................................................................................. 25 2.21 RESPONSIBLE BIDDER CRITERIA ............................................................................................................. 25 2.22 BASIS FOR AWARD ................................................................................................................................. 25 2.23 BID TABULATIONS .................................................................................................................................. 26 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 3 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 2.24 MINOR IRREGULARITIES / RIGHT TO REJECT ......................................................................................... 26 2.25 CONE OF SILENCE ................................................................................................................................... 26 3.0 CONTRACT CONDITIONS ...................................................................................................................................... 27 3.01 GENERAL REQUIREMENTS ..................................................................................................................... 27 3.02 STATEMENT OF AUTHORITY .................................................................................................................. 27 3.03 VENDOR CONTACT INFORMATION ........................................................................................................ 27 3.04 ADDITIONS AND DELETIONS .................................................................................................................. 27 3.05 CONTRACT EXTENSION .......................................................................................................................... 27 3.06 PRICE ADJUSTMENTS ............................................................................................................................. 28 3.07 CONDITIONS .......................................................................................................................................... 29 3.08 PRODUCTION CUTOFF ........................................................................................................................... 29 3.09 FACILITIES............................................................................................................................................... 29 3.10 FACTORY-INSTALLED OPTIONS .............................................................................................................. 29 3.11 VENDOR-INSTALLED OPTIONS ............................................................................................................... 29 3.12 NON-SCHEDULED OPTIONS ................................................................................................................... 30 3.13 AMBULANCE REMOUNT ........................................................................................................................ 30 3.14 FORCE MAJEURE .................................................................................................................................... 31 3.15 ORDER .................................................................................................................................................... 31 3.16 DELIVERY ................................................................................................................................................ 32 3.17 INSPECTION AND ACCEPTANCE ............................................................................................................. 32 3.18 REGISTRATION, TAG AND TITLE ............................................................................................................. 33 3.19 CAB AND CHASSIS PURCHASES .............................................................................................................. 33 3.20 INVOICING AND PAYMENTS .................................................................................................................. 33 3.21 WARRANTY ............................................................................................................................................ 33 3.22 PURCHASE ORDERS ................................................................................................................................ 33 3.23 QUARTERLY REPORTS ............................................................................................................................ 34 3.24 ADMINISTRATIVE FEE ............................................................................................................................ 34 3.25 LIQUIDATED DAMAGES .......................................................................................................................... 35 Appendix A: Bid Calendar ............................................................................................................................................ 37 Appendix B: ACH Payments ......................................................................................................................................... 38 Appendix C: Federal Clauses ........................................................................................................................................ 39 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 4 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.0 General Conditions 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association, “FSA”. Please be sure to reference the bid number and title, and provide your contact information. Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn: Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 E-mail: CPP@flsheriffs.org 1.02 PURPOSE The purpose of this bid is to establish contracts with manufacturers and manufacturer’s authorized dealers for contract terms specified under Section 1.03 for the purchase of items on a “no trade-in basis.” If a purchaser has a desire to offer vehicles/equipment for trade to the vendor, the purchaser and dealer may do so at their sole discretion, separate and apart from this contract. The Florida Sheriffs Association invites interested bidders, including manufacturers and dealers or authorized representatives to submit responses in accordance with these solicitation documents. The FSA Cooperative Purchasing Program will conduct the solicitation process and administer the resulting contract. 1.03 TERM OF CONTRACT This contract shall remain in effect for one two-year (2) term from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of contract begins April 1, 2023 and ends March 31, 2025. Contract extensions will only be executed when the FSA determines, based on then-existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 QUANTITIES Over the last two years, eligible users purchased an average of 237 items from this contract each year. Items sold depend on many factors, including the vendor’s marketing efforts, established business with local governments and products awarded. Neither the FSA nor any eligible user is obligated to place any order for a given amount subsequent to the award of this bid solicitation. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs’ offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. The Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs’ offices for any payment for any activity or costs incurred by any bidder in responding to this solicitation. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 5 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency’s appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non-appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollar. 1.08 DEFINITIONS The terms used in this contract are defined as the following: A. Base item specification: Items developed by the FSA for bidders to bid on. These items may be unique to FSA and require additional components to the standard manufacturer specifications and equipment. B. Bidder: A bidder or enterprise that submits a formal bid to the FSA Cooperative Purchasing Program in accordance with the FSA CPP Terms and Conditions. A bidder, that is not the manufacturer, must be authorized by the manufacturer to market and sell an item for which they are bidding. C. Bid System: The online application used for the submission of bids and review of bid results for the item specifications connected to this Invitation to Bid. VendorLink is the software used for this bid. D. Build Sheet: A document from the bidder or manufacturer that confirms that the bid item specifications submitted by bidders matches the FSA base item specification. Build sheets include, but are not limited to, the factory options list and door data plate info for the vehicles. They provide details such as engine size and transmission, paint codes, production date, axle code, etc. E. Dealer: An enterprise authorized by the manufacturer to market, sell, provide, and service the items for the FSA Cooperative Purchasing Program. Dealers may be vendor-owned and controlled, in whole or in part, or independently owned and controlled. F. End User: A term used to distinguish the person who ultimately uses or is intended to use a product or for whom a product is designed for use. G. Factory: Refers to the manufacturer produced products. H. Florida Sheriffs Association Cooperative Purchasing Program (FSA): The entity that administers the Invitation to Bid and contract administration functions for this contract. I. Fleet Advisory Committee (committee): An employee of a sheriff’s office or other local governmental agency, or person who FSA identifies as subject matter expert who assists with the development of item specifications and evaluation of bid responses. The committee makes recommendations to the FSA and is not responsible for final awards. J. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to bidders, vendors, dealers, and manufacturers to submit a price offer on a specific product to be provided. This term shall include the item specifications available to bidders on the bid system and references to solicitation documents. The term shall not include request for proposals, request for quotes, request for letters of interest, or the solicitation of purchase orders based on oral or written quotations. K. Item Specification Group: The item specification bid document contains the minimum base item specification requirements for each item or group of items within the competitive bid. L. Manufacturer: The original producer or provider of items offered on this contract. M. Manufacturer’s Suggested Retail Price (MSRP): Manufacturer’s Suggested Retail Price (MSRP) represents FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 6 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 the manufacturer’s recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: a. Manufacturer’s computer printouts b. Manufacturer’s official website N. Non-Scheduled Options: Any optional new or unused component, feature or configuration that is not included or listed in the base item specifications or options. O. Production Cutoff: A date used by manufacturers to notify vendors and dealers that the factory has reached maximum capacity for orders or are discontinuing the production of an item. P. Published List Price: A standard “quantity of one” price currently available to government and educational purchasers, excluding cooperative, volume discounts or other discounts. Q. Purchase Order: A request for order from a purchaser to an awarded vendor for an item that has been awarded on this Contract. Purchaser orders placed using this contract formalize the terms and conditions of this contract under which a vendor furnishes items, vehicles or equipment to a purchaser. R. Purchaser: A purchaser is an entity that seeks to obtain items awarded on this contract by meeting the eligible user criteria or with vendor approval. S. Qualification Packet: This document contains the required forms, attestations, authorizations, and organizational information needed by bidders to submit a successful and complete bid. T. Terms & Conditions: This document serves as the governing contract for the identified FSA contract and bid. Standard regulations, processes, procedures, and compliance requirements are identified herein. Bidders complete a qualification packet during the bid process indicating they agree to comply with the Terms & Conditions, and that this will serve as a contract for both parties. U. Third Party Supplier: Businesses external to a bidder or vendor that provide products and services which contribute to the overall finished item in this contract. Third Party Suppliers are contractors under the direction and responsibility of the bidder or vendor. Third party suppliers may also be referred to as upfitters or remount service providers within this document. V. Vendor: The bidder that has been awarded items who agrees to provide the items meeting the base item specifications and are in compliance with the terms of the contract. The vendor must agree to the contract terms and conditions, which will serve as the governing contract for items sold. If the vendor is not the manufacturer, the vendor must be certified by the manufacturer to market, sell, provide, and service for an awarded item. W. Vendor Installed: A product or service provided by the vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bids, or contract prices, will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs’ offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, other special districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. Eligible purchaser also includes all Eligible Users as defined in F.A.C. 60A-1.001(2). All purchasers are bound by state law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, bids can be extended and guaranteed to other entities approved by manufacturers to participate in this contract, which can include out-of-state sales. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturer’s agreement and must agree to the terms and conditions of this contract. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 7 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.10 LEGAL REQUIREMENTS Federal, State, and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder of applicable legal requirements will in no way be a cause for relief from responsibility. Bidders have the option to certify that they are willing to accept purchase orders funded in whole or in part with federal funds. By opting in, bidders certify that they are willing to comply with the requirements outlined in Appendix C upon receipt of a federally funded purchase order. This is not a requirement of the bid or contract. Bidders are not required to opt-in; however, they are required to indicate whether they will opt-in or opt-out of receiving federally funded purchase orders. FSA has taken actions to provide and develop information, materials, and resources for bidders, vendors and purchasers that will assist in the use of federal funding with this contract. It is the responsibility of the purchaser to determine compliance for each vendor, if they wish to use federal funds for purchase, or intend to request reimbursements using federal funds. 1.11 PATENTS & ROYALTIES The bidder, without exception shall indemnify and hold harmless the FSA and its employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the FSA or a purchaser. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA that all item specifications herein are in full and complete compliance with all federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. This includes, but is not limited to, Federal Motor Vehicle Safety Standards (FMVSS), Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA) Standards, Society of Automotive Engineers (SAE), Fire Apparatus Vehicle Standards, and Federal Ambulance Standards (KKK-A-1822F), which includes all subsequent change notices. All fire apparatus manufacturers must meet the National Fire Protection Association (NFPA) 1901 and 1906 standards. In addition, any applicable federal or State legal or regulatory requirements laws that become effective during the term of the Contract, regarding the commodities and contractual services’ specifications, safety, and environmental requirements shall immediately become part of the Contract. The vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the vendor shall contact the FSA immediately. The bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and contract. 1.13 UNDERWRITERS’ LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters’ Laboratories, or U.L., listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 8 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please contact FSA Human Resources at (850) 877-2165 five business days in advance to initiate your request. TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation at the bid opening because of a disability must contact the FSA Human Resources at (850) 877-2165. 1.16 MINORITY BUSINESS ENTERPRISE (MBE) As part of the solicitation process FSA makes information available to potentially qualified entities publicly available, and conducts additional outreach to qualified: • Small businesses, • Minority-owned small businesses, • Women-owned small business enterprises, and • Disadvantaged business enterprises. FSA takes necessary affirmative steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible, as recommended by 2 C.F.R. § 200.321. FSA will: • Evaluate whether small, minority, and women’s businesses are potential sources, • Place those qualified small and minority businesses and women’s business enterprises on solicitation lists, and • Search the Small Business Administration, Minority Business Development Agency, and Labor Surplus Area reports for additional potential sources. Bidders self-identify in the qualification packet whether they meet the state and federal definitions of a disadvantaged business. 1.17 ANTI-DISCRIMINATION The bidder certifies that they are in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.18 BEST COMMERCIAL PRACTICES The apparent silence or omission of any description from the item specifications shall be regarded as meaning that only the best commercial practices, size, and design are to be used. All workmanship is to be first quality. All interpretations of this item specification shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 9 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a vendor, supplier, sub-vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION Purchasers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the vendor to verify that the purchaser is exempt by obtaining the purchaser’s Federal Excise and State Taxes and Use Certificate Number. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes. State Sales Tax and Use Certificate Number is 85-8012646919C-3. 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest): • Addenda to Contract Terms and Conditions, if issued • Contract Conditions • Addenda to Item Group Specifications, if issued • Item Specifications • Bidder Instructions • General Conditions 1.22 COMMUNICATIONS Communications between a proposer, bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the CPP Staff. Bidders should not rely on representations, statements, or explanations other than those made in this bid or in any written addendum to this bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.23 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted by e-mail to CPP@flsheriffs.org. The bid title and number should be referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA Cooperative Purchasing Program website on the date indicated on the Bid Calendar. Interpretation of item specifications or solicitation documents will not be made verbally. If any verbal clarifications are provided, they are without legal effect. Questions received after the cone of silence date listed on the bid calendar will not be addressed. The FSA reserves the right address technical questions. The FSA shall issue a Formal Addendum if substantial changes which impact the submission of bids are required. Any such addenda shall be binding on the bidder and shall become a part of the solicitation document. In the event FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 10 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 of conflict with the original item specifications, addenda shall govern to the extent specified. Subsequent Addenda shall govern over prior Addenda only to the extent specified. FSA will make every attempt to e-mail updates to registered bidders. However, posting on the FSA website constitutes proper notice of addenda. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgement of the addenda to the item specifications. Bids that fail to account for the addenda shall reflect in bids being declared nonresponsive; however, that pursuant to Section 2.26, the FSA may waive this requirement in its best interest. After the start of the contract term, FSA will notify all awarded vendors of any addenda and will require acknowledgement of the new terms and conditions. If the awarded vendor does not agree to the new terms and conditions, the vendor’s award can be removed or replaced by another vendor or qualified, responsive bidder. 1.24 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval by the FSA. The bid submission must be signed by an authorized representative. Submission of a bid in the FSA bid system constitutes a signed bid for purposes of bid evaluation. An electronic signature may be used and shall have the same force and effect as a written signature. 1.25 ASSIGNMENT OF CONTRACT No right or interest in this contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA. If the original vendor sells or transfers all assets or the entire portion of the assets used to perform this contract, a successor-in-interest must perform all obligations under this contract. FSA reserves the right to reject the acquiring entity as vendor. A change of name agreement will not change the contractual obligations of the vendor. In the event a manufacturer reassigns the product line to an alternate company, the vendor is required to immediately notify the FSA in writing of the change within 10 business days confirming the reassignment. If the alternate company is not already an approved FSA vendor, they are required to submit a Qualifications Packet to the FSA to become an approved vendor prior to conducting any qualified sales. FSA may approve such assignments of existing or new vendors at its discretion. The vendor is required to honor the contract pricing and all of the applicable terms and conditions throughout the remaining term of the contract. 1.26 TERMINATION OF PRODUCT LINE If a vendor terminates a product line (manufacturer or brand), the vendor is required to notify the FSA within 10 business days of the decision not to retain the product line. FSA may remove the terminated products from the contract. 1.27 METHOD OF AWARD The award is made to responsive and responsible bidders. FSA uses its discretion in determining if bids meet the requirements of this solicitation. The FSA reserves the right to make multiple awards for each item, if deemed in the best interest of the FSA and the purchasers. Awards will be posted on the FSA website according to the date posted in the bid calendar. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 11 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.28 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment” and “organization" as used herein shall be construed to mean a fully equipped and well- established company in line with the best business practices in the industry and as determined by the FSA. The FSA may consider any evidence available and may require submission of supporting documentation regarding the financial, technical and other qualifications and abilities of a bidder, including past performance with the FSA in making the award. The FSA may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier which is the actual source of supply. In these instances, the FSA may also require information from the source of supply regarding the quality, packaging and characteristics of the products. Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. Pre-award inspection of the bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services as described in this bid. Information submitted in the bid may not be plagiarized and, except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. 1.29 VENDOR ABILITY TO PERFORM During the contract period, FSA may review the vendor’s record of performance and may require submission of supporting documentation to ensure that the vendor is providing sufficient financial support, equipment and organization. If the FSA determines that the vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract awarded. By responding to this procurement, the vendor warrants that, to the best of his or her knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the vendor’s ability to satisfy the obligations of the contract. The vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues, or on any similar list maintained by any other state or the federal government. The vendor shall immediately notify the FSA and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.30 FINANCIAL RESPONSIBILITY Bidder affirms by the submission of the bid and by signature on the contract signature form that the bidder: • Has fully read and understands the scope, nature, and quality of work to be performed or the services to be rendered under this bid and has adequate facilities and personnel to fulfill such requirements. • Accepts the financial responsibility associated with this bid and declares that they have the access to FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 12 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award. • Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations to perform all items bid and quantities that could be ordered, as well as timing of payment from purchasers, which can be 45 calendar days from receipt of invoice. 1.31 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest-grade workmanship that meet or exceed federal safety standards. Items requiring certification should require certification of options in cases where non-certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the vendor must disclose to the end user that the non-certified options are not required to be certified. All options must meet or exceed federal safety standards. 1.32 NONCONFORMANCE Items may be tested for compliance with item specifications. Items delivered that do not conform to specifications may be rejected and returned at the vendor's expense. Items not meeting the specifications and items not delivered within a reasonable period of time after expected delivery date may be purchased outside of the FSA contract. Any violation of these stipulations may also result in: • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with vendor. 1.33 GRATUITIES Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA, for the purpose of influencing consideration of this bid. Bidders shall disclose in writing any conflicts of interest to FSA prior to any award, or as soon as practical after learning of any such conflict, including any contractual or employment relationships with FSA or potential purchasers of bidders’ products or services. 1.34 TIE BIDS FSA has the right to award multiple bidders the primary or alternate award in the event of a tie. In the event the FSA desires to break tie bids, and both businesses have qualifying drug-free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors performance record with purchasers • Coin Toss 1.35 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA to readily identify vendor’s sales. FSA and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible users information whether kept by or under the control of the vendor, including, but not limited to those kept by its employees, agents, assigns, successors, FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 13 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 sub-vendors, or third-party suppliers in whatever form they may be kept – written or electronic. Such records shall include, but not be limited to: • Accounting records, including but not limited to purchase orders, confirmation of orders or invoices, paid vouchers, cancelled checks, deposit slips, ledgers, and bank statements; • Written policies and procedures; • Subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, etc.); • Original estimates, quotes, or work sheets; • Contract amendments and change order files; • Insurance documents; or • Memoranda or correspondence. Vendor shall maintain such records during the term of this contract and for a period of three (3) years after the completion of this contract. At the vendor’s expense and upon written notice from FSA, the vendor shall provide such records for inspection and audit by FSA or its authorized representatives. Such records shall be made available to FSA during normal business hours within three business days of receipt of the written notice. FSA may select the vendor’s place of business or offsite location for the audit. The FSA may also request the vendor provide requested records via e-mail. Vendor shall ensure FSA has these rights with vendor’s employees, agents, assigns, successors, and third-party supplier and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the vendor and any sub-vendors to the extent that those subcontracts or agreements relate to fulfillment of the vendor’s obligations to FSA. Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of the FSA. However, if the audit identifies under reporting, overpricing or overcharges (of any nature) by the vendor to FSA or a purchaser in excess of three percent (3%) of the total contract billings, the vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000. If the audit discovers substantive findings related to fraud, misrepresentation, or non-performance, FSA may recoup all the costs of the audit work from the vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the vendor’s invoices or records shall be made within a reasonable amount of time (not to exceed 60 calendar days) from presentation of FSA’s findings to vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.36 LIABILITY, INSURANCE, LICENSES AND PERMITS The bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and contract. Where vendors are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award, the vendor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance. The vendor shall be liable for any damages or loss to the FSA or purchaser occasioned by negligence of the vendor or any person the vendor has designated in the completion of the contract as a result of the bid. 1.37 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 14 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.38 PERFORMANCE BONDS, AND CERTIFICATES OF INSURANCE After acceptance of bid, the FSA will notify the successful bidder to submit the applicable certificates of insurance in the amounts specified in the Insurance Checklist. Purchaser may request a performance bond from a vendor. Performance Bonds are recommended with pre- payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.39 COLLUSION Collusion is a non-competitive secret or sometimes illegal agreement between rival bidders that attempts to disrupt the contract process equilibrium. Collusion involves people or companies that would typically compete, but are conspiring or working together in which the outcome results in an unfair bid advantage. The parties may collectively choose to agree to increase or decrease the item base price to maximize awards thus denying purchasers a fair price. Bidders or vendors who are found to have engaged in collusion will be considered nonresponsive, and will be suspended or barred from bid participation. Any contract award resulting from collusive bidding may be terminated for default. Further, any collusion that is detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without conflict of collusion if the bid submitted is not from the same manufacturer and product line. Dealers which share the same ownership may submit multiple bids without conflict of collusion if the bidders are not in the same region featuring the same manufacturer and product line. 1.40 DEFAULT In case of default on the part of vendor, the FSA may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest ranked bidder or from other sources. A defaulting vendor may be held liable for costs incurred by the FSA in procuring replacement products. 1.41 PROTESTS AND ARBITRATION Any person who is adversely affected by the decision or intended decision to award shall file a “Notice of Protest” in writing to the FSA within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five (5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest is based. Options are for informational purposes only and will not serve as a basis for protest. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity, and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party’s claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party’s filing will be reimbursable to the FSA and deducted from the protesting party’s bond or security which must accompany their filing. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 15 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Any bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the item being protested. The bond, cashier’s check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party’s claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association’s (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA provided at the time of filing the initial protest. Failure to provide written notice to FSA, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement, the bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process, and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum, judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.42 NONPERFORMANCE By virtue of the bid submission, bidder acknowledges its obligation to sell items for which it is awarded. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per item, which amount the vendor agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA’s discretion. The vendor shall at all times during the contract term remain responsive and responsible. In determining vendor’s responsibility, the FSA shall consider all information or evidence that demonstrates the vendor’s ability or willingness to fully satisfy the requirements of the solicitation and the contract. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA at its sole discretion may remove a noncompliant vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved, limit current or future vendor participation by items, or other actions as determined by FSA at its sole discretion. At FSA’s discretion, vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result in termination from the existing contract and future competitive bid solicitations at the discretion of the FSA. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 16 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 In situations where there is evidence that the vendor has engaged in egregious breaches of the contract with respect to either the FSA and/or the purchaser, the contract can be terminated and the vendor will be removed from future solicitations for a period of up to three (3) years, or a permanent ban from the bid process at the sole discretion of FSA. Specific conditions for termination include, but are not limited to; failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or vendor installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentation of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. Any vendor presented with a valid purchase order consistent with vendor bid quotes or other agreed upon terms and pricing is required by this contract to accept such purchase order and deliver the product. Orders must be fulfilled if the item is a base model or whether it includes options. The vendor must deliver this product if they were awarded the contract – regardless of profit or loss. Failure to deliver the item may result in the purchaser seeking damages for the difference of cost to issue the exact same order with another vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA may seek damages for nonpayment of administrative fees, to which FSA is entitled, according to Section 3.28 and any attorney’s fees incurred in the recovery of these damages. 1.43 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its terms. 1.44 TERMINATION FOR CAUSE If through any cause within the reasonable control of the vendor, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract, the FSA shall have the right to terminate the services remaining to be performed. Written notice of the deficiencies shall be given to the vendor and unless the deficiencies are corrected within 10 business days, the contract may be terminated for cause immediately. The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In that event, the FSA shall compensate the successful bidder in accordance with the contract for all services performed by the bidder prior to termination, net of any costs incurred by the FSA as a consequence of the default. Notwithstanding the above, the vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the vendor, and the FSA may reasonably withhold payments to the vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the vendor is determined. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 17 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 1.45 TERMINATION WITHOUT CAUSE The FSA can terminate the contract in whole or part without cause by giving written notice to the vendor of such termination, which shall become effective 30 calendar days following receipt by vendor of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the FSA. The vendor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the contract, if any. The vendor shall not be entitled to recover any lost profits that the vendor expected to earn on the balance of the contract or cancellation charges. Any payments to the vendor shall be only to the total extent of the FSA liability for goods or services delivered prior to the date of notice to terminate the contract. 1.46 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO The CPP logo is an official logo of the Florida Sheriffs Association designed to promote the program. The logo may be used by vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites, digital marketing campaigns, social media and e-mail; or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request the logo by contacting cpp@flsheriffs.org, and should include a brief description of how the vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 18 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 2.0 BIDDER INSTRUCTIONS 2.01 BIDDER QUALIFICATIONS Bidders are required to complete the qualification packet as part of the bid submission. A bidder becomes a qualified bidder if they comply with this section and Section 2.11, Mandatory Pre-Bid Meeting. Qualification Packet information required for bid qualification include: • Qualification form o Contact Information o Business Profile o References (if applicable) o Disqualifications & Defaults o Warranty Service Plan Attestation o Emergency Vehicle Technician Attestation • State compliance attestations o E-Verify o Workers Compensation o Drug-Free Workplace o Motor Vehicles Dealer license • Federal compliance attestations o Certification Regarding Debarment and Suspension o Certification Regarding Lobbying • Contract Signature Form • Insurance Checklist o Certificate of Insurance for awarded vendor The qualification packet is located on the bid system. 2.02 LICENSING & FACILITIES Bidders are required to possess a Florida Motor Vehicle Dealer’s License in order to bid on any motor vehicle. Bidders must maintain a repair facility within the State of Florida to provide warranty service for the items bid. If bidders do not have a facility, the bidder must be able to assist purchasers in obtaining warranty work as authorized by the manufacturer. If a bidder does not maintain a facility within the State of Florida, the bidder must have a plan as to how the bidder would service Florida purchasers if awarded the contract. This warranty service plan must demonstrate that the warranty work will be timely and satisfactorily performed and should include: • Whether the warranty service provider is approved by the manufacturer; • If the bidder plans to contract out for service, a copy of the service agreement; and • Service plans to include: o Response time to initial call from purchaser, o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work, and o Any additional information that would detail how warranty service would be provided. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 19 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 The sufficiency of the Warranty Service Plan may be evaluated by the FSA. The FSA reserves the right to request additional information from a bidder regarding the facility during the solicitation and the term of the contract, if awarded. The FSA may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels’ fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by bidder, its agents, employees, partners, or third party suppliers; provided, however, that the bidder shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. Vendor’s obligations under the above paragraph with respect to legal action are contingent upon the Florida Sheriffs Association and/or participating agencies giving the bidder (1) written notice of any action or threatened action, and (2) the opportunity to take over and settle or defend any such action at bidder’s sole expense. Vendor shall not be liable for any cost, expense or compromise incurred by the Florida Sheriffs Association, or participating agencies, in any legal action without bidder’s prior written consent, which consent shall not be unreasonably withheld, conditioned, or delayed. The Insurance Checklist summarizes the bidder’s insurance coverage obligations, if awarded. Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be provided no later than five business days prior to the contract award date. The vendor may not begin performance under the contract until such Certificates have been approved by the FSA. The certificate must state Bid Number and Title. FSA must be named as an additional insured for the duration of the contract. The vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the vendor is acting as an independent contractor. The vendor shall be responsible for the work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular contract. The vendor at all times during the full duration of work under this contract, including extra work in connection with this contract, shall meet the requirements of this section. The vendor shall maintain automobile liability insurance including property damage covering all owned, non-owned, hired and scheduled automobiles, when used in connection with the delivery or service of this contract. The vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist when the garage is used to complete work on this contract. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of B+ or better per the AM Best Rating. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 20 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 FSA required insurance coverages must be maintained through the duration of the contract. Upon expiration of the required insurance, the vendor must email updated certificates of insurance for as long a period as any work is still in progress. No change or cancellation in insurance shall be made without 30 calendar days written notice to the FSA. It is understood and agreed that all policies of insurance provided by the vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The vendor hereby agrees to indemnify and hold harmless the FSA, a 501(c)3, its officers, agents, and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The vendor will secure and maintain policies of third-party suppliers. All policies shall be made available to the FSA upon demand. Compliance by the vendor and all third-party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the vendor and all third-party suppliers of their liabilities and obligations under any section or provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the third-party suppliers and of persons employed by them as they are for acts and omissions of persons directly employed by the vendor. The FSA can request and the vendor shall furnish proof of insurance within seven calendar days of receipt of the written request from FSA. Should the vendor fail to provide acceptable evidence of current insurance during the contract term, the FSA shall have the right to consider the contract breached and justifying the termination thereof. If bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. 2.04 ITEM SPECIFICATIONS All items covered by this contract shall be the manufacturer’s current basic production model, and shall, as a minimum, be equipped with all standard factory equipment in accordance with the manufacturer’s latest literature unless otherwise noted in the bid system or FSA base item specification. If awarded, bidders must supply an item that either meets or exceeds all the requirements included in the applicable specifications. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 21 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 The base item specifications are contained in the FSA bid system, may be requested from FSA and are retained within FSA’s archive. As part of the bid submission, all bidders will be required to provide information confirmation that the item bid meets the base item specification or may have their bid rejected. Failure of a bidder to comply with these provisions will result in bidders being held responsible for all costs required to bring the item into compliance with the contract specifications. FSA develops the item specifications with subject matter experts and publicly available information. However, FSA does not have access to full details from the manufacturer and relies on bidders to assist in this process. Bidders should immediately notify the FSA of any inaccuracies in the item specifications. All notifications of inaccuracies must be in writing. 2.05 FIXED PRICES If the bidder is awarded a contract under this Invitation to Bid, the prices quoted by the bidder at the time of bid submission shall remain fixed and firm during the term of this contract, unless otherwise addressed in a contract extension or price adjustment as provided herein. 2.06 DISCOUNTS Discounts must be offered on this contract and shall be below Manufacturer’s Standard Retail Pricing (MSRP) or manufacturers published list price for each item and option listed. The bidder has the authority to offer additional discounts based on quantity, as well as additional manufacturer or bidder discounts. 2.07 SEALED BIDS For purposes of this solicitation, a sealed bid is considered a bid submitted using the FSA Bid System. 2.08 EXCEPTIONS Any requested exceptions, deviations, or contingencies a bidder may have to the terms and conditions must be documented in bidder’s submission. Exceptions to the item specifications at the time of the bid submission shall reference the item number, make and model. FSA has the discretion to grant or deny, in whole or in part, the bidders requested exception, deviation or contingency to the specifications or terms and conditions. Bidder acknowledges that if FSA rejects the proposed exceptions, the bid may be disqualified. 2.09 MISTAKES Bidders are expected to examine the item specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the bidder's risk. 2.10 EQUIVALENTS Bidders must first request approval from the FSA before submitting a bid that includes an equivalent that will supplement an item on the base item specification. The FSA will determine whether the proposed equivalent is equal to or exceeds the quality, design and construction than the intended replacement item in the base item specification. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 22 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Bidders must provide the manufacturer name and model number (or product identifier) of each equivalent when seeking approval. Complete, descriptive, technical literature should demonstrate that the equivalent conforms with specific replacement item. If the equivalent is approved, the bidder must include the supporting material in the bid submission. Bids will not be considered without this information. If a bid uses equivalents without prior approval, the bid will be deemed nonresponsive. Vendors offering alternate makes and manufacturers of vehicles or equipment that are not specifically identified in the bid, cannot publish or offer the unapproved equivalents. Offerings of this nature will cause the bid to be rejected. If such offerings are identified after the award has been granted, the offerings, item specification or entire award can be removed by the FSA. When selling equivalents, vendors must disclose to the purchaser that an approved equivalent is being offered. 2.11 PRE-BID MEETING Prospective bidders are required to attend or participate in the Pre-Bid Meeting. The Pre-Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA to clarify questions on the terms and conditions and to confirm all item specifications. Questions relating to the items, specifications, the bid process, or award can be asked at the Pre-Bid Meeting. Bidders have the opportunity to suggest technical modifications or corrections before the item specifications are finalized. FSA reserves the right to grant attendance exceptions to the mandatory meeting if the bidder has requested authorization, signs a memo to agree to meet all the terms and conditions without exception and further waives their right to protest the bid process in its entirety or any portion thereof. 2.12 PRICES QUOTED Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of sixty (60) calendar days from the date of bid opening. Each item, make, and model must be priced and bid separately. Prices quoted in the bid submission should reflect the final amount the bidder can expect to receive for payment for the items bid for the duration of the contract, unless otherwise provided in the contract. These prices must be inclusive of all components included in the item specification. Once awarded, the vendor has the authority to offer discounts for prompt payment. Cash or quantity discounts offered will not be a consideration in determination of award of the bid. Prices bid, including options, must include the administrative fee FSA charges to administer the contract, as outlined within these terms & conditions. The administrative fee is three quarters of one percent (.0075). Prices must be Free On Board (FOB) destination and include shipping and delivery to the purchaser. 2.13 OPTION PRICING The bidder shall offer a discount below Manufacturer’s Standard Retail Pricing (MSRP) or manufacturer’s published list price for any options offered, if awarded. The FSA has the discretion to disqualify bidders if the option pricing is excessive or if options listed are not available for the item bid. Options are intended to add or delete equipment or features from the item specification. Options can provide an upgrade or downgrade to a manufacturer’s model, such as a slightly different engine size or horsepower, and FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 23 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 should not be made available for purchase separate from the base item. Bidders shall NOT use options to create an item that is available as another item bid on this ITB. The use of options to facilitate the sale of an alternate manufacturer’s product which is outside the scope of the item specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA. Bidders must disclose which options require the purchase of other options or are dependent on another option in their bid submission. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately. Bidder must use proper manufacturer codes for all factory options. Options available through the factory should be bid and supplied to purchaser as “factory” options, unless otherwise requested in writing by the purchaser. Factory package options are allowable under this contract. Factory package options included in the bid submission must detail what components the package includes. If a bidder will offer registration and title services as a fee for service, the bidder must include the administrative fee as a separate option (i.e. line item) for each item bid. Government imposed fees should not be included in this option pricing. If the bidder wishes to offer credit to the purchaser for an option that is standard on the FSA item specification, the bidder should include the word “Credit” at the beginning of the description field, and continue to describe the option being credited. For example, “Credit: one key fob” and enter the price the bidder will credit the purchaser. 2.14 EMERGENCY LIGHTS AND SIRENS Under Florida Statute 316.003(1), authorized emergency vehicles are defined as: “Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective departments or the chief of police of an incorporated city or any sheriff of any of the various counties.” Bidders that will provide or contract to provide emergency light and siren installation must only use installers that possess a current Emergency Vehicle Technician Certification, or an approved equivalent. FSA may request certificates for a vendor’s installers at any time during the contract term. Labor may be charged for the installation of emergency lights and sirens. Labor rates must be disclosed as part of the bid submission. Bidders may not charge for labor for vehicles that are manufactured with emergency lights and sirens, including motorcycles. Prices submitted for emergency lights and sirens shall include all applicable government-imposed fees. Bidders that install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1, Class 2 and Class 3 in order to be eligible for participation in the contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the vendor can be found in default of the contract. 2.15 BID SUBMISSION Bidders must submit a bid electronically using the bid system. Bid submissions include pricing for the item, as well as required documentation. The bid must be received by the date and time specified on the Bid Calendar seen in Appendix A. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. Bid System: VendorLink FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 24 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 The bid system is located at https://www.myvendorlink.com. Bidders are encouraged to participate in training provided. Usernames and passwords will be issued to bidders after registering in the bid system. Contact VendorLink at support@vendorlink.com if technical issues arise during bid submission. Prices are to be rounded to the nearest whole dollar. If a bidder submits bid pricing using cents, the following formula will be applied: $.01-.49 will be rounded down to the dollar bid (e.g., $50.49 = $50) and $.50-.99 will be rounded to the next dollar (e.g., $50.50 =$51). Bid Submission To ensure correct bid submittal and formatting, bidders shall: • Input a bid price for each item • Upload files as instructed in the bid system; files requested will be in .pdf format. • Follow all instructions outlined in this ITB and provide all requested information. The bid shall include the following documents: • Executed Qualifications Packet • Build sheet for each item bid as a single .pdf • Any requested exceptions or equivalents FSA may ask awarded bidders to supply one hard copy set with digital signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA. FSA is not responsible for bidder’s improper use of the bid system. Exceptions will be granted to this section should any bid system malfunctions occur. 2.16 EXECUTION OF BID By submitting a response to this Invitation to Bid, the bidder agrees to the terms and conditions of this contract and to be bound by such terms and conditions if selected for award. The bidder must submit the Contract Signature Form with the signature of an authorized representative no later than the bid submittal due date. All terms and conditions are applicable throughout the term of the contract and not specific to any given year, make or model. 2.17 MODIFICATION OR WITHDRAWALS OF BIDS A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time of the bid submission listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a bidder must withdraw the bid, the bidder must contact FSA immediately. Bid withdrawals are handled on a case-by-case basis and can result in a limitation of participation in future bids. 2.18 LATE BIDS The responsibility for submitting a bid before the due date and time on the bid calendar is solely and strictly the responsibility of the bidder. The FSA is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery, or any other occurrence. Any reference to time will be based on Eastern Time. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 25 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 2.19 PUBLIC BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar. The bid opening may occur at the Florida Sheriffs Association, 2617 Mahan Drive, Tallahassee, Florida, or may be offered online. FSA will provide a bid inspection period for bidders following the bid opening. The date, time and duration will be announced prior to the bid opening. 2.20 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the contract. As set forth in Section 2.26, FSA reserves the right to waive or allow a vendor to correct minor irregularities. 2.21 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if qualifications and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information, documents or materials may be rejected as nonresponsive. Bidders whose responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of the contract may be rejected as non-responsible. In determining a responsible bidder, the following factors may be considered: • Adequacy of facilities, staffing, and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including previous FSA contracts; and • Any other information relevant to the responsibility of a vendor that FSA is aware of. In addition to the requirements as set forth by these Terms & Conditions, FSA reserves the right to request staffing, performance and financial information from any bidder during the evaluation process. FSA reserves the right to determine which responses meet the requirements, item specifications, terms and conditions of the solicitation, and which bidders are responsive and responsible. FSA further reserves the right to limit participation of bidders who, in FSA’s sole discretion, are determined to present responsibility concerns that call into question the bidder’s ability to perform but that do not rise to the level of requiring rejection of the bidder as non-responsible. 2.22 BASIS FOR AWARD The FSA shall make awards to the lowest bidder by item and by manufacturer to bidders deemed to be responsive and responsible. Awards may also be made to the second and third lowest bidder by item and by manufacturer and determined to be in the best interest of the FSA and the purchaser. FSA has the discretion to consider option pricing in making the award. Awards will not be given to any parties listed on the government wide exclusion in the System for Award Management. See Appendix C, II to 2 CFR Part 200. FSA reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser’s best interest. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 26 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 2.23 BID TABULATIONS In the event that more than one bid is submitted per item a Bid Tabulation report will be posted on the FSA Cooperative Purchasing Program website after the bid submission closes as identified on the bid calendar. If there is a delay in posting the bid tabulation results, FSA will post a notice of the delay and a revised date for posting of results. 2.24 MINOR IRREGULARITIES / RIGHT TO REJECT The FSA has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity, technicality or omission if the FSA determines that doing so will serve its best interest or the best interest of the purchasers. A minor irregularity is a variation from the terms and conditions of this procurement that does not affect the price of the bid or give the bidder a substantial advantage over other bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option, the FSA may allow a bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA may request a bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA will not request and a bidder may not provide the FSA with additional materials that affect the price of the bid, or give the bidder an advantage or benefit not enjoyed by other bidders. The FSA may also reject any bids not submitted in the manner specified in this document. 2.25 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens through the intent to award date as indicated in the Bid Calendar. During this period all communications regarding this solicitation between FSA and Bidder will cease, except for procedural questions, technical questions regarding problems incurred in the use of the bid system, or communications initiated by the FSA. All permitted communications during this period shall be made in writing to the procurement contacts identified in Section 1.01 of this Invitation to Bid. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 27 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS Once the bid has been awarded, the terms and conditions of this document become the contract between the FSA and the awarded vendor. The terms and conditions apply to all items purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the contract warrants that they are duly authorized to do so and binds the respective party to the contract. 3.03 VENDOR CONTACT INFORMATION The vendor shall maintain current contact information with FSA at all times for sales and submission of purchase orders, quarterly reports and administrative fee payments. If a change occurs during the contract, the vendor must notify FSA immediately. 3.04 ADDITIONS AND DELETIONS The FSA reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and the participating purchasers. FSA reserves the right to remove, discontinue or suspend the sale or offering of any product within the Invitation to Bid document or existing contract, at its discretion. This decision to take action may be based upon and not limited to: • Few or no sales; • Product recalls and other safety issues; • Vendor/Manufacturer performance; or • Lack of relevance of products. 3.05 CONTRACT EXTENSION Contract Extension The contract may be extended by mutual agreement, initiated at the discretion of the FSA, for up to two (2) additional years, on a year-to-year basis. The vendor may request price adjustments for contract extensions as provided for in the price adjustment section. If no request is received from the vendor, the FSA will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered unless otherwise provided for in this contract. The FSA reserves the right to in its sole discretion, elect to implement an optional term or to allow the contract to fully or partially terminate and readvertise for bids, whichever is in the best interest of the FSA. Month-to-Month Continuation In the event that a new contract is not active at the time of this contract’s expiration, this contract’s terms and conditions shall extend on a month-to-month basis and shall not constitute an implied extension of the contract. Such a month-to-month continuation shall be upon the compensation and payment provided herein. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 28 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 3.06 PRICE ADJUSTMENTS This contract provides the following options for price adjustments: • Annual Price Adjustments • Changes to Production or Design • Manufacturer Certified Adjustments • Surcharges • Equitable Adjustments Price adjustment requests must clearly substantiate a need to increase or decrease the price and must be submitted as a percentage change. If a dollar amount is provided, FSA will calculate the percentage change. Annual Price Adjustment The FSA may consider annual price adjustments due to: • Changes in the Producer Price Index (PPI) as published by the U.S. Department of Labor, Bureau of Labor Statistics (BLS); or • As a result of any changes to national or state standards that require substantial price adjustments. Changes resulting from PPI will be verified by the FSA, after the vendor requests a price adjustment under this provision and identifies the commodity code for each item as designated by the BLS. In the event of changes to national or state standards, the vendor must present verifiable changes from the manufacturer in price to FSA. FSA may consider other documentation related to the change to national or state standards but is not obligated to grant price changes without literature from the manufacturer. The FSA will consider the request and will make a final determination on the change in price. For any price adjustment to commence annually or on the first day of the contract extension, the vendor's request for price adjustment should be submitted 60 (sixty) days prior to the annual execution of the contract or to the expiration of the contract extension. Changes to Production or Design Significant changes by the manufacturer to the production and item specification design may also initiate a price adjustment request. FSA will consider order dates, production cutoffs, conditions as provided for in Section 3.08, as well as replacement or complete redesign of items when considering significant changes to manufacturer production or design. Manufacturer Certified Adjustments Vendors must provide documentation from the manufacturer to FSA that shows a legitimate need for price adjustments. Surcharges Surcharges are increased costs that are imposed on awarded vendors for items sold on this contract. Surcharges can be related to the cost of materials, cost of transportation or shipping, or fees imposed by the governing entities. Since surcharges are imposed on awarded vendors, in order to request a price change, the vendor must document the origin of the surcharge. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 29 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 The vendor must provide manufacturer or supplier certification documentation that identify the reason or cause for the surcharge to FSA in advance of assessing surcharges to a purchaser. Surcharge After a Purchase Order is Issued When a purchase order has been issued, the vendor may present a surcharge with all required documentation to the purchaser for consideration. The purchaser may accept or negotiate a reduction in the surcharge or reject the surcharge at their discretion. Equitable Adjustments The FSA may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this contract shall be the most current model offered. 3.08 PRODUCTION CUTOFF Vendors shall notify the FSA in writing no less than sixty (60) calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Purchase orders received by the vendor ten (10) business days prior to the final order date must be accepted and entered into the order system with the manufacturer. Purchase orders issued and received after the production cutoff date will be subject to availability. In this case, the vendor and manufacturer have the discretion whether to choose to provide next year’s model at current year’s prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser’s ability to obtain the items, FSA may consider substitutions from the same manufacturer. 3.09 FACILITIES The FSA reserves the right to inspect the vendor’s facilities at any time with prior notice. 3.10 FACTORY-INSTALLED OPTIONS All options specified as factory-installed are to be installed on the item at the primary site of assembly and is to be the manufacturer’s standard assembly-line product. Aftermarket and vendor-installed equipment will not be accepted as factory-installed. Vendors found supplying aftermarket or vendor-installed equipment where factory- installed are specified shall be required to retrieve all delivered items and supply new items meeting the specifications. All factory-ordered options are to be original equipment manufacturer (OEM) and installed at the primary site of assembly unless otherwise noted by the vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. 3.11 VENDOR-INSTALLED OPTIONS All vendor-installed accessories, equipment, or options shall be installed according to the manufacturer’s specifications. All vendor-installed options must be manufactured by an established manufacturer of the product FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 30 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 provided. Vendors are required to disclose make and model of product being offered, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the vendor must also disclose the warranty of any accessory, equipment or option that is less than or exceeds the factory or equipment warranty coverage. Any vendor that violates this provision will be considered in default of the contract. FSA may terminate the contract in accordance with these terms & conditions. 3.12 NON-SCHEDULED OPTIONS A non-scheduled option is an option not listed on the FSA published award. Vendors may provide non-scheduled options at less than MSRP or the Published List Price. Non-scheduled options should be identified and listed as a separate line item with the price and discount on the purchase order. Non-scheduled options are covered under these terms and conditions. 3.13 AMBULANCE REMOUNT Ambulance remount services may be offered by awarded vendors on this contract. Remount service providers shall maintain a minimum of $5,000,000 in Product Liability Insurance and a minimum of $1,000,000 in Professional Garage Keepers Liability Insurance. It is the responsibility of the vendor to maintain the insurance requirements under the Terms and Conditions. Proof of adequate coverage shall be provided to the purchaser upon request. All remount service providers must be registered with National Highway Traffic Safety Administration (NHTSA) as a new vehicle manufacturer as required by law (49 CFR 571.7(e)). The remounter shall follow all recommended guidelines and practices as published and prescribed by the OEM chassis manufacturer for the chassis platform supplied. This includes: 1. Compliance with Federal Motor Vehicle Safety Standards (FMVSS); 2. Incomplete Vehicle Document (IVD) for appropriate chassis; 3. OEM Body Builder’s Guide for appropriate chassis; and 4. Ford QVM Program Truck Guidelines or other OEM Chassis Upfitter programs. The remounter must have financial strength to adequately support any warranty obligation provided to the customer and be able to verify this to the purchaser upon request. The warranty that shall be offered at a minimum to the customer shall be as follows: 1. The remounter shall warranty the ambulance and furnished equipment against parts failure or malfunction due to design, construction or installation errors, defective workmanship and missing or incorrect parts for a minimum period of 12 months or 12,000 miles (whichever occurs first) from date of acceptance, exclusive of any authorized driveaway mileage. 2. However, if the remounter received from any supplier or subcontractor additional warranty on the whole or any component of the ambulance, in the form of time and/or mileage, including prorated adjustments, or if the remounter generally extends to their customers a greater or extended warranty coverage, the purchaser shall receive corresponding warranty benefits. The remounter must follow all recommended guidelines and requirements which apply to the new chassis, as well as application and installation of all components and equipment included in the remounted vehicle. This shall include suitability and generational compatibility of key components to meet both make and model year of chassis utilized. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 31 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 The remounter shall perform the following series of steps to determine viability of the proposed remount vehicle prior to production: 1. The viability process shall include a visual inspection of ambulance body module for overall condition to determine suitability and feasibility for forward service life. This shall include the compatibility of the body to the proposed new chassis. 2. This viability process shall include, and the remounter shall provide, a Scope of Work document which shall include an itemized proposal to the customer and a notice of compliance to FMVSS requirements, as well as weight balance and payload analysis and projections. A minimum payload of 1,500 pounds is required. 3. The remounter shall inform the purchaser of any additional deficiencies or defects discovered during the production process and inform the purchaser immediately whereby remediation shall be mutually determined. It is the responsibility of the vendor to certify that it has inspected the remounted module for structural integrity and will supply a statement that includes proof of the inspection process to the purchaser. The remounter shall have written work process documentation to substantiate each step of the production process for the remounted vehicle to include: 1. Evaluation and physical assessment of original vehicle; 2. Engineering analysis for major modifications such as change in chassis type or body mounts; 3. The actual production sequence and process; and 4. Written and verified quality control and function checks. 3.14 FORCE MAJEURE A vendor shall not be penalized for a delay resulting from the vendor’s failure to comply with delivery requirements if neither the fault nor the negligence of the vendor or its employees contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the vendor’s control, or for any of the foregoing that third party suppliers if no alternate source of supply is available to the vendor. 3.15 ORDER To initiate a purchase, a purchase order must be issued to the vendor, which includes: • FSA contract title and number; • FSA item number, and the make and model or item description; and • Purchaser name, phone number and email address. The vendor’s acceptance of a purchaser’s order will indicate that the vendor agrees to deliver an awarded item that will be fully compatible with all options. Production schedules and delivery dates should be discussed at the time the quote is provided to the purchaser, or if no quote is provided, when the purchase order is delivered to the vendor. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order. The vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the contract and the purchase order. Any changes that are required to bring an item into compliance with the various options due to an incorrect order will be accomplished at the vendor’s expense. A Confirmation of Order form shall be completed by the vendor and provided to the purchaser and FSA fifteen (15) calendar days from receipt of purchase order without request by the purchaser. Any additional information needed to complete this form should be obtained by the vendor from the purchaser. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 32 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 If a vendor receives a purchase order for an item for which they were not awarded, the vendor must notify the purchaser and return the purchase order to the purchaser within three (3) business days. Purchase orders may include additional terms and conditions established by the purchasing agency. When presented with a purchase order containing additional requirements beyond those established herein, the vendor may negotiate any additional requirements with the purchaser prior to accepting the purchase order. 3.16 DELIVERY Vendors are to inspect the item to confirm the item meets or exceeds the FSA base item specification, manufacturer specification, and purchase order. Deliveries not complying with these requirements may be rejected and will have to be redelivered at vendor’s expense. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. Delivery schedules shall be agreed to by the purchaser and the vendor. Vendor shall notify the purchaser no less than twenty-four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon delivery details. The vendor shall be responsible for delivering items that are properly serviced, clean and in first class operating condition. Items shall be delivered with each of the following documents completed or included: • Copy of the purchase order • Copy of the FSA base item specification • Copy of manufacturer’s Invoice, price sheet, build sheet or other documentation that verifies what components are included on the item being delivered • Copy of the pre-delivery service report • Registration warranty certification • Owner’s manual • Registration, tag and title or an application for the registration, as applicable All items with fuel tanks of thirty-five (35) gallons or less must contain no less than one quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. For items that have more than thirty-five (35) gallons, a minimum of one eighth (1/8) of a tank of fuel must be provided. Deliveries within 2,500 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer’s break-in requirements and all applicable traffic laws. Any delivery accomplished by driving fire rescue or emergency response vehicle must use an “OUT OF SERVICE” cover on light bars. All deliveries in excess of 2,500 miles shall be approved by the purchaser. The purchaser has the option to reject a vehicle with more than 2,500 odometer miles, if not previously approved by the purchaser, or may deduct $0.51 cents per mile in excess of 2,500 miles from the invoice. This requirement also applies to redelivery of vehicles that were rejected upon initial delivery. When items require service or adjustments upon delivery, the vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer’s local authorized representative or other service provider to remedy the defect. Such service or adjustments shall be initiated by the vendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory, and the item is redelivered or repaired. The cost of any transportation required to address the defect shall be the responsibility of the vendor until the items are satisfactory and accepted by the purchaser. 3.17 INSPECTION AND ACCEPTANCE FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 33 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Final acceptance shall be given only after the purchaser inspects or confirms the item meets contract specifications. Delivery of an item to a purchaser does not constitute acceptance for the purpose of payment. Inspection and acceptance will be at the purchaser’s destination unless otherwise previously agreed upon location was provided in the purchase order. Should the delivered items differ in any respect from the item specifications, payment can be withheld until such time as the vendor completes the necessary corrective action. 3.18 REGISTRATION, TAG AND TITLE Title items shall be the responsibility of the vendor. If the purchaser is a government agency, the purchaser has the right to choose to register and title the item. Costs of registration, tag and title shall not exceed the statutory rates. FSA administrative fee does not apply to the cost of registration, tag and title. 3.19 CAB AND CHASSIS PURCHASES Vendors performing upfitting of cab and chassis should be licensed and certified to perform such work. Vendors are responsible for tag and title work if the chassis is completed by the vendor or the vendor’s contracted third- party supplier. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. 3.20 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the vendor and purchaser placing orders using this contract. Vendors must invoice each purchaser independently. The vendor shall be paid upon submission of invoices to the purchaser after satisfactory delivery and acceptance of the items. The Local Government Prompt Payment Act will apply to ensure timely payment of vendor invoices. The Local Government Prompt Payment Act is defined in Sections 218.70–218.79 of Florida Statutes. 3.21 WARRANTY All warranties shall begin at the time of delivery and final acceptance by the purchaser. The purchaser’s warranty should not be active for incomplete items and items delivered to a third-party supplier before final delivery. 3.22 PURCHASE ORDERS The vendor must submit electronic copies of purchase orders within fifteen (15) calendar days of the purchase order issue date. Emails shall be sent to coop@flsheriffs.org. Purchase orders received by the vendor after this deadline must be submitted to FSA as soon as possible with the date received by the vendor and cause for the delay. Purchase orders should contain the following information: • Purchaser name • Purchase order number • Purchase order issue date • FSA contract title and number • Item number • Item make and model, or item description • Item price • Estimated delivery date. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 34 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Purchase orders vary in format and information provided. If a purchase order does not include the above information, the vendor may submit supplemental documentation to FSA at the same time the purchase order is due. Such information may be in bid quotes, equipment proposals, confirmation of orders, or other documents. If a purchaser does not use purchase orders, written communication from the purchaser to the vendor will be provided to FSA. 3.23 QUARTERLY REPORTS Quarterly reports are the contractual responsibility of each vendor. Quarterly reports must be completed and submitted electronically. All quarterly reports shall be sent to reports@flsheriffs.org. The quarterly report template shall be submitted using an Excel workbook provided by FSA. Quarterly reports which do not adhere to the required format or are not complete of all purchase orders received and/or deliveries made during the quarter will be returned to the reporting vendor for correction. Quarterly reports are due no later than the 15th day of the month following the end of the quarter. Quarterly reports shall follow the schedule below for the duration of the contract. If a contract extension is executed, the quarterly reports will maintain the same schedule for future reporting periods. Quarterly reports should follow this schedule: Contract Year 1: April 1, 2023 – March 31, 2024 Year 1 Quarter 1 April 1 – June 30 July 15 Year 1 Quarter 2 July 1 – September 30 October 15 Year 1 Quarter 3 October 1 – December 31 January 15 Year 1 Quarter 4 January 1 – March 31 April 15 Contract Year 2: April 1, 2024 – March 31, 2025 Year 2 Quarter 1 April 1 – June 30 July 15 Year 2 Quarter 2 July 1 – September 30 October 15 Year 2 Quarter 3 October 1 – December 31 January 15 Year 2 Quarter 4 January 1 – March 31 April 15 If a contract extension or renewal option are executed, the quarterly reports will maintain the same schedule for future reporting periods. Quarterly reports must be submitted even if there are no sales or no deliveries in a quarter. If a vendor has no sales within a quarter, the vendor shall indicate “No sales this quarter” on the top row of the sales worksheet. If the vendor has no deliveries in a given quarter, the vendor shall indicate “No deliveries this quarter” on the top row of the delivery worksheet. FSA reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported, but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA will provide written notice to all vendors of the method by which future quarterly reports are to be submitted. 3.24 ADMINISTRATIVE FEE FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 35 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 The FSA charges three quarters of one percent (.0075) to procure, process and administer the contract. The administrative fees are the contractual responsibility of each awarded vendor. After receipt of payment from contract purchases, the vendor shall remit all administrative fees to the FSA no later than 15 calendar days after the end of each quarter. All fees payable to the FSA during any given quarter will be accompanied and supported by a quarterly report. The administrative fee will remain payable to FSA and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee, will be permitted if a vendor fails to incorporate the administrative fee in its bid pricing. The administrative fee should never be listed as a separate line item on any purchase order or invoice. The administrative fee is based on the total purchase order amount of new items. This fee excludes any value given to purchasers for trade-ins. Trade-ins, extended warranties and other exchanges will not reduce or impact the fee calculation. The ACH form for electronic payment or wiring of funds is included in Appendix C. It is the preference of FSA that all payments be electronically paid and submitted. If ACH is not available, checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.25 LIQUIDATED DAMAGES The vendor warrants that the item supplied to the purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports to FSA within 15 calendar days following the end of each quarter may result in the imposition of liquidated damages. Vendors failing to submit administrative fees and/or quarterly reports will incur liquidated damages in the amount of $25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section, the prevailing party shall be entitled to its reasonable attorneys’ fees and costs incurred in the litigation. The venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in vendor’s Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 calendar days can result in FSA, at its sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by item specifications, disqualification from future solicitations, or termination for cause pursuant to the Terms & Conditions. Schedule of Liquidated Damages Failure to submit quarterly report on time $25 per calendar day Failure to submit administrative fee on time $25 per calendar day FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 36 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Failure to report a Purchase Order to FSA within 15 calendar days of the purchase order issue date $100 per Purchase Order Failure to Report Sales .0075 of the sales price plus 1.5% each month following the delivery date. Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will result in liquidated damages to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the vendor’s failure to take the specified actions. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 37 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Appendix A: Bid Calendar For the most up to date information, please refer to https://www.flsheriffs.org/law- enforcement- programs/cooperative-purchasing-program/bid-announcements * Details for the Workshop, Mandatory Pre-Bid Meeting, and Public Bid Openings will be posted on FSA’s website, emailed to interested bidders, or can be found in Florida Administrative Register (as appropriate) for the dates published. Bid Calendar Task Date Invitation to Bid Announcement (ITB)10/11/2022 Registration for Workshop & Pre-bid Open 11/1/2022 Voluntary Workshop for Interested Bidders; Review Specifications 12/5/2022 New Specification requests due 12/16/2022 Pre-Bid meeting 1/11/2023 - 1/12/2023 Request for Clarifications Due to FSA 1/20/2023 FSA VendorLink Bidder Training 1/24/2023 Bid System Open 1/31/2023 Cone of Silence 1/31/2023 - 3/10/2023 Bid Submissions Due 2/27/2023 Public Bid Opening 3/1/2023 Bid Tabulations Posted 3/1/2023 Bid Evaluation 3/6/2023 - 3/10/2023 Intent To Award 3/10/2023 Final Bid Award Announcement 4/1/2023 Effective Date Of New Contract 4/1/2023 FSA23 - Fire & Rescue Bid Calendar FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 38 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Appendix B: ACH Payments FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 39 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 Appendix C: Federal Clauses APPLICABILITY OF THIRD PARTY CONTRACT PROVISIONS* (excluding micro-purchases, except Davis-Bacon requirements apply to construction contracts exceeding $2,000) In addition to other provisions negotiated with purchasers placing federally funded purchase orders, Vendors must comply with the following provisions upon award of a federally funded purchase order: PROVISION Professional Services/A&E Operations/ Management Construction Materials & Supplies Equal Employment Opportunity All Davis-Bacon Act >$2,000 Copeland “Anti-Kickback” Act >$2,000 Contract Work Hours and Safety Standards Act >$100,000 >$100,000 >$100,000 >$100,000 Rights to Inventions Made Under a Contract or Agreement If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work Clean Air Act >$150,000 >$150,000 >$150,000 >$150,000 Federal Water Pollution Control Act >$150,000 >$150,000 >$150,000 >$150,000 Debarment and Suspension All All All All Byrd Anti-Lobbying Amendment >$100,000 >$100,000 >$100,000 >$100,000 Procurement of Recovered Materials All All All All Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment All All All All Domestic Preferences for Procurements All All All All *References to the code of regulations (CFR) or United States Code (USC) were accurate at the time of publication. It is the responsibility of the bidder to ensure compliance is met of the referenced state and federal laws within the published rules. EQUAL EMPLOYMENT OPPORTUNITY: Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The clause set forth in 41 CFR 60-1.4(b) is incorporated herein by reference. Vendor must comply with this clause and include this clause in all lower-tier federal assisted construction contracts. DAVIS-BACON ACT, as amended (40 U.S.C. 3141-3148): When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 40 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Vendors performing construction must comply with all applicable provisions of the Davis-Bacon Act and include this clause in all lower-tier subcontracts for construction. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C., chapter 37): Vendor shall comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C., chapter 37), as supplemented by Department of Labor regulations (29 CFR part 5). (a) Overtime requirements. Neither Vendor nor any contractor or subcontractor contracting for any part of the purchase order work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (b) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in Paragraph 15(a), Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Vendor or such subcontractor shall be liable to the United States (in the case of work done under the Contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph 15(a), in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Paragraph 15(a) of this section. (c) Withholding for unpaid wages and liquidated damages. Purchaser shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Vendor or a subcontractor under the purchase order or any other Federal contract with Purchaser, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by Purchaser, such sums as may be determined to be necessary to satisfy any liabilities of Vendor or its subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Paragraph (a). (d) Subcontracts. Vendor shall insert in any subcontracts over $100,000 for construction and other purposes that involve the employment of mechanics or laborers, the clauses set forth in Paragraphs (a) through (d) and also a clause requiring the subcontractors to include these clauses in any lower-tier subcontracts. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT: If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Vendor shall comply with these requirements when performing a FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 41 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 purchase order involving experimental, developmental or research work and flowdown this clause to lower-tier subcontractors performing such work. CLEAN AIR ACT (42 U.S.C. 7401 et seq.) and the FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. 1251 et seq.), as amended: Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor shall comply with the requirements of Clean Air Act and the Federal Water Pollution Control Act and include this clause in all lower-tier subcontracts with a value over $150,000. DEBARMENT AND SUSPENSION (E.O.s 12549 and 12689): By accepting or performing this purchase order, Vendor certifies that it is not identified in the Exclusions area of the System for Award Management as being currently debarred, suspended, proposed for debarment, or otherwise excluded (“SAM Exclusion”). Vendor shall obtain similar certifications from its lower-tier subcontractors for each subcontract in excess of $25,000 and Vendor shall not award lower-tier subcontracts in excess of $25,000 to an entity subject to a SAM Exclusion. LOBBYING RESTRICTIONS (31 U.S.C. 1352): By accepting or performing this purchase order, Vendor certifies that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Vendor shall also disclose to Purchaser any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award or contract. Vendor shall flow down this clause and require this certification for lower-tier subcontractors with a subcontract of $100,000 or more. Vendor shall provide its disclosure and all disclosures received from lower-tier subcontractors to Purchaser. PROCUREMENT OF RECOVERED MATERIALS: A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Vendor shall comply with this clause and include this clause in all lower-tier subcontracts. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT: (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115- 232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 42 FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment 4866-5444-0014.3 (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. DOMESTIC PREFERENCES FOR PROCUREMENTS: (a) As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Vendor agrees to comply with the requirements of this clause and include the requirements of this clause in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) “Manufactured products” means items and construction materials composed in whole or in part of non- ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 3/13/24, 3:22 PM Award Report | VendorLink https://www.myvendorlink.com/external/award?s=137262&i=119 2/2 Bid Award Contract: FSA23-VEF17.0, Fire & Rescue Vehicles, Boats, and Equipment Group:Pumper - Level 2 Custom - Medium 4 Door Item:119, Pierce Manufacturing Inc., Enforcer Zone Rank Vendor Price Build File Nationwide Primary Ten-8 Fire & Safety, LLC $761,075.00 Build Option List Line Option Type Option Description Qty 1 0010012 No Boiler Plates requested 1 2 0661794 Single Source Compliance 1 3 0584456 Manufacture Location, Appleton, Wisconsin 1 4 0584452 RFP Location: Appleton, Wisconsin 1 5 0588609 Vehicle Destination, US 1 6 0520877 Comparison Report Required 1 Fill in Blank - 38965 7 0816491 Comply NFPA 1900 Changes Effective Jan 1, 2024, With Exceptions 1 8 0533347 Pumper/Pumper with Aerial Device Fire Apparatus 1 9 0588611 Vehicle Certification, Pumper 1 10 0661778 Agency, Apparatus Certification, Pumper/Tanker, U.L.1 11 0816495 Certification, Vehicle Inspection Program, NFPA 1900 1 12 0000114 Inspection Trip(s)2 Qty, - 02 Fill in Blank - five (5) travel, lodging and meals for the 13 0620357 Consortium, Florida Sheriff's 1 14 0537375 Unit of Measure, US Gallons 1 15 0030006 Bid Bond Not Requested 1 16 0816569 Performance Bond, Not Requested, PPI Terms 1 17 0000007 Approval Drawing 1 18 0002928 Electrical Diagrams 1 19 0597598 Velocity Chassis (Med Block), 2010 1 20 0000110 Wheelbase 1 Wheelbase - 184.50 inches 21 0000070 GVW Rating 1 GVW rating - 43500 22 0000203 Frame Rails, 13.38 x 3.50 x .375, Qtm/AXT/Imp/Vel/DCF 1 23 0020018 Frame Liner Not Req'd 1 24 0508848 Axle, Front, Oshkosh TAK-4, Non Drive, 19,500 lb, Imp/Vel 1 25 0030264 Suspension, Front TAK-4, 19,500 lb, Qtm/AXT/Imp/Vel/Enf/SFR 1 26 0087572 Shock Absorbers, KONI, TAK-4, Qtm/AXT/Imp/Vel/DCF/Enf 1 27 0000322 Oil Seals, Front Axle 1 28 0582936 Tires, Front, Goodyear, G289 WHA, 315/80R22.50, 20 ply 1 29 0019575 Wheels, Front, Alcoa, 22.50" x 9.00", Aluminum, Hub Pilot 1 30 0530464 Axle, Rear, Meritor RS24-160, 24,000 lb, Imp/Vel/Dash CF 1 31 0544253 Top Speed of Vehicle, 68 MPH /109 KPH 1 32 0122076 Suspen, Rear, Standens, Spring, 24,000 lb, Imp/Vel 1 33 0000485 Oil Seals, Rear Axle 1 34 0585004 Tires, Rear, Goodyear, G289 WHA, 315/80R22.50, 20 ply, Single 1 35 0654750 Wheels, Rear, Alcoa-Accuride, 22.50" x 9.00", Aluminum-Steel, Hub Pilot, Single 1 36 0568081 Tire Balancing, Counteract Beads 1 37 0620570 Tire Pressure Monitoring, RealWheels, AirSecure, Valve Cap, Single Axle 1 Qty, Tire Pressure Ind - 6 38 0002045 Mud Flap, Front and Rear, Pierce Logo 1 39 0544802 Chocks, Wheel, SAC-44-E, Folding, (Up to 44" Diameter Tires)1 Qty, Pair - 01 40 0544806 Mounting Brackets, Chocks, SAC-44-E, Folding, Horizontal 1 Qty, Pair - 01 Location, Wheel Chocks - Left Side Rear Tire, Forward and Rearward 41 0820509 ESC/ABS/ATC Wabco Brake System, Single Rear Axle, NFPA 1900 1 42 0030185 Brakes, Knorr/Bendix 17", Disc, Front, TAK-4 1 Customer:Clearwater Bid Number: 899 Representative Bouwer, Dustin Job Number: Organization:Ten-8 Fire & Safety Number of Units:1 Requirements Manager: Bid Date:01/31/2024 Description: 2024 - Clearwater FY28 - Velocity Pumper Stock Number: Body: Pumper, Medium, Aluminum, 2nd Gen Price Level:48 (Current: 48) Chassis:Velocity Chassis (Med Block), 2010 Lane: 2/15/2024 2/15/2024 4:58 PM Page 1899Bid #: Line Option Type Option Description Qty 43 0000730 Brakes, Meritor, Cam, Rear, 16.50 x 7.00"1 44 0020784 Air Compressor, Brake, Cummins/Wabco 18.7 CFM 1 45 0000785 Brake Reservoirs, Three 1 Paint Color, Air Tanks - Frame color 46 0568012 Air Dryer, Wabco System Saver 1200, Heater, 2010 1 47 0000790 Brake Lines, Nylon 1 48 0813346 Inlet/Outlet, Air, w/Disconnect Fitting 1 Location, Air Coupling(s) - a) DS Step Well Qty, Air Coupling (s) - 1 49 0012034 Moisture Ejector, Manual, Remote Mounted 3 Location - Under LS3 Qty, Man. Moist Ejector - 3 50 0615609 Fittings, Compression Type, Entire Apparatus, Single Rear Axle 1 51 0808533 Engine, Cummins X10, 450 hp, 1250 lb-ft, W/OBD, EPA 2027, Imp/Vel 1 52 0811409 Not Required, Engine Contingency Adjustment 1 53 0001244 High Idle w/Electronic Engine, Custom 1 54 0687994 Engine Brake, Jacobs Compression Brake, Cummins Engine 1 Switch, Engine Brake - e) ISC/ISM/ISL9/ISX Hi Med Lo 55 0552334 Clutch, Fan, Air Actuated, Horton Drive Master 1 56 0123135 Air Intake, w/Ember separator, Imp/Vel 1 57 0814375 Exhaust System, Horizontal, Right Side 1 Exhaust, Diffuser - Aluminized Steel (Standard) Exhaust, Material/Finish - Aluminized Steel (Standard) Location, Diffuser Termination - Flush With Rub Rail Tip, Exhaust - Curved Down (4" exhaust only) (Premium) 58 0787999 Radiator, Impel/Velocity 1 59 0722487 Cooling Hoses, Gates Silicone and Rubber Combination, Velocity 1 60 0788718 Radiator Coolant, Peak Final Charge Global OAT, Red 1 61 0051125 Fuel Tank, 75 Gallon, Left Side Fill, Qtm/AXT/Vel/Imp/DCF/SFR/Enf 1 Finish - Polished Stainless 62 0001129 Lines, Fuel 1 63 0692516 DEF Tank, 4.5 Gallon, DS Fill, Rear of Axle, Common Door, Spring Flip Door 1 Door, Material & Finish, DEF Tank - Polished Stainless 64 0723716 Fuel Priming Pump, Electronic, Automatic, Cummins, No Swt Req'd 1 65 0582243 Shutoff Valves, Fuel Line @ Primary Filter, Cummins 1 66 0699437 Cooler, Chassis Fuel, Not Req'd.1 67 0698720 Fuel Cap Retaining Chain With Holder 1 68 0606925 SP Access, With Cab Raised, Fuel Filter and Shutoff Valves 1 69 0887559 Trans, Allison 6th Gen, 3000 EVS P, w/Prognostics, Imp/Vel/SFR/Enf 1 70 0625329 Transmission, Shifter, 5-Spd, Push Button, 3000 EVS 1 71 0684459 Transmission Oil Cooler, Modine, External 1 72 0090176 Mode, Downshift, Aggressive downshift to 3rd, w/engine brake, 5 speed 1 73 0801878 Fluid, 3000 Series Trans, Allison Approved TES-668 Synthetic, IPOS, Custom 1 74 0001370 Driveline, Spicer 1710 1 75 0669988 Steering, Sheppard M110 w/Tilt, TAK-4, Eaton Pump, w/Cooler 1 76 0001544 Not Required, Steering Assist Cylinder on Front Axle 1 77 0509230 Steering Wheel, 4 Spoke without Controls 1 78 0690274 Logo/Emblem, on Dash 1 Text, Row (1) One - Clearwater Text, Row (2) Two - Fire Text, Row (3) Three - Rescue 79 0524744 Bumper, 22" Extended, Steel, Painted, Imp/Vel 1 80 0616489 Tray, Hose, Center, 22" Bumper, Inside Air Horns, 13" Deep, Imp/Vel 1 Grating, Bumper extension - Grating, Rubber Capacity, Bumper Tray - 20) 125' of 1.75" 81 0728443 SP Hose Restraint, Bumper Tray, 1" Nylon Webbing, Passenger Side Mount, Fasteners 1 Type of fastener - 1" side release 82 0760795 SP Tray, Hose, Left, 15.5" Deep, 13.5" Wide, 17.5" Long, Radius Lip 1 Grating, Bumper extension - Grating, Rubber Capacity, Bumper Tray - 21) 150' of 1.75" 83 0728504 SP Hose Restraint, Bumper Tray, 1" Nylon Webbing, Outboard Mounted, Fasteners 1 Type of fastener - 1" side release 2/15/2024 4:58 PM Page 2899Bid #: Line Option Type Option Description Qty 84 0510226 Lift & Tow Package, Imp/Vel, AXT, Dash CF 1 85 0522573 Tow Hooks Not Required, Due to Lift and Tow Package 1 86 0698960 Coating, Top Flange, Front Bumper, Outside Exterior, UL-LX Coating, Black 1 87 0668315 Cab, Velocity FR, 7010 Raised Roof 1 88 0724237 Engine Tunnel, ISL, Mech Fasteners, Impel/Velocity FR 1 89 0818272 Cab Insulation, Extreme Climate, Impel/Velocity 1 90 0677478 Rear Wall, Exterior, Cab, Aluminum Treadplate 1 91 0122465 Cab Lift, Elec/Hyd, Imp/Vel 1 92 0123176 Grille, Bright Finished, Front of Cab, Velocity 1 93 0752555 Scuffplate, S/S, Striker Side, Cabinet Door(s), Each 2 Location - DS and PS EMS compartment exterior access doors Qty, - 02 Material Trim/Scuffplate - c) S/S, Polished 94 0029007 SP Scuffplates, On Rear Corners of Cab 1 Material Trim/Scuffplate - c) S/S, Polished 95 0002224 Scuffplates, S/S At Cab Door Jambs, 4-Door Cab 1 Material Trim/Scuffplate - c) S/S, Polished 96 0527032 Trim, S/S Band, Across Cab Face, Rect Lights, Velocity 1 Material Trim/Scuffplate - c) S/S, Polished Turnsignal Covers - No Covers 97 0015440 No Chrome Molding, On side of cab 1 98 0559131 Mirrors, Forward Mtd, Remote, Pierce One-Eleven, LED Turn Signal 1 Finish, Arm Cover - Chrome Finish, Mirror Head - Chrome 99 0667921 Door, Half-Height, Velocity FR 4-Door Cab, Raised Roof 1 Key Model, Cab Doors - 751 Cab, Exterior Door Handle, Finish - 4-Door, Chrome/Black 100 0655511 Door Panel, Brushed Stainless Steel, Impel/Velocity 4-Door Cab 1 101 0667905 Storage Pockets w/ Elastic Cover, Recessed, Overhead, Impel/Velocity FR 1 102 0667902 Controls, Electric Windows, All Cab Doors, Impel/Velocity FR 1 103 0606691 Steps, 4-Door Cab, Dual, 2" Larger Middle and Bottom Steps, Imp/Vel 1 Light, Step, Additional - P25 LED 104 0770200 Handrail, Exterior, Hansen, Knurled, Alum, LED Backlit, 4-Door Cab 1 Color, Handrail Light - Red Control, Handrail Light - Cab Switch and Parking Brake 105 0892637 Lights, Cab & Crw Cab Acs Stps, P25, LED w/Bezel, 1Lt Per Step **1 Color, Trim - Chrome Housing 106 0002140 Fenders, S/S on Cab 1 107 0592071 No Windows, Side of Crew Cab, Vel/Imp 1 108 0568605 Not Required, Interior Trim, No Cab Side Windows 1 109 0012090 Not Required, Windows, Front/Side of raised roof 1 110 0509286 Not Required, Windows Rear of Crew Cab, Imp/Vel 1 111 0558334 Not Required, Trim, Cab Rear Windows, No Rear Windows 1 112 0887710 Window Coatings, Solar Film 1 113 0814268 SP Fasteners, S/S, Rain Drip, IATS 1 114 0123686 Drip Rail, Cab Roof, Impel/Velocity/Velocity SLT 1 115 0803382 SP Guard, Radiator, S/S, Below Cab Grille, Lettering, Laser Cut, AXT/Imp/Vel 1 Fill in Blank - CLEARWATER 116 0773956 SP Work Surface, 3/16" Alum, Full Engine Tunnel, Upper 36.5, Lower Lip, Vel/Imp FR 1 Material Finish, Cab Interior - Painted Lip - 2.00" 117 0748671 Cab Interior, Vinyl, Velocity FR, CARE 1 Color, Cab Interior Vinyl/Fabric - Endure Vinyl - Black 118 0667943 Cab Interior, Paint Color, Impel/Velocity FR 1 Color, Cab Interior Paint - b) black 119 0509532 Floor, Rubber Padded Cab & Crew Cab, Imp/Vel, Dash CF 1 120 0819169 HVAC, Extreme-Duty, Impel/Velocity FR, CARE 1 Paint Color, A/C Condenser - Painted White #10 HVAC System, Filter Access - Tool Free Panel Auxiliary Cab Heater - None 121 0639675 Sun Visor, Smoked Lexan, AXT, Imp/Vel, Saber FR/Enforcer 1 Sun Visor Retention - No Retention 2/15/2024 4:58 PM Page 3899Bid #: Line Option Type Option Description Qty 122 0567443 Grab Handles, DS & PS Door Post & Passenger Dash panel, Imp/Vel 1 123 0002526 Light, Engine Compt, All Custom Chassis 1 124 0122516 Fluid Check Access, Imp/Vel 1 Latch, Door, Storage - Southco C2 Black Raised 125 0583040 Frontal Impact Protection 1 126 0622618 Seating Capacity, 5 Seats 1 127 0697006 Seat, Driver, Pierce PS6, Premium, Air Ride, High Back, Frontal Impact, PRIMARY 1 128 0696991 Seat, Officer, Pierce PS6, Premium, Air Ride, SCBA, Frontal, PRIMARY 1 129 0002517 Not Required, Radio Compartment 1 130 0754652 Cabinet, Rear Facing, LS, 24 W x 40.5 H x 30.5 D, Roll, Ext Acc, Imp/Vel 1 Light, Short Cabinet - Pierce, Interior, Left Side Scuffplate, Material/Finish - S/S, Polished Material Finish, Shelf - Painted - Cab Interior Shelf/Tray, Cabinet - (2) Shelves, Adjustable, 0.75" Up-Turned Lip Door, Cab Exterior Cabinet - Double Pan, Locking #751 Door, Exterior Stop - Web Strap Door, Cab Interior Cabinet - Rollup, Gortite, Anodized, Locking #751 Louvers, Cabinet - 0-No Louvers 131 0102783 Not Required, Seat, Rr Facing C/C, Center 1 132 0752556 Cabinet, Rear Facing, RS, 21.5 W x 40.5 H x 26.5 D, Roll, Ext Acc, Imp/Vel 1 Light, Short Cabinet - Pierce, Interior, Right Side Scuffplate, Material/Finish - S/S, Polished Material Finish, Shelf - Painted - Cab Interior Shelf/Tray, Cabinet - (2) Shelves, Adjustable, 0.75" Up-Turned Lip Door, Cab Exterior Cabinet - Double Pan, Locking #751 Door, Exterior Stop - Web Strap Door, Cab Interior Cabinet - Rollup, Gortite, Anodized, Locking #751 Louvers, Cabinet - 0-No Louvers 133 0740001 SP Seat, Fwd Fcng C/C, LS Otbrd, Pierce PS6, Base, SCBA, 17" Btm,3" Inbrd,SECONDARY 1 134 0649764 Seat, Fwd Fcng C/C, Ctr, (1) Pierce PS6, Base, SCBA, 17" Btm, SECONDARY 1 135 0739999 SP Seat, Fwd Fcng C/C, RS Otbrd, Pierce PS6, Base, SCBA, 17" Btm,3" Inbrd,SECONDARY 1 136 0651182 Scuffplate, Cabinet, Interior Door Pan, Cab 2 Location - DS and PS EMS cabinets external doors Qty, - 02 Material Trim/Scuffplate - b) S/S, Brushed 137 0566653 Upholstery, Seats In Cab, Turnout Tuff 1 Color, Cab Interior Vinyl/Fabric - c) Black 138 0543991 Bracket, Air Bottle, Hands-Free II, Cab Seats 4 Qty, - 04 139 0690610 Embroidery, Seats, Cab and Crew Cab 1 Qty, Seats Embroidery - 5 Seats 140 0734952 Door, Access, Front, (2) Rear Facing Seat Risers, No Heater 1 Latch, Door, Storage - Southco C2 Black Raised Material Finish, Cab Interior - Black Louvers, Cabinet - Louvers, Door 141 0678689 Compt, Enclose, Forward Facing Seat Riser, VEL/IMP/Qtm/SFR/Enf 1 Location - under center forward facing rear crew seat Qty, - 1 142 0603867 Seat Belt, ReadyReach 1 Seat Belt Color - Red 143 0604864 Seat Belt Height Adjustment, 5 Seats, Imp/Vel, Dash CF 1 144 0627014 Pick Not Required, Seat Belt Color Selected in Seat Belt Category 1 145 0817557 Helmet Storage, Provided by Fire Department, NFPA 2024 1 146 0647647 Lights, Dome, FRP Dual LED 4 Lts 1 Color, Dome Lt - Red & White Color, Dome Lt Bzl - Black Control, Dome Lt White - Door Switches and Lens Switch Control, Dome Lt Color - Lens Switch 147 0896451 Enhanced Software for Cab and Crew Cab Dome Lts 1 148 0631779 Light, Map, Overhead, Round Halogen, AXT/Imp/Vel 1 12vdc power from - Battery switched 2/15/2024 4:58 PM Page 4899Bid #: Line Option Type Option Description Qty 149 0727858 SP Light, Map, Sunnex SL9-200*25L LED Clear Lens, Swivel Joint, 25 Deg Optics 1 Location - over Officer left shoulder Qty, - 01 12vdc power from - Battery switched Color, Trim - Black Housing 150 0816997 Portable Hand Light, Provided by Fire Dept, NFPA 2024 1 151 0554191 Handlight, Streamlight, Fire Vulcan, 44451, C4 LED, Tail Lights, 12v, Orange 2 Qty, Lights - 02 Location, Lights - to be installed at final inspection. wiring location to be at either side of the rear engine tunnel 152 0568369 Cab Instruments, Ivory Gauges, Chrome Bezels, Impel/Velocity 2010 1 153 0509511 Air Restriction Indicator, Imp/Vel, AXT, Dash CF, Enf MUX 1 154 0543751 Light, Do Not Move Apparatus 1 Alarm, Do Not Move Truck - Pulsing Alarm 155 0509042 Messages, Open Dr/DNMT, Color Dsply,1 156 0611681 Switching, Cab, Membrane, Impel/Velocity/Quantum, Dash CF, AXT WiFi MUX 1 Location, Emerg Sw Pnls - Driver's Side Overhead 157 0555915 Wiper Control, 2-Speed with Intermittent, MUX, Impel/Velocity 1 158 0820894 Wiring, Spare, 15 A 12V DC, Batt Dir, 1st NFPA1900 1 Location, Wiring - PS RF interior compartment. lower outboard wall (for suction charger) 12vdc power from - Battery direct Wire termination - Butt Splice 159 0821674 Wiring, Spare, 60A 12V DC 1st NFPA1900 1 Qty, - 01 12vdc power from - Battery switched Wire termination - Stud Location - behind driver's seat 160 0583273 Wire, 18-ga. Spare, Dual Wire 1st 1 Qty, - 01 Location 2 - Behind driver's seat Location - behind panel #10 (wrap around console) 161 0821325 Wiring, Spare, 10 A 12V DC 1st NFPA1900 1 Qty, - 01 12vdc power from - Battery switched Wire termination - Butt Splice Location - behind driver's seat 162 0790556 Wire, CAT 6, terminated, Spare, Qty, 1st 1 Qty, - 01 Location 2 - in wrap around center console behind panel #10 Location - behind driver's seat 163 0820897 Wiring, Spare, 15 A 12V DC, Batt Dir, 2nd NFPA1900 1 Location, Wiring - behind panel location #10 in center dash extension 12vdc power from - Battery direct Wire termination - Butt Splice 164 0743033 Bin, Center Dash Console 1 165 0814201 Vehicle Information Center, 7" Color Display, Touchscreen, MUX, CL714 1 System Of Measurement - US Customary 166 0816633 Collision Mitigation, HAAS Alert (R2V), HA7 1 Subscription, HAAS R2V - R2V - 10 Year Data Plan Subscription 167 0606247 Vehicle Data Recorder w/CZ Display Seat Belt Monitor 1 168 0665245 Cable, Motorola HKN6168, 30' Mobile 2-way Radio, Remote Head 1 Location - behind driver's seat Qty, - 01 Location 2 - behind panel #6 169 0692961 Cable, Motorola HKN6169, 17' Mobile 2-way Radio, Remote Head 1 Location - behind driver's seat Qty, - 01 Location 2 - behind panel #3 170 0616382 Install Customer Provided GPS/Multimode Antenna(s)1 Qty, - 01 171 0694166 Antenna Mount, Larsen NMOKHFUDTHK, 0-6000MHz 1 Location - best roof location Qty, - 01 2/15/2024 4:58 PM Page 5899Bid #: Line Option Type Option Description Qty 171 Location 1 - Behind Driver's seat 172 0817058 Camera, Pierce, LS Mux, R Camera, SD, CL714 1 Camera System Audio - Speaker on Ceiling Behind Driver 173 0814831 Not Required, Camera Switcher 1 174 0511071 Guard, 4-Way, Rear Vision Camera 1 Qty, - 01 Location - above B1 compartment, please match previous 175 0896458 Pierce Command Zone, Advanced Electronics & Control System, Vel WiFi CZT 1 Color, Antenna - White Antenna Module Housings - Black Housing with Power and Status Ind 176 0896456 Prognostics, Electrical System 1 177 0816093 ClearSky Telematics, Remote Fleet & On-scene Management, AT&T Commercial 1 Subscription, Telematics - 5 Year Subscription 178 0730603 Electrical System, Velocity ESP, Cummins, Paccar 1 179 0079166 Batteries, (4) Stryten/Exide Grp 31, 950 CCA ea, Threaded Stud 1 180 0008621 Battery System, Single Start, All Custom Chassis 1 181 0123174 Battery Compartment, Imp/Vel 1 182 0822649 SP Charger, Sngl Sys, Kussmaul, LPC 80, 091-206-12, 80 Amp 1 183 0814949 Location, Crew Cab, Charger, Forward Facing Seat Riser, Center Position 1 184 0813919 Panel, Charger Display, Kussmaul, Included w/ Charger 1 185 0770460 Shoreline, 20A 120V, Kussmaul Auto Eject, 091-55-20-120, 091-55-234-XXX Br Cvr 1 Qty, - 01 Color, Kussmaul Cover - b) red Shoreline Connection - battery charger and cab receptacle 186 0026800 Shoreline Location 1 Location, Shoreline(s) - DS Extd Bumper 187 0647728 Alternator, 430 amp, Delco Remy 55SI 1 188 0676572 SP Switch, Rocker Style, Load Manager 1 189 0532857 SP Programming, Step Lights, Activated w/Prk Brk, IAT 1 190 0627524 SP Scene Light Switching, All Lights controlled by 1 switch cab,1 switch rear.1 191 0092582 Load Manager/Sequencer, MUX 1 Enable/Disable Hi-Idle - d)High Idle disable 192 0783153 Headlights, Rect LED, JW Spkr Evo 2, AXT/DCF/Enf/Imp/Sab/Vel 1 Color, Headlight Bez - Chrome Bezel 193 0648425 Light, Directional, Wln 600 Cmb, Cab Crn, Imp/Vel/AXT/Qtm/DCF 1 Color, Lens, LED's - m)match LED's 194 0620054 Light, Directional/Marker, Intermediate, Weldon 9186-8580-29 LED 2lts 1 195 0736083 Lights, Clearance/Marker, Side, P25 LED 2 Lts, Others With Visor Lt 1 196 0627282 Lights, Clearance/Marker/ID, Rear, FRP LED Bar & P25 LED 4Lts 1 197 0815852 SP Lights, Tail, Hiviz FT-TL-GSMJR-QUAD-KIT, Stop/Tail, Turn & Backup LED, Quad 1 Color, Trim - Chrome Housing 198 0085910 Lights, Backup Included in Signal Cluster 1 199 0889577 Bracket, License Plate & Light, P25 LED, Stainless Brkt **1 Color, Trim - Chrome Housing 200 0589905 Alarm, Back-up Warning, PRECO 1040 1 201 0763285 SP Alarm, Floyd Bell, Announcer, Fasten Seatbelts, 3Sec, 85 to 90dB 1 Location, Alarm - Crew Cab 202 0769569 Lights, Perimeter Cab, Amdor AY-LB-12HW012 LED 4Dr 1 203 0769572 Lights, Perimeter Pump House, Amdor AY-LB-12HW020 LED 2lts 1 204 0770056 Lights, Perimeter Body, Amdor AY-LB-12HW020 LED 2lts, Rear Step 1 Control, Perimeter Lts - DS Switch Panel and Ignition Switch 205 0769567 Lights, Perimeter, Amdor AY-LB-12HW012 12", Brkt 2 Qty, Lights - 02 Location, Additional Perimeter Lights - Under Compt D1, 1lt and Under Compt P1, 1lt 206 0896454 Enhanced Software for Perimeter Lts 1 207 0622040 SP Lights, Step, P25 LED 4lts, Pump Pnl Sw, Cab Sw 1 208 0609064 SP Trim, SS Polished Arround Recessed Light At the Rear of the Apparatus.2 Location - DS and PS rear Qty, - 02 209 0749399 Light, Visor Mt, Wln S72M**, 72" Cnt Feature 1 Color, Wln Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS 2/15/2024 4:58 PM Page 6899Bid #: Line Option Type Option Description Qty 209 LED Module Type - 4 White Spot 210 0774948 Lights, Wln, P*H1* Pioneer, 12 VDC, 2nd 1 Location - High and rear of PS crew door Qty, - 01 Color, Wln Lt Housing - White Paint Control, Scene Lts - Cab and Crew Cab Dr Sw, PS and PS Flood Lts Scene Light Optics - flood Mount, Wln II - Semi-recessed 15 deg P**1 211 0775524 Lights, Wln, P*H1* Pioneer, 12 VDC, 1st 1 Location - High and rear of DS crew door Qty, - 01 Color, Wln Lt Housing - White Paint Control, Scene Lts - Cab and Crew Cab Dr Sw, DS and DS Flood Lts Scene Light Optics - flood Mount, Wln II - Semi-recessed 15 deg P**1 212 0728517 SP Lights, Wln, S72M** 72" 12VDC, RS Body 1 Location - center over RS2 on catwalk Qty, - 01 Control, Light - Mkr Lt Not Connected Color, Wln Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS LED Module Type - 4 White Spot 213 0774017 Lights, Wln, P*H1* Pioneer, 12 VDC, 3rd 2 Location - One DS and one PS rear Match 33243 Qty, - 02 Color, Wln Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS Scene Light Optics - Flood Mount, Wln II - Semi-recessed 15 deg P**1 214 0728518 SP Lights, Wln, S72M** 72" 12VDC, LS Body 1 Location - center over LS2 on catwalk Qty, - 01 Control, Light - Mkr Lt Not Connected Color, Wln Lt Housing - White Paint Control, Scene Lts - Cab Sw Panel DS LED Module Type - 4 White Spot 215 0532358 Not Required, Deck Lights, Other Hose Bed & Rear Lighting 1 216 0645668 Lights, Front of Hose Bed, Wln 70C0ELZR LED 1 Location - mounted high and centered on cross divider Qty, - 01 Light Guard - Without Guard Control, Hose Bed Lts - DS Pump Panel Sw Light Bracket - No Bracket 217 0645677 Lights, Not Required, Rear Work, Alt. 12 Volt Lights At Rear Body 1 218 0787447 Lights, Walk Surf, Dual LED Light Strips, Cargo Area, Bdy Stp Lt 1 219 0007883 Switch, Master, Pump Panel Lights 1 220 0060115 Pumper, Medium, Aluminum, 2nd Gen 1 221 0554271 Body Skirt Height, 20"1 222 0013303 Tank, Water, 500 Gallon, Poly, Med, New York Style 1 223 0003405 Overflow, 4.00" Water Tank, Poly 1 224 0541296 SP Dome, Foam Fill, Location 1 Location - Match 33243. On the DS front corner of upper portion of water tank 225 0010011 Fill Dome Special Location 1 Location, Tank Dome - Match 33243 - in line and rearward of foam dome 226 0635329 Modified Poly Tank & Cradle, Ext'd To Rear, Pumper 1 227 0553725 Restraint, Water Tank, Heavy Duty, Special Type Tank, 4x4, or Export 1 228 0003429 Not Required, Direct Tank Fill 1 229 0003424 Not Required, Dump Valve 1 230 0048710 Not Required, Jet Assist 1 231 0030007 Not Required, Dump Valve Chute 1 232 0514778 Not Required, Switch, Tank Dump Master 1 233 0815391 Hose Bed, Aluminum, Pumper, New York Style, Fill in the Blank Height 1 Fill in Blank - 62" 2/15/2024 4:58 PM Page 7899Bid #: Line Option Type Option Description Qty 233 Material Trim/Scuffplate - b) S/S, Brushed 234 0723545 Unpainted/Dual Action Finished Aluminum Hose Bed, 2G Pumper/Tankers 1 235 0003481 Hose Bed Capacity, Special 1 Capacity, Hosebed - starting from the driver's side: 400' of 2.5", 300' of 3", 300' of 3", 1100' of 5", 150' of 1.75" and 200' of 1.75" 236 0083488 Divider, Hose Bed, .25" Unpainted 3 Qty, Hosebed Dividers - 3 237 0807436 Hose Restraint, Hose Bed, Web, Top, Separate From Rear 1 Fastener, Top Restraint, Front - Velcro Fastener, Top Restraint, Sides - Velcro Straps Fastener, Top Restraint, Rear - Velcro with Bungee Cord and Hook 238 0807424 Hose Restraint, Hose Bed, Web, Rear, Separate From Top 1 Fastener, Rear Restraint, Top - Velcro Straps Fastener, Rear Restraint, Bottom - Velcro Straps/Footman Loops 239 0010133 Cross-Divider, Hose Bed 1 240 0040083 SP Divider, Unpainted, Extruded, Additional 2 Location - Install two in the center of the hose bed Match previous unit 33243 Qty, - 02 241 0695401 Running Boards, 14.75" Deep, Rear 45 Degree Corner 1 242 0681766 Tailboard, 16" Deep, Full Width, Extended Substructure, Angled Corners 1 243 0690027 Wall, Rear, Smooth Aluminum/Body Material, Flush Rear Wall 1 244 0889214 Tow Eyes, w/Tow Bar, 2G Pumper **1 245 0590926 Hose Restraint, Running Board, Velcro Straps 2 Location, Hose Tray, Running Board - a) both sides Qty, Tray, Hose - 2 246 0014110 Tray, Hose, Running Board, 100' of 1.50" Hose 2 Location, Hose Tray, Running Board - a) both sides Qty, Tray, Hose - 2 247 0895820 Construction, Compt, Alum, 2G Pumper 1 248 0023650 LS 152" Rollup, Full Height Front & Rear, FDLER 1 249 0063658 RS 152" Rollup, Full Height Front & Rear, FDLER 1 250 0692733 Doors, Rollup, Gortite, Side Compartments 6 Qty, Door Accessory - 06 Color, Roll-up Door, Gortite - Painted to Match Lower Body Latch, Roll-up Door, Gortite - Non-Locking Liftbar 251 0098470 Compt, Flush Rear, Rollup, 30.75" FF, 25.88" D 1 252 0692746 Door, Gortite, Rollup, Rear Compartment 1 Color, Roll-up Door, Gortite - Satin finish Latch, Roll-up Door, Gortite - Locking, 751, AXT/Qtm/Dash CF/Saber Cab 253 0554995 No Body Modification Required 1 254 0509489 Scuffplate, S/S, Rear Ladder Rack Arm 1 Location - DS Qty, Scuffplates - 01 255 0016023 Scuffplate, Polished S/S On Rear Outside Edge of Body 1 256 0618000 SP Guard, S/S for "D" Latch Handle on Access Door, Each 2 Location - Each door at pump panel next to crosslays Mount on inside of slam latch so back boards cannot hit lock and unlock Qty, - 02 257 0019845 Guard, Drip Pan, S/S, Rollup Door 7 Qty, Door Accessory - 07 Location, Door Accessory - all body compartment doors 258 0616670 Lights, Compt, Pierce LED, Dual Light Strips, Each Side of Door, Pumper/Tanker 5 Qty, - 05 Location, Compartment Lights - LS1, LS3, RS1, RS3 and B1 259 0689538 Lights, Compt, Pierce, LED Light Strip, 54", Additional 2 Location, Lights - P2 and D2 mounted horizontal on ceiling Qty, - 02 260 0687146 Shelf Tracks, Painted 1 Qty, Shelf Track - 01 Location, Shelf Track - RS3 261 0600350 Shelves, Adj, 500 lb Capacity, Full Width/Depth, Predefined Locations 1 Qty, Shelf - 01 2/15/2024 4:58 PM Page 8899Bid #: Line Option Type Option Description Qty 261 Material Finish, Shelf - Painted - Nightspots Location, Shelves/Trays, Predefined - RS3-Centered 262 0726394 Partition, Trans Rear Compt, Notched 2 Qty, Partition - 02 Location, Partition - c) both sides Fill in Blank - a pike pole tube (broom storage) w/ open ends to pass through from RS1 to LS1 Location - upper/forward (of body) corner 263 0003995 Grating, Alum in Compt 1 Location - LS3 Qty, Comp. Accessory - 01 264 0820754 No Louvers, Delete Standard Compt Louvers, Per Compt, Non-NFPA 2024 1 Location - B1 Qty, Comp. Accessory - 1 265 0009729 Pac Trac, Installed on Compartment Walls 4 Location - rear upper tank wall of RS2, LS1, LS2 and LS3 Qty, Comp. Accessory - 04 266 0696950 High Rise Pack Storage, Curved Mount, Inside Compt, Each 2 Location - RS1 Qty, Comp. Accessory - 02 Location, Bracket/comp. - Match 33243 - the mounts will be positioned 49.25" off the compartment floor to the top of curve. One (1) bracket to be 11" to center of bracket off rear wall and one (1) 31" to center off rear wall. Size - 9.25" Dimensions - 7.25" by 3" high. 267 0004016 Rub Rail, Aluminum Extruded, Side of Body 1 268 0784811 Fender Crowns, Rear, Stainless, w/Removable Liner 1 Material Finish, Fender Liner - Painted Lower Body 269 0519849 Not Required, Hose, Hard Suction 1 270 0621021 Handrails, Side Pump Panels, Per Print, Hansen Knurled Alum Tubing, LED Backlit 1 Switch, Handrail Light Control - With Cab Hand Rail Controls Color, Light, Hansen Handrail - Red 271 0778825 SP Handrails, Beavertail, Hansen Tubing, Knurled Aluminum, LED Backlit, RS Only 1 Switch, Handrail Light Control - With Cab Hand Rail Controls Color, Light, Hansen Handrail - Red 272 0739825 SP Handrails, Rear, (3), (1) Above (2) Below, Hansen,Below Knurled Alum LED Backlit 1 Switch, Handrail Light Control - With Cab Hand Rail Controls Color, Light, Hansen Handrail - Red 273 0749600 SP Compt, Air Bottle, Fender Panel, Double, Vertical, SouthCo C2 Latch 1 Location, Bracket/comp. - RS rear fender Qty, Air Bottle Comp - 1 274 0657651 Compt, Air Bottle, Double, Fender Panel 2 Qty, Air Bottle Comp - 2 Door Finish, Fender Compt - Polished Location, Fender Compt - Double - LS Fwd and Double - RS Fwd Latch, Air Bottle Compt - Southco C2 Chrome Raised Insert, Air Bottle Compt - Rubber Matting and W-Shaped Insert 275 0004225 Ladder, 24' Duo-Safety 900A 2-Section 1 276 0004230 Ladder, 14' Duo-Safety 775A Roof 1 277 0028934 Rack, Ladders, Hydraulic, LS, Air Clamps 1 Ladder Rack Lock Enclosure/Light Mounting Bracket - LS Front & Rear S/S Enclosure Location, Hydraulic Ladder Rack Controls - Pump Panel 278 0756375 Lights, Hyd Lad Rack Deployed, Truck-Lite 15****1 Color, Light - Amber Flashing Color, Lens, LED's - Clear Trim, T-L 15 - Chrome 279 0733387 Ladder, 10' Duo-Safety Folding 585A 1 280 0761307 Mounting Clips, Folding Ladder, Hydraulic Ladder Rack 1 Location, Folding Ladder Storage - Hydraulic Rack - Outboard 281 0024499 Arm, Rear, Offset, Hydraulic Rack 2000, Recess Light 1 282 0040714 SP Ladder, Mounting, 2000 Rack Special Arrangement 1 Fill in Blank - They want the 14' ladder to load first so the first one off will be the 24' 2/15/2024 4:58 PM Page 9899Bid #: Line Option Type Option Description Qty 283 0795582 SP Bracket, Mounting, Surf Board, Inboard of Hydraulic Ladder Rack 1 Location - inboard of hydraulic rack similar to when HSH is mounted there Fill in Blank - 11'L x 24"W x 5" thick on the ends; however the board is curved so there is 7" in the center. Also, the fin is 10.75" tall. 284 0725371 Compt w/Door, Backboard, Over Pump 1 Door, Material & Finish, Storage - Polished S/S Latch, Door, Storage - Southco M1 Push Close, Flush Qty, Backboard Troughs - 2 Hinge Location - Rearward Location, BB/Stokes/Long Tool Storage Over Pump - Forward, Cargo Area Access, Backboard/Stokes/Long Tool Compt - Both Size, Backboard, Predefined - 72"L x 18"W x 3"H 285 0816920 Pike Pole, Provided by Fire Department, NFPA 2024 1 Qty, - 01 Pike Pole Make/Model - Fire Hooks Unlimited 10' All Purpose Hook 286 0816918 Pike Pole, 6', Provided by Fire Department, NFPA 2024 1 Qty, - 01 Pike Pole Make/Model - Fire Hooks Unlimited New York Roof Hook, RH-6 287 0058193 Tubes, Alum, Pike Pole Storage, Spcl Notch, NY PP Head 1 Location - on the left side hydraulic ladder rack, outboard, underneath the folding ladder Qty, Pike Pole Tubes - 01 288 0784210 SP Tubes, Alum, Long Tool Storage, 2.50" Diameter, Trans Through Rr Compt 1 Location - upper front corner of B1, open ends flush with partitions for transverse pass through, per write up at final Qty, - 01 289 0785102 Steps, Folding, Front of Body, Cargo Bed Access, w/LED, Trident 1 Coating, Step - luminescent Location, Steps - Full Height Right Side w/LED Light 290 0592994 Steps, Folding, Rear of Body, w/LED, Trident 1 Coating, Step - luminescent 291 0005496 Pump House, Side Control, 45"1 292 0035501 Pump House Structure, Std Height 1 293 0004425 Pump, Waterous, CSU, 1500 GPM, Single Stage 1 294 0004481 Seal, Grafoil, Waterous 1 295 0816447 Trans, Pump, Waterous C22 Series 1 296 0635600 Pumping Mode, Stationary Only 1 297 0605126 Pump Shift, Air Mnl Override, Split Shaft, Interlocked, Waterous 1 298 0003148 Transmission Lock-up, EVS 1 299 0004547 Auxiliary Cooling System 1 300 0014486 Not Required, Transfer Valve, Single Stage Pump 1 301 0746511 Valve, Relief Intake, TFT 1 Pressure Setting - 125 psig 302 0564941 Controller, Pressure, FRC, Pump Boss, PBA200 1 303 0641743 Primer, Waterous, VPO Motor, (1) VAP Valve, (1) Push Button Control 1 304 0780364 Manuals, Pump, (2) Total, Electronic Copies 1 305 0603129 Plumbing, Stainless Steel and Hose, Single Stage Pump 1 306 0795135 Plumbing, Stainless Steel, w/Foam System 1 307 0004645 Inlets, 6.00" - 1250 GPM or Larger Pump 1 308 0004646 Cap, Main Pump Inlet, Long Handle, NST, VLH 1 309 0084610 Valves, Akron 8000 series- All 1 310 0004686 Valve, Inlet(s) Recess Behind Panel, Side Cntrl 2 Qty, Inlets - 2 311 0004700 Control, Inlet, at Valve 1 312 0004660 Inlet (1), Left Side, 2.50"1 313 0004680 Inlet, Right Side, 2.50"1 314 0897257 Inlet, 4" to 6" Front, 5" Plumbing, w/Bleeder Valve, Top of Bumper 1 Inlet, Size - Six Drain, Suction - T Swing Handle Inlet, Front, Valve - Bray 5.00" Inlet, Front, Plumbing - Stainless Steel 2/15/2024 4:58 PM Page 10899Bid #: Line Option Type Option Description Qty 315 0014823 Control, Front Inlet, Electric, w/Indicator Lights 1 316 0737987 Valve, Relief Intake, Front Inlet, TFT 1 Pressure Setting - 125 psig 317 0732444 Swivel, Front Inlet, 4.00" to 6.00", w/Drain 1 Inlet, Size - 6.00" inlet Inlet Bleeder - Quarter-Turn Style Bleeder Finish, Front Inlet Elbow/Adapter - Chrome 318 0004788 Cap, Front Inlet, Long Handle, VLH 1 319 0092569 No Rear Inlet (Large Dia) Requested 1 320 0064116 No Rear Inlet Actuation Required 1 321 0092696 Not Required, Cap, Rear Inlet 1 322 0009648 No Rear Intake Relief Valve Required on Rear Inlet 1 323 0037897 SP Front Suction, Max Clearance 1 324 0092568 No Rear Auxiliary Inlet Requested 1 325 0723049 Valve, .75" Bleeder, Aux. Side Inlet, "T" Swing Handle 1 326 0029043 Tank to Pump, (1) 3.00" Valve, 3.00" Plumbing 1 327 0004905 Outlet, Tank Fill, 1.50"1 328 0062133 Control, Outlets, Manual, Pierce HW if applicable 1 329 0004940 Outlet, Left Side, 2.50"2 Qty, Discharges - 02 330 0005091 Elbow, Left Side Outlets, 45 Degree, 2.50" FNST x 2.50" MNST, VLH 1 331 0092570 Not Required, Outlets, Left Side Additional 1 332 0035094 Not Required, Elbow, Left Side Outlets, Additional 1 333 0004945 Outlet, Right Side, 2.50"1 Qty, Discharges - 01 334 0025091 Elbow, Right Side Outlets, 45 Degree, 2.50" FNST x 2.50" MNST, VLH 1 335 0092571 Not Required, Outlets, Right Side Additional 1 336 0089584 Not Required, Elbow, Right Side Outlets, Additional 1 337 0816625 Outlet, Large Diameter, Right Side, Akron Valve 1 Outlet, Large Diameter, Plumbing - 4.00" Outlet, Large Diameter, NST Adapter - 4.00" MNST Outlet, Large Diameter, Valve Actuation - Pierce large handwheel 338 0005097 Elbow, Large Dia Outlet, 30 Deg, 4.00" FNST x 5.00" Storz 1 Qty, - 01 339 0649939 Outlet, Front, 1.50" w/2" Plumbing 1 Fitting, Outlet - 1.50" NST with 90 degree swivel Drain, Front Outlet - Automatic Location, Front, Single - top of left bumper 340 0633403 Front Outlet, Raised, On a Bright Aluminum Treadplate Box 1 341 0004995 Outlet, Rear, 2.50"2 Qty, Discharges - 02 Location, Outlet - b) left side 342 0040286 Elbow, Rear Outlets, 30 Degree, 2.50" FNST x 2.50" MNST, VLH 1 343 0024930 Outlet, Rear, 1.50", Additional 2 Location - PS Qty, Discharges - 02 344 0065696 Not Required, Elbow, Rear Outlets, 1.50", Additional 1 345 0092573 Not Required, Outlet, Hose Bed/Running Board Tray 1 346 0752097 Caps/Plugs for 1.00" to 3.00" Discharges/Inlets, Chain 1 347 0723042 Valve, 0.75" Bleeder, Discharges, "T" Swing Handle 1 348 0091106 Outlet, 3.00" Deluge w/TFT Extend-a-Gun XG18, Handwheel 1 349 0770359 No Monitor Requested, Customer/Dealer Furnished and Installed 1 Fill in Blank - TFT Crossfire 350 0029304 No Nozzle Req'd 1 351 0046857 Deluge Mount, For TFT Crossfire Monitor, TFT Manual Extend-A-Gun Only 1 352 0723726 Speedlay Module Not Required 1 353 0722432 Hose Restraint Not Required, No Speedlay Module 1 354 0723395 Speedlays, Not Required 1 355 0723394 Speedlays, Not Required 1 356 0029167 Crosslays Sngl Sheet Unpainted, (2+) 1.50", Std. Cap 2 Qty, Crosslays - 2 357 0029196 Not Required, 2.50" Crosslay 1 2/15/2024 4:58 PM Page 11899Bid #: Line Option Type Option Description Qty 358 0591145 Hose Restraint, Crosslay/Deadlay, Top/Ends, Elastic Netting 1 Qty, - 01 359 0029260 Not Required, Speedlays 1 360 0750536 Hose Restr, Spdly, Not Required, No Spdly 1 361 0034554 SP Crosslays, 6.00" Lower Than Standard 1 362 0764515 SP Scuffplate, Brushed S/S, Front & Rear Wall of Crosslay 2 Location - on the painted surfaces of the crosslays Qty, - 02 363 0015412 Foam Sys, Akron Eductor 3126-125 (Single Agent)1 Discharge - Forward crosslay 364 0012126 Not Required, CAF Compressor 1 365 0552517 Not Required, Refill, Foam Tank 1 366 0031896 Demonstration, Foam System, Dealer Provided 1 367 0005448 Foam Cell, 40 Gallon, Not Reduce Water 1 Type of Foam - Class "A" Foam, Brand Name - national 368 0091036 Drain, 1.00" Foam Tank #1 1 369 0091079 Not Required, Foam Tank #2 1 370 0091112 Not Required, Foam Tank #2 Drain 1 371 0746445 Approval Dwg, Pump Operator's Panel, Includes Color And Label Tags 1 Num Of Truck(s) or Sim Unit, OPER Pump Pnl, Dwg - 33243 372 0035570 Pump Panel Configuration, No Match Required 1 373 0629224 Material, Pump Panels, Side Control Black UL-LX 1 Material Finish, Pump Panel, Side Control - Black UL-LX Material, Pump Panel, Side Control - Aluminum 374 0721765 Panel, Pump Access - Right Side Only, Side Control 1 Latch, Pump Panel Access, Side Mount - Raised Trigger, Black 375 0005945 Light, Pump Compt 1 376 0586382 Gauges, Engine, Included With Pressure Controller 1 377 0005601 Throttle, Engine, Incl'd w/Press Controller 1 378 0739224 Indicator Light @ Pump Panel, Throttle Ready, Incl w/Pressure Gov/Throttle,Green 1 379 0549333 Indicators, Engine, Included with Pressure Controller 1 380 0745568 Indicator Light, Pump Panel, Ok To Pump, Green 1 381 0763096 Fittings, Compression IPO PTC, All Pump Panel Gauges 1 382 0069390 Control, Air Horn At Pmp Pnl, Red Button 1 383 0511078 Gauges, 4.00" Master, Class 1, 30"-0-600psi 1 384 0511100 Gauge, 2.00" Pressure, Class 1, 30"-0-400psi 1 385 0032297 Gauge, Flowmeter, Class 1, IAT 1 Qty, Gauges/Disc. - 01 Discharge w/Flowmeter - 4" PS LD discharge 386 0604123 Gauge, Water Level, FRC, WLA 300-A00, TankVision Pro, w/Remote Light Driver 1 387 0750438 Water Level Gauge, Wln PSTANK2, LED 1-Light, 4-Level 2 Qty, - 02 Activation, Water Level G - pg) pump in gear Location, Water Level Gauge, Multi-Select - Each Side Custom Cab Color, Trim - Chrome Trim 388 0604354 Gauge, Foam Level, FRC, Tank Vision Pro, WLA 360-A00, Class "A"1 389 0593161 Light Shield, S/S LED 1 390 0682261 Light Shield/Step 8", DS LED, P25 LED Step Lt 1 391 0682498 Light Shield/Step 8", PS LED, P25 LED Stp Lt 1 392 0606694 Air Horns, (2) Hadley, 6" Round, eTone, In Bumper 1 393 0606833 Location, Air Horns, Bumper, Each Side, Inside Frame (Pos #3 & #5)1 394 0757092 Control, Air Horn, Multi Select 1 395 0898102 SP Control, Air Horn, Ft Sw, RS Prk Brk Interlocked 1 396 0757084 Control, Air Horn, Horn Ring 1 397 0039791 Switch, Disable Air Horn Foot Switches 1 Location - Driver side switch panel 398 0006133 Siren, Code 3 3692 100W or 200W 1 399 0510206 Location, Elect Siren, Recessed Overhead In Console 1 Location, Elec Siren - Overhead, PS Inside Sw Pnl 400 0748306 Control, Elec Siren, Multi Select 1 2/15/2024 4:58 PM Page 12899Bid #: Line Option Type Option Description Qty 401 0805709 Control, Elec Siren, Horn Ring, Interlock 1 Control, Interlocks - No Interlocks 402 0601375 Speaker, (1) Code 3, PB100C, Chrome 1 Connection, Speaker - siren head 403 0601551 Location, Speaker, Frt Bumper, Recessed, Right Side, Outside Frame,Outbrd(Pos 1) 1 404 0895310 Siren, Federal Q2B 1 Finish, Q2B Siren - Chrome 405 0006095 Siren, Mechanical, Mounted Above Deckplate 1 Location, Siren, Mech - a) Left 406 0748305 Control, Mech Siren, Multi Select 1 407 0748280 Control Mech Siren, Horn Ring 1 408 0740834 Sw, Siren Brake, Momentary Red, LS Overhead Sw Pnl 1 409 0746353 Not Required, Warning Lights Intensity 1 410 0812509 SP Lightbar, Hiviz,FT-HVC-OMEN-84, 84" , HVC 1 411 0641779 Bracket, Lightbar, Forward Offset, FR Raised Roof Cab 1 412 0815377 SP Lightbar, Hiviz,FT-HVC-OMEN-24, 2-24" , HVC 1 Lightbar Location, Cab/Crew Cab - c)over the cab doors 413 0812499 SP Light, Front Zone, Hiviz FT-HVC-GSMJR-WN-**, Q Bzl 4lts, HVC 1 Color, Lt DS Frnt Outside - Left Red Color, Lt PS Frnt Outside - Right Red Color, Lt DS Front Inside - Left Red Color, Lt PS Front Inside - Right Red Color, Q Bezel and Trim - Polished Chrome 414 0620063 Light, Front, Wln Dominator Plus DP8 30.36", 8-Red, Behind Low Grl Mt 1 415 0756747 SP Flash Pattern,Wln Dominator To Phasing In/Out 1 416 0812500 Lights, Side Zone Lower, HiViz, Separated into Front, Middle, Rear, HVC 1 417 0896616 Lights, Door Interior Flash, 4 Dr Cab, Weldon 8401-0000-20 Strip Light 1 Control, Door Int Flash - None (Doors only) Location, Light, Door Int Flash - Over Window 418 0895060 Lights, Door Interior Flash, 4 Dr Cab, Wln PSSEQACR Strip Light 1 Color, Trim - Chrome Trim Control, Door Int Flash - None (Doors only) Location, Light, Door Int Flash - Low and Outside 419 0815847 Connectors, Door Interior Flash, All Cabs, Weatherproof 1 420 0819486 SP Lights, Side, Hiviz FT-HVC-GSMJR-WN-**, HVC 8 Location, Lights - each side of bumper, behind crew cab door, over rear wheel. 2 on each side of the body in the upper area spaced half way between the front and middle floodlights and halfway between the rear and middle floodlights ref J#26472 Qty, - 08 Color, Lights, Warning - Red and White Control, Light - b) side warning Color, Trim - Chrome Trim 421 0815499 SP Lights, Side, HiViz FT-G14-* LED, Mounted In Rub Rail, 1st 4 Location, Lights - Center of each rub rail Total 6 Qty, - 04 Color, Lights, Warning - gla) red Control, Light - b) side warning Color, Trim - Chrome Trim 422 0815854 SP Lights, Rear Zn Lwr, Hiviz FT-HVC-GSMJR-WN-**, HVC For Housing 1 Color, Lt DS Rear - Left Red Color, Lt PS Rear - Right Red Color, Trim - Chrome Trim 423 0815482 SP Lights, Rear, Hiviz FT-HVC-GSMJR-WN-**, 1st, HVC 2 Location - rear body Qty, - 02 Color, Lights, Warning - Amber Flashing Control, Light - f) emerg master Color, Trim - Chrome Trim 424 0006700 Mounting, Lights, Recess In Rear Bulkhead (pair)1 Location - one (1) each side on upper corners of bulkheads Qty, Lights, Pair - 1 2/15/2024 4:58 PM Page 13899Bid #: Line Option Type Option Description Qty 425 0820200 SP Lights, Rear/Side Up Zone, Hiviz FT-HVC-GSMJR-WN-**, 4lts, HVC 1 Color, Lt, Side Rear Upper DS - Red Color, Lt, Side Rear Upper PS - Red Color, Lt, Rear Upper DS - Red Color, Lt, Rear Upper PS - Red Color, Trim - Chrome Trim 426 0006551 Not Required, Lights, Rear Upper Zone Blocking 1 427 0537807 Mounting, Rear Warn Lights, Side Sheets & On Rear Bulkheads 1 428 0781579 Receptacle, 15/20A 120V 3-Pr 3-Wr, NEMA 5-20R SB Dup, 1st, Interior Cab 1 Qty, - 01 Location 1 - DS RF EMS compartment. Lower inboard corner AC Power Source - Shoreline Cover, Receptacle - Interior SS Wall Plate(s) 429 0519934 Not Required, Brand, Hydraulic Tool System 1 430 0007150 Bag of Nuts and Bolts 1 Qty, Bag Nuts and Bolts - 1 431 0816508 NFPA Required Loose Equipment, Pumper, NFPA 2024, Provided by Fire Department 1 432 0816941 Soft Suction Hose, Provided by Fire Department, NFPA 2024 1 433 0027023 No Strainer Required 1 434 0816939 Extinguisher, Dry Chemical, NFPA 2024, Provided by Fire Department 1 435 0816937 Extinguisher, 2.5 Gal. Pressurized Water, NFPA 2024, Provided by Fire Department 1 436 0816998 Axe, Flathead, Provided by Fire Department 1 437 0817000 Axe, Pickhead, Provided by Fire Department 1 438 0741569 Paint Process / Environmental Requirements, Appleton 1 439 0709846 Paint, Two-Tone Color, Velocity/Impel 1 Paint Color, Upper Area, Predefined - #10 White Shield, Cab - High Shield-Velocity/Impel Paint Color, Lower Area, Predefined - #90 Red Paint Break, Cab - Standard Two-Tone Cab Break 440 0709845 Paint, Single Color, Body 1 Paint, Body - Match Lower Cab 441 0646897 Paint Chassis Frame Assy, E-Coat, Standard 1 Paint Color, Frame Assembly, Predefined - Standard Black 442 0693797 No Paint Required, Aluminum Front Wheels 1 443 0687653 Paint, Rear Wheels, Single Axle, Alum-Stl 1 Paint, Wheels - Powder Coat Black #101 444 0733739 Paint, Axle Hubs 1 Paint, Axle Hub - Lower Job Color 445 0639088 Compartment Paint, 909017, Nightspots 1 446 0544087 Reflective Band, 6"1 Color, Reflect Band - A - a) white 447 0510041 Reflective across Cab Face, Imp/Vel 1 448 0536954 Stripe, Chevron, Rear, Diamond Grade, Pumper 1 Color, Rear Chevron DG - yellow 449 0027341 Jog, In Reflective Stripe, Single or Multiple 1 Qty, - 1 450 0679885 Stripe, Sign Gold Outline Above & Below Reflective Band 1 Qty, - 01 451 0567374 Stripe, Black Outline each Chevron Stripe @ Rear (Not Warranted)1 452 0087355 Stripe, Reflective, 6" Inside Compt Door 2 Location - each exterior access EMS compt door Color, Reflect Band - A - e) black Qty, - 02 453 0065687 Stripe, Reflective, Cab Doors Interior 1 Color, Reflective - e) black 454 0679822 Stripe, Sign Gold, Two-Tone Paint Break with Shield, IPO Chrome Molding 1 455 0594559 Lettering Specifications, (Sign Gold Process)1 456 0685932 Lettering, Sign Gold, 3.00", (41-60)1 Outline, Lettering - Outline and Shade 457 0686084 Lettering, Reflective, 3.00", Each 4 Qty, Lettering - 04 Outline, Lettering - Outline 2/15/2024 4:58 PM Page 14899Bid #: Line Option Type Option Description Qty 458 0686082 Lettering, Reflective, 3.00", (1-20)1 Outline, Lettering - Outline 459 0685732 Lettering, Sign Gold, 14.00", Each 4 Qty, Lettering - 04 Outline, Lettering - Outline and Shade 460 0685817 Lettering, Sign Gold, 4.00", Each 13 Qty, Lettering - 13 Outline, Lettering - Outline and Shade 461 0776253 SP Emblem, ISO CLASS 1, w/Ribbon, Sign Gold, Pair 1 Qty, - 1 462 0632430 SP Emblem, Helmet Logo w/Sign Gold Lettering America's Bravest 1 Qty, - 1 Location, Emblem - D1/P1 463 0695610 Emblem, Reflective, Per Dept. Submittal, Each 1 Qty, - 01 Location, Emblem - rear roll up door Size, Dept Seal, Reflect - 22" - 24" 464 0654570 Emblem, Vinyl, Per Dept. Submittal, Each 2 Qty, - 02 Location, Emblem - crew cab windows Size, Dept Seal, Vinyl - 13"-15" 465 0657001 SP Emblem, Reflective, Per Dept. Submittal, Each 2 Qty, - 02 Location, Emblem - cab doors Size, Dept Seal, Reflect - 12" - 14" 466 0769765 Lettering, Numerals, Grille, Painted w/ Outline (2)1 467 0000000 STF Equipment Mounting 1 468 0031972 Manuals, Two (2), Fire Apparatus Parts, Custom Chassis 1 469 0002905 Manuals, (2) Chassis Service, Custom 1 470 0032433 Manuals, Two (2) Chassis Operation, Custom 1 471 0030008 Warranty, Basic, 1 Year, Apparatus, WA0008 1 472 0611136 Warranty, Chassis, 3 Year, Velocity/Impel, WA0284 1 473 0696698 Warranty, Engine, Cummins, 5 Year, WA0181 1 474 0684953 Warranty, Steering Gear, Sheppard M110, 3 Year WA0201 1 475 0595767 Warranty, Frame, 50 Year, Velocity/Impel, WA0038 1 476 0595698 Warranty, Axle, 3 Year, TAK-4, WA0050 1 477 0733306 Warranty, Single Axle, 5 Year, Meritor, General Service, WA0384 1 478 0652758 Warranty, ABS Brake System, 3 Year, Meritor Wabco, WA0232 1 479 0019914 Warranty, Structure, 10 Year, Custom Cab, WA0012 1 480 0744240 Warranty, Paint, 10 Year, Cab, Pro-Rate, WA0055 1 481 0524627 Warranty, Electronics, 5 Year, MUX, WA0014 1 482 0695416 Warranty, Pierce Camera System, WA0188 1 483 0647720 Warranty, Pierce LED Strip Lights, WA0203 1 484 0046369 Warranty, 5-year EVS Transmission, Standard Custom, WA0187 1 485 0685945 Warranty, Transmission Cooler, WA0216 1 486 0688798 Warranty, Water Tank, Lifetime, UPF, Poly Tank, WA0195 1 487 0596025 Warranty, Structure, 10 Year, Body, WA0009 1 488 0693127 Warranty, Gortite, Roll-up Door, 6 Year, WA0190 1 489 0734463 Warranty, Pump, Waterous, 7 Year Parts, WA0382 1 490 0648675 Warranty, 10 Year S/S Pumbing, WA0035 1 491 0641372 Warranty, Foam System, Not Available 1 492 0595820 Warranty, Paint, 10 Year, Body, Pro-Rate, WA0057 1 493 0595412 Warranty, Graphics Lamination, 1 Year, Apparatus, WA0168 1 494 0819254 Certification, Vehicle Stability, CD0196 1 495 0808580 Certification, Engine Installation, Imp/Vel, Cummins X10, 2027 1 496 0686786 Certification, Power Steering, CD0098 1 497 0892701 Certification, Cab Integrity, Impel/Velocity FR, CD0190 1 498 0548950 Certification, Cab Door Durability, Velocity/Impel, CD0001 1 499 0548967 Certification, Windshield Wiper Durability, Impel/Velocity, CD0005 1 500 0667411 Certification, Electric Window Durability, Velocity/Impel FR, CD0004 1 501 0549273 Certification, Seat Belt Anchors and Mounting, Imp/Vel/Vel SLT, CD0018 1 2/15/2024 4:58 PM Page 15899Bid #: Line Option Type Option Description Qty 502 0735950 Certification, Cab HVAC System Perf, Vel/Imp FR, CD0166/CD0168/CD0176/CD0177 1 503 0545073 Amp Draw Report, NFPA Current Edition 1 504 0002758 Amp Draw, NFPA/ULC Radio Allowance 1 505 0799248 Appleton/Florida BTO 1 506 0000018 PUMPER, 2ND GEN 1 507 0000012 PIERCE CHASSIS 1 508 0004713 ENGINE, OTHER 1 509 0046395 EVS 3000 Series TRANSMISSION 1 510 0020011 WATEROUS PUMP 1 511 0020009 POLY TANK 1 512 0028087 EDUCTOR FOAM SYSTEM 1 513 0020006 SIDE CONTROL 1 514 0020007 AKRON VALVES 1 515 0020014 FRONT SUCTION 1 516 0020015 ABS SYSTEM 1 517 0658751 PUMPER BASE 1 2/15/2024 4:58 PM Page 16899Bid #: Equipment Proposal Proposal # 899 This Equipment Proposal (the “Proposal”) has been prepared by Ten-8 Fire & Safety, LLC (“Company”) in response to the undersigned Customer’s request for a proposal. This Proposal is comprised of the special terms set forth below, the Proposal Option List, Warranty, and Company’s Purchasing Terms and Conditions. Through its signature below or other Acceptance (as defined below), Customer acknowledges having received, read and being bound by this Proposal, all attachments and Company’s Purchasing Terms and Conditions. Date: April 19, 2024 (“Proposal Date”) Customer: Clearwater Fire Rescue (“Customer”) Customer Address: 1140 Court Street, Clearwater, FL 33756 Qty Product Description & Options Price 1 1 1 One (1) Heavy Duty Pierce Pumper Base FSA Contract # FSA23-VEF17.0 Spec#119 Options Selected per "Proposal Option List #899"(Engine-47) Additional Manufacturer and Dealer Discount $761,075.00 $411,482.52 ($20,033.52) Total: ** Pricing is subject to change as follows: (a) Commercial chassis price is an estimate; final chassis price will be determined when chassis is delivered by the manufacturer to the original equipment manufacturer (“OEM”). The OEM will notify Company of its final price, and Company will notify Customer of the final price. (b) Persistent Inflationary Environment: If the Producer Price Index of Components for Manufacturing [www.bls.gov Series ID: WPUID6112] (“PPI”) has increased at a compounded annual growth rate of 5.0% or more between the month the OEM accepts this order (“Order Month”) and a month 14 months prior to the then predicted “ready for pick up” date (“Evaluation Month”), then Company may update the pricing in an amount equal to the increase in PPI over 5.0% in each year or fractional year between the Order Month and the Evaluation Month. Company will document any such updated price for Customer’s approval, and Company will provide to Customer the option to cancel this Order for 45 days if Customer does not accept the updated price. If Customer accepts or fails to respond within such 45 day period, Customer will be obligated to complete the Product purchase at the updated Total price. $1,152,524.00 Delivery Timing: The Product described above in the Product Description and Options Section of this document will be built by and shipped from the manufacturer approximately 49 (months) after Company receives Customer’s acceptance of this Proposal as defined below, subject to market and production conditions, Force Majeure, delays from the chassis manufacturer, changes to Order Specifications, or any other circumstances or cause beyond Company’s or manufacturer’s control. Other: *Due to the current inflationary environment, a quarterly inflation increase will be effective 5/3/23, 8/1/23, & 11/1/23. Increases to be determined 30 days prior to increase. Pricing extensions cannot be granted. Unless accepted within 13 days from date of proposal, the right is reserved to withdraw this proposal. Order continues on immediately following page. ACCEPTANCE OF THIS PROPOSAL CREATES AN ENFORCEABLE BINDING AGREEMENT BETWEEN COMPANY AND CUSTOMER. “ACCEPTANCE” MEANS THAT CUSTOMER DELIVERS TO COMPANY: (A) A PROPOSAL SIGNED BY AN AUTHORIZED REPRESENTATIVE, OR (B) A PURCHASE ORDER INCORPORATING THIS PROPOSAL, WHICH IS DULY APPROVED, TO THE EXTENT APPLICABLE, BY CUSTOMER’S GOVERNING BOARD. ACCEPTANCE OF THIS PROPOSAL IS EXPRESSLY LIMITED TO THE TERMS CONTAINED IN THIS PROPOSAL AND COMPANY’S PURCHASING TERMS AND CONDITIONS. ANY ADDITIONAL OR DIFFERENT TERMS, WHETHER CONTAINED IN CUSTOMER’S FORMS OR OTHERWISE PRESENTED BY CUSTOMER AT ANY TIME, ARE HEREBY REJECTED. INTENDING TO CREATE A BINDING AGREEMENT, Customer and Company have each caused this Proposal to be executed by their duly authorized representatives as of date of the last signature below. Customer: Clearwater Fire Rescue Ten-8 Fire & Safety, LLC By: __________________________________ By: Title: _________________________________ Title: Authorized Sales Representative Print: _________________________________ Print: Dustin Bouwer Date: _________________________________ Date: 4/19/2024 EXHIBIT A PROPOSAL OPTION LIST EXHIBIT B WARRANTY EXHIBIT C PURCHASING TERMS AND CONDITIONS PURCHASING TERMS AND CONDITIONS These Purchasing Terms and Conditions, together with the Equipment Proposal and all attachments (collectively, the “Agreement”) are entered into by and between Ten-8 Fire & Safety, LLC, a Florida company (“Company”) and Customer (as defined in Ten-8 Fire & Safety LLC’s Equipment Proposal document) and is effective as of the date specified in Section 3 of these Purchasing Terms and Conditions. Both Company and Customer may be referred throughout this document individually as a “party” or collectively as the “parties.” 1. Definitions. a. “Acceptance” has the same meaning set forth in Company’s Equipment Proposal. b. “Company’s Equipment Proposal” means the Equipment Proposal provided by Company and prepared in response to Customer’s request for proposal for a fire apparatus or associated equipment. c. “Cooperative Purchasing Contract” means an Agreement between Company and a public authority, including without limitation, a department, division, agency of a municipal, county or state government (“Public Authority”), that adopts or participates in an existing agreement between Company and another non- party customer (including, but not limited to such non-party customer’s equipment proposal, its applicable exhibits, attachments and purchasing terms and conditions), often referred to as a “piggyback arrangement,” which is expressly agreed to, in writing, by Company. Company has sole discretion to determine whether it will agree to such a Cooperative Purchasing Contract. d. “Delivery” means when Company delivers physical possession of the Product to Customer. e. “Manufacturer” means the Manufacturer of any Product. f. “Prepayment Discount” means the prepayment discounts, if any, specified in Company’s Equipment Proposal. g. “Product” means the fire apparatus and any associated equipment manufactured or furnished for Customer by Company pursuant to the Specifications. h. “Purchase Price” means the Total price set forth in the Quotation, after applicable pricing adjustments set forth in the Quotation. i. “Purchasing Terms and Conditions” means these Purchasing Terms and Conditions; however, if the Company’s Equipment Proposal or the Customer’s related Purchase Order states that it is governed by a Cooperative Purchasing Agreement, “Purchasing Terms and Conditions” shall mean those terms and conditions set forth in the applicable Cooperative Purchasing Agreement. j. “Specifications” means the general specifications, technical specifications, training, and testing requirements for the Product contained in Company’s Equipment Proposal and its Exhibit A (Proposal Option List), prepared in response to Customer’s request for such a proposal. 2. Purpose. This Agreement sets forth the terms and conditions of Company’s sale of the Product to Customer. 3. Term of Agreement. This Agreement will become effective on the date of Acceptance as defined in Company’s Equipment Proposal (“Effective Date”) and, unless earlier terminated pursuant to the terms of this Agreement, it will terminate upon Delivery and payment in full of the Purchase Price. 4. Purchase and Payment. Customer agrees to pay Company the Purchase Price for the Product(s). The Purchase Price is in U.S. dollars. Where Customer opts for a Prepayment Discount that specifies that Customer will tender one or more prepayments to Company, Customer must provide each prepayment within the time frame specified in the Equipment Proposal in order to receive the Prepayment Discount for that prepayment installment. To the extent permitted by applicable law, Company may in its sole discretion charge a convenience fee if Customer elects to pay the Purchase Price by means of a credit card. 5. Representations and Warranties. Customer hereby represents and warrants to Company that the purchase of the Product(s) has been approved by Customer in accordance with applicable general laws and, as applicable, Customer’s charter, ordinances and other governing documents, and funding for the purchase has been duly budgeted and appropriated. 6. Cancellation/Termination. In the event this Agreement is cancelled or terminated by Customer before completion, Company may charge Customer a cancellation fee. The following charge schedule is based on costs incurred by Manufacturer and Company for the Product, which may be applied and charged to Customer: (a) 12% of the Purchase Price after the order for the Product(s) is accepted and entered into Manufacturer’s system by Company; (b) 22% of the Purchase Price after completion of approval drawings by Customer, and; (c) 32% of the Purchase Price upon any material requisition made by the Manufacturer for the Product. The cancellation fee will increase in excess of (c) in this Section 6, accordingly, as additional costs are incurred by Manufacturer and Company as the order progresses through engineering and into the manufacturing process. 7. Delivery. The Product is scheduled to be delivered as specified in the Delivery Timing section of the Equipment Proposal (“Delivery Timing”), which will be F.O.B. Company’s facility. The Delivery Timing is an estimate, and Company is not bound to such date unless it otherwise agrees in writing. Company is not responsible for Delivery delays caused by or as the result of actions, omissions or conduct of the Manufacturer, its employees, affiliates, suppliers, contractors, and carriers. All right, title and interest in and to the Product, and risk of loss, shall pass to Customer upon Delivery of the Product(s) to Customer. 8. Standard Warranty. The manufacturer warranties applicable to this Agreement, if any, are attached to Company’s Equipment Proposal as Exhibit B and are incorporated herein as part of the Agreement. a. Disclaimer. EXCEPT AS OTHERWISE SET FORTH IN THIS AGREEMENT, COMPANY, INCLUDING ITS PARENT COMPANY, AFFILIATES, SUBSIDIARIES, AND THEIR RESPECTIVE OFFICERS, DIRECTORS, EMPLOYEES, SHAREHOLDERS, AGENTS OR REPRESENTATIVES DO NOT MAKE ANY REPRESENTATIONS OR WARRANTIES, EXPRESS OR IMPLIED, WITH RESPECT TO THE PRODUCTS PROVIDED UNDER THIS AGREEMENT, WHETHER ORAL OR WRITTEN, EXPRESS, IMPLIED OR STATUTORY. WITHOUT LIMITING THE FOREGOING DISCLAIMER, ANY IMPLIED WARRANTY OR CONDITION OF MERCHANTABILITY, IMPLIED WARRANTY AGAINST INFRINGEMENT, AND IMPLIED WARRANTY OR CONDITION OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY EXCLUDED AND DISCLAIMED. STATEMENTS MADE BY SALES REPRESENTATIVES OR IN PROMOTIONAL MATERIALS DO NOT CONSTITUTE WARRANTIES. 9. Limitation of Liability. COMPANY WILL NOT BE LIABLE FOR ANY INCIDENTAL, CONSEQUENTIAL, INDIRECT, ECONOMIC, PUNITIVE, SPECIAL OR EXEMPLARY DAMAGES ARISING FROM OR IN ANY WAY CONNECTED WITH THIS AGREEMENT WITHOUT REGARD TO THE NATURE OF THE CLAIM OR THE UNDERLYING THEORY OR CAUSE OF ACTION (WHETHER IN CONTRACT, TORT, STRICT LIABILITY, EQUITY OR ANY OTHER THEORY OF LAW) ON WHICH SUCH DAMAGES ARE BASED. COMPANY’S LIMIT OF LIABILITY UNDER THIS AGREEMENT SHALL BE CAPPED AT THE TOTAL AMOUNT OF THE MONIES PAID BY CUSTOMER TO COMPANY UNDER THIS AGREEMENT. 10. Force Majeure. Company shall not be responsible nor deemed to be in default on account of delays in performance due to causes which are beyond Company’s control or which make Company’s performance impracticable, including but not limited to wars, insurrections, strikes, riots, fires, storms, floods, other acts of nature, explosions, earthquakes, accidents, transportation or delivery delays or losses outside of Company’s control, any act of government, inability or delay of Company or manufacture in obtaining necessary labor or adequate or suitable manufacturing components at reasonable prices, allocation regulations or orders affecting materials, equipment, facilities or completed products, failure to obtain any required license or certificates, acts of God or the public enemy, terrorism, epidemics, quarantine restrictions, failure of vendors to perform their contracts or labor troubles of Company or a manufacturer causing cessation, slowdown, or interruption of work. 11. Customer’s Obligations. Customer shall provide its timely and best efforts to cooperate with Company and Manufacturer during the manufacturing process to create the Product. Reasonable and timely cooperation includes, without limitation, Customer’s providing timely information in response to a request from Manufacturer or Company and Customer’s participation in traveling to Manufacturer’s facility for inspections and approval of the Product. 12. Default. The occurrence of one or more of the following shall constitute a default under this Agreement: (a) Customer’s failure to pay any amounts due under this Agreement or Customer’s failure to perform any of its obligations under this Agreement; (b) Company’s failure to perform any of its obligations under this Agreement; (c) either party becoming insolvent or becoming subject to bankruptcy or insolvency proceedings; (d) any representation made by either party to induce the other to enter into this Agreement, which is false in any material respect; (e) an action by Customer to dissolve, merge, consolidate or transfer a substantial portion of its property to another entity; or (f) a default or breach by Customer under any other contract or agreement with Company. 13. Manufacturer’s Statement of Origin. Company shall retain possession of the manufacturer’s statement of origin (“MSO”) for the Product until the entire Purchase Price has been paid. If more than one Product is covered by this Agreement, Company shall retain the MSO for each individual Product until the Purchase Price for that Product has been paid in full. 14. Arbitration. Any controversy or claim arising out of or relating to this Agreement, or the breach thereof, shall be settled by arbitration administered by the American Arbitration Association in accordance with its Commercial Arbitration Rules, and judgment on the award rendered by the arbitrator(s) may be entered in any court having jurisdiction thereof. The Arbitration shall take place in Bradenton, Florida. 15. Miscellaneous. The relationship of the parties established under this Agreement is that of independent contractors and neither party is a partner, employee, agent, or joint venture of or with the other. Neither party may assign its rights and obligations under this Agreement without the prior written approval of the other party. This Agreement and all transactions between Ten-8 Fire & Safety, LLC will be governed by and construed in accordance with the laws of the State of Florida. The delivery of signatures to this Agreement may be via facsimile transmission or other electronic means and shall be binding as original signatures. This Agreement shall constitute the entire agreement and supersede any prior agreement between the parties concerning the subject matter of this Agreement. This Agreement may only be modified by an amendment, in writing, signed by duly authorized representatives of both parties with authority to sign such amendments to this Agreement. In the event of a conflict between the Ten-8 Proposal and these Terms and Conditions, the Ten-8 Proposal shall control except in the case of a Cooperative Purchasing Contract as set forth in Section 1(c) and (i) of these Purchasing Terms and Conditions. If any term of this Agreement is determined to be invalid or unenforceable by a competent legal authority, such term will be either reformed or deleted, as the case may be, but only to the extent necessary to comply with the applicable law, regulation, order or rule, and the remaining provisions of the Agreement will remain in full force and effect. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0441 Agenda Date: 4/29/2024 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 5.3 SUBJECT/RECOMMENDATION: Authorize a purchase order to MWI Corporation of Tampa, FL for the purchase of four MWI CT4 ECO QP 4-in. silent pumps in a not to exceed amount of $157,720.00 pursuant to Clearwater Code Section 2.563(1)(c) Piggyback and Section 2.563(1)(d) Non-competitive purchases and authorize appropriate officials to execute the same. SUMMARY: Public Works Department (PWD) has been working to mitigate flood issues on the north beach stormwater system. Heavy rains during elevated tidal elevations cause the stormwater gravity drain system to not discharge. PWD rented pumps to evaluate pumping of the system and there were positive results in mitigating flood issues. PWD is requesting to purchase these portable pumps until the permanent pump stations can be designed and constructed. The pumps are trailer mounted for ease of relocation. The cost for 13 months of rental fees is equal to the cost of purchasing the four pumps. In addition, since the pumps are portable, PWD will have the ability to move them around the city to support any flooding issues or use them if a pump station goes down. Of the total amount, $155,820.00 is piggybacking off the Florida Sheriff’s Association, Contract FSA23-EQU21.00 Equipment valid through November 08, 2025. The purchase is for a basic model with additional options added totaling $1,900.00 and is impractical to bid due to delay in receipt of pumps, possible void of warranty for after-market equipment, manufacturer delay in receiving parts, etc. All optional pricing is vetted through the FSA contract and are priced at below Manufacturer Suggested Retail Price (MSRP) per section 2.13 of the contract agreement. The current pricing on the quote is less than the current Florida Sheriff’s Contract because dealer is offering an additional discount of $3,675.00 per unit for a total additional savings of $14,700.00. Authorization is requested to piggyback off Sheriff’s Association Contract # FSA23-EQU21.0 Equipment valid through November 8, 2025, pursuant to Clearwater Code 2.563(1)(c) Piggyback and Section 2.563(1)(d) Non-competitive purchases (Impractical) for the purchase of the four pumps. APPROPRIATION CODE AND AMOUNT: There is sufficient funding in capital project 319-C1908, Stormwater Vehicles & Equipment, to cover this purchase. STRATEGIC PRIORITY: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Page 1 City of Clearwater Printed on 4/24/2024 Date:3/20/2024 Name:Name: Contact:Contact: Address:Address: City, State:City, State: Zip:Zip: Phone:Phone: Fax:Fax: Cell:Cell: Email:Email: Signature:PO #: Unit Extended Price Price 4 4" Male Camlock 4" Male Camlock Silent Partner DOT Trailer Mount Yanmar $ 38,490.00 $ 153,960.00 4 $ 265.00 $ 1,060.00 4 $ 75.00 $ 300.00 https://www.myvendorlink.com/external/award?s=152500&i=315 Order Code: CT6T01-MWIDZ01 $49,175.00. Upgrade/Downgrade Code: CT4T03-MWI-Y02 (-$10,685.00) Equipment Sale Quote MWI Pump Rentals 7905 Baseline Ct Tampa, FL 33637 Office: (813) 899-2863 Fax: (813) 899-2862 City of Clearwater Public Works Greg Klamo 100 S Myrtle Ave, Suite # 220 Clearwater, FL 33756 Cell: (813) 388-3271 Sales Rep: Steve von Gontard (727) 562-4750 Stevenv@mwipumps.com https://MwiPumps.com/ Customer Information Job Site Information 33756 City of Clearwater Public Works Greg Klamo 100 S Myrtle Ave, Suite # 220 Clearwater, FL DOT Mount EngineQtyDescription 4" Large Hole Strainer Assembly x Camlock Fitting Silent Partner CT4 Eco QP - 4" Silent Partner Tier 4 Diesel Driven MWI Prime Rite Centrifugal Pump Capable of Max 1,000 GPM & 93' TDH. Estimated Fuel Consumption .7 GPH. With Controls Inc Digital Control Panel with all temperature and fluid shut-offs and MWI Connect Telemetry System with 1 year subscription. 4" x 20' Black Rigid Suction Hose x Camlock Fitting (727) 562-4750 - (727) 224-7030 greg.klamo@myclearwater.com Suction Flange Discharge Flange Sheriffs Association Contract # FSA23-EQU21.0 Equipment. Group - Pump: Mobile Pump. Item: 315, MWI, CT006, CT006. - (727) 224-7030 greg.klamo@myclearwater.com 1 of 2 3/20/2024 8 $ 165.00 $ 1,320.00 4 $ 70.00 $ 280.00 4 $ 200.00 $ 800.00 Subtotal 157,720.00$ Equipment Sales Quote is valid through:Transportation Charges $ - Estimated Taxes -$ Estimated Total 157,720.00$ Comments: MWI CT4 Centrifugal Trash Pump MWI Silent Partner Enclosure MWI ECO4 Centrifugal Trash Pump MWI Connect Telemetry System 4/3/2024 *1 Year Manufacturer's - Warranty Information Attached *24-26 Week Lead Time Upon Receipt of Signed Quote & Purchase Orders https://mwipumps.com/product/ Auto Start/Stop Floats 4" x 50' Red Layflat Discharge Hose x Camlock Fitting 4" 90 Degree Elbow x Camlock Fittings 2 of 2 3/20/2024 OPTIONS Job: 19111 03/18/2024 SN: 144435 Page: 1 ORDER CODE DESCRIPTION PRICE CT4T01-MWI-Y02 4"ECO Trailer, Yanmar 3TNV88F T4 Final, 28-gallon fuel tank - DEDUCT -$16,865.00 CT4T03-MWI-Y02 4"ECO Trailer, Sound Enclosure Yanmar 3TNV88F T4 Final, 28 gal fuel tank, - DEDUCT -$8,295.00 CT4S01-MWI-DZ01 4" Skid, Deutz D2.9 Tier 4 Final, 78-gallon fuel tank - DEDUCT -$6,105.00 CT4T03-MWI-DZ01 4" Trailer, Deutz D2.9 Tier 4 Final, 78-gallon fuel tank - DEDUCT -$2,500.00 CT4S02-MWI-DZ01 4" Skid, Sound Enclosure Deutz D2.9 Tier 4 Final, 78-gallon fuel tank, -ADD +$6,040.00 CT4T03-MWI-DZ01 4" Trailer, Sound Enclosure Deutz D2.9 Tier 4 Final, 78-gallon fuel tank, - ADD +$9,645.00 CT6S01-MWI-DZ01 6" Skid, Deutz TD2.9 Tier 4 Final, 78-gallon fuel tank - DEDUCT -$3,600.00 CT6T01-MWI-DZ01 6" Trailer, Deutz TD2.9 Tier 4 Final, 78-gallon fuel tank -MAIN BUILD $50,460.00 CT6S02-MWI-DZ01 6" Skid, Sound Enclosure Deutz TD2.9 Tier 4 Final, 78-gallon fuel tank, - ADD +$8,540.00 CT6T03-MWI-DZ01 6" Trailer, Sound Enclosure Deutz TD2.9 Tier 4 Final, 78-gallon fuel tank, - ADD +$12,145.00 CT8S01-MWI-DZ01 8" Skid, Deutz TD3.6 Tier 4 Final, 94-gallon fuel tank - ADD +$15,525.00 CT8T01-MWI-DZ01 8" Trailer, Deutz TD3.6 Tier 4 Final, 94-gallon fuel tank - ADD +$19,130.00 CT8S02-MWI-DZ01 8" Skid, Sound Enclosure Deutz TD3.6 Tier 4 Final, 94-gallon fuel tank - ADD +$27,665.00 CT8T03-MWI-DZ01 8" Trailer, Sound Enclosure Deutz TD3.6 Tier 4 Final, 94-gallon fuel tank, - ADD +$31,270.00 RWP06T01-MWI-Y1 6" Trailer, Sound Enclosure Rotary Lobe Pump, Yanmar L100W6CA7T8HAMW T4 Final, 28 gal fuel tank - DEDUCT -$15,350.00 DDP004YF-SE 4" Trailer, Sound Enclosure Diaphragm Pump, Yanmar L100W6CA7T8HAMW Tier 4 Final, 25-gallon fuel tank, - DEDUCT -$23,170.00 DDP004YF 4" Trailer, Diaphragm Pump, Yanmar L100W6CA7T8HAMW T4 Final, 25 gal fuel tank - DEDUCT -$29,315.00 I00057N-H&L Optional Two Float Assembly - ADD +$200.00 CAM4MxF Optional 4" Male x Female Camlock Set - ADD +$265.00 CAM6MxF Optional 6" Male x Female Camlock Set - ADD +$350.00 CAM8MxF Optional 8" Male x Female Camlock Set - ADD +$980.00 BAU4MxF Optional 4" Male x Female Bauer Set - ADD +$237.00 BAU6MxF Optional 6" Male x Female Bauer Set - ADD +$380.00 BAU8MxF Optional 8" Male x Female Bauer Set - ADD +$731.00 GROUP: PUMP: 6 Inch Mobile Pump Package – FLORIDA SHERIFFS ASSOCIATION ITEM: CT006 – PART NO: CT6T01-MWI-DZ01, MWI Pumps DESCRIPTION: DESIGN REQUIREMENTS: Discharge and suction size: 6 inches; CAPACITY: 2300 GPM, 145 ft. TDH, minimum 3 inches solids handling capability ENGINE: Diesel engine, appropriate to pump size at continuous duty; Emission compliant Industrial grade exhaust muffler and rain cap; 12vdc system with battery rack and cables; 78-gallon minimum fuel tank. PUMP: Check valve and self-priming system CONTROLS: Provide operating, monitoring and control functions, with 2 fully programmable contacts for input/output signals, and remote start/stop control with adjustable ramp speed. TRAILER: Mount engine, pump and 78-gallon subbase tank on street legal D.O.T. approved trailer with Lunette or military type towing ring, safety chains, single point lifting bar, license plate bracket, front and rear support jacks, single torsion axle, and surge hydraulic drum brakes; with a VIN and certificate of origin STARTUP AND COMMISSIONING: MWI will coordinate all startup and testing activities with the engineer/owner; After field delivery of the pump and trailer, an authorized factory representative shall perform the initial startup and field testing of the pump and trailer; If conditions permit, a site will be determined where the connection will be made by the County/City to test the pump package; If a site cannot be prepared a standard operational test will be performed; At the same time the startup test is performed, the factory representative will provide all necessary operation, field maintenance and minor repair training as necessary; This will also include safety procedures and hazard assessment. CT006, TRAILER, MWI YELLOW CT6T01-MWI-DZ01 Deutz TD2.9 T4F w/COMPRESSOR CT006, TRAILER, MWI YELLOW CT6T01-MWI-DZ01 Deutz TD2.9 T4F w/COMPRESSOR Pump – 6” Mobile Pump Package OPTIONS LIST Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:315, MWI, CT006, CT006 Zone Rank Vendor Price Build File Options File Western Primary MWI pumps $50,460.00 Build Options Northern Primary MWI pumps $50,460.00 Build Options Central Primary MWI pumps $50,460.00 Build Options Southern Primary MWI pumps $50,460.00 Build Options FSA Cooperative Purchasing Program FSA23-EQU21.0: Equipment Final Award Contract Packet Notice of Final Award FSA23-EQU21.0: Equipment Date: October 1, 2023 To: Bidders and Purchasers From: Hugh Oliver, Cooperative Purchasing Program Manger Re: Notice of Final Award for FSA23-EQU21.0: Equipment Florida Sheriffs Association (FSA) has completed its 21st year of the cooperative purchasing equipment contract. FSA is issuing the Notice of Final Award for contract FSA23-EQU21.0: Equipment that will be effective from October 1, 2023, through September 30, 2025. This year’s bid included 453 items. The contract will offer construction, material handling, transportation, all-terrain and utility vehicles, and grounds care equipment. The competitive process for this award began in May 2023, when stakeholders were surveyed regarding procurement needs. Items were added based on survey results and the Fleet Advisory Committee’s review of products. An advertisement for the Invitation to Bid was published in the Florida Administrative Weekly, as well as the State of Florida’s Office of Supplier Diversity and the FSA websites. On May 5, 2023, a direct notification was sent to 716 prospective bidders to participate in a voluntary bidder workshop. The ITB advertisement resulted in 149 pre-bid attendees or waivers. Of these respondents, 85 submitted bids and 78 qualified. FSA has identified intended awardees in the attached Final Award Report. The Final Award Report shows up to three lowest bidders per item, per zone. The Florida Sheriffs Association Cooperative Purchasing Program has followed the Contract Terms and Conditions for this procurement. Bidders that become awarded vendors are governed by their manufacturer agreements and the Contract Terms and Conditions. Contract pricing will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida, or to other entities approved by manufacturers to buy from this contract, which can include out-of-state sales. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturer’s agreement. All purchasers are bound by state law, local ordinances, rules, and regulations for purchases made under this contract. FSA Cooperative Purchasing Program FSA23-EQU21.0: Equipment Current Contract Prices Item #Item Group Item Model #Link 1 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)CanAm Outlander 500 https://www.myvendorlink.com/external/award?s=152500&i=1 2 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Honda Rubicon 520 TRX520FA5-R https://www.myvendorlink.com/external/award?s=152500&i=23All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Polaris Sportsman 570 EFI A24SEA57A1 https://www.myvendorlink.com/external/award?s=152500&i=3 4 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Suzuki KingQuad 400 ASI LT-A400FM3 https://www.myvendorlink.com/external/award?s=152500&i=4 5 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Yamaha Kodiac 450 YFM45KDXPG https://www.myvendorlink.com/external/award?s=152500&i=56All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Honda RANCHER 420 ATV RANCHER 420 ATV https://www.myvendorlink.com/external/award?s=152500&i=6 7 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Polaris SPORTSMAN 450 ATV SPORTSMAN 450 ATV https://www.myvendorlink.com/external/award?s=152500&i=7 8 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad)Suzuki KING QUAD 400 ATV KING QUAD 400 ATV https://www.myvendorlink.com/external/award?s=152500&i=810All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)Columbia Utilitruck Utilitruck https://www.myvendorlink.com/external/award?s=152500&i=10 11 All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)Greenworks CU400 Series CU400W-HD https://www.myvendorlink.com/external/award?s=152500&i=11 12 All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)Greenworks CU500 Series CU500-SB https://www.myvendorlink.com/external/award?s=152500&i=1213All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side)Greenworks CU800 Series CU800-SB https://www.myvendorlink.com/external/award?s=152500&i=13 14 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Bobcat UW56 UW56 https://www.myvendorlink.com/external/award?s=152500&i=14 15 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Bobcat UV34 UV34 https://www.myvendorlink.com/external/award?s=152500&i=1516All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)CanAm Defender HD7 https://www.myvendorlink.com/external/award?s=152500&i=16 19 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Honda Pioneer 700 SXS700M2M https://www.myvendorlink.com/external/award?s=152500&i=19 20 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)John Deere Gator HPX615E https://www.myvendorlink.com/external/award?s=152500&i=2021All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Kawasaki Mule 4x4 4010 https://www.myvendorlink.com/external/award?s=152500&i=21 22 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Kubota Diesel RTVX900 https://www.myvendorlink.com/external/award?s=152500&i=22 23 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Polaris Ranger SP 570 R24MAA57B1 https://www.myvendorlink.com/external/award?s=152500&i=2324All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Yamaha Viking YXM70BPAP https://www.myvendorlink.com/external/award?s=152500&i=2425All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)American Landmaster TRAIL CRUISER TRAIL CRUISER https://www.myvendorlink.com/external/award?s=152500&i=25 26 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Honda PIONEER 520 PIONEER 520 https://www.myvendorlink.com/external/award?s=152500&i=26 27 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side)Polaris PRO XD MIDSIZE GAS COMMERCIAL PRO XD MIDSIZE GAS COMMERCIAL https://www.myvendorlink.com/external/award?s=152500&i=2730Bulldozer: 180hp Caterpillar D6 D6 https://www.myvendorlink.com/external/award?s=152500&i=30 31 Bulldozer: 180hp John Deere 850L 850L https://www.myvendorlink.com/external/award?s=152500&i=31 33 Bulldozer: 180hp Case 2050M 2050M https://www.myvendorlink.com/external/award?s=152500&i=3334Bulldozer: 180hp Liebherr PR736 PR736 https://www.myvendorlink.com/external/award?s=152500&i=34 35 Bulldozer: 70hp Caterpillar D1 D1 https://www.myvendorlink.com/external/award?s=152500&i=35 36 Bulldozer: 70hp John Deere 450P 450P https://www.myvendorlink.com/external/award?s=152500&i=3637Bulldozer: 70hp Case 650M 650M https://www.myvendorlink.com/external/award?s=152500&i=37 38 Bulldozer: 90hp Caterpillar D2 D2 https://www.myvendorlink.com/external/award?s=152500&i=38 39 Bulldozer: 90hp John Deere 550P 550P https://www.myvendorlink.com/external/award?s=152500&i=3941Bulldozer: 90hp Case 850M 850M https://www.myvendorlink.com/external/award?s=152500&i=41 44 Chipper: Brush Chipper Vermeer BC1500 BC1500 https://www.myvendorlink.com/external/award?s=152500&i=44 46 Compactor: 80,000 lbs. Landfill Compactor Bomag BC773RB-5 BC773RB-5 https://www.myvendorlink.com/external/award?s=152500&i=4647Compactor: 80,000 lbs. Landfill Compactor Caterpillar 826 826 https://www.myvendorlink.com/external/award?s=152500&i=47 48 Compactor: 80,000 lbs. Landfill Compactor Tana H380 H380 https://www.myvendorlink.com/external/award?s=152500&i=48 49 Compactor: 80,000 lbs. Landfill Compactor Volvo LC450H LC450H https://www.myvendorlink.com/external/award?s=152500&i=4950Compressor: Air Compressor - Trailer Mounted Atlas Copco XAS 188 T4F XAS 188 T4F https://www.myvendorlink.com/external/award?s=152500&i=50 51 Compressor: Air Compressor - Trailer Mounted Doosan P185/HP185WDO-T4F P185/HP185WDO-T4F https://www.myvendorlink.com/external/award?s=152500&i=51 52 Compressor: Air Compressor - Trailer Mounted MULTIQUIP DIS185SSI4F DIS185SSI4F https://www.myvendorlink.com/external/award?s=152500&i=5253Compressor: Air Compressor - Trailer Mounted Sullair 185 T4F 185 T4F https://www.myvendorlink.com/external/award?s=152500&i=53 54 Compressor: Air Compressor - Trailer Mounted Sullivan Palatek D185P D185P https://www.myvendorlink.com/external/award?s=152500&i=54 55 Compressor: Air Compressor - Trailer Mounted Chicago Pneumatic CPS185-100 Trailer Mounted Compressor CPS185-100 https://www.myvendorlink.com/external/award?s=152500&i=5556Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload Bell B25E B25E https://www.myvendorlink.com/external/award?s=152500&i=5657Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload Caterpillar 725 725 https://www.myvendorlink.com/external/award?s=152500&i=57 58 Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload DEVELON DA30-5 DA30-5 https://www.myvendorlink.com/external/award?s=152500&i=58 59 Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload John Deere 260P 260P https://www.myvendorlink.com/external/award?s=152500&i=5961Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload Volvo A25G A25G https://www.myvendorlink.com/external/award?s=152500&i=61 62 Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload Rokbak RA30 DumpTruck RA30 DumpTruck https://www.myvendorlink.com/external/award?s=152500&i=62 63 Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload Liebherr TA230 TA230 https://www.myvendorlink.com/external/award?s=152500&i=6364Excavator: All Terrain Walking Excavator Kaiser S8 S8 https://www.myvendorlink.com/external/award?s=152500&i=64 65 Excavator: All Terrain Walking Excavator Menzi Muck M4 https://www.myvendorlink.com/external/award?s=152500&i=65 66 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Bobcat E88 E88 https://www.myvendorlink.com/external/award?s=152500&i=6668Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Caterpillar 308 308 https://www.myvendorlink.com/external/award?s=152500&i=68 69 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight DEVELON DX89R-7 DX89R-7 https://www.myvendorlink.com/external/award?s=152500&i=69 70 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Hitachi ZX75US ZX75US https://www.myvendorlink.com/external/award?s=152500&i=7071Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Hyundai R80CR-9A R80CR-9A https://www.myvendorlink.com/external/award?s=152500&i=71 72 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight John Deere 75P 75P https://www.myvendorlink.com/external/award?s=152500&i=72 75 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Kubota KX080-4S KX080-4S https://www.myvendorlink.com/external/award?s=152500&i=7576Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Link-Belt 75X3 75X3 https://www.myvendorlink.com/external/award?s=152500&i=76 77 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Takeuchi TB290 TB290 https://www.myvendorlink.com/external/award?s=152500&i=77 78 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Volvo ECR88D ECR88D https://www.myvendorlink.com/external/award?s=152500&i=7879Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Case CX80C CX80C https://www.myvendorlink.com/external/award?s=152500&i=79 80 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Yanmar V1080-1A V1080-1A https://www.myvendorlink.com/external/award?s=152500&i=80 81 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Mecalac 8MCR 8MCR https://www.myvendorlink.com/external/award?s=152500&i=81 82 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Caterpillar 317 GC 317 GC https://www.myvendorlink.com/external/award?s=152500&i=8283Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight DEVELON DX180LC-5 DX180LC-5 https://www.myvendorlink.com/external/award?s=152500&i=83 84 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Hitachi ZX160LC ZX160LC https://www.myvendorlink.com/external/award?s=152500&i=84 85 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Hyundai HX160AL HX160AL https://www.myvendorlink.com/external/award?s=152500&i=8586Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight John Deere 160P 160P https://www.myvendorlink.com/external/award?s=152500&i=86 89 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Link-Belt 160X4 160X4 https://www.myvendorlink.com/external/award?s=152500&i=89 90 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Volvo EC160E EC160E https://www.myvendorlink.com/external/award?s=152500&i=9091Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Case CX170E CX170E https://www.myvendorlink.com/external/award?s=152500&i=91 92 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Bobcat E165 E165 https://www.myvendorlink.com/external/award?s=152500&i=92 93 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Liebherr R920 R920 https://www.myvendorlink.com/external/award?s=152500&i=9394Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Caterpillar 336 336 https://www.myvendorlink.com/external/award?s=152500&i=94 95 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight DEVELON DX350LC-7 DX350LC-7 https://www.myvendorlink.com/external/award?s=152500&i=95 96 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Hitachi ZX350LC ZX350LC https://www.myvendorlink.com/external/award?s=152500&i=9697Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Hyundai HX330AL HX330AL https://www.myvendorlink.com/external/award?s=152500&i=97 98 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight John Deere 350P 350P https://www.myvendorlink.com/external/award?s=152500&i=98 101 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Link-Belt 350X4 350X4 https://www.myvendorlink.com/external/award?s=152500&i=101102Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Volvo EC350 E EC350 E https://www.myvendorlink.com/external/award?s=152500&i=102 103 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Case CX350D CX350D https://www.myvendorlink.com/external/award?s=152500&i=103 104 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Hitachi ZX350 ZX350 https://www.myvendorlink.com/external/award?s=152500&i=104105Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Liebherr R934 R934 https://www.myvendorlink.com/external/award?s=152500&i=105106Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Bobcat E32 E32 https://www.myvendorlink.com/external/award?s=152500&i=106 107 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Caterpillar 303 303 https://www.myvendorlink.com/external/award?s=152500&i=107 108 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight DEVELON DX35Z-7 DX35Z-7 https://www.myvendorlink.com/external/award?s=152500&i=108109Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Hitachi ZX35-U ZX35-U https://www.myvendorlink.com/external/award?s=152500&i=109 110 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Hyundai R35Z-9A R35Z-9A https://www.myvendorlink.com/external/award?s=152500&i=110 111 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight John Deere 35P 35P https://www.myvendorlink.com/external/award?s=152500&i=111114Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Kubota U35-4 U35-4 https://www.myvendorlink.com/external/award?s=152500&i=114 115 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Takeuchi TB240 TB240 https://www.myvendorlink.com/external/award?s=152500&i=115 116 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Volvo EC37F EC37F https://www.myvendorlink.com/external/award?s=152500&i=116117Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Yanmar Vi035-6A Vi035-6A https://www.myvendorlink.com/external/award?s=152500&i=117 118 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Case CX37C CX37C https://www.myvendorlink.com/external/award?s=152500&i=118 119 Excavator: Telescopic Excavator - 45,000 lbs. Operating Weight - Tracked Type Gradall XL4200 XL4200 https://www.myvendorlink.com/external/award?s=152500&i=119120Excavator: Telescopic Excavator - 47,000 lbs. Operating Weight - 6x6 Wheeled Type Gradall XL4100 XL4100 https://www.myvendorlink.com/external/award?s=152500&i=120 123 Excavator: Vacuum Excavator - Trailer Mounted Vermeer LP873SDT LP873SDT https://www.myvendorlink.com/external/award?s=152500&i=123 125 Excavator: Vacuum Excavator - Trailer Mounted Truvac TRXX TRXX 800 https://www.myvendorlink.com/external/award?s=152500&i=125126Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Caterpillar M318 M318 https://www.myvendorlink.com/external/award?s=152500&i=126 127 Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight DEVELON DX210W-7 DX210W-7 https://www.myvendorlink.com/external/award?s=152500&i=127 129 Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight John Deere 190 GW 190 GW https://www.myvendorlink.com/external/award?s=152500&i=129130Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Volvo EW180E EW180E https://www.myvendorlink.com/external/award?s=152500&i=130 131 Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Case WX210E WX21OE https://www.myvendorlink.com/external/award?s=152500&i=131 132 Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Liebherr A920 A920 https://www.myvendorlink.com/external/award?s=152500&i=132133Forklift: Cushion Tire - 4,000 lbs. Capacity Caterpillar 2CC4000 2CC4000 https://www.myvendorlink.com/external/award?s=152500&i=133 134 Forklift: Cushion Tire - 4,000 lbs. Capacity Crown CGC20SC-9 CGC20SC-9 https://www.myvendorlink.com/external/award?s=152500&i=134 135 Forklift: Cushion Tire - 4,000 lbs. Capacity Mitsubishi FGC20CN FGC20CN https://www.myvendorlink.com/external/award?s=152500&i=135136Forklift: Cushion Tire - 4,000 lbs. Capacity Toyota 50-8FGCU20 50-8FGCU20 https://www.myvendorlink.com/external/award?s=152500&i=136137Forklift: Cushion Tire - 4,000 lbs. Capacity Clark S20C S20C https://www.myvendorlink.com/external/award?s=152500&i=137 138 Forklift: Cushion Tire - 4,000 lbs. Capacity Hangcha FP20C CPYD20-XW71B1-C https://www.myvendorlink.com/external/award?s=152500&i=138 139 Forklift: Cushion Tire - 4,000 lbs. Capacity Hyundai 25LC-9 25LC-9 https://www.myvendorlink.com/external/award?s=152500&i=139140Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Case 586H 586H https://www.myvendorlink.com/external/award?s=152500&i=140 141 Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Harlo HP5000 HP5000 https://www.myvendorlink.com/external/award?s=152500&i=141 142 Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Master Craft MC Series MC-5 https://www.myvendorlink.com/external/award?s=152500&i=142143Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Manitou M30-4 M30-4 https://www.myvendorlink.com/external/award?s=152500&i=143 144 Forklift: Telescopic Tool Carrier/Telehandler Bobcat TL723 TL723 https://www.myvendorlink.com/external/award?s=152500&i=144 145 Forklift: Telescopic Tool Carrier/Telehandler Caterpillar TL642 TL642 https://www.myvendorlink.com/external/award?s=152500&i=145147Forklift: Telescopic Tool Carrier/Telehandler Manitou MTA8044 MTA8044 https://www.myvendorlink.com/external/award?s=152500&i=147 148 Forklift: Telescopic Tool Carrier/Telehandler Xtreme XR843-B XR843-B https://www.myvendorlink.com/external/award?s=152500&i=148 149 Forklift: Telescopic Tool Carrier/Telehandler Snorkel SR9244 SR9244 https://www.myvendorlink.com/external/award?s=152500&i=149150Generator: 125kW Stationary AKSA APD-ULJ125 APD-ULJ125 https://www.myvendorlink.com/external/award?s=152500&i=150 151 Generator: 125kW Stationary Blue Star Power Systems JD125-02 JD125-02 https://www.myvendorlink.com/external/award?s=152500&i=151 152 Generator: 125kW Stationary Caterpillar D125 D125 https://www.myvendorlink.com/external/award?s=152500&i=152153Generator: 125kW Stationary Generac SD130 SD130 https://www.myvendorlink.com/external/award?s=152500&i=153 154 Generator: 125kW Stationary Gillette SPJD-1250 SPJD-1250 https://www.myvendorlink.com/external/award?s=152500&i=154 155 Generator: 125kW Stationary Tradewinds T125 T125 https://www.myvendorlink.com/external/award?s=152500&i=155157Generator: 150kW Mobile Blue Star Power Systems VD150-02FT4MP VD150-02FT4MP https://www.myvendorlink.com/external/award?s=152500&i=157 158 Generator: 150kW Mobile Doosan G190WCU-3A-T4F G190WCU-3A-T4F https://www.myvendorlink.com/external/award?s=152500&i=158 159 Generator: 150kW Mobile Generac/Magnum MDG175DF4 MDG175DF4 https://www.myvendorlink.com/external/award?s=152500&i=159160Generator: 150kW Mobile MULTIQUIP DCA180SSJU4F3 DCA180SSJU4F3 https://www.myvendorlink.com/external/award?s=152500&i=160 162 Generator: 150kW Mobile Tradewinds TM150 TM150 https://www.myvendorlink.com/external/award?s=152500&i=162 163 Generator: 150kW Mobile Wacker Neuson G180 G180 https://www.myvendorlink.com/external/award?s=152500&i=163164Generator: 500kW Mobile Blue Star Generator VD550-02FT4MP VD550-02FT4MP https://www.myvendorlink.com/external/award?s=152500&i=164 165 Generator: 500kW Mobile Caterpillar XQ570 XQ570 https://www.myvendorlink.com/external/award?s=152500&i=165 166 Generator: 500kW Mobile Tradewinds TM500 TM500 https://www.myvendorlink.com/external/award?s=152500&i=166167Generator: 500kW Mobile Generac 570KVA MDE570P https://www.myvendorlink.com/external/award?s=152500&i=167 168 Generator: 500kW Mobile HiPower HRVW625T4F HRVW625T4F https://www.myvendorlink.com/external/award?s=152500&i=168 169 Generator: 500kW Mobile TechnoGen VO630TSX VO630TSX https://www.myvendorlink.com/external/award?s=152500&i=169170Generator: 500kW Mobile AKSA ADP-EPA-V550T4 ADP-EPA-V550T4 https://www.myvendorlink.com/external/award?s=152500&i=170 171 Generator: 500kW Stationary AKSA APD-ULJ500 APD-ULJ500 https://www.myvendorlink.com/external/award?s=152500&i=171 172 Generator: 500kW Stationary Blue Star Generator VD500-01 VD500-01 https://www.myvendorlink.com/external/award?s=152500&i=172173Generator: 500kW Stationary Caterpillar C15 C15 https://www.myvendorlink.com/external/award?s=152500&i=173 174 Generator: 500kW Stationary Generac SD500 SD500 https://www.myvendorlink.com/external/award?s=152500&i=174 175 Generator: 500kW Stationary Gillette SPVD-5000 SPVD-5000 https://www.myvendorlink.com/external/award?s=152500&i=175176Generator: 500kW Stationary Tradewinds T500 T500 https://www.myvendorlink.com/external/award?s=152500&i=176 178 Generator: 500kW Stationary IGSA GSVL20500S GSVL20500S https://www.myvendorlink.com/external/award?s=152500&i=178 180 Generator: 60kW Stationary AKSA APD-ULJ65 APD-ULJ65 https://www.myvendorlink.com/external/award?s=152500&i=180181Generator: 60kW Stationary Blue Star JD60-02 JD60-02 https://www.myvendorlink.com/external/award?s=152500&i=181 182 Generator: 60kW Stationary Gillette SPD-600 SPD-600 https://www.myvendorlink.com/external/award?s=152500&i=182 183 Generator: 60kW Stationary IGSA GSJD30060-UL GSJD30060-UL https://www.myvendorlink.com/external/award?s=152500&i=183184Generator: 60kW Stationary Caterpillar D60 D60 https://www.myvendorlink.com/external/award?s=152500&i=184185Generator: 60kW Stationary Tradewinds T60 T60 https://www.myvendorlink.com/external/award?s=152500&i=185 188 Generator: 125kW Stationary IGSA GSJD30125S GSJD30125S https://www.myvendorlink.com/external/award?s=152500&i=188 190 Generator: 150kW Mobile Caterpillar XQ230 XQ230 https://www.myvendorlink.com/external/award?s=152500&i=190191Generator: 150kW Mobile AKSA ADP-EPA-J170T4 ADP-EPA-J170T4 https://www.myvendorlink.com/external/award?s=152500&i=191 192 Generator: 150kW Mobile Blue Star VD150-02FT4MP VD150-02FT4MP https://www.myvendorlink.com/external/award?s=152500&i=192 193 Generator: 150kW Mobile HiPower HRJW190T4F HRJW190T4F https://www.myvendorlink.com/external/award?s=152500&i=193194Horizontal Directional Drill Vermeer D24X40 S3 D24X40 S3 https://www.myvendorlink.com/external/award?s=152500&i=194 195 Leaf Collector: Trailer Mounted Bonnell Spartan Leaf Pro - Trailer https://www.myvendorlink.com/external/award?s=152500&i=195 196 Leaf Collector: Trailer Mounted ODB DCL800TM DCL800TM https://www.myvendorlink.com/external/award?s=152500&i=196197Lift: Scissor Lift - Self Propelled Genie GS-1932 GS-1932 https://www.myvendorlink.com/external/award?s=152500&i=197 198 Lift: Scissor Lift - Self Propelled JLG JLG ES1932 JLG ES1932 https://www.myvendorlink.com/external/award?s=152500&i=198 199 Lift: Scissor Lift - Self Propelled Snorkel S321 S3219E https://www.myvendorlink.com/external/award?s=152500&i=199201Light Tower: Hybrid Light Tower Signal Power HT444PC HT444PC https://www.myvendorlink.com/external/award?s=152500&i=201 203 Light Tower: Light Tower - Trailer Mounted Doosan LCV6WKUB-60HZ-T4F LCV6WKUB-60HZ-T4F https://www.myvendorlink.com/external/award?s=152500&i=203 204 Light Tower: Light Tower - Trailer Mounted Generac MLT4060 MLT4060 https://www.myvendorlink.com/external/award?s=152500&i=204205Light Tower: Light Tower - Trailer Mounted Wacker Neuson LTV6L LTV6L https://www.myvendorlink.com/external/award?s=152500&i=205 206 Light Tower: Light Tower - Trailer Mounted Wanco WLT-4MK6K WLT-4MK6K https://www.myvendorlink.com/external/award?s=152500&i=206 207 Loader: Loader Backhoe - 4x4 Caterpillar 416 416 https://www.myvendorlink.com/external/award?s=152500&i=207208Loader: Loader Backhoe - 4x4 John Deere 310P 310P https://www.myvendorlink.com/external/award?s=152500&i=208 209 Loader: Loader Backhoe - 4x4 Case 580SN 580SN https://www.myvendorlink.com/external/award?s=152500&i=209 210 Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Bobcat S62 S62 https://www.myvendorlink.com/external/award?s=152500&i=210211Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Caterpillar 236D3 236D3 https://www.myvendorlink.com/external/award?s=152500&i=211 212 Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type John Deere 318G 318G https://www.myvendorlink.com/external/award?s=152500&i=212 213 Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Kubota SSV65 SSV65 https://www.myvendorlink.com/external/award?s=152500&i=213214Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Case SV185B SV185B https://www.myvendorlink.com/external/award?s=152500&i=214216Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Caterpillar 272D3 272D3 https://www.myvendorlink.com/external/award?s=152500&i=216 217 Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type John Deere 330G 330G https://www.myvendorlink.com/external/award?s=152500&i=217 218 Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Case SV340B SV340B https://www.myvendorlink.com/external/award?s=152500&i=218220Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Manitou 1050RT 1050RT https://www.myvendorlink.com/external/award?s=152500&i=220 221 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Bobcat T770 T770 https://www.myvendorlink.com/external/award?s=152500&i=221 222 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Caterpillar 279D3 279D3 https://www.myvendorlink.com/external/award?s=152500&i=222223Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type John Deere 331G 331G https://www.myvendorlink.com/external/award?s=152500&i=223 224 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Kubota SVL 75-3 SVL 75-3 https://www.myvendorlink.com/external/award?s=152500&i=224 225 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Takeuchi TL12V2 TL12V2 https://www.myvendorlink.com/external/award?s=152500&i=225226Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Case TR310B TR310B https://www.myvendorlink.com/external/award?s=152500&i=226 227 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type ASV MAX-Series™ VT-100 Posi-Track® loader VT-100 https://www.myvendorlink.com/external/award?s=152500&i=227 228 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Yanmar TL100 Tracked Skid Steer TL100VS https://www.myvendorlink.com/external/award?s=152500&i=228229Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Manitou 1050R 1050R https://www.myvendorlink.com/external/award?s=152500&i=229 230 Loader: Wheel Loader - 1.5 cubic yd.Caterpillar 908 908 https://www.myvendorlink.com/external/award?s=152500&i=230 231 Loader: Wheel Loader - 1.5 cubic yd.Hitachi ZW120 ZW120 https://www.myvendorlink.com/external/award?s=152500&i=231232Loader: Wheel Loader - 1.5 cubic yd.John Deere 324P 324P https://www.myvendorlink.com/external/award?s=152500&i=232 233 Loader: Wheel Loader - 1.5 cubic yd.Manitou MLA7-75 H-Z MLA7-75 H-Z https://www.myvendorlink.com/external/award?s=152500&i=233 234 Loader: Wheel Loader - 1.5 cubic yd.Takeuchi TW80 TW80 https://www.myvendorlink.com/external/award?s=152500&i=234235Loader: Wheel Loader - 1.5 cubic yd.Volvo L45H L45H https://www.myvendorlink.com/external/award?s=152500&i=235 236 Loader: Wheel Loader - 1.5 cubic yd.Case 321F 321F https://www.myvendorlink.com/external/award?s=152500&i=236 237 Loader: Wheel Loader - 1.5 cubic yd.Mecalac A Series AS850 https://www.myvendorlink.com/external/award?s=152500&i=237238Loader: Wheel Loader - 1.5 cubic yd.Yanmar V12 V12 https://www.myvendorlink.com/external/award?s=152500&i=238 239 Loader: Wheel Loader - 3.0 cubic yd.Caterpillar 926 926 https://www.myvendorlink.com/external/award?s=152500&i=239 240 Loader: Wheel Loader - 3.0 cubic yd.DEVELON DL220-7 DL220-7 https://www.myvendorlink.com/external/award?s=152500&i=240241Loader: Wheel Loader - 3.0 cubic yd.DEVELON DL280-7 DL280-7 https://www.myvendorlink.com/external/award?s=152500&i=241 242 Loader: Wheel Loader - 3.0 cubic yd.Hitachi ZW180 ZW180 https://www.myvendorlink.com/external/award?s=152500&i=242 243 Loader: Wheel Loader - 3.0 cubic yd.Hyundai HL940A HL940A https://www.myvendorlink.com/external/award?s=152500&i=243244Loader: Wheel Loader - 3.0 cubic yd.John Deere 524P 524P https://www.myvendorlink.com/external/award?s=152500&i=244 246 Loader: Wheel Loader - 3.0 cubic yd.Volvo L60H2 L60H2 https://www.myvendorlink.com/external/award?s=152500&i=246 247 Loader: Wheel Loader - 3.0 cubic yd.Case 621G 621G https://www.myvendorlink.com/external/award?s=152500&i=247248Loader: Wheel Loader - 3.0 cubic yd.Liebherr L526 L526 https://www.myvendorlink.com/external/award?s=152500&i=248 249 Loader: Wheel Loader - 5.75 cubic yd.Caterpillar 972 972 https://www.myvendorlink.com/external/award?s=152500&i=249 250 Loader: Wheel Loader - 5.75 cubic yd.DEVELON DL480-7 DL480-7 https://www.myvendorlink.com/external/award?s=152500&i=250251Loader: Wheel Loader - 5.75 cubic yd.Hitachi ZW310 ZW310 https://www.myvendorlink.com/external/award?s=152500&i=251 252 Loader: Wheel Loader - 5.75 cubic yd.Hyundai HL975 HL975 https://www.myvendorlink.com/external/award?s=152500&i=252 253 Loader: Wheel Loader - 5.75 cubic yd.John Deere 744P 744P https://www.myvendorlink.com/external/award?s=152500&i=253255Loader: Wheel Loader - 5.75 cubic yd.Volvo L150H L150H https://www.myvendorlink.com/external/award?s=152500&i=255 256 Loader: Wheel Loader - 5.75 cubic yd.Case 1021G Z Bar 1021G Z Bar https://www.myvendorlink.com/external/award?s=152500&i=256 257 Loader: Wheel Loader - 5.75 cubic yd.Liebherr L580 L580 https://www.myvendorlink.com/external/award?s=152500&i=257258Low Speed Vehicle: Electric Type Columbia Journeyman Journeyman 2+2 https://www.myvendorlink.com/external/award?s=152500&i=258 259 Low Speed Vehicle: Electric Type GEM E4 E4 https://www.myvendorlink.com/external/award?s=152500&i=259 260 Low Speed Vehicle: Electric Type GEM e2 e2 https://www.myvendorlink.com/external/award?s=152500&i=260261Low Speed Vehicle: Electric Type Cruise Car ICON C40-ECO C40-ECO https://www.myvendorlink.com/external/award?s=152500&i=261262Low Speed Vehicle: Electric Type Star EV Capella CP-2 CP-2 https://www.myvendorlink.com/external/award?s=152500&i=262 263 Motor Grader: Large Caterpillar 120 120 https://www.myvendorlink.com/external/award?s=152500&i=263 264 Motor Grader: Large John Deere 620G 620G https://www.myvendorlink.com/external/award?s=152500&i=264266Motor Grader: Large Case 856C 856C https://www.myvendorlink.com/external/award?s=152500&i=266 267 Motor Grader: Small LeeBoy 685D 685D https://www.myvendorlink.com/external/award?s=152500&i=267 268 Motor Grader: Small Weiler G65 G65 https://www.myvendorlink.com/external/award?s=152500&i=268269Motor Grader: Small Case 836C 836C VHP https://www.myvendorlink.com/external/award?s=152500&i=269 271 Mower: 15ft. Flex Wing Rotary Mower Bush Hog 4115 4115 https://www.myvendorlink.com/external/award?s=152500&i=271 272 Mower: 15ft. Flex Wing Rotary Mower John Deere FC15M FC15M https://www.myvendorlink.com/external/award?s=152500&i=272274Mower: 15ft. Flex Wing Rotary Mower Rhino 4150 4150 https://www.myvendorlink.com/external/award?s=152500&i=274 275 Mower: 15ft. Flex Wing Rotary Mower Schulte FX-1800 FX-1800 https://www.myvendorlink.com/external/award?s=152500&i=275 276 Mower: 15ft. Flex Wing Rotary Mower Woods BW15.61 BW15.61 https://www.myvendorlink.com/external/award?s=152500&i=276277Mower: Electric Zero Turn Radius Mower Greenworks Optimus Z Zero Turn CZ60R18X https://www.myvendorlink.com/external/award?s=152500&i=277 278 Mower: Electric Zero Turn Radius Mower Mean Green Electric Mowers RIVAL 60" SIDE DISCHARGE RVL60S220 https://www.myvendorlink.com/external/award?s=152500&i=278 279 Mower: Remote Controlled Brush Mower Alamo Industrial RC28 RC28 https://www.myvendorlink.com/external/award?s=152500&i=279282Mower: Remote Controlled Brush Mower RC Mowers R-52 R-52 https://www.myvendorlink.com/external/award?s=152500&i=282 283 Mower: Remote Controlled Brush Mower Prinoth Raptor 100 Raptor 100 https://www.myvendorlink.com/external/award?s=152500&i=283 284 Mower: Remote Controlled Brush Mower AGRIA 9600-112 9600-112 https://www.myvendorlink.com/external/award?s=152500&i=284287Mower: Zero Turn Radius Mower Ferris ISX2200 5902078 https://www.myvendorlink.com/external/award?s=152500&i=287 288 Mower: Zero Turn Radius Mower Grasshopper 225 225 https://www.myvendorlink.com/external/award?s=152500&i=288 289 Mower: Zero Turn Radius Mower Gravely Proturn 360 https://www.myvendorlink.com/external/award?s=152500&i=289290Mower: Zero Turn Radius Mower Husqvarna Z560 Z560 https://www.myvendorlink.com/external/award?s=152500&i=290 291 Mower: Zero Turn Radius Mower John Deere Z930M Z930M https://www.myvendorlink.com/external/award?s=152500&i=291 292 Mower: Zero Turn Radius Mower Kubota Z725KH-3-60 Z725KH-3-60 https://www.myvendorlink.com/external/award?s=152500&i=292293Mower: Zero Turn Radius Mower Scag Tiger Cat II STCII-26FTEFI https://www.myvendorlink.com/external/award?s=152500&i=293294Mower: Zero Turn Radius Mower Bobcat ZT Series 9996010 https://www.myvendorlink.com/external/award?s=152500&i=294 295 Mower: Zero Turn Radius Mower Encore Caliber EC60FX850V5X https://www.myvendorlink.com/external/award?s=152500&i=295 296 Mower: Zero Turn Radius Mower Encore Edge EE60LS2P82F32 https://www.myvendorlink.com/external/award?s=152500&i=296297Mower: Zero Turn Radius Mower Encore Prowler EP60FX921V5 https://www.myvendorlink.com/external/award?s=152500&i=297 298 Mower: Zero Turn Radius Mower Redmax CZT Series CZT60X https://www.myvendorlink.com/external/award?s=152500&i=298 299 Mower: Zero Turn Radius Mower Hustler X-One 941856 https://www.myvendorlink.com/external/award?s=152500&i=299300Mower: Zero Turn Radius Mower Stihl RZ700 RZ760k https://www.myvendorlink.com/external/award?s=152500&i=300 301 Mower: Zero Turn Radius Mower Wright ZXL WZXL61S61E8E1B https://www.myvendorlink.com/external/award?s=152500&i=301 302 Pallet Jack: Electric 4,500 lbs. Capacity Big Joe WPT45 WPT45 https://www.myvendorlink.com/external/award?s=152500&i=302303Pallet Jack: Electric 4,500 lbs. Capacity Jungheinrich EJE120 EJE120 https://www.myvendorlink.com/external/award?s=152500&i=303 304 Pallet Jack: Electric 4,500 lbs. Capacity Mitsubishi PW23 PW23 https://www.myvendorlink.com/external/award?s=152500&i=304 306 Pipe Inspection: Battery Operated Pipe Crawler Inspection System Envirosight Verisight Pro+VSP200 https://www.myvendorlink.com/external/award?s=152500&i=306307Pipe Inspection: Battery Operated Pipe Crawler Inspection System Aries UC3410 UC3410 https://www.myvendorlink.com/external/award?s=152500&i=307 308 Pipe Inspection: Battery Operated Pipe Crawler Inspection System Pipe Trekker A-200 Pipe Crawler A-200 https://www.myvendorlink.com/external/award?s=152500&i=308 309 Pump: Mobile Pump Atlas Copco PAS 150 HF PAS 150 HF https://www.myvendorlink.com/external/award?s=152500&i=309310Pump: Mobile Pump BBA Pumps BA150E BA150E https://www.myvendorlink.com/external/award?s=152500&i=310 311 Pump: Mobile Pump ECO PUMP Trailer Mounted Trash Pump 6612T https://www.myvendorlink.com/external/award?s=152500&i=311 312 Pump: Mobile Pump Global Pump 6GSTAP 6GSTAP https://www.myvendorlink.com/external/award?s=152500&i=312313Pump: Mobile Pump Godwin CD 150S CD 150S https://www.myvendorlink.com/external/award?s=152500&i=313 314 Pump: Mobile Pump Holland Pumps PT6TPC-P1104D44T PT6TPC-P1104D44T https://www.myvendorlink.com/external/award?s=152500&i=314 315 Pump: Mobile Pump MWI CT006 CT006 https://www.myvendorlink.com/external/award?s=152500&i=315316Pump: Mobile Pump Pioneer PP66S12L71 PP66S12L71 https://www.myvendorlink.com/external/award?s=152500&i=316 317 Pump: Mobile Pump Thompson Pump 6JSC 6JSC https://www.myvendorlink.com/external/award?s=152500&i=317 318 Pump: Mobile Pump Tradewinds TPK66 TPK66 https://www.myvendorlink.com/external/award?s=152500&i=318321Pump: Mobile Pump PRIMAX-SYKES CP 150i https://www.myvendorlink.com/external/award?s=152500&i=321 322 Roadway Advisory Board: Mobile Message Board AMSIG CMS-GP465T CMS-GP465T https://www.myvendorlink.com/external/award?s=152500&i=322 323 Roadway Advisory Board: Mobile Message Board K&K Systems MB9757 MB9757 https://www.myvendorlink.com/external/award?s=152500&i=323324Roadway Advisory Board: Mobile Message Board Kustom Signal Smart VMS 2 https://www.myvendorlink.com/external/award?s=152500&i=324 325 Roadway Advisory Board: Mobile Message Board Ver-Mac PCMS-1500 PCMS-1500 https://www.myvendorlink.com/external/award?s=152500&i=325 326 Roadway Advisory Board: Mobile Message Board Wanco Full Size 3-Line Message Board Trailer WTLMB-A https://www.myvendorlink.com/external/award?s=152500&i=326327Roadway Advisory Board: Mobile Message Board Wanco Full Size Full Matrix Message Board Trailer WTMMB-A https://www.myvendorlink.com/external/award?s=152500&i=327 331 Roadway Advisory Board: Mobile Speed Board K&K Systems LTER12 LTER12 https://www.myvendorlink.com/external/award?s=152500&i=331 332 Roadway Advisory Board: Mobile Speed Board Kustom Signal Smart 12 https://www.myvendorlink.com/external/award?s=152500&i=332333Roadway Advisory Board: Mobile Speed Board Ver-Mac SP-710V SP-710V https://www.myvendorlink.com/external/award?s=152500&i=333 334 Roadway Advisory Board: Mobile Speed Board Wanco Compact Radar Speed Trailer WSDT3-S https://www.myvendorlink.com/external/award?s=152500&i=334 335 Roadway Advisory Board: Mobile Speed Board All Traffic Solutions, INC Shield 12 - with ATS-3 Trailer 4001809FSA https://www.myvendorlink.com/external/award?s=152500&i=335336Roadway Advisory Board: Mobile Speed Board All Traffic Solutions, INC SpeedAlert 18 - With ATS-3 Trailer 4001811FSA https://www.myvendorlink.com/external/award?s=152500&i=336 337 Roadway Advisory Board: Mobile Speed Board/Automatic License Plate Reader Vetted Security Solutions ALPR Speed Trailer-STANDARD VSS-STD-SPD-VLT https://www.myvendorlink.com/external/award?s=152500&i=337 338 Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board AMSIG T815 T815 https://www.myvendorlink.com/external/award?s=152500&i=338339Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board K&K Systems AT154896 AT154896 https://www.myvendorlink.com/external/award?s=152500&i=339 340 Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board Traffix Device Scorpion II Trailer Attenuator with Mobile Traffic Advisory / Directional Signal Board 10002-TL3M-12TA https://www.myvendorlink.com/external/award?s=152500&i=340 341 Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board Ver-Mac ST-4825 ST-4825 https://www.myvendorlink.com/external/award?s=152500&i=341342Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board Wanco WECO Arrow Board Trailer WTSP55-LSA https://www.myvendorlink.com/external/award?s=152500&i=342343Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board Wanco Metro Matrix Message Board Trailer WVTMM-L https://www.myvendorlink.com/external/award?s=152500&i=343 344 Roller: Compaction Roller 30,000 lbs. - Single Drum Bomag BW177D-5 BW177D-5 https://www.myvendorlink.com/external/award?s=152500&i=344 345 Roller: Compaction Roller 30,000 lbs. - Single Drum Caterpillar CS44 CS44 https://www.myvendorlink.com/external/award?s=152500&i=345346Roller: Compaction Roller 30,000 lbs. - Single Drum Hyundai HR140C HR140C https://www.myvendorlink.com/external/award?s=152500&i=346 347 Roller: Compaction Roller 30,000 lbs. - Single Drum Sakai SV544 SV544 https://www.myvendorlink.com/external/award?s=152500&i=347 348 Roller: Compaction Roller 30,000 lbs. - Single Drum Case SV207E SV207E https://www.myvendorlink.com/external/award?s=152500&i=348349Roller: Compaction Roller 30,000 lbs. - Single Drum Volvo SD75B Single Drum Roller SD75B https://www.myvendorlink.com/external/award?s=152500&i=349 350 Roller: Compaction Roller 30,000 lbs. - Single Drum Hamm HC70i Single Drum Vibratory Roller HC70i https://www.myvendorlink.com/external/award?s=152500&i=350 351 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Bomag BW190AD-5 BW190AD-5 https://www.myvendorlink.com/external/award?s=152500&i=351352Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Caterpillar CB13 CB13 https://www.myvendorlink.com/external/award?s=152500&i=352 353 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Dynapac CC5200VI CC5200VI https://www.myvendorlink.com/external/award?s=152500&i=353 354 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Hamm HD+90iVV HD+90iVV https://www.myvendorlink.com/external/award?s=152500&i=354355Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Sakai SW884 SW884 https://www.myvendorlink.com/external/award?s=152500&i=355 356 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Volvo DD120 DD120 https://www.myvendorlink.com/external/award?s=152500&i=356 357 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Case DV209D DV209D https://www.myvendorlink.com/external/award?s=152500&i=357358Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Bomag BW120SL-5 BW120SL-5 https://www.myvendorlink.com/external/award?s=152500&i=358 359 Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Caterpillar CB2.7 CB2.7 https://www.myvendorlink.com/external/award?s=152500&i=359 360 Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Dynapac CC1200VI CC1200VI https://www.myvendorlink.com/external/award?s=152500&i=360361Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Hamm HD12-VV HD12-VV https://www.myvendorlink.com/external/award?s=152500&i=361 362 Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Volvo DD25 DD25 https://www.myvendorlink.com/external/award?s=152500&i=362 363 Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Case DV26E DV26E https://www.myvendorlink.com/external/award?s=152500&i=363364Sewer Cleaner: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.PipeHunter VacHunter Combo 101035 PH8C https://www.myvendorlink.com/external/award?s=152500&i=364 365 Sewer Cleaner: Trailer Mounted Sewer Cleaner Obrien 7018-SC 7018-SC https://www.myvendorlink.com/external/award?s=152500&i=365 366 Sewer Cleaner: Trailer Mounted Sewer Cleaner Sewer Equipment Co. of America 747-FR2000 747-FR2000 https://www.myvendorlink.com/external/award?s=152500&i=366367Sewer Cleaner: Trailer Mounted Sewer Cleaner Vac-Con VecJet VJ750 https://www.myvendorlink.com/external/award?s=152500&i=367368Sewer Cleaner: Trailer Mounted Sewer Cleaner Vactor RamJet 4018 https://www.myvendorlink.com/external/award?s=152500&i=368 369 Sewer Cleaner: Trailer Mounted Sewer Cleaner Harben DTK 375 E-180 (Manual)DTK 375 E-180 (Manual)https://www.myvendorlink.com/external/award?s=152500&i=369 370 Sewer Cleaner: Trailer Mounted Sewer Cleaner GAPVAX G7 Jetter G-Jet https://www.myvendorlink.com/external/award?s=152500&i=370371Sewer Cleaner: Trailer Mounted Sewer Cleaner PipeHunter 700 Gallon Tandem Trailer Jetter 3744 https://www.myvendorlink.com/external/award?s=152500&i=371 372 Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Aquatech B-10 B-10 https://www.myvendorlink.com/external/award?s=152500&i=372 374 Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Sewer Equipment Co. of America 900 ECO-12YD 900 ECO-12YD https://www.myvendorlink.com/external/award?s=152500&i=374375Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Super Products Camel Max 1200 https://www.myvendorlink.com/external/award?s=152500&i=375 376 Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Vacall AJV1010 AJV1010 https://www.myvendorlink.com/external/award?s=152500&i=376 377 Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Vac-Con V311HN/1000 V311HN/1000 https://www.myvendorlink.com/external/award?s=152500&i=377378Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Vac-Con VPD4211SHAE VPD4211SHAE https://www.myvendorlink.com/external/award?s=152500&i=378 379 Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd.Vactor 2100l 2100l https://www.myvendorlink.com/external/award?s=152500&i=379 380 Shop Tools & Equipment ARI-HETRA Brake Hub Removal Jack WS-18-HR https://www.myvendorlink.com/external/award?s=152500&i=380381Shop Tools & Equipment ARI-HETRA Floor Jack WS-16124 https://www.myvendorlink.com/external/award?s=152500&i=381 382 Shop Tools & Equipment ARI-HETRA King Pin Press WS-KPP143 https://www.myvendorlink.com/external/award?s=152500&i=382 383 Shop Tools & Equipment ARI-HETRA On Vehicle Brake Lathe WS-BL44 https://www.myvendorlink.com/external/award?s=152500&i=383384Shop Tools & Equipment ARI-HETRA Tire Changer WS-12645 https://www.myvendorlink.com/external/award?s=152500&i=384 385 Shop Tools & Equipment ARI-HETRA Tire Inflation Cage WS-35026 https://www.myvendorlink.com/external/award?s=152500&i=385 386 Shop Tools & Equipment ARI-HETRA Wheel Balancer WS-12890 https://www.myvendorlink.com/external/award?s=152500&i=386387Shop Tools & Equipment ARI-HETRA Wheel Dolly WS-AH20440 https://www.myvendorlink.com/external/award?s=152500&i=387 389 Shredder: Mobile Shredder Tana Shark 440D 440D https://www.myvendorlink.com/external/award?s=152500&i=389 390 Solid Waste Material Handler: Wheeled Type Caterpillar MH3022 MH3022 https://www.myvendorlink.com/external/award?s=152500&i=390392Solid Waste Material Handler: Wheeled Type Volvo EW240E MH EW240E MH https://www.myvendorlink.com/external/award?s=152500&i=392 393 Solid Waste Material Handler: Wheeled Type Hyundai HW250AMH HW250AMH https://www.myvendorlink.com/external/award?s=152500&i=393 394 Solid Waste Material Handler: Wheeled Type Liebherr LH24M LH24M https://www.myvendorlink.com/external/award?s=152500&i=394396Stump Cutter Toro STX 38 STX 38 https://www.myvendorlink.com/external/award?s=152500&i=396 397 Stump Cutter Vermeer SC362 SC362 https://www.myvendorlink.com/external/award?s=152500&i=397 398 Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper Elgin Pelican NP Elgin Pelican https://www.myvendorlink.com/external/award?s=152500&i=398399Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper Global R3 R3 https://www.myvendorlink.com/external/award?s=152500&i=399 400 Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper Global M3 M3 https://www.myvendorlink.com/external/award?s=152500&i=400 401 Sweeper: Cabover Mechanical Broom Street Sweeper Bucher Municipal E35m E35m https://www.myvendorlink.com/external/award?s=152500&i=401402Sweeper: Cabover Mechanical Broom Street Sweeper Elgin Eagle Eagle https://www.myvendorlink.com/external/award?s=152500&i=402 403 Sweeper: Cabover Mechanical Broom Street Sweeper Schwarze Industries M6 Avalanche M6 Avalanche https://www.myvendorlink.com/external/award?s=152500&i=403 404 Sweeper: Compact Air Sweeper - 2.3 cubic yd.Bucher Municipal 5006 5006 https://www.myvendorlink.com/external/award?s=152500&i=404405Sweeper: Compact Air Sweeper - 2.3 cubic yd.Dulevo D3 Sweeper D3 https://www.myvendorlink.com/external/award?s=152500&i=405 406 Sweeper: Compact Air Sweeper - 2.3 cubic yd.Excelway B200 B200 https://www.myvendorlink.com/external/award?s=152500&i=406 407 Sweeper: Regenerative Air Street Sweeper Bucher Municipal R65 R65 https://www.myvendorlink.com/external/award?s=152500&i=407408Sweeper: Regenerative Air Street Sweeper Elgin Crosswind J Plus Crosswind J Plus https://www.myvendorlink.com/external/award?s=152500&i=408 409 Sweeper: Regenerative Air Street Sweeper Tymco 600 600 https://www.myvendorlink.com/external/award?s=152500&i=409 410 Sweeper: Regenerative Air Street Sweeper Schwarze Industries A7 Tornado A7 Tornado https://www.myvendorlink.com/external/award?s=152500&i=410411Sweeper: Regenerative Air Street Sweeper Schwarze Industries A8 Twister A8 Twister https://www.myvendorlink.com/external/award?s=152500&i=411 412 Sweeper: Regenerative Air Street Sweeper Schwarze Industries A9 Monsoon A9 Monsoon https://www.myvendorlink.com/external/award?s=152500&i=412 413 Sweeper: Self-Propelled Hydrostatic Broom Broce 350 Broom 350 Broom https://www.myvendorlink.com/external/award?s=152500&i=413414Sweeper: Self-Propelled Hydrostatic Broom Holder S100 S100 https://www.myvendorlink.com/external/award?s=152500&i=414415Sweeper: Self-Propelled Hydrostatic Broom LeeBoy RB-50 RB-50 https://www.myvendorlink.com/external/award?s=152500&i=415 416 Sweeper: Self-Propelled Hydrostatic Broom Superior Broom DT74 DT74 https://www.myvendorlink.com/external/award?s=152500&i=416 417 Sweeper: Self-Propelled Hydrostatic Broom Smith Challenger SCM400 SCM400 https://www.myvendorlink.com/external/award?s=152500&i=417418Tactical Vehicle: Skid Steer Mounted (The Rook)Caterpillar 299D3 with Rook Option 299D3 with Rook Option https://www.myvendorlink.com/external/award?s=152500&i=418 419 Tool Carrier: Hydrostatic Drive Alamo Group Mantis 155B https://www.myvendorlink.com/external/award?s=152500&i=419 420 Tool Carrier: Hydrostatic Drive Energreen America Kommunal Kommunal https://www.myvendorlink.com/external/award?s=152500&i=420421Tool Carrier: Hydrostatic Drive MowerMax Tool Carrier MMB22 https://www.myvendorlink.com/external/award?s=152500&i=421 423 Tractor: Agriculture Tractor - 4x2 Case IH FARMALL 100C https://www.myvendorlink.com/external/award?s=152500&i=423 424 Tractor: Agriculture Tractor - 4x2 John Deere 5105M 5105M https://www.myvendorlink.com/external/award?s=152500&i=424425Tractor: Agriculture Tractor - 4x2 Kubota M5-111 M5-111 https://www.myvendorlink.com/external/award?s=152500&i=425 426 Tractor: Agriculture Tractor - 4x2 Massey Ferguson Tractor MF4709 https://www.myvendorlink.com/external/award?s=152500&i=426 427 Tractor: Agriculture Tractor - 4x2 New Holland Powerstar 100 https://www.myvendorlink.com/external/award?s=152500&i=427429Tractor: Compact Articulating Tractor - AWD Avant 528 528 https://www.myvendorlink.com/external/award?s=152500&i=429 431 Tractor: Small Agriculture Tractor - 4x4 Bobcat CT2035 CT2035 https://www.myvendorlink.com/external/award?s=152500&i=431 432 Tractor: Small Agriculture Tractor - 4x4 Case IH FARMALL 35C https://www.myvendorlink.com/external/award?s=152500&i=432433Tractor: Small Agriculture Tractor - 4x4 John Deere 3035D 3035D https://www.myvendorlink.com/external/award?s=152500&i=433 434 Tractor: Small Agriculture Tractor - 4x4 Kubota L3902 DT L3902 DT https://www.myvendorlink.com/external/award?s=152500&i=434 435 Tractor: Small Agriculture Tractor - 4x4 Massey Ferguson MF1840E MF1840E https://www.myvendorlink.com/external/award?s=152500&i=435436Tractor: Small Agriculture Tractor - 4x4 New Holland Boomer 35 https://www.myvendorlink.com/external/award?s=152500&i=436 437 Tractor: Tractor with Boom Mower - 4x4 Case IH Maxxum with Motrim Boom Mower 115 https://www.myvendorlink.com/external/award?s=152500&i=437 438 Tractor: Tractor with Boom Mower - 4x4 John Deere 6120M with Tiger Bengal Boom Mower 6120M https://www.myvendorlink.com/external/award?s=152500&i=438439Tractor: Tractor with Boom Mower - 4x4 John Deere 6120M Alamo Industrial Mower 6120M https://www.myvendorlink.com/external/award?s=152500&i=439 440 Tractor: Tractor with Boom Mower - 4x4 Kubota M6S-111 with Terrain King KB2300 Boom Mower M6S-111 https://www.myvendorlink.com/external/award?s=152500&i=440 441 Tractor: Tractor with Boom Mower - 4x4 Massey Ferguson 6S.145 with Diamond Boom Mower 6S.145 https://www.myvendorlink.com/external/award?s=152500&i=441442Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Talbert Talbert AC20 Talbert AC20 https://www.myvendorlink.com/external/award?s=152500&i=442443Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR EAGER BEAVER Eager Beaver 20-XPT Trailer 20XPT https://www.myvendorlink.com/external/award?s=152500&i=443 444 Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR INTERSTATE TRAILERS 40DLA 40DLA https://www.myvendorlink.com/external/award?s=152500&i=444 445 Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Big Tex 4XPH-20+5 4XPH-20+5 https://www.myvendorlink.com/external/award?s=152500&i=445446Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Texas Trailers FB2540GVB FB2540GVB https://www.myvendorlink.com/external/award?s=152500&i=446 447 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Big Tex 22PH255 22PH255 https://www.myvendorlink.com/external/award?s=152500&i=447 448 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Econoline BP0821DE BP0821DE https://www.myvendorlink.com/external/award?s=152500&i=448449Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Felling Trailers FT-16-2 FT-16-2 https://www.myvendorlink.com/external/award?s=152500&i=449 451 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Interstate 16BST 16BST https://www.myvendorlink.com/external/award?s=152500&i=451 452 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR SURE-TRAC ST102204SDDO-B-150 ST102204SDDO-B-150 https://www.myvendorlink.com/external/award?s=152500&i=452453Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Texas Trailer TX85258T TX85258T https://www.myvendorlink.com/external/award?s=152500&i=453 454 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Towmaster T-16LP T-16LP https://www.myvendorlink.com/external/award?s=152500&i=454 455 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Trail King TK20LP TK20LP https://www.myvendorlink.com/external/award?s=152500&i=455456Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR XL Specialized Trailers XL 24 T XL 24 T https://www.myvendorlink.com/external/award?s=152500&i=456 458 Trailer: Detatchable Lowboy Trailer 100,000 lbs. GVWR EAGER BEAVER Eager Beaver 50-GSL-3 Lowboy 50-GSL-3 https://www.myvendorlink.com/external/award?s=152500&i=458 459 Trailer: Detatchable Lowboy Trailer 100,000 lbs. GVWR Talbert Talbert 55HRG Talbert 55HRG https://www.myvendorlink.com/external/award?s=152500&i=459460Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Cargo Mate Blazer BL716TA2 https://www.myvendorlink.com/external/award?s=152500&i=460 461 Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR SURE-TRAC STW8416TA STW8416TA https://www.myvendorlink.com/external/award?s=152500&i=461 462 Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Wells Cargo HD Wagon WHD716T2 https://www.myvendorlink.com/external/award?s=152500&i=462463Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Mission EZEC7x16 EZEC7x16 https://www.myvendorlink.com/external/award?s=152500&i=463 464 Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Express ECT7X16TA Enclosed Cargo Trailer ECT7X16TA https://www.myvendorlink.com/external/award?s=152500&i=464 465 Trailer: Enclosed Utility Body/Trailer Mounted - 9,990 lbs. GVWR Knapheide Enclosed Mobile Work Station KC132 https://www.myvendorlink.com/external/award?s=152500&i=465466Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR Pitts 35-Ton Fixed Neck Lowboy LB35-33CS https://www.myvendorlink.com/external/award?s=152500&i=466 467 Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR Pitts LB35-22DC Hydraulic Detachable Trailer LB35-22DC https://www.myvendorlink.com/external/award?s=152500&i=467 468 Trailer: Hydraulic Drop Deck Trailer - 13,500 lbs. GVWR Air Tow Trailers UT1410 Utility UT1410 https://www.myvendorlink.com/external/award?s=152500&i=468469Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Felling Trailers FT-70-2-PL-HT FT-70-2-PL-HT https://www.myvendorlink.com/external/award?s=152500&i=469 472 Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Towmaster T-70HT T-70HT https://www.myvendorlink.com/external/award?s=152500&i=472 473 Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Trail King TK80HT TK80HT https://www.myvendorlink.com/external/award?s=152500&i=473474Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR XL Specialized Trailers XL 80PT XL 80PT https://www.myvendorlink.com/external/award?s=152500&i=474 475 Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Talbert Talbert 35HT Talbert 35HT https://www.myvendorlink.com/external/award?s=152500&i=475 476 Trailer: Leachate Tanker 6,500 gallons MACLTT Liquid tank trailer SRX-6500-1-2-NC https://www.myvendorlink.com/external/award?s=152500&i=476477Trailer: Livestock Trailer - 7,000 lbs. GVWR Delta Trailers 500ES-16 500ES-16 https://www.myvendorlink.com/external/award?s=152500&i=477 478 Trailer: Livestock Trailer - 7,000 lbs. GVWR Frontier Trailers LIV167LITE LIV167LITE https://www.myvendorlink.com/external/award?s=152500&i=478 479 Trailer: Livestock Trailer - 7,000 lbs. GVWR Texas Trailers ST1610B ST1610B https://www.myvendorlink.com/external/award?s=152500&i=479480Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Big Tex 14LP-14 14LP-14 https://www.myvendorlink.com/external/award?s=152500&i=480 481 Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Felling FT-14 DT HD FT-14 DT HD https://www.myvendorlink.com/external/award?s=152500&i=481 482 Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR SURE-TRAC ST8214HLOD-B-140 ST8214HLOD-B-140 https://www.myvendorlink.com/external/award?s=152500&i=482483Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Towmaster T-12HD T-12HD https://www.myvendorlink.com/external/award?s=152500&i=483 484 Trailer: Refrigeration/Freezer Trailer - 7,000 lbs. GVWR Polar King Mobile Trailers PKM612 PKM612 https://www.myvendorlink.com/external/award?s=152500&i=484 485 Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR Big Tex 70PI-16 70PI-16 https://www.myvendorlink.com/external/award?s=152500&i=485486Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR Mission MLS6.5X16 2.0 MLS6.5X16 2.0 https://www.myvendorlink.com/external/award?s=152500&i=486 487 Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR Texas Trailers UT61670GV UT61670GV https://www.myvendorlink.com/external/award?s=152500&i=487 488 Trailer: Waste Trailer with Walking Floor East Manufacturing Unloader 48FT https://www.myvendorlink.com/external/award?s=152500&i=488489Trailer: Waste Trailer with Walking Floor Mac Trailer TNSP48MF TNSP48MF https://www.myvendorlink.com/external/award?s=152500&i=489490Trailer: Waste Trailer with Walking Floor Steco AW048102 AW048102 https://www.myvendorlink.com/external/award?s=152500&i=490 491 Trailer: Waste Trailer with Walking Floor Warren Equipment Inc. WMFT-AS WMFT-AS-48102 https://www.myvendorlink.com/external/award?s=152500&i=491 493 Transfer Switch: 600 Amp Automatic Transfer Switch ASCO Series 300 Series 300 https://www.myvendorlink.com/external/award?s=152500&i=493494Transfer Switch: 600 Amp Automatic Transfer Switch Caterpillar CG CG https://www.myvendorlink.com/external/award?s=152500&i=494 495 Transfer Switch: 600 Amp Automatic Transfer Switch Generac TX/PSTS-600 TX/PSTS-600 https://www.myvendorlink.com/external/award?s=152500&i=495 496 Transfer Switch: 600 Amp Automatic Transfer Switch Thomson Auto Transfer Switch TS 870 https://www.myvendorlink.com/external/award?s=152500&i=496497Trencher: Walk Behind Trencher Vermeer RTX250 RTX250 https://www.myvendorlink.com/external/award?s=152500&i=497 498 Underground Locating Equipment: Ground Pentrating Radar US Radar Quantaum Imager Q4300 https://www.myvendorlink.com/external/award?s=152500&i=498 499 Underground Locating Equipment: Utility Locator Vermeer Verifier G-3 G-3 https://www.myvendorlink.com/external/award?s=152500&i=499500Vehicle Lift: Mobile - 2 Column, Cabled ARI-Hetra LP-10-2-AJ LP-10-2-AJ https://www.myvendorlink.com/external/award?s=152500&i=500 503 Vehicle Lift: Mobile - 2 Column, Wireless ARI-Hetra BPW-10-2-AJ BPW-10-2-AJ https://www.myvendorlink.com/external/award?s=152500&i=503 504 Vehicle Lift: Mobile - 2 Column, Wireless Challenger CLHM-190-2 CLHM-190-2 https://www.myvendorlink.com/external/award?s=152500&i=504507Vehicle Lift: Mobile - 4 Column, Cabled ARI-Hetra LP-10-4-AJ LP-10-4-AJ https://www.myvendorlink.com/external/award?s=152500&i=507 510 Vehicle Lift: Mobile - 4 Column, Wireless ARI-Hetra BPW-10-4-AJ BPW-10-4-AJ https://www.myvendorlink.com/external/award?s=152500&i=510 511 Vehicle Lift: Mobile - 4 Column, Wireless Challenger CLHM-190-4 CLHM-190-4 https://www.myvendorlink.com/external/award?s=152500&i=511514Vehicle Lift: Mobile - 6 Column, Cabled ARI-Hetra LP-10-6-AJ LP-10-6-AJ https://www.myvendorlink.com/external/award?s=152500&i=514 517 Vehicle Lift: Mobile - 6 Column, Wireless ARI-Hetra BPW-10-6-AJ BPW-10-6-AJ https://www.myvendorlink.com/external/award?s=152500&i=517 518 Vehicle Lift: Mobile - 6 Column, Wireless Challenger CLHM-190-6 CLHM-190-6 https://www.myvendorlink.com/external/award?s=152500&i=518522Vehicle Lift: Mobile - 8 Column, Wireless ARI-Hetra BPW-10-8-AJ BPW-10-8-AJ https://www.myvendorlink.com/external/award?s=152500&i=522 523 Vehicle Lift: Mobile - 8 Column, Wireless Challenger CLHM-190-8 CLHM-190-8 https://www.myvendorlink.com/external/award?s=152500&i=523 527 Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 12k Challenger CL 12-LC CL 12-LC https://www.myvendorlink.com/external/award?s=152500&i=527529Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 15k Challenger 15000-3S 15000-3S https://www.myvendorlink.com/external/award?s=152500&i=529 531 Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 18k Challenger 18000 18000 https://www.myvendorlink.com/external/award?s=152500&i=531 533 Vehicle Lift: Stationary - 2 Post Versymmetric Stationary Vehicle Lift 10k Challenger CL10V3 CL10V3 https://www.myvendorlink.com/external/award?s=152500&i=533 534 Vehicle Lift: Stationary - 4 Column, Alignment Lift with Front/Rear Jacks and Integrated Turntables and Slip Plates 14k Challenger AR4115XAO AR4115XAO https://www.myvendorlink.com/external/award?s=152500&i=534 536 Generator: 125kW Stationary Taylor Power Systems TD125 TD125 https://www.myvendorlink.com/external/award?s=152500&i=536 537 Generator: 150kW Mobile Taylor Power Systems TM225 TM225 https://www.myvendorlink.com/external/award?s=152500&i=537538Generator: 60kW Stationary Taylor Power Systems TD60 TD60 https://www.myvendorlink.com/external/award?s=152500&i=538 539 Generator: 500kW Stationary Taylor Power Systems TD500 TD500 https://www.myvendorlink.com/external/award?s=152500&i=539 540 Pallet Jack: Electric 4,500 lbs. Capacity Crown WP 3200 WP 3200 https://www.myvendorlink.com/external/award?s=152500&i=540541Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Felling FT-40-2 LP FT-40-2 LP https://www.myvendorlink.com/external/award?s=152500&i=541 542 Trailer: Detatchable Lowboy Trailer - 100,000 lbs. GVWR Felling XF-100-3 HDG XF-100-3 HDG https://www.myvendorlink.com/external/award?s=152500&i=542 543 Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR Felling FT-70-2 MX-L FT-70-2 MX-L https://www.myvendorlink.com/external/award?s=152500&i=543544Mower: Zero Turn Radius Mower Dixie Choppper Eagle 3160KW https://www.myvendorlink.com/external/award?s=152500&i=544 A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-EQU21.0: Equipment Final Award Report 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 2/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:1, CanAm, Outlander, 500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $7,200.00 $7,600.00 Build Build Options Options Northern Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $7,000.00 $7,300.00 Build Build Options Options Central Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $6,800.00 $7,000.00 Build Build Options Options Southern Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $6,800.00 $7,000.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 3/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:2, Honda, Rubicon 520, TRX520FA5-R Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $9,950.00 $9,980.00 $10,419.00 Build Build Build Options Options Options Northern Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $9,650.00 $9,680.00 $10,419.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $9,350.00 $9,380.00 $10,019.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $9,350.00 $9,380.00 $10,419.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 4/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:3, Polaris, Sportsman 570 EFI, A24SEA57A1 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC $8,100.00 $8,100.00 $8,130.00 Build Build Build Options Options Options Northern Primary Alternate Alternate McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC McKibben Powersports, Inc $7,800.00 $7,830.00 $7,860.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC McKibben Powersports, Inc $7,500.00 $7,530.00 $7,560.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC McKibben Powersports, Inc $7,500.00 $7,530.00 $7,560.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 5/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:4, Suzuki, KingQuad 400 ASI, LT-A400FM3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,900.00 $6,930.00 $7,100.00 Build Build Build Options Options Options Northern Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,600.00 $6,630.00 $7,100.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,300.00 $6,330.00 $6,900.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,300.00 $6,330.00 $7,100.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 6/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:5, Yamaha, Kodiac 450, YFM45KDXPG Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,900.00 $7,200.00 $7,230.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,700.00 $6,900.00 $6,930.00 Build Build Build Options Options Options Central Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,500.00 $6,600.00 $6,630.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,500.00 $6,600.00 $6,630.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 7/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:6, Honda, RANCHER 420 ATV, RANCHER 420 ATV Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Love Power Equipment, Inc McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,919.00 $8,850.00 $8,880.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Love Power Equipment, Inc McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,919.00 $8,550.00 $8,580.00 Build Build Build Options Options Options Central Primary Alternate Alternate Love Power Equipment, Inc McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,619.00 $8,250.00 $8,280.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Love Power Equipment, Inc McKibben Motorsports LP, Inc McKibben Powersports, Inc $6,919.00 $8,250.00 $8,280.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 8/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:7, Polaris, SPORTSMAN 450 ATV, SPORTSMAN 450 ATV Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC McKibben Powersports, Inc $7,200.00 $7,230.00 $7,260.00 Build Build Build Options Options Options Northern Primary Alternate Alternate McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC McKibben Powersports, Inc $6,900.00 $6,930.00 $6,960.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC McKibben Powersports, Inc $6,600.00 $6,630.00 $6,660.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Motorsports LP, Inc MCKIBBEN MOTORSPORTS INC McKibben Powersports, Inc $6,600.00 $6,630.00 $6,660.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 9/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) Item:8, Suzuki, KING QUAD 400 ATV, KING QUAD 400 ATV Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,900.00 $6,930.00 $7,100.00 Build Build Build Options Options Options Northern Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,600.00 $6,630.00 $7,100.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,300.00 $6,330.00 $6,900.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Motorsports LP, Inc McKibben Powersports, Inc Love Power Equipment, Inc $6,300.00 $6,330.00 $7,100.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 10/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side) Item:10, Columbia, Utilitruck, Utilitruck Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $18,455.00 Build Options Northern Primary Texas Trailers Sales and Service $17,690.00 Build Options Central Primary Texas Trailers Sales and Service $17,970.00 Build Options Southern Primary Texas Trailers Sales and Service $18,520.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 11/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side) Item:11, Greenworks, CU400 Series, CU400W-HD Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $14,850.00 Build Options Northern Primary Carswell Distributing Company $14,850.00 Build Options Central Primary Carswell Distributing Company $14,850.00 Build Options Southern Primary Carswell Distributing Company $14,850.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 12/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side) Item:12, Greenworks, CU500 Series, CU500-SB Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $18,000.00 Build Options Northern Primary Carswell Distributing Company $18,000.00 Build Options Central Primary Carswell Distributing Company $18,000.00 Build Options Southern Primary Carswell Distributing Company $18,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 13/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side) Item:13, Greenworks, CU800 Series, CU800-SB Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $26,100.00 Build Options Northern Primary Carswell Distributing Company $26,100.00 Build Options Central Primary Carswell Distributing Company $26,100.00 Build Options Southern Primary Carswell Distributing Company $26,100.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 14/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:14, Bobcat, UW56, UW56 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $63,516.00 Build Options Northern Primary Clark Equipment Company $63,516.00 Build Options Central Primary Clark Equipment Company $63,516.00 Build Options Southern Primary Clark Equipment Company $63,516.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 15/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:15, Bobcat, UV34, UV34 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $15,637.00 Build Options Northern Primary Clark Equipment Company $15,637.00 Build Options Central Primary Clark Equipment Company $15,637.00 Build Options Southern Primary Clark Equipment Company $15,637.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 16/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:16, CanAm, Defender, HD7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $12,200.00 $12,900.00 Build Build Options Options Northern Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $12,000.00 $12,600.00 Build Build Options Options Central Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $11,800.00 $12,300.00 Build Build Options Options Southern Primary Alternate Ameri-Recreational Sports, LLC McKibben Motorsports LP, Inc $11,800.00 $12,300.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 17/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:19, Honda, Pioneer 700, SXS700M2M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc Love Power Equipment, Inc $12,450.00 $12,480.00 $13,600.00 Build Build Build Options Options Options Northern Primary Alternate Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc Love Power Equipment, Inc $12,150.00 $12,180.00 $13,600.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc Love Power Equipment, Inc $11,850.00 $11,880.00 $13,100.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc Love Power Equipment, Inc $11,850.00 $11,880.00 $13,600.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 18/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:20, John Deere, Gator, HPX615E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary EFE, INC $13,900.00 Build Options Southern Primary EFE, INC $13,900.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 19/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:21, Kawasaki, Mule 4x4, 4010 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc $11,400.00 $12,100.00 Build Build Options Options Northern Primary Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc $11,200.00 $11,800.00 Build Build Options Options Central Primary Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc $11,000.00 $11,500.00 Build Build Options Options Southern Primary Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc $11,000.00 $11,500.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 20/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:22, Kubota, Diesel, RTVX900 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$14,525.00 Build Options Northern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $14,025.00 $14,296.00 Build Build Options Options Central Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $14,025.00 $14,296.00 Build Build Options Options Southern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $14,225.00 $14,296.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 21/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:23, Polaris, Ranger SP 570, R24MAA57B1 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC $10,868.00 $11,800.00 $11,830.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC $10,668.00 $11,500.00 $11,530.00 Build Build Build Options Options Options Central Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC $10,468.00 $11,200.00 $11,230.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC $10,468.00 $11,200.00 $11,230.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 22/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:24, Yamaha, Viking, YXM70BPAP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc McKibben Motorsports LP, Inc $15,300.00 $15,400.00 $15,430.00 Build Build Build Options Options Options Northern Primary Primary Alternate Ameri-Recreational Sports, LLC McKibben Powersports, Inc McKibben Motorsports LP, Inc $15,100.00 $15,100.00 $15,130.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc Ameri-Recreational Sports, LLC $14,800.00 $14,830.00 $14,900.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc Ameri-Recreational Sports, LLC $14,800.00 $14,830.00 $14,900.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 23/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:25, American Landmaster, TRAIL CRUISER, TRAIL CRUISER Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Love Power Equipment, Inc $8,300.00 Build Options Northern Primary Love Power Equipment, Inc $8,200.00 Build Options Central Primary Love Power Equipment, Inc $7,999.00 Build Options Southern Primary Love Power Equipment, Inc $8,200.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 24/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:26, Honda, PIONEER 520, PIONEER 520 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc $10,550.00 $10,580.00 Build Build Options Options Northern Primary Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc $10,250.00 $10,280.00 Build Build Options Options Central Primary Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc $9,950.00 $9,980.00 Build Build Options Options Southern Primary Alternate McKibben Powersports, Inc McKibben Motorsports LP, Inc $9,950.00 $9,980.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 25/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) Item:27, Polaris, PRO XD MIDSIZE GAS COMMERCIAL, PRO XD MIDSIZE GAS COMMERCIAL Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Love Power Equipment, Inc McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC $13,799.00 $14,150.00 $14,180.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Love Power Equipment, Inc McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC $13,799.00 $13,850.00 $13,880.00 Build Build Build Options Options Options Central Primary Alternate Alternate McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC Love Power Equipment, Inc $13,550.00 $13,580.00 $13,599.00 Build Build Build Options Options Options Southern Primary Alternate Alternate McKibben Powersports, Inc MCKIBBEN MOTORSPORTS INC McKibben Motorsports LP, Inc $13,550.00 $13,580.00 $13,610.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 26/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 180hp Item:30, Caterpillar, D6, D6 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $468,680.00 Build Options Northern Primary Ring Power Corporation $468,680.00 Build Options Central Primary Ring Power Corporation $468,680.00 Build Options Southern Primary Kelly Tractor Co $459,303.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 27/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 180hp Item:31, John Deere, 850L, 850L Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $414,900.00 Build Options Northern Primary Dobbs Equipment, LLC $414,900.00 Build Options Central Primary Dobbs Equipment, LLC $405,900.00 Build Options Southern Primary Dobbs Equipment, LLC $405,900.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 28/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 180hp Item:33, Case, 2050M, 2050M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $512,201.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $512,201.00 Build Options Central Primary Innovative Equipment Services 2 LLC $512,201.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $512,201.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 29/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 180hp Item:34, Liebherr, PR736, PR736 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $451,537.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $451,537.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $451,537.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $451,537.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 30/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 70hp Item:35, Caterpillar, D1, D1 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $123,085.00 Build Options Northern Primary Ring Power Corporation $123,085.00 Build Options Central Primary Ring Power Corporation $123,085.00 Build Options Southern Primary Kelly Tractor Co $118,446.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 31/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 70hp Item:36, John Deere, 450P, 450P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $131,900.00 Build Options Northern Primary Dobbs Equipment, LLC $131,900.00 Build Options Central Primary Dobbs Equipment, LLC $129,250.00 Build Options Southern Primary Dobbs Equipment, LLC $129,250.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 32/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 70hp Item:37, Case, 650M, 650M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $146,464.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $146,464.00 Build Options Central Primary Innovative Equipment Services 2 LLC $146,464.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $146,464.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 33/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 90hp Item:38, Caterpillar, D2, D2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $145,706.00 Build Options Northern Primary Ring Power Corporation $145,706.00 Build Options Central Primary Ring Power Corporation $145,706.00 Build Options Southern Primary Kelly Tractor Co $141,107.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 34/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 90hp Item:39, John Deere, 550P, 550P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $162,800.00 Build Options Northern Primary Dobbs Equipment, LLC $162,800.00 Build Options Central Primary Dobbs Equipment, LLC $158,995.00 Build Options Southern Primary Dobbs Equipment, LLC $158,995.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 35/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Bulldozer: 90hp Item:41, Case, 850M, 850M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $209,081.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $209,081.00 Build Options Central Primary Innovative Equipment Services 2 LLC $209,081.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $209,081.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 36/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Chipper: Brush Chipper Item:44, Vermeer, BC1500, BC1500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $91,087.00 Build Options Northern Primary Vermeer Southeast Sales $91,087.00 Build Options Central Primary Vermeer Southeast Sales $91,087.00 Build Options Southern Primary Vermeer Southeast Sales $91,087.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 37/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compactor: 80,000 lbs. Landll Compactor Item:46, Bomag, BC773RB-5, BC773RB-5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $810,750.00 Build Options Northern Primary Linder Industrial Machinery $810,750.00 Build Options Central Primary Linder Industrial Machinery $810,750.00 Build Options Southern Primary Linder Industrial Machinery $810,750.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 38/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compactor: 80,000 lbs. Landll Compactor Item:47, Caterpillar, 826, 826 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $920,460.00 Build Options Northern Primary Ring Power Corporation $920,460.00 Build Options Central Primary Ring Power Corporation $920,460.00 Build Options Southern Primary Kelly Tractor Co $916,020.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 39/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compactor: 80,000 lbs. Landll Compactor Item:48, Tana, H380, H380 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Humdinger Equipment, Ltd.$1,024,342.00 Build Options Northern Primary Humdinger Equipment, Ltd.$1,024,342.00 Build Options Central Primary Humdinger Equipment, Ltd.$1,024,342.00 Build Options Southern Primary Humdinger Equipment, Ltd.$1,024,342.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 40/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compactor: 80,000 lbs. Landll Compactor Item:49, Volvo, LC450H, LC450H Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $975,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $975,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $975,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $975,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 41/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compressor: Air Compressor - Trailer Mounted Item:50, Atlas Copco, XAS 188 T4F, XAS 188 T4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $28,505.00 Build Options Northern Primary Ring Power Corporation $28,505.00 Build Options Central Primary Ring Power Corporation $28,505.00 Build Options Southern 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 42/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compressor: Air Compressor - Trailer Mounted Item:51, Doosan, P185/HP185WDO-T4F, P185/HP185WDO-T4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $25,898.00 Build Options Northern Primary Clark Equipment Company $25,898.00 Build Options Central Primary Clark Equipment Company $25,898.00 Build Options Southern Primary Clark Equipment Company $25,898.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 43/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compressor: Air Compressor - Trailer Mounted Item:52, MULTIQUIP, DIS185SSI4F, DIS185SSI4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $31,549.00 Build Options Northern Primary Federal Contracts Corp $31,549.00 Build Options Central Primary Federal Contracts Corp $31,549.00 Build Options Southern Primary Federal Contracts Corp $31,549.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 44/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compressor: Air Compressor - Trailer Mounted Item:53, Sullair, 185 T4F, 185 T4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $32,583.00 Build Options Northern Primary Ring Power Corporation $32,583.00 Build Options Central Primary Ring Power Corporation $32,583.00 Build Options Southern Primary Kelly Tractor Co $31,001.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 45/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compressor: Air Compressor - Trailer Mounted Item:54, Sullivan Palatek, D185P, D185P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $31,735.00 Build Options Southern Primary Kelly Tractor Co $31,735.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 46/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Compressor: Air Compressor - Trailer Mounted Item:55, Chicago Pneumatic, CPS185-100 Trailer Mounted Compressor, CPS185-100 Trailer Mounted Compressor Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $28,275.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $28,275.00 Build Options Central Primary Innovative Equipment Services 2 LLC $28,275.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $28,275.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 47/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload Item:56, Bell, B25E, B25E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $441,878.00 Build Options Northern Primary National Equipment Dealers, LLC $441,878.00 Build Options Central Primary National Equipment Dealers, LLC $441,878.00 Build Options Southern Primary National Equipment Dealers, LLC $441,878.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 48/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload Item:57, Caterpillar, 725, 725 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $479,250.00 Build Options Northern Primary Ring Power Corporation $479,250.00 Build Options Central Primary Ring Power Corporation $479,250.00 Build Options Southern Primary Kelly Tractor Co $471,091.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 49/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload Item:58, DEVELON, DA30-5, DA30-5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $364,717.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $364,717.00 Build Options Central Primary HD Hyundai Infracore North America LLC $364,717.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $364,717.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 50/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload Item:59, John Deere, 260P, 260P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $466,200.00 Build Options Northern Primary Dobbs Equipment, LLC $466,200.00 Build Options Central Primary Dobbs Equipment, LLC $455,900.00 Build Options Southern Primary Dobbs Equipment, LLC $455,900.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 51/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload Item:61, Volvo, A25G, A25G Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $430,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $430,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $430,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $430,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 52/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload Item:62, Rokbak, RA30 DumpTruck, RA30 DumpTruck Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $458,500.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $458,500.00 Build Options Central Primary Innovative Equipment Services 2 LLC $458,500.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $458,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 53/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Dump Truck: Articulating O Road Dump Truck - 50,000 lbs. Payload Item:63, Liebherr, TA230, TA230 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $483,674.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $483,674.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $483,674.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $483,674.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 54/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: All Terrain Walking Excavator Item:64, Kaiser, S8, S8 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $429,944.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $429,944.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $429,944.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $429,944.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 55/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: All Terrain Walking Excavator Item:65, Menzi, Muck, M4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Menzi USA Sales, INC.$367,555.00 Build Options Northern Primary Menzi USA Sales, INC.$367,555.00 Build Options Central Primary Menzi USA Sales, INC.$367,555.00 Build Options Southern Primary Menzi USA Sales, INC.$367,555.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 56/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:66, Bobcat, E88, E88 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $100,426.00 Build Options Northern Primary Clark Equipment Company $100,426.00 Build Options Central Primary Clark Equipment Company $100,426.00 Build Options Southern Primary Clark Equipment Company $100,426.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 57/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:68, Caterpillar, 308, 308 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $140,117.00 Build Options Northern Primary Ring Power Corporation $140,117.00 Build Options Central Primary Ring Power Corporation $140,117.00 Build Options Southern Primary Kelly Tractor Co $131,537.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 58/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:69, DEVELON, DX89R-7, DX89R-7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $86,688.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $86,688.00 Build Options Central Primary HD Hyundai Infracore North America LLC $86,688.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $86,688.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 59/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:70, Hitachi, ZX75US, ZX75US Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $89,847.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $89,847.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $89,847.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $89,847.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 60/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:71, Hyundai, R80CR-9A, R80CR-9A Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $134,713.00 Build Options Northern Primary National Equipment Dealers, LLC $134,713.00 Build Options Central Primary National Equipment Dealers, LLC $134,713.00 Build Options Southern Primary National Equipment Dealers, LLC $134,713.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 61/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:72, John Deere, 75P, 75P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $115,150.00 Build Options Northern Primary Dobbs Equipment, LLC $115,150.00 Build Options Central Primary Dobbs Equipment, LLC $112,850.00 Build Options Southern Primary Dobbs Equipment, LLC $112,850.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 62/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:75, Kubota, KX080-4S, KX080-4S Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$88,648.00 Build Options Northern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $88,298.00 $93,243.00 Build Build Options Options Central Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $88,148.00 $93,243.00 Build Build Options Options Southern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $88,348.00 $93,243.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 63/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:76, Link-Belt, 75X3, 75X3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $86,351.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $86,351.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $86,351.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $86,351.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 64/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:77, Takeuchi, TB290, TB290 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $103,500.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $103,500.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $103,500.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $103,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 65/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:78, Volvo, ECR88D, ECR88D Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 66/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:79, Case, CX80C, CX80C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $119,732.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $119,732.00 Build Options Central Primary Innovative Equipment Services 2 LLC $119,732.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $119,732.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 67/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:80, Yanmar, V1080-1A, V1080-1A Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Southern Primary Alta Construction Equipment Florida, LLC $113,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 68/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight Item:81, Mecalac, 8MCR, 8MCR Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $177,500.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $177,500.00 Build Options Central Primary Innovative Equipment Services 2 LLC $177,500.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $177,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 69/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:82, Caterpillar, 317 GC, 317 GC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $211,678.00 Build Options Northern Primary Ring Power Corporation $211,678.00 Build Options Central Primary Ring Power Corporation $211,678.00 Build Options Southern Primary Kelly Tractor Co $207,182.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 70/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:83, DEVELON, DX180LC-5, DX180LC-5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $139,489.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $139,489.00 Build Options Central Primary HD Hyundai Infracore North America LLC $139,489.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $139,489.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 71/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:84, Hitachi, ZX160LC, ZX160LC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $159,115.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $159,115.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $159,115.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $159,115.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 72/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:85, Hyundai, HX160AL, HX160AL Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $202,990.00 Build Options Northern Primary National Equipment Dealers, LLC $203.00 Build Options Central Primary National Equipment Dealers, LLC $202,990.00 Build Options Southern Primary National Equipment Dealers, LLC $202,990.