Loading...
06/18/2025Wednesday, June 18, 2025 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 - Final-revised June 18, 2025City Council Meeting Agenda - Final-revised 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. 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. 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 Juneteenth Proclamation - Aliya Cruise, Parks and Recreation 4.2 Storm Water Resiliency Update 5. Approval of Minutes 5.1 Approve the minutes of the June 5, 2025 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 6/17/2025 June 18, 2025City Council Meeting Agenda - Final-revised 6. 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 6.1 Authorize a purchase order to Bausch Enterprises, Inc. of Stuart, FL for two aluminum lifeguard towers in the amount of $137,025.00, pursuant to Sec. 2.563(1)(a) Single source and authorize the appropriate officials to execute same. 6.2 Approve a Contract for Sale of Vacant Real Property with Modern Realty of Tampa, LLC, in the amount of $725,000.00, further defined by address 7240 US Hwy 19 N Pasco County, FL, Parcel 32-25-16-0040-00C00-0040 within Section 32, Township 25 South, Range 16 East; located in Pasco County, Florida, and authorize the appropriate officials to execute same. 6.3 Authorize purchase orders to multiple vendors for the purchase of ten refuse trucks in an amount not-to-exceed $4,194,187.92, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c) Piggyback purchasing and 2.563(1)(d) Non-competitive purchases; authorize an increase to Purchase Order with Lubecore Florida LLC of Tampa, FL for fire suppression and automated lubrication on seven of these refuse trucks in an amount of $85,000.00 bringing the purchase order total to $335,000.00; declare the vehicles being replaced as surplus and authorize for disposal at auction or trade-in, whichever is in the best interest of the City, pursuant to Clearwater Code of Ordinances Sections 2.623(6), (7)(c), (7)(e); authorize lease purchase under the City's Master Lease Purchase Agreement or internal financing via an interfund loan from the Capital Improvement Fund, whichever is deemed to be in the City's best interest, and authorize the appropriate officials to execute same. 6.4 Item pulled. 6.5 Accept a 2025/26 Florida Highway Beautification Council Grant (FHBCG) for the beautification of medians on Missouri Avenue from Bayview Drive to Court Street in the amount of $435,772 between the Florida Department of Transportation District Seven and the City of Clearwater associated with Project 2 - SR 595 and SR 651, established by Capital Improvement Project, Missouri Avenue Median Beautification (G2507), authorize the appropriate officials to execute same, and adopt Resolution 25-09. Page 3 City of Clearwater Printed on 6/17/2025 June 18, 2025City Council Meeting Agenda - Final-revised 6.6 Approve purchase orders to Berger’s Power Washing, LLC of Spring Hill, FL (primary) and Emerald Facility Management of St. Petersburg, FL (secondary) for pressure washing and cleaning services of city hardscaping in a cumulative annual amount not to exceed $275,000.00 for a one-year term, beginning June 1, 2025 through May 31, 2026, with two one-year renewal options, pursuant to Invitation to Bid 20-25 and authorize the appropriate officials to execute same. 6.7 Approve Supplemental One Work Order and an increase to purchase order under the continuing services contract with Ardurra of Tampa, FL, for Solid Waste Truck Wash Replacement Design, Permitting and Construction Services (23-0021-SW), in the amount of $251,748.00 for a new total of $499,295.00 pursuant to Request for Qualifications (RFQ) 34-23, Engineer of Record (EOR) Consulting Services, and authorize the appropriate officials to execute same. 6.8 Approve the final plat for Forrest Villas located at the intersection of Kings Highway and Freedom Drive. 6.9 Approve an increase to the purchase order of Inliner Solutions, LLC, of Sanford, FL, for Stormwater Pipe Lining (Section C) in the amount of $400,000.00, increasing year two of the contract from $500,000.00 to $900,000.00 on a unit price basis, pursuant to Invitation to Bid (ITB) 23-0036-EN and authorize the appropriate officials to execute same. 6.10 Approve to convey a Perpetual (ten foot sidewalk) Easement to the State of Florida Department of Transportation (FDOT) as further defined The East 10 feet of Lots 5 and 6, Block 8, Magnolia Park according to the Map or Plat thereof recorded in Plat Book 3, Page 43 of the Public Records of Pinellas County, Florida; in support of the proposed City Hall development at 200 S Myrtle Ave, Clearwater, Florida. 6.11 Approve to convey a Distribution Easement to Duke Energy Florida, LLC, and further described as the Easement Area located within Lots 1-10 of Block 8, Magnolia Park and Lots 1-10 of Block 5, Magnolia Park, less the Right of Way in the Northeast corner of Lot 5 of the plat as recorded in Plat Book 3, Page 43, Pinellas County, FL Public Records, in support of the proposed City Hall development located at 200 S Myrtle Avenue, Clearwater, Florida and authorize the appropriate officials to execute same. 6.12 Approve a Purchase Order to Flotech Environmental LLC (Flotech), of Miami Beach, FL, for stormwater conveyance pipe and structure cleaning, inspecting, lining and repair services in the not-to-exceed amount of $2,000,000.00, for an initial one-year term, with option for two additional one-year terms on a unit price basis, pursuant to Clearwater Code of Ordinances Section 2.563.(1)(c), Piggyback, and authorize the appropriate officials to execute the same. Page 4 City of Clearwater Printed on 6/17/2025 June 18, 2025City Council Meeting Agenda - Final-revised 6.13 Authorize a purchase order for Wastequip Manufacturing Company LLC of Charlotte, NC for the purchase of roll-off containers, compactors, and compactor parts in a not-to-exceed amount of $420,000.00 for term June 3, 2025 through June 2, 2026, pursuant to Clearwater Code of Ordinance Section 2.563 (1)(c) Piggyback purchasing, and authorize the appropriate officials to execute same. 7. Second Readings - Public Hearing 7.1 Adopt Ordinance 9811-25 on second reading to vacate the west five-foot city utility easement by request of landowner Aaron Petersen located at 2074 Douglas Ave, Clearwater, FL, per Exhibits A and B, further defined the west 5 feet of Lot 5, and the west 5 of the south 20 feet of Lot 4, all in Block X of Bay Terrace and Bay Terrace addition, according to the map or plat thereof as recorded in Plat Book 13, Page 22 of the public records of Pinellas County, FL. 7.2 Adopt Ordinance 9826-25 on second reading, amending the City’s fiscal year 2024/25 operating budget at mid-year. 7.3 Adopt Ordinance 9827-25 on second reading, amending the City’s fiscal year 2024/25 capital improvement budget at mid-year. 8. City Manager Reports 9. City Attorney Reports 10. Other Council Action 10.1 Letter from Attorney General James Uthmeier - Councilmember Cotton 11. Closing comments by Councilmembers (limited to 3 minutes) 12. Closing Comments by Mayor 13. Adjourn Page 5 City of Clearwater Printed on 6/17/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0514 Agenda Date: 6/18/2025 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: City Council Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Juneteenth Proclamation - Aliya Cruise, Parks and Recreation Page 1 City of Clearwater Printed on 6/17/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#24-1593 Agenda Date: 6/18/2025 Status: Agenda ReadyVersion: 1 File Type: Special recognitions and Presentations (Proclamations, service awards, or other special recognitions. Presentations by government agencies or groups providing formal updates to Council will be limited to ten minutes.) In Control: City Council Agenda Number: 4.2 SUBJECT/RECOMMENDATION: Storm Water Resiliency Update Page 1 City of Clearwater Printed on 6/17/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0111 Agenda Date: 6/18/2025 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the minutes of the June 5, 2025 City Council meeting as submitted in written summation by the City Clerk. Page 1 City of Clearwater Printed on 6/17/2025 City Council Meeting Minutes June 5, 2025 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Thursday, June 5, 2025 6:00 PM Main Library - Council Chambers City Council Draft City Council Meeting Minutes June 5, 2025 Page 2 City of Clearwater Roll Call Present: 5 - Mayor Bruce Rector, Vice Mayor Lina Teixeira, Councilmember David Allbritton, Councilmember Ryan Cotton and Councilmember Michael Mannino Also Present: Jennifer Poirrier – City Manager, Daniel Slaughter – Assistant City Manager, Alfred Battle – 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 – Mayor Rector The meeting was called to order at 6:00 p.m. 2. Invocation – Father Bob Swick from St. Francis of Assisi Old Church 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.) – Given. 4.1 National Homeownership Month Proclamation, June 2025 4.2 Federal Legislative Update - Harry Glenn, Van Scoyoc Associates, Inc. 5. Approval of Minutes 5.1 Approve the May 15, 2025 City Council meeting minutes as submitted in written summation by the City Clerk. Vice Mayor Teixeira moved to approve the May 15, 2025 city council meeting minutes as submitted in written summation by the City Clerk. The motion was duly seconded and carried unanimously. 6. Consent Agenda – Approved as submitted. 6.1 Approve the Substantial Amendment to City of Clearwater’s Fiscal Year 2021/2022 Annual Action Plan and the HOME-ARP Allocation Plan and authorize the City to modify Draft City Council Meeting Minutes June 5, 2025 Page 3 City of Clearwater existing agreements and request new applications for funding. (consent) 6.2 Accept a Gas Utility Easement from REAL SUB LLC , for the construction, installation, and maintenance of gas utility facilities on real property located in Trinity, FL 34655. (consent) 6.3 Authorize the addition of one new bid line item with Equix Holdings, Inc., dba Equix Energy Services, LLC, of Midway, FL, for the installation of a 16-inch pipeline and authorize the appropriate officials to execute same. (consent) 6.4 Authorize Guaranteed Maximum Price proposal to Bandes Construction Company, Inc. of Dunedin, FL in the amount of $313,575.00 for permanent repairs to the Pier 60 bait house and temporary repairs to railing west of the bait house pursuant to Construction Manager at Risk Services Continuing Contracts and authorize the appropriate officials to execute same. (consent) 6.5 Authorize purchase orders to Agni Enterprises, LLC (dba) Head to Heels Safety Supplies, Aqua Triangle 1 Corp, Commercial Energy Specialists, LLC, and Harcros Chemicals Inc. to supply and deliver swimming pool grade chemicals to various facilities throughout the City in the cumulative annual amount of $225,000.00 for initial term, July 1, 2025 through June 30, 2026, with two one-year renewal options at $225,000 annually pursuant to Invitation to Bid 11-25 and authorize the appropriate officials to execute same. (consent) 6.6 Award purchase orders to Big Earth Landscape Supply, Consolidated Resource Recovery, Inc, Ewing Irrigation Products Inc, Howard Fertilizer and Chemical Company Inc, SiteOne Landscape Supply and The SOS Team to supply and deliver various athletic field materials for Parks Beautification Infrastructure (PBI) and Athletic Field Maintenance Divisions in the cumulative annual amount of $300,000.00 for initial term of June 6, 2025 through June 5, 2026, with two, one-year renewal options pursuant to Invitation to Bid 06-25 and authorize the appropriate officials to execute same. (consent) 6.7 Approve an Agreement between Julie Marcus, Pinellas County Supervisor of Elections (SOE) and the City of Clearwater to use the Countryside Recreation Center (2640 Sabal Springs Drive) as an early voting site for the November 3, 2026 General Elections and authorize the appropriate officials to execute same. (consent) 6.8 Approve purchase order to Aquatic Control Group of Miami, FL, for Alligator Creek Tree Removal in the not-to-exceed amount of $250,000.00, on a unit-price basis, pursuant to Invitation to Bid (ITB) 22-25 and authorize the appropriate officials to execute same. (consent) 6.9 Award a construction contract to Central Florida Contractors, Inc. of Seminole, Florida, for the 2025 Sidewalk project in the annual amount not-to-exceed $2,000,000 for an initial one-year term with option for three additional one-year renewal terms on a unit price Draft City Council Meeting Minutes June 5, 2025 Page 4 City of Clearwater basis, pursuant to Invitation to Bid (ITB) 25-0001-EN and authorize the appropriate officials to execute same. (consent) 6.10 Approve a Guaranteed Maximum Price (GMP) proposal from Biltmore Construction Co., Inc. of Belleair, Florida, under the continuing services contract, for the demolition of the former Fire Station 45, in the amount of $272,437.00 pursuant to Request for Qualifications (RFQ) 51-24, Construction Manager at Risk (CMAR) Continuing Services Contract, and authorize the appropriate officials to execute same. (consent) 6.11 Approve the Fire Station 47 Funding Agreement between the City of Clearwater and Pinellas County to provide funding to reimburse the City for the construction of new Fire Station 47, in an amount up to $1,192,028.65, during the contract period concluding December 31, 2025, pursuant to Florida Statutes Section 163.01, and authorize the appropriate officials to execute same. (consent) 6.12 Approve a renewal contract with Granicus, LLC of Washington, DC for software subscription maintenance and professional services in an amount not-to-exceed $1,380,048.57 for a term effective June 1, 2025 through May 31, 2030, pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), non-competitive purchase (impractical), and authorize the appropriate officials to execute same. (consent) 6.13 Approve a purchase order to Convergint Technologies, LLC. of Schaumburg, IL, for software and existing hardware maintenance for security systems at city facilities in a not-to-exceed amount of $1,088,879.59 for the term beginning June 1, 2025 through February 18, 2029; pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback and 2.563(1)(d) Non-Competitive purchases (impractical) and authorize the appropriate officials to execute same. (consent) 6.14 Authorize an increase to the purchase order with GSA Security, Inc. of Tampa, FL, for the purchase, installation, maintenance, and repair of security cameras in the amount of $200,000.00 for the term ending October 24, 2025, bringing the total not-to-exceed amount to $400,000.00 and an increase of $150,000.00 to the subsequent one-year renewal option for a new annual not-to-exceed amount of $350,000.00 in accordance with Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and authorizes the appropriate officials to execute same. (consent) 6.15 Accept Florida Department of Transportation (FDOT) Grant Agreement Amendment (No. 446805-1-94-01) in the amount of $472,235.00 for the Re-mill and Overlay on portions of the Apron Asphalt at Clearwater Airpark and authorize the appropriate officials to execute same. (consent) 6.16 Authorize a Work Order under the continuing contract with Kennedy/Jenks Consultants, Inc. to provide engineering services for the design and bidding phases of tank cleaning at the City’s Water Reclamation Facilities (WRF) and the Skycrest Reclaim Booster Pump Station, project 24-0072-UT, in the amount of $109,727.00, pursuant to RFQ 34-23, Draft City Council Meeting Minutes June 5, 2025 Page 5 City of Clearwater Engineer of Record (EOR) Consulting Services and authorize the appropriate officials to execute the same. (consent). Councilmember Allbritton moved to approve the Consent Agenda as submitted and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. Public Hearings - Not before 6:00 PM 7. Administrative Public Hearings 7.1 Amend the City’s fiscal year 2024/25 operating and capital improvement budgets at mid-year and pass Ordinances 9826-25 and 9827-25 on first reading. The fiscal year 2024/25 operating and capital improvement budgets were adopted in September 2024 by ordinances 9793-24 and 9794-24. Section 2.521 of the City’s Code of Ordinances requires the City Manager to prepare a quarterly report detailing income, expenditure estimates, collections, the explanation of significant variances, as well as the financial status of all capital improvement projects. The attached memorandum and the accompanying report provide this information and outline the issues at mid-year that require amendment. STRATEGIC PRIORITY: The budgeting process aligns resource allocation to the advancement of our community in all five strategic priorities: high performing government, economic and housing opportunity, community well-being, environmental stewardship, and superior public service. Ordinances 9826-25 and 9827-25 were presented and read by title only. Councilmember Mannino moved to amend the City’s fiscal year 2024/25 operating and capital improvement budgets at mid-year and pass Ordinances 9826-25 and 9827-25 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino Draft City Council Meeting Minutes June 5, 2025 Page 6 City of Clearwater 7.2 Approve to vacate the west five-foot city utility easement by request of landowner Aaron Petersen located at 2074 Douglas Ave, Clearwater, FL per Exhibits A & B and further defined as the west 5 feet of Lot 5, and the west 5 of the south 20 feet of Lot 4, all in Block X of Bay Terrace and Bay Terrace addition, according to the map or plat thereof as recorded in Plat Book 13, Page 22 of the public records of Pinellas County, FL, and pass Ordinance 9811-25 on first reading. This 5-foot west utility easement parallels the parcel 70-foot width along the rear property line. This easement serves no purpose and encumbers the parcel. There are no city utilities within this easement. City staff have reviewed and approved this request. STRATEGIC PRIORITY: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. Two individuals spoke in support. Ordinance 9811-25 was presented and read by title only. Councilmember Cotton moved to approve to vacate the west five-foot city utility easement by request of landowner Aaron Petersen located at 2074 Douglas Ave, Clearwater, FL per Exhibits A & B and further defined as the west 5 feet of Lot 5, and the west 5 of the south 20 feet of Lot 4, all in Block X of Bay Terrace and Bay Terrace addition, according to the map or plat thereof as recorded in Plat Book 13, Page 22 of the public records of Pinellas County, FL, and pass Ordinance 9811-25 on first reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8. Second Readings - Public Hearing 8.1 Adopt Ordinance 9822-25 on second reading, annexing certain real property whose post office address 1609 Levern Street, Clearwater, FL 33755, into the corporate limits of the city and redefining the boundary lines of the city to include said addition. Ordinance 9822-25 was presented and read by title only. Vice Mayor Teixeira moved to adopt Ordinance 9822-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Draft City Council Meeting Minutes June 5, 2025 Page 7 City of Clearwater Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.2 Adopt Ordinance 9823-25 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 1609 Levern Street, Clearwater, FL 33755 upon annexation into the City of Clearwater, as Residential Urban (RU). Ordinance 9823-25 was presented and read by title only. Councilmember Allbritton moved to adopt Ordinance 9823-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8.3 Adopt Ordinance 9824-25 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post office address is 1609 Levern Street, Clearwater, FL 33755, upon annexation into the City of Clearwater, as Low Medium Density Residential (LMDR). Ordinance 9824-25 was presented and read by title only. Councilmember Mannino moved to adopt Ordinance 9824-25 on second and final reading. The motion was duly seconded and upon roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 9. City Manager Reports – None. 10. City Attorney Reports – None. 11. Other Council Action 11.1 Duke Energy Clean Energy Connection Program Review - Councilmember Cotton Councilmember Cotton requested consideration to withdraw from the program. He said when the City began contributing to the program in August 2022, the break-even point was five years and full payback in seven years. He said the program's goal posts have changed and the Draft City Council Meeting Minutes June 5, 2025 Page 8 City of Clearwater break-even point is now 15 years (2037) and full payback in 27 years (2049). To date, taxpayers are in the negative $383,401.07. Discussion ensued with consensus that the program has not provided a fair return to the taxpayers. In response to a question, the City Manager said staff recommends the withdraw date be no later than the end of September. One individual requested the staff analysis be shared with the public prior to the vote and requested consideration to apply any savings from Cenergistic LLC for additional direct savings. Councilmember Cotton moved to withdraw from the Duke Energy Clean Energy Connection Program by end of September 2025.The motion was duly seconded and carried unanimously. 12. Closing comments by Councilmembers (limited to 3 minutes) Councilmember Allbritton said the Pinellas Suncoast Transit Authority (PSTA) is set to revitalize ferry service between St. Petersburg and Tampa thanks to a $4.86 million federal grant that was transferred from the Hillsborough Area Regional Transit (HART) Authority. The grant was originally awarded in 2021 for a now cancelled ferry project at MacDill AFB. HART approved the transfer in order to retain the funds within the Tampa Bay area. He said PSTA anticipates the Federal Transit Administration will review the transfer for final approval in the coming weeks. PSTA will use the grants funds to purchase one or two high speed ferry vessels. 13. Closing Comments by Mayor Mayor Rector said he was not present for the work session because he participated in a global Tampa Bay economic development mission in London. He said elected officials from the City of Tampa, Pasco County and the Pinellas County Board of Commissioners attended the event. He said it was important to see Clearwater participate in the regional cooperation as the region continues to attract businesses to relocate to Clearwater and the Tampa Bay area. Draft City Council Meeting Minutes June 5, 2025 Page 9 City of Clearwater 14. Adjourn The meeting adjourned at 6:42 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#25-0502 Agenda Date: 6/18/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Authorize a purchase order to Bausch Enterprises, Inc. of Stuart, FL for two aluminum lifeguard towers in the amount of $137,025.00, pursuant to Sec. 2.563(1)(a) Single source and authorize the appropriate officials to execute same. SUMMARY: Clearwater Fire & Rescue (CFR) is requesting authorization to purchase two aluminum lifeguard towers to replace those destroyed during Hurricane Helene in 2024. The proposed purchase includes one Bausch “ZERO” Tower (Tower 1) for $67,900.00 and one Bausch “LR” Tower (Tower 6) for $48,900.00. Tower 1, the larger of the two, will be installed on the beach in front of Opal Sands at 430 S. Gulfview Blvd., while Tower 6, which aligns with the size of the City’s current towers, will be placed at the San Marco Beach access on Clearwater’s north beach. Additional items totaling $20,225.00 are included in the requested approval amount to cover accordion shutters for door windows, upper storage shelves, delivery, assembly, and crane service charges. The total amount requested for approval is $137,025.00. In 2023, Procurement issued ITB 35-23, Aluminum Lifeguard Towers, for which Bausch Enterprises, Inc. was the sole respondent. On July 20, 2023, City Council approved CFR’s purchase of three towers from Bausch. In 2024, the City Manager approved the purchase of two additional towers as a standardized purchase. The City’s continued use of this manufacturer ensures consistency in design, maintenance, and operational procedures for relocating towers. Bausch Enterprises, Inc. is the sole source supplier of Bausch Watchtowers, which is the only aluminum lifeguard tower manufactured in the United States. These towers feature powder-coated aluminum construction, which provides superior durability and requires less maintenance in marine environments compared to wood, while offering greater longevity than fiberglass. Bausch Watchtowers are also the only towers on the market that can be built with specialized features such as an 8-foot ground-to-platform height, integrated secured storage, anodized aluminum railings, and customizable door widths to accommodate various equipment needs. Towers 1 and 6 were reported and adjusted as property in the open less the 5% deductible. Bausch Enterprises, Inc. delivered the towers to the City for Memorial Day weekend and allowed them to be placed in service pending Council review for approval. Should Council not approve the transaction, the towers will be returned to Bausch Enterprises, Inc. APPROPRIATION CODE AND AMOUNT: Funding for this purchase will be coded to 1817525-564000-D2402, Hurricane Helene. Reimbursement from FEMA is being pursued but may not occur. This will be funded by insurance recovery, possible FEMA reimbursement, and/or reserves of the General Fund, Special Program Fund, or Central Insurance Fund. USE OF RESERVE FUNDS: NA STRATEGIC PRIORITY: Page 1 City of Clearwater Printed on 6/17/2025 File Number: ID#25-0502 Foster safe and healthy communities in Clearwater through first-class public safety and emergency responses services. Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. Page 2 City of Clearwater Printed on 6/17/2025 3171 SE Waaler St. Stuart, FL 34997 Phone (772) 220-6652 May 27, 2025 To Who m it may concern, Bausch Enterprises, Inc. is the sole supplier of Bausch Watchtowers, the only aluminum lifeguard towers manufactured in the United States. To the best of our knowledge, these towers are the only in the world with a modular construction design, which allows the towers to be shipped at much lower costs and assembled on-site per customer specifications. The powder-coated, aluminum construction is also unique, requiring less maintenance in the marine environment than wood construction, and offering longevity over fiberglass. Bausch Watchtowers are also the only lifeguard towers manufactured that can be constructed with the additional customizations many year-round beach patrols would prefer, such as an 8-foot ground-to platform height, additional secured storage for equipment underneath the tower, anodized aluminum railings, and a choice of door widths to accommodate a wider range of equipment inside the tower. If there are any additional questions regarding Bausch Watchtowers, please contact us anytime. Sincerely, Todd Bausch President Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0512 Agenda Date: 6/18/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Approve a Contract for Sale of Vacant Real Property with Modern Realty of Tampa, LLC, in the amount of $725,000.00, further defined by address 7240 US Hwy 19 N Pasco County, FL, Parcel 32-25-16-0040-00C00-0040 within Section 32, Township 25 South, Range 16 East; located in Pasco County, Florida, and authorize the appropriate officials to execute same. SUMMARY: This property, now vacant, previously housed a remote operations building for Clearwater Gas System, with a warehouse facility dedicated to Pasco natural gas expansion field operations. The purpose of this sale is to sell off property eventually secure a more cost-effective location in the central Pasco area where most of the residential and commercial growth is occurring (i.e., between State Road 52 and 54, near the Suncoast Parkway corridor). On March 3, 2025, City Council declared this property as surplus and Invitation to Bid (ITB) #33-25 was issued in May 2025. Modern Realty of Tampa, LLC was the highest most responsive bidder in the amount of $725,000. In addition, the land was appraised in November 2024 at $650,000, representing a $450,000 increase over the initial purchase back in September 1995. City staff have reviewed and support the Sale. APPROPRIATION CODE AND AMOUNT: Funds will be deposited into Account 423-364220 (Surplus Land Sales), a revenue to the Gas Utility Enterprise Fund. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: 1.3 - Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. 1.5 - Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. Page 1 City of Clearwater Printed on 6/17/2025 7 EFFECTIVE this _____ day of _________________________, 2025. CITY OF CLEARWATER, FLORIDA. _______________________________ Bruce Rector Mayor Approved as to form: ________________________________ Jerrod Simpson Senior Assistant City Attorney By: ___________________________ Jennifer Poirrier City Manager Attest: _______________________________ Rosemarie Call City Clerk Attachment "A" First American Title Insurance Company OR BK 34-?a SCHEDULE A CONTINUED Agent's File No.: 99541732 Commitment No.: Lots 4, 5 and 6 and also a portion of Lots 7, \2, 1:J, \4, \5, \6 and 17, Block ·c·, JASMIN COURT as shown on the plat recorded in Plat Book 6, Page 51 of the Public Recnrrls nf Pasco County, Florida, being further described as follows: Commence at the Northeast corner of said Lot 4 for a Point of Beginning; thence along the West right-of-way line of Court Drive, South 00°00•39· West, a distance of 212.25 feet; thence South 88°20'48" West. a distance of 106.02 feet; thence South 02°31 '28" West, a distance of 42.00 feet; thence North 08lJ41 '28" West, a dl,;tanc,, of I30.00 feet to th,, Eac,t ritJht-of-way I ine of State Road No. 55 (U.S. Highway No. 19); thenr.e aJ,mg the said East riyht··of-way I Im,, Nort8 00°00•20" West, a distance of 256.66 feet; thence North 89 32'22" East, a distance of 107.89 feet to the Ea,;t boundary line of ,iilid Lot 17; thence nlrmg the said East boundary line, South 00°07'45" East, a distance of 2. 37 feet to the Northwest corner of said L.o t 4i;, t l1ence il I ong the North boundary line of salrl I ot 4, North 89 47'40" East, adl,itance of IJ0.00 fod tu the Point of Oeginning. 2 of e Attachment "A" CITY OF CLEARWATER CITY COUNCIL NOTICE OF PUBLIC HEARING The City Council of the City of Clearwater, Florida, will hold a public hearing on Thursday, March 6, 2025 beginning at 6:00 p.m., or as soon thereafter as the matter may be heard, in the City Council Chambers, Clearwater Main Library, 100 N. Osceola Avenue, Clearwater, Florida, to consider declaring the following real property, at 7240 US Highway 19 North, Pasco County, Florida as being surplus to city needs for the purpose of future land planning. Parcel: 7240 US Highway 19 North, Pasco County, FL Pasco County Tax Assessor Parcel Number: 32-25-16-0040-00C00-0040 (OR 3478, PG 1702) JASMIN COURT PB 6 PG 51 LOTS 4,5,6 & ALSO A PORTION OF LOTS 7,12,13,14,15,16 AND 17 BLOCK C BEING FURTHER DESC AS FOLLOWS COM AT NE COR OF SAID LOT 4 FOR POB TH ALG WEST R/W LN OF COURT DR S00DG 00' 39"W 212.25 FT TH S88DG 20' 48"W 106.02 FT TH S02DG 31' 28"W 42.00 FT TH N88DG 41' 28"W 80.00 FT TO EAST R/W LN OF SR NO 55 (US HWY 19) TH ALG SAID EAST R/W LN N00DG 00' 20"W 256.66 FT TH N89DG 32' 22"E 107.89 FT TO EAST BDY LN OF LOT 17 TH ALG EAST BDY LN S00DG 07' 45"E 2.37 FT TO NW COR OF SAID LOT 4 TH N89DG 47' 40"E 80.00 FT TO POB Interested parties may appear and be heard at the hearing or file written notice of approval or objection with the City Clerk prior to the hearing. Any person who decides to appeal any decision made by the Board or Council, with respect to any matter considered at such hearings, will need a record of the proceedings and, for such purpose, may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based per Florida Statute 286.0105. City of Clearwater Rosemarie Call, MPA, MMC P.O. Box 4748 City Clerk Clearwater, FL 33758-4748 A COPY OF THIS AD IN LARGE PRINT IS AVAILABLE IN THE OFFICIAL RECORDS AND LEGISLATIVE SERVICES DEPT. ANY PERSON WITH A DISABILITY REQUIRING REASONABLE ACCOMMODATION IN ORDER TO PARTICIPATE IN THIS MEETING SHOULD CALL THE OFFICIAL RECORDS AND LEGISLATIVE SERVICES DEPT WITH THEIR REQUEST AT (727) 562-4090. Attachment "B" Attachment "B" EXCEPTIONS/ADDITIONAL MATERIALS/ADDENDA Bidders shall indicate any and all exceptions taken to the provisions or specifications 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): Note -Any material exceptions taken to the City's Standard Terms and Conditions will render a Bid Non-responsive. _L No exceptions ___ Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this bid Additional Materials attached (describe--attach additional pages if needed) '?rocf o( hJr65 er 575 / FEIN Addenda Bidders are responsible for verifying receipt of any addenda issued by checking the City's website at http://www.myclearwater.com/business/bid-information/ prior to the bid opening. Failure to acknowledge any addenda issued may result in a response being deemed non-responsive. Acknowledgement of Receipt of Addenda (initial for each addenda received, if applicable): Addenda Number Initial to acknowledQe receipt Surplus Property - 7240 US Hwy 19 N 18 1TB #33-25 Attachment "B" Attachment "B" Attachment "B" Attachment "B" Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0501 Agenda Date: 6/18/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.3 SUBJECT/RECOMMENDATION: Authorize purchase orders to multiple vendors for the purchase of ten refuse trucks in an amount not-to-exceed $4,194,187.92, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c) Piggyback purchasing and 2.563(1)(d) Non-competitive purchases; authorize an increase to Purchase Order with Lubecore Florida LLC of Tampa, FL for fire suppression and automated lubrication on seven of these refuse trucks in an amount of $85,000.00 bringing the purchase order total to $335,000.00; declare the vehicles being replaced as surplus and authorize for disposal at auction or trade-in, whichever is in the best interest of the City, pursuant to Clearwater Code of Ordinances Sections 2.623(6), (7)(c), (7)(e); authorize lease purchase under the City's Master Lease Purchase Agreement or internal financing via an interfund loan from the Capital Improvement Fund, whichever is deemed to be in the City's best interest, and authorize the appropriate officials to execute same. SUMMARY: Due to ongoing manufacturing delays and extended lead times, the Solid Waste Department is requesting expenditure authorization in a not-to-exceed amount of $4,194,187.92 for the acquisition of ten refuse trucks in advance of the FY26 vehicle purchase and replacement cycle, which begins on October 1, 2025. Of these, three front-end loaders, two automated side loaders, and one roll-off truck will replace units already scheduled for replacement in FY26, specifically units G3969, G4324, G4458, G4459, G4460, and G4652. The remaining four trucks, two front-end loaders and two roll-offs, will be new additions to the Solid Waste fleet. To address operational gaps during vehicle repairs, the Department has been renting two front-end loader (FEL) trucks from RDK, LLC over the past year, which has proven to be a more costly solution. The proposed additions will expand the fleet to a sufficient size to maintain service levels and reduce the need for future rentals. Procurement Details for Vehicle Acquisition: Sourcewell Contract #110223-MCN - Refuse Collection Vehicles with Related Equipment, Accessories, and Services (valid through December 28, 2027) ·Procurement of four front-end loaders from Ten-8 Industrial totaling $1,553,399.92, of which $1,487,922.72 is covered under the Sourcewell contract. The remaining $65,477.20 represents non-competitive items authorized under Clearwater Code Section 2.563(1)(d), for extended warranties not included in the Sourcewell agreement. o These front-end loaders are currently in stock and available for immediate delivery, enabling the City to avoid extended lead times and minimize risks associated with potential tariff increases. Unlike the City’s typical compressed natural gas (CNG) models, these units are diesel-powered, enhancing fuel diversity in the Solid Waste fleet and supporting operational resilience in the event of a fuel supply disruption. Additionally, each diesel unit is approximately $115,000 less expensive than comparable alternative-fuel models. Florida Sheriffs Association (FSA) Contract FSA23-VEH21.1 - Heavy Trucks (valid through September 30, Page 1 City of Clearwater Printed on 6/17/2025 File Number: ID#25-0501 2025) ·One front-end loader from Container Systems & Equipment totaling $539,627.00, with $498,723.00 procured through the FSA contract and $40,904.00 as non-competitive items under Section 2.563(1)(d), which includes optional features and extended warranty coverage. ·Three roll-off trucks from Florida Kenworth LLC totaling $1,120,401.00, fully procured under the FSA contract. ·Two automated side loaders from Florida Kenworth LLC totaling $980,760.00, with $976,988.00 under contract pricing and $3,772.00 in non-competitive items under Section 2.563(1)(d). The optional features are purchased directly from the dealer and are impractical to bid due to delay in receipt of vehicle, warranty concerns with aftermarket installations, and/or unavailability of specific manufacturer parts from a different vendor. These add-on features are generally offered below Manufacturer Suggested Retail Price (MSRP) when purchased directly through the dealer. The Procurement Division will ensure pricing compliance. Additionally, on December 5, 2024, City Council authorized a purchase order to Lubecore Florida, LLC in the amount of $250,000.00 for the purchase and installation of Dafo fire suppression systems and automated lubrication systems for Solid Waste and Recycling vehicles. An increase of $85,000.00 is now being requested to equip seven of the newly acquired refuse trucks with these systems, bringing the total purchase order amount to $335,000.00. Lastly, authorization is requested to declare units G3969, G4324, G4458, G4459, G4460, and G4652 as surplus and approve their disposal via Tampa Machinery Auction (Tampa, FL) or Royal Auction Group (Zephyrhills, FL), in accordance with Clearwater Code Section 2.623(6). Tampa Machinery Auction was competitively solicited under Pinellas County Contract No. 190-0534-R(JJ), valid through November 17, 2027, and Royal Auction Group under Contract No. 190-537-R, valid through November 16, 2027. These vehicles have reached the end of their useful and economic life, as determined by factors including age, total usage, mileage/hours of operation, historical maintenance costs relative to comparable vehicles, operating costs per mile/hour, projected repair needs, and overall physical condition. APPROPRIATION CODE AND AMOUNT: A third quarter budget amendment will provide the following increases to capital projects: • An increase of $2,670,553.96 in lease/purchase funding to L1910, Motorized Equipment Replacement - L/P • An increase of $1,523,633.96 in lease/purchase funding to L2301, Motorized Equipment Purchases - L/P These projects are budgeted in the Garage Fund utilizing internal financing (lease/purchase) revenue. The Garage Fund is an internal service fund of the city established to support city-wide fleet operations. STRATEGIC PRIORITY: These purchases help accomplish strategic objective 1.2. Fleet division operators maintain public infrastructure to deliver effective and efficient services by optimizing City assets and resources. Page 2 City of Clearwater Printed on 6/17/2025 Dept Fund Cost Center Old Unit New Make Contract Non- Contract Total Truck Cost Autolube /Fire Supp Solid Waste 424 2089 G3969 Kenworth T880 Galbreath RO $ 373,467.00 $ - $ 373,467.00 na na Recycling 426 2043 G4324 Autocar ACX Heil FEL-CNG $ 498,723.00 $ 40,904.00 $ 539,627.00 $ 5,582.00 $ 6,657.00 Recycling 426 2041 G4458 Battle LET2 McNeilus Atlantic FEL $ 371,980.68 $ 16,369.30 $ 388,349.98 $ 5,420.00 $ 6,340.00 Recycling 426 2041 G4459 Autocar ACX ASL-CNG $ 488,494.00 $ 1,886.00 $ 490,380.00 $ 5,582.00 $ 6,657.00 Recycling 426 2041 G4460 Battle LET2 McNeilus Atlantic FEL $ 371,980.68 $ 16,369.30 $ 388,349.98 $ 5,420.00 $ 6,340.00 Solid Waste 424 2082 G4652 Autocar ACX ASL-CNG $ 488,494.00 $ 1,886.00 $ 490,380.00 $ 5,582.00 $ 6,657.00 Solid Waste 426 2083 New add Battle LET2 McNeilus Atlantic FEL $ 371,980.68 $ 16,369.30 $ 388,349.98 $ 5,420.00 $ 6,340.00 Solid Waste 426 2083 New add Battle LET2 McNeilus Atlantic FEL $ 371,980.68 $ 16,369.30 $ 388,349.98 $ 5,420.00 $ 6,340.00 Solid Waste 426 2083 New add Kenworth T880 Galbreath RO $ 373,467.00 $ - $ 373,467.00 na na Solid Waste 426 2083 New add Kenworth T880 Galbreath RO $ 373,467.00 $ - $ 373,467.00 na na 4,084,034.72$ 110,153.20$ 4,194,187.92$ 38,426.00$ 45,331.00$ 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: Addition of Repair and Replacement Parts 1 Contract Amendment FSA23-EQU21.0: Equipment Addition of Repair and Replacement Parts The Terms and Conditions of this Contract allow for modification via contract amendment as provided for in Section 1.23. Per Contract Terms and Conditions, Section 3.04, the FSA CPP reserves the right to add or delete any items from the contract when deemed to be in the best interest of FSA and purchasers, at its discretion. FSA is amending the original contract to add a new section to Section 3.0 – General Conditions: 3.26 – REPAIR AND REPLACEMENT PARTS FSA authorizes awarded vendors to sell repair and replacement parts. Parts and components pricing must include the administrative fee. If a vendor wishes to offer parts under this contract, the vendor must provide a price list to FSA and offer a discount below MSRP or list price for parts and components. Vendors may provide pricing by submitting a parts pricing sheet to cpp@flsheriffs.org. Vendors are encouraged, but not required to use the template. Items listed below are required for the submission of the pricing sheet: • Description • MSRP or List Price discount percentage • Exceptions to discount provided • Quantity discounts Please sign and return this Contract Amendment along with a completed pricing sheet. Awarded vendors who do not respond will not be authorized to sell parts until FSA CPP receives a completed Contract Amendment Acknowledgement and a parts pricing sheet. 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 110223-MCN Rev. 3/2022 1 Solicitation Number: RFP #110223 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and McNeilus Financial dba McNeilus Truck & Mfg., 524 East Highway St. Dodge Center, MN 55927 (Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Refuse Collection Vehicles with Related Equipment, Accessories and Services from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. EXPIRATION DATE AND EXTENSION. This Contract expires December 28, 2027, unless it is cancelled sooner pursuant to Article 22. This Contract allows up to three additional one-year extensions upon the request of Sourcewell and written agreement by Supplier. Sourcewell retains the right to consider additional extensions beyond seven years as required under exceptional circumstances. B. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract.          110223-MCN Rev. 3/2022 2 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Supplier’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated in Supplier’s product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity’s site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier’s dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that extends beyond the expiration of the Supplier’s warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier’s authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier’s responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier’s Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity’s requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase.          110223-MCN Rev. 3/2022 3 A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must:          110223-MCN Rev. 3/2022 4 x Identify the applicable Sourcewell contract number; x Clearly specify the requested change; x Provide sufficient detail to justify the requested change; x Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and x Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Change Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity’s authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier’s employees may be required to perform work at government- owned facilities, including schools. Supplier’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and          110223-MCN Rev. 3/2022 5 Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier’s acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum, the terms of which will be negotiated directly between the Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as applicable. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity’s requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity’s order will be determined by the Participating Entity making the purchase.          110223-MCN Rev. 3/2022 6 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: x Maintenance and management of this Contract; x Timely response to all Sourcewell and Participating Entity inquiries; and x Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, performance issues, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: x Participating Entity Name (e.g., City of Staples Highway Department); x Participating Entity Physical Street Address; x Participating Entity City; x Participating Entity State/Province; x Participating Entity Zip/Postal Code; x Participating Entity Contact Name; x Participating Entity Contact Email Address; x Participating Entity Contact Telephone Number; x Sourcewell Assigned Entity/Participating Entity Number; x Item Purchased Description; x Item Purchased Price; x Sourcewell Administrative Fee Applied; and x Date Purchase was invoiced/sale was recognized as revenue by Supplier.          110223-MCN Rev. 3/2022 7 B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Supplier’s name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above “Attn: Accounts Receivable” or remitted electronically to Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract’s expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier’s Authorized Representative is the person named in the Supplier’s Proposal. If Supplier’s Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Contract are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid.          110223-MCN Rev. 3/2022 8 C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master-servant, or principal-agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys’ fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell’s responsibility will be governed by the State of Minnesota’s Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract:          110223-MCN Rev. 3/2022 9 a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell’s relationship with Supplier. b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Supplier’s trademarks in advertising and promotional materials for the purpose of marketing Supplier’s relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, resellers, marketing representatives, and agents (collectively “Permitted Sublicensees”) in advertising and promotional materials for the purpose of marketing the Parties’ relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Neither party may alter the other party’s trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party’s trademarks only in good faith and in a dignified manner consistent with such party’s use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell’s written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services.          110223-MCN Rev. 3/2022 10 14. GOVERNING LAW, JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party’s reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract.          110223-MCN Rev. 3/2022 11 The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may: x Exercise any remedy provided by law or equity, or x Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers’ Compensation and Employer’s Liability. Workers’ Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office (“ISO”) Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for products liability-completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms          110223-MCN Rev. 3/2022 12 no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer’s Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Supplier, and products and completed operations of Supplier. D. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities.          110223-MCN Rev. 3/2022 13 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all references to “federal” should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier’s Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 C.F.R. §, 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 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated herein by reference. B. 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 C.F.R. § 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          110223-MCN Rev. 3/2022 14 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 C.F.R. § 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. Supplier must be in compliance with all applicable Davis-Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award meets the definition of “funding agreement” under 37 C.F.R. § 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 C.F.R. § 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. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above.          110223-MCN Rev. 3/2022 15 E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have 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. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act.          110223-MCN Rev. 3/2022 16 J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Supplier that are directly pertinent to Supplier’s discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Supplier’s personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). 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 C.F.R. § 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. M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre-approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this Contract or any purchase by a Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier’s actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to          110223-MCN Rev. 3/2022 17 the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days’ written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier’s Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell McNeilus Financial dba McNeilus Truck & Mfg. By: __________________________ By: __________________________ Jeremy Schwartz Jason Fritz Title: Chief Procurement Officer Title: Vice President of Sales Date: ________________________ Date: ________________________ Approved:                 110223-MCN Rev. 3/2022 18 By: __________________________ Chad Coauette Title: Executive Director/CEO Date: ________________________              5)35HIXVH&ROOHFWLRQ9HKLFOHVZLWK5HODWHG(TXLSPHQW $FFHVVRULHVDQG6HUYLFHV  9HQGRU'HWDLOV &RPSDQ\1DPH 0F1HLOXV)LQDQFLDO'%$0F1HLOXV7UXFN 0)* 'RHV\RXUFRPSDQ\FRQGXFW EXVLQHVVXQGHUDQ\RWKHUQDPH",I \HVSOHDVHVWDWH 01 $GGUHVV (DVW+LJKZD\6W '2'*(&(17(501 &RQWDFW -RVHSK3LVDQR (PDLO -SLVDQR#PFQHLOXVFRFRP 3KRQH )D[  +67 6XEPLVVLRQ'HWDLOV &UHDWHG2Q 0RQGD\2FWREHU 6XEPLWWHG2Q :HGQHVGD\1RYHPEHU 6XEPLWWHG%\ -RVHSK3LVDQR (PDLO -SLVDQR#PFQHLOXVFRFRP 7UDQVDFWLRQGGEHHHGGFGE 6XEPLWWHU V,3$GGUHVV  Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck & MFG          6SHFLILFDWLRQV 7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV *HQHUDO,QVWUXFWLRQV DSSOLHVWRDOO7DEOHV 6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ'RQRWPHUHO\DWWDFK DGGLWLRQDOGRFXPHQWVWR\RXUUHVSRQVHZLWKRXWDOVRSURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNUHVSRQG³1$´LIWKH TXHVWLRQGRHVQRWDSSO\WR\RX SUHIHUDEO\ZLWKDQH[SODQDWLRQ   /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URSRVHUௐ/HJDOௐ1DPHௐ RQHௐOHJDOௐHQWLW\ௐRQO\ ௐௐ ,QௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFWௐDVௐ6XSSOLHU 0F1HLOXVௐ)LQDQFLDOௐ'%$ௐ0F1HLOXVௐ7UXFNௐ ௐ0)*   ,GHQWLI\ௐDOOௐVXEVLGLDU\ௐHQWLWLHVௐRIௐWKHௐ3URSRVHUௐZKRVHௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHVௐDUHௐ LQFOXGHGௐLQௐWKHௐ3URSRVDO 1$  ,GHQWLI\ௐDOOௐDSSOLFDEOHௐDVVXPHGௐQDPHVௐRUௐ'%$ௐ QDPHVௐRIௐWKHௐ3URSRVHUௐRUௐ3URSRVHU Vௐ VXEVLGLDULHVௐLQௐ/LQHௐௐRUௐ/LQHௐௐDERYH 0F1HLOXVௐ7UXFNௐ ௐ0DQXIDFWXULQJ   3URYLGHௐ\RXUௐ&$*(ௐFRGHௐRUௐ8QLTXHௐ(QWLW\ௐ ,GHQWLILHUௐ 6$0  1$  3URSRVHUௐ3K\VLFDOௐ$GGUHVV ௐ(DVWௐ+LJKZD\ௐ6Wௐ'RGJHௐ&HQWHUௐ01ௐ  3URSRVHUௐZHEVLWHௐDGGUHVVௐ RUௐDGGUHVVHV ZZZPFQHLOXVFRPSDQLHVFRP   3URSRVHU Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐ QDPHௐ WLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH ௐ 7KHௐ UHSUHVHQWDWLYHௐPXVWௐKDYHௐDXWKRULW\ௐWRௐVLJQௐ WKHௐ³3URSRVHU¶Vௐ$VVXUDQFHௐRIௐ&RPSOLDQFH´ௐRQௐEHKDOIௐRIௐWKHௐ3URSRVHUௐDQGௐLQௐWKHௐHYHQWௐRIௐ DZDUGௐZLOOௐEHௐH[SHFWHGௐWRௐH[HFXWHௐWKHௐ UHVXOWLQJௐFRQWUDFW  -DVRQௐ)ULW] 9LFHௐ3UHVLGHQWௐRIௐ6DOHV ௐ(DVWௐ+LJKZD\ௐ6Wௐ'RGJHௐ&HQWHUௐ01ௐ -)ULW]#PFQHLOXVFRFRPௐ   3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐSURSRVDOௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH  -RVHSKௐ3LVDQR 6HQLRUௐ5HIXVHௐ6DOHVௐ0DQDJHUௐ ௐ(DVWௐ+LJKZD\ௐ6W 'RGJHௐ&HQWHUௐ01ௐௐ -3LVDQR#PFQHLOXVFRFRPௐ    3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐSURSRVDOௐLIௐ DQ\ௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐ SKRQH  5\DQௐ+XPSKUH\ 6HQLRUௐ5HJLRQDOௐ6DOHVௐ0DQDJHUௐ ௐ(DVWௐ+LJKZD\ௐ6W 'RGJHௐ&HQWHUௐ01ௐௐ 5+XPSKUH\#PFQHLOXVFRFRPௐ  7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH ,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck & MFG           3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐ LQFOXGLQJௐ\RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐ EXVLQHVVௐSKLORVRSK\ௐDQGௐLQGXVWU\ௐORQJHYLW\ௐ UHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐSURGXFWVௐ RUௐVHUYLFHV 6LQFHௐRXUௐIRXQGLQJௐLQௐௐ0F1HLOXVௐKDVௐEHHQௐDௐOHDGLQJௐPDQXIDFWXUHUௐRIௐVSHFLDOW\ௐ YHKLFOHVௐLQௐWKHௐYRFDWLRQDOௐVSDFHௐDGGLQJௐ5HIXVHௐ&ROOHFWLRQௐ9HKLFOHVௐWRௐRXUௐSRUWIROLRௐ LQௐௐ6LQFHௐWKHQௐZHௐKDYHௐPDQXIDFWXUHGௐUHIXVHௐFROOHFWLRQௐYHKLFOHVௐIRUௐIOHHWௐ PXQLFLSDOௐDQGௐLQGHSHQGHQWௐKDXOHUVௐWKURXJKRXWௐWKHௐ$PHULFDVௐRXWௐRIௐRXUௐ'RGJHௐ &HQWHUௐ0LQQHVRWDௐEDVHGௐKHDGTXDUWHUVௐDQGௐIDFWRU\ௐ0F1HLOXVௐRIIHUVௐSURGXFWVௐDQGௐ VHUYLFHVௐVSHFLILFௐWRௐUHIXVHௐFROOHFWLRQௐLQFOXGLQJௐDௐZLGHௐUDQJHௐRIௐERG\ௐW\SHVௐSDUWVௐ DQGௐVHUYLFHௐWKURXJKௐDௐIDFWRU\ௐGLUHFWௐPRGHOௐ0F1HLOXVௐKDVௐEXLOWௐDௐGHGLFDWHGௐGLUHFWWR\RXௐSDUWVௐVDOHVௐDQGௐVHUYLFHௐQHWZRUN²EDFNHGௐE\ௐDௐFRPSUHKHQVLYHௐQHWZRUNௐRIௐ EUDQFKௐORFDWLRQVௐDQGௐVHUYLFHௐFHQWHUVௐ:LWKௐULJRURXVO\ௐWUDLQHGௐPRELOHௐWHFKQLFLDQVௐDQGௐ FHUWLILHGௐVHUYLFHௐWHFKQLFLDQVௐRSHUDWLQJௐDFURVVௐWKHௐFRQWLQHQWௐ0F1HLOXVௐKDVௐWKHௐ IOH[LELOLW\ௐWRௐEULQJௐVHUYLFHௐWRௐ\RXUௐIOHHWௐZKHUHYHUௐDQGௐZKHQHYHUௐ:LWKௐ2VKNRVKௐ&RUSRUDWLRQௐDVௐRXUௐSDUHQWௐFRPSDQ\ௐZH¶UHௐSDUWQHUVௐLQௐHQJLQHHULQJௐDQGௐLQQRYDWLRQௐ VKDULQJௐWHFKQRORJLHVௐDQGௐNQRZKRZௐIRUௐDௐSRZHUIXOௐFRPSHWLWLYHௐDGYDQWDJHௐ:KLFKௐ PHDQVௐ\RXௐJHWௐZRUOGFODVVௐKHDY\GXW\ௐWUXFNEXLOGLQJௐH[SHUWLVHௐௐSDWHQWVௐIRUௐQHZௐ SURGXFWௐLQQRYDWLRQVௐDQGௐௐJOREDOௐSURGXFWௐGHYHORSHUVௐDGYDQFLQJௐWKHௐLQGXVWU\ௐWRJHWKHUௐ:H¶UHௐQRWௐMXVWௐGHYRWHGௐWRௐWKHௐUHVHDUFKௐDQGௐGHYHORSPHQWௐRIௐLQQRYDWLYHௐ FRQFHSWVௐSURGXFWVௐDQGௐSUDFWLFHVௐLQFOXGLQJௐWHOHPDWLFVௐDXWRPDWLRQௐDQGௐOLJKWHUௐ VWURQJHUௐYHKLFOHVௐ0F1HLOXVௐLVௐIXOO\ௐFRPPLWWHGௐWRௐWKRURXJKO\ௐWHVWLQJௐDQGௐSURYLQJௐWKHPௐ WRௐKHOSௐGULYHௐLQGXVWU\ௐVWDQGDUGVௐ:HௐDUHௐFRQVWDQWO\ௐDQGௐFRQWLQXRXVO\ௐUHGXFLQJௐWKHௐHQYLURQPHQWDOௐLPSDFWௐRIௐRXUௐSURGXFWVௐDQGௐSURGXFWLRQௐLPSURYLQJௐZRUNSODFHௐ FRQGLWLRQVௐUHGXFLQJௐFRVWVௐLQFUHDVLQJௐYDOXHௐDQGௐEHLQJௐDFWLYHௐLQௐRXUௐFRPPXQLWLHVௐ :HௐKDYHௐKHOSHGௐRXUௐFXVWRPHUVௐDQGௐWKHLUௐFRPPXQLWLHVௐEHFRPHௐPRUHௐHQYLURQPHQWDOO\ௐ IULHQGO\ௐDQGௐFRQWUROௐFRVWVௐZLWKௐ&1*ௐSRZHUHGௐYHKLFOHVௐDQGௐ%DWWHU\ௐ(OHFWULFௐ9HKLFOHௐ WHFKQRORJ\ௐ2XUௐFRPPLWPHQWௐWRௐRXUௐFRPPXQLWLHVௐJRHVௐEH\RQGௐWKHௐWUXFNVௐZHௐEXLOGௐ :H¶UHௐDௐELJௐEDFNHUௐRIௐWKHௐ8QLWHGௐ:D\ௐLQௐRXUௐORFDOௐDUHDVௐ:H¶YHௐWHDPHGௐXSௐWRௐ VXSSRUWௐ5RQDOGௐ0F'RQDOGௐ+RXVHௐZLWKௐDௐXQLTXHௐSURJUDPௐFDOOHGௐ&DQVௐIRUௐ.LGVௐ$QGௐ ZH¶UHௐSURXGௐVXSSRUWHUVௐRIௐHGXFDWLRQௐDQGௐUHVHDUFKௐSURJUDPVௐIRUௐERWKௐWKHௐ FRQVWUXFWLRQௐDQGௐZDVWHௐFROOHFWLRQௐLQGXVWULHVௐWKURXJKௐWKHௐ&,0ௐDQGௐ(5()ௐ7KHௐ(QYLURQPHQWDOௐ5HVHDUFKௐDQGௐ(GXFDWLRQௐ)RXQGDWLRQௐSURYLGHVௐHGXFDWLRQDOௐJUDQWVௐDQGௐ VFKRODUVKLSVௐDQGௐFRQGXFWVௐVFLHQWLILFௐUHVHDUFKௐGHGLFDWHGௐWRௐLPSURYLQJௐZDVWHௐ PDQDJHPHQWௐSUDFWLFHVௐ3URRIௐWKDWௐZH¶UHௐKHUHௐIRUௐRXUௐFRPPXQLWLHVௐQRZௐDQGௐRQௐWKHௐ URDGௐDKHDG   :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐ HYHQWௐRIௐDQௐDZDUG" :KHQௐ0F1HLOXVௐLVௐDZDUGHGௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐRXUௐH[SHFWDWLRQௐDVௐDௐOHDGLQJௐ PDQXIDFWXUHUௐLQௐWKHௐ5HIXVHௐ&ROOHFWLRQௐ9HKLFOHௐLQGXVWU\ௐZHௐZRXOGௐFRQWLQXHௐWRௐOHYHUDJHௐ 0F1HLOXV¶VௐH[SHUWLVHௐZLWKௐWKHௐUHVRXUFHVௐDQGௐNQRZOHGJHௐDYDLODEOHௐWKURXJKௐ6RXUFHZHOOௐ WRௐEHWWHUௐDOLJQௐZLWKௐWKHௐQHHGVௐRIௐPXQLFLSDOLWLHVௐDFURVVௐ1RUWKௐ$PHULFDௐ:LWKௐDௐVWURQJௐ IDFWRU\ௐGLUHFWௐVDOHVௐIRUFHௐZHௐDUHௐDEOHௐWRௐGULYHௐRXUௐWHDPௐWRௐFRQWLQXLQJௐHGXFDWLRQௐ HYHQWVௐRIIHUHGௐE\ௐ6RXUFH:(//ௐOLNHௐ*HWWLQJௐWRௐ.QRZௐ<RXௐ+ௐ5HJLRQDOௐ$FFHOHUDWRUௐ7UDLQLQJVௐDQGௐ6RXUFH:(//ௐ8QLYHUVLWLHVௐ:HௐDQWLFLSDWHௐIXUWKHUௐOHYHUDJLQJௐWKHVHௐ V\QHUJLHVௐWRௐDFFHOHUDWHௐPXQLFLSDOௐVDOHVௐIRUௐ0F1HLOXVௐDQGௐDLGௐLQௐRXUௐLQFUHDVHGௐ IRFXVHGௐRQௐ0XQLFLSDOௐ0DUNHWௐ6KDUH   'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐ VWDELOLW\ௐZLWKௐPHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐ LQFOXGHௐVXFKௐLWHPVௐDVௐILQDQFLDOௐVWDWHPHQWVௐ 6(&ௐILOLQJVௐFUHGLWௐDQGௐERQGௐUDWLQJVௐOHWWHUVௐ RIௐFUHGLWௐDQGௐGHWDLOHGௐUHIHUHQFHௐOHWWHUVௐ 8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐ DVௐDSSOLFDEOH ௐ LQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 0F1HLOXVௐLVௐDௐVXEVLGLDU\ௐRIௐ2VKNRVKௐ&RUSRUDWLRQௐZKLFKௐLVௐDௐSXEOLFO\ௐWUDGHGௐ FRPSDQ\ௐ:HௐKDYHௐDWWDFKHGௐRXUௐSXEOLFO\ௐDFFHVVLEOHௐDQQXDOௐUHSRUWௐIURPௐௐZKLFKௐ LVௐWKHௐPRVWௐUHFHQWௐLWHUDWLRQௐRIௐWKLVௐUHSRUWௐௐ7KLVௐUHSRUWௐDORQJௐZLWKௐDQ\ௐRIௐWKHௐILQDQFLDOௐVWDWHPHQWVௐ6(&ௐILOLQJVௐHDUQLQJVௐUHOHDVHVௐZHEFDVWௐUHFRUGLQJௐRIௐHDUQLQJVௐFDOOVௐDQGௐ PDQ\ௐRWKHUௐUHVRXUFHVௐFDQௐEHௐIRXQGௐDWௐ KWWSVLQYHVWRUVRVKNRVKFRUSFRPILQDQFLDOVDQQXDODQGTXDUWHUO\UHVXOWVGHIDXOWDVS[ 7KHௐILQDQFLDOVௐHQFORVHGௐZLWKௐWKLVௐELGௐDQGௐVXSSRUWLQJௐLQIRUPDWLRQௐDWௐWKHௐDIRUHPHQWLRQHGௐZHEVLWHௐZLOOௐGHPRQVWUDWHௐ0F1HLOXV VௐDORQJௐZLWKௐ2VKNRVKௐ &RUSRUDWLRQ VௐDQGௐRXUௐRWKHUௐVXEVLGLDULHVௐWRௐEHௐILQDQFLDOO\ௐVRXQG   :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐ VROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ" 7KDWௐLQIRUPDWLRQௐLVௐQRWௐDYDLODEOHௐWRௐXVௐEHFDXVHௐWKHUHௐDUHௐDQWLWUXVWௐVDIHௐKDUERUௐ SDUDPHWHUVௐWKDWௐWKHௐUHIXVHௐFROOHFWLRQௐYHKLFOHௐLQGXVWU\ௐGRHVௐQRWௐPHHWௐ7KHௐ UHTXLUHPHQWVௐIRUௐXVௐWRௐFRQWLQXHௐWRௐUHFHLYHௐPDUNHWௐVKDUHௐGDWD ௐௐௐௐ)LYHௐSDUWLFLSDQWV ௐௐௐௐ1RWௐPRUHௐWKDQௐRQHௐSDUWLFLSDQWௐFDQௐKDYHௐௐPDUNHWௐVKDUH ௐௐௐௐ7KUHHௐRIௐWKHௐSDUWLFLSDQWVௐFDQQRWௐKDYHௐPRUHௐWKDQௐௐSHUFHQW   :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐ VROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ" 7KDWௐLQIRUPDWLRQௐLVௐQRWௐDYDLODEOHௐWRௐXVௐEHFDXVHௐWKHUHௐDUHௐDQWLWUXVWௐVDIHௐKDUERUௐ SDUDPHWHUVௐWKDWௐWKHௐUHIXVHௐFROOHFWLRQௐYHKLFOHௐLQGXVWU\ௐGRHVௐQRWௐPHHWௐ7KHௐ UHTXLUHPHQWVௐIRUௐXVௐWRௐFRQWLQXHௐWRௐUHFHLYHௐPDUNHWௐVKDUHௐGDWD ௐௐௐௐ)LYHௐSDUWLFLSDQWV ௐௐௐௐ1RWௐPRUHௐWKDQௐRQHௐSDUWLFLSDQWௐFDQௐKDYHௐௐPDUNHWௐVKDUH ௐௐௐௐ7KUHHௐRIௐWKHௐSDUWLFLSDQWVௐFDQQRWௐKDYHௐPRUHௐWKDQௐௐSHUFHQW   +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐ EDQNUXSWF\ௐSURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO 1R Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck & MFG           +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐ LWௐDௐPDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐDௐVHUYLFHௐSURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐ TXHVWLRQௐ HLWKHUௐD ௐRUௐE ௐMXVWௐEHORZ ௐEHVWௐ DSSOLHVௐWRௐ\RXUௐRUJDQL]DWLRQ D ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐ DௐGLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐVLPLODUௐHQWLW\ ௐSURYLGHௐ\RXUௐZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐ RIௐWKHௐSURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,Iௐ DSSOLFDEOHௐLVௐ\RXUௐGHDOHUௐQHWZRUNௐLQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG" E ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐ DௐPDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ \RXUௐUHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐVHUYLFHௐIRUFHௐDQGௐZLWKௐ\RXUௐGHDOHUௐQHWZRUNௐLQௐ GHOLYHULQJௐWKHௐSURGXFWVௐDQGௐVHUYLFHVௐ SURSRVHGௐLQௐWKLVௐ5)3ௐ$UHௐWKHVHௐLQGLYLGXDOVௐ \RXUௐHPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐSDUW\" :HௐDUHௐDௐ0DQXIDFWXUHU $VௐDௐPDQXIDFWXUHUௐZHௐKDYHௐDௐGLUHFWௐVDOHVௐIRUFHௐLQௐWKHௐ8QLWHGௐ6WDWHVௐDQGௐ&DQDGDௐ GLUHFWO\ௐHPSOR\HGௐE\ௐ0F1HLOXV 2XUௐVHUYLFHௐFDSDELOLWLHVௐFRQVLVWௐRIௐDௐPL[ௐRIௐIDFWRU\ௐGLUHFWௐVHUYLFHௐORFDWLRQVௐDQGௐ WHFKQLFLDQVௐPRELOHௐWHFKQLFLDQVௐDQGௐ$XWKRUL]HGௐVHUYLFHௐDQGௐSDUWVௐFHQWHUVௐ:LWKௐWKHௐ H[FHSWLRQௐRIௐDXWKRUL]HGௐVHUYLFHௐDQGௐSDUWVௐFHQWHUVௐDOOௐLQGLYLGXDOVௐDUHௐHPSOR\HHVௐRIௐ 0F1HLOXV   ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐRXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐ DUHௐERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐ KHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐ LQFOXGLQJௐWKLUGௐ SDUWLHVௐDQGௐVXEFRQWUDFWRUVௐWKDWௐ\RXௐXVH ௐLQௐSXUVXLWௐRIௐWKHௐEXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ 5)3 ‡ௐௐௐௐ,62ௐௐ‡ௐௐௐௐ$16,ௐ=ௐ$FFUHGLWHGௐ6WDQGDUGVௐ&RPSOLDQW   3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐ LQIRUPDWLRQௐWKDWௐKDVௐDSSOLHGௐWRௐ\RXUௐ RUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ\HDUV 1RQH  Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck & MFG          7DEOH$'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV /LQH,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐ HTXLSPHQWௐSURGXFWVௐDQGௐVHUYLFHVௐWKDWௐ\RXௐ DUHௐRIIHULQJௐLQௐ\RXUௐSURSRVDO $VௐRQHௐRIௐWKHௐOHDGLQJௐPDQXIDFWXUHUVௐRIௐPRELOHௐ5HIXVHௐ&ROOHFWLRQௐ9HKLFOHVௐLQௐ1RUWKௐ $PHULFDௐZHௐRIIHUௐDௐIXOOௐDUUD\ௐRIௐQRWௐRQO\ௐ5HIXVHௐFRPSDFWLRQௐERGLHVௐEXWௐ FRPSOLPHQWDU\ௐWHFKQRORJLHVௐDVVLVWLQJௐLQௐWKHௐWRWDOௐFROOHFWLRQௐRIௐFRPPHUFLDOௐDQGௐFXUEVLGHௐUHIXVHௐDQGௐUHF\FOLQJ 0F1HLOXVௐRIIHUVௐ5HVLGHQWLDOௐ5HDUௐ/RDGௐ&RPPHUFLDOௐ5HDUௐ/RDGௐ6SOLWௐ%RG\ௐ5HDUௐ /RDGௐ&RPPHUFLDOௐ)URQWௐ/RDGௐ5HVLGHQWLDOௐ)URQWௐ/RDGௐ$XWRPDWHGௐ6LGHௐ/RDGௐDQGௐ 0DQXDOௐ6LGHௐ/RDGௐERGLHVௐ$GGLWLRQDOO\ௐFDUWௐWLSSHUVௐFRPPHUFLDOௐFROOHFWLRQௐDWWDFKPHQWVௐ/DWLWXGHௐ5HVLGHQWLDOௐ&ROOHFWLRQௐ6\VWHPௐIRUௐ5HVLGHQWLDOௐ)URQWௐ/RDGHUVௐ FDPHUDௐV\VWHPVௐ&OHDU6N\ௐ7HOHPDWLFVௐ&DUWௐ6HHNHUௐ$XWRPDWHGௐ&XUEVLGHௐ&ROOHFWLRQௐ $,ௐ%DVHG ௐEDFNௐXSௐVHQVRUVௐVFDOHVௐRUJDQLFVௐFROOHFWLRQௐSDFNDJHVௐDFFHVVௐWRௐ FKDVVLVௐ&1*ௐ6\VWHPVௐDQGௐLQWHJUDWLRQௐZLWKௐ(9ௐ&KDVVLVௐWKURXJKௐ0F1HLOXV¶VௐSDWHQWHGௐH372ௐV\VWHP $OVRௐ0F1HLOXVௐRIIHUVௐDௐIXOOௐUDQJHௐRIௐVWRFNHGௐUHSODFHPHQWௐSDUWVௐIRUௐ0F1HLOXVௐDQGௐ RWKHUௐUHIXVHௐERG\ௐPDQXIDFWXUHUVௐDVௐZHOOௐDVௐZDUUDQW\ௐVHUYLFHௐDQGௐVXSSRUW   :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐ VXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐ WLWOHVௐWKDWௐEHVWௐGHVFULEHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHV 6XEFDWHJRULHVௐLQFOXGHௐ)URQWௐ/RDGௐ5HDUௐ/RDGௐ0DQXDOௐ6LGHௐ/RDGௐDQGௐ$XWRPDWHGௐ 6LGHௐ/RDGௐ5HIXVHௐ&ROOHFWLRQௐ9HKLFOHVௐWKHLUௐDVVRFLDWHGௐSDUWVௐDQGௐSURYLGHௐVHUYLFHௐ IRUௐDOOௐERGLHVௐLQௐWKHௐUHIXVHௐLQGXVWU\  ,Iௐ\RXUௐSURSRVDOௐGRHVௐQRWௐLQFOXGHௐWKHௐFKDVVLVௐDVௐDௐWXUQNH\ௐVROXWLRQௐGHVFULEHௐLQௐGHWDLOௐWKHௐ SURFHVVௐWRௐDVVLVWௐWKHௐPHPEHUௐWRௐDFTXLUHௐWKHௐ FKDVVLV :KLOHௐ0F1HLOXVௐRIIHUVௐDFFHVVௐWRௐFKDVVLVௐWKURXJKௐRXUௐSDUWQHUௐDQGௐVWRFNௐWUXFNௐSURJUDPௐ0F1HLOXVௐ2Qௐ'HPDQGௐWKLVௐLVௐQRWௐWKHௐRQO\ௐSDWKZD\ௐWRௐUHFHLYLQJௐDௐWXUQNH\ௐ VROXWLRQௐ0F1HLOXVௐHQFRXUDJHVௐDOOௐFXVWRPHUVௐWRௐZRUNௐZLWKௐWKHLUௐORFDOௐFKDVVLVௐSURYLGHUௐ WRௐVXSSO\ௐFKDVVLVௐWRௐEHௐXSILWௐZLWKௐDௐ0F1HLOXVௐ5HIXVHௐ%RG\ௐ7KLVௐLVௐDௐFRPPRQSODFHௐ SUDFWLFHௐIRUௐ0F1HLOXVௐDQGௐZHௐKDYHௐH[WHQVLYHௐUHODWLRQVKLSVௐEXLOWௐZLWKௐPRVWௐ2(0ௐ&KDVVLVௐPDQXIDFWXUHUVௐWRௐHQVXUHௐVHDPOHVVௐLQWHJUDWLRQௐRIௐERG\ௐDQGௐFKDVVLVௐWKURXJKௐ WKHௐXVHௐRIௐWKHௐXQLTXHௐFRGHVௐ0F1HLOXVௐKROGVௐUHJXODUௐLQWHJUDWLRQௐPHHWLQJVௐWRௐHQVXUHௐ FKDVVLVௐDUHௐRUGHUHGௐDSSURSULDWHO\ௐWRௐUHFHLYHௐDௐ0F1HLOXVௐERG\ௐDQGௐFRQWLQXRXVO\ௐ GULYHௐLPSURYHPHQWVௐ7KHௐ0F1HLOXVௐ)DFWRU\ௐ6DOHVௐWHDPௐZRXOGௐZRUNௐZLWKௐORFDOௐFKDVVLVௐSURYLGHUVௐDQGௐPXQLFLSDOLWLHVௐWRௐSURYLGHௐVDPSOHௐFKDVVLVௐVSHFLILFDWLRQVௐUHYLHZௐ VXSSOLHGௐFKDVVLVௐGHDOHUௐVSHFLILFDWLRQௐDQGௐSURYLGHௐIHHGEDFNௐRQௐDQ\ௐFKDQJHVௐ QHHGHGௐ8SRQௐDJUHHPHQWௐ0F1HLOXVௐREWDLQVௐVLJQௐRIIௐE\ௐDOOௐSDUWLHVௐWKDWௐWKHௐ VSHFLILFDWLRQVௐDUHௐPHHWLQJௐDOOௐSDUWLHVௐQHHGVௐ8SRQௐFKDVVLVௐFRPSOHWLRQௐDQGௐVKLSPHQWௐ WRௐ0F1HLOXV¶Vௐ'RGJHௐ&HQWHUௐ01ௐ)DFLOLW\ௐLWௐLVௐWKHQௐFKHFNHGௐLQௐDQGௐYHULILHGௐWKDWௐDOOௐ FRPSRQHQWVௐZHUHௐVHQWௐFRUUHFWௐDQGௐGLPHQVLRQVௐPDWFKௐWKHௐVSHFLILFDWLRQௐDJUHHGௐXSRQௐ 2QFHௐWKLVௐYDOLGDWLRQௐRFFXUVௐWKHௐFKDVVLVௐLVௐWKHQௐUHDG\ௐWRௐKDYHௐWKHௐ0F1HLOXVௐERG\ௐ PRXQWHGௐRQௐLW  ,IௐDௐK\EULGHOHFWULFௐFKDVVLVௐRSWLRQௐLVௐQRWௐDௐ SDUWௐRIௐ\RXUௐSURGXFWௐRIIHULQJௐSURYLGHௐ LQIRUPDWLRQௐRQௐZKHQௐDௐK\EULGHOHFWULFௐRSWLRQௐ PD\ௐEHௐSDUWௐRIௐ\RXUௐRIIHULQJ $VௐDௐERG\ௐPDQXIDFWXUHUௐDQGௐWHFKQRORJ\ௐFRPSDQ\ௐ0F1HLOXVௐKDVௐGHYHORSHGௐDௐ SDWHQWHGௐH372ௐVROXWLRQௐWKDWௐSURYLGHVௐDௐXQLTXHௐDELOLW\ௐWRௐHDVLO\ௐLQWHJUDWHௐZLWKௐ%DWWHU\ௐ (OHFWULFௐ&KDVVLVௐRIIHULQJVௐ0F1HLOXVௐKDVௐSURGXFHGௐGR]HQVௐRIௐ5HIXVHௐ%RGLHVௐRQௐ %DWWHU\ௐ(OHFWULFௐ&KDVVLVௐWRௐGDWHௐDQGௐKDVௐVWUHDPOLQHGௐWKHௐSURFHVVௐWKURXJKௐ PDQXIDFWXULQJௐWRௐVLPSOLI\ௐWKHௐLQWHJUDWLRQௐHIIRUWௐLQௐSURGXFWLRQௐWRௐPDNHௐWKLVௐRIIHULQJௐ VXVWDLQDEOHௐDQGௐVFDODEOH 7DEOH%'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV ,QGLFDWHEHORZLIWKHOLVWHGW\SHVRUFODVVHVRIHTXLSPHQWSURGXFWVDQGVHUYLFHVDUHRIIHUHGZLWKLQ\RXUSURSRVDO3URYLGHDGGLWLRQDO FRPPHQWVLQWKHWH[WER[SURYLGHGDVQHFHVVDU\ /LQH,WHP &DWHJRU\RU7\SH 2IIHUHG &RPPHQWV  )URQWORDGௐVLGHORDGௐUHDUORDGௐDQGௐPXOWL FRPSDUWPHQWௐUHIXVHௐYHKLFOHVௐLQFOXGLQJௐHOHFWULFௐ SRZHUHGௐUHIXVHௐYHKLFOHௐERGLHV <HV 1R 5HDUௐ/RDGௐDQGௐ6LGHௐ/RDGௐ%RGLHVௐ DUHௐDOUHDG\ௐLQWHJUDWHGௐZLWKௐ%DWWHU\ௐ (OHFWULFௐ9HKLFOHVௐRWKHUௐPRGHOVௐDUHௐ FRQWLQXLQJௐWRௐEHௐGHYHORSHGௐDQGௐ UHDG\ௐZKHQௐPDUNHWௐGHPDQGV   :LGHௐUDQJHௐRIௐFKDVVLVௐLQFOXGLQJௐLQWHUQDOௐ FRPEXVWLRQௐQDWXUDOௐJDVௐRUௐSURSDQHௐ$XWRJDVௐ K\EULGௐRUௐDOWHUQDWLYHௐIXHOௐDQGௐHOHFWULFௐSRZHUHG <HV 1R 7KHUHௐZLOOௐEHௐDFFHVVௐWRௐ0F1HLOXV Vௐ VWRFNௐDQGௐSDUWQHUௐFKDVVLVௐSRROௐDQGௐ 0F1HLOXVௐ2Qௐ'HPDQGௐ&RPSOHWHௐ 7UXFNௐ3URJUDP   7HFKQRORJLFDOௐORJLVWLFDOௐRUௐPHFKDQLFDOௐDFFHVVRULHVௐ GHVLJQHGௐWRௐLQFUHDVHௐRSHUDWRUௐDQGௐYHKLFOHௐVDIHW\ <HV 1R :HௐRIIHUௐDௐPL[ௐRIௐWHFKQRORJ\ௐDQGௐ PHFKDQLFDOௐDFFHVVRULHVௐWKDWௐDLGௐLQௐ RSHUDWRUௐDQGௐYHKLFOHௐVDIHW\   0DLQWHQDQFHௐVHUYLFHV <HV 1R :DUUDQW\ௐDQGௐUHSDLUௐVHUYLFHV Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck & MFG          7DEOH3ULFLQJ2IIHUHG /LQH,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV  FEHWWHUWKDQWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJ GHSDUWPHQWV 0F1HLOXVௐUHFRJQL]HVௐWKHௐ YDOXHௐLQௐ6RXUFH:(//ௐDQGௐLWVௐ EUHDGWKௐRIௐYDOXHDGGHGௐEHQHILWVௐ/HYHUDJLQJௐWKLVௐ UHODWLRQVKLSௐIXUWKHUௐDQGௐ SURYLGLQJௐDௐFRPSHWLWLYHௐ DGYDQWDJHௐWRௐ6RXUFH:(//ௐZLWKௐDௐODUJHUௐGLVFRXQWௐWKDQௐ RWKHUௐ&RRSHUDWLYHVௐZLOOௐKHOSௐ GULYHௐLQFUHPHQWDOௐJURZWK 7DEOH3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQ EHPDGHGXULQJWKHWHUPRIDQDZDUGHG&RQWUDFWDVGHVFULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW &KDQJH5HTXHVW)RUP /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐ HJௐOLQHLWHPௐGLVFRXQWVௐRUௐ SURGXFWFDWHJRU\ௐGLVFRXQWV ௐ3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐ LQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐSULFLQJௐDQGௐWKHௐ6RXUFHZHOOௐ GLVFRXQWHGௐSULFH ௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐZDQWௐ 6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ,Iௐ DSSOLFDEOHௐSURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ 8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐ GRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 0F1HLOXVௐZLOOௐEHௐWDNLQJௐDௐEURDGௐSHUFHQWDJHௐGLVFRXQWௐDSSURDFKௐIRUௐ UHIXVHௐFROOHFWLRQௐERGLHVௐDQGௐWKHLUௐFRUUHVSRQGLQJௐRSWLRQVௐDQGௐSDUWVௐ0F1HLOXVௐZLOOௐSURYLGHௐWKHௐPRVWௐFRPPRQௐRSWLRQVௐDQGௐSDUWVௐDVௐSDUWௐ RIௐDௐSXEOLVKHGௐSULFHௐOLVWௐEXWௐFDQௐSULFHௐDGGLWLRQDOௐORZHUௐIUHTXHQF\ௐ RSWLRQVௐDQGௐSDUWVௐE\ௐUHTXHVW &KDVVLVௐSULFLQJௐZLOOௐEHௐSDVVHGௐWKURXJKௐDWௐWKHௐGLVFRXQWHGௐSULFHௐWKDWௐ0F1HLOXVௐSXUFKDVHVௐIRUௐSOXVௐDQௐDGPLQLVWUDWLYHௐIHHௐWRௐFRYHUௐWKLQJVௐ OLNHௐIORRULQJௐDQGௐFRVWVௐDVVRFLDWHGௐZLWKௐWUDQVIHUௐRIௐSDSHUZRUNௐ 0F1HLOXVௐEHLQJௐDௐSDUWௐRIௐWKHௐODUJHUௐ2VKNRVKௐ&RUSRUDWLRQௐIDPLO\ௐ JHWVௐDௐVXEVWDQWLDOௐGLVFRXQWௐDWௐWKHௐ&KDVVLVௐ0DQXIDFWXUHUௐOHYHOௐJLYHQௐ WKHௐYROXPHௐRIௐFKDVVLVௐSXUFKDVHGௐDQQXDOO\ௐDVௐDௐFRPSDQ\ௐ7KLVௐ GLVFRXQWௐLVௐW\SLFDOO\ௐVXEVWDQWLDOO\ௐPRUHௐWKDQௐDQ\ௐFKDVVLVௐGHDOHUௐFDQௐ SDVVௐDORQJௐWRௐLQGLYLGXDOௐFXVWRPHUVௐ&KDVVLVௐZLOOௐEHௐOLVWHGௐDVௐ3ULFHௐ 8SRQௐUHTXHVWௐGXHௐWRௐWKHௐYRODWLOHௐQDWXUHௐRIௐSULFLQJௐZHௐKDYHௐVHHQௐ RYHUௐWKHௐODVWௐVHYHUDOௐ\HDUVௐLQௐDGGLWLRQௐWRௐWKHௐYDULDWLRQௐLQௐRSWLRQVௐWKDWௐFDQௐEHௐVHOHFWHGௐRQௐLQFRPLQJௐFKDVVLVௐPDNHVௐDQGௐPRGHOVௐ &KDVVLVௐZLOOௐDOVRௐEHௐVXEMHFWௐWRௐDQ\ௐVXUFKDUJHVௐWKDWௐDUHௐSDVVHGௐ WKURXJKௐIURPௐWKHௐFKDVVLVௐPDQXIDFWXUHUௐDQGௐZLOOௐEHௐVXSSRUWHGௐZLWKௐ GRFXPHQWDWLRQௐWKDWௐVXSSOLHGௐWRௐ0F1HLOXVௐE\ௐWKHௐUHVSHFWLYHௐFKDVVLVௐPDQXIDFWXUHU 3DUWVௐSULFLQJௐZLOOௐEHௐVXEMHFWௐWRௐTXDUWHUO\ௐSULFLQJௐXSGDWHVௐDVௐRXUௐ SUHYLRXVௐDQQXDOௐSULFLQJௐSURYHGௐWRௐEHௐWRRௐYRODWLOHௐJLYHQௐVXSSO\ௐFKDLQௐ FRQVWUDLQWVௐUDSLGO\ௐULVLQJௐFRVWVௐIURPௐQGௐDQGௐUGௐWLHUௐVXSSOLHUVௐDQGௐTXLFNO\ௐULVLQJௐIUHLJKWௐFRVWVௐWRௐJHWௐSDUWVௐWRௐ0F1HLOXVௐGLVWULEXWLRQௐ FHQWHUV %\ௐOLVWLQJௐWKHௐPRVWௐFRPPRQௐRSWLRQVௐDQGௐSDUWVௐWKLVௐZLOOௐSURYLGHௐDௐ PRUHௐXVHUIULHQGO\ௐGRFXPHQWௐWRௐKHOSௐ6RXUFH:(//ௐPHPEHUVௐTXLFNO\ௐJHWௐDQௐHVWLPDWHGௐSULFHௐIRUௐDௐFRPSOHWHௐERG\ௐZLWKௐRSWLRQVௐRUௐ UHSODFHPHQWௐSDUWVௐ%\ௐZRUNLQJௐZLWKௐRQHௐRIௐ0F1HLOXV¶VௐIDFWRU\ௐGLUHFWௐ VDOHVௐWHDPௐPHPEHUVௐDௐ6RXUFH:(//ௐPHPEHUௐZLOOௐEHௐDEOHௐWRௐJHWௐDௐ IXOOௐTXRWHௐZRUNHGௐXSௐTXLFNO\ௐDQGௐHQVXUHௐDOOௐRIௐWKHLUௐQHHGVௐDUHௐPHWௐ WKURXJKௐDௐIXOOௐVSHFLILFDWLRQௐUHYLHZ 3OHDVHௐVHHௐWKHௐDWWDFKHGௐSULFLQJௐILOHVௐIRUௐWKHௐVSHFLILFௐSULFHGௐLWHPVௐ DVௐOLVWHGௐDERYH 0F1HLOXVௐDOVRௐSDUWQHUVௐZLWKௐWKHௐODUJHVWௐUHIXVHௐWUXFNௐUHQWDOௐ FRPSDQLHVௐLQௐWKHௐLQGXVWU\ௐDQGௐFDQௐIXUWKHUௐDVVLVWௐLQௐVXSSRUWLQJௐUHQWDOௐQHHGVௐDVௐUHTXHVWHGௐ%\ௐUHDFKLQJௐRXWௐWRௐDௐ0F1HLOXVௐIDFWRU\ௐVDOHVௐ WHDPௐPHPEHUௐDௐ6RXUFH:(//ௐPHPEHUௐFDQௐHDVLO\ௐJHWௐDYDLODELOLW\ௐ DQGௐSULFLQJௐIRUௐDௐUHQWDOௐWUXFNௐWKDWௐPHHWVௐWKHௐPHPEHU¶VௐQHHGV   4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐ SURSRVDOௐLQௐWKLVௐUHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ \RXUௐUHVSRQVHௐUHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ0653ௐRUௐOLVWௐVWDWHௐWKHௐSHUFHQWDJHௐRUௐSHUFHQWDJHௐUDQJH 0F1HLOXVௐLVௐH[FLWHGௐWRௐRIIHUௐ6RXUFH:(//ௐPHPEHUVௐDௐ(LJKWௐ  ௐ SHUFHQWௐGLVFRXQWௐRIIௐRIௐ0653ௐIRUௐDOOௐ:KROHௐ*RRGVௐ2SWLRQVௐDQGௐ 3DUWVௐZLWKௐWKHௐH[FHSWLRQௐRIௐH[WHQGHGௐZDUUDQWLHVௐ&KDVVLVௐSULFLQJௐZLOOௐEHௐSULFHGௐXSRQௐUHTXHVWௐDVௐZHOOௐDVௐUHTXHVWVௐIRUௐUHQWDOVௐSHQGLQJௐ DYDLODELOLW\  Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck & MFG           'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐ SURJUDPVௐWKDWௐ\RXௐRIIHU 0F1HLOXVௐ)DFWRU\ௐ'LUHFWௐ6DOHVௐWHDPௐPHPEHUVௐDORQJௐZLWKௐRXUௐ OHDGHUVKLSௐWHDPௐZLOOௐFRQVLGHUௐDGGLWLRQDOௐGLVFRXQWVௐIRUௐ6RXUFH:(//ௐ PHPEHUVௐWKDWௐRUGHUௐPXOWLSOHௐXQLWVௐ$GGLWLRQDOO\ௐWKRVHௐUHFXUULQJௐ FXVWRPHUVௐFRXOGௐDOVRௐKDYHௐDFFHVVௐWRௐGLVFRXQWVௐEH\RQGௐWKHௐEDVHௐ GLVFRXQWௐRIIHUHGௐDERYH   3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐ UHODWHGௐVHUYLFHVௐZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐ PDUNHW´ௐLWHPVௐRUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐPD\ௐVXSSO\ௐVXFKௐLWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐ SHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐDௐTXRWHௐIRUௐHDFKௐVXFKௐ UHTXHVW ³6RXUFHG´ௐSURGXFWVௐRUௐ³QRQVWDQGDUGௐRSWLRQV´ௐZLOOௐEHௐSULFHGௐE\ௐ 0F1HLOXVௐ)DFWRU\ௐ'LUHFWௐ6DOHVௐ7HDPௐ0HPEHUVௐXSRQௐUHTXHVWௐDQGௐ ZLOOௐIROORZௐWKHௐDERYHௐSULFLQJௐVWUXFWXUHௐRIௐ6RXUFH:(//ௐPHPEHUௐGLVFRXQWௐSHUFHQWDJHௐRIIௐRIௐ0653ௐXQOHVVௐRWKHUZLVHௐFRYHUHGௐLQௐWKHௐ DERYHௐVHFWLRQV   ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ 127ௐLQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ 7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐSXUFKDVHௐWKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐIUHLJKWௐRUௐ VKLSSLQJௐFKDUJHVௐ)RUௐH[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUH GHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐ RUௐLQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐ FRVWVௐDQGௐWKHLUௐUHODWLRQVKLSௐWRௐWKHௐ3URSRVHU $Q\ௐWD[HVௐDVVRFLDWHGௐZLWKௐWKHௐDFTXLVLWLRQௐRIௐDQ\ௐRIIHUHGௐSURGXFWௐ WLWOHௐOLFHQVHௐUHJLVWUDWLRQௐIHHVௐRUௐWKHௐOLNHௐDUHௐQRWௐLQFOXGHGௐLQௐDQ\ௐ 0F1HLOXVௐTXRWDWLRQௐXQOHVVௐRWKHUZLVHௐQRWHGௐRUௐZKHUHௐUHTXLUHGௐE\ௐODZௐ$GGLWLRQDOO\ௐUHTXHVWVௐIRUௐVHUYLFHௐWHFKQLFLDQௐWUDLQLQJௐE\ௐWKHௐ 6RXUFH:(//ௐPHPEHUVௐZLOOௐEHௐRIIHUHGௐDWௐFXUUHQWௐUDWHௐOHVVௐWKHௐ 6RXUFH:(//ௐ0HPEHUௐ'LVFRXQWௐGHVFULEHGௐDERYHௐDQGௐDUHௐQRWௐ LQFOXGHGௐLQௐWKHௐEDVHௐSULFHௐRIௐXQLWVௐXQOHVVௐRWKHUZLVHௐQRWHG   ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐ FRPSOHWHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐSURJUDP )UHLJKWௐZLOOௐEHௐSULFHGௐDWௐFXUUHQWௐUDWHVௐDQGௐLVௐVXEMHFWLYHௐEDVHGௐRQௐQXPEHUௐRIௐPLOHVௐWUDYHOHGௐIXHOௐFRVWVௐLQVXUDQFHௐUDWHVௐDQGௐRWKHUௐ FRQWULEXWLQJௐIDFWRUVௐ&XVWRPHUௐ3LFNௐXSௐIRUௐWKRVHௐFXVWRPHUVௐFKRRVLQJௐ WRௐGRௐVRௐRUௐSURYLGLQJௐWKHLUௐRZQௐORJLVWLFVௐFDUULHUௐLVௐDOVRௐDYDLODEOHௐDWௐ QRௐFKDUJH   6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐ SURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐRIIVKRUHௐGHOLYHU\ 0F1HLOXVௐKDVௐWKHௐDELOLW\ௐWRௐDVVLVWௐLQௐFRRUGLQDWLRQௐRIௐ6KLSSLQJௐDQGௐ 'HOLYHU\ௐIRUௐ$ODVNDௐ+DZDLLௐRUௐDQ\ௐRIIVKRUHௐGHOLYHU\ௐORFDWLRQௐ7KLVௐUHTXLUHVௐFRRUGLQDWLRQௐRIௐGLIIHUHQWௐWUDQVLWௐPHWKRGVௐIRUௐH[DPSOHௐPRVWௐ RIWHQௐWKHௐ5&9ௐLVௐGULYHQௐYLDௐGULYHDZD\ௐVHUYLFHௐWRௐDௐVKLSSLQJௐSRUWௐRUௐ PDULQHௐWUDQVIHUௐ\DUGௐDQGௐWKHQௐZUDSSHGௐIRUௐFDUJRௐVKLSௐWUDQVLWௐWRௐILQDOௐ GHVWLQDWLRQௐ7KLVௐXQLTXHௐVKLSSLQJௐDQGௐGHOLYHU\ௐUHTXLUHPHQWVௐDUHௐSULFHGௐRQௐDௐFDVHௐE\ௐFDVHௐEDVLVௐDVௐUHTXLUHG 6KLSSLQJௐH[SHQVHVௐDUHௐQRWௐLQFOXGHGௐLQௐWKHௐEDVHௐVSHFLILFDWLRQVௐFRVW   'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐ RSWLRQVௐRIIHUHGௐLQௐ\RXUௐSURSRVDO $VௐPHQWLRQHGௐVHYHUDOௐWLPHVௐDERYHௐ0F1HLOXVௐXVHVௐDௐIDFWRU\ௐGLUHFWௐ VDOHVௐDQGௐGLVWULEXWLRQௐPRGHOௐLQFOXGLQJௐVHYHUDOௐIDFWRU\ௐRZQHGௐVHUYLFHௐ EUDQFKHVௐDQGௐSDUWVௐGLVWULEXWLRQௐZDUHKRXVHVௐ0F1HLOXVௐDOVRௐ UHFRJQL]HVௐWKHௐLPSRUWDQFHௐRIௐRQௐVLWHௐVHUYLFHௐDQGௐKDVௐDௐUREXVWௐPRELOHௐVHUYLFHௐQHWZRUNௐE\ௐIDFWRU\ௐGLUHFWௐVHUYLFHௐWHFKQLFLDQVௐ $GGLWLRQDOO\ௐ0F1HLOXVௐKDVௐVWUDWHJLFௐ$XWKRUL]HGௐVHUYLFHௐDQGௐSDUWVௐ GLVWULEXWLRQௐFHQWHUV  7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSD\PHQWௐWHUPVௐDQGௐDFFHSWHGௐSD\PHQWௐ PHWKRGV $OOௐ2UGHUVௐZLOOௐKDYHௐ1HWௐௐWHUPVௐIURPௐGDWHௐRIௐGHOLYHU\ௐWRௐ)2%ௐ SRLQWௐ&KHFNVௐZLUHVௐDQGௐ$&+ௐSD\PHQWVௐDUHௐDFFHSWHGௐGLUHFWO\ௐ EHWZHHQௐFXVWRPHUௐDQGௐ0F1HLOXVௐ1RௐRWKHUௐSD\PHQWௐPHWKRGVௐDFFHSWHGௐXQOHVVௐRWKHUZLVHௐDJUHHGௐXSRQௐLQௐZULWLQJௐE\ௐ0F1HLOXVௐDQGௐ (QGௐ8VHUௐFXVWRPHU   'HVFULEHௐDQ\ௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐDYDLODEOHௐIRUௐXVHௐ E\ௐHGXFDWLRQDOௐRUௐJRYHUQPHQWDOௐHQWLWLHV :HௐSDUWQHUௐZLWKௐ1DWLRQDOௐ&RRSHUDWLYHௐ/HDVLQJௐ 6RXUFHZHOOௐ&RQWUDFWௐ 1&/ ௐIRUௐWXUQNH\ௐSDFNDJHVௐEHVWௐVXLWHGௐWRௐPXQLFLSDOௐOHDVLQJ RSSRUWXQLWLHV   'HVFULEHௐDQ\ௐVWDQGDUGௐWUDQVDFWLRQௐGRFXPHQWVௐWKDWௐ\RXௐ SURSRVHௐWRௐXVHௐLQௐFRQQHFWLRQௐZLWKௐDQௐDZDUGHGௐFRQWUDFWௐ RUGHUௐIRUPVௐWHUPVௐDQGௐFRQGLWLRQVௐVHUYLFHௐOHYHOௐ DJUHHPHQWVௐHWF ௐ8SORDGௐDௐVDPSOHௐRIௐHDFKௐ DVௐ DSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH 0F1HLOXVௐ)DFWRU\ௐ'LUHFWௐ6DOHVௐ7HDPௐ0HPEHUVௐXVHௐDௐZHEௐEDVHGௐ TXRWLQJௐWRROௐWRௐEXLOGௐDQGௐGHYHORSௐ6RXUFH:(//ௐ0HPEHUௐERG\ௐRUௐ³SDFNDJH´ௐTXRWHVௐ ERG\ௐDQGௐFKDVVLV ௐDQGௐVKDUHௐZLWKௐWKHௐ PHPEHUௐDௐTXRWHௐSDJHௐFRQWDLQLQJௐSULFHௐZLWKௐRSWLRQௐIRUௐVLJQDWXUHௐ ERG\ௐVSHFLILFDWLRQVௐWHUPVௐDQGௐFRQGLWLRQVௐDQGௐDQௐRSWLRQDOௐGDWDௐ VHUYLFHௐDJUHHPHQWௐIRUௐWKRVHௐPHPEHUVௐLQWHUHVWHGௐLQௐWULDOLQJௐRUௐ VLJQLQJௐXSௐIRUௐ0F1HLOXV¶ௐWHOHPDWLFVௐVROXWLRQௐ&OHDU6N\ௐ6RXUFH:(//ௐ PHPEHUVௐDUHௐDOVRௐDEOHௐWRௐFRPPLWௐWRௐDௐERG\ௐRUGHUௐE\ௐSURYLGLQJௐ 0F1HLOXVௐZLWKௐ32ௐUHIOHFWLQJௐWKHௐSULFHௐWKDWௐKDVௐEHHQௐTXRWHGௐWRௐWKHPௐ UHIHUHQFLQJௐWKHௐ6RXUFH:(//ௐFRQWUDFWௐQXPEHUௐDQGௐ4XRWHௐQXPEHU   'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐ SURFHVV"ௐ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV" :HௐGRௐQRWௐDFFHSWௐ3&DUGௐIRUௐ%RG\ௐRUௐWXUQNH\ௐERG\ௐDQGௐFKDVVLVௐ VROXWLRQVௐDWௐWKLVௐWLPHௐ3&DUGVௐDUHௐDFFHSWHGௐIRUௐSDUWVௐDQGௐVHUYLFHௐVROXWLRQV  Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck & MFG          7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH /LQH,WHP 4XHVWLRQ 5HVSRQVH  6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐ SODQௐWRௐHPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐ ZLWKௐ6RXUFHZHOOௐ7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐWKDWௐWKHௐ9HQGRUௐ UHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ 9HQGRUௐUHPLWVௐWKHௐSURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐ3URYLGHௐ VXIILFLHQWௐGHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐVDOHVௐWRௐ6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ&RQWUDFWௐWHPSODWH %HLQJௐDௐ)DFWRU\ௐ'LUHFWௐ6DOHVௐ)RUFHௐ0F1HLOXVௐKDVௐDௐ FRQWUROOHGௐDQGௐVWUDLJKWIRUZDUGௐSDWKZD\ௐWRௐSURYLGLQJௐTXRWHVௐ LQYRLFLQJௐDQGௐLQWHUQDOௐDXGLWௐPHDVXUHVௐ:LWKௐRXUௐGLUHFWௐVDOHVௐIRUFHௐDOOௐTXRWHVௐWKDWௐDUHௐTXRWHGௐIRUௐPXQLFLSDOௐFXVWRPHUVௐWKDWௐ LGHQWLI\ௐWKHPVHOYHVௐDVௐ6RXUFH:(//ௐ0HPEHUVௐDUHௐEXLOWௐE\ௐ RXUௐVDOHVௐWHDPௐDQGௐFURVVFKHFNHGௐIRUௐVSHFLILFDWLRQௐDQGௐ SULFLQJௐDFFXUDF\ௐE\ௐVDOHVௐOHDGHUVௐ:HௐFRQGXFWௐ6RXUFH:(//ௐSULFLQJௐVWUDWHJ\ௐWUDLQLQJVௐELDQQXDOO\ௐDQGௐKDYHௐZLGHQHGௐWKHௐ QXPEHUௐRIௐDSSURYHUVௐWRௐDOORZௐIRUௐTXLFNHUௐWXUQDURXQGௐWLPHVௐRQௐ TXRWHVௐZKLOHௐVWLOOௐHQVXULQJௐDFFXUDF\ௐ6DOHVௐOHDGHUVௐZRUNLQJௐ GLUHFWO\ௐZLWKௐRXUௐGDWDௐPDQDJHPHQWௐDQGௐILQDQFHௐWHDPVௐLGHQWLI\ௐDQGௐIODJௐDOOௐ6RXUFH:(//ௐTXRWHVௐIRUௐDXGLWௐWRௐHQVXUHௐWKDWௐWKHௐ 6RXUFH:(//ௐIHHௐLVௐDFFXUDWHO\ௐDSSOLHGௐDQGௐPDUNHGௐIRUௐ UHPLWWDQFHௐLQௐWKHௐDSSURSULDWHௐTXDUWHUௐFRUUHVSRQGLQJௐZLWKௐ GHOLYHU\ௐDQGௐSD\PHQWௐRIௐWKHௐERG\ௐSDFNDJHௐRUௐSDUWVௐRUGHUௐ $GGLWLRQDOO\ௐLQௐWKHௐHYHQWௐRIௐDQ\ௐFKDQJHௐRUGHUVௐXQLWVௐEHLQJௐGHOLYHUHGௐDUHௐUHYLHZHGௐDJDLQௐE\ௐRXUௐILQDQFHௐWHDPௐIRUௐDQ\ௐ YDULDWLRQௐLQௐSULFHௐIURPௐWLPHௐRIௐRULJLQDOௐTXRWHௐDQGௐWLPHௐRIௐ GHOLYHU\ௐWRௐHQVXUHௐWKDWௐWKHௐFRUUHFWௐIHHௐLVௐUHPLWWHGௐWRௐ 6RXUFH:(//   ,Iௐ\RXௐDUHௐDZDUGHGௐDௐFRQWUDFWௐSURYLGHௐDௐIHZௐH[DPSOHVௐRIௐLQWHUQDOௐ PHWULFVௐWKDWௐZLOOௐEHௐWUDFNHGௐWRௐPHDVXUHௐZKHWKHUௐ\RXௐDUHௐKDYLQJௐ VXFFHVVௐZLWKௐWKHௐFRQWUDFW 0RQWKO\ௐDQGௐTXDUWHUO\ௐVDOHVௐQXPEHUVௐDUHௐVKDUHGௐZLWKௐWKHௐ VDOHVௐWHDPௐDVௐZHOOௐDVௐFRUSRUDWHௐOHDGHUVKLSௐVSHFLILFDOO\ௐ DURXQGௐPXQLFLSDOௐDQGௐ6RXUFH:(//ௐSHUIRUPDQFHௐ:HௐXVHௐ WKHVHௐQXPEHUVௐDVௐFRDFKLQJௐRSSRUWXQLWLHVௐIRUௐWKRVHௐVDOHVௐ WHDPௐPHPEHUVௐWKDWௐDUHௐQRWௐVHHLQJௐWKHௐJURZWKௐJRDOVௐ H[SHFWHGௐZKLOHௐDOVRௐJLYLQJௐDௐSODWIRUPௐIRUௐWKRVHௐZKRௐKDYHௐEHHQௐVXFFHVVIXOௐWRௐVKDUHௐZLQVௐRIௐKRZௐWKH\ௐXWLOL]HGௐ 6RXUFH:(//ௐDQGௐFRUUHFWO\ௐSRVLWLRQHGௐWKLVௐFRQWUDFWௐZLWKௐWKHLUௐ PXQLFLSDOௐFRQWDFWVௐ $GGLWLRQDOO\ௐXVLQJௐ6RXUFH:(//ௐDQGௐ0F1HLOXV VௐTXDUWHUO\ௐWRXFKSRLQWVௐZLWKௐVDOHVௐOHDGHUVௐDQGௐVXSSOLHUௐGHYHORSPHQWௐ VWDIIௐZHௐJHWௐXSௐWRௐGDWHௐLQIRUPDWLRQௐWRௐXQGHUVWDQGௐKRZௐZHௐ DUHௐSHUIRUPLQJௐLQௐWKHௐFXUUHQWௐ\HDUௐRUௐTXDUWHUௐFRPSDUHGௐWRௐ \HDUVௐSDVWௐ7KLVௐKHOSVௐWRௐVKDSHௐRXUௐVDOHVௐURDGௐPDSௐDQGௐHQVXUHௐWKDWௐZHௐDUHௐGULYLQJௐJURZWKௐWKURXJKௐWKLVௐSURJUDPௐDQGௐ HQKDQFHGௐDGRSWLRQௐDFURVVௐWKHௐFRXQWU\ௐE\ௐRXUௐGLUHFWௐVDOHVௐ WHDPௐ0F1HLOXVௐDQWLFLSDWHVௐPRUHௐIUHTXHQWௐWRXFKSRLQWVௐZLWKௐ QRWௐRQO\ௐVDOHVௐOHDGHUVKLSௐEXWௐDOVRௐWKHௐVDOHVௐWHDPௐPHPEHUVௐ$ௐJRDOௐIRUௐௐDQGௐEH\RQGௐZLOOௐEHௐWRௐHQVXUHௐDOOௐVDOHVௐ WHDPௐPHPEHUVௐDWWHQGௐDWௐOHDVWௐRQHௐ6RXUFH:(//ௐKRVWHGௐ HYHQWௐORFDOO\ௐWRௐDXJPHQWௐWKHௐELDQQXDOௐWUDLQLQJௐFRQGXFWHGௐ LQWHUQDOO\ *URZWKௐWKURXJKௐWKHௐ6RXUFH:(//ௐFRQWUDFWௐLVௐWKHௐ.H\ௐ 3HUIRUPDQFHௐ,QGLFDWRUௐWKDWௐZLOOௐEHௐORRNHGௐDWௐPRVWௐE\ௐ 0F1HLOXVௐ/HDGHUVKLSௐVSHFLILFDOO\ௐJDLQLQJௐLQFUHPHQWDOௐVDOHVௐ YROXPHௐ\HDUௐRYHUௐ\HDUௐWKURXJKௐOHYHUDJLQJௐWKHௐUHVRXUFHVௐ DYDLODEOHௐRQௐWKHௐ6RXUFH:(//ௐVXSSOLHUௐZHEVLWHௐDQGௐWKHLUௐSHRSOH   ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ 6RXUFHZHOOௐIRUௐIDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ &RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ\RXௐDUHௐDZDUGHGௐDௐ&RQWUDFWௐௐ7KLVௐIHHௐ LVௐW\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ &RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ 0HPEHU¶VௐFRVWௐRIௐJRRGVௐ 6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐ DGGLWLRQDOௐGHWDLOV 0F1HLOXVௐLVௐSURSRVLQJௐDQௐDGPLQLVWUDWLYHௐIHHௐRIௐௐRQௐ ERG\ௐRSWLRQVௐDQGௐIXHOௐV\VWHPVௐH[FOXGLQJௐWKHௐSULFHௐRIௐWKHௐ FKDVVLVௐRQௐWKRVHௐRUGHUVௐWKDWௐDUHௐSODFHGௐZKHUHௐWKHௐFKDVVLVௐ LVௐSXUFKDVHGௐGLUHFWO\ௐIURPௐ0F1HLOXV 3DUWVௐRUGHUVௐZLOOௐKDYHௐDௐSHUFHQWDJHௐEDVHGௐPRGHOௐRIௐௐ RQௐWRWDOௐSDUWVௐSXUFKDVHGௐH[FOXGLQJௐVKLSSLQJௐFKDUJHV  Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck & MFG          7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐ UHFRJQLWLRQௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐ LQௐWKHௐSDVWௐILYHௐ\HDUV )RUௐHLJKWௐFRQVHFXWLYHௐ\HDUVௐ2VKNRVKௐ&RUSRUDWLRQௐKDVௐEHHQௐUHFRJQL]HGௐDVௐRQHௐRIௐ WKHௐ:RUOG¶Vௐ0RVWௐ(WKLFDOௐ&RPSDQLHVௐE\ௐ(WKLVSKHUHௐDQGௐLVௐRQHௐRIௐRQO\ௐHLJKWௐ KRQRUHHVௐLQௐWKHௐLQGXVWULDOௐPDQXIDFWXULQJௐFDWHJRU\)RUWXQH¶Vௐ³:RUOG¶Vௐ0RVWௐ$GPLUHGௐ&RPSDQLHV´ௐ  ௐ&RPSXWHUZRUOG¶Vௐ%HVWௐ3ODFHVௐWRௐ:RUNௐLQௐ,7ௐ )RUUHVWHU¶Vௐ7HFKQRORJ\ௐ6WUDWHJ\ௐ,PSDFWௐ:LQQHUௐ  %XLOWLQௐௐ%HVWௐ3ODFHVௐWRௐ:RUN)RXQGU\¶Vௐௐ&,2ௐௐ$ZDUGௐIRUௐWKHௐILIWKௐFRQVHFXWLYHௐ\HDU 0HPEHUௐRIௐ'RZௐ-RQHVௐ6XVWDLQDELOLW\ௐ,QGLFHVௐௐௐௐ 'LYHUVLW\,QFௐ7RSௐௐ 0LOLWDU\ௐ)ULHQGO\ௐ$ZDUGHGௐௐFRQVHFXWLYHௐ\HDUV ௐ9HW¶Vௐ5HDG\ௐ(PSOR\HUௐ*ROGௐ:LQQHU 1DWLRQDOௐ2UJDQL]DWLRQௐRQௐ'LVDELOLW\ௐ    :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ JRYHUQPHQWDOௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV   :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ HGXFDWLRQௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV :HௐGRௐQRWௐGLIIHUHQWLDWHௐEHWZHHQௐJRYHUQPHQWDOௐDQGௐHGXFDWLRQௐVHFWRUVௐDVௐWKHௐ HGXFDWLRQௐVHFWRUௐLVௐDௐYHU\ௐVPDOOௐSRUWLRQௐRIௐRXUௐ6/('ௐVDOHVௐ7KHUHIRUHௐWKLVௐLVௐ LQFOXGHGௐLQௐWKHௐௐQXPEHUௐDERYH   /LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐ SXUFKDVLQJௐFRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐ WKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" 6RXUFHZHOOௐௐLQௐௐௐLQௐௐDQGௐௐLQௐ   /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐ DQGௐ6XSSO\ௐ$UUDQJHPHQWVௐ 626$ ௐWKDWௐ\RXௐ KROGௐ:KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐ HDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ \HDUV" 1RQH  7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUV HQWLW\QDPHLVRSWLRQDO LQFOXGLQJHQWLW\ W\SHWKHVWDWHRUSURYLQFHWKHHQWLW\LVORFDWHGLQVFRSHRIWKHSURMHFW V VL]HRIWUDQVDFWLRQ V DQGGROODUYROXPHVIURPWKHSDVWWKUHH \HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH<HDUV ([HUFLVLQJௐ RSWLRQௐRIௐQRWௐ QDPLQJௐHQWLW\ *RYHUQPHQW 1HZ<RUN1< 5HIXVHௐ&ROOHFWLRQௐ9HKLFOHV ௐ8QLWV   ([HUFLVLQJௐRSWLRQௐRIௐQRWௐ QDPLQJௐHQWLW\ *RYHUQPHQW *HRUJLD*$ 5HIXVHௐ&ROOHFWLRQௐ9HKLFOHV ௐ8QLWV  ([HUFLVLQJௐ RSWLRQௐRIௐQRWௐ QDPLQJௐHQWLW\ *RYHUQPHQW 7H[DV7; 5HIXVHௐ&ROOHFWLRQௐ9HKLFOHV ௐ8QLWV  ([HUFLVLQJௐ RSWLRQௐRIௐQRWௐ QDPLQJௐHQWLW\ *RYHUQPHQW 1HZ-HUVH\1- 5HIXVHௐ&ROOHFWLRQௐ9HKLFOHV ௐ8QLWV  ([HUFLVLQJௐ RSWLRQௐRIௐQRWௐ QDPLQJௐHQWLW\ *RYHUQPHQW +DZDLL+, 5HIXVHௐ&ROOHFWLRQௐ9HKLFOHV ௐ8QLWV   7DEOH5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU $WODQWLFௐ&RXQW\ௐ8WLOLW\ௐ$XWKRULW\ 0DWWௐ'HQDIR  ௐ &RXQW\ௐRIௐ'HNDOE 5REHUWௐ*RUGRQ  ௐ &LW\ௐRIௐ'HVௐ0RLQHV %ULDQௐ%HQQHWW  ௐ Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck & MFG          7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH <RXUUHVSRQVHVKRXOGDGGUHVVLQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHU RIZRUNHUV IXOOWLPHHTXLYDOHQWV LQYROYHGLQHDFKVHFWRUZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHV RUHPSOR\HHVRIDWKLUG SDUW\ DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6DOHVௐIRUFH 0F1HLOXVௐRIIHUVௐDௐIDFWRU\ௐGLUHFWௐVDOHVௐIRUFHௐDQGௐVDOHVௐSURFHVVௐWRௐDOOௐ6RXUFHZHOOௐPHPEHUVௐ:LWKௐWKLVௐGLUHFWௐVDOHVௐIRUFHௐRQO\ௐVHOOLQJௐ5HIXVHௐ&ROOHFWLRQௐ9HKLFOHVௐSDUWVௐ DQGௐVHUYLFHௐUHODWHGௐWRௐWKHVHௐSURGXFWVௐ6RXUFHZHOOௐPHPEHUVௐDUHௐJHWWLQJௐH[SHUWVௐ KHOSLQJௐWKHPௐZLWKௐWKHௐVROXWLRQVௐWKH\ௐQHHGௐ7KLVௐDOVRௐHQVXUHVௐDௐWHDPௐRIௐSHRSOHௐ LQWLPDWHO\ௐIDPLOLDUௐZLWKௐWKHௐ6RXUFHZHOOௐSULFLQJௐVWUXFWXUHௐFRQWUDFWௐDQGௐNQRZOHGJHௐRIௐKRZௐWRௐSURYLGHௐRSWLRQVௐWRௐFXVWRPHUVௐYLDௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐ,QௐDGGLWLRQௐWRௐRXUௐ GLUHFWௐVDOHVௐIRUFHௐRIௐPRUHௐWKDQௐௐ0F1HLOXVௐKDVௐUHFRJQL]HGௐWKHௐLPSRUWDQFHௐRIௐ EXLOGLQJௐRXWௐDௐUREXVWௐVDOHVௐRSHUDWLRQVௐWHDPௐRIௐRYHUௐௐWKDWௐHQVXUHௐRUGHUௐDFFXUDF\ௐ WLPHO\ௐFRPPXQLFDWLRQௐFKDVVLVௐDQGௐERG\ௐFRPSDWLELOLW\ௐDQGௐTXRWHௐDXGLWLQJௐWRௐHQVXUHௐSULFLQJௐDFFXUDF\ௐFRQVLVWHQWௐZLWKௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐ$GGLWLRQDOO\ௐVXSSRUWLQJௐWKHௐ VDOHVௐWHDPௐLVௐDௐPDUNHWLQJௐWHDPௐRIௐIRXUௐ  ௐWKDWௐDVVLVWௐLQௐFUHDWLQJௐFROODWHUDOVௐVRFLDOௐ PHGLDௐPDUNHWLQJௐWUDGHௐVKRZௐVXSSRUWௐDQGௐRUJDQL]LQJௐYLUWXDOௐPRQWKO\ௐDQGௐLQௐSHUVRQௐELௐ DQQXDOௐQDWLRQDOௐVDOHVௐPHHWLQJVௐDLPHGௐDWௐSURYLGLQJௐWKHௐODWHVWௐXSGDWHVௐWRௐRXUௐGLUHFWௐVDOHVௐIRUFH   'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐPHWKRGV0F1HLOXVௐFXUUHQWO\ௐGRHVௐQRWௐKDYHௐDௐGHDOHUௐQHWZRUNௐDVௐZHௐKDYHௐEHHQௐDௐIDFWRU\ௐGLUHFWௐVDOHVௐRUJDQL]DWLRQௐIRUௐRYHUௐௐ\HDUVௐLQௐWKHௐ86ௐDQGௐ&DQDGLDQௐPDUNHWVௐ:LWKௐ VWUDWHJLFDOO\ௐORFDWHGௐIDFWRU\ௐRZQHGௐVHUYLFHௐEUDQFKHVௐDQGௐIDFWRU\ௐHPSOR\HGௐPRELOHௐ VHUYLFHௐHPSOR\HHVௐ9LDௐWKLVௐQHWZRUNௐDORQJௐZLWKௐVRPHௐVWUDWHJLFௐUGௐSDUW\ௐ$XWKRUL]HGௐ 6HUYLFHௐ&HQWHUVௐ0F1HLOXVௐLVௐZHOOௐHVWDEOLVKHGௐWRௐVHOOௐVHUYLFHௐDQGௐVXSSRUWௐDOOௐRIௐRXUௐFXVWRPHUVௐHVSHFLDOO\ௐ6RXUFHZHOOௐPHPEHUV   6HUYLFHௐIRUFH :LWKௐWKHௐFXUUHQWௐPL[ௐRIௐ0F1HLOXVௐEUDQFKௐORFDWLRQVௐDQGௐPRELOHௐWHFKQLFLDQVௐDVௐZHOOௐDVௐRXUௐSDUWQHUௐDXWKRUL]HGௐVHUYLFHௐFHQWHUௐORFDWLRQVௐZHௐDUHௐUHDG\ௐWRௐPHHWௐWKHௐQHHGVௐRIௐ FXVWRPHUVௐZKHUHYHUௐWKH\ௐPD\ௐEHௐ:HௐDUHௐFRQWLQXRXVO\ௐORRNLQJௐDWௐDUHDVௐWKDWௐQHHGௐ PRUHௐ0F1HLOXVௐVHUYLFHௐ3DUWVௐ:DUHKRXVLQJௐDQGௐPRELOHௐWHFKQLFLDQVௐDQGௐDUHௐ HYDOXDWLQJௐZKHUHௐZHௐFDQௐFRQWLQXHௐWRௐJURZௐWKHௐIRRWSULQWௐWRௐEHWWHUௐVHUYHௐRXUௐFXVWRPHUVௐWKURXJKௐWUDGLWLRQDOௐDQGௐQRQWUDGLWLRQDOௐ0F1HLOXVௐPHWKRGVௐ0F1HLOXVௐFXUUHQWO\ௐHPSOR\HHVௐ DERXWௐௐWHFKQLFLDQVௐDFURVVௐWKHௐFRXQWU\ௐEHWZHHQௐRXUௐQHDUO\ௐௐFRPSDQ\ௐEUDQFKௐ ORFDWLRQVௐDQGௐUHPRWHௐVHUYLFHௐWHFKQLFLDQVௐSURYLGLQJௐRQௐFXVWRPHUௐVLWHௐUHSDLUVௐZDUUDQW\ௐ DQGௐGLDJQRVWLFௐDELOLWLHVௐ0F1HLOXVௐDOVRௐHPSOR\VௐDௐWHDPௐRIௐUHPRWHௐ RYHUௐWKHௐSKRQH ௐIDFWRU\ௐGLUHFWௐGHGLFDWHGௐWURXEOHVKRRWLQJௐWHFKQLFLDQVௐWRௐDLGௐFXVWRPHUVௐLQௐGLDJQRVLQJௐ DQGௐWURXEOHVKRRWLQJௐLVVXHVௐWKURXJKௐGLDOLQJௐRQHௐRIௐRXUௐ0F1HLOXVௐKHOSௐOLQHV   'HVFULEHௐWKHௐRUGHULQJௐSURFHVVௐ,IௐRUGHUVௐ ZLOOௐEHௐKDQGOHGௐE\ௐGLVWULEXWRUVௐGHDOHUVௐRUௐ RWKHUVௐH[SODLQௐWKHௐUHVSHFWLYHௐUROHVௐRIௐWKHௐ 3URSRVHUௐDQGௐRWKHUV 6RXUFHZHOOௐPHPEHUVௐZLOOௐFRQWDFWௐDௐIDFWRU\ௐGLUHFWௐ0F1HLOXVௐUHJLRQDOௐVDOHVௐPDQDJHUௐ VHHNLQJௐLQIRUPDWLRQௐRUௐDௐTXRWDWLRQௐRQௐDௐUHIXVHௐFROOHFWLRQௐYHKLFOHௐ$IWHUௐGLVFXVVLQJௐWKHௐ FXVWRPHUௐQHHGVௐDQGௐSRWHQWLDOO\ௐDQௐLQௐSHUVRQௐUHYLHZௐRIௐH[LVWLQJௐHTXLSPHQWௐDௐ VSHFLILFDWLRQௐLVௐVHWௐIRUWKௐDQGௐWKHௐ0F1HLOXVௐIDFWRU\ௐGLUHFWௐUHJLRQDOௐVDOHVௐPDQDJHUௐZLOOௐXVHௐRXUௐZHEௐEDVHGௐFRQILJXUDWRUௐWRௐEXLOGௐWKHௐVSHFLILFDWLRQௐDQGௐJHQHUDWHௐDௐSULFHௐWRௐ WKHௐ6RXUFHZHOOௐPHPEHUௐ$OOௐ6RXUFHZHOOௐTXRWHVௐZLOOௐEHௐUHYLHZHGௐE\ௐVDOHVௐOHDGHUVKLSௐ IRUௐDFFXUDF\ௐDQGௐWRௐHQVXUHௐDOOௐSRUWLRQVௐRIௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐDUHௐDGKHUHGௐWRௐ LQFOXGLQJௐSULFHௐDQGௐFOHDUO\ௐVWDWLQJௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐQXPEHUௐRQௐWKHௐTXRWHௐ7KHௐTXRWHௐDQGௐVSHFLILFDWLRQௐDUHௐWKHQௐVKDUHGௐZLWKௐWKHௐ6RXUFHZHOOௐPHPEHUௐ,IௐWKHௐ 6RXUFHZHOOௐPHPEHUௐLVௐSURYLGLQJௐWKHLUௐRZQௐFKDVVLVௐRUௐDௐFKDVVLVௐIURPௐWKHLUௐORFDOௐ GHDOHUௐDௐFKDVVLVௐVSHFLILFDWLRQௐZLOOௐEHௐVKDUHGௐZLWKௐWKHௐUHJLRQDOௐVDOHVௐPDQDJHUௐIRUௐDௐ FRPSDWLELOLW\ௐUHYLHZௐWRௐEHௐGRQHௐE\ௐ0F1HLOXVௐHQJLQHHULQJௐDQGRUௐ6DOHVௐ2SHUDWLRQௐ WHDPௐPHPEHUௐWRௐHQVXUHௐFRUUHFWௐFRPSRQHQWௐSODFHPHQWௐLQWHJUDWLRQௐZRUNௐLVௐGRQHௐE\ௐ DQGௐEHVWௐSRVVLEOHௐERG\ௐILWPHQWௐ8SRQௐDFFHSWDQFHௐHLWKHUௐWKHௐTXRWHௐLVௐVLJQHGௐDQGௐ UHWXUQHGௐRUௐDௐFXVWRPHUௐLVVXHGௐ32ௐLVௐUHWXUQHGௐWRௐWKHௐUHJLRQDOௐVDOHVௐPDQDJHUௐDQGௐ WKHௐGRFXPHQWDWLRQௐLVௐVXEPLWWHGௐLQWRௐRXUௐTXRWLQJௐWRROௐIRUௐSODFHPHQWௐRIௐWKHௐRUGHUௐLQWRௐ RXUௐEXLOGௐVFKHGXOHௐ&RPPXQLFDWLRQௐZLOOௐEHௐFRQVLVWHQWௐWKURXJKௐWKHௐEXLOGௐSURFHVVௐWRௐHQVXUHௐXSGDWHVௐDUHௐSURYLGHGௐDQGௐ6RXUFHZHOOௐPHPEHUVௐNQRZௐZKHQௐWRௐH[SHFWௐWKHLUௐ HTXLSPHQWௐVRௐWKDWௐWKH\ௐFDQௐSODQௐDFFRUGLQJO\  Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck & MFG           'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐ SURFHGXUHௐRIௐ\RXUௐFXVWRPHUௐVHUYLFHௐ SURJUDPௐLIௐDSSOLFDEOHௐௐ,QFOXGHௐ\RXUௐ UHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐ FRPPLWPHQWVௐDVௐZHOOௐDVௐDQ\ௐLQFHQWLYHVௐ WKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐ VHUYLFHௐJRDOVௐRUௐSURPLVHV &XVWRPHUVௐKDYHௐVHYHUDOௐPHWKRGVௐWRௐFRQWDFWௐRXUௐZRUOGௐFODVVௐFXVWRPHUௐVHUYLFHௐ 6RXUFHZHOOௐPHPEHUVௐZKRௐKDYHௐSODFHGௐDQௐRUGHUௐIRUௐDௐXQLWௐDOUHDG\ௐKDYHௐHVWDEOLVKHGௐDௐ UDSSRUWௐZLWKௐRQHௐRIௐRXUௐIDFWRU\ௐGLUHFWௐVDOHVௐSHRSOHௐ8SRQௐGHOLYHU\ௐRIௐDௐXQLWௐRXUௐVDOHVௐ WHDPௐPHPEHUVௐHQVXUHௐSURSHUௐGHOLYHU\ௐSHUIRUPௐDQ\ௐUHTXHVWHGௐRSHUDWRUௐWUDLQLQJௐDQGௐ HQVXUHௐWKHௐ6RXUFHZHOOௐPHPEHUௐLVௐFRPIRUWDEOHௐZLWKௐWKHௐSDUWVௐRUGHULQJௐV\VWHPௐKRZௐWRௐ SURFHVVௐDௐZDUUDQW\ௐFODLPௐRUௐKRZௐWRௐFRQQHFWௐZLWKௐRXUௐWHFKQLFDOௐVXSSRUWௐKRWOLQH :HௐKDYHௐDௐQHZO\ௐODXQFKHGௐHFRPPHUFHௐZHEVLWHௐ ZZZUHIXVHVWUHHWVPDUWSDUWVFRP ௐIRUௐRXUௐSDUWVௐVLGHௐRIௐWKHௐEXVLQHVVௐ7KLVௐDOORZVௐIRUௐRQௐGHPDQGௐRUGHULQJௐRIௐSDUWVௐZLWKௐDௐ VLPSOHௐORJௐLQௐWRௐRXUௐSDUWVௐRUGHULQJௐV\VWHPௐ3HUVRQDOL]HGௐWUDLQLQJVௐDUHௐRIIHUHGௐE\ௐ VDOHVௐVWDIIௐRUௐRXUௐSDUWVௐVWDIIௐRQௐZHEVLWHௐQDYLJDWLRQௐDQGௐDFFRXQWௐVHWௐXSௐDWௐQRௐFKDUJHௐ :HௐDOVRௐVXSSRUWௐRXUௐSDUWVௐRUGHULQJௐEXVLQHVVௐWKURXJKௐVWUDWHJLFDOO\ௐORFDWHGௐ&XVWRPHUௐ6XSSRUWௐ5HSUHVHQWDWLYHVௐ &65 ௐLQௐHDFKௐWLPHௐ]RQHௐWRௐPD[LPL]HௐWKHௐDYDLODEOHௐKRXUVௐE\ௐ SKRQH 0F1HLOXVௐRIIHUVௐERWKௐSDSHUௐDQGௐRQOLQHௐZDUUDQW\ௐFODLPVௐDVௐZHOOௐDVௐSHUVRQDOL]HGௐ WUDLQLQJௐRQௐWKHௐHQWLUHௐZDUUDQW\ௐSURFHVVௐRQOLQHௐHQUROOPHQWௐDQGௐIRUPௐFRPSOHWLRQௐ:HௐKDYHௐDௐFOHDUO\ௐGHILQHGௐZDUUDQW\ௐSROLF\ௐDQGௐRIIHUௐVWURQJௐJXLGDQFHௐRQௐFODLPௐVXEPLWWDOௐ DQGௐZKDWௐDOOௐPD\ௐEHௐFRYHUHGௐDVௐZHOOௐDVௐSURYLGHௐQRௐFKDUJHௐSLFNௐXSௐRIௐIDLOHGௐSDUWVௐWRௐ EHௐUHWXUQHGௐWRௐ0F1HLOXVௐIRUௐLQVSHFWLRQௐDQGௐTXDOLW\ௐUHSRUWLQJ 0F1HLOXV¶VௐVHUYLFHௐWHDPௐDUHௐ5HIXVHௐH[SHUWVௐ7KH\ௐDUHௐVWUDWHJLFDOO\ௐORFDWHGௐDFURVVௐ1RUWKௐ$PHULFDௐZLWKௐPRELOHௐVHUYLFHௐWHFKQLFLDQVௐORFDWHGௐDWௐWKHVHௐEUDQFKHVௐDVௐZHOOௐDVௐ ILOOLQJௐWKHௐJDSVௐEHWZHHQௐWKHௐEUDQFKHVௐ:HௐGLDJQRVHௐUHSDLUௐDQGௐSHUIRUPௐVHUYLFHௐDWௐ FXVWRPHUௐORFDWLRQVௐZKHUHYHUௐSRVVLEOHௐWRௐKHOSௐPLQLPL]HௐGRZQWLPHௐDQGௐUHGXFHௐ FXVWRPHUௐLQFRQYHQLHQFH   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHௐ 8QLWHGௐ6WDWHV 0F1HLOXVௐKDVௐDௐUREXVWௐIDFWRU\ௐGLUHFWௐVDOHVௐVHUYLFHௐDQGௐSDUWVௐZDUHKRXVLQJௐVWDIIௐDQGௐ EUDQFKHVௐDXJPHQWHGௐE\ௐ$XWKRUL]HGௐVHUYLFHௐFHQWHUVௐ$VௐGHVFULEHGௐDERYHௐDQGௐVHYHUDOௐWLPHVௐKHUHLQௐ0F1HLOXVௐLVௐDௐPDUNHWௐOHDGHUௐDFURVVௐ1RUWKௐ$PHULFDௐIRUௐSUHPLXPௐUHIXVHௐ FROOHFWLRQௐYHKLFOHௐQHHGVௐ2XUௐIDFWRU\ௐGLUHFWௐVWDIIௐJHWVௐUHJXODUO\ௐVFKHGXOHGௐ6RXUFHZHOOௐ WUDLQLQJௐDGKHUHVௐWRௐRXUௐTXRWLQJௐDQGௐRUGHULQJௐSURFHVVௐDQGௐSURYLGHVௐKDQGVௐRQௐ VXSSRUWௐZLWKௐRXUௐFXVWRPHUVௐGLUHFWO\ௐ:HௐDUHௐDௐ1RUWKௐ$PHULFDQௐFRPSDQ\ௐKHDGTXDUWHUHGௐLQௐ'RGJHௐ&HQWHUௐ01ௐ0F1HLOXVௐKDVௐVHHQௐDௐWUHPHQGRXVௐDPRXQWௐRIௐ YDOXHௐLQௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐRYHUௐWKHௐSDVWௐௐ\HDUVௐDQGௐVHHVௐWKHௐQHZௐDZDUGௐDVௐ DௐNH\ௐWRௐFRQWLQXHGௐJURZWKௐLQௐWKHௐPXQLFLSDOௐPDUNHWௐDQGௐWRZDUGVௐRYHUDOOௐPDUNHWௐVKDUH   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ&DQDGD 0F1HLOXVௐEHLQJௐDௐSDUWௐRIௐ2VKNRVKௐ&RUSRUDWLRQௐLVௐSRVLWLRQHGௐZHOOௐWRௐVHUYHௐ&DQDGDௐ 0F1HLOXVௐKDVௐGLUHFWௐVDOHVௐVWDIIௐKHDGTXDUWHUHGௐRXWௐRIௐ&DQDGDௐWRௐVXSSRUWௐWKHௐHQWLUHௐ FRXQWU\ௐ:HௐFXUUHQWO\ௐVHUYHௐWKHௐJRYHUQPHQWௐVHFWRUௐWKHUHௐQRZௐDQGௐKDYHௐDௐYHU\ௐVWURQJௐSUHVHQFHௐZLWKௐSULYDWHௐKDXOHUVௐDQGௐODUJHௐIOHHWV   ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ&DQDGDௐWKDWௐ\RXௐZLOOௐ127ௐEHௐ IXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW 1RQHௐ:HௐZLOOௐEHௐVHUYLQJௐDOOௐRIௐWKHௐ86ௐDQGௐ&DQDGDௐWKURXJKௐWKLVௐFRQWUDFW  ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐ VHFWRUVௐ LHௐJRYHUQPHQWௐHGXFDWLRQௐQRWIRU SURILW ௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐ WKURXJKௐWKHௐSURSRVHGௐFRQWUDFWௐ([SODLQௐLQௐGHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐFRPSDQ\ௐ KDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐ FRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐOLPLWௐ\RXUௐ DELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW" :HௐZLOOௐEHௐVHUYLQJௐDOOௐSDUWLFLSDWLQJௐHQWLW\ௐVHFWRUVௐWKDWௐKDYHௐDௐQHHGௐIRUௐUHIXVHௐ FROOHFWLRQௐYHKLFOHV   'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐ RUௐUHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐ DQGௐLQௐ86ௐ7HUULWRULHV 7KHUHௐZRXOGௐEHௐQRௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐUHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐ SDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐ$ODVNDௐRUௐWKHௐ86ௐ7HUULWRULHV Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck & MFG          7DEOH0DUNHWLQJ3ODQ /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐ SURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ 8SORDGௐUHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐPDUNHWLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐ WKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH 6RXUFHZHOOௐLVௐDQGௐKDVௐEHHQௐDௐFRUQHUVWRQHௐLQௐRXUௐPXQLFLSDOௐVWUDWHJ\ௐ:HௐSODQௐWRௐFRQWLQXHௐ WRௐXSGDWHௐRXUௐPDUNHWLQJௐPDWHULDOௐVRFLDOௐPHGLDௐPDUNHWLQJௐDQGௐWUDGHௐVKRZௐPDUNHWLQJௐWRௐ KLJKOLJKWௐWKHௐSDUWQHUVKLSௐEHWZHHQௐ0F1HLOXVௐDQGௐ6RXUFHZHOOௐ:HௐFXUUHQWO\ௐKDYHௐDௐSDJHௐGHGLFDWHGௐWRௐQDWLRQDOௐSXUFKDVLQJௐSURJUDPVௐWKDWௐFDQௐEHௐIRXQGௐDWௐ KWWSVZZZPFQHLOXVFRPSDQLHVFRPPFQHLOXVUHIXVHROGQDWLRQDOSXUFKDVLQJSURJUDPVௐௐ+HUHௐ ZHௐKLJKOLJKWௐWKHௐ6RXUFHZHOOௐDGYDQWDJHௐDௐOLQNௐWRௐRXUௐFRQWUDFWௐSDJHௐDQGௐRXUௐFRQWUDFWௐDZDUGௐ QXPEHUௐ0F1HLOXVௐSODQVௐWRௐKDYHௐTXDUWHUO\ௐVWUDWHJ\ௐPHHWLQJVௐELௐDQQXDOௐH[SRVXUHௐRIௐ6RXUFHZHOOௐWHDPௐPHPEHUVௐWRௐRXUௐGLUHFWௐVDOHVௐIRUFHௐDQGௐLQFOXGHௐWKHௐ6RXUFHZHOOௐ/RJRௐDQGௐ DZDUGHGௐFRQWUDFWௐRQௐPDUNHWLQJௐFROODWHUDOVௐWKDWௐDUHௐVKDUHGௐZLWKௐDOOௐPXQLFLSDOௐFXVWRPHUVௐ 0F1HLOXVௐKDVௐDOVRௐVHWௐDௐSHUIRUPDQFHௐJRDOௐIRUௐRXUௐGLUHFWௐVDOHVௐIRUFHௐWRௐPRUHௐDFWLYHO\ௐ HQJDJHௐLQௐORFDOௐDQGௐQDWLRQDOௐWUDLQLQJௐHYHQWVௐWRௐHQVXUHௐWKHௐPRVWௐXSௐWRௐGDWHௐLQIRUPDWLRQௐRQௐ6RXUFHZHOOௐJHWVௐWRௐRXUௐVDOHVௐWHDPௐDQGௐFRQWLQXHVௐWRௐGULYHௐWKHௐVHOOLQJௐEHKDYLRUௐZHௐVHHௐ YDOXHௐLQௐWKURXJKௐRXUௐ6RXUFHZHOOௐUHODWLRQVKLSௐDQGௐDZDUGHGௐFRQWUDFW $WWDFKHGௐLQௐWKHௐGRFXPHQWௐVHFWLRQௐDUHௐVRPHௐVDPSOHVௐRIௐFROODWHUDOVௐGLVSOD\LQJௐWKHௐ 6RXUFHZHOOௐEDGJLQJௐLQௐWKHௐORZHUௐULJKWௐVLGHௐRIௐVKDUHGௐGRFXPHQWVௐZLWKௐRXUௐPXQLFLSDOLWLHV   'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐ GLJLWDOௐGDWDௐ HJௐVRFLDOௐPHGLDௐPHWDGDWDௐXVDJH ௐWRௐHQKDQFHௐ PDUNHWLQJௐHIIHFWLYHQHVV 0F1HLOXVௐXVHVௐVRFLDOௐPHGLDௐSODWIRUPVௐWRௐSURPRWHௐRXUௐSURGXFWVௐVHUYLFHVௐDQGௐFXVWRPHUVௐ $GGLWLRQDOO\ௐ0F1HLOXVௐLVௐUHJXODUO\ௐVKDULQJௐWKURXJKௐWKHVHௐSODWIRUPVௐFRPPXQLW\ௐHQJDJHPHQWௐVXVWDLQDELOLW\ௐHIIRUWVௐDQGௐSURPRWLQJௐSDUWQHUVKLSVௐZLWKௐPDQ\ௐFXVWRPHUVௐ:LWKௐDௐODUJHௐVRFLDOௐ PHGLDௐIRRWSULQWௐDQGௐGHGLFDWHGௐPDUNHWLQJௐVSHFLDOLVWௐWKDWௐIRFXVHVௐRQௐWKHVHௐDYHQXHVௐWKHUHௐ LVௐDGGLWLRQDOௐRSSRUWXQLW\ௐWRௐPRUHௐSXEOLFO\ௐVKDUHௐ0F1HLOXVௐDQGௐ6RXUFHZHOO¶VௐSDUWQHUVKLSௐ FRQWUDFWௐLQIRUPDWLRQௐDQGௐFRPSHWLWLYHௐDGYDQWDJHVௐRIௐXVLQJௐWKHVHௐWZRௐZHOOௐUHVSHFWHGௐ RUJDQL]DWLRQVௐWRJHWKHUௐ0F1HLOXVௐDOVRௐKDVௐDௐGHGLFDWHGௐDUHDௐRQௐRXUௐZHEVLWHௐGHPRQVWUDWLQJௐ 1DWLRQDOௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐDQGௐ6RXUFHZHOOௐKDVௐSURPLQHQWௐSODFHPHQWௐRQௐWKLVௐ SDJHௐZLWKௐHDV\ௐOLQNVௐWRௐIROORZௐIRUௐPRUHௐLQIRUPDWLRQ )ROORZHUVௐ ௐ(QJDJHPHQWௐRQௐ6RFLDOௐPHGLDௐ3ODWIRUPV /LQNHG,Qௐ0RUHௐWKDQௐௐIROORZHUVௐDQGௐUHJXODUௐSRVWVௐVHYHUDOௐWLPHVௐSHUௐZHHNௐ)DFHERRNௐ0RUHௐWKDQௐௐIROORZHUVௐDQGௐPRUHௐWKDQௐௐOLNHVௐ5HJXODUௐSRVWVௐVHYHUDOௐWLPHVௐSHUௐ ZHHN ,QVWDJUDPௐ1HDUO\ௐௐIROORZHUVௐDQGௐPRUHௐWKDQௐௐSRVWV 7ZLWWHUௐ2YHUௐௐIROORZHUVௐDQGௐUHJXODUௐWZHHWVௐVHYHUDOௐWLPHVௐSHUௐZHHN   ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐ LQௐSURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐ WKLVௐ5)3"ௐ+RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ 6RXUFHZHOODZDUGHGௐFRQWUDFWௐLQWRௐ\RXUௐ VDOHVௐSURFHVV" 2YHUௐQHDUO\ௐWKHௐODVWௐGHFDGHௐ0FQHLOXVௐKDVௐSDUWLFLSDWHGௐLQௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐWKHௐ SDUWQHUVKLSௐEHWZHHQௐRXUௐWZRௐRUJDQL]DWLRQVௐKDVௐJURZQௐLQFUHPHQWDOO\ௐ\HDUௐRYHUௐ\HDUௐ2XUௐ IDFWRU\ௐGLUHFWௐVDOHVௐWHDPௐKDVௐUHFHLYHGௐPRUHௐWUDLQLQJௐVXSSRUWௐDQGௐLQIRUPDWLRQௐDERXWௐ 6RXUFHZHOOௐDQGௐLWVௐFRPSHWLWLYHௐDGYDQWDJHௐLWௐSURYLGHVௐ0F1HLOXVௐDQGௐ6RXUFHZHOOௐPHPEHUVௐ ZLWKௐ7KHௐHDVHௐRIௐILQGLQJௐFRQWUDFWௐLQIRUPDWLRQௐRQௐWKHௐ6RXUFHZHOOௐZHEVLWHௐDFFHVVௐWRௐ LQIRUPDWLRQௐIURPௐWKHௐFRPSHWLWLYHௐELGௐSURFHVVௐDQGௐDFFHVVLELOLW\ௐRIௐ0F1HLOXV¶VௐGLUHFWௐ6RXUFHZHOOௐFRQWDFWVௐKDVௐDLGHGௐLQௐKHOSLQJௐWKRVHௐ0HPEHUVௐZKRௐPD\ௐXVHௐWKHௐFRQWUDFWௐLQௐ RWKHUௐIDFHWVௐRIௐWKHLUௐSXUFKDVLQJௐEHௐFRPIRUWDEOHௐXVLQJௐWKLVௐSODWIRUPௐIRUௐPRUHௐVXEVWDQWLDOௐ SXUFKDVHGௐOLNHௐ5HIXVHௐ&ROOHFWLRQௐ9HKLFOHVௐ 0F1HLOXVௐZLWKௐPRUHௐUHVRXUFHVௐDFWLYHO\ௐHQJDJHGௐZLWKௐ6RXUFHZHOOௐZLOOௐFRQWLQXHௐWRௐJURZௐWKLVௐIRUWXLWRXVௐUHODWLRQVKLSௐDQGௐOHYHUDJHௐWKHௐUHVRXUFHVௐWKDWௐ6RXUFHZHOOௐRIIHUVௐWRௐRXUௐIDFWRU\ௐ GLUHFWௐVDOHVௐWHDPௐDQGௐSURVSHFWLYHௐPXQLFLSDOௐFXVWRPHUVௐ)XWXUHௐSODQVௐWKDWௐDUHௐDOUHDG\ௐLQௐ SURFHVVௐDUHௐLQYLWDWLRQௐWRௐUHJLRQDOௐDQGௐQDWLRQDOௐ0F1HLOXVௐ6DOHVௐ0HHWLQJVௐDQGௐRSSRUWXQLWLHVௐ WRௐVSHDNௐGLUHFWO\ௐZLWKௐWKHௐ0F1HLOXVௐVDOHVௐWHDPௐRQௐ4XDUWHUO\ௐRUௐ%LDQQXDOௐYLUWXDOௐWHDPௐPHHWLQJVௐ7KHVHௐDUHௐH[FHOOHQWௐRSSRUWXQLWLHVௐWRௐOHDUQௐDERXWௐDQ\ௐFKDQJHVௐWRௐWKHௐSURJUDPௐ GHGLFDWHGௐWLPHௐWRௐHQJDJHௐZLWKௐ6RXUFHZHOOௐVWDIIௐGLUHFWO\ௐDQGௐDQௐRSSRUWXQLW\ௐWRௐ IDFLOLWDWHௐ³%HVWௐ3UDFWLFH´ௐDGYLFHௐDQGௐIHHGEDFNௐRQௐFKDOOHQJHVௐRUௐKHDGZLQGVௐWKHௐVDOHVௐWHDPௐ HQFRXQWHUVௐLQௐWKHௐILHOG/DVWO\ௐ0F1HLOXVௐSURXGO\ௐGLVSOD\VௐWKHௐ6RXUFHZHOOௐIODJVௐDWௐORFDOௐUHJLRQDOௐDQGௐQDWLRQDOௐ WUDGHVKRZVௐDVௐSDUWௐRIௐRXUௐVKRZௐNLWVௐIRUௐPHPEHUVௐWRௐVHHௐWKDWௐZHௐDUHௐSDUWௐRIௐDௐSUHPLHUௐ FRRSHUDWLYHௐSXUFKDVLQJௐSURJUDPௐ6RXUFH:(//ௐLVௐSURPLQHQWO\ௐSODFHGௐRQௐRXUௐGHGLFDWHGௐ PXQLFLSDOௐSXUFKDVLQJௐSDJHௐRQௐRXUௐFRPSDQ\ௐZHEVLWHௐ PFQHLOXVFRPSDQLHVFRP ௐDQGௐKDVௐ OLQNVௐWRௐWKHௐ³6RXUFHZHOOௐDGYDQWDJH´ௐDVௐZHOOௐDVௐDௐGLUHFWௐOLQNௐWRௐWKHௐFRQWUDFWௐSDJHௐ:HௐKDYHௐ DOVRௐLGHQWLILHGௐUHFHQWO\ௐDWௐDௐ6RXUFHZHOOௐVXSSOLHUௐHYHQWௐWKHௐVWUDWHJLFௐXVHௐRIௐDGGLQJௐ FXVWRPHUௐWHVWLPRQLDOVௐWRௐWKLVௐZHESDJHௐDQGௐDUHௐDOUHDG\ௐLQௐSURJUHVVௐRIௐVHFXULQJௐPRUHௐRIௐ WKHVHௐVXFFHVVௐVWRULHVௐRIௐKRZௐ0F1HLOXVௐDQGௐ6RXUFHZHOOௐZDVௐDEOHௐWRௐVROYHௐDௐFXVWRPHUௐ QHHGௐWKURXJKௐDௐVWURQJௐSDUWQHUVKLS   $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐ DYDLODEOHௐWKURXJKௐDQௐHSURFXUHPHQWௐ RUGHULQJௐSURFHVV"ௐ,IௐVRௐGHVFULEHௐ\RXUௐ HSURFXUHPHQWௐV\VWHPௐDQGௐKRZௐ JRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐ FXVWRPHUVௐKDYHௐXVHGௐLW :HௐGRௐQRWௐRIIHUௐDௐFXVWRPHUௐIDFLQJௐHSURFXUHPHQWௐVLWHௐIRUௐDQ\ௐ5HIXVHௐ&ROOHFWLRQௐ%RGLHVௐ IRUௐDQ\ௐFXVWRPHUVௐ+RZHYHUௐZHௐGRௐRIIHUௐRQOLQHௐSDUWVௐRUGHULQJௐDWௐRXUௐSDUWVௐZHEVLWHௐ ZZZUHIXVHVWUHHWVPDUWSDUWVFRP ௐZLWKௐWKHௐODXQFKௐRIௐDௐQHZௐHFRPPHUFHௐSRUWDOௐLQௐWKHௐODVWௐௐ PRQWKVௐ6RXUFHZHOOௐPHPEHUVௐZRXOGௐVLJQௐXSௐIRUௐDௐORJLQௐDQGௐSDVVZRUGௐWKURXJKௐWKHௐZHEVLWHௐ DQGௐFDQௐDOVRௐUHFHLYHௐWUDLQLQJௐIUHHௐRIௐFKDUJHௐRQௐKRZௐWRௐQDYLJDWHௐWKHௐVLWHௐVHWௐXSௐSD\PHQWௐ LQIRUPDWLRQௐDQGௐRWKHUௐSHUWLQHQWௐLQIRUPDWLRQௐRQௐXVHௐRIௐWKHௐSDUWVௐRUGHULQJௐSRUWDO  7DEOH9DOXH$GGHG$WWULEXWHV Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck & MFG          /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐ PDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐ SURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐ ,QFOXGHௐGHWDLOVௐVXFKௐDVௐZKHWKHUௐ WUDLQLQJௐLVௐVWDQGDUGௐRUௐRSWLRQDOௐ ZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐ FRVWVௐWKDWௐDSSO\ 'ULYHUௐWUDLQLQJௐLVௐLQFOXGHGௐDQGௐZLOOௐEHௐFRQGXFWHGௐE\ௐWKHௐ560ௐ 5HJLRQDOௐ6DOHVௐ0DQDJHU ௐWKDWௐ LVௐDVVLJQHGௐWRௐWKHௐPXQLFLSDOLW\ௐௐ'ULYHUௐWUDLQLQJௐZLOOௐEHௐFRQGXFWHGௐXSRQௐGHOLYHU\ௐRIௐWKHௐ YHKLFOHௐDQGௐUHTXHVWௐIURPௐWKHௐPXQLFLSDOLW\ௐௐ3DUWVௐDQGௐURXWLQHௐPDLQWHQDQFHௐWUDLQLQJௐLVௐDOVRௐ LQFOXGHGௐDQGௐSURYLGHGௐE\ௐWKHௐ560ௐXSRQௐUHTXHVWௐௐ 7HFKQLFLDQ6HUYLFHௐWUDLQLQJௐLVௐDYDLODEOHௐXSRQௐUHTXHVWௐDQGௐLVௐTXRWHGௐVHSDUDWHO\ௐEDVHGௐRQௐ WUDLQLQJௐQHHGVௐORFDWLRQௐQXPEHUௐRIௐWHFKQLFLDQVௐDQGௐSURGXFWௐOLQHௐWUDLQLQJ   ([SODLQௐNH\ௐGHVLJQVௐRUௐSURFHVVHVௐ \RXUௐFRPSDQ\ௐWDNHVௐWRௐSURYLGHௐDQGௐSURPRWHௐVDIHௐRSHUDWLRQௐRIௐ \RXUௐHTXLSPHQW 0F1HLOXVௐXVHVௐSUR[LPLW\ௐVZLWFKHVௐDQGௐVHQVRUVௐWRௐHQVXUHௐSURSHUௐRSHUDWLRQௐDQGௐH[HFXWLRQௐRIௐ WKHௐERG\ௐௐ0F1HLOXVௐ&2'(ௐ &RQWUROVௐ2Qௐ'HPDQGௐ(QYLURQPHQW ௐSURYLGHVௐGLDJQRVWLFVௐDWௐWKHௐRSHUDWRUV ௐILQJHUWLSVௐWRௐDOHUWௐWKHPௐWRௐDQ\ௐRSHUDWLRQௐWKDWௐLVௐRXWௐRIௐVSHFLILFDWLRQ  'HVFULEHௐKRZௐWKHௐHTXLSPHQWௐ\RXௐ SURSRVHௐVLPSOLILHVௐWKHௐRSHUDWLRQௐ IRUௐHQGXVHUV 2QHௐRIௐWKHௐQHZHVWௐLQQRYDWLRQVௐGHVLJQHGௐWRௐVLPSOLI\ௐRSHUDWLRQௐIRUௐWKHௐHQGXVHUௐLVௐ &DUW6HHNHUௐDQௐDXWRPDWHGௐUHIXVHௐFDQௐUHFRJQLWLRQௐV\VWHPௐWKDWௐXWLOL]HVௐVHQVRUVௐWRௐLGHQWLI\ௐ UHIXVHௐFDQVௐGHWHUPLQHௐWKHௐLGHDOௐDOLJQPHQWௐRIௐWKHௐ$6/ௐ $XWRPDWHGௐ6LGHௐ/RDGHU ௐDUPௐDQGௐ UHIXVHௐFDQௐௐ7KLVௐLQQRYDWLRQௐLVௐH[FOXVLYHௐWRௐ0F1HLOXVௐDQGௐLVௐGHVLJQHGௐWRௐVKRUWHQௐGULYHUௐWUDLQLQJௐHQVXUHௐVDIHUௐFDQௐFROOHFWLRQௐUHGXFHௐGULYHUௐIDWLTXHௐDQGௐLQFUHDVHௐKHDGVௐXSௐRSHUDWLRQௐ RIௐWKHௐ5&9ௐ 5HIXVHௐ&ROOHFWLRQௐ9HKLFOH ௐௐ0F1HLOXVௐ&2'(ௐLVௐDQRWKHUௐH[DPSOHௐRIௐ VLPSOLI\LQJௐWKHௐRSHUDWLRQௐIRUௐWKHௐHQGXVHU  'HVFULEHௐDQ\ௐVDIHW\ௐLQQRYDWLRQVௐ RQௐ\RXUௐHTXLSPHQWௐWKDWௐDUHௐHLWKHUௐ H[FOXVLYHௐRUௐWKDWௐ\RXௐKDYHௐLQWURGXFHGௐLQWRௐWKHௐPDUNHWSODFH 0F1HLOXVௐXWLOL]HVௐLQWHJUDWHGௐVDIHW\ௐSURWRFROVௐZULWWHQௐLQWRௐWKHௐVRIWZDUHௐDQGௐ&2'(ௐWKDWௐ HQVXUHௐSURSHUௐRSHUDWLRQௐRIௐWKHௐHTXLSPHQWௐௐ7KLVௐSURGXFWௐLQQRYDWLRQௐLVௐDYDLODEOHௐRQௐDOOௐ%RG\ௐ 7\SHVௐH[FHSWௐIRUௐWKHௐ$WODQWLFௐ)URQWௐ/RDGHU  'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐDGYDQFHVௐWKDWௐ\RXUௐSURSRVHGௐ SURGXFWVௐRUௐVHUYLFHVௐRIIHU '\QDPLFௐ/RDGௐ6WDELOL]HUௐIRUௐ)URQWௐ/RDGௐ5&9 VௐKROGVௐWKHௐFDUU\ௐFDQௐVWHDG\ௐZKLOHௐWKHௐOLIWௐDUPௐH[WHQGVௐDQGௐUHWUDFWVௐUHGXFLQJௐORQJWHUPௐZHDUௐ ௐWHDUௐௐ 0F1HLOXVŠௐ(9ௐ7HFKQRORJ\ௐZLWKௐH[FOXVLYHௐH372ௐWHFKQRORJ\ௐLVௐDௐVHOIFRQWDLQHGௐV\VWHPௐWKDWௐLVௐ RSWLPL]HGௐDQGௐGHGLFDWHGௐWRௐSRZHULQJௐERG\ௐIXQFWLRQVௐIRUௐFRQVLVWHQWௐSHUIRUPDQFHௐ$ௐ]HUR HPLVVLRQௐJDPHௐFKDQJHUௐIRUௐ\RXUௐIOHHWௐZLWKௐFRQVLVWHQWௐERG\ௐSHUIRUPDQFHௐQRௐPDWWHUௐWKHௐFKDVVLVௐEUDQG &DUW6HHNHUŒௐ&XUEVLGHௐ$XWRPDWLRQ 2IIHULQJௐDௐQH[WJHQHUDWLRQௐVROXWLRQௐIRUௐHYHU\GD\ௐFROOHFWLRQௐ$UWLILFLDO ,QWHOOLJHQFHHQDEOHGௐFDUWௐGHWHFWLRQௐVHUYLQJௐDVௐDQௐH[WUDௐVHWௐRIௐH\HVௐWRKHOSௐVDYHௐWLPHௐDQGௐLPSURYHௐSURGXFWLYLW\ &OHDU6N\ŒௐE\ௐ0F1HLOXV 7KHௐWHOHPDWLFVௐDQGௐIOHHWௐPDQDJHPHQWௐWHFKQRORJ\ௐ\RXௐQHHGௐWKDWௐSURYLGHVௐUHDOWLPHௐGDWDௐWRௐ GHOLYHUௐSHUIRUPDQFHௐHIILFLHQF\ௐDQGௐVDIHW\ௐDFURVVௐ\RXUௐHQWLUHௐIOHHW   'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐRUௐ (QYLURQPHQWDOௐ6RFLDOௐDQGௐ*RYHUQDQFHௐ (6* ௐWKDWௐUHODWHௐWRௐ \RXUௐFRPSDQ\ௐRUௐWRௐ\RXUௐSURGXFWVௐ RUௐVHUYLFHVௐDQGௐLQFOXGHௐDௐOLVWௐRIௐ WKHௐFHUWLI\LQJௐDJHQF\ௐIRUௐHDFK 0F1HLOXVௐDQGௐ2VKNRVKௐKDYHௐ(QYLURQPHQWDOௐ3ROLFLHVௐDQGௐ3URFHGXUHVௐLQFOXGLQJௐEXWௐQRWௐ OLPLWHGௐWRௐDQௐ(QYLURQPHQWDOௐ3URWHFWLRQௐ3ROLF\ௐDQGௐDQௐ(QHUJ\ௐ0DQDJHPHQWௐ3ROLF\ௐௐ$Wௐ0F1HLOXVௐZHௐDUHௐFRQWLQXRXVO\ௐLPSURYLQJௐKRZௐZHௐPDNHௐDQGௐGLVWULEXWHௐSURGXFWVௐWRௐUHGXFHௐ WKHௐHQYLURQPHQWDOௐLPSDFWௐRIௐRXUௐSURGXFWVௐDQGௐSURGXFWLRQௐௐ$QௐH[DPSOHௐRIௐWKLVௐLVௐ&DUERQௐ )UHHௐ6WHHOௐZKLFKௐLVௐDOUHDG\ௐXVHGௐLQௐVRPHௐRIௐRXUௐSURGXFWVௐWRGD\ௐௐ0F1HLOXVௐZRUNVௐFORVHO\ௐ ZLWKௐ66$%ௐZKRௐLVௐDOUHDG\ௐRQHௐRIௐWKHௐZRUOG¶VௐPRVWௐ&2HIILFLHQWௐVWHHOௐFRPSDQLHVௐ,QௐSDUWQHUVKLSௐZLWKௐ66$%ௐ0F1HLXVௐEXLOWௐWKHௐILUVWௐFRPPHUFLDOௐYHKLFOHௐLQௐWKHௐ86ௐZLWKௐIRVVLOIUHHௐ VWHHOௐௐ66$%ௐLVௐQRZௐDERXWௐWRௐUHYROXWLRQL]HௐLURQRUHௐEDVHGௐVWHHOPDNLQJௐDQGௐDLPௐWRௐEHௐWKHௐ ILUVWௐLQௐWKHௐZRUOGௐWRௐGHOLYHUௐIRVVLOIUHHௐVWHHOௐWRௐWKHௐPDUNHWௐLQௐௐ0F1HLOXVௐZDQWVௐWRௐRIIHUௐ FXVWRPHUVௐWKHௐFRPSHWLWLYHௐDGYDQWDJHௐRIௐDௐFRPSOHWHO\ௐIRVVLOIUHHௐYDOXHௐFKDLQ 0F1HLOXVŠௐ(9ௐ7HFKQRORJ\ௐZLWKௐH[FOXVLYHௐH372ௐWHFKQRORJ\ௐLVௐDௐVHOIFRQWDLQHGௐV\VWHPௐWKDWௐLVௐ RSWLPL]HGௐDQGௐGHGLFDWHGௐWRௐSRZHULQJௐERG\ௐIXQFWLRQVௐIRUௐFRQVLVWHQWௐSHUIRUPDQFHௐ$ௐ]HUR HPLVVLRQௐJDPHௐFKDQJHUௐIRUௐ\RXUௐIOHHWௐZLWKௐFRQVLVWHQWௐERG\ௐSHUIRUPDQFHௐQRௐPDWWHUௐWKHௐ FKDVVLVௐEUDQG 2VKNRVKௐ0F1HLOXVௐFRQWLQXHVௐWRௐEHௐDQௐDFWLYHௐPHPEHUௐRIௐWKHௐ'RZௐ-RQHVௐ6XVWDLQDELOLW\ௐ,QGH[ௐ '-6, ௐDQGௐ2VKNRVKௐ&RUSRUDWLRQௐZDVௐ1DPHGௐWRௐWKHௐ'RZௐ-RQHVௐ6XVWDLQDELOLW\ௐ:RUOGௐ,QGH[ௐ IRUௐ)RXUWKௐ&RQVHFXWLYHௐ<HDUௐLQௐௐௐ7KLVௐ,QGH[ௐLVௐDௐZLGHO\ௐUHFRJQL]HGௐVWDQGDUGௐIRUௐ PHDVXULQJௐFRUSRUDWHௐHQYLURQPHQWDOௐVRFLDOௐDQGௐJRYHUQDQFHௐ (6* ௐSURJUHVVௐDFURVVௐLQGXVWULHVௐ DQGௐLVௐFRPSULVHGௐRIௐJOREDOௐVXVWDLQDELOLW\ௐOHDGHUVௐLGHQWLILHGௐE\ௐ6 3ௐ*OREDOௐWKURXJKௐWKHௐ&RUSRUDWHௐ6XVWDLQDELOLW\ௐ$VVHVVPHQWௐ &6$ ௐ2VKNRVKௐDFKLHYHGௐDௐUGௐSHUFHQWLOHௐUDWLQJௐIRUௐ LWVௐZRUNௐRQௐHQYLURQPHQWDOௐPDWWHUVௐWKௐSHUFHQWLOHௐIRUௐLWVௐVRFLDOௐLQLWLDWLYHVௐDQGௐUGௐ SHUFHQWLOHௐIRUௐLWVௐHFRQRPLFௐSURJUDPV 2VKNRVKௐFRPSDQLHVௐSDUWLFLSDWHௐLQௐWKHௐ'HSDUWPHQWௐRIௐ(QHUJ\ Vௐ%HWWHUௐ%XLOGLQJVௐ%HWWHUௐ3ODQWVௐ3URJUDPௐYROXQWDULO\ௐSOHGJLQJௐWRௐUHGXFHௐRXUௐHQHUJ\ௐLQWHQVLW\ௐE\ௐௐRYHUௐDௐ\HDUௐ SHULRGௐௐ0F1HLOXVௐKDVௐ.3, VௐIRUௐZDVWHௐDQGௐHQHUJ\ௐUHGXFWLRQௐDQGௐSODQVௐWRௐPHHWௐWKHVHௐJRDOVௐ PRQWKௐRYHUௐPRQWKௐZKLFKௐDUHௐWUDFNHGௐUHFRUGHGௐDQGௐVKDUHGௐWKURXJKRXWௐWKHௐFRPSDQ\   ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFR ODEHOVௐUDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐWKHௐHTXLSPHQWௐRUௐSURGXFWVௐ LQFOXGHGௐLQௐ\RXUௐ3URSRVDOௐUHODWHGௐ WRௐHQHUJ\ௐHIILFLHQF\ௐRUௐ FRQVHUYDWLRQௐOLIHF\FOHௐGHVLJQௐ FUDGOHWRFUDGOH ௐRUௐRWKHUௐ JUHHQVXVWDLQDELOLW\ௐIDFWRUV -867ௐ&DSLWDOௐDQGௐ&1%&ௐLWVௐPHGLDௐSDUWQHUௐUHFHQWO\ௐUHOHDVHGௐWKHLUௐOLVWௐRIௐ$PHULFD Vௐ0RVWௐ -867ௐ&RPSDQLHVௐDQGௐRXWௐRIௐௐFRPSDQLHVௐ2VKNRVKௐWKHௐSDUHQWௐFRPSDQ\ௐRIௐ0F1HLOXVௐ UDQNHGௐWKௐRYHUDOOௐDQGௐQGௐLQௐWKHௐ,QGXVWU\ௐIRUௐ(QYLURPHQWDOௐ2YHUDOOௐ2VKNRVKௐZDVௐUDQNHGௐௐRIௐௐZLWKLQௐWKHௐ&RPPHUFLDOௐ9HKLFOHௐDQGௐ0DFKLQHU\ௐ&RPSDQLHVௐௐ7KHௐLQIRUPDWLRQௐ UHIHUHQFHGௐKHUHௐFDQௐEHௐIRXQGௐDWௐKWWSVMXVWFDSLWDOFRPFRPSDQLHVRVKNRVKFRUSRUDWLRQ  Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck & MFG          71 Describe any Women or Minority Business Entity (WMBE), Small Business Entity (SBE), or veteran owned business certifications that your company or hub partners have obtained. Upload documentation of certification (as applicable) in the document upload section of your response. None * 72 What unique attributes does your company, your products, or your services offer to Sourcewell participating entities? What makes your proposed solutions unique in your industry as it applies to Sourcewell participating entities? McNeilus is an innovative company backed by Oshkosh Corporation, specializing in heavy duty equipment to the Vocational Market, including Refuce Collection Vehicles. Our coordination and partnerships with the other business units under Oshkosh Corporation helps us to leverage shared innovation and financial strength. McNeilus takes pride in being a direct to market sales organization that provides customers direct contact to the manufacturer. Whether it's an RCV, parts, service or training, the customer can streamline their needs and contact the manufacturer directly. * Table 14: Warranty Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document upload section of your response in addition to responding to the questions below. Line Item Question Response * 73 Do your warranties cover all products, parts, and labor? Yes, as described in the terms of our warranty documents provided. * 74 Do your warranties impose usage restrictions or other limitations that adversely affect coverage? Base body warranty includes 12 months from in service date, except for major hydraulic components which is 24 months from in service date. There are several options for purchase of extended warranties. * 75 Do your warranties cover the expense of technicians' travel time and mileage to perform warranty repairs? For warrantied items that are under parts and labor coverage, McNeilus technicians travel time and mileage are covered as part of the warranty claim. * 76 Are there any geographic regions of the United States or Canada (as applicable) for which you cannot provide a certified technician to perform warranty repairs? How will Sourcewell participating entities in these regions be provided service for warranty repair? McNeilus covers all areas of the United States and Canada via factory direct technicians, factory owned service branches, authorized service centers, or authorized service technicians. * 77 Will you cover warranty service for items made by other manufacturers that are part of your proposal, or are these warranties issues typically passed on to the original equipment manufacturer? For non-McNeilus product installed and sold with a new unit, McNeilus warranty is limited to proven defects related to the installation. Otherwise, this would be passed on the the Original Equipment Manufacturer, unless otherwise stated in the warranty document supplied with this bid. McNeilus will aid in supporting the SourceWELL member to the best of our ability with managing claims within the warranty period. * 78 What are your proposed exchange and return programs and policies? We do not offer returns or exchanges on bodies or body/chassis sales. Standard parts may be returned with a restock fee. Custom parts will be evaluated to be returned on a case by case basis. * 79 Describe any service contract options for the items included in your proposal. McNeilus will work with the Sourcewell member upon request to customize a service contract tailored to fit the needs of the end user. Pricing is determined as related to each customer's individual requirements. * Exceptions to Terms, Conditions, or Specifications Form Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have been incorporated into the contract text. Documents Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck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³0DUNHWLQJ3ODQ´ 3ULFLQJ0&1B%RG\BRSWLRQBSDUWVB3ULFLQJBB)LQDO[OV[0RQGD\2FWREHU )LQDQFLDO6WUHQJWKDQG6WDELOLW\2VKNRVK0FQHLOXV$QQXDO5HYLHZSGI0RQGD\2FWREHU 0DUNHWLQJ3ODQ6DPSOHV=HUR5DGLXVEURFKXUHSGI0RQGD\2FWREHU :0%(0%(6%(RU5HODWHG&HUWLILFDWHV RSWLRQDO :DUUDQW\,QIRUPDWLRQ0XQLFLSDOLW\:DUUDQW\3ROLF\7HUPVSGI0RQGD\2FWREHU 6WDQGDUG7UDQVDFWLRQ'RFXPHQW6DPSOHV6DPSOH3URSRVDO'RFVSGI0RQGD\2FWREHU 5HTXHVWHG([FHSWLRQV5)3BB5HIXVHB9HKLFOHVB&RQWUDFWB)LQDOGRF[0RQGD\2FWREHU 8SORDG$GGLWLRQDO'RFXPHQW0HULGLDQEURFKXUHSGI0RQGD\2FWREHU Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck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¶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³6SHFLDOO\'HVLJQDWHG1DWLRQDOVDQG%ORFNHG3HUVRQV´OLVWPDLQWDLQHGE\WKH2IILFHRI)RUHLJQ$VVHWV&RQWURO RIWKH8QLWHG6WDWHV'HSDUWPHQWRIWKH7UHDVXU\IRXQGDWKWWSVZZZWUHDVXU\JRYRIDFGRZQORDGVVGQOLVWSGI   ,QFOXGHGRQWKHJRYHUQPHQWZLGHH[FOXVLRQVOLVWVLQWKH8QLWHG6WDWHV6\VWHPIRU$ZDUG0DQDJHPHQWIRXQGDW KWWSVVDPJRY6$0RU   3UHVHQWO\GHEDUUHGVXVSHQGHGSURSRVHGIRUGHEDUPHQWGHFODUHGLQHOLJLEOHRUYROXQWDULO\H[FOXGHGIURPSURJUDPVRSHUDWHG Bid Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck & MFG          E\WKH6WDWHRI0LQQHVRWDWKH8QLWHG6WDWHVIHGHUDOJRYHUQPHQWRUWKH&DQDGLDQJRYHUQPHQWDVDSSOLFDEOHRUDQ\ 3DUWLFLSDWLQJ(QWLW\9HQGRUFHUWLILHVDQGZDUUDQWVWKDWQHLWKHULWQRULWVSULQFLSDOVKDYHEHHQFRQYLFWHGRIDFULPLQDORIIHQVH UHODWHGWRWKHVXEMHFWPDWWHURIWKLVVROLFLWDWLRQ %\FKHFNLQJWKLVER[,DFNQRZOHGJHWKDW,DPERXQGE\WKHWHUPVRIWKH3URSRVHU¶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id Number: RFP 110223 Vendor Name: McNeilus Financial DBA McNeilus Truck & MFG          McNeilus Truck #110223-MCN Pricing for contract #110223-MCN offers Sourcewell participating agencies the following discounts: • A 3% discount off of MSRP for all whole goods, options and parts with the exception of extended warranties. • Chassis pricing will be priced upon request, as well as requests for rentals, pending availability. • We will consider additional discounts for Sourcewell participating agencies who order multiple units. • Recurring customers could also have access to discounts beyond the base discount offered above. File #:ID#24-1418 Version: 1 Name:Approve Lubecore Florida Purchase Order Type:Action Item Status:Consent Agenda File created:10/28/2024 In control:General Services On agenda:12/5/2024 Final action: Title: Approve a purchase order to Lubecore Florida, LLC of Tampa, FL for the purchase of Dafo Fire Suppression Systems and automated lubrication systems for Solid Waste and Recycling vehicles in the not to exceed amount of $250,000.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. (consent). Attachments: 1. Automated Fire Est_21037_from_Lubecore_Florida_LLC_31004 (1).pdf, 2. Automated Lube Est_21038_from_Lubecore_Florida_LLC_31004 (1).pdf, 3. Current Vehicle Listing with Systems.pdf, 4. DAFO Lubecore Sole Source Letter.pdf, 5. Kenworth Quote.pdf, 6. LubeCore Pricing.pdf SUBJECT/RECOMMENDATION: Title Approve a purchase order to Lubecore Florida, LLC of Tampa, FL for the purchase of Dafo Fire Suppression Systems and automated lubrication systems for Solid Waste and Recycling vehicles in the not to exceed amount of $250,000.00 pursuant to Clearwater Code of Ordinances Section 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. (consent). Body SUMMARY: The Dafo Fire Suppression System has been installed in all Solid Waste and Recycling vehicles and is the only fire suppression solution available in these vehicles. The Dafo system provides significant safety advantages, featuring a non-pressurized tank and the patented AB-50 Forex agent, which cools temperatures quickly and forms a protective film to prevent re-ignition. Unlike other systems, it is non-corrosive, protecting electrical components and connections if activated, and, unlike powder-based systems, Dafo produces no harmful dust. Lubecore Florida LLC is the exclusive authorized provider of both the Dafo Fire Suppression System and automated lubrication systems. As the only certified dealer for Dafo systems on refuse trucks in Florida, Lubecore Florida supports both the current fleet and new vehicle acquisitions. Lori Vogel | My Account | Help Center | Sign Out Home Legislation Calendar City Council Departments People Archived Meetings Details Reports History (2)Text 5/28/25, 4:11 PM City of Clearwater - File #: ID#24-1418 https://clearwater.legistar.com/LegislationDetail.aspx?ID=7013768&GUID=DB6E78B9-A167-493D-9629-65421E35E36C 1/2 Currently, 19 refuse trucks on order will be equipped with the Dafo system, adding to the 10 trucks in our fleet already using Dafo. These 19 new trucks will also feature Lubecore's automated lubrication system. Additionally, Lubecore Florida handles all annual inspections for fire suppression and lubrication systems on 10 of our existing Solid Waste vehicles and will maintain these systems on the upcoming 19 trucks. Continuing with Lubecore for the Dafo Fire Suppression System and automated lubrication provides several advantages. Our mechanics are trained to service this system, and we maintain a supply of parts, reducing the need for retraining, stocking new parts, and purchasing alternative greases or pneumatic pumps if we changed systems. This purchase order will cover the installation of Dafo Fire Suppression System and Lubecore automated lubrication systems for the 19 trucks on order. By purchasing directly from Lubecore instead of using an associated piggyback contract, the city expects potential savings of over $100,000.00 by avoiding other vendor markups on the associated piggyback contracts. APPROPRIATION CODE AND AMOUNT: Sufficient funding was budgeted and is available in Solid Waste and Recycling codes 4242082-530300, 4242083-530300, and 4262042-530300 (contractual services) for this purchase order. The Solid Waste and Recycling Fund is a utility enterprise fund of the City. STRATEGIC PRIORITY: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. 