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 73/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:86, John Deere, 160P, 160P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $207,150.00 Build Options Northern Primary Dobbs Equipment, LLC $207,150.00 Build Options Central Primary Dobbs Equipment, LLC $202,650.00 Build Options Southern Primary Dobbs Equipment, LLC $202,650.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 74/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:89, Link-Belt, 160X4, 160X4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $148,225.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $148,225.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $148,225.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $148,225.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 75/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:90, Volvo, EC160E, EC160E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $170,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $170,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $170,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $170,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 76/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:91, Case, CX170E, CX170E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $239,397.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $239,397.00 Build Options Central Primary Innovative Equipment Services 2 LLC $239,397.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $239,397.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 77/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:92, Bobcat, E165, E165 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $174,573.00 Build Options Northern Primary Clark Equipment Company $174,573.00 Build Options Central Primary Clark Equipment Company $174,573.00 Build Options Southern Primary Clark Equipment Company $174,573.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 78/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight Item:93, Liebherr, R920, R920 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $285,166.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $285,166.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $285,166.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $285,166.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 79/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:94, Caterpillar, 336, 336 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $374,613.00 Build Options Northern Primary Ring Power Corporation $374,613.00 Build Options Central Primary Ring Power Corporation $374,613.00 Build Options Southern Primary Kelly Tractor Co $360,293.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 80/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:95, DEVELON, DX350LC-7, DX350LC-7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $290,157.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $290,157.00 Build Options Central Primary HD Hyundai Infracore North America LLC $290,157.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $290,157.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 81/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:96, Hitachi, ZX350LC, ZX350LC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 82/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:97, Hyundai, HX330AL, HX330AL Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $365,575.00 Build Options Northern Primary National Equipment Dealers, LLC $365,575.00 Build Options Central Primary National Equipment Dealers, LLC $365,575.00 Build Options Southern Primary National Equipment Dealers, LLC $365,575.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 83/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:98, John Deere, 350P, 350P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $355,750.00 Build Options Northern Primary Dobbs Equipment, LLC $355,750.00 Build Options Central Primary Dobbs Equipment, LLC $348,500.00 Build Options Southern Primary Dobbs Equipment, LLC $348,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 84/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:101, Link-Belt, 350X4, 350X4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $289,692.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $289,692.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $289,692.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $289,692.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 85/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:102, Volvo, EC350 E, EC350 E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $319,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $319,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $319,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $319,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 86/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:103, Case, CX350D, CX350D Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $456,142.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $456,142.00 Build Options Central Primary Innovative Equipment Services 2 LLC $456,142.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $456,142.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 87/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:104, Hitachi, ZX350, ZX350 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $256,788.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 88/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight Item:105, Liebherr, R934, R934 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $393,853.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $393,853.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $393,853.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $393,853.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 89/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:106, Bobcat, E32, E32 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $42,535.00 Build Options Northern Primary Clark Equipment Company $42,535.00 Build Options Central Primary Clark Equipment Company $42,535.00 Build Options Southern Primary Clark Equipment Company $42,535.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 90/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:107, Caterpillar, 303, 303 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $51,554.00 Build Options Northern Primary Ring Power Corporation $51,554.00 Build Options Central Primary Ring Power Corporation $51,554.00 Build Options Southern Primary Kelly Tractor Co $50,499.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 91/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:108, DEVELON, DX35Z-7, DX35Z-7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $41,286.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $41,286.00 Build Options Central Primary HD Hyundai Infracore North America LLC $41,286.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $41,286.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 92/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:109, Hitachi, ZX35-U, ZX35-U Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $43,565.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $43,565.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $43,565.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $43,565.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 93/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:110, Hyundai, R35Z-9A, R35Z-9A Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $56,421.00 Build Options Northern Primary National Equipment Dealers, LLC $56,421.00 Build Options Central Primary National Equipment Dealers, LLC $56,421.00 Build Options Southern Primary National Equipment Dealers, LLC $56,421.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 94/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:111, John Deere, 35P, 35P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $55,600.00 Build Options Northern Primary Dobbs Equipment, LLC $55,600.00 Build Options Central Primary Alternate EFE, INC Dobbs Equipment, LLC $49,000.00 $54,350.00 Build Build Options Options Southern Primary Alternate EFE, INC Dobbs Equipment, LLC $49,000.00 $54,350.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 95/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:114, Kubota, U35-4, U35-4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$35,811.00 Build Options Northern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $35,561.00 $38,801.00 Build Build Options Options Central Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $35,411.00 $38,801.00 Build Build Options Options Southern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $35,711.00 $38,801.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 96/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:115, Takeuchi, TB240, TB240 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $50,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $50,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $50,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $50,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 97/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:116, Volvo, EC37F, EC37F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $56,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $56,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $56,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $56,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 98/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:117, Yanmar, Vi035-6A, Vi035-6A Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $55,246.00 Build Options Northern Primary Vermeer Southeast Sales $55,246.00 Build Options Central Primary Vermeer Southeast Sales $55,246.00 Build Options Southern Primary Alternate Alta Construction Equipment Florida, LLC Vermeer Southeast Sales $51,000.00 $55,246.00 Build Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 99/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight Item:118, Case, CX37C, CX37C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $52,212.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $52,212.00 Build Options Central Primary Innovative Equipment Services 2 LLC $52,212.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $52,212.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 100/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Telescopic Excavator - 45,000 lbs. Operating Weight - Tracked Type Item:119, Gradall, XL4200, XL4200 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $423,491.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $423,491.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $423,491.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $423,491.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 101/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Telescopic Excavator - 47,000 lbs. Operating Weight - 6x6 Wheeled Type Item:120, Gradall, XL4100, XL4100 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $572,692.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $572,692.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $572,692.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $572,692.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 102/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Vacuum Excavator - Trailer Mounted Item:123, Vermeer, LP873SDT, LP873SDT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $116,224.00 Build Options Northern Primary Vermeer Southeast Sales $116,224.00 Build Options Central Primary Vermeer Southeast Sales $116,224.00 Build Options Southern Primary Vermeer Southeast Sales $116,224.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 103/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Vacuum Excavator - Trailer Mounted Item:125, Truvac, TRXX, TRXX 800 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$150,218.00 Build Options Northern Primary Environmental Products Group, Inc.$150,218.00 Build Options Central Primary Environmental Products Group, Inc.$150,218.00 Build Options Southern Primary Environmental Products Group, Inc.$150,218.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 104/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Item:126, Caterpillar, M318, M318 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $296,083.00 Build Options Northern Primary Ring Power Corporation $296,083.00 Build Options Central Primary Ring Power Corporation $296,083.00 Build Options Southern Primary Kelly Tractor Co $289,744.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 105/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Item:127, DEVELON, DX210W-7, DX210W-7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $209,059.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $209,059.00 Build Options Central Primary HD Hyundai Infracore North America LLC $209,059.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $209,059.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 106/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Item:129, John Deere, 190 GW, 190 GW Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $284,500.00 Build Options Northern Primary Dobbs Equipment, LLC $284,500.00 Build Options Central Primary Dobbs Equipment, LLC $279,500.00 Build Options Southern Primary Dobbs Equipment, LLC $279,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 107/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Item:130, Volvo, EW180E, EW180E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $257,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $257,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $257,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $257,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 108/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Item:131, Case, WX210E, WX21OE Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $344,759.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $344,759.00 Build Options Central Primary Innovative Equipment Services 2 LLC $344,759.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $344,759.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 109/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight Item:132, Liebherr, A920, A920 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $358,969.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $358,969.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $358,969.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $358,969.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 110/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Cushion Tire - 4,000 lbs. Capacity Item:133, Caterpillar, 2CC4000, 2CC4000 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $45,844.00 Build Options Northern Primary Ring Power Corporation $45,844.00 Build Options Central Primary Ring Power Corporation $45,844.00 Build Options Southern Primary Kelly Tractor Co $31,470.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 111/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Cushion Tire - 4,000 lbs. Capacity Item:134, Crown, CGC20SC-9, CGC20SC-9 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $57,612.00 Build Options Northern Primary Federal Contracts Corp $57,612.00 Build Options Central Primary Federal Contracts Corp $57,612.00 Build Options Southern Primary Federal Contracts Corp $57,612.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 112/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Cushion Tire - 4,000 lbs. Capacity Item:135, Mitsubishi, FGC20CN, FGC20CN Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $41,923.00 Build Options Northern Primary Ring Power Corporation $41,923.00 Build Options Central Primary Ring Power Corporation $41,923.00 Build Options Southern Primary Kelly Tractor Co $28,915.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 113/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Cushion Tire - 4,000 lbs. Capacity Item:136, Toyota, 50-8FGCU20, 50-8FGCU20 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Southern States ToyotaLift $29,373.00 Build Options Northern Primary Southern States ToyotaLift $29,373.00 Build Options Central Primary Southern States ToyotaLift $29,373.00 Build Options Southern Primary Southern States ToyotaLift $29,373.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 114/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Cushion Tire - 4,000 lbs. Capacity Item:137, Clark, S20C, S20C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Lift Truck Service $32,609.00 Build Options Northern Primary National Lift Truck Service $32,609.00 Build Options Central Primary National Lift Truck Service $32,609.00 Build Options Southern Primary National Lift Truck Service $32,609.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 115/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Cushion Tire - 4,000 lbs. Capacity Item:138, Hangcha, FP20C, CPYD20-XW71B1-C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Duke Equipment, Inc $27,995.00 Build Options Northern Primary Duke Equipment, Inc $27,995.00 Build Options Central Primary Alternate National Lift Truck Service Duke Equipment, Inc $26,143.00 $27,995.00 Build Build Options Options Southern Primary Alternate National Lift Truck Service Duke Equipment, Inc $26,143.00 $27,995.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 116/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Cushion Tire - 4,000 lbs. Capacity Item:139, Hyundai, 25LC-9, 25LC-9 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Lift Truck Service $28,916.00 Build Options Northern Primary National Lift Truck Service $28,916.00 Build Options Central Primary National Lift Truck Service $28,916.00 Build Options Southern Primary National Lift Truck Service $28,916.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 117/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Item:140, Case, 586H, 586H Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $108,475.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $108,475.00 Build Options Central Primary Innovative Equipment Services 2 LLC $108,475.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $108,475.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 118/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Item:141, Harlo, HP5000, HP5000 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $106,950.00 Build Options Northern Primary Dobbs Equipment, LLC $106,950.00 Build Options Central Primary Alternate Dobbs Equipment, LLC Kelly Tractor Co $106,950.00 $126,302.00 Build Build Options Options Southern Primary Alternate Dobbs Equipment, LLC Kelly Tractor Co $106,950.00 $126,302.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 119/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Item:142, Master Craft, MC Series, MC-5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $112,553.00 Build Options Northern Primary Ring Power Corporation $112,553.00 Build Options Central Primary Ring Power Corporation $112,553.00 Build Options Southern Primary Kelly Tractor Co $117,875.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 120/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity Item:143, Manitou, M30-4, M30-4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $112,414.00 Build Options Northern Primary National Equipment Dealers, LLC $112,414.00 Build Options Central Primary National Equipment Dealers, LLC $112,414.00 Build Options Southern Primary National Equipment Dealers, LLC $112,414.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 121/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Telescopic Tool Carrier/Telehandler Item:144, Bobcat, TL723, TL723 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $105,454.00 Build Options Northern Primary Clark Equipment Company $105,454.00 Build Options Central Primary Clark Equipment Company $105,454.00 Build Options Southern Primary Clark Equipment Company $105,454.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 122/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Telescopic Tool Carrier/Telehandler Item:145, Caterpillar, TL642, TL642 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $171,258.00 Build Options Northern Primary Ring Power Corporation $171,258.00 Build Options Central Primary Ring Power Corporation $171,258.00 Build Options Southern Primary Kelly Tractor Co $183,795.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 123/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Telescopic Tool Carrier/Telehandler Item:147, Manitou, MTA8044, MTA8044 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $173,353.00 Build Options Northern Primary National Equipment Dealers, LLC $173,353.00 Build Options Central Primary National Equipment Dealers, LLC $173,353.00 Build Options Southern Primary National Equipment Dealers, LLC $173,353.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 124/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Telescopic Tool Carrier/Telehandler Item:148, Xtreme, XR843-B, XR843-B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Southern States ToyotaLift National Lift Truck Service $186,995.00 $203,655.00 Build Build Options Options Northern Primary Alternate Southern States ToyotaLift National Lift Truck Service $186,995.00 $203,655.00 Build Build Options Options Central Primary Alternate Alternate Southern States ToyotaLift National Lift Truck Service Kelly Tractor Co $186,995.00 $203,655.00 $232,387.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Southern States ToyotaLift National Lift Truck Service Kelly Tractor Co $186,995.00 $203,655.00 $232,387.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 125/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Forklift: Telescopic Tool Carrier/Telehandler Item:149, Snorkel, SR9244, SR9244 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate National Lift Truck Service Southern States ToyotaLift $160,549.00 $167,520.00 Build Build Options Options Northern Primary Alternate National Lift Truck Service Southern States ToyotaLift $160,549.00 $167,520.00 Build Build Options Options Central Primary Alternate National Lift Truck Service Southern States ToyotaLift $160,549.00 $167,520.00 Build Build Options Options Southern Primary Alternate National Lift Truck Service Southern States ToyotaLift $160,549.00 $167,520.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 126/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:150, AKSA, APD-ULJ125, APD-ULJ125 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $55,100.00 Build Options Northern Primary Genserve LLC $55,100.00 Build Options Central Primary Genserve LLC $55,100.00 Build Options Southern Primary Genserve LLC $55,100.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 127/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:151, Blue Star Power Systems, JD125-02, JD125-02 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $47,430.00 Build Options Northern Primary Mid Florida Diesel, Inc $47,430.00 Build Options Central Primary Mid Florida Diesel, Inc $47,430.00 Build Options Southern Primary Mid Florida Diesel, Inc $47,430.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 128/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:152, Caterpillar, D125, D125 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $72,620.00 Build Options Northern Primary Ring Power Corporation $72,620.00 Build Options Central Primary Ring Power Corporation $72,620.00 Build Options Southern Primary Pantropic Power $73,207.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 129/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:153, Generac, SD130, SD130 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems $45,650.00 Build Options Northern Primary ACF Standby Systems $45,650.00 Build Options Central Primary ACF Standby Systems $45,650.00 Build Options Southern Primary Genset Services, Inc.$40,472.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 130/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:154, Gillette, SPJD-1250, SPJD-1250 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $62,400.00 Build Options Northern Primary Genserve LLC $62,400.00 Build Options Central Primary Genserve LLC $62,400.00 Build Options Southern Primary Genserve LLC $62,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 131/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:155, Tradewinds, T125, T125 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp.$82,627.00 Build Options Northern Primary Tradewinds Power Corp.$82,627.00 Build Options Central Primary Tradewinds Power Corp.$82,627.00 Build Options Southern Primary Tradewinds Power Corp.$82,627.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 132/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:536, Taylor Power Systems, TD125, TD125 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Taylor Power Systems, Inc.$51,200.00 Build Options Northern Primary Taylor Power Systems, Inc.$51,200.00 Build Options Central Primary Taylor Power Systems, Inc.$51,200.00 Build Options Southern Primary Taylor Power Systems, Inc.$51,200.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 133/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:157, Blue Star Power Systems, VD150-02FT4MP, VD150-02FT4MP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $130,400.00 Build Options Northern Primary Mid Florida Diesel, Inc $130,400.00 Build Options Central Primary Mid Florida Diesel, Inc $130,400.00 Build Options Southern Primary Mid Florida Diesel, Inc $130,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 134/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:158, Doosan, G190WCU-3A-T4F, G190WCU-3A-T4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $119,782.00 Build Options Northern Primary Clark Equipment Company $119,782.00 Build Options Central Primary Clark Equipment Company $119,782.00 Build Options Southern Primary Clark Equipment Company $119,782.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 135/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:159, Generac/Magnum, MDG175DF4, MDG175DF4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems $103,150.00 Build Options Northern Primary ACF Standby Systems $103,150.00 Build Options Central Primary ACF Standby Systems $103,150.00 Build Options Southern 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 136/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:160, MULTIQUIP, DCA180SSJU4F3, DCA180SSJU4F3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $150,746.00 Build Options Northern Primary Federal Contracts Corp $150,746.00 Build Options Central Primary Federal Contracts Corp $150,746.00 Build Options Southern Primary Federal Contracts Corp $150,746.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 137/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:162, Tradewinds, TM150, TM150 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp.$162,283.00 Build Options Northern Primary Tradewinds Power Corp.$162,283.00 Build Options Central Primary Tradewinds Power Corp.$162,283.00 Build Options Southern Primary Tradewinds Power Corp.$162,283.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 138/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:163, Wacker Neuson, G180, G180 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $169,460.00 Build Options Southern Primary Kelly Tractor Co $169,460.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 139/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:537, Taylor Power Systems, TM225, TM225 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Taylor Power Systems, Inc.$111,100.00 Build Options Northern Primary Taylor Power Systems, Inc.$111,100.00 Build Options Central Primary Taylor Power Systems, Inc.$111,100.00 Build Options Southern Primary Taylor Power Systems, Inc.$111,100.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 140/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Mobile Item:164, Blue Star Generator, VD550-02FT4MP, VD550-02FT4MP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $284,980.00 Build Options Northern Primary Mid Florida Diesel, Inc $284,980.00 Build Options Central Primary Mid Florida Diesel, Inc $284,980.00 Build Options Southern Primary Mid Florida Diesel, Inc $284,980.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 141/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Mobile Item:165, Caterpillar, XQ570, XQ570 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $539,980.00 Build Options Northern Primary Ring Power Corporation $539,980.00 Build Options Central Primary Ring Power Corporation $539,980.00 Build Options Southern Primary Pantropic Power $467,110.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 142/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Mobile Item:166, Tradewinds, TM500, TM500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp.$357,308.00 Build Options Northern Primary Tradewinds Power Corp.$357,308.00 Build Options Central Primary Tradewinds Power Corp.$357,308.00 Build Options Southern Primary Tradewinds Power Corp.$357,308.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 143/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Mobile Item:167, Generac, 570KVA, MDE570P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems $254,875.00 Build Options Northern Primary ACF Standby Systems $254,875.00 Build Options Central Primary ACF Standby Systems $254,875.00 Build Options Southern Primary Genset Services, Inc.$219,750.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 144/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Mobile Item:168, HiPower, HRVW625T4F, HRVW625T4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $253,500.00 Build Options Northern Primary Genserve LLC $253,500.00 Build Options Central Primary Genserve LLC $253,500.00 Build Options Southern Primary Genserve LLC $253,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 145/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Mobile Item:169, TechnoGen, VO630TSX, VO630TSX Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $306,300.00 Build Options Northern Primary Genserve LLC $306,300.00 Build Options Central Primary Genserve LLC $306,300.00 Build Options Southern Primary Genserve LLC $306,300.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 146/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Mobile Item:170, AKSA, ADP-EPA-V550T4, ADP-EPA-V550T4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Zabatt Engine Services, Inc.$242,192.00 Build Options Northern Primary Zabatt Engine Services, Inc.$242,192.00 Build Options Central Primary Zabatt Engine Services, Inc.$242,192.00 Build Options Southern Primary Zabatt Engine Services, Inc.$242,192.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 147/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:171, AKSA, APD-ULJ500, APD-ULJ500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $137,400.00 Build Options Northern Primary Genserve LLC $137,400.00 Build Options Central Primary Genserve LLC $137,400.00 Build Options Southern Primary Genserve LLC $137,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 148/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:172, Blue Star Generator, VD500-01, VD500-01 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $127,480.00 Build Options Northern Primary Mid Florida Diesel, Inc $127,480.00 Build Options Central Primary Mid Florida Diesel, Inc $127,480.00 Build Options Southern Primary Mid Florida Diesel, Inc $127,480.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 149/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:173, Caterpillar, C15, C15 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $202,890.00 Build Options Northern Primary Ring Power Corporation $202,890.00 Build Options Central Primary Ring Power Corporation $202,890.00 Build Options Southern Primary Pantropic Power $197,756.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 150/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:174, Generac, SD500, SD500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems $133,500.00 Build Options Northern Primary ACF Standby Systems $133,500.00 Build Options Central Primary ACF Standby Systems $133,500.00 Build Options Southern Primary Genset Services, Inc.$108,221.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 151/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:175, Gillette, SPVD-5000, SPVD-5000 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $126,200.00 Build Options Northern Primary Genserve LLC $126,200.00 Build Options Central Primary Genserve LLC $126,200.00 Build Options Southern Primary Genserve LLC $126,200.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 152/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:176, Tradewinds, T500, T500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp.$159,741.00 Build Options Northern Primary Tradewinds Power Corp.$159,741.00 Build Options Central Primary Tradewinds Power Corp.$159,741.00 Build Options Southern Primary Tradewinds Power Corp.$159,741.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 153/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:178, IGSA, GSVL20500S, GSVL20500S Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $117,600.00 Build Options Northern Primary Genserve LLC $117,600.00 Build Options Central Primary Genserve LLC $117,600.00 Build Options Southern Primary Genserve LLC $117,600.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 154/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 500kW Stationary Item:539, Taylor Power Systems, TD500, TD500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Taylor Power Systems, Inc.$108,100.00 Build Northern Primary Taylor Power Systems, Inc.$108,100.00 Build Central Primary Taylor Power Systems, Inc.$108,100.00 Build Southern Primary Taylor Power Systems, Inc.$108,100.00 Build 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 155/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 60kW Stationary Item:180, AKSA, APD-ULJ65, APD-ULJ65 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $37,600.00 Build Options Northern Primary Genserve LLC $37,600.00 Build Options Central Primary Genserve LLC $37,600.00 Build Options Southern Primary Genserve LLC $37,600.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 156/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 60kW Stationary Item:181, Blue Star, JD60-02, JD60-02 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $38,270.00 Build Options Northern Primary Mid Florida Diesel, Inc $38,270.00 Build Options Central Primary Mid Florida Diesel, Inc $38,270.00 Build Options Southern Primary Mid Florida Diesel, Inc $38,270.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 157/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 60kW Stationary Item:182, Gillette, SPD-600, SPD-600 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $41,500.00 Build Options Northern Primary Genserve LLC $41,500.00 Build Options Central Primary Genserve LLC $41,500.00 Build Options Southern Primary Genserve LLC $41,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 158/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 60kW Stationary Item:183, IGSA, GSJD30060-UL, GSJD30060-UL Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $38,700.00 Build Options Northern Primary Genserve LLC $38,700.00 Build Options Central Primary Genserve LLC $38,700.00 Build Options Southern Primary Genserve LLC $38,700.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 159/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 60kW Stationary Item:184, Caterpillar, D60, D60 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $44,100.00 Build Options Northern Primary Ring Power Corporation $44,100.00 Build Options Central Primary Ring Power Corporation $44,100.00 Build Options Southern Primary Pantropic Power $47,975.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 160/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 60kW Stationary Item:185, Tradewinds, T60, T60 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp.$55,991.00 Build Options Northern Primary Tradewinds Power Corp.$55,991.00 Build Options Central Primary Tradewinds Power Corp.$55,991.00 Build Options Southern Primary Tradewinds Power Corp.$55,991.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 161/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 60kW Stationary Item:538, Taylor Power Systems, TD60, TD60 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Taylor Power Systems, Inc.$36,600.00 Build Northern Primary Taylor Power Systems, Inc.$36,600.00 Build Central Primary Taylor Power Systems, Inc.$36,600.00 Build Southern Primary Taylor Power Systems, Inc.$36,600.00 Build 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 162/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 125kW Stationary Item:188, IGSA, GSJD30125S, GSJD30125S Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $49,100.00 Build Options Northern Primary Genserve LLC $49,100.00 Build Options Central Primary Genserve LLC $49,100.00 Build Options Southern Primary Genserve LLC $49,100.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 163/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:190, Caterpillar, XQ230, XQ230 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $198,320.00 Build Options Northern Primary Ring Power Corporation $198,320.00 Build Options Central Primary Ring Power Corporation $198,320.00 Build Options Southern Primary Pantropic Power $189,841.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 164/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:191, AKSA, ADP-EPA-J170T4, ADP-EPA-J170T4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $118,600.00 Build Options Northern Primary Genserve LLC $118,600.00 Build Options Central Primary Genserve LLC $118,600.00 Build Options Southern Primary Genserve LLC $118,600.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 165/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:192, Blue Star, VD150‐02FT4MP, VD150‐02FT4MP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $130,400.00 Build Options Northern Primary Mid Florida Diesel, Inc $130,400.00 Build Options Central Primary Mid Florida Diesel, Inc $130,400.00 Build Options Southern Primary Mid Florida Diesel, Inc $130,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 166/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Generator: 150kW Mobile Item:193, HiPower, HRJW190T4F, HRJW190T4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Genserve LLC $114,400.00 Build Options Northern Primary Genserve LLC $114,400.00 Build Options Central Primary Genserve LLC $114,400.00 Build Options Southern Primary Genserve LLC $114,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 167/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Horizontal Directional Drill Item:194, Vermeer, D24X40 S3, D24X40 S3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $386,826.00 Build Options Northern Primary Vermeer Southeast Sales $386,826.00 Build Options Central Primary Vermeer Southeast Sales $386,826.00 Build Options Southern Primary Vermeer Southeast Sales $386,826.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 168/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Leaf Collector: Trailer Mounted Item:195, Bonnell, Spartan, Leaf Pro - Trailer Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Jet-Vac Equipment Company, LLC $111,125.00 Build Options Northern Primary Jet-Vac Equipment Company, LLC $111,125.00 Build Options Central Primary Jet-Vac Equipment Company, LLC $111,125.00 Build Options Southern Primary Jet-Vac Equipment Company, LLC $111,125.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 169/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Leaf Collector: Trailer Mounted Item:196, ODB, DCL800TM, DCL800TM Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$160,016.00 Build Options Northern Primary Environmental Products Group, Inc.$160,016.00 Build Options Central Primary Environmental Products Group, Inc.$160,016.00 Build Options Southern Primary Environmental Products Group, Inc.$160,016.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 170/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Lift: Scissor Lift - Self Propelled Item:197, Genie, GS-1932, GS-1932 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $15,731.00 Build Options Northern Primary Ring Power Corporation $15,731.00 Build Options Central Primary Ring Power Corporation $15,731.00 Build Options Southern Primary Kelly Tractor Co $15,768.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 171/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Lift: Scissor Lift - Self Propelled Item:198, JLG, JLG ES1932, JLG ES1932 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $18,545.00 Build Options Southern Primary Kelly Tractor Co $18,545.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 172/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Lift: Scissor Lift - Self Propelled Item:199, Snorkel, S321, S3219E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate National Lift Truck Service Southern States ToyotaLift $15,442.00 $15,495.00 Build Build Options Options Northern Primary Alternate National Lift Truck Service Southern States ToyotaLift $15,442.00 $15,495.00 Build Build Options Options Central Primary Alternate National Lift Truck Service Southern States ToyotaLift $15,442.00 $15,495.00 Build Build Options Options Southern Primary Alternate National Lift Truck Service Southern States ToyotaLift $15,442.00 $15,495.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 173/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Light Tower: Hybrid Light Tower Item:201, Signal Power, HT444PC, HT444PC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $38,370.00 Build Options Northern Primary Federal Contracts Corp $38,370.00 Build Options Central Primary Federal Contracts Corp $38,370.00 Build Options Southern Primary Federal Contracts Corp $38,370.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 174/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Light Tower: Light Tower - Trailer Mounted Item:203, Doosan, LCV6WKUB-60HZ-T4F, LCV6WKUB-60HZ-T4F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $12,664.00 Build Options Northern Primary Clark Equipment Company $12,664.00 Build Options Central Primary Clark Equipment Company $12,664.00 Build Options Southern Primary Clark Equipment Company $12,664.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 175/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Light Tower: Light Tower - Trailer Mounted Item:204, Generac, MLT4060, MLT4060 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems $16,460.00 Build Options Northern Primary ACF Standby Systems $16,460.00 Build Options Central Primary ACF Standby Systems $16,460.00 Build Options Southern Primary Genset Services, Inc.$13,612.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 176/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Light Tower: Light Tower - Trailer Mounted Item:205, Wacker Neuson, LTV6L, LTV6L Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $13,889.00 Build Options Southern Primary Kelly Tractor Co $13,889.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 177/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Light Tower: Light Tower - Trailer Mounted Item:206, Wanco, WLT-4MK6K, WLT-4MK6K Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Striping Service and Supply, LLC. Tradewinds Power Corp. Jet-Vac Equipment Company, LLC $13,550.00 $13,651.00 $15,794.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Striping Service and Supply, LLC. Tradewinds Power Corp. Jet-Vac Equipment Company, LLC $13,550.00 $13,651.00 $15,794.00 Build Build Build Options Options Options Central Primary Alternate Alternate Striping Service and Supply, LLC. Tradewinds Power Corp. Jet-Vac Equipment Company, LLC $13,550.00 $13,651.00 $15,794.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Tradewinds Power Corp. Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $13,651.00 $13,850.00 $15,794.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 178/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Loader Backhoe - 4x4 Item:207, Caterpillar, 416, 416 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $96,799.00 Build Options Northern Primary Ring Power Corporation $96,799.00 Build Options Central Primary Ring Power Corporation $96,799.00 Build Options Southern Primary Kelly Tractor Co $95,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 179/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Loader Backhoe - 4x4 Item:208, John Deere, 310P, 310P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $104,900.00 Build Options Northern Primary Dobbs Equipment, LLC $104,900.00 Build Options Central Primary Dobbs Equipment, LLC $102,700.00 Build Options Southern Primary Dobbs Equipment, LLC $102,700.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 180/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Loader Backhoe - 4x4 Item:209, Case, 580SN, 580SN Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $141,000.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $141,000.00 Build Options Central Primary Innovative Equipment Services 2 LLC $141,000.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $141,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 181/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Item:210, Bobcat, S62, S62 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $43,660.00 Build Options Northern Primary Clark Equipment Company $43,660.00 Build Options Central Primary Clark Equipment Company $43,660.00 Build Options Southern Primary Clark Equipment Company $43,660.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 182/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Item:211, Caterpillar, 236D3, 236D3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $51,453.00 Build Options Northern Primary Ring Power Corporation $51,453.00 Build Options Central Primary Ring Power Corporation $51,453.00 Build Options Southern Primary Kelly Tractor Co $47,846.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 183/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Item:212, John Deere, 318G, 318G Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $51,200.00 Build Options Northern Primary Dobbs Equipment, LLC $51,200.00 Build Options Central Primary Alternate EFE, INC Dobbs Equipment, LLC $44,100.00 $49,995.00 Build Build Options Options Southern Primary Alternate EFE, INC Dobbs Equipment, LLC $44,100.00 $49,995.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 184/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Item:213, Kubota, SSV65, SSV65 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$36,950.00 Build Options Northern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $36,700.00 $37,548.00 Build Build Options Options Central Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $36,550.00 $37,548.00 Build Build Options Options Southern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $36,700.00 $37,548.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 185/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type Item:214, Case, SV185B, SV185B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $57,134.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $57,134.00 Build Options Central Primary Innovative Equipment Services 2 LLC $57,134.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $57,134.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 186/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Item:216, Caterpillar, 272D3, 272D3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $69,127.00 Build Options Northern Primary Ring Power Corporation $69,127.00 Build Options Central Primary Ring Power Corporation $69,127.00 Build Options Southern Primary Kelly Tractor Co $65,967.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 187/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Item:217, John Deere, 330G, 330G Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $65,750.00 Build Options Northern Primary Dobbs Equipment, LLC $65,750.00 Build Options Central Primary Alternate EFE, INC Dobbs Equipment, LLC $57,675.00 $64,300.00 Build Build Options Options Southern Primary Alternate EFE, INC Dobbs Equipment, LLC $57,675.00 $64,300.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 188/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Item:218, Case, SV340B, SV340B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $75,333.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $75,333.00 Build Options Central Primary Innovative Equipment Services 2 LLC $75,333.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $75,333.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 189/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type Item:220, Manitou, 1050RT, 1050RT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $46,365.00 Build Options Northern Primary National Equipment Dealers, LLC $46,365.00 Build Options Central Primary National Equipment Dealers, LLC $46,365.00 Build Options Southern Primary National Equipment Dealers, LLC $46,365.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 190/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:221, Bobcat, T770, T770 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $71,649.00 Build Options Northern Primary Clark Equipment Company $71,649.00 Build Options Central Primary Clark Equipment Company $71,649.00 Build Options Southern Primary Clark Equipment Company $71,649.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 191/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:222, Caterpillar, 279D3, 279D3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $77,647.00 Build Options Northern Primary Ring Power Corporation $77,647.00 Build Options Central Primary Ring Power Corporation $77,647.00 Build Options Southern Primary Kelly Tractor Co $88,523.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 192/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:223, John Deere, 331G, 331G Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $77,950.00 Build Options Northern Primary Dobbs Equipment, LLC $77,950.00 Build Options Central Primary Alternate EFE, INC Dobbs Equipment, LLC $69,000.00 $76,200.00 Build Build Options Options Southern Primary Alternate EFE, INC Dobbs Equipment, LLC $69,000.00 $76,200.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 193/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:224, Kubota, SVL 75-3, SVL 75-3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Florida Coast Equipment, Inc.$52,098.00 Build Options Central Primary Florida Coast Equipment, Inc.$52,098.00 Build Options Southern Primary Florida Coast Equipment, Inc.$52,098.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 194/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:225, Takeuchi, TL12V2, TL12V2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $76,000.00 Build Northern Primary Alta Construction Equipment Florida, LLC $76,000.00 Build Central Primary Alta Construction Equipment Florida, LLC $76,000.00 Build Southern Primary Alta Construction Equipment Florida, LLC $76,000.00 Build 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 195/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:226, Case, TR310B, TR310B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $77,942.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $77,942.00 Build Options Central Primary Innovative Equipment Services 2 LLC $77,942.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $77,942.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 196/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:227, ASV, MAX-Series™ VT-100 Posi-Track® loader, VT-100 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Southern Primary Alta Construction Equipment Florida, LLC $95,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 197/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:228, Yanmar, TL100 Tracked Skid Steer, TL100VS Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Southern Primary Alta Construction Equipment Florida, LLC $81,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 198/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type Item:229, Manitou, 1050R, 1050R Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $62,075.00 Build Options Northern Primary National Equipment Dealers, LLC $62,075.00 Build Options Central Primary National Equipment Dealers, LLC $62,075.00 Build Options Southern Primary National Equipment Dealers, LLC $62,075.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 199/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:230, Caterpillar, 908, 908 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $112,359.00 Build Options Northern Primary Ring Power Corporation $112,359.00 Build Options Central Primary Ring Power Corporation $112,359.00 Build Options Southern Primary Kelly Tractor Co $118,109.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 200/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:231, Hitachi, ZW120, ZW120 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $115,749.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $115,749.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $115,749.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $115,749.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 201/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:232, John Deere, 324P, 324P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $126,900.00 Build Options Northern Primary Dobbs Equipment, LLC $126,900.00 Build Options Central Primary Alternate EFE, INC Dobbs Equipment, LLC $116,450.00 $124,200.00 Build Build Options Options Southern Primary Alternate EFE, INC Dobbs Equipment, LLC $116,450.00 $124,200.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 202/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:233, Manitou, MLA7-75 H-Z, MLA7-75 H-Z Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $132,648.00 Build Options Northern Primary National Equipment Dealers, LLC $132,648.00 Build Options Central Primary National Equipment Dealers, LLC $132,648.00 Build Options Southern Primary National Equipment Dealers, LLC $132,648.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 203/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:234, Takeuchi, TW80, TW80 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $93,500.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $93,500.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $93,500.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $93,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 204/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:235, Volvo, L45H, L45H Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $135,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $135,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $135,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $135,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 205/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:236, Case, 321F, 321F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $115,298.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $115,298.00 Build Options Central Primary Innovative Equipment Services 2 LLC $115,298.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $115,298.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 206/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:237, Mecalac, A Series, AS850 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $125,500.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $125,500.00 Build Options Central Primary Innovative Equipment Services 2 LLC $125,500.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $125,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 207/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 1.5 cubic yd. Item:238, Yanmar, V12, V12 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Southern Primary Alta Construction Equipment Florida, LLC $101,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 208/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:239, Caterpillar, 926, 926 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $200,578.00 Build Options Northern Primary Ring Power Corporation $200,578.00 Build Options Central Primary Ring Power Corporation $200,578.00 Build Options Southern Primary Kelly Tractor Co $188,785.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 209/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:240, DEVELON, DL220-7, DL220-7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $140,297.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $140,297.00 Build Options Central Primary HD Hyundai Infracore North America LLC $140,297.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $140,297.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 210/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:241, DEVELON, DL280-7, DL280-7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $166,531.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $166,531.00 Build Options Central Primary HD Hyundai Infracore North America LLC $166,531.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $166,531.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 211/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:242, Hitachi, ZW180, ZW180 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $185,841.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $185,841.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $185,841.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $185,841.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 212/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:243, Hyundai, HL940A, HL940A Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $198,866.00 Build Options Northern Primary National Equipment Dealers, LLC $198,866.00 Build Options Central Primary National Equipment Dealers, LLC $198,866.00 Build Options Southern Primary National Equipment Dealers, LLC $198,866.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 213/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:244, John Deere, 524P, 524P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $209,850.00 Build Options Northern Primary Dobbs Equipment, LLC $209,850.00 Build Options Central Primary Dobbs Equipment, LLC $205,300.00 Build Options Southern Primary Dobbs Equipment, LLC $205,300.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 214/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:246, Volvo, L60H2, L60H2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $163,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $163,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $163,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $163,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 215/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:247, Case, 621G, 621G Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $252,935.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $252,935.00 Build Options Central Primary Innovative Equipment Services 2 LLC $252,935.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $252,935.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 216/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 3.0 cubic yd. Item:248, Liebherr, L526, L526 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $205,537.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $205,537.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $205,537.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $205,537.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 217/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:249, Caterpillar, 972, 972 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $520,245.00 Build Options Northern Primary Ring Power Corporation $520,245.00 Build Options Central Primary Ring Power Corporation $520,245.00 Build Options Southern Primary Kelly Tractor Co $558,293.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 218/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:250, DEVELON, DL480-7, DL480-7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary HD Hyundai Infracore North America LLC $318,125.00 Build Options Northern Primary HD Hyundai Infracore North America LLC $318,125.00 Build Options Central Primary HD Hyundai Infracore North America LLC $318,125.00 Build Options Southern Primary HD Hyundai Infracore North America LLC $318,125.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 219/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:251, Hitachi, ZW310, ZW310 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $334,603.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $334,603.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $334,603.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $334,603.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 220/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:252, Hyundai, HL975, HL975 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $417,550.00 Build Options Northern Primary National Equipment Dealers, LLC $417,550.00 Build Options Central Primary National Equipment Dealers, LLC $417,550.00 Build Options Southern Primary National Equipment Dealers, LLC $417,550.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 221/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:253, John Deere, 744P, 744P Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $469,750.00 Build Options Northern Primary Dobbs Equipment, LLC $469,750.00 Build Options Central Primary Dobbs Equipment, LLC $459,350.00 Build Options Southern Primary Dobbs Equipment, LLC $459,350.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 222/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:255, Volvo, L150H, L150H Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $415,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $415,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $415,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $415,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 223/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:256, Case, 1021G Z Bar, 1021G Z Bar Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $520,277.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $520,277.00 Build Options Central Primary Innovative Equipment Services 2 LLC $520,277.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $520,277.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 224/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Loader: Wheel Loader - 5.75 cubic yd. Item:257, Liebherr, L580, L580 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $527,917.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $527,917.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $527,917.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $527,917.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 225/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Low Speed Vehicle: Electric Type Item:258, Columbia, Journeyman, Journeyman 2+2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Southern States ToyotaLift Texas Trailers Sales and Service $17,495.00 $18,705.00 Build Build Options Options Northern Primary Alternate Southern States ToyotaLift Texas Trailers Sales and Service $17,495.00 $17,940.00 Build Build Options Options Central Primary Alternate Southern States ToyotaLift Texas Trailers Sales and Service $17,495.00 $18,220.00 Build Build Options Options Southern Primary Alternate Southern States ToyotaLift Texas Trailers Sales and Service $17,495.00 $18,770.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 226/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Low Speed Vehicle: Electric Type Item:259, GEM, E4, E4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $19,930.00 $21,742.00 Build Build Options Options Northern Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $19,930.00 $21,742.00 Build Build Options Options Central Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $19,730.00 $21,742.00 Build Build Options Options Southern Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $19,930.00 $21,742.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 227/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Low Speed Vehicle: Electric Type Item:260, GEM, e2, e2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $17,980.00 $19,475.00 Build Build Options Options Northern Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $17,980.00 $19,475.00 Build Build Options Options Central Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $17,480.00 $19,475.00 Build Build Options Options Southern Primary Alternate Love Power Equipment, Inc Beck Chrysler Dodge Jeep $17,980.00 $19,475.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 228/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Low Speed Vehicle: Electric Type Item:261, Cruise Car ICON, C40-ECO, C40-ECO Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $9,136.00 Build Options Northern Primary Federal Contracts Corp $9,136.00 Build Options Central Primary Federal Contracts Corp $9,136.00 Build Options Southern Primary Federal Contracts Corp $9,136.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 229/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Low Speed Vehicle: Electric Type Item:262, Star EV, Capella CP-2, CP-2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $11,995.00 Build Options Northern Primary Texas Trailers Sales and Service $11,230.00 Build Options Central Primary Texas Trailers Sales and Service $11,510.00 Build Options Southern Primary Texas Trailers Sales and Service $12,060.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 230/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Motor Grader: Large Item:263, Caterpillar, 120, 120 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $271,570.00 Build Options Northern Primary Ring Power Corporation $271,570.00 Build Options Central Primary Ring Power Corporation $271,570.00 Build Options Southern Primary Kelly Tractor Co $242,242.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 231/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Motor Grader: Large Item:264, John Deere, 620G, 620G Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $300,750.00 Build Options Northern Primary Dobbs Equipment, LLC $300,750.00 Build Options Central Primary Dobbs Equipment, LLC $294,300.00 Build Options Southern Primary Dobbs Equipment, LLC $294,300.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 232/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Motor Grader: Large Item:266, Case, 856C, 856C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $303,488.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $303,488.00 Build Options Central Primary Innovative Equipment Services 2 LLC $303,488.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $303,488.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 233/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Motor Grader: Small Item:267, LeeBoy, 685D, 685D Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $238,900.00 Build Options Northern Primary Dobbs Equipment, LLC $238,900.00 Build Options Central Primary Dobbs Equipment, LLC $238,900.00 Build Options Southern Primary Dobbs Equipment, LLC $238,900.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 234/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Motor Grader: Small Item:268, Weiler, G65, G65 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $220,791.00 Build Options Northern Primary Ring Power Corporation $220,791.00 Build Options Central Primary Ring Power Corporation $220,791.00 Build Options Southern Primary Kelly Tractor Co $198,150.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 235/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Motor Grader: Small Item:269, Case, 836C, 836C VHP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $269,395.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $269,395.00 Build Options Central Primary Innovative Equipment Services 2 LLC $269,395.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $269,395.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 236/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: 15ft. Flex Wing Rotary Mower Item:271, Bush Hog, 4115, 4115 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Bush Hog LLC $26,612.00 Build Options Northern Primary Bush Hog LLC $26,612.00 Build Options Central Primary Bush Hog LLC $26,612.00 Build Options Southern Primary Bush Hog LLC $26,612.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 237/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: 15ft. Flex Wing Rotary Mower Item:272, John Deere, FC15M, FC15M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary EFE, INC $24,900.00 Build Options Southern Primary EFE, INC $24,900.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 238/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: 15ft. Flex Wing Rotary Mower Item:274, Rhino, 4150, 4150 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rhino Ag LLC $28,693.00 Build Options Northern Primary Rhino Ag LLC $28,693.00 Build Options Central Primary Rhino Ag LLC $28,693.00 Build Options Southern Primary Rhino Ag LLC $28,693.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 239/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: 15ft. Flex Wing Rotary Mower Item:275, Schulte, FX-1800, FX-1800 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Glade & Grove Supply Co LLC $30,648.00 Build Options Northern Primary Glade & Grove Supply Co LLC $30,448.00 Build Options Central Primary Alternate Glade & Grove Supply Co LLC Kelly Tractor Co $30,048.00 $39,985.00 Build Build Options Options Southern Primary Alternate Glade & Grove Supply Co LLC Kelly Tractor Co $30,048.00 $39,985.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 240/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: 15ft. Flex Wing Rotary Mower Item:276, Woods, BW15.61, BW15.61 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Kelly Tractor Co $33,435.00 Build Options Northern Primary Kelly Tractor Co $33,435.00 Build Options Central Primary Kelly Tractor Co $31,435.00 Build Options Southern Primary Kelly Tractor Co $31,435.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 241/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Electric Zero Turn Radius Mower Item:277, Greenworks, Optimus Z Zero Turn, CZ60R18X Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $20,700.00 Build Options Northern Primary Carswell Distributing Company $20,700.00 Build Options Central Primary Carswell Distributing Company $20,700.00 Build Options Southern Primary Carswell Distributing Company $20,700.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 242/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Electric Zero Turn Radius Mower Item:278, Mean Green Electric Mowers, RIVAL 60" SIDE DISCHARGE (6.75-7.25 HRS CONTINUOUS), RVL60S220 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Green Thumb Palm Beach $29,920.00 Build Options Central Primary Green Thumb Palm Beach $29,920.00 Build Options Southern Primary Green Thumb Palm Beach $29,920.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 243/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Remote Controlled Brush Mower Item:279, Alamo Industrial, RC28, RC28 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alamo Group Texas LLC $53,144.00 Build Options Northern Primary Alamo Group Texas LLC $53,144.00 Build Options Central Primary Alamo Group Texas LLC $53,144.00 Build Options Southern Primary Alamo Group Texas LLC $53,144.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 244/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Remote Controlled Brush Mower Item:282, RC Mowers, R-52, R-52 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Primary Embankscape Equipment LLC Jet-Vac Equipment Company, LLC $66,098.00 $66,098.00 Build Build Options Options Northern Primary Primary Embankscape Equipment LLC Jet-Vac Equipment Company, LLC $66,098.00 $66,098.00 Build Build Options Options Central Primary Primary Embankscape Equipment LLC Jet-Vac Equipment Company, LLC $66,098.00 $66,098.00 Build Build Options Options Southern Primary Primary Embankscape Equipment LLC Jet-Vac Equipment Company, LLC $66,098.00 $66,098.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 245/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Remote Controlled Brush Mower Item:283, Prinoth, Raptor 100, Raptor 100 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $157,774.00 Build Options Northern Primary National Equipment Dealers, LLC $157,774.00 Build Options Central Primary National Equipment Dealers, LLC $157,774.00 Build Options Southern Primary National Equipment Dealers, LLC $157,774.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 246/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Remote Controlled Brush Mower Item:284, AGRIA, 9600-112, 9600-112 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $84,402.00 Build Options Northern Primary Pat`s Pump & Blower $84,402.00 Build Options Central Primary Pat`s Pump & Blower $84,402.00 Build Options Southern Primary Pat`s Pump & Blower $84,402.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 247/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:287, Ferris, ISX2200, 5902078 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary PACE Inc.$12,000.00 Build Options Northern Primary PACE Inc.$12,000.00 Build Options Central Primary Green Thumb Palm Beach $13,187.00 Build Options Southern Primary Green Thumb Palm Beach $12,987.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 248/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:288, Grasshopper, 225, 225 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $14,862.00 Build Options Northern Primary Federal Contracts Corp $14,862.00 Build Options Central Primary Federal Contracts Corp $14,862.00 Build Options Southern Primary Federal Contracts Corp $14,862.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 249/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:289, Gravely, Proturn, 360 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Florida Coast Equipment, Inc.$11,649.00 Build Options Central Primary Florida Coast Equipment, Inc.$11,649.00 Build Options Southern Primary Florida Coast Equipment, Inc.$11,649.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 250/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:290, Husqvarna, Z560, Z560 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $13,768.00 Build Options Northern Primary Federal Contracts Corp $13,768.00 Build Options Central Primary Federal Contracts Corp $13,768.00 Build Options Southern Primary Federal Contracts Corp $13,768.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 251/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:291, John Deere, Z930M, Z930M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary EFE, INC $11,500.00 Build Options Southern Primary EFE, INC $11,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 252/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:292, Kubota, Z725KH-3-60, Z725KH-3-60 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$9,989.00 Build Options Northern Primary Alternate Florida Coast Equipment, Inc. RIDGE EQUIPMENT CO., INC. $9,576.00 $9,819.00 Build Build Options Options Central Primary Alternate Florida Coast Equipment, Inc. RIDGE EQUIPMENT CO., INC. $9,576.00 $9,719.00 Build Build Options Options Southern Primary Alternate Florida Coast Equipment, Inc. RIDGE EQUIPMENT CO., INC. $9,576.00 $9,989.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 253/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:293, Scag, Tiger Cat II, STCII-26FTEFI Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Green Thumb Palm Beach $10,734.00 Build Options Central Primary Green Thumb Palm Beach $10,009.00 Build Options Southern Primary Green Thumb Palm Beach $10,009.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 254/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:294, Bobcat, ZT Series, 9996010 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Carswell Distributing Company Clark Equipment Company $9,919.00 $12,495.00 Build Build Options Options Northern Primary Alternate Carswell Distributing Company Clark Equipment Company $9,919.00 $12,495.00 Build Build Options Options Central Primary Alternate Carswell Distributing Company Clark Equipment Company $9,919.00 $12,495.00 Build Build Options Options Southern Primary Alternate Carswell Distributing Company Clark Equipment Company $9,919.00 $12,495.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 255/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:295, Encore, Caliber, EC60FX850V5X Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $7,837.00 Build Options Northern Primary Carswell Distributing Company $7,837.00 Build Options Central Primary Carswell Distributing Company $7,837.00 Build Options Southern Primary Carswell Distributing Company $7,837.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 256/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:296, Encore, Edge, EE60LS2P82F32 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $5,426.00 Build Options Northern Primary Carswell Distributing Company $5,426.00 Build Options Central Primary Carswell Distributing Company $5,426.00 Build Options Southern Primary Carswell Distributing Company $5,426.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 257/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:297, Encore, Prowler, EP60FX921V5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $10,305.00 Build Options Northern Primary Carswell Distributing Company $10,305.00 Build Options Central Primary Carswell Distributing Company $10,305.00 Build Options Southern Primary Carswell Distributing Company $10,305.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 258/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:298, Redmax, CZT Series, CZT60X Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Carswell Distributing Company $11,760.00 Build Options Northern Primary Carswell Distributing Company $11,760.00 Build Options Central Primary Carswell Distributing Company $11,760.00 Build Options Southern Primary Carswell Distributing Company $11,760.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 259/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:299, Hustler, X-One, 941856 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Green Thumb Palm Beach $13,141.00 Build Options Central Primary Green Thumb Palm Beach $13,016.00 Build Options Southern Primary Green Thumb Palm Beach $12,891.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 260/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:300, Stihl, RZ700, RZ760k Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary Green Thumb Palm Beach $12,469.00 Build Options Southern Primary Green Thumb Palm Beach $12,469.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 261/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:301, Wright, ZXL, WZXL61S61E8E1B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary PACE Inc.$11,524.00 Build Options Northern Primary PACE Inc.$11,524.00 Build Options Central Primary Green Thumb Palm Beach $12,352.00 Build Options Southern Primary Green Thumb Palm Beach $12,152.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 262/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Mower: Zero Turn Radius Mower Item:544, Dixie Choppper, Eagle, 3160KW Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rhino Ag LLC $11,756.00 Build Options Northern Primary Rhino Ag LLC $11,756.00 Build Options Central Primary Rhino Ag LLC $11,756.00 Build Options Southern Primary Rhino Ag LLC $11,756.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 263/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pallet Jack: Electric 4,500 lbs. Capacity Item:302, Big Joe, WPT45, WPT45 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $5,876.00 Build Northern Primary Ring Power Corporation $5,876.00 Build Central Primary Ring Power Corporation $5,876.00 Build Southern Primary Kelly Tractor Co $9,936.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 264/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pallet Jack: Electric 4,500 lbs. Capacity Item:303, Jungheinrich, EJE120, EJE120 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $7,079.00 Build Northern Primary Ring Power Corporation $7,079.00 Build Central Primary Ring Power Corporation $7,079.00 Build Southern Primary Kelly Tractor Co $8,600.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 265/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pallet Jack: Electric 4,500 lbs. Capacity Item:304, Mitsubishi, PW23, PW23 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $7,079.00 Build Northern Primary Ring Power Corporation $7,079.00 Build Central Primary Ring Power Corporation $7,079.00 Build Southern Primary Kelly Tractor Co $8,600.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 266/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pallet Jack: Electric 4,500 lbs. Capacity Item:540, Crown, WP 3200, WP 3200 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $8,384.00 Build Options Northern Primary Federal Contracts Corp $8,384.00 Build Options Central Primary Federal Contracts Corp $8,384.00 Build Options Southern Primary Federal Contracts Corp $8,384.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 267/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pipe Inspection: Battery Operated Pipe Crawler Inspection System Item:306, Envirosight, Verisight Pro+, VSP200 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$111,437.00 Build Options Northern Primary Environmental Products Group, Inc.$111,437.00 Build Options Central Primary Environmental Products Group, Inc.$111,437.00 Build Options Southern Primary Environmental Products Group, Inc.$111,437.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 268/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pipe Inspection: Battery Operated Pipe Crawler Inspection System Item:307, Aries, UC3410, UC3410 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Evervac Equipment $89,000.00 Build Options Northern Primary Evervac Equipment $89,000.00 Build Options Central Primary Evervac Equipment $89,000.00 Build Options Southern Primary Evervac Equipment $89,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 269/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pipe Inspection: Battery Operated Pipe Crawler Inspection System Item:308, Pipe Trekker, A-200 Pipe Crawler, A-200 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $63,257.00 Build Options Northern Primary Pat`s Pump & Blower $63,257.00 Build Options Central Primary Pat`s Pump & Blower $63,257.00 Build Options Southern Primary Pat`s Pump & Blower $63,257.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 270/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:309, Atlas Copco, PAS 150 HF, PAS 150 HF Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Hydra Service (S), Inc.$50,370.00 Build Options Northern Primary Hydra Service (S), Inc.$50,370.00 Build Options Central Primary Hydra Service (S), Inc.$50,370.00 Build Options Southern Primary Hydra Service (S), Inc.$50,370.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 271/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:310, BBA Pumps, BA150E, BA150E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary BBA PUMPS $49,955.00 Build Options Northern Primary BBA PUMPS $49,955.00 Build Options Central Primary BBA PUMPS $49,955.00 Build Options Southern Primary BBA PUMPS $49,955.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 272/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:311, ECO PUMP, Trailer Mounted Trash Pump, 6612T Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $59,820.00 Build Options Northern Primary Pat`s Pump & Blower $59,820.00 Build Options Central Primary Pat`s Pump & Blower $59,820.00 Build Options Southern Primary Pat`s Pump & Blower $59,820.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 273/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:312, Global Pump, 6GSTAP, 6GSTAP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Mersino Dewatering $49,750.00 Build Options Northern Primary Mersino Dewatering $49,750.00 Build Options Central Primary Mersino Dewatering $49,750.00 Build Options Southern Primary Mersino Dewatering $49,750.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 274/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:313, Godwin, CD 150S, CD 150S Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Xylem Dewatering Solutions, Inc.$50,119.00 Build Options Northern Primary Xylem Dewatering Solutions, Inc.$50,119.00 Build Options Central Primary Xylem Dewatering Solutions, Inc.$50,119.00 Build Options Southern Primary Xylem Dewatering Solutions, Inc.$50,119.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 275/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:314, Holland Pumps, PT6TPC-P1104D44T, PT6TPC-P1104D44T Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Holland Pump Company $53,120.00 Build Options Northern Primary Holland Pump Company $53,120.00 Build Options Central Primary Holland Pump Company $53,120.00 Build Options Southern Primary Holland Pump Company $53,120.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 276/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:315, MWI, CT006, CT006 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary MWI pumps $49,175.00 Build Options Northern Primary MWI pumps $49,175.00 Build Options Central Primary MWI pumps $49,175.00 Build Options Southern Primary MWI pumps $49,175.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 277/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:316, Pioneer, PP66S12L71, PP66S12L71 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tom Evans Environmental, Inc.$59,340.00 Build Options Northern Primary Tom Evans Environmental, Inc.$59,340.00 Build Options Central Primary Tom Evans Environmental, Inc.$59,340.00 Build Options Southern Primary Tom Evans Environmental, Inc.$59,340.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 278/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:317, Thompson Pump, 6JSC, 6JSC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Thompson Pump & Manufacturing Company Inc.$45,947.00 Build Options Northern Primary Thompson Pump & Manufacturing Company Inc.$45,947.00 Build Options Central Primary Thompson Pump & Manufacturing Company Inc.$45,947.00 Build Options Southern Primary Thompson Pump & Manufacturing Company Inc.$45,947.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 279/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:318, Tradewinds, TPK66, TPK66 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp.$47,197.00 Build Options Northern Primary Tradewinds Power Corp.$47,197.00 Build Options Central Primary Tradewinds Power Corp.$47,197.00 Build Options Southern Primary Tradewinds Power Corp.$47,197.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 280/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Pump: Mobile Pump Item:321, PRIMAX-SYKES, CP, 150i Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Wastewater Solutions, LLC $95,665.00 Build Options Northern Primary Wastewater Solutions, LLC $95,665.00 Build Options Central Primary Wastewater Solutions, LLC $95,665.00 Build Options Southern Primary Wastewater Solutions, LLC $95,665.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 281/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Message Board Item:322, AMSIG, CMS-GP465T, CMS-GP465T Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Crimson Technology Products, LLC $16,164.00 Build Options Northern Primary Crimson Technology Products, LLC $16,164.00 Build Options Central Primary Crimson Technology Products, LLC $16,375.00 Build Options Southern Primary Crimson Technology Products, LLC $16,645.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 282/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Message Board Item:323, K&K Systems, MB9757, MB9757 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary K&K Systems, Inc.$13,903.00 Build Options Northern Primary K&K Systems, Inc.$13,903.00 Build Options Central Primary K&K Systems, Inc.$13,903.00 Build Options Southern Primary K&K Systems, Inc.$13,903.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 283/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Message Board Item:324, Kustom Signal, Smart VMS, 2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Crimson Technology Products, LLC $18,906.00 Build Options Northern Primary Crimson Technology Products, LLC $18,906.00 Build Options Central Primary Crimson Technology Products, LLC $19,169.00 Build Options Southern Primary Crimson Technology Products, LLC $19,420.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 284/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Message Board Item:325, Ver-Mac, PCMS-1500, PCMS-1500 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $22,295.00 Build Options Northern Primary Federal Contracts Corp $22,295.00 Build Options Central Primary Federal Contracts Corp $22,295.00 Build Options Southern Primary Federal Contracts Corp $22,295.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 285/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Message Board Item:326, Wanco, Full Size 3-Line Message Board Trailer, WTLMB-A Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $21,607.00 $22,775.00 $25,219.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $21,607.00 $22,775.00 $25,219.00 Build Build Build Options Options Options Central Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $21,607.00 $22,775.00 $25,219.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $21,607.00 $23,150.00 $25,219.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 286/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Message Board Item:327, Wanco, Full Size Full Matrix Message Board Trailer, WTMMB-A Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $22,590.00 $23,950.00 $26,610.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $22,590.00 $23,950.00 $26,610.00 Build Build Build Options Options Options Central Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $22,590.00 $23,950.00 $26,610.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $22,590.00 $24,350.00 $26,610.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 287/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Speed Board Item:331, K&K Systems, LTER12, LTER12 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary K&K Systems, Inc.$5,254.00 Build Options Northern Primary K&K Systems, Inc.$5,254.00 Build Options Central Primary K&K Systems, Inc.$5,254.00 Build Options Southern Primary K&K Systems, Inc.$5,254.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 288/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Speed Board Item:332, Kustom Signal, Smart, 12 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Crimson Technology Products, LLC $8,176.00 Build Options Northern Primary Crimson Technology Products, LLC $8,176.00 Build Options Central Primary Crimson Technology Products, LLC $8,277.00 Build Options Southern Primary Crimson Technology Products, LLC $8,395.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 289/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Speed Board Item:333, Ver-Mac, SP-710V, SP-710V Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $10,381.00 Build Options Northern Primary Federal Contracts Corp $10,381.00 Build Options Central Primary Federal Contracts Corp $10,381.00 Build Options Southern Primary Federal Contracts Corp $10,381.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 290/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Speed Board Item:334, Wanco, Compact Radar Speed Trailer, WSDT3-S Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC Vetted Security Solutions $10,450.00 $12,476.00 $13,448.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC Vetted Security Solutions $10,450.00 $12,476.00 $13,448.00 Build Build Build Options Options Options Central Primary Alternate Alternate Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC Vetted Security Solutions $10,450.00 $12,476.00 $13,448.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC Vetted Security Solutions $10,450.00 $12,476.00 $13,448.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 291/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Speed Board Item:335, All Trac Solutions, INC, Shield 12 - with ATS-3 Trailer - No Cloud, 4001809FSA Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary All Trac Solutions, Inc.$8,944.00 Build Options Northern Primary All Trac Solutions, Inc.$8,944.00 Build Options Central Primary All Trac Solutions, Inc.$8,944.00 Build Options Southern Primary All Trac Solutions, Inc.$8,944.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 292/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Speed Board Item:336, All Trac Solutions, INC, SpeedAlert 18 - With ATS-3 Trailer - No Cloud, 4001811FSA Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary All Trac Solutions, Inc.$9,940.00 Build Options Northern Primary All Trac Solutions, Inc.$9,940.00 Build Options Central Primary All Trac Solutions, Inc.$9,940.00 Build Options Southern Primary All Trac Solutions, Inc.$9,940.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 293/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Speed Board/Automatic License Plate Reader Item:337, Vetted Security Solutions, ALPR Speed Trailer-STANDARD, VSS-STD-SPD-VLT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vetted Security Solutions $37,012.00 Build Options Northern Primary Vetted Security Solutions $37,012.00 Build Options Central Primary Vetted Security Solutions $37,012.00 Build Options Southern Primary Vetted Security Solutions $37,012.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 294/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Trac Advisory/Directional Signal Board Item:338, AMSIG, T815, T815 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Crimson Technology Products, LLC $4,940.00 Build Options Northern Primary Crimson Technology Products, LLC $4,940.00 Build Options Central Primary Crimson Technology Products, LLC $5,152.00 Build Options Southern Primary Crimson Technology Products, LLC $5,422.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 295/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Trac Advisory/Directional Signal Board Item:339, K&K Systems, AT154896, AT154896 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary K&K Systems, Inc.$4,455.00 Build Options Northern Primary K&K Systems, Inc.$4,455.00 Build Options Central Primary K&K Systems, Inc.$4,455.00 Build Options Southern Primary K&K Systems, Inc.$4,455.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 296/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Trac Advisory/Directional Signal Board Item:340, Trax Device, Scorpion II Trailer Attenuator with Mobile Trac Advisory / Directional Signal Board, 10002-TL3M-12TA Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Striping Service and Supply, LLC.$38,950.00 Build Options Northern Primary Striping Service and Supply, LLC.$38,950.00 Build Options Central Primary Striping Service and Supply, LLC.$38,950.00 Build Options Southern Primary Striping Service and Supply, LLC.$39,450.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 297/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Trac Advisory/Directional Signal Board Item:341, Ver-Mac, ST-4825, ST-4825 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $7,459.00 Build Options Northern Primary Federal Contracts Corp $7,459.00 Build Options Central Primary Federal Contracts Corp $7,459.00 Build Options Southern Primary Federal Contracts Corp $7,459.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 298/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Trac Advisory/Directional Signal Board Item:342, Wanco, WECO Arrow Board Trailer, WTSP55-LSA Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Striping Service and Supply, LLC. Vetted Security Solutions Jet-Vac Equipment Company, LLC $5,968.00 $6,602.00 $6,759.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Striping Service and Supply, LLC. Vetted Security Solutions Jet-Vac Equipment Company, LLC $5,968.00 $6,602.00 $6,759.00 Build Build Build Options Options Options Central Primary Alternate Alternate Striping Service and Supply, LLC. Vetted Security Solutions Jet-Vac Equipment Company, LLC $5,968.00 $6,602.00 $6,759.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Striping Service and Supply, LLC. Vetted Security Solutions Jet-Vac Equipment Company, LLC $6,250.00 $6,602.00 $6,759.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 299/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roadway Advisory Board: Mobile Trac Advisory/Directional Signal Board Item:343, Wanco, Metro Matrix Message Board Trailer, WVTMM-L Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $19,600.00 $19,950.00 $22,100.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $19,600.00 $19,950.00 $22,100.00 Build Build Build Options Options Options Central Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $19,600.00 $19,950.00 $22,100.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Vetted Security Solutions Striping Service and Supply, LLC. Jet-Vac Equipment Company, LLC $19,600.00 $20,250.00 $22,100.00 Build Build Build Options Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 300/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Compaction Roller 30,000 lbs. - Single Drum Item:344, Bomag, BW177D-5, BW177D-5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $118,500.00 Build Options Northern Primary Linder Industrial Machinery $118,500.00 Build Options Central Primary Linder Industrial Machinery $118,500.00 Build Options Southern Primary Linder Industrial Machinery $118,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 301/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Compaction Roller 30,000 lbs. - Single Drum Item:345, Caterpillar, CS44, CS44 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $146,209.00 Build Options Northern Primary Ring Power Corporation $146,209.00 Build Options Central Primary Ring Power Corporation $146,209.00 Build Options Southern Primary Kelly Tractor Co $145,623.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 302/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Compaction Roller 30,000 lbs. - Single Drum Item:346, Hyundai, HR140C, HR140C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $195,187.00 Build Options Northern Primary National Equipment Dealers, LLC $195,187.00 Build Options Central Primary National Equipment Dealers, LLC $195,187.00 Build Options Southern Primary National Equipment Dealers, LLC $195,187.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 303/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Compaction Roller 30,000 lbs. - Single Drum Item:347, Sakai, SV544, SV544 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $137,052.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $137,052.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $137,052.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $137,052.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 304/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Compaction Roller 30,000 lbs. - Single Drum Item:348, Case, SV207E, SV207E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $124,488.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $124,488.00 Build Options Central Primary Innovative Equipment Services 2 LLC $124,488.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $124,488.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 305/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Compaction Roller 30,000 lbs. - Single Drum Item:349, Volvo, SD75B Single Drum Roller, SD75B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $104,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 306/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Compaction Roller 30,000 lbs. - Single Drum Item:350, Hamm, HC70i Single Drum Vibratory Roller, HC70i Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $120,975.00 Build Options Northern Primary Dobbs Equipment, LLC $120,975.00 Build Options Central Primary Dobbs Equipment, LLC $120,975.00 Build Options Southern Primary Dobbs Equipment, LLC $120,975.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 307/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Item:351, Bomag, BW190AD-5, BW190AD-5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $196,400.00 Build Options Northern Primary Linder Industrial Machinery $196,400.00 Build Options Central Primary Linder Industrial Machinery $196,400.00 Build Options Southern Primary Linder Industrial Machinery $196,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 308/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Item:352, Caterpillar, CB13, CB13 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $194,255.00 Build Options Northern Primary Ring Power Corporation $194,255.00 Build Options Central Primary Ring Power Corporation $194,255.00 Build Options Southern Primary Kelly Tractor Co $186,671.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 309/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Item:353, Dynapac, CC5200VI, CC5200VI Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $179,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $179,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $179,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $179,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 310/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Item:354, Hamm, HD+90iVV, HD+90iVV Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $170,100.00 Build Options Northern Primary Dobbs Equipment, LLC $170,100.00 Build Options Central Primary Dobbs Equipment, LLC $170,100.00 Build Options Southern Primary Dobbs Equipment, LLC $170,100.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 311/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Item:355, Sakai, SW884, SW884 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $178,306.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $178,306.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $178,306.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $178,306.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 312/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Item:356, Volvo, DD120, DD120 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $165,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $165,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $165,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $165,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 313/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width Item:357, Case, DV209D, DV209D Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $170,922.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $170,922.00 Build Options Central Primary Innovative Equipment Services 2 LLC $170,922.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $170,922.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 314/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Item:358, Bomag, BW120SL-5, BW120SL-5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $51,000.00 Build Options Northern Primary Linder Industrial Machinery $51,000.00 Build Options Central Primary Linder Industrial Machinery $51,000.00 Build Options Southern Primary Linder Industrial Machinery $51,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 315/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Item:359, Caterpillar, CB2.7, CB2.7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $64,963.00 Build Options Northern Primary Ring Power Corporation $64,963.00 Build Options Central Primary Ring Power Corporation $64,963.00 Build Options Southern Primary Kelly Tractor Co $60,845.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 316/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Item:360, Dynapac, CC1200VI, CC1200VI Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $47,500.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $47,500.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $47,500.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $47,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 317/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Item:361, Hamm, HD12-VV, HD12-VV Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $48,100.00 Build Options Northern Primary Dobbs Equipment, LLC $48,100.00 Build Options Central Primary Dobbs Equipment, LLC $48,100.00 Build Options Southern Primary Dobbs Equipment, LLC $48,100.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 318/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Item:362, Volvo, DD25, DD25 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $48,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $48,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $48,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $48,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 319/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width Item:363, Case, DV26E, DV26E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Innovative Equipment Services 2 LLC $55,222.00 Build Options Northern Primary Innovative Equipment Services 2 LLC $55,222.00 Build Options Central Primary Innovative Equipment Services 2 LLC $55,222.00 Build Options Southern Primary Innovative Equipment Services 2 LLC $55,222.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 320/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:364, PipeHunter, VacHunter Combo, 101035 PH8C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Underground $335,000.00 Build Options Northern Primary Texas Underground $335,000.00 Build Options Central Primary Texas Underground $335,000.00 Build Options Southern Primary Texas Underground $335,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 321/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner Item:365, Obrien, 7018-SC, 7018-SC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $97,845.00 Build Options Northern Primary Pat`s Pump & Blower $97,845.00 Build Options Central Primary Pat`s Pump & Blower $97,845.00 Build Options Southern Primary Pat`s Pump & Blower $97,845.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 322/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner Item:366, Sewer Equipment Co. of America, 747-FR2000, 747-FR2000 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Jet-Vac Equipment Company, LLC $99,556.00 Build Options Northern Primary Jet-Vac Equipment Company, LLC $99,556.00 Build Options Central Primary Jet-Vac Equipment Company, LLC $99,556.00 Build Options Southern Primary Jet-Vac Equipment Company, LLC $99,556.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 323/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner Item:367, Vac-Con, VecJet, VJ750 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $93,754.00 Build Options Northern Primary Southern Sewer Equipment Sales $93,754.00 Build Options Central Primary Southern Sewer Equipment Sales $93,754.00 Build Options Southern Primary Southern Sewer Equipment Sales $93,754.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 324/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner Item:368, Vactor, RamJet, 4018 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$89,272.00 Build Options Northern Primary Environmental Products Group, Inc.$89,272.00 Build Options Central Primary Environmental Products Group, Inc.$89,272.00 Build Options Southern Primary Environmental Products Group, Inc.$89,272.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 325/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner Item:369, Harben, DTK 375 E-180 (Manual), DTK 375 E-180 (Manual) Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Jet-Vac Equipment Company, LLC $64,293.00 Build Options Northern Primary Jet-Vac Equipment Company, LLC $64,293.00 Build Options Central Primary Jet-Vac Equipment Company, LLC $64,293.00 Build Options Southern Primary Jet-Vac Equipment Company, LLC $64,293.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 326/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner Item:370, GAPVAX, G7 Jetter, G-Jet Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Evervac Equipment $234,990.00 Build Options Northern Primary Evervac Equipment $234,990.00 Build Options Central Primary Evervac Equipment $234,990.00 Build Options Southern Primary Evervac Equipment $234,990.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 327/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaner: Trailer Mounted Sewer Cleaner Item:371, PipeHunter, 700 Gallon Tandem Trailer Jetter, 3744 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Underground $83,975.00 Build Options Northern Primary Texas Underground $83,975.00 Build Options Central Primary Texas Underground $83,975.00 Build Options Southern Primary Texas Underground $83,975.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 328/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:372, Aquatech, B-10, B-10 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $331,000.00 Build Options Northern Primary Pat`s Pump & Blower $331,000.00 Build Options Central Primary Pat`s Pump & Blower $331,000.00 Build Options Southern Primary Pat`s Pump & Blower $331,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 329/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:374, Sewer Equipment Co. of America, 900 ECO-12YD, 900 ECO-12YD Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Jet-Vac Equipment Company, LLC $362,453.00 Build Options Northern Primary Jet-Vac Equipment Company, LLC $362,453.00 Build Options Central Primary Jet-Vac Equipment Company, LLC $362,453.00 Build Options Southern Primary Jet-Vac Equipment Company, LLC $362,453.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 330/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:375, Super Products, Camel Max, 1200 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Container Systems & Equipment Co., Inc.$364,118.00 Build Options Northern Primary Container Systems & Equipment Co., Inc.$364,118.00 Build Options Central Primary Container Systems & Equipment Co., Inc.$364,118.00 Build Options Southern Primary Container Systems & Equipment Co., Inc.$364,118.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 331/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:376, Vacall, AJV1010, AJV1010 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $271,085.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $271,085.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $271,085.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $271,085.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 332/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:377, Vac-Con, V311HN/1000, V311HN/1000 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $293,720.00 Build Options Northern Primary Southern Sewer Equipment Sales $293,720.00 Build Options Central Primary Southern Sewer Equipment Sales $293,720.00 Build Options Southern Primary Southern Sewer Equipment Sales $293,720.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 333/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:378, Vac-Con, VPD4211SHAE, VPD4211SHAE Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $375,531.00 Build Options Northern Primary Southern Sewer Equipment Sales $375,531.00 Build Options Central Primary Southern Sewer Equipment Sales $375,531.00 Build Options Southern Primary Southern Sewer Equipment Sales $375,531.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 334/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sewer Cleaners: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Item:379, Vactor, 2100l, 2100l Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$342,407.00 Build Options Northern Primary Environmental Products Group, Inc.$342,407.00 Build Options Central Primary Environmental Products Group, Inc.$342,407.00 Build Options Southern Primary Environmental Products Group, Inc.$342,407.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 335/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:380, ARI-HETRA, Brake Hub Removal Jack, WS-18-HR Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$5,131.00 Build Options Northern Primary ARI Phoenix, Inc.$5,131.00 Build Options Central Primary ARI Phoenix, Inc.$5,131.00 Build Options Southern Primary ARI Phoenix, Inc.$5,131.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 336/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:381, ARI-HETRA, Floor Jack, WS-16124 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$4,060.00 Build Options Northern Primary ARI Phoenix, Inc.$4,060.00 Build Options Central Primary ARI Phoenix, Inc.$4,060.00 Build Options Southern Primary ARI Phoenix, Inc.$4,060.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 337/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:382, ARI-HETRA, King Pin Press, WS-KPP143 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$8,706.00 Build Options Northern Primary ARI Phoenix, Inc.$8,706.00 Build Options Central Primary ARI Phoenix, Inc.$8,706.00 Build Options Southern Primary ARI Phoenix, Inc.$8,706.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 338/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:383, ARI-HETRA, On Vehicle Brake Lathe, WS-BL44 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$21,443.00 Build Options Northern Primary ARI Phoenix, Inc.$21,443.00 Build Options Central Primary ARI Phoenix, Inc.$21,443.00 Build Options Southern Primary ARI Phoenix, Inc.$21,443.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 339/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:384, ARI-HETRA, Tire Changer, WS-12645 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$19,908.00 Build Options Northern Primary ARI Phoenix, Inc.$19,908.00 Build Options Central Primary ARI Phoenix, Inc.$19,908.00 Build Options Southern Primary ARI Phoenix, Inc.$19,908.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 340/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:385, ARI-HETRA, Tire Ination Cage, WS-35026 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$7,575.00 Build Options Northern Primary ARI Phoenix, Inc.$7,575.00 Build Options Central Primary ARI Phoenix, Inc.$7,575.00 Build Options Southern Primary ARI Phoenix, Inc.$7,575.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 341/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:386, ARI-HETRA, Wheel Balancer, WS-12890 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$12,654.00 Build Options Northern Primary ARI Phoenix, Inc.$12,654.00 Build Options Central Primary ARI Phoenix, Inc.$12,654.00 Build Options Southern Primary ARI Phoenix, Inc.$12,654.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 342/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shop Tools & Equipment Item:387, ARI-HETRA, Wheel Dolly, WS-AH20440 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$4,391.00 Build Options Northern Primary ARI Phoenix, Inc.$4,391.00 Build Options Central Primary ARI Phoenix, Inc.$4,391.00 Build Options Southern Primary ARI Phoenix, Inc.$4,391.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 343/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Shredder: Mobile Shredder Item:389, Tana Shark, 440D, 440D Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Humdinger Equipment, Ltd.$1,131,095.00 Build Options Northern Primary Humdinger Equipment, Ltd.$1,131,095.00 Build Options Central Primary Humdinger Equipment, Ltd.$1,131,095.00 Build Options Southern Primary Humdinger Equipment, Ltd.$1,131,095.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 344/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Solid Waste Material Handler: Wheeled Type Item:390, Caterpillar, MH3022, MH3022 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $366,308.00 Build Options Northern Primary Ring Power Corporation $366,308.00 Build Options Central Primary Ring Power Corporation $366,308.00 Build Options Southern Primary Kelly Tractor Co $338,648.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 345/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Solid Waste Material Handler: Wheeled Type Item:392, Volvo, EW240E MH, EW240E MH Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $442,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $442,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $442,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $442,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 346/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Solid Waste Material Handler: Wheeled Type Item:393, Hyundai, HW250AMH, HW250AMH Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary National Equipment Dealers, LLC $393,050.00 Build Options Northern Primary National Equipment Dealers, LLC $393,050.00 Build Options Central Primary National Equipment Dealers, LLC $393,050.00 Build Options Southern Primary National Equipment Dealers, LLC $393,050.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 347/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Solid Waste Material Handler: Wheeled Type Item:394, Liebherr, LH24M, LH24M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary GREAT SOUTHERN EQUIPMENT, LLC $485,530.00 Build Options Northern Primary GREAT SOUTHERN EQUIPMENT, LLC $485,530.00 Build Options Central Primary GREAT SOUTHERN EQUIPMENT, LLC $485,530.00 Build Options Southern Primary GREAT SOUTHERN EQUIPMENT, LLC $485,530.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 348/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Stump Cutter Item:396, Toro, STX 38, STX 38 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $36,500.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $36,500.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $36,500.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $36,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 349/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Stump Cutter Item:397, Vermeer, SC362, SC362 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $28,696.00 Build Options Northern Primary Vermeer Southeast Sales $28,696.00 Build Options Central Primary Vermeer Southeast Sales $28,696.00 Build Options Southern Primary Vermeer Southeast Sales $28,696.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 350/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper Item:398, Elgin Pelican, NP, Elgin Pelican Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$282,087.00 Build Options Northern Primary Environmental Products Group, Inc.$282,087.00 Build Options Central Primary Environmental Products Group, Inc.$282,087.00 Build Options Southern Primary Environmental Products Group, Inc.$282,087.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 351/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper Item:399, Global, R3, R3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $263,903.00 Build Options Northern Primary Southern Sewer Equipment Sales $263,903.00 Build Options Central Primary Southern Sewer Equipment Sales $263,903.00 Build Options Southern Primary Southern Sewer Equipment Sales $263,903.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 352/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper Item:400, Global, M3, M3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $240,126.00 Build Options Northern Primary Southern Sewer Equipment Sales $240,126.00 Build Options Central Primary Southern Sewer Equipment Sales $240,126.00 Build Options Southern Primary Southern Sewer Equipment Sales $240,126.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 353/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Cabover Mechanical Broom Street Sweeper Item:401, Bucher Municipal, E35m, E35m Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $441,920.00 Build Options Northern Primary Pat`s Pump & Blower $441,920.00 Build Options Central Primary Pat`s Pump & Blower $441,920.00 Build Options Southern Primary Pat`s Pump & Blower $441,920.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 354/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Cabover Mechanical Broom Street Sweeper Item:402, Elgin, Eagle, Eagle Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$437,132.00 Build Options Northern Primary Environmental Products Group, Inc.$437,132.00 Build Options Central Primary Environmental Products Group, Inc.$437,132.00 Build Options Southern Primary Environmental Products Group, Inc.$437,132.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 355/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Cabover Mechanical Broom Street Sweeper Item:403, Schwarze Industries, M6 Avalanche, M6 Avalanche Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Industrial Truck & Equipment, LLC $470,272.00 Build Options Northern Primary Industrial Truck & Equipment, LLC $470,272.00 Build Options Central Primary Industrial Truck & Equipment, LLC $470,272.00 Build Options Southern Primary Industrial Truck & Equipment, LLC $470,272.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 356/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Compact Air Sweeper - 2.3 cubic yd. Item:404, Bucher Municipal, 5006, 5006 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $212,930.00 Build Options Northern Primary Pat`s Pump & Blower $212,930.00 Build Options Central Primary Pat`s Pump & Blower $212,930.00 Build Options Southern Primary Pat`s Pump & Blower $212,930.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 357/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Compact Air Sweeper - 2.3 cubic yd. Item:405, Dulevo, D3 Sweeper, D3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $190,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $190,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $190,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $190,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 358/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Compact Air Sweeper - 2.3 cubic yd. Item:406, Excelway, B200, B200 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$252,269.00 Build Options Northern Primary Environmental Products Group, Inc.$252,269.00 Build Options Central Primary Environmental Products Group, Inc.$252,269.00 Build Options Southern Primary Environmental Products Group, Inc.$252,269.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 359/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Regenerative Air Street Sweeper Item:407, Bucher Municipal, R65, R65 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Pat`s Pump & Blower $402,194.00 Build Options Northern Primary Pat`s Pump & Blower $402,194.00 Build Options Central Primary Pat`s Pump & Blower $402,194.00 Build Options Southern Primary Pat`s Pump & Blower $402,194.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 360/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Regenerative Air Street Sweeper Item:408, Elgin, Crosswind J Plus, Crosswind J Plus Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc.$362,459.00 Build Options Northern Primary Environmental Products Group, Inc.$362,459.00 Build Options Central Primary Environmental Products Group, Inc.$362,459.00 Build Options Southern Primary Environmental Products Group, Inc.$362,459.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 361/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Regenerative Air Street Sweeper Item:409, Tymco, 600, 600 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Container Systems & Equipment Co., Inc.$325,375.00 Build Options Northern Primary Container Systems & Equipment Co., Inc.$325,375.00 Build Options Central Primary Container Systems & Equipment Co., Inc.$325,375.00 Build Options Southern Primary Container Systems & Equipment Co., Inc.$325,375.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 362/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Regenerative Air Street Sweeper Item:410, Schwarze Industries, A7 Tornado, A7 Tornado Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Industrial Truck & Equipment, LLC $333,090.00 Build Options Northern Primary Industrial Truck & Equipment, LLC $333,090.00 Build Options Central Primary Industrial Truck & Equipment, LLC $333,090.00 Build Options Southern Primary Industrial Truck & Equipment, LLC $333,090.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 363/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Regenerative Air Street Sweeper Item:411, Schwarze Industries, A8 Twister, A8 Twister Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Industrial Truck & Equipment, LLC $417,423.00 Build Options Northern Primary Industrial Truck & Equipment, LLC $417,423.00 Build Options Central Primary Industrial Truck & Equipment, LLC $417,423.00 Build Options Southern Primary Industrial Truck & Equipment, LLC $417,423.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 364/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Regenerative Air Street Sweeper Item:412, Schwarze Industries, A9 Monsoon, A9 Monsoon Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Industrial Truck & Equipment, LLC $360,006.00 Build Options Northern Primary Industrial Truck & Equipment, LLC $360,006.00 Build Options Central Primary Industrial Truck & Equipment, LLC $360,006.00 Build Options Southern Primary Industrial Truck & Equipment, LLC $360,006.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 365/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Self-Propelled Hydrostatic Broom Item:413, Broce, 350 Broom, 350 Broom Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $80,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $80,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $80,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $80,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 366/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Self-Propelled Hydrostatic Broom Item:414, Holder, S100, S100 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $199,538.00 Build Options Northern Primary Federal Contracts Corp $199,538.00 Build Options Central Primary Federal Contracts Corp $199,538.00 Build Options Southern Primary Federal Contracts Corp $199,538.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 367/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Self-Propelled Hydrostatic Broom Item:415, LeeBoy, RB-50, RB-50 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $81,600.00 Build Options Northern Primary Dobbs Equipment, LLC $81,600.00 Build Options Central Primary Dobbs Equipment, LLC $81,600.00 Build Options Southern Primary Dobbs Equipment, LLC $81,600.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 368/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Self-Propelled Hydrostatic Broom Item:416, Superior Broom, DT74, DT74 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $81,500.00 Build Options Northern Primary Linder Industrial Machinery $81,500.00 Build Options Central Primary Linder Industrial Machinery $81,500.00 Build Options Southern Primary Linder Industrial Machinery $81,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 369/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Sweeper: Self-Propelled Hydrostatic Broom Item:417, Smith Challenger, SCM400, SCM400 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $139,003.00 Build Options Northern Primary Ring Power Corporation $139,003.00 Build Options Central Primary Ring Power Corporation $139,003.00 Build Options Southern Primary Kelly Tractor Co $147,522.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 370/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tactical Vehicle: Skid Steer Mounted (The Rook) Item:418, Caterpillar, 299D3 with Rook Option, 299D3 with Rook Option Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $442,400.00 Build Options Northern Primary Ring Power Corporation $442,400.00 Build Options Central Primary Ring Power Corporation $442,400.00 Build Options Southern Primary Ring Power Corporation $442,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 371/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tool Carrier: Hydrostatic Drive Item:419, Alamo Group, Mantis, 155B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alamo Group Texas LLC $190,484.00 Build Options Northern Primary Alamo Group Texas LLC $190,484.00 Build Options Central Primary Alamo Group Texas LLC $190,484.00 Build Options Southern Primary Alamo Group Texas LLC $190,484.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 372/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tool Carrier: Hydrostatic Drive Item:420, Energreen America, Kommunal, Kommunal Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Energreen America Inc $234,681.00 Build Options Northern Primary Energreen America Inc $234,681.00 Build Options Central Primary Energreen America Inc $234,681.00 Build Options Southern Primary Energreen America Inc $234,681.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 373/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tool Carrier: Hydrostatic Drive Item:421, MowerMax, Tool Carrier, MMB22 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ATMAX Equipment Co.$192,950.00 Build Options Northern Primary ATMAX Equipment Co.$192,950.00 Build Options Central Primary ATMAX Equipment Co.$192,950.00 Build Options Southern Primary ATMAX Equipment Co.$192,950.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 374/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Agriculture Tractor - 4x2 Item:423, Case IH, FARMALL, 100C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Glade & Grove Supply Co LLC $67,572.00 Build Options Northern Primary Glade & Grove Supply Co LLC $67,372.00 Build Options Central Primary Glade & Grove Supply Co LLC $66,972.00 Build Options Southern Primary Glade & Grove Supply Co LLC $66,972.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 375/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Agriculture Tractor - 4x2 Item:424, John Deere, 5105M, 5105M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary EFE, INC $63,500.00 Build Options Southern Primary EFE, INC $63,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 376/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Agriculture Tractor - 4x2 Item:425, Kubota, M5-111, M5-111 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$47,431.00 Build Options Northern Primary Alternate Florida Coast Equipment, Inc. RIDGE EQUIPMENT CO., INC. $45,458.00 $46,931.00 Build Build Options Options Central Primary Alternate Florida Coast Equipment, Inc. RIDGE EQUIPMENT CO., INC. $45,458.00 $46,931.00 Build Build Options Options Southern Primary Alternate Florida Coast Equipment, Inc. RIDGE EQUIPMENT CO., INC. $45,458.00 $47,181.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 377/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Agriculture Tractor - 4x2 Item:426, Massey Ferguson, Tractor, MF4709 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $51,204.00 Build Options Northern Primary Ring Power Corporation $51,204.00 Build Options Central Primary Alternate Kelly Tractor Co Ring Power Corporation $49,385.00 $51,204.00 Build Build Options Options Southern Primary Kelly Tractor Co $49,385.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 378/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Agriculture Tractor - 4x2 Item:427, New Holland, Powerstar, 100 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Glade & Grove Supply Co LLC $68,940.00 Build Options Northern Primary Glade & Grove Supply Co LLC $68,740.00 Build Options Central Primary Glade & Grove Supply Co LLC $68,340.00 Build Options Southern Primary Glade & Grove Supply Co LLC $68,340.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 379/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Compact Articulating Tractor - AWD Item:429, Avant, 528, 528 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $47,000.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $47,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $47,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $47,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 380/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Small Agriculture Tractor - 4x4 Item:431, Bobcat, CT2035, CT2035 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Clark Equipment Company $20,907.00 Build Options Northern Primary Clark Equipment Company $20,907.00 Build Options Central Primary Clark Equipment Company $20,907.00 Build Options Southern Primary Clark Equipment Company $20,907.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 381/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Small Agriculture Tractor - 4x4 Item:432, Case IH, FARMALL, 35C Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Glade & Grove Supply Co LLC $27,611.00 Build Options Northern Primary Glade & Grove Supply Co LLC $27,411.00 Build Options Central Primary Glade & Grove Supply Co LLC $27,011.00 Build Options Southern Primary Glade & Grove Supply Co LLC $27,011.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 382/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Small Agriculture Tractor - 4x4 Item:433, John Deere, 3035D, 3035D Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary EFE, INC $21,750.00 Build Options Southern Primary EFE, INC $21,750.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 383/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Small Agriculture Tractor - 4x4 Item:434, Kubota, L3902 DT, L3902 DT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$21,750.00 Build Options Northern Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $21,250.00 $21,251.00 Build Build Options Options Central Primary Alternate RIDGE EQUIPMENT CO., INC. Florida Coast Equipment, Inc. $21,100.00 $21,251.00 Build Build Options Options Southern Primary Alternate Florida Coast Equipment, Inc. RIDGE EQUIPMENT CO., INC. $21,251.00 $21,500.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 384/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Small Agriculture Tractor - 4x4 Item:435, Massey Ferguson, MF1840E, MF1840E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $24,806.00 Build Options Southern Primary Kelly Tractor Co $24,806.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 385/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Small Agriculture Tractor - 4x4 Item:436, New Holland, Boomer, 35 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Glade & Grove Supply Co LLC $29,365.00 Build Options Northern Primary Glade & Grove Supply Co LLC $29,165.00 Build Options Central Primary Glade & Grove Supply Co LLC $28,765.00 Build Options Southern Primary Glade & Grove Supply Co LLC $28,965.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 386/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Tractor with Boom Mower - 4x4 Item:437, Case IH, Maxxum with Motrim Boom Mower, 115 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Southern Primary Glade & Grove Supply Co LLC $183,250.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 387/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Tractor with Boom Mower - 4x4 Item:438, John Deere, 6120M with Tiger Bengal Boom Mower, 6120M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $216,750.00 Build Options Northern Primary Dobbs Equipment, LLC $216,750.00 Build Options Central Primary Dobbs Equipment, LLC $216,750.00 Build Options Southern Primary Dobbs Equipment, LLC $216,750.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 388/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Tractor with Boom Mower - 4x4 Item:439, John Deere, 6120M Alamo Industrial Mower, 6120M Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alamo Group Texas LLC $236,367.00 Build Options Northern Primary Alamo Group Texas LLC $236,367.00 Build Options Central Primary Alamo Group Texas LLC $236,367.00 Build Options Southern Primary Alamo Group Texas LLC $236,367.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 389/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Tractor with Boom Mower - 4x4 Item:440, Kubota, M6S-111 with Terrain King KB2300 Boom Mower, M6S-111 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alamo Group Texas LLC $191,573.00 Build Options Northern Primary Alamo Group Texas LLC $191,573.00 Build Options Central Primary Alamo Group Texas LLC $191,573.00 Build Options Southern Primary Alamo Group Texas LLC $191,573.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 390/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Tractor: Tractor with Boom Mower - 4x4 Item:441, Massey Ferguson, 6S.145 with Diamond Boom Mower, 6S.145 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $239,792.00 Build Options Northern Primary Ring Power Corporation $239,792.00 Build Options Central Primary Alternate Kelly Tractor Co Ring Power Corporation $236,671.00 $239,792.00 Build Build Options Options Southern Primary Kelly Tractor Co $236,671.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 391/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Item:442, Talbert, Talbert AC20, Talbert AC20 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary All Roads Kenworth, LLC.$41,380.00 Build Options Northern Primary All Roads Kenworth, LLC.$41,380.00 Build Options Central Primary All Roads Kenworth, LLC.$41,380.00 Build Options Southern Primary All Roads Kenworth, LLC.$41,380.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 392/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Item:443, EAGER BEAVER, Eager Beaver 20-XPT Trailer, 20XPT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $29,975.00 Build Options Northern Primary Dobbs Equipment, LLC $29,975.00 Build Options Central Primary Dobbs Equipment, LLC $29,975.00 Build Options Southern Primary Dobbs Equipment, LLC $29,975.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 393/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Item:444, INTERSTATE TRAILERS, 40DLA, 40DLA Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $25,995.00 Build Options Northern Primary Dobbs Equipment, LLC $25,995.00 Build Options Central Primary Alternate Dobbs Equipment, LLC Kelly Tractor Co $25,995.00 $27,247.00 Build Build Options Options Southern Primary Alternate Dobbs Equipment, LLC Kelly Tractor Co $25,995.00 $27,247.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 394/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Item:445, Big Tex, 4XPH-20+5, 4XPH-20+5 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $43,895.00 Build Options Northern Primary Texas Trailers Sales and Service $43,130.00 Build Options Central Primary Texas Trailers Sales and Service $43,410.00 Build Options Southern Primary Texas Trailers Sales and Service $43,960.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 395/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Item:446, Texas Trailers, FB2540GVB, FB2540GVB Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $42,105.00 Build Options Northern Primary Texas Trailers Sales and Service $41,340.00 Build Options Central Primary Texas Trailers Sales and Service $41,620.00 Build Options Southern Primary Texas Trailers Sales and Service $42,170.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 396/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR Item:541, Felling, FT-40-2 LP, FT-40-2 LP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $41,762.00 Build Options Northern Primary Federal Contracts Corp $41,762.00 Build Options Central Primary Federal Contracts Corp $41,762.00 Build Options Southern 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 397/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:447, Big Tex, 22PH255, 22PH255 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $18,605.00 Build Options Northern Primary Texas Trailers Sales and Service $17,840.00 Build Options Central Primary Texas Trailers Sales and Service $18,120.00 Build Options Southern Primary Texas Trailers Sales and Service $18,670.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 398/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:448, Econoline, BP0821DE, BP0821DE Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary DeLand Truck Center, Inc.$12,224.00 Build Options Northern Primary DeLand Truck Center, Inc.$12,024.00 Build Options Central Primary DeLand Truck Center, Inc.$12,024.00 Build Options Southern Primary DeLand Truck Center, Inc.$12,224.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 399/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:449, Felling Trailers, FT-16-2, FT-16-2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $21,066.00 Build Options Northern Primary Federal Contracts Corp $21,066.00 Build Options Central Primary Alternate Federal Contracts Corp Kelly Tractor Co $21,066.00 $22,500.00 Build Build Options Options Southern Primary Kelly Tractor Co $22,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 400/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:451, Interstate, 16BST, 16BST Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $19,500.00 Build Options Northern Primary Dobbs Equipment, LLC $19,500.00 Build Options Central Primary Alternate Dobbs Equipment, LLC Kelly Tractor Co $19,500.00 $20,900.00 Build Build Options Options Southern Primary Alternate Dobbs Equipment, LLC Kelly Tractor Co $19,500.00 $20,900.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 401/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:452, SURE-TRAC, ST102204SDDO-B-150, ST102204SDDO-B-150 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$14,117.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC.$13,917.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC.$13,667.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC.$14,017.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 402/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:453, Texas Trailer, TX85258T, TX85258T Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $17,505.00 Build Options Northern Primary Texas Trailers Sales and Service $16,740.00 Build Options Central Primary Texas Trailers Sales and Service $17,020.00 Build Options Southern Primary Texas Trailers Sales and Service $17,570.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 403/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:454, Towmaster, T-16LP, T-16LP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $32,858.00 Build Options Northern Primary Ring Power Corporation $32,858.00 Build Options Central Primary Ring Power Corporation $32,858.00 Build Options Southern Primary Kelly Tractor Co $29,875.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 404/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:455, Trail King, TK20LP, TK20LP Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $27,500.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $27,500.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $27,500.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $27,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 405/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR Item:456, XL Specialized Trailers, XL 24 T, XL 24 T Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Kelly Tractor Co $53,350.00 Build Options Northern Primary Kelly Tractor Co $53,350.00 Build Options Central Primary Kelly Tractor Co $52,350.00 Build Options Southern Primary Kelly Tractor Co $52,350.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 406/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Detatchable Lowboy Trailer 100,000 lbs. GVWR Item:458, EAGER BEAVER, Eager Beaver 50-GSL-3 Lowboy, 50-GSL-3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $73,900.00 Build Options Northern Primary Dobbs Equipment, LLC $73,900.00 Build Options Central Primary Dobbs Equipment, LLC $73,900.00 Build Options Southern Primary Dobbs Equipment, LLC $73,900.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 407/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Detatchable Lowboy Trailer 100,000 lbs. GVWR Item:459, Talbert, Talbert 55HRG, Talbert 55HRG Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary All Roads Kenworth, LLC.$110,295.00 Build Options Northern Primary All Roads Kenworth, LLC.$110,295.00 Build Options Central Primary All Roads Kenworth, LLC.$110,295.00 Build Options Southern Primary All Roads Kenworth, LLC.$110,295.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 408/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Item:460, Cargo Mate, Blazer, BL716TA2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $10,274.00 $10,305.00 Build Build Options Options Northern Primary Alternate Texas Trailers Sales and Service RIGHT TRAILERS, INC. $9,540.00 $10,124.00 Build Build Options Options Central Primary Alternate Texas Trailers Sales and Service RIGHT TRAILERS, INC. $9,820.00 $10,024.00 Build Build Options Options Southern Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $10,174.00 $10,370.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 409/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Item:461, SURE-TRAC, STW8416TA, STW8416TA Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$10,953.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC.$10,553.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC.$10,453.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC.$10,853.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 410/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Item:462, Wells Cargo, HD Wagon, WHD716T2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $14,862.00 Build Options Northern Primary Texas Trailers Sales and Service $14,097.00 Build Options Central Primary Texas Trailers Sales and Service $14,377.00 Build Options Southern Primary Texas Trailers Sales and Service $14,927.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 411/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Item:463, Mission, EZEC7x16, EZEC7x16 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Texas Trailers Sales and Service Federal Contracts Corp $11,695.00 $12,594.00 Build Build Options Options Northern Primary Alternate Texas Trailers Sales and Service Federal Contracts Corp $10,930.00 $12,594.00 Build Build Options Options Central Primary Alternate Texas Trailers Sales and Service Federal Contracts Corp $11,210.00 $12,594.00 Build Build Options Options Southern Primary Alternate Texas Trailers Sales and Service Federal Contracts Corp $11,760.00 $12,594.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 412/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR Item:464, Express, ECT7X16TA Enclosed Cargo Trailer, ECT7X16TA Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $12,697.00 Build Options Northern Primary Federal Contracts Corp $12,697.00 Build Options Central Primary Federal Contracts Corp $12,697.00 Build Options Southern Primary Federal Contracts Corp $12,697.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 413/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Enclosed Utility Body/Trailer Mounted - 9,990 lbs. GVWR Item:465, Knapheide, Enclosed Mobile Work Station, KC132 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Knapheide Truck Equipment Center $38,151.00 Build Options Northern Primary Knapheide Truck Equipment Center $38,151.00 Build Options Central Primary Knapheide Truck Equipment Center $38,151.00 Build Options Southern Primary Knapheide Truck Equipment Center $38,151.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 414/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR Item:466, Pitts, 35-Ton Fixed Neck Lowboy, LB35-33CS Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $36,040.00 $43,275.00 Build Build Options Options Northern Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $35,786.00 $43,275.00 Build Build Options Options Central Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $36,040.00 $43,275.00 Build Build Options Options Southern Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $36,040.00 $43,275.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 415/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR Item:467, Pitts, LB35-22DC Hydraulic Detachable Trailer, LB35-22DC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $56,084.00 $58,421.00 Build Build Options Options Northern Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $55,831.00 $58,421.00 Build Build Options Options Central Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $56,084.00 $58,421.00 Build Build Options Options Southern Primary Alternate Nationwide Haul LLC DeLand Truck Center, Inc. $56,084.00 $58,421.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 416/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR Item:543, Felling, FT-70-2 MX-L, FT-70-2 MX-L Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $51,925.00 Build Options Northern Primary Federal Contracts Corp $51,925.00 Build Options Central Primary Federal Contracts Corp $51,925.00 Build Options Southern 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 417/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Hydraulic Drop Deck Trailer - 13,500 lbs. GVWR Item:468, Air Tow Trailers, UT1410 Utility, UT1410 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $21,555.00 Build Options Northern Primary Texas Trailers Sales and Service $20,790.00 Build Options Central Primary Texas Trailers Sales and Service $21,070.00 Build Options Southern Primary Texas Trailers Sales and Service $21,620.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 418/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Item:469, Felling Trailers, FT-70-2-PL-HT, FT-70-2-PL-HT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $81,800.00 Build Options Northern Primary Federal Contracts Corp $81,800.00 Build Options Central Primary Alternate Federal Contracts Corp Kelly Tractor Co $81,800.00 $91,415.00 Build Build Options Options Southern Primary Kelly Tractor Co $91,415.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 419/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Item:472, Towmaster, T-70HT, T-70HT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $130,736.00 Build Options Northern Primary Ring Power Corporation $130,736.00 Build Options Central Primary Ring Power Corporation $130,736.00 Build Options Southern Primary Kelly Tractor Co $124,100.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 420/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Item:473, Trail King, TK80HT, TK80HT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alta Construction Equipment Florida, LLC $99,500.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $99,500.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $99,500.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $99,500.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 421/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Item:474, XL Specialized Trailers, XL 80PT, XL 80PT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Nationwide Haul LLC Kelly Tractor Co $104,029.00 $121,740.00 Build Build Options Options Northern Primary Alternate Nationwide Haul LLC Kelly Tractor Co $103,829.00 $121,740.00 Build Build Options Options Central Primary Alternate Nationwide Haul LLC Kelly Tractor Co $104,029.00 $120,740.00 Build Build Options Options Southern Primary Alternate Nationwide Haul LLC Kelly Tractor Co $104,434.00 $120,740.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 422/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR Item:475, Talbert, Talbert 35HT, Talbert 35HT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary All Roads Kenworth, LLC.$127,496.00 Build Options Northern Primary All Roads Kenworth, LLC.$127,496.00 Build Options Central Primary All Roads Kenworth, LLC.$127,496.00 Build Options Southern Primary All Roads Kenworth, LLC.$127,496.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 423/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Leachate Tanker 6,500 gallons Item:476, MACLTT, Liquid tank trailer, SRX-6500-1-2-NC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nationwide Haul LLC $138,583.00 Build Options Northern Primary Nationwide Haul LLC $138,583.00 Build Options Central Primary Nationwide Haul LLC $138,583.00 Build Options Southern Primary Nationwide Haul LLC $138,583.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 424/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Livestock Trailer - 7,000 lbs. GVWR Item:477, Delta Trailers, 500ES-16, 500ES-16 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $11,133.00 Build Options Northern Primary Texas Trailers Sales and Service $10,368.00 Build Options Central Primary Texas Trailers Sales and Service $10,648.00 Build Options Southern Primary Texas Trailers Sales and Service $11,198.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 425/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Livestock Trailer - 7,000 lbs. GVWR Item:478, Frontier Trailers, LIV167LITE, LIV167LITE Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $16,295.00 Build Options Northern Primary Texas Trailers Sales and Service $15,530.00 Build Options Central Primary Texas Trailers Sales and Service $15,810.00 Build Options Southern Primary Texas Trailers Sales and Service $16,360.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 426/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Livestock Trailer - 7,000 lbs. GVWR Item:479, Texas Trailers, ST1610B, ST1610B Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $16,495.00 Build Options Northern Primary Texas Trailers Sales and Service $15,730.00 Build Options Central Primary Texas Trailers Sales and Service $16,010.00 Build Options Southern Primary Texas Trailers Sales and Service $16,560.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 427/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Item:480, Big Tex, 14LP-14, 14LP-14 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $11,112.00 $13,105.00 Build Build Options Options Northern Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $10,962.00 $12,340.00 Build Build Options Options Central Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $10,862.00 $12,620.00 Build Build Options Options Southern Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $11,012.00 $13,170.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 428/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Item:481, Felling, FT-14 DT HD, FT-14 DT HD Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $21,217.00 Build Options Northern Primary Federal Contracts Corp $21,217.00 Build Options Central Primary Alternate Federal Contracts Corp Kelly Tractor Co $21,217.00 $22,145.00 Build Build Options Options Southern Primary Kelly Tractor Co $22,145.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 429/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Item:482, SURE-TRAC, ST8214HLOD-B-140, ST8214HLOD-B-140 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC.$12,583.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC.$12,383.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC.$12,133.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC.$12,483.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 430/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR Item:483, Towmaster, T-12HD, T-12HD Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Southern Primary Kelly Tractor Co $22,565.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 431/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Refrigeration/Freezer Trailer - 7,000 lbs. GVWR Item:484, Polar King Mobile Trailers, PKM612, PKM612 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $37,480.00 Build Options Northern Primary Texas Trailers Sales and Service $36,715.00 Build Options Central Primary Texas Trailers Sales and Service $36,995.00 Build Options Southern Primary Texas Trailers Sales and Service $37,545.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 432/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR Item:485, Big Tex, 70PI-16, 70PI-16 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $4,767.00 $6,400.00 Build Build Options Options Northern Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $4,617.00 $5,600.00 Build Build Options Options Central Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $4,517.00 $5,900.00 Build Build Options Options Southern Primary Alternate RIGHT TRAILERS, INC. Texas Trailers Sales and Service $4,667.00 $6,400.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 433/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR Item:486, Mission, MLS6.5X16 2.0, MLS6.5X16 2.0 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $7,095.00 Build Options Northern Primary Texas Trailers Sales and Service $6,330.00 Build Options Central Primary Texas Trailers Sales and Service $6,610.00 Build Options Southern Primary Texas Trailers Sales and Service $7,160.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 434/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR Item:487, Texas Trailers, UT61670GV, UT61670GV Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $6,300.00 Build Options Northern Primary Texas Trailers Sales and Service $5,500.00 Build Options Central Primary Texas Trailers Sales and Service $5,800.00 Build Options Southern Primary Texas Trailers Sales and Service $6,400.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 435/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Waste Trailer with Walking Floor Item:488, East Manufacturing, Unloader, 48FT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Central Primary Rechtien International Trucks $105,499.00 Build Options Southern Primary Rechtien International Trucks $105,499.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 436/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Waste Trailer with Walking Floor Item:489, Mac Trailer, TNSP48MF, TNSP48MF Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Nationwide Haul LLC Industrial Truck & Equipment, LLC $95,656.00 $103,830.00 Build Build Options Options Northern Primary Alternate Nationwide Haul LLC Industrial Truck & Equipment, LLC $95,606.00 $103,830.00 Build Build Options Options Central Primary Alternate Nationwide Haul LLC Industrial Truck & Equipment, LLC $95,606.00 $103,830.00 Build Build Options Options Southern Primary Alternate Nationwide Haul LLC Industrial Truck & Equipment, LLC $95,861.00 $103,830.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 437/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Waste Trailer with Walking Floor Item:490, Steco, AW048102, AW048102 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary DeLand Truck Center, Inc.$110,821.00 Build Options Northern Primary DeLand Truck Center, Inc.$110,821.00 Build Options Central Primary DeLand Truck Center, Inc.$110,821.00 Build Options Southern Primary DeLand Truck Center, Inc.$110,821.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 438/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trailer: Waste Trailer with Walking Floor Item:491, Warren Equipment Inc., WMFT-AS, WMFT-AS-48102 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Warren Equipment Inc $99,000.00 Build Options Northern Primary Warren Equipment Inc $99,000.00 Build Options Central Primary Warren Equipment Inc $99,000.00 Build Options Southern Primary Warren Equipment Inc $99,000.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 439/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Transfer Switch: 600 Amp Automatic Transfer Switch Item:493, ASCO, Series 300, Series 300 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Mid Florida Diesel, Inc Genserve LLC ACF Standby Systems $5,580.00 $6,720.00 $7,300.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Mid Florida Diesel, Inc Genserve LLC ACF Standby Systems $5,580.00 $6,720.00 $7,300.00 Build Build Build Options Options Options Central Primary Alternate Alternate Mid Florida Diesel, Inc Genserve LLC ACF Standby Systems $5,580.00 $6,720.00 $7,300.00 Build Build Build Options Options Options Southern Primary Alternate Mid Florida Diesel, Inc Genserve LLC $5,580.00 $6,720.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 440/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Transfer Switch: 600 Amp Automatic Transfer Switch Item:494, Caterpillar, CG, CG Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $13,400.00 Build Options Northern Primary Ring Power Corporation $13,400.00 Build Options Central Primary Ring Power Corporation $13,400.00 Build Options Southern 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 441/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Transfer Switch: 600 Amp Automatic Transfer Switch Item:495, Generac, TX/PSTS-600, TX/PSTS-600 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems $7,500.00 Build Options Northern Primary ACF Standby Systems $7,500.00 Build Options Central Primary ACF Standby Systems $7,500.00 Build Options Southern Primary Genset Services, Inc.$7,905.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 442/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Transfer Switch: 600 Amp Automatic Transfer Switch Item:496, Thomson, Auto Transfer Switch, TS 870 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp.$10,545.00 Build Options Northern Primary Tradewinds Power Corp.$10,545.00 Build Options Central Primary Tradewinds Power Corp.$10,545.00 Build Options Southern Primary Tradewinds Power Corp.$10,545.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 443/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Trencher: Walk Behind Trencher Item:497, Vermeer, RTX250, RTX250 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $22,511.00 Build Options Northern Primary Vermeer Southeast Sales $22,511.00 Build Options Central Primary Vermeer Southeast Sales $22,511.00 Build Options Southern Primary Vermeer Southeast Sales $22,511.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 444/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Underground Locating Equipment: Ground Pentrating Radar Item:498, US Radar, Quantaum Imager, Q4300 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $25,107.00 Build Options Northern Primary Vermeer Southeast Sales $25,107.00 Build Options Central Primary Vermeer Southeast Sales $25,107.00 Build Options Southern Primary Vermeer Southeast Sales $25,107.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 445/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Underground Locating Equipment: Utility Locator Item:499, Vermeer, Verier G-3, G-3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $5,791.00 Build Options Northern Primary Vermeer Southeast Sales $5,791.00 Build Options Central Primary Vermeer Southeast Sales $5,791.00 Build Options Southern Primary Vermeer Southeast Sales $5,791.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 446/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 2 Column, Cabled Item:500, ARI-Hetra, LP-10-2-AJ, LP-10-2-AJ Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$24,241.00 Build Options Northern Primary ARI Phoenix, Inc.$24,241.00 Build Options Central Primary ARI Phoenix, Inc.$24,241.00 Build Options Southern Primary ARI Phoenix, Inc.$24,241.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 447/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 2 Column, Wireless Item:503, ARI-Hetra, BPW-10-2-AJ, BPW-10-2-AJ Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$25,635.00 Build Options Northern Primary ARI Phoenix, Inc.$25,635.00 Build Options Central Primary ARI Phoenix, Inc.$25,635.00 Build Options Southern Primary ARI Phoenix, Inc.$25,635.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 448/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 2 Column, Wireless Item:504, Challenger, CLHM-190-2, CLHM-190-2 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $25,990.00 $30,547.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $25,990.00 $30,547.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $25,990.00 $30,547.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $25,990.00 $30,547.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 449/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 4 Column, Cabled Item:507, ARI-Hetra, LP-10-4-AJ, LP-10-4-AJ Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$47,735.00 Build Options Northern Primary ARI Phoenix, Inc.$47,735.00 Build Options Central Primary ARI Phoenix, Inc.$47,735.00 Build Options Southern Primary ARI Phoenix, Inc.$47,735.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 450/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 4 Column, Wireless Item:510, ARI-Hetra, BPW-10-4-AJ, BPW-10-4-AJ Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$51,847.00 Build Options Northern Primary ARI Phoenix, Inc.$51,847.00 Build Options Central Primary ARI Phoenix, Inc.$51,847.00 Build Options Southern Primary ARI Phoenix, Inc.$51,847.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 451/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 4 Column, Wireless Item:511, Challenger, CLHM-190-4, CLHM-190-4 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $51,980.00 $61,094.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $51,980.00 $61,094.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $51,980.00 $61,094.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $51,980.00 $61,094.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 452/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 6 Column, Cabled Item:514, ARI-Hetra, LP-10-6-AJ, LP-10-6-AJ Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$71,229.00 Build Options Northern Primary ARI Phoenix, Inc.$71,229.00 Build Options Central Primary ARI Phoenix, Inc.$71,229.00 Build Options Southern Primary ARI Phoenix, Inc.$71,229.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 453/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 6 Column, Wireless Item:517, ARI-Hetra, BPW-10-6-AJ, BPW-10-6-AJ Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$77,776.00 Build Options Northern Primary ARI Phoenix, Inc.$77,776.00 Build Options Central Primary ARI Phoenix, Inc.$77,776.00 Build Options Southern Primary ARI Phoenix, Inc.$77,776.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 454/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 6 Column, Wireless Item:518, Challenger, CLHM-190-6, CLHM-190-6 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $77,970.00 $91,641.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $77,970.00 $91,641.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $77,970.00 $91,641.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $77,970.00 $91,641.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 455/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 8 Column, Wireless Item:522, ARI-Hetra, BPW-10-8-AJ, BPW-10-8-AJ Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc.$103,694.00 Build Options Northern Primary ARI Phoenix, Inc.$103,694.00 Build Options Central Primary ARI Phoenix, Inc.$103,694.00 Build Options Southern Primary ARI Phoenix, Inc.$103,694.00 Build Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 456/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Mobile - 8 Column, Wireless Item:523, Challenger, CLHM-190-8, CLHM-190-8 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $103,960.00 $122,188.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $103,960.00 $122,188.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $103,960.00 $122,188.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $103,960.00 $122,188.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 457/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 12k Item:527, Challenger, CL 12-LC, CL 12-LC Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $9,941.00 $11,669.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $9,941.00 $11,669.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $9,941.00 $11,669.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $9,941.00 $11,669.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 458/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 15k Item:529, Challenger, 15000-3S, 15000-3S Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $21,249.00 $24,945.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $21,249.00 $24,945.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $21,249.00 $24,945.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $21,249.00 $24,945.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 459/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 18k Item:531, Challenger, 18000, 18000 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,347.00 $30,928.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,347.00 $30,928.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,347.00 $30,928.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,347.00 $30,928.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 460/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Stationary - 2 Post Versymmetric Stationary Vehicle Lift 10k Item:533, Challenger, CL10V3, CL10V3 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $6,595.00 $7,742.00 Build Build Options Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $6,595.00 $7,742.00 Build Build Options Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $6,595.00 $7,742.00 Build Build Options Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $6,595.00 $7,742.00 Build Build Options Options 10/4/23, 8:43 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 461/461 Bid Award Contract: FSA23-EQU21.0, Equipment Group:Vehicle Lift: Stationary - 4 Column, Alignment Lift with Front/Rear Jacks and Integrated Turntables and Slip Plates 14k Item:534, Challenger, AR4115XAO, AR4115XAO Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,030.00 $30,556.00 Build Build Options Northern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,030.00 $30,556.00 Build Build Options Central Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,030.00 $30,556.00 Build Build Options Southern Primary Alternate Certied Lift Installation & Maintenance Corp JOBBERS EQUIPMENT WAREHOUSE INC $26,030.00 $30,556.00 Build Build Options A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-EQU21.0: Equipment How to Order A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-EQU21.0: Equipment Awarded Vendor Contract Signature Pages Florida Sheriffs Association (FSA) has completed its 21st year of the cooperative purchasing equipment contract. FSA is issuing the Notice of Final Award for contract FSA23-EQU21.0: Equipment that will be effective from October 1, 2023, through September 30, 2025. This year’s bid included 453 items. The contract will offer construction, material handling, transportation, and grounds care equipment. The following pages are the submitted contract signature pages from the awarded vendors. The contract signature page is submitted within the Bidder Qualification Packet for the bid. By submitting a response to this Invitation to Bid and signing this form, the bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article and is in all respects fair and without collusion or fraud. The bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The contract signature page may be handwritten or signed digitally. The forms that contained a digital signature have been noted as such. CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-EQU21.0: Equipment Bidder Company Name Clark Equipment Company Business Address 250 E. Beaton Drive Name of Authorized Agent Barry Hanson Email address of authorized agent barry.hanson@doosan.com Signature Date 08/24/2023 FSA Contract Number FSA23-EQU21.0: Equipment Bidder Company Name Clark Equipment Company 13 A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-EQU21.0: Equipment Terms & Conditions FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 1 Table of Contents 1.0 GENERAL CONDITIONS .............................................................................................................. 5 1.01 BID CORRESPONDENCE ................................................................................................. 5 1.02 PURPOSE ....................................................................................................................... 5 1.03 TERM OF CONTRACT ..................................................................................................... 5 1.04 JURISDICTION ................................................................................................................ 5 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER ......................................................... 5 1.06 FUNDING ....................................................................................................................... 6 1.07 CURRENCY ..................................................................................................................... 6 1.08 GENERAL DEFINITIONS .................................................................................................. 6 1.09 ELIGIBLE PURCHASERS OF CONTRACT .......................................................................... 8 1.10 LEGAL REQUIREMENTS ................................................................................................. 8 1.11 PATENTS & ROYALTIES .................................................................................................. 9 1.12 FEDERAL AND STATE STANDARDS ................................................................................ 9 1.13 UNDERWRITERS’ LABORATORIES ................................................................................. 9 1.14 AMERICANS WITH DISABILITIES ACT ............................................................................ 9 1.15 REASONABLE ACCOMMODATION ................................................................................ 9 1.16 DISADVANTAGED BUSINESSES ...................................................................................... 9 1.17 ANTI-DISCRIMINATION ............................................................................................... 10 1.18 BEST COMMERCIAL PRACTICES .................................................................................. 10 1.19 PUBLIC ENTITY CRIMES (PEC) ...................................................................................... 10 1.20 TAX EXEMPTION .......................................................................................................... 10 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ................................................ 11 1.22 COMMUNICATIONS .................................................................................................... 11 1.23 CLARIFICATION AND ADDENDA .................................................................................. 11 1.24 SIGNED BID CONSIDERED AN OFFER .......................................................................... 12 1.25 ASSIGNMENT OF CONTRACT ...................................................................................... 12 1.26 TERMINATION OF PRODUCT LINE............................................................................... 12 1.27 DEMONSTRATION OF COMPETENCY .......................................................................... 12 1.28 VENDOR ABILITY TO PERFORM ................................................................................... 13 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 2 1.29 FINANCIAL RESPONSIBILITY ........................................................................................ 13 1.30 QUALITY AND SAFETY ................................................................................................. 13 1.31 NONCONFORMANCE .................................................................................................. 