5/28/25, 4:11 PM City of Clearwater - File #: ID#24-1418 https://clearwater.legistar.com/LegislationDetail.aspx?ID=7013768&GUID=DB6E78B9-A167-493D-9629-65421E35E36C 2/2 Dafo US, Inc. 440 Raleigh Street Wilmington, NC 28412 September 10th, 2024 Lubecore Florida 1502 Hobbs Street, Unit 104 Tampa, FL 33619 To whom this may concern: We are writing this letter in support of Lubecore Florida for the installation and ongoing maintenance of Dafo vehicle fire suppression systems on refuse trucks. Lubecore Florida is currently the only certified dealer in the state of Florida for Dafo systems on refuse trucks and as such they are the only vendor authorized to install, activate, or perform maintenance on those systems. Please contact us with any questions regarding this letter. Sincerely, Adrian Gerth Operations Manager Dafo US, Inc. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0570 Agenda Date: 6/18/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.4 SUBJECT/RECOMMENDATION: Item pulled. SUMMARY: Page 1 City of Clearwater Printed on 6/17/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 25-0513 Agenda Date: 6/18/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.5 SUBJECT/RECOMMENDATION: Accept a 2025/26 Florida Highway Beautification Council Grant (FHBCG) for the beautification of medians on Missouri Avenue from Bayview Drive to Court Street in the amount of $435,772 between the Florida Department of Transportation District Seven and the City of Clearwater associated with Project 2 - SR 595 and SR 651, established by Capital Improvement Project, Missouri Avenue Median Beautification (G2507), authorize the appropriate officials to execute same, and adopt Resolution 25-09. SUMMARY: On August 14, 2024, the City’s Parks & Recreation Department submitted Beautification Grant Application Package to the Florida Department of Transportation (FDOT) District Seven for the purposes of securing funding for the renovations and improvements to landscaping within the Missouri Avenue right-of-way (ROW) between Bayview Drive and Court Street. On January 24, 2025, the City received formal approval notice the FDOT District Seven granting an HLRMOA FY2025 Program Grant of $435,772.00. Missouri Avenue is a state-owned ROW and is one of the primary entryways into the City and a significant north-south corridor leading to and through the City. The City currently maintains landscaping within the medians of the ROW according to an approved Memorandum of Agreement (MOA) from FDOT. The grant funding of $435,772.00 will cover costs associated with, plants, soils, installation, labor, soil amendments, staking, and maintenance of traffic (MOT). City funding of $114,228.00 will cover the cost for plan design, irrigation system repairs, and establishment of the plants. Total cost for the project will be $550,000.00. The Parks & Recreation Department recommended acceptance of these funds pending the final MOA from FDOT which came back to the Council for final approval on March 6, 2025. Council approved the acceptance of the grant award at that time and a Resolution to the same is required. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment established capital improvement project G2507, Missouri Ave Medians with a total budget of $550,000 ($435,772.00 in grant revenue and $114,228.00 in General Fund revenues) to account for revenues and expenditures related to this grant agreement. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Approval of the purchase order supports several Strategic Plan Objectives, including: ·1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. ·1.3: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. ·3.1: Support neighborhood identity through services and programs that empower community pride and belonging. ·3.2: Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Page 1 City of Clearwater Printed on 6/17/2025 File Number: 25-0513 ·4.3: Protect the conservation of urban forests and public green spaces to promote biodiversity and reduce our carbon footprint. Page 2 City of Clearwater Printed on 6/17/2025 Resolution No. 25-09 RESOLUTION NO. 25-09 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA AUTHORIZING THE CITY MANAGER TO ACCEPT A HIGHWAY BEAUTIFICATION GRANT, AND ENTER INTO A HIGHWAY BEAUTIFICATION, LANDSCAPE CONSTRUCTION, AND MAINTENANCE MEMORANDUM OF AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION, PROVIDING AN EFFECTIVE DATE. WHEREAS, many roadside areas and median strips within Department of Transportation rights of way should be maintained and attractively landscaped; and WHEREAS, South Missouri Avenue serves as a main north/south thoroughfare in Clearwater; and WHEREAS, FDOT owns State Road 595/State Road 651 (South Missouri Avenue) consisting of road improvements, medians, right-of-way and grassed areas abutting thereon located between Bayview Drive to Court Street; and WHEREAS, the City of Clearwater desires to further improve South Missouri Avenue through the installation of landscaping in its medians; and WHEREAS, the City Council of the City of Clearwater wishes to authorize the City Manager to accept a Highway Beautification Council Grant from the Florida Department of Transportation, and enter into a Highway Beautification Grant, Landscape Construction, and Maintenance Memorandum of Agreement between the City of Clearwater and the Florida Department of Transportation. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The City Council of the City of Clearwater hereby authorizes the City Manager to accept a Highway Beautification Council Grant from the Florida Department of Transportation, and enter into a Highway Beautification Grant, Landscape Construction, and Maintenance Memorandum of Agreement between the City of Clearwater and the Florida Department of Transportation. Section 2. The City Clerk of City of Clearwater is hereby directed to send copies of this Resolution to the Department of Transportation and all other persons as directed by the City Council. Section 3. This resolution shall take effect immediately upon adoption. Resolution No. 25-09 PASSED AND ADOPTED this day of 2025. Countersigned: CITY OF CLEARWATER, FLORIDA By: ___________________________ By: ____________________________ Bruce Rector Jennifer Poirrier Mayor City Manager Approved as to form: Attest: By: ___________________________ By: ____________________________ Melissa Isabel Rosemarie Call Assistant City Attorney City Clerk ◄SR 651 (SR 595)/Missouri Avenue - SouthboundSR 651 (SR 595)/Missouri Avenue - Northbound ►LEGENDDwarf Schefflera ArboricolaIndian HawthorneGrassMulchExisiting Palm TreeRECORD DRAWINGSSURVEYED BY:APPROVED BY:REVIEWED BY:PROJECT ENGINEERDRAWN BY:DATEDATEREVISIONBYDATECALL 811SHEET NO.:CONTRACT NO.:DATE DRAWN:DESIGNED BY:SURVEYED BY:APPROVED BYHORIZ.DRAWN BY:VERT.SCALE:DWG NAME:FIELD BOOK:CHECKED BY:DATEJOB NO.:INVESTIGATE BEFORE YOU EXCAVATESUNSHINE STATEONE CALLOF FLORIDAwww.callsunshine.com(800) 432-4770MIN. 48 HOURSBEFORE YOU EXCAVATECITY OF CLEARWATER, FLORIDAPARKS AND RECREATION100 S. MYRTLE AVE.CLEARWATER, FL 33756State Road 651 (State Road 595)/Missouri Avenue Median EnhancementTYPICAL MEDIAN - PROPOSED2024-013_Proposal2014-0138/9/2024Lee CheekN/A1" = 10'1 OF 11SCALE: 1" =0'GRAPHIC SCALE (IN FEET) 10'10'NSEWDwarf Schefflera ArboricolaIndian Hawthorne Florida Department of Transportation RON DESANTIS GOVERNOR 11201 N. McKinley Drive Tampa, FL 33612-6456 JARED W. PERDUE, P.E. SECRETARY FDOTTampaBay.com | @MyFDOT_Tampa | Facebook.com/MyFDOTTampa January 24, 2025 Mr. Art Kader, Director City of Clearwater Parks and Recreation Department 100 South Myrtle Avenue Clearwater, FL 33756 RE: Highway Landscape Reimbursement Memorandum of Agreement (HLRMOA) Fiscal Year 2025 Program Dear Mr. Kader: The Department has received the City’s request for funding in Fiscal Year 2025 for the following landscape projects: Project 1 - SR 55 (US Hwy 19) from SR 60 to CSX RR Crossing R/W Requested Funding - $ 265,370 Project 2 – SR 595 & SR 651 (S. Missouri Ave.) from Kingsley St. to Court St. Requested Funding - $ 435,772 After a close evaluation of all the requests received from local governments and based on the District’s approved funding allocation for this fiscal year, the District is willing and able to provide funding in the amount of $435,772 for Project 2. However, due to conflicts with programmed roadway work, the Department is unable to provide funding for Project 1 at this time. We encourage the City to resubmit this project for consideration in future fiscal years should funding be made available. If interested in further pursuing the funding for Project 2, please submit a letter of acceptance, via certified mail, to my attention at the following address within fifteen (15) business days from receipt of this letter: Florida Department of Transportation 11201 N. McKinley Drive, MS 7-800 Tampa, FL. 33612-6456 Page 2 Mr. Art Kader January 24, 2025 FDOTTampaBay.com | @MyFDOT_Tampa | Facebook.com/MyFDOTTampa We look forward to working with you on this important endeavor. Sincerely, Emilyvette DeGaetano, P.L.A. District Seven Landscape Architect - GEC EAD/ead cc: A. Urbonas, M. Lenhart, R. Bratcher, A. Montjoy, M. L. Godfrey, B. Oster Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0507 Agenda Date: 6/18/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.6 SUBJECT/RECOMMENDATION: Approve purchase orders to Berger’s Power Washing, LLC of Spring Hill, FL (primary) and Emerald Facility Management of St. Petersburg, FL (secondary) for pressure washing and cleaning services of city hardscaping in a cumulative annual amount not to exceed $275,000.00 for a one-year term, beginning June 1, 2025 through May 31, 2026, with two one-year renewal options, pursuant to Invitation to Bid 20-25 and authorize the appropriate officials to execute same. SUMMARY: Invitation to Bid (ITB) 20-25 - Pressure Washing Services was issued in March 2025, and the City received 14 responsive bids. Berger’s Power Washing, LLC and Emerald Facility Management were identified as the lowest responsive bidders in accordance with the bid specifications. Although Berger submitted the lowest overall pricing, their limited staffing, consisting of only one employee, and minimal equipment capacity raise concerns about their ability to fulfill citywide service requirements. In accordance with City Code, contracts must be awarded to the lowest responsive and responsible bidder. Therefore, the City recommends a dual award: designating Berger Power Washing as the primary vendor and Emeralds Facility Management as the secondary vendor, to ensure service continuity should the primary vendor be unable to meet the contract’s demands. While Santana submitted lower pricing in select categories, their overall cost was higher due to increase per-square-foot rates for services commonly required during the contract term. As a result, Emerald is the second lowest vendor for all categories. This contract will support pressure washing services throughout the city, including high-traffic tourism areas, the Downtown District, parks, and ballfields. Although ITB 20-25 was issued primarily to support the Parks & Recreation Department, other city departments may utilize the contract throughout its term. Therefore, staff is requesting authorization to award contracts to Berger’s Power Washing, LLC and Emerald Facility Management for annual citywide pressure washing services in an amount not to exceed $275,000.00. APPROPRIATION CODE AND AMOUNT: Funding for these contracts will come from a variety of general fund sources, but primarily from various maintenance cost centers within the Parks and Recreation Department, and other departments’ contractual services budget as additional services are utilized. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Approval of the purchase order supports several Strategic Plan Objectives, including: Page 1 City of Clearwater Printed on 6/17/2025 File Number: ID#25-0507 ·1.2: Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts; ·2.3: Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events; and ·3.2: Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Page 2 City of Clearwater Printed on 6/17/2025 Location of Facility City of Clearwater ITB 20-25, Pressure Washing Services Bid Tabulation Total Bid Price Group 1862 Total Bid Price Group 1863 Total Bid Price Group 1864 Total Bid Price Group 1865 Total Bid Price Group 1867 Total Bid Price Group 1880 Group Totals Price per Square Foot Springhill Berger's Power Washing LLC 33,908.00$ 16,678.00$ 11,740.00$ 37,880.00$ 3,345.00$ 13,019.00$ 116,570.00$ 0.040$ Largo Emerald Facility Management 36,945.00$ 13,655.00$ 10,755.00$ 54,000.00$ 3,880.00$ 15,590.00$ 134,825.00$ 0.045$ Tampa Santana Pressure Cleaning Services, Inc.33,877.00$ 16,292.00$ 11,633.00$ 50,926.00$ 3,763.00$ 16,191.75$ 132,682.75$ 4.000$ Miami Blue Edonis 52,503.66$ 17,225.49$ 12,082.94$ 44,369.56$ 3,808.39$ 17,590.11$ 147,580.15$ 0.069$ Miami Compass of Miami Services, Inc 61,598.44$ 25,758.13$ 16,044.93$ 42,782.56$ 4,531.73$ 12,479.51$ 163,195.30$ 0.039$ Largo Krystal Klean Franchisor, LLC 72,081.00$ 20,987.00$ 13,976.00$ 47,340.00$ 4,395.00$ 16,654.00$ 175,433.00$ 0.040$ Tampa Total Pressure Cleaning Servcies Inc.47,180.00$ 19,940.00$ 9,670.00$ 71,279.60$ 6,990.00$ 24,567.00$ 179,626.60$ 0.050$ Tampa Kept Companies Inc 77,909.30$ 36,499.64$ 10,913.38$ 65,454.86$ 3,482.98$ 21,046.63$ 215,306.79$ 0.040$ Palm Bay Home Care Pressure Cleaning LLC DBA 2nd Mile M.C 122,410.00$ 26,366.00$ 20,715.00$ 73,520.00$ 6,100.00$ 55,560.00$ 304,671.00$ 0.050$ Orlando GPC Maintenance Sys. Inc 94,270.00$ 20,907.00$ 14,699.00$ 157,952.00$ 5,322.00$ 25,664.00$ 318,814.00$ 0.048$ Sanford Ayopa Inc 207,924.52$ 75,125.00$ 37,772.00$ 21,600.00$ 9,700.00$ 36,500.00$ 388,621.52$ 0.040$ Pinellas Park DeAngelo Contracting Services, LLC 180,516.00$ 33,786.00$ 24,102.00$ 151,570.00$ 8,747.00$ 20,379.00$ 419,100.00$ 0.050$ Brandon Able Business Services 187,720.00$ 81,740.00$ 42,100.00$ 64,800.00$ 13,900.00$ 75,101.00$ 465,361.00$ 0.500$ Orlando Elegant Construction y Services corp 175,160.00$ 102,538.00$ 43,530.00$ 102,180.00$ 9,470.00$ 68,055.00$ 500,933.00$ 0.200$ Primary Award Secondary Award June 13, 2025 NOTICE OF INTENT TO AWARD: REVISED Parks and Recreation and the Procurement Division recommend award of ITB No. 20-25, Pressure Washing Services, to Berger’s Power Washing LLC and Emerald Facility Management, as the lowest most responsible bidders, in accordance with the bid specifications, in the estimated annual amount of $275,000.00, for the June 1, 2025 to May 31, 2026, with two (2), one (1) year renewal options. • Berger’s Power Washing LLC – Primary Award • Emerald Facility Management – Secondary Award This Award recommendation will be considered by the City Council and voted on at the June 18, 2025, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at (727) 444-8510, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Krissie Cook Krissie Cook Procurement Analyst v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 20-25 PRESSURE WASHING SERVICES NOTICE Friday, March 21, 2025 NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Clearwater (City) until 10:00 am, Local Time, on Tuesday, April 22, 2025 to provide: The City of Clearwater’s Parks and Recreation Department seeks to establish a term contract for pressure washing services. Specific requirements include, but are not limited to labor, material, equipment, supervision, transportation, and other related services. Bids 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. Bid packets, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/myclearwater/projects/150306. Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation shall be submitted through the City's e-Procurement Portal located at: https://procurement.opengov.com/portal/myclearwater/projects/150306. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. This Request for Proposals is issued by: Lori Vogel, CPPB Procurement ManagerLori.vogel@myclearwater.com v. 7.2024 2 INSTRUCTIONS 2.1 Vendor Questions All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be submitted through the City's e-Procurement Portal, located at https://procurement.opengov.com/portal/myclearwater. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City’s e-Procurement Portal. Bidders may also click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. 2.2 Addenda/Clarifications Any changes to the specifications will be in the form of an addendum. Vendors are required to register for an account via the City’s e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/myclearwater. 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 bid. 2.3 Due Date & Time for Submission and Opening Date: Tuesday, April 22, 2025 Time: 10:00 am The City will open all bids properly and timely submitted and will record the names and other information specified by law and rule. All bids 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 bid 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, bids are available for inspection by contacting the Procurement Division. 2.4 Bid Firm Time Bids shall remain firm and unaltered after opening for 90 days. The City may accept the bid, subject to successful contract negotiations, at any time during this time. 2.5 Bid Submittals It is recommended that bids are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. 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 bid that is not properly addressed and identified. 2.6 Late Bids The bidder assumes responsibility for having the bid delivered on time at the place specified. All bids received after the date and time specified shall not be considered and will be returned unopened to the bidder. The bidder 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 v. 7.2024 3 time. All times are Clearwater, Florida local times. The bidder agrees to accept the time stamp in the City’s Procurement Office as the official time. 2.7 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. 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 submitted through the City's e-Procurement Portal, 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. 2.8 Commencement of Work If bidder begins any billable work prior to the City’s final approval and execution of the contract, bidder does so at its own risk. 2.9 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 listed on this solicitation The City is not responsible for and will not pay any costs associated with the preparation and submission of the bid. Bidders are cautioned to verify their bids before submission, as amendments to or withdrawal of bids submitted after time specified for opening of bids may not be considered. The City will not be responsible for any bidder errors or omissions. 2.10 Form and Content of Bids Bids, including modifications, must be certified by an authorized representative and submitted electronically. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City requires that an electronic copy of the bids be submitted through the City's e-Procurement portal located at https://procurement.opengov.com/portal/myclearwater. The bids 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 bids. 2.11 Specifications Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Alternates will be considered upon demonstrating the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name, product, is on the bidder. The City reserves the right to reject bids that the City deems unacceptable. v. 7.2024 4 2.12 Modification/Withdrawal of Bids For bids submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered bids, written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. Written requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. No oral requests will be allowed. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. 2.13 Debarment Disclosure If the vendor submitting this bid has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the bidder shall include a letter with its bid 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 the suspension or debarment. 2.14 Reservations The City reserves the right to reject any or all bids or any part thereof; to rebid the solicitation; to reject non- responsive or non-responsible bids; to reject unbalanced bids; to reject bids where the terms, prices, and/or awards are conditioned upon another event; to reject individual bids for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any bid. The City may seek clarification of the bid from bidder at any time, and failure to respond is cause for rejection. Submission of a bid confers on bidder no right to an award or to a subsequent contract. The City is charged by its Charter 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 bidder and the City until the City executes a written contract or purchase order. 2.15 Official Solicitation Document Changes to the solicitation document made by a bidder 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 the official solicitation document. 2.16 Copying of Bids Bidder hereby grants the City permission to copy all parts of its bid, including without limitation any documents and/or materials copyrighted by the bidder. The City’s right to copy shall be for internal use in evaluating the proposal. 2.17 Contractor 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 v. 7.2024 5 policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, 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. 2.18 Gifts The City will accept no gifts, gratuities or advertising products from bidders or prospective bidders and affiliates. The City may request product samples from vendors for product evaluation. 2.19 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 1255 Cleveland St, 3rd FL Clearwater FL 33755 or PO Box 4748 Clearwater FL 33758-4748 2.20 Evaluation Process Bids will be reviewed by the Procurement Division and representative(s) of the respective department(s). The City staff may or may not initiate discussions with bidders for clarification purposes. Clarification is not an opportunity to change the bid. Bidders 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. 2.21 Criteria for Evaluation and Award The City evaluates three (3) categories of information: responsiveness, responsibility, and price. All bids must meet the following responsiveness and responsibility criteria to be considered further. A. Responsiveness. The City will determine whether the bid complies with the instructions for submitting bids including completeness of bid which encompasses the inclusion of all required v. 7.2024 6 attachments and submissions. The City must reject any bids that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the bidder 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: excessively high or low priced bids, past performance, references (including those found outside the bid), compliance with applicable laws-including tax laws, bidder's record of performance and integrity - e.g. has the bidder been delinquent or unfaithful to any contract with the City, whether the bidder is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A bidder 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 bidder’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. Price. We will then evaluate the bids that have met the requirements above 2.22 Cost Justification In the event only one response is received, the City may require that the bidder submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the bid price is fair and reasonable. 2.23 Contract Negotiations and Acceptance Bidder must be prepared for the City to accept the bid as submitted. If bidder fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject bid or revoke the award, and may begin negotiations with another bidder. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the bidder and the City until the City executes a written contract or purchase order. 2.24 Notice of Intent to Award Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the bidder’s responsibility to check the City of Clearwater’s website at https://procurement.opengov.com/portal/myclearwater/projects/150306 to view the Procurement Division's Intent to Award postings. 2.25 ITB Timeline Dates are tentative and subject to change. Release ITB: March 21, 2025 Advertise Tampa Bay Times: March 26, 2025 Question Submission Deadline: April 12, 2025, 10:00am Due Date & Time for Submissions and Opening: April 22, 2025, 10:00am Review Bids: April 22-29, 2025 v. 7.2024 7 Council Authorization: June 2025 Contract Begins: June 2025 STANDARD TERMS AND CONDITIONS 3.1 Definitions Uses of the following terms are interchangeable as referenced: “vendor, contractor, consultant, supplier, proposer, company, persons”, “purchase order, PO, contract, agreement”, “City, Clearwater”, “bid, proposal, response, quote”. 3.2 Independent Contractor It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. 3.3 Subcontracting Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. 3.4 Assignment This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. 3.5 Successor and Assigns, Binding Effect This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. 3.6 No Third Party Beneficiaries This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. 3.7 Non-Exclusivity The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. 3.8 Amendments v. 7.2024 8 There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. 3.9 Time of the Essence Time is of the essence to the performance of the parties’ obligations under this Agreement. 3.10 Compliance with Applicable Laws A. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. B. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. C. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. 1. As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). 2. A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. 3. The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. 4. The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration v. 7.2024 9 Warranty. Contractor agrees to assist the City in regard to any random verification performed. 5. Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. D. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. 3.11 Sales/Use Tax, Other Taxes Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. 3.12 Amounts Due the City Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. 3.13 Public Records In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-444-7151 or Email: Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following: A. Keep and maintain public records required by the City of Clearwater (hereinafter “public agency” in this section) to perform the service being provided by the contractor hereunder. B. Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable v. 7.2024 10 time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. C. Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. D. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. E. A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. F. The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. G. A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. H. If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. I. A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. 3.14 Audits and Records v. 7.2024 11 Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. 3.15 Background Check The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. 3.16 Security Clearance and Removal of Contractor Personnel The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. 3.17 Default A. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv) fails to carry out any term, promise, or condition of the Agreement. B. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. C. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. D. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 3.18 Remedies v. 7.2024 12 The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: A. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. B. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. C. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. D. Neither party will be liable for incidental, special, or consequential damages. 3.19 Continuation During Disputes Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 3.20 Termination for Convenience The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days’ written notice. 3.21 Termination for Conflict of Interest The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. 3.22 Termination for Non-Appropriation and Modification for Budgetary Contraints The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. 3.23 Payment to Contractor Upon Termination Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. v. 7.2024 13 3.24 Non-Waiver of Rights There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. 3.25 Indemnification/Liability A. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. B. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. C. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. D. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 3.26 Warranty Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. 3.27 City's Right to Recover Against Third Parties Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. 3.28 No Guarantee of Work v. 7.2024 14 Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. 3.29 Ownership All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. 3.30 Use of Name Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. 3.31 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 3.32 Risk of Loss Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. 3.33 Safeguarding City Property Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. 3.34 Warranty of Rights Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. 3.35 Proprietary Rights Indemnification Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability v. 7.2024 15 of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 3.36 Contract Administration This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). 3.37 Force Majeure Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. 3.38 Cooperative Use of Contract This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 3.39 Fuel Charges and Price Increases No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Procurement Division. 3.40 Notices All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or (v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. 3.41 Governing Law, Venue This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. 3.42 Integration Clause This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. v. 7.2024 16 3.43 Provisions Required by Law Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. 3.44 Severability If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 3.45 Surviving Provisions Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS 4.1 Introduction The City of Clearwater (City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,463 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received the prestigious TripAdvisor Traveler’s Choice Award for 2024. It consistently ranks among the top vacation spots in both national and international publications, offering year-round attractions such as pristine "sugar sand" beaches, diverse dining options, and venues like the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. The acclaimed Clearwater Marine Aquarium, nationally recognized for its innovative work in marine rescue, rehabilitation, and release, remains a major draw for visitors. The City of Clearwater is committed to advancing sustainability through eco-friendly initiatives that enhance our economy, safeguard our environment, and fortify our community. 4.2 Background The City of Clearwater’s Parks and Recreation Department provides programs, services, facilities, and beautification to benefit the residents and visitors of Clearwater. 4.3 Scope of Work The City of Clearwater’s Parks and Recreation Department seeks to establish a term contract(s) for pressure washing services. Specific requirements include, but are not limited to labor, material, equipment, supervision, transportation, and other related services. This Invitation to Bid #20-25 includes the following attachments: • Exhibit A – Site Locations: Locations are categorized into six (6) distinct groups. • Exhibit B – Site Maps: Provides a site map for each location, organized by group. • Exhibit C – Scope of Work Pricing Details: An Excel worksheet outlining estimated known square footage and service frequency for each group. Vendors must submit a price per service v. 7.2024 17 for each location. To be considered responsive, bids must include all locations within a group. Partial group bids will be deemed non-responsive. C. 4.4 Examination of Sites Since the square footage for several locations is unknown and site conditions may vary, it is recommended that the Vendor visit the proposed site locations listed in Exhibit A_Site Locations. Vendors should familiarize themselves with each location and any local conditions that may impact the work, including required equipment, materials, and labor. No additional allowances will be granted for a lack of knowledge regarding site conditions. 4.5 Pressure Washing Specifications A. Perform pressure washing using cold and/or hot water on vertical, horizontal and overhead surfaces including concrete, brick, metal, asphalt and other materials suitable for pressure washing as requested by the City. “Pads”, as noted in Exhibit C, are defined as cement and/or pavers areas located beneath benches, trash cans, picnic tables, grills and water fountains. B. The pressure washing equipment shall effectively clean the specified surfaces without causing damage, such as etching or exposing coarse aggregate. C. All pressure washed surfaces shall be free of gum, algae, moss, oil and accumulated dirt and stains. Any debris removed during the process shall be properly disposed of, ensuring that surfaces are left clean and free of residue. D. Pressure washing shall be performed using water or steam only. No chemicals shall be used unless pre-approved by the City’s designee. o If a cleaning agent is deemed necessary, it shall be non-toxic, biodegradable, phosphate- free, and approved by the City. Safety Data Sheets will be required. o The Vendor shall follow all regulatory and state Environmental Protection Agency (EPA) guidelines and prevention requirements. E. Water from the cleaning process may be discharged into storm drains; however, the Vendor shall use filter fabric or similar filtering materials in or around each drain to prevent debris from entering the system. Vendor shall comply with Pinellas County Ordinance, Article VI. - Stormwater and Surface Water Pollution. F. Work may be performed during day or night, subject to approval by the City's designee. G. Pavilions, unless otherwise specified in Exhibit C_Scope of Work Pricing Details, include a roof. The underside of the roof shall be pressure washed along with the pavilion floors. Roof square footage is not included in the pavilion square footage listed in Exhibit C. 4.6 Work Methods Scheduling Work: The Vendor shall follow the work schedule outlined by the City in Exhibit C_ Scope of Work Pricing Details. Any requested schedule modifications, whether initiated by the City designee or the Vendor, must be mutually agreed upon by both parties, either verbally or in writing. v. 7.2024 18 Traffic Control and Pedestrian Safety: A. The Vendor is responsible for establishing and maintaining safe work zones in areas with vehicular traffic, pedestrian pathways, and park user areas. The Vendor shall coordinate maintenance operations in high-pedestrian zones and during peak periods with the designated City representative. For instance, lane closures for maintenance are generally not permitted during the winter tourist season. B. The Parks and Recreation Department reserves the right to restrict operating hours in high- pedestrian areas. Two-way traffic must be maintained at all times through intersections and roadways, and full closures are not allowed. C. Vendors must take all necessary precautions to protect people and property at all times. All services performed under this contract must comply with applicable Federal, State, County, and City regulations. Any fines imposed due to non-compliance with these regulations shall be the sole responsibility of the Vendor. D. The Vendor shall supply barricades when performing work in areas with pedestrian traffic or as required by the City. E. The Vendor must adhere to Temporary Traffic Control (TTC) requirements, handling all necessary coordination and notifications to appropriate agencies. If applicable, a TTC plan must be submitted to and approved by the designated City representative before any partial lane closures or work commencement. All lane closures must be approved by the City’s Traffic Operations Division and Parking Division at least forty-eight (48) hours before scheduled operations. For approval, contact 727-562-4750 or 727-444-8606. F. The Vendor shall position advance-warning signs appropriate for field conditions. Additionally, the Vendor shall provide a crew responsible for setting up, relocating, and maintaining all traffic control devices, as well as covering, adding, or removing signs as needed to ensure a safe work zone. Clean Up: All materials and debris shall be removed from the premises at the end of each workday and disposed of in an appropriate manner. Upon final completion, the Vendor shall thoroughly clean up all work areas utilized during service. Water, Power & Toilet Facilities: Vendor may use City owned water, power, and restroom facilities at job site (where applicable) at no cost. The Vendor is responsible for supplying any necessary piping, fittings, and other materials required to connect water and power from existing service points to the job site. v. 7.2024 19 Supervision: A. The awarded Vendor shall provide effective supervision, ensuring that all work is carried out efficiently and professionally. The Vendor shall thoroughly inspect the site and review all drawings, specifications, and instructions to ensure the work is performed in the most effective and workmanlike manner. B. All pressure washing crews will be required to wear an approved company uniform, adhere to company and Occupational Safety and Health Act (OSHA) safety standards, and conduct themselves in a professional, courteous, and orderly manner while on City property. 4.7 Service Locations Refer to the Exhibit A_Site Locations, Exhibit B_Site Maps, and Exhibit C_Scope of Work Pricing Details for service location details. 4.8 Repairs to Existing Facilities A. Any damage to existing facilities, equipment, landscaping or other property caused by the Vendor during the performance of work must be promptly repaired and restored to its original condition. B. The Vendor shall notify the City designee within twenty-four (24) hours of discovering any damage resulting from accidents, vandalism, theft, natural disasters, or unknown causes. C. The Vendor shall ensure that all work sites remain free of hazards to people and property caused by their operations. Any hazardous conditions identified by the Vendor that are not a result of their work shall be immediately reported to the designated City representative. 4.9 Scheduling of Work A. The Vendor shall coordinate and schedule work with the designated City representative to minimize disruptions to normal business operations. B. The Vendor shall meet with the designated City representative at the job site before starting work and upon completion of each job. C. The Vendor shall complete all work as specified in Scope of Work, and Exhibit C_Scope of Work Pricing Details. Any issues or questions related to the scope of work shall be promptly communicated to the designated City Representative. 4.10 Special Conditions A. At times, unforeseen circumstances such as standing water, prolonged inclement weather, or parked vehicles may make all or part of a location temporarily unserviceable during the scheduled work period. The Vendor shall notify the designated City representative of such conditions and reschedule the required maintenance as soon as the issue is resolved. v. 7.2024 20 B. All Vendors shall include a list of equipment intended for use under this contract with bid submittal. Upon request, the designated City representative may inspect the equipment before the contract is awarded and anytime during the term of the contract at the Vendors facility or at site locations. 4.11 Changes in Scope of Work A. The City reserves the right to modify the scope of work as needed at any time during the term of the contract. Modifications may include, but are not limited to: o Adjustments in the quantity of work required; o Removal or alteration of specific work elements; o Changes in design or specification; and o Addition of new services. ▪ NOTE: If additional services are requested, the Vendor shall evaluate the scope of the required services, determine the square footage, and provide the City with a written estimate. There shall be no charge for job site inspections, assessments, or written estimates. The Vendor shall include a square footage rate for additional services on the PRICING SHEET in SECTION 8. B. Any modifications to the scope of work shall be authorized through a formal Change Order identifying the change. A written confirmation via email between the designated City representative and the Vendor agreeing to such changes shall be considered valid. C. The City may reference the cost and pricing data submitted by the Vendor during the proposal phase as a basis for ordering work modifications, subject to review and mutual agreement with the Vendor. 4.12 Inspections A. All pressure washing services shall be subject to inspection by the City both during and after completion of work. The Vendor shall meet with the designated City representative on the same day the work is performed to review and verify its completion. The work shall either be approved or deemed unsatisfactory. If the City representative determines that the work is inadequate, the Vendor shall re-clean the area at no additional cost to the City. The City reserves the right to reject unsatisfactory services and require corrections before processing payment. B. If the Vendor fails to perform the work as specified, the City may: o Adjust the contract price to reflect only the services received, as determined by City, and/or o Arrange the work to be completed by Parks and Recreation staff or another vendor. C. Payment may be delayed if discrepancies arise due to incomplete work or failure to meet City standards and contract specifications. The Vendor shall fully cooperate in resolving such issues. 4.13 Invoices v. 7.2024 21 The Vendor shall submit all invoices to the Parks and Recreation Department. Each invoice shall include the service date, a description of services provided, and the corresponding service location. Invoices shall be submitted on a monthly basis for services performed the previous month. 4.14 All Inclusive Pricing Pricing shall include all labor, equipment, materials, tools, incidentals, and any other related services or costs necessary to complete the work specified in this solicitation. No additional charges shall be allowed for mobilization, demobilization, equipment transport, fuel, fuel surcharges, disposal fees or increases, travel time, wait time, labor, insurance costs or increases, or any other unlisted expenses. 4.15 Minimum Qualifications A. References: The Vendor shall submit at least three (3) references, not to include City of Clearwater, from current commercial clients for whom they provide services of a similar scope as outlined in this solicitation. References shall be included with the bid submission. B. Local Office: The Vendor must maintain an office within the Tampa Bay region with a knowledgeable representative who is fluent in English, available during normal business hours, and authorized to discuss contract-related matters with the City’s designated representative. Address location will be required under Section 9. Submittal Requirements. C. Employees: The Vendor shall submit a list of employees, including names and positions, who will be assigned to perform services for the City, along with the bid submission. o All personnel assigned to this contract must be professional and appropriate for the services outlined in this solicitation. o The City reserves the right to require the removal of any employee deemed careless, incompetent, insubordinate, or otherwise unsuitable for work on City property. o All employees must be skilled in their respective fields; unskilled, minimum-wage laborers will not be permitted to perform the work. INSURANCE REQUIREMENTS A list of Insurance Policies that may be required. 5.1 Requirements The Vendor 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 Vendor 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: 5.2 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. v. 7.2024 22 5.3 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. 5.4 Workers’ Compensation Insurance 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. 5.5 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 5.6 Other Insurance Provisions 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 Vendor 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” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor 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: Procurement Division, 20-25 P.O. Box 4748 Clearwater, FL 33758-4748 Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor 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 City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. v. 7.2024 23 MILESTONES 6.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from June 1, 2025 through May 31, 2026. 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. 6.2 Renewal At the end of the initial term of this contract, the City may initiate renewal(s) as provided herein. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. two (2), one (1) year renewal(s) are possible at the City’s option. 6.3 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. 6.4 Prices All pricing shall be firm for the initial term of one (1) year except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this proposal. A. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. B. During the sixty (60) day period prior to the renewal anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices in an amount for no more than the twelve month change in the Consumer Price Index for All Urban Consumers (CPI-U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics for Tampa-St. Petersburg-Clearwater, FL (http://www.bls.gov/cpi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. C. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for each renewal term listed above. D. No fuel surcharges will be accepted. BID SUBMISSION 7.1 Bid Submission The City prefers responses are submitted electronically through the City's e-Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. v. 7.2024 24 Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City strongly recommends completing your response well ahead of the deadline. Bidders can get help through OpenGov Assist, located on the bottom right of the OpenGov portal. Submittal Requirements can be found under Section 9. of this solicitation. PRICING SHEET Since the square footage for several locations is unknown and site conditions may vary, it is recommended that the Vendor visit the proposed site locations listed in Exhibit A_Site Locations. Vendors should familiarize themselves with each location and any local conditions that may impact the work, including required equipment, materials, and labor. No additional allowances will be granted for a lack of knowledge regarding site conditions. Pricing shall include all labor, equipment, materials, tools, incidentals, and any other related services or costs necessary to complete the work specified in this solicitation. No additional charges shall be allowed for mobilization, demobilization, equipment transport, fuel, fuel surcharges, disposal fees or increases, travel time, wait time, labor, insurance costs or increases, or any other unlisted expenses. Reference Exhibit C_Scope of Work Pricing Details which outlines the estimated known square footage and service frequency for each group. Vendors must submit a price per service for each location. To be considered responsive, bids must include all locations within a group. Partial group bids will be deemed non-responsive. DELIVERY REQUIREMENTS FOB: Destination, Freight Prepaid and Allowed Freight Costs: Unit prices should include all freight and transportation charges PAYMENT TERMS: • City of Clearwater’s standard payment terms are NET30 • Electronic Funds Transfer (EFT) / Automated Clearing House (ACH PRESSURE WASHING SITES FOR GROUP 1862 Site Map # Complex Description Unit of Measure Est Annual Visits Unit Cost Total B1862-1 BAY PARK - SAND KEY PLAYGROUND SIDEWALK, PADS ANNUALLY 1 B1862-1 BAY PARK - SAND KEY SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 B1862-2 BEACHWALK SIDEWALK, PADS QUARTERLY 4 v. 7.2024 25 Site Map # Complex Description Unit of Measure Est Annual Visits Unit Cost Total B1862-3 CLEARWATER BEACH RECREATION CENTER SIDEWALK, PADS ANNUALLY 1 B1862-4 GATEWAY TO THE BEACH SIDEWALK, PADS BI- ANNUALLY 2 B1862-5 GATEWAY - FISHING BRIDGE SIDEWALK BI- ANNUALLY 2 B1862-6 MANDALAY PARK SIDEWALK, PADS, BATHROOMS ANNUALLY 1 B1862-7 MANDALAY STREETSCAPE SIDEWALK, PADS BI- ANNUALLY 2 B1862-8 MCKAY PARK PLAYGROUND SIDEWALK, PADS ANNUALLY 1 B1862-8 MCKAY PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 B1862-9 PIER 60 PARK PLAYGROUND SIDEWALK, PADS, BATHROOM ANNUALLY 1 B1862-9 PIER 60 PARK PAVILLION (ROOFS) ANNUALLY 1 B1862-9 PIER 60 PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 B1862-10 SUNSET SAM PARK SIDEWALKS AND PADS ANNUALLY 1 B1862-10 SUNSET SAM PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 v. 7.2024 26 Site Map # Complex Description Unit of Measure Est Annual Visits Unit Cost Total B1862-11 PIER 60 WEST OF TURNSTILE THREE (3) PAVILLIONS (ROOF ONLY) TWICE A MONTH 24 B1862-11 PIER 60 WEST OF TURNSTILE CONCRETE, RAILINGS (TOPS, SLATS, AND POSTS), AND CUTTING BOARDS TWICE A WEEK 104 B1862-11 PIER 60 EAST OF TURNSTILE CONCRETE AND RAILINGS (TOPS, SLATS, AND POSTS) JANUARY, APRIL, AUGUST 3 B1862-11 PIER 60 EAST OF TURNSTILE BENCHES, BENCH SUPPORTS, TRASH CANS, AND CLEAN SIGHT VIEWERS JANUARY, APRIL, AUGUST 3 B1862-11 PIER 60 EAST OF TURNSTILE THREE (3) PAVILLIONS (ROOF ONLY) JANUARY, APRIL, AUGUST 3 B1862-12 PAPAYA STREET PLAZA PAVERS MAY, AUGUST 2 B1862-12 PAPAYA STREET PLAZA WOODEN DOCK / BOARDWALK ONCE A WEEK 52 TOTAL PRESSURE WASHING SITES FOR GROUP 1863 Site Map # Complex Target Area Frequency Est Annual Visits Unit Cost Total N1863-1 BAYVIEW PARK PAVILLIONS (NO ROOF) ANNUALLY 1 v. 7.2024 27 Site Map # Complex Target Area Frequency Est Annual Visits Unit Cost Total N1863-2 CHERRY HARRIS PARK SIDEWALKS ANNUALLY 1 N1863-2 CHERRY HARRIS PARK PAVILLIONS (ROOFS) QUARTERLY 4 N1863-2 CHERRY HARRIS PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 N1863-3 COACHMAN RIDGE PARK PLAYGROUND SIDEWALK, PADS ANNUALLY 1 N1863-3 COARHMAN RIDGE PARK RACQUET BALL COURT ANNUALLY 1 N1863-3 COACHMAN RIDGE PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 N1863-4 DEL ORO PARK SIDEWALK, PADS ANNUALLY 1 N1863-4 DEL ORO PARK PAVILLION (NO ROOF) ANNUALLY 1 N1863-4 DEL ORO PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 N1863-5 FOREST RUN PARK PLAYGROUND SIDEWALK, PADS ANNUALLY 1 N1863-5 FOREST RUN PARK RAQUET BALL COURT ANNUALLY 1 N1863-5 FOREST RUN PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 N1863-6 LONG CENTER PLAYGROUND SIDEWALK, PADS ANNUALLY 1 N1863-6 LONG CENTER COURTYARD QUARTERLY 4 v. 7.2024 28 Site Map # Complex Target Area Frequency Est Annual Visits Unit Cost Total N1863-6 LONG CENTER SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 N1863-6 LONG CENTER PLAYGROUND RESTROOMS FLOORS ONLY MONTHLY 12 N1863-7 MONTCLAIR PARK SIDEWALKS MONTHLY 12 N1863-7 MONTCLAIR PARK RACQUET BALL COURT ANNUALLY 1 N1863-7 MONTCLAIR PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 N1863-8 NORTH GREENWOOD REC CENTER PATIO DECK QUARTERLY 4 N1863-8 NORTH GREENWOOD REC CENTER PLAYGROUND SIDEWALK, PADS QUARTERLY 4 N1863-8 NORTH GREENWOOD REC CENTER SIDEWALKS (MLK), PADS ANNUALLY 1 N1863-8 NORTH GREENWOOD REC CENTER SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 N1863-9 SOULE ROAD PARK SIDEWALKS, PADS ANNUALLY 1 N1863-9 SOULE ROAD PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 N1863-10 WOOD VALLEY PARK SIDEWALKS, PADS ANNUALLY 1 v. 7.2024 29 Site Map # Complex Target Area Frequency Est Annual Visits Unit Cost Total N1863-10 WOOD VALLEY PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 N1863-11 WOODGATE PARK SIDEWALKS, PADS ANNUALLY 1 N1863-11 WOODGATE PARK PAVILLION (NO ROOF) BI- ANNUALLY 2 N1863-11 WOODGATE PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 N1863-12 VALENCIA PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 N1863-13 MOCCASIN LAKE NATURE PARK SIDEWALKS, PADS ANNUALLY 1 N1863-13 MOCCASIN LAKE NATURE PARK PAVILLION (NO ROOF) ANNUALLY 1 N1863-13 MOCCASIN LAKE NATURE PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 TOTAL PRESSURE WASHING SITES FOR GROUP 1864 Site Map # Complex Target Area Frequency Est Annual Visits Unit Cost Total S1864-1 ALLENS CREEK PARK PLAYGROUND SIDEWALK, PADS ANNUALLY 1 S1864-1 ALLENS CREEK PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 v. 7.2024 30 Site Map # Complex Target Area Frequency Est Annual Visits Unit Cost Total S1864-4 ED WRIGHT PARK HORSESHOE COURTS ANNUALLY 1 S1864-5 EDGEWATER DRIVE SIDEWALKS BI- ANNUALLY 2 S1864-6 GARDEN AVE PARK SIDEWALKS, PAVILLION (ROOF), PADS ANNUALLY 1 S1864-6 GARDEN AVE PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 S1864-7 GLEN OAKS PARK ALL SIDEWALKS, PADS, DOCKS BI- ANNUALLY 2 S1864-7 GLEN OAKS PARK PAVILLION ROOF BI- ANNUALLY 2 S1864-7 GLEN OAKS PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 S1864-8 MCMULLEN TENNIS COMPLEX SIDEWALKS AROUND BUILDING ANNUALLY 1 S1864-8 MCMULLEN TENNIS COMPLEX SIDEWALKS AROUND COURTS, PAVILLIONS AND ROOFS FEBRUARY, LATE MAY 2 S1864-8 MCMULLEN TENNIS COMPLEX PRACTICE COURT BI- ANNUALLY 2 S1864-9 MORNINGSIDE REC CENTER ALL SIDEWALKS ANNUALLY 1 S1864-9 MORNINGSIDE REC CENTER PAVILLION (NO ROOF) ANNUALLY 1 v. 7.2024 31 Site Map # Complex Target Area Frequency Est Annual Visits Unit Cost Total S1864-9 MORNINGSIDE REC CENTER SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 S1864-10 PLAZA PARK SIDEWALK, PADS ANNUALLY 1 S1864-11 ROSS NORTON COMPLEX FRONT OF FACILITY BI- ANNUALLY 2 S1864-11 ROSS NORTON COMPLEX NORTH, SOUTH & WEST (SKATE PARK) PATIO BI- ANNUALLY 2 S1864-11 ROSS NORTON COMPLEX SIDEWALK AROUND PLAYGROUND A BI- ANNUALLY 2 S1864-11 ROSS NORTON COMPLEX SANITIZE PLAYGROUND A EQUIPMENT MONTHLY 12 S1864-11 ROSS NORTON COMPLEX SANITIZE PLAYGROUND B EQUIPMENT MONTHLY 12 S1864-13 CHARLES PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 S1864-14 PROSPECT LAKE PARK SIDEWALKS, PADS ANNUALLY 1 TOTAL PRESSURE WASHING SITES FOR GROUP 1865 v. 7.2024 32 Site Map # Complex Target Area Frequency Est Annual Visits Unit Cost Total DT1865-1 CREST LAKE PARK ALL FLAT WORK (INCLUDES VETERENS PLAZA INCLUDING DOG PARK BI- ANNUALLY 2 DT1865-1 CREST LAKE PARK PLAYGROUND SIDEWALKS, PADS, FITNESS AREA MONTHLY 12 DT1865-1 CREST LAKE PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 D1865-2.1 CLEVELAND STREETSCAPE (PHASE 1) SIDEWALKS, CROSSWALKS, MEDIANS QUARTERLY 4 DT1865- 2.2 CLEVELAND STREETSCAPE (PHASE II) SIDEWALKS, CROSSWALKS, DRIVEWAYS QUARTERLY 4 DT1865- 2.3(A-E) CLEVELAND STREETSCAPE (PHASE III) SIDEWALKS AND DRIVEWAYS QUARTERLY 4 DT1865-3 MERCADO (CLEVELAND ST) SIDEWALKS QUARTERLY 4 DT1865-4 COACHMAN PARK FLAT WORK LATE MAY, LATE AUGUST 2 DT1865-6 STATION SQUARE ALL AREAS INCLUDING STAIRS, KNEE WALLS BI- ANNUALLY 2 TOTAL PRESSURE WASHING SITES FOR GROUP 1867 v. 7.2024 33 Site Map # Complex Target Area Frequency Est Annual Visits Unit Cost Total C1867-3 COURT STREET TRIANGLE SIDEWALKS ANNUALLY 1 C1867-5 MUNICIPAL SERVICES BUILDING PADS QUARTERLY 4 C1867-5 MUNICIPAL SERVICES BUILDING SIDEWALK QUARTERLY 4 C1867-6 MARYMONT PARK SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 C1867-6 MARYMONT PARK SIDEWALK AROUND PLAYGROUND AND PAVILLION (NO ROOF) LATE MAY, LATE AUGUST 2 TOTAL PRESSURE WASHING SITES FOR GROUP 1880 Site Map # Complex Target Are Frequency Est Annual Visits Unit Cost Total A1880-1 EC MOORE 1-4 FLAT WORK ANNUALLY - DECEMBER 1 A1880-1 EC MOORE 1-4 BLEACHERS ANNUALLY - DECEMBER 1 A1880-1 EC MOORE 1-4 BUILDING RINSE ANNUALLY - DECEMBER 1 A1880-1 EC MOORE 1-4 BLOCK WALL AT THE ENTRANCE ANNUALLY - DECEMBER 1 v. 7.2024 34 Site Map # Complex Target Are Frequency Est Annual Visits Unit Cost Total A1880-1 EC MOORE 1-4 DUGOUTS ANNUALLY - DECEMBER 1 A1880-2 EC MOORE 5-7 FLAT WORK ANNUALLY - DECEMBER 1 A1880-2 EC MOORE 5-7 BLEACHERS ANNUALLY - DECEMBER 1 A1880-2 EC MOORE 5-7 BUILDING RINSE ANNUALLY - DECEMBER 1 A1880-3 EC MOORE 8-9 FLAT WORK ANNUALLY - DECEMBER 1 A1880-3 EC MOORE 8-9 BLEACHERS ANNUALLY - DECEMBER 1 A1880-3 EC MOORE 8-9 BUILDING RINSE ANNUALLY - DECEMBER 1 A1880-4 CARPENTER COMPLEX FLAT WORK ANNUALLY - EARLY JANUARY 1 A1880-4 CARPENTER COMPLEX BLEACHERS ANNUALLY - EARLY JANUARY 1 A1880-4 CARPENTER COMPLEX DUGOUTS ANNUALLY - EARLY JANUARY 1 A1880-4 CARPENTER COMPLEX PLANTER WALLS ANNUALLY - EARLY JANUARY 1 v. 7.2024 35 Site Map # Complex Target Are Frequency Est Annual Visits Unit Cost Total A1880-4 CARPENTER COMPLEX CATWALK ANNUALLY - EARLY JANUARY 1 A1880-5 JOE DIMAGGIO SPORTS COMPLEX FLAT WORK ANNUALLY - EARLY JANUARY 1 A1880-5 JOE DIMAGGIO SPORTS COMPLEX BLEACHERS ANNUALLY - EARLY JANUARY 1 A1880-5 JOE DIMAGGIO SPORTS COMPLEX BUILDING RINSE ANNUALLY - EARLY JANUARY 1 A1880-5 JOE DIMAGGIO SPORTS COMPLEX RETAINING WALL (EAST SIDE) ANNUALLY - EARLY JANUARY 1 A1880-6 COUNTRYSIDE SPORTS PLEX FLAT WORK BI- ANNUALLY 2 A1880-6 COUNTRYSIDE SPORTS PLEX BLEACHERS BI- ANNUALLY 2 A1880-7 COUNTRYSIDE REC CENTER SIDEWALK AROUND PLAYGROUND ANNUALLY 1 A1880-7 COUNTRYSIDE REC CENTER SIDEWALK AROUND FACILITIES ANNUALLY 1 A1880-7 COUNTRYSIDE REC CENTER SANITIZE PLAYGROUND EQUIPMENT MONTHLY 12 A1880-8 COUNTRYSIDE COMMUNITY PARK FLAT WORK ANNUALLY (DEC/JAN) 1 v. 7.2024 36 Site Map # Complex Target Are Frequency Est Annual Visits Unit Cost Total A1880-8 COUNTRYSIDE COMMUNITY PARK BLEACHERS ANNUALLY (DEC/JAN) 1 A1880-8 COUNTRYSIDE COMMUNITY PARK BUILDING RINSE ANNUALLY (DEC/JAN) 1 A1880-8 COUNTRYSIDE COMMUNITY PARK KNEE WALLS (PLANTERS) ANNUALLY (DEC/JAN) 1 A1880-9 SID LICKTON PARK FLAT WORK ANNUALLY (DEC/JAN) 1 A1880-9 SID LICKTON PARK BLEACHERS ANNUALLY (DEC/JAN) 1 A1880-9 SID LICKTON PARK BUILDING RINSE ANNUALLY (DEC/JAN) 1 A1880-9 SID LICKTON PARK KNEE WALLS (PLANTERS) ANNUALLY (DEC/JAN) 1 A1880-10 PHILLIP JONES PARK FLAT WORK EARLY AUGUST 1 A1880-10 PHILLIP JONES PARK BLEACHERS EARLY AUGUST 1 A1880-10 PHILLIP JONES PARK BUILDING RINSE EARLY AUGUST 1 A1880-11 JACK RUSSELL STADIUM FLAT WORK ANNUALLY (DEC/JAN) 1 A1880-11 JACK RUSSELL STADIUM BLEACHERS ANNUALLY (DEC/JAN) 1 A1880-11 JACK RUSSELL STADIUM BUILDING RINSE ANNUALLY (DEC/JAN) 1 v. 7.2024 37 Site Map # Complex Target Are Frequency Est Annual Visits Unit Cost Total A1880-11 JACK RUSSELL STADIUM KNEE WALLS (PLANTERS) ANNUALLY (DEC/JAN) 1 TOTAL ADDITIONAL SERVICES AS NEEDED Line Item Description Unit of Measure Cost per SF 1 SQUARE FOOTAGE RATE FOR ADDITIONAL SERVICES SQUARE FOOT (SF) SUBMITTAL REQUIREMENTS 1 Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications 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. Do you have any exceptions to the provisions or specifications? ☐ Yes ☐ No *Response required When equals "Yes" Exceptions Taken* **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required 2 Additional Materials* Have you included any additional materials? ☐ Yes ☐ No *Response required When equals "Yes" v. 7.2024 38 Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ☐ Yes ☐ No *Response required When equals "Yes" Certified Business Type* Pick one of the following. ☐ Certified Small Business ☐ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby 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. v. 7.2024 39 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. ☐ Please confirm *Response required 5 E-Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. v. 7.2024 40 H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ☐ Please confirm *Response required 6 References* Please download the below documents, complete, and upload. • REFERENCES.pdf *Response required 7 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... *Response required 8 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 9 Equipment list.* *Response required 10 Employee list including names and positions, of those who will be performing work for the City.* *Response required 11 Location Address of Facility* Provide address to facility. Note: Under Minimum Qualifications, the Vendor must have an office located within the Tampa Bay region. If your facility does not meet this requirement, you must address it in the exceptions section for consideration. *Response required 12 W-9* Upload your current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 41 1) Able Business Services 2) Auopa Inc. 901 W Hillsborough Ave 4366 N. Ronald Reagan Blvd. Tampa, FL 33603 Sanford, FL 32773 786-291-6686 407-923-4311 3) Berger's Power Washing LLC 4) Blue Edonis 4567 Elwood Rd 5961 SW 68th St. 402 Spring Hill, FL 34609 Miami, FL 33143 715-210-3568 5) Compass of Miami Services, Inc 6) DeAngelo Contracting Services, LLC 13061 NW 43rd Ave 6790 65th Way N Opa Locka, FL 33054 Pinellas Park, FL 33781 904-763-1049 7) Elegant Construction Services Corp.8)Emerald Facility Management 731 Virgina Woods Ln PO Box 8460 Orlando, FL 32824 Seminole, FL 33775 689-296-6793 727-249-5175 9)GPC Maintenance Sys. Inc 10)Home Care Pressure Cleaning LLC 10151 University Blvd #221 dba 2nd Mile M.C. Orlando, FL 32817 938 Geary St. SW 321-439-4443 Palm Bay, FL 32908 11)Kept Companies Inc.12)Krystal Klean Franchisor, LLC 26 Law Drive 7100 123rd Circle North Ste.200 Fairfield, NJ 07004 Largo, FL 33773 13)Santana Pressure Cleaning Services, Inc.14)Total Pressure Cleaning Services Inc. 8506 N Dexter Ave 941 W Burke St Tampa, FL 33604 Tampa, FL 33603 813-932-2054 813-335-2201 ADVERTISED: TAMPA BAY TIMES 3/26/2025 POSTED:myclearwater.com 03/21-04/22/25 FOR THE CITY OF CLEARWATER Due/Opening: April 22, 2025; 10:00 a.m. INVITATION TO BID No. 20-25 Pressure Washing Services Solicitation Response Listing- REVISED Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0484 Agenda Date: 6/18/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.7 SUBJECT/RECOMMENDATION: Approve Supplemental One Work Order and an increase to purchase order under the continuing services contract with Ardurra of Tampa, FL, for Solid Waste Truck Wash Replacement Design, Permitting and Construction Services (23-0021-SW), in the amount of $251,748.00 for a new total of $499,295.00 pursuant to Request for Qualifications (RFQ) 34-23, Engineer of Record (EOR) Consulting Services, and authorize the appropriate officials to execute same. SUMMARY: The City’s Solid Waste and Recycling Department operates a truck washing facility at its Solid Waste Complex located at 1701 N. Hercules Avenue. This facility is used to manually clean waste collection vehicles, transfer trailers, roll-off containers, and commercial compactors.  Ardurra Group, Inc. was issued a Work Order to provide design, permitting, and construction management services to upgrade the facility. The improvements include the addition of one or two automated truck washing systems and up to two manual wash bays, equipped with new equipment similar to the existing equipment. The automated system will be a turn-key solution, designed, fabricated and installed by a truck wash manufacturer. Both the automated and manual systems will be open-air (not enclosed in a building), with chemical storage tanks and other associated equipment either placed on a covered concrete pad adjacent to the systems or housed within the existing truck wash building, if possible. Upgrades will also include improvements to lighting, ventilation and electrical systems within the existing truck wash building to bring them into compliance with current code requirements.  The original work order for the Solid Waste Automatic Truck Wash was approved by Council on March 7, 2024. The project was originally planned to be delivered through the Construction Manager at Risk (CMAR) method, utilizing one of the City’s pre-qualified CMAR firms. However, the CMAR’s construction cost estimate exceeded the City’s CMAR contract cap of $4 million. The initial construction estimate was $3,096,424.00, but the updated estimate is $5,055,469.00, a difference of $1,959,045.00, primarily due to unforeseen but necessary site improvements. As a result, the City will now proceed with a traditional design-bid-build procurement approach, issuing a hard construction bid. During the Pre-Design Phase, a comprehensive site planning effort was conducted to enhance traffic flow and accommodate future improvements. Several elements not included in the original scope were added, increasing the design and permitting requirements. These additions include:  ·Paving of the site’s southeast corner, along with design and permitting for related stormwater improvements. ·Installation of new site lighting and security cameras. ·Addition of metal roofs over both truck wash bays, including structural design for concrete foundations. ·Design of an aluminum catwalk to provide safe access to the tops of trucks in the manual wash bay. ·Completion of a cost analysis comparing recycled versus once-through water automated truck wash Page 1 City of Clearwater Printed on 6/17/2025 File Number: ID#25-0484 systems and evaluating the operational impact of using reclaimed water. ·Installation and permitting of new potable water, reclaimed water, and wastewater mains. ·Installation of a new electrical service to support both truck washes. ·Expanded engineering services during construction to accommodate the increased scope. Although the estimated construction cost has exceeded $4 million, soliciting qualifications for design services from a new EOR is not practical due to the advanced stage of design already completed. This Supplemental Work Order in the amount of $251,748.00 includes compensation for Ardurra to complete the design and permitting to a level suitable for bidding and to provide engineering services during the bidding and construction phases for the expanded scope bringing the total to $499,295.00 APPROPRIATION CODE AND AMOUNT: 3247324-530100-C2411 $251,748.00 Funds are available in Capital Improvements Project C2411, SW Truck Wash Facility. This project is funded by revenues from the Solid Waste and Recycling Utility Fund. STRATEGIC PRIORITY: This item falls under objective 1.2 (maintaining public infrastructure) within High Performing Government and objective 4.2 within Environmental Stewardship (waste reduction practices). Page 2 City of Clearwater Printed on 6/17/2025 Ardurra Group, Inc. City of Clearwater Consultant Work Order Page 1 of 13 Revised: 2/8/2021 SUPPLEMENTAL ONE WORK ORDER Date: May 27, 2025 1. PROJECT INFORMATION: Project Title: Solid Waste Truck Wash Replacement Design, Permitting and Construction Services City Project Number: 23-0021-SW City Plan Set Number: 2023019 Consultant Project Number: 0161-0047-2024-0578-00 2. SCOPE OF SERVICES: The City of Clearwater Solid Waste Department (City) operates a truck washing facility at its Solid Waste Complex at 1701 N. Hercules Avenue, which is used to manually clean collection vehicles, transfer trailers, roll-off containers, and commercial compactors. Ardurra Group, Inc. (Consultant) was issued a Work Order to provide design, permitting and construction management services for upgrading the facility by adding one or two automated truck washing systems and up to two manual washing bays with new equipment similar to the existing equipment. The automated system is to be turn-key system designed, fabricated and installed by a truck wash manufacturer and both the manual and automated systems were to be open (not enclosed in a building) with chemical storage tanks and other equipment either adjacent to the system on a covered concrete pad or inside the existing truck wash building if possible. Lighting, ventilation and electrical systems inside the existing truck wash building will also be upgraded to meet current code requirements. During the Pre-Design Phase, an extensive site planning effort was conducted to improve traffic flow while allowing space for future proposed site improvements. Elements not anticipated in the original scope were also added to the project, resulting in additional design and permitting efforts. These include: SUPPLEMENTAL WORK ORDER Solid Waste Truck Wash Ardurra Group, Inc. 23-0021-SW City of Clearwater Consultant Work Order Page 2 of 13 Revised: 2/8/2021 ·Paving the southeast corner of the site and associated stormwater improvements design and permitting. ·Adding site lighting and security cameras. ·Metal roofs over both truck washes and associated concrete foundation design. ·An aluminum catwalk to provide access to the tops of trucks at the manual truck wash. ·Performing a cost analysis evaluating recycled and once-through water automated truck washes and the operating cost impacts of using reclaimed water. ·New water, reclaimed water and wastewater lines and associated permitting. ·A new electrical service to serve both truck washes. The project was to be executed using the Construction Manager at Risk (CMAR) delivery method, using one of the City’s prequalified CMAR firms. However, the CMAR’s construction cost estimate based on the 75% complete design exceeded the City’s CMAR contract cap of $4 million. Therefore, the decision has been made to advertise the project for bids. The design is currently 75% complete. This Supplemental Work Order provides additional compensation to the Consultant required to complete the design and permitting of the project to a level suitable for public bidding and to provide additional engineering services during bidding and construction of the project. The scope of work is as follows. Tasks have been numbered to match or add to the original Work Order tasks. I. PRE-DESIGN PHASE: Task 1.1 Project Management, Data Collection and Meetings Provide the following services, extending throughout the remaining duration of design and bidding services: ·Coordinate the activities and communications of the Consultant’s staff and subconsultants with those of the City. ·Develop monthly status reports and invoices. ·Administer a quality assurance program covering the technical work of the project team. ·Assemble, maintain and submit the Project Catalogue. ·Attend a project reboot meeting to discuss comments on the 75% submittal and requirements to move forward with the project as Design-Bid-Build. SUPPLEMENTAL WORK ORDER Solid Waste Truck Wash Ardurra Group, Inc. 23-0021-SW City of Clearwater Consultant Work Order Page 3 of 13 Revised: 2/8/2021 Task 1.3 Preliminary Engineering 1.3.5 Solar Evaluation Consultant will evaluate the feasibility of constructing solar panels on the roofs of both the manual and automated truck wash systems to power a portion of the wash systems. Tasks include: ·Coordinating with two solar vendors: Solarcraft and Sunwize to establish a Basis of Design. ·Coordinating with Duke Energy on interconnection requirements. ·Assessing how much power the solar panels will be able to generate and what equipment they will be capable of serving. ·Working with vendors to assess the size of the required battery system associated with the solar panels. ·Providing a Technical Memorandum summarizing findings on: − Design criteria for the solar array and battery systems. − Riser diagram of proposed solar system and interconnection to the truck wash electrical system. − Engineer’s Opinion of Probable Construction Cost for the solar system and estimating its payback period. ·Meeting with the City once to discuss the evaluation and comments on the draft memorandum. Design of the solar power system is not included in this scope of services and will require additional compensation should the City wish to implement the system based on the findings of the evaluation. II. DESIGN PHASE: The design will be advanced from the 75% complete to a 100% complete level, with additional detail added for public bidding of the project. N/S Corporation will remain the Basis of Design for the automated truck wash system, however the specifications will be open to “or equal” systems. Task 2.1 Drawings Consultant will advance the design drawings from 75% to 100% complete and add additional detail to the design to allow for public bidding. Drawings sheets include: SUPPLEMENTAL WORK ORDER Solid Waste Truck Wash Ardurra Group, Inc. 23-0021-SW City of Clearwater Consultant Work Order Page 4 of 13 Revised: 2/8/2021 General G0.00 Cover G0.01 Index of Sheets, Abbreviations, Legend G0.02 General Notes G0.03 Manual Truck Wash Process Flow Diagram Civil C1.00 Existing Project Site and Demolition Plan C1.01 Ex. Manual Truck Wash Area Demolition Plan C2.00 Proposed Site Plan C2.01 Project Site Coordinate Control Plan C2.02 Traffic Flow Plan C3.00 Project Site Utility Plan C4.01 Project Area Paving, Grading and Drainage C8.00-C8.03 Miscellaneous Details C8.04 Sand Oil Separator Details C8.05 Stormwater Outfall Structure Modification Details Structural S0.00 – S0.01 General Structural Notes S1.01 Manual Wash Foundation and Slab Plan S1.02 Catwalk Framing Plan S1.03 Automated Wash Foundation and Slab Plan S2.01 Catwalk Sections S3.01 Concrete Sections and Details S4.01 Catwalk Sections and Details Mechanical D1.01 Manual Truck Wash Area Site Plan D1.02 Overhead Piping Plan D1.03 Manual Truck Wash Area Section D1.04 Manual Truck Wash Bldg Floor Plan D1.05 Manual Truck Wash Bldg Sections D2.01 Automated Truck Wash Bldg Floor Plan HVAC H0.00 Manual Truck Wash Bldg HVAC Notes and Legends H1.00 Manual Truck Wash Bldg HVAC Plans Plumbing P0.00 Manual Truck Wash Bldg Plumbing Notes, Legends and Specifications P1.00 Manual Truck Wash Bldg Plumbing Floor Plans P2.00-P3.00 Manual Truck Wash Bldg Plumbing Details Electrical SUPPLEMENTAL WORK ORDER Solid Waste Truck Wash Ardurra Group, Inc. 23-0021-SW City of Clearwater Consultant Work Order Page 5 of 13 Revised: 2/8/2021 E0.01 Electrical Legend E0.02 Electrical Notes E0.03 Proposed One-Line Diagram E0.04 Electrical Overall Site Plan E0.05 Security Camera Site Plan E1.01 Enlarged Electrical View Manual Truck Wash Room E1.02 Manual Truck Wash Room Demo Photos E1.03 Enlarged Electrical View Manual Truck Wash Bay E2.01 Enlarged Electrical View Automatic Truck Wash E3.01 Proposed Electrical Schedules E8.01-E8.02 Electrical Grounding Details E8.03-E8.04 Electrical Standard Details Task 2.2 Technical Specifications Consultant will advance the technical specifications for the project to 100% complete including development of a specification for the automated wash system, a Bid Form, and additional detail regarding the security camera system and the automated truck wash keypad-City fuel accounting system interface. The specifications will be Section IVA, Project Specific Specifications, with Sections I – III being the City’s Standard Specifications. Task 2.3 Review Submittals and Meetings Design Documents and the Engineer’s Opinion of Probable Construction Cost will be submitted for review by the City at the 100% completion level. Meetings will include a 100% design review meeting, a meeting with the City’s security camera system consultant and IT staff, and a meeting to confirm the automated truck wash keypad interface requirements with City’s fuel accounting system software. Task 2.4 Permitting Consultant will prepare the following application packages with supporting information, and respond to Requests for Additional Information (RAI) to obtain the following permits: 2.4.1 FDEP Environmental Resource Permit Modification The existing ERP permit does not include the southeast area of the site, currently planned to be paved, as impervious area. Therefore, the permit needs to be modified to include the additional impervious area. SUPPLEMENTAL WORK ORDER Solid Waste Truck Wash Ardurra Group, Inc. 23-0021-SW City of Clearwater Consultant Work Order Page 6 of 13 Revised: 2/8/2021 Consultant will prepare an application package for a minor modification to the permit and will respond to the FDEP’s requests for additional information (RAI) to obtain the modification. Fees include $1,000 for the permit fee. 2.4.2 City of Clearwater Building Department Approvals. It has been determined that the project does not need to be submitted to the Development Review Committee for approvals. Rather, the project will need to be submitted and reviewed by the City’s Building Department only. Consultant will submit the project for review by the City Building Department through the online Accela system and address the Building Department comments so that the selected contractor can pull the building permits prior to the start of construction. It is assumed that the Consultant will not be responsible for permit fees and that permit fees, if any, will be paid by internal transaction. The contractor will be responsible for fees and for subsequently obtaining the Building Permit and complying with associated requirements. 2.4.3 City of Clearwater Industrial Discharge Permitting. The existing manual wash system discharges to the sanitary sewer system through a grease trap and the City’s Industrial Discharge Coordinator (Public Utilities Department) has informed the Consultant that providing a grease trap/sand-oil separator on the automated truck wash system’s waste discharge should be all that is required. Consultant will prepare the sand-oil separator sizing calculations for submittal to the City’s Industrial Discharge Coordinator along with the project drawings for review and comment. Formal review and approval of the design will be via the Building Department review process. 2.4.4 FDEP Potable Water System Construction General Permit. The Consultant will prepare and submit an application package and respond to FDEP RAIs to obtain a general permit for the new water service connection on Hercules Avenue. Fees include the $900 application fee. SUPPLEMENTAL WORK ORDER Solid Waste Truck Wash Ardurra Group, Inc. 23-0021-SW City of Clearwater Consultant Work Order Page 7 of 13 Revised: 2/8/2021 2.4.5 FDEP Wastewater Collection System General Permit. The Consultant will prepare and submit an application package and respond to FDEP RAIs to obtain a general permit for the new on-site wastewater collection system. Fees include the $250 application fee. 2.4.6 Pinellas County Right-of-Way Use Permit. The Consultant will prepare and submit an application package and respond to County RAIs to obtain a Right-of-Way Use permit for the new water service connection on N. Hercules Avenue (County Road 425). Fees include $250 for the application fee, if required. Task 2.5 Engineer’s Opinion of Probable Construction Cost Consultant will develop an Engineer’s Opinion of Probable Construction Cost at the 100% completion level. The opinion will be a Class 1 estimate per AACE International. III. BIDDING PHASE: Task 3.1 Guaranteed Maximum Price (GMP) Review This task is no longer needed. Task 3.2 Issued for Construction Drawings Consultant will develop Issued for Construction drawings compiling changes made during the bidding process. Task 3.3 Services During Bidding Consultant will provide the following services to assist the City with obtaining bids: 3.3.1 Attend a pre-bid meeting. 3.3.2 Provide the City with responses to bidders questions for issuance of Addenda. 3.3.3 Review the bids received, prepare a Bid Tabulation, contact the low bidder’s references, and provide the City with a Recommendation of Award. SUPPLEMENTAL WORK ORDER Solid Waste Truck Wash Ardurra Group, Inc. 23-0021-SW City of Clearwater Consultant Work Order Page 8 of 13 Revised: 2/8/2021 IV. CONSTRUCTION PHASE: Task 4.1 Construction Management Consultant will provide construction management and observation services, assisting with overseeing the Contractor’s work over an assumed 9-month (39 week) construction contract duration. Specific services include: 4.1.1 Consultant will attend a Preconstruction Meeting with the Contractor and City. The Consultant will prepare the agenda and meeting minutes. 4.1.2 Consultant will log and review up to forty-five (45) shop drawings from the Contractor including construction progress schedules and Shop Drawings and other miscellaneous submittals. Of these shop drawings, it is assumed that up to 25 will require a second review. The specifications will state that the cost of three or more reviews will be the responsibility of the Contractor. 4.1.3 Consultant will attend up to nine (9) construction progress meetings and site visits. The Consultant will prepare the meeting agenda and the meeting minutes. 4.1.4 Consultant will log and reply to the Contractor’s Requests for Information (RFIs). For the purposes of this Work Order, up to fifteen (15) RFIs is assumed. 4.1.5 Consultant will review Owner Allowance Authorization requests submitted by the Contractor. For the purposes of this Work Order, up to three (3) Allowance Authorization requests is assumed. 4.1.6 Consultant will review quantities and sign the Contractor’s applications for payment. 4.1.7 Consultant will provide assistance with final closeout including: a. Witnessing startup of systems and equipment. b. Coordinate, witness and document training by the system manufacturer. c. Attending a Substantial Completion walkthrough. d. Attending a final completion walkthrough and confirming that punchlist items have been completed. SUPPLEMENTAL WORK ORDER Solid Waste Truck Wash Ardurra Group, Inc. 23-0021-SW City of Clearwater Consultant Work Order Page 9 of 13 Revised: 2/8/2021 e. Reviewing the Contractor’s As-Built surveys/drawings and developing Record Drawings. f. Preparing and submitting certification packages for the three (3) FDEP permits and for the Pinellas County Right-of-Way Use permit. 4.1.8 Consultant will provide general Construction Management during an assumed 9-month (39 week) construction contract including: a. Maintaining routine contact and discussing construction progress and project developments with the Contractor. b. Miscellaneous phone calls and emails and coordination with the City’s Project Manager and other City staff, including assisting the City’s Project Manager with miscellaneous minor project related questions and general consultation. 4.1.9 Consultant will visit the site to observe construction progress an average of up to eight (8) hours per week over an active 6-month field construction period (total of 208 hours). Critical aspects of the work to be observed include concrete pours and underground utility work. Field Observation Reports and progress photographs will be provided to the City on a weekly basis. V. OWNER’S ALLOWANCE: Fees include an Owner’s Allowance to provide additional compensation for design, permitting or construction services not included in the above scope. Services will not be provided under the Owner’s Allowance without prior approval of the City’s Project Manager, subject to an agreed upon scope and budget. 3. PROJECT GOALS: In addition to the documents required by project’s permitting agencies to obtain permits, the following are Deliverables to the City: ·100% Design Drawings (5 sets - 11 x 17 printouts and PDF), Technical Specifications and Cost Estimate in PDF format. ·Issued for Construction Documents: Two (2) electronically signed and sealed copies of the project drawings and technical specifications; one (1) thumb drive containing the project drawings in AutoCAD and PDF format and the technical specifications in SUPPLEMENTAL WORK ORDER Solid Waste Truck Wash Ardurra Group, Inc. 23-0021-SW City of Clearwater Consultant Work Order Page 10 of 13 Revised: 2/8/2021 Word and PDF format. ·One (1) copy of each submitted permit application package and each RFI response will be provided to the City for its record. ·Meeting minutes in PDF format. ·Submittal review comments and RFI responses in PDF format. ·Construction Field Observation Reports (PDF) and progress photographs (JPG). ·Record Drawings: One electronically (1) signed and sealed copy of the PDF Record Drawings and one (1) thumb drive containing the Record Drawings in AutoCAD and PDF format. 4. FEES: See Attachment A. This price includes all labor and expenses anticipated to be incurred by Ardurra for the completion of these tasks in accordance with Professional Services Method “A” – Hourly Rate –for an additional fee not to exceed Two Hundred fifty One Thousand, Seven Hundred Forty-Eight Dollars ($251,748.00), which includes an Owner’s Allowance in the amount of $28,000. 5. SCHEDULE: 100% documents will be submitted 90 calendar days after the Reboot Meeting. Bid Documents will be submitted within 10 calendar days of the 100% design review meeting. 6. STAFF ASSIGNMENT: The City’s staff assignments to this project include: Kervin St. Aime Director, Solid Waste/General Services Samanatha Reilly Project Manager The firm’s staff assignments to this project include: Chris Kuzler, P.E. Principal, Project Manager and Chief Engineer Lara Bartholomew, P.E. Senior Engineer Agata Ristow, P.E. Chief Electrical Engineer Camryn Aguilar, E.I. Project Engineer SUPPLEMENTAL WORK ORDER Solid Waste Truck Wash Ardurra Group, Inc. 23-0021-SW City of Clearwater Consultant Work Order Page 11 of 13 Revised: 2/8/2021 7. CORRESPONDENCE/REPORTING PROCEDURES: Consultant’s project correspondence shall be directed to Christopher F. Kuzler, P.E.. All City project correspondence shall be directed to Samantha Reilly (City Project Manager). 8. INVOICING/FUNDING PROCEDURES: City Invoicing Code: 3247324-530100-C2411 For work performed, invoices shall be submitted monthly to: Attn: Jeffrey Kuhl City of Clearwater Solid Waste 1701 N. Hercules Avenue Clearwater, Florida 33765 Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. 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 – Lump Sum or Hourly Rate. 5. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum 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: Consultant acknowledges the following: 1. The Consultant named above is required to comply with Section 119.0701, Florida Statutes, where applicable. 2. All City directives shall be provided by the City Project Manager. SUPPLEMENTAL WORK ORDER Solid Waste Truck Wash Ardurra Group, Inc. 23-0021-SW City of Clearwater Consultant Work Order Page 12 of 13 Revised: 2/8/2021 3. “Alternate equals” shall not be approved until City Project Manager agrees. 4. All submittals must be accompanied by evidence each has been internally checked for QA/QC before providing to City. 5. Consultants/Contractors are not permitted to use City-owned equipment (i.e. sampling equipment, etc.). 6. Documents posted on City website must ADA accessible. 11. ADDITIONAL CONSIDERATIONS: All work orders should include considerations for the following: 1. Sea Level Rise and Flood Resilience, as applicable. 2. Submittal of a Critical Path Method (CPM) Schedule(s). 3. Submittal of a Project Catalog with the following items, as appropriate: a. Data requests, assumptions, critical correspondence, meeting agenda, sign-in sheets, meeting minutes, document comment-response log(s), technical memorandum/reports, addenda, progress reports, regulatory correspondence, and other project-related documents. b. If construction project, also include design plans, conformed plans, change orders, field orders, RFIs, work change directives, addenda, progress reports, shop drawing and progress submittals, as-builts, record drawings, and other project-related documents such as O&M manuals and warranty information. c. At the conclusion of the project, Consultant will combine this information into a Project Catalog and submit to the City for review and comment. 4. Arc Flash labeling requirements: a. All electrical designs and construction shall adhere to NFPA 70 E “Standard for Electrical Safety in the Workplace”. Updated calculations of Fault and Arc Flash, and provisions for new or updated Arc Flash equipment labeling shall be included in the contract documents.one. 12. SPECIAL CONSIDERATIONS: ·The City will manage and administer Owner Direct Purchase and Buyback options, if any. SUPPLEMENTAL WORK ORDER Solid Waste Truck Wash Ardurra Group, Inc. 23-0021-SW City of Clearwater Consultant Work Order Page 13 of 13 Revised: 2/8/2021 13. SIGNATURES: PREPARED BY: APPROVED BY: Christopher F. Kuzler, P.E. Tara Kivett, P.E. Managing Principal City Engineer Ardurra Group, Inc. City of Clearwater Date Date 5/27/25 ATTACHMENT “A” CONSULTANT WORK ORDER – PROJECT FEES TABLE Solid Waste Truck Wash Replacement Design, Permitting and Construction Services Ardurra Group, Inc. 23-0021-SW City of Clearwater Consultant Work Order – Project Fees Table Page 1 of 1 Revised: 11/28/2022 SUPPLEMENTAL WORK ORDER PROJECT FEES TABLE Task Description Subconsultant Services Labor Total I Pre-Design Phase 1.1 Project Management, Data Collection and Meetings $13,000 $13,000 1.3 Preliminary Engineering $18,635 $18,635 Pre-Design Phase Total: $31,635 II Design Phase 2.1 Drawings $5,930 $57,152 $63,082 2.2 Technical Specifications $21,148 $21,148 2.3 Review Submittals and Meetings $250 $6,713 $6,963 2.4 Permitting $23,742 $23,742 2.5 Opinion pf Probable Construction Cost $6,870 $6,870 Design Phase Total: $121,805 III Bidding Phase 3.2 Prepare Issued for Construction Documents $0 $0 3.3 Services During Bidding $960 $4,308 $5,268 Bidding Phase Total: $5,268 IV Construction Phase 4.1 Construction Management $5,130 $57,760 $62,890 Construction Phase Total: $62,890 V Owner’s Allowance Owner’s Allowance Total: $28,000 TOTAL: $249,598 6.0 Permit Fees $2,150 6.0 Other Direct Costs (prints, photocopies, postage, etc.) (Not applicable to lump sum Work Orders) GRAND TOTAL: $251,748 ATTACHMENT “B” (Include if applicable) CONSULTANT WORK ORDER – CITY DELIVERABLES Solid Waste Truck Wash Replacement Design, Permitting and Construction Services Ardurra Group, Inc. 23-0021-SW City of Clearwater Consultant Work Order – City Deliverables Page 1 of 1 Revised: 2/8/2021 CONSULTANT WORK ORDERITY 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. N HERCULES AVEN HERCULES AVERANGE RDRANGE RD CALUMET STCALUMET ST SUNSHINE DRSUNSHINE DRCARROLL STCARROLL ST GENTRY STGENTRY ST SHERWOOD STSHERWOOD ST KAPP DRKAPP DRLOGAN STLOGAN ST LOCATION MAP PROJECT LOCATION Document Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\Replacement Fuel Tanks\Replacement Fuel Tanks.aprx Legend Clearwater Service Area Area not in Clearwater Jurisdiction Prepared by:Public Works/EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756 Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Solid Waste Truck Wash Project Number: 23-0021-SW Page: 1 of 1 ² N.T.S.Scale:1/18/2024Date:PHReviewed By:KFMap Gen By: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0496 Agenda Date: 6/18/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.8 SUBJECT/RECOMMENDATION: Approve the final plat for Forrest Villas located at the intersection of Kings Highway and Freedom Drive. SUMMARY: The proposed plat will create four lots. The subdivision contains approximately 2.2 acres. The preliminary plat was approved by the development review committee on January 23, 2025. STRATEGIC PRIORITY: 1.2 - Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. 1.5 - Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. 2.1- Strengthen public-private initiatives that attract, develop, and retain diversified business sectors. 2.3 - Promote Clearwater as a premiere destination for entertainment, cultural experiences, and tourism. Page 1 City of Clearwater Printed on 6/17/2025 ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !! ! !! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !! 1965 1949 1938 1931 1980 1925 1943 1999 2000 1401140814001937 1919 1950195219541956 1948 1960 1966 1993 1984 1972 1961 1976 2003 1989 1969 1985 1988 1964 1970 1957 1973 1999 1962 1968 1977 1981 2007 1953 1965 1974 1980 2009 14091409KINGS HWYWOODLAWN TER STATE ST S HORE DR BYRAM DRFREEDOMDR Document Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\Freedom Dr Plat Location Map\Freedom Dr Plat Location Map.aprx Prepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page: 1 of 1Aerial Flown 2024 Forrest Villas Plat Location Map Parcel Number: 03-29-15-55548-000-0091 ² N.T.S.Scale:KFMap Gen By:TMReviewed By:4/1/2025Date: AERIAL MAP FORREST VILLAS PLAT LOCATION KINGS HWYKINGS HWYN BETTY LNN BETTY LNSUNSET POINT RDSUNSET POINT RD STATE STSTATE ST IDLEWILD DRIDLEWILD DR WOODLAWN TERWOODLAWN TER BYRAM DRBYRAM DR WILSON RDWILSON RDFREEDOM DRFREEDOM DRPOINSETTA AVEPOINSETTA AVESHORE DRSHORE DRALPINE RDALPINE RD BARBARA AVEBARBARA AVETHE MALLTHE MALLN EVERGREEN AVEN EVERGREEN AVELOCATION MAP Document Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\Freedom Dr Plat Location Map\Freedom Dr Plat Location Map.aprx Legend Clearwater Service Area Area not in Clearwater Jurisdiction Prepared by:Public Works/EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756 Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Forrest Villas Plat Location Map Parcel Number: 03-29-15-55548-000-0091 Page: 1 of 1 ² N.T.S.Scale:4/1/2025Date:TMReviewed By:KFMap Gen By: FORREST VILLAS PLAT LOCATION LB 78182198 NE COACHMANROAD, UNIT FCLEARWATER, FL 33765PHONE: 727-475-8088FAX: 727-264-0457BULLSEYE SURVEYING, INC.DEDICATIONTHE UNDERSIGNED HEREBY CERTIFIES THAT IT IS THE OWNER OF THE HEREIN DESCRIBED TRACT OF LAND PLATTED AS FORREST VILLAS ANDBESIDES ITS INTERESTS THEREIN, THERE ARE NO OUTSTANDING INTERESTS IN SAID TRACT OF LAND, AND THAT THE OWNER DOES HEREBYDEDICATE TO THE PUBLIC, ALL EASEMENTS DESIGNATED ON THE PLAT AS "PUBLIC", AND FURTHER MAKES THE FOLLOWING CONVEYANCES,DEDICATIONS AND RESERVATIONS:FREEDOM DRIVE, AS SHOWN HEREON, IS HEREBY CONVEYED IN FEE SIMPLE TO THE CLEARWATER VILLAGE LC, FOR PUBLIC ACCESS,INGRESS/EGRESS, DRAINAGE, AND UTILITIES, AND SHALL REMAIN PRIVATELY OWNED AND MAINTAINED BY THE TRUST FOR THE BENEFIT OF THELOTS AND TRACTS WITHIN THE SUBDIVISION.A NON~EXCLUSIVE ACCESS EASEMENT OVER FREEDOM DRIVE IS HEREBY GRANTED TO CITY OF CLEARWATER AND ALL PROVIDERS OF LAWENFORCEMENT, FIRE EMERGENCY, EMERGENCY MEDICAL, MAIL AND PACKAGE DELIVERY, SOLID WASTE SANITATION AND SIMILAR GOVERNMENTALAND QUASI-GOVERNMENTAL SERVICE PROVIDERS FOR INGRESS AND EGRESS FOR THE PERFORMANCE OF OFFICIAL PUBLIC OR QUASI-PUBLICDUTIES. SAID EASEMENT SHALL BE LIMITED TO ACCESS FOR THE AFOREMENTIONED PURPOSES AND SHALL NOT BE CONSTRUED AS CREATING ADEDICATED PUBLIC ROAD OR IMPOSING ANY MAINTENANCE OR OTHER RESPONSIBILITIES ON ANY OF THE AFOREMENTIONED PUBLIC ORQUASI-PUBLIC ENTITIES.A UTILITY EASEMENT OVER FREEDOM DRIVE IS HEREBY DEDICATED TO ANY PUBLIC OR PRIVATE UTILITY PROVIDER OR OTHER SIMILAR ENTITYPROVIDING UTILITY SERVICES TO THE LOTS AND TRACTS WITHIN THE SUBDIVISION, FOR THE CONSTRUCTION, MAINTENANCE, OPERATION ANDREPAIR OF UTILITIES AND RELATED EQUIPMENT SERVING THE LOTS AND TRACTS MAINTENANCE OF THE PRIVATELY OWNED AND OPERATEDINFRASTRUCTURE, LOCATED WITHIN THE PRIVATE TRACTS AND PRIVATE EASEMENTS SHOWN HEREON, IS A PRIVATE FUNCTION NEITHERASSIGNED TO NOR ACCEPTED BY CITY OF CLEARWATER, UNLESS OTHERWISE STATED HEREON, THE TRUST IS A REPRESENTATIVE BODY OF THEPROPERTY OWNERS AND SHOULD THE HOMEOWNER'S ASSOCIATION BECOME INACTIVE, THIS MAINTENANCE RESPONSIBILITY SHALL BE ASSUMEDBY ITS SUCCESSOR(S) OR THE PROPERTY OWNERS COLLECTIVELY WITHIN THE SUBDIVISION.THE INGRESS, EGRESS AND ACCESS EASEMENT RECORDED IN OFFICIAL RECORDS BOOK 22908, PAGE 562 IS HEREBY ALSO DEDICATED AS APUBLIC UTILITY EASEMENT BY THIS PLAT.THE UNDERSIGNED HEREBY CERTIFIES THAT IT IS THE OWNER OF THE ABOVE DESCRIBED TRACT OF LAND HEREBY PLATTED AS FORREST VILLAS,THAT IT HEREBY DEDICATE ALL UTILITY EASEMENTS, AND PUBLIC PLACES TO THE CITY OF CLEARWATER AND THE PUBLIC IN GENERAL AND OTHERSIMILAR GOVERNMENTAL AND QUASI-GOVERNMENTAL AND PRIVATE PROVIDERS OF UTILITY SERVICES INCLUDING BUT NOT LIMITED TO CABLE,ELECTRIC, GAS, POTABLE WATER, RECLAIMED WATER, STORM SEWER AND SANITARY SEWER FACILTIES.BY:__________________________________ SIGNED AND DELIVERED IN THE PRESENCE OF: KELLY CINCOTTA, VICE PRESIDENT FREEDOM DRIVE LAND TRUST UTD 11/21/2018 _________________________________________ WITNESS _________________________________________ PRINTED NAME _________________________________________ WITNESS _________________________________________ PRINTED NAMEOWNER ACKNOWLEDGEMENT: STATE OF FLORIDA, COUNTY OF PINELLASTHE FOREGOING INSTRUMENT WAS ACKNOWLEDGED BEFORE ME THIS _____ DAY OF __________, 2025, BY ____________________ AS THE OWNER.____ IS PERSONALLY KNOWN TO ME OR HAS PRODUCED___________________________ AS IDENTIFICATION.______________________________________NOTARY PUBLIC, STATE OF FLORIDA______________________________________(PRINTED NAME OF NOTARY)BY:__________________________________ KELLY CINCOTTA VICE PRESIDENT FREEDOM DRIVE LAND TRUST UTD 11/21/20181 of 2SURVEYOR'S CERTIFICATE: I, GEORGE R. MARTIN, OF BULLSEYE SURVEYING,INC., HEREBY CERTIFY THAT ON THE 9TH DAY OFMAY, 2024, THIS PROPERTY WAS SURVEYED ANDTHIS PLAT WAS PREPARED UNDER MY DIRECTIONAND SUPERVISION AND COMPLIES WITH ALL OF THESURVEY REQUIREMENTS OF CHAPTER 177, PART 1FLORIDA STATUTES. ___________________________________GEORGE R. MARTINDATE ___________PROFESSIONAL SURVEYOR AND MAPPERSTATE OF FLORIDA, LS 6019CETIFICATE OF APPROVAL OF CITY COUNCIL:STATE OF FLORIDACOUNTY OF PINELLASI HEREBY CERTIFY THAT THIS PLAT HAS BEEN OFFICIALLY APPROVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, PINELLAS COUNTY,FLORIDA, THIS ____ DAY OF ____________, 2025._____________________________JENNIFER POIRRIERCITY MANAGERCERTIFICATE OF APPROVAL OF COUNTY CLERKSTATE OF FLORIDACOUNTY OF PINELLASI, KEN BURKE, CLERK OF THE CIRCUIT COURT OF PINELLAS COUNTY, FLORIDA, HEREBY CERTIFY THAT THIS PLAT HAS BEEN EXAMINED AND THATIT COMPLIES IN FORM WITH ALL THE REQUIREMENTS OF THE STATUTES OF OF THE STATE OF FLORIDA PERTAINING TO MAPS AND PLATS, ANDTHAT THIS PLAT HAS BEEN FILED FOR RECORD IN PLAT BOOK________, PAGE(S)__________, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA,THIS____ DAY OF ____________, 2025._______________________________KEN BURKE, CLERK BY:_________________________________PINELLAS COUNTY, FLORIDA DEPUTY CLERKREVIEWED FOR CONFORMITY:PURSUANT TO SECTION 177.081, FLORIDA STATUTES, I HAVE REVIEWED THIS PLAT FOR CONFORMITY TO CHAPTER 177, FLORIDA STATUTES, ANDFIND THAT SAID PLAT COMPLIES WITH THE TECHNICAL REQUIREMENTS OF THAT CHAPTER, PROVIDED, HOWEVER, THAT MY REVIEW DOES NOTINCLUDE FIELD VERIFICATION OF ANY OF THE COORDINATES, POINTS OR MEASUREMENTS SHOWN ON THIS PLAT.____________________________ _________________KYLE R. VAUGHAN DATEFLORIDA PROFESSIONAL SURVEYOR AND MAPPERLICENSE NUMBER LS 7299 - STATE OF FLORIDACITY OF CLEARWATER, PUBLIC WORKS DEPARTMENT | ENGINEERINGNOTICE:THIS PLAT, AS RECORDED IN ITS GRAPHIC FORM, IS THE OFFICIAL DEPICTIONOF THE SUBDIVIDED LANDS DESCRIBED HEREIN AND WILL IN NOCIRCUMSTANCES BE SUPPLANTED IN AUTHORITY BY ANY OTHER GRAPHIC ORDIGITAL FORM OF THE PLAT. THERE MAY BE ADDITIONAL RESTRICTIONS THATARE NOT RECORDED ON THIS PLAT THAT MAY BE FOUND IN THE PUBLICRECORDS OF THIS COUNTY.ALL PLATTED UTILITY EASEMENTS SHALL PROVIDE THAT SUCH EASEMENTSSHALL ALSO BE EASEMENTS FOR THE CONSTRUCTION, INSTALLATION,MAINTENANCE, AND OPERATION OF CABLE TELEVISION SERVICES; PROVIDED,HOWEVER, NO SUCH CONSTRUCTION, INSTALLATION, MAINTENANCE, ANDOPERATION OF CABLE TELEVISION SERVICES SHALL INTERFERE WITH THEFACILITIES AND SERVICES OF AN ELECTRIC, TELEPHONE, GAS, OR OTHERPUBLIC UTILITY. IN THE EVENT A CABLE TELEVISION COMPANY DAMAGES THEFACILITIES OF A PUBLIC UTILITY, IT SHALL BE SOLELY RESPONSIBLE FOR THEDAMAGES. THIS SECTION SHALL NOT APPLY TO THOSE PRIVATE EASEMENTSGRANTED TO OR OBTAINED BY A PARTICULAR ELECTRIC, TELEPHONE, GAS, OROTHER PUBLIC UTILITY.FORREST VILLAS BEING & REPLAT OF A PORTION OF LOT 9, E.A. MARSHALL SUBDIVISION, AS RECORDED IN PLAT BOOK 3, PAGE 44, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA;LYING IN NORTHEAST 1/4 OF SECTION 3, TOWNSHIP 29 SOUTH, RANGE 15 EAST, CITY OF CLEARWATER, PINELLAS COUNTY, FLORIDA.LEGAL DESCRIPTION:A PORTION OF LOT 9, LESS THE EAST 30 FEET THEREOF, E.A. MARSHALL SUBDIVISION, AS RECORDED IN PLAT BOOK 3, PAGE 44, PUBLIC RECORDS OF PINELLASCOUNTY, FLORIDA; BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCING AT THE NORTHEAST CORNER OF SAID LOT 9, RUN NORTH 89 DEG. 15'17"WEST ALONG THE NORTH LINE OF SAID LOT 9, 30.00 FEET TO THE POINT OF BEGINNING, THENCE SOUTH 00 DEG. 16'06" EAST BEING 30 FEET WEST AND PARALLELTO THE EAST LINE OF LOT 9, 205.00 FEET, THENCE SOUTH 52 DEG. 29'00" WEST 375.75 FEET TO THE WEST LINE OF LOT 9, THENCE NORTH 00 DEG. 15'36" WEST,ALONG SAID WEST LINE OF LOT 9, 437.72 FEET TO THE NORTHWEST CORNER OF LOT 9, THENCE SOUTH 89 DEG. 15'17" EAST, ALONG THE NORTH LINE OF SAID LOT9, 299.09 FEET TO THE POINT OF BEGINNING.LESS THAT PORTION THEREOF LYING WITHIN PARCEL DESCRIBED IN CORRECTIVE QUITCLAIM DEED RECORDED IN OFFICIAL RECORDS BOOK 22974, PAGE 1203,PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. N10°39'25 " E 1 8 3 . 7 7 ' N00°20'28"W 224.73' N00°00'00"E 158.85' N17°5 8 ' 2 5 " E 1 6 7 . 0 8 ' 86.27' 4 4 . 3 1 ' 103.26' 1 5 2 . 7 9 ' 1 1 3 . 9 9 ' 110.50' 58.70' 118.5 6 ' N00°05'14"E 208.65' 52.42'124.67' 44.13' 31.40'109.65' 227.97'9.95'10.00'6.52'31.56'4.39'14.57'Curve TableCURVE #C1C2C3C4C5C6C7C8C9C10C11C12C13C14C15C16C17C18RADIUS25.94'109.23'231.05'130.20'206.24'168.80'36.82'73.30'238.05'231.05'231.05'130.20'130.20'206.24'206.24'234.93'135.65'207.35'DELTA31°43'27"09°48'57"14°37'51"42°22'57"19°46'42"5°50'51"34°15'36"17°41'20"28°09'50"14°18'38"0°19'14"31°25'21"10°57'36"16°50'16"2°56'25"21°53'42"36°08'45"12°24'19"LENGTH14.37'18.71'59.00'96.31'71.19'17.23'22.02'22.63'117.01'57.71'1.29'71.41'24.91'60.61'10.58'89.78'85.58'44.89'CHORDLENGTH14.18'18.69'58.84'94.13'70.84'17.22'21.69'22.54'115.84'57.56'1.29'70.51'24.87'60.39'10.58'89.23'84.17'44.81'CHORDBEARINGN79°31'04"WS79°20'00"WS82°42'56"WN71°20'36"WN57°18'38"WN87°20'03"WS72°43'09"WN80°25'22"ES75°42'48"ES82°33'19"WS89°52'15"WN76°49'24"WN55°37'56"WN55°50'25"WN65°43'46"WS83°42'52"WN67°30'10"WN54°13'32"WC27168.80'5°50'51"17.23'17.22'N87°20'03"WLine TableLine #L1L2DirectionS89°16'08"WS80°12'30"WLength17.16'3.61'LB 78182198 NE COACHMANROAD, UNIT FCLEARWATER, FL 33765PHONE: 727-475-8088FAX: 727-264-0457BULLSEYE SURVEYING, INC.2 of 2N80400SCALE: 1" = 40'0FORREST VILLAS BEING & REPLAT OF A PORTION OF LOT 9, E.A. MARSHALL SUBDIVISION, AS RECORDED IN PLAT BOOK 3, PAGE 44, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA;LYING IN NORTHEAST 1/4 OF SECTION 3, TOWNSHIP 29 SOUTH, RANGE 15 EAST, CITY OF CLEARWATER, PINELLAS COUNTY, FLORIDA.SCMSCMCLEARWATER VILLAGEPHASE 1PB 126 PG 6LOT 13TRACT HCOMMON AREALOT 14LOT 15TRACT CLOT 17LOT 18TRACT CLOT 19LOT 20LOT 21TRACT ELOT 22LOT 23TRACT FLOT 24LOT 9E.A. MARSHALL SUBDIVISIONPB 3 PG 44BROOKLAWN SUBDIVISIONPB 13 PG 59BLOCK QLOT 8LOT 7LOT 6LOT 5LOT 4LOT 3LOT 2PORTION OFLOT 9E.A. MARSHALL SUBDIVISIONPB 3 PG 44OVERALL 96,089 SF / 2.21 ACK I N G S H I G H W A Y (A Z A L E A A V E N U E) 63' PUBLIC RIGHT-OF-WAY (PROPERTY APPRAISER)N LINE LOT 9LESS EAST30.00' OFLOT 9 (L)N89ƒ14 52W L 132.96 L 5 0 ' DRA INAG E EASEMENT OR 2 9 4 0 PG 4 8 5 0 ' DRA INAGE ANDUT I L ITY EA SEMEN T OR 1 2 5 9 6 PG 1 3 5 8PROGRESS ENERGYEASEMENT OR 15450 PG 2346FLORIDA POWERCORPORATION EASEMENT OR 1614 PG 87LOT 1LOT 1LOT 2LOT 3LOT 4ABBREVIATIONSDENOTESBEARING BASIS S00ƒ16 06E L 205.00 L S 5 2 ƒ 2 9 0 0  W L 3 7 5 . 7 5 L N00ƒ15 36W L 437.72 L S89ƒ15 17E L 299.09 L N89ƒ15 17W30.00 L POCNE CORNEROF LOT 9POBSCMSCMWITNESSSCMSIR WITNESSSIRSIRSIR WITNESSSIRWITNESSN89ƒ15 17W L 60.16 L N00ƒ15 36W L 15.48 L S89ƒ44 34W L 94.72 L N00ƒ16 06W L 31.04 L S89ƒ59 17E L 92.60 L S89ƒ15 17E L 174.78 L 56.92 L SIRSIRSIRSIRSIRSIRF R E E D O MD R I V EF R E E D O M D R I V EQUIT CLAIM AREAN90ƒ00 00W L 75.75 L N00ƒ15 36W L 19.95 L INGRESS, EGRESS ANDACCESS EASEMENT OR 22908 PG 562-570PUBLIC UTILITYEASEMENTDEDICATED BY PLATQUIT CLAIM AREA OR 22974 PG 1203-120511,664 SF / 0.27 ACE LINE, NE 1/4, 3-29S-15E WEST RIGHT-OF-WAY KINGS HIGHWAY 10' PUBLICUTILITY EASEMENTWEST LINE LOT 9 E LINE LOT 9 NW CORNER LOT 9WATER MAIN & UTILITIES EASEMENT OR 16596 PG 2367-2371NOT PART OFTHIS PLATSIRDETAIL A 1"=10'SEE DETAIL A Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0499 Agenda Date: 6/18/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.9 SUBJECT/RECOMMENDATION: Approve an increase to the purchase order of Inliner Solutions, LLC, of Sanford, FL, for Stormwater Pipe Lining (Section C) in the amount of $400,000.00, increasing year two of the contract from $500,000.00 to $900,000.00 on a unit price basis, pursuant to Invitation to Bid (ITB) 23-0036-EN and authorize the appropriate officials to execute same. SUMMARY: On March 7, 2024, City Council approved the original contract award to Inliner Solutions for $500,000.00. Then on September 17, 2024, Council approved an increase of $1,600,000.00, bringing the funding for year one to $2,100,000.00. The Inliner contract is currently in year two (April 1, 2025 through March 31, 2026) of the four-year contract term. Funding is allocated annually to perform inspection and lining of stormwater pipes, primarily based on average pipe diameters within the City’s stormwater conveyance system. Following a blockage that occurred during Hurricane Milton, Inliner was directed to line three 60-inch diameter stormwater pipes along Stewart Boulevard. These large diameter repairs were initially scheduled for completion during the first of the contract, when sufficient funding was available. However, they were postponed due to Public Works’ focus on storm recovery and response efforts and related scheduling delays. Lining the 60-inch pipes provided on Stewart provided a cost-effective and timely repair alternative to open cut replacement, minimizing disruption to the surrounding residents. The unused funding under this project that was allocated for year one will be carried forward to year two, allowing for the inspection and lining of planned pipe segments in addition to the repair and lining of the larger pipes on Stewart Blvd. Funding for the years three and four will remain at $500,000.00 annually. APPROPRIATION CODE AND AMOUNT: ENST180001-CONS-CNSTRC $400,000 Funding for this contract is available in Capital Improvement Project ENST180001, Storm System Improvements, to fund this increase of $400,000. This project is funded by revenues from the Stormwater Utility Enterprise Fund. STRATEGIC PRIORITY: Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. Support proactive climate resiliency strategies based in science to protect natural and built environments from impacts associated with sea level rise. Generate organizational success through collaborative engagement and inclusive decision-making to create shared value outcomes. Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. Page 1 City of Clearwater Printed on 6/17/2025 SECTION V -Contract Documents CONTRACT (1) This CONTRACT made and entered into this_ day of _____ , 20_ by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Inliner Solutions. LLC , of the City of Sanford County of Seminole . and State of Florida, hereinafter designated as the "Contractor". � ·-. -- - -[Or,_if out of state:] This-CONTRACT made and -e�t�redinto ti1is .. �-day_o_f ... . -·- - -- --� 20-----by a�d betwee�"the Cit)'! bf· Clearwater, Florida, a municipal corporation, · hereinafter· designated as the "City", and j ; • '. • I 1 • , a/an· ____ �_(State) Corporation authorized to d9 business in the State of Florida, of the. City of _________ County of l. and State of_� ____ ,_hereinafter designated as the_"Contractor". WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: Stormwater Cleaning, Lining, Underdrains and Barnacle Removal PROJECT NO.: 23-0036-EN Section B in the amount of: Section B-Pipe Cleaning $200,000.00 Section C-Pipe Lining $500,000.00 Section D-Barnacle Removal $200,000.00 In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. SECTION V Page 4 of 26 Updated: 1/10/2023 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0503 Agenda Date: 6/18/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.10 SUBJECT/RECOMMENDATION: Approve to convey a Perpetual (ten foot sidewalk) Easement to the State of Florida Department of Transportation (FDOT) as further defined The East 10 feet of Lots 5 and 6, Block 8, Magnolia Park according to the Map or Plat thereof recorded in Plat Book 3, Page 43 of the Public Records of Pinellas County, Florida; in support of the proposed City Hall development at 200 S Myrtle Ave, Clearwater, Florida. SUMMARY: The City as landowner shall convey (give) to FDOT a perpetual ten-foot sidewalk easement in support of the proposed City Hall development. The proposed easement is a FDOT requirement. A water line has been confirmed within this easement with all development plans marked to preserve. The new City Hall project includes new sidewalk along the west side of Myrtle Avenue ranging from 8 to 26 feet wide as well as an ADA accessible ramp and entry stairs to the proposed new building. A landscape buffer will be constructed along the back of curb. City and Legal staff have reviewed and approved this Perpetual Easement. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: 1.5 Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. Page 1 City of Clearwater Printed on 6/17/2025 Docusign Envelope ID: 03D30422-E118-4C3A-9C46-3101536F2700 Thg·������ment prepared by,�� u3x� ��girection of Dep �'ilj)�8�2-Transportation 11201 N. Malcolm McKinley Drive Tampa, Florida 33612 PARCEL 800.01WPI/SEG 4271661 S . R . NO . : 5 9 5 COUNTY PINELLAS SECTION : 15600-2510 MANAGING DISTRICT: SEVEN Legal Description Approved: Date: 01/22/2025 By: MICHAEL KASPRZYK PE.13 PERPETUAL EASEMENT THIS EASEMENT made this ___ day of ______ , 2025, by the City of Clearwater, a municipality of the State of Florida, Grantor, to the STATE OF FLORIDA DEPARTMENT OF TRANSP ORTATION, 11201 N. McKinley Dr. Tampa, Fl 33612, its successors and assigns, Grantee. WITNESSETH: That the Granter for and in consideration of the sum of One Dollar and other valuable considerations paid, the receipt and sufficiency of which is hereby acknowledged, hereby grants unto the Grantee, its successors and assigns, a perpetual easement for the purpose of constructing and maintaining a sidewalk in, over, under, upon and through the following described land in PINELLAS County, Florida, viz: That property described in Official Record Book 17391, Page 932, Instrument Number 2011283113, being the east 10 feet of Lots 5 and 6, Block 8, MAGNOLIA PARK, according to the map or plat thereof recorded in Plat Book 3, Page 43 lying in Section 16, Township 29 South, Range 15 Eagt, Pinell�s County, Florida. Containing 2,674 square feet, more or less.Said Easement is further defined as Attachment "A". PARCEL 800.01 PAGE l OF 3 PARCEL 800 ATTACHMENT "A" 207644 804834807 804640812832626 806209 307 828 640809215 100 812211 805203 802634205700 805814806830 213 305645 811105 80861423 801645200 6 20 701305 751751751PIERCE ST FRANKLIN ST S MYRTLE AVES EAST AVE PARK ST Document Path: C:\Users\Christopher.Melone\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\S Myrtle Sidewalk Easement\South Myrtle Sidewalk Easement\South_Myrtle Sidewalk Easement_a.aprx Prepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page: 1 of 1Aerial Flown 2024 Perpetual 10ft Sidewalk Easement FDOT - City Hall ² N.T.S.Scale:CRMMap Gen By:RKReviewed By:5/29/2025Date: AERIAL MAP Legend Proposed Easement Location Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0505 Agenda Date: 6/18/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.11 SUBJECT/RECOMMENDATION: Approve to convey a Distribution Easement to Duke Energy Florida, LLC, and further described as the Easement Area located within Lots 1-10 of Block 8, Magnolia Park and Lots 1-10 of Block 5, Magnolia Park, less the Right of Way in the Northeast corner of Lot 5 of the plat as recorded in Plat Book 3, Page 43, Pinellas County, FL Public Records, in support of the proposed City Hall development located at 200 S Myrtle Avenue, Clearwater, Florida and authorize the appropriate officials to execute same. SUMMARY: The City shall convey (give) a Distribution Easement (DU) to Duke Energy that will be further refined within 90 days of the utility's final placement with a Descriptive Easement in support of the proposed downtown utility undergrounding efforts adjacent to the new City Hall and PSTA new Multi-Modal Transit Center developments. This two-step easement is designed to both initiate the ordering of utilities with the freedom to make adjustments due to field conditions or design changes as needed for the utilities. The proposed Easement will convey a 20.00-foot wide Easement Area for each switchgear and a 10.00 foot wide “Easement Area” lying 5.00 feet on each side of Duke's facilities which shall be installed at mutually agreeable locations. After installation of the facilities, the City will have the option to provide a sketch and description to further refine the easement area within 90 days after installation. City staff have reviewed and approved this Distribution Easement. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: STRATEGIC PRIORITY: 1.5 Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. Page 1 City of Clearwater Printed on 6/17/2025 Prepared By: Manny R. Vilaret, Esquire Return To: Duke Energy Vilaret Law, PLLC Attn: Land Services 10901 Danka Circle, Suite C 2166 Palmetto Street (CW ENG) St. Petersburg, Florida 33716 Clearwater, FL 33765 SEC: 15 TWP: 29S RGE: 15E COUNTY: PINELLAS PROJECT: 51864704 D 56911016 LS GRANTOR: CITY OF CLEARWATER ADDRESS: PO BOX 4748, Clearwater, FL. 33758-4748 SITE ADDRESS: 200 S MYRTLE AVE; 100 S MYRTLE AVE. CLEARWATER, FL 33756 TAX PARCEL NUMBERS: 15-29-15-54450-005-0010 & 15-29-15-54450-008-0010 DISTRIBUTION EASEMENT KNOW ALL MEN BY THESE PRESENTS, that the undersigned, their heirs, successors, lessees and assigns (“GRANTOR”), in consideration of the mutual benefits, covenants and conditions herein contained, does hereby grant and convey to DUKE ENERGY FLORIDA, LLC, d/b/a DUKE ENERGY, a Florida Limited Liability Company, Post Office Box 14042, St. Petersburg, Florida 33733, and to its successors and assigns, (“GRANTEE”), an easement to install, operate and maintain in perpetuity, such facilities as may be necessary or desirable for providing electric energy and, said facilities being located in the following described “Easement Area” within GRANTOR’S premises in Pinellas County, to wit: A 20.00 foot wide by 20.00 foot wide “Easement Area” for each switchgear and a 10.00 foot wide “Easement Area” lying 5.00 feet on each side of GRANTEE's facilities to be installed at mutually agreeable locations over, under, upon, across, through and within the following described property to accommodate present and future development: See property legal description on the accompanying Exhibit “A” attached hereto and incorporated herein by this reference. This easement will be replaced with a Descriptive Easement, as will be shown on a certified surveyed sketch and description to be provided by GRANTOR within ninety (90) days after the installation of Facilities by GRANTEE: a strip of land ten feet (10’) in uniform width, lying equidistant on both sides of a centerline, which centerline shall be established by the center of the Facilities as installed, and a 20.00 foot (20’) wide by 20.00 foot (20’) wide area for each switchgear installed by GRANTEE. If the sketch and description is not provided by GRANTOR within ninety (90) days after completion of installation, GRANTEE will record this easement. The rights herein granted to GRANTEE by GRANTOR specifically include: (a) the right for GRANTEE to patrol, inspect, alter, improve, repair, rebuild, relocate, and remove said facilities; further GRANTEE hereby agrees to restore the Easement Area to as near as practicable the condition which existed prior to such construction, repairs, alteration, replacement, relocation or removal as a result of GRANTEE’s safe and efficient installation, operation or maintenance of said facilities; (b) the reasonable right for GRANTEE to increase or decrease the voltage and to change the quantity and type of facilities; (c) the reasonable right for GRANTEE to clear the Easement Area of trees, limbs, undergrowth and other physical objects which, in the opinion of GRANTEE, endanger or interfere with the safe and efficient installation, operation or maintenance of said facilities; (d) the reasonable right for GRANTEE to request that GRANTOR trim or remove any trees or vegetation adjacent to, but outside the Easement Area which, in the reasonable opinion of GRANTEE, endangers or interferes with the safe and efficient installation, operation or maintenance of said facilities; (e) the reasonable right for GRANTEE to enter upon land of the GRANTOR adjacent to said Easement Area for the purpose of exercising the rights herein granted; and (f) all other rights and privileges reasonably necessary or convenient for GRANTEE’s safe and efficient installation, operation and maintenance of said facilities and for the enjoyment and use of said easement for the purposes described above. The rights and easement herein granted are non-exclusive as to entities not engaged in the provision of electric energy and service and GRANTOR reserves the right to grant rights to others affecting said easement area provided that such rights do not create an unsafe condition or unreasonably conflict with the rights granted to GRANTEE herein. GRANTOR hereby covenants and agrees that no buildings, structures or obstacles (except fences) shall be located, constructed, excavated or created within the Easement Area. If the fences are installed, they shall be placed so as to allow ready access to GRANTEE’s facilities and provide a working space of not less than ten (10) feet on the opening side, six (6) feet on the back for working space and three (3) feet on all other sides of any pad mounted transformer. If GRANTOR’s future orderly development of the premises is in physical conflict with GRANTEE’s facilities, GRANTEE shall, within 60 days after receipt of written request from GRANTOR, relocate said facilities to another mutually agreed upon Easement Area in GRANTOR’s premises, provided that (a) GRANTOR shall reimburse GRANTEE the full actual cost of the relocation, and (b) GRANTOR shall execute and deliver to GRANTEE, at no cost, an acceptable and recordable easement to cover the relocated facilities. Upon the completion of the relocation, the easement herein shall be considered cancelled as to the portion vacated by such relocation. If this easement is being granted to provide electric service to GRANTOR, then this legal description was provided by GRANTOR. In the event facilities are located outside of this legal description, GRANTOR shall pay for any relocation costs necessary or shall amend this legal description to cover the actual facilities. Should this easement be granted to provide electric service to a third party, GRANTEE shall provide the legal description and GRANTOR shall not have any liability related to errors in the legal description. GRANTOR covenants not to interfere with GRANTEE’s facilities within the Easement Area in GRANTOR’s premises, and GRANTOR further covenants to indemnify to the extent of Florida Statute 768.28 and hold GRANTEE harmless from damages and injuries, whether to persons or property, arising directly from the negligent act related to GRANTEE’s facilities by GRANTOR or by GRANTOR’ s agents or employees. Nothing contained herein, however, shall be construed to waive or modify the provisions of Florida Statute 768.28 or the doctrine of sovereign immunity as to any party hereto. In addition, nothing contained herein shall be construed as consent by the GRANTOR to be sued by third parties in any manner arising from this grant of easement, or as a waiver of sovereign immunity. GRANTEE agrees to indemnify and hold GRANTOR harmless for, from and against any and all losses, claims or damages incurred by GRANTOR arising directly from GRANTEE’s negligence or failure to exercise reasonable care in the construction, reconstruction, operation, use or maintenance of GRANTEE's facilities located on the above described easement. GRANTOR hereby warrants and covenants (a) that GRANTOR is the owner of the fee simple title to the premises in which the above described Easement Area is located, (b) that GRANTOR has full right and lawful authority to grant and convey this easement to GRANTEE, and (c) that GRANTEE shall have quiet and peaceful possession, use and enjoyment of this easement. All covenants, terms, provisions and conditions herein contained shall inure and extend to and be obligatory upon the heirs, successors, lessees and assigns of the respective parties hereto. IN WITNESS WHEREOF, the said GRANTOR has caused this easement to be signed in its corporate name by its proper officers thereunto duly authorized and its official corporate seal to be hereunto affixed and attested this _____ day of ___________________________, 2025. GRANTOR: Countersigned: _________________________________ By: _______________________________ Bruce Rector, Sr., Mayor Jennifer Poirrier, City Manager Approved as to form: Attest: ____________________________ ____________________________ Jerrod D. Simpson, Rosemarie Call, City Clerk Senior Assistant City Attorney STATE OF __________________________________ COUNTY OF ________________________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this ______ day _____________, 2025, by Bruce Rector and Jennifer Poirrier, the Mayor and City Manager, respectively, of the City of Clearwater, Florida, on behalf of the City who is personally known to me or who has produced ___________________________________________ as identification. [Notary Seal] _______________________________________ Notary Public _______________________________________ Name typed, printed or stamped My Commission Expires: __________________ Exhibit “A” Lots 1-10 of Block 8, MAGNOLIA PARK, according to the plat thereof as recorded in Plat Book 3, Page 43, of the Public Records of Pinellas County, Florida. Together with: Lots 1-10 of Block 5, MAGNOLIA PARK, according to the plat thereof as recorded in Plat Book 3, Page 43, of the Public Records of Pinellas County, Florida, LESS Road Right of Way in the Northeast corner of Lot 5. ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !! ! ! !! ! ! ! ! ! ! ! !!! ! ! 207 814215 307 806812305 814203 209 804805808802640100 645211 213 810806205 652802800806812804811808200645 305 751704751751701710700S EAST AVESMYRTLEAVEPIERCE ST FRANKLIN ST COURT ST Document Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\_Staff\Kevin\Kevin_Edit\Kevin_Edit.aprx Prepared by:Department of Public Works - EngineeringGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page: 1 of 1Aerial Flown 2024 Proposed DUKE Distribution Easement 200 S Myrtle Ave - City Hall ² N.T.S.Scale:KFMap Gen By:Reviewed By: RK 4/22/2025Date: AERIAL MAP PROPOSED DUKE DISTRIBUTION ESMT Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0498 Agenda Date: 6/18/2025 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.12 SUBJECT/RECOMMENDATION: Approve a Purchase Order to Flotech Environmental LLC (Flotech), of Miami Beach, FL, for stormwater conveyance pipe and structure cleaning, inspecting, lining and repair services in the not-to-exceed amount of $2,000,000.00, for an initial one-year term, with option for two additional one-year terms on a unit price basis, pursuant to Clearwater Code of Ordinances Section 2.563.(1)(c), Piggyback, and authorize the appropriate officials to execute the same. SUMMARY: The City of Clearwater maintains approximately 157 miles of underground stormwater piping which is routinely inspected and reported as part of the City’s MS4 permit filing. These inspections have identified a significant number of pipe segments in need of cleaning, lining and/or repair. Clogged or failing pipes cannot carry the volume of stormwater they were intended to carry, leading to localized flooding, surface depressions (sink holes), washouts and soil erosion, pond silting and loss of storage capacity. Pipe lining is the preferred method of storm pipe repair. The contractor determines the suitability of lining each segment by video- inspecting the inside of the pipe. Lining is typically more cost-effective than pipe replacement as there is no need for excavation and restoration costs. Pipelining extends the service-life of the pipe, minimizes impacts to the public, and is faster than traditional significant point repairs or pipe replacement. The City currently contracts with Inliner Solutions, LLC for pipelining and repair services. While Inliner continues to address segments in need of repair, Inliner is unable to meet the current volume of demand. To help reduce the backlog and accelerate repairs, the Stormwater Division intends to onboard additional contractor(s) via numerous piggyback contracts. Public Works Department seeks approval to hire Flotech under two piggyback contracts utilizing various line items in their existing agreements with the City of Oviedo, FL and Miami Beach, FL. A cost comparison shows Flotech’s pricing is comparable or lower than the current Inliner contract. Authorization is requested to utilize the following contracts with Flotech through a piggyback for an initial one-year term, with the option to renew for two additional years. If the originating agency elects not to extend the contract, no additional services will be procured under the piggyback. ·City of Oviedo, Invitation to Bid No. 24-20, Storm Sewer Rehabilitation - for cleaning, inspecting, lining, root cutting, and injection grouting; valid through October 14, 2027, with the option to renew for two additional years. ·City of Miami Beach, Invitation to Bid (ITB) #2025-076-DF for Outfall Cleaning and Maintenance Services - for cleaning, inspecting, lining, alluvial fan removal, hauling and disposal, mangrove trimming, and box culvert cleaning; valid through February 3, 2028, with the option to renew for two additional years. These are unit price contracts, not to exceed a combined total of $2,000,000.00 annually, with an anticipated start date of July 2025. Page 1 City of Clearwater Printed on 6/17/2025 File Number: ID#25-0498 This proposed addition of contractor support will enable the City to transition from a reactive maintenance model to a proactive annual maintenance program, completing regular cleaning, inspection, rehabilitation and repair of Clearwater’s stormwater infrastructure. Public Works will ensure that we are selecting the best option for the services we are requesting. APPROPRIATION CODE AND AMOUNT: ENST180001-CONS-CNSTRC $2,000,000.00 Funding for this contract is available in Capital Improvement Project ENST180001, Storm System Improvements, to fund this purchase order of $2,000,000. The project is funded by revenues from the Stormwater Utility Enterprise Fund. STRATEGIC PRIORITY: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Page 2 City of Clearwater Printed on 6/17/2025 City of Oviedo, Florida Invitation to Bid (ITB) #24-20: Storm Sewer Rehabilitation Purchasing Division 400 Alexandria Blvd. Oviedo, Florida 32765 ITB 24-20 TABLE OF CONTENTS TABLE OF CONTENTS PROJECT: City of Oviedo Storm Sewer Rehabilitation Document Number Title INTRODUCTORY INFORMATION N/A TITLE PAGE N/A TABLE OF CONTENTS BIDDING REQUIREMENTS, CONTRACT FORMS, & CONDITIONS OF THE CONTRACT 00030 INVITATION TO BID 00040 SCOPE OF WORK 00040.1 GROUP I 00040.2 GROUP II 00040.3 GROUP III 00040.4 GROUP IV 00040.5 GROUP V 00040.6 GROUP VI 00040.7 GROUP VII 00045 CONTRACTOR QUALIFICATIONS 00050 GENERAL BIDDING CONDITIONS 00051 PUBLIC ENTITY CRIME INFORMATION STATEMENT 00052 AFFIDAVIT OF BIDDER 00060 CONFLICT OF INTEREST STATEMENT 00070 COMPLIANCE WITH EMPLOYMENT AND ELIGIBILITY REQUIREMENTS 00080 CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES 00100 INSTRUCTIONS TO BIDDER 00200 INFORMATION AVAILABLE TO BIDDERS 00300 BID FORM 00420 DRUG-FREE WORKPLACE CERTIFICATION FORM 00430 TRENCH SAFETY STATEMENT 00440 NON-COLLUSION AFFIDAVIT OF BIDDER 00460 DISPUTES DISCLOSURE FORM 00640 CITY OF OVIEDO INSURANCE REQUIREMENTS 00681 CONTRACT CHANGE ORDER 00700 GENERAL TERMS AND CONDITIONS 00800 ADDITIONAL SUPPLEMENTAL TERMS AND CONDITIONS ATTACHMENTS ATTACHMENT A CITY OF OVIEDO BID FORM ATTACHMENT B FEMA FEDERAL CONTRACT PROVISIONS ATTACHMENT C ELECTRONIC BID SUBMSSION INSTRUCTIONS EXHIBIT A STANDARD AGREEMENT FORM ITB 24-20 INVITATION TO BID 00030-1 SECTION 00030 INVITATION TO BID City of Oviedo Purchasing Division 400 Alexandria Boulevard Oviedo, Florida 32765 BID NO.:24-20 OPENING TIME: 2:00 pm OPENING DATE: JULY 11, 2024 THIS IS NOT AN ORDER You are invited to bid on the following: BID NO. 24-20 Storm Sewer Rehabilitation See specifications in the scope section. The complete set of bidding documents are available through VendorLink at 1-407-222-1885 or www.myvendorlink.com, document number 24-20 or by contacting the City of Oviedo Purchasing Division at purchasing@cityofoviedo.net FOB Point: City of Oviedo Terms of Payment: Net 30 days upon acceptance and delivery of invoice. Bid must be received by the Procurement Manager via VendorLink Electronic Submission system before: Time: 2:00 pm Date: July 11, 2024 No person shall on the basis of race, color, national origin, sex, age, disability, family or religious status, as provided by Title VI of the Civil Rights Act of 1964, the Civil Rights Restoration Act of 1987, the Florida Civil Rights Act of 1992 and other nondiscrimination authorities, be excluded from participation in, and denied the benefits of, or be otherwise subjected to discrimination or retaliation under any program or activity of the City of Oviedo. To view the City’s Nondiscrimination Policy, Plan and Procedures, visit the City’s web page at wwww.cityofoviedo.net. PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING Bidders are hereby notified of the provisions of section 287.05701, Florida Statutes, as amended, that the City will not request documentation of or consider a Bidder's social, political, or ideological interests when determining if the Bidder is a responsible Bidder. Bidders are further notified that the City's governing body may not give preference to a Bidder based on the Bidder's social, political, or ideological interests. Bids will be immediately opened after the Bid Due Date via Zoom at www.zoom.us, Meeting ID: 816 0254 6520 Pass Code: 413892 You are invited to be present. State of Florida Tax Exemption Number is 85-8013573053C-0. END OF SECTION ITB 24-20 SCOPE OF WORK 00040-1 SECTION 00040 SCOPE OF WORK INTRODUCTION The City of Oviedo (City) invites bids from qualified Contractors to perform seven separate services on the storm lines managed by the City. The seven services are: 1. Provision and installation of Resin Impregnated Cured-in-Place Pipe (RICIPP) linings in storm pipes of various sizes at various City locations. (Group I). 2. Injection of flowable fill into cavities or voids along deficient storm sewers. (Group II). 3. Provision and installation of internal joint seals (rubber) in existing storm lines. (Group III). 4. Injection of Chemical Grout into cavities or voids along deficient storm pipes, boxes, and drainage structures. (Group IV). 5. General repair, resurfacing, sealing of structures with a protective coating system. (Group V) 6. Pipe cleaning and root cutting (in pipes). (Group VI) 7. Investigation and video inspection services. (Group (VII) The City reserves the right to select multiple vendors as convenience dictates. Each project schedule will be agreed upon by the City and the Contractor when the project is assigned. END OF SECTION ITB 24-20 GROUP I 00040.1-1 SECTION 00040-1 GROUP I SPECIFICATIONS FOR INSTALLATION OF RICIPP LINING -- STORMWATER PART 1 GENERAL 1.1 SCOPE OF WORK The Contractor shall furnish all labor, materials, equipment, and tools necessary for the point repair or full reconstruction of storm water lines by the installation of a resin- impregnated flexible felt tube, which is inverted into the existing conduit by use of hydraulic head. Where inversion is not appropriate, a pull and inflate method will be acceptable. Curing shall be accomplished by circulating hot water (or other approved method) within the liner tube to cure the encapsulated resin system. When cured, the finished pipe will be continuous, watertight, and formed to the original conduit. 1.2 QUALITY ASSURANCE/QUALIFICATIONS 1. The pipe liner process shall be the product of a manufacturer who is fully experienced, reputable and qualified in the process of pipe rehabilitation. 2. The Contractor shall have a minimum of three (3) years’ experience with the means and methods utilized in installing RICIPP to include 50,000 feet minimum installed of 8-inch to 60-inch liner in the state of Florida. The Contractor must have wet-out over-the-hole experience in the state of Florida to include at least three (3) installs of large diameter pipe of 30-inch to 60-inch. 3. During the inversion/installation of the RICIPP, the Contractor shall conduct television inspection of the work to verify that the liner installation is acceptable as defined herein. The sewers shall be thoroughly cleaned prior to performing the television inspections. The television inspections shall be complete from manhole to manhole. The television inspection shall include video documentation and computer-generated logs to document the inspection. The installation television inspections shall be performed such that the sewer lining can be clearly seen. The camera shall be panned, tilted and rotated at all pipe defects and at service lateral connections for the complete video documentation assuring no material drain- down/loss. If required, the Contractor will halt inversion in order to video close-up viewing. ITB 24-20 GROUP I 00040.1-2 4. The Contractor shall submit a sample television inspection after the first liner is installed so that the Contractor and Engineer (or designee) can agree on performance and quality of the inspections, which must be met throughout the Contract. Sewers not inspected to the Engineer’s satisfaction shall be re- inspected by the Contractor at no additional cost to the City. 5. All television inspection reports will include physical locations such as street address or street intersection to identify manhole or other locations, which are used to reference where the camera is located. 1.3 REGULATORY REQUIREMENTS The Contractor shall comply with all applicable laws, rules, regulations or ordinances imposed by all applicable federal, state, regional and local agencies. 1.4 ITEMS FURNISHED BY THE CITY The City will be responsible for the following items pertaining to the work specified herein: 1. Necessary local permits. 2. Some repairs and / or extra-ordinary obstruction removal necessary to prepare line section for work. 1.5 SUBMITTALS AFTER AWARD, UPON REQUEST 1. Bidder shall submit upon request the following information regarding quality: A. Submit three copies of manufacturer's technical literature and recommended installation procedure. B. A signed and notarized certification from the resin manufacturer (not supplier/distributor) that the polyester resin to be furnished for this project will not mix with storm water, lake water or moisture on inversion/insertion. C. A viscosity profile and procedure showing that the resins to be supplied on this project will not absorb/mix with water. D. A statement by the Contractor that provides for the City to take a small sample of catalyzed resin from the saturated liner tube on site prior to installation. The City will conduct a water-mixing test (proof of the resin and water not mixing) and the Contractor will ITB 24-20 GROUP I 00040.1-3 receive and dispose of the sample according to federal, state and local regulations. E. Submit a schedule or priority list of all work to be completed with proposed start times and estimated completion dates, not to exceed 60 days from start to completion for each task. F. Submit a list, or log of all material collected in mass unit weight (lbs) after cleaning. 1.6 WARRANTY 1. Installation: Provide a full labor and materials warranty for a period of twenty- four months from the date of acceptance by the City. 2. Liner: Manufacturer's standard warranty. PART 2 PRODUCTS 1.2 MATERIALS 1. The RICIPP shall be fabricated to a size that when installed will fit the internal circumference of the conduit specified. Allowance shall be made for circumferential / radial stretching during insertion. 2. The finished RICIPP shall be fabricated from materials which when cured will be chemically resistant to withstand internal exposure to contaminants associated with storm water. 3. The outside layer of the tube (before inversion) shall be plastic coated with a transparent flexible material that is compatible with the resin system used. The plastic coating shall not be subject to delaminating in the cured pipe. 4. The tube shall contain no intermediate or encapsulated layers. No materials shall be included in the tubes that are subject to delaminating in the cured pipe. 5. The wall color of the interior pipe surface of the RICIPP after installation shall be a light reflective color so that a clear detail examination with closed circuit television inspection equipment may be made. 6. A general purpose, Polyester resin or Epoxy Vinyl Ester and catalyst system shall be furnished that provides cured physical strengths specified herein. 7. Physical Strength: The cured RICIP shall conform to the minimum structural ITB 24-20 GROUP I 00040.1-4 standards, as listed below. CURED RICIPP STANDARD RESULTS Flexural Stress ASTEM D-790 4,500 psi Flexural Modulus ASTEM D-790 250,000 psi of Elasticity 8. All pipes shall be considered fully deteriorated. 9. Hydraulic capacity calculations shall support the CIPP requirement for 100% of the full flow capacity of the original pipe as installed. 10. The Contractor shall submit liner thickness calculations to the Engineer for review. The RICIPP shall be designed in accordance with the applicable provisions of ASTM F1216 and D2412 for fully deteriorated gravity pipe conditions and shall meet the following design conditions: • AASHTO H-20 Live Load with two trucks passing for RICIPP in streets. • A soil modulus of elasticity of 700 psi shall be used. A soil weight 120 pounds per cubic foot and a coefficient of friction of Ku' = 0.130r shall be used for the installed depths. • The long-term flexural modulus used in the design calculations shall be estimated by multiplying the lowest short-term flexural modulus specified in the ASTM standards by a retention factor of 0.50. • Safety factor of 2.0 shall be used. • Groundwater levels shall be estimated to be at the ground surface. • Service temperature range shall be 40 to 140 degrees F. • Maximum long-term deflection shall be 5 percent. 11. The minimum length shall be that deemed necessary to effectively span the footage that is requiring repair. The Contractor shall verify the length in the field before impregnation. 12. The thickness (in millimeters) to be used for the liner shall be the largest thickness as determined by calculations for deflection, bending, buckling and minimum stiffness. The minimum installed liner thickness with the pre- determined resin / felt ratio shall be as follows: ITB 24-20 GROUP I 00040.1-5 13. Liner Thickness Chart. LINER THICKNESS (MM) GROUND COVER (FT) 4 6 8 10 12 14 16 18 20 22 24 PIPE DIAMETER (IN) 8 6 6 6 6 6 6 6 6 6 7.5 7.5 10 6 6 6 6 6 7.5 7.5 7.5 7.5 9 9 12 6 6 6 7.5 7.5 9 9 9 9 10.5 10.5 14 7.5 7.5 7.5 7.5 9 9 10.5 10.5 10.5 12 12 16 9 9 9 9 10.5 10.5 12 12 12 13.5 13.5 18 9 9 9 10.5 10.5 12 12 13.5 13.5 15 15 21 12 12 12 12 13.5 13.5 15 15 16.5 16.5 18 24 12 12 12 13.5 15 16.5 16.5 18 18 19.5 19.5 27 12.5 15 15 15 16.5 18 19.5 19.5 21 21 22.5 30 13.5 15 15 16.5 18 19.5 21 22.5 22.5 24 27 36 16.5 18 18 19.5 21 24 24 27 27 28.5 30 END OF CHART 1.3 STRUCTURAL REQUIREMENTS The RICIPP shall be designed per ASTM F-1216, with the following additional requirements. The design will assume no bonding to the original pipe wall. External hydraulic design based on acceptable third-party testing and verification of the enhancement factor, K, shall be submitted for review. The bond between the RICIPP layers shall be strong and uniform. All layers, after cure, must form one homogeneous structural pipe wall with no part of the tube left unsaturated. The cured pipe material (RICIPP) shall conform to the following structural properties: Property Results Test Method Minimum Test Result Modulus of Elasticity ASTM D-790 250,000 Psi Flexural Strength ASTM D-790 4,500 Psi ITB 24-20 GROUP I 00040.1-6 Design parameters will be in accordance with ASTM F-1216 Appendix. Design parameters shall be for a fully deteriorated pipe with a long-term flexural modulus of 50% of the short- term modulus and the design safety factor of two (2) remaining unchanged. If required by the City, RICIPP field tube samples shall be cured in the hot water contained in the inversion column contained within steel plates and Mylar sheeting. These sample pieces shall be at least 20 inches in length with enough width for a test laboratory to run a minimum of three samples from each specimen. A testing laboratory acceptable to the owner shall produce the tests, noting thickness and enough strength as specified without a laboratory post cure. Post cure shall be accomplished in the initial in ground curing cycle. PART 3 EXECUTION 3.1 PREPARATION Safety - The Contractor shall carry out his operations in strict accordance with all OSHA regulations and manufacturer's safety requirements. Particular attention is drawn to those safety requirements involving entering confined spaces. In addition, the Contractor shall be responsible for implementing traffic control procedures in conformance with City standards. 1. Prior to Liner Installation: A. Cleaning of Storm Water Sewer – It shall be the responsibility of the Contractor to perform light cleaning of internal debris / sediments from the storm water lines, unless the Contractor is directed otherwise. The City shall clear the line of obstruction such as solids, dropped joints, or collapsed pipe that will prevent the insertion of RICIPP. If the City is unable to or chooses not to remove such obstructions, solids etc., the Contractor will be given the option to price the work and submit a proposal for the work to the City for consideration. If the City is satisfied, the work may be given to the Contractor. B. Television Inspection – The Contractor shall perform inspection of pipelines prior to lining by closed circuit television. The interior of the pipeline shall be carefully inspected to determine the location of any conditions, which may prevent proper installation of the RICIPP into the pipelines, and it shall be noted so that these conditions can be corrected. Videotape and a suitable Log of inspection shall be made available and given to the City. ITB 24-20 GROUP I 00040.1-7 3.2 INSTALLATION The method of installation of the RICIPP shall be in accordance with design criteria supplied by the manufacturer and approved by the City Engineer or their designee. The finished RICIPP shall be continuous over the entire length of the repair and be as free as commercially practicable from visual defects such as foreign inclusions, dry spots, pinholes, voids between liner and host pipe, and delaminating. All tie - ins should be sealed. The City shall locate and designate all manhole access points for the work, provide rights of access to these points. 1. The pipeline to be rehabilitated with the RICIPP liner shall be rendered free of accumulated debris. If the Contractor is required to clean the pipe, the City shall provide a dumpsite at a sewerage treatment facility. Any hazardous waste material encountered during this contract will be considered as a changed condition. 2. The Contractor, when required, shall provide for the flow of storm water around or through the section or sections of pipe designated for RICIPP rehabilitation. Plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system shall make a bypass. The primary pump, standby pump and the piping shall be of adequate capacity and size to handle the maximum flow experienced in the line. The Contractor shall be responsible for continuity of the storm water system during the execution of the work of this contract. In the event that storm water backup occurs, the Contractor shall be responsible for cleanup, repair, and property damage costs and claims. 3. The pipe to be RICIPP lined shall be inspected by a closed-circuit television system with videotaping capabilities. The inspection will verify that the pipe is ready to be lined and a copy of the video of the pipe condition shall be kept / retained for review and given to the City. If any condition is found to exist that prevents the lining of the pipe, or that cannot be removed with conventional sewer cleaning equipment, the Contractor shall notify the City of the condition and review the tape with the City. If an excavated point repair is necessary, the City shall make the appropriate repair, or the City shall issue written authorization to the Contractor to make the necessary repairs and the work shall be paid for as a separate item. 4. The Contractor will be responsible for contacting each home or business in close proximity to the storm sewer to be RICIPP lined. That they will be informed of the work to be conducted and the projected length of time for the lining. The contact shall be by approved letter or door hanger 48 hours prior to work beginning on the affected section of pipe. A personal contact shall be made 24 hours prior to work beginning. ITB 24-20 GROUP I 00040.1-8 5. Resin Impregnation – The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube assuring no resin loss through cracks and irregularities in the original pipe wall with viscosity control. A vacuum impregnation process shall be used. A roller system shall be used to uniformly distribute the resin throughout the tube. 6. Thermocouples shall be placed between the RICIPP tube and the existing pipe wall at the inversion and discharge locations to monitor the liner temperature. Readings shall be entered on logs that are submitted to the City at the end of each lining. For every five installations, the City’s representative will perform a miscibility test demonstrating that water will not mix with the resin system. 7. A Contractor’s representative will remove a small amount of catalyzed resin from the saturated liner, when requested and in the presence of the City’s representative, prior to inversion. The material will exhibit the characteristic of an elastic gel. A water mix test will be performed on site, catalyzed resin shall be placed in a jar and an equal amount of water added, the jar sealed and shaken vigorously. The material shall not mix or form an emulsion. If the resin material mixes, the saturated liner tube will be rejected and shall be removed from the site. The rejected liner will be removed from the site and disposed of in accordance to federal, state and local requirements. A pre-liner will be required and the thickness of the entire circumference of the liner will have to meet or exceed the minimum thickness required by the owner. (See Appendix) 8. At the City’s request, at no more than 5 times per 10 inversions, a CCTV camera shall be inserted into the pipe to be lined and positioned within 10 feet of the inverting tube in the presence of the City’s representative. The representative shall view the inversion of the tube from the video monitor in the Contractor's CCTV truck. If resin discharge from the tube is observed, the Contractor will immediately stop the inversion and remove the tube from the pipe. The rejected liner will be removed from the site and disposed of in accordance to Federal, State and Local requirements. 9. Reforming – After insertion is completed, the Contractor shall supply a suitable heat source. The equipment shall be capable of delivering hot fluids throughout the section to uniformly raise the temperature of the liner mass to the temperature required to cure the liner. The heat source shall be fitted with monitors to gauge the temperature and pressure of the fluid injected. 10. Cool down may be accomplished by the introduction of cool water and air or ITB 24-20 GROUP I 00040.1-9 other approved method. 11. During the warranty period, any defects that will affect the integrity or strength of the liner shall be repaired at the Contractor’s expense in a manner mutually agreed by the City and the Contractor. 12. The discharge of water from the installation of Liner must not be allowed into any surface area waters. Arrangement can be made to discharge into sanitary sewer lines. 3.3 SEALING RICIPP AT MANHOLES Leakage testing of the pipe shall be accomplished during the cure while under positive head. If the RICIPP fails to make a leak tight seal, the Contractor shall apply a sealing material at that point. The seal shall be of a resin mixture compatible with the RICIPP. There shall be no visible leaks in the completed system. During the warranty period, any defects that will affect the integrity or strength of the RICIPP or any visible leaks shall be repaired at the Contractor’s expense. Seal and apply Protective Coating System in manhole boxes per Section 09985 3.4 INSPECTION 1. The Contractor shall inspect all piping to assure that the RICIPP is free from defects in materials and workmanship. 2. Video digital file shall be provided to the City showing the completed work. The digital file shall include the pre-installation footage, the tube inversion / installation footage (when required) and the post-installation footage. NO INVOICE WILL BE INITIATED FOR PAYMENT WITHOUT ACCOMPANYING DIGITAL FILE / DVD. 3. RICIPP samples shall meet or exceed the specified structural properties of: Property Results Test Method Minimum Test Result a. Modulus of Elasticity ASTM D-790 250,000 Psi b. Flexural Strength ASTM D-790 4,500 Psi 4. Visual inspection of wet out facility and process parameters noted/inspected (i.e., gap setting). 5. Visual inspection of the CIPP shall be in accordance with ASTM F-1216, section 8.6. 6. IR Spectrum fingerprints must be submitted and approved prior to payment. ITB 24-20 GROUP I 00040.1-10 7. At least one (1) Miscibility Test will be performed on-site for each five installations. See Appendix. 8. No payments will be made for rejected liner tubes or for liner tubes not meeting this specification requirements including testing. 3.5 DISPOSAL OF DEBRIS 1. Under no circumstances shall sewage or solids be dumped onto the ground surface, streets or into ditches, catch basins or storm drains. 2. The Contractor shall remove all solids or semi-solids resulting from the operations from the site. Trucks hauling solids or semi-solids from the site shall be watertight so that no leakage or spillage will occur. 3. Disposal shall be at a suitable site selected by the Contractor and approved by the appropriate jurisdictional personnel. Exception being, if the Contractor is required to clean the pipe, the City shall provide a dumpsite at a sewerage treatment facility. 3.6 END OF PROJECT SUBMITTALS One video digital file copy shall be submitted that shows the conduit prior to lining, the liner being inverted through the pipe in-situ demonstrating that the resin does not drain out of the saturated liner tube and the final inspection of the completed conduit lining. Certificates of Authenticity compliance for each shipment of resin and thickener from the resin manufacturer with an IR Spectrum Analysis of both materials from the Contractor, which certifies that all materials meet or exceed ASTM F-1216. Calculations for determining the cured liner tube thickness for each lining shall be submitted prior to installation of the saturated liner tube. All submittals shall demonstrate detailed compliance with the provisions of the contract documents. 3.7 PRICING, TIME FRAME AND EXTRA WORK Price and payment for pipe liner will be full compensation for furnishing and installing the pipe liner in accordance with the requirements of this Section, including all materials, labor and incidentals required to dewater and clean host pipe, dispose of all silt and debris, seal cracks and joints in the host pipe, and seal and grout the annular space between the liner and interior of the host pipe. All pricing must include pre and post video inspection of storm water lines and all light cleaning necessary to be done before inspection and installation of the RICIPP liner. Prices also to include any or all de-watering and plugging and pumping that might become necessary in the performance of job. ITB 24-20 GROUP I 00040.1-11 Installation of RICIPP must be done in a timely manner. Work must be initiated, executed and completed in no more than 60 days after Notice To Proceed (NTP) is received by Contractor. The NTP will be preceded by a work order listing location, costs, pipe sizes etc. Extra Work: Contractor may be asked to provide costs associated with the following additional activities on any a site-specific basis. 1) Pipe Joint Sealing: To seal leaking joints in a storm line with chemicals, cementitious grouts etc. 2) Man Hole restoration / Grouting: To repair, grout or restore (rehab) storm manholes. 3) Storm water pipes in the 6” to 15” dia. range may also be needed for RICIPP lining. PART 4 APPENDIX 4.1 CHEMICAL THICKENED SYSTEM MISCIBILITY GUIDELINES Purpose: The purpose is to define properties that the resin / resin-impregnated flexible tube must have to perform effectively and consistently in all field conditions. Scope: All resin / resin-impregnated flexible tube materials used must have the following properties (greater than 1.5 million centipoises): 1. Must react/ perform in the presence of water. 2. Must withstand submergence in water without degradation (pre-cure and post-cure). 3. Must prevent the passage of water through the sewer pipe joint (infiltration). 4. Must stay at a constant viscosity during reaction period. 5. Must stay in the confines of the host pipe being rehabilitated. 6. Must not produce slugs that require excavation. 7. Shall meet liner thickness per contract/design specifications (0% to +10%) measured eight times around the perimeter. 8. Residual must not impede on downstream lines or water tables. 9. Must withstand internal exposure to sewage/chemical specified. 4.2 MISCIBILITY TEST PROCEDURE 1. Resin + Chemical Thickener + Catalyst premixed at wet-out facility. A. Fill: test tube/glass-pint jars half full with material. When mixed in the proper proportions and stored at temperatures above 40F, ITB 24-20 GROUP I 00040.1-12 thickening will be complete in 18-24 hours. Once thickening is complete (invert test tube/jar: non-flowing), fill the container full with water, replace lid and mix by shaking. Resin system will be immiscible 2. Resin + Chemical Thickener. B. Mix a 50/50, by volume, mixture of resin + thickener in a glass-test tube/glass-jar. The mixture will thicken to 1.5MM cps in short time (approximately 15 minutes). Once thickening is complete (invert test tube/jar: non-flowing), fill the container full with water, replace lid/seal top and mix by shaking. Resin system will be immiscible All samples / waste should be disposed of properly and in according with State and Federal Regulations. For a more scientific approach-quantifying rate of thickening, see TIME-TEST VISCOSITY METHOD (ASTM D-1545) END OF SECTION ITB 24-20 GROUP II 00040.2-1 SECTION 00040-2 GROUP II SPECIFIATIONS FOR INJECTION OF FLOWABLE FILL INTO CAVITIES OR VOIDS ALONG DEFICIENT STORM SEWERS PART 1 GENERAL 1.1 SCOPE OF WORK The Contractor shall furnish all labor, materials, equipment, and tools necessary to inject flowable fill into cavities or voids along a deficient storm sewer. Contractor is responsible for restoring site work area to original condition upon completion. 1.2 QUALITY ASSURANCE Qualifications: The Contractor shall have a minimum of three (3) years’ experience with the means and methods of the materials utilized and the installation procedures. 1.3 REGULATORY REQUIREMENTS The Contractor shall comply with all applicable laws, rules, regulations or ordinances imposed by all applicable Federal, State, Regional and Local agencies. 1.4 ITEMS FURNISHED BY THE CITY 1. The City will be responsible for the following items pertaining to the work specified herein: A. Necessary local permits. B. Any repairs and / or unordinary obstruction removal necessary to prepare area for work. 1.5 WARRANTY Installation: Provide a full labor and materials warranty for a period of twenty-four months from the date of acceptance by the City. PART 2 PRODUCTS 2.1 MATERIALS Flowable fill will be a self-leveling, low-density cementitious back-fill material that attains 100% compaction without tamping or vibrating. It will be capable of replacing ITB 24-20 GROUP II 00040.2-2 compacted soils as a structural fill that drains and is no stronger than the surrounding soil after it has obtained its ultimate strength. PART 3 EXECUTION 3.1 PREPARATION The Contractor shall carry out his operations in strict accordance with all OSHA Regulations, and manufacturer's safety requirements. Particular attention is drawn to those safety requirements involving entering confined spaces. In addition, the Contractor shall be responsible for implementing traffic control procedures in conformance with City/County/State standards, depending on the jurisdiction of the roadway. 3.2 DISPOSAL OF DEBRIS Under no circumstances shall sewage or solids be dumped onto the ground surface, streets or into ditches, catch basins or storm drains. All solids or semi-solids resulting from the operations shall be removed from the site by the Contractor. Trucks hauling solids or semi-solids from the site shall be watertight so that no leakage or spillage will occur. Disposal shall be at a suitable site selected by the Contractor and approved by the appropriate jurisdictional personnel. PART 4 PAYMENT When the item of flowable fill is included in the Contract, payment will be made at the Contract unit price per cubic yard. Such price and payment will include all cost of the mixture, in place and accepted, determined as specified above. No measurement and payment will be made for material placed outside the neat line limits or outside the adjusted limits, or for unused or wasted material. END OF SECTION ITB 24-20 GROUP III 00040.3-1 SECTION 00040-3 GROUP III SPECIFICATIONS FOR INTERNAL JOINT SEAL (RUBBER) FOR STORM WATER PIPES PART 1 GENERAL 1.1 SCOPE OF WORK The Contractor shall furnish all labor, materials, equipment, and tools necessary for the installation of Internal Joint Seals (rubber), in existing storm water lines. Only one mobilization fee will be paid per work order issued. The fee paid will be based on the largest diameter seal installed or whichever fee is the highest dollar amount within the work order issued. Storm system dewatering and bypass pumping may not be necessary for every job requiring internal joint seal installations. Dewatering fees will be paid for every storm system that requires dewatering and will be based on the largest diameter of seal installed. The Contractor's representative and the City's representative will agree upon the mobilization fee and dewatering fees (if required) upon issuance of a work order and notice to proceed. 1.2 QUALITY ASSURANCE / QUALIFICATIONS Installer shall have one (1) year experience with the seal to be furnished and in the work described herein. The seal technology furnished shall have a minimum installed history of three (3) years and require approval by the City. Only seal technologies having an approved testing mechanism will be approved. 1.3 REGULATORY REQUIREMENTS The Contractor shall comply with all applicable laws, rules, regulations or ordinances imposed by all applicable Federal, State, Regional and Local agencies. 1.4 ITEMS FURNISHED BY THE CITY The City will be responsible for the following items pertaining to the work specified herein: 1. Necessary local permits. 2. Some repairs and / or extra-ordinary obstruction removal necessary to prepare line section for work. 1.5 WARRANTY 1. Installation: Provide a full labor and materials warranty for a period of two (2) years ITB 24-20 GROUP III 00040.3-2 from the date of acceptance by the City. Some repairs and / or extra-ordinary obstruction removal necessary to prepare line section for work. 2. Seals: Manufacturer’s standard warranty 1.6 SUBMITTALS AFTER BID OPENING UPON REQUEST 1. Submit three (3) copies of manufacturer's technical literature and recommended installation procedures. 2. List of equipment to be used. 3. Technical data for proposed internal joint seal, including application instructions, and product data. 4. Acknowledgement that products submitted meet requirements of standards referenced. 5. Safety training documentation to be submitted prior to award. 6. Copies of joint repair records. 1.7 REFERENCES This specification references American Society for Testing and Materials (ASTM) standard specifications, which are made part hereof by such reference and shall be the latest edition and revision thereof. 1.8 DELIVERY STORAGE AND HANDLING 1. Deliver material in manufacturer's original unopened containers with labels intact. A. Rubber membranes shall be individually sealed in plastic bags and packaged in a manner that will not damage or deform them. B. Labels shall indicate comments and expiration date of material. C. Membrane shall not be removed from plastic bag until time of use. D. Membranes shall be stored in a cool dry environment away from direct sunlight. ITB 24-20 GROUP III 00040.3-3 PART 2 PRODUCTS 2.1 MATERIALS 1. Joint Liners: A. EPDM rubber derivative membrane manufactured in accordance with ASTM- C923. a. Material shall be of a resilient EPDM rubber and have a minimum width of 10.5 inches. b. The volume change of rubber shall not exceed 10 % maximum of original by weight after immersion in fresh water at 70 0 C for 48 hours. c. Seals must withstand a minimum of 200 lbf/in. before tearing. B. Joint Liner Splicing a. As a test, the seal shall be gripped at a point 6 in. on each side of the splice and shall be bent in both directions as sharply as possible. The splice shall be capable of passing this bend test without visible separation. No voids or cracks are allowed. C. Bands: a. Bands for securing rubber membrane across piping joints shall be Type 304 non- magnetic stainless steel, manufactured in accordance with ASTM-A167. b. Stainless steel bands shall be rolled to the radius of the pipe being renewed. c. All shop and field welds to be made by certified welders with a minimum of 2 years’ experience on Type 304 alloy. d. Weld wire to be T-308 AWS class A5.9. e. Field welds are to be made with coated electrode 308/308H, AWS class A5.4. f. All material specifications to be certified. D. Cement Mortar: a. For pipe joint scaling and preparation shall be fast setting type and in accordance with ASTM-C150. ITB 24-20 GROUP III 00040.3-4 E. Liquid Joint Lubrication: a. Liquid joint lubrication to assist in installation of the rubber membrane and bands shall be non-toxic vegetable based. b. It shall not deteriorate in storage (2 years); work well from 00 to 1200 F; shall not adversely affect synthetic rubber gaskets. c. It shall not be petroleum based and shall not support growth of bacteria. PART 3 EXECUTION 3.1 PREPARATION 1. Safety - The Contractor shall carry out his operations in strict accordance with all OSHA Regulations. Fall Protection Program, and manufacturer's safety requirements. Particular attention is drawn to those safety requirements involving entering confined spaces. In addition, the Contractor shall be responsible for implementing traffic control procedures in conformance with City/County/State standards, depending on the jurisdiction of the roadway. 2. Prior to fitting, seals should be given a good visual examination; if quality of material construction is in doubt, the seals must not be used. 3.2 CLEANING 1. Storm water lines shall be cleared of all debris, roots and other materials that would hinder proper insertion of the liner by the Contractor. 2. All material loosened by the cleaning operations shall be removed at nearest manhole and shall be recorded in pounds (lbs.) of material removed. 3. All surfaces of the structure shall be cleaned with high-pressure hydro jet sprayer with an operating pressure of at least 3500 psi. 4. Structure shall then be pressure rinsed with water. 5. Prevent damage to pipeline, if damaged, it should be repaired at no cost to the City. 6. Television Inspection: ITB 24-20 GROUP III 00040.3-5 a. Storm water line sections to be lined shall be TV inspected with a video recording by the Contractor, noting locations of all obstructions. b. No joint repairs shall be performed until the stormwater line has been properly prepared. If the stormwater line is unacceptable for internal joint sealing, the Contractor shall review the TV inspection report and determine the location(s) where spot repair(s) or additional cleaning is required. The Contractor shall perform additional cleaning where necessary. 3.3 JOINT PREPARATION The area of the pipe where the actual "lip seals" make contact, must be prepared to provide a consistent, permanent seal. All imperfections on sealing surface must be removed by scraping or grinding. Any "deep" imperfections shall be properly filled to the full depth with a non-toxic, quick setting, joint filler (plaster or cement mortar) and rendered "flush" with internal surface of pipe. The pipe should be pre-marked with grease chalk to define preparation areas clearly. In case of concrete pipes, it may be necessary to apply a coat of approved epoxy to the preparation area where the seal will be placed, and/or inject joints with chemical grout to stop water intrusion. 3.4 SURFACE PREPARATION Immediately prior to fitting the seal, the area must be cleaned with a dry brush, and coated with lubricant. Lubricant shall be non-toxic (vegetable based), and "hand applied" so as not to pick up any dirt. 3.5 POSITIONING THE SEAL 1. Prior to placement of seal, the ground shall be grouted and stabilized and there should be no infiltration of water or sand in the joint areas. 2. Before fitting the seal in place, check to see it is not damaged and test unit is tight. 3. Using chalk marks as guides, position seal accurately on the prepared area, bridging the joint gap. 4. Locate test unit in the seal at 9 o'clock or 3 o'clock position; parallel to the joint gap. 3.6 POSITIONING RETAINING BANDS 1. Place three stainless steel bands in the "grooves" provided in the seals. This will transmit the "radial load" evenly to the seal as bands expand. ITB 24-20 GROUP III 00040.3-6 2. Lock the bands temporarily in position and check for proper alignment before final tightening of band. 3. Tighten bands to the manufacturers recommended torque. 3.7 PRESSURE TESTING 1. Internally sealed areas shall be individually pressure tested. 2. In test 1, used on each section of the pipe after 30 minutes of fitting the seal, a pressure of 10 psig is applied to the seal and a soap and water solution is used to detect any leaks. 3. To prevent excessive ballooning of the center membrane, a restraining device is locked on its expanding position during testing. 4. In test 2, a pressure of 5 psig is applied to the seal through the test valve and maintained, while a soap and water solution is used to detect leaks. 5. Following the tests, the test valve of the seal is plugged. 3.8 INSPECTING 1. After the work is completed, the Contractor shall provide the City with a digital file or DVD showing the completed work, including, the restored conditions. Extremely large diameter pipe will require the use of a handheld video camcorder for post- installation verification. Smaller diameter pipe shall have the post-installation verification done with CCTV recording equipment. NO INVOICE WILL BE INITIATED FOR PAYMENT WITHOUT ACCOMPANYING DIGITAL FILE OR DVD. 3.9 DISPOSAL OF DEBRIS 1. Under no circumstances shall sewage or solids be dumped onto the ground surface, streets or into ditches, catch basins or storm drains. 2. All solids or semi-solids resulting from the operations shall be removed from the site by the Contractor. Trucks hauling solids or semi-solids from the site shall be watertight so that no leakage or spillage will occur. 3. Disposal shall be at a suitable site selected by the Contractor and approved by the appropriate jurisdictional personnel. 4. Provide a log of debris collected in pounds (lbs.). END OF SECTION ITB 24-20 GROUP IV 00040.4-1 SECTION 00040-4 GROUP IV SPECIFICATIONS FOR INJECTION OF CHEMICAL GROUT INTO CAVITIES OR VOIDS ALONG DEFICIENT STORM PIPES AND DRAINAGE STRUCTURES PART 1 GENERAL 1.1 SEALING JOINTS FOR EXISTING PIPE USING CHEMICAL GROUTING Select the appropriate chemical grouts and additives, in accordance with ASTM 2304. Furnish all equipment, material, and labor necessary to clean, inspect, test, and seal pipe joints. For pipe sizes larger than 42 inches, utilize the method and grout recommended by the manufacturer. Supply a copy of the method 14 days prior to the start of work to the Engineer for review. Provide the Engineer with a certification from the manufacturer that the chemical grout and additives selected are the correct products for the specific application and conditions at the locations specified in the Contract or Work Document. PART 2 REPORT SUBMISSION 2.1 DELIVERABLE Submit a report to the City which contains a minimum of the following: 1. Location of the sewer pipe section. 2. Type of pipe material and diameter. 3. The test pressure before and after sealing and the duration of the test. 4. The volume of grout material used to seal each joint. 5. The actual set time. 6. The grouting material used including additives & their respective quantities. 7. Video recording which must include testing and sealing operations for each joint (including inflation and deflation over the joint). Video recordings must meet the requirements in 430-4.8. The grout must be visible on the video recordings. ITB 24-20 GROUP IV 00040.4-2 PART 3 PAYMENT 3.1 PRICING AND PAYMENT Price and payment will be full compensation for all equipment, materials and labor required including video recordings. Payment will be made under the items specified in the Bid Price Proposal. END OF SECTION ITB 24-20 GROUP V 00040.5-1 SECTION 00040-5 GROUP V SPECIFICATIONS FOR GENERAL REPAIR, RESURFACING, SEALING OF STRUCTURES WITH PROTECTIVE COATING SYSTEM PART 1 GENERAL 1.1 SCOPE OF WORK Seal inlets, manholes, and junction boxes, including the structure’s base, walls, top slab, riser, cone, and inlet tops. Seal pipe joints minor cracks, and lift holes, with chemical grout. Seal storm pipe joints of various diameters by the man-entry internal joint sealing method on pipes that are otherwise in sound physical condition. 1.2 EQUIPMENT Supply the necessary equipment, including chemical containers, pumps, regulators, valves, hoses and fittings for injecting the materials. Use manufacturer recommended tools and equipment to install internal joint seal in accordance with manufacturer’s instructions. 1.3 SAFETY Provide redundant storm drain plugs. Ensure all workers have means of rapid egress. 1.4 STORMWATER FLOW CONTROL Insert temporary pipe plugs and block the flow. Do not pond water in any travel lane or divert water on private property. When necessary, divert the storm water at an approved location by the Engineer. Furnish all equipment and labor. When the depth of flow in the storm pipe section being worked on is considered excessive, such that it would prevent successful joint seal installations, reduce the flow depth to an allowable level of 0 to 2 inches, by operation of pump stations, plugging or blocking the flow, or by pumping and bypassing the flow so that the pipe is accessible for man-entry joint seal installation in accordance with the manufacturer’s procedures. PART 2 PRODUCTS 2.1 MATERIALS 1. CHEMICAL SEALING OF DRAINAGE STRUCTURES All materials containers must be undamaged and unopened and show the manufacturer’s original labels. Select hydrophobic polyurethane foam sealing materials that meet the specific sealing requirements of each site. Hydrophilic ITB 24-20 GROUP V 00040.5-2 gel sealing materials must meet the following requirements: • Uncured Viscosity is less than 900 cps • Cured Gel • Insoluble in water. • Elongation minimum 200% as measured per ASTM D 638 • Tensile Strength minimum 25 psi as measured per ASTM D 638 • Hydrophobic polyurethane foam sealing materials must meet the following requirements: • Uncured Viscosity is less than 900 cps • Cured Foam • Water absorption is less than 1% as measured per ASTM D-2127 • Shrinkage is less than 1% as measured per ASTM D-2126 • The cured polyurethane foam must adhere tightly to the pipe materials during wet and dry periods. • Use epoxy resin compounds that meet the requirements of Section 926. • To repair the structure, use a non-shrink grout product that meets the requirements of Section 934. 2.2 MAN-ENTRY INTERNAL JOINT SEALS 1. FLEXIBLE SEALS Use a permanent, non-corrodible one-piece circular seal that can withstand an internal pipe pressure of 300 pounds per square inch and external head pressures in excess of 100 feet. The material must be an EPDM Rubber Membrane for use as a joint liner material. The material must be microbiological growth resistant when used in potable water, storm water, sea water or in humid aerobic conditions. The volume change of the material must not exceed 3% after immersion in water at 212 degrees F for 70 hours. The seal must be manufactured in compliance with ASTM-D 3900, ASTM-D 3568 and must have designation M4AA710A13B13C12Z1Z2Z3 in accordance with ASTM-D2000. The seal must have definitive locations for the three stainless steel bands which hold it in place. The seal must have ribbed sections on each side of the joint to assist in making the fit between the seal and pipe airtight. A test air valve must be installed in the seal for conducting pressure tests. Each joint seal must be clearly numbered with the corresponding joint number in permanent manner. 2. STAINLESS STEEL BANDS Use circular stainless steel bands to hold the seals in place. These bands may be in two or three sections to allow for passage through the manholes. The bands must be expanded against the seal and compress the seal to the pipe wall, and locked in place with wedges. The stainless steel bands, shims and bolts for securing the rubber membrane seal across piping joints must be ITB 24-20 GROUP V 00040.5-3 Type-316 and manufactured in accordance with ASTM-A479. The bands must be rolled to the radius of the receiving pipeline. The cleated ends of the band must be welded with T-316 alloy wire. All shims and wedges must be Type-316 material, as required for the stainless steel bands. 3. CHEMICAL SEALING MATERIALS Chemical sealing materials must have the following properties: react quickly to form a permanent water tight seal; be flexible and immune to the effects of wet/dry, freeze thaw cycles; non-biodegradable and immune to the effects of acids, alkalis, and organics; component packaging and mixing compatible with field conditions and worker safety; cleanup accomplished without heavy use of flammable or hazardous chemicals; extraneous sealant left inside pipe shall be readily removable. Chemical joint sealing material must be acrylic resin type and furnished with activators, initiators, inhibitors and any other materials recommended by the manufacturer for a complete grout system. 4. LIQUID JOINT LUBRICANT The liquid joint lubricant to assist in the installation of the seals and bands must be non-toxic, vegetable-based lubricating gel. This gel must not decompose or deteriorate for a minimum storage period of two years and must have a soft pasty consistency suitable for use in temperatures between 0°F and 120°F. The lubricant must not have any deteriorating effect on rubber gaskets, must not impart taste or odor to water, or have an objectionable odor. The lubricant must not support the growth of bacteria or contain any petroleum-based oil or grease 5. THREAD SEALING COMPOUND Use a paste-type thread sealing compound with polytetrafluoroethene components. 6. HYDRAULIC EXPANDER UNIT Use a hydraulic expander unit for installation of expansion bands capable of hydraulic expansion pressure of 6,000 pounds per square inch. 2.3 INSTALLATION 1. CHEMICAL SEALING OF JOINTS Clean all surfaces and remove the debris. Carefully drill a minimum of four insertion holes near the bottom of the structure’s wall. Insert mechanical injection packer fittings. Inject the sealing material into the invert/bottom holes first, and then proceed to the upper injection holes. Demonstrate the mixing of materials meets the manufacturer’s specifications. Allow the sealant to cure. Remove the injection ports and seal the injection holes with epoxy flush with the surface. Remove surplus material. Jetting or driving pipes from the surface, or open-cutting the pavement is not allowed. ITB 24-20 GROUP V 00040.5-4 2. PIPE CULVERTS AND STORM DRAINS Clean pipe joints. Inspect and video each joint before and after sealing. Jetting or driving pipes from the surface, or open-cutting the pavement is not allowed. Install joint sealing materials per the manufacture’s recommendations. For hydrophobic urethane foam, drill a minimum of four equally spaced insertion holes through the pipe. Insert mechanical injection packer fittings. Inject the sealing material into the invert/bottom hole first, and then proceed to the upper injection holes. Demonstrate the mixing of materials meets the manufacturer’s specifications. Allow the sealant to cure. Remove the injection ports and seal the injection holes with epoxy flush with the pipe surface. Remove surplus material. 3. MAN-ENTRY INTERNAL SEALING OF JOINTS Use flexible seals individually sealed in plastic bags and packed in a manner that will not damage or deform them. Store seals in a cool, dry environment and not exposed to direct sunlight. Examine each seal prior to fitting. Place particular attention on the ribbed sections of the seal. Clean the pipe joint section that will support the seals. Remove debris or deposits from the pipe walls and remove by hydraulic vacuum. Use subaqueous power tools if any hard scale or stubborn debris remains after hand brushing. Clean all joint gaps of debris before any installation is performed. Once cleaned, fill the joint gaps with chemical sealing material as specified in 430-1.3.3 Remove any surplus grout and the surface left flush. Provide a smooth, continuous backing for the seal. Remove any surface imperfections by grinding or scraping. Fill any deep imperfections by properly applying the approved joint filler. Provide a smooth surface for the seal. Pre-mark the seal area to clearly define the seal position. Check the seal for any damage and ensure the test valve is tight before fitting the seal in place. Locate the test valve in the seal at either the 9 o’clock or 3 o’clock position. Position the seal parallel and centered on the joint gap. Before expanding the steel bands in the seal grooves, place stainless steel radius shims underneath the wedge area in the grooves. If two- or three-piece bands are used, temporarily lock the bands into position by means of a special overlap locking device over the wedge area. Use a hydraulic expander to apply pressure to the ends of the retaining bands, and a radius wedge fitting between the exposed gap and the expanded band ends. As the hydraulic expander is positioned with the retaining band, care must be taken to ensure that the band remains in the groove of the elastic seal and does not move or become dislodged. Select a size of wedge having an interference fit between band ends. Tap the wedge (leading edge first) into position, locking in the compression seal. Repeat the procedure on the second retaining band of the seal, allowing 30 minutes between expansions. Each joint must have three retaining bands in place. Once the expanding procedure is complete, tighten the overlap locking device for the wedge, if required, to a torque of 1.25-foot pounds. ITB 24-20 GROUP V 00040.5-5 2.4 MATERIAL REFUSAL PRESSURE 1. CHEMICAL JOINT SEALING Sealant refusal pressure must be a minimum of 5 pounds per square inch. Do not exceed 10 pounds per square inch. 2. FLEXIBLE SEAL TESTING There are two individual pressure tests applied to the seal before closing the pipeline. The first test is applied after each section has been completed and not before 30 minutes have elapsed after the final fitting of the seal. A pressure of 10 pounds per square inch is applied. Because of the excessive ballooning the center membrane of the seal (that will occur at this higher pressure), a restraining device called a “test band” is fitted over the seal during the test. Soap and water is used to detect any leak. In the second test, 5 pounds per square inch is introduced through the valve. This pressure is sustained while a soap and water test is applied to outer edge and entire body of the seal. The Engineer may request proper testing of structural properties of seals or related components before any installation is performed. If any of the seals are tested and found to be defective after installation, replace the defective seals, at no cost to the City. 2.5 RECONSTRUCT INVERT BENCHES Install the sealant before grouting the structure. Remove all grease, laitance, loose bricks, mortar, unsound concrete, and debris. Water blasting, wet or dry sandblasting, acid washing, and other cleaning agents such as concrete cleaners, degreasers, or other chemicals, may be required to properly clean the surface. Expose sound concrete walls and invert material. Apply non-shrink cement grout to the structure walls. Reconstruct or repair the drainage structure invert bench according to the Florida Department of Transportation (FDOT) Standard Plans Index 430. 2.6 FINAL ACCEPTANCE Submit all warranties provided by the manufacturer for the specific products included in the Contract. Ensure that all warranties are fully transferable from the Contractor to the City. Submit all documents associated with or describing any such warranties to the City along with other project final acceptance documents and deemed to be a part of the required final acceptance documentation. Do not take any action or fail to act in any way which voids any such warranties. All subcontracts must contain similar provisions which require subcontractors to assign any such warranties to the City. 2.7 METHOD OF MEASUREMENT The quantity to be paid for will be the number of joints, per each, cleaned, sealed and accepted by the Engineer. ITB 24-20 GROUP V 00040.5-6 PART 3 PAYMENT 3.1 BASIS OF PAYMENT Price and payment will be full compensation for all work specified under this section including all ancillary items to complete the work. END OF SECTION ITB 24-20 GROUP VI 00040.6-1 SECTION 00040-6 GROUP VI SPECIFICATIONS FOR PREPARATORY CLEANING AND ROOT REMOVAL PART 1 GENERAL 1.1 SCOPE OF WORK This section covers the preparatory cleaning of sewer lines and manholes as needed prior to the internal inspection of the sewer lines and the cleaning of manholes prior to rehabilitation. The Contractor shall furnish all necessary material, labor, equipment, and services required for cleaning the specific sewer lines and manholes. 1.2 BACKGROUND The intent of sewer line cleaning is to remove foreign materials from the lines and manholes and restore the sewer to a minimum of 95% of the original carrying capacity or as required for proper seating of internal pipe joint sealing packers. Since the success of other phases of work depends a great deal on the cleanliness of the lines and manholes, the importance of this phase of the operation is emphasized. It is recognized that there are some conditions such as broken pipe and major blockages that prevent cleaning from being accomplished or where additional damage would result if cleaning were attempted or continued. Should such conditions be encountered, the Contractor will not be required to clean those specific sewer sections. If, in the course of normal cleaning operations, damage does result from pre-existing and unforeseen conditions such as broken pipe, the Contractor will not be held responsible. Sewer line cleaning shall be performed with hydraulically propelled, high velocity jet, or mechanically powered equipment. Selection of equipment shall be based on field conditions such as access to manholes, quantity of debris, size of sewer, depth of flow, etc. 1.3 HYDRAULICALLY PROPELLED EQUIPMENT The equipment used shall be of a movable dam-type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery to insure removal of grease. If sewer cleaning balls or other equipment which cannot be collapsed is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. 1.4 HIGH VELOCITY JET (HYDROCLEANING EQUIPMENT) All high-velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two (2) or more high velocity nozzles. The nozzles shall be capable of producing a scouring action from 15" to 45" in all size ITB 24-20 GROUP VI 00040.6-2 lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. 1.5 MECHANICALLY POWERED EQUIPMENT Bucket machines shall be in pairs with sufficient power to perform the work in an efficient manner. Machines shall be belt operated or have an overload device. Machines with direct drive that could cause damage to the pipe will not be allowed. A power rodding machine shall be either a sectional or continuous rod-type capable of holding a minimum of 750 feet of rod. The rod shall be specifically heat-treated steel. To ensure safe operation, the machine shall be fully enclosed and have an automatic safety clutch or relief valve. PART 2 WORKMANSHIP 2.1 GENERAL The designated sewer manhole sections shall be cleaned using hydraulically propelled, high velocity jet, or mechanically powered equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire sewer section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or the equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists and the cleaning effort shall be abandoned. 2.2 CLEANING PRECAUTIONS During all cleaning and preparation operations, all necessary precautions shall be taken to protect the sewer from damage. During these operations, precautions shall also be taken to ensure that no damage is caused to public or private property adjacent to or served by the sewer or its branches. Satisfactory precautions shall be taken in the use of cleaning equipment. When hydraulically propelled cleaning tools (which -depend upon water pressure to provide their cleaning force) or tools which retard the flow in the sewer line are used, precautions shall be taken to ensure that the water pressure created does not damage or cause flooding of public or private property being served by the sewer. When possible, the flow of sewage in the sewer shall be utilized to provide the necessary pressure for hydraulic cleaning devices. When additional water from fire hydrants is necessary to avoid delay in normal work procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. 2.3 MATERIAL REMOVAL All sludge, dirt, sand, rocks, grease, roots, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section ITB 24-20 GROUP VI 00040.6-3 being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulation of sand in wet wells, or damage pumping equipment, shall not be permitted. Under no circumstances shall sludge or other debris removed during these operations be dumped or spilled into the streets, ditches, storm drains, or other sanitary sewers. The Contractor is advised that he shall not dispose of this material by legal or illegal dumping on private or public property, by sale of others, or any means other than those given above. All sludge or other debris removed during these operations shall become the property of the Contractor and as such, any load of material, or any portion thereof, disposed of in a non-permitted fashion shall become the sole responsibility of the Contractor. Any fines or clean-up costs associated with such dumping shall be paid by the Contractor; if necessary, monies shall be withheld from any monies due the Contractor until restitution is made. 2.4 DISPOSAL OF MATERIALS All solids or semisolids resulting from the cleaning operations shall be removed from the site and disposed of by the Contractor in a legal and sanitary manner as approved by appropriate authorities, at the Contractor's cost. Copies of records of all disposals shall be furnished to the City, indicating disposal site, date, amount and a brief description of material disposed. All materials shall be removed from the site no less often than at the end of each work day. Under no circumstances will the Contractor be allowed to accumulate any type of debris on the site of work beyond the stated time, except in totally enclosed containers and as acceptable to City of Oviedo. 2.5 ROOT REMOVAL Roots shall be removed in the designated sections and manholes where root intrusion is indicated on the work order. Special attention should be used during the cleaning operation to assure almost complete removal of roots from the joints. Any roots which could prevent the seating of the packer or could prevent the proper application of chemical sealants, or could prevent the proper seating and application of cured-in-place, fold-and-formed, or sectional cured-in-place liners, shall be removed. Procedures may include the use of mechanical equipment such as rodding machines, bucket machines and winches using root cutters and porcupines, and equipment such as high-velocity jet cleaners. Chemical root treatment shall be used before or at the completion of the root removal operation, depending on the manufacturer's recommendation, and grouting will take place to remove infiltration. Contractor shall capture and remove all roots from the line. 2.6 CHEMICAL ROOT TREATMENT To aid in the removal of roots, manhole sections that have root intrusion shall be treated with an acceptable, non-systemic herbicide which will kill roots but which will not permanently affect parts of trees distant from the treated roots. The application of the herbicide to the roots shall be done in accordance with the manufacturer's recommendations and specifications in such a manner to preclude damage to ITB 24-20 GROUP VI 00040.6-4 surrounding vegetation. The active ingredient shall not adversely affect the performance of the wastewater treatment facility. Any damaged vegetation so designated by the City shall be replaced by the Contractor at no additional cost to the City. All safety precautions as recommended by the manufacturer shall be adhered to concerning handling and application of the herbicide. ITB 24-20 GROUP VI 00040.6-5 2.7 ACCEPTANCE OF CLEANING OPERATION Acceptance of sewer line cleaning shall be made upon the successful completion of the television inspection and shall be to the satisfaction of the City. If television inspection shows the cleaning to be unsatisfactory, the Contractor shall be required to re-clean and re-inspect the sewer line until the cleaning is shown to be satisfactory. In areas where television inspection is not performed, the City may require the Contractor to pull a double squeegee (with each squeegee the same diameter as the sewer) through each manhole section as evidence of adequate cleaning. If internal sealing is to follow the television inspection, particular attention should be given to the adequacy of the cleaning to ensure that proper seating of the sealing packer can be achieved. In addition, on all those lines which have sags or dips, to an extent that the television camera lens becomes submerged for three (3) or more feet during the television inspection, the Contractor shall pull double squeegee and/or sponges through the line in order to remove the water from those dips or sags. Water removal through the squeegees and/or sponges shall be ''performed until the television camera lens will no longer be submerged. This requirement may be waived by the City if the water, in which the camera lens is submerged, is clean enough to allow the identification of pipe defects, cracks, holes, and location of service taps. PART 3 PAYMENT 3.1 BASIS OF PAYMENT Price and payment will be full compensation for pipe cleaning and root cutting, including dewatering (when necessary) and all equipment and work specified in this Section. END OF SECTION ITB 24-20 GROUP VII 00040.7-1 SECTION 00040-7 GROUP VII SPECIFICATIONS FOR INVESTIGATE AND VIDEO INSPECTION SERVICES PART 1 GENERAL 1.1 SCOPE OF WORK Inspect pipes and storm sewers as shown in the Contract Documents. Provide video and a written report to list all deficiencies of the storm drain pipes, manholes and inlets, along with a detailed map of the storm water system inspected and videoed. 1.2 VIDEO EQUIPMENT AND REQUIREMENTS 1. INSPECTION AND VIDEO Comply with OSHA Confined Space Standard, 29 CFR Part 1910.146. Manual inspections may be required in order to determine the extent of damage. Pipe walls in areas of concern should be sounded to identify any structural degradation. Use a camera with lighting suitable to allow a clear picture of the entire periphery of the pipe. Center the camera in the pipe both vertically and horizontally and be able to pan and tilt to a 90-degree angle with the axis of the pipe and rotating 360 degrees. Use equipment to move the camera through the pipe that will not obstruct the camera’s view or interfere with proper documentation of the pipe’s condition. Provide a high-quality color video with a minimum resolution of 720 X 480 in a delivery method acceptable to the Engineer. Include a narrative stating the location and explanation of deficiencies with the video. The video image must be clear, focused, and relatively free from roll, static, or other image distortion qualities that would prevent the reviewer from evaluating the condition of the pipe. Provide identification in the video before each section of pipe filmed, including the pipe location, the project number, the structure number corresponding to the structure number in the Plans for the project, size of pipe, and the date and time. Indicate which pipe is being filmed if multiple pipes are connected to the structure. Notes should be taken during the video recording process. Provide the Engineer with copies of these notes along with the video. Move the camera through the pipe at a speed of approximately 15 feet per ITB 24-20 GROUP VII 00040.7-2 minute but not greater than 30 feet per minute, unless otherwise directed by the Engineer. Mark the video with the distance down the pipe. The distance shall have an accuracy of one foot per 100 feet. The number of units of equipment on hand must be adequate to insure the completion of the work. Ensure that all equipment to be used is in safe working condition. Repair or remove from the job equipment that is not in safe working condition. The camera must be operative in 100% humidity conditions. Provide a view of intersecting pipes and drainages structures without diverting from the primary inspection route. Video the entire circumference of all joints, pick-up holes, and any other suspect areas in order to identify any deficiencies along the entire perimeter of the joint. At every joint and structure, and at significant defects, stop the camera and rotate the camera’s view a full revolution to document and measure defects. View all suspect areas in such a way as to make a clear analysis of the system. Position the camera head perpendicular to all defects requiring measurement by the video micrometer. At any time during the video inspection, the Engineer may declare the work unsatisfactory, and no payment will be made for that section of the work. Perform video inspections on clean dry lines. Inspect storm sewers for cleanliness before the start of video inspection. Dewatering will be incidental to the other pay items. Do not perform inspections where the flow depth exceeds 5% of the pipe or drainage structure’s cross-sectional area, without the prior approval of the Engineer. Desilting, as necessary to perform the video inspection, will be paid separately. Note the conditions of intersecting pipes and drainage structures on the report and video for the project. 2. WRITTEN REPORT AND GPS DATA COLLECTION Prepare a written report to list all deficiencies of the storm drain pipes, manholes and inlets, along with a detailed map of the storm water system videoed. The map must include, but is not limited to, the City/County or State roadway, intersecting side streets, the location of all inlets and manholes, and the diameter and length of all pipes videoed. The report must include, but is not limited to, deficiencies such as cracked ITB 24-20 GROUP VII 00040.7-3 pipes, joint leaks, failed patches, subsidence, intrusions, stained pipe, and significant defects. Specify the coordinate location of each deficiency in the report in the same chronological order as the video. Note the conditions of intersecting pipes and drainage structures on the report and video. ITB 24-20 GROUP VII 00040.7-4 Include GPS coordinates of storm drainage lines locations including type/size/shape of any inspected drainage lines. GPS location point readings should be taken at the center of each structure or grate. Document defects identified during this review and submit inspection logs. Include the following in the report: 1. Date, project name, and project number. 2. Street names with starting and ending points. 3. Identify the type of structure, locations, and number (if available). 4. Distances using a tape measure or roll-a-tape 5. Coordinate locations of pipe/culvert/drainage structure deficiencies (i.e. bad joints, offset joints, breaks, or leaks). 6. Centerline distances between structures (if available). 7. Inspection video indicating the structure type/number, coordinates, rim elevation, pipe invert, counter display, and any other relevant data. 8. Coordinate point location (X, Y, Z fields) to represent latitude and longitude in North American 1983 Datum. Precision shall be to the seventh decimal for X and Y, and to the tenth for Z (ex. 25.217111, - 80.3683639, 10.5’). 9. A separate column identifying whether it is the begin or end point, change of direction or change of size etc. 10. A written report indicating drainage structure numbers and video counter display numbers 11. Pipe diameter in inches (18”, 24”, 36”, etc.) 12. Pipe material (reinforced concrete, corrugated, galvanized, high density polyethylene, etc.) 13. Pipe shape (round, elliptical, square, rectangular) 14. A detailed map of the storm water drainage system as videoed Catalog inspection information gathered on inspection forms to produce a report of deficiencies. The expected deliverables must be in a data format that is compatible with ESRI’s ArcGIS 10.1 and above; a PDF file of the inspection report cataloging the inspection results; video version of the report showing the inspected pipe; ITB 24-20 GROUP VII 00040.7-5 spreadsheet file (.xls format) indicating the structure locations with pipe start and end points, and their associated material, location, identification number, referenced plan set (if available), etc. Results will be made available on computer programs compatible with City systems. Submit a complete copy of the final project report and map to the City within 14 days of completion of all work order documents. PART 3 PAYMENT 3.1 METHOD OF MEASUREMENT The quantity to be paid will be the distance, in feet, that the camera physically traveled during inspection of the location specified in the Contract Documents. The distance the camera travels prior to inspection will not be paid. 3.2 BASIS OF PAYMENT Price and payment will be full compensation for video inspection and reporting, including dewatering (when necessary) and all equipment and work specified in this Section. END OF SECTION ITB 24-20 CONTRACTOR QUALIFICATIONS 00045-1 SECTION 00045 CONTRACTOR QUALIFICATIONS: The following questionnaire is to be completed by the bidder and provided with its bid submittal. If a question is not applicable, so indicate by writing “N/A”. COMPANY NAME: Address of Principal Place of Business: City/State/Zip: Phone: Fax: Name of primary Contact: Email: REMIT-TO ADDRESS: City/State/Zip: TYPE OF ORGANIZATION: Sole Proprietorship Partnership Non-Profit Joint Venture Corporation Other: State of Formation: Federal ID # DUNS # (The City only requires a Federal Tax ID Number, not a Social Security number. EMERGENCY CONTACT PERSON: Phone: Fax: Cell: INSURANCE COMPANY NAME: Agent Contact: Phone: Flotech Environmental, LLC 657 South Drive, Suite 401 Miami, FL 33166 (866) 299-3323 N/A Jose L. Ferre estimating@flotechllc.com Limited liability company (LLC) Florida 45-4556187 Yinet Quintana 305-505-5565 N/A 305-505-5565 657 South Drive, Suite 401 Miami, FL 33166 047123115 USI Insurance Services, LLC/CL Brian Peralta 305 669-6000 ITB 24-20 CONTRACTOR QUALIFICATIONS 00045-2 EXPERIENCE: Years in business: Years in business under this name: Years performing this scope of work services (Minimum 3 years required): ___________ Group I – Installation of RICIPP Lining – Stormwater Years of experience: _________________________________________________________ Installation of 50,000 LF of 8-60inch liner in the State of Florida: Yes/No Three (3) installs of large diameter pipe of 30-60inch pipe: Yes/No If yes, please complete the following: Project Client Description __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ (See Group I section 1.2 paragraph 2 for details on experience qualifications) Group II – Injection of Flowable Fill Into Cavities or Voids Along Deficient Storm Sewers Years of experience: _________________________________________________________ Three (3) years’ experience with the means and methods of the materials utilized and the installation procedures: Yes/No If yes, please complete the following: Project Client Description __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ (See Group II section 1.2 paragraph 1 for details on experience qualifications) 12 12 12 12 Broward County PNC2122793B1 2792 LF CIPP lining, 12" to 36" of CIPP lining of Riverside Drive between Royal Palm Blvd and Atlantic Blvd DP Development, LLC FDOT E7P38-R0 FDOT District 7 1,149.3 LF CIPP, 0 to 48" FDOT E1V45-R0 FDOT District 1 2,989.5 LF CIPP Lining, 0 to 48" FDOT District 5FDOT E5X53 215 LF CIPP lining, 0 to 60" 12 Y17-1119: Stormwater Pipe Video Inspection,Cleaning, Sealing & Related Services [Nov 2020]Orange County 36,896 CF Flowable Fill FDOT E4S67; Broward SD Maintenance & Repairs [Apr. 2020]FDOT District 4 43 CF Flowable Fill Injection Y20-102-RM: Stormwater Pipe Video Inspection, Cleaning, Sealing & Related Services [Jan 2023]Orange County 99.5K CF cement-based grout injection ITB 24-20 CONTRACTOR QUALIFICATIONS 00045-6 WRITTEN QUESTION(S) FORM: Any questions relative to interpretation of specifications or the solicitation process must be addressed to the City in writing. For uniformity, the City requests that you use the following format. No verbal inquiries will be accepted. Written questions must be received at least ten (10) days prior to the solicitation due date. Written questions received within ten (10) days of the solicitation due date will not be responded to. Please submit all questions to the Purchasing Agent as identified in this Invitation for Bids. This form is provided for your convenience, however, emails to the Purchasing Agent are acceptable. Only written answers and clarifications in the form of a written Addendum to the solicitation will be binding. Oral answers will not be authoritative. SOLICITATION NUMBER: ITB 24-20 DATE SUBMITTED: SOLICITATION TITLE: Storm Sewer Rehabilitation COMPANY NAME: ADDRESS: CITY: STATE: ZIP: CONTACT NAME: PHONE: 1. 2. 3. 4. 5. END OF SECTION 07/10/2024 Flotech Environmental, LLC 657 South Drive, Suite 401 Miami FL 33166 Jose L. Ferre (866) 299-3323 N/A ITB 24-20 GENERAL BIDDING CONDITIONS 00050-1 SECTION 00050 GENERAL BIDDING CONDITIONS BIDDER: To ensure acceptance of the bid, follow these instructions. NOTE: WHEN A CONFLICT OF ANY SPECIFICATIONS, CONDITIONS, AND/OR DIRECTIVES OF THE CONTRACT DOCUMENTS OCCUR THE BIDDER SHALL BASE BID ON THE MOST RESTRICTIVE SPECIFICATION, CONDITION, AND/OR DIRECTIVE. Thank you in advance for your interest in doing business with the City of Oviedo. If you are interested in preparing a response to this solicitation, please read the bid package in its entirety prior to submitting a bid response. The City reserves the right to waive minor, nonmaterial irregularities in any or all qualifications and accept or reject any or all submittals, or to re-advertise. The City may withdraw all or part of this solicitation at any time to protect the interest of the City. Under Chapter 119, Florida Statutes, all responses to this solicitation shall be considered public record, subject to distribution pursuant to the request for records by any interested party. REQUESTING THE SOLICITATION DOCUMENT: The City of Oviedo Purchasing Division is the official source to obtain information relating to the City solicitations. All documents regarding this solicitation are posted utilizing an online bid management system, VendorLink. There is no charge to register with VendorLink and/or to participate in the solicitation process. Vendorlink is used for the submission of electronic bids. Vendors may also make an appointment with the City of Oviedo Purchasing Division to obtain such information. ON-LINE PROVIDER DISCLAIMER: Although not required, it is recommended that firms register and maintain their registration with VendorLink at www.MyvendorLink.com. This is a third-party vendor that provides a platform to communicate solicitation information to the Public. VendorLink does not represent the City nor does communications through this provider constitute communications to the City. The City of Oviedo is not responsible for errors and omissions occurring in the transmission or downloading of any documents from the online website. In the event of any discrepancy between information on this website and the hard copy specifications, the terms of the hard copy specification will control. AMERICANS WITH DISABILITIES ACT: Persons with disabilities needing special accommodation at public meetings should contact the Purchasing Division at 407-971-5534, no later than seven (7) days prior to the appropriate date on which the accommodation is requested. TITLE VI: No person shall on the basis of race, color, national origin, sex, age, disability, family or religious status, as provided by Title VI of the Civil Rights Act of 1964, the Civil Rights Restoration ITB 24-20 GENERAL BIDDING CONDITIONS 00050-2 Act of 1987, the Florida Civil Rights Act of 1992 and other nondiscrimination authorities, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination or retaliation under any program or activity of the City of Oviedo. ASSIGNMENT: The Bidder shall not assign or transfer any contract resulting from this solicitation, including any rights title or interest therein, or its power to execute such contract to any person, company or corporation without the prior written consent of the City. BID OPENING: Electronic bids shall be received in accordance with the instructions in the bid document. Bid opening shall be public on the specified date as outlined in the bid document. All bids that have been received in a timely manner will be opened, recorded and accepted for consideration. The names of the bidders submitting bids will be read aloud and recorded. Bids received after the specified date and time will not be accepted. Bids will not be accepted by hard copy, telephone or facsimile. Public Opening: Via Zoom at www.zoom.us, Meeting ID: 816 0254 6520 Pass Code: 413892 CANCELLATION: The City reserves the right to cancel, in whole or in part, any solicitation when it is in the best interest of the City. Availability of all information related to a cancelled solicitation is subject to Chapter 119, Florida Statutes. COLLUSION AMONG FIRMS: More than one (1) bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. Reasonable grounds for believing that a Bidder is involved in more than one proposal submittal will be cause for rejection of all bids in which such Bidders are believed to be involved. Any or all bids will be rejected if there is reason to believe that collusion exists between Bidders. Bids in which the prices obviously are unbalanced will be subject to rejection. The bidder, by affixing its signature to this proposal, certifies that its bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a bid for the same item(s), and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. CONFLICT OF INTEREST: The award of any contract hereunder is subject to the provisions of Chapter 112, Florida Statutes. Bidders must disclose with their proposal the name of any officer, director, partner, proprietor, associate or agent who is also an officer or employee of the City or any of its agencies. Further, all Bidders must disclose the name of any officer or employee of the City who owns, directly or indirectly, any interest in the Offeror’s firm or any of its branches or affiliate companies. DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the City of Oviedo City Manager shall be final and binding on both parties. ITB 24-20 GENERAL BIDDING CONDITIONS 00050-3 EFFECTIVENESS AND DURATION: A sample Agreement, of which is attached as "Exhibit A", will be the contracting mechanism for the bid award. This agreement may not be amended and any exceptions noted by the bidder to this document will not be considered. Exhibit A is an example only and shall not be included as part of your submittal. The agreement alone will not authorize the work or purchase of materials or require the City to place any orders for work or materials. Required services and/or materials will be specifically enumerated, described and depicted in the Purchase Order or Work Order authorizing the purchase of the specific service and/or materials. During the term of the Contract, the City may require changes which alter the contract specifications provided that such changes are within the general scope of the contract. The parties agree to renegotiate to comply with any applicable current or revised state laws, regulation, or increases/decreases in allocations making any changes in the contract necessary. Modifications of provisions shall only be valid through execution of a formal contract amendment, and duly signed by both parties. There are no obligations to agree by either party. The City will consider price adjustments resulting from increases in raw material costs, manufacturing price increases, imposition of costs not contemplated at the time this bid was released, etc., if rendered by written notice of vendor’s price increase (i.e. letter, invoice, etc. from manufacturer, agency or other regulatory authority). Any requests for price adjustments must be submitted to the Public Works Director in writing. If the Public Works Director concurs with the adjustment, the request will be presented to the City Manager and/or City Council who may approve or deny the request. Any approval will be in the form of an amendment to the Contract and shall be signed by both parties. Price increases will not be considered during the first year of the contract. DELIVERY: The Contractor shall be responsible for delivery of all items in good condition at the delivery location on each purchase order. Deliveries shall be made during the City’s normal operating hours. It shall be the responsibility of the Contractor to coordinate the jobsite delivery and placement of materials required for completion of the project with the assigned City representative. Contractor shall file with the carrier all claims for breakage and other losses. The City shall document packages not received in good condition. In the event the goods and/or contractual services are found to be defective or do not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product at the Contractor’s expense. FREIGHT TERMS: Bid prices shall include delivery, Free on Board (F.O.B.) destination, freight prepaid and shall include cartage, drayage, packing etc., delivered to and unloaded at the receiving site designated on the purchase order. The Contractor pays and bears all freight related charges, owns goods in transit, and files any claims. REMOVEL OF DEBRIS: The Contractor shall be responsible for the prompt removal of all debris from the worksite, which is a result of its activities. The Contractor shall not use the trash receptacles located on City property. Any debris left at the worksite must be removed within 24 ITB 24-20 GENERAL BIDDING CONDITIONS 00050-4 hours’ notice from the City. The Contractor assumes all liability for accidents that may occur due to any debris, equipment, tools, and worksite hazards. FEDERAL AND STATE TAX: The City of Oviedo is exempt from Federal and State Sales and Use Taxes for tangible personal property. Contractors doing business with the City shall not be exempted from paying sales tax to their Suppliers for materials to fulfill contractual obligations with the City nor shall any Contractor be authorized to use the City’s Tax Exemption Number in securing such materials. GOVERNING LAW/JURISDICTION: The interpretation, effect, and validity of any contract(s) resulting from this solicitation shall be governed by the laws and regulations of the State of Florida. Venue of any court action shall be in Seminole County, Florida. In the event that a suit is brought for the enforcement of any term of the contract(s). JUDGEMENTS/LEGAL FINDINGS: By submitting this bid for consideration, the Bidder affirms that they currently have no judgements or other legal findings nor have any pending judgments or other legal findings against the company or any of its executives, with any federal, state or local governmental entities that in any way could impact or have the potential to impact their ability to complete any contract awarded them as a result of this bid. Failure to disclose any such judgments and/or findings will result in the termination of any contracts and other penalties as deemed legal and appropriate by the City. LEGAL REQUIREMENTS: Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the item(s) covered herein apply. Lack of knowledge by the bidder will in no way be cause for relief from responsibility. LIABILITY: The City of Oviedo assumes no responsibility for the cost of preparing this Invitation to Bid. The awarded Bidder(s) shall hold and save the City of Oviedo, its officers, agents and employees harmless from liability of any kind in the performance of or fulfilling the requirement of the Purchase Order or Contract which may result from award of this solicitation. MISTAKES: In the event of extension errors, the unit price will prevail and the Bidder’s total offer will be corrected accordingly. In the event of addition errors, the extended totals will prevail and the Bidder’s total will be corrected accordingly. Bidders must check their bid where applicable. Failure to do so will be at the Bidder’s risk. PAYMENT: In order for the City to provide payment, the Bidder shall submit a fully documented invoice that provides the basic information set forth in the agreement. The invoice shall be submitted to the City within thirty (30) calendar days after the service has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a City representative has reviewed and approved the service. The Bidder shall be paid upon submission of invoices to the Accounts Payable, City of Oviedo, 400 Alexandria Blvd, Oviedo, Florida 32765. Invoices are to be billed at the prices stipulated on the ITB 24-20 GENERAL BIDDING CONDITIONS 00050-5 Purchase Order and as outlined in this bid. All invoices must show the City of Oviedo Purchase Order Number. PUBLIC RECORDS: The CONTRACTOR agrees to fully comply with all State laws relating to public records. In order to comply with Section 119.0701, Florida Statutes, the CONTRACTOR must: (1). Keep and maintain public records required by the City to perform the service, (2). Upon request from the City 's custodian of public records, provide the public with a copy of the public records requested or allow the records to be inspected or copied within a reasonable time and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law, (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this Agreement and following completion of this Agreement if the CONTRACTOR does not transfer the records to the City, (4) Upon completion of this Agreement, transfer, at no cost, to the City all public records in possession of the CONTRACTOR or keep and maintain public records required by the City to perform the service. If the CONTRACTOR transfers all public records to the City upon completion of this Agreement, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONTRACTOR keeps and maintains public records upon completion of this Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City, and (5). If the CONTRACTOR does not comply with a public records request, the City shall enforce any and all Agreement provisions in accordance with this Agreement and the CONTRACTOR shall be subject to all rights and remedies of the City and the public under controlling State law. A request to inspect or copy public records relating to this Agreement must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the CONTRACTOR of the request, and the CONTRACTOR must provide the records to the City or allow the records to be inspected or copied within a reasonable time. Failure by the CONTRACTOR to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The CONTRACTOR shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the CONTRACTOR and shall promptly provide the City with a copy of the CONTRACTOR’s response to each such request. The CONTRACTOR agrees that if any litigation, claim, or audit is started before the expiration of the record retention period established above, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved and final action taken. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 407-971-5504, ELIANNE RIVERA, CITY CLERK, CITY OF ITB 24-20 GENERAL BIDDING CONDITIONS 00050-6 OVIEDO, 400 ALEXANDRIA BOULEVARD, OVIEDO, FLORIDA 32765, ERIVERA@CITYOFOVIEDO.NET QUALIFICATIONS OF RESPONDENTS: The Contractor should have 3 years work experience in Storm Sewer Rehabilitation for commercial accounts. Before awarding the bid, the City of Oviedo reserves the right to require the bidder to submit such evidence of his/her qualifications and experience as it may deem necessary, and may consider any evidence available to it of the financial, technical and other qualifications and abilities of a bidder. RESPONSIVENESS: Responses shall conform in all material respects to the solicitation in order to be considered for award. Any bid which fails to conform to the solicitation’s essential requirements may be rejected. Any Bid which is not provided on the City form or fails to include the requested information, may be considered non-responsive and disqualified from consideration for award. The City shall notify any bidder in writing whose bid has been deemed non-responsive. RIGHT OF REJECTION BY THE CITY: Notwithstanding other provisions of this bid document, the City reserves the right to award this contract to the firm that best meets the requirements of the City. Further, the City reserves the right to reject any or all submittals prior to execution of the contract, with no penalty to the City. SIGNATURE OF BIDDER: The Bidder shall sign the Bid response forms in the space provided for the signature. If the Bidder is an individual, the words, "Doing Business As (business name)", or "Sole Owner"' shall appear beneath his signature. In the case of partnership, the signature of at least one of the partners shall follow the company name and the words, "Member of Firm", should be written beneath such signature. If the Bidder is a corporation, the title of the officer signing the Bid response on behalf of the corporation shall be stated. An electronic signature may be used and shall have the same force and effect as a written signature. STATE REGISTRATION REQUIREMENTS: Any corporation submitting a bid in response to this solicitation shall either be registered or have applied for registration with the Florida City of State in accordance with the provisions of Chapter 607, Florida Statutes. A copy of the registration/application may be required prior to award of a contract. Any partnership submitting a response to this Solicitation shall have complied with the applicable provisions of Chapter 620, Florida Statutes. For additional information on these requirements, please contact the Florida Secretary of State’s Office, Division of Corporations, (800) 755-5111 (http://www.dos.state.fl.us). VERIFICATION OF EMPLOYMENT STATUS: The Contractor is required to be registered with the U.S. City of Homeland Security’s E-Verify. The Contractor shall use the E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the contract term. The Contractor shall include an express provision in all of its subcontracts requiring subconsultants, who perform work or provide services pursuant to the contract, to use the E- Verify system to verify the employment eligibility of all new employees hired by the ITB 24-20 GENERAL BIDDING CONDITIONS 00050-7 subconsultant during the contract term. Only those employees determined eligible to work within the United States shall be employed under this contract. By submission of a bid or proposal in response to this solicitation, the Contractor affirms that all employees in the above categories shall undergo e-verification before placement on this contract. The Contractor shall commit to comply with this requirement by completing the E- Verification Certification form attached to this solicitation. A public employer, consultant, or subconsultant who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Florida Statutes is obligated to terminate the contract with the person or entity pursuant to Section 448.095(2)(c)1, Florida Statutes. If the City terminates the contract for the foregoing reason, the consultant will be liable for any additional costs incurred by the City as a result of the termination of the contract. PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING Bidders are hereby notified of the provisions of section 287.05701, Florida Statutes, as amended, that the City will not request documentation of or consider a Bidder's social, political, or ideological interests when determining if the Bidder is a responsible Bidder. Bidders are further notified that the City's governing body may not give preference to a Bidder based on the Bidder's social, political, or ideological interests. PURPOSE The City of Oviedo is soliciting bids to procure a qualified Contractor for the storm sewer rehabilitation for City of Oviedo. The Contractor shall furnish all labor, materials and equipment necessary for the sewer rehabilitation within the City of Oviedo. EVALUATION OF BIDS Awards shall be made to the responsive and responsible bidder(s) whose bids are determined to be the most advantageous to the City, taking into consideration the evaluation factors set forth below: A. Price B. Qualifications of the Bidder C. References The successful bidder must be registered on Sunbiz and licensed to do business in the State of Florida. REFERENCES The Bidder shall provide a minimum of three (3) previous and current clients including name, address, phone number, e-mail address, contact person, project description and cost. The references must include previous or current projects similar to the scope of work for this bid. ITB 24-20 GENERAL BIDDING CONDITIONS 00050-8 The City intends to conduct reference checks of those clients. These checks will be used to validate the Bidder’s past performance and determine overall satisfaction with the Bidder’s services. BID AWARD: This bid may be awarded to one or more Contractors, in part or in whole. The City of Oviedo also reserves the right to accept or reject any or all bids which they may deem to best serve the interest of the City and the City reserves the right to waive technicalities or informalities. The City has the sole discretion and reserves the right to cancel this solicitation, to reject any and all submittals, to waive any and all informalities and/or irregularities, or to re-advertise with either the identical or revised specifications, if it is deemed to be in the best interest of the City to do so. Contractors who are awarded contracts are asked to extend the same pricing and conditions to other entities who may want to “piggy-back” a City of Oviedo Bid. The selected bidder(s) will be expected to execute the City’s standard agreement provided in Exhibit A and provide all the needed insurance certificates and endorsements per that agreement. Each bidder shall become familiar with all the terms contained in the agreement and be willing to execute the agreement before submitting a bid. There shall be no exception to either the scope of services or the terms of the agreement. The services to be provided under the agreement will be provided on an as needed basis using work orders and purchase orders issued by the City. A Purchase Order will identify the project on which the services are to be provided and the purchase order date shall be the authorization for the services to begin. During the contract period, the City of Oviedo shall reserve the right to seek qualifications and/or proposals from other individuals or firms for specialized projects, as deemed to be in the best interest of the City of Oviedo. ANTICIPATED TIMETABLE Release of Invitation to Bid June 9, 2024 Deadline for Written Questions July 1, 2024 Bid Due Date July 11, 2024 Anticipated Award Date August 2024 All dates are tentative. The City reserves the right to change scheduled dates. SUBMITTAL OF BIDS For purposes of this solicitation, a sealed bid is considered a bid submitted using VendorLink. The bid must be received no later than 2:00 PM JULY 11, 2024. To ensure correct bid formatting, bidders shall: ITB 24-20 GENERAL BIDDING CONDITIONS 00050-9 1. Submit Bid electronically through VendorLink. 