14 1.32 GRATUITIES ................................................................................................................. 14 1.33 TIE BIDS ....................................................................................................................... 14 1.34 RIGHT TO AUDIT .......................................................................................................... 14 1.35 LICENSES AND PERMITS .............................................................................................. 15 1.36 PERFORMANCE BONDS ............................................................................................... 15 1.37 ELIMINATION FROM CONSIDERATION ....................................................................... 15 1.38 INDEPENDENT PREPARATION ..................................................................................... 15 1.39 DEFAULT ...................................................................................................................... 16 1.40 PROTESTS AND ARBITRATION ..................................................................................... 16 1.41 NONPERFORMANCE ................................................................................................... 17 1.42 SEVERABILITY .............................................................................................................. 18 1.43 TERMINATION FOR CAUSE .......................................................................................... 18 1.44 TERMINATION WITHOUT CAUSE ................................................................................ 18 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO ................................................ 19 2.0 BIDDER INSTRUCTIONS ........................................................................................................... 20 2.01 QUALIFICATION ........................................................................................................... 20 2.02 LICENSING AND FACILITIES ......................................................................................... 20 2.03 INSURANCE AND INDEMNIFICATION .......................................................................... 21 2.04 SPECIFICATIONS .......................................................................................................... 23 2.05 SEALED BIDS ................................................................................................................ 23 2.06 MISTAKES .................................................................................................................... 23 2.07 EXCEPTIONS ................................................................................................................ 23 2.08 EQUIVALENTS .............................................................................................................. 23 2.09 MANDATORY PRE-BID MEETING ................................................................................ 24 2.10 PRICES QUOTED – HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID 24 2.11 PRICES QUOTED – PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID ............................................................................................................................... 24 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 3 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST-PLUS-PERCENT PRICING ....................................................................................................................... 25 2.13 OPTION PRICING – EQUIPMENT INVITATION TO BID ................................................. 26 2.14 OPTION PRICING – HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID ....................................................................... 27 2.15 EMERGENCY LIGHTS AND SIRENS ............................................................................... 28 2.16 BID SUBMISSION ......................................................................................................... 29 2.17 ZONE BIDDING ............................................................................................................ 30 2.18 EXECUTION OF BID ...................................................................................................... 30 2.19 MODIFICATION OR WITHDRAWALS OF BIDS .............................................................. 30 2.20 LATE BIDS .................................................................................................................... 30 2.21 BID OPENING ............................................................................................................... 30 2.22 DETERMINATION OF RESPONSIVENESS ...................................................................... 31 2.23 RESPONSIBLE BIDDER CRITERIA .................................................................................. 31 2.24 BASIS FOR AWARD ...................................................................................................... 31 2.25 BID TABULATIONS ....................................................................................................... 32 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT ................................................................ 32 2.27 CONE OF SILENCE ........................................................................................................ 32 3.0 CONTRACT CONDITIONS ......................................................................................................... 33 3.01 GENERAL REQUIREMENTS .......................................................................................... 33 3.02 STATEMENT OF AUTHORITY ....................................................................................... 33 3.03 VENDOR CONTACT INFORMATION ............................................................................. 33 3.04 ADDITIONS OR DELETIONS.......................................................................................... 33 3.05 CONTRACT EXTENSION ............................................................................................... 33 3.06 PRICE ADJUSTMENT .................................................................................................... 34 3.07 CONDITIONS ................................................................................................................ 34 3.08 PRODUCTION CUTOFF ................................................................................................ 35 3.09 FACILITIES .................................................................................................................... 35 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES ............................................................. 35 3.11 SPECIAL SERVICE VEHICLES ......................................................................................... 35 3.12 CAB AND CHASSIS PURCHASES ................................................................................... 35 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 4 3.13 FACTORY-INSTALLED OPTIONS ................................................................................... 35 3.14 VENDOR-INSTALLED OPTIONS .................................................................................... 36 3.15 NON-SCHEDULED OPTIONS ........................................................................................ 36 3.16 FORCE MAJEURE ......................................................................................................... 36 3.17 PURCHASE ORDERS ..................................................................................................... 36 3.18 REGISTRATION, TAG, AND TITLE ................................................................................. 37 3.19 DELIVERY ..................................................................................................................... 37 3.20 INSPECTION AND ACCEPTANCE .................................................................................. 38 3.21 INVOICING AND PAYMENTS........................................................................................ 38 3.22 WARRANTY.................................................................................................................. 39 3.23 QUARTERLY REPORTS ................................................................................................. 39 3.24 ADMINISTRATIVE FEE .................................................................................................. 39 3.25 LIQUIDATED DAMAGES ............................................................................................... 40 Appendix A: Zone Map .............................................................................................................. 42 Appendix B. Bid Calendar .......................................................................................................... 43 Appendix C: ACH Payments ...................................................................................................... 45 Appendix D: Federal Clauses ..................................................................................................... 46 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 5 1.0 GENERAL CONDITIONS 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association, “FSA”. Please be sure to reference the bid number and title and provide your contact information. Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn: Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 E-mail: CPP@flsheriffs.org 1.02 PURPOSE The Florida Sheriffs Association invites interested Bidders, including manufacturers and dealers or authorized representatives to submit responses in accordance with these solicitation documents. The FSA Cooperative Purchasing Program will conduct the solicitation process and administer the resulting contract. The purpose of this bid is to establish contracts with manufacturers and manufacturer’s authorized dealers for contract terms specified under Section 1.03 for the purchase of items on a “no trade-in basis.” 1.03 TERM OF CONTRACT The term for Contracts FSA23-VEL31.0 Pursuit, Administrative and Other Vehicles and FSA23-VEH21.0 Heavy Trucks and Buses shall remain in effect for one year from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of these contracts begins October 1, 2023, and ends September 30, 2024. The term for Contract FSA23-EQU21.0 Equipment shall remain in effect for two years from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of this contract begins October 1, 2023, and ends September 30, 2025. Contract extensions will only be executed when the FSA determines, based on then-existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 JURISDICTION This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. Venue shall lie in the appropriate court in and for Leon County, Florida. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs’ offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 6 The Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs’ offices for any payment for any activity or costs incurred by any Bidder in responding to this solicitation. 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency’s appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non-appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollars. 1.08 GENERAL DEFINITIONS The terms used in this contract are defined as the following: A. Base Specification: Written descriptions of the minimum requirements for each item or item group developed by the FSA CPP for Bidders to bid on. These item requirements may be unique to FSA CPP and require additional components to the manufacturer’s standard item. B. Bid System: The online forum used for the submission of bids and review of bid results for the specifications connected to this Invitation to Bid. VendorLink is the software used for this bid. C. Bidder: A bidder or enterprise that submits a formal bid to the Florida Sheriffs Association Cooperative Purchasing Program in accordance with the Florida Sheriffs Association Cooperative Purchasing Program Terms and Conditions. A bidder, that is not the manufacturer, must be authorized by the manufacturer to market and sell an item for which they are bidding. D. Build sheet: A document from the Bidder that confirms that the item submitted by Bidders meets or exceeds the FSA CPP Base Specification. Build sheets include, but are not limited to, the factory options list and door data plate information for vehicles that include details such as engine size and transmission, paint codes, production date, axle code, etc. E. Dealer: An enterprise authorized by the manufacturer to market, sell, provide, and service the items for the Florida Sheriffs Association Cooperative Purchasing Program. Dealers may be Vendor-owned and controlled, in whole or in part, or independently owned and controlled. F. End User: A term used to distinguish the person who ultimately uses or is intended to use a product or for whom a product is designed for use. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 7 G. Factory: Refers to the manufacturer produced products. H. Fleet Advisory Committee (committee): An employee of a sheriff’s office or other local governmental agency, or person who FSA CPP identifies as a subject matter expert who assists with the development of bid specifications and evaluation of bid responses. The committee makes recommendations to the FSA CPP and is not responsible for final awards. I. Florida Sheriffs Association Cooperative Purchasing Program (FSA CPP): The entity that administers the Invitation to Bid and contract administration functions for the resulting contract(s). J. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to Bidders, vendors, dealers and manufacturers to submit a price offer on a specific product to be provided. This term shall include the Bid Specifications available to Bidders on the Bid System and references to solicitation documents. The term shall not include requests for proposals, requests for quotes, requests for letters of interest, or the solicitation of purchase orders based on oral or written quotations. K. Manufacturer: The original producer or provider of items offered on this contract. L. Manufacturer’s Suggested Retail Price (MSRP): Manufacturer’s Suggested Retail Price (MSRP) represents the Manufacturer’s recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: a. Manufacturer’s Computer Printouts b. Chrome Systems, Inc.’s PC Carbook Plus and PC Carbook Fleet Edition c. Manufacturer’s Annual U.S. Price Book d. Manufacturer’s official website M. Non-Scheduled Option: Any optional new or unused component, feature or configuration that is not included or listed in the Base Specifications or options provided by the Vendor. N. Production Cutoff: A date used by manufacturers to notify vendors and dealers that the manufacturer has reached maximum capacity for orders or are discontinuing the production of an item. Vehicle manufacturers use this term when referring to any given model year for production. O. Published List Price: A standard “quantity of one” price currently available to government and educational purchasers, excluding cooperative or volume discounts. P. Purchase Order: A request for order from a purchaser to an awarded Vendor for an item that has been awarded on this contract. Purchase Orders placed using this contract formalize the terms and conditions of this contract under which a Vendor furnishes items to a purchaser. Q. Purchaser: A purchaser is an entity that seeks to obtain items awarded on this contract by meeting the eligible user criteria. R. Qualification Packet: This document contains the required forms, attestations, authorizations, and organizational information needed by Bidders to submit a successful and complete bid. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 8 S. Terms & Conditions: This document, which serves as the governing Invitation to Bid and contract for the identified FSA CPP Invitation to Bid and resulting contract(s). Standard regulations, processes, procedures, and compliance requirements are identified herein. Bidders complete a qualification packet during the bid process indicating they agree to comply with the Terms & Conditions, and that this will serve as a contract for both parties, should the Bidder(s) receive award. T. Third Party Supplier: Businesses external to a Bidder or Vendor that provide products and services which contribute to the overall finished item in this contract. Third Party Suppliers are contractors under the direction and responsibility of the Bidder or Vendor. U. Vendor: The Bidder(s) that receive award, who agree to provide the contract items that meet the requirements and Base Specifications of the contract. The Vendor must agree to the Terms & Conditions, which will serve as the governing contract. If the Vendor is not the manufacturer, the Vendor must be authorized by the manufacturer to market, sell, provide, and service all awarded items. V. Vendor Installed: A product or service provided by the Vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bid contract prices, will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs’ offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, other special districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. Eligible purchaser also includes all Eligible Users as defined in F.A.C. 60A-1.001(2). All purchasers are bound by applicable Federal and State law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, awarded bids can be extended and guaranteed to other entities, which can include out-of-state sales, in accordance with Vendors’ individual manufacturers’ agreements. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturers’ agreements and must agree to the Terms & Conditions. 1.10 LEGAL REQUIREMENTS Federal, State, and local laws, ordinances, rules and regulations, including any applicable motor vehicle dealer laws, that in any manner affect the items covered herein apply. Lack of knowledge by the Bidder of applicable legal requirements will in no way be a cause for relief from responsibility. Bidders have the option to certify that they are willing to accept purchase orders funded in whole or in part with federal funds. By opting in, Bidders certify that they are willing to comply with the requirements outlined in Appendix D upon receipt of a federally funded purchase order. This is not a requirement of the Invitation to Bid or contract. Bidders are not required to opt-in; however, they are required to indicate whether they will opt-in or opt- out of receiving federally funded purchase orders. FSA CPP has taken actions to provide and develop information, materials, and resources for Bidders, Vendors and purchasers that will assist in the use of federal funding with this FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 9 contract. It is the responsibility of the purchaser to determine compliance for each Vendor, if they wish to use federal funds for purchase or intend to request reimbursements using federal funds. 1.11 PATENTS & ROYALTIES The Bidder/Vendor, without exception, shall indemnify and hold harmless the Florida Sheriffs Association (FSA) and its employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the FSA or a purchaser. If the Bidder/Vendor uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or costs in any way arising, directly or indirectly, from the use of such design, device, or materials in any way involved in the work. 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA CPP that all specifications herein are in full and complete compliance with all Federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. In addition, any applicable Federal or State legal or regulatory requirements that become effective during the term of the Terms & Conditions, regarding the items and services specifications, safety, and environmental requirements shall immediately become a part of the Terms & Conditions. The Vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the Vendor shall contact the FSA CPP immediately. 1.13 UNDERWRITERS’ LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters’ Laboratories, or U.L., listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please contact FSA Human Resources at (850) 877-2165 five business days in advance to initiate your request. TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation because of a disability at the bid opening must contact the FSA Human Resources at (850) 877-2165. 1.16 DISADVANTAGED BUSINESSES As part of the solicitation process FSA CPP makes information publicly available to potentially qualified entities, and conducts additional outreach to qualified: FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 10 • Small businesses, • Minority-owned small businesses, • Women-owned small business enterprises, and • Disadvantaged business enterprises. FSA CPP takes necessary affirmative steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, as recommended by 2 C.F.R. § 200.321. FSA CPP will: • Evaluate whether small, minority, and women’s businesses are potential sources, • Place those qualified small and minority businesses and women’s business enterprises on solicitation lists, and • Search the Small Business Administration, Minority Business Development Agency, and Labor Surplus Area reports for additional potential sources. Bidders self-certify in the qualification packet whether they meet the state and federal definitions of a small business, minority-owned small business, women-owned small business enterprise, and disadvantaged business. 1.17 ANTI-DISCRIMINATION The Bidder certifies that they are in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.18 BEST COMMERCIAL PRACTICES The apparent silence or omission of any description from the specifications shall be regarded as meaning that only the best commercial practices, size, and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a vendor, supplier, sub-vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION Purchasers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the Vendor to verify that the purchaser is exempt by obtaining the purchaser’s Federal Excise and State Taxes and Use Certificate Number. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes. The FSA State Sales Tax and Use Certificate Number is 85-8012646919C-3. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 11 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest): • Addenda to Contract Terms & Conditions, if issued • Contract Conditions • General Conditions • Addenda to Bid Specifications, if issued • Bid Specifications • Bidder Instructions 1.22 COMMUNICATIONS Communications between a Bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the FSA CPP Staff. Bidders should not rely on representations, statements, or explanations other than those made in this Invitation to Bid or in any written addendum to this Invitation to Bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.23 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted to FSA CPP by e-mail to CPP@flsheriffs.org with the bid title and number referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA CPP website on the date indicated on the Bid Calendar. Questions received during the cone of silence date listed on the bid calendar will not be addressed, except as provided herein. Interpretation of the specifications or any solicitation documents will not be made to the Bidder verbally, and if any verbal clarifications are provided, they are without legal effect. FSA CPP will make every attempt to e-mail updates to registered Bidders. However, posting to the FSA CPP website or the Bid System constitutes proper notice of addenda. The FSA CPP shall issue a Formal Addendum if substantial changes that impact the submission of bids are required. Any such addenda shall be binding on the Bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified. Subsequent Formal Addenda shall govern over prior Formal Addenda only to the extent specified. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgment of addenda to the Bid Specifications. Bids that fail to account for the specification addenda shall be determined to be nonresponsive; however, the FSA CPP may waive this requirement when in its best interest. After the start of the contract term, FSA CPP will notify all Vendors of any addenda and will require acknowledgement of the new terms and conditions. If the Vendor does not agree to the new terms and conditions, the Vendor’s award can be removed or replaced by another Vendor or qualified responsive bidder. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 12 1.24 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the Bidder, which offer shall be deemed accepted upon approval by the FSA CPP. The bid submission must be signed by an authorized representative. Submission of a bid in the FSA CPP Bid System constitutes a signed bid for purposes of bid evaluation. An electronic signature may be used and shall have the same force and effect as a written signature. 1.25 ASSIGNMENT OF CONTRACT No right or interest in this contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA CPP. If the original Vendor sells or transfers all assets or the entire portion of the assets used to perform this contract, a successor-in-interest must perform all obligations under this contract. FSA CPP reserves the right to reject the acquiring entity as Vendor. A change of name agreement will not change the contractual obligations of the Vendor. In the event a manufacturer reassigns the product line to an alternate company, the Vendor is required to notify the FSA CPP in writing of the change within 10 business days of the reassignment. If the Vendor is not already an approved FSA CPP Vendor, the alternate company is required to submit a Qualifications Packet to the FSA CPP to become an approved Vendor prior to conducting any qualified sales. FSA CPP may approve such assignments of existing or new vendors at its discretion. The Vendor is required to honor the contract pricing and all of the applicable Terms & Conditions throughout the remaining term of the contract. 1.26 TERMINATION OF PRODUCT LINE If a Vendor terminates a product line (manufacturer or brand), the Vendor is required to notify the FSA CPP within 10 business days of the decision not to retain the product line. FSA CPP may remove the terminated products from the contract. 1.27 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment” and “organization" as used herein shall be construed to mean a fully equipped and well- established company in line with the best business practices in the industry and as determined by the FSA CPP. The FSA CPP may consider any evidence available and may require submission of supporting documentation regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance with the FSA CPP in making the award. FSA CPP may inspect the Bidder's facility prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services described in this Invitation to Bid. Information submitted in the bid may not be plagiarized and, except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 13 1.28 VENDOR ABILITY TO PERFORM The FSA CPP may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the FSA CPP may also require information from the source of supply regarding the quality, packaging and characteristics of the products. Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. During the contract period, FSA CPP may review the Vendor’s record of performance and may require submission of supporting documentation to ensure that the Vendor is providing sufficient financial support, equipment and organization. If the FSA CPP determines that the Vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract. By responding to this Invitation to Bid, the Vendor warrants that, to the best of his or her knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Vendor’s ability to satisfy the obligations of a resulting contract. The Vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues, or on any similar list maintained by any other state or the federal government. The Vendor shall immediately notify the FSA CPP and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.29 FINANCIAL RESPONSIBILITY Bidder affirms by the submission of the bid and by signature on the contract signature form that the Bidder: • Has fully read and understands the scope, nature, and quality of work to be performed or the services to be rendered under this bid and has adequate facilities and personnel to fulfill such requirements. • Accepts the financial responsibility associated with this bid and declares that they have the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award. • Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations to perform all items bid, zones bid, and quantities that could be ordered, as well as timing of payment from purchasers, which can be 45 calendar days from receipt of invoice. 1.30 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest-grade workmanship that meet or exceed federal safety standards. Items requiring certification should require certification of options in cases where non-certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the Vendor must disclose to the end user that the non-certified options are not required to be certified. All options must meet or exceed federal safety standards. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 14 1.31 NONCONFORMANCE Items may be tested for conformance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the Vendor's expense. Any violation of these stipulations may also result in: • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with Vendor. 1.32 GRATUITIES Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA, for the purpose of influencing consideration of this bid. Bidders shall disclose in writing any conflicts of interest to FSA prior to any award, or as soon as practicable after learning of any such conflict, including any contractual or employment relationships with FSA or potential purchasers of Bidders’ products or services. 1.33 TIE BIDS FSA CPP has the right to award multiple Bidders the primary or alternate award in the event of a tie. In the event the FSA CPP desires to break tie bids, and businesses have qualifying drug-free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors’ performance record with purchasers • Coin Toss 1.34 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA CPP to readily identify Vendor’s sales. FSA CPP and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible user information, whether kept by or under the control of the Vendor, including, but not limited to those kept by its employees, agents, assigns, successors, sub-vendors, or third-party suppliers in whatever form they may be kept – written or electronic. Such records shall include, but not be limited to: • Accounting records, including but not limited to purchase orders, confirmation of orders or invoices, paid vouchers, cancelled checks, deposit slips, ledgers, and bank statements; • Written policies and procedures; • Subcontract files (including proposals of successful and unsuccessful Bidders, bid recaps, etc.); • Original estimates, quotes, or work sheets; • Contract amendments and change order files; • Insurance documents; or • Memoranda or correspondence. Vendor shall maintain such records during the term of this contract and for a period of three (3) years after the completion of this contract. At the Vendor’s expense and upon written notice from FSA CPP, the Vendor shall provide such records for inspection and audit by FSA CPP or its authorized representatives. Such records shall be made available to FSA CPP during normal business hours within three business days of receipt of the written notice. FSA CPP may select the Vendor’s place of business or offsite location for the audit. The FSA CPP may also request the Vendor provide requested records via e-mail. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 15 Vendor shall ensure FSA has these rights with Vendor’s employees, agents, assigns, successors, and third-party suppliers, and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the Vendor and any sub-vendors to the extent that those subcontracts or agreements relate to fulfillment of the Vendor’s obligations to FSA. Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of the FSA. However, if the audit identifies underreporting, overpricing or overcharges (of any nature) by the Vendor to FSA or a purchaser in excess of three percent (3%) of the total contract billings, the Vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000. If the audit discovers substantive findings related to fraud, misrepresentation, or non‐performance, FSA may recoup all the costs of the audit work from the Vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the Vendor’s invoices or records shall be made within a reasonable amount of time (not to exceed 60 calendar days) from presentation of FSA’s findings to Vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.35 LICENSES AND PERMITS The Bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and any resulting contract. Where Vendors are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award, the Vendor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance. The Bidder must, by the time of award, be registered to do business in the State of Florida on SunBiz.gov. 1.36 PERFORMANCE BONDS Purchasers may request a performance bond from a Vendor. Performance bonds are recommended with pre- payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.37 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or Bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.38 INDEPENDENT PREPARATION A Bidder shall not, directly or indirectly, collude, consult, communicate or agree with any other Bidder as to any matter related to the bid each is submitting. Additionally, a Bidder shall not induce any other Bidder to modify, withdraw, submit, or not submit a bid. Bidders or Vendors who are found to have engaged in these acts will be considered nonresponsive and will be suspended or barred from bid participation. Any contract award resulting from these acts may be terminated for FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 16 default. Further, any such acts detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without violating this provision if the bid submitted is not from the same manufacturer and product line. Dealers that share the same ownership may submit multiple bids without violating this provision if the Bidders are not in the same region featuring the same manufacturer and product line. 1.39 DEFAULT In case of default on the part of Vendor, the FSA CPP may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest ranked Bidder or from other sources. A defaulting Vendor may be held liable for costs incurred by the FSA in procuring replacement products. 1.40 PROTESTS AND ARBITRATION Any person who is adversely affected by the decision or intended decision to award shall file a “Notice of Protest” in writing to the FSA CPP within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five (5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest is based. Options are for informational purposes only and will not serve as a basis for protest. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity, and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party’s claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party’s filing will be reimbursable to the FSA and deducted from the protesting party’s bond or security which must accompany their filing. Any Bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the item being protested. The bond, cashier’s check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA CPP will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party’s claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful Bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA CPP within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association’s (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 17 amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA CPP provided at the time of filing the initial protest. Failure to provide written notice to FSA CPP, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement, the Bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process, and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum, judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.41 NONPERFORMANCE By virtue of the bid submission, Bidder acknowledges its obligation to sell items in all zones for which it is awarded. Upon award, failure of the Vendor to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per item, which amount the Vendor agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA CPP’s discretion. The Vendor shall at all times during the contract term remain responsive and responsible. In determining Vendor’s responsibility, the FSA CPP shall consider all information or evidence that demonstrates the Vendor’s ability or willingness to fully satisfy the requirements of the Terms & Conditions. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA CPP at its sole discretion may remove a noncompliant Vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved, limit current or future vendor participation by items or zones, or other actions as determined by FSA CPP at its sole discretion. At FSA CPP’s discretion, Vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result termination from the existing contract and future competitive bid solicitations at the discretion of the FSA CPP. In situations where there is evidence that the Vendor has engaged in egregious breaches of the contract with respect to either the FSA CPP and/or the purchaser, the contract can be terminated and the Vendor will be removed from future solicitations for a period of up to three (3) years, or a permanent ban from the bid process at the sole discretion of FSA CPP. Specific conditions for termination include, but are not limited to; failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or Vendor installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentation of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 18 Any Vendor presented with a valid Purchase Order consistent with Vendor bid quotes or other agreed upon terms and pricing is required by this contract to accept such purchase order and deliver the product. Purchase Orders must be fulfilled whether or not the Purchase Order includes options. The Vendor must deliver this product in accordance with the Terms & Conditions – regardless of whether doing so will provide the Vendor with a profit or loss. Failure to deliver the item may result in the purchaser seeking damages for the difference of cost to issue a new Purchase Order with another Vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA CPP may seek damages for nonpayment of administrative fees, to which FSA CPP is entitled, according to Section 3.28, and any attorney’s fees incurred in the recovery of these damages. 1.42 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the contract, which shall remain in full force and effect and enforceable in accordance with its terms. 1.43 TERMINATION FOR CAUSE If through any cause within the reasonable control of the Vendor, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract, the FSA CPP shall have the right to terminate the services remaining to be performed. Written notice of the deficiencies shall be given to the Vendor and unless the deficiencies are corrected within 10 business days, the contract may be terminated for cause immediately. The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA CPP, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In the event of a termination for cause, the purchaser shall compensate the successful Bidder in accordance with the contract for all services performed by the successful Bidder prior to termination, net of any costs incurred by the purchaser and FSA as a consequence of the default. Notwithstanding the above, the Vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the Vendor, and the FSA CPP may reasonably withhold payments to the Vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the Vendor is determined. 1.44 TERMINATION WITHOUT CAUSE The FSA CPP can terminate the contract in whole or part without cause by giving written notice to the Vendor of such termination, which shall become effective 30 calendar days following receipt by Vendor of such notice. In the event of a termination without cause, all finished or unfinished documents and other materials shall be properly delivered to the FSA CPP. The Vendor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the contract, if any. The Vendor shall not be entitled to recover any lost profits that the Vendor expected to earn on the balance of the contract or cancellation charges. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 19 Any payments to the Vendor shall be only to the total extent of the purchaser liability for goods or services delivered prior to the date of notice to terminate the contract. 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO The FSA logo is an official logo of the Florida Sheriffs Association designed to promote the program. The logo may be used by Vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites, digital marketing campaigns, social media and e-mail; or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request use of the logo by contacting cpp@flsheriffs.org, and should include a brief description of how the Vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 20 2.0 BIDDER INSTRUCTIONS 2.01 QUALIFICATION Bidders are required to complete the qualification packet as part of the bid submission. A Bidder becomes a qualified bidder if they comply with this section and Section 2.11, Mandatory Pre-Bid Meeting. Qualification Packet information required for bid qualification include: • Qualification form o Contact Information o Business Profile o References o Disqualifications & Defaults o Warranty Service Plan Attestation o Emergency Technician Attestation • Compliance Attestations o E-Verify o Drug-Free Workplace o Workers Compensation o Compliance with Applicable Federal, State, and Local Laws and Ordinances • Federal Compliance • If willing to comply with the requirements applicable to federally funded purchase orders, Federal Compliance Certifications o Certification Regarding Debarment and Suspension o Certification Regarding Lobbying • Contract Signature Form • Insurance Checklist o Certificates of Insurance due five days prior to award The qualification packet is located on the Bid System. 2.02 LICENSING AND FACILITIES Bidders are required to obtain all required licenses, including any applicable motor vehicle dealer licenses, and registrations, and comply with all applicable Federal, State, and local laws and ordinances, including any applicable motor vehicle dealer laws, in order to bid on any motor vehicle. Bidders must maintain a repair facility within the State of Florida to provide warranty service for the items bid. If Bidders do not have a facility, the Bidder must be able to assist purchasers in obtaining warranty work as authorized by the manufacturer. If a Bidder does not maintain a facility within the State of Florida, the Bidder must have a plan as to how the Bidder would service Florida purchasers if awarded the contract. This warranty service plan must demonstrate that the warranty work will be timely and satisfactorily performed and should include: • Whether the warranty service provider is approved by the manufacturer; • If the Bidder plans to contract out for service, a copy of the service agreement; and • Zone specific service plans to include: o Response time to initial call from purchaser, FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 21 o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work, and o Any additional information that would detail how warranty service would be provided. The sufficiency of the Warranty Service Plan may be evaluated by the FSA CPP. The FSA CPP reserves the right to request additional information from a Bidder regarding the facility during the solicitation and the term of the contract, if awarded. The FSA CPP may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Bidder/Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels’ fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Bidder/Vendor, its agents, employees, partners, or third party suppliers; provided, however, that the Bidder/Vendor shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. The Florida Sheriffs Association and/or participating agencies shall give the Bidder/Vendor (2) the opportunity to take over and settle or defend any such action at Bidder’s/Vendor’s sole expense. When reasonable, the Florida Sheriffs Association will give the Bidder/Vendor written notice of an action or threatened action. Bidder/Vendor shall not be liable for any unreasonable cost, expense or compromise incurred by the Florida Sheriffs Association, or participating agencies, in any legal action without Bidder’s prior written consent, which consent shall not be unreasonably withheld, conditioned, or delayed. The Insurance Checklist summarizes the Bidder’s/Vendor’s insurance coverage obligations, if awarded. Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be provided no later than five (5) business days prior to the contract award date. The Vendor may not begin performance under the contract until such Certificates have been approved by the FSA CPP. The certificate must state Bid Number and Title. FSA must be named as an additional insured for the duration of the contract. The Vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The Vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the Vendor is acting as an independent contractor. The Vendor shall be responsible for the work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular contract. The Vendor at all times during the full duration of work under this contract, including extra work in connection with this contract, shall meet the requirements of this section. The Vendor shall maintain automobile liability insurance including property damage covering all owned, non- owned, hired and scheduled automobiles, when used in connection with the delivery or service of this contract. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 22 The Vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist when the garage is used to complete work on this contract. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of B+ or better per the AM Best Rating. FSA CPP required insurance coverages must be maintained through the duration of the contract. Upon expiration of the required insurance, the Vendor must email updated certificates of insurance for as long a period as any work is still in progress. No change or cancellation in insurance shall be made without 30 calendar days written notice to the FSA CPP. It is understood and agreed that all policies of insurance provided by the Vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The Vendor hereby agrees to indemnify and hold harmless the FSA, a 501(c)3, its officers, agents, and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the Vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The Vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The Vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The Vendor will secure and maintain policies of third-party suppliers. All policies shall be made available to the FSA upon demand. Compliance by the Vendor and all third-party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the Vendor and all third-party suppliers of their liabilities and obligations under any section or provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the third-party suppliers and of persons employed by them as they are for acts and omissions of persons directly employed by the Vendor. The FSA can request, and the Vendor shall furnish proof of insurance within seven (7) calendar days of receipt of the written request from FSA. Should the Vendor fail to provide acceptable evidence of current insurance during the contract term, the FSA CPP shall have the right to consider the contract breached and justifying the FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 23 termination thereof. If Bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. 2.04 SPECIFICATIONS All items covered by this Invitation to Bid and any resulting contract, and the specifications shall be the manufacturer’s current basic production model, and shall, as a minimum, be equipped with all standard factory equipment in accordance with the manufacturer’s latest literature unless otherwise noted in the Bid System or FSA CPP item group specification. The Base Item Specifications are contained in the FSA CPP Bid System, may be requested from FSA CPP, and are retained within FSA CPP’s archive. As part of the bid submission, Bidders will be required to provide confirmation that the item bid meets the FSA CPP Base Specification. FSA CPP may reject bids that fail to provide confirmation that the item(s) bid meet the FSA CPP Bid Specifications. FSA CPP develops the specifications with subject matter experts and publicly available information. However, FSA CPP does not have access to full details from the manufacturer and relies on Bidders to assist in this process. Bidders should immediately notify the FSA CPP of any inaccuracies in the specifications. All notifications of inaccuracies must be in writing. If awarded a contract, Vendor(s) must offer and supply an item that either meets or exceeds all the requirements included in the applicable Bid Specifications, unless a purchaser specifically issues a Purchase Order for a base item and Option that differs from the Base Specifications. Failure of a Bidder to comply with these provisions will result in Bidders being held responsible for all costs required to bring the item into compliance with the contract specifications. 2.05 SEALED BIDS For purposes of this solicitation, a sealed bid is considered a bid submitted using the FSA CPP Bid System. 2.06 MISTAKES Bidders are expected to examine the Base Item specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the Bidder's risk. 2.07 EXCEPTIONS Any requested exceptions, deviations, or contingencies a Bidder may have to the Terms & Conditions must be documented in Bidder’s submission. Exceptions to the Base Specifications at the time of the bid submission shall reference the item number, make and model. FSA CPP has the discretion to grant or deny, in whole or in part, the Bidder’s requested exception, deviation or contingency to the specifications or Terms &Conditions. Bidder acknowledges that the bid may be disqualified if FSA CPP rejects the proposed exceptions. 2.08 EQUIVALENTS Prior to the opening of the Bid System, Bidders may request item equivalents. The Bidder must submit the manufacturer name and model number (or product identifier) of each equivalent requested to FSA CPP. Complete, FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 24 descriptive, technical literature should demonstrate that the equivalent conforms with specification. If a bid uses equivalents without prior approval, the bid may be disqualified. 2.09 MANDATORY PRE-BID MEETING Prospective Bidders are required to attend or participate in the mandatory Pre-Bid Meeting. The Pre-Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA CPP to clarify questions on the Terms & Conditions and to confirm all Base Item specifications. Questions relating to the items, specifications, the bid process, or award can be asked at the Pre-Bid Meeting. Bidders have the opportunity to suggest technical modifications or corrections before the Base Item specifications are finalized. FSA CPP reserves the right to grant attendance exceptions to the mandatory meeting if the Bidder has requested authorization, agrees in writing to meet all the Terms & Conditions without exception and further waives their right to protest the bid process in its entirety or any portion thereof. 2.10 PRICES QUOTED – HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID Items and options should reflect the most complete price and be below MSRP and at a minimum should cover the cost of the item or option bid. Prices quoted in the bid submission should reflect the final amount the Bidder can expect to receive for payment for the items bid for the duration of the contract, unless otherwise provided in the contract. Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of sixty (60) calendar days from the date of bid opening. Each item, make, and model must be priced and bid separately. Prices must be inclusive of all the components included in the Base Specification. Prices bid must include the administrative fee FSA CPP charges to administer the contract, as outlined in these Terms & Conditions. The administrative fee is three quarters of one percent (.0075). Prices bid must be at least cost, be Free On Board (FOB) destination, and must include delivery to the purchaser. Upon award, the Vendor has the authority to offer additional discounts based on prompt payment, quantity, as well as additional manufacturer or vendor discounts. 2.11 PRICES QUOTED – PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or “cost- plus”, model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year’s model, when the manufacturer changes price during the contract term, or when new items come to market. Bidders shall provide a Bid Price and a Percent for each item bid. The Bid Price will be used to evaluate the lowest, responsive and responsible Bidder for each item and zone. The Percent will be used under an awarded contract to determine the cost-plus pricing for new year’s models, when the manufacturer changes price during the contract Page 25 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions term, or when new items come to market. The FSA CPP will use the percent feature of the Bid System as the field to capture the percent above cost that the Vendor can expect to receive from the purchaser for the purchase of an awarded item. The FSA CPP has the discretion to disqualify Bidders if the proposed Percent is excessive. In order to determine if Percent is excessive, FSA will compare the Percents proposed by Bidders for each item in each zone. Prices and Percents bid for items and options should reflect the most complete item price, be below MSRP, and at a minimum should at least cover the cost of the item or option bid. Prices and Percents bid must be at least "Item Cost", be Free On Board (FOB) destination, and must include delivery to the purchaser. As used in this provision, “Item Cost” is defined as the factory invoice price for the item, the Original Equipment Manufacturer (OEM) destination and delivery to dealer, and the FSA Administrative fee, minus the OEM government pricing concessions specific to this bid, all manufacturer incentives, discounts, rebates, concessions and holdbacks. As used in this provision, “Total Cost” is defined as the Item Cost, plus costs of dealer’s floorplan estimated operational expense, and costs of dealer for preparation, cleaning, and assembling, gas, and delivery to zone. As used in this provision, “Bid Price” is defined as the Total Cost and profit. As used in this provision, “Percent” is defined as the markup over Item Cost. Bid Prices will be used as the initial publish pricing for awarded items. As windows open up for next year’s model, the manufacturer changes price during the contract term, or as new items come to market, FSA CPP will work with Vendors to update the published pricing for such items based on the awarded Percent, within a reasonable period of time. Vendors may accept Purchase Orders for such items in accordance with these Terms & Conditions before submitting updated published pricing to FSA CPP. 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST-PLUS- PERCENT PRICING Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or “cost- plus”, model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year’s model, when the manufacturer changes price during the contract term, or when new items come to market. The Bid System provides each Vendors’ percent above cost at which the Vendor will sell such items. The Percent provided in the Bid System does not provide a percent discount for items bid. If Vendor fulfills a Purchase Order at other than published pricing, at purchasers’ request, Vendor must provide documentation substantiating the Item Cost, as defined in section 2.11. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 26 2.13 OPTION PRICING – EQUIPMENT INVITATION TO BID The Bidder shall offer discount below Manufacturer’s Standard Retail Pricing (MSRP) or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. FSA CPP requests Vendors include most frequently purchased scheduled, factory and aftermarket options in the bid. Options are intended to add or delete equipment or features from the Base Specification. Options can provide an upgrade or downgrade to a manufacturer’s model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Options may only provide a downgrade to a manufacturer’s model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create equipment that is entirely different than the FSA CPP Base Specification or are available as another specification bid on this Invitation to Bid. Bidder must use proper factory codes for all factory options. Options available through the factory may be bid and supplied to purchaser as “factory” options, unless otherwise requested in writing by the purchaser. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive or if options listed are not available for the item bid. In order to determine if pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes only when determining if pricing is excessive and will not be published. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet upload in the Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens. If a Bidder will offer registration and title services as a fee for service, the Bidder must include the administrative fee as a separate option (i.e., line item) for each item bid. See Section 3.21 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. If options are not available as a stand-alone option, the Bidder must indicate in their bid submission any option requiring the purchase of other options, and also indicate options that are a part or dependent of another option. Factory package options are allowable under this contract. Factory package options must be included in the options within the bid document and detailed specifically as to what components the package includes. When calculating the price for a manufacturer’s option requested in this bid that is not listed as an option in the manufacturer’s order guide (i.e., model or engine upgrade), the Bidder must calculate the option price as the net difference between vendor cost on the representative base vehicle and the total MSRP of the requested option modifying the vehicle. A Bidder may bid less than this price, but at no time charge more than the calculation provided here. The use of options to facilitate the sale of an alternate manufacturer’s product which is outside the scope of the written Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Example: Bidder CANNOT include option upgrades that result in the selling of a vehicle or truck on one specification that is offered as a separate specification in FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 27 the Invitation to Bid. For example, a Vendor who is awarded the bid for 25,500 lb. GVWR Cab & Chassis cannot upgrade this item through an add option to a 30,000 lb. GVWR Cab & Chassis in order to circumvent the bid award winner for the 30,000 lb. GVWR Cab & Chassis. Purchasers are encouraged to negotiate option pricing with Vendors. Discounts can be provided beyond option prices listed in the contract. The additional discounts for each add option shall be decided by the Vendor. The options will correspond to the specification or item number. Multiple options may be listed for each specification or item number bid. Therefore, Bidders that do not indicate the correct item number with the option information bid will not have options displayed for the item bid. If option pricing is not uploaded correctly, FSA CPP may require Bidders to correct the formatting of the options, but pricing may not be modified. Failure of the Bidder to make corrections may cause the bid to be rejected. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base Specification, the Bidder should include the word “Credit” at the beginning of the description and continue to describe the option being credited. For example, “Credit: one key fob” that corresponds with the price the Bidder will credit the purchaser. Loose Equipment can be bid as an option and made available to purchasers for items originally purchased from this contract. For purposes of this provision, “Loose Equipment” is any item of equipment that attaches to the heavy equipment item(s) included in the awarded bid, such as different sized blades. Loose Equipment does not include accessories, such as additional keys. 2.14 OPTION PRICING – HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID FSA CPP requests Bidders include most frequently purchased options in the Bid System. Option pricing must include the administrative fee. Bidders must provide a price for each option in addition to a percent below MSRP for factory-installed options or a percent above cost for other options. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive. In order to determine if pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes and will not be published. Options are intended to add or delete equipment or features from the Base Specification. Options can provide an upgrade or downgrade to a manufacturer’s model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Options may only provide a downgrade to a manufacturer’s model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create an item that is available as another item bid on this Invitation to Bid. The use of options to facilitate the sale of an alternate manufacturer’s product which is outside the scope of the Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Bidders must disclose which options require the purchase of other options or are dependent on another option in their bid submission. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately. Bidder must use proper manufacturer codes for factory options. Options available through the factory should be bid and supplied to purchaser as factory options, unless otherwise requested in writing by the purchaser. Factory FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 28 package options are permitted under this contract. Factory package options included in the bid submission must detail what components the package includes. If a Bidder will offer registration and title services as a fee for service, government-imposed fees should be listed at the exact cost and shall not include the FSA administrative fee. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base Specification, the Bidder should include the word “Credit” at the beginning of the description field and continue to describe the option being credited. For example, “Credit: one key fob” and enter the price the Bidder will credit the purchaser. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet and option upload in the Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens. 2.15 EMERGENCY LIGHTS AND SIRENS Under Florida Statute 316.003(1), authorized emergency vehicles are defined as: Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective departments or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must only use installers that possess a current Emergency Vehicle Technician Certification, or an approved equivalent. FSA CPP may request certificates for a Vendor’s installers at any time during the contract term. Labor may be charged for the installation of emergency lights and sirens. Labor rates must be disclosed as part of the bid submission. Bidders may not charge for labor for vehicles that are manufactured with emergency lights and sirens, including motorcycles. Prices submitted for emergency lights and sirens shall include all applicable government-imposed fees. Bidders that install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1, Class 2 and Class 3 in order to be eligible for participation in the contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the Vendor can be found in default of the contract. Bid Submission of Emergency Lights and Sirens If offering emergency lights and sirens, Bidders will be asked to provide pricing by submitting a pricing sheet. An emergency vehicle lights and siren option pricing template is offered in the Bid System. Bidders are encouraged, but not required to use the template. If item or specification group is helpful to display light and siren options, Bidders may categorize the pricing sheet by item group. Items listed below are required for the submission of the pricing sheet: • Order code • Description • Price (part only) FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 29 • Estimated labor hours • Labor cost per hour 2.16 BID SUBMISSION Bidders must submit a bid electronically using the Bid System. Bid submissions include a price for each item and option bid in accordance with Section 2.10, 2.11, 2.13, 2.14, and 2.15. Each Bidder must submit a qualifications package for each bid. The bid must be received by the date and time specified on the Bid Calendar in Appendix B. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. Bid System: VendorLink The Bid System is located at https://www.myvendorlink.com. Bidders are encouraged to participate in training provided. Usernames and passwords will be issued to Bidders after registering in the Bid System. Contact VendorLink at support@evendorlink.com if technical issues arise during bid submission. Prices are to be rounded to the nearest whole dollar. If a Bidder submits bid pricing using cents, the following formula will be applied to round the bid pricing to the nearest whole dollar: $.01-.49 will be rounded down to the dollar bid (e.g., $50.49 = $50) and $.50-.99 will be rounded to the next dollar (e.g., $50.50 =$51). Bid Submission To ensure correct bid submittal and formatting, Bidders shall: • For the Heavy Trucks and Buses Invitation to Bid, insert a: o Price for each item bid by zone • For the Pursuit, Administrative and Other Vehicles Invitation to Bid, insert a: o Bid Price for each item bid by zone, as defined in Section 2.11 o Percent for each item bid by zone, as defined in Section 2.11 • For the Equipment Invitation to Bid, insert a: o Price for each item by zone • Upload files as instructed in the Bid System; files requested will be in Excel or .pdf. • Follow all instructions outlined in this Invitation to Bid and provide all requested information. The bid shall include the following documents: • Executed Qualifications Packet. • Build sheet for each item bid as a single .pdf • Pricing Sheet for Emergency Vehicle Lights and Sirens, if applicable. • Any requested exceptions or equivalents. Option Upload An option sheet should be submitted for each item bid. The Bid System will accept option information for each item through a .pdf file upload. Each option sheet should include a header to identify the FSA CPP contract title and number, the Bidder name, item number, make and model. Each option sheet should include: • Option • Description • Manufacturer order code or identifying code • Price For the Heavy Trucks and Buses and Pursuit, Administrative, and Other Vehicles Invitations to Bid, the option sheet should also include: FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 30 • Cost plus percent for all items not installed at the factory • Percent below MSRP for factory installed options FSA CPP may ask awarded Bidders to supply one hard copy set with digital signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA CPP. FSA is not responsible for Bidder’s improper use of the Bid System. Exceptions will be granted to this section should any Bid System malfunctions occur. 2.17 ZONE BIDDING Bidders may bid in one or more geographic zones. Bidders must submit pricing for each zone they wish to be evaluated. The zone map is included in Appendix A. The geographic zones are in place to assist Bidders in estimating costs of delivery, which must be included in the price bid and quoted to the purchaser. For the Pursuit, Administrative and Other Vehicles Contract, the cost of delivery must be included in the Percent. 2.18 EXECUTION OF BID By submitting a response to this Invitation to Bid, the Bidder agrees to the Terms & Conditions and to be bound by such Terms & Conditions if selected for award. The Bidder must submit the Contract Signature Form with the signature of an authorized representative no later than the bid submittal due date. All Terms & Conditions are applicable throughout the term of the awarded contract and are not specific to any given year, make or model. 2.19 MODIFICATION OR WITHDRAWALS OF BIDS A Bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time of the bid submission listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a Bidder must withdraw the bid, the Bidder must contact FSA CPP immediately. Bid withdrawals are handled on a case-by-case basis and can result in a limitation of participation in future bids. 2.20 LATE BIDS The responsibility for submitting a bid before the due date and time on the bid calendar is solely and strictly the responsibility of the Bidder. The FSA is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery, or any other occurrence. Any reference to time will be based on Eastern Time. 2.21 BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar. The bid opening may occur at the Florida Sheriffs Association, 2617 Mahan Drive, Tallahassee, Florida, or may be offered online. FSA CPP will provide a bid inspection period for Bidders following the bid opening. The date, time and duration will be announced prior to the bid opening. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 31 2.22 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the Invitation to Bid. As set forth in Section 2.26, FSA CPP reserves the right to waive or allow a Bidder to correct minor irregularities. 2.23 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if qualifications and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information, documents or materials may be rejected as nonresponsive. The FSA CPP will not request documentation or consider a Bidder’s social, political or ideological interests in determining if the Bidder is a responsible bidder. FSA CPP will not give preference to a Bidder based on the Bidder’s social, political, or ideological interests. Bidders whose responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of the contract may be rejected as non-responsible. In determining a responsible Bidder, the following factors may be considered: • Adequacy of facilities, staffing, and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including on previous FSA contracts; and • Any other information relevant to the responsibility of a Bidder of which FSA CPP is aware. In addition to the requirements set forth by these Terms & Conditions, FSA CPP reserves the right to request staffing, performance and financial information from any Bidder during the evaluation process. FSA CPP reserves the right to determine which responses meet the requirements, specifications, Terms & Conditions of the solicitation, and which Bidders are responsive and responsible. FSA CPP further reserves the right to limit participation of Bidders who, in FSA CPP’s sole discretion, are determined to present responsibility concerns that call into question the Bidder’s ability to perform but that do not rise to the level of requiring rejection of the Bidder as non-responsible. 2.24 BASIS FOR AWARD For the Heavy Trucks and Buses, and Equipment Invitations to Bid, the FSA CPP shall make awards to the qualified, responsive and responsible Bidder(s) who submitted the lowest priced bid by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider option pricing in making the award and to disqualify Bidders for proposing excessive option pricing. For the Pursuit, Administrative and Other Vehicles Invitation to Bid, the FSA CPP shall make award to the qualified, responsive and responsible Bidder(s) who submitted the lowest Bid Price by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider Percent and option pricing in making the award and to disqualify bidders for proposing excessive Percent(s) or option pricing. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 32 Awards will not be given to any parties listed on the government wide exclusion in the System for Award Management. FSA CPP reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser’s best interest. FSA CPP reserves the right to make multiple awards for each item, if determined to be in the best interest of the FSA and the purchasers. Awards will be posted on the FSA CPP website according to the date posted in the bid calendar. 2.25 BID TABULATIONS The Bid Tabulation report will be posted on the FSA CPP website after the bid submission closes. If there is a delay in posting the bid tabulation results, FSA CPP will post a notice of the delay and a revised date for posting of results. 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT The FSA CPP has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity, technicality or omission if the FSA CPP determines that doing so will serve its best interest or the best interest of the purchasers. A minor irregularity is a variation from the Terms & Conditions of this procurement that does not affect the price of the bid or give the Bidder a substantial advantage over other Bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option, the FSA CPP may allow a Bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA CPP may request a Bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA CPP will not request, and a Bidder may not provide the FSA CPP with additional materials that affect the price of the bid or give the Bidder an advantage or benefit not enjoyed by other Bidders. The FSA CPP may also reject any bids not submitted in the manner specified in this document. 2.27 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens through the intent to award date as indicated in the Bid Calendar. During this period, all communications regarding this solicitation between FSA and Bidder will cease, except for procedural questions, questions regarding problems incurred in the use of the Bid System, or communications initiated by the FSA CPP. All permitted communications during this period shall be made in writing to the contacts identified in Section 1.01 of this Invitation to Bid. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 33 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS Once the bid has been awarded, the terms and conditions of this document become the contract between the FSA CPP and the awarded Vendor. The Terms & Conditions apply to all items purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the contract warrants that they are duly authorized to do so and binds the respective party to the contract. 3.03 VENDOR CONTACT INFORMATION The Vendor shall maintain current contact information with FSA CPP at all times for sales and submission of purchase orders, quarterly reports and administrative fee payments. If a change occurs during the contract, the Vendor must notify FSA CPP immediately. 3.04 ADDITIONS OR DELETIONS FSA CPP reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and purchasers, at its discretion. This decision to take action may be based upon and not limited to few or no sales, product recalls and other safety issues, Vendor or manufacturer performance, or the product’s lack of relevance. For items that come to market during the contract term, FSA CPP may authorize qualified and awarded Vendors to offer the new item under the existing contract terms and conditions, if the manufacturer authorizes a Vendor to sell the item. FSA CPP will request awarded Vendors submit pricing and will evaluate the responses prior to authorizing awarded Vendors to offer the new item. 3.05 CONTRACT EXTENSION Contract Extension The contract may be extended by mutual agreement for up to two (2) additional years, on a year-to-year basis. FSA CPP reserves the right to execute a contract extension or to allow the contract to fully or partially terminate and readvertise for bids, whichever is in the best interest of FSA. The Vendor may request price adjustments for contract extensions as provided for herein. If no request is received from the Vendor, the FSA CPP will assume that the Vendor has agreed that the optional term may be exercised without a price adjustment. Any adjustment request received after the execution of an extension may not be considered unless otherwise provided for in this contract. Month-to-Month Continuation In the event a new contract is not active at the time of this contract’s expiration, this contract’s terms and conditions shall extend on a month-to-month basis and shall not constitute an implied extension of the contract. Such a month-to-month continuation shall be upon the compensation and payment provided herein. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 34 3.06 PRICE ADJUSTMENT In addition to the cost-plus-percent pricing adjustments available for the Pursuit, Administrative, and Other Vehicles contract, the Terms & Conditions provide the following options for price adjustments: • Annual Price Adjustments • Changes to Manufacturer Production or Design • Manufacturer Certified Adjustments • Equitable Adjustments Price adjustment requests must clearly substantiate a need to increase or decrease the price. Price adjustments will not be considered if Vendors are delinquent on administrative fee payments or have outstanding quarterly reports. Annual Price Adjustment The FSA CPP may consider annual price adjustments due to: • Changes in the Producer Price Index (PPI) as published by the U.S. Department of Labor, Bureau of Labor Statistics (BLS); or • As a result of changes to national or state standards that require substantial price adjustments. FSA CPP may consider other documentation related to the change to national or state standards but is not obligated to grant price changes without literature from the manufacturer. The FSA CPP will consider the request and will make a final determination on the change in price. Changes to Manufacturer Production or Design Significant changes by the manufacturer to the production of and specification design may initiate a price adjustment request. FSA CPP will consider order dates, production factors, model year, or other conditions, as well as the replacement or complete redesign of items. Vendors must provide documentation from the manufacturer. Manufacturer Certified Adjustments Vendors must provide documentation from the manufacturer to FSA CPP that shows the additional costs or price adjustments imposed by the manufacturer and substantiate the need for a related price adjustment for this contract. Equitable Adjustments The FSA CPP may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this contract shall be the most current model offered. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 35 3.08 PRODUCTION CUTOFF Vendors shall notify the FSA CPP in writing no less than sixty (60) calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Purchase Orders received by the Vendor ten (10) business days prior to the final order date must be accepted and entered into the order system with the manufacturer. Purchase Orders issued and received after the production cutoff date will be subject to availability. In this case, the Vendor and manufacturer have the discretion whether to choose to provide next year’s model at current year’s prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser’s ability to obtain the items, FSA CPP may consider substitutions from the same manufacturer. 3.09 FACILITIES The FSA CPP reserves the right to inspect the Vendor’s facilities at any time with prior notice. 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on Police Vehicle Testing Program/Evaluation. These evaluations are not designed to recommend a particular product, but to serve as a resource for vehicles which are currently being offered for law enforcement service. To see the full detailed report, click or copy the links below. At the time of the bid there were two nationally recognized authorities: State of Michigan, Vehicle Test Team of the Michigan State Police (MSP) Precision Driving Unit Los Angeles County Sheriff’s Department Law Enforcement Vehicle Test and Evaluation Program Vehicles: 3.11 SPECIAL SERVICE VEHICLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on pursuit vehicle testing program/evaluation. These vehicles are labeled as Special Service Vehicle (SSV) and often used in public safety applications and other areas of government. Refer to manufacturers published information for detailed information regarding these vehicles. 3.12 CAB AND CHASSIS PURCHASES Vendors performing upfitting of cab and chassis should be licensed and certified to perform such work. Vendors are responsible for tag and title work if the chassis is completed by the Vendor or the Vendor’s contracted third- party supplier. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. Cab and chassis may be purchased from the Vendor without any required additional upfitting by the Vendor. Vendors are not responsible for tag and title if an incomplete chassis is requested and sold to the purchaser. 3.13 FACTORY-INSTALLED OPTIONS All options specified as factory-installed are to be installed on the item at the primary site of assembly and are to FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 36 be the manufacturer’s standard assembly-line product. Aftermarket and vendor-installed equipment will not be accepted as factory-installed. Vendors found supplying aftermarket or vendor-installed equipment where factory- installed are specified shall be required to retrieve all delivered items and supply new items meeting the specifications. All factory-ordered options are to be original equipment manufacturer (OEM) and installed at the primary site of assembly unless otherwise noted by the Vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. 3.14 VENDOR-INSTALLED OPTIONS All vendor-installed accessories, equipment, or options shall be installed according to the manufacturer’s specifications. All vendor-installed options must be manufactured by an established manufacturer of the product provided. Vendors are required to disclose make and model of product being offered, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the Vendor must also disclose the warranty of any accessory, equipment or option that is less than or exceeds the factory or equipment warranty coverage. Any Vendor that violates this provision will be considered in default of the contract. FSA CPP may terminate the contract in accordance with these terms & conditions. 3.15 NON-SCHEDULED OPTIONS A non-scheduled option is an option not listed on the FSA CPP published award. Vendors may provide non- scheduled options at less than MSRP or the Published List Price. Non-scheduled options should be identified and listed as a separate line item with the price and discount on the purchase order. Non-scheduled options are covered under these terms and conditions. 3.16 FORCE MAJEURE A Vendor shall not be penalized for a delay resulting from the Vendor’s failure to comply with delivery requirements if neither the fault nor the negligence of the Vendor or its employees contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Vendor’s control, or for any of the foregoing that third party suppliers if no alternate source of supply is available to the Vendor. 3.17 PURCHASE ORDERS To initiate a purchase, a purchase order must be issued to the Vendor, which includes: • FSA CPP contract title and number; • FSA CPP item number, and the make and model or item description; and • Purchaser name, phone number and email address. The Vendor’s acceptance of a purchaser’s order will indicate that the Vendor agrees to deliver an awarded item that will be fully compatible with all of its options. Production schedules and delivery dates should be discussed at the time the quote is provided to the purchaser, or if no quote is provided, when the purchase order is delivered to the Vendor. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order. The Vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the contract and the purchase order. Any changes that are required to bring an item into compliance with the various options due to an incorrect order will be accomplished at the Vendor’s expense. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 37 A Confirmation of Order form shall be completed by the Vendor and provided to the purchaser and FSA CPP fifteen (15) calendar days from receipt of purchase order without request by the purchaser. Any additional information needed to complete this form should be obtained by the Vendor from the purchaser. While it is recommended that an agency purchase from the zone which is closest to their location, it is not mandatory to do so. If the purchaser determines that a Vendor in another zone can better serve the purchaser’s needs, the purchaser may order from a Vendor in another zone. Vendors that provide awarded items outside of an awarded zone may upon mutual agreement between the Vendor and the purchaser charge a delivery fee. If a Vendor receives a purchase order for an item for which they were not awarded, the Vendor must notify the purchaser and return the purchase order to the purchaser within three (3) business days. The Vendor must submit electronic copies of Purchase Orders within fifteen (15) calendar days of the Purchase Order issue date. Emails shall be sent to coop@flsheriffs.org. Purchase orders received by the Vendor after this deadline must be submitted to FSA CPP as soon as possible with the date received by the Vendor and cause for the delay. Purchase Orders should contain the following required information: • Purchaser name, • Purchase order number, • Purchase order issue date, • FSA CPP contract title and number, • Item number, • Item make and model, or item description, • Item price, • Options by item, and • Estimated delivery date. Purchase orders vary in format and information provided. If a purchase order does not include the required information, the Vendor must submit supplemental documentation to FSA CPP at the same time the purchase order is due. Such information may be in bid quotes, equipment proposals, confirmation of orders, or other documents. If a purchaser does not use purchase orders, written communication from the purchaser to the Vendor will be provided to FSA CPP. 3.18 REGISTRATION, TAG, AND TITLE Title items shall be the responsibility of the Vendor. If the purchaser is a government agency, the purchaser has the right to choose to register and title the item. Costs of registration, tag and title shall not exceed the statutory rates. FSA administrative fee does not apply to the cost of registration, tag and title. 3.19 DELIVERY Vendors are to inspect the item to confirm the item meets or exceeds the FSA CPP Base Specification, manufacturer specification, and purchase order. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor’s expense. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. Delivery schedules shall be agreed to by the purchaser and the Vendor. Vendor shall notify the purchaser no less than twenty-four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 38 delivery details. The Vendor shall be responsible for delivering items that are properly serviced, clean and in first class operating condition. Items shall be delivered with each of the following documents completed or included: 1. Copy of the Purchase Order. 2. Copy of the FSA CPP Base Specification. 3. Copy of manufacturer’s Invoice, price sheet, build sheet or other documentation that verifies what components are included on the item being delivered 4. Copy of the pre-delivery service report 5. Registration warranty certification 6. Owner’s manual 7. Registration, tag and title or an application for the registration, as applicable All items with fuel tanks of thirty-five (35) gallons or less must contain no less than one quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. For items that have more than thirty-five (35) gallons, a minimum of one eighth (1/8) of a tank of fuel must be provided. All electric vehicles must be delivered with a minimum charge level of 10 percent. The purchaser has the option to reject a vehicle with more than 350 odometer miles or may deduct $0.51 cents per mile in excess of 350 miles from the invoice, unless distance above 350 miles was previously approved by the purchaser. Deliveries of less than 350 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer’s break-in requirements and all applicable traffic laws. Any delivery accomplished by driving a pursuit-rated vehicle must use an “OUT OF SERVICE” cover on light bars. Deliveries in excess of 350 miles shall be made by transport, or otherwise approved by the purchaser, however, this requirement shall not apply to incomplete chassis. Items with hour meters must be delivered with fewer than five (5) hours on the hour meter or may be rejected by the purchaser. The purchaser may choose to negotiate a lower purchase price when the item exceeds five (5) hours. When items require service or adjustments upon delivery, the Vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer’s local authorized representative or other service provider to remedy the defect. Such service or adjustments shall be initiated by the Vendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory, and the item is redelivered or repaired. The cost of any transportation required to address the defect shall be the responsibility of the Vendor until the items are satisfactory and accepted by the purchaser. 3.20 INSPECTION AND ACCEPTANCE Final acceptance shall be given only after the purchaser inspects or confirms the item meets contract specifications. Delivery of an item to a purchaser does not constitute acceptance for the purpose of payment. Inspection and acceptance will be at the purchaser’s destination unless otherwise previously agreed upon location was provided in the purchase order. Should the delivered items differ in any respect from the Base Item specifications, payment can be withheld until such time as the Vendor completes the necessary corrective action. 3.21 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the Vendor and purchaser placing orders using this contract. Vendors must invoice each purchaser independently. The Vendor shall be paid upon submission of invoices to the purchaser after satisfactory delivery and acceptance of the items. While the Local Government Prompt Payment FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 39 Act applies to ensure timely payment of Vendor invoices, the FSA CPP encourages purchasers to make payment within 30 days of acceptance of the item. The Local Government Prompt Payment Act is defined in Sections 218.70–218.79 of Florida Statutes. 3.22 WARRANTY All warranties shall begin at the time of delivery and final acceptance by the purchaser. The purchaser’s warranty should not be active for incomplete items and items delivered to a third-party supplier before final delivery. 3.23 QUARTERLY REPORTS Quarterly reports are the contractual responsibility of each Vendor. Quarterly reports must be completed and submitted electronically. All quarterly reports shall be sent to reports@flsheriffs.org. The quarterly report template shall be submitted using an Excel workbook provided by FSA CPP. Quarterly reports which do not adhere to the required format or are not complete of all purchase orders received and/or deliveries made during the quarter will be returned to the reporting Vendor for correction. Quarterly reports are due no later than the 15th day of the month following the end of the quarter. Quarterly reports shall follow the schedule below for the duration of the contract. If a contract extension is executed, the quarterly reports will maintain the same schedule for future reporting periods. Contract Year: October 1, 2022 – September 30, 2023 Year 1 Quarter 1: October 1 – December 31 Q1 Report Due: January 15 Year 1 Quarter 2: January 1 – March 31 Q2 Report Due: April 15 Year 1 Quarter 3: April 1 – June 30 Q3 Report Due: July 15 Year 1 Quarter 4: July 1 – September 30 Q4 Report Due: October 15 Quarterly reports must be submitted even if there are no sales or no deliveries in a quarter. If a Vendor has no sales within a quarter, the Vendor shall indicate “No sales this quarter” on the top row of the sales worksheet. If the Vendor has no deliveries in a given quarter, the Vendor shall indicate “No deliveries this quarter” on the top row of the delivery worksheet. FSA CPP reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA CPP will provide written notice to all Vendors of the method by which future quarterly reports are to be submitted. 3.24 ADMINISTRATIVE FEE The FSA CPP charges three quarters of one percent (.0075) to procure, process and administer the contract. The administrative fees are the contractual responsibility of each awarded Vendor. After receipt of payment from contract purchases, the Vendor shall remit all administrative fees to the FSA CPP no later than 15 calendar days after the end of each quarter. All fees payable to the FSA CPP during any given quarter will be accompanied and supported by a quarterly report. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 40 The administrative fee will remain payable to FSA CPP and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee, will be permitted if a Vendor fails to incorporate the administrative fee in its bid pricing. The administrative fee should never be listed as a separate line item on any purchase order or invoice. The administrative fee is based on the total purchase order amount of new items. This fee excludes any value given to purchasers for trade-ins. Trade-ins, extended warranties and other exchanges will not reduce or impact the fee calculation. The ACH form for electronic payment or wiring of funds is included in Appendix C. It is the preference of FSA CPP that all payments be electronically paid and submitted. If ACH is not available, checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.25 LIQUIDATED DAMAGES The Vendor warrants that the item supplied to the purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the Vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports to FSA CPP within 15 calendar days following the end of each quarter may result in the imposition of liquidated damages. Vendors failing to submit administrative fees and/or quarterly reports will incur liquidated damages in the amount of $25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section, the prevailing party shall be entitled to its reasonable attorneys’ fees and costs incurred in the litigation. The venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in Vendor’s Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 calendar days can result in FSA CPP, at its sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by specifications or zones, disqualification from future solicitations, or termination for cause pursuant to the Terms & Conditions. Schedule of Liquidated Damages Failure to submit quarterly report on time $25 per calendar day Failure to submit administrative fee on time $25 per calendar day Failure to report a Purchase Order to FSA CPP within 15 calendar days of the purchase order issue date $100 per Purchase Order Failure to Report Sales .0075 of the sales price plus 1.5% each month following the delivery date. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 41 Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will result in liquidated damages to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the Vendor’s failure to take the specified actions. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 42 Appendix A: Zone Map FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 43 Appendix B. Bid Calendar FSA23-VEL31.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/13/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/11/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 FSA23-VEH21.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/14/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/12/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 44 FSA23-EQU21.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/7&8/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/13/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 45 Appendix C: ACH Payments FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 46 Appendix D: Federal Clauses Applicability of Third-Party Contract Provisions* (Excluding micro-purchases, except Davis-Bacon requirements apply to construction contracts exceeding $2,000.) In addition to other provisions negotiated with purchasers placing federally funded purchase orders, Vendors must comply with the following provisions upon award of a federally funded purchase order: PROVISION Professional Services/A&E Operations/ Management Construction Materials & Supplies Equal Employment Opportunity All Davis-Bacon Act >$2,000 Copeland “Anti-Kickback” Act >$2,000 Contract Work Hours and Safety Standards Act >$100,000 >$100,000 >$100,000 >$100,000 Rights to Inventions Made Under a Contract or Agreement If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work Clean Air Act >$150,000 >$150,000 >$150,000 >$150,000 Federal Water Pollution Control Act >$150,000 >$150,000 >$150,000 >$150,000 Debarment and Suspension All All All All Byrd Anti-Lobbying Amendment >$100,000 >$100,000 >$100,000 >$100,000 Procurement of Recovered Materials All All All All Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment All All All All Domestic Preferences for Procurements All All All All *References to the code of regulations (CFR) or United States Code (USC) were accurate at the time of publication. It is the responsibility of the Bidder to ensure compliance is met of the referenced state and federal laws within the published rules. EQUAL EMPLOYMENT OPPORTUNITY: Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The clause set forth in 41 CFR 60-1.4(b) is incorporated herein by reference. Vendor must comply with this clause and include this clause in all lower-tier federal assisted construction contracts. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 47 DAVIS-BACON ACT, as amended (40 U.S.C. 3141-3148): When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Vendors performing construction must comply with all applicable provisions of the Davis-Bacon Act and include this clause in all lower-tier subcontracts for construction. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C., chapter 37): Vendor shall comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C., chapter 37), as supplemented by Department of Labor regulations (29 CFR part 5). (a) Overtime requirements. Neither Vendor nor any contractor or subcontractor contracting for any part of the purchase order work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (b) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in Paragraph 15(a), Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Vendor or such subcontractor shall be liable to the United States (in the case of work done under the Contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph 15(a), in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Paragraph 15(a) of this section. (c) Withholding for unpaid wages and liquidated damages. Purchaser shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Vendor or a subcontractor under the purchase order or any other Federal contract with Purchaser, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by Purchaser, such sums as may be determined to be necessary to satisfy any liabilities of Vendor or its subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Paragraph (a). (d) Subcontracts. Vendor shall insert in any subcontracts over $100,000 for construction and other purposes that involve the employment of mechanics or laborers, the clauses set forth in Paragraphs (a) through (d) and also a clause requiring the subcontractors to include these clauses in any lower-tier subcontracts. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT: If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 48 a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Vendor shall comply with these requirements when performing a purchase order involving experimental, developmental or research work and flowdown this clause to lower-tier subcontractors performing such work. CLEAN AIR ACT (42 U.S.C. 7401 et seq.) and the FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. 1251 et seq.), as amended: Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor shall comply with the requirements of Clean Air Act and the Federal Water Pollution Control Act and include this clause in all lower-tier subcontracts with a value over $150,000. DEBARMENT AND SUSPENSION (E.O.s 12549 and 12689): By accepting or performing this purchase order, Vendor certifies that it is not identified in the Exclusions area of the System for Award Management as being currently debarred, suspended, proposed for debarment, or otherwise excluded (“SAM Exclusion”). Vendor shall obtain similar certifications from its lower-tier subcontractors for each subcontract in excess of $25,000 and Vendor shall not award lower-tier subcontracts in excess of $25,000 to an entity subject to a SAM Exclusion. LOBBYING RESTRICTIONS (31 U.S.C. 1352): By accepting or performing this purchase order, Vendor certifies that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Vendor shall also disclose to Purchaser any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award or contract. Vendor shall flow down this clause and require this certification for lower-tier subcontractors with a subcontract of $100,000 or more. Vendor shall provide its disclosure and all disclosures received from lower-tier subcontractors to Purchaser. PROCUREMENT OF RECOVERED MATERIALS: A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Vendor shall comply with this clause and include this clause in all lower-tier subcontracts. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT: (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115- 232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 49 (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. DOMESTIC PREFERENCES FOR PROCUREMENTS: (a) As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Vendor agrees to comply with the requirements of this clause and include the requirements of this clause in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) “Manufactured products” means items and construction materials composed in whole or in part of non- ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 1 Item Groups Summary All bid items shall be built to FSA base specifications for the item or model number indicated and shall include all standard manufacturer equipment unless otherwise specified. When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. • All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) • All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) • All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side) • Boat: Aquatic Weed Cutter Workboat • Bulldozer: 180hp • Bulldozer: 70hp • Bulldozer: 90hp • Chipper: Brush Chipper • Compactor: 80,000 lbs. Landfill Compactor • Compressor: Air Compressor - Trailer Mounted • Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload • Excavator: All Terrain Walking Excavator • Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight • Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight • Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight • Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight • Excavator: Telescopic Excavator - 45,000 lbs. Operating Weight - Tracked Type • Excavator: Telescopic Excavator - 47,000 lbs. Operating Weight - 6x6 Wheeled Type • Excavator: Vacuum Excavator - Trailer Mounted • Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight • Forklift: Cushion Tire - 4,000 lbs. Capacity • Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity* • Forklift: Telescopic Tool Carrier/Telehandler • Generator: 60kW Stationary* • Generator: 125kW Stationary • Generator: 150kW Mobile • Generator: 500kW Mobile • Generator: 500kW Stationary • Horizontal Directional Drill* • Leaf Collector: Trailer Mounted* • Lift: Scissor Lift - Self Propelled • Light Tower: Hybrid Light Tower • Light Tower: Light Tower - Trailer Mounted FSA23-EQU21.0: Heavy Equipment Item Group Specifications 2 • Loader: Loader Backhoe - 4x4 • Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type • Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type • Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type • Loader: Wheel Loader - 1.5 cubic yd. • Loader: Wheel Loader - 3.0 cubic yd. • Loader: Wheel Loader - 5.75 cubic yd. • Low Speed Vehicle: Electric Type • Motor Grader: Large • Motor Grader: Small • Mower: 15ft. Flex Wing Rotary Mower • Mower: Remote Controlled Brush Mower • Mower: Electric Zero Turn Radius Mower* • Mower: Zero Turn Radius Mower • Pallet Jack: Electric 4,500 lbs. Capacity* • Pipe Inspection: Battery Operated Pipe Crawler Inspection System* • Pump: Mobile Pump • Roadway Advisory Board: Mobile Message Board • Roadway Advisory Board: Mobile Speed Board • Roadway Advisory Board: Mobile Speed Board/Automatic License Plate Reader* • Roadway Advisory Board: Mobile Traffic Advisory/Direction Signal Board • Roller: Compaction Roller 30,000 lbs. - Single Drum • Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width • Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width • Sewer Cleaner: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. • Sewer Cleaner: Trailer Mounted Sewer Cleaner • Shop Tools & Equipment* • Shredder: Mobile Shredder • Solid Waste Material Handler: Wheeled Type • Stump Cutter • Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper • Sweeper: Cabover Mechanical Broom Street Sweeper • Sweeper: Compact Air Sweeper - 2.3 cubic yd. • Sweeper: Regenerative Air Street Sweeper • Sweeper: Self-Propelled Hydrostatic Broom • Tactical Vehicle: Skid Steer Mounted (The Rook) • Tool Carrier: Hydrostatic Drive • Tractor: Agriculture Tractor - 4x2 FSA23-EQU21.0: Heavy Equipment Item Group Specifications 3 • Tractor: Compact Articulating Tractor - AWD • Tractor: Small Agriculture Tractor - 4x4 • Tractor: Tractor with Boom Mower - 4x4 • Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR • Trailer: Deck Over Equipment Trailer - 40,000 lbs. GVWR* • Trailer: Detachable Neck Lowboy Trailer - 100,000 lbs. GVWR* • Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR • Trailer: Enclosed Utility Body/Trailer Mounted - 9,900 lbs. GVWR* • Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR* • Trailer: Hydraulic Drop Deck Trailer - 13,500 lbs. GVWR* • Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR • Trailer: Leachate Tanker - 6,500 gallons* • Trailer: Livestock Trailer - 7,000 lbs. GVWR* • Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR • Trailer: Refrigeration/Freezer Trailer - 7,000 lbs. GVWR* • Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR* • Trailer: Waste Trailer with Walking Floor • Transfer Switch: 600 Amp Automatic Transfer Switch • Trencher: Walk Behind Trencher • Underground Locating Equipment: Ground Penetrating Radar* • Underground Locating Equipment: Utility Locator* • Vehicle Lift: Mobile - 2 Column, Cabled • Vehicle Lift: Mobile - 2 Column, Wireless • Vehicle Lift: Mobile - 4 Column, Cabled • Vehicle Lift: Mobile - 4 Column, Wireless • Vehicle Lift: Mobile - 6 Column, Cabled • Vehicle Lift: Mobile - 6 Column, Wireless • Vehicle Lift: Mobile - 8 Column, Cabled • Vehicle Lift: Mobile - 8 Column, Wireless • Vehicle Lift: Stationary - 2 Post Asymmetric Stationary Vehicle Lift 10k • Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 12k • Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 15k • Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 18k • Vehicle Lift: Stationary - 2 Post Versymmetric Stationary Vehicle Lift 10k • Vehicle Lift: Stationary - 4 Column, Alignment Lift with Front/Rear Jacks and Integrated Turntables and Slip Plates 14k FSA23-EQU21.0: Heavy Equipment Item Group Specifications 4 *Indicates new item group for FSA23-EQU21.0 FSA23-EQU21.0: Heavy Equipment Item Group Specifications 5 All Terrain & Utility Vehicles: All Terrain Vehicles (Quad) In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Manufacturer’s gas or diesel engine, air cooled, overhead valve, keyed electronic ignition, 20 hp minimum • Transmission: Manufacturer’s standard automatic transmission • Chassis: Standard front bumper • Tires and Wheels: Front and rear all terrain tires, must match drive train FSA23-EQU21.0: Heavy Equipment Item Group Specifications 6 All Terrain & Utility Vehicles: Utility Vehicles (Side-by-Side) In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA Base Specification • Engine: Manufacturer’s gas or diesel engine, air cooled, overhead valve, keyed electronic ignition, 20 hp minimum • Transmission: Manufacturer’s standard automatic transmission • Chassis: Standard front bumper • Tires and Wheels: Front and rear all terrain tires, must match drive train FSA23-EQU21.0: Heavy Equipment Item Group Specifications 7 All Terrain & Utility Vehicles: Electric Utility Vehicles (Side-by-Side) In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • FSA Base Vehicle Requirements: 2 programmed keys and fobs if available, full-size spare tire if available • Dimensions (Approximate): Length- 115", height- 51", width- 56", wheel base- 79", curb weight- 1,500 lbs., GVW- 2,900 lbs. • Power: 7 hp electric motor, 8-6 volt heavy duty batteries, 48 volt • Transmission/Axle: Enclosed internally lubricated differential/transaxle, 2-wheel drive • Chassis/Steering/Suspension: 1,250 lbs. towing capacity, 2,900 lbs. GVW, frame type chassis, suspension matched for GVW of vehicle • Tires And Wheels: Off/on road type tires, wheels rated for GVW of vehicle, tires to be traction type rated for GVW of vehicle • Performance: 45 mile range, 19 mph minimum • Brakes: Manual parking brake, disc or drum type, 2 or 4 wheel breaks • Body: Rear mounted hitch for towing 2", pick-up type box with sides and tailgate, 2 passenger seating FSA23-EQU21.0: Heavy Equipment Item Group Specifications 8 Boat: Aquatic Weed Cutter Workboat In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • General Dimensions: Height- 8’, width- 7’3”, length- 15’, height from waterline- 48”, boat draft- 4” to 6”, weight- 2,285 lbs. • Engine: 3-cylinder diesel engine, liquid cooled electric start, and charging system • Hydraulics: Triple pump design, 27 gpm, eco-friendly hydraulic fluid • Propulsion: Twin hydraulic outdrives, weed and mud design propellers • Vessel Hull: Fiberglass/kevlar design, deck mounted cutter and loader • Boom Cutter: Hydraulic drive, full articulation to cut 5’ below waterline • Front End Loader: Marine-type vegetation bucket • Operator Station: All hydraulic function/propulsion function controls • Trailer: Trailer to be designed specifically for this workboat. Must meet all federal, state, and local laws for a trailer operated on the highway. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 9 Bulldozer: 180hp In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Minimum 6-cylinder 180 hp diesel engine • Transmission: Power shift (3 forward, 1 reverse minimum) or hydrostatic drive (variable) • Undercarriage: 7 rollers each side minimum, top roller each side minimum, manufacturer’s standard length track, manufacturer’s standard track width, 24" grouser width • Dozer Blade: Width- 128", height- 48", 2.5 cubic yd. blade capacity, PAT type blade, power angle and tilt, hydraulically controlled • Weight: Minimum operating weight- 43,000 lbs. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 10 Bulldozer: 70hp In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Minimum 4-cylinder 70 net hp • Transmission: Hydrostatic, infinitely variable speed, constantly variable • Undercarriage: Minimum 5 rollers, standard grouser minimum of 16”, top roller each side • Dozer: Minimum width- 96”, minimum height- 32”, minimum 1.88 cubic yd. blade capacity, power angle tilt (PAT) type blade FSA23-EQU21.0: Heavy Equipment Item Group Specifications 11 Bulldozer: 90hp In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Minimum 4-cylinder 90 net hp • Transmission: Hydrostatic, infinitely variable speed, constantly variable • Undercarriage: Minimum 6 rollers, standard grouser minimum of 18”, top roller each side • Dozer: Minimum width- 104”, minimum height- 36”, minimum 2.5 cubic yd. blade capacity, power angle tilt (PAT) type blade FSA23-EQU21.0: Heavy Equipment Item Group Specifications 12 Chipper: Brush Chipper In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions: Weight- 6,800 lbs., width- 72”, height- 100”; length- 176”, 15” chipping capacity • Engine: 122 hp diesel engine, over center type clutch, heavy duty air cleaner, spin on type filters • Chassis: Main frame constructed of rectangular tubing or in.zin. section, 7,000 lbs. axle torsion type, electric brakes with breakaway switch, ST 235/80R16 tires load range E, steel wheels, drop leg jack, 2 1/2” diameter lunette or 2 5/16” ball hitch, adjustable height hitch, safety chains, 6-way light connector, all wiring in conduit to lights, four function rear lights • Feed System: Infeed throat opening- 20” x 15”, serrated infeed rollers, feed rollers hydraulically driven, feed table height- 27”, feed table length- 30”, safety control bar around infeed opening for emergency stop • Chipper Drum Or Disc: Drum type- 22” diameter x 22” width, 2 knife pockets 180 degrees apart, dual edge reversible knives, extreme duty bearings, adjustable bedknife (reversible), disc type: 37” x 2” diameter disc, 4 knives reversible • Chipper Housing: Easy access door for knife changes, drop down door for anvil adjustment or clean out, chipper housing to be constructed for maximum safety and operator protection • Discharge Chute: Rotation of 360 degrees, adjustable chip deflector locking pin for chute rotation • Miscellaneous: 26 gal fuel tank, nngine shutdown system, locking tool box, vandalism protection FSA23-EQU21.0: Heavy Equipment Item Group Specifications 13 Compactor: 80,000 lbs. Landfill Compactor In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight- 80,000 lbs. • Engine: Turbocharged diesel engine 400 hp minimum, spin on type filters • Transmission/Hydraulic System: Mechanical or hydrostatic drive will be acceptable (2 speeds forward and 2 speeds reverse minimum), spin on type hydraulic filters • Operating Station: Enclosed sound suppressed cab, air filtration system, air conditioned, heater and defroster, gauges and engine monitoring shutdown system, adjustable suspension seat, outside mirrors, work lights, windshield wipers and washer • Electrical System: 24 Volt • Wheels: Compaction wheels- 48” width minimum, wheel diameter- 58” width minimum, chevron chopper blades, weld-on or pin-on teeth type wheels acceptable, anti-wire wrapping device if applicable, cleaner bar if applicable • Blade: Straight or U type trash blade acceptable, 14’ blade minimum, 6’ blade height minimum, full width trash screen on top of blade, bolt on cutting edges • Miscellaneous: Fully shielded engine compartment, removable belly pan, landfill shielding package if applicable FSA23-EQU21.0: Heavy Equipment Item Group Specifications 14 Compressor: Air Compressor - Trailer Mounted In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Approximate Dimensions: Weight- 1,950 lbs., length- 79”, width- 40”, height- 47” • Engine: 49 hp Tier 4 Engine, 12 Volt electrical system, engine protection system, gauge package • Compressor: 185 cfm @ 100 psi, rotary or reciprocating style compressor, 2 service valves • Trailer: 3,700 GVW axle rating, manufacturer rated tires, fold up tongue jack • Enclosure: Fixed weather enclosure over entire engine/compressor, 2 full size tool boxes FSA23-EQU21.0: Heavy Equipment Item Group Specifications 15 Dump Truck: Articulating Off Road Dump Truck - 50,000 lbs. Payload In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight- 40,000 lbs., minimum gross weight (with payload)- 91,000 lbs. • Engine: Turbocharged diesel engine 265 hp, 549 cubic in. minimum, spin on type filters, two stage air cleaner • Transmission: 6 speeds forward, 1 speed reverse, top speed of 31 mph, hydraulic retarder • Brakes: Disc type service brakes, disc type parking brake • Axles & Differentials: Differential locks, planetary gear reduction final drives, inter axle differential lock • Tires: Tubeless, radial off road hauler tires, 23.5 R 25 tire size • Steering: 45 degree left or right articulation angle, secondary electric steering system for emergency steering, double acting steering cylinders • Operating Station: Cab to be pressurized, heated, air conditioned and filtered, built in ROPS/FOPS protection, suspension type operators seat with seat belt, cab instrumentation or engine monitoring system with audible alarms, tinted glass windows, sun visor, front and rear intermittent windshield wipers, work lights, headlights, stop, tail and turn signal lights, left and right mirrors • Body: Dump body tipping angle 70 degrees, mud flaps, two single stage double acting body hoist cylinders, 18 yd. heaped capacity, body rise time maximum 12 seconds • Miscellaneous: 95 gal fuel tank minimum, guard or shielding package FSA23-EQU21.0: Heavy Equipment Item Group Specifications 16 Excavator: All Terrain Walking Excavator In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: 15,873 lbs. 2x4, 17,196 lbs. 4x4 Option • Engine/Cab: Diesel engine, minimum 95 net hp, roll over enclosed cab air conditioned and heated, hinged quick release side window for emergency exit (operational at all boom positions), hinged front window opening outward for safety (not inward reducing operator head room), gauges or warning indicators for fuel level, engine oil, hydraulic oil and coolant, mirrors, air suspension operators ft. seat, full size cab (width of machine) • Travel System: Minimum high-speed travel- 5 mph, minimum grade-ability 70%, four tires • Hydraulic System: Digging depth- 15’4”, auxiliary hydraulic circuit and controls plumbed to the end of stick with disconnect to allow the use of hydro-mechanical work tools, hydraulic swing system, stabilizers to be individually controlled in the vertical and horizontal positions • Electrical System: Work lights • Bucket: 4’ wide grading bucket FSA23-EQU21.0: Heavy Equipment Item Group Specifications 17 Excavator: Hydraulic Excavator - 15,590 lbs. Operating Weight In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight- 15,590 lbs. • Engine: 53 hp diesel engine, fuel capacity 26 gal • Travel System: Minimum high-speed travel of 3.0 mph • Undercarriage: Overall track length 9’ 1”, overall track width 11’ minimum 7’ 6”, shoe width 17.7” minimum • Operating Station: ROPS Cab to be air conditioned, heated and pressurized filtration system, opening front windshield, adjustable suspension type seat with safety belt, tinted safety glass, engine monitoring system with audible alarms, work lights • Stick, Boom, Bucket: Boom and stick combination to allow minimum reach at ground level of 20’ 11”, bucket to be general purpose bucket, appropriately sized for machine and included • Swing System: Swing radius 5’ approximate, swing speed 9.0 rpm FSA23-EQU21.0: Heavy Equipment Item Group Specifications 18 Excavator: Hydraulic Excavator - 38,000 lbs. Operating Weight In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight- 38,000 lbs. • Engine: Turbocharged diesel engine 113 hp • Travel System: Travel speed of 3.2 mph • Hydraulic System: Standard auxiliary hydraulic valve, main hydraulic system flow 72 gpm minimum • Undercarriage: Overall track length 12’ 10” minimum, overall track width 8’ 5” minimum, shoe width 24” • Operating Station: ROPS Cab to be air conditioned, heated and pressurized filtration system, intermittent windshield wipers, opening front windshield, adjustable suspension type operator seat with safety belt, work lights FSA23-EQU21.0: Heavy Equipment Item Group Specifications 19 Excavator: Hydraulic Excavator - 76,550 lbs. Operating Weight In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight- 76,550 lbs. • Engine: Turbocharged diesel engine 257 hp, fuel capacity 145 gal • Travel System: Travel speed of 2.9 mph • Hydraulic System: Standard auxiliary hydraulic valve, main hydraulic system flow 144 gpm minimum • Undercarriage: Overall track length 16’ 2”, overall track width 10’ 6”, shoe width 24” • Operating Station: ROPS cab to be air conditioned, heated and pressurized filtration system, intermittent windshield wipers, opening front windshield, adjustable suspension type operator seat with safety belt, tinted safety glass, engine monitoring system with audible alarm, work lights • Stick, Boom, Bucket: Boom and stick combination to allow minimum reach at ground level of 35’ 6”, bucket to be a general-purpose bucket, appropriately sized for machine and include • Swing System: Swing radius 12, Swing speed 9.2 rpm FSA23-EQU21.0: Heavy Equipment Item Group Specifications 20 Excavator: Mini Hydraulic Excavator - 7,105 lbs. Operating Weight In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: 7,105 lbs. minimum • Engine/Cab: Diesel engine, minimum 23 hp, ROPS canopy, gauges or warning indicators for fuel level, engine oil, hydraulic oil and coolant • Travel System: Minimum high-speed travel 2.3 mph, minimum gradeability, 20 degrees, 11” wide rubber belt tracks • Hydraulic System: Digging depth 9’ minimum, auxiliary hydraulic circuit and controls plummed to the end of stick with disconnect to allow the use of hydro-mechanical work tools, backfill blade, hydraulic swing system. • Electrical System: Work lights FSA23-EQU21.0: Heavy Equipment Item Group Specifications 21 Excavator: Telescopic Excavator - 45,000 lbs. Operating Weight - Tracked Type In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight 45,000 lbs. • Engine: 4-cylinder turbocharged diesel, 170 hp at 2200 rpm,spin on type filters, two stage air cleaner, 12 volt 100 amp alternator, 90 gal fuel capacity • Track Drive: 2-speed automatic with manual override, high torque piston motors each track, planetary drives, travel speed high 3.4 mph, low 1.9 mph, automatic parking brake, individual track control • Tracks: 23.6 pad size • Operator Station: Acoustical lined, adjustable seat, tinted safety glass, filtered fresh air, heater, air conditioned, and defroster, wipers and washers, skylight, work lights • Operator Station Controls: Electric engine monitoring system, auto idle, electronic joysticks on adjustable pedestals, pedals for travel and steering, low/high travel switch, engine speed control • Safety Items: Electric horn, movement alarm, fire extinguisher, mirrors, right and left side • Hydraulic System: Hydraulic oil cooler, 120 hp track drive motors (each), 64 hp swing motor, electronic hydraulic system monitor, spin on hydraulic filters, swing speed 7.0 rpm, automatic swing brake • Boom: Telescopic boom, 180 degree boom rotation, 30’ reach at ground level from center pivot to buck cutting edge • Bucket: 60” ditching bucket provided with machine, quick attach type 1 • Weight: Minimum operating weight- 47,000 lbs. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 22 Excavator: Telescopic Excavator - 47,000 lbs. Operating Weight - 6x6 Wheeled Type In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight 47,000 lbs. • Carrier: 6-cylinder turbocharged diesel engine, 250 hp at 2200 rpm, spin on type filters, two stage air cleaner, 24 volt 70 amp alternator, 6-speed automatic transmission, 1 to 1 transfer case with front axle disconnect, one person carrier cab, air ride seat, heater, air condition, and defroster, 2-speed windshield wipers, tinted glass, isolated and acoustic lined, gauges to monitor engine functions, frame sized for GVW and stress of mounted upper structure, bolt on front bumper, desiccant type, spin on type, air dryer, fuel tank 50 gal minimum, • Safety: Electric horn, west coast mirrors with convex spot mirrors, tow hooks, fire extinguisher, backup alarm • Front Axle: 16,000 front drive axle, leaf spring suspension, 16.5”x5” “S” cam brakes, automatic slack adjuster, integral power steering, hydraulic axle lockouts, 425/65R22.5 on/off road tires • Rear Axle: Tandem axles 40,000 lbs. rated, Hendrickson rear suspension, 16.5”x7” “S”cam brakes, automatic slack adjusters, 11R 24.5 traction type tires • Upper Structure: Hydraulic system- 80 hp drive motor, 44 hp swing motor, automatic swing park brake, 50 gal oil reservoir, spin on hydraulic filters, swing speed 8 rpm, hydraulic remote control- travel and steering controls in upper structure cab, automatic brakes and axle lockouts, movement alarm, upper structure cab- isolated and acoustic lined, tinted safety glass, adjustable operators seat, heater, air condition, and defroster, work lights, wipers and washers, mirrors on left and right, skylight upper structure control-electronic joysticks on adjustable pedestals, engine monitoring lights or gauge with audible warning or automatic shutdown, pedals for steering and travel, low/high travel switch, electric horn, engine speed control bucket- quick attach type, 60” ditching bucket provided with machine, boom- telescopic boom, 180 degree boom rotation, 30’ reach at round level from upper structure pivot to bucket cutting edge FSA23-EQU21.0: Heavy Equipment Item Group Specifications 23 Excavator: Vacuum Excavator - Trailer Mounted In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: 14,000 lbs. GVWR • Engine: 36 hp diesel engine, water cooled, fully enclosed sound attenuated engine enclosure (including vacuum pump and high-pressure water pump), 15 gal fuel tank • Vacuum Pump: 580 cfm at 15” of mercury, mounted inside engine enclosure, washable filtration cylinders, reverse pressure (to clear hose and offload liquids) • High Pressure Water System: 400 psi at 4 gpm water pump, low water automatic shutdown, two 100 gal poly water tanks, 50’ high pressure water hose on hose reel, 5’ and 3’ wand and control handle • Controls: Lockable and waterproof, curbside located, oil pressure, water temperature, fuel and vacuum gauge, electronic throttle • Tank: Full open rear door, door hydraulically opened, twin dump cylinders, 6” stainless steel portal shutoff, 800 gal debris tank capacity • Boom: 4” pickup hose, hydraulically powered in/out and up/down, boom cradle, 360 degree movement, 2 dielectric 3” suction wands, 33’ rubber suction hose • Trailer: 7,000 lbs. dexter torsion axles, 14,000 lbs.GVWR, 10,000 lbs. jack stand, I beam construction, Pintle hitch, electric brakes with safety breakaway, LT235/85R16 tires, Stop/tail/turn lights FSA23-EQU21.0: Heavy Equipment Item Group Specifications 24 Excavator: Wheeled Hydraulic Excavator - 42,000 lbs. Operating Weight In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight- 42,000 lbs. • Engine: Turbocharged diesel engine 140 hp, spin on type filters, two stage air cleaner • Travel System: Travel speed of 21 mph • Hydraulic System: Standard auxiliary hydraulic valve, hydraulic system flow 99 gpm minimum • Wheel Drive: Wheelbase 8’ minimum, tire size 10:00x20, ground clearance 13” minimum, gradeability 61 percent • Operating Station: Cab to be air conditioned, heated, and pressurized filtration system, intermittent windshield wipers, opening front windshield, vibration dampening cab mounts, adjustable suspension type operator seat with safety belt, tinted safety glass, engine monitoring system with audible alarms, work lights, stop/tail/turn and emergency flashers • Stick, Boom, Bucket: Boom and stick combination to allow minimum reach at ground level of 30’ minimum, bucket to be a general purpose bucket, appropriately sized for machine and included • Swing System: Swing radius 7’ approximate, swing speed 9.5 rpm minimum • Miscellaneous: Fuel capacity of 77 gal minimum • Blade/Outriggers: Front blade with 8’ minimum, rear outriggers FLO FSA23-EQU21.0: Heavy Equipment Item Group Specifications 25 Forklift: Cushion Tire - 4,000 lbs. Capacity In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 50 hp LP gas engine • Transmission: Powershift type, inching pedal, 1 speed forward, 1 speed reverse • Hydraulic System: 19.0 gpm at 2250 psi • Chassis: Wheelbase- 46", tread width- 33" (with standard tires), ground clearance at lowest point- 3" • Tire size: Front- 18.0 x 7 x 12 cushion tire, rear- 14.0 x 5 x 10 cushion tire, steering radius- 72" • Brakes: Hydraulic service brakes, mechanical parking brake • Lift: Two stage lift mast, Lift height minimum - 130", Lift capacity- 4,000 lbs., fork spacing- 7" to 32" minimum, tilt- 5 degrees forward, 10 degrees backward • Miscellaneous: FOPS protection, work lights, seat belts FSA23-EQU21.0: Heavy Equipment Item Group Specifications 26 Forklift: Rough Terrain Forklift - 5,000 lbs. Minimum Capacity In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Lift Capacity: 5,000 lbs. minimum capacity • Lift Height: Minimum of 14’ • Weight: 12,800 lbs. • Front Tire Track Width: 80” • Turning Radius: 13’ • Engine: 70 hp diesel, 24 gal fuel tank • Transmission: Fwd/rev shuttle shift, 4WD • Tires: Front 16.9-24, rear 12-16.5 lug type tires • Mast: 3 stage, side shift, fwd/backward tilt, load cushioning • Operator Station: Adjustable seat, seat belt, FOP overhead guard, b/u alarm , ANSI safety compliant FSA23-EQU21.0: Heavy Equipment Item Group Specifications 27 Forklift: Telescopic Tool Carrier/Telehandler In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Approximate Dimensions: Length- 196”, width- 90”, height w/cab- 93”, wheelbase- 113”, weight: 17,155 lbs. • Engine: Diesel Tier 4 100 hp, Turbocharged, heavy duty cooling system • Powertrain: Hydrostatic drive, 2 travel speeds low speed 3.0 mph, high speed 18 mph, all wheel drive, 3 steering modes- all wheel, crab, and front wheel, industrial lug type tires • Comfort, Convenience And Safety: Certified ROPS cab with air conditioning and heat, suspension seat w/ seat belt, work lights, safety lights, and warning beacon, attachment controls in cab, engine gauge instrumentation • Hydraulic System: Lift capacity 7,700 lbs., max lift 22’, boom breakout force- 8,000 lbs. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 28 Generator: 60kW Stationary In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Generator Requirements: Standby duty rated equal to the kW rating of the item group bid, 60kW, 75 kVA, 0.8 power factor, 480 volts 3 phase, 60 Hz, 1,800 rpm, directly connected to the engine flywheel housing with flex coupling, generator shall meet performance class G3 of IEC, unit shall be in compliance with and be UL 2200 labeled • Engine: Water cooled diesel engine, sized for generator set, emission compliant engine • Controls: Solid state, microprocessor-based generator controls, controls shall provide all operating, monitoring and control functions for generator set • Enclosure/Silencer: Complete diesel engine generator set including control panel, engine starting batteries shall be enclosed in a factory assembled water protective, sound attenuated enclosure, critical grade silencer, companion flanges, flexible stainless-steel exhaust • Fuel Tank: Double wall sub-base tank integral to enclosure, 24-hour capacity at 100% at full load, rupture basin with 110% capacity, locking fuel caps, mechanical fuel level gauge, low fuel level alarm contact, fuel tank rupture alarm contact, must meet UL 142, must meet FDEP standards as applicable • Battery Charger: Current limiting battery charger to automatically charge batteries, charger shall be dual charge rate with automatic switching to boost rate when required, charger shall be mounted on genset package • Startup And Testing: Vendor must coordinate all startup and testing activities with the engineer and owner, after installation is completed by others and normal power is available, the vendor must perform a one (1) day startup including the use of building load, the startup technician will instruct all necessary personnel how to operate and maintain the equipment in accordance to the manufacturer`s requirements • Conditions: In addition to equipment specified, each generator shall be equipped with all standard equipment as specified by the manufacture for this model and shall include but not be limited to the following necessary items- initial filling of oil and antifreeze (fuel provided by others), shrink wrap applied to the product to ensure a clean finish, during the startup, the technician shall record the following information and provide to the owner for his records- record Operating Voltage, Hz, Ph, and connected load (Amperage), package information consisting of make of generator, model, serial number of complete package, and startup date, record engine and generator serial numbers, one complete set of operation and maintenance manuals, two (2) year or 1500-hour standard standby generator warranty, labor, materials, and travel for the warranty period repair will be paid by manufacturer during normal business hours FSA23-EQU21.0: Heavy Equipment Item Group Specifications 29 Generator: 125kW Stationary In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Generator Requirements: Standby duty rated at 125.0 kW, 156.3 kVA, 8 power factor, 480 volts, 3 phase, 60 Hz, 1,800 rpm, directly connected to the engine flywheel housing with flex coupling, generator shall meet performance class G3 of IEC, unit shall be in compliance with and be UL 2200 labeled • Engine: Water cooled diesel engine, sized for generator set, emission compliant engine • Controls: Solid state, microprocessor-based generator controls, controls shall provide all operating, monitoring and control functions for generator set • Enclosure/Silencer: Complete diesel engine generator set including control panel, engine starting batteries and fuel oil tank shall be enclosed in a factory assembled water protective, sound attenuated enclosure, critical grade silencer, companion flanges, flexible stainless-steel exhaust • Fuel Tank: Double wall sub-base tank integral to enclosure, 24-hour capacity at 100% at full load, rupture basin with 110% capacity, locking fuel caps, mechanical fuel level gauge, low fuel level alarm contact, fuel tank rupture alarm contact, must meet UL 142 and FDEP standards • Battery Charger: Current limiting battery charger to automatically charge batteries, charger shall be dual charge rate with automatic switching to boost rate when required, charger shall be mounted on genset package • Startup And Testing: Vendor must coordinate all startup and testing activities with the engineer and owner, after installation is completed by others and normal power is available, the vendor must perform a one (1) day startup including the use of building load, the startup technician will instruct all necessary personnel how to operate and maintain the equipment in accordance to the manufacturer’s requirements • Conditions: In addition to equipment specified, each generator shall be equipped with all standard equipment as specified by the manufacture for this model and shall include but not be limited to the following necessary items- initial filling of oil and antifreeze (fuel provided by others), shrink wrap applied to the product to ensure a clean finish, during the startup, the technician shall record the following information and provide to the owner for his records- record Operating Voltage, Hz, Ph, and connected load (Amperage), package information consisting of make of generator, model, serial number of complete package, and startup date, record engine and generator serial numbers, one complete set of operation and maintenance manuals, two (2) year or 1,500-hour standard standby generator warranty, labor, materials, and travel for the warranty period repair will be paid by manufacturer during normal business hours FSA23-EQU21.0: Heavy Equipment Item Group Specifications 30 Generator: 150kW Mobile In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Generator Requirements: Standby duty rated at 150 kWe, 187 kVA, 8 power factor, prime power duty rating 135 kWe, 168 kVA, 0.8 power factor, main breaker shall be equipped with shunt trip, generator end shall be direct coupled to the engine flywheel with a flexible coupling, generator shall meet performance class G3 of IEC, jacket water heater • Engine: 6-cylinder, water cooled, 1,800 rpm, diesel engine, current emission compliant diesel engine, spin on fuel and oil filters • Voltage Change Over Switch & Distribution: Manual 3-position voltage change over switch to select each voltage as specified when the unit is not running, 1 Ph 120/240, 3 Ph 120/240, 3 Ph 120/208, and 3 Ph 277/480, a five-point connection shall be provided for ease of connection of load leads, one 50 amp, 120/240 vac, 1 Ph, twist lock receptacle, one 30 amp, 120/240 vac, 1 Ph, RV type receptacle, two 20 amp, 120/240vac, 1 Ph, duplex receptacle, two 20 amp, 120/240 vac, 1Ph, duplex GFI receptacle, each receptacle shall be protected by a individual circuit breaker, a receptacle shall be provided to power both the jacket water heater and on-board battery charger, two thumb screw type connection points shall be provided for remote auto start. • Controls: Solid state, microprocessor-based generator controls, controls shall provide all operating, monitoring and control functions for the generator set, controls shall provide for auto start/stop functions, a emergency stop push button will be installed, a voltage adjustment shall be provided in the panel to adjust voltage in all voltage positions, a switch shall be provided in the panel to turn all power off in the panel if not being used • Enclosure: Complete diesel engine generator set including control panel, engine starting batteries and fuel tank shall be enclosed in a factory assembled weather protective, sound attenuated enclosure, the sound attenuated enclosure noise level is not to exceed 73-75 dba @ 21’, oil and water drain lines shall be provided and extend to the enclosure wall with valves for easy service, critical grade silencer, companion flanges, flexible exhaust-flex, keyed alike lockable doors • Startup & Commissioning: One (1) day startup including operational test of equipment showing proper connection of cables with safety issues performed by a factory trained technician, the startup technician will instruct personnel how to operate and maintain the equipment in accordance with the manufacturer’s requirements • Conditions: In addition to equipment specified, each generator shall be equipped with all standard equipment as specified by the manufacturer for this model and shall include but not be limited to the following items- all product shall be new and of current design, initial filling of oil and antifreeze (diesel fuel by others), during startup, the technician shall record the FSA23-EQU21.0: Heavy Equipment Item Group Specifications 31 following information and provide to owner for his records- Operating Voltage, Hz, Ph, and connected load (Amperage) [if any], package information consisting of make of generator, model, serial number of complete package, and startup date, written information consisting of make, model, serial number, and startup date, record engine and generator serial numbers, one complete set of operation and maintenance manuals, two (2) year or 1500-hour standard mobile generator warranty will apply, generator to be transported to authorized servicing dealer for warranty repair during normal business hours • Trailer: The trailer must have a VIN and a certificate of origin FSA23-EQU21.0: Heavy Equipment Item Group Specifications 32 Generator: 500kW Mobile In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Generator Requirements: Standby duty rated at 500 kW, 625 kVA, 0.8 power factor, prime power duty rating 450 kWe, 563 kVA, 0.8 power factor, main breaker shall be equipped with shunt trip, generator end shall be direct coupled to the engine flywheel with a flexible coupling, generator shall meet performance class G3 of IEC, jacket water heater with service valves to ensure coolant does not need to be drained if heater needs service • Engine: 6-cylinder, water cooled, 1800 rpm, diesel engine, current emission compliant diesel engine, spin on fuel and oil filters, 120 vac, 1 Ph, 60 Hz input 10 amp, 24 vdc, output automatic battery charger, standard 4D lead acid batteries with battery rack and cables • Voltage Change Over Switch And Distribution: Manual 2 position voltage change over switch to select each voltage as specified when the unit is not running 3 Ph 120/208, and 3 Ph 277/480, load leads shall be attached to the generator using two (2) forms and shall be rated for 2000 amps, generator will be equipped with both, five (5) compression lugs per phase rated for 400 amps each, 20 amp, 120 vac, 1 Ph, male receptacle shall be provided to power the jacket water heater, a 20 amp, 120 vac, 1 Ph, male receptacle shall be provided to power the battery charger, two thumb screw type connection points shall be provided for remote auto start • Controls: Solid state, microprocessor-based generator controls, controls shall provide all operating, monitoring and control functions for the generator set, controls shall provide for auto start/stop functions, an emergency stop push button will be installed, a voltage adjustment shall be provided in the panel to adjust voltage in all voltage positions, a switch shall be provided in the panel to turn all power off in the panel if not being used, a front face mounted circuit breaker shall be provided to protect the panel from any D.C. spikes • Enclosure: Complete diesel engine generator set including control panel, engine starting batteries and fuel tank shall be enclosed in a factory assembled weather protective, sound attenuated enclosure, the sound attenuated enclosure noise level is not to exceed 80 dba @ 21’, enclosure shall be constructed from aluminum, preferably out of .125 thickness and 5,058 marine grade aluminum, oil and water drain lines shall be provided and extend to the enclosure wall with brass ball valves for easy service, critical grade silencer (25 db reduction), companion flanges, flexible exhaust-flex, keyed-alike lockable doors • In Base Fuel Tank Trailer: Trailer shall be DOT approved with proper serial number data plate indicating weight capacity minimum of 20,000 lbs., trailer will have dual axles with torque springs to reduce overall height of package, standard 7 pin vehicle wiring connector to be supplied, trailer will have two rear level jacks with sand shoes and front leveling jack, trailer will have hydraulic brakes, trailer will have all necessary safety equipment to include, but not FSA23-EQU21.0: Heavy Equipment Item Group Specifications 33 be limited to, an adjustable and removable pintle hitch, 36” safety chains, fenders, lights per DOT, and break away cable, tires will be minimum load range type "D" (8 ply rating) with matching steel rims, rims are to be finish painted, minimum 8-hour capacity at 75% load rating to determine single wall tank size, a mechanical fuel gauge will be provided, locking fuel cap, low fuel level alarm, all necessary vents and caps will be provided along with suction, return, and drain points • Battery Charger: Battery will be installed in holding container with battery cables, current limiting battery charger to automatically charge batteries, charger shall be dual charge rate with automatic switching to boost rate when required, charger mounted inside generator set package, fully charged battery will be provided at time of delivery and startup, 120-volt shore power connector for battery charger • Startup And Commissioning: One (1) day startup including operational test of equipment showing proper connection of cables with safety issues performed by a factory trained technician, the startup technician will instruct personnel how to operate and maintain the equipment in accordance with the manufacturer`s requirements • Conditions: In addition to equipment specified, each generator shall be equipped with all standard equipment as specified by the manufacturer for this model and shall include, but not be limited to, the following items- all product shall be new and of current design, initial filling of oil and antifreeze (diesel fuel by others), during startup, the technician shall record the following information and provide to owner for his records- Operating Voltage, Hz, Ph, and connected load (Amperage-if any), written Information consisting of make, model, serial number, and startup date, record engine and generator serial numbers, one complete set of operation and maintenance manuals, two (2) years or 1,000 hours standard mobile generator warranty will apply, whichever occurs first, generator to be transported to authorized servicing dealer for warranty repair during normal business hours • Trailer: The trailer must have a VIN and a certificate of origin FSA23-EQU21.0: Heavy Equipment Item Group Specifications 34 Generator: 500kW Stationary In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Generator Requirements: Standby duty rated at 500 kW, 625 kVA, 0.8 power factor, 480 volts, voltage options are- 120/240, 120/208 or 277/480 3 Ph, directly connected to the engine flywheel housing with a flex coupling, generator shall meet performance class G3 of IEC, unit shall be compliance with UL 2200 specifications • Engine: 6-cylinder, water cooled, 1800rpm, diesel engine, emission compliant engine to stationary standby regulations. • Controls: Solid state, microprocessor-based generator controls, controls shall provide all operating, monitoring and control functions for the generator set, control panel is NFPA110 compliant • Enclosure/Silencer: Complete diesel engine generator set including control panel, engine starting batteries and fuel oil tank shall be enclosed in a factory assembled weather protective, sound attenuated enclosure with oil and water drain lines, enclosure shall be constructed from aluminum, preferably out of .125 thickness and 5,058 marine grade aluminum, critical grade silencer (25DB Reduction), companion flanges, flexible stainless-steel exhausts flex • Fuel Tanks: Double wall sub-base diesel fuel tank shall be integral to the enclosure, 24-hour capacity at 75% load rating, rupture basin will be of 110% capacity, locking fuel caps, all necessary vents and caps will be provided, mechanical fuel level gauge, low fuel level alarm contact, fuel tank rupture basin alarm contact, must meet UL 142 and FDEP standards • Battery Charger: Current limiting battery charger to automatically charge batteries, charger shall be dual charge rate with automatic switching to boost rate when required, charger shall be mounted on genset package. • Startup And Commissioning: Vendor must coordinate all startup and testing activities with the engineer and owner, after installation has been completed, approved by the local electrical inspector, and normal power is available, the vendor will perform a one (1) day startup including the use of building load, the startup technician will instruct all necessary personnel how to operate and maintain the equipment in accordance to the manufacturer’s requirements • Conditions: In addition to equipment specified, each generator shall be equipped with all standard equipment as specified by the manufacture for this model and shall include but not be limited to the following necessary items- initial filling of oil and antifreeze, shrink wrap applied to the product to ensure a clean finish, during the startup, the technician shall record the following information and provide to the owner for his records- record operating voltage, Hz, Ph, and connected load (Amperage), package information consisting of make, model, serial number, and startup date, record engine and generator serial numbers, one complete set of FSA23-EQU21.0: Heavy Equipment Item Group Specifications 35 operation and maintenance manuals, two (2) years or 1,500 hours standard standby generator warranty, whichever occurs first, labor, materials, and travel for the warranty period repair will be paid by manufacturer during normal business hours FSA23-EQU21.0: Heavy Equipment Item Group Specifications 36 Horizontal Directional Drill In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Width: 89” • Heighth: 76” • Weight: 20,700 lbs. • Lenghth: 20’ • Engine: 125 hp, liquid cooled diesel, meeting current emission level, 44 gal fuel capacity • Operational: Thrust/pullback 28,000 lbs., carriage speed 240 fpm, spindle torque 4200’ lbs., rotational speed 270 rpm, bore diameter 4”, ground speed 3.0 mph, drill rack angle 14-21 degrees • Controls: Touchscreen guidance display • Drill System: Hydraulic vise, stakedown system , strike alert, remote lockout, work lights • Drill Pipe: Rod diameter- 2.38”, length- 10’, weight- 73 lbs., bend radius- 108’ • Color: Manufacturers standard color • Fluid System: Mixing FSA23-EQU21.0: Heavy Equipment Item Group Specifications 37 Leaf Collector: Trailer Mounted In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Motor: 74 hp diesel engine, liquid cooled, current level emission compliant, 50 gal fuel capacity • Fan: 27” fan, direct drive • Pickup Hose: 16” diameter, 3 function hydraulically controlled arm, safety interlock • Collection Body: 30 cubic yd. capacity w/ tailgate, scissor hoist, hydraulic dump • Ride On Operator Station: All machine controls to be located at operator station, seat belt, emergency shutdown • Dust Control: Dust control system, pump, 3 nozzles , 90 gal water tank • Trailer: Frame, axles, tires, electric brakes will be sized for GVWR of unit, DOT compliant marking and lighting, pintle hitch, yellow flashers, tongue jack • Color: Manufacturers standard color FSA23-EQU21.0: Heavy Equipment Item Group Specifications 38 Lift: Scissor Lift - Self Propelled In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions (approximate): 64" x 29" platform, 36" extension deck, 25’ working height (raised), 18’ platform height (raised), lift capacity 500 lbs. • Power: 24 volt, 4-6 volt batteries, on board charging system, dual front wheel drive • Brakes: 2 or 4 wheel brakes • Platform: Fixed rails, 36" extension deck, AC power to platform, lanyard attachment points • Safety: Manual platform lowering, emergency stop on platform and ground control, descent alarm, hour meter, horn, pothole guards, on board diagnostic system, tilt lever sensor with alarm, scissor maintenance prop FSA23-EQU21.0: Heavy Equipment Item Group Specifications 39 Light Tower: Hybrid Light Tower In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions (approximate): length- 174”, width- solar panels retracted 69”, height- 72”, mast deployed height- 30’, weight- 1,850 lbs. • Generator: Perkins 403.F.11-10 kW Tier 4, 2 20A/120 v receptacles, electric start 12-30 gal fuel tank, auto mode- automatic start for low battery hybrid systems automatically switches between solar battery, generator, or standard household current • Trailer: Axle 2000 lbs., 13in” wheels, hitch 3 position adjustable ball, stabilizers- 2 extendable outriggers, 1 trailer jack, top mounted fork pockets and single lifting eye, powder coated DOT rated trailer with lights, trailer weight- 1,850 lbs. • Mast: 30’ extendable mast in 3 stages wind stability to 40 mph rotates 90 degrees • Lights: 4 quick connect 320 watt each, LED lights, dimmer control, instant on/off, 365 day programmable timer for lights, on/off, lens patter spread of 150 degrees, meets DOT anti- glare regulations • Solar Panels: 5 100 watt panels, operating temperature- 40c to 46c 7 • Batteries: 4 deep cycle batteries, optional lithium cells, 12 volt, 220 amp hours FSA23-EQU21.0: Heavy Equipment Item Group Specifications 40 Light Tower: Light Tower - Trailer Mounted In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions (Approximate): Length- 170”, width- 51”, height- 74”, mast deployed height- 30’, weight- 1,610 lbs. • Engine: 3-cylinder diesel engine, 12 hp at 1800 rpm, engine protection shutdown system • Generator: Wattage output 7,000 watt max, 6000 watt continuous, brushless type, 120/240 volts at 60 hz /- 6% regulated, amps at 120/240v 50/25, insulation class • FUEL TANK: 30 gal capacity, run time (approx.) 64 hours • Trailer: Axle 1,800 lbs., 13” tire size, hitch 2” ball, leaf spring suspension, tongue jack, 4 outrigger jacks • Control Panel: Individual breakers for lights, hour meter, cabinet lights, external receptacles- 1-30 amp 120/240 volt, twist lock, 1 GFC1, 15 amp 120 volt • Mast: 32’ extendable mast, 4 each metal halide light heads, 440,000 lumens,360-degree mast rotation, fold down for transport, winch for mast extension FSA23-EQU21.0: Heavy Equipment Item Group Specifications 41 Loader: Loader Backhoe - 4x4 In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Minimum 87 hp diesel engine, dry type, radial seal air cleaner and pre-cleaner unit, spin on type engine oil filter • Transmission: 4-speed power shift or power shuttle transmission • Operator Environment: OSHA approved ROPS canopy shall be integral, two front and two rear work and driving lights Stop and turn signals with flashing hazard lamps Instrument panel with a complete set of gauges or an electronic monitoring device Standard horn and audible back- up alarm • Brakes: Brakes shall be oil immersed, hydraulically actuated, multiple disc on final drive input shaft Brakes shall be completely enclosed and sealed, fully self-adjusting • Loader (Single Tilt Cylinder): Loader shall be equipped with a return to dig mechanism, loader shall have positive down pressure sufficient to lift the tractor front end off level ground, loader bucket SAE heaped capacity of minimum 1.3 yd. with replaceable bolt on edge • Backhoe: Fixed length dipper stick digging depth approximately 14’, reach from swing center, approximately 18’, dump height, approximately 11’ 3”, digging force approximately 8,000 lbs., bucket dig force, approximately 11,990 lbs., 24” general purpose bucket with replaceable teeth FSA23-EQU21.0: Heavy Equipment Item Group Specifications 42 Loader: Skid Steer - 1,850 lbs. Operating Capacity - Wheeled Type In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Minimum 3-cylinder 56 hp diesel • Transmission: Hydrostatic drive forward, reverse, travel speed controlled by two hand levers • Engine Equipment: Spin on type filters, dry type air filter • Operator Environment: OSHA approved ROPS canopy shall be integral, front and rear work lights, hazard lights, engine monitoring system or gauges, with audible alarm, tires 10x16.5 extra walls, horn and backup alarm • Brakes: Parking brake, hydrostatic main braking • Loader: Front auxiliary hydraulics, foot or hand controls for bucket, minimum 62” wide construction bucket, operating capacity 1,800 lbs. minimum FSA23-EQU21.0: Heavy Equipment Item Group Specifications 43 Loader: Skid Steer - 2,800 lbs. Operating Capacity - Wheeled Type In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Minimum 3-cylinder 83 hp diesel • Transmission: Hydrostatic drive forward, reverse, travel speed controlled by two hand levers • Engine Equipment: Spin on type filters, dry type air filters • Operator Environment: OSHA approved ROPS canopy shall be integral, front and rear work lights, hazard lights, engine monitoring system or gauges, with audible alarm, horn and backup alarm, tires 14x17.5 extra wall • Brakes: Parking brake, hydrostatic braking • Loader: Front auxiliary hydraulics, foot or hand controls for bucket, minimum 84” wide construction bucket FSA23-EQU21.0: Heavy Equipment Item Group Specifications 44 Loader: Skid Steer - 3,100 lbs. Operating Capacity - Tracked Type In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Minimum 3-cylinder 74 hp diesel, spin on type filters, dry type air filters • Transmission: Hydrostatic drive, forward, reverse, travel speed controlled by two hand levers • Operator Environment: OSHA approved ROPS canopy shall be integral, front and rear work lights, hazard lights, engine monitoring system or gauges, with audible alarm, horn and backup alarm • Brakes: Parking brake, hydrostatic braking • Bucket: Minimum 66” construction bucket, bolt on, replaceable cutting edge for bucket, operating capacity 3,100 lbs. minimum FSA23-EQU21.0: Heavy Equipment Item Group Specifications 45 Loader: Wheel Loader - 1.5 cubic yd. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine/Cab:, 6-cylinder diesel engine, liquid cooled, minimum 77 hp, ROPS cab with air conditioning and heat • Transmission: Power shift transmission with torque converter or hydrostatic drive, minimum of 4 forward and 3 reverse speeds • Drivetrain: Four wheel drive, 15.5-25 bias ply tires mounted on multi piece rims • Loader: 1.5 cubic yd. general purpose bucket with bolt on cutting edge, bucket position indicator, automatic return to dig, rear drawbar, gauges and indicators- visual hydraulic oil level indicator, electronic monitor display of all fluid levels and temperatures, deluxe suspension seat with foam padding and backrest, articulated steering, clearance circle 34’ .02”, wheelbase of at least 7’, minimum operating weight of 12,727 lbs. • Electrical: Manual battery disconnect switch, driving lights, front and rear work lights, stop lights, warning lights and taillights FSA23-EQU21.0: Heavy Equipment Item Group Specifications 46 Loader: Wheel Loader - 3.0 cubic yd. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine/Cab: 6-cylinder diesel engine, liquid cooled, minimum 140 hp, ROPS cab with air conditioning and heat • Transmission: Power shift transmission with torque converter or hydrostatic drive, minimum of 4 forward and 3 reverse speeds • Drivetrain: Four wheel drive, 20.5-25 radial tires mounted on multi piece rims • Loader: 3.0 cubic yd. general purpose bucket with bolt on cutting edge, bucket position indicator, automatic return to dig, rear drawbar, gauges and indicators- visual hydraulic oil level indicator, electronic monitor display of all fluid levels and temperatures; deluxe suspension seat with foam padding and backrest, articulated steering, 40 degrees minimum each direction, wheelbase of at 9’ 4” minimum, minimum operating weight of 26,000 lbs. • Electrical: Manual battery disconnect switch, driving lights, front and rear work lights, stop lights, warning lights and taillights FSA23-EQU21.0: Heavy Equipment Item Group Specifications 47 Loader: Wheel Loader - 5.75 cubic yd. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine/Cab:, 6-cylinder diesel engine, liquid cooled, minimum 280 hp, ROPS Cab with air conditioning and heat • Transmission: Power shift transmission with torque converter or hydrostatic drive, minimum of 4 forward and 3 reverse speeds • Drivetrain: Four wheel drive, manufacturer’s standard axle, 26.5-R25 radial tires mounted on multi piece rims • Loader: 5.75 cubic yd. general purpose bucket with bolt on cutting edge, bucket position indicator, automatic return to dig, rear drawbar, gauges and indicators- visual hydraulic oil level indicator, electronic monitor display of all fluid levels and temperatures, deluxe suspension seat with foam padding and backrest, articulated steering, 40 degrees minimum each direction, wheelbase of 11’ 4” minimum, minimum operating weight of 53,674 lbs. • Electrical: Manual battery disconnect switch, driving lights, front and rear work lights, stop lights, warning lights and tail lights FSA23-EQU21.0: Heavy Equipment Item Group Specifications 48 Low Speed Vehicle: Electric Type In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Classification: These vehicles are primarily used to transport people and limited cargo in the State of Florida on typical federal, state, county and city highways and roads that are posted for 35 mph or less and shall be designed to operate under typical environmental conditions, vehicles must conform to Federal Motor Vehicle Safety Standards, State of Florida Vehicle Safety Laws, regulations, specifications, standards, and requirements in effect as of the date of manufacture • Engine: 5.5 hp 4 kW electric motor, 48 volt lead acid batteries (8 batteries x 6v), 110v eagle on board charger, 50 miles per charge, max forward speed 25mph, digital speedometer and dashboard • Dimensions (approximate): Length- 96", height- 76", width- 48", wheel base- 66.9", ground clearance- 5", body- plastic body and fiberglass roof, DOT windshield with wiper • Comfort Items: 4 person seating with flip rear seat for cargo • Chassis/Steering/Suspension: 10’ turning radius, steel frame type chassis, 500lbs. GVW capacity • Tires And Wheels: 205/50-10 tires, 10" aluminum rims • Brakes: 4 wheel hydraulic, hand brake • Safety Items: 100% Electric with zero emissions, 12v headlights and indicators, voltmeter, turn signals, side and rear-view mirrors, reverse alarm, non-slip flooring, neutral switch when vehicle is standing still, horn FSA23-EQU21.0: Heavy Equipment Item Group Specifications 49 Motor Grader: Large In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Liquid cooled 6-cylinder diesel with minimum of 140 net hp @ 1900 rpm • Transmission: Power shift with direct drive, minimum 8 forward and 4 reverse speeds Brakes: Wet multiple disc • Steering & Articulation: Front steer plus articulated, minimum articulation 20 degrees • Moldboard: Minimum 12’ long • Operator Environment: Low profile cab, cloth adjustable seats, gauges including hour meter, fuel, articulation, engine coolant temperature • Tires: Minimum 13.0-24 10 PR 9” single piece rim FSA23-EQU21.0: Heavy Equipment Item Group Specifications 50 Motor Grader: Small In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions (approximate): Length- 21’, width- 7’, height with cab- 10’ 4”, weight- 15,200 lbs. • Engine: Diesel, turbocharged 110 hp, 39 gal fuel tank • Drive Train: Hydrostatic drive or power shift, 2-speed gear box • Brakes: Fail safe brake system • Steering/Articulation: 18 degree articulation left or right, front wheel lean • Moldboard/Blade: 10’ sliding/tilting moldboard, 10’ blade, circle side shift, scarifier- center mount, front mount or rear mount acceptable, adjustable turn table, blade float control • Operators Station: Enclosed cab, front and rear windshield wipers, suspension seat, air conditioned and heated cab, gauge package work lights FSA23-EQU21.0: Heavy Equipment Item Group Specifications 51 Mower: 15ft. Flex Wing Rotary Mower In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Deck: Mower shall be rotary, flex wing style, 10 gauge steel minimum, replaceable full-length skid shoes, shall be easy clean style • Blade Carrier & Blades: 7 gauge steel minimum, 1” thick cross bar weldment, “Stump Jumper” pan design, 2 free swinging updraft cutting blades ½” thick, heat treated alloy steel minimum, blades shall overlap a minimum of 6” for uniform cut, blade spindles shall be 1 ¼” diameter minimum • Wheels/Tires: 6 replaceable puncture resistant foam filled airplane tailwheels • Power Distribution: Main driveline shall be CAT 5, slip clutch protection shall be featured, gears shall be straight bevel with tapered roller bearings, a power divider shall have a rating of 190 hp minimum, center and wing gearboxes shall have a minimum rating of 190 hp • General Features: Mower shall attach to the rear of the tractor using a self-level-lift hitch, front and rear chain deflectors, tongue shall have a jack stand FSA23-EQU21.0: Heavy Equipment Item Group Specifications 52 Mower: Remote Controlled Brush Mower In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Approximate Dimensions: Length- 57”, width- 59”, height- 33”, weight- 990 lbs. • Engine: 24 hp 2-cylinder gas, pressurized oiling system, electric start w/ 16v, 16 a alternator 5 gal fuel capacity • Track Drive System: Two 48v electric motors, infinitely variable gear reduction transmissions, multi lug type tracks, neoprene rollers • Mower Deck: Twin spindle deck, 10 gage mower deck, blade bar 2x22” with 4 free swinging blades, electric clutch assembly w/ integral safety brake, mowing height range- 2 to 7” • Remote Control: Remote control to control mower functions- travel speed, cutting height, hours, radio signal strengt state of charge of remote control battery, and mower on/off, remote control working range 328’, max range 984’, auto stop feature for loss of radio signal, rechargeable lithium ion batteries • Safety: One touch emergency shut off switch FSA23-EQU21.0: Heavy Equipment Item Group Specifications 53 Mower: Electric Zero Turn Radius Mower In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Electric Power: 36 hp gas equivalent, electric power • Battery: 22 kWh battery w/ charger, 7 hours of mowing time • Deck: 60” deck, 1.5-5.5” height adjustment, side discharge • Wheels: 24x12 drive wheels, solid deck wheels • Operator Station: Suspension seat, all controls, ROPS bar • Mowing Speed: 11mph (approximate) FSA23-EQU21.0: Heavy Equipment Item Group Specifications 54 Mower: Zero Turn Radius Mower In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 25 hp gas engine, positive feed oil system with spin on filter, electric start • Drive Train/Axles: Spin on hydraulic filters • Deck: 60” heavy duty mower deck, 3 blade spindles, manual deck lift, 1” to 5” cutting height, deck engagement electric clutch • Wheels: Front wheels- 13x6-6 ribbed, minimum, Rear wheels- 24x11.5-12 turf • Comfort & Convenience: High back full suspension seat, ROPS bar • Approximate Machine Dimensions: Length- 82”, height- 72” with ROPS, width- 63” without chute FSA23-EQU21.0: Heavy Equipment Item Group Specifications 55 Pallet Jack: Electric 4,500 lbs. Capacity In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: 900 lbs. • Wheelbase: 51” • Turning Radius: 58” • Lift Capacity: 4,500 lbs. • Travel Speed: 3.7 mph • Turning Radius: 59” • Gradeability: 8% (loaded) • Drive: 1.3 kW drive AC motor, polyurethane drive wheels, electric brake, lift motor 1.2 kW • Battery System: 150 Ah battery, integrated on board charger • Controls: Tiller type control, multi-function control on tiller handle FSA23-EQU21.0: Heavy Equipment Item Group Specifications 56 Pipe Inspection: Battery Operated Pipe Crawler Inspection System Note: Due to the complexity of this type of equipment, it is suggested that the purchaser contact the vendor to ensure the item ordered is a complete, ready to work unit and is compatible with the end user’s software/hardware requirements and performance expectations. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Width: 6” • Height: 5.5” • Length: 28” • Weight: 65 lbs. • Depth Rating: 160’ • Pipe Range: 8” to 12” • Speed: 12m/min maximum • Pull Force: 130 lbs. • Sensors: Incline, roll, leak, pan/tilt, distance • Tether Reel: Motorized reel, 1,000’ tether capacity, 1,600 lbs. break strength • Battery Power: 19.2 VDC, 5 hour battery life, capable of optional hybrid power • Lighting: 900 LM • Controller: Weatherproof, splashproof, joystick type controls, battery powered • Camera: 360 degree pan, 1080p/2mp resolution, tilt 280 degrees, zoom 10x optical 120x digital, focus auto or manual, exposure auto or manual FSA23-EQU21.0: Heavy Equipment Item Group Specifications 57 Pump: Mobile Pump In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Design Requirements: Discharge size- 6”, suction size- 6”, capable of 1,750 gpm minimum, capable of 160’ Total Dynamic Head (TDH) minimum, Duty Point, maximum- 1,000 gpm minimum at 120’ Total Dynamic Head (TDH), solids handling capability size, minimum size- 3” • Engine: Diesel engine, appropriate to pump size at continuous duty, emission compliant engine, industrial grade exhaust muffler and rain cap, oil and coolant drain lines with ball valves, low water level shutdown switch, 12 VDC system with battery rack and cables, 50 gal minimum fuel tank with low fuel level alarm and shutdown • Pump: Check valve, self-priming system • Controls: Solid state, microprocessor-based pump controls, controls shall provide all operating, monitoring and control functions for the pump set, controller will also provide 2 fully programmable contacts for input and output signals accordingly, controller will provide remote start stop control with adjustable ramp (speed) time control, UL 508 R and CSA C22.2 No. 14 approved • Trailer: The manufacturer shall mount the diesel engine and pump unit with the above 50 gal subbase tank on a street legal DOT approved trailer, this trailer will be able to be rated for a safe travel at speeds of 60 mph and not be limited to the following specifications- trailer design shall be such that the county/city may easily remove the entire engine, fuel tank and pump from the trailer, 12 VDC electric system, lunette or military type towing ring with safety chains, single point lifting bar, license plate bracket, sand shoe type support stands front and rear, torque spring axles to meet load of trailer, the trailer must have a VIN and a certificate of origin • Startup And Commissionsing: Vendor must coordinate all startup and testing activities with the engineer/owner, after field delivery of the pump and trailer, an authorized factory representative shall perform the initial startup and field testing of the pump and trailer, if conditions permit, a site will be determined where connection will be made by the county/city to test the pump package, if a site cannot be prepared a standard operational test will be performed, at the same time the startup test is performed, the factory representative will provide all necessary operation, field maintenance and minor repair training as necessary, this will also include safety procedures and hazard assessment FSA23-EQU21.0: Heavy Equipment Item Group Specifications 58 Roadway Advisory Board: Mobile Message Board In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Display Panel: Minimum panel size 72”x48” • Expected Power: Solar and battery with battery charger, meets manufacturer requirements • Trailer: 2” minimum ball coupler, meets manufacturer and highway safety requirements FSA23-EQU21.0: Heavy Equipment Item Group Specifications 59 Roadway Advisory Board: Mobile Speed Board In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Display Panel: Amber or red LED, 12” minimum speed limit sign • Radar Speed Unit: Miles per hour, directional radar • Data Collection: Data and analysis software included • Expected Power: Solar and battery with battery charger, meets manufacturer requirements • Trailer: 2” minimum ball coupler, meets manufacturer and highway safety requirements FSA23-EQU21.0: Heavy Equipment Item Group Specifications 60 Roadway Advisory Board: Mobile Speed Board/Automatic Licence Plate Reader Note: Due to the complexity of this type of equipment, purchaser should research and verify the unit bid will meet their desired performance expectations and is compatible with their hardware/software requirements. It is recommended the vendor be contacted to assist with determining these factors prior to purchase. Unit bid will be ready to work with batteries, carrying cases, technical manuals, etc. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Power System: 3 AGM type batteries, integral 120v charger, 5 to 7 day runtime, solar panel • License Plate Reader: 2 cameras, tablet processer, software, automated hotlist alerting, plate search and vehicle filtering • Digital Speed Display: 12” digital display, configurable, flashing excessive speed message capability • Radar: Radar included • Posted Speed Limit Sign: Metal sign included • Connectivity: Cellular connectivity • Trailer: DOT approved trailer, all weather protection, maximum vandal protection FSA23-EQU21.0: Heavy Equipment Item Group Specifications 61 Roadway Advisory Board: Mobile Traffic Advisory/Directional Signal Board In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Display: 15 lamps minimum, 48”x96” panel size • Expected Power: Solar and battery with battery charger, meets manufacturer requirements • Trailer: 2” minimum ball coupler, meets manufacturer and highway safety requirements FSA23-EQU21.0: Heavy Equipment Item Group Specifications 62 Roller: Compaction Roller 30,000 lbs. - Single Drum In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight with open rops 15,200 lbs. • Drum/Vibratory System: Maximum compaction shall not be less than 30,000 lbs., drum shall have a compaction width of not less than 66”, drum shall be smooth and not be less than 48” in diameter, vibratory system shall be hydraulically driven and have two amplitude settings, drum shall be equipped with an adjustable cleaning device, drum and vibratory pack shall be isolated from the machine during normal operation • Engine/Cab: Turbocharged diesel engine, minimum 74 hp operator station shall be mounted to the frame with rubber mounts to further isolate the operation and controls from machine vibration during operation, gauges or warning indicators for fuel level, engine oil, hydraulic oil and coolant temperature with an alert sounding device activated whenever a warning indicator is illuminated, a backup alarm shall emit an audible alarm whenever the propel lever is moved into reverse • Travel System: A machine must be hydrostatic driven for the rear axle and the drum drive motor • Electrical System: 12 or 24 volt electric system, maintenance free battery suppling 750 cold cranking amps, wiring harness protected with nylon-braided wrap FSA23-EQU21.0: Heavy Equipment Item Group Specifications 63 Roller: Large 22,000 lbs. - Double Drum Roller - 70in. Width In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight 22,000 lbs. • Drum/Vibratory System: Drum compaction width on both drums no less than 70”, drum shall be smooth and not less than 48” in diameter, vibratory system shall be hydraulically driven, drum shall be equipped with scrapers both front and rear of both drums, drum shall be hydraulically driven and have two (2) amplitude settings • Engine: Diesel engine of not less than 100 hp, reverse alarm for reverse operations • Travel System: The machine shall be hydrostatically driven, steering shall be center articulated and oscillated • Miscellaneous: Unit shall be equipped with pressurized water for both drums, electrical system shall be 12 or 24 volt FSA23-EQU21.0: Heavy Equipment Item Group Specifications 64 Roller: Small 5,400 lbs. - Double Drum Roller - 47in. Width In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight 5,423 lbs. • Drum/Vibratory System: Drum compactor width on both drums no less than 47”, drum shall be smooth and not less than 27.5” in diameter, vibratory system shall be hydraulically driven, drum shall be equipped with scrapers both front and rear of both drums, drum shall be hydraulically driven and have two amplitude settings • Engine: Diesel engine of not less than 25 hp, reverse alarm for reverse operations • Travel System: The machine shall be hydrostatically driven, steering shall be centered articulated and oscillated • Miscellaneous: Unit shall be equipped with a pressurized water system for both drums, electrical system shall be 12 or 24 Volt FSA23-EQU21.0: Heavy Equipment Item Group Specifications 65 Sewer Cleaner: Combination Sewer Cleaning/Vacuum Machine Body - 10 cubic yd. Note: Incomplete unit. This is a bid award on a combination sewer cleaning/vacuum unit to be mounted on an appropriately sized cab & chassis truck. Agencies purchasing this unit will need to provide a cab & chassis truck of appropriate size, GVW, and options necessary to have the selected combination sewer cleaner/vacuuming unit mounted on or have the truck provider assist in ordering the correctly outfitted truck. All items factory installed unless otherwise noted. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Air/Vacuum System: Positive displacement vacuum pump or centrifugal compressor, 3,500 CFM @ 14.5” of mercury minimum, muffler, vacuum relief valves, centrifugal separator with clean out, PTO or hydrostatic drive • Debris Tank: 10 cubic yd. capacity, 45 degree hydraulic dump, top hinged, hydraulic door locks, sight glass or indicator, drain valve with hose, check ball system or vacuum breaker • Boom Assembly: 270 degree boom working area, hydraulic up/down, clean out port, transport cradle, 8” boom hose, pendant control • Water Pump: 2,500 psi, 80 gpm, pressure relief valve, wash down gun with relief valve • Water Tank: 1,000 gal capacity, curb side fill, level indicators • Hose Reel: 800’ of 1” hose capacity, 400’ of 1”, 2,500 psi hose supplied, power in/out, reel speed control system, position lock system, engine and hose reel controls, level wind • Drive System: Hydrostatic transfer case, split PTO, or auxiliary engine or transfer case FSA23-EQU21.0: Heavy Equipment Item Group Specifications 66 Sewer Cleaner: Trailer Mounted Sewer Cleaner In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 60 hp diesel engine, water cooled, engine enclosure, 15 gal fuel tank • High Pressure Water Pump: 4,000 psi at 18 gpm, pressure relief valve, triplex type pump, low water shutdown, multi-flow type system (pressure change without changes to engine rpm) • Controls: Located next to hose reel, ignition, throttle, gauge package (tachometer, hour meter, oil pressure, volts, and low oil/high temp shutdown), water control valve • Water Tank: 700 gal capacity, high density polyethylene with baffles, sight gauge 2 ½” overhead tank fill, anti siphon, air gap type, strainer, tank drain • Hose Reel: 800’ capacity of ½” high pressure sewer hose, hydraulic power in and out • Hose Reel Drive Hydraulic System: Hydraulic pump 8 gpm, 15 gal hydraulic reservoir, spin on type hydraulic filter • Trailer: 12,000 lbs. GVW, 6”x3/16” frame, tandem axle 2 5/16” hitch, tongue jack, 235/80 r 16” tires, fenders, breakaway switch, lighting as required by Federal and State laws, reflective striping, toolbox with locking system, LED directional arrowstick, warning beacon (tank mounted) • Equipment Furnished: 500’ of ½” high pressure sewer hose, 100’ of ¼” hose and nozzle for small pipe, washdown gun and 25’ of hose with quick disconnects, tiger tail hose protector, nozzles to be furnished, 15 degree, 35 degree, chisel point, grenade flushing type, skid assembly, and rotator nozzle FSA23-EQU21.0: Heavy Equipment Item Group Specifications 67 Shop Tools & Equipment Due to the complexity of this type of equipment, there are no base unit specifications. Purchaser should research and verify the model offered will meet their desired performance expectations. It is recommended the vendor be contacted to assist with determining needs, prior to purchase. Units bid must be ready to work, with all necessary components and user manuals. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 68 Shredder: Mobile Shredder In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Approximate Dimensions: Weight- 27,000 kg, length-15 740mm, width- 2 520mm, material feeding height- 3 395mm, belt discharge height- 4 030mm • Engine: Diesel, 540 hp @ 2100 rpm, Turbocharged w/ intercooler, 750 li fuel tank • Powertrain: Hydro-static drive w/ auto speed control, variable displacement drive motors, axial piston pumps, variable displacement • Rotor: Rotor diameter 920mm, rotor 30 max rpm, rotor shredding length 3,000 mm, rotor knives 33, reversible type, counter knives 23, adjustable rotor screen • Controls: Gauge package, w/ engine protection shutdown, shredder control unit to protect from overloading, overheating and damage of the powertrain • Conveyor: Hydraulic driven conveyor, raised and lowered by hydraulics • Trailer: Trailer to be constructed and sized for the installed unit, and will meet all local, state, and federal laws for use on highway, hydraulic support legs FSA23-EQU21.0: Heavy Equipment Item Group Specifications 69 Solid Waste Material Handler: Wheeled Type In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Tier IV final diesel engine, 132 hp, spin on filters, two stage air cleaner • Weight: Minimum operating weight 48,000 lbs. • Travel System: 2 speeds- 0-3.0 mph/0-12.0 mph • Hydraulic System: Main hydraulic system flow 80 gpm • Undercarriage: Two axles with all wheel drive, 8- 10:00x20 solid tires • Operating Station: Cab to be climate controlled with pressurized filtration, hydraulic elevating cab, sliding door window and tilt out front window, tinted windows with safety glass, adjustable suspension seat with safety belt and seat heater, catwalk with handrail, fire extinguisher, rear view and right view camera system, halogen work lights on roof cap • Working Equipment: Purpose built material handling boom and stick, safety check valves on boom and stick cylinders FSA23-EQU21.0: Heavy Equipment Item Group Specifications 70 Stump Cutter In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 35 hp gasoline engine, 6 gal fuel tank, positive feed oil system with spin on filter, heavy duty air filter, 12 volt starting/charging system • Ground Drive: Hydraulic ground drive, 2-speed travel, hydraulic brake system, hydraulic steering system, hydraulic system spin on filter, 4 gal hydraulic reservoir • Cutter Drive: Electric drive clutch, adjustable V belt drive • Cutter Wheel: 17” diameter, 16 dual cutting edge teeth, teeth pocket mounted, cutter wheel guard • Controls: Hour meter, low-oil shutdown, boom swing left and right, boom up and down, travel forward and reverse, steering, operator presence shutdown • Approximate Dimensions: Weight- 1,320 lbs., length- 110”, width- 49”, height- 53” • Cutting Dimensions: Above ground- 24”, below ground- 15” FSA23-EQU21.0: Heavy Equipment Item Group Specifications 71 Sweeper: 3-Wheel Mechanical or Regenerative Air Sweeper In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 4-cylinder diesel engine, 74 hp minimum, 120 amp alternator, fuel water separator, 30 gal fuel tank capacity • Transmission: Hydrostatic drive type, 35 gal reservoir, capable of 20 mph minimum • Cab: Sealed type cab with filtered intake, tilt and telescoping steering column, tinted glass, sound suppressed, intermittent windshield wipers with washer, full gauge and warning lights for engine monitoring, climate controlled cab, heater, defroster and air conditioned, if cab is not center mounted, it must have dual controls for operating on either right or left hand side • Frame: 116” wheelbase, rail type channel frame • Safety Items: Dual west coast mirrors with spot mirrors, headlights, turn, brake and hazard lights, worklights for gutter brooms, cab mounted warning strobe light with protective cage, backup alarm, rearview backup camera • Brakes/Steering: Hydraulic power assisted service bakes, parking brake, turning radius 15’ maximum • Debris Hopper: 3.5 yd. capacity minimum, 9’ 6” minimum dump height • Conveyor: Rubber belt type with flights, hydraulic drive • Main Broom: 32” diameter minimum, 56” width tube type, hydraulic drive • Gutter Brooms: Right & left side brooms to have adjustable down pressure located in cab, 36” diameter minimum, segmented type broom, hydraulic drive • Water Spray System: 220 gal water tank, run dry type water pump, 15’ hydrant fill hose, water spray jets adjacent to all brooms, water filter • Pick Up Head: The following requirements are for the regenerative air system type sweeper, all other requirements are the same for either machine, 72” outside dimension, 12” pressure hose, 12” suction hose, spring type suspension • Blower: The following requirements are for the regenerative air system type sweeper, all other requirements are the same for either machine, direct hydraulic drive, cast aluminum with abrasion resistant coating, blower housing rubber lined FSA23-EQU21.0: Heavy Equipment Item Group Specifications 72 Sweeper: Cabover Mechanical Broom Street Sweeper In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Cab Chassis: Engine- 6-cylinder diesel, 200 hp minimum, transmission- automatic transmission to meet the correct engine size and GVW of vehicle, hydrostatic drive is acceptable, engine equipment- alternator- 12V/130 amp, fuel water separator, 50 gal fuel tank, cab- dual operating position type cab to include- steering, controls, etc. for sweeping from either side, rubber floor mats, air ride seating, pressurized cab with heat and air conditioning, instrumentation for truck- oil pressure, water temperatures, voltmeter gauges, instrumentation for sweeper-tachometer, hour meter, oil pressure, coolant temperature gauges, frame- rail type 80,000 psi, size- 10.9”x 3.5” x .34”, frame overhang, wheelbase 130” minimum, front steel bumper, safety- Dual West Coast bright finish heated mirrors with LH & RH remote, intermittent windshield wipers, daytime running lights, backup alarm, auto shutdown, axles- front axle- 11,900 lbs. GVW, rear axle- 21,000 lbs. GVW, single speed rear axle, 22.5 x 8.25 steel wheels- disc type, 11R x 22.5 14-ply radial tires, brakes- antilock brakes, front air brakes- 15 x 4 drum, rear air brakes 16.5 x 7 drum, automatic slack adjusters- front and rear, air dryer- frame mounted • Mounted Sweeper Body (Standard Equipment): Engine- 4 cylinder diesel, 47 hp, governed at 2,800 rpm, spin-on oil filter, alternator- 12V/60 amp, side brooms- right & left side gutter brooms (tilt control in cab), hydraulically raised & lowered , 42” diameter- segment type adjustable down pressure (Manual)- optional down pressure pump, main broom: length- 58” minimum, diameter- 35” minimum, hydraulic motor- direct or chain drive and reversible, full floating trailing arms w/shocks, lift control inside cab, sweeper body- overall height- 10’ with strobe, lift capacity- 11,000 lbs. minimum, 4.5 cubic yd. hopper, dump height- 10’ minimum. lift design- hydraulic 2-stage scissors, hopper inspection door, work lights- 1 on each gutter broom and one in rear, hydraulic system- hydraulic pump capacity minimum- 24 gpm @ 2,600 rpm, pump- dual tandem gear, reservoir - 21 gal, spin-on 10 micron hydraulic pump, externally mounted reservoir level indicator, water spray system- water tank construction- polyethylene and removable, water tank capacity- 280 gal minimum, fill hose 2 ½” x 16’ with NST coupler, diaphragm pump type with run dry capability, pump capacity- 3.0 gpm minimum, minimum of 9 spray nozzles- 2 min per gutter broom, 3 min for main broom, water filter- 80 micron mesh cleanable, conveyor/elevator system- minimum of 9 flights- replaceable, belt material- rubber reinforced fabric, belt speed- variable with auxiliary engine rpm, drive- reversible with direct drive, elevator jam warning light & buzzer in cab, conveyer flush- built in FSA23-EQU21.0: Heavy Equipment Item Group Specifications 73 Sweeper: Compact Air Sweeper - 2.3 cubic yd. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Operating Weight: 8,800 lbs. GVWR, empty weight- 5,900 lbs. • Engine/Transmission: 78 hp, hydrostatic drive • Brakes/Tires: Drum type brakes (power assist), front tire size 6.50 R10, Radial, rear tire size 225/75 R10 Radial • Sweeper Dimensions: Height- 72”, width- 52”, length- 162” • Hopper: 2.3 cubic yd. capacity • Gutter Brooms: Equipped with left and right side gutter brooms, front mounted 33.5” diameter, overall sweeping width 122” • Water System: 66 gal recirculation water system capacity, 40 gal clean water system capacity • Lighting/Safety: Lighting package to enable vehicle to operate on the road, work lights for operation of vehicle at night, amber warning beacon, intermittent wipers • Comfort Items: Cab to be air conditioned and heated, suspension type operator seat • Instrumentation: Full instrumentation to monitor operation of vehicle • Fan Unit: Centrifugal type fan, wear resistant blades FSA23-EQU21.0: Heavy Equipment Item Group Specifications 74 Sweeper: Regenerative Air Street Sweeper In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Cab & Chassis: Engine- 6-cylinder diesel, 200 hp minimum, transmission- Allison 2000 series, 5- speed automatic, engine equipment- alternator: 12 volt 100 amp, fuel water separator, cab- cab over, with rust preventative coating, dual operating position type cab to include- steering, controls, etc., for sweeping from either side, rubber floor mats, air ride suspension seats, both sides, pressurized cab with heat and air conditioning, instrumentation for truck- oil pressure, water temperature, voltmeter gauges, instrumentation for sweeper- tachometer, hour meter, oil pressure, coolant temperature gauges, frame- wheelbase- 152” minimum, front steel bumper, fuel tank- 50 gal, safety- west coast mirrors with lower mounted convex mirrors, intermittent windshield wipers, daytime running lights, backup alarm, auto shutdown system for sweeper power plant, axles- front axle- 11,900 lbs. GVW, rear axle- 21,000 lbs. GVW, single- speed rear axle, 22.5 x 8.25 steel wheels- disc type, brakes- air dryer • Mounted Sweeper Body: Engine- 4-cylinder turbocharged diesel, 99 hp minimum, blower- direct belt drive, blower rating- 20,000 cfm, blower housing, pickup head- 90” OD, hose size- 14” pressure, 12” suction, hydraulically raised and lowered, side brooms- right and left side gutter brooms, hydraulically raised and lowered, 42” diameter- segment type, adjustable downward pressure, sweeper body- 7 yd. volume metric capacity, 50 degree dump angle or raker bar, centrifugal dust separator, hopper dump door to hydraulically open/close, lock and unlock, hopper screen- hinged, quick release, hydraulic system- direct drive hydraulic pump, water spray dust control system- water tank construction- polyethylene, 220 gal capacity, fill hose- 16’ long, diaphragm pump type with run dry capability, pump capacity- 5 gpm pump pressure- 25 psi, 7 spray nozzles, 4” pickup head, 1” suction tube- 2 on each side of broom, filter- 80 mesh cleanable FSA23-EQU21.0: Heavy Equipment Item Group Specifications 75 Sweeper: Self-Propelled Hydrostatic Broom In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Weight: Minimum operating weight 5,500 lbs. • Engine: Diesel engine 74 hp at 2,200 rpm, pre-cleaner 54 clone or equivalent, 27 gal fuel tank • Travel System: 2-speed hydrostatic drive, high speed travel, 20 mph, 225/75R15 tire size, joystick direction controls, or foot pedal, front or rear wheel steering • Cab: Roll over and falling object protective structures, enclosed cab with air conditioner, heater and defroster fan, front windshield wiper, gauges or warning indicators for fuel level, engine oil, hydraulic oil and coolant, right and left side doors, right and left side mirrors, shall have safety lighting package and night operating lighting package • Broom: Minimum 7’ 6” poly or poly-steel brush, brush shall have quick charge core system, minimum 150 gal brush watering attachment, shall have variable brush down-pressure control, brush shall be hydraulically driven FSA23-EQU21.0: Heavy Equipment Item Group Specifications 76 Tactical Vehicle: Skid Steer Mounted (The Rook) In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Vehicle Platform: CAT multi-terrain loader, 84 hp diesel engine, 2-speed powertrain, operating weight 13,000 lbs., fuel tank 26 gal, hydraulic quick coupler, enclosed ROPS cab with air conditioner and heater, dual level suspension undercarriage with self level, advanced machine information and control system • Cab Armored Protection: Bullet proof glass, NIJ Level IV armor cab reinforcement fabrication • Armored Deployment Platform: integrated video system, breaching ram, vehicle extraction tool, grapple claw FSA23-EQU21.0: Heavy Equipment Item Group Specifications 77 Tool Carrier: Hydrostatic Drive In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 90 hp turbo diesel, heavy duty radiator with high flow fan with reversing, clean out valve, canister style air cleaner with pre-cleaner, electric start with engine pre-heat, full engine gauge package, 30 gal fuel tank • Power Train: Hydrostatic, variable displacement piston transmission pump, two, heavy-duty, 4 wheel drive, steerable axles with parking and service brake, 3 steering modes- 4-wheel round, front wheel and 4-wheel crab, approximately 9,000 lbs. GVW (without attachments) • Travel Speed: Work mode- variable 0-5 mph, travel mode- variable 0-20 mph • Comfort, Convenience & Safety: Full air ride, suspension seat, certified ROPS canopy with AC, heat, am/fm radio with Bluetooth, tilt steering column with horn, seat belt with safety switch, turn signals and brake lights, flashing safety lights as well as dot reflector tape • Attachment Options: Front lift arms with universal skid steer mounting plate for 10 skid steer attachments- broom/sweeper, 90” rotary mower, 88” flail mower, dozier blade, stump grinder, pallet forks, cold planer, big roll sod installer, landscape rake, rotary tiller, right side rotary mower, right side flail mower, right side boom/reach mower, 15’ belly mower • Conditions: In addition to equipment specified, mower will be equipped with all standard equipment as specified by the manufacturer for this model and shall comply with all EPA emission standards and all motor vehicle standards as established by the US DOT regarding the manufacturer of motor vehicles FSA23-EQU21.0: Heavy Equipment Item Group Specifications 78 Tractor: Agriculture Tractor - 4x2 In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Liquid cooled diesel with minimum of 75 PTO hp @ 2,200 rpm • Transmission: Synchroshuttle type with a minimum of 8 forward and 3 reverse speeds • Fuel Tank: Minimum 23 gal capacity • Brakes: Oil cooled hydraulic • Power Take Off: Speeds rpm- 540/1,000 • Hydraulic System: Open center system with standard remotes, standard output @ remote gpm- 10, main pump flow 17 gpm • 3-Point Hitch: Electronic or mechanical 3-point hitch control, Category II, telescopic stabilizers, SAE lift capacity @ 24” standard lbs.- 3,600, lower draft arm link ends- extendable • Tires: Not less than 18.4R-28 R1 radials, not less than 7.5L-15, 6-Ply F2 FSA23-EQU21.0: Heavy Equipment Item Group Specifications 79 Tractor: Compact Articulating Tractor - AWD Note: Incomplete equipment. Unit bid is for the prime mover only, without attachments. Buyer should select attachments needed from the option list to complete the machin. Examples of attachments available are: bucket, grapple and/or forks. This will affect the final price. In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 4,500K- Briggs & Stratton 31 hp Vanguard M54 • Transmission: Manufacturer’s standard hydrostatic • Performance Items: SDLA controls for complete one-handed control of speed, direction, lift & auxiliary functions, weight transfer- transfers weight to front axle for added stability (optional 4,500K) • Safety Items: Automatic PTO shut-off when weight is removed from seat, standard seatbelt, standard ROPS system, neutral assist • Tires and Wheels: Manufacturer’s standard tires and wheels (optional turf or bar tires) • Attachment and Accessories: 30 commercial grade attachments for a variety of applications (sold individually, not factory installed), uses Ventrac quick hitch system for quick transition between applications FSA23-EQU21.0: Heavy Equipment Item Group Specifications 80 Tractor: Small Agriculture Tractor - 4x4 In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Liquid cooled diesel with minimum of 29 PTO hp @ 2,200 rpm • Transmission: Hydrostatic drive or mechanical type transmission, 4WD front axle • Fuel Tank: Minimum 7 gal capacity • Brakes: Oil cooled hydraulic wet disc • Power Take Off: Speeds rpm- 540 • Hydraulic System: Open center system with standard remotes, maximum main pump flow-6.3 gpm • 3-Point Hitch: Category I, SAE lift capacity @ 24” standard lbs.- 1,435 • Tires: Not less than 11.2 x 24 rear, not less than 5-15 6-ply front FSA23-EQU21.0: Heavy Equipment Item Group Specifications 81 Tractor: Tractor with Boom Mower - 4x4 In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: Liquid cooled diesel with minimum of 95 PTO hp @ 2,200 rpm • Transmission: Synchroshuttle type with a minimum of 16 forward and 16 reverse speeds, 4WD front axle • Fuel Tank: Minimum 38 gal capacity • Brakes: Oil cooled hydraulic • Power Take Off: Speeds rpm- 540/1000 • Hydraulic System: Closed center system with standard remotes, maximum pressure psi- 2,900, standard output @ remote 17 gpm, total of 29 gpm combined flow • Point Hitch: Category II, telescopic stabilizers, SAE lift capacity @ 24” standard lbs.- 5,000, lower draft arm link ends- extendable • Tires: Not less than 13.6R24 R1 rear radials, not less than 18.4R30 6-Ply F2 • Mounted Boom Mower: Minimum 23’ boom reach, forward and reverse swing break away, integral frame, separate hydraulic circuit for mower head, 5’ rotary cutter head, disc or bar type blade holder FSA23-EQU21.0: Heavy Equipment Item Group Specifications 82 Trailer: Deck Over Flatbed Trailer - 16,000 lbs. GVWR All trailers must In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions: Deck width- 8’ 6”, overall deck length- 25’, dovetail length- 5’, GVWR- 16,000 lbs. • Frame: 5” channel side rails, 3” channel cross members on 16” centers, 4” channel undercarriage, 2” x 3/8” rub rail with stake pockets, pintle hitch • Deck: 2 x 8 pressure treated deck, Galvanized deck screws, 5’ dovetail, spring assist stand up ramps • Axles: Tandem 8,000 lbs. Dexter oil bath axles (2), electric brakes, breakaway brake system with well cell battery • Lighting System: Protected turn/stop/tail lights, wiring run in conduit, heavy duty trailer plug • Miscellaneous: Spare tire and rack, lockable tool box, primed and painted- choice of color, tongue jack rated for GVWR of trailer FSA23-EQU21.0: Heavy Equipment Item Group Specifications 83 Trailer: Deck Over Equipment - 40,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Deck: 24’ overall, 19’ w/ 60” dovetail, 96” width • Decking: 2” hardwood • Ramps: 60” fold up ramps, 22” width • Tiedowns: Heavy duty tiedowns • Axles: (2) 22,500 lbs. axles, oil lubricated • Brakes: Air brakes, w/ ABS • Suspension: Multi-leaf, sized for GVWR of unit • Tires: (8) 215/75R x 17.5 16 ply Radial • Lighting: LED, DOT compliant stop, tail, turn and clearance • Coupler: Adjustable pintle eye • Jack: 2-speed jack, sized for trailer FSA23-EQU21.0: Heavy Equipment Item Group Specifications 84 Trailer: Detachable Neck Lowboy Trailer 100,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Deck: 50’ overall, 24’ clear deck length, 14’ rear over axles, 8’6” deck width, swing out outriggers • Decking: 1 ½” hardwood decking • Ramps: Front folding ramps • Tiedowns: 5 pair heavy duty tiedowns • Flagholders: 2 pair • Axles: 3, sized to meet GVWR of unit, oil lubricated • Brakes: Air brakes, w/ ABS, automatic slack adjusters • Suspension: Air ride type, sized for GVWR of unit • Tires: 235/70R 22.5 Radial tires • Lighting: LED DOT compliant stop/tail/turn, clearance, and mid turn • Detachable Gooseneck: 48” kingpin height, fixed neck, 96” swing radius, hydraulic lift, hydraulic support, toolbox on neck FSA23-EQU21.0: Heavy Equipment Item Group Specifications 85 Trailer: Enclosed Cargo Trailer - 7,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions: Width- 7’, length- 16’, 7,000 lbs. GVWR • Frame: Formed angle top and bottom sills, all exposed steel primed and painted, positive lock ball coupler, tongue jack, safety chains- DOT rated • Floor/Walls/Roof: ¾”exterior grade plywood floor, ¼” plywood interior liner, .030” prefinished aluminum exterior, state colors, smooth galvanized steel or one-piece aluminum roof, fiberglass front cap, extruded aluminum bottom trim, extruded aluminum roof cove with drip rail, double locking door on rear • Axles: Tandem 3,500 lbs. torflex axles, 15” wheels, 205 x 15 trailer rated tires, electric brakes with breakaway switch • Lighting System: Protected turn/stop/tail lights, clearance lights, wiring run in conduit, heavy duty trailer plug • Miscellaneous: Spare wheel and tire FSA23-EQU21.0: Heavy Equipment Item Group Specifications 86 Trailer: Enclosed Utility Body/Trailer Mounted - 9,900 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Length: 205” • Width: 89” • Weight: 4,600 lbs. • GVWR: 9,900 lbs. • Frame Construction: I beam type frame, specifically engineered to mount Knapheide KUVCC Body on • Front Jack: Manual • Rear Leg Stabilizers: 2 rear leg stabilizers • Axle: 10,000 lbs. Torflex axle, oil hubs • Brakes: Electric brakes • Wheels and Tires: Dual rear wheels, tires sized for GVWR of unit • Lighting: LED type, stop/turn/tail, backup • Utility Body: Knaphiede KUVCC body • Doors: Continuous hinges, rotary latches, adjustable strikers, double panel, duel seals, master lock, hold open springs • Roof: Cross braced, rotary latches, adjustable strikers • Rear Cargo Doors: Double panel, hold open shocks, door seals, rotary latches, adjustable strikers • Interior Lights: LED lighting • Shelving: 250 lbs. rating, hemmed dividers • Floor: 1/8” treadplate w/cross sills • Undercoating: Entire unit to be undercoated • FSA23-EQU21.0: Heavy Equipment Item Group Specifications 87 Trailer: Fixed Neck Lowboy Trailer - 70,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Deck: 43’ overall, 27’ clear deck length, 4’ dovetail • Decking: 1 ½” hardwood decking • Ramps: 8’ x 3’, fold up ramps, hydraulically raised • Tiedowns: 8 pair heavy duty tiedowns • Flagholders: 2 pair • Axles: 2 sized to meet GVWR of unit, oil lubricated • Brakes: Air brakes, w/ ABS, automatic slack adjusters • Suspension: Spring type, sized for GVWR of unit • Tires: 235/75R 17.5 Radial tires • Lighting: LED DOT compliant stop/tail/turn, clearance, and mid turn • Gooseneck: 48” kingpin height, fixed neck, 84” swing radius, toolbox on neck • Landing Gear: 2 speed, 50,000 lbs. capacity FSA23-EQU21.0: Heavy Equipment Item Group Specifications 88 Trailer: Hydraulic Drop Deck Trailer - 13,500 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • GVWR: 13,500 lbs. • Deck: 75” x 14’, ground flat loading • Lift Mechanism: Hydraulic • Suspension: Rubber or air • Deck: Steel treadplate • Brakes: Electric on all axles • Tires: 235/80R16 LRE Radial • Lighting: All LED DOT compliant, stop/tail/turn, clearance • Coupler: A-frame adjustable • Tie Downs: Heavy duty D-Ring FSA23-EQU21.0: Heavy Equipment Item Group Specifications 89 Trailer: Hydraulic Tail Trailer - 70,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions: Deck width- 8’ 6”, overall length- 48’, deck length- 25’, hydraulic tail- 12’ (8’ with 4’ fold under) • GVWR: 70,000 lbs. • Frame: Cambered “I” beam main frame, 49” kingpin height, 16” kingpin setting, 82” swing clearance, 8’ upper deck length • Deck: 1 ½” apitone or oak decking, 1 ½”, floor plate over wheels, traction plate on hydraulic tail • Hydraulic Tail: 8’ main tail, 4’ fold under tail, hydraulic actuated with tail lock, 14 degree load angle • Landing Gear: Pin drop type or 2 speed type • Axles/Suspension/Tires: 2- 22,500 lbs. axles, oil seal hubs, 6.5 x 17.5 steel wheels, 235/75R x 17.5 radial tires, air brakes with automatic slack adjustors, ABS brake system, air ride suspension with auto and manual controls • Lighting: LED lighting, wiring in conduit, mid turn signals, lighting as per DOT regulations • Miscellaneous Equipment: 12,000 lbs. hydraulic winch mounted on upper deck over kingpin, wireless control, toolbox on upper deck, hydraulic tail controls both sides, air ride controls with dump valve FSA23-EQU21.0: Heavy Equipment Item Group Specifications 90 Trailer: Leachate Tanker - 6,500 gallons In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Approximate Dimensions: Length: 42’, fifth wheel height- 49”, capacity- 6,500 gal, operating pressure- 15 psi w/ vacuum relief • Tank Construction: Stainless steel, external ring, one compartment, 6,500 gal, straight round w/ slope to rear, two baffles , three manways (lug) one located center and one in each baffled section, two manway cleanouts (4 lug) located in front head and rear head at bottom • Top Walkway: Gripstrut 12” width, extending from rear to front manway, with handrail, and ladder to access walkway • Discharges, Valves, and Plumbing: Pressure/vacuum relief valve 15 psi in manhole cover, 6”discharge w/ sliding gate valve at rear of tank drain pump, 4” discharge to pump w/ valve, manufacturer’s plumbing to allow gravity discharge or pump discharge or filling, gravity discharge at rear of tank to utilize cam lock fittings and caps • Pump: Hydraulically driven, bi-directional pump, controls at rear, stainless piping for pump hydraulics from pump to front curbside for truck attachment • Hose Carriers: Located on fenders • Cabinets: Two cabinets mounted curbside and roadside ahead of suspension • Trailer Constuction: Stainless steel frame • Axles: Two axles sized for GVWR of unit, oil lubricated hubs • Brakes: Air brakes w/ ABS and rollover protection, aluminum air tanks, automatic slack adjusters • Tires: Radial tires sized for GVWR of unit, aluminum wheels w/ mudflaps • Landing Gear: Sized for GVWR of unit • Lights: LED clearance, stop/turn/tail, all wiring run in protective conduit, worklight, w/ switch at rear, all wiring run to junction box at front of trailer • Color: Stainless Steel FSA23-EQU21.0: Heavy Equipment Item Group Specifications 91 Trailer: Livestock Trailer - 7,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • GVWR: 7,000 lbs. • Stall Size: 76” x 16’ • Interior Height: 6’ 6” • Doors: Side escape door and full swing rear, center cut gate • Deck: Treated pine • Axles: (2) 3,500 lbs., quick lubricating • Brakes: Electric on all axles • Suspension: Multi-leaf • Tires: 205/75R15 Radial • Lighting: All LED DOT compliant, stop/tail/turn, clearance • Coupler: A-frame ball style • Jack: 2,000 lbs. heavy duty FSA23-EQU21.0: Heavy Equipment Item Group Specifications 92 Trailer: Pull Behind Dump Trailer - 14,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • GVWR: 14,000 lbs. • Bed: Grease fittings on all hinges, D-ring tie downs • Bed Size & Frame: Width- 6’ 8”, length- 14’, deck height- 24”, tube steel box, 10GA bed floor, rear stabilizers, 12,000 lbs. tongue jack, 20” high sides and tailgate minimum • Bed Lift: Scissor type hydraulic lift, 12 volt power unit with battery, 15’ pendant control • Axles: Dexter easy lube or equivalent, sized for GVWR of trailer, 4-wheel electric brakes with breakaway • Miscellaneous: Conspicuity type on sides, tail/stop/turn lights, 7-way trailer plug, tarp system, spare tire, pintle type hitch or ball (customer selected) FSA23-EQU21.0: Heavy Equipment Item Group Specifications 93 Trailer: Refrigeration/Freezer Trailer - 7,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • GVWR: 7,000 lbs. • Cooler Box Size: 72” x 12’ • Interior Height: 6’ 5” • Temperature Range: 0 to 50 degrees F • Input Voltage: 120V 15A • Insulation: R-25 • Food Safety: Anti-microbial gel or stainless interior coating • Doors: 48” rear door with freezer strips • Floor: ¾” keg duty floor • Axles: (2) 3,500 lbs., quick lubricating • Brakes: electric on all axles • Tires: 205/75R15 Radial tires • Lighting: All LED DOT compliant, stop/tail/turn, clearance • Jack: 2,000 lbs. heavy duty • Coupler: A frame ball type FSA23-EQU21.0: Heavy Equipment Item Group Specifications 94 Trailer: Utility/Equipment Trailer - 7,000 lbs. GVWR In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Deck Size: 77” x 16’ • Sidewall Frame Height: 15” minimum • Ramps: 48” rear folding tailgate • Tie Downs: Heavy duty tie rings • Deck: Treated pine • Axles: (2) 3,500 lbs., quick lubricating • Brakes: Electric on all axles • Suspension: Multi-leaf • Tires: 205/75R15 Radial tires • Lighting: All LED DOT compliant, stop/tail/turn, clearance • Coupler: A-frame 2 5/16” ball adjustable 4 hole • Jack: 2,000 lbs. heavy duty FSA23-EQU21.0: Heavy Equipment Item Group Specifications 95 Trailer: Waste Trailer with Walking Floor In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Dimensions: Length- 48’, aluminum width- 102", side height- 100" • Floor: Keith or Hallco running floor, extreme duty slats with center rib • Crossmembers: 14" spacing • Crosstubes: Center and rear crosstubes, bolt in style • Lights: LED lights, mid turn lights. • Tarp: Manual roll type- side to side, mesh type tarp • Tailgate: Side swing- left or right, CAM locking system with safety chain, extreme duty hinges • Landing Gear: Holland Mark V • Axles: TP axles or equivalent, same inner and outer bearings, outboard mount hubs • Suspension: Cast hangers, leaf springs • Tires and Wheels: Steel disc 22.5 x 8.25, 11R22.5 Radial tires • Miscellaneous: Tow hooks on rear, air deflector in front FSA23-EQU21.0: Heavy Equipment Item Group Specifications 96 Transfer Switch: 600 Amp Automatic Transfer Switch In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Automatic Transfer Switch: Maximum voltage rating of 600 VAC, 60 Hz, 1Ph or 3Ph, open transition (break-before-make) transfer logic, transfer switch must meet the related industry standards: UL 1008- automatic transfer switches for use in emergency systems, CSA- automatic transfer switches, NEMA- industrial control and systems AC transfer switch equipment, IEC- automatic transfer switching equipment • Rating: 600 amp, 3 pole, 277/480 VAC, 60Hz, enclosure type- NEMA 3r • Functional: The automatic transfer switch shall automatically transfer the load to the generator supply in the event of a utility supply failure and return the load to the utility supply upon restoration. The automatic transfer switch power switching devices shall be mechanically and electrically interlocked to prevent the utility and generator supplies from being interconnected. All timers should be field adjustable to ensure proper field site compatibility. • Automatic Sequence Of Operation: When the voltage on any phase of the utility supply is below present levels of rated voltage for a preset time delay, a contact shall close to initiate start of the standby generator. The load shall transfer to the generator supply when the generator voltage and frequency have reached acceptable present levels and the warm up time delay has expired. When the utility supply is restored to the above present levels of rated voltage on all phases, load transfer from generator to utility supply shall be initiated following expiry of the utility return timer. Once the transfer mechanism operates and opens the generator power switching device, the transfer mechanism shall stop in the neutral position (with the both power switching devices open) for the duration of the neutral delay timer setting to allow load voltage to decay prior to reconnecting the utility supply. The load shall be re-connected to the utility supply once the neutral delay timer expires and the transfer mechanism continues operation and closes the utility power switching device. The load shall immediately re-transfer to the utility supply (if within acceptable limits) should the generator supply fail prior to the expiry of the utility transfer delay. The generator set shall continue to operate following a load transfer for a cool down delay period, and then a contact shall open to stop the generator set. An “on load” test mode may be initiated which shall cause a simulated utility failure condition and transfer the load to the generator set. The transfer sequence shall be the same as for a utility power failure except a neutral delay sequence shall occur when transferring from utility to a generator source. The load shall immediately retransfer to the utility supply (if within acceptable limits) should the generator supply fail during an “on load” test mode. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 97 • Factory Testing: A certified factory test report shall be shipped with each switch at time of shipment. The automatic transfer switch shall be factory tested prior to delivery to the purchaser. The following test shall be conducted by qualified factory personnel: visual inspection, mechanical tests, electrical tests, final inspection. • Field Testing and Commissioning: The automatic transfer switch shall be field tested once installed at the project site to confirm proper operation of the system. Schedule and witness testing activities shall be coordinated with the project engineer, site contractor, and owner as required in advance of the testing date. A qualified local factory-trained field representative shall conduct the necessary test to ensure proper operation of the switch. Visual inspection- electrical and mechanical inspection to verify the installation is correct as recommended by the transfer switch manufacturer and as per National Electric Code (NEC) requirements. Mechanical tests- as a minimum, the following mechanical tests shall be performed on the transfer switch: power conductor torque verification, verification of mechanical interlock, manual ATS mechanism operation, all mechanical fasteners/wire connections tight, confirmations of correct transfer switch voltage, current and withstand ratings as is required for the application, Meggar testing the power cabling to the transfer switch, verification of correct power cabling phasing and phase rotation prior to energization, confirmation of settings for all timers & voltages sensors, full function test-normal operation- 3 complete cycles of failing the utility supply and transfer load to/from the generator set, verification of all test modes operates correctly. • Conditions: In addition to equipment specified, each automatic transfer switch shall be equipped with all necessary equipment as specified by the manufacturer for this model and shall include but not be limited to the following necessary items: shrink wrap applied to the product to ensure a clean finish, one complete set of operation and maintenance manuals, a two (2) year or 1,500 hour from date of standard standby warranty will apply from date of successful startup, labor, materials, and travel for the warranty period repair will be paid by manufacturer during normal business hours. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 98 Trencher: Walk Behind Trencher In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Engine: 25 hp gasoline engine, 7 gal fuel tank, positive feed oil system with spin on filter, 12 volt starting/charging system • Ground Drive: Hydrostatic, rubber ground tracks, 7" track width, 31" track length on ground • Trencher Drive: Hydraulic drive, 8 gal hydraulic reservoir, hydraulic system spin on filter • Trencher Boom: Digging depth- 48", Auger diameter- 18", cutting width minimum- 4" • Controls: Operator presence safety system, low-oil shutdown system, steering control, trencher controls, travel control, boom controls • Approximate Dimensions: Weight- 1,550 lbs., length- 79", width- 34", height- 48" FSA23-EQU21.0: Heavy Equipment Item Group Specifications 99 Underground Locating Equipment: Ground Penetrating Radar Due to the complexity of this type of equipment, there are no base unit specifications. Purchasers should research and verify the unit bid will meet their desired performance expectations and is compatible with their hardware/software, if required. It is recommended the vendor be contacted to assist with determining performance and compatibility needs prior to purchase. Unit bid must be ready to work with batteries, carrying cases, and technical manuals. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 100 Underground Locating Equipment: Utility Locator Due to the complexity of this type of equipment, there are no base unit specifications. Purchasers should research and verify the unit bid will meet their desired performance expectations and is compatible with their hardware/software, if required. It is recommended the vendor be contacted to assist with determining performance and compatibility needs prior to purchase. Unit bid must be ready to work with batteries, carrying cases, and technical manuals. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 101 Vehicle Lift: Mobile - 2 Column, Cabled In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 36,000 lbs., 18,000 lbs. per column minimum • Dimension: Width- 45” minimum, length- 48” minimum, minimum rise- 67” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds, fits tire sizes 9”-24” • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards • Power: Cabled base, voltage 208-230 3-phase • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard.A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 102 Vehicle Lift: Mobile - 2 Column, Wireless In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 36,000 lbs., 18,000 lbs. per column minimum • Dimension: Width- 45” minimum, length- 48” minimum, minimum rise- 67” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds, fits tire sizes 9”-24” • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards, training included with purchase • Power: Wireless • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 103 Vehicle Lift: Mobile - 4 Column, Cabled In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 72,000 lb. ; 18,000 lb. per column minimum. • Dimension: Width- 45” minimum, length- 48” minimum, minimum rise- 67” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds, fits tire sizes 9”-24” • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards • Power: Cabled base • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 104 Vehicle Lift: Mobile - 4 Column, Wireless In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 72,000 lbs., 18,000 lbs. per column minimum • Dimension: Width- 45” minimum, length- 48” minimum, minimum rise- 67” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds, fits tire sizes 9”-24” • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards, training included with purchase • Power: Wireless • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 105 Vehicle Lift: Mobile - 6 Column, Cabled In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 108,000 lbs., 18,000 lbs. per column minimum • Dimension: Width- 45” minimum, length- 48” minimum, rise minimum- 67”, fits tire sizes 9”- 24” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards • Power: Cabled base • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 106 Vehicle Lift: Mobile - 6 Column, Wireless In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 108,000 lbs., 18,000 lbs. per column minimum • Dimension: Width- 45” minimum, length- 48” minimum, rise minimum- 67”, fits tire sizes 9”- 24” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards: training included with purchase • Power: Wireless • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 107 Vehicle Lift: Mobile - 8 Column, Cabled In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 144,000 lb. ; 18,000 lb. per column minimum. • Dimension: Width- 45”, length- 48” minimum, rise minimum- 67”, fits tire sizes 9”-24” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards • Power: Cabled base • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 108 Vehicle Lift: Mobile - 8 Column, Wireless In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: Combined lift capacity of 144,000 lbs., 18,000 lbs. per column minimum • Dimension: Width- 45” minimum, length- 48” minimum, rise minimum- 67”, fits tire sizes 9”- 24” • Operation: Weight gage for each column, operating LCD screen, speed- fully lowered to raised not to exceed 80 seconds • Safety: Mechanical safety locks, override to manual operation in the event of power loss, meets all applicable safety standards, training included with purchase • Power: Wireless • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 109 Vehicle Lift: Stationary - 2 Post Asymmetric Stationary Vehicle Lift 10k In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: 10,000 lbs. • Dimension: minimum width- 125”, minimum width between posts- 110”, minimum extended cylinder height- 142.5”, minimum full rise height- 72”, minimum ceiling height required- 12’ • Operation: Speed of rise- fully lowered to fully raised in 50 seconds • Safety: Manual or automatic lock release, meets all applicable safety standards • Motor: 2.0 hp 208-230 V minimum • Accessories: Power upgrades options, air/electric workstation w/ filter/lubricator/regulator, tire tool, manager workstation w/ filter/lubricator/regulator, column height extensions, door protection • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 110 Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 12k In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: 12,000 lbs. • Dimension: Minimum width- 139”, minimum width between posts- 114 7/8”, minimum extended cylinder height- 160”, minimum full rise height- 72”, maximum ceiling height required- 16’ • Operation: Speed of rise- fully lowered to fully raised in 90 seconds • Safety: Manual or automatic lock release, meets all applicable safety standards • Motor: 2.0 hp 208-230 V minimum • Accessories: Power upgrades options, air/electric workstation, w/ filter/lubricator/regulator, tire tool manager workstation w/ filter/lubricator/regulator, column height extensions, door protection • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 111 Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 15k In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: 15,000 lbs. • Dimension: Minimum width- 125”, minimum width between posts- 120”, minimum extended cylinder height- 160”, minimum full rise height- 72”, maximum ceiling height required- 17’ • Operation: Speed of rise- fully lowered to fully raised in 90 seconds • Safety: Manual or automatic lock release, meets all applicable safety standards • Motor: 2.0 hp 208-230 V minimum • Accessories: Power upgrades options, air/electric workstation, w/ filter/lubricator/regulator, tire tool manager workstation w/ filter/lubricator/regulator, column height extensions, door protection. • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 112 Vehicle Lift: Stationary - 2 Post Symmetric Stationary Vehicle Lift 18k In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Minimum Lift Capacity: 18,000 lbs. • Dimension: Minimum width- 125”, minimum width between posts- 118”, minimum extended cylinder height- 142.5”, minimum full rise height- 85”, maximum ceiling height required- 17’ • Operation: Speed of rise- fully lowered to fully raised in 60 seconds • Safety: Manual or automatic lock release, meets all applicable safety standards • Motor: 3.0 hp 208-230 V minimum • Accessories: Power upgrades options, air/electric workstation, w/ filter/lubricator/regulator, tire tool manager workstation w/ filter/lubricator/regulator, column height extensions, door protection • Equipment must comply with all applicable federal, state, and local regulations and meet OSHA, UL-201, NEC, and the latest ANSI standard, ANSI/ALI -ALCTV 2006 and IBC 2003, IBC 2006 Chapter 30 section 3001.2. Equipment must be structurally and safety tested, and certified to ANSI/ALI -ALCTV 2006 automotive lift standard. A copy of listing certification shall be supplied as part of the acceptance of the bid. Equipment must be supplied with all ANSI, ALI/ETL safety booklet, ANSI operations, installation, and maintenance booklets, ANSI/ALI aloim-2008 standard and lifting point guides. Equipment must be supplied with all ANSI, ALI/ETL safety decals. Decals must be permanently placed on the lift in clear view for the operator. FSA23-EQU21.0: Heavy Equipment Item Group Specifications 113 Vehicle Lift: Stationary - 2 Post Versymmetric Stationary Vehicle Lift 10k In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Lifting Capacity: 10,000 lbs. • Lifting Configuration: Versymmetric (symmetric & asymmetric) arms 3-stage front/3-stage rear, rise height- 74.125”, overall height- 134”/140”, overall height (cylinder extended)- 143”, 2’ height extension available, 3’ height extension available, overall width- 138.5”/ 143”, drive- thru clearance- 100”/104.5”, floor to overhead switch- 128.5”/134.5”, front arm reach- 20”- 42”, rear arm reach- 37.625”-60”, screw pad height- 3.875”-6.125”, inside columns- 110”/114.5”, motor/voltage- 2 hp, 208V-230V, 60 Hz, 1 Ph, speed of rise- 38 seconds, ceiling height required 12’, ALI/ETL certified FSA23-EQU21.0: Heavy Equipment Item Group Specifications 114 Vehicle Lift: Stationary - 4 Column, Alignment Lift with Front/Rear Jacks and Integrated Turntables and Slip Plates 14k In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Base Specification • Lifting Capacity: 15,000 lbs. • Lifting Configuration: Open or closed- front open max, wheelbase- 210”, rise height- 78”, overall length- 277.25”, overall width- 142” front/134.5” rear, inside columns- 120”, between columns- 222.5”, height of columns- 99.5”/93.5”, width of runways- 20”, height of runways- 7”, width between runways- 43” max, 2-wheel alignment- 194”, 4-wheel alignment- 88”-158”, air supply required- 90-120 psi, motor/voltage- 2 hp, 208V-230V, 60 Hz, speed or rise- 85 seconds, minimum recommended bay size- 12’ x 26’, ALI/ETL certified, colors available- red, blue, black Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2023-11012 2nd rdg Agenda Date: 4/29/2024 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Planning & Development Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9733-24 on second reading, annexing certain real property whose post office address is 1485 Grove Circle Court, Clearwater, Florida 33755, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Page 1 City of Clearwater Printed on 4/24/2024  Ordinance No. 9733-24 ORDINANCE NO. 9733-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF GROVE CIRCLE COURT APPROXIMATELY 210 FEET WEST OF NORTH HIGHLAND AVENUE, WHOSE POST OFFICE ADDRESS IS 1485 GROVE CIRCLE COURT, CLEARWATER, FL 33755, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit “A” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: LOT 14, GROVE CIRCLE SUBDIVISION, ACCORDING TO THE PLAT THEREOF, RECORDED IN PLAT BOOK 43, PAGE(S) 29, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. (ANX2023-11012) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption.  Ordinance No. 9733-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk   Exhibit “A” PROPOSED ANNEXATION Owner(s): Phuoc Cao Thanh Nguyen Case: ANX2023-11012 Site: 1485 Grove Circle Court Property Size(Acres): ROW (Acres): 0.233 Land Use Zoning PIN: 02-29-15-33750-000-0140 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 261A To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Phuoc Cao Thanh Nguyen Case: ANX2023-11012 Site: 1485 Grove Circle Court Property Size(Acres): ROW (Acres): 0.233 Land Use Zoning PIN: 02-29-15-33750-000-0140 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 261A To: Residential Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Phuoc Cao Thanh Nguyen Case: ANX2023-11012 Site: 1485 Grove Circle Court Property Size(Acres): ROW (Acres): 0.233 Land Use Zoning PIN: 02-29-15-33750-000-0140 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 261A To: Residential Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Phuoc Cao Thanh Nguyen Case: ANX2023-11012 Site: 1485 Grove Circle Court Property Size(Acres): ROW (Acres): 0.233 Land Use Zoning PIN: 02-29-15-33750-000-0140 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 261A To: Residential Low (RL) Low Medium Density Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings Places of Worship Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord. 9734-24 2nd rdg Agenda Date: 4/29/2024 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Planning & Development Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Adopt Ordinances 9734-24 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 1485 Grove Circle Court, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Residential Low (RL). Page 1 City of Clearwater Printed on 4/24/2024 Ordinance No. 9734-24  ORDINANCE NO. 9734-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF GROVE CIRCLE COURT APPROXIMATELY 210 FEET WEST OF NORTH HIGHLAND AVENUE, WHOSE POST OFFICE ADDRESS IS 1485 GROVE CIRCLE COURT, CLEARWATER, FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category LOT 14, GROVE CIRCLE SUBDIVISION, ACCORDING TO THE PLAT THEREOF, RECORDED IN PLAT BOOK 43, PAGE(S) 29, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. Residential Low (RL) (ANX2023-11012) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9733-24. Ordinance No. 9734-24  PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED FUTURE LAND USE MAP Owner(s): Phuoc Cao Thanh Nguyen Case: ANX2023-11012 Site: 1485 Grove Circle Court Property Size(Acres): ROW (Acres): 0.233 Land Use Zoning PIN: 02-29-15-33750-000-0140 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 261A To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Phuoc Cao Thanh Nguyen Case: ANX2023-11012 Site: 1485 Grove Circle Court Property Size(Acres): ROW (Acres): 0.233 Land Use Zoning PIN: 02-29-15-33750-000-0140 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 261A To: Residential Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Phuoc Cao Thanh Nguyen Case: ANX2023-11012 Site: 1485 Grove Circle Court Property Size(Acres): ROW (Acres): 0.233 Land Use Zoning PIN: 02-29-15-33750-000-0140 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 261A To: Residential Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Phuoc Cao Thanh Nguyen Case: ANX2023-11012 Site: 1485 Grove Circle Court Property Size(Acres): ROW (Acres): 0.233 Land Use Zoning PIN: 02-29-15-33750-000-0140 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 261A To: Residential Low (RL) Low Medium Density Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings Places of Worship Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord. 9735-24 2nd rdg Agenda Date: 4/29/2024 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Planning & Development Agenda Number: 6.3 SUBJECT/RECOMMENDATION: Adopt Ordinance 9735-24 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1485 Grove Circle Court, Clearwater, Florida 33755, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). Page 1 City of Clearwater Printed on 4/24/2024  Ordinance No. 9735--24  ORDINANCE NO. 9735-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF GROVE CIRCLE COURT APPROXIMATELY 210 FEET WEST OF NORTH HIGHLAND AVENUE, WHOSE POST OFFICE ADDRESS IS 1485 GROVE CIRCLE COURT, CLEARWATER, FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9733-24. Property Zoning District LOT 14, GROVE CIRCLE SUBDIVISION, ACCORDING TO THE PLAT THEREOF, RECORDED IN PLAT BOOK 43, PAGE(S) 29, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. Low Medium Density Residential (LMDR) (ANX2023-11012)  Ordinance No. 9735--24  PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk   Exhibit “A” PROPOSED ZONING MAP Owner(s): Phuoc Cao Thanh Nguyen Case: ANX2023-11012 Site: 1485 Grove Circle Court Property Size(Acres): ROW (Acres): 0.233 Land Use Zoning PIN: 02-29-15-33750-000-0140 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 261A To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Phuoc Cao Thanh Nguyen Case: ANX2023-11012 Site: 1485 Grove Circle Court Property Size(Acres): ROW (Acres): 0.233 Land Use Zoning PIN: 02-29-15-33750-000-0140 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 261A To: Residential Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Phuoc Cao Thanh Nguyen Case: ANX2023-11012 Site: 1485 Grove Circle Court Property Size(Acres): ROW (Acres): 0.233 Land Use Zoning PIN: 02-29-15-33750-000-0140 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 261A To: Residential Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Phuoc Cao Thanh Nguyen Case: ANX2023-11012 Site: 1485 Grove Circle Court Property Size(Acres): ROW (Acres): 0.233 Land Use Zoning PIN: 02-29-15-33750-000-0140 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 261A To: Residential Low (RL) Low Medium Density Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings Places of Worship Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2023-11013 2nd rdg Agenda Date: 4/29/2024 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Planning & Development Agenda Number: 6.4 SUBJECT/RECOMMENDATION: Adopt Ordinance 9736-24 on second reading, annexing certain real property whose post office address is 3076 Grand View Avenue, Clearwater, Florida 33759, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Page 1 City of Clearwater Printed on 4/24/2024  Ordinance No. 9736-24 ORDINANCE NO. 9736-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE NORTHWEST CORNER OF GRAND VIEW AVENUE AND NORTH MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESS IS 3076 GRAND VIEW AVENUE, CLEARWATER, FL 33759, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit “A” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: LOT 18, BLOCK B, KAPOK TERRACE ACCORDING TO THE PLAT THEREOF, AS RECORDED IN PLAT BOOK 36 PAGE 14 AND 15, LESS THAT PART CONVEYED TO PINELLAS COUNTY, A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA FOR PUBLIC RIGHT-OF-WAY AS RECORDED IN THAT CERTAIN DEED FILED APRIL 3, 1995 IN O.R. BOOK 5199, PAGE 975 BOTH OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. (ANX2023-11013) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption.  Ordinance No. 9736-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk   Exhibit “A” PROPOSED ANNEXATION Owner(s): Alfred H. Gornbein Case: ANX2023-11013 Site: 3076 Grand View Avenue Property Size(Acres): ROW (Acres): 0.172 Land Use Zoning PIN: 09-29-16-45126-002-0180 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Alfred H. Gornbein Case: ANX2023-11013 Site: 3076 Grand View Avenue Property Size(Acres): ROW (Acres): 0.172 Land Use Zoning PIN: 09-29-16-45126-002-0180 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Alfred H. Gornbein Case: ANX2023-11013 Site: 3076 Grand View Avenue Property Size(Acres): ROW (Acres): 0.172 Land Use Zoning PIN: 09-29-16-45126-002-0180 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Alfred H. Gornbein Case: ANX2023-11013 Site: 3076 Grand View Avenue Property Size(Acres): ROW (Acres): 0.172 Land Use Zoning PIN: 09-29-16-45126-002-0180 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings Detached Dwellings Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord. 9737-24 2nd rdg Agenda Date: 4/29/2024 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Planning & Development Agenda Number: 6.5 SUBJECT/RECOMMENDATION: Adopt Ordinances 9737-24 on second reading, amending the future land use element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 3076 Grand View Avenue, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Residential Low (RL). Page 1 City of Clearwater Printed on 4/24/2024 Ordinance No. 9737-24  ORDINANCE NO. 9737-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE NORTHWEST CORNER OF GRAND VIEW AVENUE AND NORTH MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESS IS 3076 GRAND VIEW AVENUE, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category LOT 18, BLOCK B, KAPOK TERRACE ACCORDING TO THE PLAT THEREOF, AS RECORDED IN PLAT BOOK 36 PAGE 14 AND 15, LESS THAT PART CONVEYED TO PINELLAS COUNTY, A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA FOR PUBLIC RIGHT-OF-WAY AS RECORDED IN THAT CERTAIN DEED FILED APRIL 3, 1995 IN O.R. BOOK 5199, PAGE 975 BOTH OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. Residential Low (RL) (ANX2023-11013) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9736-24. Ordinance No. 9737-24  PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED FUTURE LAND USE MAP Owner(s): Alfred H. Gornbein Case: ANX2023-11013 Site: 3076 Grand View Avenue Property Size(Acres): ROW (Acres): 0.172 Land Use Zoning PIN: 09-29-16-45126-002-0180 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Alfred H. Gornbein Case: ANX2023-11013 Site: 3076 Grand View Avenue Property Size(Acres): ROW (Acres): 0.172 Land Use Zoning PIN: 09-29-16-45126-002-0180 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Alfred H. Gornbein Case: ANX2023-11013 Site: 3076 Grand View Avenue Property Size(Acres): ROW (Acres): 0.172 Land Use Zoning PIN: 09-29-16-45126-002-0180 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Alfred H. Gornbein Case: ANX2023-11013 Site: 3076 Grand View Avenue Property Size(Acres): ROW (Acres): 0.172 Land Use Zoning PIN: 09-29-16-45126-002-0180 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings Detached Dwellings Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord. 9738-24 2nd rdg Agenda Date: 4/29/2024 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: Planning & Development Agenda Number: 6.6 SUBJECT/RECOMMENDATION: Adopt Ordinance 9738-24 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 3076 Grand View Avenue, Clearwater, Florida 33759, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). Page 1 City of Clearwater Printed on 4/24/2024  Ordinance No. 9738--24  ORDINANCE NO. 9738-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE NORTHWEST CORNER OF GRAND VIEW AVENUE AND NORTH MCMULLEN BOOTH ROAD, WHOSE POST OFFICE ADDRESS IS 3076 GRAND VIEW AVENUE, CLEARWATER, FLORIDA 33759, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9736-24. Property Zoning District LOT 18, BLOCK B, KAPOK TERRACE ACCORDING TO THE PLAT THEREOF, AS RECORDED IN PLAT BOOK 36 PAGE 14 AND 15, LESS THAT PART CONVEYED TO PINELLAS COUNTY, A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA FOR PUBLIC RIGHT-OF-WAY AS RECORDED IN THAT CERTAIN DEED FILED APRIL 3, 1995 IN O.R. BOOK 5199, PAGE 975 BOTH OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. Low Medium Density Residential (LMDR) (ANX2023-11013)  Ordinance No. 9738--24  PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq. Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk   Exhibit “A” PROPOSED ZONING MAP Owner(s): Alfred H. Gornbein Case: ANX2023-11013 Site: 3076 Grand View Avenue Property Size(Acres): ROW (Acres): 0.172 Land Use Zoning PIN: 09-29-16-45126-002-0180 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Alfred H. Gornbein Case: ANX2023-11013 Site: 3076 Grand View Avenue Property Size(Acres): ROW (Acres): 0.172 Land Use Zoning PIN: 09-29-16-45126-002-0180 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Alfred H. Gornbein Case: ANX2023-11013 Site: 3076 Grand View Avenue Property Size(Acres): ROW (Acres): 0.172 Land Use Zoning PIN: 09-29-16-45126-002-0180 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Alfred H. Gornbein Case: ANX2023-11013 Site: 3076 Grand View Avenue Property Size(Acres): ROW (Acres): 0.172 Land Use Zoning PIN: 09-29-16-45126-002-0180 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 283A To: Residential Low (RL) Low Medium Density Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings Detached Dwellings Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2024-02001 2nd rdg Agenda Date: 4/29/2024 Status: Second ReadingVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 6.7 SUBJECT/RECOMMENDATION: Adopt Ordinance 9750-24 on second reading, annexing certain real property whose post office address is 1410 Lime Street, Clearwater, Florida 33756, together with the abutting right-of-way of Lime Street, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Page 1 City of Clearwater Printed on 4/24/2024 Ordinance No. 9750-24 ORDINANCE NO. 9750-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF LIME STREET APPROXIMATELY 500 FEET EAST OF SOUTH HILLCREST AVENUE, WHOSE POST OFFICE ADDRESS IS 1410 LIME STREET, CLEARWATER, FL 33756, TOGETHER WITH CERTAIN ABUTTING RIGHT-OF-WAY OF LIME STREET, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit “B” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: See attached Exhibit “A” for Legal Description. (ANX2024-02001) The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9750-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce RectorMayor Approved as to form: Matthew J. Mytych, Esq.Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMCCity Clerk Exhibit A LEGAL DESCRIPTIONS ANX2024-02001 ========================================================================================= Lot 21, Block F, Sunny Park Groves, according to the plat thereof, recorded in Plat Book 36, Page 2, of the Public Records of Pinellas County, Florida. Together with: All abutting unincorporated Right-of-Way (70LF, more or less) of 1410 Lime St Right-of-Way. Parcel ID No.: 23-29-15-86958-006-0210 Exhibit “B” PROPOSED ANNEXATION Owner(s): Leslie Tolmie Case: ANX2024-02001 Site: 1410 Lime Street Property Size(Acres): ROW (Acres): 0.155 0.10 Land Use Zoning PIN: 23-29-15-86958-006-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 307A To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Leslie Tolmie Case: ANX2024-02001 Site: 1410 Lime Street Property Size(Acres): ROW (Acres): 0.155 0.10 Land Use Zoning PIN: 23-29-15-86958-006-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 307A To: Residential Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Leslie Tolmie Case: ANX2024-02001 Site: 1410 Lime Street Property Size(Acres): ROW (Acres): 0.155 0.10 Land Use Zoning PIN: 23-29-15-86958-006-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 307A To: Residential Low (RL) Low Medium Density Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings AERIAL PHOTOGRAPH Owner(s): Leslie Tolmie Case: ANX2024-02001 Site: 1410 Lime Street Property Size(Acres): ROW (Acres): 0.155 0.10 Land Use Zoning PIN: 23-29-15-86958-006-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 307A To: Residential Low (RL) Low Medium Density Residential (LMDR) ANX2024-02001 Leslie Tolmie 1410 Lime Street View looking north at subject property 1410 Lime Street West of the subject property Across the street, to the south of the subject property View looking westerly along Lime Street View looking easterly along Lime Street East of the subject property Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord. 9751-24 2nd rdg Agenda Date: 4/29/2024 Status: Second ReadingVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 6.8 SUBJECT/RECOMMENDATION: Adopt Ordinance 9751-24 on second reading, amending the Future Land Use Element of the Comprehensive Plan of the city to designate the land use for certain real property whose post office address is 1410 Lime Street, Clearwater, Florida 33756, upon annexation into the City of Clearwater, as Residential Low (RL). Page 1 City of Clearwater Printed on 4/24/2024 Ordinance No. 9751-24 ORDINANCE NO. 9751-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF LIME STREET APPROXIMATELY 500 FEET EAST OF SOUTH HILLCREST AVENUE, WHOSE POST OFFICE ADDRESS IS 1410 LIME STREET, CLEARWATER, FLORIDA 33756, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category See attached Exhibit “A” for Legal Description. Residential Low (RL) (ANX2024-02001) The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9750-24. Ordinance No. 9751-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce RectorMayor Approved as to form: Matthew J. Mytych, Esq.Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMCCity Clerk Exhibit A LEGAL DESCRIPTIONS ANX2024-02001 ========================================================================================= Lot 21, Block F, Sunny Park Groves, according to the plat thereof, recorded in Plat Book 36, Page 2, of the Public Records of Pinellas County, Florida. Together with: All abutting unincorporated Right-of-Way (70LF, more or less) of 1410 Lime St Right-of-Way. Parcel ID No.: 23-29-15-86958-006-0210 Exhibit “B” PROPOSED FUTURE LAND USE MAP Owner(s): Leslie Tolmie Case: ANX2024-02001 Site: 1410 Lime Street Property Size(Acres): ROW (Acres): 0.155 Land Use Zoning PIN: 23-29-15-86958-006-0210 From: Residential Low (RL) R-3 Single FamilyResidential Atlas Page: 307A To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Leslie Tolmie Case: ANX2024-02001 Site: 1410 Lime Street Property Size(Acres): ROW (Acres): 0.155 0.10 Land Use Zoning PIN: 23-29-15-86958-006-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 307A To: Residential Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Leslie Tolmie Case: ANX2024-02001 Site: 1410 Lime Street Property Size(Acres): ROW (Acres): 0.155 0.10 Land Use Zoning PIN: 23-29-15-86958-006-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 307A To: Residential Low (RL) Low Medium Density Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings AERIAL PHOTOGRAPH Owner(s): Leslie Tolmie Case: ANX2024-02001 Site: 1410 Lime Street Property Size(Acres): ROW (Acres): 0.155 0.10 Land Use Zoning PIN: 23-29-15-86958-006-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 307A To: Residential Low (RL) Low Medium Density Residential (LMDR) ANX2024-02001 Leslie Tolmie 1410 Lime Street View looking north at subject property 1410 Lime Street West of the subject property Across the street, to the south of the subject property View looking westerly along Lime Street View looking easterly along Lime Street East of the subject property Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord. 9752-24 2nd rdg Agenda Date: 4/29/2024 Status: Second ReadingVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 6.9 SUBJECT/RECOMMENDATION: Adopt Ordinance 9752-24 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1410 Lime Street, Clearwater, Florida 33756, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). Page 1 City of Clearwater Printed on 4/24/2024 Ordinance No. 9752--24 ORDINANCE NO. 9752-24 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF LIME STREET APPROXIMATELY 500 FEET EAST OF SOUTH HILLCREST AVENUE, WHOSE POST OFFICE ADDRESS IS 1410 LIME STREET, CLEARWATER, FLORIDA 33756, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “B” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9750-24. Property Zoning District See attached Exhibit “A” for Legal Description. Low Medium Density Residential (LMDR) (ANX2024-02001) Ordinance No. 9752-24 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce RectorMayor Approved as to form: Matthew J. Mytych, Esq.Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMCCity Clerk Exhibit A LEGAL DESCRIPTIONS ANX2024-02001 ========================================================================================= Lot 21, Block F, Sunny Park Groves, according to the plat thereof, recorded in Plat Book 36, Page 2, of the Public Records of Pinellas County, Florida. Together with: All abutting unincorporated Right-of-Way (70LF, more or less) of 1410 Lime St Right-of-Way. Parcel ID No.: 23-29-15-86958-006-0210 Exhibit “B” PROPOSED ZONING MAP Owner(s): Leslie Tolmie Case: ANX2024-02001 Site: 1410 Lime Street Property Size(Acres): ROW (Acres): 0.155 Land Use Zoning PIN: 23-29-15-86958-006-0210 From: Residential Low (RL) R-3 Single FamilyResidential Atlas Page: 307A To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Leslie Tolmie Case: ANX2024-02001 Site: 1410 Lime Street Property Size(Acres): ROW (Acres): 0.155 0.10 Land Use Zoning PIN: 23-29-15-86958-006-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 307A To: Residential Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Leslie Tolmie Case: ANX2024-02001 Site: 1410 Lime Street Property Size(Acres): ROW (Acres): 0.155 0.10 Land Use Zoning PIN: 23-29-15-86958-006-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 307A To: Residential Low (RL) Low Medium Density Residential (LMDR) Detached Dwellings Detached Dwellings Detached Dwellings AERIAL PHOTOGRAPH Owner(s): Leslie Tolmie Case: ANX2024-02001 Site: 1410 Lime Street Property Size(Acres): ROW (Acres): 0.155 0.10 Land Use Zoning PIN: 23-29-15-86958-006-0210 From: Residential Low (RL) R-3 Single Family Residential Atlas Page: 307A To: Residential Low (RL) Low Medium Density Residential (LMDR) ANX2024-02001 Leslie Tolmie 1410 Lime Street View looking north at subject property 1410 Lime Street West of the subject property Across the street, to the south of the subject property View looking westerly along Lime Street View looking easterly along Lime Street East of the subject property Citizen Comment Card Name: a RS -J-/ Pli>hAi*d r u Address: ! Sb3I'i %t-^ai ne— 4 Oje.anA)C4,1-e‘-' Zip: 7S74 Number:---- 72 — -C.C7 r-eSh 2-64 71)- 0-0)4,4660/1/ City: Telephone Email Address: Speaking under citizens to be heard re items not on the agenda?( Agenda item(s) to which you wish to speak• e.rreepif (Bubb Y c0Al Fre to_ J gas see. c *Veles s JX is yr}t ( C try couNe/ . What isourposition on thc'i m? Forytoo V Against Citizen Comment Card Name: a 6‘a {/Kb Address: 1(ll 4moc-ev- City: Cil a-17 IN 4( Zip: 3 3 ? 5, Telephone Number: Email Address: PS-ICGl Speaking under citizens to be heard re items not on the agenda. 641141 Agenda item(s) to which you wish to speak: What is your position on the item? For Against INDIVIDUAL SPEAKER Citizen Comment Card Name: Mt /4-4— (AC( Address: To-ez_7 S r LA.c_c r .?../ City: Zip: Telephone Number: Email Address: Speaking under citizens to be heard re items not on the agenda? Agenda item(s) to which you wish to speak: What is your position on the item? For Against Citizen Comment Card Name: e; -4)t-c Pal4k, Address: - tv"` 1-e)! City:c) U 6t3 -r- Zip: 3 0-3 Telephone Number: `a-1 q b I Email Address: go)4-e C- I D Q Speaking under citizens to be heard re items not on the agenda? f" Agenda item(s) to which you_wish to speak. A/ 1" 111 4015 C etrw$004,l'cuaS) refre o5h 2ca: QI i,cs k 1 r S'PPc 4 What is your position on the item? For Against Citizen Comment Card Name: Lus /)tic_ Address: 17 3 )33s City. C I -e4f Zip. 3 3163 Telephone Number: (l /` %6-0 7/ 6 G Email Address: Speaking under citizens to be heard re items not on the agenda? 2( Agenda item(s) to which you wish to speak. What is your position on the item? For Against kr Citizen Comment Card Name: L r i A h g A /' di 1 5 Address: 2 / b S— H/+i4/`W./ City: lea r(JG mer' Telephone Number: Zip: 337‘ 3 8/3 -30o -9s/$ Email Address: U/`;Gin ®e-GSy/' vhhc, ..l2T Speaking under citizens to be heard re items not on the agenda? E Agenda item(s) to which you wish to speak. Doke L net'yy ee re Aid Lick / ik, sreol d t T/'%ni,,,,, J What is your position on the item? For Against V Citizen Comment Card Name: Jennr HrcI,\e-1 Address: 2i(5 Ari'a'J'/ City: CIecrJccter Zip: 33103 Telephone Number: 121 -2_1'1- -1520 Email Address: JP nn 41rh ct In2 shoo Speaking under citizens to be heard re Q Cj items not on the agenda? erg e tree Agenda item(s) to which you wish to speak. What is your position on the item? For Against LOCATION MAP al Ia S AIE LEGEND 4I MOW qnKIrl • MO 110• 010,011 UI1,110 00. 0. 011ARPoo Na OEM. Box 01 00210 02001 IOW W. Eta 4 • Como OFoReon. Poo 110ED Cx4Sroo mosoosox FELL O out .. EE 4 1R. O rN3ARmmrR6EE E F FRoo- or- rto tiros OFECE onsE CYPRESS POINT UTA% E7 P8 86. PG 35 60626' 5ENd50SOc CINTERINC. LLC SUR' oR Hr001A A0a3 taa 1 011 3401 VEREICu a (/ R• ruµARO e9 TDd MOOED MOO 120 Car. N3HA0 12075. 09 FLEE awe a•••, arovaa/10/f, 49Nr1 10941 WM< TIM •PII. 414. 09 . 010. 11S00frfA ) rSf. 2 f,. l Mem MFR. K4Wa3 ExEC a DM= roper WEIS 70000 OF 73003002E 0505 RIM 060 OAER— OrSIURVE, CO, H721 RIDLNIIE9 0R FIXED WHIT. 05ED 0R U9Y9560. NARK: ROC COMM PONT 900 00( 11NN0' 1333109. 704' 2431010 410209372' 61. 29' GRAPHIC & INTENDED DISPLAY SCALE men o 40 CERTIFICATION: 1. n... [ own INiW, uG 0131. 0. 0. couroorE. nM. ESPX N2Ma0110. 5nn 01/ 111/., SIAM, CNIT STRUCTURE INFORMATION TABLE 8651 883I MD sear... U1, Y. mw 6 1!_,.......,.,,. o.. e. r,"". 1' m OEn SURVEYOR' S NOTES: Inew2. °"1" d r, I" of Sec* 4S. leers+. xS % me. c.. wm S. M. 3mnR. H., a w.. 1, 1. 0411.« r, m M am Centro « ogee , ,, 1. 0.. am.. w m . w geom.. 0000 0121. m N 10e3 100029). to .. w . UM sv. 2rFew Goon. ..wwu.. w . e. perm.. Immoems to 0 wr4+. ME .... T .....>. m0. 0 mu m0, an - v 0« tip r'"i `i? * w' w + r:. m. w . w". m 00 0m.. m 0" 00. mime, . m .. 0e . m.. m. m.. « «. w« . yme.. mm . w r e sNw1. 1111011. 1 s,.. w wu+ a . a w.« ems , i,: no emim421° mnM, n`o0 « rt.. SPECIFIC PURPOSE SURVEY LOCATED IN SECTION 38 TOWNSHIP 28 SOUTH RANGE 15 EAST PINELLAS COUNTY, FLORIDA PREPARED FOR. DUKE ENERGY FLORIDA, LLC ROM. LL I 0, 7/00/ 70111. 1. 11 : 000, N. 011) 10- 23 1O EC10- 20 h U3- NON_ NERC 90. v REWIRE - DU t) DUKE ENERGYOmwmo'. I e. 110 zt., 10f. r . 2V 0,22C 3030) mc bn n , s • 0 n, 4L; // 4 6... , PLATS 1-1.85. 38' 47'E. 5.159•55 40-E. N.o•2,•15' ! 25' •-25 .."rg o•2e13"W, 827' 3.45 d''8t?seini°'48" o- 25• 25' 4 3 01.1147 kG ETA ILBINA SUBD ti 83072588 0 5 1 Li I r' -UJ I µ89.30'47a 155LL- ,_ I - d M Iao 50' tint Jh 1. v 1`1.N rN'O•Ct W r-tr 'r 10 21 15 -V J!altl1124.9 I T I, t. - - Ne5'3D47'C.11 9 oI 14 f- i_j 1Nee•ae•47•. 1lOGS IN.e9.30'4TFj PI 1 uou ii 12 1 0 ,(3.r I4e9•ee4-rc\ I 122.20' aIirl 'p 155;10. \ if -,t 54 58856 N4 PLAT5.E0 DETeIL. 1AeWE 25.89^ 55.40" e N.o.2 W559'5 57.7sms 4. I6 ii 327. 1oo.50' Ufifit AFFIDAVIT OF CORRECTION OF OIM Ulfllt S FL- J IN C. R. 5633 p;•.e:37-9._';' 10.31-$3 of the Circuit Court DY•/ 4-11 ra°.g+ Deputy Chrl IN THE NEI/4 SEV4 OF SEO.36 TWP28S. RGE I5E. PINELLAS CTY. FLORIDA 450. G3' 1 I ° 0 119.94' 1 103.44' rI s e5. 5540 y1 ; I/09.5G 70' T0' a \,,TM A a t I.7 g 8 18 0 19 .g $ 20 0 10 60 Id _R-IVFRE ELYE ko_uR'f"' 8401 00-N 5.09• 3'Sj4O-Ie /gr/.... Ale__2.:+--73' CW if p 2B9.t0 27 /$ 0 p 1ao-- --70-r _TO. 31" 156.85- --TS\IV105.10 N It 0 1• itL ;i N 9 C , a4itiid em, 5•nna Wil 23 s/ P25 b 24 3" II e70.857: r-• To/ •to ' I / 75' 51/11( j21 29 n3pI 0 G3 - 9i 196.0'• 7I X55.55.40 C. 11so2.zG O v3.. TRACT A FIE COR.OFSE%40F 5EC. 3Co-T285-RISE. u NY0 A n olu wo-rE: A LI ensemcr, ore For P-ninacle t. Uttll+lcs unle.ss doW ir,a+ad+oro+heruse. 10' Easemen+s a43ocen4 to all strce+ Denoic5 FG.P Grn lnage f: Dtili+Y Easement En+1 re Troa+ is o. 85• 55' 40' E. TO' 70' TO' 34/ X35 3G V4' h OT lhCWDED tN TU15 PLAT over 4.88.2c, 14' a. 297' 259•_25[ AN. 89•':414F j loo' ' ,1{• Pay . 0 42 I oI 43 tfFl t•'' I r IOCI 496. 2G' 6 0 41 NI q 44. 0 70• 70' U T1.?6 1109.14' I4EI .."`I I r 3-1 0 o or I r 40°I 45 or rear- - 7oo.a1 Kin I t0 4G o 9 09_ SB. 40 E.._ L T/TLE _BROOK_ LANE o s.sa 1„-4'25--'O--39- 1 87 ,Sea 80' 85 4_9 84 ILA_ 85 TO- 8e 2O- 81 / I CL --4 0 1 7 2_-rsi 76 , 77,;' N BO ^ 7a 81.16 I ya a 0 64 ° 1-t95 --IS o <05 GG To 1 G7 GS i9 c 3a• 70 70' v_ 71_ aT 72 e - 3 3r 3 74,1175 Z 1 0FF.a I- I IIei23, BR_IARWAY 5.89. 55' 40 I -I 521. yU P re' 10 Y I /M saes , P\52 527" S E ',(q SEL. 260.25 0" to 25 5--- G-28.15 AL.LARD DRIVE 'Y N r 3 ( IJ 77 of M Irak Aa -1 -- an cart t , arecprreGh +fes} permerrr -t re(- mo Ymerlts requlrertlorris ofchap er (1,55o, SecFion 1-77-091tOLdvis of +1-'e 51a*e o 25 25 PRM suRCEYor EiRTrF1CATE I I eb mer 'ivy thaton ffte 8+hda , 1-531.92•y 551 54 53 3 47 r d 4S g g 49 °d in tO Iu.89.24'I4'E- _. D E S C R IP T- I O N: From' the NE corner of the SE 1/4 of Section 36. Township 28 S., Range 15 E, run S. 0°33'48" E. along the east section line of said Section 36. 653.02 feet for a Point of Beginning; thence continue S. 0° 33'46:'' E. along the east section line of Section 36, 687.69 feet to the NE corner of the SE 1/4 of the SE 1/4 of Section 36, Twp. 28 S. Rge 15 E. said point being the NE corner of Marla Grove Estates, recorded in Plat Book 83, Page 69, Public Records of Pinellas County, Florida; thence run N. 89°55'40" W. 1331.92 feet, along the north boundary of 'Marla Grove Estates, also being the south boundary of the NE 1/4 of the SE 1/4, to the SW corner of the NE 1/4 of the SE 1/4 of said Section 36; thence run N.0° 21'13" W.918.87 feet along the 40 acre line. said 40 acre line being the east boundary line as shown on the plats of Manor Pines. Plat Book 45, page 92, and Elinor Park Estates, Plat Book 54, page 86, Public Records of Pinellas County, Florida; thence run N 89° 38' 47" E. 155.00 feet; thence run S 89° 55' 40" E. 450.63 feet; thence run S. 61°07'15"E. 489. 04 feet; thence run N 89°26'14" E;297. 00 feet to the P.O. B. D EDICATION: The und ersigned hereby certify that they are the owners of the above described tract of land, hereby platted as CYPRESS POINT UNIT 1; that they dedicate to the public in general all streets, easements, and public places shown on this plat of the subdivision of said lands. ' I GS TREE HOMES, INC. as to Lots 65, Q66, and 67. U u 17d11i 1VDlJ(D al John . Sommers, President Arthur T. Doyle, Secret ry,T PAULMARK BUILDERS, INC. as to Lots 6, 31. --• - Mark Applefield, President Paul Applefiel ,% Secretary o, ALAN FILSON & ASSOCIATES, INC. Alan R. Filson, President Linda L. Bartley, CHARLES H. B. WHITEHEAD, BARBARA W. BRAGG, AND HELEN L.W. P • NFOLD, Joint venturers under Agreement atetf e 7/` . of January, 1977 1 IDAaour c 6, B. Whitehead Barbara W.Brag Helen L. W. Penfo d etary o \1 •'i- 5 Charles H. B o ally / 1 /0 NECocof SE 1/4oFSE Yf-To----- zr 30 y sEc,s 6S 1°' 7492 IIG.57' PRM , ATED 7/24/82 I , - -v > a2 Signed, sealed, and delivered in the presence of: T8''•G 2(j 1 I L %, rfbst-e. ppiaifeat was surveyed. fdirnensjons_ k es to/1 Mures Witness to all signatures hav- been e_et t}h/of,tfire Oaf/beets atria -Feria! e;m+riposlt ion __ W t° VG • d'"'9 - ACKNOWLEDGEMENT: T A '4aara4 ZtJohnson- Rai, Lard sl rveyor 1t1@?742 / State of Florida/ ) / County of Pinellas ) SSJ RAD DEFL ARC CHORD CHORD BRG. /` r hereby certify that on thisIOTH day off11ARG1,19B before me personally appeared Io31. 39 2°, Alan R. Filson, President, and Lida. -11".. ---Bartley, Secretary, Alan R. Filson & 8257' 92.55 I-1. 3° 0' 18" W. _ ;.-'. Associates, Inc.; John -A. Sommers, -President, and Arthur T. Doyle, Secretary, 235 2° 0i73.'.5006';' 05.94 05.03 N 23 24' 18" W ./‘, j1 Rosetree Homes, Inc.; Mark Applefield, President, and Paul Applefield, Secretary. 235 501 2 1754' 46" 1 135.92 105.03 N 3947' 92 " W - Paulmark Builders, Inc.; Charles H. B. Whitehead, Barbara W._ . Bragg, and 204924' ' 01" 35.10 30.77 N 19" E Helen L. W. Penfold, Joint Venturers under Agreement dated the 7th day of January, 20 04" 34.49 77.48 N 46 9' 25" W 1977; ' to me known to tie the persons described 1082.33 2 03' 3 04" 65. 77.48 N 3 02' 25" E in and who executed the foregoing certificate and dedication, and affixed their seals1082.33 1 43' 2 65.10 65.09 N 3 02' 0358" E thereto, and acknowledged the execution thereof to be their free act and deed as 1082.33 0 50'24" 31.74 31.74 N 0 29' 11" 42' 18" E such individuals, trustees, and joint venturers, and as such officers, for the uses 50 1520 22" 36.14836..351 N 69 22' 03" E 50 15 22' 26.83 26. 51 N 64 02' 07" E and purposes therein mentioned, and said instrument is the act and deed of said 50 22 21' 42" 39.03 38.04 S 78 13 ' 49" E companies, individuals, and trustees. 50 22 21' 42" 39.03 38.04 S 33 30' 25" E WITNESS my hand and official seal at the City of Clearwater, County of Pinellas, 50 26 05' 19" 45.53 43.98 S 14 56' 36" E State of Florida, the day and year aforesaid. MARK RAD DEFL ARC CHORD CURVED CHORD BRG, A 260 24°14'52" 220.06 213.55 N 24°10'32" W B 260 13 44"35" 124.73 123.54 N 13 40'15" W C 260 10 30'16" 95.33 94.80 N 3755'07" W D 260 29 02"18" 263.54 252.40 N 19 23' 06" W E 260 24 51' 42" 225. 64 218.62 N 23 33'42" W F 260 4 10' 36" 37.90 37.87 N 5 28'36" E G 1057.33 400'21" 105.07 164.9° N 5 10151" E H 235 4 16' 57" 35.13 35.10 N 4 12' 38" E I 235 13 04'56" 107.31 106.38 N 21 34"30" W J 235 6 52' 58" 56.46 56.32 N 41 32' 24" W K 285 7 07' 03" 70.81 "70.63 N 7 02' 43" W L 20 52 07' 03" 36.38 31.57 N 37 57' 17" W M 285 8 57' 24" 89.10 88.74 N 39 27' 59" W N 285 1 54' 36" 19.00 19.00 N46.30' 48" W O ' 285 .6 11' ll " 61.55 61.43 N 38 25' 01" W P 285 7 30' 38" 74.72 74.50 N 24 43' 12" W Q 285 7 09' 25" 71.20 71.01 N 10 03' 09" W R 285 616' 28" 62.42 62.29 N 3 22' 44" E S 1032.33 0 13' 1.5" 7.95 7.95 N 9 25' 57" E T 1032.33 1 57'37" 70.63 70.62 N 7 15' 07" E U 1032.33 2 49' 21" 101.71 101.67 N 2 28' 09" E oto A MARK UA V W X Y Z AA BB CC DD EE FF GG HH I:I JJ KK LL MM NN 00 PP 50 24 12' 14" 42.25 41.00 S 65 14' 20" W 50 21 01' 15" 36. 69 35.87 N 69 32' 20" W 50 20 42' 16" 36.14 35.35 N 69 13' 22" W 150 11 26' 47" 59.93 59.54 N 67 57' 41" E 150 22 21' 42" 1I7 .09 114.14 S 78 13' 49" E\ 150 22 21' 42'' 117 .09 114.14 S 3330' 25" E.S. 150 26 05' 19" 136.80 131.93 S 14 56' 36" W 150 3 41' 27" 19.32 19.31 S 4443' 23" W 150 85 56' 58" 450. 03 299. 25 S 37'32' 08" E CeRTIF1CATE OF AAPPPOVAL OF COUNTY CLERK 'STA Fr--IPA-I A -COUNTY OF plNLE.45 : I Korleen F DeBlaker,ClerKa1 fhe Clrcult Courtopf' pfnerr is Coun florfoct t. y b ce. 4'If1.1 i•hat rh l5' p + hak,ear7tfrarr irled ,~}r-taf 1}cornaofiterteern/nis oF+he 5+4tutes oP Flerm.o r15IrtIrS ib s P s5. tha{ thlSPla+ has fin Fl le4'form Ord 1'1 /MAT Bc° PUbric ecords c Rne(las Countyt FlorrOet Thiszorh day of iiAe. Ir e s! aop.01.. eClemnCountyFIDDrlea 06puf ctsrt e5 in -torr 8Io PALM My commission expires . 1 ':?i'. 85" Not y 15ubli"State of Florida C' COUNTY COMMISSION APPROVAL: - State of Florida ) - County of Pinellas ) SS It ishereby cert,FIed Thar ILIIS pta+ hos been sr -ricking approved bylheBoard ofCaun++'v Comm'i L prors of the County -Of Pinellas, this I9_de1'o o,9'g1t_ 1535' AP: - e EP - . i olineer ATIEST: KARLEP--t1 F' OEBLAKER GIerK 2511 C: rrnan, Eoardof ounIy Co` C7 rEr3 DEP-F9 GLERY . PIONEER TITLE, INC.: CHICAGO TITLE INSURANCE # 5135CERTIFIEDTO: COMPANY AND/OR AMERICAN PIONEER TITLE W.O. INSURANCE COMPANY BUSINESS MORTGAGE,INC. BRIAN K. HARDING.& CYNTHIA A. DECRANE N O T H D 1ARw Y. DP V , co • k\ l t.o+C.w) 4 ra o 9554QE. si11 ALI itS1 . 65.00' tA o_ i-- - 0 J ( ,, 0 V. M EASEL ENT •. N N CONC, DR. so 11.5 FENC& I 4orfa+ a ` tames 22.0 ti.5 a STo Ry el C.O.S. 42.0 tc.!i M 0 r TWP?8 S PGEII.5 E. Cp. I :M ISaitjyZ 3/y 1.! SO s^ 11.5 a0 0 IC) 1,1 a. 0 0 In BASIS OF BEARINGS: The Southerly R/W line of Briarway Drive, being S89°55'40"E, as per platy--* BOUNDARY SURVEY" s0' EASEMENT 0 sig rtuHt G5 00 *Pith Na95540w n1e lit LEGEND` F.I.R.= FOUND IRON ROD; F.C.I.R.= FOUND CAPPED IRON ROD; S.C.I.R.= SET CAPPED IRON ROD; F.I.P.= FOUND IRON PIPE: F.C.I.P.= FOUND CAPPED IRON PIPE; F.N.D. FOL,ND NAIL 8 DISK; S.N.D.• SET NAIL & DISK; F.C.M.= FOUND CONCRETE MONUMENT; P.R.M.= PERMANENT REFERENCE MONUMENT; P.C.P.= PERMANENT CONTROL POINT; P.1.= POINT OF INTERSECTION; R / W = RIGHT OF WAY; ELEV. -..ELEVATION; C.B.S.= CONCRETE BLOCK STRUCTURE; CONC.=CONCRETE• ASPH.. ASPHALT: PVMT.= PAVEMENT; COV.=COVERED; D.= DEED; SEC.= SECTION; TWP.= TOWNSHIP; RGE.= RANGE; P.. PLAT; M.= MEASURED; E'M'T = EASEMENT; R.= RADIUS; A.= ARC; C.. CHORD; C.B.= CHORD BEARING;. STY. = STORY; C.L.F. = CHAIN LINK FENCE; W.F. = W000 FENCE; CO`+ESE; AREA A SURVEY OF LOT 55, Cypress Point, Unit 1 AS RECORED IN PLAT BOOK 8 v , PAGE 35: ; OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. I. WILLIAM C. KEATING. THE SURVEYOR IN RESPONSIBLE CHARGE CERTIFY THAT THE SURVEY REPRESENTED HEREON AS MEETING THE MINIMUM TECHNICA,. STANDARDS SET NORTH BY THE FLORIDA EOARD Or LAND• SURVEYORS. PURSUANT TO SECTCIN 472.027 OF TML' PLORIOA STATUTES AS PRESCRIRPD NCHAPTER01017-0 DEPT. OF PROFESSIONAL. REGULATION. (NOT VALID UNLEss SEALED WITH AN EMBOSSED SURVEYOR'S SEAL.) ELEVATION STATEMENT: THIS IS TO CERTIFY THAT WE HAVE OOTAINED ELEVATIONS SHOWN HER ON OF THE ABOVE DESCRIBED LAND. THESE ELE VAT IU'.S SHOWN HEREON ARE BASED ON THE NATIONAL VERTICAL DATUM. 1929, BENCHMARK COUNTY, FLORIDA. DEPT, , AI SUPPLIED BY THE ENGINEERING COM!-111NITY No. 25139 DRA,AN f,Y CHEC,.ED BY: PANEL No. DATE: 10-10-95 MAP DATE: 6 '`" - 8 APPEARS TO BE it I. ZONE : BASE FLOOD ELEV. SCALE: '/ AL_L.1E00 SURVEY. 2124. 2124 SUNNYDAL.E EiL—VD. CLEARWATER, FLORIDA. 34.625 15 2_ 8 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-0521 Agenda Date: 4/29/2024 Status: Agenda ReadyVersion: 1 File Type: City Manager Verbal Report In Control: City Council Agenda Number: 8.1 SUBJECT/RECOMMENDATION: North Beach Update Page 1 City of Clearwater Printed on 4/24/2024