2. Upload files only in MS Word (.doc or .docx), Excel (.xls or .xlsx), Adobe Portable Document Format (.pdf); or Compressed File (ZIP) formats. 3. Enable printing on files submitted. 4. Make sure all uploaded files are readable and not corrupt. 5. Contact VendorLink technical support at support@evendorlink.com if technical difficulties arise during bid submission. 6. Follow all instructions outlined in this ITB and provide all requested information. An unsigned bid is not a valid offer, therefore, failure to sign in the space provided on the Bid Form will result in the bid being considered non-responsive and the bid rejected. It is not a minor technicality which the City reserves the right to waive. An electronic signature may be used and shall have the same force and effect as a written signature. The City may ask awarded bidders to supply one (1) hard copy set with original, written signatures and original forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by the City. All bids are subject to the conditions specified herein and on any attached sheets, specifications, special conditions or vendor notes. RESPONSE DUE DATE AND TIME All responses are due no later than 2:00 PM Eastern Standard Time on July 11, 2024 or as may be revised by written addenda. Bids not in possession of the City by the due date and time shall be deemed late and shall not be considered for award. The responsibility for submitting a bid before the stated due date and time is solely and strictly the responsibility of the bidder. The City is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery, or any other occurrence. QUESTIONS All questions concerning this solicitation shall be submitted in writing to the name and e-mail address listed below prior to 5:00 p.m. (Eastern Standard Time) on July 1, 2024. All responses to questions will be in the form of an addenda that will be posted on VendorLink. Jacqueta Scott Procurement Manager E-mail: purchasing@cityofoviedo.net Respondents will be required to acknowledge receipt of addenda, if any, on the Acknowledgement of Addenda Form included in this bid document. It is the responsibility of the ITB 24-20 GENERAL BIDDING CONDITIONS 00050-10 prospective respondents to check VendorLink for addenda and other important information pertaining to this solicitation. PROPRIETARY INFORMATION In accordance with Chapter 119 of the Florida Statutes (Public Records Law), and except as may be provided by other applicable State and Federal Law, all bidders should be aware that Invitation to Bids and the responses thereto are in the public domain. However, the bidders are requested to identify specifically any information contained in their proposals which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All proposals received from bidders in response to this Invitation to Bid will become the property of the City of Oviedo and will not be returned to the bidders. In the event of contract award, all documentation produced as part of the contract will become the exclusive property of the City. EFFECTIVE PERIOD OF BIDS All proposals must state the period for which the proposal shall remain in effect. Such period shall not be less than one hundred twenty (120) days from the proposal date to allow for the evaluation and selection process and proper execution of the Agreement. LICENSES, PERMITS, OR FEES It shall be the responsibility of the Bidder to obtain any and all licenses and permits as required, to complete these services. The license must be valid at the time of the bid opening, and throughout the term of any contract. A copy must be provided with the bid submission. Said licenses shall be in the Bidder’s name as it appears on the Bid Form. Failure to hold and provide proof of proper licensing, certification and registration may be grounds for rejection of the bid. DEBARRED OR SUSPENDED BIDDERS The Bidder certifies, by submission of its bid, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in contracting with any federal City or agency. The City reserves the right to reject any bid from a debarred or suspended Bidder or from a Bidder whose principals are debarred or suspended. ELECTRONIC SIGNATURES The successful bidder consents and agrees to the execution of documents using electronic signatures as allowed by the provisions of Florida Statutes §668.001-006 – The Florida Electronic Signatures Act of 1996. END OF SECTION ITB 24-20 PUBLIC ENTITY CRIME INFORMATION STATEMENT 00051-1 SECTION 00051 PUBLIC ENTITY CRIME INFORMATION STATEMENT All invitations to bid as defined by Section 287.012(16), Florida Statutes, requests for proposals as defined by Section 287.012(22), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: “A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal or reply on a contract with a public entity for the construction or repair of a public building or public works; may not submit bids, proposal, or replies on leases of real property to a public entity; may not be awarded or perform work as a Contractor, supplier, sub-contractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list.” All vendors who submit a Bid or Request for Proposal to the City of Oviedo, are guaranteeing that they have read the previous statement, and by signing the bid documents, are qualified to submit a bid under Section 287.133, (2)(a) Florida Statutes. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. ________________________________ Date: _________________________ Authorized Signature and Title Print Name and Title **THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR BID. END OF SECTION Jose L. Ferre, Managing Member 07/10/2024Managing Member ITB 24-20 AFFIDAVIT OF BIDDER 00052-1 SECTION 00052 AFFIDAVIT OF BIDDER BEFORE ME, the undersigned authority duly authorized by the laws of Florida to administer oaths, personally, appeared, ____________________________________, who having been first duly sworn, says: 1. I represent, ___________________________________, the bidder relating to the following project of the City of Oviedo: STORM SEWER REHABILITATION 2. 3. In order to comply with City of Oviedo directives and implement, the provisions of State law [Committee Substitute for House Bill 735 (Chapter 2002-67, Laws of Florida)], I have ensured and the bidder has ensured that any and all documents such as building plans, blueprints, schematic drawings and diagrams, regardless of the status of the documents (draft, preliminary or final), which depict the internal layout and structural elements of the proposed City of Oviedo facility which is the subject of this procurement activity that have been provided to the bidder by the City have been maintained by the bidder and any and all persons or entities participating in the bid with the bidder in such manner that has ensured and will ensure that the exempt status of the information was and will be protected. 4. Further, I have protected and safeguarded and the bidder has protected and safeguarded the above-referenced documents from public dissemination. 5. Further, I have ensured and the bidder has ensured that the following persons and entities: all subcontractors (potential or contracted) of recipient, all employees, agents, officers and any other persons associated with the bidder; have taken the actions as described in paragraphs 2 and 3 of this Affidavit. UNDER PENALTIES OF PERJURY, I declare that I have read the foregoing Affidavit and that the facts stated in it are true to the best of knowledge and belief. FURTHER AFFIANT SAYETH NAUGHT. ______________________________________ Signature _____________________________________ Printed Name Sworn to and subscribed before me this______day of _____________________________________, 2024. Affiant is personally known to me/produced _______________________________________ as identification, and did take an oath. _______________________________ NOTARY PUBLIC My commission expires: _________ END OF SECTION Jose L. Ferre Jose L. Ferre ITB 24-20 CONFLICT OF INTEREST STATEMENT 00060-1 SECTION 00060 CONFLICT OF INTEREST STATEMENT STATE OF FLORIDA CITY OF ____________________________________ Before me, the undersigned authority, personally appeared _______________________________________, who was duly sworn, deposes, and states: 1. I am the _______________________________________________________________ of ________________________________________________________ with a local office in ______________________ and principal office in _______________________________. (City & State) (City & State) 2. The above-named entity is submitting a Bid for the City of Oviedo, described as: Bid No. 24-20 – STORM SEWER REHABILITATION FOR CITY OF OVIEDO 3. The Affiant has made diligent inquiry and provides the information contained in this Affidavit based upon his own knowledge. 4. The Affiant states that only one submittal for the above bid is being submitted and that the above-named entity has no financial interest in other entities submitting bids for the same project. 5. Neither the Affiant nor the above-named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraints of free competitive pricing in connection with the entity’s submittal for the above bid. This statement restricts the discussion of pricing data until the completion of negotiations if necessary and execution of the Contract for this project. 6. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise ineligible from participation in contract letting by any local, State, or Federal Agency. 7. Neither the entity, nor its affiliates, nor anyone associated with them, have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 8. I certify that no member of the entity’s Ownership or management is presently applying for an employee position or actively seeking an elected position with the City of Oviedo. 9. I certify that no member of the entity’s Ownership, management, or staff has a vested interest in any aspect of the City of Oviedo. Oviedo Jose L. Ferre Managing Member Flotech Environmental, LLC Orlando, Florida Miami, Florida ITB 24-20 CONFLICT OF INTEREST STATEMENT 00060-2 10. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above-named entity, will immediately notify the City of Oviedo. ____________________________________ _________________________________ Signed Dated ______________________________________________________________________________________ Typed Name and Title Sworn to and subscribed before me this _______day of ___________________________________2024. Personally known ____ OR produced identification ____. Identification type: _______________________ Notary Public: State of ___________________ County of ______________________________________ ___________________________________________________ Printed, typed, or stamped commissioned name of notary public My commission expires _______________________________ **THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR BID. END OF SECTION 07/10/2024 Jose L. Ferre, Managing Member ITB 24-20 SECTION 00070 COMPLIANCE WITH EMPLOYMENT ELIGIBILITY REQUIREMENTS (§448.095, Florida Statutes – E-Verify) The E-Verify system is an internet-based system operated by the United States City of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. Florida Statutes §448.095 provides that any person or entity that has entered or is attempting to enter into a contract with the City of Oviedo to provide labor, supplies or services must register with and use the E-Verify system to verify the work authorization status of all employees hired after January 1, 2021. Further, the consultant must maintain certain required employment compliance records of subconsultants for the duration of the contract with the City of Oviedo. Consultant Name: ___________________________________________________ Consultant E-Verify Registration Number: ________________________________ The undersigned, on behalf of the consultant referenced above, after first being duly sworn, states as follows: 1. That said consultant understands that the consultant must comply with §448.095, Florida Statutes. 2. That the consultant uses the E-Verify system to verify the work eligibility status of employees. 3. That the consultant has enrolled in the E-Verify system under the registration number referenced above and will verify the work eligibility status of employees hired after January 1, 2021 through said registration number throughout the contract period of any and all contracts with the City of Oviedo. 4. That the consultant will maintain affidavits of subconsultants engaged to perform work on any and all contracts with the City of Oviedo. 5. That said consultant further understands that violation of §448.095, Florida Statutes may result in lawful termination of a contract by the City of Oviedo, subjecting the consultant to liability for additional costs incurred by the City of Oviedo as a result of the termination of the contract. By: __________________________________ Print Name: ______________________________ Sworn to and subscribed before me, by (__) physical presence or (__) remote audio-visual means, this _____ day of __________________________, 2024. S/He is personally known to me or has produced ____________________________ as identification. ________________ ______________________________ Notary Public My commission expires: _____________ **THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR BID. 1609065 Flotech Environmental, LLC ITB 24-20 SECTION 00080 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority- owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies that Boycott Israel List created pursuant to section 215.4725, Florida Statutes, or are engaged in a boycott of Israel. In addition, if this solicitation is for a contract for goods or services of one million dollars or more, I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to section 215.473, Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute. I understand and agree that the City may immediately terminate any contract resulting from this solicitation upon written notice if the undersigned entity (or any of those related entities of respondent as defined above by Florida law) are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with the Iran Petroleum Energy Sector List or it is found to have been engaged in business operations in Cuba or Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. Company Name: _________________________________________________________________ FEIN: _________________________________________________________________________ Authorized Representative Name and Title: ___________________________________________ Address: ______________________________________________________________________ City: _____________________ State: _____________________________ Zip: ______________ Phone Number: ____________________ Email Address: _____________________________ Certified By: __________________________________________________________________, Print Name Print Title who is authorized to sign on behalf of the above referenced company. Authorized Signature:_________________________________________________________ Flotech Environmental, LLC 45-4556187 Jose L. Ferre, Managing Member Miami 657 South Drive, Suite 401 Florida 33166 (866) 299-3323 estimating@flotechllc.com Jose L. Ferre, Managing Member ITB 24-20 INSTRUCTION TO BIDDERS 00100-1 SECTION 00100 INSTRUCTIONS TO BIDDER 1. GENERAL 1.1 Project Identification Bids are requested for the STORM SEWER REHABILITATION for the City of Oviedo, hereinafter called the OWNER, to be performed in compliance with the Contract Documents prepared by, the City of Oviedo, 400 Alexandria Boulevard, Oviedo, Florida 32765. The “ENGINEER” shall be defined as the City Engineer for the City of Oviedo or his representative. The term “PROCUREMENT MANAGER” shall be defined as the City of Oviedo Procurement Manager or a representative. 1.2 Official Bid Documents A. Definition Bidding Documents include the Advertisement for Bids, Instructions to Bidders, Bid Form, other sample bidding and contract forms, and the proposed Contract Documents, including any Addenda issued prior to receipt of bids. B. Official Bid Documents The official bid documents, including specifications and Bid Form, are available through VendorLink at 1-407-222-1885 or www.myvendorlink.com, document number 24-20. It is mandatory that interested bidders request the bid documents directly from VendorLink prior to submitting a bid. This is necessary to assure that bidders have a complete official bid package and to record interested bidders’ information for issuance of any addenda. Bids will not be accepted from bidders who have obtained bid documents from any other party other than VendorLink. C. Addenda Addenda will be mailed or otherwise delivered to all plan holders who received a complete set of Bidding Documents from VendorLink. All Addenda issued during the time of bidding shall form a part of the Contract Documents, shall be covered in the Bid, and shall become a part of the Contract. Receipt of each Addendum shall be acknowledged on the Bid Form; failure to do so may subject the Bidder to disqualification. It shall be the Bidder's responsibility to ensure that they have received all Addenda prior to bid. The OWNER or PROCUREMENT MANAGER shall not be responsible for non-receipt or untimely receipt of Addenda due to acts of the delivering agency or any other cause. ITB 24-20 INSTRUCTION TO BIDDERS 00100-2 1.3 Examination of Documents and Inspection of Site Before submitting a Bid, Bidders shall carefully examine the Bidding Documents and inspect the project site to fully inform themselves of all existing conditions and limitations. Each Bidder, by submitting his Bid, represents that he has so examined the Bidding Documents and inspected the site, that he understands the provisions of the Bidding Documents and that he has familiarized himself with the local conditions under which the work is to be performed. Bidders will not be given extra payment or contract time for conditions which could have been determined by such examinations. 1.4 Bidding Procedure A. Form of Bid 1. Each Bid shall be submitted on the Bid Form prepared by the ENGINEER included as one of the Bidding Documents. The Bidder is not permitted to make changes in the Bid Form provided. The Bidder shall fill in spaces on the Bid Form by typewriter or manually in ink. When a Bidder submits a Bid with spaces containing erasures or other changes, each erasure or change must be initialed by the person signing the Bid. 2. The Bidder must fill in all relevant blank spaces. Where so indicated by the makeup of the Bid Form, amounts shall be expressed in both words and figures, and in case of discrepancy between the two, the amount in words shall govern. In Unit Price Type Bids, the Bidder must furnish a Unit Price for all items, regardless of the quantity. In case of discrepancy between the Unit Price and the Total Amount, the Unit Price shall govern. 3. No conditional Bids will be accepted. Alternate Bids will not be considered unless called for. Oral proposals or modifications will not be considered. 4. The Bid shall include the legal name of the Bidder and a statement whether the Bidder is a sole proprietor, a partnership, a corporation, or any other legal entity, and the Bid shall be signed by the person or persons legally authorized to bind the Bidder to a Contract. A Bid by a corporation shall further give the State of incorporation and have the corporate seal affixed. A Bid submitted by an agent shall have a current Power of Attorney attached certifying agent's authority to bind Bidder. C. Submission of Bids 1. The Bid and any other documents required to be submitted with the Bid shall be enclosed in the sealed bid package. For purposes of this solicitation, a sealed bid is considered a bid submitted using VendorLink. The bid must be received no later than 2:00 p.m. on July 11, 2024. To ensure correct bid formatting, bidders shall: ITB 24-20 INSTRUCTION TO BIDDERS 00100-3 a. Submit Bid electronically through VendorLink. b. Upload files only in MS Word (.doc or .docx), Excel (.xls or .xlsx), Adobe Portable Document Format (.pdf); or Compressed File (ZIP) formats. c. Enable printing on files submitted. d. Contact VendorLink technical support at support@evendorlink.com if technical difficulties arise during bid submission. e. Follow all instructions outlined in this ITB and provide all requested information. An unsigned bid is not a valid offer, therefore, failure to sign in the space provided on the Bid Form will result in the bid being considered non- responsive and the bid rejected. It is not a minor technicality which the City reserves the right to waive. An electronic signature may be used and shall have the same force and effect as a written signature. The City may ask awarded bidders to supply one (1) hard copy set with original, written signatures and original forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by the City. All bids are subject to the conditions specified herein and on any attached sheets, specifications, special conditions or vendor notes. 2. Bids will be officially recorded as received in the PROCUREMENT MANAGER’s office ONLY. The time/date stamp located on VendorLink will serve as the official authority to determine lateness of any bids. Under no circumstances will bids delivered after the due date and time specified be considered. Bids received after the due date and time will be disqualified as late bids and will not be recorded as a responding Bidder. Late bids will be returned to the Bidder unopened. Do not return the entire bid package. Only the Bid Form, any other required forms and each accompanying sheet on which an entry has been made by the Bidder should be returned in the sealed envelope. To facilitate the evaluation process, each bidder shall submit the bid in duplicate original Bid Form, marked original with attachments and one copy of the Bid Form and all attachments. The Bidder represents that the article(s) to be furnished under this Invitation to Bid is/are new and unused, unless specifically so stated, and that the quality has not deteriorated so as to impair its usefulness. ITB 24-20 INSTRUCTION TO BIDDERS 00100-4 D. Modification and Withdrawal 1. Bids may not be modified after submittal. 2. Bidders may withdraw Bids at any time prior to the Bid Opening time and date. Withdrawal requests shall be made in writing and must be received by the OWNER before the time and date stated or as addended for the Bid Opening. Properly withdrawn Bids will be returned unopened to the person or firm submitting the Bid. 3. A Bidder who withdraws his Bid may submit a new Bid in the same manner as specified herein under "Submission of Bid". A Bid submitted in place of a withdrawn Bid shall be clearly marked as such on the outside of the envelope and on the Bid Form. 4. If a Contract is not awarded within sixty (60) calendar days after opening of Bids, a Bidder may file a written request with the OWNER for the withdrawal of his Bid. 1.5 Consideration of Bids and Basis of Award A. Basis of Award 1. Except in cases where the OWNER exercises the right to reject all Bids, the Contract will be awarded by the OWNER as soon as practical after Opening of Bids, to the most responsive, responsible Bidder as the best interest of the City of Oviedo may require. 2. The most responsive, responsible Bid shall be the Bid that best serves the needs of the OWNER, as solely determined by the OWNER. Bidder, by submitting a Bid, accepts the OWNER’s right to determine the most responsive, responsible Bid. 3. The OWNER exercises the right to reject all Bids that, in the OWNER’s sole discretion, per unit item cost, are uneven or unbalanced. B. Evaluation of Responsiveness 1. The responsiveness of Bidders will be judged on the basis of the completeness of the Bid submitted. To be responsive, a Bid must be submitted on the forms provided as part of the Bid Documents and shall include the following: a. Bid Form (Section 00300) with all of the following properly completed: (1) Acknowledgment of receipt of all Addenda. (2) Bid Amount. (3) Signatures required for a binding Bid. b. Public Entity Crime Information Statement ITB 24-20 INSTRUCTION TO BIDDERS 00100-5 c. Affidavit of Bidder d. Conflict of Interest Statement (Section 00060). e. Drug-Free Workplace Certification Form (Section 00420). f. Trench Safety Statement (Section 00430). g. Non-Collusion Affidavit of Bidder (Section 00440). h. Dispute Disclosure Form (Section 00460). i. Statement of Insurance Compliance (Section 00640). j. Compliance with Employment Eligibility Requirements k. Certification Regarding Prohibition Against Contracting With Scrutinized Companies l. Byrd Anti-Lobbying Certificate, Debarment/Suspension Certificate, Civil Rights Compliance Provision. (See Attachment B) m. Proof of Insurance and Current W-9 Form n. A list of all sub-contractors to be utilized by the Bidder for the contract work. o. A list of three or more business references and contact names for similar construction projects. p. Evidence of qualification and licensing to do business in the State and locality of this project. q. Evidence of corporate or joint-venture certification in the state if two or more corporate entities respond as a single Bidder. 2. If, upon opening the Bid, any of the items required to be responsive are found to be missing or incomplete, the Bidder will be judged non-responsive. 3. Bid proposals must be signed by the Bidder with his signature in full. When a firm is the Bidder, the bid proposals shall be signed in the name of the firm by one or more of the partners. When a corporation is the Bidder, the officer signing shall set out the corporate name in full beneath which he shall sign his name, give title of his office, and affix the corporate seal. C. Evaluation of Responsibility 1. To be judged responsible, the Bidder shall meet the following standards: ITB 24-20 INSTRUCTION TO BIDDERS 00100-6 a. Must demonstrate that he has adequate financial resources for performance, the necessary experience (including experience in constructing a similar project), organization, technical qualifications, and facilities, or a firm commitment, arrangement, or ability to obtain such (including proposed subcontracts). b. Be able to comply with the required completion schedule for the project. c. Have a satisfactory record of integrity, judgment, and performance as a corporation (including its shareholders and officers), or as a sole proprietorship, including in particular, any prior performance upon contracts from the State and the OWNER. Any parties currently under litigation with the OWNER may be judged non-responsible d. Have an adequate financial management system and audit procedure which provides efficient and effective accountability and control of all property, funds, and assets. e. Submit evidence of experiences on projects similar in character, size and value, which has been satisfactorily completed and which are now in satisfactory operation, and showing the location, the OWNER's name and address, the money value of the work, and a brief description of the project. f. Conform with the civil rights, equal employment opportunity, and labor law requirements of the Bid Documents. g. Demonstrate his ability to perform the work within the Contract Time. This demonstration of ability shall include: (1) Performance of the Bidder (the Corporation or proprietorship as a whole) as a prime CONTRACTOR on projects of similar size and type as this Contract; (2) A list of equipment and quantities currently owned or under lease to the Bidder and available for this work; and, (3) Proper licensing of the Bidder to perform the Contract work required. Proper licensing shall be as determined by the Florida Construction Industry Licensing Board. 2. Within seven calendar days after being notified of being the apparent most responsive, responsible Bidder, the Bidder shall submit the following information to the OWNER for evaluation to determine compliance with the responsibility requirements: ITB 24-20 INSTRUCTION TO BIDDERS 00100-7 a. A statement of the Bidder's organization, including resumes of key personnel, especially those personnel proposed for work on this Project. b. A summary of the Bidder's construction experience, including current and past projects. Provide names, addresses, phone numbers, and contact persons for references. c. A current (within the last 12 months) audited financial statement prepared in accordance with generally accepted accounting procedures. The financial statement shall include, as a minimum, an income statement, a statement of changes and related footnotes, a balance sheet, and certification that the financial status of the company has not materially changed since the audit 3. Except as specified under the heading "Evaluation of Responsiveness", if any information required by the Bidding Documents to be submitted with the Bid or subsequent to Bidding but prior to Award is not submitted as required, the Bid will be considered irregular. Failure to promptly correct the irregularity upon notification by the OWNER may cause the Bidder to be judged non-responsible. Bidders may then be disqualified at the discretion of the OWNER. D. Substitutions will NOT be considered after receipt of the BIDDER’s Bid, unless specifically requested in writing by the CONTRACTOR with justification and acceptance in writing by the OWNER and ENGINEER E. In order that the ENGINEER may determine if the proposed substitute item is a satisfactory alternate to those specified, one set of drawings, specifications, full descriptive material as noted in the Section General Requirements, shall be submitted with proposal. In the event that the ENGINEER does not accept the material or equipment for use as a substitute, then the material or equipment listed in the Contract Documents shall be furnished for the amount of the BASE BID. In the event that the ENGINEER allows the material or equipment for use as a substitute, the proposed substitute material or equipment shall be furnished and the CONTRACTOR’s Bid Price shall be adjusted accordingly. F. If the CONTRACTOR furnishes an acceptable alternate unit, he shall notify the ENGINEER in writing of all dimensional, mechanical, electrical, and structural changes and/or requirements for the unit’s use and shall reimburse the ENGINEER through the OWNER for any associated redesign and/or construction drawings. He shall include in his bid the additional construction costs of mechanical, architectural, structural, electrical, and Engineering costs of that alternate unit. The bid shall also include any paid-up licenses necessary for the use of the equipment, if required by the manufacturer. G. Trade Names: In cases where an item is identified by a manufacturer’s name, trade name, catalog number, or reference, it is understood that the bidder proposes to furnish the item so identified and does not propose to furnish an “EQUAL” unless the proposed “EQUAL” is definitely indicated therein by the bidder. ITB 24-20 INSTRUCTION TO BIDDERS 00100-8 The reference to a name brand is intended to be descriptive, but not restrictive, and only to indicate to the prospective bidder articles that will be satisfactory. Bids on the other makes and catalogs will be considered provided each bidder clearly in his bid or proposal exactly describes what he proposes to furnish and forwards with his bid a cut illustration or other descriptive matter which will clearly indicate the character of the article covered by his bid. The City hereby reserves the right to approve as an equal, or reject as not being equal, any article the bidder proposes to furnish which contains major or minor variations from the specification requirements but may comply substantially therewith. If no particular brand, model, or make is specified and if no data is required to be submitted with the bid, the successful CONTRACTOR after award and before manufacturer or shipment may be required to submit working drawings or detailed descriptive data sufficient to enable the City to judge if such requirement of the specification is being complied with. 1.6 Bidder's Interest in More Than One Bid No person, firm, or corporation shall be allowed to make, file, or have an interest in more than one Bid for the same work, unless Alternates are called for. A person, firm, or corporation who has submitted a sub-bid to a Bidder or who has quoted prices on materials to a Bidder is not hereby disqualified from submitting a sub-bid or quoting prices to other Bidders. 1.7 Major Equipment Each Bidder must indicate in his Bid the equipment manufacturers of Major Equipment he will provide if awarded the Contract. The Bidder shall list one manufacturer for each piece of equipment. If the Bidder fails to indicate a manufacturer or indicates a manufacturer that is not applicable or lists more than one manufacturer, the OWNER will state what manufacturer is to be furnished. 1.8 Employment and Wage Requirements - Not applicable 1.9 Information Regarding Buy American Provision - Not applicable 1.10 Subcontracts Bidder's attention is invited to Florida State Statutes, Chapter 455.228, which describes the enforcement proceedings regarding the use of unlicensed professionals. 1.11 Certificates and Licenses Bidders must be qualified under Florida Law to perform the Contract work required and present a copy of the CONTRACTOR license issued by the Florida Dept. of Professional Regulation prior to award of the contract. 1.12 Florida Statutes, Section 287.133(3) (a) - Public Entity Crimes Refer to Section 00051. ITB 24-20 INSTRUCTION TO BIDDERS 00100-9 1.13 Florida Trench Safety Act Bidders must comply with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990, by completing and submitting with sealed bid, FLORIDA TRENCH SAFETY ACT STATEMENT, copy of which is included as part of these Contract Documents. END OF SECTION ITB 24-20 INFORMATION AVAILABLE TO BIDDERS 00200-1 SECTION 00200 INFORMATION AVAILABLE TO BIDDERS 1.1 The ENGINEER has relied upon the following information. This information is for general information only and shall not be considered a part of the Bidding or Contract Documents. 1.2 Listing of Information Available to Bidders A. Reports and Investigations Title Date Prepared by Availability N/A N/A N/A N/A B. OWNER / CONTRACTOR Obtained Permits List of Permits (if applicable to the project) Cost 1. City of Oviedo Permanent Sign Permit $ 25.00 min (based on the $6.50 per $1,000 valuation or fraction thereof) 2. City of Oviedo Temporary Sign Permit 25.00 3. City of Oviedo Building Permits $ 25.00 min (25% of Permit fee) 4. City of Oviedo Site Development Order 0 – 10 % Deviation $ 5,112.00 11- 20 % Deviation $ 5,264.00 21 – 31 % Deviation $ 5,864.00 5. City of Oviedo Clearing, Grading, and Tree Removal Permit Tree Removal per Tree $ 35.00 Environmental Permit $ 920.00 Environmental Permit Addl. Per Acre 25.00 $ 25.00 6. City of Oviedo Right-of-Way Level I Permit – Driveway $ 60.00 7. City of Oviedo Right-of-Way Level II Permit $ 1,150.00 8. City of Oviedo Site Construction Type I Permit $ 2,040.00 9. City of Oviedo Site Construction Type II Permit $ 3,150.00 10. Seminole County Right of Way Permit (*) 11. SJRWMD MSSW/ERP (*) 12. NPDES Permit (*) 13. FDEP Domestic Wastewater Collection/Transmission System Permit (*) 14. FDEP Public Drinking Water Facility Construction Permit (*) 15. USACOE Permit (*) (*) CONTRACTOR is responsible for cost determinations ITB 24-20 INFORMATION AVAILABLE TO BIDDERS 00200-2 1.3. Utilities: Existing utilities have been shown on the Drawings insofar as information is reasonably available; however, it will be the CONTRACTOR's responsibility to identify and preserve all existing utilities whether shown on the Drawings or not. If utility conflicts are encountered by the CONTRACTOR during construction, the CONTRACTOR shall give sufficient notice to the OWNER and ENGINEER so that they may make the necessary adjustments. Damage to any utilities which, in the opinion of the OWNER and ENGINEER, is caused by carelessness on the part of the CONTRACTOR shall be repaired by CONTRACTOR at the CONTRACTOR's expense. Any delays ensuing from this damage will be considered as inexcusable. 1.4 Permits: The CONTRACTOR shall strictly adhere to the specific conditions or requirements of all permits issued by the governmental unit(s) or agency(ies) having jurisdiction over the Work. Whenever there is a difference in the requirements of a jurisdictional body and these Specifications, the more stringent shall apply. END OF SECTION ITB 24-20 BID FORM 00300-1 SECTION 00300 BID FORM 1. GENERAL 1.1 Description The following Bid is hereby made to the City of Oviedo, hereafter called the OWNER. Bid is submitted by: Legal Name: _____________________________________________________________________ (Insert whether sole proprietorship, partnership or corporation.) Address: ________________________________________________________________________ Phone Number: ___________________________ Fax Number: _________________________ Contact Person: __________________________________________________________________ 1.2 The Undersigned: A. Acknowledges receipt of: 1. Project Manual (Specifications) for CITY OF OVIEDO, STORM SEWER REHABILITATION from the City of Oviedo, dated JUNE 9, 2024. 2. Addenda: Number , dated . Number , dated . Number , dated . B. Has examined the site and all Bidding Documents and understands that in submitting his/her Bid, he/she waives all right to plead any misunderstanding regarding the same. C. Agrees: 1. To hold this Bid open for sixty (60) calendar days after the bid opening date. 2. To enter into and execute a contract with the OWNER, if awarded on the basis of this Bid. 3. To accomplish the work in accordance with the Contract Documents. Flotech Environmental, LLC 657 South Drive, Suite 401, Miami, FL 33166 (866) 299-3323 N/A Jose L. Ferre 1 2 3 06/20/2024 06/25/2024 07/02/2024 ITB 24-20 BID FORM 00300-2 1.3 Miscellaneous Requirements and Affirmations A. Proposals (Bids) must be submitted in duplicate on this Bid Form B. I have completed and totaled the Bid Form (Attachment A) to reflect my bid amounts C. I have attached evidence of qualification and licensing to do business in the State and locality of this project. D. I have attached a list of all sub-contractors I will utilize for the Contract work. E. I have attached the following required items. a. Bid Form. b. Public Entity Crime Information Statement. c. Affidavit of Bidder. d. Conflict of Interest Statement. e. Drug-Free Workplace Certification Form. f. Trench Safety Statement. g. Non-Collusion Affidavit of Bidder. h. Dispute Disclosure Form. i. Statement of Insurance Compliance. j. Compliance with Employment Eligibility Requirements k. Certification Regarding Prohibition Against Contracting With Scrutinized Companies l. Byrd Anti-Lobbying Certificate, Debarment/Suspension Certificate, Civil Rights Compliance Provision (See Attachment B) m. Proof of Insurance and Current W-9 Form n. A list of all sub-contractors. o. A list of business references. p. Evidence of qualification and licensing. q. Evidence of corporate or joint-venture certification in the state. 1.4 RESPECTFULLY SUBMITTED, signed and sealed this ____ day of _________________, 2024 Contractor ______________________________________________________________________ Signature _______________________________________________________________________ Printed Name ____________________________________________________________________ Title ___________________________________________________________________________ Business Address _________________________________________________________________ City ____________________________ State __________________________________________ ATTEST: ______________________________________________________________________ SECRETARY SEAL END OF SECTION 10 July Flotech Environmental, LLC Jose L. Ferre Managing Member 657 South Drive, Suite 401 Miami Florida ITB 24-20 SECTION 00420 DRUG-FREE WORKPLACE CERTIFICATION FORM IDENTICAL TIE BIDS-In accordance with Florida State Statutes Section 287.087, preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that under a bid a copy of the statement specified in subsection 1 above. 4. In the statement specified in subsection 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available to whom is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this entire section. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. ____________________________________ _________________________________________ Authorized Signature Date ____________________________________ _________________________________________ Printed Name Title ** THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR BID 07/10/2024 Jose L. Ferre Managing Member ITB 24-20 TRENCH SAFETY STATEMENT Bidder acknowledges that included in the various items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The bidder further identifies the cost of compliance with the applicable trench safety standards as follows: TRENCH SAFETY MEASURE (DESCRIPTION) UNITS OF MEASURE (LF, SY) UNIT QUANTITY UNIT COST EXTENDED COST A. B. C. D. TOTAL: NOTE: The total cost shown herein is already included in the various items in the Total Base Bid in the CONTRACTOR's Proposal and is not additional to the pricing shown on the Bid Form, in Section 00300-3. Bidder, by signature below, assures that the CONTRACTOR performing trench excavating will comply with the applicable Trench Safety Standards. Failure to complete the above and submit with the Bid Form along with other required bidding documents, may result in the bid being declared non-responsive. NOTE: BEFORE EXECUTION, CONTRACTOR IS REQUESTED TO REVIEW PAGE 00430-2 OF THIS SECTION. Submitted, signed and sealed this ______ day of ________________________________________, 2024. CONTRACTOR ________________________________________________________________________ By: Name: ______________________________________ Title: _____________________________________ Business Address: _______________________________________________________________________ ______________________________________________________________________________________ ATTEST: _____________________________________ __________________________ Signature Seal N/AN/A N/A N/A N/A 10 July Flotech Environmental, LLC Jose L. Ferre Managing Member 657 South Drive, Suite 401, Miami, FL 33166 ITB 24-20 NOTE: If the CONTRACTOR intends to install pipe by some other method than trenching under the definitions found in the Florida Trench Safety Act (90-96, Laws of Florida), he shall so indicate by outlining in the space provided below the method he proposes and how it will comply with the Florida Trench Safety Act and related OSHA Standards for the OWNER's evaluation. The Cost of accomplishing the work by any alternate methods to trenching is included in the bid prices shown in the CONTRACTOR's Proposal. Outline of Alternate Method: Submitted, signed and sealed this ______ day of ________________________________________, 2024. CONTRACTOR ________________________________________________________________________ By: Name: ______________________________________ Title: _____________________________________ Business Address: _______________________________________________________________________ ______________________________________________________________________________________ ATTEST: _____________________________________ __________________________ Signature Seal ** THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR BID. END OF SECTION 10 July Flotech Environmental, LLC Jose L. Ferre Managing Member 657 South Drive, Suite 401, Miami, FL 33166 ITB 24-20 NON-COLLUSION AFFIDAVIT OF BIDDER 00440-1 SECTION 00440 NON-COLLUSION AFFIDAVIT OF BIDDER STATE OF ________________________ COUNTY OF ______________________ ______________________________________________, being duly sworn, deposes and says that: 1. He/She is _______________________________________ of _____________________________ (Title) ______________________________________________________________________________________ (Company Name) the bidder that has submitted the attached bid; 2. He/She is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3. Such Bid is genuine and is not a collusive or sham bid; 4. Neither the said bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, connived, or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham bid in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other bidder, firm, or person to fix the price or prices in the attached bid or any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any collusion, connivance, or unlawful agreement any advantage against the City of Oviedo, Florida or any person interested in the proposed Contract; and 5. The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the bidder or any of its agents, representatives, OWNERs, employees, or parties in interest, including this affiant. ____________________________________ _________________________________ Signed Dated ______________________________________________________________________________________ Typed Name and Title Sworn to and subscribed before me this _______day of ___________________________________,2024. Personally known ____ OR produced identification ____. Identification type: _______________________ Notary Public: State of ___________________ County of ______________________________________ ___________________________________________________ Printed, typed, or stamped commissioned name of notary public My commission expires _______________________________ **THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR BID. Flotech Environmental, LLC Seminole Jose L. Ferre Managing Member Flotech Environmental, LLC 07/10/2024 Jose L. Ferre, Managing Member DISPUTES DISCLOSURE FORM 00460-1 SECTION 00460 DISPUTES DISCLOSURE FORM Answer the following questions by placing as “X” after “YES” or “NO”. If you answer “YES”, please explain in the space provided, or via attachment. Has your firm or any of its officers, received a reprimand of any nature or been suspended by the City of Professional Regulations or any other regulatory agency or professional association within the last five (5) years? YES NO Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? YES NO Has your firm had against it or filed any requests for equitable adjustment, contract claims, bid protests, or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? YES NO If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest, and state a brief description of the case, the outcome or status of the suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of this bid for the City of Oviedo BID NO. 24-20, STORM SEWER REHABILITATION. ______________________________________________________________________________________ Firm _________________________________________ _________________________________ Authorized Signature Date ______________________________________________________________________________________ Typed Name and Title **THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR BID. Flotech Environmental, LLC 07/10/2024 Jose L. Ferre, Managing Member CITY OF OVIEDO INSURANCE REQUIREMENTS 00640-1 SECTION 00640  CITY OF OVIEDO INSURANCE REQUIREMENTS  The selected Firm or Individual for all Bids will be required to name the City as an additional named insured  with the following minimum coverages.    A.Workers’ Compensation shall be maintained by the selected firm or individual for all employees engaged in the work under this Bid in accordance with the laws of the State of Florida. Employers’ Liability Insurance shall be maintained by the selected firm or individual at limits not less than the following. $1,000,000 Each Accident  $1,000,000 Each Employee  $1,000,000 Policy Limit for Disease   B.Commercial General Liability Insurance shall be maintained by the selected firm or individual with limits not less than the following: $1,000,000 Bodily Injury & Property Damage‐each occurrence  $1,000,000 Personal & Advertising Injury‐each occurrence  $2,000,000 General Aggregate   $2,000,000 Products/Completed Operations Aggregates limit  $       5,000 Medical Payments  $   100,000 Fire Damage Legal Liability  Coverage shall include Contractual Liability and Independent Contractors Liability.  C.Commercial Business Automobile Liability Insurance shall be maintained by the selected firm or individual with a combined single limit of not less than $1,000,000 Bodily Injury and Property Damage in accordance with the laws of the State of Florida, as to the Ownership, maintenance, and use of all owned, non‐owned, leased or hired vehicles. D.Pollution Liability Insurance shall be maintained by the Contractor in the amount of $1,000,000 for injury and/or property damage claims, applicable to the work being performed, caused by the release of, or the inability to properly manage or guard against the release of, hazardous materials. E.Professional Liability Insurance the Contractor shall provide coverage in the amount of $1,000,000 for damages resulting from negligence, misrepresentation, and errors and omissions, applicable to the work being performed. F.Excess Liability/Umbrella: The selected firm shall provide coverage limits attaching to Commercial General Liability and Employers Liability combining for a total liability limit with underlying being at least $2 million per occurrence, $2 million aggregate. G.Other Required Insurance Coverage where unusual operations are necessary to complete the work, such as Longshoremen and Harbor Workers’ Exposures, use of aircraft or watercraft, use of explosives, and any high‐risk circumstances. No aircraft, watercraft or explosives shall be used without the express advance written approval of the City. CITY OF OVIEDO INSURANCE REQUIREMENTS 00640-2 All insurance minimum coverages extend to any subcontractor, and the General Contractor is responsible for all sub-contractors. If the Contractor maintains broader coverage and /or higher limits than the minimum shown above. The City of Oviedo requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. The City reserves the right to alter or amend these requirements, to decrease or increase the requirements, without prior notice, depending on the scope of the contract and the risk factors involved. CITY OF OVIEDO INSURANCE REQUIREMENTS 00640-3 STATEMENT OF INSURANCE COMPLIANCE The undersigned firm agrees to obtain prior to award, if selected, Automobile Liability, Workers’ Compensation, General Liability, Pollution Liability, Professional Liability, Excess Liability/Umbrella Insurance in accordance to the requirements as set forth in the Invitation for Proposal, Invitation to Bid, or Invitation for Qualifications, or draft agreement, attached hereto. Policies other than State Issued Worker’s Compensation shall be issued only by companies authorized by maintaining certificates of authority issued to the companies by the City of Insurance of the State of Florida to conduct business in the State of Florida and which maintain a Rating of “A” or better and a Financial Size category of “VII” or better according to the A.M. Best Company. Policies for Worker’s Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. ______________________________________________________________________________________ PROPOSER/BIDDER ______________________________________________________________________________________ AUTHORIZED SIGNATURE ______________________________________________________________________________________ OFFICER TITLE ______________________________________________________________________________________ DATE **THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR BID. END OF SECTION Flotech Environmental, LLC Managing Member 07/10/2024 GENERAL TERMS AND CONDITIONS 00700-1 SECTION 00700 GENERAL TERMS AND CONDITIONS ARTICLE 1 - CONTRACT DOCUMENTS 1.1 Definitions When one of the following capitalized words, terms or phrases is used in this contract, it shall be interpreted or construed first as defined below, second according to Its generally accepted meaning in the construction industry, and third according to its common and customary usage. Agreement: A written agreement between the OWNER and a CONTRACTOR for provision of goods, products, materials, equipment, systems, management supervision, labor and services required to construct all or part of this Project. CONTRACTOR: An entity, including but not limited to a general contractor, a trade contractor or a construction manager, engaged directly by the OWNER pursuant to this Agreement. Construction Price: The dollar amount for which a CONTRACTOR agrees to perform the Work set forth in this Agreement. Construction Documents: Plans, specifications, change orders, revisions, addenda, supplementary conditions, and other information which set forth in detail the Work. Construction Schedule: The timetable which sets forth pertinent dates for timely completion of the Work. Contract For Professional Services: A written agreement between the OWNER and a Professional for provision of services and related items required to design or engineer all or part of this Project. Declaration of Substantial Completion: Document declaring the Work substantially complete and suitable for occupancy or beneficial use by the OWNER. Final Completion: The stage of construction when the Work has been completed in accordance with the Agreement and the OWNER has received all documents and Items necessary for closeout of the Work. Hazardous Substances: The term "Hazardous substance" shall have the same meaning and definition as set forth in the Comprehensive Environmental Response compensation and Liability Act as amended, 42 U.S.C. § 6901 et seq, and regulations promulgated thereunder (collectively "CERCLA") and any corresponding state or local law or regulation, and shall also include: (a) any Pollutant or Contaminant as those terms are defined in CERCLA; (b) any solid Waste or Hazardous constituent as those terms are defined by, or are otherwise identified by, the Resource Conservation and Recovery Act as amended, 42 U.S.C. § 6901 et seq, and regulations promulgated thereunder (collectively "RCRA") and any corresponding state or local law or regulation; (c) crude oil, petroleum GENERAL TERMS AND CONDITIONS 00700-2 and fractions of distillates thereof; (d) any other material, substance or chemical defined, characterized or regulated as toxic or hazardous under any applicable law, regulation, ordinance, directive or ruling; and (e) any infectious or medical waste as defined by any applicable federal or state laws or regulations. OWNER's Related Parties: Any parent, subsidiary or affiliated entities of the OWNER, including the respective officers, trustees, office holders, directors, shareholders, partners, and employees of each. Professional: An entity, including but not limited to an architect, civil engineer or geotechnical engineer, engaged directly by the OWNER to provide design or Engineering services. Project: The planned construction undertaking as more specifically defined in Section 01110: Summary of Work. Project Design Schedule: The timetable which sets forth the required relationships between, and pertinent dates for, required completion of design and Engineering services, documents and related activities. Site: The geographical location of the Project, usually defined by legal boundary lines, and the location characteristics including, but not limited to, grades and lines of streets, alleys, pavements and adjoining structures, rights-of-way, restrictions, easements, encroachments, zoning, deed restrictions, existing buildings and improvements, and service and utility lines. Substantial Completion: The stage of construction when the OWNER can occupy or beneficially use satisfactorily completed work for its intended purpose. Total Project Construction Cost: The total cost to the OWNER to complete construction of the Project, including, without limitation the Work, the cost of utilities, the cost of fees for permits and licenses, and modifications necessitated by local conditions. Work: Any and all computers, construction machinery, documents, equipment, facilities, fixtures, furnishings, goods, heat, items, labor, licenses, management, materials, permits, products, services, supervision, supplies, systems, taxes, testing, tools, utilities, transportation, vehicles, and water, required to be performed or supplied and/or necessary for proper execution and completion of the Project, or some portion thereof, whether or not incorporated or to be incorporated into the Project. 1.2 Additional Sets of Documents Any additional copies of the Construction Documents required by the CONTRACTOR for execution of the Work shall be made by the CONTRACTOR at its cost and expense from the reproducible set(s) furnished by the OWNER. 1.3 Return of Documents to Owner The CONTRACTOR shall return to the OWNER the reproducible set(s), and all copies, of the Construction Documents upon Final Completion of the Work or termination of this Agreement. GENERAL TERMS AND CONDITIONS 00700-3 1.4 Electronic Media Unless otherwise specified in this Agreement, the CONTRACTOR may request that the Construction Documents required by the CONTRACTOR for the Work be furnished to it on electronic media. To the extent that such documents are available on electronic media, the CONTRACTOR will be furnished one set of the requested information on electronic media. Any additional electronic copies of Construction Documents required by the CONTRACTOR for execution of the Work shall be made by the CONTRACTOR at the CONTRACTOR's cost and expense. The CONTRACTOR shall return one copy of electronic Construction Documents to the OWNER upon final acceptance of the Work or termination of this Agreement, whichever occurs first, and shall destroy all remaining electronic copies of the documents within its possession. 1.5 Minimum Requirements In every case, requirements established by the Construction Documents shall be considered as the minimum which will be accepted. 1.6 Owner Disclaimer of Warranty The OWNER has requested that its Professional(s) prepare documents for the Project, including the plans and specifications for the Project, which are to be complete, accurate, coordinated, and adequate for bidding, negotiating and constructing the Work, however, the OWNER makes no representation or warranty of any nature whatsoever to the CONTRACTOR concerning such documents. The CONTRACTOR hereby acknowledges and represents that it has not relied, and does not and will not rely, upon any representations or warranties by the OWNER concerning such documents, as no such representations or warranties have been or are hereby made. 1.7 Conflicts in Documents In the event of any conflict, discrepancy, or inconsistency among any of the documents which make up this Agreement, the following shall control: 1.7.1 As between figures given on plans and scaled measurements, the figures shall govern; 1.7.2 As between large-scale plans and small-scale plans, the large-scale plans shall govern; 1.7.3 As between plans and specifications, the requirements of the specifications shall govern; 1.7.4 As between this document and the plans, specifications, or supplementary conditions, this document shall govern. 1.8 Shop Drawings and Submittals Shop drawings and other submittals from the CONTRACTOR or its subcontractors and suppliers do not constitute a part of this Agreement. 1.9 Contract Changes GENERAL TERMS AND CONDITIONS 00700-4 The CONTRACTOR understands and agrees that this Agreement cannot be changed except as expressly provided herein. No act, omission, course of conduct, or course of dealing by the parties shall alter the requirement and that modifications of this Project Agreement can be accomplished only by written documents signed by the parties. Express written notice is a non-waivable condition precedent in connection with all changes and claims arising under or relating to this Agreement. ARTICLE 2 - CONTRACTORS REVIEWS AND EVALUATIONS 2.1 Sufficiency of Construction Documents and Drawings The CONTRACTOR acknowledges its continuing duty to review and evaluate the Construction Documents during the performance of its services and shall immediately notify the OWNER and the Professional(s) about any (i) problems, conflicts, defects, deficiencies, inconsistencies or omissions it discovers in or between the construction Documents; and (ii) variances it discovers between the Construction Documents and applicable laws statutes, building codes, rules and regulations. 2.1.1 If the CONTRACTOR performs any Work which it knows or should have known involves (i) a recognized problem, conflict, defect, deficiency, inconsistency or omission in the Construction Documents; or (ii) a variance between the Construction Documents and requirements of applicable laws, statutes, building codes, rules and regulations, without notifying the Professional(s) and prior to receiving written authorization from the appropriate Professional(s) to proceed, the CONTRACTOR shall be responsible for the consequences of such performance. 2.1.2 Drawings are generally drawn to scale; however, the figured dimensions or notes thereon shall govern. Before ordering any materials or doing any Work, the CONTRACTOR and sub- contractors shall verify all measurements at the site and shall be responsible for the correctness of same. Discrepancies shall be reported in writing to the Professional prior to proceeding with the Work. No extra charge or compensation will be entertained due to differences between actual measurements and dimensions indicated on drawings, if such differences do not result in a change in the scope of Work or if the Professional(s) failed to receive written notice before the Work was performed. 2.2 Sufficiency of Site Prior to signing this Agreement, the CONTRACTOR has: (i) Visited the Site and become familiar with local conditions under which the Project is to be constructed and operated; and (ii) Reviewed and familiarized itself with the Site survey and any existing structures on the Site, and gathered all other information necessary for a full understanding of the Work. In addition, if the Work involves modifications to or remodeling of an existing structure(s) or other man-made feature(s) on the Site, the CONTRACTOR has also reviewed all available as-built and record drawings, plans and specifications; and GENERAL TERMS AND CONDITIONS 00700-5 (iii) Thoroughly inspected the structure(s) and man-made feature(s) to be modified or remodeled prior to submission of bid, if any, but in all events prior to signing this Agreement. Claims resulting from the CONTRACTOR's failure to familiarize itself with the Site or pertinent documents as provided herein shall be deemed waived. ARTICLE 3 - CONTRACTORS DUTIES, OBLIGATIONS AND RESPONSIBILITIES 3.1 Performance of Work The CONTRACTOR shall perform and complete its obligations under this Agreement using its best skill and attention, and covenants with the OWNER to furnish management, supervision, coordination, labor and services (i) which expeditiously, economically and properly completes the Work in the manner most consistent with the OWNER's interests and objectives; (ii) which comply with the Construction Documents and this Agreement; and (iii) in accordance with the highest standards currently practiced by persons and entities performing or providing management, supervision, coordination, labor and services on projects similar in size, complexity and cost to the Project. 3.1.1 The CONTRACTOR shall not be required to provide professional services which constitute the practice of architecture or Engineering. 3.1.2 All services rendered by the CONTRACTOR for the Project shall be performed by or under the immediate supervision of persons possessing expertise in the discipline of the service being rendered. 3.1.3 The CONTRACTOR shall, in the course of providing the Work, cooperate and communicate with the OWNER and all other persons or entities as required for satisfactory completion of the Project. 3.1.4 The CONTRACTOR understands and acknowledges that the Work referred to in this Agreement may be only part of the Project and that the Project may include the construction of other structures or other construction activities on the same site. The CONTRACTOR shall conduct all its activities so as not to interfere with the construction of, or operations within or from, other structures on the site. 3.1.5 The CONTRACTOR shall not damage, endanger, compromise or destroy any part of the Project or the Site, including by way of example and not limitation, Work being performed by others on the site, monuments, stakes, benchmarks and other survey points, utility services, and existing features or structures on the site. Should the CONTRACTOR damage, compromise or destroy any part of the Project or the Site, the CONTRACTOR shall be fully and exclusively responsible for and bear all costs associated therewith. GENERAL TERMS AND CONDITIONS 00700-6 3.2 Compliance with Governmental Requirements The CONTRACTOR shall: (i) Comply with all applicable laws, statutes, building codes, rules, regulations and lawful orders of all governmental, public and quasi-public authorities and agencies having jurisdiction over the Project; (ii) Prepare and file documents required to obtain, and shall obtain, all necessary approvals and permits, including building permit(s), of all governmental authorities having jurisdiction over the Work; and (iii) Give all notices required of it by governmental authorities relating to the Project. 3.3 Safety Safety shall be a prime concern of the CONTRACTOR at all times. The CONTRACTOR shall be solely responsible for and have control over the means, methods, techniques, sequences and procedures for coordinating and constructing the Work, including site safety and safety precautions and programs. 3.4 Concurrent Records The CONTRACTOR shall, concurrently with performance, maintain detailed records of activities on the site. 3.5 As-Built Drawings The CONTRACTOR shall maintain at the site one copy of all drawings, specifications, addenda, approved shop drawings, change orders, submittals, and other modifications in good order and accurately marked depicting all changes as they occur during construction. The as-built drawings shall be available at all times to the OWNER, the Professional(s), the OWNER's consultants, and quality control and testing agency personnel. The drawings shall be neatly and clearly marked in color during construction to record all variations made during construction, and the CONTRACTOR shall include such supplementary notes and details necessary to clearly and accurately represent as- built construction. 3.6 Bribes and Kick-Backs The CONTRACTOR shall not by any means; (i) induce any person or entity employed in the construction of the Project to give up any part of the compensation to which that person or entity is entitled; (ii) confer on any governmental, public or quasi-public official having any authority or influence over the project, any payment, loan, subscription, advance, deposit of money, services or anything of value, present or promised; GENERAL TERMS AND CONDITIONS 00700-7 (iii) offer or accept any bribes or kick-backs in connection with the Project from or to any individual or entity, including any of its trade CONTRACTORs, subcontractors, consultants, suppliers or manufacturers of project goods and materials; or (iv) without the express written permission of the OWNER, call for or by exclusion require or recommend the use of any subcontractor, consultant, product, material, equipment, system, process or procedure in which the CONTRACTOR has a direct or indirect proprietary or other pecuniary interest. 3.7 Quality Control and Testing The CONTRACTOR shall develop and implement a quality management program to insure quality construction. Unless otherwise specified in this Agreement, the OWNER shall select the quality control and testing agencies and pay for the cost of specified measures and tests required by the construction documents. The CONTRACTOR shall coordinate all tests and inspections required by the construction documents, and the CONTRACTOR shall arrange for tests and inspections to be conducted as necessary to avoid any interference with the progress of work. No claims for extension of time or extra costs will be allowed on account of any testing, retesting, inspection, re-inspection, or rejection of work when defective or deficient work is found. 3.8 Incident Reporting The CONTRACTOR shall immediately notify the OWNER and Professional(s), both orally and in writing, of the nature and details of all incidents which may adversely affect the quality or progress of the Work including, but not limited to, union jurisdictional disputes, accidents, delays, damages to work and other significant occurrences. 3.9 Hazardous Substances The CONTRACTOR shall immediately notify the OWNER and the Professional(s), both orally and in writing, of the presence and location of any physical evidence of, or information regarding, environmental contamination on the Site (including but not limited to hazardous substances and petroleum releases) of which it becomes, or reasonably should have become, aware. If the CONTRACTOR encounters environmental contamination (including but not limited to hazardous substances and petroleum releases), the CONTRACTOR shall (i) immediately stop performance of work or that portion of the work affected by or affecting such contamination; (ii) secure the contaminated area against intrusion; (iii) not disturb or remove the contamination; (iv) not proceed, or allow any subcontractor or supplier to proceed, with any Work or other activities in the area affected by such contamination until directed to do so by the OWNER; and (v) take any other steps necessary to protect life and health. 3.10 Owners Use of and Access to the Site The CONTRACTOR shall perform the Work so as not to interrupt any operations of the OWNER on the site. 3.10.1 The CONTRACTOR understands and acknowledges that the OWNER may need access to or use of certain areas of the site or Work prior to the CONTRACTORs achievement of GENERAL TERMS AND CONDITIONS 00700-8 substantial completion, and that such occupancy, access or use shall not constitute the OWNER's acceptance of any Work. 3.10.2 The CONTRACTOR shall not enter any Owner-occupied area of the site or project unless first approved and scheduled by the OWNER. The CONTRACTOR understands and acknowledges that the OWNER may incur damages if the OWNER's operations on the site are interrupted or impaired as a result of the Work. 3.10.3 The CONTRACTOR shall afford the OWNER's own forces, and other consultants, trade CONTRACTORs, subcontractors and suppliers, access to the site for performance of their activities, and shall connect and coordinate its construction and operations with theirs as required by the Construction Documents . 3.11 Commissioning The CONTRACTOR shall, through the OWNER's Representative, schedule and coordinate all equipment and systems start-ups and Project commissioning within its scope of the Work. 3.11.1 The CONTRACTOR shall provide the OWNER with operation and maintenance manuals and other operational documentation not less than twenty-eight calendar days prior to the required date of Substantial Completion to allow adequate time for training prior to commissioning and the OWNER's occupancy of the Project. 3.11.2 The CONTRACTOR shall meet with the OWNER’s personnel not less than twenty-eight (28) calendar days prior to the required date of Substantial Completion to familiarize and train them with respect to maintenance and use of the Project. The appropriate Professional(s) will attend and assist with such familiarization and training. ARTICLE 4 - CONTRACTORS PERSONNEL, SUBCONTRACTORS, SUPPLIERS AND SITE FACILITIES 4.1 Project Staffing The CONTRACTOR shall staff the Project with qualified and designated individuals and entities responsible for its obligations and performance. 4.1.1 The CONTRACTOR shall name a representative (the "CONTRACTOR's Representative") to serve as its primary communication contact with the OWNER and the Professional(s). 4.1.2 The CONTRACTOR shall employ persons skilled in the tasks assigned to them and shall contract with subcontractors and suppliers skilled in the tasks assigned to them and capable of working harmoniously with all trades, crafts and other individuals on the Project. The CONTRACTOR shall use its best efforts to minimize the likelihood of any strike, work stoppage or other labor disturbance. 4.1.3 The CONTRACTOR shall immediately remove from the site, for the duration of the project, any person making an inappropriate religious, racial sexual or ethnic comment, statement or gesture toward any other Individual. GENERAL TERMS AND CONDITIONS 00700-9 4.1.4 The CONTRACTOR shall immediately remove from the site, for the duration of the project, any person who is incompetent, careless, or not working in harmony. OWNER shall have the right to require the removal of such persons in writing and at OWNER’s sole discretion. 4.1.5 The CONTRACTOR shall be responsible to the OWNER for the acts and omissions of its agents and employees, consultants, subcontractors and suppliers. 4.2 Subcontractor / Supplier Contracts The CONTRACTOR shall enter into written contracts with its subcontractors and suppliers, and those written contracts shall be consistent with this Agreement. 4.2.1 The CONTRACTOR shall make available to each subcontractor and supplier, prior to the execution of written contracts with any of them, a copy of the pertinent portions of this Agreement, including those portions of the Construction Documents to which the subcontractor or supplier will be bound, and shall require that each subcontractor and supplier shall similarly make copies of applicable parts of such documents available to its respective subcontractors and suppliers. 4.2.2 The CONTRACTOR shall include in its written contracts with its subcontractors and suppliers a provision which contains the acknowledgment and agreement of the subcontractor or supplier that it has received and reviewed the applicable terms, conditions and requirements of this Agreement that are included by reference in its written contract with the CONTRACTOR, and that it will abide by those terms, conditions and requirements. 4.2.3 The CONTRACTOR's agreements with its subcontractors and suppliers shall require that in the event of default under, or termination of this Agreement and upon written request of the OWNER, the CONTRACTOR's subcontractors and suppliers will perform services for the OWNER. 4.3 Resolution of Trade Disputes The CONTRACTOR shall promptly resolve claims, complaints, labor disputes and disputes over assignment of work tasks by and among its subcontractors and suppliers. ARTICLE 5 - GOODS, PRODUCTS AND MATERIALS 5.1 Quality of Materials The CONTRACTOR shall furnish goods, products, materials, equipment and systems which: (i) Comply with this Agreement; (ii) Conform to applicable specifications, descriptions, instructions, drawings, data and samples; (iii) Are new (unless otherwise specified or permitted) and without apparent damage; GENERAL TERMS AND CONDITIONS 00700-10 (iv) Are of quality, strength, durability, capacity or appearance equal to or higher than required by the Construction Documents; (v) Are merchantable; (vi) Are free from defects; and (vii) Are beyond and in addition to those required by manufacturers' or suppliers' specifications where such additional items are required by the Construction Documents. 5.2 Installation and Use of Materials All goods, products, materials, equipment and systems named or described in the Construction Documents, and all others furnished as equal thereto shall, unless specifically stated otherwise, be furnished, used, installed, employed and protected in strict compliance with the specifications, recommendations and instructions of the manufacturer or supplier, unless such specifications, recommendations or instructions deviate from accepted construction practices, or the Construction Documents, in which case the CONTRACTOR shall so inform the OWNER and the appropriate Professional and shall proceed as directed by that Professional, unless otherwise directed by the OWNER. The CONTRACTOR shall coordinate and interrelate all trade contracts, and subcontracts to ensure compatibility of goods, products, materials, equipment and systems, and validity of all warranties and guarantees, required by the Construction Documents for the Work. 5.3 Unsuitable Materials The CONTRACTOR shall inform the OWNER of goods, products, materials, equipment or systems which the CONTRACTOR knows or should have known are unsuitable or unavailable at the time of bid submission, and claims relating to or arising out of claims that goods, products, materials, equipment or systems are unsuitable or unavailable shall not be entertained by the OWNER unless the CONTRACTOR, subcontractor, or supplier notified the OWNER in writing at the time of bid submission, along with proposed alternatives. Approval by the OWNER and a Professional of substitute goods, products, materials, equipment or systems does not mean or imply final acceptance by the OWNER and Professional if such items should be defective or not as previously represented. Should the CONTRACTOR furnish any approved goods, products, materials, equipment or systems different from or in addition to those required by the Construction Documents which require supplemental materials or installation procedures different from or in addition to those required for specified items, the CONTRACTOR shall provide such at no increased cost to the OWNER. 5.4 Security for The Project The CONTRACTOR shall provide security for the project, including but not limited to security for its work in progress and for the goods, products, materials, equipment systems, construction machinery, tools, devices and other items required, used or to be used for its scope of the Work. GENERAL TERMS AND CONDITIONS 00700-11 ARTICLE 6. - DOCUMENTS AND INFORMATION 6.1 Information from Owner The OWNER shall provide the CONTRACTOR with information reasonably necessary to assist the CONTRACTOR in performing its services including, if applicable: (i) The site legal description and any required survey; (ii) All written and tangible material in its possession concerning conditions/ below ground at the Site; (iii) If the Project involves an existing structure, all available as-built drawings, record drawings, plans, specifications and structure system information with respect to such structure; and (iv) The OWNER’s pertinent Project dates and key milestone dates. 6.2 Processing of Documents When requested to do so by the OWNER, the CONTRACTOR shall process documents, and provide other reasonably required drawings, services and certifications, necessary to enable the OWNER to (i) obtain financing or insurance for the project; (ii) obtain approvals, permits and certificates of occupancy for the project not otherwise required to be obtained by CONTRACTOR; and to represent that the Work complies with requirements of governmental agencies having jurisdiction over the project. 6.3 Sufficiency of Owner Information The furnishing of information by the OWNER to the CONTRACTOR shall not relieve the CONTRACTOR of responsibilities contained elsewhere in this Agreement to evaluate information and documents provided by the OWNER and the CONTRACTOR shall timely notify the OWNER in writing of any additional information needed or services required from the OWNER in order for the CONTRACTOR to perform the Work. ARTICLE 7 - SUBMITTALS 7.1 Submittal Schedule The CONTRACTOR shall timely prepare and transmit to the Professional a schedule for provision of all anticipated submittals. The schedule shall (i) include submittals required by the specifications; (ii) be in a format acceptable to the Professional; and (iii) set forth specific dates for submission of the listed submittals. The CONTRACTOR shall review and approve all submittals prior to submission to a Professional. 7.2 Processing of Submittals GENERAL TERMS AND CONDITIONS 00700-12 The CONTRACTOR shall in timely fashion review, approve if appropriate and forward submittals to the Professional(s) for review and approval along with such detail and information, as the Professional requires. No part of the Work dealt with by a submittal shall be fabricated or performed until such approval has been given. 7.2.1 A Professional is responsible to the OWNER, but not to the CONTRACTOR, to verify that the submittals conform to the design concept and functional requirements of the plans and specifications, that the detailed design portrayed in shop drawings and proposed equipment and materials shown in submittals are of the quality specified and will function properly, and that the submittals comply with the Agreement. 7.2.2 All Work shall be performed in accordance with approved submittals. Approval of submittals by a Professional shall not relieve the CONTRACTOR from complying with this Agreement, including all plans and specifications, except as changed by change order. ARTICLE 8 - CONTRACTORS INSPECTION AND CORRECTION OF DEFECTIVE OR INCOMPLETE WORK 8.1 Rejection and Correction of Work in Progress During the course of Project, the CONTRACTOR shall inspect and promptly reject any Work (i) which does not conform to the Construction Documents; or (ii) which does not comply with any applicable law, statute, building code, rule or regulation of any governmental, public and quasi-public authorities and agencies having jurisdiction over the Project. 8.1.1 The CONTRACTOR shall promptly correct or require the correction of all rejected work, whether observed before or after substantial completion and whether or not fabricated, installed or completed. The CONTRACTOR shall bear all costs of correcting such work, including additional testing and inspections and compensation for all services and expenses necessitated by such correction. 8.1.2 The CONTRACTOR shall bear the cost of correcting destroyed or damaged work, whether completed or partially completed, of the OWNER or other trade CONTRACTORs or subcontractors caused by the CONTRACTOR's correction or removal of rejected Work. 8.2 Covered or Concealed Work If a portion of the Work has been covered, the CONTRACTOR shall, if notified to do so by the OWNER or a Professional, uncover the designated portion for observation and then replace it. 8.2.1 If the designated portion of the Work was covered contrary to the request of the OWNER or the Professional, or to requirements specifically expressed in the Construction Documents, the CONTRACTOR shall receive no additional compensation for the costs of uncovering and replacement or modification of the construction schedule. 8.2.2 If the designated portion of the Work was covered prior to a specific request by the OWNER or the Professional that it remain uncovered, the CONTRACTOR shall receive additional compensation for the costs of uncovering and replacement or modification of the GENERAL TERMS AND CONDITIONS 00700-13 Construction Scheduled only if the designated portion of the Work was in conformance with the Construction Documents. ARTICLE 9 - CHANGE ORDERS AND CHANGES TO THE WORK 9.1 Change Order Requests Any party to the construction process may request changes to the Work, compensation or applicable schedules. 9.1.1 With respect to such requests for changes by the CONTRACTOR, the CONTRACTOR shall prepare and submit written change order requests to the Professional within seven (7) days of the time that the CONTRACTOR becomes aware of the circumstances that the CONTRACTOR contends necessitates the change. 9.1.2 With respect to requests for changes by parties other than the CONTRACTOR, the CONTRACTOR shall review and respond to such change order requests within seven (7) days of receipt by the CONTRACTOR. 9.1.3 When requested to do so, the CONTRACTOR shall prepare and submit to a Professional, drawings, specifications or other data in support of a change order request. 9.1.4 Each change order shall include time and monetary impacts of the change as appropriate and shall constitute a complete and final settlement of all costs and impacts of whatever nature associated with the change, including, without limitation, the impact of the change on base contract Work. No changes or claims shall be allowed based upon cumulative impact. 9.2 Owner-Directed Changes The OWNER may unilaterally direct the CONTRACTOR to implement changes in the Work so long as the Work the OWNER is requiring is not outside of the general scope of this Agreement, and the CONTRACTOR, upon written direction from the OWNER, shall proceed with such change. 9.3 Professional-Directed Changes A Professional, without the OWNER's prior approval, may authorize or direct the CONTRACTOR to make minor changes in the Work which are consistent with the intent of the Construction Documents and which do not involve a change in Project cost, time for construction, scope, or approved design elements, and the CONTRACTOR shall promptly carry out such changes. Any such minor changes shall be implemented by written field order and executed by the CONTRACTOR. 9.4 Administration of Changes A Professional will administer and manage all change order requests and change orders and will prepare required drawings, specifications and other supporting data as necessary in connection with minor changes, change order requests and change orders. The Professional shall submit such documents to the OWNER for review and approval prior to implementation. GENERAL TERMS AND CONDITIONS 00700-14 9.5 Compensation for Changes With respect to all change order requests involving credit to the OWNER or additional compensation to the CONTRACTOR, the CONTRACTOR shall (i) obtain from subcontractors and suppliers the best possible price quotations; (ii) review such quotations to ascertain whether they are reasonable; (iii) prepare an itemized accounting together with appropriate supporting data, including reasonable expenditures by, and savings to, those performing the Work involved in the proposed change; and (iv) provide a reasonable price quotation to the designated Professional. 9.5.1 If price quotations for change order requests are determined by the Professional to be unreasonable, the CONTRACTOR shall, in writing, justify said quotations or provide additional back-up materials, if after review of the additional information the Professional determines the quotation is unreasonable, the OWNER may require the subject work be performed on a time and material basis. 9.5.2 The CONTRACTOR and its subcontractors and suppliers shall be allowed no additional compensation for any costs, fees or expenses incurred in performing services already required by this Agreement, and in connection with changes, shall not be entitled to additional reimbursement for home-office, other non-job-site or indirect overhead expenses, or tools necessary for construction. 9.5.3 It is the responsibility of the CONTRACTOR to review and approve all pricing of additional work required of its subcontractors and suppliers. 9.6 Performance of Change Upon receipt of a field order or change order that has been approved by the OWNER, changes in the Work shall be promptly performed. All changes in the Work shall be performed under applicable conditions of the Construction Documents 9.7 Disputes Regarding Changes 9.7.1 Regardless if there is a dispute (i) that a change has occurred; (ii) whether a change in the Work will result in adjustment of compensation or applicable schedules; or (iii) as to the amount of any adjustment of compensation or applicable schedules, the change shall be carried out if the OWNER so directs. No claim shall be prejudiced by performance of the Work so long as the OWNER is timely notified of the claim in writing prior to performance of the Work which is the subject of the dispute and the party disputing the decision of the OWNER recites the reasons for its dispute in the written notice. Failure to notify the OWNER in writing shall constitute a waiver of any claim resulting from the change. 9.7.2 In the event a change order request is approved by the OWNER in the absence of an agreement as to cost, time, or both, the appropriate Professional will (i) receive and GENERAL TERMS AND CONDITIONS 00700-15 maintain all documentation pertaining thereto; (ii) examine such documentation on the OWNER's behalf; (iii) take such other action as may be reasonably necessary or as the OWNER may request; and (iv) make a written recommendation to the OWNER concerning any appropriate adjustment in the Construction Price or time. 9.8 Necessity for Signed Writing No act, omission, course of conduct, or course of dealing shall alter the requirement that change orders shall be in writing and signed by the OWNER, and that change orders are the exclusive method for effecting any adjustment to compensation or applicable schedules. The CONTRACTOR understands and agrees, on behalf of itself and its subcontractors and suppliers, that neither compensation nor applicable schedules can be changed by implication, conduct, oral agreement, or unwritten change order. Express written notice is a non-waivable condition precedent to CONTRACTOR’s right to recover under this Article 9 and this Agreement generally. ARTICLE 10 - FINANCIAL CLAIMS AND LIENS 10.1 Notification Regarding Liens The CONTRACTOR shall immediately notify the OWNER and Professional(s), both orally and in writing, of the nature and details of any mechanics' liens, construction liens, CONTRACTOR's trust fund claims, or claims of any type made by anyone against the OWNER, the Professional(s), the CONTRACTOR or any subcontractor or supplier of any of them or against the Project whether or not such claims arise from the Work. 10.2 Discharge of Liens The CONTRACTOR shall take all action necessary to obtain the prompt discharge of any liens or claims filed against the Project. If any lien or claim filed against the Project is not discharged and released by the claimant the CONTRACTOR shall, within a reasonable period of time, but in no event more than fourteen calendar days after written request from the OWNER and at its own cost promptly obtain discharge and release of, or indemnity for, such lien or claim by providing or filing, as appropriate, the requisite bond. If the CONTRACTOR fails to have any such lien or claim discharged and released, or fails to provide or file the requisite bond, the OWNER shall have the right to pay any sums necessary to obtain such a discharge and release, and the CONTRACTOR shall bear all expenses incurred by the OWNER in so doing. 10.3 Lien Releases Notwithstanding the use of the lien release documents herein, the City of Oviedo relies upon the provisions of Section 255.05, Florida Statutes, relating to bonds of contractors constructing public buildings and public works; the fact that the term "owner" does not include "any political subdivision, agency, or City of the state, a municipality, or other governmental entity" in the construction lien law of Florida; and the general provision of controlling law that the public property of the City cannot be made subject to a lien without its consent which occurs specifically in accordance with controlling law (and the City affirmatively does not so consent). GENERAL TERMS AND CONDITIONS 00700-16 ARTICLE 11 – OWNER’S CONSULTANT(S), PROFESSIONAL(S) AND CONSTRUCTION ADMINISTRATION 11.1 Owner's Designated Professional Representative Unless otherwise directed by the OWNER, one designated Professional shall act as the OWNER's representative from the effective date of this Agreement until one year from the date of achievement of Substantial Completion. 11.1.1 The Professional so designated will be the OWNER's design representative during performance of the Work and will consult with and advise the OWNER on all design and technical matters. 11.1.2 The designated Professional will act as initial interpreter of the requirements of this Agreement and as the OWNER’s advisor on claims. 11.2 Professional Site Visits The Professional(s) will visit the site with sufficient frequency for familiarization with the progress and quality of the Work and to inspect the Work to determine compliance of the Work with (i) this Agreement, including approved shop drawings and other submittals; (ii) the Construction Schedule; and (iii) applicable laws, statutes, building codes, rules or regulations of all governmental, public and quasi-public authorities and agencies having or asserting jurisdiction over the Project. No site or construction work that is to be covered shall be covered until the Professional has inspected the Work and provided a written report of the inspection to the OWNER. 11.3 Professional Rejection of Work The Professional(s) may disapprove or reject Work which does not comply with (i) this Agreement including approved shop drawings and other submittals; or (ii) applicable laws, statutes, building codes, rules or regulations of any governmental, public and quasi-public authorities and agencies having or asserting jurisdiction over the Project. 11.4 Professional Evaluations 11.4.1 The Professional(s) will review and evaluate the results of all inspections, tests and written reports required by this Agreement and by any governmental entity having or asserting jurisdiction over the Project. The Professional(s) will take appropriate action on test results, including acceptance, rejection, requiring additional testing or corrective work, or such other action deemed appropriate by the Professional(s). The Professional(s) will promptly reject Work, which does not conform to and comply with testing requirements. 11.4.2 The Professional(s) may require inspection or testing of any work in addition to that required by this Agreement or governmental entitles having or asserting jurisdiction over the Project when such additional inspections and testing is necessary or advisable, whether or not such Work is then fabricated, installed or completed. The Professional(s) will take appropriate action on all such special testing and inspection reports, including acceptance, GENERAL TERMS AND CONDITIONS 00700-17 rejection, requiring additional testing or corrective work, or such other action deemed appropriate by the Professional(s). 11.5 Professional Submittal Activities The Professional(s) will review and approve, reject or take other appropriate action on submittals such as shop drawings, product data, samples and proposed equal materials or equipment and requested substitutions within not more than fourteen calendar days, and will not approve any submittals unless such submittals conform with (i) the Project design concept; (ii) this Agreement; and (iii) the OWNER's budgeted Total Project Construction cost. A Professional's review of submittals shall not constitute final acceptance of materials or equipment furnished or installed if such materials or equipment should be defective or not as represented by approved submittals or as otherwise required by the Construction Documents. The CONTRACTOR remains responsible for details and accuracy, for confirming and correlating all quantities and dimensions, for selecting fabrication processes, for techniques of assembly, and for performance of the Work. 11.6 Professional Interpretations A Professional will, when requested to do so in writing by the CONTRACTOR, promptly and so as to cause no unnecessary delay, render written or graphic interpretations and decisions necessary for the proper execution of the Work. A Professional's interpretations and decisions relating to artistic effect shall be final if not inconsistent with this Agreement. 11.7 Professional Change Order Activities The Professional(s) will consult with and advise the OWNER concerning, and will administer and manage, all change order requests and change orders on behalf of the OWNER. 11.8 Professional Pay Application Activities The appropriate Professional will review applications for payment, including such accompanying data, information and schedules as the Professional requires, to determine the amounts due to the CONTRACTOR and shall authorize payment by the OWNER to the CONTRACTOR in writing. After the Work is determined to be finally complete and the Professional determines that the CONTRACTOR has completed the Work, the Professional will determine whether the CONTRACTOR is entitled to final payment, and if so will so certify to the OWNER in writing. 11.9 Professional Relationship to Contractor The duties, obligations and responsibilities of the CONTRACTOR under this Agreement shall not be changed, abridged, altered, discharged, released, or satisfied by any duty, obligation or responsibility of any Professional. The CONTRACTOR shall not be a third-party beneficiary of any agreement by and between the OWNER and any Professional. The duties of the CONTRACTOR to the OWNER shall be independent of, and shall not be diminished by, any duties or obligations of any Professional to the OWNER. GENERAL TERMS AND CONDITIONS 00700-18 ARTICLE 12 - INSPECTION, CORRECTION OF WORK AND PROJECT CLOSE OUT 12.1 Substantial Completion Substantial Completion of the Work shall be deemed to have occurred on the later of the dates that the Work passes a Substantial Completion inspection, and the required Substantial Completion documentation and items have been produced. 12.1.1 When the CONTRACTOR believes that the Work is Substantially Complete, it shall notify the OWNER and the appropriate Professional that its work is ready for a Substantial Completion inspection. 12.1.2 At or prior to the Substantial Completion inspection, the CONTRACTOR will prepare and furnish to the Professional a Declaration of Substantial Completion, which at a minimum must: (i) Contain a blank for entry of the date of Substantial Completion, which date will fix the commencement date of warranties and guaranties and allocate between the OWNER and the CONTRACTOR responsibility for security, utilities, damage to the work and insurance; (ii) Include a list of items to be completed or corrected and state the time within which the listed items will be completed or corrected; and (iii) Contain signature lines for the OWNER, the CONTRACTOR and the Professional. 12.1.3 Upon receipt of notification from the CONTRACTOR the appropriate Professional will coordinate with the OWNER and the CONTRACTOR a date for inspection of the Work to determine whether the Work is Substantially Complete. 12.1.4 At inspection(s) to determine whether the Work is Substantially Complete, the Professional will: (i) Inspect the Work; (ii) List additional items to be completed or corrected; and (iii) Determine, in consultation with the OWNER, whether Substantial Completion of the Work has occurred. 12.1.5 If the Work is determined not to be Substantially Complete, the Work shall be prosecuted until the Work is Substantially Complete and the inspection process shall be repeated at no additional cost to the OWNER until the Work is determined to be Substantially Complete. 12.1.6 On or prior to the required date of Substantial Completion, the CONTRACTOR shall deliver to the appropriate Professional keys, permits, the certificate of occupancy, and other necessary and customary documents and items pre-requisite for the OWNERs occupancy and use of the Work for its intended purpose. The Professional will obtain and review GENERAL TERMS AND CONDITIONS 00700-19 Substantial Completion documentation and items, and will inform the CONTRACTOR of any deficiencies. 12.1.7 When the OWNER, the CONTRACTOR and the appropriate Professional agree that the Work has passed the Substantial Completion inspection and the CONTRACTOR has produced the required Substantial Completion documentation and items, they shall each sign the Declaration of Substantial Completion declaring the work Substantially Complete and establishing the actual date of Substantial Completion. The Declaration of Substantial Completion shall also include a list of and timeline for the completion of Work needing completion and correction. 12.2 Final Completion Final Completion of the work shall be deemed to have occurred on the later of the dates that the Work passes a Final Completion inspection and that the CONTRACTOR has produced all required Final Completion close-out documentation and items. Final Completion shall not be deemed to have occurred and no final payment shall be due the CONTRACTOR or any of its subcontractors or suppliers until the Work has passed the Final Completion inspection and all required Final Completion close-out documentation and items have been produced to the OWNER by the CONTRACTOR. 12.2.1 When the CONTRACTOR believes the Work is Finally Complete, the CONTRACTOR shall notify the OWNER and the appropriate Professional that the Work is ready for Final Completion inspection. 12.2.2 Upon receipt of such notification from the CONTRACTOR, the Professional will coordinate with the OWNER and the CONTRACTOR a date for Inspection of the Work to determine whether the Work is Finally Complete. 12.2.3 At the Final Completion inspection to determine whether the work is finally complete, the Professional will: (i) Inspect the Work; (ii) Determine whether all items on the list included with the Declaration of Substantial Completion have been satisfactorily completed and corrected; (iii) Determine whether the Work complies with (a) this Agreement; (b) applicable laws, statutes, building codes, rules or regulations of all governmental, public and quasi- public authorities and agencies having jurisdiction over the Project; and (c) applicable installation and workmanship standards; (iv) Determine whether required inspections and approvals by the officials having or asserting jurisdiction over the Project have been satisfactorily completed: and (v) Determine, in consultation with the OWNER, whether the Work is Finally Complete. GENERAL TERMS AND CONDITIONS 00700-20 12.2.4 If the work is not Finally Complete, the CONTRACTOR shall continue to prosecute the Work, and the inspection process shall be repeated at no additional cost to the OWNER, until the Work is Finally Complete. 12.2.5 On or prior to the date of Final Completion, the CONTRACTOR shall deliver to the appropriate Professional the following Final Completion close-out documentation and items: (i) All operating and instruction manuals not previously produced during commissioning and required maintenance stocks; (ii) Two (2) sets of as-built drawings and markups; (iii) Certification and affidavit that all insurance required of the CONTRACTOR beyond final payment if any, is in effect and will not be canceled or allowed to expire without notice to the OWNER; (iv) Written consent of the surety(ies), if any, to final payment; (v) Full, final and unconditional waivers of mechanics or construction liens, releases of CONTRACTOR’s trust fund or similar claims, and release of security interests or encumbrances on the Project property from each CONTRACTOR, subcontractor, supplier or other person or entity who has, or might have a claim against the OWNER or the OWNER's property; (vi) Full, final and unconditional certification and affidavit that all of the CONTRACTOR's obligations to CONTRACTORs, subcontractors, suppliers and other third parties for payment for labor, materials or equipment related to the Project have been paid or otherwise satisfied; (vii) All written warranties and guarantees relating to the labor, goods, products, materials, equipment and systems incorporated into the Work, endorsed, countersigned, and assigned as necessary; (viii) Affidavits, releases, bonds, waivers, permits and other documents necessary for final close-out of Work; (ix) A list of any item(s) due but unable to be delivered and the reason for non-delivery; and (x) Any other documents reasonably and customarily required or expressly required herein for full and final close-out of the Work. 12.2.6 The appropriate Professional will review and determine the sufficiency of all Final Completion close-out documentation and items required for Final Completion which are submitted by the CONTRACTOR, and will immediately inform the CONTRACTOR about any deficiencies and omissions. GENERAL TERMS AND CONDITIONS 00700-21 ARTICLE 13 - CONTRACTORS WARRANTIES AND GUARANTEES 13.1 One-Year Warranty In addition to the warranties and guarantees set forth elsewhere in this Agreement, the CONTRACTOR, upon request by the OWNER or the Professional, shall promptly correct all failures or defects in the Work for a period of one year after the actual date of Substantial Completion. 13.1.1 The CONTRACTOR shall schedule, coordinate and participate in a walk-through inspection of the Work one month prior to the expiration of the one-year correction period, and shall notify the OWNER, the appropriate Professional(s), and any necessary subcontractors and suppliers of the date of, and request their participation in, the walk-through inspection. The purpose of the walk-through inspection will be to determine if there are defects or failures which require correction. 13.1.2 Should the CONTRACTOR fail to promptly correct any failure or defect, the OWNER may take whatever actions it deems necessary to remedy the failure or defect and the CONTRACTOR shall promptly reimburse the OWNER for any expenses or damages it incurs as a result of the CONTRACTOR's failure to correct the failure or defect. 13.2 Express Warranties and Guarantees – Contractor In addition to the warranties and guarantees set forth elsewhere herein, the CONTRACTOR expressly warrants and guarantees to the OWNER: (i) That the Work complies with (a) the Construction Documents; and (b) this Agreement; (c) all applicable laws, statutes, building codes, rules and regulations of all governmental, public and quasi-public authorities and agencies having jurisdiction over the Project. (ii) That all goods, products, materials, equipment and systems incorporated into the Work conform to applicable specifications, descriptions, instructions, drawings, data and samples and shall be and are (a) new (unless otherwise specified or permitted) and without apparent damage or defect; (b) of quality equal to or higher than that required by the Construction Documents; and (c) merchantable; and (iii) That all management, supervision, labor and services required for the work shall comply with this Agreement and shall be and are performed in a workmanlike manner. 13.3 Express warranties And Guarantees - Subcontractors and Suppliers The CONTRACTOR shall require that all of its subcontractors and suppliers provide written warranties, guarantees and other undertakings to the OWNER and the CONTRACTOR in a form identical to the warranties, guarantees and other undertakings set forth in this Agreement, including the warranties, guarantees and undertakings set forth in this Article, which warranties, guarantees and undertakings shall run to the benefit of the OWNER as well as the CONTRACTOR. 13.4 Non-Exclusivity and Survival GENERAL TERMS AND CONDITIONS 00700-22 The warranties and guarantees set forth in this Article shall be in addition to all other warranties, express, implied or statutory, and shall survive the OWNER’s payment, acceptance, inspection of or failure to inspect the work, and review of the Construction Documents. 13.5 Non-Limitation Nothing contained in Paragraph 13.1, shall be construed to establish a period of limitation with respect to the CONTRACTOR’s obligations under this Agreement. Paragraph 13.1 relates only to the CONTRACTOR's specific obligations with respect to the Work, and has no relationship to the time within which the CONTRACTORs contractual obligations under this Agreement may be enforced, nor to the time within which proceedings may be commenced to establish the CONTRACTOR's liability with respect to any contractual obligations pursuant to Paragraph 13.1 or contained elsewhere herein. 13.6 Commencement of Obligations Unless otherwise specified, all of the CONTRACTOR’s warranty and guaranty obligations, including the time period(s) for all written warranties and guarantees of specifically designated equipment required by the Construction Documents, shall begin on the actual date of substantial Completion. ARTICLE 14 – OWNER’S DUTIES, OBLIGATIONS AND RESPONSIBILITIES 14.1 Timely Compensation of Contractor The OWNER shall timely compensate the CONTRACTOR in accordance with this Agreement. 14.2 Payment for Testing Unless otherwise required to be provided by the CONTRACTOR in its scope of services, OWNER shall secure and pay for all Project testing. 14.3 Owner Review of Documents The OWNER shall review documents prepared by the CONTRACTOR in a timely manner and in accordance with schedule requirements. Review by the OWNER shall be solely for the purpose of determining whether such documents are generally consistent with the OWNER’s intent. No review of such documents shall relieve the CONTRACTOR of any of its responsibilities. 14.4 Status of Owner GENERAL TERMS AND CONDITIONS 00700-23 The OWNER shall not have control or charge of construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the work, nor shall the CONTRACTOR, for any of the foregoing purposes, be deemed the agent of the OWNER. 14.5 Owners Utilities The OWNER shall provide water, gas and electrical energy only as they exist at the Site prior to the start of construction. The CONTRACTOR shall be responsible to provide and pay for connections to, extensions from and means of using these utilities. 14.5.1 The OWNER will pay utility company bills for water, gas and electrical energy which is required for the Project and which passes through the OWNER's meters. However, the OWNER shall not pay for (i) water which is expended without proper regard for ecological and conservation considerations; (ii) electrical energy expended in electric heating devices; or (iii) utilities for CONTRACTOR’s field offices. 14.5.2 Acceptance by the CONTRACTOR of the use of the OWNER's water, gas and electrical energy constitutes a release from the CONTRACTOR to the OWNER of all claims and liability for any damages or losses which may be incurred by the CONTRACTOR as a result of water, gas and electrical energy outages or voltage variations or surges, ARTICLE 15 – CONTRACTOR’S COMPENSATION 15.1 Unit Prices If any portion of the Construction Price is determined by the application of unit prices, the number of units contained in the CONTRACTOR’s compensation schedule is an estimate only, and the compensation to the CONTRACTOR shall be determined by the actual number of units incorporated in, or required by, the Work. 15.2 Schedule of Values The CONTRACTOR shall prepare and present to the OWNER and the designated Professional the CONTRACTOR’s schedule of values, apportioning the different elements of the Work for purposes of periodic and final payment. The CONTRACTOR's schedule of values shall be presented in the format, and with such detail and supporting information, requested by the Professional or OWNER. The CONTRACTOR shall not imbalance or artificially inflate any element of its schedule of values. Upon the Professional and OWNER's acceptance, the schedule of values shall be used to process and pay the CONTRACTOR’s payment requests. The schedule of values shall not be changed without written change order authorized by the OWNER 15.3 Invoicing Procedures In accordance with the procedures and requirements set forth in this Article and in Chapter 218, Part VII “Florida Prompt Payment Act”, Florida Statute, the CONTRACTOR shall invoice the OWNER and the OWNER shall pay the CONTRACTOR the Construction Price. GENERAL TERMS AND CONDITIONS 00700-24 15.3.1 At least every thirty calendar days after commencement of performance, but no more frequently than once a month, the CONTRACTOR shall submit invoices to the Professional requesting payment for labor and services rendered during the preceding thirty calendar days. Each invoice shall contain such detail and be backed up with whatever supporting information the OWNER or a Professional requests and shall at a minimum state, (i) The total Construction Price; (ii) The amount due for properly provided labor, materials and equipment properly incorporated into the Project; and with respect to amounts invoiced for materials or equipment necessary for the Project and properly stored at the Site (or elsewhere if offsite storage is approved in writing by the OWNER), be accompanied by written proof that the OWNER has title to such materials or equipment and that such material and equipment is fully insured against loss or damage; (iii) A breakdown of the various phases or parts of the work as related to the Construction Price; (iv) The value of the various phases or parts of the Work actually performed; (v) Previously invoiced amounts and credit payments made; (vi) Invoice date; (vii) The total amount due, less the retainage amount, and shall also have attached such lien waivers, affidavits, and other documentation verifying the CONTRACTOR’s payment to subcontractors and suppliers as the OWNER or a Professional may request. 15.4 Payment Procedures 15.4.1 Within ten (10) days of submission by CONTRACTOR, the Professional will review the CONTRACTOR's applications for payment including such accompanying data, information and schedules as the Professional requires, to determine the amounts due to the CONTRACTOR and, based upon such review, together with its inspections of the Work, shall authorize payment by the OWNER to the CONTRACTOR in writing. Such authorization will constitute the Professional's certification to the OWNER that (i) The work described in the CONTRACTORs invoice has progressed to the level indicated and has been performed in accordance with the Agreement; (ii) All necessary and appropriate lien waivers and affidavits have been submitted; and (iii) The amount requested is currently due and owing to the CONTRACTOR. 15.4.2 In the case of unit price work, the Professional's recommendations for payment will constitute a final determination of quantities and classifications of such work. GENERAL TERMS AND CONDITIONS 00700-25 15.4.3 Payments shall be deemed timely if made by OWNER within twenty-one (21) days of receipt by OWNER of the Professional’s authorization to make payment. 15.5 Owners Right to Refuse Payment A Professional's approval of the CONTRACTOR's invoice shall not preclude the OWNER from exercising any of its remedies afforded by this Agreement. In the event of a dispute, payment shall be made on or before the payment date for amounts not in dispute, subject to any setoffs claimed by the OWNER. The OWNER shall have the right to refuse to make payment and, if necessary, may demand the return of a portion or all of the amount previously paid to the CONTRACTOR due to: (i) The CONTRACTOR’s failure to perform the work in compliance with the requirements of this Agreement or any other agreement between the parties; (ii) The CONTRACTOR's failure to correctly and accurately represent the work performed in a payment request, or otherwise; (iii) The CONTRACTOR's performance of the work at a rate or in a manner that, in the OWNER's opinion, is likely to result in the Project or any portion of the Project being inexcusably delayed; (iv) The CONTRACTORs failure to use funds previously paid the CONTRACTOR by the OWNER, to pay the CONTRACTOR’s Project-related obligations including, but not limited to, the CONTRACTOR’s subcontractors, material men, and suppliers; (v) Claims made, or likely to be made, against the OWNER or its property; (vi) Loss caused by the CONTRACTOR or the CONTRACTOR’s subcontractors, or suppliers; or (vii) The CONTRACTOR’s failure or refusal to perform any of its obligations to the OWNER. 15.6 Contractors Right to Refuse Performance for Non-Payment If within twenty (20) calendar days from the date payment is due hereunder, the OWNER, without cause or basis hereunder, fails to pay the CONTRACTOR any amounts then due and payable to the CONTRACTOR, the CONTRACTOR shall have the right, in addition to all other rights and remedies contained herein, to cease performance of the work until receipt of proper payment after first providing fourteen calendar days written notice to the OWNER of its intent to cease work. 15.7 Correction Of Past Payments All prior payments, whether based on estimates or otherwise, may be corrected and adjusted in any subsequent payment and shall be corrected and adjusted in the final payment. In the event that any invoice contains a defect or impropriety which would prevent timely payment, the OWNER shall notify the CONTRACTOR in writing of such defect or impropriety. Any disputed amounts determined by the OWNER to be payable to the CONTRACTOR shall be due twenty (20) calendar days from the date the dispute is resolved. GENERAL TERMS AND CONDITIONS 00700-26 15.8 Interest on Outstanding Amounts Due Interest shall accrue on amounts owed by the OWNER to the CONTRACTOR, which remain unpaid thirty calendar days following the date on which payment is due. Said interest shall accrue at the judgment rate then applicable in accordance with Florida statutes. 15.8.1 No interest shall accrue when payment is delayed because of a dispute between the OWNER and the CONTRACTOR, or a dispute as to the accuracy or completeness of any request for payment received. This exception to the accrual of interest shall apply only to that portion of a delayed payment, which is actually the subject of the dispute and shall apply only for the duration of such disagreement. Nor shall interest accrue on retainage, which is withheld to assure performance of this Agreement. 15.9 Invoice Warranties and Guarantees The CONTRACTOR expressly warrants and guarantees to the OWNER that: (i) Title to all goods, products, materials, equipment and systems covered by an invoice will pass to the OWNER either by incorporation into the Work, or upon receipt of payment by the CONTRACTOR, whichever occurs first; (ii) All goods, products, materials, equipment and systems covered by an invoice are free and clear of liens, claims, security interests or encumbrances; and (iii) No goods, products, materials, equipment or systems covered by an invoice have been acquired by the CONTRACTOR, or its subcontractors or suppliers, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the CONTRACTOR, or its subcontractors or suppliers. 15.10 Contractor’s Signature The signature of the CONTRACTOR on any invoice constitutes the CONTRACTOR's certification to the OWNER that (i) the CONTRACTOR's services listed in the invoice have progressed to the level indicated and have been performed as required by this Project Agreement; (ii) the CONTRACTOR has paid its subcontractors and suppliers their proportional share of all previous payments received from the OWNER and that its payments to such subcontractors and suppliers conforms with the requirements of applicable prompt payment statutes; and (iii) the amount requested is currently due and owing. 15.11 Taxes The CONTRACTOR shall incorporate into the Construction Price, and pay, all sales, consumer, use and similar taxes for goods, products, materials, equipment and systems incorporated into the Work which were legally required at the time of execution of this Agreement, whether or not yet effective or merely scheduled to go into effect. The CONTRACTOR shall secure, defend, protect, hold harmless, and indemnify the OWNER from and against any and all liability, loss, claims, demands, suits, costs, fees and expenses (including actual fees and expenses of attorneys, expert witnesses, and other consultants) relating to any taxes assessed or imposed upon, incurred by or asserted GENERAL TERMS AND CONDITIONS 00700-27 against the OWNER by any taxing authority with respect to such taxes. The CONTRACTOR shall cooperate with and assist the OWNER in securing qualified refunds of any sales or use tax paid by the OWNER or CONTRACTOR on goods, products, materials, equipment or systems. Any refund secured shall be paid to the OWNER. 15.12 Compensation of Contractor's Subcontractors and Suppliers Upon receipt of payment from the OWNER, the CONTRACTOR shall pay each of its subcontractors and suppliers out of the amount received by the CONTRACTOR on account of such subcontractor’s or suppliers portion of the work, the amount to which each entity is entitled, reflecting percentages actually retained from payments to the CONTRACTOR on account of such entity's portion of the Work. The OWNER shall have no obligation to pay, and shall not be responsible for payments to, the CONTRACTOR’s subcontractors or suppliers. However, the OWNER reserves the right, but has no duty, to make payment jointly to the CONTRACTOR and to any of its subcontractors or suppliers in the event that the OWNER becomes aware that the CONTRACTOR fails to pay or unreasonably withholds payment from one or more of those entities. Such joint check procedure, if employed by the OWNER, shall create no rights in favor of any person or entity beyond the right of the named payees to payment of the check and shall not be deemed to commit the OWNER to repeat the procedure in the future. 15.13 Final Payment Prior to being entitled to receive final payment, and as a condition precedent thereto, the CONTRACTOR must achieve Final Completion. The OWNER shall, subject to its rights set forth above in this Article, make final payment of all sums due the CONTRACTOR within fourteen calendar days of a Professional's execution of a final approval for payment. 15.14 Retainage 15.14.1 The value of each Application for Payment shall be equal to the total value of Work performed to date, less an amount retained in accordance to Chapter 255.078 Florida Statute, “Public Construction Retainage” and Chapter 218.735 Florida Statute, “Florida Prompt Payment Act”, and less payment previously made and amounts withheld in accordance with the Contract Documents. 15.14.2 Retainage under the Contract Documents is held by OWNER as collateral security to assure completion of Work. ARTICLE 16 - SCHEDULE REQUIREMENTS 16.1 Construction Schedule The construction schedule shall include all pertinent dates and periods for timely completion of the Work. 16.1.1 Unless otherwise directed and approved by the OWNER, the CONTRACTOR shall prepare and submit within thirty (30) days of Agreement execution, the Construction Schedule as a GENERAL TERMS AND CONDITIONS 00700-28 critical path schedule with separate divisions for each major portion of the Work or operations. The Construction Schedule shall include and properly coordinate dates for performance of all divisions of the Work, including completion of off-Site requirements and tasks, so that the work can be completed in a timely and orderly fashion consistent with the required dates of Substantial Completion and Final Completion. 16.1.2 The Construction Schedule shall include (i) the required commencement date, the required dates of Substantial Completion and Final Completion; (ii) any guideline and milestone dates required by the OWNER; (iii) any applicable subcontractor and supplier sub- schedules; (iv) a submittal schedule which allows sufficient time for review of documents and submittals; (v) the complete sequence of construction by activity, with dates for beginning and completion of each element of construction; and (vi) required decision dates. 16.1.3 By reviewing the Construction Schedule, the OWNER and a Professional do not assume any of the CONTRACTOR’s responsibility (i) that the Construction Schedule be coordinated or complete; or (ii) for timely and orderly completion by the required dates of Substantial Completion, Final Completion and any milestone dates required by the OWNER. 16.1.4 The CONTRACTOR shall review, on a weekly basis, the actual status of the work against the Construction Schedule. The CONTRACTOR shall discuss the status of the work weekly with the designated Professional, so that proper overall management may be provided. 16.1.5 The CONTRACTOR shall periodically and in all instances when the CONTRACTOR anticipates that performance of the work will be delayed or in fact has been delayed, but not less frequently than monthly, prepare a revised Construction schedule and show actual progress of the Work through the revision date, projected completion of each remaining activity, activities modified since previous submittal, major changes in scope, and other identifiable changes. The updated Construction Schedule shall be accompanied by a narrative report which (i) states and explains any modifications of the critical path schedule, including any changes in logic; (ii) defines problem areas and lists areas of anticipated delays; (iii) explains the anticipated impact the problems and delays will have on the schedule and scheduled activities; (iv) reports corrective action taken or proposed; and (v) states how problems anticipated by projections shown on the schedule will be resolved to avoid delay in delivering the Work by the required dates of Substantial Completion and Final Completion, and other milestone dates required by the OWNER, if any. 16.2 Delay in Performance If at any time the CONTRACTOR anticipates that performance of the work will be delayed or in fact has been delayed, the CONTRACTOR shall (i) within three (3) days notify the designated Professional in writing of the probable cause of and effect from the delay, and possible alternatives to minimize the delay: and (ii) take all corrective actions reasonably necessary to deliver the work by the required dates of Substantial Completion and Final Completion, and other milestone dates required by the OWNER, if any. In the event that corrective action is necessary to overcome delays caused by CONTRACTOR, then CONTRACTOR shall not be entitled to compensation for such corrective action. In the event that corrective action is necessary to overcome delays caused by OWNER or those for whom the OWNER is responsible, then CONTRACTOR shall be entitled to an equitable adjustment GENERAL TERMS AND CONDITIONS 00700-29 for the reasonable costs of its corrective actions. In no event, however, shall CONTRACTOR be entitled to inefficiency costs arising from or related to such corrective action. 16.3 Modifications to Time for Performance The CONTRACTOR shall determine and within seven (7) days of the circumstances giving rise to the claim, notify the OWNER and the Professional(s) in writing when it believes adjustments to the required dates of Substantial Completion or Final Completion, or other milestone dates required by the OWNER, if any, are necessary, but no such adjustments shall be effective unless approved in writing by the OWNER and Professional(s). 16.4 Early Completion The CONTRACTOR may attempt to achieve Substantial Completion before the required date of Substantial Completion. However, such planned early completion shall be for the CONTRACTOR's sole convenience and shall not create any additional CONTRACTOR rights or OWNER obligations under this Agreement, nor shall it change the required dates of Substantial Completion or Final Completion. The OWNER shall not pay the CONTRACTOR any additional compensation for achievement of Substantial Completion or Final Completion prior to the required dates nor will the OWNER owe the CONTRACTOR any compensation should the OWNER cause the CONTRACTOR not to achieve substantial Completion earlier than the required date of Substantial Completion or Final Completion earlier than the required date of Final Completion. 16.5 Modification Dates of Substantial Completion or Final Completion The CONTRACTOR may propose modifications to the required dates of Substantial completion or Final Completion. The OWNER may, but is not required to, accept the CONTRACTOR's proposal. Modification(s) of the required dates of Substantial Completion or Final Completion shall be accomplished only by duly authorized and accepted change order(s) stating the new date (s) with specificity and reciting that all references in this Agreement to the required dates of Substantial Completion or Final Completion shall thereafter refer to the date(s) as modified, and all rights and obligations, including the CONTRACTOR's liability for actual damages, delay damages and liquidated damages, shall be determined in relation to the date(s) as modified. 16.6 Document Review The CONTRACTOR shall provide documents to the OWNER and Professional(s) for review in accordance with schedule requirements and with sufficient lead-time to allow the OWNER and Professional(s) reasonable time for review. ARTICLE 17 - LIQUIDATED DAMAGES 17.1 Time of The Essence The parties hereto mutually understand and agree that time is of the essence in the performance of this Agreement and that the OWNER will incur damages if the Work is not completed on time. The CONTRACTOR shall at all times carry out its duties and responsibilities as expeditiously as GENERAL TERMS AND CONDITIONS 00700-30 possible and shall begin, perform and complete its services so that (i) the work progresses in accordance with the Construction Schedule; (ii) the Work is Substantially Completed by the required date of Substantial Completion; and (iii) the Work is Finally Complete by the date of Final Completion. 17.2 Failure to Timely Achieve Completion The parties hereto mutually understand and agree that the OWNER will sustain substantial monetary and other damages in the event of a failure or delay by the CONTRACTOR in the completion of the Work. If the CONTRACTOR inexcusably fails to achieve Substantial Completion by the required date of Substantial completion as established and previously set forth in this Agreement, the CONTRACTOR shall pay to the OWNER, as liquidated damages for delay and not as a penalty, the daily amount as specified in Agreement Form, Section 00500, 1.02D for each and every day after the required date of Substantial Completion until Substantial Completion is achieved. This liquidated damages provision shall apply and remain in full force and effect in the event that the CONTRACTOR is terminated by OWNER for default and shall apply until Substantial Completion has been achieved by any completing CONTRACTOR. If the CONTRACTOR fails to achieve Final Completion by the required date of Final Completion as established and previously set forth in this Agreement, the CONTRACTOR shall pay to the OWNER, as liquidated damages for delay and not as a penalty, the daily amount stated in Agreement Form, Section 00500, 1.02D for failure to timely achieve Substantial Completion, for each calendar day of unexcused delay in achieving Final Completion. 17.3 Compensable Delay If the CONTRACTOR is delayed at any time in the progress or performance of the work by (i) acts or omissions of the OWNER or Professional(s); or (ii) major changes ordered by the OWNER in the scope of Work, the CONTRACTOR shall give OWNER and the Professional written notice within seven (7) days of the circumstances giving rise to the delay. The Construction Schedule shall be extended for the period of such delay and CONTRACTOR's compensation shall be equitably adjusted to cover the CONTRACTORs actual and direct increased costs attributable to such delay, but in no event shall CONTRACTOR be entitled to compensation for indirect, home office, or offsite overhead attributable to such delay. 17.4 Excusable Delay If the CONTRACTOR is delayed at any time in the progress or performance of the Work by (i) fire; (ii) unusual delays in transportation; (iii) unusually severe and adverse weather conditions not reasonably anticipated by the CONTRACTOR and as demonstrated by comparison to climatological data; (iv) unavoidable casualties; (v) causes beyond the CONTRACTOR’s control which were not reasonably anticipatable, the Construction Schedule shall be extended for a period equal to the length of such delay, but only if (a) such delay is not in any way caused by default or collusion on the part of the CONTRACTOR or by any cause which the CONTRACTOR could reasonably control or circumvent; (b) the CONTRACTOR would have otherwise been able to timely perform all of its obligations under this Agreement but for such delay; and (c) immediately but not later than seven calendar days after the beginning of any such delay the CONTRACTOR gives written notice of its delay claim to the OWNER. An extension of the Construction Schedule shall be CONTRACTOR’s sole and exclusive remedy for such Excusable Delays. In no event shall CONTRACTOR be entitled to GENERAL TERMS AND CONDITIONS 00700-31 monetary compensation for Excusable Delays. Economic hardship or a shortage of craft labor shall not constitute the basis for an Excusable Delay. 17.5 Owner's Right to Withhold Payment When it reasonably believes (i) that Substantial Completion will be inexcusably delayed; or (ii) that the CONTRACTOR will fail to achieve Final Completion by the date of Final Completion, the OWNER shall be entitled, but not required, to withhold from any amounts otherwise due the CONTRACTOR the daily amount specified for liquidated damages in this Article for each calendar day of the unexcused delay. 17.5.1 If and when the CONTRACTOR overcomes the delay in timely achieving Substantial Completion or Final Completion, or any part thereof, for which the OWNER has withheld payment, the OWNER shall promptly release to the CONTRACTOR those funds withheld, but no longer applicable, as liquidated damages. 17.5.2 Delay caused by labor disputes, picketing, employee boycotts, or the like which directly or indirectly involves employees of the CONTRACTOR or its subcontractors and suppliers is not the responsibility of the OWNER and will result in time extensions only if agreed to in writing by the OWNER at the time such events arise. ARTICLE 18 - CONCEALED AND UNFORESEEN CONDITIONS 18.1 Notification Regarding Unusual Conditions If (i) the CONTRACTOR encounters concealed and unforeseen conditions of an unusual nature which affect the performance of the Work; or (ii) the conditions vary from those indicated by the Construction Documents; and (iii) such conditions are not ordinarily found to exist or differ materially from those generally recognized as inherent in work of the character provided by the CONTRACTOR, the CONTRACTOR shall promptly, but in no event later than three calendar days after first observance of the conditions, notify in writing the appropriate Professional(s) and the OWNER before conditions are disturbed and give the Professional(s) or the OWNER opportunity to observe the condition in its undisturbed state. 18.1.1 The conditions will be promptly investigated and, if they differ substantially and cause a material increase or decrease in the CONTRACTOR's cost of, or time required for, performance of the Work, compensation or time for performance or both will be equitably adjusted. 18.1.2 All adjustments in compensation or extensions of time shall be by change order. Change order requests must be made within fourteen calendar days from the date of observation of the changed conditions. 18.1.3 The CONTRACTOR's failure to notify the Professional(s) and OWNER as provided in this Article shall constitute a waiver of any claim arising out of or relating to such concealed or unknown condition. GENERAL TERMS AND CONDITIONS 00700-32 ARTICLE 19 – CONTRACTOR’S RECORDS 19.1 Preparation Of Records The CONTRACTOR shall, concurrently with performance of its services, prepare substantiating records regarding services rendered and goods furnished. 19.2 Retention Of Records The CONTRACTOR shall retain in its records copies of all (i) written communications; (ii) memoranda of verbal communications; (iii) accounting records (including original estimates and estimating work sheets, purchase orders and invoices); (iv) job site notes; (v) daily logs; (vi) reports; (vii) notices; (viii) all subcontract files (including proposals of successful and unsuccessful bidders); (ix) change order files (including documentation covering negotiated settlements); (x) written policies and procedures, (xi) records necessary to evaluate and verify direct and indirect costs (including by way of example overhead allocations, payroll records, time sheets, rental receipts, fixed asset records); and (xii) other documents such as plans, specifications, submittals, correspondence, minutes, memoranda, tape recordings, videos, accounting records, digital files, documents reflecting the unit price of construction and other writings or things which document the Project, its design, its cost and its construction. 19.2.1 The CONTRACTOR shall maintain substantiating records for five years after the date of Final Completion or for any longer period of time as may be required by law or good construction practice. If the CONTRACTOR receives notification of a dispute or the commencement of litigation regarding the Project within this five-year period, the CONTRACTOR shall continue to maintain all Project records until final resolution of the dispute or litigation. 19.2.2 The CONTRACTOR shall, upon seven days request from the OWNER, secure from its subcontractors and suppliers copies of (i) written communications; (ii) memoranda of verbal communications; (iii) accounting records (including original estimates and estimating work sheets, purchase orders and invoices); (iv) job site notes; (v) daily logs; (vi) reports; (vii) notices; (viii) all subcontract files (including proposals of successful and unsuccessful bidders); (ix) Change Order files (including documentation covering negotiated settlements); (x) written policies and procedures, (xi) records necessary to evaluate and verify direct and indirect costs (including overhead allocations), and (xii) other documents generated with respect to the Project. 19.3 Access to Records Upon the request of the OWNER, the CONTRACTOR shall make its records available during normal business hours to the OWNER, its authorized representative(s) or to any state, federal or other regulatory authority. Any such authority, the OWNER and its authorized representative(s) shall be entitled to inspect, examine, review and copy the CONTRACTORs records at the copying party's reasonable expense, within adequate work space at the CONTRACTOR's facilities. Failure by the CONTRACTOR to supply substantiating records from itself and its subcontractors and suppliers upon GENERAL TERMS AND CONDITIONS 00700-33 the request of the OWNER shall be reason to exclude the related costs from amounts which might otherwise be payable by the OWNER pursuant to this Agreement. ARTICLE 20 - PROPRIETARY DOCUMENTS AND CONFIDENTIALITY 20.1 Nature And Use Of Information All Information, documents, and electronic media furnished by the OWNER to the CONTRACTOR (i) belong to the OWNER; (ii) are proprietary and confidential; (iii) are furnished solely for use on the OWNERs Project; (iv) shall be kept confidential by the CONTRACTOR; and (v) shall not be used by the CONTRACTOR on any other project or in connection with any other person or entity, unless disclosure or use thereof in connection with any matter other than services rendered to the OWNER hereunder is specifically authorized in writing by the OWNER in advance. The OWNER hereby grants to the CONTRACTOR a limited license to use and reproduce applicable portions of the Construction Documents necessary for execution of the work. All copies made under this license shall bear the statutory copyright notice, if any, shown on the documents. 20.2 Ownership Of Information All Information, documents, and electronic media prepared by or on behalf of the CONTRACTOR for the Project are the sole property of the OWNER free of any retention rights of the CONTRACTOR. The CONTRACTOR hereby grants to the OWNER an unconditional right to use, for any purpose whatsoever, any information documents or electronic media prepared by or on behalf of the CONTRACTOR for the project, free of any copyright claims, trade secrets or other proprietary rights with respect to such documents. 20.3 Disclosure Of Information The CONTRACTOR shall not disclose any information it receives from the OWNER to any other person or entity except to the extent necessary to allow it to perform its duties under this Agreement. 20.4 Instructions To Employees Because it is difficult to separate proprietary and confidential information from that which is not, the CONTRACTOR shall instruct its employees and agents to regard all information which is not in the public domain as information which is proprietary and confidential. 20.5 Non-Publication Submission or distribution of documents to meet official regulatory requirements or for other required purposes in connection with the Project is not to be construed as publication in derogation of the OWNER's common law copyrights or other reserved rights. ARTICLE 21 - GENERAL INSURANCE REQUIREMENTS GENERAL TERMS AND CONDITIONS 00700-34 21.1 General Insurance Requirements CONTRACTOR shall be required to obtain insurance as required in Section 00640. Unless otherwise required, each insurance policy: (i) Shall be issued by an insurance carrier acceptable to the OWNER; (ii) Shall be kept in force throughout performance of the CONTRACTOR’s services and for one year after the end of such performance; (iii) Shall be an occurrence policy; and (iv) Shall be evidenced by a certificate of insurance acceptable to the OWNER which provides that the coverage evidenced thereby shall not be substantially modified or canceled without thirty (30) days' prior written notice to the OWNER. 21.2 Certificates Of Insurance Prior to performance of services on the Project, the CONTRACTOR shall (i) have all required insurance coverage in effect; and (ii) deliver to the OWNER certificates of insurance for all its required minimum insurance coverage. The CONTRACTOR shall (i) require that its subcontractors and suppliers have similar coverage in effect, and prior to the performance of any services on the Project by the CONTRACTOR’s subcontractors and suppliers, and (ii) shall ensure that all required insurance coverages of its subcontractors and suppliers are in effect. The OWNER shall have no responsibility to verify compliance by the CONTRACTOR or its subcontractors and suppliers. Upon the request of the OWNER, the CONTRACTOR shall provide copies of policies for all required insurance coverage. 21.3 Effect Of Insurance Compliance with insurance requirements shall not relieve the CONTRACTOR of any responsibility to indemnify the OWNER for any liability to the OWNER as specified in any other provision of this Agreement and the OWNER shall be entitled to pursue any remedy in law or equity if the CONTRACTOR fails to comply with the contractual provisions of this Agreement. Indemnity obligations specified elsewhere in this Agreement shall not be negated or reduced by virtue of any insurance carrier's (i) denial of insurance coverage for the occurrence or event which is the subject matter of the claim; or (ii) refusal to defend any named insured. 21.4 Waiver Of Subrogation The CONTRACTOR hereby releases and discharges the OWNER and the OWNER's Related Parties of and from all liability to the CONTRACTOR, and to anyone claiming by, through or under the CONTRACTOR, by subrogation, or otherwise, on account of any loss or damage to tools, machinery, equipment or other property, however caused. ARTICLE 22 - GENERAL BOND REQUIREMENTS GENERAL TERMS AND CONDITIONS 00700-35 22.1 General Bond Requirements If the CONTRACTOR is required to provide performance and payment bond(s), the penal sum of each bond shall be in an amount not less than the Construction Price, as adjusted by any change order(s), and each bond shall: (i) Be in a form approved by the OWNER (see Section 00610 and Section 00620) and in compliance with applicable law; (ii) Incorporate by reference the terms of this Agreement; (iii) Be executed by a company certified by the secretary of the United States City of Treasury pursuant to the Act of July 30,1947 (61 Stat 646, as amended; 6 U.S.C. 6-13); (iv) Be executed by a company licensed and authorized to do business in the state of Florida; (v) Be recorded with the Clerk of the Court for Seminole County; and (vi) Be accompanied by a power of attorney certifying that the person(s) executing the bond have the authority to do so. 22.2 Delivery Of Bonds The CONTRACTOR shall deliver any required bond(s) and power(s) of attorney to the OWNER prior to commencement of the Work. ARTICLE 23 – OWNER’S RIGHT TO STOP WORK 23.1 Cease And Desist Order If the CONTRACTOR fails or refuses to perform or fails to correct defective Work as required, or persistently fails to carry out the work in accordance with the Agreement, the OWNER may, by written notice, order the CONTRACTOR to cease and desist in performing the work or any portion of the Work until the cause for the order has been eliminated to the satisfaction of the OWNER. Upon receipt of such instruction, the CONTRACTOR shall immediately cease and desist as instructed by the OWNER and shall not proceed further until the cause for the OWNER's order has been corrected, no longer exists, or the OWNER instructs that the Work may resume. 23.1.1 The CONTRACTOR shall not be entitled to an adjustment in the time for performance or the Construction Price under this clause since such stoppages are considered to be the fault of the CONTRACTOR. 23.1.2 The right of the OWNER to stop work shall not give rise to a duty on the part of the OWNER to exercise this right for the benefit of the CONTRACTOR or others. 23.1.3 In the event the OWNER issues instructions to cease and desist, and in the further event that the CONTRACTOR fails and refuses within seven calendar days to provide adequate GENERAL TERMS AND CONDITIONS 00700-36 assurance to the OWNER that the cause of such instructions will be eliminated or corrected, then the OWNER shall have the right, but not the obligation, to carry out the Work or any portion of the Work with its own forces, or with the forces of another CONTRACTOR, and the CONTRACTOR shall be responsible for the cost of performing such Work by the OWNER. 23.1.4 The rights set forth herein are in addition to, and without prejudice to, any other rights or remedies the OWNER may have against the CONTRACTOR. ARTICLE 24 - TERMINATION OR SUSPENSION OF AGREEMENT 24.1 Termination For Cause By Owner 24.1.1 The OWNER may terminate this Agreement for cause if the CONTRACTOR materially breaches this Agreement by: (i) Refusing, failing or being unable to properly manage or perform on any Project; (ii) Refusing, failing or being unable to supply the Project with sufficient numbers of workers, properly skilled workers, proper materials, or maintain applicable schedules; (iii) Refusing, failing or being unable to make prompt payment to subcontractors or suppliers; (iv) Disregarding laws, ordinances, rules, regulations or orders of any public authority or quasi-public authority having jurisdiction over the Project; (v) Refusing, failing or being unable to substantially perform in accordance with the Agreement as determined by the OWNER, or as otherwise defined elsewhere herein, or (vi) Refusing, failing or being unable to substantially perform in accordance with the terms of any other agreement between the OWNER and CONTRACTOR; (vii) Failing to maintain all required insurance policies and bonds during any time the Agreement is being performed. 24.1.2 Upon the occurrence of any of the events described in Paragraph 24.1.1, the OWNER may give written notice to the CONTRACTOR setting forth the nature of the default and requesting cure within seven calendar days from the date of notice. At any time thereafter, if the CONTRACTOR fails to initiate the cure or if the CONTRACTOR fails to expeditiously continue such cure until complete, the OWNER may give written notice to the CONTRACTOR of immediate termination, and the OWNER, without prejudice to any other rights or remedies, may take any or all of the following actions: (i) Complete all or any part of the Work, including supplying workers, material and equipment which the OWNER deems expedient to complete the Work; GENERAL TERMS AND CONDITIONS 00700-37 (ii) Contract with others to complete all or any part of the work, including supplying workers, material and equipment which the OWNER deems expedient to complete the work; (iii) Take such other action as is necessary to correct such failure; (iv) Take possession of all materials, tools, construction equipment and machinery on the Site owned or leased by the CONTRACTOR; (v) Directly pay the CONTRACTOR’s subcontractors and suppliers compensation due to them from the CONTRACTOR; (vi) Finish the Work by whatever method the OWNER may deem expedient; and (vii) Require the CONTRACTOR to assign the CONTRACTOR’s right title and interest in any or all of CONTRACTOR’s subcontracts or orders to the OWNER. 24.1.3 If the OWNER terminates the Agreement for cause, and the OWNER takes possession of all materials, tools, construction equipment and machinery on the Site owned or leased by the CONTRACTOR, the CONTRACTOR’s compensation shall be increased by fair payment either by purchase or rental at the election of the OWNER, for any materials, tools, construction equipment and machinery items retained, subject to the OWNER’s right to recover from the CONTRACTOR the OWNER's damages resulting from the termination. 24.1.4 If the OWNER terminates this Agreement for cause, and it is subsequently determined by a court of competent jurisdiction that such termination was without cause, then in such event said termination shall be deemed a termination for convenience as set forth in paragraph 24.3. 24.2 Termination For Cause By Contractor 24.2.1 The CONTRACTOR may terminate this Agreement for cause if the OWNER materially breaches this Project Agreement by: (i) Refusing, failing or being unable to make prompt payment to the CONTRACTOR without just cause; (ii) Disregarding laws, ordinances, rules, regulations or orders of any public authority or quasi-public authority having jurisdiction over any Project; or (iii) Refusing or failing or being unable to substantially perform in accordance with the terms of this Agreement. 24.2.2 Upon the occurrence of any of the events described in Paragraph 24.2.1, the CONTRACTOR may give written notice to the OWNER setting forth the nature of the default and requesting cure within seven calendar days from the date of notice, if the OWNER falls to cure the GENERAL TERMS AND CONDITIONS 00700-38 default within seven calendar days, the CONTRACTOR, without prejudice to any rights or remedies, may give written notice to the OWNER of immediate termination. 24.3 Termination Or Suspension For Convenience The OWNER may at any time give written notice to the CONTRACTOR terminating this Agreement or suspending the Project, in whole or in part, for the OWNER’s convenience and without cause. If the OWNER suspends the Project for convenience, the CONTRACTOR shall immediately reduce its staff, services and outstanding commitments in order to minimize the cost of suspension. 24.4 Contractor’s Compensation When Contractor Terminates For Cause or Owner Terminates For Convenience If this Construction Agreement is (i) terminated by the CONTRACTOR pursuant to Paragraph 24.2; (ii) terminated by the OWNER pursuant to Paragraph 24.3; or (iii) suspended more than three months by the OWNER pursuant to Paragraph 24.3, the OWNER shall pay the CONTRACTOR specified amounts due for work actually performed prior to the effective termination date and reasonable costs associated with termination. The OWNER may agree to additional compensation, if any, due to the CONTRACTOR. Absent agreement on the additional amount due the CONTRACTOR, the OWNER shall pay the CONTRACTOR: (i) Reasonable costs incurred in preparing to perform the terminated portion of the work, and in terminating the CONTRACTOR's performance, plus a fair and reasonable allowance for overhead and profit thereon (such profit shall not include anticipated profit on work not performed or consequential damages); provided, however, that if it appears that the CONTRACTOR would not have profited or would have sustained a loss if the work had been completed, no profit shall be allowed or included, and the amount of compensation shall be reduced to reflect the anticipated rates of loss, if any; and (ii) Reasonable costs of settling and paying claims arising out of the termination of subcontracts or supplier orders. These costs shall not include attorneys fees and amounts paid in accordance with other provisions hereof. 24.5 Contractor's Compensation When Owner Terminates For Cause If this Agreement is terminated by the OWNER for cause pursuant to Paragraph 24.1, no further payment shall be made to the CONTRACTOR until Final Completion of the Project. At such time, the CONTRACTOR shall be paid the remainder of the construction Price less all costs and damages incurred by the OWNER as a result of the default of the CONTRACTOR, including liquidated damages, remediation completion expenses and damages applicable thereto. The CONTRACTOR shall additionally reimburse the OWNER for any additional costs or expenses incurred. 24.6 Limitation On Termination Compensation Regardless of the reason for termination or the party terminating, the total sum paid to the CONTRACTOR shall not exceed the Contract Construction Price, as properly adjusted, reduced by the amount of payments previously made and penalties or deductions incurred pursuant to any other provision of this Agreement, and shall in no event include duplication of payment. GENERAL TERMS AND CONDITIONS 00700-39 24.7 Contractor’s Responsibility upon Termination Regardless of the reason for termination or the party terminating, if this Agreement is terminated, the CONTRACTOR shall, unless notified otherwise by the OWNER, (i) Immediately stop work; (ii) Terminate outstanding orders and subcontracts; (iii) Settle the liabilities and claims arising out of the termination of subcontracts and orders; and (iv) Transfer title and deliver to the OWNER such completed or partially completed work, and, if paid for by the OWNER, materials, equipment, parts, fixtures, information and such contract rights as the CONTRACTOR has. ARTICLE 25 - APPLICABLE LAW AND DISPUTE RESOLUTION 25.1 Applicable State Law This Agreement shall be deemed to be entered into in and shall be interpreted under the laws of the state in which the Project is located. 25.2 Court Actions Except as expressly prohibited by law: (i) All legal actions hereunder shall be conducted only in state court or federal court districts where the Project is located and having subject matter jurisdiction over the matter in controversy; except that any final judgment may be enforced in other jurisdictions in any manner provided by law; (ii) The choice of jurisdiction and venue described in the preceding paragraph shall be mandatory and not permissive in nature, thereby precluding the possibility of litigation or trial in any jurisdiction or venue other than that specified herein; (iii) The parties waive any right to assert the doctrine of forum non conveniens or to object to venue; and (iv) The parties unequivocally waive any right to a jury trial, and agree that all legal actions shall be tried, both as to factual and legal issues, only to the Court. 25.3 Mutual Discussion GENERAL TERMS AND CONDITIONS 00700-40 In case of any dispute, claim, question or disagreement arising from or relating to the Project or arising out of this Agreement or the breach thereof, the parties shall first attempt resolution through mutual discussion. 25.4 Mediation If the parties cannot resolve any dispute, claim, question, or disagreement arising from or relating to the Project or arising out of this Agreement or the breach thereof through mutual discussion, as a condition precedent to any litigation, the parties shall in good faith participate in private, non- binding mediation seeking a just and equitable solution satisfactory to all parties. 25.4.1 All parties to a mediation shall promptly provide all other parties to the mediation with copies of essential documentation relevant to the support or defense of the matter being mediated. 25.4.2 The parties shall not be required to mediate for a period greater than ninety-one calendar days unless otherwise agreed to in writing by the parties. The parties shall share equally any administrative costs and fees of such proceedings, but shall each be responsible for their own expenses otherwise incurred. 25.4.3 In the event that the statute of limitations would run during the required mediation period, either party may institute litigation so as to avoid the running of such statute upon the condition that such party immediately seek a stay of such litigation pending the conclusion of the mediation period. 25.4.4 During the course of mediation, any party to the mediation may apply for injunctive relief from any court of competent jurisdiction until the mediation period expires or the dispute is otherwise resolved. 25.4.5 The OWNER, the Professional(s), the CONTRACTOR, and any other parties involved in any way in the design or construction of the Project are bound, each to each other, by this requirement to mediate prior to commencement of any litigation, provided that they have signed this Agreement or an agreement that incorporates this Agreement by reference or signed any other agreement which binds them to mediate. Each such party agrees that it may be joined as an additional party to a mediation involving other parties under any such agreement, in the case where more than one mediation is begun under any such agreement and any party contends that the mediations are substantially related, the mediations may be conducted by the mediator selected in the first mediation which was commenced. 25.5 Conflicting Dispute Resolution Provisions Neither party to this Agreement shall enter into any contract with regard to the Project which directly or indirectly gives the right to resolve any dispute with, involving, or affecting the other to any other person or legal entity which is in conflict with the dispute resolution procedures required by this Article. 25.6 Arbitration Preclusion GENERAL TERMS AND CONDITIONS 00700-41 In case of a dispute relating to the Project, or arising out of this Agreement, no party to this Project Agreement shall be required to participate in or be bound by, any arbitration proceedings. 25.7 Performance During Dispute Resolution The OWNER and the CONTRACTOR agree that pending the resolution of any dispute, controversy, or question, the OWNER and the CONTRACTOR shall each continue to perform their respective obligations without interruption or delay, and the CONTRACTOR shall not stop or delay the performance of the work. ARTICLE 26 - DAMAGES AND REMEDIES 26.1 Contractor’s Repair The CONTRACTOR shall, at its expense, promptly correct, repair, or replace all goods, products, materials, systems, labor and services which do not comply with the warranties and guarantees set forth in this Agreement, or any other applicable warranty or guarantee. 26.2 Contractor’s Reimbursement The CONTRACTOR shall promptly reimburse the OWNER for any expenses or damages incurred by the OWNER as a result of (i) the CONTRACTOR's failure to substantially perform in accordance with the terms of this Agreement: (ii) deficiencies or conflicts in the Construction Documents attributable to the CONTRACTOR or of which the CONTRACTOR was or should have been aware; (iii) breach of the warranties and guarantees set forth in this Agreement or any other applicable warranty or guarantee; or (iv) other acts or omissions of the CONTRACTOR. 26.3 General Indemnity To the fullest extent permitted by law the CONTRACTOR shall secure, defend, protect, hold harmless, and indemnify the OWNER and the OWNER’s Related Parties from and against any and all liability, loss, claims, demands, suits, costs, fees and expenses (including actual fees and expenses of attorneys, expert witnesses, and other consultants), by whomsoever brought or alleged, and regardless of the legal theories upon which premised, including, but not limited to, those actually or allegedly arising out of bodily injury to, or sickness or death of, any person, or property damage or destruction (including loss of use), which may be imposed upon, incurred by or asserted against the OWNER or the OWNER’s Related Parties allegedly or actually arising out of or resulting from the CONTRACTOR’s services, including without limitation any breach of contract or negligent act or omission or willful misconduct (i) of the CONTRACTOR; or (ii) of the CONTRACTOR’s subcontractors or suppliers, or (iii) of the agents, employees or servants of the CONTRACTOR or its subcontractors or suppliers. 26.3.1 To the fullest extent permitted by law, the CONTRACTOR, for itself and for its subcontractors and suppliers, and the respective agents, employees and servants of each, expressly waives any and all immunity or damage limitation provisions available to any agent, employee or servant under any workers' or workmen's compensation acts, disability GENERAL TERMS AND CONDITIONS 00700-42 benefit acts or other employee benefit acts, to the extent such statutory or case law would otherwise limit the amount recoverable by the OWNER or the OWNERs Related Parties pursuant to the indemnification provision contained in the paragraph above. 26.4 Intellectual Property Indemnity To the fullest extent permitted by law, the CONTRACTOR shall defend, protect hold harmless, and indemnify the OWNER and the OWNER’s Related Parties from and against any and all liability, loss, claims, demands, suits, costs, fees and expenses (including actual fees and expenses of attorneys, expert witnesses, and other consultants), by whomsoever brought or alleged, for infringement of patent rights, copyrights, or other intellectual property rights, except with respect to designs, processes or products of a particular manufacturer expressly required by the OWNER or professional(s) in writing. If the CONTRACTOR has reason to believe the use of a required design, process or product is an infringement of a patent, the CONTRACTOR shall be responsible for such loss unless such information is promptly given to the OWNER. 26.5 Non-Exclusivity Of Owners Remedies The OWNER's selection of one or more remedies for breach of this Agreement contained herein shall not limit the OWNER's right to invoke any other remedy available to the OWNER under this Agreement or by law. 26.6 Waiver Of Damages CONTRACTOR and OWNER shall not be entitled to, and hereby waives any monetary claims for or damages arising from or related to, indirect, lost profits, incidental, lost business opportunities, unabsorbed overhead, punitive, or any consequential damages of whatever nature each may have against the other. 26.7 Interest The OWNER is entitled to interest on all amounts due from the CONTRACTOR that remain unpaid thirty days after the amount is deemed due, whether as a result of a resolution of a dispute or otherwise. Any such interest shall be calculated by the same method as set forth in Paragraph 15.8. ARTICLE 27 - MISCELLANEOUS PROVISIONS 27.1 Integration This Agreement represents the entire and integrated agreement between the OWNER and the CONTRACTOR, and supersedes all prior negotiations, representations or agreements, either written or oral, for the Project. Agreement may be amended only by written instruments signed by both the OWNER and the CONTRACTOR, and is subject to such reasonable modifications as may be required by the OWNER's lender(s) or insurer(s), if any. 27.2 Severability GENERAL TERMS AND CONDITIONS 00700-43 If any provision of this Agreement, or the application thereof, is determined to be invalid or unenforceable, the remainder of that provision and all other provisions shall remain valid and enforceable. 27.3 Waiver No provision of this Agreement may be waived except by written agreement of the parties. A waiver of any provision on one occasion shall not be deemed a waiver of that provision on any subsequent occasion, unless specifically stated in writing. A waiver of any provision shall not affect or alter the remaining provisions of this Agreement. 27.4 Strict Compliance No failure of the OWNER to insist upon strict compliance by the CONTRACTOR with any provision of this Agreement shall operate to release, discharge, modify, change or affect any of the CONTRACTOR’s obligations. 27.5 No Third-Party Beneficiaries This shall inure solely to the benefit of the parties hereto and their successors and assigns. Nothing contained in this Agreement is intended to or shall create a contractual relationship with, or any rights or cause of action in favor of, any third party against either the OWNER or the CONTRACTOR. 27.6 Survival All provisions of this Agreement, which contain continuing obligations, shall survive its expiration or termination. 27.6 Assignment Except as prohibited by applicable law, neither party shall assign any or all of its benefits or executory obligations under this Agreement without the approval of the other party, except in case of assignment solely for security or assignment by the OWNER to a Related Party of the OWNER, or except as otherwise specifically provided for in this Agreement in case of default. The OWNER and the CONTRACTOR bind their successors and assigns to the other party to this Agreement. END OF SECTION ADDITIONAL SUPPLEMENTAL TERMS AND CONDITIONS 00800-1 SECTION 00800 ADDITIONAL SUPPLEMENTAL TERMS AND CONDITIONS WITNESSETH: (1) The CONTRACTOR hereby warrants and represents to the OWNER that it is competent and otherwise able to provide professional and high quality goods and/or services to the OWNER by means of employees who are neat in appearance and of polite demeanor. (2) The CONTRACTOR acknowledges that the OWNER may retain other goods and/or service providers to provide the same goods and/or services for OWNER projects. The CONTRACTOR acknowledges that the OWNER, at the OWNER's option, may request proposals from the CONTRACTOR and the other goods and/or service providers for OWNER projects. The OWNER reserves the right to select which goods and/or services provider shall provide goods and/or services for the OWNER's projects. (3) Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The person(s) executing this Agreement for the CONTRACTOR certify that he/she/they is/are authorized to bind the CONTRACTOR fully to the terms of this Agreement, (4) The CONTRACTOR hereby guarantees the OWNER that all materials, supplies, services and equipment as listed on a Purchase Order meet the requirements, specifications and standards as provided for under the Federal Occupations Safety and Health Act of 1970, from time to time amended and in force on the date hereof. (5) It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co-partners between the parties, or as constituting the CONTRACTOR (including, but not limited to, its officers, employees, and agents) the agent, representative, or employee of the OWNER for any purpose, or in any manner, whatsoever. The CONTRACTOR is to be and shall remain forever an independent CONTRACTOR with respect to all services performed under this Agreement. (6) Persons employed by the CONTRACTOR in the provision and performance of the goods and/or services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the OWNER'S officers and employees either by operation of law or by the OWNER. (7) No claim for goods and/or services furnished by the CONTRACTOR not specifically provided for herein shall be honored by the OWNER. (8) Execution of this Agreement by the CONTRACTOR is a representation that the CONTRACTOR is familiar with the goods and/or services to be provided and/or performed and with local conditions. The CONTRACTOR shall make no claim for additional time or money based upon its failure to comply with this Agreement. The CONTRACTOR has informed the OWNER, and hereby represents to the OWNER, that it has extensive experience in performing and providing the services and/or goods described in this Agreement and that it is well acquainted with the components that are properly and customarily ADDITIONAL SUPPLEMENTAL TERMS AND CONDITIONS 00800-2 included within such projects and the requirements of laws, ordinance, rules, regulations or orders of any public authority or licensing entity having jurisdiction over the OWNER'S Projects. (9) The CONTRACTOR shall be responsible for the professional quality, accepted standards, technical accuracy, neatness of appearance of employees, employee conduct, and the coordination of all goods and/or services furnished by the CONTRACTOR under this Agreement as well as the conduct of its staff, personnel, employees and agents. The CONTRACTOR shall work closely with the OWNER on all aspects of the provision of the goods and/or services. With respect to services, the CONTRACTOR shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy and the coordination of all of the following which are listed for illustration purposes and not as a limitation: documents, analysis, reports, data, plans, plats, maps, surveys, specifications, and any and all other services of whatever type or nature furnished by the CONTRACTOR under this Agreement. (10) Neither the OWNER'S review, approval or acceptance of, nor payment for, any of the goods and/or services required shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement and the CONTRACTOR shall be and remain liable to the OWNER in accordance with applicable law for all damages to the OWNER caused by the CONTRACTOR negligent or improper performance or failure to perform any of the goods and/or services furnished under this Agreement. (11) The rights and remedies of the OWNER, provided for under this Agreement, are in addition to any other rights and remedies provided by law. (12) The OWNER and the CONTRACTOR will make every effort to resolve all disputable items contained in the CONTRACTOR'S invoices. (13) Each invoice shall reference this Agreement, the appropriate billing period. (14) The Florida Prompt Payment Act shall apply when applicable. A billing period represents the dates in which the CONTRACTOR completed goods and/or services referenced in an invoice. (15) Invoices are to be forwarded directly to: Accounts Payable City Of Oviedo 400 Alexandria Blvd. Oviedo, Florida 32765 (16) OWNER designates the OWNER, Manager or his/her designated representative, to represent the OWNER in all matters pertaining to and arising from the work and the performance of this Agreement. (17) The OWNER, Manager, or his/her designated representative, shall have the following responsibilities: (a) Examination of all work and rendering, in writing, decisions indicating the OWNER'S approval or disapproval within a reasonable time so as not to materially delay the work of the CONTRACTOR; ADDITIONAL SUPPLEMENTAL TERMS AND CONDITIONS 00800-3 (b) Transmission of instructions, receipt of information, and interpretation and definition of OWNER'S policies and decisions with respect to design, materials, and other matters pertinent to the work covered by this Agreement; (c) Giving prompt written notice to the CONTRACTOR whenever the OWNER official representative knows of a defect or change necessary in the project; and (d) Coordinating and managing the CONTRACTOR'S preparation of any necessary applications to governmental bodies, to arrange for submission of such applications. (18) Until further notice from the OWNER or Manager, the designated representative for this Agreement shall be as defined by City staff at the preconstruction meeting for this project. (19) The performance or provision of the CONTRACTOR'S goods and/or services under this Agreement may be suspended by the OWNER at any time. (20) Upon receipt of written notice from the OWNER that the CONTRACTOR'S provision of goods and/or services hereunder are to be resumed, the CONTRACTOR shall continue to provide the services to the OWNER. (21) The CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin or disability and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of pay or their forms or compensation; and selection for training, including apprenticeship. The CONTRACTOR, moreover, shall comply with all the requirements as imposed by the Americans with Disability Act, the regulations of the Federal government issued thereunder, and any and all requirements of Federal or State law related thereto. (22) Nothing herein shall be deemed to affect the rights, privileges, and immunities of the OWNER as set forth in Section 768.28, Florida Statutes. (23) In claims against any person or entity indemnified under this Section by an employee of the CONTRACTOR or its agents or subcontractors, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Section shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or its agents or subcontractors, under Workers Compensation acts, disability benefits acts, or other employee benefit acts. (24) The execution of this Agreement by the CONTRACTOR shall obligate the CONTRACTOR to comply with the indemnification provision in this Agreement; provided, however, that the CONTRACTOR must also comply with the provisions of this Agreement relating to insurance coverages. (25) The CONTRACTOR shall obtain or possess and continuously maintain the insurance coverage as set forth and required in the bid documents. ADDITIONAL SUPPLEMENTAL TERMS AND CONDITIONS 00800-4 (26) All insurance other than Workers Compensation and Professional Liability that must be maintained by the CONTRACTOR shall specifically include the OWNER as an additional insured. (27) The CONTRACTOR shall provide Certificates of Insurance to the OWNER evidencing that all such insurance is in effect prior to the issuance of the first Purchase/Work Order under this Agreement from the OWNER. These Certificates of Insurance shall become part of this Agreement. Neither approval by the OWNER nor failure to disapprove the insurance furnished by a CONTRACTOR shall relieve the CONTRACTOR of the CONTRACTOR’S full responsibility for performance of any obligation including the CONTRACTOR’S indemnification of the OWNER under this Agreement. If, during the period which an insurance company is providing the insurance coverage required by this Agreement, an insurance company shall: (1) lose its Certificate of Authority, (2) no longer comply with Section 440.57, Florida Statutes, or (3) fail to maintain the requisite Bests Rating and Financial Size Category, the CONTRACTOR shall, as soon as the CONTRACTOR has knowledge of any such circumstance, immediately notify the OWNER and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as the CONTRACTOR has replaced the unacceptable insurer with insurance acceptable to the OWNER, the CONTRACTOR shall be deemed to be in default of this Agreement. (28) The insurance coverage shall contain a provision that requires that prior to any changes in the coverage, except increases in aggregate coverage, thirty (30) days prior notice will be given to the OWNER by submission of a new Certificate of Insurance, (29) The CONTRACTOR shall furnish Certificates of Insurance directly to the OWNER’s Designated Representative. The certificates shall clearly indicate that the CONTRACTOR has obtained insurance of the type, amount and classification required by this Agreement. (30) Nothing in this Agreement or any action relating to this Agreement shall be construed as the OWNER'S waiver of sovereign immunity beyond the limits set forth in Section 768.28, Florida Statutes. (31) The OWNER shall not be obligated or liable under the terms of this Agreement to any party other than the CONTRACTOR. There are no third party beneficiaries to this Agreement, (32) The CONTRACTOR is an independent CONTRACTOR and not an agent, representative, or employee of the OWNER. The OWNER shall have no liability except as specifically provided in this Agreement. (33) All insurance shall be primary to, and not contribute with, any insurance or self-insurance maintained by the OWNER. (34) The CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement and that the CONTRACTOR has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award of making this Agreement. (35) The CONTRACTOR shall not discriminate on the grounds of race, color, religion, sex, or national origin in the performance of work under this Agreement or violate any laws pertaining to civil rights, equal protection or discrimination. ADDITIONAL SUPPLEMENTAL TERMS AND CONDITIONS 00800-5 (36) The CONTRACTOR hereby certifies that no undisclosed (in writing) conflict of interest exists with respect to the Agreement, including, but not limited to, any conflicts that may be due to representation of other clients, customers or vendees, other contractual relationships of the CONTRACTOR, or any interest in property that the CONTRACTOR may have. The CONTRACTOR further certifies that any conflict of interest that arises during the term of this Agreement shall be immediately disclosed in writing to the OWNER. Violation of this Section shall be considered as justification for immediate termination of this Agreement. (37) The CONTRACTOR shall ensure that all taxes due from the CONTRACTOR are paid in a timely and complete manner including, but not limited to, occupational license tax. (38) If the OWNER determines that any employee or representative of the CONTRACTOR is not satisfactorily performing his/her assigned duties or is demonstrating improper conduct pursuant to any assignment or work performed under this Agreement, the OWNER shall so notify the CONTRACTOR, in writing. The CONTRACTOR shall immediately remove such employee or representative of the CONTRACTOR from such assignment. (39) The CONTRACTOR shall not publish any documents or release information regarding this Agreement to the media without prior approval of the OWNER. (40) The CONTRACTOR shall certify, upon request by the OWNER, that the CONTRACTOR maintains a drug free workplace policy in accordance with Section 287.0878, Florida Statutes. Failure to submit this certification may result in termination. (41) If the CONTRACTOR or an affiliate is placed on the convicted vendor list following a conviction for a public entity crime, such action may result in termination by the OWNER. The CONTRACTOR shall provide a certification of compliance regarding the public crime requirements set forth in State law upon request by the OWNER. (42) The OWNER reserves the right to unilaterally terminate this Agreement if the CONTRACTOR refuses to allow public access to all documents, papers, letters, or other materials subject to provisions of Chapter 119, Florida Statutes, and other applicable law, and made or received by the CONTRACTOR in conjunction, in any way, with this Agreement (43) The CONTRACTOR shall comply with the requirements of the Americans with Disabilities Act (ADA), and any and all related Federal or State laws which prohibits discrimination by public and private entities on the basis of disability. (44) The OWNER will not intentionally award publicly-funded contracts to any CONTRACTOR who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the immigration and Nationally Act (INA). The OWNER shall consider the employment by the CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the CONTRACTOR of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this Agreement by the OWNER. (45) The CONTRACTOR agrees to comply with Federal, State, and local environmental, health, and safety laws and regulations applicable to the goods and/or services provided to the OWNER. The CONTRACTOR agrees that any program or initiative involving the work that could adversely affect any ADDITIONAL SUPPLEMENTAL TERMS AND CONDITIONS 00800-6 personnel involved, citizens, residents, users, neighbors or the surrounding environment will ensure compliance with any and all employment safety, environmental and health laws. (46) For purposes of the Patient Protection and Affordable Care Act of 2010, including, but not limited to, Code Section 4980H (the “Employer Mandate”), Contractor hereby agrees that it is the common law employer of any Personnel provided by Contractor to Employer. Contractor agrees to provide “affordable,” “minimum value” health coverage to any and all Personnel determined to be “full- time employees” (as those terms are defined under the Employer Mandate). In no event shall Employer be considered the common law employer or a joint employer of Personnel for purposes of the Employer Mandate. (47) The CONTRACTOR shall ensure that all goods and/or services are provided to the OWNER after the CONTRACTOR has obtained, at its sole and exclusive expense, any and all permits, licenses, permissions, approvals or similar consents, (48) If applicable, in accordance with Section 216.347, Florida Statutes, the CONTRACTOR shall not use funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or State agency. (49) The CONTRACTOR shall advise the OWNER in writing if it has been placed on a discriminatory vendor list, may not submit a bid on a contract to provide goods or services to a public entity, or may not transact business with any public entity. (50) The CONTRACTOR shall not engage in any action that would create a conflict of interest in the performance of that actions of any OWNER employee or other person during the course of performance of, or otherwise related to, this Agreement or which would violate or cause others to violate the provisions of Part III, Chapter 112, Florida Statutes, relating to ethics in government. (51) The OWNER may perform, or cause to have performed, an audit of the records of the CONTRACTOR before or after final payment to support final payment under any Purchase/Work Order issued hereunder. This audit shall be performed at a time mutually agreeable to the CONTRACTOR and the OWNER subsequent to the close of the final fiscal period in which goods and/or services are provided or performed. Total compensation to the CONTRACTOR may be determined subsequent to an audit as provided for in this Section, and the total compensation so determined shall be used to calculate final payment to the CONTRACTOR. Conduct of this audit shall not delay final payment as required by this Section. (52) In addition to the above, if Federal, State, County, or other entity funds are used for any goods and/or services under this Agreement, the Comptroller General of the United States or the Chief Financial Officer of the State of Florida, or the County of Seminole, or any representatives, shall have access to any books, documents, papers, and records of the CONTRACTOR which are directly pertinent to goods and/or services provided or performed under this Agreement for purposes of making audit, examination, excerpts, and transcriptions. (53) In the event of any audit or inspection conducted revealing any overpayment by the OWNER under the terms of the Agreement, the CONTRACTOR shall refund such overpayment to the OWNER within thirty (30) days of notice by the OWNER of the request for the refund. ADDITIONAL SUPPLEMENTAL TERMS AND CONDITIONS 00800-7 (54) The CONTRACTOR agrees to fully comply with all State laws relating to public records. In order to comply with Section 119.0701, Florida Statutes, the CONTRACTOR must: (1). Keep and maintain public records required by the City to perform the service, (2). Upon request from the City 's custodian of public records, provide the public with a copy of the public records requested or allow the records to be inspected or copied within a reasonable time and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law, (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this Agreement and following completion of this Agreement if the CONTRACTOR does not transfer the records to the City, (4) Upon completion of this Agreement, transfer, at no cost, to the City all public records in possession of the CONTRACTOR or keep and maintain public records required by the City to perform the service. If the CONTRACTOR transfers all public records to the City upon completion of this Agreement, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONTRACTOR keeps and maintains public records upon completion of this Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City 's custodian of public records, in a format that is compatible with the information technology systems of the City, and (5). If the CONTRACTOR does not comply with a public records request, the City shall enforce any and all Agreement provisions in accordance with this Agreement and the CONTRACTOR shall be subject to all rights and remedies of the City and the public under controlling State law. A request to inspect or copy public records relating to this Agreement must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the CONTRACTOR of the request, and the CONTRACTOR must provide the records to the City or allow the records to be inspected or copied within a reasonable time. Failure by the CONTRACTOR to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The CONTRACTOR shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the CONTRACTOR and shall promptly provide the City with a copy of the CONTRACTOR’s response to each such request. The CONTRACTOR agrees that if any litigation, claim, or audit is started before the expiration of the record retention period established above, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved and final action taken. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 971-5504, ELIANNE RIVERA, CITY CLERK, CITY HALL, CITY OF OVIEDO, 400 ALEXANDRIA BOULEVARD, OVIEDO, FLORIDA 32765, ERIVERA@CITYOFOVIEDO.NET. (55) The CONTRACTOR agrees that if any litigation, claim, or audit is started before the expiration of the record retention period established above, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved and final action taken. ADDITIONAL SUPPLEMENTAL TERMS AND CONDITIONS 00800-8 (56) The CONTRACTOR shall not sublet, assign or transfer any interest in this Agreement, or claims for the money due or to become due out of this Agreement to a bank, trust company, or other financial institution without written OWNER approval. When approved by the OWNER, written notice of such assignment or transfer shall be furnished promptly to the OWNER. (57) Any CONTRACTOR proposed subcontractors shall be submitted to the OWNER for written approval prior to the CONTRACTOR entering into a subcontract. Subcontractor information shall include, but not be limited to, State registrations, business address, occupational license tax proof of payment, and insurance certifications. (58) The CONTRACTOR shall coordinate the provision of goods and/or services and work product of any OWNER approved subcontractors, and remain fully responsible for such goods and/or services and work under the terms of this Agreement. (59) This Agreement is the result of bona fide arms length negotiations between the OWNER and the CONTRACTOR and all parties have contributed substantially and materially to the preparation of the Contract. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party than against any other party. (60) Any alterations, amendments, deletions, or waivers of the provisions of this Agreement shall be valid only when expressed in writing and duly signed by the parties. (61) In no event shall any obligation of the OWNER under this Agreement be or constitute a general obligation or Indebtedness of the OWNER, a pledge of the ad valorem taxing power of the OWNER or a general obligation or indebtedness of the OWNER within the meaning of the Constitution of the State of Florida or any other applicable laws, but shall be payable solely from legally available revenues and funds. (62) The CONTRACTOR shall not have the right to compel the exercise of the ad valorem taxing power of the OWNER. (63) Each exhibit referred to and attached to this Agreement is an essential part of this Agreement. The exhibits and any amendments or revisions thereto, even if not physically attached hereto, shall be treated as if they are part of this Agreement. (64) The Section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. (65) If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. (66) All provisions of this Agreement shall be read and applied in para materia with all other provisions hereof. ADDITIONAL SUPPLEMENTAL TERMS AND CONDITIONS 00800-9 (67) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust any alternative dispute resolution procedures reasonably imposed by the City prior to filing suit or otherwise pursuing legal remedies. (68) The CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration to the OWNER in alternative dispute resolution procedures or which the CONTRACTOR had knowledge and failed to present during the OWNER procedures. (69) This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. END OF SECTION ATTACHMENT A ATTACHMENT A CITY OF OVIEDO STORM SEWER REHABILITATION BID NO. 24-20 BID FORM Item No. Description Unit Quantity Unit Price ($) Total Price ($) Group 1 Purchase and Install of RICIPP 1 12 in x 6 mm pipe LF 1 2 12 in x 7.5 mm pipe LF 1 3 12 in x 9 mm pipe LF 1 4 15 in x 6 mm pipe LF 1 5 15 in x 7.5 mm pipe LF 1 6 15 in x 9 mm pipe LF 1 7 18 in x 6 mm pipe LF 1 8 18 in x 7.5 mm pipe LF 1 9 18 in x 9 mm pipe LF 1 10 24 in x 7.5 mm pipe LF 1 11 24 in x 9 mm pipe LF 1 12 24 in x 10.5 mm pipe LF 1 13 24 in x 12 mm pipe LF 1 14 24 in x 13.5 mm pipe LF 1 15 24 in x 15 mm pipe LF 1 16 30 in x 9 mm pipe LF 1 17 30 in x 10.5 mm pipe LF 1 18 30 in x 12 mm pipe LF 1 19 30 in x 13.5 mm pipe LF 1 20 30 in x 15 mm pipe LF 1 21 30 in x 16.5 mm pipe LF 1 22 36 in x 10.5 mm pipe LF 1 23 36 in x 12 mm pipe LF 1 24 36 in x 13.5 mm pipe LF 1 25 36 in x 15 mm pipe LF 1 26 36 in x 16.5 mm pipe LF 1 27 36 in x 18 mm pipe LF 1 28 42 in x 10.5 mm pipe LF 1 29 42 in x 12 mm pipe LF 1 30 42 in x 13.5 mm pipe LF 1 31 42 in x 15 mm pipe LF 1 32 42 in x 16.5 mm pipe LF 1 33 42 in x 18 mm pipe LF 1 34 48 in x 12 mm pipe LF 1 35 48 in x 13.5 mm pipe LF 1 ATTACHMENT A 36 48 in x 15 mm pipe LF 1 37 48 in x 16.5 mm pipe LF 1 38 48 in x 18 mm pipe LF 1 39 48 in x 19.5 mm pipe LF 1 40 48 in x 21 mm pipe LF 1 41 48 in x 22.5 mm pipe LF 1 42 48 in x 24 mm pipe LF 1 43 54 in x 12 mm pipe LF 1 44 54 in x 13.5 mm pipe LF 1 45 54 in x 15 mm pipe LF 1 46 54 in x 16.5 mm pipe LF 1 47 54 in x 18 mm pipe LF 1 48 54 in x 19.5 mm pipe LF 1 49 54 in x 21 mm pipe LF 1 50 54 in x 22.5 mm pipe LF 1 51 54 in x 24 mm pipe LF 1 52 60 in x 12 mm pipe LF 1 53 60 in x 13.5 mm pipe LF 1 54 60 in x 15 mm pipe LF 1 55 60 in x 16.5 mm pipe LF 1 56 60 in x 18 mm pipe LF 1 57 60 in x 19.5 mm pipe LF 1 58 60 in x 21 mm pipe LF 1 59 60 in x 22.5 mm pipe LF 1 60 60 in x 24 mm pipe LF 1 61 72 in x 12 mm pipe LF 1 62 72 in x 13.5 mm pipe LF 1 63 72 in x 15 mm pipe LF 1 64 72 in x 16.5 mm pipe LF 1 65 72 in x 18 mm pipe LF 1 66 72 in x 19.5 mm pipe LF 1 67 72 in x 21 mm pipe LF 1 68 72 in x 22.5 mm pipe LF 1 69 72 in x 24 mm pipe LF 1 SUBTOTAL ATTACHMENT A Group 2 Injection of Flowable Fill 69 Injection of Flowable Fill into Cavities or Voids along Deficient Storm Sewers CY 1 SUBTOTAL Group 3 Injection of Chemical Grout 70 Injection of Chemical Grout into Cavities or Voids along Deficient Storm Sewers and Drainage Structures CY 1 SUBTOTAL Group 4 Repair, Resurfacing, Sealing of Drainage Structures with a Protective Coating 71 Repair, Resurfacing, Sealing of Drainage Structures with a Protective Coating SY 1 SUBTOTAL Group 5 Purchase and Installation of Storm Sewer Internal Joint Seals 72 Mobilization for job with requirements of installing 1 to 10 internal join seals for pipe size of 24 in to 48 in. EA 1 73 Mobilization for job with requirements of installing 1 to 10 internal join seals for pipe size of 54 in to 72 in. EA 1 74 Dewatering for job with requirements of installing internal join seals for pipe size of 24 in to 48 in. EA 1 75 Dewatering for job with requirements of installing internal join seals for pipe size of 54 in to 72in. EA 1 76 For 24 in. host pipe, for job with requirement of 1 to 10 internal joint seals EA 1 77 For 30 in. host pipe, for job with requirement of 1 to 10 internal joint seals EA 1 78 For 36 in. host pipe, for job with requirement of 1 to 10 internal joint seals EA 1 79 For 42 in. host pipe, for job with requirement of 1 to 10 internal joint seals EA 1 80 For 54 in. host pipe, for job with requirement of 1 to 10 internal joint seals EA 1 81 For 60 in. host pipe, for job with requirement of 1 to 10 internal joint seals EA 1 82 For 72 in. host pipe, for job with requirement of 1 to 10 internal joint seals EA 1 SUBTOTAL ATTACHMENT A Group 6 Pipe Cleaning and Root Cutting 83 Clean Storm Sewer 12" LF 1 84 Clean Storm Sewer 15" LF 1 85 Clean Storm Sewer 18" LF 1 86 Clean Storm Sewer 24" LF 1 87 Clean Storm Sewer 30" LF 1 88 Clean Storm Sewer 36" LF 1 89 Clean Storm Sewer 42" LF 1 90 Clean Storm Sewer 48" LF 1 91 Clean Storm Sewer 54" LF 1 92 Clean Storm Sewer 60" LF 1 93 Clean Storm Sewer 72" LF 1 94 Tree Root Cutting Storm Sewer 12" LF 1 95 Tree Root Cutting Storm Sewer 15" LF 1 96 Tree Root Cutting Storm Sewer 18" LF 1 97 Tree Root Cutting Storm Sewer 24" LF 1 98 Tree Root Cutting Storm Sewer 30" LF 1 99 Tree Root Cutting Storm Sewer 36" LF 1 100 Tree Root Cutting Storm Sewer 42" LF 1 101 Tree Root Cutting Storm Sewer 48" LF 1 102 Tree Root Cutting Storm Sewer 54" LF 1 103 Tree Root Cutting Storm Sewer 60" LF 1 104 Tree Root Cutting Storm Sewer 72" LF 1 SUBTOTAL Group 7 Investigation and Video Inspection Services 105 Storm Sewer Television Inspection 12" to 15" Diameter LF 1 106 Storm Sewer Television Inspection 18" to 24" Diameter LF 1 107 Storm Sewer Television Inspection 30" to 36" Diameter LF 1 108 Storm Sewer Television Inspection 42" to 48" Diameter LF 1 109 Storm Sewer Television Inspection 54" to 60" Diameter LF 1 110 Storm Sewer Television Inspection 60" to 72" Diameter LF 1 SUBTOTAL GRAND TOTAL Page 1 of 10 ATTACHMENT B FEMA FEDERAL CONTRACT PROVISIONS In addition to any other provisions required herein, the following provisions apply, as applicable. All contracts in excess of $10,000 must address termination for cause and for convenience by the non- Federal entity including the manner by which it will be affected and the basis for settlement. 1. 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, City of Labor). See 2 C.F.R. Part 200, Appendix II(C). Contractor must complete enclosed certification 2. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). The regulation at 29 C.F.R. § 5.5(b) provides contract clause language concerning compliance with the Contract Work Hours and Safety Standards Act. FEMA suggests including the following contract clause: Compliance with the Contract Work Hours and Safety Standards Act. (a) Overtime requirements. No contractor or subcontractor contracting for any part of the contract 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 (3)(a) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In additional, such contractor and subcontractor shall be liable to the United States (in case of work done under 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 (3)(a) of this section, in the sum of $27 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 (3)(a) of this section. (c) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the City of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (3)(b) of this section. (d) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (3)(a) through (d) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (3)(a) through (d) of this section. Page 2 of 10 3. Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251- 1387) Clean Air Act (a) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (b) The contractor agrees to report each violation to the City of Oviedo and understands and agrees that the City of Oviedo will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (c) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (a) The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (b) The contractor agrees to report each violation to the City of Oviedo and understands and agrees that the City of Oviedo will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (c) The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. 4. Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Contractor must complete enclosed certification (a) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor’s principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (b) The contractor must comply with 2 C.F.R. pt. 180, subpart C and2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (c) This certification is a material representation of fact relied upon by the City of Oviedo. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City of Oviedo, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (d) The bidder or proposer agrees to comply with the requirements of2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Page 3 of 10 5. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above 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. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non- Federal award. Contractor must complete enclosed certification 6. Contracting with small and minority businesses, women’s business enterprises, and labor surplus area firms. See 2 CFR 200.321. (a) The non-Federal entity must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible. (b) Affirmative steps must include: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; 5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the City of Commerce; and 6. Requiring the prime contractor, if subcontracts are to be let, to take the affirmation steps listed in paragraphs (b)(1) through (5) of this section. 7. Procurement of recovered materials. See 2 CFR 200.323. i. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— 1. Competitively within a timeframe providing for compliance with the contract performance schedule; 2. Meeting contract performance requirements; or 3. At a reasonable price. ii. Information about this requirement, along with the list of EPA- designated items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program. iii. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act.” 8. Prohibition on certain telecommunications and video surveillance services or equipment. See 2 CFR 200.216. Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: Procure or obtain; Extend or renew a contract to procure or obtain; or Page 4 of 10 (a) As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest 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). 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). Telecommunications or video surveillance services provided by such entities or using such equipment. 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. 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. See Public Law 115-232, section 889 for additional information. 9. Telecommunication costs and video surveillance costs. See 2 CFR 200.471. Costs incurred for telecommunications and video surveillance services or equipment such as phones, internet, video surveillance, cloud servers are allowable except for the following circumstances: Obligating or expending covered telecommunications and video surveillance services or equipment or services as described in §200.216 to: Procure or obtain, extend or renew a contract to procure or obtain; Enter into a contract (or extend or renew a contract) to procure; or Obtain the equipment, services, or systems. 10. Domestic preferences for procurements. See 2 CFR 200.322. (a) As appropriate and to the 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). The requirements of this section must be included 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. 11. Energy Policy and Conservation Act Page 5 of 10 The Contractor agrees to comply with the mandatory standards and policies relating to energy efficiency contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act 42 U.S.C. 6201. 12. Civil Rights The following requirements will apply to the Contract and any subcontracts: (a) Age. In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. §623, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. (b) Disabilities. In accordance with Section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F .R. Part 1630, pertaining to employment of persons with disabilities, and which prohibits discrimination in the areas of employment, public accommodations, transportation, telecommunications and government services. 13. Access to Records (a) The contractor agrees to provide the City of Oviedo, the FEMA administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (b) The contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (c) The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. (d) In compliance with the Disaster Recovery Act of 2018, the City of Oviedo and the contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. 14. Compliance with Federal Law, Regulation and Executive Orders This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The Contractor agrees to comply with all applicable federal law, regulations, executive orders FEMA policies, procedures, and directives. 15. No Obligation by Federal Government The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. 16. Program Fraud and False or Fraudulent Statements or Related Acts The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to this contract. Page 6 of 10 17. Termination By Contractor For Cause (a) The contractor may terminate this Agreement only if the City fails to pay the contractor in accordance with this Agreement. (b) In the event of the cause described in Subsection (a), the contractor shall send a certified letter requesting that the City show cause why the Agreement should not be terminated. If adequate assurances are not given to the contractor within fifteen (15) days of the receipt by the City of said show cause notice, then the contractor may consider the City to be in default, and may immediately terminate this Agreement. 18. Termination By The City For Convenience And Without Cause (a) Notwithstanding any other provision of this Agreement, the City shall have the right at any time to terminate this Agreement in its entirely without cause, or terminate any specific Purchase/Work Order without cause, if such termination is deemed by the City to be in the public interest, in writing of deficiencies or default in the performance of its duties under the Agreement and the contractor shall have ten (10) days to correct same or to request, in writing, a hearing. (b) Failure of the contractor to remedy said specified items of deficiency or default in the notice by either the City's designated representative within ten (10) days of receipt of such notice of such decisions, shall result in the termination of the Agreement, and the City shall be relieved of any and all responsibilities and liabilities under the terms and provisions of the Agreement. (c) The City shall have the right to terminate this Agreement without cause with a one-hundred twenty (120) day written notice to the contractor. The City reserves the right to terminate any Agreement for cause with a five (5) day written notice to the contractor. Notice shall be served to the Parties as specified in the Agreement. (d) In the event that this Agreement is terminated, the City shall identify any specific Purchase/Work Order(s) being terminated and the specific Purchase/Work Order(s) to be continued to completion pursuant to the provisions of this Agreement. (e) This Agreement will remain in full force and effect as to all authorized Purchase/Work Order(s) that is/are to be continued to completion. (f) In the event that after the City’s termination for cause for failure of the contractor to fulfill its obligations under this Agreement it is found that the contractor has not so failed, the termination shall be deemed to have been for convenience and without cause. 19. DHS Seal, Logo, and Flags (a) The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. Page 7 of 10 CIVIL RIGHTS COMPLIANCE PROVISIONS 1. EQUAL EMPLOYMENT OPPORTUNITY (Equal Opportunity Clause) (For all awarded contracts that meet the definition of "federally assisted construction contract" provided in 41 CFR Part 60-1.4(b) During the performance of this contract, the contractor agrees as follows: 1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. 4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or order this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Page 8 of 10 Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the City of Justice for appropriate legal proceedings. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official _________________ Date Jose L. Ferre, Managing Member 07/10/2024 Page 9 of 10 DEBARMENT/SUSPENSION CERTIFICATION Non-Federal entities and contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and the City of Homeland Security’s regulations at 2 C.F.R. Part 3000 (No procurement Debarment and Suspension). This requirement applies to all FEMA grant and cooperative agreement programs. Federal Executive Order (E.O.) 12549 "Debarment" requires that all contractors receiving individual awards, using federal funds, and all sub recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal City or agency from doing business with the Federal Government. By signing this document, you certify that your organization and its principals are not debarred. Failure to comply or attempts to edit this language may disqualify your bid. Information on debarment is available at the following websites: www.sam.gov and https://acquisition.gov/far/index.html see section 52.209-6. The Contractor certifies or affirms by your signature that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal City or agency. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date Flotech Environmental, LLC Jose L. Ferre, Managing Member 07/10/2024 Page 10 of 10 BYRD ANTI-LOBBYING CERTIFICATION Certification for Contracts, Grants, Loans, and Cooperative Agreements-The undersigned certifies, to the best of his or her knowledge and belief, that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor__________________________ certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C.Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date Flotech Environmental, LLC Jose L. Ferre, Managing Member 07/10/2024 VendorLink Electronic Bid Submission Instructions Step 1: Go to www.myvendorlink.com website. Step 2: Log Into Vendorlink System using registered user e-mail & password. Step 3: In the section labeled Quick Links, select option "Solicitations for which I am a Planholder" ATTACHMENT C Step 4: Select ITB 24-20 Storm Sewer Rehabilitation bid by clicking on blue magnifying glass to the right to view the bid solicitation. Step 5: Click on Create a Quote/Bid button. Step 6: Upload ITB 24-20 Response Click on Choose Files or Browse. Documents to be uploaded for bidders include: See Section 4 for details. Step 6(a): Select the file(s) to upload, then click on Open. Step 6(c): That will create a table with the uploaded document(s). Step 6(b): Click on Add Document(s) Step 7: Click on the Submit button at the bottom when completed. The status of response will change to Submitted. Page | 1 of 27 Model Goods and Services Agreement, Rev. 07/23 CITY OF OVIEDO AGREEMENT FOR __________________ GOODS AND SERVICES WITH _____________________________ THIS AGREEMENT made and entered into the day of , 2024 by and between the City of Oviedo, Florida, whose address is 400 Alexandria Boulevard, Oviedo, Florida 32765, a municipal corporation of the State of Florida, holding tax exempt status, hereinafter referred to as the "CITY" and _______________________________, whose principal and local address is _______________________________, hereinafter referred to as the “CONTRACTOR”. The CITY and the CONTRACTOR are collectively referred to herein as the Parties. WITNESSETH: WHEREAS, the CITY desires to retain the CONTRACTOR for the work identified in the bid and/or proposal specifications outlined in the Invitation to Bid (ITB) ___________ (OR RFP, ETC.); and WHEREAS, the CITY desires to retain the CONTRACTOR to provide ____________________________, as subsequently specifically set out in Purchase/Work Orders to be issued under this Agreement; and WHEREAS, the CITY desires to employ the CONTRACTOR for the performance necessary to support the activities, programs and projects of the CITY upon the terms and conditions hereinafter set forth, and the CONTRACTOR is desirous of performing and providing such goods/services upon said terms and conditions; and WHEREAS, the CONTRACTOR hereby warrants and represents to the CITY that it is competent and otherwise able to provide professional and high-quality goods and/or services to the CITY; and WHEREAS, all CITY promulgated bid documents pertaining to _________________________________, and all submissions submitted by the CONTRACTOR in the proposals/bid submitted to the CITY are hereby incorporated herein to the extent not inconsistent with the terms and conditions as set forth herein. WHEREAS, the CITY desires to retain the CONTRACTOR to provide all labor, materials, equipment, facilities and services in accordance with, but not limited to, the guidelines in the Scope of Work; and WHEREAS, this Agreement is not (OR “is”) subject to the provisions of the Consultants Competitive Negotiations Act; and EXHIBIT A Page | 2 of 27 Model Goods and Services Agreement, Rev. 07/23 WHEREAS, the CITY desires to use the expertise and knowledge of the CONTRACTOR; and WHEREAS, the CONTRACTOR recognizes the importance to the public of strict adherence to all laws, rules and regulations with particular regard to safety procedure and process; and NOW, THEREFORE, in consideration of the mutual covenants and agreements hereinafter contained and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, it is agreed by and between the Parties hereto as follows: SECTION 1: GENERAL PROVISIONS. (a) The term "CONTRACTOR" as used in this Agreement is hereby defined herein as that person or entity, including employees, servants, partners, principals, agents and assignees providing services under this Agreement. (b) The CONTRACTOR acknowledges that the CITY may retain other goods and/or service providers to provide the same goods and/or services for CITY projects. The CONTRACTOR acknowledges that the CITY, at the CITY's option, may request proposals from the CONTRACTOR and the other goods and/or service providers for CITY projects. The CITY reserves the right to select which provider shall provide goods and/or services for the CITY’s projects. (c) The CONTRACTOR agrees to provide and ensure coordination between goods/services providers. (d) This Agreement is for ________________, as set forth herein and as otherwise directed by the CITY to include all labor and materials that may be required. (e) The recitals herein are true and correct and form and constitute a material part of this Agreement upon which the Parties have relied. (f) Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The person(s) executing this Agreement for the CONTRACTOR certify that he/she/they is/are authorized to bind the CONTRACTOR fully to the terms of this Agreement. (g) Time is of the essence of the lawful performance of the duties and obligations contained in this Agreement to include, but not be limited to, each Purchase/Work Order. The Parties covenant and agree that they shall diligently and expeditiously pursue their respective obligations set forth in this Agreement and each Purchase/Work Order. Page | 3 of 27 Model Goods and Services Agreement, Rev. 07/23 (h) When the term “law” is used herein, said phrase shall include statutes, codes, rule and regulations of whatsoever type or nature enacted or adopted by a governmental entity of competent jurisdiction. (i) Packages must be plainly marked with the shipper’s name and the Purchase Order Number; charges are not allowed for boxing or crating unless previously agreed upon in writing. (j) All materials must be shipped by the CONTRACTOR to the CITY. The CITY will not pay shipping, freight or express charges. The CONTRACTOR shall prepay shipping charges. Delivery must actually be affected within the time stated on the respective Purchase Order. The CITY reserves the right to cancel Purchase Orders and purchase elsewhere if delivery is not timely as stated on the Purchase Order. Deliveries shall be made between 8:00 A.M. and 5:00 P.M., Monday through Friday, unless otherwise stated. In case of default by the CONTRACTOR, the CITY may procure the articles or services covered by a Purchase Order from other sources and hold the CONTRACTOR responsible for any excess expense occasionally incurred thereby. (k) The CONTRACTOR shall furnish the CITY with a current Material Safety Data Sheet (MSDS) on or before delivery or use of each and every hazardous chemical or substance purchased. Appropriate labels and MSDS’s shall be provided for all shipments and relative to the usage of such materials. (l) The CONTRACTOR hereby guarantees the CITY that all work and all material, supplies, services and equipment as listed on a Purchase Order meet the requirements, specifications and standards as provided for under the Federal Occupations Safety and Health Act of 1970, from time to time amended and in force on the date hereof. (m) It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co-partners between the Parties, or as constituting the CONTRACTOR (including, but not limited to, its officers, employees, and agents) the agent, representative, or employee of the CITY for any purpose, or in any manner, whatsoever. The CONTRACTOR is to be and shall remain forever an independent contractor with respect to all services performed under this Agreement. (n) Persons employed by the CONTRACTOR in the provision and performance of the goods and/or services and functions pursuant to this Agreement shall have no claim to pension, workers’ compensation, unemployment compensation, civil service or other employee rights or privileges granted to the CITY’s officers and employees either by operation of law or by the CITY. Page | 4 of 27 Model Goods and Services Agreement, Rev. 07/23 (o) No claim for goods and/or services furnished by the CONTRACTOR not specifically provided for herein or in a Purchase/Work Order shall be honored by the CITY. SECTION 2: SCOPE OF SERVICES. (a) The CONTRACTOR shall safely, diligently and in a professional and timely manner perform, with its own equipment and assets, and provide goods and/or services included in each subsequently entered Purchase/Work Order. Unless modified in writing by the Parties hereto, the duties of the CONTRACTOR shall not be construed to exceed the provision of the goods and/or services pertaining to this Agreement. (b) The CONTRACTOR shall provide the goods and/or services as generally set forth and described in Exhibit “A” to this Agreement and specifically detailed in various Purchase/Work Orders as may be issued from time-to-time by the CITY. SECTION 3: PURCHASE/WORK ORDERS. (a) The provision of goods and/or services to be performed under the provisions of this Agreement shall be commenced as set forth in the CITY’s bid/procurement documents upon the execution of this Agreement and a Purchase/Work Order issued on a form provided by the CITY hereunder commencing the provision of goods and services. Additional services to be performed or goods to be provided by the CONTRACTOR to the CITY shall be authorized in written Purchase/Work Orders issued by the CITY on a form provided by the CITY. Purchase/Work Orders executed by the CITY shall include a detailed description of quantities, services and a completion schedule. The CONTRACTOR shall review Purchase/Work Orders and notify the CITY in writing of asserted inadequacies for the City’s correction, if warranted. In every case, if work is completed by the CONTRACTOR without authorization by a purchase/work order or a change order, the CITY is not obligated to compensate the CONTRACTOR for the unauthorized work. (b) If the services required to be performed by a Work Order are clearly defined, the Work Order shall be issued on a “Fixed Fee” basis. The CONTRACTOR shall perform all services required by the Work Order but, in no event, shall the CONTRACTOR be paid more than the negotiated Fixed Fee amount stated therein. (c) If the services are not clearly defined, the Work Order may be issued on a “Time Basis Method” and contain a Not-to-Exceed amount. If a Not-to-Exceed amount is provided, the CONTRACTOR shall perform all work required by the Work Order; but in no event, shall the CONTRACTOR be paid more than the Not-to-Exceed amount specified in the applicable Work Order. (d) If the services are not clearly defined, the Work Order may be issued on a “Time Basis Method” and contain a Limitation of Funds amount. The CONTRACTOR is not authorized to exceed that amount without the prior written approval of the CITY. Page | 5 of 27 Model Goods and Services Agreement, Rev. 07/23 Said approval, if given by the CITY, shall indicate a new Limitation of Funds amount. The CONTRACTOR shall advise the CITY whenever the CONTRACTOR has incurred expenses on any Work Order that equals or exceeds eighty percent (80%) of the Limitation of Funds amount. (e) For Work Orders issued on a “Fixed Fee Basis”, the CONTRACTOR may invoice the amount due based on the percentage of total Work Order services actually performed and completed; but, in no event, shall the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. (f) For Work Orders issued on a “Time Basis Method” with a Not-to-Exceed amount, the CONTRACTOR may invoice the amount due for actual work hours performed but, in no event, shall the invoice amount exceed a percentage of the Not-to- Exceed amount equal to a percentage of the total services actually completed. (g) Each Work Order issued on a “Fixed Fee Basis” or “Time Basis Method” with a Not-to-Exceed amount shall be treated separately for retainage purposes which shall be prescribed on the face of the Work Order. If the CITY determines that work is substantially complete and the amount retained is considered to be in excess, the CITY may, at its sole and absolute discretion, release the retainage or any portion thereof. (h) For Work Orders issued on a “Time Basis Method” with a Limitation of Funds amount, the CONTRACTOR may invoice the amount due for services actually performed and completed. The CITY shall pay the CONTRACTOR one hundred percent (100%) of the approved amount on Work Orders issued on a “Time Basis Method” with a Limitation of Funds amount. (i) Payments shall be made by the CITY to the CONTRACTOR when requested as work progresses for services furnished, but not more than once monthly. Each Work Order shall be invoiced separately. The CONTRACTOR shall render to the CITY, at the close of each calendar month, an itemized invoice properly dated, describing any services rendered, the cost of the services, the name and address of the CONTRACTOR, Work Order Number, Contract Number and all other information required by this Agreement. SECTION 4: CONTRACTOR UNDERSTANDING OF GOODS/SERVICES REQUIRED. Execution of this Agreement by the CONTRACTOR is a representation that the CONTRACTOR is familiar with the goods and/or services to be provided and/or performed and with local conditions. The CONTRACTOR shall make no claim for additional time or money based upon its failure to comply with this Agreement. The CONTRACTOR has informed the CITY, and hereby represents to the CITY, that it has extensive experience in performing and providing the services and/or goods described in this Agreement and to be identified in the Purchase/Work Orders, and that it is well Page | 6 of 27 Model Goods and Services Agreement, Rev. 02/22 acquainted with the work conditions and the components that are properly and customarily included within such projects and the requirements of laws, ordinance, rules, regulations or orders of any public authority or licensing entity having jurisdiction over the CITY's Projects. Execution of a Purchase/Work Order shall be an affirmative and irrefutable representation by the CONTRACTOR to the CITY that the CONTRACTOR is fully familiar with any and all requisite work conditions of the provisions of the goods and/or services. SECTION 5: CHANGE ORDERS. (a) The CITY may revise the scope of services or order for goods set forth in any particular Purchase/Work Order. (b) Revisions to any Purchase/Work Order shall be authorized in writing by the CITY as a Change Order. Each Change Order shall include a schedule of completion for the goods and/or services authorized. Change Orders shall identify this Agreement and the appropriate Purchase/Work Order number. Change Orders may contain additional instructions or provisions specific upon certain aspects of this Agreement pertinent to the goods and/or services to be provided. Such supplemental instructions or provisions shall not be construed as a modification of this Agreement. An Agreement between the Parties on and execution of any Change Order shall constitute a final settlement and a full accord and satisfaction of all matters relating to the change and to the impact of the change on unchanged goods and/or work, including all direct and indirect costs of whatever nature, and all adjustments to the CONTRACTOR’s schedule. SECTION 6: CONTRACTOR RESPONSIBILITIES. (a) The CONTRACTOR shall be responsible for the professional quality, accepted standards, technical accuracy, neatness of appearance of employees, employee conduct, safety, and the coordination of all goods and/or services furnished by the CONTRACTOR under this Agreement as well as the conduct of its staff, personnel, employees and agents. For purposes of the Patient Protection and Affordable Care Act of 2010, including, but not limited to, Code Section 4980H (the “Employer Mandate”), CONTRACTOR hereby agrees that it is the common law employer of any Personnel provided by CONTRACTOR to the CITY. CONTRACTOR agrees to provide “affordable,” “minimum value” health coverage to any and all Personnel determined to be “full-time employees” (as those terms are defined under the Employer Mandate). In no event shall the CITY be considered the common law employer or a joint employer of Personnel for purposes of the Employer Mandate. The CONTRACTOR shall provide to the CITY a list of employee working days, times and assignments within two (2) hours of the CITY’s request for such information and the CITY may request and the CONTRACTOR shall provide employee addresses and drivers’ licenses. All CONTRACTOR employees shall at all times when performing work wear identification badges which, at a minimum, provides the name of the employee and the CONTRACTOR. The CONTRACTOR shall work closely with the Page | 7 of 27 Model Goods and Services Agreement, Rev. 02/22 CITY on all aspects of the provision of the goods and/or services. With respect to services, the CONTRACTOR shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy and the coordination of all of the following which are listed for illustration purposes only and not as a limitation: documents, analysis, reports, data, plans, plats, maps, surveys, specifications, and any and all other services of whatever type or nature furnished by the CONTRACTOR under this Agreement. The CONTRACTOR shall, without additional compensation, correct or revise any errors or deficiencies in his/her/its plans, analysis, data, reports, designs, drawings, specifications, and any and all other services of whatever type or nature. The CONTRACTOR’s submissions in response to the subject bid or procurement processes are incorporated herein by this reference thereto. (b) Neither the CITY’s review, approval or acceptance of, nor payment for, any of the goods and/or services required shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement and the CONTRACTOR shall be and remain liable to the CITY in accordance with applicable law for all damages to the CITY caused by the CONTRACTOR’s negligent or improper performance or failure to perform any of the goods and/or services furnished under this Agreement. (c) The rights and remedies of the CITY, provided for under this Agreement, are in addition to any other rights and remedies provided by law. (d) Time is of the essence in the performance of all goods and/or services provided by the CONTRACTOR under the terms of this Agreement and each and every Purchase/Work Order. SECTION 7: CITY RIGHTS AND RESPONSIBILITIES. (a) The CITY shall reasonably cooperate with the CONTRACTOR in a timely fashion at no cost to the CONTRACTOR as set forth in this Section. (b) The CITY shall furnish a CITY representative, as appointed by the designated representative to administer, review and coordinate the provision of services under Purchase/Work Orders. (c) The CITY shall make CITY personnel available where, in the CITY’s opinion, they are required and necessary to assist the CONTRACTOR. The availability and necessity of said personnel to assist the CONTRACTOR shall be determined solely at the discretion of the CITY. (d) The CITY shall examine all of the CONTRACTOR's goods and/or services and indicate the CITY's approval or disapproval within a reasonable time so as not to materially delay the provisions of the goods and/or services of the CONTRACTOR. Page | 8 of 27 Model Goods and Services Agreement, Rev. 02/22 (e) The CITY shall transmit instructions, relevant information, and provide interpretation and definition of CITY policies and decisions with respect to any and all materials and other matters pertinent to the services covered by this Agreement. (f) The CITY shall give written notice to the CONTRACTOR whenever the CITY's designated representative knows of a development that affects the goods and/or services provided and performed under this Agreement, timing of the CONTRACTOR’s provision of goods and/or services, or a defect or change necessary in the goods and/or services of the CONTRACTOR. (g) The rights and remedies of the CITY provided for under this Agreement are in addition to any other rights and remedies provided by law. The CITY may assert its right of recovery by any appropriate means including, but not limited to, set-off, suit, withholding, recoupment, or counterclaim, either during or after performance of this Agreement as well as the adjustment of payments made to the CONTRACTOR based upon the quality of work of the CONTRACTOR. (h) The CITY shall be entitled to recover any and all legal costs including, but not limited to, attorney fees and other legal costs that it may incur in any legal actions it may pursue in the enforcement of the terms and conditions of this Agreement or the responsibilities of the CONTRACTOR in carrying out the duties and responsibilities deriving from this Agreement. (i) The failure of the CITY to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the CITY hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. (j) Neither the CITY’s review, approval or acceptance of, nor payment for, any of the goods and/or services required shall be construed to operate as a waiver of any rights under this Agreement nor or any cause of action arising out of the performance of this Agreement and the CONTRACTOR shall be and always remain liable to the CITY in accordance with applicable law for any and all damages to the CITY or the public caused by the CONTRACTOR’s negligent or wrongful provision or performance of any of the goods and/or services furnished under this Agreement. (k) All deliverable analysis, reference data, survey data, plans and reports or any other form of written instrument or document that may result from the CONTRACTOR’s services or have been created during the course of the CONTRACTOR’s performance under this Agreement shall become the property of the CITY after final payment is made to the CONTRACTOR. Page | 9 of 27 Model Goods and Services Agreement, Rev. 02/22 SECTION 8: COMPENSATION. (a) Compensation to the CONTRACTOR shall be as set forth in each Purchase/Work Order which assigns goods to be provided or services to be accomplished by the CONTRACTOR . (b) The CONTRACTOR shall be paid in accordance with the schedule of charges as set forth in Exhibit “B” attached hereto. (c) There are no reimbursable expenses to be paid to the CONTRACTOR except as specifically set forth herein. SECTION 9: INVOICE PROCESS. (a) Invoices, which are in an acceptable form to the CITY and without disputable items, which are received by the CITY, will be processed for payment within thirty (30) days of receipt by the CITY. (b) The CONTRACTOR will be notified of any disputable items contained in invoices submitted by the CONTRACTOR within fifteen (15) days of receipt by the CITY with an explanation of the deficiencies. (c) The CITY and the CONTRACTOR will make every effort to resolve all disputable items contained in the CONTRACTOR’s invoices. (d) Each invoice shall reference this Agreement, the appropriate Purchase/Work Order and Change Order if applicable, and billing period. (e) The Florida Local Government Prompt Payment Act shall apply when applicable. A billing period represents the dates in which the CONTRACTOR completed goods and/or services referenced in an invoice. (f) Invoices are to be forwarded directly to: Finance Department City Of Oviedo 400 Alexandria Boulevard Oviedo, Florida 32765 SECTION 10: COMMENCEMENT/IMPLEMENTATION SCHEDULE OF AGREEMENT. (a) The CONTRACTOR shall commence the provision of goods and/or services as described in this Agreement upon execution of this Agreement or execution of a Purchase/Work Order issued by the CITY. Page | 10 of 27 Model Goods and Services Agreement, Rev. 02/22 (b) The CONTRACTOR and the CITY agree to make every effort to adhere to the schedules required by the CITY or as established for the various Purchase/Work Orders as described in each Purchase/Work Order. However, if the CONTRACTOR is delayed at any time in the provision of goods and/or services by any act or omission of the CITY, or of any employee, tumult of the CITY, or by any other contractor employed by the CITY, or by changes ordered by the CITY, or by strikes, lock outs, fire, unusual delay in transportation, terrorism, unavoidable casualties, or any other causes of force majeure not resulting from the inactions or actions of the CONTRACTOR and beyond the CONTRACTOR’s control which would not reasonably be expected to occur in connection with or during performance or provision of the goods and/or services, or by delay authorized by the CITY pending a decision, or by any cause which the CITY shall decide to justify the delay, the time of completion shall be extended for such reasonable time as the CITY may decide in its sole and absolute discretion. It is further expressly understood and agreed that the CONTRACTOR shall not be entitled to any damages or compensation, or be reimbursed for any losses on account of any delay or delays resulting from any of the aforesaid causes or any other cause whatsoever. SECTION 11: TERM/LENGTH OF AGREEMENT. (a) The initial term of this Agreement shall be for a period of three (3) year(s). (b) After the initial term, this Agreement 1) shall be automatically renewed on an annual basis for a maximum of one (1) year(s) or 2) may be renewed for two additional one year periods if mutually agreeable to both Parties. (c) The maximum term for the contract and all renewals is a cumulative term of five (5) years. Should the CITY not wish to not have the contract automatically renewed, the CITY shall provide written notice ninety (90) days prior to the automatic renewal. SECTION 12: DESIGNATED REPRESENTATIVES. (a) The CITY designates the City Manager or his/her designated representative, to represent the CITY in all matters pertaining to and arising from the work and the performance of this Agreement. (b) The City Manager, or his/her designated representative, shall have the following responsibilities: (1) Examination of all work and rendering, in writing, decisions indicating the CITY's approval or disapproval within a reasonable time so as not to materially delay the work of the CONTRACTOR; Page | 11 of 27 Model Goods and Services Agreement, Rev. 02/22 (2) Transmission of instructions, receipt of information, and interpretation and definition of CITY's policies and decisions with respect to design, materials, and other matters pertinent to the work covered by this Agreement; (3) Giving prompt written notice to the CONTRACTOR whenever the CITY official representative knows of a defect or change necessary in the project; and (4) Coordinating and managing the CONTRACTOR’s preparation of any necessary applications to governmental bodies, to arrange for submission of such applications. (c) Until further notice from the City Manager the designated representative for this Agreement is: City Manager City Of Oviedo 400 Alexandria Boulevard Oviedo, Florida 32765 (d) The CONTRACTOR’s designated representative is: Name Firm Name Street Address City, State Zip SECTION 13: TERMINATION/SUSPENSION OF AGREEMENT. (a) The CITY may terminate this Agreement or any Purchase/Work Order for convenience at any time or this Agreement or any Purchase/Work Order for any one (1) or more of the reasons as follows: (1) If, in the CITY’s opinion, adequate progress to be provided or under a Purchase/Work Order is not being made by the CONTRACTOR due to the CONTRACTOR’s failure to perform; or (2) If, in the CITY’s opinion, the quality of the goods and/or services provided by the CONTRACTOR is/are not in conformance with commonly accepted professional standards, standards of the CITY, and the requirements of Federal and/or State regulatory agencies, and the CONTRACTOR has not corrected such deficiencies in a timely manner as reasonably determined by the CITY; or (3) The CONTRACTOR or any employee or agent of the CONTRACTOR is indicted or has a direct charge issued against him/her for any crime arising out of or in conjunction with any work that has been performed by the CONTRACTOR; or Page | 12 of 27 Model Goods and Services Agreement, Rev. 07/23 (4) The CONTRACTOR becomes involved in either voluntary or involuntary bankruptcy proceedings, or makes an assignment for the benefit of creditors; or (5) The CONTRACTOR violates the Standards of Conduct provisions herein or any provision of Federal, State or local law or any provision of the CITY's Code of Conduct. (b) In the event of any of the causes described in this Section, the CITY's designated representative may send a certified letter to the CONTRACTOR requesting that the CONTRACTOR show cause why the Agreement or any Purchase/Work Order should not be terminated. If assurance satisfactory to the CITY of corrective measures to be made within a reasonable time is not given to the CITY within seven (7) calendar days of the date of the letter, the CITY may consider the CONTRACTOR to be in default, and may then immediately terminate this Agreement or any Purchase/Work Order in progress under this Agreement. (c) In the event that this Agreement or a Purchase/Work Order is terminated for cause and it is later determined that the cause does not exist, then this Agreement or the Purchase/Work Order shall be deemed terminated for convenience by the CITY and the CITY shall have the right to so terminate this Agreement without any recourse by the CONTRACTOR. SECTION 14: TERMINATION BY CONTRACTOR FOR CAUSE. (a) The CONTRACTOR may terminate this Agreement only if the CITY fails to pay the CONTRACTOR in accordance with this Agreement. (b) In the event of the cause described in Subsection (a), the CONTRACTOR shall send a certified letter requesting that the CITY show cause why the Agreement should not be terminated. If adequate assurances are not given to the CONTRACTOR within fifteen (15) days of the receipt by the CITY of said show cause notice, then the CONTRACTOR may consider the CITY to be in default, and may immediately terminate this Agreement. SECTION 15: TERMINATION BY THE CITY WITHOUT CAUSE. (a) Notwithstanding any other provision of this Agreement, the CITY shall have the right at any time to terminate this Agreement in its entirely without cause, or terminate any specific Purchase/Work Order without cause, if such termination is deemed by the CITY to be in the public interest, in writing of deficiencies or default in the performance of its duties under the Agreement and the CONTRACTOR shall have ten (10) days to correct same or to request, in writing, a hearing. Page | 13 of 27 Model Goods and Services Agreement, Rev. 07/23 (b) Failure of the CONTRACTOR to remedy said specified items of deficiency or default in the notice by either the CITY's designated representative within ten (10) days of receipt of such notice of such decisions, shall result in the termination of the Agreement, and the CITY shall be relieved of any and all responsibilities and liabilities under the terms and provisions of the Agreement. (c) The CITY shall have the right to terminate this Agreement without cause with a one-hundred twenty (120) day written notice to the CONTRACTOR. The CITY reserves the right to terminate any Agreement for cause with a five (5) day written notice to the CONTRACTOR. Notice shall be served to the Parties as specified in the Agreement. (d) In the event that this Agreement is terminated, the CITY shall identify any specific Purchase/Work Order(s) being terminated and the specific Purchase/Work Order(s) to be continued to completion pursuant to the provisions of this Agreement. (e) This Agreement will remain in full force and effect as to all authorized Purchase/Work Order(s) that is/are to be continued to completion. (f) In the event that after the CITY’s termination for cause for failure of the CONTRACTOR to fulfill its obligations under this Agreement it is found that the CONTRACTOR has not so failed, the termination shall be deemed to have been for convenience and without cause. SECTION 16: PAYMENT IN THE EVENT OF TERMINATION. In the event this Agreement or any Purchase/Work Order is terminated or canceled prior to final completion without cause, payment for the unpaid portion of the services provided by the CONTRACTOR to the date of termination and any additional services shall be paid to the CONTRACTOR. SECTION 17: ACTION FOLLOWING TERMINATION. Upon receipt of notice of termination given by either party, the terminated party shall promptly discontinue the provision of all goods and/or services, unless the notice provides otherwise. SECTION 18: SUSPENSION. (a) The performance or provision of the CONTRACTOR's goods and/or services under any Purchase/Work Order or under this Agreement may be suspended by the CITY at any time. (b) In the event the CITY suspends the performance or provision of the CONTRACTOR’s services hereunder, the CITY shall so notify the CONTRACTOR in Page | 14 of 27 Model Goods and Services Agreement, Rev. 07/23 writing, such suspension becoming effective within seven (7) days from the date of mailing, and the CITY shall pay to the CONTRACTOR within thirty (30) days all compensation which has become due to and payable to the CONTRACTOR to the effective date of such suspension. The CITY shall thereafter have no further obligation for payment to the CONTRACTOR for the suspended provision of goods and/or services unless and until the CITY’s designated representative notifies the CONTRACTOR in writing that the provision of the goods and/or services of the CONTRACTOR called for hereunder are to be resumed by the CONTRACTOR. (c) Upon receipt of written notice from the CITY that the CONTRACTOR's provision of goods and/or services hereunder are to be resumed, the CONTRACTOR shall continue to provide the services to the CITY. SECTION 19: EQUAL OPPORTUNITY EMPLOYMENT/NON- DISCRIMINATION. All services, programs and activities of the CITY are offered and solicited without regard to race, color, national origin, age, sex, religion, disability or family status in accordance with the CITY’s Title VI Nondiscrimination Policy, Plan and Procedures. The CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin or disability and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of pay or their forms or compensation; and selection for training, including apprenticeship. The CONTRACTOR, moreover, shall comply with all the requirements as imposed by the Americans with Disability Act, the regulations of the Federal government issued thereunder, and any and all requirements of Federal or State law related thereto. SECTION 20: INDEMNITY CONTRACTOR shall defend, indemnify and hold harmless the CITY and all of its officials, officers, agents and employees from and against all claims, liability, loss and expense, including reasonable costs, collection expenses, attorneys’ fees, and court costs which may arise because of the negligence (whether active or passive), misconduct, or other fault, in whole or in part (whether joint, concurrent, or contributing), of the CONTRACTOR, its officers, agents or employees in performance or non- performance of its obligations under the Agreement. To the fullest extent permitted by law, CONTRACTOR will further hold harmless, defend and indemnify the CITY, its Affiliates and its and their officers, directors, agents, employees, subcontractors and customers from and against any Claims in any way arising from or related to a failure of the CONTRACTOR’s failure to offer health coverage to personnel which failure results in the assessment of a penalty against the CITY. Page | 15 of 27 Model Goods and Services Agreement, Rev. 07/23 The CONTRACTOR recognizes the broad nature of this indemnification and hold harmless clause, as well as the provision of a legal defense to the CITY when necessary, and voluntarily makes this covenant and expressly acknowledges the receipt of such good and valuable consideration provided by the CITY in support of these indemnification, legal defense and hold harmless contractual obligations in accordance with the laws of the State of Florida. This clause shall survive the termination of this Agreement. Compliance with any insurance requirements required elsewhere within this Agreement shall not relieve the CONTRACTOR of its liability and obligation to defend, hold harmless and indemnify the CITY as set forth in this section of the Agreement. Nothing herein shall be construed to extend the CONTRACTOR’s liability beyond that provided in Section 768.28, Florida Statutes. SECTION 21: INSURANCE. The CONTRACTOR shall, at its sole cost and expense, procure and maintain throughout the term of this contract, Comprehensive General Liability and Worker’s Compensation insurance, including Employer Liability insurance with minimum policy limits as set forth below, or to the extent and in such amounts as required and authorized by Florida law, and will provide endorsed certificates of insurance generated and executed by a licensed insurance broker, brokerage or similar licensed insurance professional evidencing such coverage, and name the CITY as a named, additional insured, as well as furnishing the CITY with a certified copy, or copies, of said insurance policies. Certificates of insurance and certified copies of these insurance policies must accompany this signed contract. Said insurance coverages procured by the CONTRACTOR as required herein shall be considered, and the CITY agrees that said insurance coverages it procures as required herein shall be considered, as primary insurance over and above any other insurance, or self-insurance, available to the CITY, and that any otheer insurance, or self-insurances available to the CITY shall be considered secondary to, or in excess of, the insurance coverages(s) procured by the CONTRACTOR as required herein. Nothing herein shall be construed to extend the CITY’s liability beyond that provided in Section 768.28, Florida Statutes. (1) Workers Compensation/Employer Liability: The CONTRACTOR shall provide Worker’s Compensation for all employees at limits not less than the following: $1,000,000 Each Accident $1,000,000 Each Employee $1,000,000 Policy Limit for Disease Page | 16 of 27 Model Goods and Services Agreement, Rev. 07/23 (2)General Liability Insurance: The CONTRACTOR shall provide coverage for all operations including, but not limited to, contractual, products and complete operations and personal injury at limits not less than the following: $1,000,000 Bodily Injury & Property Damage - each occurrence $1,000,000 Personal & Advertising Injury - each occurrence $2,000,000 General Aggregate $2,000,000 Products/Completed Operations Aggregates limit $ 5,000 Medical Payments (3)Commercial Business Automobile Liability: The CONTRACTOR shall provide complete coverage for owned and non-owned vehicles for limits not less than $1,000,000 CSL or its equivalent. (4)Pollution Liability: The CONTRACTOR/CONSULTANT shall provide coverage in the amount of $ 1,000,000 for injury and/or property damage claims, applicable to the work being performed, caused by the release of, or the inability to properly manage or guard against the release of, hazardous materials. (5)Professional Liability: The CONTRACTOR/CONSULTANT shall provide coverage in the amount of $ 1,000,000 for damages resulting from negligence, misrepresentation, and errors and omissions, applicable to the work being performed. (6)Excess Liability/Umbrella Insurance: attaching to Commercial General Liability (CGL), Auto & Employers Liability combining for a total liability limit with the underlying being at least $ 2,000,000 per occurrence, $ 2,000,000 aggregate.ss SECTION 22: E-VERIFY In accordance with Executive Order 11-116 signed by the Florida Governor on May 27, 2011, as well as other applicable law, Consultant shall be required to utilize the E-verify system, established by the U.S. Department of Homeland Security, to verify the employment eligibility of its employees and any of its subconsultants assigned to perform work on the Project. This is a continuing obligation that applies throughout the duration of the Project, and Consultant acknowledges that any additional personnel, not previously verified, who may be assigned to the Project will be subject to the aforementioned E-verification requirement. Results of the E-verification will be provided to the CITY and remain in the Consultant’s project records for review by the CITY as requested. Additionally, Consultant shall certify to the CITY, by affidavit, that the Consultant has verified through the E-verify system the employment status of each employee and/or subconsultant assigned to work on the Project. Consultant shall be responsible for including this provision in all its’ subcontracts issued on regard to this Contract. Page | 17 of 27 Model Goods and Services Agreement, Rev. 07/23 SECTION 23: STANDARDS OF CONDUCT. (a) The CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement and that the CONTRACTOR has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award of making this Agreement. (b) The CONTRACTOR shall not discriminate on the grounds of race, color, religion, sex, or national origin in the performance of work under this Agreement or violate any laws pertaining to civil rights, equal protection or discrimination. (c) The CONTRACTOR hereby certifies that no undisclosed (in writing) conflict of interest exists with respect to the Agreement, including, but not limited to, any conflicts that may be due to representation of other clients, customers or vendees, other contractual relationships of the CONTRACTOR, or any interest in property that the CONTRACTOR may have. The CONTRACTOR further certifies that any conflict of interest that arises during the term of this Agreement shall be immediately disclosed in writing to the CITY. Violation of this Section shall be considered as justification for immediate termination of this Agreement. (d) The CONTRACTOR shall ensure that all taxes due from the CONTRACTOR are paid in a timely and complete manner including, but not limited to, occupational license tax. (e) If the CITY determines that any employee or representative of the CONTRACTOR is not satisfactorily performing his/her assigned duties or is demonstrating improper conduct pursuant to any assignment or work performed under this Agreement, the CITY shall so notify the CONTRACTOR, in writing. The CONTRACTOR shall immediately remove such employee or representative of the CONTRACTOR from such assignment. (f) The CONTRACTOR shall not publish any documents or release information regarding this Agreement to the media without prior approval of the CITY. (g) The CONTRACTOR shall certify, upon request by the CITY, that the CONTRACTOR maintains a drug free workplace policy in accordance with Section 287.0878, Florida Statutes. Failure to submit this certification may result in termination of this Agreement. (h) If the CONTRACTOR or an affiliate is placed on the convicted vendor list following a conviction for a public entity crime, such action may result in termination of Page | 18 of 27 Model Goods and Services Agreement, Rev. 07/23 this Agreement by the CITY. The CONTRACTOR shall provide a certification of compliance regarding the public crime requirements set forth in State law upon request by the CITY. (i) The CITY reserves the right to unilaterally terminate this Agreement if the CONTRACTOR refuses to allow public access to all documents, papers, letters, or other materials subject to provisions of Chapter 119, Florida Statutes, and other applicable law, and made or received by the CONTRACTOR in conjunction, in any way, with this Agreement. (j) The CONTRACTOR shall comply with the requirements of the Americans with Disabilities Act (ADA), and any and all related Federal or State laws which prohibits discrimination by public and private entities on the basis of disability. (k) The CITY will not intentionally award publicly-funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (INA). The CITY shall consider the employment by the CONTRACTOR of unauthorized aliens, a violation of Section 274A(e) of the INA. Such violation by the CONTRACTOR of the employment provisions contained in Section 274A(e) of the INA shall be grounds for immediate termination of this Agreement by the CITY. (l) The CONTRACTOR agrees to comply with Federal, State, and local environmental, health, and safety laws and regulations applicable to the goods and/or services provided to the CITY. The CONTRACTOR agrees that any program or initiative involving the work that could adversely affect any personnel involved, citizens, residents, users, neighbors or the surrounding environment will ensure compliance with any and all employment safety, environmental and health laws. (m) The CONTRACTOR shall ensure that all goods and/or services are provided to the CITY after the CONTRACTOR has obtained, at its sole and exclusive expense, any and all permits, licenses, permissions, approvals or similar consents. (n) If applicable, in accordance with Section 216.347, Florida Statutes, the CONTRACTOR shall not use funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or State agency. (o) The CONTRACTOR shall advise the CITY in writing if it has been placed on a discriminatory vendor list, may not submit a bid on a contract to provide goods or services to a public entity, or may not transact business with any public entity. (p) The CONTRACTOR shall not engage in any action that would create a conflict of interest in the performance of that actions of any CITY employee or other person during the course of performance of, or otherwise related to, this Agreement or Page | 19 of 27 Model Goods and Services Agreement, Rev. 07/23 which would violate or cause others to violate the provisions of Part III, Chapter 112, Florida Statutes, relating to ethics in government. (q) PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING: Pursuant to section 287.05701, Florida Statutes, as amended, the CITY will not request documentation of or consider the CONTRACTOR's social, political, or ideological interests when determining if the CONTRACTOR is a responsible vendor. The CONTRACTOR is further notified that the CITY's governing body may not give preference to a vendor based on the vendor's social, political, or ideological interests. (r) PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES. Pursuant to Florida Statutes Section 287.135, contracting with any entity that is listed on the Scrutinized Companies that Boycott Israel List, created pursuant to Florida Statutes Section 215.4725 or that is engaged in the boycott of Israel is prohibited. CONTRACTOR must certify that the company is not participating in a boycott of Israel. Any contract for goods or services of One Million Dollars ($1,000,000) or more shall be terminated at the CITY’s option if it is discovered that the entity submitted false documents of certification, is listed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or has been engaged in business operations in Cuba or Syria after July 1, 2018. Any contract entered into or renewed after July 1, 2018 shall be terminated at the CITY’s option if the company is listed on the Scrutinized Companies that Boycott Israel List or engaged in the boycott of Israel. CONTRACTOR must have submitted certification with the original solicitation. Submitting a false certification shall be deemed a material breach of contract. The CITY shall provide notice, in writing, to CONTRACTOR of the CITY’s determination concerning the false certification. CONTRACTOR shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination was in error. If CONTRACTOR does not demonstrate that the CITY’s determination of false certification was made in error, then the CITY shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute Section 287.135(5)(a). SECTION 24: ACCESS TO RECORDS/AUDIT/PUBLIC RECORDS. (a) The CONTRACTOR shall maintain books, records, documents, time and costs accounts and other evidence directly related to its provision or performance of services under this Agreement. All time records and cost data shall be maintained in accordance with generally accepted accounting principles. (b) The CONTRACTOR shall maintain and allow access to the records required under this Section for a minimum period of five (5) years after the completion of the provision or performance of goods and/or services under this Agreement and date Page | 20 of 27 Model Goods and Services Agreement, Rev. 07/23 of final payment for said goods and/or services, or date of termination of this Agreement. (c) The CITY may perform, or cause to have performed, an audit of the records of the CONTRACTOR before or after final payment to support final payment under any Purchase/Work Order issued hereunder. This audit shall be performed at a time mutually agreeable to the CONTRACTOR and the CITY subsequent to the close of the final fiscal period in which goods and/or services are provided or performed. Total compensation to the CONTRACTOR may be determined subsequent to an audit as provided for in this Section, and the total compensation so determined shall be used to calculate final payment to the CONTRACTOR. Conduct of this audit shall not delay final payment as required by this Section. (d) In addition to the above, if Federal, State, County, or other entity funds are used for any goods and/or services under this Agreement, the Comptroller General of the United States or the Chief Financial Officer of the State of Florida, or Seminole County, or any representatives, shall have access to any books, documents, papers, and records of the CONTRACTOR which are directly pertinent to goods and/or services provided or performed under this Agreement for purposes of making audit, examination, excerpts, and transcriptions. (e) In the event of any audit or inspection conducted reveals any overpayment by the CITY under the terms of the Agreement, the CONTRACTOR shall refund such overpayment to the CITY within thirty (30) days of notice by the CITY of the request for the refund. (f) The CONTRACTOR agrees to fully comply with all State laws relating to public records. (g) The CONTRACTOR agrees to fully comply with all State laws relating to public records. In order to comply with Section 119.0701, Florida Statutes, the CONTRACTOR must: (1). Keep and maintain public records required by the City to perform the service, (2). Upon request from the City 's custodian of public records, provide the public with a copy of the public records requested or allow the records to be inspected or copied within a reasonable time and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law, (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this Agreement and following completion of this Agreement if the CONTRACTOR does not transfer the records to the City, (4) Upon completion of this Agreement, transfer, at no cost, to the City all public records in possession of the CONTRACTOR or keep and maintain public records required by the City to perform the service. If the CONTRACTOR transfers all public records to the City upon completion of this Agreement, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Page | 21 of 27 Model Goods and Services Agreement, Rev. 07/23 CONTRACTOR keeps and maintains public records upon completion of this Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City’s custodian of public records, in a format that is compatible with the information technology systems of the City, and (5). If the CONTRACTOR does not comply with a public records request, the City shall enforce any and all Agreement provisions in accordance with this Agreement and the CONTRACTOR shall be subject to all rights and remedies of the City and the public under controlling State law. A request to inspect or copy public records relating to this Agreement must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the CONTRACTOR of the request, and the CONTRACTOR must provide the records to the City or allow the records to be inspected or copied within a reasonable time. Failure by the CONTRACTOR to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. The CONTRACTOR shall promptly provide the City with a copy of any request to inspect or copy public records in possession of the CONTRACTOR and shall promptly provide the City with a copy of the CONTRACTOR’s response to each such request. The CONTRACTOR agrees that if any litigation, claim, or audit is started before the expiration of the record retention period established above, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved and final action taken. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S (CONTRACTOR’S) DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 971-5504, ELIANNE RIVERA, CITY CLERK, CITY HALL, CITY OF OVIEDO, 400 ALEXANDRIA BOULEVARD, OVIEDO, FLORIDA 32765, ERIVERA@CITYOFOVIEDO.NET. SECTION 25: CODES AND DESIGN STANDARDS. (a) All goods and/or services to be provided for performed by the CONTRACTOR shall, at a minimum, be in conformance with commonly accepted industry and professional codes and standards, standards of the CITY, and the laws of any and all Federal, State and local regulatory agencies. Page | 22 of 27 Model Goods and Services Agreement, Rev. 07/23 (b) The CONTRACTOR shall be responsible for keeping apprised of any changing laws, applicable to the goods and/or services to be performed under this Agreement. SECTION 26: ASSIGNABILITY. (a) The CONTRACTOR shall not sublet, assign or transfer any interest in this Agreement, or claims for the money due or to become due out of this Agreement to a bank, trust company, or other financial institution without written CITY approval. When approved by the CITY, written notice of such assignment or transfer shall be furnished promptly to the CITY. (b) The CONTRACTOR agrees to reasonably participate in the contract “piggybacking” programs pertinent to local governments. SECTION 27: SUBCONTRACTORS. (a). The CONTRACTOR may subcontract certain specialty services as set forth in this Agreement as approved by the CITY provided; however, that, the main work performed under the Agreement shall, in all respected, be performed by the CONTRACTOR. (b). No subcontract shall be construed or interpreted, under any circumstances, to relieve the CONTRACTOR of its liability and obligations under this Agreement. (c). The CITY shall work directly with the CONTRACTOR in terms of the provision of the services to the CITY and the CITY shall not have any obligation to work directly with any subcontractor and, should the CITY communicate with any subcontractor in any way, it shall continue to be the obligation of the CONTRACTOR to ensure that all services are provided to the CITY as set forth in this Agreement in every respect. (d). It shall, at all times, be the CONTRACTOR’s responsibility to ensure that subcontractors have in place the same liability coverage as the CONTRACTOR and that such liability coverage is available to fully protect the CITY under the Agreement; provided, however, that, in the event that any coverage fail to adequately protect the CITY, the CONTRACTOR shall ensure that its liability coverage so protects the CITY. This shall be a continying obligation of the CONTRACTOR. SECTION 28: CONTROLLING LAWS/VENUE/INTERPRETATION. (a) This Agreement is to be governed by the laws of the State of Florida. Page | 23 of 27 Model Goods and Services Agreement, Rev. 07/23 (b) Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. (c) This Agreement is the result of bona fide arms length negotiations between the CITY and the CONTRACTOR and all Parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party than against any other party. SECTION 29: FORCE MAJEURE. Neither party shall be considered in default in performance of its obligations hereunder to the extent that performance of such obligations, or any of them, is delayed or prevented by Force Majeure. Force Majeure shall include, but not be limited to, hostility, terrorism, revolution, civil commotion, strike, epidemic, fire, flood, wind, earthquake, explosion, any law, proclamation, regulation, or ordinance or other act of government, or any act of God or any cause whether of the same or different nature, existing or future; provided that the cause whether or not enumerated in this Section is beyond the control and without the fault or negligence of the party seeking relief under this Section. SECTION 30: EXTENT OF AGREEMENT/INTEGRATION/AMENDMENT. (a) This Agreement, together with the exhibit(s), if any, constitutes the entire integrated Agreement between the CITY and the CONTRACTOR and supersedes all prior written or oral understandings in connection therewith. This Agreement, and all the terms and provisions contained herein, including without limitation the exhibits hereto, constitute the full and complete agreement between the Parties hereto to the date hereof, and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral. (b) This Agreement may only be amended, supplemented or modified by a formal written amendment. (c) Any alterations, amendments, deletions, or waivers of the provisions of this Agreement shall be valid only when expressed in writing and duly signed by the Parties. SECTION 31: NOTICES. (a) Whenever either party desires to give notice unto the other, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, Page | 24 of 27 Model Goods and Services Agreement, Rev. 07/23 and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. (b) For the present, the Parties designate the following as the representative places for giving of notice, to-wit: For the CITY: City Manager City of Oviedo 400 Alexandria Boulevard Oviedo, Florida 32765 For the CONTRACTOR: Firm Name Street Address City, State Zip (c) Written notice requirements of this Agreement shall be strictly construed and such requirements are a condition precedent to pursuing any rights or remedies hereunder. The CONTRACTOR agrees not to claim any waiver by CITY of such notice requirements based upon CITY having actual knowledge, implied, verbal or constructive notice, lack of prejudice or any other grounds as a substitute for the failure of the CONTRACTOR to comply with the express written notice requirements herein. Computer notification (e-mails and message boards) shall not constitute proper written notice under the terms of the Agreement. SECTION 32: WAIVER. The failure of the CITY to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the CITY hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. SECTION 33: NO GENERAL CITY OBLIGATION. (a) In no event shall any obligation of the CITY under this Agreement be or constitute a general obligation or indebtedness of the CITY, a pledge of the ad valorem taxing power of the CITY or a general obligation or indebtedness of the CITY within the meaning of the Constitution of the State of Florida or any other applicable laws, but shall be payable solely from legally available revenues and funds. Page | 25 of 27 Model Goods and Services Agreement, Rev. 07/23 (b) The CONTRACTOR shall not have the right to compel the exercise of the ad valorem taxing power of the CITY. SECTION 34: EXHIBITS. Each exhibit referred to and attached to this Agreement is an essential part of this Agreement. The exhibits and any amendments or revisions thereto, even if not physically attached hereto, shall be treated as if they are part of this Agreement. SECTION 35: CAPTIONS. The Section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. SECTION 36: SEVERABILITY/CONSTRUCTION. (a) If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. (b) All provisions of this Agreement shall be read and applied in para materia with all other provisions hereof. SECTION 37: ALTERNATIVE DISPUTE RESOLUTION (ADR). (a) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the Parties agree to exhaust any alternative dispute resolution procedures reasonably imposed by the CITY prior to filing suit or otherwise pursuing legal remedies. (b) The CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration to the CITY in alternative dispute resolution procedures or which the CONTRACTOR had knowledge and failed to present during the CITY procedures. (c) In the event that CITY procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the Parties shall exercise best efforts to resolve Page | 26 of 27 Model Goods and Services Agreement, Rev. 07/23 disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the Parties. Costs of voluntary mediation shall be shared equally among the Parties participating in the mediation. SECTION 38: COUNTERPARTS. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. Page | 27 of 27 Model Goods and Services Agreement, Rev. 07/23 IN WITNESS WHEREOF, the Parties hereto have made and executed this Agreement on the respective dates under each signature: the CITY through its City Council taking action on the day of __________________, 2024, and the CONTRACTOR signing by and through its duly authorized corporate officer having the full and complete authority to execute same. ATTEST: LIST COMPANY NAME IN BOLD _______________________________ By:_____________________________ Date: _____________________ ATTEST: CITY OF OVIEDO By: __________________________ ________________________________ Elianne Rivera, City Clerk Megan Sladek, Mayor Date: ______________________ For the use and reliance of the City of Oviedo only. Approved as to form and legal sufficiency. ______________________________ Julianna Ross Assistant City Attorney Reviewed by: Purchasing: _________ Risk Management: ________ Date: _________ Date: ________ From:Wilmes, Edward To:Wilmes, Edward Subject:FW: Flotech Environmental, LLC - ITB 24-20 Date:Tuesday, May 27, 2025 8:51:00 AM Attachments:image001.png image002.png From: Wilmes, Edward Sent: Tuesday, March 18, 2025 10:46 AM To: Scott, Jacqueta <jscott@cityofoviedo.net> Cc: Yeargain, Paul <PYeargain@cityofoviedo.net>; Wyatt, Bobby <bwyatt@cityofoviedo.net>; Cobb, Bryan <bcobb@cityofoviedo.net> Subject: RE: Flotech Environmental, LLC - ITB 24-20 Good morning Ms. Scott, and thank you – We will proceed accordingly and make use of the contract. Thank you, and have a great day !! Warmly, ew Edward Wilmes, Manager Stormwater Division Public Works Department City of Clearwater Teams (727)-444-8604 Cell Phone 727-294-3170 From: Scott, Jacqueta <jscott@cityofoviedo.net> Sent: Tuesday, March 18, 2025 10:31 AM To: Wilmes, Edward <Edward.Wilmes@MyClearwater.com> Cc: Yeargain, Paul <PYeargain@cityofoviedo.net>; Wyatt, Bobby <bwyatt@cityofoviedo.net>; Cobb, Bryan <bcobb@cityofoviedo.net> Subject: RE: Flotech Environmental, LLC - ITB 24-20 CAUTION: This email originated from outside of the City of Clearwater. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good Morning Mr. Wilmes, The City’s agreement with Flotech Environmental includes permission for piggybacking under Section 26: Assignability, item (b). (b) The CONTRACTOR agrees to reasonably participate in the contract “piggybacking” programs pertinent to local governments. If Flotech is in agreement with the City of Clearwater’s use of the contract, the City of Oviedo provides concurrence. Please feel free to contact me with any additional questions. Respectfully,Jacqueta Jacqueta Scott Procurement Manager City of Oviedo 400 Alexandria Blvd. Oviedo, FL 32765 P: 407-971-5534 www.cityofoviedo.net From: Cobb, Bryan <bcobb@cityofoviedo.net> Sent: Monday, March 17, 2025 9:14 AM To: Scott, Jacqueta <jscott@cityofoviedo.net>; Wyatt, Bobby <bwyatt@cityofoviedo.net>; Yeargain, Paul <PYeargain@cityofoviedo.net> Subject: FW: Flotech Environmental, LLC - ITB 24-20 Hi All: Do you know what this is about? Please assist Mr. Wilmes with his request. I appreciate your help. Sincerely,Bryan Bryan Cobb, City ManagerCity of Oviedo 400 Alexandria Blvd. | Oviedo, FL 32765 Phone: 407-971-5506 | Fax: 407-971-5803 bcobb@cityofoviedo.net | www.cityofoviedo.net From: Wilmes, Edward <Edward.Wilmes@MyClearwater.com> Sent: Monday, March 17, 2025 8:29 AM To: Cobb, Bryan <bcobb@cityofoviedo.net> Subject: Flotech Environmental, LLC - ITB 24-20 EXTERNAL EMAIL: Do not click any links or open any attachments unless you trust the sender and know the content is safe. Good morning Mr. Cobb. I write this morning regarding Flotech Environmental, and the cited ITB document. Flotech Environmental has provided the subject ITB and resulting Agreement dated 14 October 2024 to the City of Clearwater for use as a “Piggyback” contract for the goods and services contained therein. My review of the Agreement does not find that express permission has been provided by the City of Oviedo for use of the Agreement for the purposes of a “Piggyback” with another agency. If the City of Oviedo approves of the use of the noted Agreement for the purpose it being used as a “Piggyback” contract with the City of Clearwater by Flotech Environmental, please provide concurrence at your earliest opportunity. Please feel free to call or write with questions as they may occur. Warm regards, Ed Wilmes Edward Wilmes, Manager Stormwater Division Public Works Department City of Clearwater Teams (727)-444-8604 Cell Phone 727-294-3170 CONTRACT NO. 25-076-01 We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: estimating@flotechllc.com February 6, 2025 Jose L. Ferre FLOTECH ENVIRONMENTAL, LLC 657 South Dr. Suite 401 Miami, FL 33166 Phone: 305-299-8144 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2025-076-DF, FOR OUTFALL CLEANING AND MAINTENANCE SERVICES. Dear Mr. Ferre: On December 5, 2024, FLOTECH ENVIRONMENTAL, LLC (the “Contractor”) submitted to the City of Miami Beach, Florida (the “City”) a bid in response to the above-referenced ITB. The ITB stipulates, pursuant to Section 0100, Sub-Section 16, Binding Contract, that the approval of the City Manager’s recommendation by the Mayor and City Commission shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission, at its February 3, 2025, meeting, approved the City Manager’s recommendation, pursuant to the ITB to award a contract to FLOTECH ENVIRONMENTAL, LLC as the primary service provider for outfall cleaning and maintenance services. It is important to note that no services may be performed until such time as the City has issued a Purchase Order. If you have any questions regarding this notification of award letter, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at 305-673-7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Stanley Payne Public Works Department, at StanleyPayne@miamibeachfl.gov or 305-673-7000 ext. 22343. Sincerely, Kristy Bada Chief Procurement Officer ME _________       ATTACHMENT A COMMISSION AWARD MEMO                                                       ATTACHMENT B ADDENDA AND ITB SOLICITATION       PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 1 ADDENDUM NO. 1 INVITATION TO BID NO. 2025-076-DFOUTFALL CLEANING AND MAINTENANCR SERVICES ADDENDUM NO. 1 INVITATION TO BID NO. 2025-076-DF OUTFALL CLEANING AND MAINTENANCE SERVICES November 20, 2024 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. TheITBis amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. REVISION: ITB DUE DATE AND TIME.The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Thursday, December 5, 2024. All bids received and time stamped through PeriscopeS2G, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. II. RESPONSES TO QUESTIONS RECEIVED: Q1: Is a Bid Bond required for this project? if so, what percentage? A1: There is no Bid Bond requirement for this ITB. Q2: BID SUBMITTAL QUESTIONNAIRE WITH LIVING WAGE AND EQUAL BEN. - FINAL 10.27.22 is an interactive webform, yet it is asking to put a signature. Are we supposed to print, sign and attach? Is there a place to attach documents? Thanks. A2: The authorized representative may print their name on the fields. Q3: I wanted to ask about plugging the lines, are we plugging the lines into the outfalls. I see they something about using barriers, but not sure how that will stop the water flow. A3: Yes, the upstream manhole should be plugged in order to clean the outfall. There should be a turbidity curtain to prevent plumes from entering the waterway.       PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 2 ADDENDUM NO. 1 INVITATION TO BID NO. 2025-076-DF OUTFALL CLEANING AND MAINTENANCR SERVICES Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk’s Office at RafaelGranado@miamibeachfl.gov Contact: Danny Flores Telephone: 305-673-7000 ext. 26652 Email: DannyFlores@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, for Kristy Bada Chief Procurement Officer Sincerely, for ff Kristy Bada Cf Off       Invitation to Bid (ITB) 2025-076-DF Outfall Cleaning and Maintenance Services TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO BIDDERS ..................................................................................... 0200 GENERAL TERMS AND CONDITIONS ......................................................................... 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT .............................................................. APPENDICES: APPENDIX A MINIMUM REQUIREMENTS, SPECIFICATIONS, AND SPECIAL CONDITIONS APPENDIX B COST PROPOSAL FORM APPENDIX C INSURANCE REQUIREMENTS APPENDIX D MAP OF LOCATIONS       SECTION 0100 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City") as the means for prospective Bidders to submit their qualifications, proposed scopes of work, and cost proposals (the "bid") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation and are complementary to one another and together establish the complete terms, conditions, and obligations of the Bidders and, subsequently, the successful Bidders(s) (the "contractor[s]") if this ITB results in an award. The City utilizes Periscope S2G (formerly known as BidSync) (www.periscopeholdings.com or www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through Periscope S2G must register immediately with Periscope S2G to ensure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of the proposal submitted. 2. BACKGROUND/PURPOSE. On December 11, 2019, the Mayor and City Commission approved the award of Contract ITB 2019-232-AY for outfall cleaning and maintenance services. The contract had an original term of three (3) years with the City option to renew for two (2) additional one (1) year periods, currently scheduled to expire February 11, 2025. The purpose of this bid is to establish a contract, by means of sealed bids, with qualified firm(s) for outfall cleaning and maintenance services for the City of Miami Beach on an as needed basis. The outfalls to be serviced are a combination of both the City’s and State of Florida. The City estimates the annual budget for this contract to be $100,000.00. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued October 23, 2024 Pre-Bid Meeting November 4, 2024, at 11:00 am ET Microsoft Teams Need help? Join the meeting now Meeting ID: 211 587 780 170 Passcode: nkoCCb Dial in by phone Phone number: 786-636-1480 Phone conference ID: 985 952 774, then #       Deadline for Receipt of Questions November 8, 2024, at 5:00 pm ET Responses Due November 22, 2024, at 3:00 pm ET Microsoft Teams Need help? Join the meeting now Meeting ID: 231 603 300 669 Passcode: xkHAVZ Dial in by phone Phone number: 786-636-1480 Phone conference ID: 549 962 215, then # Tentative Commission Approval Authorizing Award TBD 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Danny Flores 305-673-7000, Ext. 26652 dannyflores@miamibeachfl.gov Additionally, copy the City Clerk on all communications via email at RafaelGranado@miamibeachfl.gov or via facsimile at 786-394-4188. The Bid title/number shall be referenced in all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days before the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Bidders as an addendum. 5. PRE-BID MEETING OR SITE VISIT(S). A pre-bid meeting or site visit(s) may be scheduled. Attendance for the pre-bid meeting shall be via web conference and recommended as a source of information but is not mandatory. Bidders interested in participating in the pre-bid meeting must follow these steps: Microsoft Teams Need help? Join the meeting now Meeting ID: 211 587 780 170 Passcode: nkoCCb Dial in by phone Phone number: 786-636-1480 Phone conference ID: 985 952 774, then # Bidders participating via telephone should email the contact person listed in this ITB expressing their intent to participate via telephone. 6. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City. They will be without legal effect, including any information received at the pre-submittal meeting or site visit(s). The City, through Addenda, will issue interpretations or written       addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addenda will be released through Periscope S2G. Any prospective bidder who has received this ITB by any means other than through Periscope S2G must register immediately with Periscope S2G to ensure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of the bid submittal. Written questions should be received no later than the date outlined in the Anticipated ITB Timetable section. 7. BIDDER'S RESPONSIBILITY. Before submitting a response, each Bidder shall be solely responsible for making all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, or failure to make such evaluations, investigations, and examinations, will not relieve the Bidder from any obligation to comply with every detail and with all provisions and requirements of the contract and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Bidder. 8. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations, once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager, are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientID=13097&stateID=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited, with the exception of communications with the Procurement Director or their administrative staff responsible for administering the procurement process for this solicitation, providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 9. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the City's best interest. The City Commission shall consider the City Manager's recommendation(s) and may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best Bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: x The Bidder's ability, capacity, and skill to perform the contract. x Whether the Bidder can perform the contract within the time specified, without delay or interference. x The Bidder's character, integrity, reputation, judgment, experience, and efficiency. x The quality of performance of previous contracts. x The previous and existing compliance by the Bidder with laws and ordinances relating to the contract. When the lowest bid amount is equal to or less than the amount established in Section 2-366 of the City Code for formal bids, this contract shall be awarded by the City Manager, or designee, to the lowest responsive and responsible Bidder meeting all terms, conditions, and specifications of the ITB.       10. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group, or in its entirety, beginning with the lowest, responsive, responsible Bidder (primary), followed by the second lowest, responsive, responsible Bidder (secondary), and continuing with other responsive, responsible bidders in order of the next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to comply with any contract or delivery requirement; 2) it is in the best interest of the City to do so, regardless of reason. Bidder acknowledges and agrees that this contract and the award of any work hereunder is non-exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co-primary contractor or as secondary or tertiary contractors). No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at the City's sole discretion. The Contractor shall have no entitlement to perform any services hereunder or to be compensated for any services unless set forth in a written Purchase Order. 11. E-VERIFY. As a Contractor, you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the contract and shall expressly require any subcontractors performing work or providing services pursuant to the contract to utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 12. OMITTED OR ADDITIONAL INFORMATION. Failure to include the Bid Price Form and the Bid Bond (if applicable) shall render a bid non-responsive. Non-responsive bids will not be considered. With the exception of the Bid Price Form and the Bid Bond, if applicable, the City reserves the right to seek any omitted information/documentation or any additional information from the Bidder or other source(s), including but not limited to any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Bidder to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City's request shall result in the proposal being deemed non-responsive. 13. PERISCOPE S2G (FORMERLY BIDSYNC). The Procurement Department utilizes Periscope S2G, a Supplier-to-Government electronic bidding (e-Bid) platform. If you would like to be notified of available competitive solicitations released by the City, you must register and complete your vendor qualifications through Periscope S2G, Supplier-to-Government www.bidsync.com/Miami-Beach. Registration is easy and will only take a few minutes. For detailed instructions on registering, completing vendor qualifications, and submitting electronic bids, visit https://www.miamibeachfl.gov/city-hall/procurement/for-approval-how-to- become-a-vendor/. If you have any questions regarding this system or registration, please visit the link above or contact Periscope S2G, Supplier-to-Government, at support@bidsync.com or 800.990.9339, option 1, option 1. 14. HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF-SERVICE (VSS). In addition to registering with Periscope S2G, the City encourages vendors to register with our online Vendor Self-Service web page, allowing City vendors to easily update contacts, attachments (W-9), and commodity information. The VSS webpage https://selfservice.miamibeachfl.gov/vss/Vendors/default.aspx will also provide purchase orders and payment information.       Should you have any questions, please submit them to vendorsupport@miamibeachfl.gov. 15. SUPPLIER DIVERSITY. The City has established a registry of LGBT-owned businesses, as certified by the National LGBT Chamber of Commerce (NGLCC), and small and disadvantaged businesses, as certified by Miami-Dade County. See authorizing resolutions here. If your company is certified as an LGBT-owned business by NGLCC or as a small or disadvantaged business by Miami-Dade County, click on the link below to be added to the City's supplier registry (Vendor Self-Service) and bid system (Periscope S2G, Supplier-to-Government). These are two different systems, and you must register for both. Click to see acceptable certification and to register: https://www.miamibeachfl.gov/city-hall/procurement/how- to-become-a-vendor/. 16. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the Bidder, which shall be deemed accepted upon award of the bid by the City Commission or as delegated by the City Commission. Said award shall constitute a binding Contract between the City and the awarded Bidder (s). In case of default on the part of the successful Bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. The contract shall include the solicitation, all addenda issued by the City, and the Bid Proposal submitted by the Bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1) Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of default on the part of the successful Bidder, the City may procure the items or services from other sources and hold the Bidder responsible for any excess cost occasioned or incurred thereby. 17. INDEMNIFICATION The Contractor agrees that it will indemnify and hold the Federal Government, its employees and their contractors, the State of Florida, its employees and their contractors, the County, its employees and their contractors, and the Municipality and its employees and their contractors harmless from liability to third parties for claims asserted under such contract for any work performed. Balance of Page Intentionally Left Blank       SECTION 0200 GENERAL TERMS AND CONDITIONS FORMAL SOLICITATIONS TERMS & CONDITIONS - GOODS AND SERVICES. By virtue of submitting a bid in response to this ITB, Bidder agrees to be bound by and in compliance with the Solicitation Terms and Conditions (dated 10.27.2022), incorporated herein, located at: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ FORMAL SOLICITATIONS TERMS & CONDITIONS – GRANTS AND FEDERAL REQUIREMENTS. By virtue of submitting a bid in response to this ITB, Bidder agrees to be bound by and in compliance with the Solicitation Terms and Conditions (dated 8/20/20), incorporated herein, located at: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ Balance of Page Intentionally Left Blank       SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES ONLY. Bids must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are unacceptable and will be rejected. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the deadline for bid submittals. The City will only consider the latest version of the bid. Electronic bid submissions may require the uploading of attachments. All documents should be attached as separate files per the instructions included in Section 4 below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to ensure that its bid, including all attachments, is uploaded successfully. Only bid submittals received and time stamped by Periscope S2G (formerly BidSync) prior to the bid submittal deadline shall be accepted as submitted in a timely manner. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time to submit bids and upload attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990-9339 (toll-free) or S2G@periscopeholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for bid submittals. 2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non-responsiveness. Non-responsive bids will not be considered. 1. Bid Submittal Questionnaire (submitted electronically). 2. Cost Proposal Form (Appendix B) 3. Failure to comply with the Minimum Eligibility Requirements (if applicable). 3. OMITTED OR ADDITIONAL INFORMATION. Failure to complete and submit the Bid Submittal Questionnaire (submitted electronically), the Cost Proposal, and the bid bond (if applicable) with the bid and by the deadline for submittals shall render the bid non-responsive. Non-responsive bids will not be considered. Bid Submittals received that do not include the Cost Proposal Form, completed as required, bid submittal questionnaire, or Bid Bond (if applicable) completed as required and fully executed shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3) business days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. 4. ELECTRONIC BID FORMAT. In order to maintain comparability and facilitate the review process, it is strongly recommended that bids be organized and tabbed in accordance with the tabs and sections specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic bid shall be submitted through the "Line Items" attachment tab in BidSync. BID PROPOSAL. The Bid Proposal is to include the following:       x TAB 1 – Cost Proposal Form (Appendix B). The Cost Proposal Form (Appendix B) shall be completed in its entirety. All corrections on the Cost Proposal Form shall be initialed. FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN THE BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. Balance of Page Intentionally Left Blank       APPENDIX A ________________________________________________________________________ Minimum Requirements, Specifications, and Special Conditions ________________________________________________________________________ 2025-076-DF Outfall Cleaning and Maintenance Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139       C1. Minimum Eligibility Requirements. Not used. C2. Statement of Work Required. The Contractor shall perform work which shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and for furnishing all transportation and services, including fuel, power, water, and essential communications, and for the performance of all labor, work, or other operations required. The work shall be complete, and all work, materials, and services not expressly shown which may be necessary for the complete and proper construction of the work in good faith shall be performed, furnished, and installed by the Contractor as though originally so specified or shown, at no increase in cost to the City. The work required consists of the cleaning of stormwater pipe, structure, cleaning of catch basins, cleaning of outfalls, and video inspection. The Contractor shall: x Obtain any required permitting for de-watering activities and bypass pumping that may be needed for videotaping and inspection. The contractor shall dispose of all solids removed from the drainage system in an appropriately licensed landfill. Throughout the project, a monthly log detailing the date, location, and amount of material removed from the drainage system is to be kept. This log is to be given to the City in electronic format prior to project closeout. x Comply with the City’s intent to obtain a completely clean and full video inspection or pictures of the relevant pipe and any items of labor, materials, or equipment, which may reasonably be assumed as necessary to accomplish work. x Remove all plugs from the pipes during rainfall, pending rainfall, and at the completion of each day’s work. C3. Specifications 3.1 – Routine Services (Group A). The following specifications shall be considered the minimum acceptable requirement for each item. Line Item 1 - Inspection/Report per Outfall: Inspection and reporting of each outfall. The report shall include the following for each outfall: x Percent of blockage x Length of pipe/box to be cleaned. Any cleaning in excess of 25 feet of pipe/box shall be noted x Estimate of waste material to be removed x Any damage found x Estimate cost to repair damage x Area of Mangrove Trimming that is required x Verify pipe size and pipe material x Location x Photographs/Video Line Items 2-5 - Pipe Cleaning for All Sizes: For bid line items 2-5, the vendor shall remove all dirt, barnacles and foreign materials at the outfall and up to twenty feet of pipe which is impeding the flow of storm water into the waterway. This item includes the use and placing of turbidity barriers. All outfall pipe cleaning shall include cleaning of the headwall structure 24 inches around all pipe sizes. Below is the list of diameters for       the pipe cleaning: x 0”-24” Diameter x 25”-36” Diameter x 37”-48” Diameter x 49”-72” Diameter Line Item 6 - Alluvial Fan Removal: Remove sediment build up from the outfalls. This item shall be paid in cubic yards of material removed. Line Item 7 - Hauling and Disposing: Haul away and dispose of all waste and vegetation material from the assigned outfall locations to an approved landfill site or a designated city site. This item includes all costs and incidentals associated with the hauling and disposal of the waste/vegetation material via a watertight truck. Materials removed from the outfalls shall be removed and disposed of according to all local and state regulations. All debris, materials, piping, and miscellaneous waste products from the work described in this section shall be removed from the project as soon as possible. They shall be disposed of in accordance with applicable federal, state, and local regulations. The Contractor is responsible for determining these regulations and shall bear all costs or retain any profit associated with disposal of these items. Line Item 8 - Mangrove Trimming: Trim mangroves when directed by the City. All tools used for trimming must be clean and free of oils. It is very important the tools are sharp for a clean cut. Any proposed mangrove trimming would need authorization from Miami-Dade County – DERM prior conducting the trimming. Line Items 9-10 - Box Culvert Cleaning: Remove all dirt and foreign materials at the outfall and up to twenty feet of box culvert. This item includes the use and placing of turbidity barriers. The majority of the City’s box culverts are 3’ by 5’. All box culvert outfall cleaning shall include cleaning of the headwall structure 12 inches around all pipe sizes. x Box Culvert Cleaning 0 – 23 square feet x Box Culvert Cleaning 24 – 36 square feet 3.2 - Emergency Services (Group B). On occasions, the City may request additional work which may take place during a disaster, such as a hurricane response. The City reserves the right to exercise its discretion in making the determination as to what time the contract will be activated. All work shall be completed in accordance with FEMA regulations and applicable environmental requirements. Refer to Section 0200 – General Terms and Conditions - FORMAL SOLICITATIONS TERMS & CONDITIONS – GRANTS AND FEDERAL REQUIREMENTS. 3.3. Additional Services - Repair, Replace, Install (Group C). Repairs include but are not limited to: mud work to face of seawall, sealing around discharge pipe to the waterway or replacing a section of pipe leading to seawall. City will determine what takes priority based on the inspection reports and pictures provided by the bidder. Repair work shall not be conducted without prior approval from Project Manager. 3.4 - Map of Locations. See attached Appendix D.       3.5 – Service Standards. The below listed and defined standards shall be incorporated in all applicable services provided to the City under this contract. Bid pricing provided shall be inclusive of the below: 3.5.1 - Hydraulic Uplift on Structures. The Contractor shall be completely responsible for any tanks, wet wells, pipelines, manholes, foundations, cellars, or similar structures that may become buoyant during the operations due to the ground water, floods or buoyancy of piping caused due to the placement of flowable backfills before the structure is put into caused due to the placement of flowable backfills before the structure is put into operation. Should there be any possibility of buoyancy of a pipeline or structure, the Contractor shall take the necessary steps to prevent its buoyancy. Damage to any structures due to floating or flooding shall be repaired or the structures replaced at the Contractor’s expense. 3.5.2 - Water Tightness of Structures. General: It is the intent of these specifications that all concrete work, sealing work around built-in items and penetrations be performed as required to ensure that groundwater, rainwater, wastewater, chemical solutions or other process liquids in tanks, wet wells, channels, and containers will not leak into any buildings and/or equipment rooms, pipe galleries, habitable areas, or other generally dry areas. 1. The required water tightness shall be achieved by quality concrete construction and proper sealing of all joints and penetrations. 2. Each unit shall be tested separately, and the leakage tests shall be made prior to backfilling and before equipment is installed unless otherwise approved by the City Representative. 3. The Contractor shall provide at his own expense all labor, material, temporary bulkheads, pumps, water, measuring devices, etc., necessary to perform the required test. Built-in Items and Penetrations: All pipe sleeves, built-in items and penetrations shall be sealed as detailed and as required to ensure a continuous watertight seal. 3.5.3 - Cutting and Patching. The Contractor shall perform all cutting and patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by such other work. The Contractor shall not endanger any work of other by cutting, excavating or otherwise altering their work and shall only cut or alter work with the written consent of the City Representative and of the other contractors whose work will be affected. 3.5.4 - Abandonment and Salvage of Existing Facilities. General: The scope of work requires the Contractor to interface with existing structures, and piping which will be abandoned or otherwise removed and/or relocated as part of the work. Prior to beginning any work associated with existing facilities to be abandoned, salvaged, or otherwise removed or relocated, the Contractor shall inform the City of his intent so that all arrangements can be made with the City for isolating pipelines (where possible) or otherwise removing existing facilities from service to the extent possible. The Contractor shall not proceed without written authorization from the City. The Contractor shall contact and coordinate accordingly with utility companies prior to and during the execution of the relocation, removal or abandonment of existing utility structures. Existing utility coordination is exclusively the responsibility of the Contractor. Pipelines: The CONTRACTOR shall abandon, salvage or otherwise remove existing pipelines or segments of existing pipelines shown to be abandoned in place, salvaged, or removed as part of the       contract work. Unless otherwise indicated, all piping to be abandoned shall be abandoned in place. Pipe shown to be abandoned need only be removed a minimum three feet clear of new utilities to be installed. Abandon-in-place shall be defined as installing plugs, or other permanent closure, as reviewed and accepted by the CITY, on all termination's, open ends or ends of pipe designated as being cut, capped and anchored in an acceptable manner. The pipe will remain buried unless otherwise noted. Piping that needs to be removed, or any piping to be abandoned which interferes with new structures or piping, shall be excavated and removed using methods which will not disturb adjacent piping or other facilities. All pipe materials shall be subject to salvage by the City as defined below. Any remaining piping on both ends of pipe segments removed shall be abandoned in-place, per the above definition. After piping has been removed, the Contractor shall backfill the excavated area in accordance with requirements set forth in other sections of these specifications. 3.5.5 - Rehabilitation. Certain areas of existing structures, piping, conduits, and the like will be affected by work necessary to complete modifications under this Contract. The Contractor shall be responsible to rehabilitate those areas affected by its construction activities. Where new piping is to be connected to existing piping, the existing piping shall be cut square and the ends properly prepared for the connection shown on the drawings. Any damage to the lining and coating of the existing piping shall be repaired by the Contractor. 3.5.6 - Sleeves and Openings. When requested by the Contractor, the installer of the pipes, conduit, or equipment, including those contractors or subcontractors who require openings or chases in slabs and walls for passage of ducts, mounting or equipment, etc., shall furnish all necessary information, instructions, and materials to effect accurate installation of the required openings, chases, sleeves, frames, inserts, etc. When such items are secured in position, and just prior to construction of the surrounding slab or wall, the subcontractor or contractor for whom the items are installed shall ascertain the proper number, locations, and settings thereof; and the Contractor shall schedule his operations to provide a reasonable opportunity and time interval for such inspection. Any cost resulting from correction of defective, ill-timed, or mis located work, or for subsequent work which becomes necessary because of omitted openings, chases, sleeves, frames, inserts, etc., shall be borne by the subcontractor or contractor responsible therefor. No contractor or subcontractor shall arbitrarily cut, drill, alter, damage, or otherwise endanger the work of another Contractor. In no case shall beams lintels, or other structural members be cut without the approval of the City Representative. The nature and extent of any corrective or additional work shall be subject to the approval of the City Representative following consultation with the affected parties. 3.5.7 - Requirements for Control of Work. All items of work in this Award shall be coordinated so that progress on each related work item will be continuous. The progress of the work will be review by the City monthly, and if the progress on any item of work during that week is found to be unsatisfactory, the Vendor shall be required to adjust the rate of progress on that item or other items as directed by the City. The vendor shall conduct its operations in such a manner as will result in the minimum of inconvenience to occupants of adjacent homes and business establishments and shall provide temporary access as directed or as conditions in any particular location may require.       The vendor shall restore to its previous condition as directed by the city any private property, City property, or utilities damaged by his construction. No payment shall be made to the Vendor for any required restoration of private property, City property or utilities, unless otherwise noted. 3.5.8 - Schedule. The vendor shall provide to the Inspector a schedule of his or her activities on no greater than a monthly basis. The vendor shall notify and receive approval by the City of any alterations or deviations in advance of the work being started. The schedule can be handled via email provided that it is accurate and complete. Verbal communication alone of his scheduling will not be acceptable. 3.5.9 - Restoration/Project Clean-up. The vendor shall take every precaution to avoid damage to surrounding properties. In the event that the vendor has caused such damage, he shall repair, replace, and/or make good on any and all claims to the satisfaction of the City and the claimant. Clean-up on this project is extremely important and the vendor will be responsible for keeping the work site neat and clean with debris being removed on a daily basis as the work progresses. If project cleanliness reaches an unacceptable level in the opinion of the City, the City will notify the vendor in writing. If the Vendor does not act to correct the situation within 24 hours in the case of general cleanliness, the City will call upon outside forces to provide the appropriate services. Cost of all such activities shall be charged to the vendor. All debris, trash, sediment shall be picked up, vacuumed and disposed of properly, not blown out into the waterways, rivers or estuaries. The vendor is required to minimize pollution to the maximum extent practicable. Best management practices and sediment and erosion controls should be implemented before and throughout the work to prevent pollution as per the City’s Water Quality Ordinance. 3.5.10 - Liquidated Damages. Failure to respond to a service call within the time specified may result in the successful bidder being assessed the additional cost incurred by the City (liquidated damages) for any and all cost associated with the services performed by a secondary vendor. 3.5.11 - Site Conditions. The Contractor acknowledges that he has investigated prior to bidding and satisfied himself as to the conditions affecting the Work, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, canal stages, tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, or any contiguous site, or any other information made available to him prior to receipt of bids. Any failure by the Contractor to acquaint himself with the available information will not relieve him of the responsibility for estimating properly the difficulty or cost of successfully performing the Work. The City assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available by the City. Prior to work commencement, the Contractor shall verify existing utilities and locate other potential utilities in their working area. The utility verifications consist of excavation to verify tie-in points and to locate potential conflicts that may affect the work. The Contractor shall be responsible for the coordination of this       work with the associated utility owners and permitting agencies having jurisdiction over the specific locations to be verified. 3.5.12 - Protection of Property. The Contractor shall protect all property that may be affected by his work or operations. The location and extent of underground and covered facilities are not guaranteed, and the Contractor is cautioned to proceed with care in order to prevent the undermining or damage to existing structures, piping, or facilities. The Contractor shall take all measures necessary to protect new and existing mechanical equipment from dust and debris. Al protective measures shall be furnished, installed, lighted, ventilated, maintained, and removed at the Contractor's own cost. When City water is being used, the supply source shall be protected against contamination in accordance with existing codes and regulations. In the event any of the CONTRACTOR'S activities were to disrupt or endanger any facilities, he shall at his own expense make al necessary repairs replacements necessary to correct the situation to the satisfaction of the ENGINER. Such work shall progress continuously to completion on a 24-hour per day, seven workday basis. The CONTRACTOR shall be responsible for the services of repair crews on call 24 hours per day for emergencies that arise involving work under this Contract. 3.5.13 - Weather Conditions. Work that may be affected by inclement weather shall be suspended until proper conditions prevail. In the event of impending storms, the Contractor shall take necessary precautions to protect all work, materials and equipment from exposure. The CITY reserves the right to order that additional protection measures over and beyond those proposed by the Contractor, be taken to safeguard al components of the project. The Contractor shall not claim any compensation for such precautionary measures so ordered, nor claim any compensation from the CITY for damage to the work from the elements of weather. 3.5.14 - Fire Protection. The Contractor shall take all necessary precautions to prevent fires at or adjacent to the work, including his own buildings and trailers. Adequate fire extinguisher and hose line stations shall be provided throughout the work area. 3.5.15 - Restricted Area. The vendor shall, in installing the new facilities, confine all activities within the City property, easement, and right-of-way’s indicated. Notification to private property owners must be obtained in writing if it is necessary for the vendor to enter said property. Notification shall be two (2) weeks prior to work to be done within thirty (30) days. 3.5.16 - Existing Facilities and Structures. All existing facilities shall be protected, and if damaged, shall be repaired by the vendor at no additional cost to the City. 3.5.17 - Required Notifications. Prior to any site work, the vendor shall notify Public Works Stormwater Superintendent and Public Works Control Room at (305) 673-7625. Prior to excavation at the site, the vendor shall notify the appropriate utilities and Sunshine State One-Call of Florida, Inc. (formerly U.N.C.L.E.) at 1-800-432-4770 for locations of buried utilities.       C4. Special Conditions 1. TERM OF CONTRACT. The term of the Agreement resulting from this ITB shall be for an initial term of three (3) years. 2. OPTION TO RENEW. The City, through its City Manager, will have the option to extend for one (1) two- year renewal term or two (2) one-year renewal terms at the City Manager's sole discretion. The successful Contractor shall maintain the exact terms and conditions included within the originally awarded contract for the entirety of any renewal period. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a City prerogative and not a right of the successful Contractor. 3. COST ADJUSTMENTS. On or about the anniversary of each contract year, the Contractor may request, and the city manager may approve, a cost adjustment based on documented cost increases for the following contract year. Cost adjustments should be limited to changes in the applicable Bureau of Labor Statistics index for the local region or other verifiable evidence of price increases. The Contractor's adjustment request must substantiate the requested increase. The City of Miami Beach, through its city manager, reserves the right to approve a requested adjustment or may terminate the Agreement and readvertise for bids for the goods or services. 4. LICENSE/CERTIFICATION. Awarded bidder(s) shall require employees performing work for this contract to hold and maintain the adequate license or certification necessary to successfully complete the work. Balance of Page Intentionally Left Blank       APPENDIX B ________________________________________________________________________ Cost Proposal Form ________________________________________________________________________ 2025-076-DF Outfall Cleaning and Maintenance Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139       APPENDIX B COST PROPOSAL FORM Failure to submit Appendix B, Cost Proposal Form, in its entirety by the deadline established for the receipt of bids will result in the bid submittal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal price form below represent the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications, and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix B) shall be completed in its entirety. All corrections on the Cost Proposal Form (Appendix B) shall be initialed. GROUP A – REGULAR SERVICES Item Description Est. Qty (a) U / M (b) Unit Cost (c ) Total = (a_X_c) 1 Inspection / Report per Outfall 100 Each $ $ 2 Pipe Cleaning – 0”-24” Diameter 50 Each $ $ 3 Pipe Cleaning – 25”-36” Diameter 50 Each $ $ 4 Pipe Cleaning – 37”-48” Diameter 50 Each $ $ 5 Pipe Cleaning – 49”-72” Diameter 50 Each $ $ 6 Alluvial Fan Removal 25 Cubic Yard $ $ 7 Hauling and Disposing 25 Cubic Yard $ $ 8 Mangrove Trimming 20 Cubic Yard $ $ 9 Box Culvert Cleaning – 0-23 square feet 25 Each $ $ 10 Box Culvert Cleaning – 24-36 square feet 25 Each $ $ GROUP B – EMERGENCY SERVICES Item Description Est. Qty (a) U / M (b) Unit Cost (c ) Total = (a_X_c) 11 Inspection / Report per Outfall 100 Each $ $ 12 Pipe Cleaning – 0”-24” Diameter 50 Each $ $ 13 Pipe Cleaning – 25”-36” Diameter 50 Each $ $ 14 Pipe Cleaning – 37”-48” Diameter 50 Each $ $ 15 Pipe Cleaning – 49”-72” Diameter 50 Each $ $ 16 Alluvial Fan Removal 25 Cubic Yard $ $ 17 Hauling and Disposing 25 Cubic Yard $ $ 18 Mangrove Trimming 20 Cubic yard $ $ 19 Box Culvert Cleaning – 0-23 square feet 25 Each $ $       20 Box Culvert Cleaning – 24-36 square feet 25 Each $ $ GROUP C - ADDITIONAL REPAIR, REPLACE, INSTALL Item Description Est. Qty (a) U / M (b) Unit Cost (c) Total = (a_X_c) 21 Regular - Hourly Labor Rate (weekdays) 200 Hours $ $ 22 Non-Regular - Hourly Labor Rate (weekdays after 5:00 pm, weekends, and/or Holidays) 50 Hours $ $ 23 Emergency - Hourly Labor Rate 50 Hours $ $ Item Description (A) Estimated Quantity (B) Percentage discount or mark-up (C) Cost of percentage discount or mark-up (A x B = C) State Whether the % Listed is a Discount or Mark-up (D) Net Cost If Discount Is offered ( A – C = D) Or Net Cost If Mark-up is offered ( A + C = D) 24 Administrative Discount or Mark-up for Parts and Supplies $5,000 __________% $ $ Balance of Page Intentionally Left Blank       APPENDIX C ________________________________________________________________________ Insurance Requirements ________________________________________________________________________ 2025-076-DF Outfall Cleaning and Maintenance Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139       TYPE 2 - GOODS, SERVICES & MAINTENANCE INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker’s Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. Should the Vendor be exempt from this Statute, the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt Vendor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers’ Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers’ Compensation) arising out of work or operations performed on behalf of the Vendor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Vendor’s insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers – Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage – Vendor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive       the Vendor’s obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: City of Miami Beach c/o Exigis Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Balance of Page Intentionally Left Blank       APPENDIX D ________________________________________________________________________ Map of Locations ________________________________________________________________________ 2025-076-DF Outfall Cleaning and Maintenance Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139             ATTACHMENT B ADDENDA AND ITB SOLICITATION       PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 1 ADDENDUM NO. 1 INVITATION TO BID NO. 2025-076-DFOUTFALL CLEANING AND MAINTENANCR SERVICES ADDENDUM NO. 1 INVITATION TO BID NO. 2025-076-DF OUTFALL CLEANING AND MAINTENANCE SERVICES November 20, 2024 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. TheITBis amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. REVISION: ITB DUE DATE AND TIME.The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Thursday, December 5, 2024. All bids received and time stamped through PeriscopeS2G, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. II. RESPONSES TO QUESTIONS RECEIVED: Q1: Is a Bid Bond required for this project? if so, what percentage? A1: There is no Bid Bond requirement for this ITB. Q2: BID SUBMITTAL QUESTIONNAIRE WITH LIVING WAGE AND EQUAL BEN. - FINAL 10.27.22 is an interactive webform, yet it is asking to put a signature. Are we supposed to print, sign and attach? Is there a place to attach documents? Thanks. A2: The authorized representative may print their name on the fields. Q3: I wanted to ask about plugging the lines, are we plugging the lines into the outfalls. I see they something about using barriers, but not sure how that will stop the water flow. A3: Yes, the upstream manhole should be plugged in order to clean the outfall. There should be a turbidity curtain to prevent plumes from entering the waterway.       PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 2 ADDENDUM NO. 1 INVITATION TO BID NO. 2025-076-DF OUTFALL CLEANING AND MAINTENANCR SERVICES Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk’s Office at RafaelGranado@miamibeachfl.gov Contact: Danny Flores Telephone: 305-673-7000 ext. 26652 Email: DannyFlores@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, for Kristy Bada Chief Procurement Officer Sincerely, for ff Kristy Bada Cf Off       Invitation to Bid (ITB) 2025-076-DF Outfall Cleaning and Maintenance Services TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO BIDDERS ..................................................................................... 0200 GENERAL TERMS AND CONDITIONS ......................................................................... 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT .............................................................. APPENDICES: APPENDIX A MINIMUM REQUIREMENTS, SPECIFICATIONS, AND SPECIAL CONDITIONS APPENDIX B COST PROPOSAL FORM APPENDIX C INSURANCE REQUIREMENTS APPENDIX D MAP OF LOCATIONS       SECTION 0100 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City") as the means for prospective Bidders to submit their qualifications, proposed scopes of work, and cost proposals (the "bid") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation and are complementary to one another and together establish the complete terms, conditions, and obligations of the Bidders and, subsequently, the successful Bidders(s) (the "contractor[s]") if this ITB results in an award. The City utilizes Periscope S2G (formerly known as BidSync) (www.periscopeholdings.com or www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through Periscope S2G must register immediately with Periscope S2G to ensure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of the proposal submitted. 2. BACKGROUND/PURPOSE. On December 11, 2019, the Mayor and City Commission approved the award of Contract ITB 2019-232-AY for outfall cleaning and maintenance services. The contract had an original term of three (3) years with the City option to renew for two (2) additional one (1) year periods, currently scheduled to expire February 11, 2025. The purpose of this bid is to establish a contract, by means of sealed bids, with qualified firm(s) for outfall cleaning and maintenance services for the City of Miami Beach on an as needed basis. The outfalls to be serviced are a combination of both the City’s and State of Florida. The City estimates the annual budget for this contract to be $100,000.00. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued October 23, 2024 Pre-Bid Meeting November 4, 2024, at 11:00 am ET Microsoft Teams Need help? Join the meeting now Meeting ID: 211 587 780 170 Passcode: nkoCCb Dial in by phone Phone number: 786-636-1480 Phone conference ID: 985 952 774, then #       Deadline for Receipt of Questions November 8, 2024, at 5:00 pm ET Responses Due November 22, 2024, at 3:00 pm ET Microsoft Teams Need help? Join the meeting now Meeting ID: 231 603 300 669 Passcode: xkHAVZ Dial in by phone Phone number: 786-636-1480 Phone conference ID: 549 962 215, then # Tentative Commission Approval Authorizing Award TBD 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Danny Flores 305-673-7000, Ext. 26652 dannyflores@miamibeachfl.gov Additionally, copy the City Clerk on all communications via email at RafaelGranado@miamibeachfl.gov or via facsimile at 786-394-4188. The Bid title/number shall be referenced in all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days before the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Bidders as an addendum. 5. PRE-BID MEETING OR SITE VISIT(S). A pre-bid meeting or site visit(s) may be scheduled. Attendance for the pre-bid meeting shall be via web conference and recommended as a source of information but is not mandatory. Bidders interested in participating in the pre-bid meeting must follow these steps: Microsoft Teams Need help? Join the meeting now Meeting ID: 211 587 780 170 Passcode: nkoCCb Dial in by phone Phone number: 786-636-1480 Phone conference ID: 985 952 774, then # Bidders participating via telephone should email the contact person listed in this ITB expressing their intent to participate via telephone. 6. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City. They will be without legal effect, including any information received at the pre-submittal meeting or site visit(s). The City, through Addenda, will issue interpretations or written       addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addenda will be released through Periscope S2G. Any prospective bidder who has received this ITB by any means other than through Periscope S2G must register immediately with Periscope S2G to ensure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of the bid submittal. Written questions should be received no later than the date outlined in the Anticipated ITB Timetable section. 7. BIDDER'S RESPONSIBILITY. Before submitting a response, each Bidder shall be solely responsible for making all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, or failure to make such evaluations, investigations, and examinations, will not relieve the Bidder from any obligation to comply with every detail and with all provisions and requirements of the contract and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Bidder. 8. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations, once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager, are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientID=13097&stateID=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited, with the exception of communications with the Procurement Director or their administrative staff responsible for administering the procurement process for this solicitation, providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 9. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the City's best interest. The City Commission shall consider the City Manager's recommendation(s) and may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best Bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: x The Bidder's ability, capacity, and skill to perform the contract. x Whether the Bidder can perform the contract within the time specified, without delay or interference. x The Bidder's character, integrity, reputation, judgment, experience, and efficiency. x The quality of performance of previous contracts. x The previous and existing compliance by the Bidder with laws and ordinances relating to the contract. When the lowest bid amount is equal to or less than the amount established in Section 2-366 of the City Code for formal bids, this contract shall be awarded by the City Manager, or designee, to the lowest responsive and responsible Bidder meeting all terms, conditions, and specifications of the ITB.       10. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group, or in its entirety, beginning with the lowest, responsive, responsible Bidder (primary), followed by the second lowest, responsive, responsible Bidder (secondary), and continuing with other responsive, responsible bidders in order of the next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to comply with any contract or delivery requirement; 2) it is in the best interest of the City to do so, regardless of reason. Bidder acknowledges and agrees that this contract and the award of any work hereunder is non-exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co-primary contractor or as secondary or tertiary contractors). No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at the City's sole discretion. The Contractor shall have no entitlement to perform any services hereunder or to be compensated for any services unless set forth in a written Purchase Order. 11. E-VERIFY. As a Contractor, you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the contract and shall expressly require any subcontractors performing work or providing services pursuant to the contract to utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 12. OMITTED OR ADDITIONAL INFORMATION. Failure to include the Bid Price Form and the Bid Bond (if applicable) shall render a bid non-responsive. Non-responsive bids will not be considered. With the exception of the Bid Price Form and the Bid Bond, if applicable, the City reserves the right to seek any omitted information/documentation or any additional information from the Bidder or other source(s), including but not limited to any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Bidder to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City's request shall result in the proposal being deemed non-responsive. 13. PERISCOPE S2G (FORMERLY BIDSYNC). The Procurement Department utilizes Periscope S2G, a Supplier-to-Government electronic bidding (e-Bid) platform. If you would like to be notified of available competitive solicitations released by the City, you must register and complete your vendor qualifications through Periscope S2G, Supplier-to-Government www.bidsync.com/Miami-Beach. Registration is easy and will only take a few minutes. For detailed instructions on registering, completing vendor qualifications, and submitting electronic bids, visit https://www.miamibeachfl.gov/city-hall/procurement/for-approval-how-to- become-a-vendor/. If you have any questions regarding this system or registration, please visit the link above or contact Periscope S2G, Supplier-to-Government, at support@bidsync.com or 800.990.9339, option 1, option 1. 14. HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF-SERVICE (VSS). In addition to registering with Periscope S2G, the City encourages vendors to register with our online Vendor Self-Service web page, allowing City vendors to easily update contacts, attachments (W-9), and commodity information. The VSS webpage https://selfservice.miamibeachfl.gov/vss/Vendors/default.aspx will also provide purchase orders and payment information.       Should you have any questions, please submit them to vendorsupport@miamibeachfl.gov. 15. SUPPLIER DIVERSITY. The City has established a registry of LGBT-owned businesses, as certified by the National LGBT Chamber of Commerce (NGLCC), and small and disadvantaged businesses, as certified by Miami-Dade County. See authorizing resolutions here. If your company is certified as an LGBT-owned business by NGLCC or as a small or disadvantaged business by Miami-Dade County, click on the link below to be added to the City's supplier registry (Vendor Self-Service) and bid system (Periscope S2G, Supplier-to-Government). These are two different systems, and you must register for both. Click to see acceptable certification and to register: https://www.miamibeachfl.gov/city-hall/procurement/how- to-become-a-vendor/. 16. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the Bidder, which shall be deemed accepted upon award of the bid by the City Commission or as delegated by the City Commission. Said award shall constitute a binding Contract between the City and the awarded Bidder (s). In case of default on the part of the successful Bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. The contract shall include the solicitation, all addenda issued by the City, and the Bid Proposal submitted by the Bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1) Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of default on the part of the successful Bidder, the City may procure the items or services from other sources and hold the Bidder responsible for any excess cost occasioned or incurred thereby. 17. INDEMNIFICATION The Contractor agrees that it will indemnify and hold the Federal Government, its employees and their contractors, the State of Florida, its employees and their contractors, the County, its employees and their contractors, and the Municipality and its employees and their contractors harmless from liability to third parties for claims asserted under such contract for any work performed. Balance of Page Intentionally Left Blank       SECTION 0200 GENERAL TERMS AND CONDITIONS FORMAL SOLICITATIONS TERMS & CONDITIONS - GOODS AND SERVICES. By virtue of submitting a bid in response to this ITB, Bidder agrees to be bound by and in compliance with the Solicitation Terms and Conditions (dated 10.27.2022), incorporated herein, located at: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ FORMAL SOLICITATIONS TERMS & CONDITIONS – GRANTS AND FEDERAL REQUIREMENTS. By virtue of submitting a bid in response to this ITB, Bidder agrees to be bound by and in compliance with the Solicitation Terms and Conditions (dated 8/20/20), incorporated herein, located at: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ Balance of Page Intentionally Left Blank       SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES ONLY. Bids must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are unacceptable and will be rejected. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the deadline for bid submittals. The City will only consider the latest version of the bid. Electronic bid submissions may require the uploading of attachments. All documents should be attached as separate files per the instructions included in Section 4 below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to ensure that its bid, including all attachments, is uploaded successfully. Only bid submittals received and time stamped by Periscope S2G (formerly BidSync) prior to the bid submittal deadline shall be accepted as submitted in a timely manner. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time to submit bids and upload attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990-9339 (toll-free) or S2G@periscopeholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for bid submittals. 2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non-responsiveness. Non-responsive bids will not be considered. 1. Bid Submittal Questionnaire (submitted electronically). 2. Cost Proposal Form (Appendix B) 3. Failure to comply with the Minimum Eligibility Requirements (if applicable). 3. OMITTED OR ADDITIONAL INFORMATION. Failure to complete and submit the Bid Submittal Questionnaire (submitted electronically), the Cost Proposal, and the bid bond (if applicable) with the bid and by the deadline for submittals shall render the bid non-responsive. Non-responsive bids will not be considered. Bid Submittals received that do not include the Cost Proposal Form, completed as required, bid submittal questionnaire, or Bid Bond (if applicable) completed as required and fully executed shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3) business days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. 4. ELECTRONIC BID FORMAT. In order to maintain comparability and facilitate the review process, it is strongly recommended that bids be organized and tabbed in accordance with the tabs and sections specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic bid shall be submitted through the "Line Items" attachment tab in BidSync. BID PROPOSAL. The Bid Proposal is to include the following:       x TAB 1 – Cost Proposal Form (Appendix B). The Cost Proposal Form (Appendix B) shall be completed in its entirety. All corrections on the Cost Proposal Form shall be initialed. FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN THE BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. Balance of Page Intentionally Left Blank       APPENDIX A ________________________________________________________________________ Minimum Requirements, Specifications, and Special Conditions ________________________________________________________________________ 2025-076-DF Outfall Cleaning and Maintenance Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139       C1. Minimum Eligibility Requirements. Not used. C2. Statement of Work Required. The Contractor shall perform work which shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and for furnishing all transportation and services, including fuel, power, water, and essential communications, and for the performance of all labor, work, or other operations required. The work shall be complete, and all work, materials, and services not expressly shown which may be necessary for the complete and proper construction of the work in good faith shall be performed, furnished, and installed by the Contractor as though originally so specified or shown, at no increase in cost to the City. The work required consists of the cleaning of stormwater pipe, structure, cleaning of catch basins, cleaning of outfalls, and video inspection. The Contractor shall: x Obtain any required permitting for de-watering activities and bypass pumping that may be needed for videotaping and inspection. The contractor shall dispose of all solids removed from the drainage system in an appropriately licensed landfill. Throughout the project, a monthly log detailing the date, location, and amount of material removed from the drainage system is to be kept. This log is to be given to the City in electronic format prior to project closeout. x Comply with the City’s intent to obtain a completely clean and full video inspection or pictures of the relevant pipe and any items of labor, materials, or equipment, which may reasonably be assumed as necessary to accomplish work. x Remove all plugs from the pipes during rainfall, pending rainfall, and at the completion of each day’s work. C3. Specifications 3.1 – Routine Services (Group A). The following specifications shall be considered the minimum acceptable requirement for each item. Line Item 1 - Inspection/Report per Outfall: Inspection and reporting of each outfall. The report shall include the following for each outfall: x Percent of blockage x Length of pipe/box to be cleaned. Any cleaning in excess of 25 feet of pipe/box shall be noted x Estimate of waste material to be removed x Any damage found x Estimate cost to repair damage x Area of Mangrove Trimming that is required x Verify pipe size and pipe material x Location x Photographs/Video Line Items 2-5 - Pipe Cleaning for All Sizes: For bid line items 2-5, the vendor shall remove all dirt, barnacles and foreign materials at the outfall and up to twenty feet of pipe which is impeding the flow of storm water into the waterway. This item includes the use and placing of turbidity barriers. All outfall pipe cleaning shall include cleaning of the headwall structure 24 inches around all pipe sizes. Below is the list of diameters for       the pipe cleaning: x 0”-24” Diameter x 25”-36” Diameter x 37”-48” Diameter x 49”-72” Diameter Line Item 6 - Alluvial Fan Removal: Remove sediment build up from the outfalls. This item shall be paid in cubic yards of material removed. Line Item 7 - Hauling and Disposing: Haul away and dispose of all waste and vegetation material from the assigned outfall locations to an approved landfill site or a designated city site. This item includes all costs and incidentals associated with the hauling and disposal of the waste/vegetation material via a watertight truck. Materials removed from the outfalls shall be removed and disposed of according to all local and state regulations. All debris, materials, piping, and miscellaneous waste products from the work described in this section shall be removed from the project as soon as possible. They shall be disposed of in accordance with applicable federal, state, and local regulations. The Contractor is responsible for determining these regulations and shall bear all costs or retain any profit associated with disposal of these items. Line Item 8 - Mangrove Trimming: Trim mangroves when directed by the City. All tools used for trimming must be clean and free of oils. It is very important the tools are sharp for a clean cut. Any proposed mangrove trimming would need authorization from Miami-Dade County – DERM prior conducting the trimming. Line Items 9-10 - Box Culvert Cleaning: Remove all dirt and foreign materials at the outfall and up to twenty feet of box culvert. This item includes the use and placing of turbidity barriers. The majority of the City’s box culverts are 3’ by 5’. All box culvert outfall cleaning shall include cleaning of the headwall structure 12 inches around all pipe sizes. x Box Culvert Cleaning 0 – 23 square feet x Box Culvert Cleaning 24 – 36 square feet 3.2 - Emergency Services (Group B). On occasions, the City may request additional work which may take place during a disaster, such as a hurricane response. The City reserves the right to exercise its discretion in making the determination as to what time the contract will be activated. All work shall be completed in accordance with FEMA regulations and applicable environmental requirements. Refer to Section 0200 – General Terms and Conditions - FORMAL SOLICITATIONS TERMS & CONDITIONS – GRANTS AND FEDERAL REQUIREMENTS. 3.3. Additional Services - Repair, Replace, Install (Group C). Repairs include but are not limited to: mud work to face of seawall, sealing around discharge pipe to the waterway or replacing a section of pipe leading to seawall. City will determine what takes priority based on the inspection reports and pictures provided by the bidder. Repair work shall not be conducted without prior approval from Project Manager. 3.4 - Map of Locations. See attached Appendix D.       3.5 – Service Standards. The below listed and defined standards shall be incorporated in all applicable services provided to the City under this contract. Bid pricing provided shall be inclusive of the below: 3.5.1 - Hydraulic Uplift on Structures. The Contractor shall be completely responsible for any tanks, wet wells, pipelines, manholes, foundations, cellars, or similar structures that may become buoyant during the operations due to the ground water, floods or buoyancy of piping caused due to the placement of flowable backfills before the structure is put into caused due to the placement of flowable backfills before the structure is put into operation. Should there be any possibility of buoyancy of a pipeline or structure, the Contractor shall take the necessary steps to prevent its buoyancy. Damage to any structures due to floating or flooding shall be repaired or the structures replaced at the Contractor’s expense. 3.5.2 - Water Tightness of Structures. General: It is the intent of these specifications that all concrete work, sealing work around built-in items and penetrations be performed as required to ensure that groundwater, rainwater, wastewater, chemical solutions or other process liquids in tanks, wet wells, channels, and containers will not leak into any buildings and/or equipment rooms, pipe galleries, habitable areas, or other generally dry areas. 1. The required water tightness shall be achieved by quality concrete construction and proper sealing of all joints and penetrations. 2. Each unit shall be tested separately, and the leakage tests shall be made prior to backfilling and before equipment is installed unless otherwise approved by the City Representative. 3. The Contractor shall provide at his own expense all labor, material, temporary bulkheads, pumps, water, measuring devices, etc., necessary to perform the required test. Built-in Items and Penetrations: All pipe sleeves, built-in items and penetrations shall be sealed as detailed and as required to ensure a continuous watertight seal. 3.5.3 - Cutting and Patching. The Contractor shall perform all cutting and patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by such other work. The Contractor shall not endanger any work of other by cutting, excavating or otherwise altering their work and shall only cut or alter work with the written consent of the City Representative and of the other contractors whose work will be affected. 3.5.4 - Abandonment and Salvage of Existing Facilities. General: The scope of work requires the Contractor to interface with existing structures, and piping which will be abandoned or otherwise removed and/or relocated as part of the work. Prior to beginning any work associated with existing facilities to be abandoned, salvaged, or otherwise removed or relocated, the Contractor shall inform the City of his intent so that all arrangements can be made with the City for isolating pipelines (where possible) or otherwise removing existing facilities from service to the extent possible. The Contractor shall not proceed without written authorization from the City. The Contractor shall contact and coordinate accordingly with utility companies prior to and during the execution of the relocation, removal or abandonment of existing utility structures. Existing utility coordination is exclusively the responsibility of the Contractor. Pipelines: The CONTRACTOR shall abandon, salvage or otherwise remove existing pipelines or segments of existing pipelines shown to be abandoned in place, salvaged, or removed as part of the       contract work. Unless otherwise indicated, all piping to be abandoned shall be abandoned in place. Pipe shown to be abandoned need only be removed a minimum three feet clear of new utilities to be installed. Abandon-in-place shall be defined as installing plugs, or other permanent closure, as reviewed and accepted by the CITY, on all termination's, open ends or ends of pipe designated as being cut, capped and anchored in an acceptable manner. The pipe will remain buried unless otherwise noted. Piping that needs to be removed, or any piping to be abandoned which interferes with new structures or piping, shall be excavated and removed using methods which will not disturb adjacent piping or other facilities. All pipe materials shall be subject to salvage by the City as defined below. Any remaining piping on both ends of pipe segments removed shall be abandoned in-place, per the above definition. After piping has been removed, the Contractor shall backfill the excavated area in accordance with requirements set forth in other sections of these specifications. 3.5.5 - Rehabilitation. Certain areas of existing structures, piping, conduits, and the like will be affected by work necessary to complete modifications under this Contract. The Contractor shall be responsible to rehabilitate those areas affected by its construction activities. Where new piping is to be connected to existing piping, the existing piping shall be cut square and the ends properly prepared for the connection shown on the drawings. Any damage to the lining and coating of the existing piping shall be repaired by the Contractor. 3.5.6 - Sleeves and Openings. When requested by the Contractor, the installer of the pipes, conduit, or equipment, including those contractors or subcontractors who require openings or chases in slabs and walls for passage of ducts, mounting or equipment, etc., shall furnish all necessary information, instructions, and materials to effect accurate installation of the required openings, chases, sleeves, frames, inserts, etc. When such items are secured in position, and just prior to construction of the surrounding slab or wall, the subcontractor or contractor for whom the items are installed shall ascertain the proper number, locations, and settings thereof; and the Contractor shall schedule his operations to provide a reasonable opportunity and time interval for such inspection. Any cost resulting from correction of defective, ill-timed, or mis located work, or for subsequent work which becomes necessary because of omitted openings, chases, sleeves, frames, inserts, etc., shall be borne by the subcontractor or contractor responsible therefor. No contractor or subcontractor shall arbitrarily cut, drill, alter, damage, or otherwise endanger the work of another Contractor. In no case shall beams lintels, or other structural members be cut without the approval of the City Representative. The nature and extent of any corrective or additional work shall be subject to the approval of the City Representative following consultation with the affected parties. 3.5.7 - Requirements for Control of Work. All items of work in this Award shall be coordinated so that progress on each related work item will be continuous. The progress of the work will be review by the City monthly, and if the progress on any item of work during that week is found to be unsatisfactory, the Vendor shall be required to adjust the rate of progress on that item or other items as directed by the City. The vendor shall conduct its operations in such a manner as will result in the minimum of inconvenience to occupants of adjacent homes and business establishments and shall provide temporary access as directed or as conditions in any particular location may require.       The vendor shall restore to its previous condition as directed by the city any private property, City property, or utilities damaged by his construction. No payment shall be made to the Vendor for any required restoration of private property, City property or utilities, unless otherwise noted. 3.5.8 - Schedule. The vendor shall provide to the Inspector a schedule of his or her activities on no greater than a monthly basis. The vendor shall notify and receive approval by the City of any alterations or deviations in advance of the work being started. The schedule can be handled via email provided that it is accurate and complete. Verbal communication alone of his scheduling will not be acceptable. 3.5.9 - Restoration/Project Clean-up. The vendor shall take every precaution to avoid damage to surrounding properties. In the event that the vendor has caused such damage, he shall repair, replace, and/or make good on any and all claims to the satisfaction of the City and the claimant. Clean-up on this project is extremely important and the vendor will be responsible for keeping the work site neat and clean with debris being removed on a daily basis as the work progresses. If project cleanliness reaches an unacceptable level in the opinion of the City, the City will notify the vendor in writing. If the Vendor does not act to correct the situation within 24 hours in the case of general cleanliness, the City will call upon outside forces to provide the appropriate services. Cost of all such activities shall be charged to the vendor. All debris, trash, sediment shall be picked up, vacuumed and disposed of properly, not blown out into the waterways, rivers or estuaries. The vendor is required to minimize pollution to the maximum extent practicable. Best management practices and sediment and erosion controls should be implemented before and throughout the work to prevent pollution as per the City’s Water Quality Ordinance. 3.5.10 - Liquidated Damages. Failure to respond to a service call within the time specified may result in the successful bidder being assessed the additional cost incurred by the City (liquidated damages) for any and all cost associated with the services performed by a secondary vendor. 3.5.11 - Site Conditions. The Contractor acknowledges that he has investigated prior to bidding and satisfied himself as to the conditions affecting the Work, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, canal stages, tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, or any contiguous site, or any other information made available to him prior to receipt of bids. Any failure by the Contractor to acquaint himself with the available information will not relieve him of the responsibility for estimating properly the difficulty or cost of successfully performing the Work. The City assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available by the City. Prior to work commencement, the Contractor shall verify existing utilities and locate other potential utilities in their working area. The utility verifications consist of excavation to verify tie-in points and to locate potential conflicts that may affect the work. The Contractor shall be responsible for the coordination of this       work with the associated utility owners and permitting agencies having jurisdiction over the specific locations to be verified. 3.5.12 - Protection of Property. The Contractor shall protect all property that may be affected by his work or operations. The location and extent of underground and covered facilities are not guaranteed, and the Contractor is cautioned to proceed with care in order to prevent the undermining or damage to existing structures, piping, or facilities. The Contractor shall take all measures necessary to protect new and existing mechanical equipment from dust and debris. Al protective measures shall be furnished, installed, lighted, ventilated, maintained, and removed at the Contractor's own cost. When City water is being used, the supply source shall be protected against contamination in accordance with existing codes and regulations. In the event any of the CONTRACTOR'S activities were to disrupt or endanger any facilities, he shall at his own expense make al necessary repairs replacements necessary to correct the situation to the satisfaction of the ENGINER. Such work shall progress continuously to completion on a 24-hour per day, seven workday basis. The CONTRACTOR shall be responsible for the services of repair crews on call 24 hours per day for emergencies that arise involving work under this Contract. 3.5.13 - Weather Conditions. Work that may be affected by inclement weather shall be suspended until proper conditions prevail. In the event of impending storms, the Contractor shall take necessary precautions to protect all work, materials and equipment from exposure. The CITY reserves the right to order that additional protection measures over and beyond those proposed by the Contractor, be taken to safeguard al components of the project. The Contractor shall not claim any compensation for such precautionary measures so ordered, nor claim any compensation from the CITY for damage to the work from the elements of weather. 3.5.14 - Fire Protection. The Contractor shall take all necessary precautions to prevent fires at or adjacent to the work, including his own buildings and trailers. Adequate fire extinguisher and hose line stations shall be provided throughout the work area. 3.5.15 - Restricted Area. The vendor shall, in installing the new facilities, confine all activities within the City property, easement, and right-of-way’s indicated. Notification to private property owners must be obtained in writing if it is necessary for the vendor to enter said property. Notification shall be two (2) weeks prior to work to be done within thirty (30) days. 3.5.16 - Existing Facilities and Structures. All existing facilities shall be protected, and if damaged, shall be repaired by the vendor at no additional cost to the City. 3.5.17 - Required Notifications. Prior to any site work, the vendor shall notify Public Works Stormwater Superintendent and Public Works Control Room at (305) 673-7625. Prior to excavation at the site, the vendor shall notify the appropriate utilities and Sunshine State One-Call of Florida, Inc. (formerly U.N.C.L.E.) at 1-800-432-4770 for locations of buried utilities.       C4. Special Conditions 1. TERM OF CONTRACT. The term of the Agreement resulting from this ITB shall be for an initial term of three (3) years. 2. OPTION TO RENEW. The City, through its City Manager, will have the option to extend for one (1) two- year renewal term or two (2) one-year renewal terms at the City Manager's sole discretion. The successful Contractor shall maintain the exact terms and conditions included within the originally awarded contract for the entirety of any renewal period. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a City prerogative and not a right of the successful Contractor. 3. COST ADJUSTMENTS. On or about the anniversary of each contract year, the Contractor may request, and the city manager may approve, a cost adjustment based on documented cost increases for the following contract year. Cost adjustments should be limited to changes in the applicable Bureau of Labor Statistics index for the local region or other verifiable evidence of price increases. The Contractor's adjustment request must substantiate the requested increase. The City of Miami Beach, through its city manager, reserves the right to approve a requested adjustment or may terminate the Agreement and readvertise for bids for the goods or services. 4. LICENSE/CERTIFICATION. Awarded bidder(s) shall require employees performing work for this contract to hold and maintain the adequate license or certification necessary to successfully complete the work. Balance of Page Intentionally Left Blank       APPENDIX B ________________________________________________________________________ Cost Proposal Form ________________________________________________________________________ 2025-076-DF Outfall Cleaning and Maintenance Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139       APPENDIX B COST PROPOSAL FORM Failure to submit Appendix B, Cost Proposal Form, in its entirety by the deadline established for the receipt of bids will result in the bid submittal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal price form below represent the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications, and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix B) shall be completed in its entirety. All corrections on the Cost Proposal Form (Appendix B) shall be initialed. GROUP A – REGULAR SERVICES Item Description Est. Qty (a) U / M (b) Unit Cost (c ) Total = (a_X_c) 1 Inspection / Report per Outfall 100 Each $ $ 2 Pipe Cleaning – 0”-24” Diameter 50 Each $ $ 3 Pipe Cleaning – 25”-36” Diameter 50 Each $ $ 4 Pipe Cleaning – 37”-48” Diameter 50 Each $ $ 5 Pipe Cleaning – 49”-72” Diameter 50 Each $ $ 6 Alluvial Fan Removal 25 Cubic Yard $ $ 7 Hauling and Disposing 25 Cubic Yard $ $ 8 Mangrove Trimming 20 Cubic Yard $ $ 9 Box Culvert Cleaning – 0-23 square feet 25 Each $ $ 10 Box Culvert Cleaning – 24-36 square feet 25 Each $ $ GROUP B – EMERGENCY SERVICES Item Description Est. Qty (a) U / M (b) Unit Cost (c ) Total = (a_X_c) 11 Inspection / Report per Outfall 100 Each $ $ 12 Pipe Cleaning – 0”-24” Diameter 50 Each $ $ 13 Pipe Cleaning – 25”-36” Diameter 50 Each $ $ 14 Pipe Cleaning – 37”-48” Diameter 50 Each $ $ 15 Pipe Cleaning – 49”-72” Diameter 50 Each $ $ 16 Alluvial Fan Removal 25 Cubic Yard $ $ 17 Hauling and Disposing 25 Cubic Yard $ $ 18 Mangrove Trimming 20 Cubic yard $ $ 19 Box Culvert Cleaning – 0-23 square feet 25 Each $ $       20 Box Culvert Cleaning – 24-36 square feet 25 Each $ $ GROUP C - ADDITIONAL REPAIR, REPLACE, INSTALL Item Description Est. Qty (a) U / M (b) Unit Cost (c) Total = (a_X_c) 21 Regular - Hourly Labor Rate (weekdays) 200 Hours $ $ 22 Non-Regular - Hourly Labor Rate (weekdays after 5:00 pm, weekends, and/or Holidays) 50 Hours $ $ 23 Emergency - Hourly Labor Rate 50 Hours $ $ Item Description (A) Estimated Quantity (B) Percentage discount or mark-up (C) Cost of percentage discount or mark-up (A x B = C) State Whether the % Listed is a Discount or Mark-up (D) Net Cost If Discount Is offered ( A – C = D) Or Net Cost If Mark-up is offered ( A + C = D) 24 Administrative Discount or Mark-up for Parts and Supplies $5,000 __________% $ $ Balance of Page Intentionally Left Blank       APPENDIX C ________________________________________________________________________ Insurance Requirements ________________________________________________________________________ 2025-076-DF Outfall Cleaning and Maintenance Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139       TYPE 2 - GOODS, SERVICES & MAINTENANCE INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker’s Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. Should the Vendor be exempt from this Statute, the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt Vendor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers’ Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers’ Compensation) arising out of work or operations performed on behalf of the Vendor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Vendor’s insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers – Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage – Vendor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive       the Vendor’s obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: City of Miami Beach c/o Exigis Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Balance of Page Intentionally Left Blank       APPENDIX D ________________________________________________________________________ Map of Locations ________________________________________________________________________ 2025-076-DF Outfall Cleaning and Maintenance Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139             ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO ITB                                                                               APPENDIX B COST PROPOSAL FORM Failure to submit Appendix B, Cost Proposal Form, in its entirety by the deadline established for the receipt of bids will result in the bid submittal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal price form below represent the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications, and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix B) shall be completed in its entirety. All corrections on the Cost Proposal Form (Appendix B) shall be initialed. GROUP A – REGULAR SERVICES Item Description Est. Qty (a) U / M (b) Unit Cost (c ) Total = (a_X_c) 1 Inspection / Report per Outfall 100 Each $ $ 2 Pipe Cleaning – 0”-24” Diameter 50 Each $ $ 3 Pipe Cleaning – 25”-36” Diameter 50 Each $ $ 4 Pipe Cleaning – 37”-48” Diameter 50 Each $ $ 5 Pipe Cleaning – 49”-72” Diameter 50 Each $ $ 6 Alluvial Fan Removal 25 Cubic Yard $ $ 7 Hauling and Disposing 25 Cubic Yard $ $ 8 Mangrove Trimming 20 Cubic Yard $ $ 9 Box Culvert Cleaning – 0-23 square feet 25 Each $ $ 10 Box Culvert Cleaning – 24-36 square feet 25 Each $ $ GROUP B – EMERGENCY SERVICES Item Description Est. Qty (a) U / M (b) Unit Cost (c ) Total = (a_X_c) 11 Inspection / Report per Outfall 100 Each $ $ 12 Pipe Cleaning – 0”-24” Diameter 50 Each $ $ 13 Pipe Cleaning – 25”-36” Diameter 50 Each $ $ 14 Pipe Cleaning – 37”-48” Diameter 50 Each $ $ 15 Pipe Cleaning – 49”-72” Diameter 50 Each $ $ 16 Alluvial Fan Removal 25 Cubic Yard $ $ 17 Hauling and Disposing 25 Cubic Yard $ $ 18 Mangrove Trimming 20 Cubic yard $ $ 19 Box Culvert Cleaning – 0-23 square feet 25 Each $ $ %LG')&LW\RI0LDPL%HDFK 30 S 1,000.00 200.00 200.00 200.00 200.00 1.00 900.00 100.00 1,300.00 1,300.00 100,000.00 10,000.00 10,000.00 10,000.00 10,000.00 25.00 22,500.00 2,000.00 32,500.00 32,500.00 1,000.00 200.00 200.00 200.00 200.00 1.00 900.00 100.00 1,300.00 100,000.00 10,000.00 10,000.00 10,000.00 10,000.00 25.00 22,500.00 2,000.00 32,500.00       20 Box Culvert Cleaning – 24-36 square feet 25 Each $ $ GROUP C - ADDITIONAL REPAIR, REPLACE, INSTALL Item Description Est. Qty (a) U / M (b) Unit Cost (c) Total = (a_X_c) 21 Regular - Hourly Labor Rate (weekdays) 200 Hours $ $ 22 Non-Regular - Hourly Labor Rate (weekdays after 5:00 pm, weekends, and/or Holidays) 50 Hours $ $ 23 Emergency - Hourly Labor Rate 50 Hours $ $ Item Description (A) Estimated Quantity (B) Percentage discount or mark-up (C) Cost of percentage discount or mark-up (A x B = C) State Whether the % Listed is a Discount or Mark-up (D) Net Cost If Discount Is offered ( A – C = D) Or Net Cost If Mark-up is offered ( A + C = D) 24 Administrative Discount or Mark-up for Parts and Supplies $5,000 __________% $ $ Balance of Page Intentionally Left Blank %LG')&LW\RI0LDPL%HDFK 30 S 1,300.00 32,500.00 150.00 150.00 30,000.00 7,500.00 165.00 8,250.00 8 $400.00 5,400.00Mark-up       Supplier Response Form 12/4/24, 6:06 PM DPX Form https://www.bidsync.com/DPXViewer/BID_SUBMITTAL_QUESTIONNAIRE_WITH_LIVING_WAGE_AND_EQUAL_BEN._--_FINAL_10.27.2022_969…1/12       ATTACHMENT D INSURANCE REQUIREMENTS       TYPE 2 - GOODS, SERVICES & MAINTENANCE INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker’s Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. Should the Vendor be exempt from this Statute, the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt Vendor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers’ Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers’ Compensation) arising out of work or operations performed on behalf of the Vendor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Vendor’s insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers – Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage – Vendor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive       the Vendor’s obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: City of Miami Beach c/o Exigis Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Balance of Page Intentionally Left Blank       Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0465 Agenda Date: 6/18/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.13 SUBJECT/RECOMMENDATION: Authorize a purchase order for Wastequip Manufacturing Company LLC of Charlotte, NC for the purchase of roll-off containers, compactors, and compactor parts in a not-to-exceed amount of $420,000.00 for term June 3, 2025 through June 2, 2026, pursuant to Clearwater Code of Ordinance Section 2.563 (1)(c) Piggyback purchasing, and authorize the appropriate officials to execute same. SUMMARY: The City of Clearwater’s Solid Waste/Recycling Department provides collection service for putrescible garbage, construction and demolition debris, and recyclables from commercial customers. Large amounts of debris may be transported in roll-off containers and compactors by city collection vehicles to state-permitted disposal facilities. The standardization of Wastequip compactors expedites repairs and maintenance, eliminates excessive equipment downtime, as well as reduces the inventory volume of parts and supplies to be maintained by staff. Authorization is requested to piggyback off Sourcewell#040621-WQI contract extension signed through June 2, 2026, Bulk Solid Waste and Recycling Equipment, which will allow Solid Waste to purchase new, replacement equipment, and repair parts for compactors and roll-off containers. During the current fiscal year, 2025, $381,468.69 has been spent with Wastequip Manufacturing Company for purchase of roll-off containers, compactors and compactor parts. APPROPRIATION CODE AND AMOUNT: Funding for the current year’s portion of this purchase order are available in Solid Waste cost code 4242083-564500, Commercial Refuse Compactors, and 4242089-552510, Roll-off Refuse Containers. Funding for future years will be requested as part of the annual budget process. Solid Waste operating costs are funded by revenues from the Solid Waste and Recycling Utility Enterprise Fund. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: This item falls under objectives of 1.2 (maintain public infrastructure) and 1.3 (adopt responsive levels of service) within High Performing Government and objective 4.2 (waste reduction practices) within Environmental Stewardship. Page 1 City of Clearwater Printed on 6/17/2025 Rev. 7/2022 1 CONTRACT EXTENSION Contract Number: Sourcewell and 202 12th Street Northeast P.O. Box 219 Staples, MN 56479 (Sourcewell) (Vendor) have entered into Contract Number: 110719- for the procurement of: The Contract has an expiration date of Decemb r, but the parties may extend the Contract by mutual consent. Sourcewell and Vendor acknowledge that extending the Contract benefits the Vendor, Sourcewell and Sourcewell’s Members. Vendor and Sourcewell agree to extend the Contract listed above for an additional period, with a new Contract expiration date of Dece mber ,. All other terms and conditions of the Contract remain in full force and effect. Sourcewell ________________________________ Authorized Signature ________________________________ Name ________________________________ Title ________________________________ Date ________________________________ Authorized Signature ________________________________ Name ________________________________ Title ________________________________ Date         5:54403833 3739540 5358039035 '!%& * #'" & 7.63.5358/:-68  5359039035 $*)$&+ 3739540 $!&&, !$&$!   "$&  $!'$ & $ 9858 !$$%! (&633 %&#'" $&!$! ' "% 8.4.5358/:-34  '$'$ 040621-WQI Rev. 10/2020 1 Solicitation Number: RFP #040621 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Wastequip Manufacturing Company LLC, 6525 Morrison Blvd., Suite 300, Charlotte, NC 28211 (Vendor). Sourcewell is a State of Minnesota local government agency and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Bulk Solid Waste and Recycling Equipment from which Vendor was awarded a contract. Vendor desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires June 2, 2025, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended up to one additional one-year period upon request of Sourcewell and with written agreement by Vendor. C. SURVIVAL OF TERMS. Articles 11 through 14 survive the expiration or cancellation of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Vendor’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract.         040621-WQI Rev. 10/2020 2 All Equipment and Products provided under this Contract must be new/current model. Vendor may offer close-out or refurbished Equipment or Products if they are clearly indicated in Vendor’s product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity’s site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Vendor warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Vendor warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Vendor’s dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that is effective past the expiration of the Vendor’s warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will make available to Sourcewell a means to validate or authenticate Vendor’s affiliates, authorized dealers, distributors, and/or resellers relative to the Equipment, Products, and Services related to this Contract. This list may be updated from time-to-time and is incorporated into this Contract by reference. It is the Vendor’s responsibility to ensure Sourcewell receives the most current version of this list. 3. PRICING All Equipment, Products, or Services under this Contract will be priced as stated in Vendor’s Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity’s requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Vendor must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable         040621-WQI Rev. 10/2020 3 time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. Vendor must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Vendor in breach of this Contract if the Vendor intentionally delivers substandard or inferior Equipment or Products. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Vendor as soon as possible and the Vendor will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Vendor may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Vendor determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Vendor may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Contract Administrator. This form is available from the assigned Sourcewell Contract Administrator. At a minimum, the request must: x Identify the applicable Sourcewell contract number; x Clearly specify the requested change; x Provide sufficient detail to justify the requested change; x Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and x Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing         040621-WQI Rev. 10/2020 4 restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Request Form will become an amendment to this Contract and be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity’s authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Vendor understands that a Participating Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Vendor’s employees may be required to perform work at government- owned facilities, including schools. Vendor’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Vendor that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Vendor. Typically, a Participating Entity will issue an order directly to Vendor. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration of this Contract; however, Vendor performance, Participating Entity payment, and any applicable warranty periods or other Vendor or Participating Entity obligations may extend beyond the term of this Contract.         040621-WQI Rev. 10/2020 5 Vendor’s acceptable forms of payment are included in Attachment A. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Vendor, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entitles may require the use of a Participating Addendum; the terms of which will be worked out directly between the Participating Entity and the Vendor. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements (such as e-commerce specifications, specialized delivery requirements, or other specifications and requirements) not addressed in this Contract, the Participating Entity and the Vendor may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Vendor in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the goods to be purchased; 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity’s requirements; or 3. Vendor commits any material breach of this Contract or the additional terms agreed to between the Vendor and a Participating Entity. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity’s order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Vendor will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: x Maintenance and management of this Contract; x Timely response to all Sourcewell and Participating Entity inquiries; and x Business reviews to Sourcewell and Participating Entities, if applicable.         040621-WQI Rev. 10/2020 6 B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract sales activity report (Report) to the Sourcewell Contract Administrator assigned to this Contract. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made). The Report must contain the following fields: x Customer Name (e.g., City of Staples Highway Department); x Customer Physical Street Address; x Customer City; x Customer State/Province; x Customer Zip Code; x Customer Contact Name; x Customer Contact Email Address; x Customer Contact Telephone Number; x Sourcewell Assigned Entity/Participating Entity Number; x Item Purchased Description; x Item Purchased Price; x Sourcewell Administrative Fee Applied; and x Date Purchase was invoiced/sale was recognized as revenue by Vendor. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Vendor may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Vendor will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Vendor’s name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above “Attn: Accounts Receivable” or remitted electronically to Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter.         040621-WQI Rev. 10/2020 7 Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Vendor in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract’s expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Vendor’s Authorized Representative is the person named in the Vendor’s Proposal. If Vendor’s Authorized Representative changes at any time during this Contract, Vendor must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant this Agreement are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or obligations under this Contract without the prior consent of the parties and a fully executed assignment agreement. Such consent will not be unreasonably withheld. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been fully executed by the parties. D. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not waive the provision or the right to enforce it. E. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between Sourcewell and Vendor. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their         040621-WQI Rev. 10/2020 8 respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master-servant, or principal-agent. 11. LIABILITY Vendor must indemnify, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys’ fees, arising out of the performance of this Contract by the Vendor or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. In no event will Vendor be liable for any loss of use, revenue, or profit, or for any consequential, incidental, indirect, or exemplary damages, whether arising out of breach of contract, tort (including negligence), or otherwise, regardless of whether such damage was foreseeable and whether or not the indemnitee was advised of the possibility of such damages. 12. GOVERNMENT DATA PRACTICES Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Vendor under this Contract. If the Vendor receives a request to release the data referred to in this article, the Vendor must immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond to the request. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Vendor a royalty-free, worldwide, non-exclusive right and license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell’s relationship with Vendor. b. Vendor grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Vendor’s Trademarks in advertising and promotional materials for the purpose of marketing Vendor’s relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to its and their respective distributors, marketing representatives, and agents (collectively “Permitted Sublicensees”) in advertising and promotional materials for the purpose of marketing the Parties’ relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article.         040621-WQI Rev. 10/2020 9 Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Sourcewell must not alter Vendor’s Trademarks from the form provided by Vendor and must comply with Vendor’s removal requests as to specific uses of its trademarks or logos. b. Vendor must not alter Sourcewell’s Trademarks from the form provided by Sourcewell and must comply with Sourcewell’s removal requests as to specific uses of its trademarks or logos. c. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party’s Trademarks only in good faith and in a dignified manner consistent with such party’s use of the Trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. As applicable, Vendor agrees to indemnify and hold harmless Sourcewell and its Participating Entities against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell or Participating Entities by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Vendor in violation of applicable patent or copyright laws. 5. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed catalog of vendors which may be used until the next printing). Vendor must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell’s written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Vendor individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator assigned to this Contract. D. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment, Products, or Services.         040621-WQI Rev. 10/2020 10 14. GOVERNING LAW, JURISDICTION, AND VENUE Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party’s reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found to be illegal, unenforceable, or void then both Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the remainder of this Contract is capable of performance, it will not be affected by such declaration or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Vendor will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Vendor may escalate the resolution of the issue to a higher level of management. The Vendor will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Vendor must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Vendor fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed will be borne by the Vendor. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract.         040621-WQI Rev. 10/2020 11 Written notice of default and a reasonable opportunity to cure must be issued by the party claiming default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may: x Exercise any remedy provided by law or equity, or x Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Vendor must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers’ Compensation and Employer’s Liability. Workers’ Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Vendor will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office (“ISO”) Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for Products-Completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Vendor will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms no less         040621-WQI Rev. 10/2020 12 broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Vendor will maintain umbrella coverage over Workers’ Compensation, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Network Security and Privacy Liability Insurance. During the term of this Contract, Vendor will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Vendor’s security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data – including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Vendor to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Vendor must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Contract Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Vendor to provide certificates of insurance, in no way limits or relieves Vendor of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Vendor’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Vendor, and products and completed operations of Vendor. The policy provision(s) or endorsement(s) must further provide that coverage is         040621-WQI Rev. 10/2020 13 primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Vendor waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Vendor or its subcontractors. The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Vendor or its subcontractors. Where permitted by law, Vendor must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Vendor must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Vendor conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Vendor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in writing. Vendor certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Vendor further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time.         040621-WQI Rev. 10/2020 14 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may also require additional requirements based on specific funding specifications. Within this Article, all references to “federal” should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Vendor’s Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 C.F.R. §, 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 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated herein by reference. B. 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 C.F.R. § 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 C.F.R. § 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. Vendor must be in compliance with all applicable Davis-Bacon Act provisions.         040621-WQI Rev. 10/2020 15 C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Vendor certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award meets the definition of “funding agreement” under 37 C.F.R. § 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 C.F.R. § 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 certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Vendor must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names         040621-WQI Rev. 10/2020 16 of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Vendors must file any required certifications. Vendors must not have 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. Vendors must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Vendors must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Vendor must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Vendor must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Vendor agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Vendor that are directly pertinent to Vendor’s discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Vendor’s personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). 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         040621-WQI Rev. 10/2020 17 and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 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. 22. CANCELLATION Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon 60 days’ written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Vendor’s Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell Wastequip Manufacturing Company LLC By: __________________________ By: __________________________ Jeremy Schwartz John Defenbaugh Title: Chief Procurement Officer Title: President-Commercial Date: ________________________ Date: ________________________ Approved: By: __________________________ Chad Coauette Title: Executive Director/CEO Date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id Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC         6SHFLILFDWLRQV 7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV *HQHUDO,QVWUXFWLRQV DSSOLHVWRDOO7DEOHV 6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ'RQRWPHUHO\DWWDFK DGGLWLRQDOGRFXPHQWVWR\RXUUHVSRQVHZLWKRXWDOVRSURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNUHVSRQG³1$´LIWKH TXHVWLRQGRHVQRWDSSO\WR\RX SUHIHUDEO\ZLWKDQH[SODQDWLRQ   /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URSRVHUௐ/HJDOௐ1DPHௐ DQGௐ DSSOLFDEOHௐGEDௐLIௐDQ\  :DVWHTXLSௐ//&  3URSRVHUௐ$GGUHVV ௐ0RUULVRQௐ%OYGௐ6WHௐ &KDUORWWHௐ1&ௐ  3URSRVHUௐZHEVLWHௐDGGUHVVZZZZDVWHTXLSFRP   3URSRVHU Vௐ$XWKRUL]HGௐ 5HSUHVHQWDWLYHௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH ௐ 7KHௐUHSUHVHQWDWLYHௐPXVWௐKDYHௐ DXWKRULW\ௐWRௐVLJQௐWKHௐ³3URSRVHU¶Vௐ $VVXUDQFHௐRIௐ&RPSOLDQFH´ௐRQௐ EHKDOIௐRIௐWKHௐ3URSRVHUௐDQGௐLQௐWKHௐ HYHQWௐRIௐDZDUGௐZLOOௐEHௐH[SHFWHGௐௐ WRௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFW  -RKQௐ'HIHQEDXJKௐ3UHVLGHQWௐ&RPPHUFLDO ௐ0RUULVRQௐ%OYGௐ6WHௐ&KDUORWWHௐ1&ௐ -'HIHQEDXJK#ZDVWHTXLSFRP   3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐ SURSRVDOௐ QDPHௐWLWOHௐDGGUHVVௐ HPDLOௐDGGUHVVௐ ௐSKRQH  0DU\Dௐ-HQNLQVௐ%LG&RQWUDFWௐ6SHFLDOLVW ௐ0HDFKDPௐ5RDG 6WDWHVYLOOHௐ1&ௐ 0-HQNLQV#ZDVWHTXLSFRP ௐ([Wௐ   3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐ SURSRVDOௐLIௐDQ\ௐ QDPHௐWLWOHௐ DGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH  1RQH 7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐLQFOXGLQJௐ\RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐ EXVLQHVVௐSKLORVRSK\ௐDQGௐLQGXVWU\ௐORQJHYLW\ௐ UHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐSURGXFWVௐ RUௐVHUYLFHV 3ULYDWHO\ௐKHOGௐ:DVWHTXLSௐLVௐWKHௐOHDGLQJௐ1RUWKௐ$PHULFDQௐPDQXIDFWXUHUௐRIௐZDVWHௐKDQGOLQJௐHTXLSPHQWௐ+HDGTXDUWHUHGௐLQௐ&KDUORWWHௐ1RUWKௐ&DUROLQDௐZLWKௐPDQXIDFWXULQJௐ DQGௐVHUYLFHௐIDFLOLWLHVௐWKURXJKRXWௐ1RUWKௐ$PHULFDௐWKHௐFRPSDQ\ௐKDVௐRYHUௐௐ HPSOR\HHVௐDFURVVௐ1RUWKௐ$PHULFD :LWKௐORFDWLRQVௐWKURXJKRXWௐWKHௐ8QLWHGௐ6WDWHVௐZHௐVHUYHௐRXUௐFXVWRPHUௐEDVHௐRQௐDௐORFDOௐ OHYHOௐZKLOHௐGHOLYHULQJௐHFRQRPLHVௐRIௐVFDOHௐWKDWௐVPDOOHUௐPDQXIDFWXUHUVௐFDQQRWௐDFKLHYHௐ 6LQFHௐPDQ\ௐRIௐRXUௐEUDQGௐFRPSDQLHVௐVHUYHௐVHFWRUVௐLQௐZKLFKௐLWௐFDQௐEHௐGLIILFXOWௐDQGௐ FRVWO\ௐWRௐVKLSௐSURGXFWVௐIURPௐUHPRWHௐORFDWLRQVௐWKLVௐJLYHVௐXVௐDௐGLVWLQFWௐDGYDQWDJHௐRYHUௐFRPSHWLWRUVௐZLWKௐDௐVPDOOHUௐIRRWSULQW :DVWHTXLSௐZDVௐFUHDWHGௐWRௐFRQVROLGDWHௐWKHௐKLJKO\ௐIUDJPHQWHGௐDQGௐUHJLRQDOL]HGௐZDVWHௐ HTXLSPHQWௐPDQXIDFWXULQJௐVHFWRUௐ2XUௐYLVLRQௐZDVௐWRௐSURYLGHௐWKHௐODUJHௐDQGௐJURZLQJௐ EDVHௐRIௐQDWLRQDOௐKDXOHUVௐZLWKௐDௐVLQJOHௐVRXUFHௐIRUௐWKHLUௐZDVWHௐKDXOLQJௐQHHGVௐLQFOXGLQJௐVWDQGDUGL]HGௐHTXLSPHQWௐKLJKO\ௐGXUDEOHௐSURGXFWVௐLQYHQWRU\ௐDYDLODELOLW\ௐIDVWHUௐGHOLYHU\ௐ DQGௐRXWVWDQGLQJௐFXVWRPHUௐVHUYLFH :DVWHTXLSௐHVWDEOLVKHGௐDQௐH[WHQVLYHௐ1RUWKௐ$PHULFDQௐPDQXIDFWXULQJௐDQGௐVHUYLFHௐIRRWSULQWௐ2YHUௐWKHௐFRXUVHௐRIௐWKUHHௐGHFDGHVௐ:DVWHTXLSௐVWUDWHJLFDOO\ௐSXUFKDVHGௐWKHௐ WRSௐFRPSDQLHVௐDQGௐEHVWௐEUDQGVௐ²ௐIURPௐUHIXVHௐWUXFNVௐWRௐKRLVWVௐFDUWVௐDQGௐWDUSLQJௐ V\VWHPVௐ²ௐDQGௐXQLWHGௐWKHPௐXQGHUௐWKHௐ:DVWHTXLSௐQDPH  Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC          :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐ HYHQWௐRIௐDQௐDZDUG" $VௐDௐSRVVLEOHௐLQFXPEHQWௐDZDUGHHௐ:DVWHTXLSௐH[SHFWVௐWR ௐௐ&RQWLQXHௐWRௐLQFUHDVHௐDZDUHQHVVௐLQௐWKHௐPDUNHWSODFHௐUHJDUGLQJௐRXUௐ6RXUFHZHOOௐ FRQWUDFWௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐE\ௐRIIHULQJௐWRWDOௐSURGXFWௐSXUFKDVHௐVROXWLRQVௐXVLQJௐ RXUௐ6RXUFHZHOOௐFRQWUDFWௐDQGௐWHDPLQJௐZLWKௐRWKHUௐ$ZDUGHGௐ6RXUFHZHOOௐ9HQGRUV ௐ&RQWLQXHௐWRௐSURPRWHௐ6RXUFHZHOOௐZLWKLQௐRXUௐH[LVWLQJௐFXVWRPHUௐEDVHௐDQGௐH[SDQGௐ WKLVௐRIIHULQJௐWRௐQHZO\ௐDFTXLUHGௐGLYLVLRQVௐZLWKLQௐ:DVWHTXLS ௐ&RQWLQXHௐWRௐLPSURYHௐXSRQௐRXUௐGHDOHUௐQHWZRUNVௐXQGHUVWDQGLQJௐRIௐ6RXUFHZHOOௐDQGௐKRZௐWRௐXWLOL]HௐRXUௐ6RXUFHZHOOௐFRQWUDFWௐWRௐJDLQௐWKHௐFRPSHWLWLYHௐDGYDQWDJHௐௐ ௐ&RQWLQXHௐUHYHQXHௐJURZWKௐE\ௐFRQWLQXLQJௐWRௐJDLQௐPDUNHWௐVKDUH   'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐ VWDELOLW\ௐZLWKௐPHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐ LQFOXGHௐVXFKௐLWHPVௐDVௐILQDQFLDOௐVWDWHPHQWVௐ 6(&ௐILOLQJVௐFUHGLWௐDQGௐERQGௐUDWLQJVௐOHWWHUVௐ RIௐFUHGLWௐDQGௐGHWDLOHGௐUHIHUHQFHௐOHWWHUVௐ 8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐ DVௐDSSOLFDEOH ௐ LQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH 3OHDVHௐVHHௐWKHௐDWWDFKPHQWௐODEHOHGௐௐ5)3ௐௐ:DVWHTXLSௐ4ௐ)LQDQFLDOௐ 6WUHQJWKௐDQGௐ6WDELOLW\ 7KLVௐDWWDFKPHQWௐLQFOXGHVௐRXUௐௐXQDXGLWHGௐILQDQFLDOVௐDQGௐFXUUHQWௐERQGௐUDWLQJௐOHWWHU   :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐ VROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ" :KLOHௐ:DVWHTXLS VௐH[DFWௐPDUNHWௐVKDUHௐLQIRUPDWLRQௐLVௐFRPSDQ\ௐFRQILGHQWLDOௐDQGௐ FULWLFDOௐWRௐRXUௐVWUDWHJ\ௐIRUௐVXFFHVVௐZHௐFDQௐVKDUHௐPRUHௐDERXWௐRXUௐPDUNHWௐSRVLWLRQௐௐ %DVHGௐRQௐRXUௐLQWHUQDOௐHVWLPDWHVௐZHௐGHWHUPLQHGௐWKDWௐPRVWௐRIௐ:DVWHTXLS¶VௐEXVLQHVVௐ XQLWVௐHQMR\ௐDௐQXPEHUௐRQHௐRUௐQXPEHUௐWZRௐSRVLWLRQௐLQௐWKHௐPDUNHWSODFHௐLQFOXGLQJௐRXUௐ 6WHHOௐ*URXSௐDQGௐ*DOEUHDWKௐ0RELOHௐ*URXS   :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐ VROXWLRQVௐWKDWௐ\RXௐDUHௐSURSRVLQJ" 0RVWௐRIௐRXUௐGLYLVLRQVௐGRௐDௐYHU\ௐVPDOOௐDPRXQWௐRIௐEXVLQHVVௐLQௐ&DQDGDௐWKHUHIRUHௐZHௐ GRௐQRWௐWUDFNௐRXUௐ&DQDGLDQௐPDUNHWௐVKDUH  +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐ EDQNUXSWF\ௐSURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO 1R   +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐ LWௐDௐPDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐRUௐDௐVHUYLFHௐSURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐ TXHVWLRQௐ HLWKHUௐD ௐRUௐE ௐMXVWௐEHORZ ௐEHVWௐ DSSOLHVௐWRௐ\RXUௐRUJDQL]DWLRQ D ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐVLPLODUௐHQWLW\ ௐ SURYLGHௐ\RXUௐZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐ RIௐWKHௐSURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,IௐDSSOLFDEOHௐLVௐ\RXUௐGHDOHUௐQHWZRUNௐ LQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG" E ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐ DௐPDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ\RXUௐUHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐVHUYLFHௐ IRUFHௐDQGௐZLWKௐ\RXUௐGHDOHUௐQHWZRUNௐLQௐ GHOLYHULQJௐWKHௐSURGXFWVௐDQGௐVHUYLFHVௐ SURSRVHGௐLQௐWKLVௐ5)3ௐ$UHௐWKHVHௐLQGLYLGXDOVௐ \RXUௐHPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐ SDUW\" E ௐௐ:DVWHTXLSௐLVௐEHVWௐGHVFULEHGௐDVௐDௐPDQXIDFWXUHU   ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐ RXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐ DUHௐERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐ KHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐ LQFOXGLQJௐWKLUGௐSDUWLHVௐDQGௐVXEFRQWUDFWRUVௐWKDWௐ\RXௐXVH ௐLQௐ SXUVXLWௐRIௐWKHௐEXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ 5)3 :DVWHTXLSௐKDVௐDOOௐUHTXLVLWHௐSHUPLWVௐDQGௐOLFHQVHVௐWRௐRSHUDWHௐLQௐHDFKௐORFDOௐIDFLOLW\ௐ DQGௐVHUYLFHௐDUHDௐ:KLOHௐWKHUHௐDUHௐQRௐSDUWLFXODUௐQDWLRQDOௐOLFHQVHVௐRUௐFHUWLILFDWLRQVௐ UHTXLUHGௐWRௐEHௐKHOGௐLQௐRXUௐLQGXVWU\ௐ:DVWHTXLSௐKDVௐLPSOHPHQWHGௐ48$/,7<ௐ $6685$1&(ௐ352*5$0ௐEXLOWௐRQௐWKHௐVDPHௐVWUXFWXUHௐDVௐ,62ௐ7KHௐSXUSRVHௐRIௐRXUௐ.DQEDQௐLPSOHPHQWDWLRQௐLVௐWRௐSURGXFHௐH[DFWO\ௐZKDWௐWKHௐ FXVWRPHUௐZDQWVௐZKHQௐWKHௐFXVWRPHUௐZDQWVௐDQGௐLQௐWKHௐTXDQWLW\ௐWKHௐFXVWRPHUௐZDQWV ௐௐ2XUௐ:36ௐV\VWHPௐLVௐDௐௐVWHSௐSURFHVVௐIRUௐRUJDQL]LQJௐRXUௐZRUNSODFHௐௐ7KLVௐ RUJDQL]DWLRQௐHVWDEOLVKHVௐDௐZRUNSODFHௐVWDQGDUGQRUPDOௐFRQGLWLRQௐௐ,WௐFUHDWHVௐDௐ VWDQGDUGL]HGௐVDIHௐDQGௐEHWWHUௐZRUNLQJௐHQYLURQPHQWௐ,WௐHQDEOHVௐXVௐWRௐZRUNௐPRUHௐ HIIHFWLYHO\ௐௐ,WௐHQFRXUDJHVௐRZQHUVKLSௐDQGௐWHDPZRUNௐDQGௐFUHDWHVௐYLVXDOௐPDQDJHPHQWௐ WRROௐE\ௐHQDEOLQJௐTXLFNௐUHFRJQLWLRQௐRIௐDEQRUPDOLWLHVௐLQௐRUGHUௐWRௐWDNHௐDFWLRQVௐWRௐUHWXUQௐ RUௐLPSURYHௐWKHௐVWDQGDUG ௐ:DVWHTXLSௐRSHUDWHVௐIDFLOLWLHVௐWKDWௐDUHௐ26+$ௐFRPSOLDQWௐௐௐ:DVWHTXLSௐSURGXFWVௐRIIHUௐIXOOௐFRPSOLDQFHௐZLWKௐWKHௐIROORZLQJௐ$PHULFDQௐ1DWLRQDOௐ 6WDQGDUGVௐ,QVWLWXWHௐ $16, ௐ6WDQGDUGVௐWRௐHQVXUHௐFRQVLVWHQWௐTXDOLW\ $16,ௐ=ௐ±ௐௐ:DVWHௐ&RQWDLQHUV6DIHW\ௐ5HTXLUHPHQWVௐDQGௐ=ௐ :DVWHௐ&RQWDLQHUV&RPSDWLELOLW\ௐ'LPHQVLRQV$16,ௐ=ௐ6WDWLRQDU\ௐ&RPSDFWRUVௐDQGௐ=ௐ%DOLQJௐ(TXLSPHQW $16,ௐ=ௐ0RELOHௐ:DVWHVௐDQGௐ5HF\FODEOHௐ0DWHULDOVௐ&ROOHFWLRQ :DVWHTXLSௐHPSOR\HHVௐIURPௐVHYHUDOௐGLYLVLRQVௐKDYHௐRUௐDUHௐFXUUHQWO\ௐVHUYLQJௐRQௐ 1DWLRQDOௐ:DVWHௐDQGௐ5HF\FOLQJௐ$VVRFLDWLRQௐFRPPLWWHHVௐRUௐVXEFRPPLWWHHV   3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐ LQIRUPDWLRQௐWKDWௐKDVௐDSSOLHGௐWRௐ\RXUௐRUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ\HDUV 1RQH  Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC         7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐ UHFRJQLWLRQௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐ LQௐWKHௐSDVWௐILYHௐ\HDUV ௐௐ1LFNௐ:LVHPDQௐ:DVWHTXLS¶Vௐ&+52ௐZDVௐUHFRJQL]HGௐE\ௐWKHௐ+52ௐ7RGD\ௐ $VVRFLDWLRQௐDVௐDௐௐ)LQDOLVWௐIRUௐWKHௐ(QJDJHPHQWௐ6WUDWHJ\ௐ([FHOOHQFHௐ$ZDUGVௐIRUௐ WKHௐ1RUWKௐ$PHULFDௐ5HJLRQௐௐ:DVWHTXLSௐZDVௐUHFRJQL]HGௐE\ௐ&KDUORWWHௐ0DJD]LQHௐDVௐWKHௐ%HVWௐ&RPSDQ\ௐWRௐ :RUNௐ)RU ௐௐ.ULVWLQௐ.LQGHUௐ:DVWHTXLS¶Vௐ93ௐRIௐ5HVHDUFKௐDQGௐ:DVWHௐ6WUHDPௐ 6XVWDLQDELOLW\ௐZDVௐUHFRJQL]HGௐE\ௐ:DVWHௐIRUௐௐ8QGHUௐௐௐ+HQU\ௐ5HWDPDOௐ:DVWHTXLS¶Vௐ3UHVLGHQWௐRIௐ2SHUDWLRQVௐZDVௐUHFRJQL]HGௐE\ௐ :DVWHௐIRUௐௐ8QGHUௐ ௐௐ6WHYHௐ.OXHJௐ:DVWHTXLS¶Vௐ&)2ௐZDVௐUHFRJQL]HGௐE\ௐWKHௐ&KDUORWWHௐ%XVLQHVVௐ -RXUQDOௐDVௐ&)2ௐRIௐWKHௐ<HDU ௐௐ5LFKௐ6HGRU\ௐ:DVWHTXLS¶Vௐ*HQHUDOௐ&RXQFLOௐZDVௐUHFRJQL]HGௐE\ௐWKHௐ&KDUORWWHௐ %XVLQHVVௐ-RXUQDOௐDVௐ2XWVWDQGLQJௐ*HQHUDOௐ&RXQVHOௐRIௐWKHௐ<HDU ௐௐ:DVWHTXLSௐZDVௐUHFRJQL]HGௐE\ௐWKHௐ&KDUORWWHௐ%XVLQHVVௐ-RXUQDOௐDVௐWKHௐ0LGGOHௐ 0DUNHWௐ/HDGHUௐRIௐWKHௐ<HDU   :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ JRYHUQPHQWDOௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV )RUௐWKHௐSURGXFWௐOLQHௐEHLQJௐRIIHUHGௐLQௐWKLVௐ5)3ௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUVௐDSSUR[ௐ ௐRIௐRXUௐWRWDOௐVDOHVௐZHUHௐWRௐWKHௐJRYHUQPHQWௐVHFWRU  :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ HGXFDWLRQௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV )RUௐWKHௐSURGXFWௐOLQHௐEHLQJௐRIIHUHGௐLQௐWKLVௐ5)3ௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUVௐDSSUR[ௐ ௐRIௐRXUௐWRWDOௐVDOHVௐZHUHௐWRௐWKHௐHGXFDWLRQௐVHFWRU  /LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐ SXUFKDVLQJௐFRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐ FRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" 6RXUFHZHOOௐ1DWLRQDOௐ&R2SHUDWLYHௐ&RQWUDFWௐௐ0ௐௐ0ௐௐ0 +RXVWRQௐ*DOYHVWRQௐ$UHDௐ&RXQFLOௐ +*$& ௐௐ1DWLRQDOௐ&R2SHUDWLYHௐ&RQWUDFWௐௐ.ௐ.ௐௐ0 7H[DVௐ%X\%RDUGௐௐ1DWLRQDOௐ&R2SHUDWLYHௐ&RQWUDFWௐௐ.ௐௐ0ௐ.   /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐ DQGௐ6XSSO\ௐ$UUDQJHPHQWVௐ 626$ ௐWKDWௐ\RXௐ KROGௐ:KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐ HDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" 1RQHௐDWௐWKLVௐWLPH  7DEOH5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU &LW\ௐRIௐ+XQWVYLOOH 'DUUHOௐ/XNHU  &LW\ௐRIௐ1DFRJGRFKHV &DU\ௐ:DONHU  &DOFDVLHXௐ3DULVK /-ௐ:LPEHUO\  7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUV HQWLW\QDPHLVRSWLRQDO  LQFOXGLQJHQWLW\W\SHWKHVWDWHRUSURYLQFHWKHHQWLW\LVORFDWHGLQVFRSHRIWKHSURMHFW V VL]HRIWUDQVDFWLRQ V DQGGROODU YROXPHVIURPWKHSDVWWKUHH\HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH 3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH <HDUV &,7<ௐ2)ௐ $/%848(548( *RYHUQPHQW $UL]RQD$= 3URYLGHௐUHIXVHௐHTXLSPHQW 9DULHV 0  &,7<ௐ2)ௐ0,66,21 *RYHUQPHQW 7H[DV7; 3URYLGHௐUHIXVHௐHTXLSPHQW 9DULHV . &,7<ௐ2)ௐ +$5/,1*(1 *RYHUQPHQW 7H[DV7; 3URYLGHௐUHIXVHௐHTXLSPHQW 9DULHV . &,7<ௐ2)ௐ /2*$1 *RYHUQPHQW 8WDK87 3URYLGHௐUHIXVHௐHTXLSPHQW 9DULHV . /2:(5ௐ 9$//(<ௐ :$7(5ௐ ',675,&7 *RYHUQPHQW 7H[DV7; 3URYLGHௐUHIXVHௐHTXLSPHQW 9DULHV .  Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC         7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH <RXUUHVSRQVHVKRXOGDGGUHVVLQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHU RIZRUNHUV IXOOWLPHHTXLYDOHQWV LQYROYHGLQHDFKVHFWRUZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHV RUHPSOR\HHVRIDWKLUG SDUW\ DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6DOHVௐIRUFH 7KHௐPDMRULW\ௐRIௐ:DVWHTXLSௐVDOHVௐDUHௐPDGHௐGLUHFWO\ௐE\ௐ:DVWHTXLSௐHPSOR\HGௐ5HJLRQDOௐ 6DOHVௐ0DQDJHUVௐ 560 ௐ2XUௐGLUHFWௐ:DVWHTXLSௐHPSOR\HGௐVDOHVௐQHWZRUNௐFRQVLVWௐRIௐWKHௐ IROORZLQJ :DVWHTXLSௐ6WHHOௐ*URXSௐWRௐLQFOXGHௐFRPSDFWLRQௐHTXLSPHQWௐFRQVLVWVௐRIௐ  ௐ560 VௐWKDWௐ FRYHUௐWKHௐFRQWLQHQWDOௐ86ௐ+DZDLLௐ$ODVNDௐDQGௐ&DQDGDௐDQGௐ  ௐ&XVWRPHUௐ6HUYLFHVௐ 5HSUHVHQWDWLYHVௐ &65 ௐ &RQIDEௐ6WHHOௐ*URXSௐFRQVLVWVௐRIௐ  ௐ560 VௐWKDWௐFRYHUௐWKHௐORZHUௐ86ௐ:HVWௐ&RDVWௐDQGௐ +DZDLLௐDQGௐ  ௐ&65 V*DOEUHDWKௐ0RELOHௐ*URXSௐFRQVLVWVௐRIௐ  ௐ560 VௐWKDWௐFRYHUௐWKHௐFRQWLQHQWDOௐ86ௐDQG &DQDGDௐDQGௐ  ௐ&65 V $PUHSௐ0RELOHௐ+RLVWௐ*URXSௐFRQVLVWVௐRIௐ  ௐ560 VௐWKDWௐFRYHUௐWKHௐFRQWLQHQWDOௐ86ௐDQGௐ &DQDGDௐDQGௐ  ௐ&65 V$OOௐJURXSVௐDUHௐVXSSRUWHGௐE\ௐRXUௐ:DVWHTXLSௐ%LGௐ7HDPௐDQGௐRXUௐ:DVWHTXLSௐ&DOOௐ&HQWHUௐ ,QVLGHௐ6DOHVௐ7HDPௐPHPEHUVௐ:DVWHTXLSௐDOVRௐSURYLGHVௐSURGXFWௐJURXSௐVSHFLILFௐ :DUUDQW\ௐ7HDPVௐௐ7RJHWKHUௐWKHVHௐWHDPௐPHPEHUVௐSHUIRUPௐDOOௐDFWLRQVௐQHFHVVDU\ௐWRௐ SURGXFHௐDQௐDFFHSWDEOHௐOHYHOௐRIௐVDOHVௐLQFOXGLQJௐEXWௐQRWௐOLPLWHGௐWRௐPDNLQJௐVDOHVௐFDOOVௐQHFHVVDU\ௐWRௐFRYHUௐWHUULWRU\ௐDVVLVWLQJௐZLWKௐWHVWௐSURJUDPVௐDQGௐZDUUDQW\ௐDGPLQLVWUDWLRQ $OOௐGHDOHUVௐDQGௐVHUYLFHௐSURYLGHUVௐDUHௐLQGHSHQGHQWௐWKLUGௐSDUW\ௐFRQWUDFWRUVௐDQGௐHPSOR\ௐ WKHLUௐRZQௐWHDPVௐFRQVLVWLQJௐRIௐVDOHVௐVHUYLFHௐDQGௐZDUUDQW\ௐVWDII   'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐ PHWKRGV $OOௐ:DVWHTXLSௐ*URXSVௐUHO\ௐRQௐDௐZLGHௐDQGௐJHRJUDSKLFDOO\ௐGLYHUVHௐLQGHSHQGHQWௐWKLUGௐ SDUW\ௐGHDOHUௐQHWZRUNௐDQGௐVHUYLFHௐSURYLGHUVௐZKRௐDLGௐLQௐGHYHORSLQJௐQHZௐEXVLQHVVௐDQGௐ SURYLGHௐDGGLWLRQDOௐVXSSRUWௐVHUYLFHVௐWRௐ:DVWHTXLSௐௐௐ:DVWHTXLS&RQIDEௐ6WHHOௐ*URXSVௐRIIHUௐDSSUR[ௐIRXUWHHQௐ  ௐ3UHIHUUHGௐ'HDOHUVௐZKRௐ HPSOR\ௐVDOHVௐDQGௐVHUYLFHௐVWDIIVௐ ௐ*DOEUHDWKௐ0RELOHௐ*URXSௐWRXWVௐDௐUREXVWௐGHDOHUௐQHWZRUNௐIRUௐWKHௐFDEOHௐKRLVWௐPDUNHWௐ FRQVLVWLQJௐRIௐDSSUR[LPDWHO\ௐILIW\ௐ  ௐTXDOLILHGௐ*DOEUHDWKௐGHDOHUVௐORFDWHGௐVWUDWHJLFDOO\ௐDFURVVௐWKHௐ86 ௐௐ$PUHSௐ0RELOHௐ+RLVWௐ*URXSௐRIIHUVௐDௐJHRJUDSKLFDOO\ௐGLYHUVHௐLQGHSHQGHQWௐWKLUGௐSDUW\ௐ GHDOHUௐௐQHWZRUNௐFRQVLVWLQJௐRIௐ  ௐGHDOHUVௐZLWKௐ  ௐORFDWLRQVௐZKRௐDLGௐLQௐGHYHORSLQJௐ QHZௐEXVLQHVVௐDQGௐSURYLGHௐDGGLWLRQDOௐVXSSRUWௐVHUYLFHVௐWRௐ$PUHSௐ:DVWHTXLS Vௐ$PUHSௐ GLYLVLRQௐVHUYLFHVௐRXUௐFXVWRPHUVௐDQGௐGHDOHUௐQHWZRUNௐIURPௐ  ௐIDFWRU\ௐRZQHGௐORFDWLRQV 2XUௐGHDOHUௐQHWZRUNௐDQGௐVHUYLFHௐSURYLGHUVௐDUHௐIXOO\ௐVXSSRUWHGௐE\ௐWKHௐ:DVWHTXLSௐVDOHVௐ VHUYLFHௐDQGௐZDUUDQW\ௐWHDPV   6HUYLFHௐIRUFH $OOௐ:DVWHTXLSௐ*URXSVௐUHO\ௐRQௐDௐZLGHௐDQGௐJHRJUDSKLFDOO\ௐGLYHUVHௐLQGHSHQGHQWௐWKLUGௐ SDUW\ௐGHDOHUௐQHWZRUNௐDQGௐVHUYLFHௐSURYLGHUVௐZKRௐDLGௐLQௐGHYHORSLQJௐQHZௐEXVLQHVVௐDQGௐ SURYLGHௐDGGLWLRQDOௐVXSSRUWௐVHUYLFHVௐWRௐ:DVWHTXLSௐௐ2XUௐ:DVWHTXLS&RQIDEௐ*URXSௐRIIHUVௐDௐQDWLRQZLGHௐVHUYLFHௐSURYLGHUௐQHWZRUNௐRIௐ DSSUR[LPDWHO\ௐௐLQGHSHQGHQWO\ௐRZQHGௐVHUYLFHௐSURYLGHUௐFRPSDQLHVௐZKRௐSURYLGHௐ ZDUUDQW\ௐSUHYHQWDWLYHௐPDLQWHQDQFHௐVHUYLFHௐDQGௐUHSDLUௐRIௐHTXLSPHQWௐ 2XUௐ*DOEUHDWKௐ0RELOHௐ*URXSௐGHDOHUௐQHWZRUNௐDOVRௐSURYLGHVௐZDUUDQW\ௐSUHYHQWDWLYHௐ PDLQWHQDQFHௐVHUYLFHௐDQGௐUHSDLUௐRIௐHTXLSPHQWௐDVVLVWDQFHௐௐௐௐ $OOௐ:DVWHTXLSௐ*URXSVௐHPSOR\ௐGLYLVLRQௐVSHFLILFௐHQJLQHHULQJௐVWDIIௐZKRௐDUHௐDYDLODEOHௐIRUௐ VSHFLILFௐGHVLJQௐSURMHFWVௐRUௐWHFKQLFDOௐUHTXLUHPHQWV 2XUௐGHDOHUௐQHWZRUNௐDQGௐVHUYLFHௐSURYLGHUVௐDUHௐIXOO\ௐVXSSRUWHGௐE\ௐWKHௐ:DVWHTXLSௐVDOHVௐ VHUYLFHௐDQGௐZDUUDQW\ௐWHDPV  Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC          'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐ SURFHGXUHௐRIௐ\RXUௐFXVWRPHUௐVHUYLFHௐ SURJUDPௐLIௐDSSOLFDEOHௐௐ,QFOXGHௐ\RXUௐ UHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐ FRPPLWPHQWVௐDVௐZHOOௐDVௐDQ\ௐLQFHQWLYHVௐ WKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐ VHUYLFHௐJRDOVௐRUௐSURPLVHV :DVWHTXLSௐSULGHVௐLWVHOIௐRQௐVXSHULRUௐFXVWRPHUௐVHUYLFHௐDQGௐKDVௐVLJQLILFDQWௐH[SHULHQFHௐ VHUYLFLQJௐERWKௐODUJHௐDQGௐVPDOOௐPXQLFLSDOௐDQGௐSULYDWHO\ௐRZQHGௐDFFRXQWVௐDVௐZHOOௐDVௐ PXOWLORFDWLRQௐRUJDQL]DWLRQVௐௐ2XUௐH[WHQVLYHௐFXVWRPHUௐEDVHௐGHPDQGVௐULJRURXVௐMXVWLQ WLPHௐGHOLYHU\ௐSHUIRUPDQFHௐDQGௐUHVSRQVLYHௐFXVWRPHUௐVHUYLFHௐௐ:DVWHTXLS Vௐ&XVWRPHUௐ 6HUYLFHௐ5HSUHVHQWDWLYHௐ &65 ௐKDQGOHௐFXVWRPHUௐQHHGVௐSULRUௐWRௐGXULQJௐDQGௐDIWHUௐ RUGHUVௐDUHௐSODFHGௐZLWKௐRXUௐFRPSDQ\ௐௐ2XUௐJRDOௐIRUௐVWDQGDUGௐSURGXFWௐRUGHUௐHQWU\ௐLVௐWRௐ KDYHௐFXVWRPHUV¶ௐRUGHUVௐVXEPLWWHGௐHQWHUHGௐDQGௐFRQILUPHGௐZLWKௐVKLSௐGDWHVௐZLWKLQௐௐKRXUVௐRIௐUHFHLYLQJௐWKHௐ3XUFKDVHௐ2UGHUௐௐ1RQ6WDQGDUGௐRUௐ6SHFLDOௐ3URGXFWVௐJRௐ WKURXJKௐDௐVLPLODUௐSURFHVVௐWKDWௐLQFOXGHVௐHQJLQHHULQJௐVDOHVௐGUDZLQJௐVXEPLWWDOௐIRUௐ DSSURYDOௐDQGௐWKHQௐIURPௐDSSURYDOௐRQௐWRௐFRQILUPHGௐVKLSௐGDWHௐ $Wௐ:DVWHTXLSௐZHௐZDQWௐDOOௐFXVWRPHUVௐWRௐKDYHௐDௐJUHDWௐH[SHULHQFHௐZLWKௐRXUௐSURGXFWVௐ±ௐIURPௐRXUௐILUVWௐFRQWDFWௐZLWKௐXVௐDOOௐWKHௐZD\ௐWKURXJKௐSURGXFWௐGHOLYHU\ௐௐ$VௐVXFKௐZHௐKDYHௐ DGRSWHGௐWKHௐIROORZLQJௐFXVWRPHUௐVHUYLFHௐFUHGR &RPPLWPHQW ‡ௐ:HௐZLOOௐWUHDWௐDOOௐFXVWRPHUVௐZLWKௐUHVSHFWௐ UHJDUGOHVVௐRIௐVL]H ‡ௐ:HௐZLOOௐIROORZௐXSௐZLWKௐFXVWRPHUVௐXSRQௐUHFHLSWௐRIௐRUGHUௐWRௐHQVXUHௐVDWLVIDFWLRQ ‡ௐ:HௐZLOOௐUHVROYHௐDQ\ௐLVVXHVௐTXLFNO\ 6XSSRUW ‡ௐ:HௐZLOOௐSURYLGHௐDௐGHGLFDWHGௐ&XVWRPHUௐ6HUYLFHௐ5HSUHVHQWDWLYHௐ &65ௐ ௐIRUௐHDFKௐSDUWLFLSDWLQJௐPHPEHU ‡ௐ:HௐZLOOௐUHVSRQGௐTXLFNO\ௐRQௐTXRWHVௐ VDPHGD\ௐUHVSRQVHௐLQௐPRVWௐFDVHV ‡ௐ:HௐZLOOௐSURYLGHௐDQௐRUGHUௐFRQILUPDWLRQௐ ZLWKLQௐௐKRXUVௐLQௐPRVWௐFDVHV ‡ௐ:HௐZLOOௐFDOOௐFXVWRPHUVௐZLWKௐVKLSSLQJௐ ௐGHOLYHU\ௐLQIRUPDWLRQௐDQGௐSURYLGHௐHDUO\ௐQRWLILFDWLRQௐVKRXOGௐWKHUHௐEHௐDQ\ௐLVVXHVௐZLWKௐRUGHUV   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHௐ 8QLWHGௐ6WDWHV $OOௐ:DVWHTXLSௐ*URXSVௐDUHௐDEOHௐWRௐIXOO\ௐVHUYHௐDOOௐௐVWDWHVௐDQGௐ86ௐ7HUULWRULHV   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐ SURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ&DQDGD $OOௐ:DVWHTXLSௐ*URXSVௐDUHௐDEOHௐWRௐIXOO\ௐVHUYHௐ&DQDGLDQௐ3URYLQFHV   ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ 6WDWHVௐRUௐ&DQDGDௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW $OOௐ:DVWHTXLSௐ*URXSVௐDUHௐDEOHௐWRௐIXOO\ௐVHUYHௐDOOௐௐVWDWHVௐ86ௐWHUULWRULHVௐDQGௐ &DQDGLDQௐSURYLQFHV  ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐ VHFWRUVௐ LHௐJRYHUQPHQWௐHGXFDWLRQௐQRWIRU SURILW ௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐ WKURXJKௐWKHௐSURSRVHGௐFRQWUDFWௐ([SODLQௐLQௐ GHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐFRPSDQ\ௐKDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐ FRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐOLPLWௐ\RXUௐ DELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW" $OOௐ:DVWHTXLSௐ*URXSVௐDUHௐDEOHௐWRௐIXOO\ௐVHUYHௐDOOௐௐVWDWHVௐ86ௐWHUULWRULHVௐDQG &DQDGLDQௐSURYLQFHV :DVWHTXLS Vௐ$PUHSௐ0RELOHௐ+RLVWௐ*URXSௐFXUUHQWO\ௐKDVௐDௐVWURQJHUௐSUHVHQFHௐLQௐWKH :HVWHUQௐ5HJLRQௐRIௐWKHௐ8QLWHGௐ6WDWHVௐ,QௐௐDQௐ(DVWHUQௐSURGXFWLRQௐIDFLOLW\ௐZDVௐ RSHQHGௐLQௐ6DOLVEXU\ௐ1&ௐWRௐPDQXIDFWXUHௐIRUௐWKHௐ(DVWHUQௐPDUNHWௐ6LQFHௐௐ$PUHSௐKDVௐEHHQௐZLGHQLQJௐLWVௐUHDFKௐDQGௐSUHVHQFHௐLQௐWKHௐ&HQWUDOௐDQGௐ(DVWHUQௐ86ௐ :DVWHTXLS Vௐ$PUHSௐ*URXSௐLQWHQGVௐWRௐPDLQWDLQௐWKHௐH[SDQVLRQௐE\ௐFRQWLQXDOO\ௐDGGLQJௐ VXSSRUWௐGHDOHUVௐLQௐDUHDVௐZKHUHௐVHUYLFHௐIDFLOLWLHVௐDUHௐOLPLWHG 7KHUHௐDUHௐQRௐFXUUHQWௐFRQWUDFWVௐQRUௐUHODWLRQVKLSVௐWKDWௐOLPLWௐRXUௐDELOLW\ௐWRௐVHUYHௐWKHDIRUHPHQWLRQHGௐPDUNHWV   'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐ RUௐUHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐ SDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐ DQGௐLQௐ86ௐ7HUULWRULHV 1RௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐUHVWULFWLRQVௐZRXOGௐDSSO\ௐௐ :DVWHTXLSௐLVௐDEOHௐWRௐVHUYHௐWKHVHௐDUHDVௐZLWKௐDOOௐRIௐRXUௐRIIHUHGௐSURGXFWVௐௐ:HௐILQGௐ WKDWௐWKHௐGLIIHUHQFHௐLQௐRXUௐVHUYLFHௐLQYROYHVௐ2FHDQௐ)UHLJKWௐGLIIHUHQWௐVL]HGௐVHDௐ FRQWDLQHUVௐ GLIIHUHQWௐFRQWDLQHUௐTXDQWLWLHVௐWKDQௐRYHUWKHURDGௐVHPLௐWUXFNௐORDGV ௐDQGௐ YDU\LQJௐVFKHGXOHVௐIRUௐVKLSPHQWVௐௐ7KHௐVKLSPHQWVௐPD\ௐYDU\ௐGXHௐWRௐUHVWULFWHGௐSDVVDJHௐWRௐWKHVHௐRXWO\LQJௐVWDWHVWHUULWRULHVௐZKRVHௐSDWKௐRIௐVKLSPHQWௐPD\ௐLQYROYHௐH[WUHPHௐ VHDVRQDOௐDQGௐRWKHUௐZHDWKHUௐUHODWHGௐLVVXHVௐௐ:HௐILQGௐWKDWௐWKHVHௐFXVWRPHUVௐDUHௐPRUHௐ WKDQௐDZDUHௐRIௐWKHௐLVVXHVௐVXUURXQGLQJௐWKHLUௐVKLSPHQWVௐDQGௐWKH\ௐDUHௐPRVWௐDFFHSWLQJௐRIௐ WKHVHௐGLIIHUHQFHVௐIRUௐVKLSPHQWV  7DEOH0DUNHWLQJ3ODQ /LQH ,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC          'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐ SURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ 8SORDGௐUHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐ PDUNHWLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐ WKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH 3OHDVHௐVHHௐDWWDFKHGௐௐௐ5)3ௐௐ:DVWHTXLSௐ4ௐ0DUNHWLQJௐ3ODQௐ6DPSOHV :LWKLQௐVHOHFWHGௐPHGLDௐFKDQQHOVௐ:DVWHTXLSௐZLOOௐDQQRXQFHௐLWVௐFRQWLQXLQJௐSDUWQHUVKLSௐZLWKௐ 6RXUFHZHOOௐYLDௐDௐSUHVVௐUHOHDVHௐRUௐRWKHUௐFRQWHQWௐGHOLYHU\ௐIRUPௐௐ7KLVௐZLOOௐEHௐGLUHFWHGௐDWௐ WKRVHௐPDUNHWௐFDWHJRULHVௐZLWKௐZKRPௐWKLVௐPHVVDJHௐDQGௐYDOXHௐZLOOௐUHVRQDWHௐௐ :DVWHTXLSௐZLOOௐDGYHUWLVHௐYLDௐGLJLWDOௐDQGௐSULQWௐSODWIRUPVௐLQFOXGLQJௐVRFLDOௐPHGLDௐRXWOHWVௐZLWKௐ SDLGௐDQGௐRUJDQLFௐFUHDWLYHௐௐ7KHௐWDUJHWௐDXGLHQFHௐZLOOௐLQFOXGHௐ*RYHUQPHQWௐEX\HUVௐLQௐVXFKௐVHJPHQWVௐDVௐ3XEOLFௐ:RUNVௐDQGௐ0XQLFLSDOLWLHVௐDQGௐLQௐVXFKௐSXEOLFDWLRQVௐDVௐ$PHULFDQௐ&LW\ௐ DQGௐ&RXQW\ௐDQGRUௐ*RYHUQPHQWௐ3URGXFWௐ1HZV 2XUௐDVVRFLDWLRQௐDQGௐSDUWQHUVKLSௐZLWKௐ6RXUFHZHOOௐZLOOௐEHௐSURPLQHQWO\ௐGLVSOD\HGௐDWௐ DSSURSULDWHௐWUDGHௐVKRZௐHYHQWVௐௐ:DVWHTXLSௐSDUWLFLSDWHVௐLQௐDௐYDULHW\ௐRIௐPDMRUQDWLRQDOௐWUDGHௐVKRZVௐDVௐZHOOௐDVௐKDYLQJௐDௐSUHVHQFHௐLQௐQXPHURXVௐUHJLRQDOௐVKRZVௐDQGௐHYHQWVௐௐ:HௐZLOOௐ SURPRWHௐWKHௐSDUWQHUVKLSௐE\ௐLQFRUSRUDWLQJௐWKHௐ6RXUFHZHOOௐORJRௐRQௐYDULRXVௐVKRZௐDVVHWVௐ VXFKௐDVௐEDQQHUௐVWDQGV ௐDQGௐOLWHUDWXUHௐDVௐDSSURSULDWHௐ :DVWHTXLSௐKDVௐQXPHURXVௐZHEௐSURSHUWLHVௐWKDWௐSURPRWHௐRXUௐYDOXHௐWRௐWKHௐPDUNHWVௐZHௐVHUYHௐDQGௐZHௐZLOOௐLQFOXGHௐ6RXUFHZHOOௐLQIRUPDWLRQௐDQGௐSRVVLEO\ௐDௐOLQNௐEDFNௐWRௐ6RXUFHZHOOௐ GHSHQGLQJௐRQௐOLQNௐIHDVLELOLW\ ௐRQௐRXUௐZHEௐSURSHUWLHV   'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐ GLJLWDOௐGDWDௐ HJௐVRFLDOௐPHGLDௐ PHWDGDWDௐXVDJH ௐWRௐHQKDQFHௐ PDUNHWLQJௐHIIHFWLYHQHVV &21),'(17,$/ௐ,1)250$7,21 )DFHERRNௐௐ:DVWHTXLSௐXWLOL]HVௐERWKௐSDLGௐDQGௐRUJDQLFௐSRVWVௐWRௐSURPRWHௐSDUWQHUVKLSVௐ SURGXFWௐUHOHDVHௐVHUYLFHௐRIIHULQJVௐDQGௐRXUௐGHGLFDWLRQௐWRௐFUHDWLQJௐDQGௐPDLQWDLQLQJௐDௐ VXVWDLQDEOHௐHQYLURQPHQWௐௐ:HௐDUHௐDEOHௐWRௐKRQHௐRXUௐPHVVDJHௐDQGௐEHௐH[DFWLQJௐLQௐZKRௐZHௐUHDFKௐDQGௐRXUௐ)DFHERRNௐSURSHUW\ௐDOORZVௐIRUௐLQWHUDFWLRQௐZLWKௐERWKௐFXVWRPHUVௐ VXFKௐDVௐ PXQLFLSDOLWLHV ௐDQGௐWKHௐJHQHUDOௐFRQVXPHUௐௐ:HௐDUHௐDEOHௐWRௐFDSWXUHௐWKHVHௐYLVLWVௐWRௐRXUௐ SDJHௐDQGௐXQGHUVWDQGௐLIௐRXUௐPHVVDJLQJௐLVௐUHVRQDWLQJௐDQGௐWKHQௐDGMXVWௐDFFRUGLQJO\ௐ LIௐ QHFHVVDU\ ௐௐ/LQNHG,Qௐௐ7KLVௐSODWIRUPௐDOORZVௐ:DVWHTXLSௐWRௐUHDFKௐVSHFLILFௐMREௐWLWOHVௐDQGௐFRPSDQLHVௐWKDWௐ KDYHௐDQௐLQWHUHVWௐLQௐRXUௐSURGXFWௐDQGௐDOVRௐDOORZVௐXVௐWRௐRSHQௐWKHௐGRRUௐWRௐQHZௐPDUNHWௐ RSSRUWXQLWLHVௐDQGௐUHDFKLQJௐQHZௐVHJPHQWVௐIRUௐSHQHWUDWLRQௐௐ :DVWHTXLSௐZHEVLWHௐSURSHUWLHVௐௐ:LWKLQௐRXUௐZHEVLWHVௐZHௐSURYLGHௐWKHௐYDOXHௐZHௐRIIHUௐWRௐWKHௐPDUNHWௐDQGௐDQVZHUௐWKHௐTXHVWLRQௐRIௐ:K\ௐFKRRVHௐ:DVWHTXLSௐௐ2XUௐVLWHVௐDUHௐVHJPHQWௐ IRFXVHGௐZLWKௐDௐVXEௐIRFXVௐRQௐSURGXFWௐௐ:HௐDUHௐDEOHௐWRௐFDSWXUHௐGDWDௐRQௐYLVLWRUVௐDQGௐJDLQௐ DௐEHWWHUௐXQGHUVWDQGLQJௐRIௐZKDWௐWKHௐPDUNHWௐGHVLUHVௐDQGௐZKDWௐLVௐLPSRUWDQWௐWRௐWKHPௐZKHQௐ VHOHFWLQJௐDௐVXSSOLHUௐRIௐSURGXFWVௐDQGௐVHUYLFHVௐ %DQQHUௐDGVௐௐ:DVWHTXLSௐWUDFNVௐVLWHௐYLVLWVௐDQGௐFRQYHUVLRQVௐIURPௐNH\ZRUGVௐDQGௐEDQQHUௐDGVௐ DVௐVHHQௐLQௐSXEOLFDWLRQVௐRIௐLQWHUHVWௐௐ(PDLOௐLQTXLULHVௐDUHௐWUDFNHGௐWKURXJKௐWKHௐVDOHVௐF\FOHௐLQௐ 6DOHVIRUFHௐE\ௐOHDGௐVRXUFHௐௐ:DVWHTXLSௐXVHVௐ*RRJOHௐ$QDO\WLFVௐ3DUGRWௐWUDFNLQJௐ6DOHVIRUFHௐ UHSRUWLQJௐDQGௐSD\ௐSHUௐFOLFNௐGDWDௐWRௐHQKDQFHௐWKHௐHIIHFWLYHQHVVௐRIௐRXUௐPDUNHWLQJௐ FDPSDLJQVௐ7KHௐ:DVWHTXLSௐ<RX7XEHௐFKDQQHOௐDOORZVௐLQWHUHVWHGௐXVHUVௐ FXVWRPHUVௐFRQVXPHUV ௐWRௐDFWXDOO\ௐ YLHZௐDௐYDULHW\ௐRIௐSURGXFWVௐLQௐXVHௐௐ7KLVௐKHOSVௐHQKDQFHௐUHSXWDWLRQௐLQௐWKHௐPDUNHWௐDQGௐ EURDGHQVௐRXUௐPHVVDJHௐDVௐEHLQJௐDௐSURYLGHUௐRIௐVXVWDLQDEOHௐGXUDEOHௐDQGௐHIIHFWLYHௐ SURGXFWVௐௐ:DVWHTXLSௐXVHVௐ7ZLWWHUௐWRௐVKDUHௐPRUHௐQHZVௐRULHQWHGௐFRQWHQWௐRUௐUHWZHHWௐUHOHYDQWௐZDVWHௐ LQGXVWU\ௐQHZVௐFRQWHQW   ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐ LQௐSURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐ WKLVௐ5)3"ௐ+RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ 6RXUFHZHOODZDUGHGௐFRQWUDFWௐLQWRௐ\RXUௐVDOHVௐSURFHVV" :DVWHTXLSௐEHOLHYHVௐWKHௐ6RXUFHZHOOௐUROHௐLQௐSURPRWLQJௐWKHௐFRQWUDFWௐLVௐVLPLODUௐWRௐ :DVWHTXLS V ௐ%DVHGௐRQௐWKHௐVXFFHVVௐZHௐKDYHௐHQMR\HGௐZLWKௐ6RXUFHZHOOௐIRUௐWKHௐSDVWௐௐ \HDUVௐZHௐEHOLHYHௐZHௐKDYHௐDௐJRRGௐXQGHUVWDQGLQJௐRIௐDQGௐDSSUHFLDWLRQௐIRUௐ6RXUFHZHOOV¶ௐ SURPRWLRQௐRIௐRXUௐFRQWUDFWௐWRௐLWVௐPHPEHUௐDJHQFLHVௐ:DVWHTXLSௐZLOOௐFRQWLQXHௐWRௐVKDUHௐWKHௐUHVSRQVLELOLWLHV ௐ1HWZRUNLQJௐௐ,QௐOLJKWௐRIௐWKHௐFXUUHQWௐ&29,'ௐSDQGHPLFௐDQGௐQHWZRUNLQJௐRSSRUWXQLW\ௐ OLPLWDWLRQVௐ:DVWHTXLSௐDQGௐ6RXUFHZHOOௐVKRXOGௐVKDUHௐDQGௐH[FKDQJHௐLQIRUPDWLRQௐLQௐRUGHUௐWRௐ KHOSௐHDFKௐRUJDQL]DWLRQௐWRௐSURPRWHௐWKHௐFRQWUDFWௐௐ2XUௐRUJDQL]DWLRQVௐFDQௐVKDUHௐQHZVOHWWHUVௐSDUWLFLSDWHௐLQௐHPDLOௐQHWZRUNVௐRUௐPHHWௐDWௐVHPLQDUVௐDQGௐFRQIHUHQFHVௐRQFHௐRSHQௐWRௐWKHௐ SXEOLFௐHYHQWVௐRFFXU ௐ0XOWLVHFWRUௐ&ROODERUDWRUௐௐ6RXUFHZHOOௐDQGௐ:DVWHTXLSௐVKRXOGௐFRQWLQXHௐWRௐZRUNௐWRJHWKHUௐWRௐ ORRNௐIRUௐZD\VௐWRௐH[SDQGௐSURGXFWௐRIIHULQJVௐEDVHGௐRQௐ6RXUFHZHOOௐ0HPEHUௐQHHGVௐLIௐWKRVHௐQHHGVௐZHUHௐQRWௐLQLWLDOO\ௐLQFOXGHGௐLQWRௐWKHௐ5)3ௐௐ6RXUFHZHOOௐDQGௐ:DVWHTXLSௐVKRXOGௐZRUNௐ WRJHWKHUௐWRௐRIIHUௐPRUHௐLQௐGHSWKௐGHDOHUGLVWULEXWRUௐQHWZRUNௐWUDLQLQJௐௐௐௐ %\ௐVKDULQJௐWKHௐDERYHௐOLVWHGௐUHVSRQVLELOLWLHVௐ:DVWHTXLS VௐDLPௐLVௐWRௐVWUHQJWKHQௐWKHௐ UHODWLRQVKLSௐEHWZHHQௐRXUௐ5HJLRQDOௐ6DOHVௐ0DQDJHUVௐZLWKௐWKHௐ6RXUFHZHOOௐSURIHVVLRQDOௐVWDIIௐௐ:HௐDOVRௐORRNௐIRUZDUGௐWRௐPRUHௐSURDFWLYHௐPDUNHWLQJௐRIௐWKLVௐFRQWUDFWௐWKURXJKௐRXUௐ:DVWHTXLSௐ 0DUNHWLQJௐWHDPௐXVLQJௐHOHFWURQLFௐPHGLDௐVKRZVௐDQGௐPHHWLQJVௐௐ 7KHௐ:DVWHTXLSௐ%LGௐ'HSDUWPHQWௐZLOOௐFRQWLQXHௐWRௐEHௐDௐSULPDU\ௐFRQYH\RUௐRIௐRXUௐSDUWQHUVKLSௐ ZLWKௐ6RXUFHZHOOௐDQGௐLQFOXGHௐWKHௐDSSURSULDWHௐORJRௐDQGௐGDWDௐLQௐELGFRQWUDFWௐSDFNDJHVௐDVௐ GHHPHGௐQHFHVVDU\ௐௐௐ7KLVௐZLOOௐH[WHQGௐWKHௐUHDFKௐRIௐ6RXUFHZHOOௐLQWRௐPDUNHWVௐWKDWௐ6RXUFHZHOOௐ FXUUHQWO\ௐPD\ௐQRWௐVHUYHௐDQGௐDLGHௐLQௐEULQJLQJௐDZDUHQHVVௐWRௐWKRVHௐPDUNHWV   $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐ DYDLODEOHௐWKURXJKௐDQௐHSURFXUHPHQWௐ RUGHULQJௐSURFHVV"ௐ,IௐVRௐGHVFULEHௐ\RXUௐ HSURFXUHPHQWௐV\VWHPௐDQGௐKRZௐ JRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐ FXVWRPHUVௐKDYHௐXVHGௐLW 1RௐGXHௐWRௐWKHௐVSHFLDOௐUHTXLUHPHQWVௐRIௐWKHௐSURGXFWVௐ:DVWHTXLSௐPDQXIDFWXUHVௐRXUௐSURGXFWVௐ DUHௐQRWௐFXUUHQWO\ௐDYDLODEOHௐIRUௐHSURFXUHPHQWௐWRௐPXQLFLSDOJRYHUQPHQWௐHQWLWLHV  Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC         7DEOH9DOXH$GGHG$WWULEXWHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐPDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐ SURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐ ,QFOXGHௐGHWDLOVௐVXFKௐDVௐZKHWKHUௐWUDLQLQJௐLVௐVWDQGDUGௐRUௐRSWLRQDOௐ ZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐ FRVWVௐWKDWௐDSSO\ :DVWHTXLSௐ6WHHOௐ*URXSௐRIIHUVௐVSHFLILFௐ6DOHVௐDQGௐ&RPSDFWLRQௐ7HFKQLFDOௐWUDLQLQJௐFRQVLVWLQJௐRIௐWKHௐIROORZLQJௐௐ ௐ&RPSDFWLRQௐ6DOHVௐ7UDLQLQJௐௐ7UDLQLQJௐLVௐSURYLGHGௐDWௐQRௐFKDUJHௐDQGௐFRQVLVWVௐRIௐEDVLFௐ RYHUYLHZௐRIௐFRPSDFWLRQௐRSHUDWLRQௐDQGௐXVDJHௐ1LQHௐFODVVURRPௐWUDLQLQJௐPRGXOHVௐFRYHUௐ IXQGDPHQWDOVௐSURFHVVௐDSSOLFDWLRQVௐZDVWHௐIORZௐDQDO\VLVௐHTXLSPHQWௐW\SHVௐIHHGLQJௐUHFRPPHQGDWLRQVௐHOHFWULFDOௐUHTXLUHPHQWVௐORFDWLRQௐDQDO\VLVௐVLWHௐVXUYH\VௐDQGௐDYDLODEOHௐ HTXLSPHQWௐRSWLRQVௐ6DOHVௐ7UDLQLQJௐFDQௐEHௐJHDUHGௐIRUௐௐGD\ௐRUௐEURNHQௐLQWRௐVPDOOHUௐPXOWLSOHௐ VHVVLRQV ௐ&RPSDFWLRQௐ7HFKQLFDOௐ7UDLQLQJௐௐ7UDLQLQJௐLVௐDௐGD\ௐFODVVURRPௐDQGௐKDQGVRQௐFRXUVHௐIRUௐ VHUYLFHௐDQGௐPDLQWHQDQFHௐSHUVRQQHOௐRIௐFRPSDFWLRQௐDQGௐEDOHUௐHTXLSPHQWௐ7KHௐFRXUVHௐLVௐௐ SHUௐVWXGHQWௐDQGௐHDFKௐDWWHQGHHௐUHFHLYHVௐDௐVHUYLFHௐWUDLQLQJௐPDQXDOௐWUDLQLQJௐFRPSHWLWLRQVௐ FHUWLILFDWHௐDQGௐDQௐHOHFWULFௐYROWௐPHWHUௐ7KHௐFXUULFXOXPௐLQFOXGHVௐWKHௐIROORZLQJ ௐௐௐௐ3ODQWௐ7RXU ௐௐௐௐ+\GUDXOLFVௐௐௐௐ(OHFWULFDOௐ7KHRU\ ௐௐௐௐ+DQGVRQௐK\GUDXOLFௐDQGௐHOHFWULFDOௐGHPRQVWUDWLRQV ௐௐௐௐ7URXEOHVKRRWLQJௐV\VWHPV ௐௐௐௐ$SSOLFDWLRQௐRIௐFODVVURRPௐNQRZOHGJHௐWRௐDFKLHYHௐVROXWLRQVௐௐௐௐ*XDUGLDQௐ&RQWUROௐ6\VWHP ௐௐௐௐ$16,ௐ $PHULFDQௐ1DWLRQDOௐ6WDQGDUGVௐ,QVWLWXWH ௐௐௐௐ/RFNௐRXWௐௐWDJௐRXWௐSURFHGXUHV ௐௐௐௐ5HYLHZௐRIௐQHZௐHTXLSPHQWௐIHDWXUHV   'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐ DGYDQFHVௐWKDWௐ\RXUௐSURSRVHGௐSURGXFWVௐRUௐVHUYLFHVௐRIIHU :DVWHTXLSௐPDQXIDFWXUHVௐDௐIXOOௐUDQJHௐRIௐJDUEDJHௐFROOHFWLRQௐFRPSDFWLRQௐWUDQVSRUWDWLRQௐDQGௐ GLVSRVDOௐHTXLSPHQWௐIRUௐUHVLGHQWLDOௐFRPPHUFLDOௐDQGௐLQGXVWULDOௐDSSOLFDWLRQVௐ:DVWHTXLS VௐFRPPLWPHQWௐDQGௐFRQWLQXHGௐLQYHVWPHQWௐLQWRௐSURGXFWௐLQQRYDWLRQௐZLOOௐOHDGௐWRௐFRQWLQXRXVௐ LPSURYHPHQWௐLQௐHYHU\ௐSKDVHௐRIௐZDVWHௐPDQDJHPHQWௐௐ ௐ:DVWHTXLSௐKDVௐSDUWQHUHGௐ66$%ௐDௐJOREDOௐVSHFLDOW\ௐVWHHOௐVXSSOLHUௐWRௐGHYHORSௐDௐKLJKௐ VWUHQJWKௐUROORIIௐFRQWDLQHUௐIRUௐWKHௐFRQVWUXFWLRQௐDQGௐGHPROLWLRQௐLQGXVWU\ௐௐ7KLVௐFRQWDLQHUௐLQFRUSRUDWHVௐ66$% Vௐ+DUGR[ௐௐZHDUௐSODWHௐIRUௐEHWWHUௐSHUIRUPDQFHௐDQGௐVXVWDLQDELOLW\ௐWRௐ ZLWKVWDQGௐWKHௐDEXVHௐRIௐFRQWDLQHUVௐXVHGௐLQௐWKHVHௐGHQVHௐZDVWHௐDSSOLFDWLRQVௐௐ:DVWHTXLS Vௐ 5RFN%R[ௐFRQWDLQHUVௐDUHௐWZLFHௐDVௐVWURQJௐDQGௐODVWௐIRXUௐWLPHVௐDVௐORQJௐDVௐVWDQGDUGௐFRQWDLQHUVௐ XVHGௐLQௐWKHVHௐDSSOLFDWLRQVௐௐ7KHௐXVHௐRIௐ+DUGR[ௐௐZHDUௐSODWHௐDQGௐDௐXQLTXHௐIORDWLQJௐERG\ௐGHVLJQௐDOORZVௐWKLVௐWRௐEHௐGRQHௐZLWKRXWௐLQFUHDVLQJௐWKHௐFRQWDLQHUௐWHDUௐZHLJKW ௐ*DOEUHDWKௐ0RELOHௐ*URXSௐSURYLGHVௐDOWHUQDWHௐIXHOௐFRPSDWLEOHௐUROORIIௐKRLVWVௐWRௐPHHWௐWKHௐ QHHGVௐRIௐFXVWRPHUVௐGHVLUHௐWRௐRSHUDWHௐFRPSUHVVHGௐQDWXUDOௐJDVௐ &1* ௐSRZHUHGௐYHKLFOHV  Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC          'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐ WKDWௐUHODWHௐWRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ \RXUௐSURGXFWVௐRUௐVHUYLFHVௐDQGௐ LQFOXGHௐDௐOLVWௐRIௐWKHௐFHUWLI\LQJௐ DJHQF\ௐIRUௐHDFK $Wௐ:DVWHTXLSௐZH¶UHௐIRFXVHGௐRQௐEXLOGLQJௐDௐEULJKWௐIXWXUHௐIRUௐRXUௐHPSOR\HHVௐRXUௐFRPPXQLWLHVௐ DQGௐRXUௐHQYLURQPHQWௐ$QGௐRXUௐ&25(ௐSURJUDPௐ²ௐUHIOHFWLQJௐRXUௐ&2USRUDWHௐ5(VSRQVLELOLW\ௐ FRPPLWPHQWௐWRௐVXVWDLQDELOLW\ௐGLYHUVLW\ௐDQGௐSKLODQWKURS\ௐ²ௐH[KLELWVௐRXUௐGHGLFDWLRQௐWR ‡ௐௐௐௐ+HOSLQJௐGHILQHௐWKHௐIXWXUHௐRIௐWKHௐZDVWHௐLQGXVWU\ௐZLWKௐSURJUHVVLYHௐWKLQNLQJௐDQGௐOHDGHUVKLS ‡ௐௐௐௐ'HYHORSLQJௐSURGXFWVௐZLWKௐFRQVLGHUDWLRQௐIRUௐWKHௐHQYLURQPHQWDOௐLPSDFWௐWRௐIXWXUHௐ JHQHUDWLRQV ‡ௐௐௐௐ(PSOR\LQJௐDௐGLYHUVHௐZRUNIRUFHௐSURYLGLQJௐGHYHORSPHQWௐRSSRUWXQLWLHVௐDQGௐYDOXLQJௐGLYHUVHௐSHUVSHFWLYHV ‡ௐௐௐௐ&RQWLQXLQJௐWRௐGHPRQVWUDWHௐVRFLDOௐFRQVFLRXVQHVVௐVRௐRXUௐWHDPௐPHPEHUVௐDQGௐFXVWRPHUVௐ DUHௐSURXGௐWRௐZRUNௐIRUௐRUௐGRௐEXVLQHVVௐZLWKௐ:DVWHTXLS ௐ$VௐSDUWௐRIௐWKHௐ&25(ௐSURJUDPௐ:DVWHTXLSௐLVௐFRPPLWWHGௐWRௐFUHDWLQJௐPRUHௐVXVWDLQDEOHௐ SURGXFWVௐSURFHVVHVௐDQGௐIDFLOLWLHVௐZLWKRXWௐVDFULILFLQJௐRXUௐOHJHQGDU\ௐTXDOLW\ௐ)XWXUHௐ JHQHUDWLRQVௐDUHௐFRXQWLQJௐRQௐXVௐWRௐFUHDWHௐEHWWHUௐSURGXFWVௐDQGௐWRௐGRௐVRௐPRUHௐUHVSRQVLEO\ௐௐ $VௐDௐPDQXIDFWXUHUௐLGHQWLI\LQJௐHIILFLHQFLHVௐLQௐKRZௐZHௐVRXUFHௐPDWHULDOVௐDQGௐPDQXIDFWXUHௐDQGௐ GLVWULEXWHௐRXUௐ6WHHOௐDQGௐ*DOEUHDWKௐSURGXFWVௐLVௐDPRQJௐRXUௐPRVWௐHQYLURQPHQWDOO\ௐLPSDFWIXOௐ RSSRUWXQLWLHV ‡ௐௐௐௐ,QFRPLQJௐSDFNDJLQJௐHIILFLHQF\ௐ)RUௐLQFRPLQJௐVKLSPHQWVௐ:DVWHTXLSௐKDVௐEHHQௐ VWDQGDUGL]LQJௐRXUௐUHXVDEOHௐSDOOHWVௐDQGௐFRQWDLQHUVௐDQGௐLPSOHPHQWLQJௐFLUFXODUௐWDNHEDFNௐ PRGHOVௐZLWKௐRXUௐSDOOHWௐVXSSOLHUV ‡ௐௐௐௐ0DWHULDOௐHIILFLHQF\ௐ:HௐUHSURFHVVௐDOOௐVFUDSVௐFXWVௐDQGௐGURSVௐRIௐUHPDLQLQJௐVWHHOௐௐ:Hௐ DFWLYHO\ௐVHSDUDWHௐDOWHUQDWLYHௐPDWHULDOVௐ EURQ]HௐDOXPLQXPௐFDUERQௐVWHHO ௐIRUௐUHF\FOLQJௐWRௐDLGௐLQௐ SURFHVVLQJௐDQGௐUHGXFLQJௐFRVWV ‡ௐௐௐௐ(QHUJ\ௐHIILFLHQF\ௐ$FURVVௐRXUௐ6WHHOௐDQGௐ*DOEUHDWKௐIDFLOLWLHVௐZH¶YHௐFXUUHQWO\ௐUHSODFHGௐ DERXWௐௐRIௐRXUௐZHOGLQJௐXQLWVௐZLWKௐQHZௐXQLWVௐWKDWௐXVHௐDௐTXDUWHUௐWRௐDௐWKLUGௐOHVVௐ HOHFWULFLW\ௐDQGௐDERXWௐௐRIௐRXUௐVWHHOௐSODQWVௐZLOOௐ/('ௐOLJKWLQJ‡ௐௐௐௐ'LVWULEXWLRQௐHIILFLHQF\ௐ:H UHௐFRQWLQXRXVO\ௐLQQRYDWLQJௐRXUௐSURGXFWVௐ5HFHQWO\ௐZH YHௐEHHQௐ HPSOR\LQJௐQHVWLQJௐLPSURYHPHQWVௐLQௐWKHௐGLVWULEXWLRQௐRIௐRXUௐVWHHOௐFRQWDLQHUVௐDOORZLQJௐXVௐWRௐ QHVWௐDQGௐVKLSௐXSௐWRௐௐPRUHௐSURGXFWௐRQௐHDFKௐWUXFNORDG $GGLWLRQDOO\ௐRXUௐHPSOR\HHVௐGHVLJQHGௐ³VRODUௐSRZHUHG´ௐVLJQDJHௐLQௐ7\OHUௐ7;ௐIDFLOLW\ௐௐ±ௐDQGௐPDQ\ௐSODQWVௐDQGௐRIILFHVௐDUHௐHTXLSSHGௐZLWKௐPRWLRQௐVHQVLQJௐOLJKWVௐDQGௐKDYHௐEHHQௐXSJUDGHGௐ WRௐXVHௐQHZHUௐ/('ௐEDOODVWVௐWRௐUHGXFHௐHQHUJ\ௐFRQVXPSWLRQௐDQGௐZDVWHௐௐ$VௐZHௐKDYHௐ DFTXLUHGௐQHZௐ6WHHOௐIDFLOLWLHVௐZHௐKDYHௐDOVRௐUHSODFHGௐZHOGLQJௐJDVௐWDQNVௐWKDWௐFRXOGௐEHௐSURQHௐ WRௐOHDNDJH   ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFR ODEHOVௐUDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐ WKHௐHTXLSPHQWௐRUௐSURGXFWVௐ LQFOXGHGௐLQௐ\RXUௐ3URSRVDOௐUHODWHGௐ WRௐHQHUJ\ௐHIILFLHQF\ௐRUௐFRQVHUYDWLRQௐOLIHF\FOHௐGHVLJQௐ FUDGOHWRFUDGOH ௐRUௐRWKHUௐ JUHHQVXVWDLQDELOLW\ௐIDFWRUV 1RQHௐIRUௐWKHௐSURGXFWVௐRIIHUHGௐLQௐWKLVௐSURSRVDO   'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ %XVLQHVVௐ(QWLW\ௐ :0%( ௐ6PDOOௐ %XVLQHVVௐ(QWLW\ௐ 6%( ௐRUௐYHWHUDQௐRZQHGௐEXVLQHVVௐFHUWLILFDWLRQVௐWKDWௐ \RXUௐFRPSDQ\ௐRUௐKXEௐSDUWQHUVௐ KDYHௐREWDLQHGௐ8SORDGௐ GRFXPHQWDWLRQௐRIௐFHUWLILFDWLRQௐ DVௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐ XSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH :DVWHTXLSௐQRUௐDQ\ௐRIௐRXUௐVXEVLGLDULHVௐDUHௐFRQVLGHUHGௐDௐ:RPDQௐRUௐ0LQRULW\ௐ%XVLQHVVௐ(QWLW\ௐ :0%( ௐRUௐDௐ6PDOOௐ%XVLQHVVௐ(QWLW\ௐ 6%( ௐௐ +RZHYHUௐ:DVWHTXLSௐLVௐFRPPLWWHGௐWRௐWKHௐXWLOL]DWLRQௐRIௐGLVDGYDQWDJHGௐHQWLWLHVௐZKHQHYHUௐSRVVLEOHௐDQGௐZHௐVHWௐRXWௐWRௐLGHQWLI\ௐSRVVLEOHௐXVHௐRIௐ0:%( VௐDVௐVXEFRQWUDFWRUVௐRQௐDௐFDVHௐ E\ௐFDVHௐEDVLVௐLQௐDௐFRQFHUWHGௐDWWHPSWௐWRௐPHHWௐWKHௐHQFRXUDJHGௐJRDOVௐRIௐRXUௐ PXQLFLSDOJRYHUQPHQWDOௐFXVWRPHUV :KLOHௐ:DVWHTXLSௐGRHVௐQRWௐSRVVHVVௐFHUWLILFDWLRQௐDVௐDௐGLVDGYDQWDJHVௐEXVLQHVVௐZHௐGRௐVHHNௐWRௐHPSOR\ௐDQGௐGRௐEXVLQHVVௐZLWKௐGLVDGYDQWDJHVௐEXVLQHVVHVௐௐ:HௐXVHௐDௐ:0%( VௐRUௐ6%( Vௐ WRௐSXUFKDVHௐRIILFHௐVXSSOLHVௐZRUNௐZLWKௐPDQ\ௐGLVDGYDQWDJHGௐEXVLQHVVHVௐWRௐSHUIRUPௐZRUNௐRQௐ SURMHFWVௐDQGௐDUHௐFRQVWDQWO\ௐVHHNLQJௐZD\VௐLQௐZKLFKௐZHௐPD\ௐHPSOR\ௐRUௐGRௐEXVLQHVVௐZLWKௐ GLVDGYDQWDJHGௐFRPSDQLHVௐLQௐERWKௐVSHFLDOௐSURMHFWVௐDQGௐGDLO\ௐEXVLQHVV$VௐLQௐPDQ\ௐSURMHFWVௐWKHUHௐDUHௐVHYHUDOௐSRVVLELOLWLHVௐIRUௐXVHௐRIௐGLVDGYDQWDJHGௐEXVLQHVVHVௐௐ :HௐDUHௐDOZD\VௐSUHSDUHGௐWRௐVHDUFKௐIRUௐVSHFLILFௐEXVLQHVVHVௐWKDWௐPD\ௐSURYLGHௐWKHௐIROORZLQJ ௐ8WLOL]DWLRQௐRIௐWHDPLQJௐSDUWQHUVௐIRUௐVSHFLILFௐJRYHUQPHQWௐVHWௐDVLGHௐSURMHFWௐRSSRUWXQLWLHVௐ ௐ2YHUWKHURDGௐWUXFNLQJௐRIௐSURGXFWVௐWRௐWKHௐRXUௐPXQLFLSDOJRYHUQPHQWௐFXVWRPHUVௐ W\SLFDOO\ௐௐIRRWௐWUDLOHUV  Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC          :KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐ FRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐ VHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHV"ௐ:KDWௐPDNHVௐ \RXUௐSURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ \RXUௐLQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV" ௐ7KHௐHQWLUHௐ:DVWHTXLSௐSURGXFWௐOLQHௐVWUHDPOLQHVௐSXUFKDVLQJௐIRUௐ6RXUFHZHOOௐPHPEHUௐ DJHQFLHVௐ2XUௐSURGXFWௐRIIHULQJௐLQFOXGHVௐYLUWXDOO\ௐHYHU\ௐSRVVLEOHௐFRQWDLQHUௐDQGௐUHODWHGௐOLIWLQJௐ HTXLSPHQWௐQHHGௐIURPௐWKHௐUHVLGHQFHௐWRௐWKHௐFRQYHQWLRQௐFHQWHUௐWRௐWKHௐFLW\ௐRIILFHௐEXLOGLQJௐWRௐWKHௐ IDUPHUV¶ௐPDUNHWௐௐ:DVWHTXLSௐRIIHUVௐ6RXUFHZHOOௐ0HPEHUVௐDQௐDJJUHJDWHௐZDVWHௐVWUHDPௐIORZௐIRUௐ ZDVWHௐPDWHULDOௐIURPௐZDVWHௐJHQHUDWLRQௐWRௐILQDOௐZDVWHௐGLVSRVLWLRQௐௐ ௐௐ:LWKௐWKHௐDZDUGHGௐ6RXUFHZHOOௐ&RQWUDFWௐௐIRUௐ&ODVVௐௐDQGௐௐ&KDVVLVௐZLWKௐ 5HODWHGௐ(TXLSPHQWௐ$FFHVVRULHVௐDQGௐ6HUYLFHVௐ:DVWHTXLSௐLVௐDYDLODEOHௐWRௐRIIHUௐ6RXUFHZHOOௐ0HPEHUVௐDௐ6ROHௐ6RXUFHௐIXOOௐSURGXFWௐVROXWLRQௐWUDQVDFWLRQௐDVௐLWௐUHODWHVௐWRௐWKHௐ*DOEUHDWKௐKRLVWௐ SURGXFWௐOLQH ௐௐ*DOEUHDWKௐWRXWVௐPDQ\ௐYDOXHௐDGGௐLWHPVௐLQFOXGLQJௐDௐIXOOௐVWDIIௐRIௐ(QJLQHHUVௐLQFOXGLQJௐ GHVLJQௐDௐJURXSௐZKLFKௐXWLOL]HVௐWKHௐODWHVWௐ'ௐPRGHOLQJௐVRIWZDUHௐZLWKௐ'\QDPLFௐ)LQLWHௐ(OHPHQWௐ$QDO\VLVௐDQGௐDௐIXOOௐVWDIIHGௐ5HVHDUFKௐDQGௐ'HYHORSPHQWௐJURXSௐZKLFKௐDOORZௐIRUௐVXSHULRUௐ YDOLGDWLRQௐSURFHVVHVௐDQGௐHQVXULQJௐWKHௐODWHVWௐWHFKQRORJLFDOௐGHYHORSPHQWVௐDUHௐEHLQJௐXWLOL]HGௐLQௐ WKHௐGHVLJQௐRIௐRXUௐSURGXFWVௐௐ ௐௐ2WKHUௐEUDQFKHVௐRIௐ(QJLQHHULQJௐLQFOXGHௐ$SSOLFDWLRQௐWRௐVXSSRUWௐHQVXULQJௐWKHௐFRUUHFWௐSURGXFWௐLVௐXVHGௐIRUௐWKHௐFXVWRPHU¶VௐDSSOLFDWLRQௐDQGௐPDQXIDFWXULQJௐZKRௐLQௐWDQGHPௐZLWKௐWKHௐ 23(;ௐJURXSௐZRUNௐWRZDUGVௐLQVWLWXWLQJௐWKHௐEHVWௐSURFHVVHVௐZKLFKௐPD[LPL]HௐHIILFLHQFLHVௐDQGௐ FRQWUROௐFXVWRPHUௐFRVWV  7DEOH:DUUDQW\ 'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUH DQGRYHUDOOVWUXFWXUH<RXPD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOV LIDSSOLFDEOH LQWKHGRFXPHQW XSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWRUHVSRQGLQJWRWKHTXHVWLRQVEHORZ /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐ ODERU" 3OHDVHௐVHHௐDWWDFKHGௐௐௐௐ5)3ௐௐ:DVWHTXLSௐ4ௐ:DUUDQW\ௐIRUௐIXOOௐ GHWDLOV <HVௐVSHFLILFௐSURGXFWVௐSDUWVௐDQGௐODERUௐDUHௐFRYHUHG   'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐ RWKHUௐOLPLWDWLRQVௐWKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH" 3OHDVHௐVHHௐDWWDFKHGௐௐௐௐ5)3ௐௐ:DVWHTXLSௐ4ௐ:DUUDQW\ௐIRUௐIXOOௐ GHWDLOV 1RௐKRZHYHUௐDOOௐHTXLSPHQWௐXQGHUௐZDUUDQW\ௐPXVWௐEHௐXVHGௐLQௐDFFRUGDQFHௐZLWKௐWKHௐ2ZQHU VௐPDQXDOௐRUௐJXLGHOLQHVௐWRௐLQFOXGHௐSUHYHQWDWLYHௐPDLQWHQDQFHௐLIௐ UHTXLUHGௐௐௐ:DVWHTXLSௐZDUUDQWLHVௐVKDOOௐQRWௐDSSO\ௐWRௐDQ\ௐXQLWௐZKLFKௐKDVௐEHHQௐ VXEMHFWௐWRௐPLVXVHௐPLVDSSOLFDWLRQௐQHJOLJHQFHௐDOWHUDWLRQௐRUௐDFFLGHQW   'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐ WHFKQLFLDQV¶ௐWUDYHOௐWLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐ ZDUUDQW\ௐUHSDLUV" 3OHDVHௐVHHௐDWWDFKHGௐௐௐௐ5)3ௐௐ:DVWHTXLSௐ4ௐ:DUUDQW\ௐIRUௐIXOOௐ GHWDLOV &RPSDFWLRQௐ3URGXFWVௐௐ<HVௐ:DVWHTXLSௐZLOOௐUHLPEXUVHௐRXUௐVHUYLFHௐSURYLGHUVௐIRUௐWKHLUௐWUDYHOௐWLPHௐRUௐPLOHDJHௐLQFXUUHGௐZKHQௐSHUIRUPLQJௐZDUUDQW\ௐVHUYLFH *DOEUHDWKௐ0RELOHௐ3URGXFWVௐௐ1Rௐ:DVWHTXLSௐGRHVௐQRWௐUHLPEXUVHௐRXUௐVHUYLFHௐ SURYLGHUVௐDVௐWKHௐSURGXFWௐLVௐH[SHFWHGௐWRௐEHௐWDNHQௐWRௐWKHௐVHUYLFHௐIDFLOLW\ௐIRUௐ DQ\ௐZDUUDQW\ௐZRUN   $UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ 6WDWHVௐRUௐ&DQDGDௐ DVௐDSSOLFDEOH ௐIRUௐZKLFKௐ\RXௐ FDQQRWௐSURYLGHௐDௐFHUWLILHGௐWHFKQLFLDQௐWRௐSHUIRUPௐ ZDUUDQW\ௐUHSDLUV"ௐௐ+RZௐZLOOௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHVHௐUHJLRQVௐEHௐSURYLGHGௐ VHUYLFHௐIRUௐZDUUDQW\ௐUHSDLU" 1Rௐ:DVWHTXLSௐKDVௐVHUYLFHௐSURYLGHUVௐORFDWHGௐLQௐDOOௐௐVWDWHVௐWRௐSHUIRUPௐDQ\ௐ UHTXLUHGௐZDUUDQW\ௐUHSDLUV   :LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐ RWKHUௐPDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐ RUௐDUHௐWKHVHௐZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐ WRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU" <HVௐ:DVWHTXLSௐZLOOௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐRWKHUௐ PDQXIDFWXUHUVௐWKDWௐDUHௐVROGௐZLWKௐRXUௐPDQXIDFWXUHGௐHTXLSPHQWௐௐ2ULJLQDOௐ HTXLSPHQWௐPDQXIDFWXUHUVௐZDUUDQW\ௐZLOOௐDSSO\ௐDQGௐDQ\ௐVHUYLFHௐQHHGHGௐZLOOௐEHௐ FRRUGLQDWHGௐZLWKௐ2(0  Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC          :KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐ SURJUDPVௐDQGௐSROLFLHV" 3URGXFWௐ5HWXUQௐ3ROLF\ D ௐௐௐௐ$OOௐUHWXUQVௐPXVWௐEHௐDXWKRUL]HGௐE\ௐ:DVWHTXLSௐSULRUௐWRௐVKLSSLQJௐDQGௐ DFFHSWDQFHௐ3URGXFWௐPXVWௐEHௐUHWXUQHGௐLQௐWKHௐVDPHௐFRQGLWLRQௐDVௐVKLSSHGௐE\ௐ :DVWHTXLSௐZKLFKௐPD\ௐLQFOXGHௐRULJLQDOௐSDFNDJLQJௐDQGௐ%X\HUௐPXVWௐLQFOXGHௐDௐ FRS\ௐRIௐWKHௐ,QYRLFHௐZLWKௐDQ\ௐUHWXUQௐ%X\HUௐPXVWௐFRPSOHWHௐDQGௐUHWXUQௐDௐ :DUUDQW\ௐ5HJLVWUDWLRQௐ)RUPௐIRUௐVRPHௐ3URGXFWVௐZKHUHௐDSSOLFDEOHௐ3URGXFWௐ PD\ௐQRWௐEHௐUHWXUQHGௐE\ௐ%X\HUௐWRௐ:DVWHTXLSௐDIWHUௐௐGD\VௐRIௐ,QYRLFHௐGDWHௐZLWKRXWௐDSSOLFDEOHௐ:DUUDQW\ௐ5HJLVWUDWLRQௐRUௐSURRIௐRIௐSXUFKDVHௐRUௐRZQHUVKLSௐ *Rௐ7Rௐ3DUWV¶ௐVXSSOHPHQWDU\ௐ5HWXUQௐ3ROLF\ௐFDQௐEHௐIRXQGௐE\ௐFOLFNLQJௐKHUHௐDௐ KDUGௐFRS\ௐRIௐZKLFKௐLVௐDYDLODEOHௐXSRQௐUHTXHVWௐௐ,IௐWKHUHௐLVௐDQ\ௐFRQIOLFWௐ EHWZHHQௐWKHௐ*Rௐ7Rௐ3DUWVௐ5HWXUQௐ3ROLF\ௐDQGௐWKHௐ3URGXFWௐ5HWXUQௐ3ROLF\ௐFRQWDLQHGௐLQௐWKLVௐ6HFWLRQௐௐWKHௐWHUPVௐRIௐWKHௐ*Rௐ7Rௐ3DUWVௐ5HWXUQௐ3ROLF\ௐVKDOOௐ FRQWURO E ௐௐௐௐ$ௐ5HWXUQௐ$XWKRUL]DWLRQௐ1XPEHUௐPXVWௐEHௐREWDLQHGௐIURPௐ:DVWHTXLSௐ ZLWKLQௐILYHௐ  ௐGD\VௐRIௐUHFHLSWௐRIௐ3URGXFWௐDQGௐEHIRUHௐVXFKௐ3URGXFWௐPD\ௐEHௐUHWXUQHGௐIRUௐFUHGLWௐ1Rௐ3URGXFWௐVKDOOௐEHௐUHWXUQHGௐWRௐ:DVWHTXLSௐZLWKRXWௐ :DVWHTXLS¶VௐZULWWHQௐFRQVHQWௐ,IௐDQ\ௐSRUWLRQௐRIௐWKHௐ3URGXFWௐGHOLYHUHGௐWRௐ%X\HUௐ DUHௐGHIHFWLYHௐRUௐDUHௐRWKHUZLVHௐQRWௐLQௐDFFRUGDQFHௐZLWKௐFRQWUDFWௐVSHFLILFDWLRQVௐ :DVWHTXLSௐVKDOOௐKDYHௐWKHௐULJKWௐLQௐLWVௐGLVFUHWLRQௐHLWKHUௐWRௐUHSODFHௐVXFKௐGHIHFWLYHௐ3URGXFWௐRUௐWRௐUHIXQGௐWKHௐSRUWLRQௐRIௐWKHௐSXUFKDVHௐ3ULFHௐDSSOLFDEOHௐ WKHUHWRௐ$Q\ௐUHWXUQHGௐ3URGXFWௐVKDOOௐEHFRPHௐWKHௐSURSHUW\ௐRIௐ:DVWHTXLSௐ%X\HUௐ %X\HU¶VௐFXVWRPHUௐRUௐHQGXVHUௐLVௐQRWௐDXWKRUL]HGௐWRௐRWKHUZLVHௐGLVSRVHௐRIௐVHOOௐ RUௐUHF\FOHௐVXFKௐ3URGXFWௐSDUWVௐRUௐFRPSRQHQWVௐ,QௐQRௐHYHQWௐVKDOOௐ:DVWHTXLSௐ EHௐOLDEOHௐIRUௐWKHௐFRVWௐRIௐSURFHVVLQJௐORVWௐSURILWVௐLQMXU\ௐWRௐJRRGZLOOௐRUௐDQ\ௐ RWKHUௐVSHFLDOௐLQFLGHQWDOௐRUௐFRQVHTXHQWLDOௐGDPDJHV F ௐௐௐௐ%X\HUௐLVௐUHVSRQVLEOHௐIRUௐSUHSD\PHQWௐRIௐDQGௐDOOௐRWKHUௐUHODWHGௐIUHLJKWௐ FRVWVௐDVVRFLDWHGௐZLWKௐUHWXUQLQJௐ3URGXFWVௐWRௐ:DVWHTXLSௐXQOHVVௐSUHYLRXVO\ௐ DJUHHGௐWRௐLQௐZULWLQJௐE\ௐ:DVWHTXLSௐ%X\HUௐLVௐUHVSRQVLEOHௐIRUௐDQ\ௐPLVVLQJௐRUௐGDPDJHGௐ3URGXFWௐ5LVNௐRIௐORVVௐRUௐGDPDJHௐWRௐ3URGXFWௐVKDOOௐSDVVௐIURPௐ%X\HUௐ WRௐ:DVWHTXLSௐXSRQௐSK\VLFDOௐUHFHLSWௐE\ௐ:DVWHTXLSௐ G ௐௐௐௐ6SHFLDOௐRUGHUௐRUௐQRQVWRFNௐLWHPVௐRUௐRWKHUௐ3URGXFWௐVSHFLILHGௐE\ௐ :DVWHTXLSௐDUHௐQRWௐHOLJLEOHௐIRUௐUHWXUQௐH ௐௐௐௐ$Q\ௐDQGௐDOOௐ3URGXFWௐFODLPHGௐGHIHFWLYHௐRUௐDVௐDௐZDUUDQW\ௐPDWWHUௐPXVWௐ LQFOXGHௐDௐZULWWHQௐH[SODQDWLRQௐRIௐKRZௐWKHௐ3URGXFWௐZDVௐVWRUHGௐPDLQWDLQHGௐ LQVWDOOHGௐDQGRUௐRSHUDWHGௐDVௐIXUWKHUௐGHVFULEHGௐKHUHLQௐ%X\HUௐPXVWௐFRPSOHWHௐ Dௐ:DUUDQW\ௐ&ODLPௐ)RUPௐZKHUHௐDSSOLFDEOHI ௐௐௐௐ,IௐLQௐ:DVWHTXLS¶VௐMXGJPHQWௐDௐUHWXUQHGௐ3URGXFWௐLVௐQRWௐGHIHFWLYHௐRUௐQRWௐ VKLSSHGௐLQௐHUURUௐ:DVWHTXLSௐPD\ௐDSSO\ௐDௐVHUYLFHௐFKDUJHௐRIௐௐDQGRUௐDௐ UHVWRFNLQJௐIHHௐXSௐWRௐௐRIௐWKHௐ3URGXFWௐSXUFKDVHௐSULFHௐ J ௐௐௐௐ:DVWHTXLSௐUHVHUYHVௐWKHௐULJKWௐWRௐGLVSRVHௐRIௐUHWXUQௐWRௐ%X\HUௐ DWௐ%X\HU¶VௐFRVWௐRIௐIUHLJKWௐDQGௐUHODWHGௐFKDUJHV ௐDOORZௐ%X\HUௐUHWULHYDOௐZLWKLQௐVHYHQௐ  ௐ FDOHQGDUௐGD\VௐRUௐDQ\ௐRWKHUௐUHPHG\ௐLQௐ:DVWHTXLS¶VௐGLVFUHWLRQௐIRUௐDQ\ௐ DWWHPSWHGௐ3URGXFWௐUHWXUQVௐLQௐFRQWUDYHQWLRQௐRIௐWKHௐ:DVWHTXLSௐ7HUPV   'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐ LWHPVௐLQFOXGHGௐLQௐ\RXUௐSURSRVDO :DVWHTXLSௐGRHVௐQRWௐRIIHUௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐLWHPVௐLQFOXGHGௐ LQௐRXUௐSURSRVDOௐௐ$Q\ௐVHUYLFHௐFRQWUDFWௐRSWLRQௐZRXOGௐEHௐSURYLGHGௐE\ௐDQௐ RXWVLGHௐWKLUGௐSDUW\ௐDQGௐEHௐSURYLGHGௐDWௐFXVWRPHUVௐH[SHQVH  Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC         7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH,WHP 4XHVWLRQ 5HVSRQVH  :KDWௐDUHௐ\RXUௐSD\PHQWௐWHUPVௐ HJௐQHWௐௐQHWௐ " 3D\PHQWௐVKDOOௐEHௐGXHௐDVௐVWDWHGௐRQௐWKHௐ:DVWHTXLSௐ,QYRLFHௐIRUௐWKHௐ 3URGXFWௐ$OOௐSD\PHQWVௐVKDOOௐEHௐPDGHௐLQௐ86ௐGROODUVௐௐ3D\PHQWௐ 7HUPVௐDUHௐVHWௐDWௐ1HWௐௐ'D\VௐZLWKௐ$SSURYHGௐ&UHGLW   'HVFULEHௐDQ\ௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐDYDLODEOHௐIRUௐXVHௐ E\ௐHGXFDWLRQDOௐRUௐJRYHUQPHQWDOௐHQWLWLHV :DVWHTXLSௐPDNHVௐDYDLODEOHௐILQDQFLQJௐVROXWLRQVௐIRUௐVWDWHௐDQGௐORFDOௐ JRYHUQPHQWVௐWKURXJKௐUGௐSDUW\ௐILQDQFLDOௐLQVWLWXWLRQVௐௐ0RVWௐUHFHQWO\ௐ:DVWHTXLSௐKDVௐWHDPHGௐZLWKௐ1&/ௐ*RYHUQPHQWௐ&DSLWDOௐDQௐH[LVWLQJௐ 6RXUFHZHOOௐ&RQWUDFWௐKROGHUௐ 1&/ ௐWRௐRIIHUௐILQDQFLQJௐRSWLRQVௐ WRௐ6RXUFHZHOOௐ0HPEHUௐDJHQFLHVௐௐ7KURXJKௐRXUௐILQDQFLQJௐRSWLRQVௐ :DVWHTXLSௐRIIHUVௐ)L[HGௐ,QWHUHVWௐUDWHVௐWKDWௐDUHௐEDVHGௐRQௐWKHௐFUHGLWௐTXDOLW\ௐRIௐWKHௐJRYHUQPHQWDOௐHQWLW\ௐDQGௐWHUPVௐWKDWௐDUHௐXSௐWRௐௐ\HDUVௐ ZLWKௐDQQXDOௐSD\PHQWVௐLQௐDUUHDUVௐௐௐ $GGLWLRQDOௐLQIRUPDWLRQௐFDQௐEHௐIRXQGௐE\ௐYLVLWLQJௐRXUௐILQDQFLQJௐZHEௐ SDJHௐDWௐௐKWWSVZZZZDVWHTXLSFRPDERXWXVILQDQFLQJ   %ULHIO\ௐGHVFULEHௐ\RXUௐSURSRVHGௐRUGHUௐSURFHVVௐ,QFOXGHௐ HQRXJKௐGHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐVDOHVௐWRௐ6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ&RQWUDFWௐWHPSODWHௐ )RUௐH[DPSOHௐLQGLFDWHௐZKHWKHUௐ\RXUௐGHDOHUௐQHWZRUNௐLVௐ LQFOXGHGௐLQௐ\RXUௐUHVSRQVHௐDQGௐZKHWKHUௐHDFKௐGHDOHUௐ RUௐ VRPHௐRWKHUௐHQWLW\ ௐZLOOௐSURFHVVௐWKHௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV¶ௐSXUFKDVHௐRUGHUV &21),'(17,$/ௐ,1)250$7,21 :DVWHTXLSௐXWLOL]HVௐWKHௐ6DOHVIRUFHFRPௐ&50ௐV\VWHPௐWRௐFUHDWHௐDFFRXQWVௐFUHDWHௐDQGௐHQWHUௐSURMHFWௐRSSRUWXQLWLHVௐYHULI\ௐFRQWDFWௐ LQIRUPDWLRQௐDQGௐSURGXFHௐTXDOLW\ௐDQGௐSURIHVVLRQDOௐTXRWHVௐௐ2XUௐ&50ௐ V\VWHPௐIROORZVௐRSSRUWXQLWLHVௐIURPௐFUHDWLRQௐWRௐFORVXUHௐௐ 6DOHVIRUFHFRPௐDOORZVௐ:DVWHTXLSௐWRௐLQSXWௐ6RXUFHZHOOௐ0HPEHUௐLQIRUPDWLRQௐWKDWௐIORZVௐRQWRௐDSSURYHGௐ:DVWHTXLS6RXUFHZHOOௐORJRௐ TXRWHVௐௐௐ%\ௐVHOHFWLQJௐWKHௐ:DVWHTXLS6RXUFHZHOOௐORJRௐZKHQௐFUHDWLQJௐ WKHௐRSSRUWXQLW\ௐLPPHGLDWHௐQRWLILFDWLRQௐLVௐVHQWௐWRௐWKHௐ6RXUFHZHOOௐ FRQWUDFWௐSRLQWௐRIௐFRQWDFWௐQRWLI\LQJௐWKHPௐRIௐDௐQHZௐTXRWHௐRSSRUWXQLW\ௐIRUௐ6RXUFHZHOOௐௐ(YHU\ௐTXRWHௐFUHDWHGௐLVௐUHYLHZHGௐDQGௐVHQWௐWKURXJKௐDௐ ௐWRௐௐFKDQQHOௐDSSURYDOௐSURFHVVௐௐ2QFHௐDSSURYHGௐWKHௐTXRWHௐLVௐ VHQWௐWKURXJKௐWKHௐ&50ௐV\VWHPௐWRௐWKHௐUHTXHVWLQJௐ6RXUFHZHOOௐ 0HPEHUௐௐ$IWHUௐZKLFKௐWKHௐV\VWHPௐWUDFNVௐWKHௐVWDWXVௐRIௐWKHௐRSSRUWXQLW\ௐDQGௐSURYLGHVௐRQJRLQJௐXSGDWHVௐLIௐLQIRUPDWLRQௐKDGௐEHHQௐ FKDQJHGௐௐௐ 5HSRUWVௐDUHௐFXUUHQWO\ௐDXWRPDWLFDOO\ௐJHQHUDWHGௐDQGௐIRUZDUGHGௐWRௐWKHௐ 6RXUFHZHOOௐFRQWUDFWௐSRLQWௐRIௐFRQWDFWௐHYHU\ௐ7XHVGD\ௐPRUQLQJௐௐ$Wௐ TXDUWHUௐHQGௐDௐUHIUHVKHGௐUHSRUWௐLVௐJHQHUDWHGௐOLVWLQJௐDOOௐ6RXUFHZHOOௐ RSSRUWXQLWLHVௐௐ2SSRUWXQLWLHVௐDUHௐWUDFNHGௐRQௐWKHௐ6WDJHௐEDVLVௐ %XGJHWDU\ௐ3LSHOLQHௐ([SHFWHGௐ&RPPLWௐ3HQGLQJௐ2(ௐ&ORVHGௐ:RQௐ DQGௐ&ORVHGௐ/RVW ௐௐ,QIRUPDWLRQௐSHUWDLQLQJௐWRௐDOOௐ&ORVHGௐ:RQௐ RSSRUWXQLWLHVௐDUHௐWKHQௐXSORDGHGௐWRௐWKHௐ6RXUFHZHOOௐSURYLGHGௐ6DOHVௐ5HSRUWLQJௐVSUHDGVKHHWௐIRUௐTXDUWHUO\ௐVXEPLVVLRQௐௐௐௐௐௐ :DVWHTXLSௐRIIHUVௐ6RXUFHZHOOௐ0HPEHUௐGLUHFWௐIURPௐ:DVWHTXLSௐ SXUFKDVHVௐDQGௐ6RXUFHZHOOௐ0HPEHUௐGLUHFWௐIURPௐ$XWKRUL]HGௐ:DVWHTXLSௐGHDOHUௐSXUFKDVHVௐௐ:LWKௐ:DVWHTXLSௐGLUHFWௐSXUFKDVHVௐSXUFKDVHௐ RUGHUVௐDUHௐSODFHGௐGLUHFWO\ௐZLWKௐ:DVWHTXLSௐDQGௐSURFHVVHGௐDQGௐ WUDFNHGௐDVௐLQGLFDWHGௐDERYHௐௐ:LWKௐ6RXUFHZHOOௐ0HPEHUௐGLUHFWௐIURPௐ $XWKRUL]HGௐ:DVWHTXLSௐGHDOHUௐSXUFKDVHVௐWKHௐ6RXUFHZHOOௐ0HPEHUVௐVXEPLWVௐDௐSXUFKDVHௐRUGHUௐGLUHFWO\ௐWRௐRXUௐ$XWKRUL]HGௐGHDOHUௐௐ2XUௐ :DVWHTXLSௐGHDOHUௐWKHQௐSURYLGHVௐ:DVWHTXLSௐZLWKௐDௐSXUFKDVHௐRUGHUௐ IRUௐWKHௐ6RXUFHZHOOௐ0HPEHUௐRUGHUௐDQGௐWKHௐRUGHUௐLVௐSURFHVVHGௐDQGௐ WUDFNHGௐDVௐLQGLFDWHGௐDERYH   'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐ SURFHVV"ௐ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV" <HVௐ:DVWHTXLSௐDFFHSWVௐ3FDUGௐDQGௐFUHGLWௐFDUGௐSD\PHQWVௐZLWKௐQRௐ DGGLWLRQDOௐIHHVௐFKDUJHGௐௐ2XUௐSUHIHUUHGௐPHWKRGௐRIௐSD\PHQWௐLVௐ:LUHௐ$&+ௐRUௐ&KHFN  7DEOH3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQ EHPDGHGXULQJWKHWHUPRIDQDZDUGHG&RQWUDFWDVGHVULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW &KDQJH5HTXHVW)RUP /LQH ,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC          'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐ HJௐOLQHLWHPௐGLVFRXQWVௐRUௐ SURGXFWFDWHJRU\ௐGLVFRXQWV ௐ3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐ LQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐSULFLQJௐDQGௐWKHௐ6RXUFHZHOOௐ GLVFRXQWHGௐSULFH ௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐZDQWௐ 6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ,Iௐ DSSOLFDEOHௐSURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ 8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH :DVWHTXLSௐLVௐRIIHULQJௐWKHௐEHORZௐSURGXFWௐJURXSௐVSHFLILFௐSULFLQJௐ PRGHOVௐௐ(DFKௐSULFHௐJXLGHௐZLOOௐLQFOXGHௐDௐOLVWLQJௐRIௐRSWLRQVௐDYDLODEOHௐ DVௐXSJUDGHVௐWRௐWKHௐEDVHௐSULFLQJௐIRUௐWKDWௐVSHFLILFௐSURGXFWௐOLQHௐௐ$OOௐ SURGXFWVௐZLOOௐEHௐLGHQWLILHGௐE\ௐPRGHOௐQXPEHUV :DVWHTXLSௐ6WHHOௐ&RQWDLQHUௐSURGXFWVௐDUHௐRIIHUHGௐRQௐDௐOLQHௐLWHPௐE\ௐ PDQXIDFWXULQJௐIDFLOLW\ௐORFDWLRQௐEDVLVௐௐ3ULFLQJௐGRFXPHQWௐODEHOHGௐௐ ௐௐ5)3ௐௐ:DVWHTXLSௐ4ௐ:DVWHTXLSௐ6WHHOௐ&RQWDLQHUௐ3ULFLQJ&RQIDEௐ6WHHOௐ&RQWDLQHUௐSURGXFWVௐDUHௐRIIHUHGௐRQௐDௐOLQHௐLWHPௐE\ௐ PDQXIDFWXULQJௐIDFLOLW\ௐORFDWLRQௐEDVLVௐௐ3ULFLQJௐGRFXPHQWௐODEHOHGௐௐ ௐௐ5)3ௐௐ:DVWHTXLSௐ4ௐ&RQIDEௐ6WHHOௐ&RQWDLQHUௐ3ULFLQJ :DVWHTXLSௐ&RPSDFWLRQௐSURGXFWVௐDUHௐRIIHUHGௐRQௐDௐSURGXFWௐFDWDORJௐEDVLVௐௐ3ULFLQJௐGRFXPHQWௐODEHOHGௐௐௐௐ5)3ௐௐ:DVWHTXLSௐ 4ௐ&RPSDFWLRQௐ3ULFLQJ *DOEUHDWKௐ0RELOHௐSURGXFWVௐDUHௐRIIHUHGௐRQௐDௐSURGXFWௐFDWDORJௐEDVLVௐௐ 3ULFLQJௐGRFXPHQWௐODEHOHGௐௐௐௐ5)3ௐௐ:DVWHTXLSௐ4ௐ*DOEUHDWKௐ0RELOHௐ3ULFLQJ $PUHSௐ0RELOHௐSURGXFWVௐDUHௐRIIHUHGௐRQௐDௐSURGXFWௐOLQHௐLWHPௐௐ3ULFLQJௐ GRFXPHQWௐODEHOHGௐௐௐௐ5)3ௐௐ:DVWHTXLSௐ4ௐ$PUHSௐ 0RELOHௐ3ULFLQJ   4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐ SURSRVDOௐLQௐWKLVௐUHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ\RXUௐUHVSRQVHௐUHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ 0653ௐRUௐOLVWௐVWDWHௐWKHௐSHUFHQWDJHௐRUௐSHUFHQWDJHௐUDQJH :DVWHTXLSௐLVௐRIIHULQJௐWKHௐEHORZௐSURGXFWௐJURXSௐVSHFLILFௐSULFLQJௐ GLVFRXQWௐUDQJHVௐWRௐ6RXUFHZHOOௐ0HPEHUVௐௐ:DVWHTXLSௐ6WHHOௐ&RQWDLQHUௐ3URGXFWVௐௐ6SHFLDOௐ0DUNHWௐ3ULFLQJ &RQIDEௐ6WHHOௐ&RQWDLQHUௐ3URGXFWVௐௐ6SHFLDOௐ0DUNHWௐ3ULFLQJ :DVWHTXLSௐ&RPSDFWLRQௐ3URGXFWVௐௐௐWRௐௐRIIௐ&DWDORJௐ/LVWௐ 3ULFLQJௐ*DOEUHDWKௐ0RELOHௐ3URGXFWVௐௐௐWRௐௐRIIௐ&DWDORJௐ/LVWௐ3ULFLQJௐ $PUHSௐ0RELOHௐ3URGXFWVௐௐ6SHFLDOௐ0DUNHWௐ3ULFLQJ   'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐ SURJUDPVௐWKDWௐ\RXௐRIIHU :DVWHTXLSௐPD\ௐRIIHUௐGLVFRXQWVௐRIIௐWKHௐ6RXUFHZHOOௐ0HPEHUௐSULFHௐIRUௐ ODUJHௐSURMHFWVௐZKHQௐSRVVLEOHௐJLYLQJௐWKHௐ0HPEHUௐWKHௐEHQHILWௐRIௐ PDNLQJௐODUJHUௐSXUFKDVHVௐDQGௐSHUPLWWLQJௐ:DVWHTXLSௐWKHௐRSSRUWXQLW\ௐ WRௐEHௐIOH[LEOHௐLQௐFRPSHWLWLYHௐVLWXDWLRQVௐDVௐUHTXLUHGௐ:HௐEHOLHYHௐWKDWௐLWௐZLOOௐEHௐWRௐERWKௐ:DVWHTXLS¶VௐDQGௐWKHௐ0HPEHU¶VௐDGYDQWDJHௐIRUௐWKLVௐ FRQWUDFWௐWRௐDOORZௐIOH[LELOLW\ௐZLWKௐODUJHUௐTXDQWLW\ௐGLVFRXQWVௐ$VௐVXFKௐ ZHௐGRௐQRWௐIHHOௐLWௐLVௐLQௐHLWKHUௐRIௐRXUௐEHVWௐLQWHUHVWVௐWRௐVHWௐSULFHVௐIRUௐ ODUJHௐSURMHFWVௐEXWௐUDWKHUௐRIIHUௐGLVFRXQWHGௐSULFLQJௐEDVHGௐRQௐWKHௐGHWDLOVௐRIௐHDFKௐVXFKௐSURMHFWௐDQGௐSHUௐFXUUHQWௐPDUNHWௐFRQGLWLRQVௐDWௐ WLPHௐRIௐUHTXHVW   3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐ UHODWHGௐVHUYLFHVௐZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐ PDUNHW´ௐLWHPVௐRUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐ PD\ௐVXSSO\ௐVXFKௐLWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐSHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐDௐTXRWHௐIRUௐHDFKௐVXFKௐ UHTXHVW :DVWHTXLSௐLVௐRIIHULQJௐWKHௐIROORZLQJௐVRXUFHGௐJRRGௐVROXWLRQV ௐ1RQVWDQGDUGௐH[WHUQDOௐRSWLRQVௐRUௐRSHQௐPDUNHWௐLWHPVௐௐ:DVWHTXLSௐ ZLOOௐRIIHUௐWKHVHௐLWHPVௐWRௐ6RXUFHZHOOௐ0HPEHUVௐRQௐDௐ6XSSO\ௐ4XRWHௐ EDVLVௐௐ:DVWHTXLSௐRUௐ:DVWHTXLSௐ$XWKRUL]HGௐ'HDOHUௐZLOOௐSURYLGHௐWKHௐ6RXUFHZHOOௐ0HPEHUௐZLWKௐTXRWHௐIRUௐDOOௐLWHPVௐQRWௐOLVWHGௐRQௐWKHௐ DZDUGHGௐ6RXUFHZHOOௐFRQWUDFWௐௐ7KHVHௐLWHPVௐZLOOௐEHௐVRXUFHGௐDWௐDௐ &RVWௐSOXVௐPD[ௐRIௐௐEDVLVௐௐ7KHVHௐLWHPVௐZLOOௐQRWௐLQFOXGHௐWKHௐ ௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐௐ6RXUFHZHOOௐ0HPEHUௐGLUHFWௐSXUFKDVHௐIRUPௐ:DVWHTXLSௐௐ1RQ VWDQGDUGௐ:DVWHTXLS&RQIDEௐ6WHHOௐ&RQWDLQHU V ௐ&RPSDFWLRQௐ 3URGXFWVௐDQGௐRSWLRQVௐZLOOௐEHௐSURYLGHGௐDWௐDௐ3ULFHௐRQௐ5HTXHVWௐ 325 ௐEDVLVௐௐ7KHௐLWHPVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐJXLGHVௐ Dௐ6SHFLDOVௐௐ7KHVHௐLWHPVௐPDQXIDFWXUHGௐE\ௐ:DVWHTXLS&RQIDEௐZLOOௐ LQFOXGHௐWKHௐௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐௐ ௐௐ6RXUFHZHOOௐ0HPEHUௐGLUHFWௐSXUFKDVHௐIURPௐ$XWKRUL]HGௐ:DVWHTXLSௐ 'HDOHUௐௐௐ1RQVWDQGDUGௐ:DVWHTXLS&RQIDEௐ6WHHOௐ&RQWDLQHU V ௐ &RPSDFWLRQௐ3URGXFWVௐDQGௐRSWLRQVௐZLOOௐEHௐSURYLGHGௐDWௐDௐ3ULFHௐRQௐ5HTXHVWௐ 325 ௐEDVLVௐௐ7KHVHௐLWHPVௐZLOOௐEHௐ325ௐWRௐ6RXUFHZHOOௐ 0HPEHUௐDWௐDௐ'HDOHUௐ&RVWௐSOXVௐPD[ௐRIௐௐEDVLVௐௐ7KHௐLWHPVௐDUHௐ OLVWHGௐLQௐWKHௐSULFHௐJXLGHVௐDௐ6SHFLDOVௐௐ7KHVHௐLWHPVௐPDQXIDFWXUHGௐ E\ௐ:DVWHTXLS&RQIDEௐZLOOௐLQFOXGHௐWKHௐௐSURSRVHGௐDGPLQLVWUDWLYHௐIHH  Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC          ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ 127ௐLQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ 7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐ SXUFKDVHௐWKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐIUHLJKWௐRUௐ VKLSSLQJௐFKDUJHVௐ)RUௐH[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUH GHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐ RUௐLQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐFRVWVௐDQGௐWKHLUௐUHODWLRQVKLSௐWRௐWKHௐ3URSRVHU ௐ,QVWDOODWLRQௐ&RVWௐRIௐLQVWDOODWLRQௐDVௐUHTXLUHGௐVKDOOௐEHௐSDLGௐE\ௐWKHௐ HQGௐXVHUௐௐ'XHௐWRௐWKHௐFXVWRPL]HGௐQDWXUHௐRIௐRXUௐEXVLQHVVௐHDFKௐ FXVWRPHU¶VௐSURMHFWௐLQVWDOODWLRQௐLVௐXQLTXHௐDQGௐWKHUHIRUHௐTXRWHGௐ LQGLYLGXDOO\ௐௐ8QLTXHௐLQVWDOODWLRQVௐPD\ௐLQFOXGHௐDQGௐDUHௐQRWௐOLPLWHGௐWRௐ UHTXLUHPHQWVௐVXFKௐDVௐLQVWDOODWLRQௐRIௐHTXLSPHQWௐௐDVVHPEO\ௐDQGௐ GLVWULEXWLRQௐRIௐFRQWDLQHUVௐWRௐHQGௐXVHUVௐDGGLWLRQDOௐODERUௐIRUௐFXVWRPHUௐ SUHIHUHQFHVௐHWFௐ7KLVௐFRVWௐZLOOௐQRWௐLQFOXGHௐWKHௐௐ$GPLQLVWUDWLYHௐ)HH ௐௐ7D[HVௐௐ/RFDOௐ6WDWHௐDQGௐ)HGHUDOௐ6DOHVௐRUௐ8VHௐ7D[HVௐRUௐDQ\ௐ DSSOLFDEOHௐIHUU\ௐFRVWVௐFXVWRPVௐGXWLHVௐOHYLHVௐDQGௐWD[HVௐDUHௐQRWௐ LQFOXGHGௐLQௐRXUௐSURSRVHGௐSULFLQJௐPRGHOVௐௐ,IௐUHTXLUHGௐWKHVHௐLWHPVௐZLOOௐEHௐDGGHGௐDWௐWLPHௐRIௐTXRWHௐௐ$OVRௐ&DQDGLDQௐ*67367+67ௐ WD[HVௐDUHௐQRWௐLQFOXGHGௐLQௐRXUௐSURSRVHGௐSULFLQJௐPRGHOVௐDQGௐDUHௐQRWௐ SDLGௐE\ௐ:DVWHTXLSௐௐ,IௐUHTXLUHGௐWRௐEHௐSDLGௐE\ௐ:DVWHTXLSௐWKHQௐWKHௐ 0HPEHUௐZLOOௐEHௐUHTXLUHGௐWRௐUHLPEXUVHௐ:DVWHTXLSௐIRUௐWKHVHௐWD[HVௐௐௐௐௐௐௐ ௐௐ6XUFKDUJHVௐௐ6WHHOௐFRVWVௐFRQWLQXHௐWKHLUௐKLVWRULFௐULVHௐZLWKௐKRWௐ UROOHGௐVWHHOௐLQFUHDVLQJௐQHDUO\ௐௐVLQFHௐ6HSWHPEHUௐௐௐWRௐWKHௐ FXUUHQWௐDOOWLPHௐKLJKௐ:DVWHTXLSௐKDVௐEHHQௐZRUNLQJௐFORVHO\ௐZLWKௐRXUௐVXSSO\ௐFKDLQௐWRௐKHOSௐPLQLPL]HௐWKHVHௐFRVWVௐEXWௐRXUௐVXLWHௐRIௐSURGXFWVௐ FRQWLQXHௐWRௐEHௐLPSDFWHGௐGLUHFWO\ௐE\ௐWKHௐHVFDODWLQJௐFRPPRGLW\ௐ SULFHVௐௐ7KHUHIRUHௐ:DVWHTXLSௐLVௐLQFOXGLQJௐDௐVXUFKDUJHௐRSWLRQௐWRௐRXUௐ 5)3ௐSURSRVDOௐௐ7RௐPDLQWDLQௐWUDQVSDUHQF\ௐZLWKௐ6RXUFHZHOOௐ0HPEHUVௐ WKLVௐFKDUJHௐLIௐQHHGHGௐZLOOௐEHௐVKRZQௐDVௐDௐVHSDUDWHௐOLQHௐLWHPௐDWௐ WLPHௐRIௐTXRWHௐௐ7KLVௐVXUFKDUJHௐSURYLGHVௐ:DVWHTXLSௐWKHௐIOH[LELOLW\ௐWRௐ DGMXVWௐSURGXFWௐSULFLQJௐXSௐRUௐGRZQௐTXLFNO\ௐLQௐUHVSRQVHௐWRௐFRVWௐ LQFUHDVHVௐVXFKௐDVௐVWHHOௐDQGௐFRPSRQHQWVௐZLWKRXWௐKDYLQJௐWRௐFKDQJHௐ FXVWRPHUௐGLVFRXQWௐOHYHOVௐHVWDEOLVKHGௐRQௐWKHௐFRQWUDFW   ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐ FRPSOHWHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐSURJUDP :DVWHTXLSௐKDVௐORFDWLRQVௐWKURXJKRXWௐWKHௐ86ௐZKLFKௐDOORZVௐXVௐWRௐVHUYHௐRXUௐFXVWRPHUௐEDVHௐRQௐDௐORFDOௐOHYHOௐZKLOHௐGHOLYHULQJௐ HFRQRPLHVௐRIௐVFDOHௐQRWௐSRVVLEOHௐZLWKௐVPDOOHUௐPDQXIDFWXUHUVௐ:LWKௐ RYHUௐௐPDQXIDFWXULQJௐIDFLOLWLHVௐ:DVWHTXLSௐFDQௐVWRFNௐDQGௐVKLSௐ SURGXFWௐIURPௐDURXQGௐWKHௐFRXQWU\ௐWRௐDLGௐLQௐUHGXFLQJௐIUHLJKWௐFRVWVௐ :DVWHTXLSௐKDVௐH[WHQVLYHௐLPSRUWH[SRUWௐH[SHULHQFHௐDQGௐDQௐH[SDQVLYHௐ ORJLVWLFVௐJURXSௐDYDLODEOHௐWRௐDVVLVWௐ6RXUFHZHOOௐ0HPEHUVௐௐ:DVWHTXLSௐ LVௐDEOHௐWRௐLQYROYHௐRXWVLGHௐORJLVWLFௐFRPSDQLHVௐWRௐSDUWLFLSDWHௐLQௐ VKLSSLQJௐE\ௐIUHLJKWௐKDXOHUFRPPRQௐFDUULHUௐVXEFRQWUDFWHGௐRIIORDGLQJௐ DVVHPEO\ௐLQVWDOODWLRQௐDQGௐGLVWULEXWLRQௐDVௐUHTXLUHGௐE\ௐWKHௐ6RXUFHZHOOௐ0HPEHUௐQHHGVௐDQGௐGHPDQGVௐ:DVWHTXLSௐZLOOௐHYDOXDWHௐHDFKௐRUGHUௐ DVௐDௐXQLTXHௐRSSRUWXQLW\ௐDQGௐFRQVLGHUௐWKHௐௐ6RXUFHZHOOௐ0HPEHUVௐ RUGHUௐYROXPHௐDQGௐORFDWLRQௐௐ ௐ)UHLJKWௐ&RVWௐRIௐVKLSSLQJGHOLYHU\ௐVKDOOௐEHௐSDLGௐE\ௐWKHௐ(QGௐ8VHUௐௐ&DOFXODWLRQVௐRIௐWKHௐIUHLJKWGHOLYHU\ௐFKDUJHVௐZLOOௐEHௐEDVHGௐRQௐ SUHYDLOLQJௐUDWHVௐDWௐWKHௐWLPHௐRIௐௐTXRWHௐDQGௐLQFOXGHGௐRQௐTXRWHௐDVௐDௐ VHSDUDWHௐOLQHௐLWHPௐௐ6RXUFHZHOOௐ0HPEHUௐLVௐUHVSRQVLEOHௐIRUௐRIIORDGLQJௐ HTXLSPHQWௐDWௐWLPHௐRIௐGHOLYHU\ௐXQOHVVௐRWKHUZLVHௐQRWHGௐDWௐWLPHௐRIௐRUGHUௐௐ7KLVௐFRVWௐZLOOௐQRWௐLQFOXGHௐWKHௐௐ$GPLQLVWUDWLYHௐ)HH   6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐSURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐ RIIVKRUHௐGHOLYHU\ :DVWHTXLSௐLVௐDEOHௐWRௐVHUYHௐWKHVHௐDUHDVௐZLWKௐDOOௐRIௐRXUௐRIIHUHGௐSURGXFWVௐௐ:HௐILQGௐWKDWௐWKHௐGLIIHUHQFHௐLQௐRXUௐVHUYLFHௐLQYROYHVௐ2FHDQௐ )UHLJKWௐGLIIHUHQWௐVL]HGௐVHDௐFRQWDLQHUVௐ GLIIHUHQWௐFRQWDLQHUௐTXDQWLWLHVௐ WKDQௐRYHUWKHURDGௐVHPLௐWUXFNௐORDGV ௐDQGௐYDU\LQJௐVFKHGXOHVௐIRUௐ VKLSPHQWVௐௐ7KHௐVKLSPHQWVௐPD\ௐYDU\ௐGXHௐWRௐUHVWULFWHGௐSDVVDJHௐWRௐWKHVHௐRXWO\LQJௐVWDWHVWHUULWRULHVௐZKRVHௐSDWKௐRIௐVKLSPHQWௐPD\ௐLQYROYHௐ H[WUHPHௐVHDVRQDOௐDQGௐRWKHUௐZHDWKHUௐUHODWHGௐLVVXHVௐௐ:HௐILQGௐWKDWௐ WKHVHௐFXVWRPHUVௐDUHௐPRUHௐWKDQௐDZDUHௐRIௐWKHௐLVVXHVௐVXUURXQGLQJௐ WKHLUௐVKLSPHQWVௐDQGௐWKH\ௐDUHௐPRVWௐDFFHSWLQJௐRIௐWKHVHௐGLIIHUHQFHVௐIRUௐVKLSPHQWV   'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐRSWLRQVௐRIIHUHGௐLQௐ\RXUௐSURSRVDO7KHௐ:DVWHTXLS&RQIDEௐ*URXSௐLVௐDEOHௐWRௐVKLSௐVWHHOௐFRQWDLQHUVௐIURPௐௐVWHHOௐPDQXIDFWXULQJௐIDFLOLWLHVௐௐ&RPSDFWLRQௐHTXLSPHQWௐFDQௐEHௐ VKLSSHGௐIURPௐௐPDQXIDFWXULQJILQLVKLQJௐIDFLOLWLHVௐHQVXULQJௐ:DVWHTXLSௐ LVௐDEOHௐWRௐSURYLGHௐWKHௐPRVWௐHFRQRPLFDOௐIUHLJKWௐUDWHVௐWRௐRXUௐ FXVWRPHUVௐௐ:DVWHTXLS&RQIDEௐVWHHOௐVODQWௐDQGௐIODWௐWRSௐFRQWDLQHUVௐDUHௐQHVWDEOHௐPHDQLQJௐRQHௐFRQWDLQHUௐQHVWVௐLQVLGHௐDQRWKHUௐFRQWDLQHUௐ WKHUHIRUHௐVDYLQJௐRQௐIUHLJKWௐFKDUJHVௐௐ2XUௐ&RQIDEௐ*URXSௐDOVRௐRIIHUVௐ DௐGRXEOHௐGHFNௐGHOLYHU\ௐWUDLOHUௐRSWLRQௐIRUௐGHOLYHU\ௐLQௐ&DOLIRUQLDௐRQO\ௐௐ 7KLVௐDOORZVௐIRUௐVPDOOௐVWHHOௐFRQWDLQHUௐWRௐEHௐVKLSSHGௐXQVWDFNHGௐIXOO\ௐDVVHPEOHGௐDQGௐUHDG\ௐWRௐXVH  Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC         7DEOH3ULFLQJ2IIHUHG /LQH,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV  FEHWWHUWKDQWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJ GHSDUWPHQWV  7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐ SODQௐWRௐHPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐ ZLWKௐ6RXUFHZHOOௐ7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐWKDWௐWKHௐ9HQGRUௐ UHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ 9HQGRUௐUHPLWVௐWKHௐSURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOO &21),'(17,$/ௐ,1)250$7,21 :DVWHTXLSௐXWLOL]HVௐWKHௐ6DOHVIRUFHFRPௐ&50ௐV\VWHPௐWRௐFUHDWHௐ DFFRXQWVௐFUHDWHௐDQGௐHQWHUௐSURMHFWௐRSSRUWXQLWLHVௐYHULI\ௐ FRQWDFWௐLQIRUPDWLRQௐDQGௐSURGXFHௐTXDOLW\ௐDQGௐSURIHVVLRQDOௐ TXRWHVௐௐ2XUௐ&50ௐV\VWHPௐIROORZVௐRSSRUWXQLWLHVௐIURPௐFUHDWLRQௐ WRௐFORVXUHௐௐ6DOHVIRUFHFRPௐDOORZVௐ:DVWHTXLSௐWRௐLQSXWௐ 6RXUFHZHOOௐ0HPEHUௐLQIRUPDWLRQௐWKDWௐIORZVௐRQWRௐDSSURYHGௐ :DVWHTXLS6RXUFHZHOOௐORJRௐTXRWHVௐௐௐ%\ௐVHOHFWLQJௐWKHௐ :DVWHTXLS6RXUFHZHOOௐORJRௐZKHQௐFUHDWLQJௐWKHௐRSSRUWXQLW\ௐLPPHGLDWHௐQRWLILFDWLRQௐLVௐVHQWௐWRௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐSRLQWௐ RIௐFRQWDFWௐQRWLI\LQJௐWKHPௐRIௐDௐQHZௐTXRWHௐRSSRUWXQLW\ௐIRUௐ 6RXUFHZHOOௐௐ(YHU\ௐTXRWHௐFUHDWHGௐLVௐUHYLHZHGௐDQGௐVHQWௐ WKURXJKௐDௐௐWRௐௐFKDQQHOௐDSSURYDOௐSURFHVVௐௐ2QFHௐDSSURYHGௐWKHௐTXRWHௐLVௐVHQWௐWKURXJKௐWKHௐ&50ௐV\VWHPௐWRௐWKHௐUHTXHVWLQJௐ 6RXUFHZHOOௐ0HPEHU$XWKRUL]HGௐ'HDOHUௐௐ$IWHUௐZKLFKௐWKHௐ V\VWHPௐWUDFNVௐWKHௐVWDWXVௐRIௐWKHௐRSSRUWXQLW\ௐDQGௐSURYLGHVௐ RQJRLQJௐXSGDWHVௐௐௐௐ5HSRUWVௐDUHௐFXUUHQWO\ௐDXWRPDWLFDOO\ௐJHQHUDWHGௐDQGௐIRUZDUGHGௐ WRௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐSRLQWௐRIௐFRQWDFWௐHYHU\ௐ7XHVGD\ௐ PRUQLQJௐௐ$WௐTXDUWHUௐHQGௐDௐUHIUHVKHGௐUHSRUWௐLVௐJHQHUDWHGௐ OLVWLQJௐDOOௐ6RXUFHZHOOௐRSSRUWXQLWLHVௐௐ2SSRUWXQLWLHVௐDUHௐWUDFNHGௐRQௐWKHௐ6WDJHௐEDVLVௐ %XGJHWDU\ௐ3LSHOLQHௐ([SHFWHGௐ &RPPLWௐ3HQGLQJௐ2(ௐ&ORVHGௐ:RQௐDQGௐ&ORVHGௐ/RVW ௐௐ ,QIRUPDWLRQௐSHUWDLQLQJௐWRௐDOOௐ&ORVHGௐ:RQௐRSSRUWXQLWLHVௐDUHௐ WKHQௐXSORDGHGௐWRௐWKHௐ6RXUFHZHOOௐSURYLGHGௐ6DOHVௐ5HSRUWLQJௐVSUHDGVKHHWௐIRUௐTXDUWHUO\ௐIHHௐVXEPLVVLRQ   ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ6RXUFHZHOOௐIRUௐIDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ &RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ\RXௐDUHௐDZDUGHGௐDௐ&RQWUDFWௐௐ7KLVௐIHHௐ LVௐW\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ &RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ0HPEHU¶VௐFRVWௐRIௐJRRGVௐ 6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐ DGGLWLRQDOௐGHWDLOV :DVWHTXLSௐLVௐSURSRVLQJௐDௐௐDGPLQLVWUDWLYHௐIHHௐௐ)RUௐ6RXUFHZHOOௐ0HPEHUௐGLUHFWௐWRௐ:DVWHTXLSௐSXUFKDVHVௐWKHௐ DGPLQLVWUDWLRQௐIHHௐZLOOௐEHௐLQFRUSRUDWHGௐLQௐWKHௐ6RXUFHZHOOௐ 0HPEHUௐ3ULFHௐௐ)RUௐ6RXUFHZHOOௐ0HPEHUௐGLUHFWௐSXUFKDVHVௐ WKURXJKௐDQௐ$XWKRUL]HGௐ:DVWHTXLSௐGHDOHUௐWKHௐDGPLQLVWUDWLRQௐIHHௐZLOOௐEHௐLQFRUSRUDWHGௐLQௐWKHௐSULFHௐWRௐWKHௐGHDOHUௐQRWௐWRௐWKHௐ 6RXUFHZHOOௐ0HPEHUௐௐ3OHDVHௐQRWHௐWKDWௐIUHLJKWௐLQVWDOODWLRQௐ VXUFKDUJHVௐDQGௐRWKHUௐ³7RWDOௐ&RVWௐRIௐ$FTXLVLWLRQ´ௐFRVWVௐZLOOௐ QRWௐLQFOXGHௐWKLVௐIHH  Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC         7DEOH$'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV /LQH,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐ HTXLSPHQWௐSURGXFWVௐDQGௐVHUYLFHVௐWKDWௐ\RXௐ DUHௐRIIHULQJௐLQௐ\RXUௐSURSRVDO ௐௐ:DVWHTXLSௐ6WHHOௐ&RQWDLQHUௐSURGXFWௐRIIHULQJௐFRQVLVWௐRIௐWKHௐIROORZLQJ (QYLURQPHQWDOௐ&RQWDLQHUV )URQWௐ/RDGௐ&RQWDLQHUV2WKHUௐ/DUJHௐ&RQWDLQHUV 2WKHUௐ6PDOOௐ&RQWDLQHUV 5HDUௐ/RDGௐ&RQWDLQHUV 5HFHLYHUௐ&RQWDLQHUV5ROOௐ2IIௐ&RQWDLQHUVௐ 5HFWDQJOHௐDQGௐ7XE 6FUDSௐ%LQV 6HOIௐ'XPSLQJௐ+RSSHUV 6LGHௐ/RDGௐ&RQWDLQHUV &RQWDLQHUௐ)DFWRU\ௐ2SWLRQV ௐௐ&RQIDEௐ6WHHOௐ&RQWDLQHUௐSURGXFWௐRIIHULQJௐFRQVLVWௐRIௐWKHௐIROORZLQJ )URQWௐ/RDGௐ&RQWDLQHUV 2WKHUௐ/DUJHௐ&RQWDLQHUV 2WKHUௐ6PDOOௐ&RQWDLQHUV5HDUௐ/RDGௐ&RQWDLQHUV 5HFHLYHUௐ&RQWDLQHUV 5ROOௐ2IIௐ&RQWDLQHUVௐ 5HFWDQJOHௐDQGௐ7XE 6HOIௐ'XPSLQJௐ+RSSHUV6LGHௐ/RDGௐ&RQWDLQHUV &RQWDLQHUௐ)DFWRU\ௐ2SWLRQV ௐௐ:DVWHTXLSௐ&RPSDFWLRQௐSURGXFWௐRIIHULQJௐFRQVLVWௐRIௐWKHௐIROORZLQJ 6WDWLRQDU\ௐ&RPSDFWRUV3UH&UXVKHUௐ&RPSDFWRUV 6HOI&RQWDLQHGௐ&RPSDFWRUV $SDUWPHQWௐ&RPSDFWRUV 3DN0DQௐ&RPSDFWRUV$FFX3DNௐ&RPSDFWRUV 9HUWLFDOௐ%DOHUV &RQWDLQHUௐ/LIWHUV &RPSDFWLRQௐ)DFWRU\ௐ2SWLRQVௐௐ*DOEUHDWKௐ0RELOHௐSURGXFWௐRIIHULQJௐFRQVLVWௐRIௐWKHௐIROORZLQJ &DEOHௐ+RLVWV +RRNௐ+RLVWV &RQWDLQHUௐ'HOLYHU\ௐ8QLWV 7UDLOௐ+RLVWௐ7UDLOHUV 3XSௐ7UDLOHUV 5ROOௐ2IIௐ7UDLOHUV 7DUSV 0RELOHௐ)DFWRU\ௐ2SWLRQVௐௐ$PUHSௐ0RELOHௐSURGXFWௐRIIHULQJௐFRQVLVWௐRIௐWKHௐIROORZLQJ &DEOHௐ+RLVWV &KDLQௐ+RLVWV 3XSௐ7UDLOHUV7UDQVIHU3XOOௐ7UDLOHUV 7DUSV 0RELOHௐ)DFWRU\ௐ2SWLRQV $GGLWLRQDOௐSURGXFWௐLQIRUPDWLRQௐFDQௐEHௐIRXQGௐE\ௐYLVLWLQJௐRXUௐZHEVLWHௐDWௐZZZZDVWHTXLSFRP   :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐVXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐ WLWOHVௐWKDWௐEHVWௐGHVFULEHௐ\RXUௐSURGXFWVௐDQGௐ VHUYLFHV :DVWHTXLSௐEHOLHYHVௐWKDWௐWKHௐIROORZLQJௐVXEFDWHJRU\ௐRIௐVROXWLRQVௐVKRXOGௐEHௐLQFOXGHGௐ)DFWRU\ௐ2SWLRQVௐௐ:DVWHTXLSௐKDVௐLQFOXGHGௐLQௐRXUௐSULFHௐJXLGHVௐDGGLWLRQDOௐIDFWRU\ௐ DYDLODEOHௐDGGௐRQௐIHDWXUHVௐWKDWௐDUHௐUHDGLO\ௐDYDLODEOHௐWRௐ6RXUFHZHOOௐ0HPEHUVௐௐ7KHVHௐ IDFWRU\ௐRSWLRQVௐDUHௐHQKDQFHUVௐWRௐRXUௐVWDQGDUGௐSURGXFWVௐ ௐௐ&XVWRPௐ2SWLRQVௐௐௐ$Q\ௐFXVWRPௐIHDWXUHௐUHTXHVWHGௐE\ௐWKHௐFXVWRPHUௐPD\ௐEHௐSURYLGHGௐDQGௐZLOOௐEHௐPDGHௐDYDLODEOHௐDVௐDௐ6SHFLDOௐDQGௐSURYLGHGௐDVௐDௐ3ULFHௐ2Qௐ 5HTXHVWௐLWHPௐ ௐ6HUYLFHVௐௐ:DVWHTXLSௐFDQௐSURYLGHௐDGGLWLRQDOௐVHUYLFHVௐWRௐ6RXUFHZHOOௐ0HPEHUVௐௐ 7KHVHௐVHUYLFHVௐPD\ௐLQFOXGHௐXQORDGLQJௐDVVHPEO\ௐHTXLSPHQWௐLQVWDOODWLRQௐDQGௐWUDLQLQJௐௐ7KHVHௐVHUYLFHVௐZLOOௐEHௐPDGHௐDYDLODEOHௐDVௐDௐ6SHFLDOௐDQGௐSURYLGHGௐDVௐDௐ 3ULFHௐ2Qௐ5HTXHVWௐLWHP  Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC         7DEOH%'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV ,QGLFDWHEHORZLIWKHOLVWHGW\SHVRUFODVVHVRIHTXLSPHQWSURGXFWVDQGVHUYLFHVDUHRIIHUHGZLWKLQ\RXUSURSRVDO3URYLGHDGGLWLRQDO FRPPHQWVLQWKHWH[WER[SURYLGHGDVQHFHVVDU\ /LQH,WHP &DWHJRU\RU7\SH 2IIHUHG &RPPHQWV  &RPPHUFLDO,QGXVWULDOVL]HGௐUHIXVHௐDQGௐUHF\FOLQJௐ FRQWDLQHUVௐUROORIIௐFRQWDLQHUVௐDQGௐFROOHFWLRQௐELQVௐRIௐ PHWDOௐFRQVWUXFWLRQ <HV 1R :DVWHTXLS¶Vௐ6WHHOௐ*URXSௐ PDQXIDFWXUHVௐDௐZLGHௐUDQJHௐRIௐIURQW ORDGௐUROORIIௐDQGௐUHDUORDGௐFRQWDLQHUVௐDVௐZHOOௐDVௐVHOIGXPSLQJௐKRSSHUVௐIRUௐ DOOௐW\SHVௐRIௐZDVWHௐDQGௐUHF\FOLQJௐ7KHௐ GLYLVLRQௐDOVRௐPDNHVௐVSHFLDOW\ௐ FRQWDLQHUVௐIRUௐKDQGOLQJௐVOXGJHௐJUHDVHௐDQGௐRWKHUௐWRXJKௐZDVWHௐDORQJௐ ZLWKௐGHZDWHULQJௐYDFXXPௐDQGௐ LQWHUPRGDOௐFRQWDLQHUV   .QXFNOHERRPௐDQGௐJUDSSOHௐORDGHUV <HV 1R 1Rௐ%LG   +RRNௐDQGௐKRLVWௐGXPSVWHUௐORDGHUV <HV 1R :DVWHTXLS¶VௐEUDQGHGௐ*DOEUHDWKௐ 0RELOHௐ*URXSௐSURGXFWVௐDUHௐHQJLQHHUHGௐWRௐZLWKVWDQGௐWKHௐ SXQLVKPHQWௐRIௐKDXOLQJௐZDVWHௐ UHF\FODEOHVௐDQGௐVFUDSௐ7KHௐGLYLVLRQௐ LQFOXGHVௐEUDQGHGௐSURGXFWVௐVXFKௐDVௐ*DOEUHDWKŠௐKRLVWVௐFRQWDLQHUௐKDQGOHUVௐ DQGௐWUDLOHUVௐ0RXQWDLQௐ7DUSŒௐDQGௐ 3LRQHHUŒௐWDUSLQJௐV\VWHPV )RUௐGHFDGHVௐ$PUHSŠௐKDVௐEHHQௐ PHHWLQJௐRXUௐFXVWRPHUV¶ௐQHHGVௐE\ௐ GHVLJQLQJௐGXUDEOHௐKLJKSHUIRUPLQJௐUROO RIIௐKRLVWVௐWKDWௐPLQLPL]HௐZHLJKWௐDQGௐ PD[LPL]HௐSD\ORDGௐ$Wௐ$PUHSௐZHௐ XQGHUVWDQGௐWKDWௐRXUௐFXVWRPHUV¶ௐUHTXLUHPHQWVௐYDU\ௐEDVHGௐRQௐ DSSOLFDWLRQௐDQGௐEXGJHWௐDQGௐZHௐ DFFRPPRGDWHௐWKHLUௐQHHGVௐE\ௐRIIHULQJௐ DௐYDULHW\ௐRIௐUROORIIௐFDEOHௐKRLVWVௐ)URPௐUHIXVHௐDQGௐFRQVWUXFWLRQௐKDXOLQJௐWRௐ SURGXFWௐGHOLYHU\ௐDQGௐ\DUGௐWUDQVSRUWௐ $PUHSௐFDQௐKHOSௐ\RXௐFKRRVHௐWKHௐULJKWௐ SURGXFW   5ROORIIௐWUXFNVௐDQGௐFRQWDLQHUௐKDQGOHUV <HV 1R :DVWHTXLS¶VௐEUDQGHGௐ*DOEUHDWKௐ 0RELOHௐ*URXSௐSURGXFWVௐDUHௐHQJLQHHUHGௐWRௐZLWKVWDQGௐWKHௐ SXQLVKPHQWௐRIௐKDXOLQJௐZDVWHௐ UHF\FODEOHVௐDQGௐVFUDSௐ7KHௐGLYLVLRQௐ LQFOXGHVௐEUDQGHGௐSURGXFWVௐVXFKௐDVௐ*DOEUHDWKŠௐKRLVWVௐFRQWDLQHUௐKDQGOHUVௐ DQGௐWUDLOHUVௐ0RXQWDLQௐ7DUSŒௐDQGௐ 3LRQHHUŒௐWDUSLQJௐV\VWHPV   5HIXVHௐDQGௐUHF\FODEOHௐPDWHULDOௐEDOHUVௐDQGௐ FRPSDFWRUV <HV 1R :DVWHTXLS¶Vௐ6WHHOௐ*URXSௐ PDQXIDFWXUHVௐ:DVWHTXLSŠEUDQGHGௐ FRPSDFWRUVௐDQGௐLQGXVWULDOௐEDOHUVௐ7KHVHௐSRZHUIXOௐSURGXFWVௐZLWKVWDQGௐ WKHௐGHPDQGVௐRIௐERWKௐFRPPHUFLDOௐDQGௐ LQGXVWULDOௐXVH  Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC         7DEOH,QGXVWU\6SHFLILF4XHVWLRQV /LQH,WHP 4XHVWLRQ 5HVSRQVH  ,Iௐ\RXௐDUHௐDZDUGHGௐDௐFRQWUDFWௐSURYLGHௐDௐ IHZௐH[DPSOHVௐRIௐLQWHUQDOௐPHWULFVௐWKDWௐZLOOௐ EHௐWUDFNHGௐWRௐPHDVXUHௐZKHWKHUௐ\RXௐDUHௐKDYLQJௐVXFFHVVௐZLWKௐWKHௐFRQWUDFW :DVWHTXLSௐZLOOௐPHDVXUHௐRXUௐSHUIRUPDQFHௐRIௐDQௐDZDUGHGௐFRQWUDFWௐE\ௐWKHௐIROORZLQJௐ PHWKRGV ௐௐ&RPSDULQJௐDௐ3UHYLRXVௐ<HDUௐWRௐ&XUUHQWௐ<HDUௐ6DOHVௐ$QDO\VLVௐௐ7UDFNௐDQGௐPRQLWRUௐ4XRWHௐDFWLYLW\ௐ ௐௐ&RQWLQXHௐWRௐHPSKDVLVௐWKHௐYDOXHௐDQGௐLPSURWDQFHௐRIௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐ GXULQJௐVDOHVௐPHHWLQJVFDOOV ௐௐ0DLQWDLQௐRQERDUGௐVDOHௐWUDLQLQJௐIRUௐQHZௐDVVRFLDWHVௐDQGௐUHIUHVKHUௐWUDLQLQJௐIRUௐH[LVWLQJௐDVVRFLDWHV   'HVFULEHௐWKHௐVHUYLFHDELOLW\ௐRIௐWKHௐSURGXFWVௐLQFOXGHGௐLQௐ\RXUௐSURSRVDOௐ SDUWVௐDYDLODELOLW\ௐ ZDUUDQW\ௐDQGௐWHFKQLFDOௐVXSSRUWௐHWF  $OOௐ:DVWHTXLSௐ*URXSVௐUHO\ௐRQௐDௐZLGHௐDQGௐJHRJUDSKLFDOO\ௐGLYHUVHௐLQGHSHQGHQWௐWKLUGௐSDUW\ௐGHDOHUௐQHWZRUNௐDQGௐVHUYLFHௐSURYLGHUVௐZKRௐDLGௐLQௐGHYHORSLQJௐQHZௐEXVLQHVVௐDQGௐ SURYLGHௐDGGLWLRQDOௐVXSSRUWௐVHUYLFHVௐWRௐ:DVWHTXLSௐௐ 2XUௐ:DVWHTXLS&RQIDEௐ*URXSௐRIIHUVௐDௐQDWLRQZLGHௐVHUYLFHௐSURYLGHUௐQHWZRUNௐRIௐ DSSUR[LPDWHO\ௐௐLQGHSHQGHQWO\ௐRZQHGௐVHUYLFHௐSURYLGHUௐFRPSDQLHVௐZKRௐSURYLGHௐZDUUDQW\ௐSUHYHQWDWLYHௐPDLQWHQDQFHௐVHUYLFHௐDQGௐUHSDLUௐRIௐHTXLSPHQWௐ 2XUௐ*DOEUHDWKௐ0RELOHௐ*URXSௐGHDOHUௐQHWZRUNௐDOVRௐSURYLGHVௐZDUUDQW\ௐSUHYHQWDWLYHௐ PDLQWHQDQFHௐVHUYLFHௐDQGௐUHSDLUௐRIௐHTXLSPHQWௐDVVLVWDQFHௐௐௐௐ $OOௐ:DVWHTXLSௐ*URXSVௐHPSOR\ௐGLYLVLRQௐVSHFLILFௐHQJLQHHULQJௐVWDIIௐZKRௐDUHௐDYDLODEOHௐIRUௐVSHFLILFௐGHVLJQௐSURMHFWVௐRUௐWHFKQLFDOௐUHTXLUHPHQWV 2XUௐGHDOHUௐQHWZRUNௐDQGௐVHUYLFHௐSURYLGHUVௐDUHௐIXOO\ௐVXSSRUWHGௐE\ௐWKHௐ:DVWHTXLSௐ VDOHVௐVHUYLFHௐDQGௐZDUUDQW\ௐWHDPV  'HVFULEHௐDGYDQFHPHQWVௐUHIOHFWHGௐLQௐWKHௐ HTXLSPHQWௐRUௐSURGXFWVௐRIIHUHGௐLQௐ\RXUௐ SURSRVDOௐVXFKௐDVௐVDIHW\ௐORQJHYLW\ௐRUௐOLIHௐF\FOHௐFRVWௐPHDVXUHV ௐ:DVWHTXLSௐFRPSDFWRUVௐDUHௐHTXLSSHGௐZLWKௐ$06ௐ $XWRPDWLFௐ0DLQWHQDQFHௐ 6FKHGXOHU ௐWKDWௐQRWLILHVௐ\RXௐZKHQௐSUHYHQWDWLYHௐPDLQWHQDQFHௐLVௐGXHௐEDVHGௐRQௐDFWXDOௐ XVDJHௐ:LWKௐ$06ௐ\RXௐGRQ WௐKDYHௐWRௐJXHVVௐZKHQௐPDLQWHQDQFHௐLVௐGXHௐRUௐWU\ௐDQGௐNHHSௐWUDFNௐDVௐDQௐLQGLFDWRUௐOLJKWௐLOOXPLQDWHVௐZKHQௐPDLQWHQDQFHௐVKRXOGௐEHௐVFKHGXOHGௐ ZKLOHௐVWLOOௐDOORZLQJௐ\RXௐWRௐRSHUDWHௐWKHௐFRPSDFWRUௐ7KHௐOLJKWௐLVௐUHVHWௐDIWHUௐPDLQWHQDQFHௐ LVௐSHUIRUPHG ௐ:DVWHTXLS VௐJXLGHGௐUDPௐV\VWHPௐKDVௐEHHQௐLQFRUSRUDWHGௐLQWRௐKLJKௐF\FOHௐFRPSDFWRUVௐௐ7KLVௐV\VWHPௐVXVSHQGVௐWKHௐUDPௐRIIௐWKHௐIORRUௐDQGௐVLJQLILFDQWO\ௐUHGXFHVௐ IULFWLRQௐDQGௐZHDUௐௐ7KHௐXVHௐRIௐXOWUDௐKLJKௐPROHFXODUௐZHLJKWௐ 8+0: ௐJXLGHௐVKRHVௐ SURYLGHVௐDௐORQJௐODVWLQJௐORZௐQRLVHௐORZௐYLEUDWLRQௐVROXWLRQௐWRௐWUDGLWLRQDOௐIORRUௐULGLQJௐ UDPVௐௐ7KHௐJXLGHGௐUDPௐV\VWHPௐH[WHQGVௐWKHௐOLIHௐRIௐWKHௐHTXLSPHQWௐDQGௐDOORZVௐ :DVWHTXLSௐWRௐRIIHUௐDQௐLQGXVWU\ௐOHDGLQJௐZDUUDQW\ௐRQௐRXUௐVHOIFRQWDLQHGௐFRPSDFWRUV ௐ7KHௐLQFRUSRUDWLRQௐRIௐ66$%ௐKLJKௐVWUHQJWKௐVWHHOVௐLQFOXGLQJௐ+DUGR[ௐDQGௐ6WUHQ[ௐLQௐ RXUௐUROORIIௐFRQWDLQHUVௐDVௐZHOOௐDVௐLQௐKLJKௐZHDUௐDUHDVௐRIௐRWKHUௐHTXLSPHQWௐLQFUHDVHௐOLIHௐ H[SHFWDQF\ௐDQGௐGHFUHDVHௐPDLQWHQDQFHௐFRVWV Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC         Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC Exceptions to Terms, Conditions, or Specifications Form Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have been incorporated into the contract text. Documents Ensure your submission document(s) conforms to the following: 1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided. 2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell. 3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell. 4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." Financial Strength and Stability - 2. RFP 040621 Wastequip 09 Financial Strength and Stability.pdf - Monday April 05, 2021 14:47:13 Marketing Plan/Samples - 7. RFP 040621 Wastequip 032 Marketing Plan Samples.pdf - Monday April 05, 2021 14:52:09 WMBE/MBE/SBE or Related Certificates (optional) Warranty Information - 9. RFP 040621 Wastequip 042 Warranty.pdf - Monday April 05, 2021 14:47:25 Pricing - 11. RFP 040621 Wastequip Price Offerings Zip.zip - Tuesday April 06, 2021 07:05:22 Upload Additional Document - 16RFP0~1.PDF - Tuesday April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¶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³6SHFLDOO\'HVLJQDWHG1DWLRQDOVDQG%ORFNHG3HUVRQV´OLVWPDLQWDLQHGE\WKH2IILFHRI)RUHLJQ$VVHWV&RQWURO RIWKH8QLWHG6WDWHV'HSDUWPHQWRIWKH7UHDVXU\IRXQGDWKWWSVZZZWUHDVXU\JRYRIDFGRZQORDGVVGQOLVWSGI   ,QFOXGHGRQWKHJRYHUQPHQWZLGHH[FOXVLRQVOLVWVLQWKH8QLWHG6WDWHV6\VWHPIRU$ZDUG0DQDJHPHQWIRXQGDW KWWSVVDPJRY6$0RU  Bid Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC          3UHVHQWO\GHEDUUHGVXVSHQGHGSURSRVHGIRUGHEDUPHQWGHFODUHGLQHOLJLEOHRUYROXQWDULO\H[FOXGHGIURPSURJUDPVRSHUDWHG E\WKH6WDWHRI0LQQHVRWDWKH8QLWHG6WDWHVIHGHUDOJRYHUQPHQWRUWKH&DQDGLDQJRYHUQPHQWDVDSSOLFDEOHRUDQ\ 3DUWLFLSDWLQJ(QWLW\9HQGRUFHUWLILHVDQGZDUUDQWVWKDWQHLWKHULWQRULWVSULQFLSDOVKDYHEHHQFRQYLFWHGRIDFULPLQDORIIHQVH UHODWHGWRWKHVXEMHFWPDWWHURIWKLVVROLFLWDWLRQ %\FKHFNLQJWKLVER[,DFNQRZOHGJHWKDW,DPERXQGE\WKHWHUPVRIWKH3URSRVHU¶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id Number: RFP 040621 Vendor Name: Wastequip Manufacturing Company LLC         Wastequip #040621-WQI Pricing for contract #040621-WQI offers Sourcewell participating agencies the following discounts: • Wastequip® Steel Container Products: Special Market Pricing • Wastequip® Compaction Products: 5% to 20% off Catalog List Pricing • Confab® Steel Container Products: Special Market Pricing • Galbreath® Mobile Products: 5% to 20% off Catalog List Pricing • Amrep® Mobile Products: Special Market Pricing Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9811-25 2nd Rdg Agenda Date: 6/18/2025 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: City Council Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Adopt Ordinance 9811-25 on second reading to vacate the west five-foot city utility easement by request of landowner Aaron Petersen located at 2074 Douglas Ave, Clearwater, FL, per Exhibits A and B, further defined the west 5 feet of Lot 5, and the west 5 of the south 20 feet of Lot 4, all in Block X of Bay Terrace and Bay Terrace addition, according to the map or plat thereof as recorded in Plat Book 13, Page 22 of the public records of Pinellas County, FL. SUMMARY: STRATEGIC PRIORITY: Page 1 City of Clearwater Printed on 6/17/2025 CLEARWATER Prepared by: Department of Public Works -Engineering Geographic Technology Division 100 S. Myrtle Ave, Clearwater, FL 33756 Ph: (727)562-4750, Fax: (727)526-4755 www.MyClearwater.com Map Gen By: MD AERIAL MAP 2074 Douglas Avenue N Proposed Vacation Reviewed By: RJK Aerial Flown 2024 Date: 12/10/2024 Page: 1 of 1 s Scale: N.T.S. Document Path: C:\Users\Michael.Koter\City of Clearwater\Engineering Geographic Technology-Location Maps\2074 Douglas Ave Vacation\2074 Douglas Ave Vacation\2074 Douglas Ave Vacation.aprx LYING IN THE NORTHWEST 1/4 OF SECTION 3, TOWNSHIP 29 SOUTH, RANGE 15 EAST DESCRIPTION AND SKETCH FOR EASEMENT VACATION #2074 DOUGLAS AVENUE, CLEARWATER, FL EASEMENT VACATION DESCRIPTION: THE WEST 5 FEET OF LOT 5, AND THE WEST 5 OF THE SOUTH 20 FEET OF LOT 4, ALL IN BLOCK X OF BAY TERRACE AND BAY TERRACE ADDITION, ACCORDING TO THE MAP OR PLAT THEREOF AS RECORDED IN PLAT BOOK 13, PAGE 22 OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. CONTAINING 350 SQUARE FEET OR 0.008 ACRES MORE OR LESS. Basis of Bearings: THIS DESCRIPTION AND SKETCH 15 BASED ON THERECORDED FLAT, RECORDED DEED AND PROVIDEDFIELD GEOMETRY WEST RIGHT-OF-WAY LINE OF DOUGLAS AVENUE AS BEING s.oo·oo·oo-E. PER PROVIDED FIELD GEOMETRY. PREPARED: 11/19/24 FOR: AARON PETERSEN THIS IS NOT A SURVEY 1 .,... tch rrepared l:>y: Im r ,,.,.,..,..,,..N, f JOHN C. BRENDLA AND A550CIA TE5, INC. 7g; �� rRoFEssI0NAL LAND SURVEYORS AND MArrERs I:; .. __:������'.OI=:'.='.'.:��:___:� 4015 82nd Avenue North C"l � rmella5 rarl::, Florida 33781 I .a r .4601 phone (727) 57G-754G ~ fax (727) 577-SS32 I�a •760 SHEET 1 OF 2 1111 ,,,,L ________ 0��----------------------J Exhibit "A" Exhibit "B" ORDINANCE# 9811-25 VAC2025-02 - 2074 DOUGLAS AVE, CLEARWATER, FL 33755 PARCEL ID# 03-29-15-05220-024-0050 FIRST READING: JUNE 2, 2025 SECOND READING: JUNE 5, 2025 DESCRIPTION: VACATION OF A REAR UTILITY EASEMENT. APPROVE TO VACATE THE WEST FIVE (5’) FOOT CITY UTILITY EASEMENT BY REQUEST OF LANDOWNER AARON PETERSEN LOCATED AT 2074 DOUGLAS AVE, CLEARWATER PER EXHIBITS “A” & “B” AS FURTHER DEFINED THE WEST 5 FEET OF LOT 5, AND THE WEST 5 OF THE SOUTH 20 FEET OF LOT 4, ALL IN BLOCK X OF BAY TERRACE AND BAY TERRACE ADDITION, ACCORDING TO THE MAP OR PLAT THEREOF AS RECORDED IN PLAT BOOK 13, PAGE 22 OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FL, AND PASS ORDINANCE 9811-25 ON FIRST READING. APPLICANT NAME: AARON PETERSEN 2074 DOUGLAS AVE CLEARWATER, FL. 33755 AFFECTED PROPERTY ADDRESS: 2074 DOUGLAS AVE CLEARWATER, FL. 33755 APPLICANT MAILING ADDRESS: 2144 CUNNINGHAM DRIVE CLEARWATER, FL 33763 ADJACENT PROPERTY OWNERS BYRD SMITH 2080 DOUGLAS AVE CLEARWATER, FL,33755 KATHERINE DAMANN 207 DOUGLAS AVE CLEARWATER, FL 33755 KEVIN NORRIS 1180 STARBOARD WAY CLEARWATER, FL 33755 MONTY FAMILY 1185 UNION STREET CLEARWATER, FL 33755 JOHN & KELLY MCKINLEY 1181 UNION STREET CLEARWATER, FL 33755 RICKY MORGAN 23066 DOUGLAS AVE CLEARWATER, FL 33755 2019 BORROWER, LP 1188 STARBOARD WAY CLEARWATER, FL 33755 MARK EBY 4 DOUGLAS AVE CLEARWATER, FL 33755 PARK HEIGHTS, LLC. 3 DOUGLAS AVE CLEARWATER, FL 33755 TIM BLANTON 2077 DOUGLAS AVE CLEARWATER, FL 33755 GERALD ROEMER 2063 DOUGLAS AVE CLEARWATER, FL 33755 DEVA, LLC. 2061 DOUGLAS AVE CLEARWATER, FL 33755 MICHELLE FOLKENSON 2058 DOUGLAS AVE CLEARWATER, FL 33755 LYNDEE COOK 1185 STARBOARD WAY CLEARWATER, FL 33755 JONI HIKES 1181 STARBOARD WAY CLEARWATER, FL 33755 LUTHER HENDRICKS 1177 STARBOARD WAY CLEARWATER, FL 33755 SARA YATES 1171 STARBOARD WAY CLEARWATER, FL 33755 ORDINANCE NO. 9811-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THE WEST 5’ FOOT OF LOT 5, AND THE WEST 5 OF THE SOUTH 20 FEET OF LOT 4, ALL IN BLOCK X OF BAY TERRACE AND BAY TERRACE ADDITION, ACCORDING TO THE MAP OR PLAT THEREOF AS RECORDED IN PLAT BOOK 13, PAGE 22 IN THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, PROVIDING AN EFFECTIVE DATE. WHEREAS, Aaron Petersen is the owner in fee simple title of real property located at 2074 Douglas Avenue, Clearwater, FL 33755, to which have requested the City to vacate said utility easement located therein; and WHEREAS, the City Council of the City of Clearwater, Florida finds this specific easement portion unnecessary for municipal use. Furthermore, the City of Clearwater shall retain all Rights and usage thereof the remaining unaffected utility easement area. Therefore, it is deemed to be in the best interest of the City and the general public that the defined easement portion be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: This easement portion is further described as follows: See Exhibits "A" & “B” Is hereby vacated, closed, and released, and the City of Clearwater releases all rights, title, and interest thereto; however, this vacation in no way intends to impact the City's remaining ownership thereof, which is reserved and remains unaffected by this vacation. Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL __________________________________ READING AND ADOPTED 1 Ordinance No. 9811-25 (Signature Page Follows) Bruce Rector Mayor Approved as to form: ______________________ Jerrod Simpson Senior Assistant City Attorney Attest: ___________________________________ Rosemarie Call City Clerk 2 LYING IN THE NORTHWEST 1/4 OF SECTION 3, TOWNSHIP 29 SOUTH, RANGE 15 EAST DESCRIPTION AND SKETCH FOR EASEMENT VACATION #2074 DOUGLAS AVENUE, CLEARWATER, FL EASEMENT VACATION DESCRIPTION: THE WEST 5 FEET OF LOT 5, AND THE WEST 5 OF THE SOUTH 20 FEET OF LOT 4, ALL IN BLOCK X OF BAY TERRACE AND BAY TERRACE ADDITION, ACCORDING TO THE MAP OR PLAT THEREOF AS RECORDED IN PLAT BOOK 13, PAGE 22 OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA. CONTAINING 350 SQUARE FEET OR 0.008 ACRES MORE OR LESS. Basis of Bearings: THIS DESCRIPTION AND SKETCH 15 BASED ON THERECORDED FLAT, RECORDED DEED AND PROVIDEDFIELD GEOMETRY WEST RIGHT-OF-WAY LINE OF DOUGLAS AVENUE AS BEING s.oo·oo·oo-E. PER PROVIDED FIELD GEOMETRY. PREPARED: 11/19/24 FOR: AARON PETERSEN THIS IS NOT A SURVEY 1 .,... tch rrepared l:>y: Im r ,,.,.,..,..,,..N, f JOHN C. BRENDLA AND A550CIA TE5, INC. 7g; �� rRoFEssI0NAL LAND SURVEYORS AND MArrERs I:; .. __:������'.OI=:'.='.'.:��:___:� 4015 82nd Avenue North C"l � rmella5 rarl::, Florida 33781 I .a r .4601 phone (727) 57G-754G ~ fax (727) 577-SS32 I�a •760 SHEET 1 OF 2 1111 ,,,,L ________ 0��----------------------J Exhibit "A" Exhibit "B" ORDINANCE NO. 9811-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THE WEST 5’ FOOT OF LOT 5, AND THE WEST 5 OF THE SOUTH 20 FEET OF LOT 4, ALL IN BLOCK X OF BAY TERRACE AND BAY TERRACE ADDITION, ACCORDING TO THE MAP OR PLAT THEREOF AS RECORDED IN PLAT BOOK 13, PAGE 22 IN THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, PROVIDING AN EFFECTIVE DATE. WHEREAS, Aaron Petersen is the owner in fee simple title of real property located at 2074 Douglas Avenue, Clearwater, FL 33755, to which have requested the City to vacate said utility easement located therein; and WHEREAS, the City Council of the City of Clearwater, Florida finds this specific easement portion unnecessary for municipal use. Furthermore, the City of Clearwater shall retain all Rights and usage thereof the remaining unaffected utility easement area. Therefore, it is deemed to be in the best interest of the City and the general public that the defined easement portion be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: This easement portion is further described as follows: See Exhibits "A" & “B” Is hereby vacated, closed, and released, and the City of Clearwater releases all rights, title, and interest thereto; however, this vacation in no way intends to impact the City's remaining ownership thereof, which is reserved and remains unaffected by this vacation. Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL __________________________________ READING AND ADOPTED 1 Ordinance No. 9811-25 (Signature Page Follows) Bruce Rector Mayor Approved as to form: ______________________ Jerrod Simpson Senior Assistant City Attorney Attest: ___________________________________ Rosemarie Call City Clerk 2 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9826-25 2nd rdg Agenda Date: 6/18/2025 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: City Council Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Adopt Ordinance 9826-25 on second reading, amending the City’s fiscal year 2024/25 operating budget at mid-year. SUMMARY: Page 1 City of Clearwater Printed on 6/17/2025 Mid-Year Budget Review Fiscal Year 2024-25 Memorandum TO: Mayor and City Council FROM: Jennifer Poirrier, City Manager COPIES: Daniel Slaughter, Assistant City Manager Alfred Battle Jr., Assistant City Manager SUBJECT: Mid-Year budget review - amended City Manager's annual budget report DATE: May 22, 2025 Attached is the mid-year budget review in accordance with the City Code of Ordinances. This report is based on the first six months of activity in the current fiscal year (October 2024 through March 2025). Contained within are comments on major variances and documentation of all proposed amendments. Significant Fund amendments are outlined below: General Fund General Fund revenue and expenditure amendments reflect a net increase of $527,614. The General Fund expenditure amendments at mid-year reflect the Council approved appropriation of $490,000 of General Fund reserves for the Fire Boat Replacement project. Other amendments include an increase of $37,614 to the Police Department operating budget for the purchase of flashlights and accessories offset by revenues recognizing grant reimbursement from the Department of Justice. General Fund Reserves: In order to ensure adequate reserves, the City Council’s policy reflects that General Fund unappropriated fund reserves of 8.5% of the City’s budgeted General Fund expenditures must be maintained as a reserve to guard against future emergencies. Estimated General Fund reserves at mid-year are approximately $60.4 million, or 30.3% of the fiscal year 2024/25 General Fund expenditure budget, exceeding our minimum reserve requirement by $43.4 million. Significant amendments to other city operating funds are noted as follows: Stormwater Fund Amendments to Stormwater Fund expenditures reflect an increase of $4,000,000 transferred to the capital fund for the Stormwater Pipe System Improvements project to fund an increase to pipelining contracts. This increase is offset by budgeted revenues and an allocation of fund reserves. Mid-Year Budget Review Fiscal Year 2024-25 Solid Waste and Recycling Fund Amendments to Solid Waste and Recycling Fund expenditures reflect an increase of $6,196,158 to fund the costs for debris removal from hurricanes Helene and Milton. An offsetting revenue amendment is included to recognize reimbursements received from FEMA to date. Parking Fund Amendments to Parking Fund expenditures reflect a decrease of $6,000,000 to reduce the transfer to the Downtown Parking Garage project which will replenish fund balance and reduce the project budget in line with current construction estimates. Garage Fund Amendments to Garage Fund expenditures reflect an increase of $1,483,380. Amendments, which represent allocations from fund reserves, include $1,303,880 transferred to the Motorola Conversion project as previously approved by Council; and $179,500 transferred to the Motorized Equipment Replacement project which represents the fiscal year 2023/24 approved project funding that was not transferred last year in error leaving the capital fund short. Capital Improvement Program Mid-year amendments to the capital improvement program reflect a net increase of $2,067,389. Amendments include the following increases previously approved by the Council: $1,303,880 in Garage Fund revenues in the Motorola Conversion project; $490,000 in General Fund revenue in the Fire Boat Replacement project; $492,000 in impact fee revenue for the Park Land Acquisition project; $435,772 in grant revenue from FDOT and $114,228 in General Fund revenue for the Missouri Avenue Medians project; and $400,000 in grant revenue from FDOT and $100,000 in Gas Fund revenue for the Airpark Emergency Generator project. Project activity not previously approved by the Council is summarized on page 19. Significant amendments include an increase of $105,691 in tax credits in the Greenprint Implementation project; an increase of $69,998 in special program fund revenues in the Police Equipment Replacement project; $122,500 in property owner share revenue in the Pinellas New Mains project; an increase of $74,083 of tax revenue in the Sanitary Sewer Relocation project; an increase of $90,115 to recognize prior year parking revenues in the Seminole Boat Launch Maintenance project; and increase of $148,042 in FEMA reimbursements in the South Basin Attenuator project; and increase of $86,750 of special program fund revenues in the Parks & Beautification project; an increase of $4,000,000 of stormwater revenue in the Stormwater Pipe System Improvement Project; and a decrease of $6,000,000 in parking revenue in the Downtown Parking Garage project. Special Program Fund The Special Program Fund reflects a net budget increase of $1,187,200 at mid-year. Significant amendments include $270,884 in FEMA reimbursements from Hurricane Irma; $563,545 in contractual service revenue for police extra duty; $53,776 in fines and court proceeds for public safety programs and the tree replacement program; $31,591 in donation revenue in police, library and parks programs; $82,194 in special events revenues from the Sea Blues festival; $65,075 from insurance reimbursements for police vehicle replacements; $80,750 in opioid settlement funds; and $37,584 transferred between existing special programs. CITY OF CLEARWATER CITY OF CLEARWATER MID-YEAR SUMMARY THIRD QUARTER SUMMARY 2024/25 2024/25 FY 24/25 First Variance % Adopted Quarter Mid Year YTD Actual vs.YTD vs.Mid Year Amended Description Budget Amended Actual Amend Budget Budget Adjustment Budget General Fund: Revenues 226,606,480 232,049,722 138,913,242 93,136,480 60%527,614 232,577,336 Expenditures 226,606,480 232,049,722 130,528,594 101,521,128 56%527,614 232,577,336 Utility Funds: Water & Sewer Fund Revenues 115,202,440 115,202,440 57,243,297 57,959,143 50%- 115,202,440 Expenditures 115,202,440 115,202,440 77,562,615 37,639,825 67%- 115,202,440 Stormwater Fund Revenues 18,707,340 18,707,340 10,496,414 8,210,926 56%2,748,340 21,455,680 Expenditures 17,455,680 17,455,680 12,683,928 4,771,752 73%4,000,000 21,455,680 Gas Fund Revenues 47,782,630 47,782,630 20,644,055 27,138,575 43%- 47,782,630 Expenditures 47,782,630 47,782,630 24,398,812 23,383,818 51%- 47,782,630 Solid Waste and Recycling Fund Revenues 36,171,800 36,171,800 24,791,583 11,380,217 69%6,196,158 42,367,958 Expenditures 34,182,440 35,036,440 21,858,180 13,178,260 62%6,196,158 41,232,598 Enterprise Funds: Marine Fund Revenues 5,168,960 5,168,960 1,131,321 4,037,639 22%- 5,168,960 Expenditures 5,168,960 5,168,960 737,973 4,430,987 14%- 5,168,960 Airpark Fund Revenues 274,270 274,270 140,402 133,868 51%- 274,270 Expenditures 151,110 151,110 94,908 56,202 63%- 151,110 Clearwater Harbor Marina Fund Revenues 1,168,400 1,168,400 671,352 497,048 57%- 1,168,400 Expenditures 1,168,400 1,168,400 695,982 472,418 60%- 1,168,400 Parking Fund Revenues 42,285,720 42,285,720 4,207,876 38,077,844 10%(6,000,000) 36,285,720 Expenditures 42,285,720 42,285,720 37,125,941 5,159,779 88%(6,000,000) 36,285,720 Internal Service Funds: General Services Fund Revenues 8,668,890 8,668,890 4,362,785 4,306,105 50%- 8,668,890 Expenditures 8,668,890 8,668,890 4,523,654 4,145,236 52%- 8,668,890 Administrative Services Revenues 20,186,320 20,686,320 10,002,439 10,683,881 48%- 20,686,320 Expenditures 20,153,590 20,653,590 9,846,404 10,807,186 48%- 20,653,590 Garage Fund Revenues 18,445,200 18,445,200 8,722,681 9,722,519 47%1,483,380 19,928,580 Expenditures 18,432,510 18,432,510 6,561,014 11,871,496 36%1,483,380 19,915,890 Central Insurance Fund Revenues 40,048,550 40,048,550 25,734,637 14,313,913 64%- 40,048,550 Expenditures 40,039,250 40,039,250 15,974,298 24,064,952 40%- 40,039,250 1 MID-YEAR REVIEW AMENDED CITY MANAGER'S FISCAL YEAR 2024-25 REPORT PAGE # General Fund Operating Budget ..................................................................................................... 3 Utility Funds Operating Budget ...................................................................................................... 7 Other Enterprise Funds Operating Budgets ................................................................................. 11 Internal Service Funds Operating Budgets ................................................................................... 15 Capital Improvement Program Budget ........................................................................................ 19 Special Program Fund Budget ....................................................................................................... 35 Special Development Fund ........................................................................................................... 39 Administrative Change Orders ...................................................................................................... 42 Ordinances ..................................................................................................................................... 43 The amended 2024/25 operating budget, presented by operating fund and/or department, is submitted for the City Council review. The actual and projected data contained in this review represents six months, October 1, 2024, through March 31, 2025. The adjustments, however, represent all data available at the time of the report, including action taken by the City Council after March 31, 2025. Definitions associated with the operating funds information are presented as follows: Definitions: Adopted Budget - The budget as adopted by the City Council on September 17, 2024. Variance YTD Actual vs. Adopted Budget - Difference between year to date actual and adopted budget. % YTD vs. Budget - Percentage of adopted budget expended, year to date. Proposed Amendments - Adjustments that have been approved by the City Council, made at the Manager’s discretion, and/or adjustments proposed based on this quarter’s review. Amended Budget - Adding the Original Budget and Adjustments. 2 Capital Improvement Program The amended 2024/25 Capital Improvement Projects budget report is submitted for the City Council review. This review provides the opportunity to analyze the status of all active projects and present formal amendments to the project budget. The Capital Improvement Program and Special Program fund information is presented as follows: Definitions: Budget - The budget as of September 17, 2024, which includes project budgets from prior years, which have not been completed. Amendment - Amendments which have been approved by the City Council, made at the Manager's discretion, and/or adjustments proposed based on this quarter’s review. Revised Budget - Adding the Budget and Amendment columns. Encumbrance - Outstanding contract or purchase order commitment. Available Balance - Difference between revised budget and expenditure, plus encumbrance. Status - C - project is completed. Amend Ref - Reference number for description of amendment. Increase/ (Decrease)Description - At mid-year,approximately 91%of property tax revenue has been received.As projected,most property tax payments are made within the first six months of the fiscal year. No amendment is proposed at this time. - At mid-year,utility tax revenues are approximately 38% of total.This is primarily due to the timing of receipts.No amendments are proposed at this time. - At mid-year,approximately 34%of franchise fees revenue has been collected.This is primarily due to the timing of receipts.No amendments are proposed at this time. 37,614 Mid-year intergovernmental revenues reflect collection of 39%of budgeted revenues for the year.This is primarily due to timing of receipts.Amendments include an increase of $37,614.00 reflecting a transfer of DOJ grant revenue to provide funding for the purchase of police flashlights and accessories. - At mid-year,approximately 37%of budgeted judgments, fines &forfeitures revenue has been collected.This is primarily due to lower than expected collections of code enforcement and parking fines for the crossing guard program.This shortfall is due to business interruptions caused by the major hurricanes in the first quarter of the fiscal year. No amendments are proposed at this time. - Mid-year transfer in revenues reflect approximately 38% of budgeted revenues.This is primarily due to timing of receipts. No amendments are proposed at mid-year. Judgments, Fines & Forfeitures Transfers In Intergovernmental Franchise Fees City of Clearwater General Fund Revenues Mid-Year Amendments FY 2024/25 Utility Taxes Ad Valorem Taxes 3 Increase/ (Decrease)Description City of Clearwater General Fund Revenues Mid-Year Amendments FY 2024/25 Mid-year amendments reflect the appropriation of $490,000.00 from General Fund retained earnings. Amendments include the following: 490,000 1)An appropriation of $490,000.00 from fund reserves to provide funding for capital project C2507,Fire Boat Replacement,as approved by the Council on March 6, 2025. 490,000 527,614 Transfer (to) from Surplus Net General Fund Revenue Net Transfer (to) from Retained Earnings 4 Increase/ (Decrease)Description - At mid-year,City Audit expenditures reflect 32%of total budget.This is due to lower than anticipated expenditures of salaries and associated items due to a long-term vacancy in the department. - Mid-year amendments to Parks &Recreation expenditures reflect a net zero amendment transferring $114,228.00 in salary savings to capital project G2507, Missouri Avenue Medians,as approved by the council on March 6, 2025. 37,614 Mid-year Police Department expenditures reflect an increase of $37,614.00 to operating supplies and materials offset by revenues recognized from DOJ grant funding for the purchase of police flashlights and accessories. At mid-year,Non-Departmental expenditures reflect 76% of total budget,resulting from transfers occurring in the first period of the year. The following amendments reflect City Council approved interfund transfers to capital improvement programs: 490,000 1) A transfer of $490,000.00 to capital project C2507, Fire Boat Replacement, for the purchase of a new fireboat and trailer, as approved by the Council on March 6, 2025. 490,000 527,614 Net General Fund Expenditure Amendment Parks & Recreation Police Non-Departmental City of Clearwater General Fund Expenditures Mid-Year Amendments FY 2024/25 City Audit 5 2024/25 Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Amended Bud Budget Amendment Budget General Fund Revenues Ad Valorem Taxes 99,346,030 90,062,894 9,283,136 91%- 99,346,030 Utility Taxes 20,693,870 7,940,632 12,753,238 38%- 20,693,870 Local Option, Fuel and Other Taxes 6,160,000 3,500,337 2,659,663 57%- 6,160,000 Franchise Fees 12,600,000 4,250,833 8,349,167 34%- 12,600,000 Other Permits & Fees 3,332,500 1,680,243 1,652,257 50%- 3,332,500 Intergovernmental 32,331,010 12,617,458 19,713,552 39%37,614 32,368,624 Charges for Services 18,479,320 7,944,434 10,534,886 43%- 18,479,320 Judgments, Fines and Forfeitures 1,441,000 533,462 907,538 37%- 1,441,000 Miscellaneous Revenues 8,892,340 4,663,151 4,229,189 52%- 8,892,340 Transfers In 15,030,410 5,719,797 9,310,613 38%- 15,030,410 Total Revenues 218,306,480 138,913,242 79,393,238 64%37,614 218,344,094 Transfer (to) from Surplus 13,743,242 - 13,743,242 0%490,000 14,233,242 Adjusted Revenues 232,049,722 138,913,242 93,136,480 60%527,614 232,577,336 General Fund Expenditures City Council 664,064 376,368 287,696 57%- 664,064 City Manager's Office 1,386,616 565,150 821,466 41%- 1,386,616 City Attorney's Office 2,790,947 1,340,180 1,450,767 48%- 2,790,947 City Audit 507,056 159,893 347,163 32%- 507,056 City Clerk 1,384,574 623,609 760,965 45%- 1,384,574 CRA Administration 1,060,401 436,859 623,542 41%- 1,060,401 Economic Development and Housing 2,400,886 1,121,910 1,278,976 47%- 2,400,886 Finance 3,574,985 1,869,126 1,705,859 52%- 3,574,985 Fire 38,659,234 19,901,117 18,758,117 51%- 38,659,234 Human Resources 2,416,584 1,041,364 1,375,220 43%- 2,416,584 Library 10,090,842 5,174,165 4,916,677 51%- 10,090,842 Non-Departmental 17,330,898 13,105,552 4,225,346 76%490,000 17,820,898 Parks & Recreation 56,857,045 34,057,581 22,799,464 60%- 56,857,045 Planning & Development 9,434,077 4,547,132 4,886,945 48%- 9,434,077 Police 62,750,077 34,494,943 28,255,134 55%37,614 62,787,691 Public Communications 2,254,207 934,682 1,319,525 41%- 2,254,207 Public Utilities 512,130 240,289 271,841 47%- 512,130 Public Works 17,975,099 10,538,675 7,436,424 59%- 17,975,099 Total Expenditures 232,049,722 130,528,594 101,521,128 56%527,614 232,577,336 For the Six Month Period of October 1, 2024- March 31, 2025 GENERAL FUND MID-YEAR REVIEW 6 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget WATER & SEWER FUND Water & Sewer Revenues: Charges for Service 108,228,770 54,521,620 53,707,150 50%- 108,228,770 Judgments, Fines and Forfeits 271,000 104,960 166,040 39%- 271,000 Miscellaneous 3,649,200 2,616,716 1,032,484 72%- 3,649,200 Transfers In - - - ~- - Total Operating Revenues 112,148,970 57,243,297 54,905,673 51%- 112,148,970 Fund Equity 3,053,470 - 3,053,470 0%- 3,053,470 Total Revenues 115,202,440 57,243,297 57,959,143 50%- 115,202,440 Water & Sewer Expenditures: Public Utilities Administration 4,659,188 1,972,754 2,686,434 42%- 4,659,188 Wastewater Collection 24,659,184 21,386,216 3,272,968 87%- 24,659,184 Public Utilities Maintenance 10,891,095 7,217,324 3,673,771 66%- 10,891,095 WPC / Plant Operations 26,835,759 17,734,926 9,100,833 66%- 26,835,759 WPC / Laboratory Operations 627,966 278,458 349,508 44%- 627,966 WPC / Industrial Pretreatment 1,149,406 554,479 594,927 48%- 1,149,406 Water Distribution 19,250,399 12,717,389 6,533,010 66%- 19,250,399 Water Supply 20,917,852 11,136,440 9,781,412 53%- 20,917,852 Reclaimed Water 6,211,591 4,564,628 1,646,963 73%- 6,211,591 Total Expenditures 115,202,440 77,562,615 37,639,825 67%- 115,202,440 Increase/ (Decrease)Amendment Description: Water and Sewer Fund Revenues:- Water and Sewer Fund Expenditures:- For the Six Month Period of October 1, 2024 to March 31, 2025 At mid-year, anticipated revenues of the Water and Sewer Fund equal anticipated expenditures for fiscal year 2024/25. No amendments are proposed to Water and Sewer Fund revenues at mid-year. UTILITY FUNDS MID-YEAR REVIEW No amendments are proposed to Water and Sewer Fund expenditures at mid-year.Expenditures reflect 67%of total budget due to transfers to the capital fund which happen in the first period of the year. 7 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 to March 31, 2025 UTILITY FUNDS MID-YEAR REVIEW STORMWATER FUND Stormwater Revenues: Charges for Service 17,942,340 9,786,714 8,155,626 55%- 17,942,340 Judgments, Fines and Forfeits 55,000 17,225 37,775 31%- 55,000 Miscellaneous 710,000 692,475 17,525 98%- 710,000 Transfers In - - - ~- - Total Operating Revenues 18,707,340 10,496,414 8,210,926 56%- 18,707,340 Fund Equity - - - ~2,748,340 2,748,340 Total Revenues 18,707,340 10,496,414 8,210,926 56%2,748,340 21,455,680 Stormwater Expenditures: Stormwater Management 10,763,042 8,995,636 1,767,406 84%4,000,000 14,763,042 Stormwater Maintenance 6,692,638 3,688,291 3,004,347 55%- 6,692,638 Total Expenditures 17,455,680 12,683,928 4,771,752 73%4,000,000 21,455,680 Increase/ (Decrease)Amendment Description: Stormwater Fund Revenues:2,748,340 Stormwater Fund Expenditures:4,000,000 At mid-year, anticipated revenues of the Stormwater Fund equal anticipated expenditures for fiscal year 2024/25. Mid-year amendments to Stormwater Fund revenues reflect an allocation of $2,748,340.00 in reserves to provide funding for stormwater pipelining. At mid-year,Stormwater Fund expenditures reflect 73%of total budget due to transfers to the capital fund which happen in the first period of the year.Amendments include a total increase of $4,000,0000.00 in transfers to capital project ENST180001,Stormwater Pipe System Improvements,of which $2,748,340.00 will be allocated from fund reserves with the remainder being offset by revenues budgeted in excess of expenditures. 8 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 to March 31, 2025 UTILITY FUNDS MID-YEAR REVIEW GAS FUND Gas Revenues: Charges for Service 46,472,660 20,046,638 26,426,022 43%- 46,472,660 Judgments, Fines and Forfeits 100,000 23,986 76,014 24%- 100,000 Miscellaneous 871,290 573,431 297,859 66%- 871,290 Transfers In - - - ~- - Total Operating Revenues 47,443,950 20,644,055 26,799,895 44%- 47,443,950 Fund Equity 338,680 - 338,680 0%- 338,680 Total Revenues 47,782,630 20,644,055 27,138,575 43%- 47,782,630 Gas Expenditures: Administration & Supply 24,716,617 11,028,217 13,688,400 45%- 24,716,617 Pinellas Gas Operations 10,659,362 6,322,225 4,337,137 59%- 10,659,362 Pasco Gas Operations 7,292,463 5,109,348 2,183,115 70%- 7,292,463 Marketing & Sales 5,114,188 1,939,023 3,175,165 38%- 5,114,188 Total Expenditures 47,782,630 24,398,812 23,383,818 51%- 47,782,630 Increase/ (Decrease)Amendment Description: Gas Fund Revenues:- Gas Fund Expenditures:- At mid-year, anticipated revenues of the Gas Fund equal anticipated expenditures for fiscal year 2024/25. No amendments are proposed to Gas Fund revenues at mid- year. No amendments are proposed to Gas Fund expenditures at mid-year. 9 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 to March 31, 2025 UTILITY FUNDS MID-YEAR REVIEW SOLID WASTE AND RECYCLING FUND Solid Waste Revenues: Other Permits and Fees 1,700 2,498 (798) 147%- 1,700 Intergovernmental - 6,196,158 (6,196,158) ~6,196,158 6,196,158 Charges for Service 31,386,360 15,880,384 15,505,976 51%- 31,386,360 Judgments, Fines and Forfeits 91,000 32,373 58,627 36%- 91,000 Miscellaneous 1,603,100 1,083,892 519,208 68%- 1,603,100 Transfers In - - - ~- - Solid Waste Revenues 33,082,160 23,195,305 9,886,855 70%6,196,158 39,278,318 Recycling Revenues: Other Permits and Fees - - - ~- - Intergovernmental - 85,152 (85,152) ~- - Charges for Service 2,830,640 1,468,864 1,361,776 52%- 2,830,640 Judgments, Fines and Forfeits 8,000 2,711 5,289 34%- 8,000 Miscellaneous 251,000 39,552 211,448 16%- 251,000 Transfers In - - - ~- - Recycling Revenues 3,089,640 1,596,278 1,493,362 52%- 3,089,640 Fund Equity - - - ~- - Total Revenues 36,171,800 24,791,583 11,380,217 69%6,196,158 42,367,958 Solid Waste Expenditures: Collection 22,142,303 10,548,296 11,594,007 48%- 22,142,303 Transfer 2,617,235 1,121,069 1,496,166 43%- 2,617,235 Container Maintenance 955,452 456,322 499,130 48%- 955,452 Administration 4,712,510 7,881,044 (3,168,534) 167%6,196,158 10,908,668 Solid Waste Expenditures 30,427,500 20,006,732 10,420,768 66%6,196,158 36,623,658 Recycling Expenditures: Residential 1,382,721 623,815 758,906 45%- 1,382,721 Multi-Family 432,458 157,889 274,569 37%- 432,458 Commercial 2,793,761 1,069,744 1,724,017 38%- 2,793,761 Recycling Expenditures 4,608,940 1,851,448 2,757,492 40%- 4,608,940 ~ Total Expenditures 35,036,440 21,858,180 13,178,260 62%6,196,158 41,232,598 Increase/ (Decrease)Amendment Description: Solid Waste and Recycling Fund Revenues:6,196,158 Solid Waste and Recycling Fund Expenditures:6,196,158 At mid-year, anticipated revenues of the Solid Waste and Recycling Fund exceed anticipated expenditures by $1,135,360 for fiscal year 2024/25. At mid-year,Solid Waste and Recycling Fund revenues reflect 69%of total budget.This is primarily due to receipt of FEMA reimbursements for hurricane disaster relief. Amendments include an increase of $6,196,158.00 which reflects the reimbursement. At mid-year,Solid Waste and Recycling Fund expenditures reflect 62%of total budget due to unanticipated hurricane debris removal expenses.Amendments include an increase of $6,196,158.00 to disaster response for removal and monitoring of this debris,as approved by the Council on November 7, 2024, December 5, 2024, and March 6, 2025. 10 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget MARINE FUND Marine Revenues: Intergovernmental - - - ~- - Charges for Service 4,717,550 730,625 3,986,925 15%- 4,717,550 Judgments, Fines and Forfeits - - - ~- - Miscellaneous Revenue 338,100 385,696 (47,596) 114%- 338,100 Transfers In 15,000 15,000 - 100%- 15,000 Total Operating Revenues 5,070,650 1,131,321 3,939,329 22%- 5,070,650 Fund Equity 98,310 - 98,310 0%- 98,310 Total Revenues 5,168,960 1,131,321 4,037,639 22%- 5,168,960 Marine Expenditures: Marina Operations 5,168,960 737,973 4,430,987 14%- 5,168,960 Total Expenditures 5,168,960 737,973 4,430,987 14%- 5,168,960 Increase/ (Decrease)Amendment Description: Marine Fund Revenues:- Marine Fund Expenditures:- For the Six Month Period of October 1, 2024 - March 31, 2025 ENTERPRISE FUNDS MID-YEAR REVIEW At mid-year, anticipated revenues of the Marine Fund equal anticipated expenditures for fiscal year 2024/25. No amendments are proposed to Marine Fund revenues at mid-year.Revenues reflect 22%of total budget due to reduced fuel sales caused by closure of the fuel dock during the ongoing construction at Clearwater Beach Marina. No amendments are proposed to Marine Fund expenditures at mid-year.Expenditures reflect 14%of total budget representing reduced purchase of fuel for resale caused by closure of the fuel dock during the ongoing construction at Clearwater Beach Marina. 11 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 - March 31, 2025 ENTERPRISE FUNDS MID-YEAR REVIEW CLEARWATER HARBOR MARINA FUND Clearwater Harbor Marina Revenues: Intergovernmental - - - ~- - Charges for Service 1,050,000 629,353 420,647 60%- 1,050,000 Judgments, Fines and Forfeits 200 150 50 75%- 200 Miscellaneous Revenue 101,500 41,849 59,651 41%- 101,500 Transfers In - - - ~- - Total Operating Revenues 1,151,700 671,352 480,348 58%- 1,151,700 Fund Equity 16,700 - 16,700 0%- 16,700 Total Revenues 1,168,400 671,352 497,048 57%- 1,168,400 Clearwater Harbor Marina Expenditures Clearwater Harbor Marina Operations 1,168,400 695,982 472,418 60%- 1,168,400 Total Expenditures 1,168,400 695,982 472,418 60%- 1,168,400 Increase/ (Decrease)Amendment Description: Clearwater Harbor Marina Fund Revenues:- Clearwater Harbor Marina Fund Expenditures:- At mid-year, anticipated revenues of the Clearwater Harbor Marina Fund equal anticipated expenditures for fiscal year 2024/25. No amendments are proposed to Clearwater Harbor Marina Fund revenues at mid-year. No amendments are proposed to Clearwater Harbor Marina Fund expenditures at mid-year. 12 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 - March 31, 2025 ENTERPRISE FUNDS MID-YEAR REVIEW AIRPARK FUND Airpark Revenues: Intergovernmental - - - ~- - Charges for Service - - - ~- - Miscellaneous Revenue 274,270 140,402 133,868 51%- 274,270 Transfers In - - - ~- - Total Operating Revenues 274,270 140,402 133,868 51%- 274,270 Fund Equity - - - ~- - Total Revenues 274,270 140,402 133,868 51%- 274,270 Airpark Expenditures: Airpark Operations 151,110 94,908 56,202 63%- 151,110 Total Expenditures 151,110 94,908 56,202 63%- 151,110 Increase/ (Decrease)Amendment Description: Airpark Fund Revenues:- Airpark Fund Expenditures:- At mid-year, anticipated revenues of the Airpark Fund exceed anticipated expenditures by $123,160 for fiscal year 2024/25. No amendments are proposed to Airpark Fund revenues at mid-year. No amendments are proposed to Airpark Fund expenditures at mid-year.Expenditures reflect 63%of total budget primarily due to transfers to the capital fund which happen in the first period of the year. 13 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 - March 31, 2025 ENTERPRISE FUNDS MID-YEAR REVIEW PARKING FUND Parking Revenues: Charges for Service 9,725,100 2,979,704 6,745,396 31%- 9,725,100 Judgments, Fines and Forfeits 1,611,040 700,433 910,607 43%- 1,611,040 Miscellaneous Revenue 900,000 527,738 372,262 59%- 900,000 Transfers In - - - ~- - Total Operating Revenues 12,236,140 4,207,876 8,028,264 34%- 12,236,140 Fund Equity 30,049,580 - 30,049,580 0%(6,000,000) 24,049,580 Total Revenues 42,285,720 4,207,876 38,077,844 10%(6,000,000) 36,285,720 Parking Expenditures Public Works/Parking System 39,267,248 35,732,024 3,535,224 91%(6,000,000) 33,267,248 Public Works/Parking Enforcement 1,311,862 469,816 842,046 36%- 1,311,862 Fire Dept/Beach Guards 1,506,194 811,706 694,488 54%- 1,506,194 M&A/Seminole Street Boat Ramp 200,416 112,395 88,021 56%- 200,416 Total Expenditures 42,285,720 37,125,941 5,159,779 88%(6,000,000) 36,285,720 Increase/ (Decrease)Amendment Description: Parking Fund Revenues:(6,000,000) Parking Fund Expenditures:(6,000,000) At mid-year, anticipated revenues of the Parking Fund equal anticipated expenditures for fiscal year 2024/25. At mid-year,Parking Fund revenues reflect 34%of total budget due to decreased collection of parking fees and fines caused by the major hurricanes in the first quarter of the fiscal year.Amendments to Parking Fund revenues reflect a reduction to use of fund equity by $6,000,000.00 to replenish fund balance. At mid-year,Parking Fund Expenditures reflect 88%of total budget due to transfers to the capital fund which happen in the first period of the year.Amendments reflect a reduction of $6,000,000.00 in transfers to the capital fund,returning cash from ENPK230001,Downtown Parking Garage,which will replenish fund balance. 14 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget GENERAL SERVICES FUND General Services Revenues: Charges for Service 8,203,890 4,080,092 4,123,798 50%- 8,203,890 Miscellaneous Revenues 465,000 282,693 182,307 61%- 465,000 Transfers In - - - ~- - Total Operating Revenues 8,668,890 4,362,785 4,306,105 50%- 8,668,890 Fund Equity - - - ~- - Total Revenues 8,668,890 4,362,785 4,306,105 50%- 8,668,890 General Services Expenditures: Administration 600,275 297,387 302,888 50%- 600,275 Building & Maintenance 8,068,615 4,226,268 3,842,347 52%- 8,068,615 Total Expenditures 8,668,890 4,523,654 4,145,236 52%- 8,668,890 Increase/ (Decrease)Amendment Description: General Services Fund Revenues:- General Services Fund Expenditures:- At mid-year, anticipated revenues of the General Services Fund equal anticipated expenditures for fiscal year 2024/25. No amendments are proposed to General Services Fund revenues at mid-year. No amendments are proposed to General Services Fund expenditures at mid-year. For the Six Month Period of October 1, 2024 - March 31, 2025 INTERNAL SERVICE FUNDS MID-YEAR REVIEW 15 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 - March 31, 2025 INTERNAL SERVICE FUNDS MID-YEAR REVIEW ADMINISTRATIVE SERVICES FUND Administrative Services Revenues: Charges for Service 19,711,320 9,732,679 9,978,641 49%- 19,711,320 Miscellaneous Revenues 475,000 269,760 205,240 57%- 475,000 Transfers In - - - ~- - Total Operating Revenues 20,186,320 10,002,439 10,183,881 50%- 20,186,320 Fund Equity 500,000 - 500,000 0%- 500,000 Total Revenues 20,686,320 10,002,439 10,683,881 48%- 20,686,320 Administrative Services Expenditures: Info Tech / Admin 1,201,295 794,279 407,016 66%- 1,201,295 Info Tech / Network Ops & User Support 5,779,449 1,998,317 3,781,132 35%- 5,779,449 Info Tech / Network Security & Architecture 3,505,911 2,113,225 1,392,686 60%- 3,505,911 Info Tech / Solutions & Programming 932,756 564,526 368,230 61%- 932,756 Info Tech / Telecommunications - - - ~- - Info Tech / Enterprise Systems & Training 4,330,190 1,972,217 2,357,973 46%- 4,330,190 Public Comm / Courier 209,563 51,936 157,627 25%- 209,563 Clearwater Customer Service 4,694,426 2,351,904 2,342,522 50%- 4,694,426 Total Expenditures 20,653,590 9,846,404 10,807,186 48%- 20,653,590 Increase/ (Decrease)Amendment Description: Administrative Services Fund Revenues:- Administrative Services Fund Expenditures:- No amendments are proposed to Administrative Services Fund revenues at mid-year. No amendments are proposed to Administrative Services Fund expenditures at mid-year. At mid-year, anticipated revenues of the Administrative Services Fund exceed anticipated expenditures by $32,730 for fiscal year 2024/25. 16 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 - March 31, 2025 INTERNAL SERVICE FUNDS MID-YEAR REVIEW GARAGE FUND Garage Fund Revenues Charges for Service 17,408,550 8,303,914 9,104,636 48%- 17,408,550 Miscellaneous Revenues 1,036,650 418,767 617,883 40%- 1,036,650 Transfers In - - - ~- - Total Operating Revenues 18,445,200 8,722,681 9,722,519 47%- 18,445,200 Fund Equity - - - ~1,483,380 1,483,380 Total Revenues 18,445,200 8,722,681 9,722,519 47%1,483,380 19,928,580 Garage Fund Expenditures: Fleet Maintenance 17,633,580 6,253,592 11,379,988 35%179,500 17,813,080 Radio Communications 798,930 307,422 491,508 38%1,303,880 2,102,810 Total Expenditures 18,432,510 6,561,014 11,871,496 36%1,483,380 19,915,890 Increase/ (Decrease)Amendment Description: Garage Fund Revenues:1,483,380 Garage Fund Expenditures:1,483,380 At mid-year, anticipated revenues of the Garage Fund exceed anticipated expenditures by $12,690 for fiscal year 2024/25. Mid-year amendments to Garage Fund revenues reflect a net increase of $1,483,380.00.Total amendments include:1) an allocation of $1,303,880.00 from fund reserves to provide funding for migration of the city's land mobile radio system to Pinellas County's LMR,as approved by the Council on March 17,2025;and 2)an allocation of $179,500 from fund reserves which represents the fiscal year 2023/24 transfer to the capital fund that was included in the approved budget, but not transferred to fund the project. Mid-year expenditures of the Garage Fund reflect 36%of total budget due to lower than anticipated purchases of fuel and tires for city vehicles.Total amendments reflect a net increase of $1,483,380.00.This includes:1)an increase of $1,303,880.00 transferred to capital project C2508, Motorola Conversion,as approved by the Council on March 17, 2025; and 2) a transfer of $179,500 to capital project 366- 94233,Motorized Equipment Replacement-Cash,which represents the approved fiscal year 2023/24 project transfer/CIP budget which in error was not transferred. 17 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 - March 31, 2025 INTERNAL SERVICE FUNDS MID-YEAR REVIEW CENTRAL INSURANCE FUND Central Insurance Revenues: Charges for Service 39,173,550 18,517,784 20,655,766 47%- 39,173,550 Miscellaneous Revenues 875,000 7,216,854 (6,341,854) 825%- 875,000 Transfers In - - - ~- - Total Operating Revenues 40,048,550 25,734,637 14,313,913 64%- 40,048,550 Fund Equity - - - ~- - Total Revenues 40,048,550 25,734,637 14,313,913 64%- 40,048,550 Central Insurance Expenditures: Finance / Risk Management 519,863 243,451 276,412 47%- 519,863 HR / Employee Benefits 501,286 222,455 278,831 44%- 501,286 HR / Employee Health Clinic 1,753,770 568,946 1,184,824 32%- 1,753,770 Non-Departmental 37,264,331 14,939,447 22,324,884 40%- 37,264,331 Total Expenditures 40,039,250 15,974,298 24,064,952 40%- 40,039,250 Increase/ (Decrease)Amendment Description: Central Insurance Fund Revenues:- Central Insurance Fund Expenditures:- At mid-year, anticipated revenues of the Central Insurance Fund exceed anticipated expenditures by $9,300 for fiscal year 2024/25. No amendments are proposed to Central Insurance Fund revenues at mid-year.Revenues reflect 64%of total budget due to higher than normal insurance recovery payouts resulting from damages caused by the major hurricanes in the first quarter of the fiscal year. No amendments are proposed to Central Insurance Fund expenditures at mid-year. 18 CAPITAL IMPROVEMENT PROGRAM Mid-Year Summary FY 2024/25 19 The amended 2024/25 Capital Improvement Program budget report is submitted for the City Council's mid- year review. The proposed amendment is a net budget increase in the amount of $2,067,389. This review provides the opportunity to examine the status of all active projects and present formal amendments to the project budgets. Fiscally significant budget increases encompassed within this review are as follows: The following are significant amendments to capital projects that are presented for the first time, not previously approved by the City Council: ➢ Greenprint Implementation – a budget increase of $105,691 in refund received from IRS elective pay tax credits. ➢ Police Equipment Replacement - a budget increase of $69,998 transferred from the Special Program Fund. ➢ Pinellas New Mains/Service Line – a budget increase of $122,500 in property owners share revenue. ➢ Sanitary Sewer Relocation – a budget increase of $74,083 in tax revenue. ➢ Seminole Boat Launch Maintenance – a budget increase of $90,115 in prior year parking revenue. ➢ South Basin Attenuator – a budget increase of $148,042 in Federal Disaster Relief (FEMA) reimbursement revenue. ➢ Parks & Beautification R&R – a budget increase of $86,750 in Special Program Fund revenue. ➢ Stormwater Pipe System Improvements – a budget increase of $4,000,000 in stormwater revenue. ➢ Downtown Parking Garage – a budget decrease of $6,000,000 in parking revenue. Significant budget increases that have been previously approved by the City Council are listed below: Project Council Budget Increase Approval ➢ Motorola Conversion $1,303,880 03/17/25 ➢ Fire Boat Replacement $490,000 03/06/25 ➢ Park Land Acquisition $38,500 03/17/25 ➢ Park Land Acquisition $453,500 05/01/25 ➢ Missouri Ave Medians $550,000 03/06/25 ➢ Airpark Emergency Generator $500,000 04/17/25 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment Countryside Library Demo - CLOSE PROJECT 1 93535 (75,000) To record a budget transfer of $75,000.00 in General Fund revenue to project C2408,Osceola Ave Streetscape/Utility Replacement. This will close the project.(75,000) City-wide Connectivity 2 94729 12,814 To record a budget transfer of $12,814.47 in administrative services fund revenue from project M2202, Telecommunications Upgrade.12,814 Greenprint Implementation 3 C2106 105,691 To record a budget increase of $105,691.32 in refunds received from IRS elective pay tax credits,this will bring the budget in line with actual revenues received.105,691 Myrtle/Cleveland Utility Underground - CLOSE PROJECT 4 ENGF240002 - (1,100,000) To record a budget transfer of $1,100,000.00 in General Fund revenue to project ENRD250001,Quiet Zone Compliance. This will close the project.(1,100,000) General Services Roof Replacement 5 C2414 - (500,000) To record a budget decrease of $500,000.00 in garage fund revenue to correct a 1Q FY25 budget amendment error that allocated funds to the incorrect project.(500,000) Motorola Conversion - NEW PROJECT 6 C2508 1,303,880 To establish the project and record a budget increase of $1,303,880.00 in garage fund revenue as approved by council on March 17, 2025.1,303,880 Fleet Facility R&R 7 GSFL180001 - 500,000 To record a budget increase of $500,000.00 in garage fund revenue to correct a 3Q FY24 budget amendment error that reduced the budget instead of transferring funds between capital project accounts.500,000 Telecommunications Upgrade - CLOSE PROJECT 8 M2202 - (12,814) To record a budget transfer of $12,814.47 in administrative services fund revenue to project 94729,City-wide Connectivity. This will close the project.(12,814) Motorized Equip Purchases-LP 9 L2301 76,919 To record a budget transfer of $23,973.46 in lease purchase revenue from project L1904,Vehicles & Equipment (Sewer)and a budget transfer of $52,945.25 in lease purchase revenue from project L1905,Vehicles & Equipment (Water).76,919 CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 20 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Police Equipment Replacement 10 P1802 69,998 To record a budget increase of $69,998.28 transferred from closed special program 181-P2002,Police Body Worn Camera Program.69,998 Fire Engine Replacement 11 91218 150,000 To record a budget transfer of $150,000.00 in General Fund revenue from project 91264,Fire Hose Replacement as approved by council April 3, 2025.150,000 Thermal Imaging Cameras 12 91260 (40,000) To record a budget transfer of $40,000.00 in General Fund revenue to project 91263, Extrication Tools.(40,000) Fire Hose Replacement - CLOSE PROJECT 13 91264 (212,746) To record a budget transfer of $150,000.00 in General Fund revenue to project 91218,Fire Engine Replacement as approved by council April 3, 2025. To record a budget transfer of $40,000.00 in General Fund revenue to project 91263,Extrication Tools,and a budget transfer of $22,746.48 in General Fund revenue to project Fire Station 46-Beach. This will close the project.(212,746) Fire Boat Replacement - NEW PROJECT 14 C2507 490,000 To establish the project and record a budget increase of $490,000.00 in General Fund revenues as approved by council March 6, 2025 490,000 Fire Station 46 - Beach 15 FD00190001 - 37,833 To record budget transfers of $15,086.02 in penny revenue from project C2103,Downtown Streetscaping,and $22,746.48 in General Fund revenue from 91264,Fire Hose Replacement.37,833 Fire Station Alerting System - NEW PROJECT 16 M2506 - 240,000 To establish the project and transfer $240,000.00 in General Fund revenue from project 91229,Replace & Upgrade Airpacks.This project provides funding to begin phased upgrades to the alerting system at each fire station.240,000 Replace & Upgrade Airpacks 17 91229 - (240,000) To record a budget transfer of $240,000.00 of General Fund revenue to project M2506,Fire Station Alerting System.(240,000) 21 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Extrication Tools 18 91263 16,000 80,000 To record a budget increase of $96,000.00 representing the following amendments:1)an increase of $16,000.00 in surplus equipment revenue to bring the budget in line with receipts;2)a transfer of $40,000.00 General Fund revenue from project 91260,Thermal Imaging Cameras;and 3)a transfer of $40,000.00 from project 91264,Fire Hose Replacement,to fund the purchase of replacement extrication equipment.96,000 Pinellas New Mains/Service Lines 19 96377 122,500 To record a budget increase of $122,499.88 in property owners share revenue to bring the budget in line with revenues received.122,500 Pasco New Mains/Service Lines 20 96378 7,645 To record a budget increase of $7,644.95 in property owners share revenue to bring the budget in line with revenues received.7,645 Gas Inventory Work Management Systems - CLOSE 21 96382 - (2,385,732) To record a budget transfer of $2,385,732.49 in gas revenue to project C2412,Enterprise Asset Management. This will close the historical project,transferring to the new city-wide asset management project.(2,385,732) Enterprise Asset Management 22 C2412 - 2,385,732 To record a budget transfer of $2,385,732.49 in gas revenue from project 96382,Gas Inventory Work Management Systems.2,385,732 Sanitary Sewer Upgrades/Improvements 23 96212 13,387 To record a budget increase of $13,387.48 in Utility R&R revenue from project C2103, Downtown Streetscaping.13,387 Sanitary Sewer Relocation 24 96634 74,083 To record a budget increase of $74,082.81 in general tax revenue to bring the budget in line with actual receipts received.74,083 Water Pollution Control R&R 25 96664 - (2,500,000) To record a budget transfer of $2,500,000.00 in Utility R&R revenue to project 96721, System R&R Maintenance.(2,500,000) Sanitary Sewer R&R 26 96665 - 755 To record a budget transfer of $755.00 in sewer revenue from project M2008,Vehicles &Equipment -Water & Sewer.755 22 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Pump Station Replacement 27 96686 - (50,000) To record a budget transfer of $50,000.00 in water revenue to project 96739, Reclaimed Water Distribution System.(50,000) System R & R - Maintenance 28 96721 - 2,650,000 To record a budget transfer of $150,000.00 in water revenue from project 96722,Line Relocation-Maintenance and to record a budget transfer of $2,500,000.00 in Utility R&R from project 96664, Water Pollution Control R&R.2,650,000 Line Relocation - Maintenance 29 96722 - (150,000) To record a budget transfer of $150,000.00 in water revenue to project 96721, System R&R - Maintenance.(150,000) Reclaimed Water Distribution System 30 96739 50,000 To record a budget transfer of $50,000.00 in water revenue from project 96686, Pump Station Replacement.50,000 Vehicle & Equipment- Water & Sewer - CLOSE PROJECT 31 L1904/L1905/ M2208 - (77,674) To record a budget decrease of $77,673.71 recognizing the following transfers:1)$23,973.46 in lease purchase revenue from L1904 and $52,945.25 in lease purchase revenue from L1905,both transferred to project L2301, Motorized Equipment Purchase -LP;and 2)a transfer of $755.00 in sewer revenue from M2208 to 96665,Sanitary Sewer R&R. This will close these projects.(77,674) Northeast Plant R&R 32 M1906 - (50,000) To record a budget transfer of $50,000.00 in Utility R&R revenue to project M1907, East Plant R&R.(50,000) East Plant R&R 33 M1907 - 50,000 To record a budget transfer of $50,000.00 in Utility R&R revenue from project M1906, Northeast Plant R&R.50,000 Stormwater Pipe System Improvements 34 ENST180001 4,000,000 To record a budget increase of $4,000,000.00 to provide additional funding for pipelining contracts in the current fiscal year.4,000,000 23 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Allen's Creek 35 ENST180002 (650,000) To record a budget transfer of $650,000.00 in stormwater revenue to project ENST180010,Lower Spring Branch Improvements.(650,000) Stormwater System Expansion 36 ENST180003 15,557 To record a budget transfer of $15,556.50 in stormwater revenue from project C2103, Downtown Streetscaping.15,557 Alligator Creek Watershed 37 ENST180006 (1,000,000) To record a budget transfer of $1,000,000.00 in stormwater revenue to project ENST240001,North Beach Pump Station.(1,000,000) Lower Spring Branch Improvements 38 ENST180010 650,000 To record a budget transfer of $650,000.00 in stormwater revenue from project ENST180002, Allen's Creek.650,000 North Beach Pump Station 39 ENST240001 1,000,000 To record a budget transfer of $1,000,000.00 in stormwater revenue from project ENST180006,Alligator Creek Watershed.1,000,000 Downtown Streetscaping - CLOSE PROJECT 40 C2103 (44,030) To record a budget decrease of $44,030.00 recognizing the following amendments:1)a transfer of $15,086.02 in penny revenue to project FD00190001,Fire Station 46;2)a transfer of $15,556.50 in stormwater revenue to project ENST180003,Stormwater System Expansion;and 3)a transfer of $13,387.48 in Utility R&R revenue to project 96212,Sanitary Sewer Upgrades/Improvements.This will close the project.(44,030) Osceola Streetscape/Utility Replacement 41 C2408 992,586 To record a budget increase of $992,585.81 recognizing the following amendments:1)a budget transfer of $75,000.00 in General Fund revenue from project 93535,Countryside Library Demolition;2)a budget transfer of $47,344.00 in General Fund revenue from project ENGF200003, Memorial Causeway Bridge Lighting;and 3)a budget transfer of $379,173.27 in General Fund revenue and $491,068.54 in penny revenue from project ENGF180002, Downtown Intermodal.992,586 24 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Memorial Causeway Bridge Lighting - CLOSE PROJECT 42 ENGF200003 (47,344) To record a budget transfer of $47,344.00 in General Fund revenue to project C2408,Osceola Ave Streetscape/Utility Replacement. This will close the project.(47,344) Streets & Sidewalks 43 ENRD180004 885 To record a budget increase of $885.14 in reimbursement revenue to bring the budget in line with actual receipts received. Amendments also include net zero transfers of road millage revenue of $50,000.00 to project ENRD180007,Traffic Safety Infrastructure and $250,000.00 to project ENRD240001,ATMS/Infrastructure Upgrades offset by the return of multi-modal impact fees of $50,000.00 from project ENRD180007,Traffic Safety Infrastructure and $250,000.00 from project ENRD240001,ATMS/ Infrastructure Upgrades.885 Traffic Safety Infrastructure 44 ENRD180007 - To record a net zero budget transfer of $50,000.00 in multi- modal impact fees to project ENRD180004,Streets & Sidewalks offset by the return of $50,000.00 in road millage revenue transferred from project ENRD180004, Streets & Sidewalks.- ATMS/Infrastructure Upgrades 45 ENRD240001 - To record a net zero budget transfer of $250,000.00 in multi-modal impact fees to project ENRD180004,Streets & Sidewalks offset by the return of $250,000.00 in road millage revenue transferred from project ENRD180004, Streets & Sidewalks.- Quiet Zone Compliance - NEW PROJECT 46 ENRD250001 1,100,000 To Establish the project and record a budget transfer of $1,100,000.00 in General Fund revenue from project ENGF240002,Myrtle/Cleveland Utility Undergrounding. This new project will provide initial funding to begin improvements necessary for quiet zone compliance downtown. 1,100,000 Airpark Emergency Generator - NEW PROJECT 47 G2509 500,000 To establish the project and record a budget increase of $400,000.00 in FDOT revenue and an increase of $100,000.00 in gas revenue transferred from project 96387,Natural Gas Vehicle as approved by council on April 17, 2025.500,000 25 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Downtown Parking Garage 48 ENPK230001 (6,000,000) To record a budget decrease of $6,000,000.00 returning revenues to the Parking Fund to replenish fund balance based on current construction estimates.(6,000,000) Seminole Boat Launch Maintenance 49 M2102 90,115 To record a budget increase of $90,115.02 in parking revenue to bring the budget in line with revenues received.90,115 Downtown Intermodal -CLOSE PROJECT 50 ENGF180002 (870,242) To record a budget transfer of $379,173.27 in General Fund revenue and $491,068.54 in penny revenue to project C2408,Osceola Ave Streetscape/Utility Replacement.This will close the project.(870,242) Library FF&E Repair & Replace 51 93534 300 To record a budget increase of $300.00 in surplus equipment revenue to bring the budget in line with revenues received.300 Park Land Acquisition 52 93133 492,000 To record a budget increase of $38,500.00 in open space impact fees from Special Development fund as approved by council March 17, 2025. To record a budget increase of $275,000.00 in open space impact fees and $178,500.00 of recreation land impact fees from the Special Development fund as approved by council May 1, 2025.492,000 Missouri Ave Medians 53 G2507 550,000 To establish the project and record a budget increase of $435,772.00 in grant revenue and $114,228.00 in General Fund revenue as approved by council March 6, 2025.550,000 Parks & Beautification R&R 54 M2206 96,250 To record a budget increase of $9,500.00 in donation revenue and a budget increase of $86,750.00 in Special Program revenue to bring the budget in line with actual revenues received.96,250 Miscellaneous Minor Public Art - CLOSE PROJECT 55 A1901 - (92,439) To record a budget transfer of $92,439.03 in General Fund revenue to project A2501,Arts and Cultural Affairs Fund. This will close the project.(92,439) 26 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Cultural Arts Plan - CLOSE PROJECT 56 A2201 - (104,915) To record a budget transfer of $104,914.60 in General Fund revenue to project A2501,Arts and Cultural Affairs Fund. This will close the project.(104,915) Arts and Cultural Affairs Fund - NEW PROJECT 57 A2501 - 197,354 To establish the project and record a budget increase in General Fund revenue of $92,439.03 from project A1901, Miscellaneous Public Art and $104,914.60 from project A2201, Cultural Arts Plan.197,354 Pier 60/Sailing Center Maintenance - CLOSE PROJECT 58 93499 - (697,858) To record a budget transfer of $650,000.00 in General Fund revenue to project M2504,Sailing Center R&R and a budget transfer of $47,858.27 in General Fund revenue to project M2505,Pier 60 R&R.This will close the historical project,and create new projects to account for expenditures separately by facility.(697,858) Beach Marina Upgrade 59 C1905 - Amendments include and a net-zero amendment recognizing $7,850,000.00 in grant revenues awarded from the Tourist Development Council (TDC).This funding will reduce the total interfund loan previously approved,which is intended to be paid by future Marina fund revenues. - Soccer Reno EC Moore - CLOSE PROJECT 60 C2204 - (100,000) To record a budget transfer of $100,000.00 in General Fund revenue to project C2510,E.C.Moore Renovations.This will close this project,creating a new project to account for total complex improvements.(100,000) South Basin Attenuator 61 C2409 148,042 To record a budget increase of $148,041.77 in Federal Disaster Relief (FEMA)reimbursement revenue to bring the budget in line with actual receipts received.148,042 E.C. Moore Renovations - NEW PROJECT 62 C2510 - 100,000 To establish the project and record a budget transfer of $100,000.00 in General Fund revenue from project C2204 Soccer Reno EC Moore.This new project is created to account for total complex renovations included in the capital plan.100,000 Sailing Center R&R- NEW PROJECT 63 M2504 - 650,000 To establish the project and record a budget transfer of $650,000.00 in General Fund revenue from project 93499, Pier 60/Sailing Center Maintenance.650,000 27 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Pier 60 R&R - NEW PROJECT 64 M2505 - 47,858 To establish the project and record a budget transfer of $47,858.27 in General Fund revenue from project 93499, Pier 60/Sailing Center Maintenance.47,858 2,067,389 - 2,067,389 Natural Gas Vehicle 96387 - 100,000 To record a budget transfer of $100,000.00 in gas revenue to project G2509,Airpark Emergency Generator,as approved by council on April 17th, 2025. Downtown Intermodal -CLOSE PROJECT ENGF180002 - 46,078 To record a budget transfer of $46,078.00 in CRA revenue returning CRA City TIF funds to project R2003,Economic Development (City). This project is being closed. TOTAL INTERFUND TRANSFERS:146,078 TOTAL INTERFUND TRANSFERS 28 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY MID-YEAR: October 1, 2024 to March 31, 2025 Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Other General Government 93535 Countryside Library Demo 75,000 75,000 (75,000) - - - - C 1 94233 Motorized Equip-Cash 2,959,601 2,959,601 - 2,959,601 2,863,572 15,133 80,896 94246 Fleet Management & Mapping 710,000 710,000 - 710,000 615,964 - 94,036 94729 City-wide Connectivity 6,634,089 6,854,409 12,814 6,867,224 4,843,927 4,510 2,018,787 2 94736 Geographic Information Sys 1,560,997 1,560,997 - 1,560,997 974,455 - 586,542 94828 Financial Systems Upgrades 4,333,165 4,333,165 - 4,333,165 2,909,856 - 1,423,309 94829 CIS Upgrades / Replacement 1,582,376 1,582,376 - 1,582,376 801,428 239,087 541,861 94830 MS Licensing / Upgrades 1,143,000 842,601 - 842,601 842,601 - - C 94850 Backfile Conversion of Records 500,000 500,000 - 500,000 192,043 - 307,957 94857 Accela Permit & Code Enforce 950,000 950,000 - 950,000 456,807 97,420 395,773 94873 City-wide Camera System 949,000 949,000 - 949,000 443,700 15,200 490,100 94874 City Enterprise Timekeep Sys 453,000 453,000 - 453,000 202,802 - 250,198 94880 Granicus Agenda Mgt Sys 435,000 435,000 - 435,000 41,136 - 393,864 94883 Business Proc Review & Improve 1,475,735 1,475,735 - 1,475,735 693,744 33,136 748,855 C2004 Lift Stations - General Gov 2,400,000 2,400,000 - 2,400,000 184,797 - 2,215,203 C2006 ADA Transition Plan 1,650,000 1,650,000 - 1,650,000 383,657 - 1,266,343 C2007 Citywide Audio/Visual Solutions 565,053 565,053 - 565,053 96,661 - 468,392 C2101 North Ward Preservation 291,705 291,705 - 291,705 287,868 - 3,836 C2106 Greenprint Implementation 942,177 942,177 105,691 1,047,869 744,678 112,796 190,394 3 C2305 Fuel Site Replacement 1,000,000 1,000,000 - 1,000,000 710,528 230,692 58,780 C2503 North Ward Renovations 200,000 200,000 - 200,000 - - 200,000 G2211 ARPA Fiber Upgrades 3,500,000 3,500,000 - 3,500,000 406,480 3,160,345 (66,825) G2214 ARPA Solar Panels 2,225,338 2,225,338 - 2,225,338 1,342,980 882,448 (90) ENGF220001 New City Hall 35,000,300 34,726,300 - 34,726,300 5,037,556 29,127,458 561,286 ENGF230001 MSB Renovations 10,000,000 14,000,000 - 14,000,000 1,414,548 10,166,589 2,418,863 ENGF240001 Harborview Site Foundation 535,000 535,000 - 535,000 - - 535,000 ENGF240002 Myrtle/Cleveland Util Undrgrnd 1,100,000 1,100,000 (1,100,000) - - - - C 4 315-C2412 Enterprise Asset Management 500,000 500,000 - 500,000 - - 500,000 C2414 General Services Roof Replace 2,510,000 3,010,000 (500,000) 2,510,000 1,987,300 518,425 4,275 5 C2508 Motorola Conversion - - 1,303,880 1,303,880 - 1,303,879 1 6 GSBM180001 Air Cond Replace-City Wide 3,098,444 3,098,444 - 3,098,444 2,052,850 7,300 1,038,294 GSBM180002 Flooring for Facilities 2,177,837 2,177,837 - 2,177,837 1,748,198 241,735 187,904 GSBM180003 Roof Repair and Replacement 4,844,213 4,844,213 - 4,844,213 3,201,751 775,144 867,318 GSBM180004 Painting of Facilities 1,217,923 1,217,923 - 1,217,923 830,459 57,426 330,037 GSBM180005 Fencing of Facilities 193,170 193,170 - 193,170 130,867 3,257 59,046 GSBM180006 Light Replacement & Repair 948,197 948,197 - 948,197 845,984 - 102,212 GSBM180007 Elevator Refurbish/Modern 1,060,576 1,060,576 - 1,060,576 69,918 8,400 982,258 GSBM180008 Building Systems 3,168,377 3,168,377 - 3,168,377 1,470,423 120,477 1,577,478 GSBM180009 New A/C Chiller System 6,100,000 6,100,000 - 6,100,000 2,565,146 547,134 2,987,720 GSBM180010 General Services R&R 900,000 900,000 - 900,000 555,062 16,394 328,544 GSBM180011 Generator Maintenance 740,000 740,000 - 740,000 78,003 - 661,997 GSBM180012 General Fac Bldg Major Reno 4,285,242 4,285,242 - 4,285,242 2,775,533 - 1,509,709 GSFL180001 Fleet Facility R&R 494,520 494,520 500,000 994,520 826,820 6,401 161,299 7 L1906/M2202 Telecommunications Upgrade 1,692,047 702,680 (12,814) 689,866 689,866 - - C 8 L1907/M1911 IT Disaster Recovery 1,021,396 1,131,572 - 1,131,572 381,975 70,382 679,216 L1908/M1912 Network Infra & Server R&R 4,341,417 4,641,815 - 4,641,815 3,580,208 60,679 1,000,928 L1910 Motorized Equip Replace-LP 52,502,827 52,502,827 - 52,502,827 27,021,570 12,790,293 12,690,964 L1911 Garage Off Cycle Replacements 653,800 653,800 - 653,800 604,158 - 49,642 L2301 Motorized Equip Purchases-LP 7,176,502 7,176,502 76,919 7,253,421 3,662,540 985,350 2,605,531 9 M2007 City EOC Maintenance 175,000 64,824 - 64,824 36,284 28,540 -C L2001/M2010 P25 Radio Equipment & Infrast 4,557,104 4,557,104 - 4,557,104 3,132,325 - 1,424,780 M2201 Studio/Production Equip 111,344 111,344 - 111,344 - - 111,344 M2211 Neighborhood Reinvest Fund 200,000 200,000 - 200,000 20,000 - 180,000 Sub-Total 187,840,471 191,297,424 311,490 191,608,914 84,759,027 61,626,029 45,223,858 Actual Expenditures 29 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY MID-YEAR: October 1, 2024 to March 31, 2025 Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Actual Expenditures Police Protection 94238 Police Vehicles 3,170,290 3,170,290 - 3,170,290 2,982,152 - 188,138 C2201 Police CAD Replacement 900,000 1,136,153 - 1,136,153 948,502 - 187,651 C2206 PD Equipment Facility 750,000 750,000 - 750,000 - - 750,000 M2501 PD Police Training Range R&R 125,000 125,000 - 125,000 - - 125,000 P1802 Police Equipment Replacement 1,201,437 1,357,327 69,998 1,427,325 885,062 135,870 406,394 10 P1902 Police Information Systems 530,000 530,000 - 530,000 414,489 5,371 110,140 PD00180001 Police District 3 Station 13,050,000 13,050,000 - 13,050,000 12,741,776 246,348 61,876 Sub-Total 19,726,727 20,118,770 69,998 20,188,769 17,971,981 387,588 1,829,199 Fire Protection 91218 Fire Engine Replacement 6,233,272 6,233,272 150,000 6,383,272 4,979,388 1,152,524 251,361 11 91260 Thermal Imaging Cameras 397,872 397,872 (40,000) 357,872 267,826 - 90,046 12 91261 Personal Protection Equip 2,989,250 2,989,250 - 2,989,250 2,380,071 - 609,179 91264 Fire Hose Replacement 572,060 572,060 (212,746) 359,314 359,314 - - C 13 C2207 FD Equipment Facility 750,000 750,000 - 750,000 53,259 - 696,741 C2410 Fire Squad Replacement - - - - - 1,714,452 (1,714,452) C2507 Fire Boat Replacement - - 490,000 490,000 - 480,969 9,031 14 FD00190001 Fire Station 46 - Beach 9,920,693 9,920,693 37,833 9,958,525 9,889,657 (2,725) 71,593 15 FD00190002 Fire Station 47 Replacement 10,383,525 10,383,525 - 10,383,525 7,537,735 2,676,506 169,284 M2005 Fire Training Tower 465,286 465,286 - 465,286 418,631 8,140 38,515 M2506 Fire Station Alerting System - - 240,000 240,000 - - 240,000 16 Sub-Total 31,711,957 31,711,957 665,086 32,377,044 25,885,881 6,029,866 461,296 Fire Rescue Services 91229 Replace & Upgrade Airpacks 1,684,314 1,684,314 (240,000) 1,444,314 973,141 - 471,173 17 91236 Rescue Vehicle 1,175,506 1,175,506 - 1,175,506 495,780 679,726 - C 91257 AED Program 381,030 381,030 - 381,030 279,236 - 101,794 91263 Extrication Tools 177,000 177,000 96,000 273,000 271,141 - 1,859 18 ENGF190002 Beach Guard Tower 475,239 475,239 475,239 365,752 - 109,487 ENGF200002 Beach Guard Admin Building 330,000 330,000 - 330,000 65,660 - 264,340 Sub-Total 4,223,089 4,223,089 (144,000) 4,079,089 2,450,711 679,726 948,652 Gas Utility Services 96358 Environmental Remediation 2,134,794 2,134,794 - 2,134,794 2,001,121 38,849 94,823 96365 Line Relocation-Pinellas Maint 886,569 886,569 - 886,569 610,005 - 276,564 96367 Gas Meter Change Out-Pinellas 5,213,000 5,213,000 - 5,213,000 4,735,174 - 477,826 96374 Line Relocation-Pinellas Capital 3,933,500 3,933,500 - 3,933,500 2,983,560 8,120 941,820 96376 Line Relocation - Pasco Maint 414,808 414,808 - 414,808 184,556 - 230,252 96377 Pinellas New Mains/Serv Lines 54,151,292 54,249,488 122,500 54,371,988 42,172,347 95,699 12,103,942 19 96378 Pasco New Mains/Serv Lines 34,055,215 34,062,660 7,645 34,070,305 28,354,543 80,307 5,635,454 20 96379 Pasco Gas Meter Change Out 1,992,821 1,992,821 - 1,992,821 984,001 - 1,008,820 96381 Line Reloc-Pasco-Capitalized 2,447,300 2,447,300 - 2,447,300 1,302,373 - 1,144,927 96382 Gas Inventory Work Mgmt Sys 3,242,000 3,242,000 (2,385,732) 856,268 856,268 - -C 21 96384 Gas System - Pinellas Building 28,857,855 28,857,855 - 28,857,855 28,125,837 61,204 670,814 96385 Gas Main Extensions 1,807,845 1,807,845 - 1,807,845 1,597,428 - 210,417 96386 Expanded Energy Conservation 17,878,589 17,878,589 - 17,878,589 12,885,416 - 4,993,173 96387 Natural Gas Vehicle 7,584,584 7,584,584 - 7,584,584 6,573,611 - 1,010,972 96389 Future IMS Software & Hardware 1,525,000 1,525,000 - 1,525,000 361,793 - 1,163,207 96391 Gas System Pasco Building 1,200,000 1,200,000 - 1,200,000 3,892 - 1,196,108 C2301 Pasco Gate Station 1,500,000 1,500,000 - 1,500,000 10,872 - 1,489,128 323-C2412 Enterprise Asset Management - - 2,385,732 2,385,732 - - 2,385,732 22 M1904 Pinellas Building Equip R&R 1,650,000 1,650,000 - 1,650,000 - - 1,650,000 M2402 Gas - Capital Equipment 1,000,000 1,000,000 - 1,000,000 18,472 790,098 191,431 Sub-Total 171,475,171 171,580,812 130,145 171,710,957 133,761,270 1,074,277 36,875,409 30 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY MID-YEAR: October 1, 2024 to March 31, 2025 Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Actual Expenditures Solid Waste Control Services C2005 Underground Refuse Program 1,930,862 1,930,862 - 1,930,862 1,292,173 - 638,689 C2302 Rebuild SW Adm Comp 17,230,526 17,230,526 - 17,230,526 16,499 - 17,214,027 C2411 Solid Waste Truck Wash Facility 536,797 536,797 - 536,797 156,070 106,276 274,451 M2301 SW Facility R&R 930,000 930,000 - 930,000 740,280 16,797 172,924 Sub-Total 20,628,185 20,628,185 - 20,628,185 2,205,021 123,073 18,300,091 Water-Sewer Combination Services 96212 Sanitary Sewer Upgrades/Impr 22,014,782 22,014,782 13,387 22,028,170 9,279,829 4,117,926 8,630,415 23 96213 Marshall Street Upgrades/Impr 20,535,187 20,535,187 - 20,535,187 14,176,741 1,504,389 4,854,057 96214 East Plant Upgrades/Improve 8,150,000 8,150,000 - 8,150,000 1,596,381 2,768,200 3,785,419 96215 N.E. Plant Upgrades/Improve 31,024,945 31,024,945 - 31,024,945 21,865,440 4,833,528 4,325,977 96216 Laboratory Upgrade/Improve 255,079 255,079 - 255,079 69,670 - 185,410 96217 Pump Station R&R 1,350,192 1,350,192 - 1,350,192 1,235,587 - 114,606 96523 Pub Utilities Adm Bldg R&R 556,703 556,703 - 556,703 436,694 - 120,009 96630 Sanitary Sewer Extension 14,257,148 14,257,148 - 14,257,148 12,615,157 4,557 1,637,435 96634 Sanitary Sewer Relocation 4,659,557 4,659,557 74,083 4,733,640 3,571,236 66,181 1,096,223 24 96645 Laboratory Upgrade & R&R 1,146,761 1,146,761 - 1,146,761 1,126,761 - 20,000 96654 Facilities Upgrade & Improve 13,433,556 13,433,556 - 13,433,556 10,598,716 - 2,834,840 96664 Water Pollution Control R&R 38,070,314 38,070,314 (2,500,000) 35,570,314 22,025,999 2,255,988 11,288,327 25 96665 Sanitary Sewer R&R 96,552,135 100,388,372 755 100,389,127 78,633,612 18,577,907 3,177,608 26 96686 Pump Station Replacement 22,829,592 22,829,592 (50,000) 22,779,592 12,570,052 7,104,827 3,104,713 27 96721 System R & R - Maintenance 19,763,819 23,228,793 2,650,000 25,878,793 17,273,449 4,865,925 3,739,419 28 96722 Line Relocation - Maintenance 5,606,588 5,606,588 (150,000) 5,456,588 3,630,489 66,181 1,759,918 29 96739 Reclaimed Water Dist Sys 54,989,107 54,989,107 50,000 55,039,107 50,278,653 4,035,281 725,174 30 96742 Line Relocation-Capitalized 19,413,095 19,413,095 - 19,413,095 7,921,129 11,408,643 83,323 96744 System Expansion 4,515,843 4,515,843 - 4,515,843 3,870,713 - 645,130 96764 RO Plant Exp Res #1 15,727,067 15,727,067 - 15,727,067 13,257,492 481,893 1,987,682 96767 RO Plant at Res #2 47,372,249 47,372,249 - 47,372,249 42,371,088 386,611 4,614,550 96773 Groundwater Replenish Fac 5,929,570 5,929,570 - 5,929,570 5,917,653 2,987 8,930 96782 RO Plant @WTP #3 3,737,644 3,737,644 - 3,737,644 1,827,536 8,367 1,901,741 96783 Water Sys Upgrades/Improve 9,223,925 9,223,925 - 9,223,925 4,253,397 1,247,715 3,722,812 96784 Reclaim Water Distrib Sys R&R 9,744,714 6,970,180 - 6,970,180 2,490,260 2,455,280 2,024,640 96785 Feasibility Studies/Evalu - Wtr 5,001,010 5,001,010 - 5,001,010 2,450,805 38,744 2,511,461 96786 Devices/Equipment - Water 600,000 600,000 - 600,000 - - 600,000 321-C2412 Enterprise Asset Management 1,987,209 1,987,209 - 1,987,209 711,669 - 1,275,540 G2206 Portable Generators 771,000 771,000 - 771,000 212,380 - 558,620 L1904/L1905/ M2008 Vehicle & Equip-Sewer 1,077,913 1,077,913 (77,674) 1,000,239 1,000,239 - - C 31 M1905 Marshall Street Plant R&R 4,160,000 1,660,000 - 1,660,000 572,541 671,511 415,948 M1906 Northeast Plant R&R 2,451,373 1,657,060 (50,000) 1,607,060 799,304 451,305 356,451 32 M1907 East Plant R&R 5,165,000 3,932,637 50,000 3,982,637 488,613 3,444,025 50,000 33 M1908 RO Plant Exp Res #1 R&R 1,300,000 1,300,000 - 1,300,000 113,868 33,647 1,152,484 M1909 RO Plant at Res #2 R&R 1,250,000 1,250,000 - 1,250,000 431,405 - 818,595 M1910 Water Treatment Plant #3 R&R 898,851 898,851 - 898,851 152,278 - 746,573 M2103 Utilities Bldg & Maint 2,714,350 2,714,350 - 2,714,350 557,916 - 2,156,434 Sub-Total 498,236,278 498,236,278 10,552 498,246,830 350,384,750 70,831,615 77,030,464 31 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY MID-YEAR: October 1, 2024 to March 31, 2025 Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Actual Expenditures Flood Protection/SW Management C1908 Stormwater Vehicles & Equip 8,435,281 8,435,281 - 8,435,281 7,678,516 362,056 394,709 319-C2412 Enterprise Asset Management 800,000 800,000 - 800,000 - - 800,000 ENST180001 Stormwater Pipe System Improve 16,252,727 16,252,727 4,000,000 20,252,727 6,662,316 5,563,638 8,026,772 34 ENST180002 Allen's Creek 5,944,982 5,944,982 (650,000) 5,294,982 2,858,045 - 2,436,937 35 ENST180003 Stormwater System Expansion 739,375 739,375 15,557 754,932 50,853 360,000 344,079 36 ENST180004 Stevenson Creek 6,286,276 6,286,276 - 6,286,276 629,658 - 5,656,618 ENST180005 Coastal Basin 5,047,586 5,047,586 - 5,047,586 3,007,589 97,874 1,942,123 ENST180006 Alligator Creek Watershed 3,971,197 3,971,197 (1,000,000) 2,971,197 577,724 70,160 2,323,314 37 ENST180010 Lower Spring Branch Improve 5,459,000 5,459,000 650,000 6,109,000 367,951 164,193 5,576,856 38 ENST240001 North Beach Pump Station 7,000,000 7,000,000 1,000,000 8,000,000 37,755 11,170 7,951,075 39 Sub-Total 59,936,424 59,936,424 4,015,557 63,951,981 21,870,406 6,629,092 35,452,483 Other Physical Environment 93422 Dredging of City Waterways 1,546,204 1,546,204 - 1,546,204 483,487 - 1,062,717 C2214 Public Works Complex 15,366,468 15,366,468 - 15,366,468 - - 15,366,468 ENGF180006 City-wide Docks and Seawall 2,736,739 2,736,739 - 2,736,739 1,838,280 69,259 829,200 ENGF180011 Environment Assmt & Clean 1,349,664 1,349,664 - 1,349,664 174,801 7,506 1,167,357 ENGF180014 Seminole Boat Launch Improve 6,752,000 6,752,000 - 6,752,000 4,314,873 81,398 2,355,730 M2002 Environ Prk Remediate & Protect 1,800,000 1,300,000 - 1,300,000 364,983 52,428 882,589 M2006 Right of Way Tree Mgt Prog 1,400,000 1,400,000 - 1,400,000 475,489 - 924,511 M2210 CW Municipal Cemetery Reno 770,000 770,000 - 770,000 354,208 - 415,792 Sub-Total 31,721,075 31,221,075 - 31,221,075 8,006,120 210,591 23,004,364 Road and Street Facilities C2102 Fort Harrison Reconstruction 25,863,936 25,863,936 - 25,863,936 2,385,555 6,210,631 17,267,750 C2103 Downtown Streetscaping 15,731,494 15,731,494 (44,030) 15,687,464 15,687,464 - - C 40 C2407 Nash Street 7,524,586 7,524,586 - 7,524,586 56,808 225,568 7,242,210 C2408 Osceola Stscape/Util Rpl 8,234,156 8,234,156 992,586 9,226,742 544,137 1,476,006 7,206,599 41 C2506 Drew Street - 3,000,000 - 3,000,000 - - 3,000,000 ENGF200003 Memorial Cswy Bridge Lighting 200,000 200,000 (47,344) 152,656 152,656 - - C 42 ENRD180002 Bridge Maintenance & Improve 12,289,997 12,289,997 - 12,289,997 4,701,726 100,908 7,487,364 ENRD180004 Streets and Sidewalks 36,196,349 36,196,349 885 36,197,234 24,293,216 1,225,617 10,678,401 43 ENRD180005 City-Wide Intersection Improve 4,122,907 4,122,907 - 4,122,907 1,560,365 6,931 2,555,610 ENRD180006 Traffic Signals 3,030,280 3,030,280 - 3,030,280 1,345,988 200,684 1,483,608 ENRD180007 Traffic Safety Infrastructure 1,980,979 1,980,979 - 1,980,979 1,249,214 94,880 636,884 44 ENRD240001 ATMS Infrastructure Upgrades 600,000 600,000 - 600,000 - 450,966 149,034 45 ENRD250001 Quiet Zone Compliance - - 1,100,000 1,100,000 - - 1,100,000 46 G2213 ARPA Streets & Sidewalks 2,000,000 2,000,000 - 2,000,000 2,000,000 - - C Sub-Total 117,774,684 120,774,684 2,002,097 122,776,781 53,977,129 9,992,191 58,807,460 Airports 94817 Airpark Maint & Repair 498,445 498,445 498,445 418,895 - 79,550 G1901 Replace Hangar C 1,305,000 1,305,000 - 1,305,000 1,264,714 - 40,286 G2108 Security System Upgrade 228,000 228,000 - 228,000 135,286 - 92,714 G2306 Apron Relayment 2,000,000 2,000,000 - 2,000,000 207,880 108,275 1,683,846 G2307 Aviation Operation Center 3,550,000 3,550,000 - 3,550,000 343,505 88,896 3,117,600 G2401 Airpark Hangars 3,579,300 3,579,300 - 3,579,300 3,270 - 3,576,030 G2409 Airpark Property Survey 100,000 100,000 - 100,000 92,810 5,000 2,190 G2508 Airpark Beacon - 110,000 - 110,000 - - 110,000 G2509 Airpark Emergency Generator - - 500,000 500,000 - - 500,000 47 Sub-Total 11,260,745 11,370,745 500,000 11,870,745 2,466,359 202,170 9,202,216 Water Transportation System 93415 Waterway Maintenance 1,250,000 1,250,000 - 1,250,000 925,590 15,430 308,980 G2410 Water Transprtn Ferry Grant 1,000,000 1,000,000 - 1,000,000 930,086 - 69,914 Sub-Total 2,250,000 2,250,000 - 2,250,000 1,855,676 15,430 378,894 32 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY MID-YEAR: October 1, 2024 to March 31, 2025 Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Actual Expenditures Parking Facilities 335-C2412 Enterprise Asset Management 200,000 200,000 - 200,000 - - 200,000 C2502 Gotham Development Agreement 22,000,000 22,000,000 - 22,000,000 5,000,000 - 17,000,000 ENPK180001 Parking Lot Resurfacing 958,476 958,476 - 958,476 140,746 7,244 810,487 ENPK180002 Parking Lot Improvements 1,468,802 1,468,802 - 1,468,802 868,696 - 600,107 ENPK180003 Parking Facilities 5,471,348 5,471,348 - 5,471,348 2,924,692 2,546,656 ENPK230001 Downtown Parking Garage 31,700,000 31,700,000 (6,000,000) 25,700,000 1,303,909 765,228 23,630,863 48 ENPK250001 Beach Marina Parking Garage 3,000,000 3,000,000 - 3,000,000 - - 3,000,000 M2102 Seminole Boat Launch Maint 711,318 711,318 90,115 801,433 38,283 - 763,150 49 Sub-Total 65,509,945 65,509,945 (5,909,885) 59,600,060 10,276,326 772,472 48,551,262 Other Transportation 92842 City Wayfinding Project 2,050,000 2,050,000 - 2,050,000 1,736,333 117,071 196,596 C2501 City Shorelines 200,000 200,000 - 200,000 - - 200,000 ENGF180002 Downtown Intermodal 924,756 924,756 (870,242) 54,515 54,515 - - C 50 ENGF180003 Miscellaneous Engineering 604,146 604,146 - 604,146 394,097 17,250 192,799 ENGF180004 Survey Equipment Replace 80,288 80,288 - 80,288 - - 80,288 ENGF180013 Imagine Clearwater 84,661,322 84,661,322 - 84,661,322 84,077,338 547,288 36,696 Sub-Total 88,520,513 88,520,513 (870,242) 87,650,271 86,262,283 681,609 706,379 Other Economic Environment C2413 Mercado-Downtown Gateway 1,154,763 1,154,763 - 1,154,763 846,170 308,593 0 C Sub-Total 1,154,763 1,154,763 - 1,154,763 846,170 308,593 0 Libraries 93534 Library FF&E Repair & Replace 694,999 694,999 300 695,299 274,336 64,064 356,899 51 94861 Library Technology 1,600,000 1,600,000 - 1,600,000 1,362,017 - 237,983 C2211 Main Library Renovation 775,000 775,000 - 775,000 64,700 - 710,300 Sub-Total 3,069,999 3,069,999 300 3,070,299 1,701,053 64,064 1,305,182 Parks & Recreation 93133 Park Land Acquisition 2,597,351 3,852,351 492,000 4,344,351 3,835,121 - 509,229 52 93272 Bicycle Paths-Bridges 6,870,232 6,870,232 - 6,870,232 5,797,200 2,460 1,070,572 93602 Sp Events Equip Rep & Rplcmnt 485,000 485,000 - 485,000 353,384 - 131,616 93618 Misc Park & Rec Contract 1,315,000 1,315,000 - 1,315,000 1,088,623 24,347 202,030 93646 RR Expan-Barefoot Bch House 520,950 518,374 - 518,374 518,374 - - C C1904 Ruth Eckerd Hall 8,500,000 8,500,000 - 8,500,000 7,000,000 - 1,500,000 C2002 Ed Wright/Norton Park Reno 855,272 855,272 - 855,272 - - 855,272 C2202 Long Center Major Reno 17,500,000 17,500,000 - 17,500,000 1,011,594 14,766,541 1,721,865 C2209 Neighborhood Park Reno 600,000 600,000 - 600,000 - - 600,000 C2403 McKay Playfield Improve 1,950,930 1,950,930 - 1,950,930 1,772,363 145,037 33,530 C2404 Edgewater Drive Park Impv 1,050,000 1,050,000 - 1,050,000 78,725 37,375 933,900 C2405 Moccasin Lake Nature Park 100,000 100,000 - 100,000 - - 100,000 C2406 Pour-in-place Playgrnd Safe Prg 400,000 400,000 - 400,000 - 321,606 78,394 G2218 ARPA State Street Park Impv 1,049,662 1,549,662 - 1,549,662 86,593 1,406,118 56,951 G2507 Missouri Ave Medians - - 550,000 550,000 86,593 1,406,118 (942,711) 53 L1901 P&R Vehicle & Equip Additions 546,210 546,210 - 546,210 520,438 - 25,772 M2206 Parks & Beautification R&R 5,337,125 5,337,125 96,250 5,433,375 3,747,539 622,187 1,063,650 54 M2401 Amphitheater Repair & Impv 1,612,000 1,612,000 - 1,612,000 41,834 242 1,569,924 M2502 Coachman Park Improvements 200,000 200,000 - 200,000 2,000 - 198,000 ENGF180007 Phillip Jones Park Renovations 224,726 1,078,726 - 1,078,726 64,044 954,100 60,582 Sub-Total 51,714,458 54,320,882 1,138,250 55,459,132 26,004,424 19,686,131 9,768,576 33 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY MID-YEAR: October 1, 2024 to March 31, 2025 Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Actual Expenditures Cultural Services A1901 Misc Minor Public Art 267,079 267,079 (92,439) 174,640 174,640 - - C 55 A2201 Cultural Arts Plan 120,000 120,000 (104,915) 15,085 15,085 - -C 56 A2501 Arts and Cultural Affairs Fund - - 197,354 197,354 - - 197,354 57 Sub-Total 387,079 387,079 - 387,079 189,725 - 197,354 Special Recreation Facilities 93410 Clwr Harbor Marina Maint R&R 599,626 599,626 - 599,626 444,695 - 154,930 93420 Fuel System R & R 372,752 372,752 - 372,752 192,915 - 179,837 93499 Pier 60/Sailing Center Maint 1,071,952 1,071,952 (697,858) 374,093 374,093 - - C 58 C1905 Beach Marina Upgrade 46,492,258 48,042,258 - 48,042,258 10,032,642 37,242,734 766,882 59 C1906 Clw Harbor Marina Repl & Up 2,995,695 2,995,695 - 2,995,695 2,594,994 129,247 271,454 C2001 Athletic Flds & Fac Reno/Improve 8,450,000 8,450,000 - 8,450,000 - - 8,450,000 C2204 Soccer Reno EC Moore 100,000 100,000 (100,000) - - - - C 60 C2402 Frank Tack Improvements 750,000 750,000 - 750,000 - - 750,000 C2409 South Basin Attenuator 302,106 302,106 148,042 450,148 226,993 95,113 128,042 61 C2504 Countryside Pickleball 150,000 150,000 - 150,000 - - 150,000 C2505 Sports Lighting Retrofit 540,000 540,000 - 540,000 - - 540,000 C2510 E.C. Moore Renovations - - 100,000 100,000 - - 100,000 62 M1902 Marine Fac Maint Dock R&R 817,470 817,470 - 817,470 657,346 - 160,125 M2204 Carpenter & BayCare R&R 7,481,513 7,481,513 - 7,481,513 3,073,239 46,250 4,362,024 M2205 Recreation Center R&R 2,902,601 2,902,601 - 2,902,601 831,222 103,234 1,968,146 M2207 Athletic Field R&R 3,517,568 3,517,568 - 3,517,568 900,457 596,981 2,020,130 M2208 Beach Walk/Pier 60 Park R&R 2,798,735 2,801,312 - 2,801,312 1,727,980 - 1,073,331 M2504 Sailing Center R&R - - 650,000 650,000 - - 650,000 63 M2505 Pier 60 R&R - - 47,858 47,858 - - 47,858 64 Sub-Total 79,342,275 80,894,851 148,042 81,042,893 21,056,576 38,213,558 21,772,758 TOTAL ALL PROJECTS 1,446,483,837 1,457,207,475 2,067,389 1,459,274,864 851,930,889 217,528,076 389,815,898 34 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Public Safety Programs Foreclosure Registry - Nuisance Abatement 1 98609 1,800 To record a budget increase of $1,800.00,which represents foreclosure registry fees collected to date,to bring the budget in line with actual receipts.1,800 Police Extra Duty 2 99215 563,545 To record a budget increase of $563,545.42 in police service revenue to bring the budget in line with actual receipts.563,545 Police Education Fund 3 99317 7,208 To record a budget increase of $7,208.08 in police education fine revenue,which will bring the budget in line with actual receipts.7,208 Investigative Recovery Costs 4 99329 37,033 To record a budget increase of $16,768.70 in fines,forfeitures, and penalties revenue and an increase of $20,264.09 in donation revenue to bring the budget in line with actual receipts. 37,033 Vehicle Replacement Fund 5 99350 102,659 To record a budget increase of $65,075.00 in insurance claim reimbursement,and $37,583.75 transferred from 99215, Police Extra Duty,representing revenue collected for vehicle usage on extra duty jobs.102,659 Federal Forfeiture Sharing 6 99387 13,599 To record an increase of $13,599.42 in governmental revenues from the US Department of Justice to bring the budget in line with actual receipts.13,599 Emergency Operations 7 99927 270,884 To record a budget increase of $270,884.42 in FEMA reimbursement revenue from Hurricane Irma to bring the budget in line with actual receipts. 270,884 Public Safety Program Totals:996,729 - 996,729 Physical Environment Programs Tree Replacement Program 8 99970 16,200 To record a budget increase of $16,200.00 in fines,forfeiture, and penalties revenue to bring the budget in line with actual receipts.16,200 Physical Environment Program Totals:16,200 - 16,200 Special Program Fund Mid-Year Amendments FY 2024/25 35 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Mid-Year Amendments FY 2024/25 Human Services Programs Opioid Settlement Funds 9 M2209 80,750 To record a budget increase of $80,750.10 in opioid settlement funds to bring the budget in line with revenues received to date.80,750 Human Services Program: Totals:80,750 - 80,750 Culture and Recreation Programs Library Special Account 10 99910 2,259 To record a budget increase of $2,259.05 in donation revenue to bring the budget in line with actual receipts.2,259 Clearwater for Youth Grants 11 G1907 9,068 To record a budget increase of $9,068.00 in donation revenue for youth programs.This will bring the budget in line with actual receipts.9,068 FY25 Special Events 12 E2501 82,194 To record a budget increase of $79,236.04 in sales revenueand $2,957.70 in reimbursement revenue from the Sea-Blues festival, to bring the budget in line with actual receipts. 82,194 Culture and Recreation Program Total:93,521 - 93,521 1,187,200 - 1,187,200 Intrafund/Interfund Transfers Police Extra Duty 99215 37,584 To record a transfer of $37,583.75 to 99350,Vehicle Replacement,representing revenue collected for vehicle usage on extra duty jobs. Police Body Worn Camera Program P2002 69,998 To record a transfer of $69,998.28 to capital project 315- P1802,Police Equipment Replacement.This project,for original implementation, is complete and will be closed. FY25 Special Events E2501 1,472 To record a transfer of $1,471.76 in prior year revenues back to PRSE240001,FY24 Special Events,to balance and close that project. Total Interfund Transfers:109,054 Total Budget Increase/(Decrease): 36 SPECIAL PROGRAM STATUS SUMMARY MID YEAR REVIEW: October 1, 2024 to March 31, 2025 Actual Expenditures Original Amended Revised Project Open Available Amend Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref GENERAL GOVERNMENT PROGRAMS 99857 Stimulus-Elctrnc Plan Submit & Revw 289,000 289,000 - 289,000 149,927 - 139,073 99928 Nagano Sister City Program 453,659 453,659 - 453,659 251,638 7,210 194,811 G2413 HB1365/Pinellas County 50,000 50,000 - 50,000 50,000 - - C M1913 Lien Foreclosure Program 1,318,484 1,318,484 - 1,318,484 615,712 - 702,771 M2101 Planning Studies Fund 1,425,000 1,425,000 - 1,425,000 669,706 293,296 461,998 M2403 Feasibility Study 504,000 504,000 - 504,000 179,342 324,658 - M2404 Property Use/Surplus Planning 200,000 200,000 - 200,000 - - 200,000 Sub-Total 4,240,142 4,240,142 - 4,240,142 1,916,325 625,164 1,698,654 PUBLIC SAFETY PROGRAMS 98609 Foreclosure Registry-Nuisance Abtmnt 197,900 201,900 1,800 203,700 22,163 - 181,538 1 99215 Police Extra Duty 9,240,910 9,837,945 563,545 10,401,491 10,202,554 - 198,937 2 99279 Police Recruitments 351,010 351,010 - 351,010 231,071 - 119,939 99281 Fed Forfeitures - Treasury 197,753 198,603 - 198,603 160,579 - 38,024 99316 Police Volunteers 183,519 183,519 - 183,519 148,522 - 34,997 99317 Police Education Fund 1,495,576 1,509,063 7,208 1,516,271 1,304,567 - 211,703 3 99329 Investigative Recovery Costs 3,192,812 3,285,531 37,033 3,322,563 2,922,675 31,424 368,464 4 99330 FL Contraband Forfeiture Fund 1,452,861 1,587,675 - 1,587,675 1,320,710 - 266,965 99350 Vehicle Replacement Fund 1,132,369 1,182,069 102,659 1,284,728 815,798 53,519 415,411 5 99356 Safe Neighborhood Program 1,552,703 1,592,703 - 1,592,703 1,508,798 - 83,904 99364 Crime Prevention Program 259,409 266,584 - 266,584 256,529 - 10,055 99387 Federal Forfeiture Sharing 2,622,309 2,643,919 13,599 2,657,518 2,106,139 - 551,379 6 99927 Emergency Operations 4,481,229 4,481,229 270,884 4,752,113 3,279,931 - 1,472,183 7 D2001 COVID-19 Prep & Response 1,981,240 1,981,240 - 1,981,240 1,494,379 - 486,861 D2302 Hurricane Idalia 1,387,559 1,387,559 - 1,387,559 215,820 100,999 1,070,740 D2401 Hurricane Debby - - - - 31,640 119,309 (150,948) D2402 Hurricane Helene - - - - 1,905,294 2,259,783 (4,165,076) D2501 Hurricane Milton - - - - 1,318,427 419,120 (1,737,547) G2411 Police SAFE Grant 168,000 543,000 - 543,000 169,513 - 373,487 G2414 Pedestrian/Bicycle Safety Grant 2025 27,215 27,215 - 27,215 17,575 - 9,640 P1801 School Resource Officers 4,229,972 4,229,972 - 4,229,972 3,944,164 - 285,808 P2002 Police Body Worn Camera Program 882,922 882,922 - 882,922 882,922 - - P2101 Mental Health Co-Responder Team 759,442 759,442 - 759,442 606,260 - 153,182 P2201 DEA OT Reimbursement Program 65,000 75,000 - 75,000 73,393 - 1,607 P2202 ESST OT Reimbursement Program 8,000 8,000 - 8,000 2,761 - 5,239 P2203 FBI OT Reimbursement Program 45,000 45,000 - 45,000 37,420 - 7,580 P2204 Secret Service OT Reimb Program 50,000 50,000 - 50,000 42,560 - 7,440 P2301 The Sound Acoustic Study 168,500 168,500 - 168,500 153,183 - 15,317 P2302 PSO - Countryside Christian 129,960 259,920 - 259,920 125,222 - 134,698 Sub-Total 36,263,170 37,739,520 996,729 38,736,249 35,300,570 2,984,154 451,525 PHYSICAL ENVIRONMENT PROGRAMS 99970 Tree Replacement Program 2,192,514 2,260,650 16,200 2,276,850 1,101,060 21,175 1,154,615 8 Sub-Total 2,192,514 2,260,650 16,200 2,276,850 1,101,060 21,175 1,154,615 TRANSPORTATION PROGRAMS M2503 Clearwater Ferry - PSTA - 100,000 - 100,000 - - 100,000 Sub-Total - 100,000 - 100,000 - - 100,000 ECONOMIC ENVIRONMENT PROGRAMS 99802 Brownfield Revolving Loan 1,216,732 1,216,732 - 1,216,732 420,381 - 796,351 99846 Economic Development - QTI 166,879 166,879 - 166,879 71,591 - 95,288 G2010 CDBG-CV Fund 1,549,338 1,549,338 - 1,549,338 1,324,527 5,090 219,721 M2009 Afford Housing & Comm Development 290,853 290,853 - 290,853 40,156 - 250,697 M2105 ED Strategic Plan 153,896 153,896 - 153,896 - - 153,896 ECONOMIC ENVIRONMENT PROGRAMS (CONTINUED) G2207 Brownfield MAC Grant 300,000 300,000 - 300,000 184,303 - 115,697 G2209 Duke Energy ED Grant 50,000 50,000 - 50,000 26,443 - 23,557 G2210 ARPA North Greenwood CRA 5,000,000 5,000,000 - 5,000,000 4,832,342 167,658 - 37 SPECIAL PROGRAM STATUS SUMMARY MID YEAR REVIEW: October 1, 2024 to March 31, 2025 Actual Expenditures Original Amended Revised Project Open Available Amend Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref G2212 ARPA Affordable Housing 3,300,000 3,300,000 - 3,300,000 2,889,014 - 410,986 G2301 Public Facilities 2023 741,390 694,390 - 694,390 692,123 - 2,268 G2302 Economic Development 2023 160,275 147,015 - 147,015 147,015 - - C G2303 Program Administration 2023 162,106 162,960 - 162,960 162,960 - - C G2402 Public Facilities 2024 1,113,895 1,113,895 - 1,113,895 1,065,002 - 48,893 G2403 Economic Development 2024 215,402 161,800 - 161,800 161,800 - - C G2404 Program Administration 2024 182,667 182,667 - 182,667 182,667 - - C G2406 Public Services 2024 136,998 136,998 - 136,998 136,917 - 81 G2408 HOME-ARP 1,637,567 1,637,567 - 1,637,567 8,972 2,623 1,625,972 M2405 Amplify Sublease Agreement 250,000 250,000 - 250,000 - - 250,000 G2501 Public Facilities 2025 448,934 502,517 - 502,517 10,390 428,080 64,047 G2502 Economic Development 2024 299,721 360,000 - 360,000 8,975 71,025 280,000 G2503 Program Administration 2025 188,278 187,424 - 187,424 101,381 2,294 83,749 G2504 Infill Housing 2025 187,037 187,037 - 187,037 - - 187,037 G2505 Public Services 2025 141,072 141,072 - 141,072 15,024 79,024 47,024 Sub-Total 17,893,041 17,893,041 - 17,893,041 12,481,984 755,794 4,655,263 HUMAN SERVICES PROGRAMS 98601 Next Steps to Better Nutrition 9,000 9,000 - 9,000 8,981 - 19 99562 HUD Special Education 30,000 30,000 - 30,000 27,600 - 2,400 99844 United Way 21,080 21,080 - 21,080 13,509 - 7,571 99869 Health Prevention Program 190,269 190,269 - 190,269 180,134 - 10,135 G2107 JWB Youth Programming 2,704,560 2,704,560 - 2,704,560 1,963,109 1,843 739,609 G2215 ARPA Pinellas Community Foundation 1,000,000 1,000,000 - 1,000,000 970,143 29,857 0 M2209 Opioid Settlement Funds 431,565 442,000 80,750 522,751 442,000 - 80,750 9 Sub-Total 4,386,474 4,396,909 80,750 4,477,659 3,605,477 31,699 840,483 CULTURE AND RECREATION PROGRAMS 98608 Clark-Turner Trust (Library)106,077 106,077 - 106,077 3,000 7,000 96,077 99910 Library Special Account 966,857 1,004,756 2,259 1,007,015 952,696 - 54,319 10 C2303 Library - Machan Estate 1,176,297 1,176,297 - 1,176,297 - - 1,176,297 G1907 Clearwater for Youth Grants 112,509 115,869 9,068 124,937 88,293 - 36,644 11 G2412 Water Tank Mural Grant 60,000 60,000 - 60,000 60,000 - - C PRSE240001FY24 Special Events 427,643 430,505 - 430,505 430,505 - 0 C E2501 FY25 Special Events 70,000 257,427 82,194 339,621 245,272 25,421 68,929 12 Sub-Total 2,919,384 3,150,932 93,521 3,244,453 1,779,766 32,421 1,432,266 TOTAL ALL PROJECTS 67,894,726 69,781,195 1,187,200 70,968,395 56,185,182 4,450,407 10,332,806 38 City of Clearwater SPECIAL DEVELOPMENT FUND Mid-Year Amendments FY 2024/25 Increase/ (Decrease)Description Revenues Allocation of Assigned Fund Balance 492,000 Mid-year amendments reflect a net increase of $492,000.00.Amendments include the following allocations of fund balance transferred to capital project 93133,Park Land Acquisition:1)allocations of $38,500.00 in open space impact fees as approved by Council on March 17,2025;and 2)allocations of $275,000.00 in open space impact fees and $178,500.00 in recreation land impact fees as approved by Council on May 1, 2025. 492,000$ Net Revenue Amendments Expenditures Transfer to Capital Improvement Fund 492,000 Mid-year amendments reflect a net increase of $492,000.00.Amendments include the following:1) a transfer of $38,500.00 in open space impact fees to capital project 93133,Park Land Acquisition,as approved by the Council on March 17,2025;and 2)a transfer of $275,000.00 in open space impact fees and $178,500.00 in recreation land impact fees to capital project 93133,Park Land Acquisition,as approved by the Council on May 1, 2025. 492,000$ Net Expenditure Amendments 39 SPECIAL REVENUE FUNDS SPECIAL REVENUE FUNDS Mid-Year: October 1, 2024 - March 31, 2025 Third Quarter: October 1, 2024 - June 30, 2025 Original First Quarter Mid Year Budget Amended Budget Amended Budget 2024/25 2024/25 2024/25 Amendments Revenues: Ad Valorem Taxes 4,963,330 4,963,330 4,963,330 - Infrastructure Tax 16,585,900 16,585,900 16,585,900 - Interest Earnings 385,000 385,000 385,000 - Open Space Fees - - - - Recreation Facility Impact Fees - - - - Recreation Land Impact Fees - - - - Parks & Recreation Impact Fees - - - - Fee in Lieu of Sidewalks - - - - Multi-Modal Impact Fees 250,000 250,000 250,000 - Local Option Fuel Tax 1,427,150 1,427,150 1,427,150 - Allocation of Assigned Fund Balance 390,000 2,625,000 3,117,000 492,000 24,001,380 26,236,380 26,728,380 492,000 Expenditures: Transfer to Capital Improvement Fund Road Millage 4,963,330 5,503,330 5,503,330 - Infrastructure Tax 13,292,610 13,292,610 13,292,610 - Recreation Land Impact Fees - 980,000 1,158,500 178,500 Open Space Impact Fees - 275,000 588,500 313,500 Multi-Modal Impact fees 640,000 640,000 640,000 - Local Option Fuel Tax 1,427,150 1,867,150 1,867,150 - 20,323,090 22,558,090 23,050,090 492,000 Revenues: CDBG/Home Funds 940,482 940,482 940,482 - Interest Earnings 479,000 506,923 506,923 - Intergovernmental Revenue - 495,488 766,373 270,884 Charges for Service Revenue - 601,035 1,166,380 565,345 Judgments, Fines and Forfeit Revenue - 303,639 357,415 53,776 Miscellaneous Revenue - 174,256 433,866 259,610 Transfers from General Fund:- - - - Sister City Program 37,380 37,380 37,380 - Planning Study Fund 200,000 200,000 200,000 - United Way Campaign Fund 1,500 1,500 1,500 - Special Events 70,000 70,000 70,000 - Police Recruitments 60,000 60,000 60,000 - School Resource Officers 210,000 210,000 210,000 - Police Mental Health Co-Responder Team 165,020 165,020 165,020 - Transfers from Special Programs - 284,127 321,711 37,584 2,163,382 4,049,851 5,237,051 1,187,200 SPECIAL PROGRAM FUND SPECIAL DEVELOPMENT FUND 40 SPECIAL REVENUE FUNDS SPECIAL REVENUE FUNDS Mid-Year: October 1, 2024 - March 31, 2025 Third Quarter: October 1, 2024 - June 30, 2025 Original First Quarter Mid Year Budget Amended Budget Amended Budget 2024/25 2024/25 2024/25 Amendments Expenditures: General Government 237,380 237,380 237,380 - Public Safety 435,020 1,911,369 2,908,098 996,729 Physical Environment - 68,136 84,336 16,200 Transportation - 100,000 100,000 - Economic Environment 635,980 635,980 635,980 - Human Services 1,500 11,936 92,686 80,750 Culture and Recreation 70,000 301,548 395,069 93,521 Interfund Transfers 304,502 304,502 304,502 - Transfer to Capital Fund 75,000 75,000 75,000 - 1,759,382 3,645,851 4,833,051 1,187,200 Revenues: HOME Investment Partnerships 400,222 400,222 400,222 - State Housing Initiatives Partnerships 902,203 902,203 902,203 - Total - HOME/SHIP Funds 1,302,425 1,302,425 1,302,425 - Expenditures: Economic Environment 860,779 860,779 860,779 - Interfund Transfers 441,646 441,646 441,646 - Total - HOME/SHIP Programs 1,302,425 1,302,425 1,302,425 - OTHER HOUSING ASSISTANCE FUNDS SPECIAL PROGRAM FUND (continued) 41 ADMINISTRATIVE CHANGE ORDERS Mid-Year Review FY 2024/25 42 In accordance with City of Clearwater Code Section 2.554(6), the City Manager may approve and execute change orders without City Council approval within certain limitations. The following change orders have been administratively approved since the last report to the Council based on the code specified criteria: 1. The city manager may increase any contract up to a total award of one hundred thousand dollars ($100,000.00). 2. The city manager may approve any increase of contract up to a maximum of ten percent (10%) over the most recent award of the city council. 3. No contract price increase shall be approved unless sufficient funds are available for such purpose. 4. Contract price decreases may be approved without limitation. 5. The time for completion may be extended up to ninety (90) days, in any one change or cumulatively for the same project, beyond the most recent city council approved completion time. ***** 4/15/25 Administrative Change Order #1 – Fire Station 47 (18-0011-FD). This change order increases items in accordance with field conditions resulting in a net increase to the contract. Biltmore Construction Company, Inc. 95,205.00 4/15/25 Administrative Change Order #2 – Reconstruction of Parking Lot 36 (25- 0003-EN). This change order increases, decreases and adds items in accordance with field conditions resulting in a net decrease to the contract. Keystone Excavators, Inc. (63,886.34) 5/6/25 Administrative Change Order #2 – City Hall Construction (22-0019-EN). This change order increases and decreases items in accordance with field conditions resulting in a net decrease to the contract. Ajax Building Co., LLC (778,875.00) 43 Ordinance #9826-25 ORDINANCE NO. 9826-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE OPERATING BUDGET FOR THE FISCAL YEAR ENDING SEPTEMBER 30, 2025 TO REFLECT INCREASES AND DECREASES IN REVENUES AND EXPENDITURES FOR THE GENERAL FUND, STORMWATER FUND, SOLID WASTE AND RECYCLING FUND, PARKING FUND, GARAGE FUND, SPECIAL DEVELOPMENT FUND, AND SPECIAL PROGRAM FUND AS PROVIDED HEREIN; PROVIDING AN EFFECTIVE DATE. WHEREAS, the budget for the fiscal year ending September 30, 2025, for operating purposes, including debt service, was adopted by Ordinance No. 9793-24; and WHEREAS, at mid-year review it was found that an increase of $6,634,692 is necessary for revenues and an increase of $7,886,352 is necessary for expenditures; and WHEREAS, a summary of the amended revenues and expenditures is attached hereto and marked Exhibit A; and WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to provide for the expenditure of money for proper purposes not contained in the budget as originally adopted due to unforeseen circumstances or emergencies arising during the fiscal year; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Section 1 of Ordinance No. 9793-24 is amended to read: Pursuant to the Amended City Manager's Annual Report and estimate for the fiscal year beginning October 1, 2024 and ending September 30, 2025 a copy, of which is on file with the City Clerk, the City Council hereby adopts an amended budget for the operation of the City, a copy of which is attached hereto as Exhibit A. 44 Ordinance #9826-25 Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING _________________________ PASSED ON SECOND AND FINAL _________________________ READING AND ADOPTED _______________________________ Bruce Rector, Mayor Approved as to form: Attest: _______________________________ ________________________________ David Margolis, City Attorney Rosemarie Call, City Clerk EXHIBIT A EXHIBIT A 2024-25 BUDGET REVENUE 2024-25 BUDGET REVENUE First Quarter Mid-Year Budgeted Amended Amended Revenues Budget Budget 2024/25 2024/25 2024/25 Amendments General Fund: Ad Valorem Taxes 99,346,030 99,346,030 99,346,030 - Utility Taxes 20,693,870 20,693,870 20,693,870 - Local Option, Fuel & Other Taxes 6,160,000 6,160,000 6,160,000 - Franchise Fees 12,600,000 12,600,000 12,600,000 - Other Permits & Fees 3,332,500 3,332,500 3,332,500 - Intergovernmental Revenues 32,331,010 32,331,010 32,331,010 - Charges for Services 18,479,320 18,479,320 18,479,320 - Judgments, Fines & Forfeitures 1,441,000 1,441,000 1,441,000 - Miscellaneous Revenues 8,892,340 8,892,340 8,892,340 - Transfers In 15,030,410 15,030,410 15,068,024 37,614 Transfer (to) from Reserves 8,300,000 13,743,242 14,233,242 490,000 Total, General Fund 226,606,480 232,049,722 232,577,336 527,614 Special Revenue Funds: Special Development Fund 24,001,380 26,236,380 26,728,380 492,000 Special Program Fund 2,163,382 4,049,851 5,237,051 1,187,200 Local Housing Asst Trust Fund 1,302,425 1,302,425 1,302,425 - Utility & Other Enterprise Funds: Water & Sewer Fund 115,202,440 115,202,440 115,202,440 - Stormwater Utility Fund 18,707,340 18,707,340 21,455,680 2,748,340 Solid Waste & Recycling Fund 36,171,800 36,171,800 42,367,958 6,196,158 Gas Fund 47,782,630 47,782,630 47,782,630 - Airpark Fund 274,270 274,270 274,270 - Marine Fund 5,168,960 5,168,960 5,168,960 - Clearwater Harbor Marina 1,168,400 1,168,400 1,168,400 - Parking Fund 42,285,720 42,285,720 36,285,720 (6,000,000) Internal Service Funds: Administrative Services Fund 20,186,320 20,686,320 20,686,320 - General Services Fund 8,668,890 8,668,890 8,668,890 - Garage Fund 18,445,200 18,445,200 19,928,580 1,483,380 Central Insurance Fund 40,048,550 40,048,550 40,048,550 - Total, All Funds 608,184,187 618,248,898 624,883,590 6,634,692 45 Ordinance #9826-25 EXHIBIT A (Continued) EXHIBIT A (Continued) 2024-25 BUDGET EXPENDITURES 2024-25 BUDGET EXPENDITURES First Quarter Mid-Year Original Amended Amended Budget Budget Budget 2024/25 2024/25 2024/25 Amendments General Fund: City Council 664,064 664,064 664,064 - City Manager's Office 1,386,616 1,386,616 1,386,616 - City Attorney's Office 2,790,947 2,790,947 2,790,947 - City Audit 507,056 507,056 507,056 - City Clerk 1,384,574 1,384,574 1,384,574 - CRA Administration 1,060,401 1,060,401 1,060,401 - Economic Development & Housing 2,400,886 2,400,886 2,400,886 - Finance 3,574,985 3,574,985 3,574,985 - Fire 35,817,579 38,659,234 38,659,234 - Human Resources 2,416,584 2,416,584 2,416,584 - Library 10,090,842 10,090,842 10,090,842 - Non-Departmental 18,799,898 17,330,898 17,820,898 490,000 Parks & Recreation 56,857,045 56,857,045 56,857,045 - Planning & Development 9,434,077 9,434,077 9,434,077 - Police 58,679,490 62,750,077 62,787,691 37,614 Public Communications 2,254,207 2,254,207 2,254,207 - Public Utilities 512,130 512,130 512,130 - Public Works 17,975,099 17,975,099 17,975,099 - Total, General Fund 226,606,480 232,049,722 232,577,336 527,614 Special Revenue Funds: Special Development Fund 20,323,090 22,558,090 23,050,090 492,000 Special Program Fund 1,759,382 3,645,851 4,833,051 1,187,200 Local Housing Asst Trust Fund 1,302,425 1,302,425 1,302,425 - Utility & Other Enterprise Funds: Water & Sewer Fund 115,202,440 115,202,440 115,202,440 - Stormwater Utility Fund 17,455,680 17,455,680 21,455,680 4,000,000 Solid Waste & Recycling Fund 34,182,440 35,036,440 41,232,598 6,196,158 Gas Fund 47,782,630 47,782,630 47,782,630 - Airpark Fund 151,110 151,110 151,110 - Marine Fund 5,168,960 5,168,960 5,168,960 - Clearwater Harbor Marina 1,168,400 1,168,400 1,168,400 - Parking Fund 42,285,720 42,285,720 36,285,720 (6,000,000) Internal Service Funds: Administrative Services Fund 20,153,590 20,653,590 20,653,590 - General Services Fund 8,668,890 8,668,890 8,668,890 - Garage Fund 18,432,510 18,432,510 19,915,890 1,483,380 Central Insurance Fund 40,039,250 40,039,250 40,039,250 - Total, All Funds 600,682,997 611,601,708 619,488,060 7,886,352 46 Ordinance #9826-25 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9827-25 2nd rdg Agenda Date: 6/18/2025 Status: Second ReadingVersion: 1 File Type: OrdinanceIn Control: City Council Agenda Number: 7.3 SUBJECT/RECOMMENDATION: Adopt Ordinance 9827-25 on second reading, amending the City’s fiscal year 2024/25 capital improvement budget at mid-year. SUMMARY: Page 1 City of Clearwater Printed on 6/17/2025 Mid-Year Budget Review Fiscal Year 2024-25 Memorandum TO: Mayor and City Council FROM: Jennifer Poirrier, City Manager COPIES: Daniel Slaughter, Assistant City Manager Alfred Battle Jr., Assistant City Manager SUBJECT: Mid-Year budget review - amended City Manager's annual budget report DATE: May 22, 2025 Attached is the mid-year budget review in accordance with the City Code of Ordinances. This report is based on the first six months of activity in the current fiscal year (October 2024 through March 2025). Contained within are comments on major variances and documentation of all proposed amendments. Significant Fund amendments are outlined below: General Fund General Fund revenue and expenditure amendments reflect a net increase of $527,614. The General Fund expenditure amendments at mid-year reflect the Council approved appropriation of $490,000 of General Fund reserves for the Fire Boat Replacement project. Other amendments include an increase of $37,614 to the Police Department operating budget for the purchase of flashlights and accessories offset by revenues recognizing grant reimbursement from the Department of Justice. General Fund Reserves: In order to ensure adequate reserves, the City Council’s policy reflects that General Fund unappropriated fund reserves of 8.5% of the City’s budgeted General Fund expenditures must be maintained as a reserve to guard against future emergencies. Estimated General Fund reserves at mid-year are approximately $60.4 million, or 30.3% of the fiscal year 2024/25 General Fund expenditure budget, exceeding our minimum reserve requirement by $43.4 million. Significant amendments to other city operating funds are noted as follows: Stormwater Fund Amendments to Stormwater Fund expenditures reflect an increase of $4,000,000 transferred to the capital fund for the Stormwater Pipe System Improvements project to fund an increase to pipelining contracts. This increase is offset by budgeted revenues and an allocation of fund reserves. Mid-Year Budget Review Fiscal Year 2024-25 Solid Waste and Recycling Fund Amendments to Solid Waste and Recycling Fund expenditures reflect an increase of $6,196,158 to fund the costs for debris removal from hurricanes Helene and Milton. An offsetting revenue amendment is included to recognize reimbursements received from FEMA to date. Parking Fund Amendments to Parking Fund expenditures reflect a decrease of $6,000,000 to reduce the transfer to the Downtown Parking Garage project which will replenish fund balance and reduce the project budget in line with current construction estimates. Garage Fund Amendments to Garage Fund expenditures reflect an increase of $1,483,380. Amendments, which represent allocations from fund reserves, include $1,303,880 transferred to the Motorola Conversion project as previously approved by Council; and $179,500 transferred to the Motorized Equipment Replacement project which represents the fiscal year 2023/24 approved project funding that was not transferred last year in error leaving the capital fund short. Capital Improvement Program Mid-year amendments to the capital improvement program reflect a net increase of $2,067,389. Amendments include the following increases previously approved by the Council: $1,303,880 in Garage Fund revenues in the Motorola Conversion project; $490,000 in General Fund revenue in the Fire Boat Replacement project; $492,000 in impact fee revenue for the Park Land Acquisition project; $435,772 in grant revenue from FDOT and $114,228 in General Fund revenue for the Missouri Avenue Medians project; and $400,000 in grant revenue from FDOT and $100,000 in Gas Fund revenue for the Airpark Emergency Generator project. Project activity not previously approved by the Council is summarized on page 19. Significant amendments include an increase of $105,691 in tax credits in the Greenprint Implementation project; an increase of $69,998 in special program fund revenues in the Police Equipment Replacement project; $122,500 in property owner share revenue in the Pinellas New Mains project; an increase of $74,083 of tax revenue in the Sanitary Sewer Relocation project; an increase of $90,115 to recognize prior year parking revenues in the Seminole Boat Launch Maintenance project; and increase of $148,042 in FEMA reimbursements in the South Basin Attenuator project; and increase of $86,750 of special program fund revenues in the Parks & Beautification project; an increase of $4,000,000 of stormwater revenue in the Stormwater Pipe System Improvement Project; and a decrease of $6,000,000 in parking revenue in the Downtown Parking Garage project. Special Program Fund The Special Program Fund reflects a net budget increase of $1,187,200 at mid-year. Significant amendments include $270,884 in FEMA reimbursements from Hurricane Irma; $563,545 in contractual service revenue for police extra duty; $53,776 in fines and court proceeds for public safety programs and the tree replacement program; $31,591 in donation revenue in police, library and parks programs; $82,194 in special events revenues from the Sea Blues festival; $65,075 from insurance reimbursements for police vehicle replacements; $80,750 in opioid settlement funds; and $37,584 transferred between existing special programs. CITY OF CLEARWATER CITY OF CLEARWATER MID-YEAR SUMMARY THIRD QUARTER SUMMARY 2024/25 2024/25 FY 24/25 First Variance % Adopted Quarter Mid Year YTD Actual vs.YTD vs.Mid Year Amended Description Budget Amended Actual Amend Budget Budget Adjustment Budget General Fund: Revenues 226,606,480 232,049,722 138,913,242 93,136,480 60%527,614 232,577,336 Expenditures 226,606,480 232,049,722 130,528,594 101,521,128 56%527,614 232,577,336 Utility Funds: Water & Sewer Fund Revenues 115,202,440 115,202,440 57,243,297 57,959,143 50%- 115,202,440 Expenditures 115,202,440 115,202,440 77,562,615 37,639,825 67%- 115,202,440 Stormwater Fund Revenues 18,707,340 18,707,340 10,496,414 8,210,926 56%2,748,340 21,455,680 Expenditures 17,455,680 17,455,680 12,683,928 4,771,752 73%4,000,000 21,455,680 Gas Fund Revenues 47,782,630 47,782,630 20,644,055 27,138,575 43%- 47,782,630 Expenditures 47,782,630 47,782,630 24,398,812 23,383,818 51%- 47,782,630 Solid Waste and Recycling Fund Revenues 36,171,800 36,171,800 24,791,583 11,380,217 69%6,196,158 42,367,958 Expenditures 34,182,440 35,036,440 21,858,180 13,178,260 62%6,196,158 41,232,598 Enterprise Funds: Marine Fund Revenues 5,168,960 5,168,960 1,131,321 4,037,639 22%- 5,168,960 Expenditures 5,168,960 5,168,960 737,973 4,430,987 14%- 5,168,960 Airpark Fund Revenues 274,270 274,270 140,402 133,868 51%- 274,270 Expenditures 151,110 151,110 94,908 56,202 63%- 151,110 Clearwater Harbor Marina Fund Revenues 1,168,400 1,168,400 671,352 497,048 57%- 1,168,400 Expenditures 1,168,400 1,168,400 695,982 472,418 60%- 1,168,400 Parking Fund Revenues 42,285,720 42,285,720 4,207,876 38,077,844 10%(6,000,000) 36,285,720 Expenditures 42,285,720 42,285,720 37,125,941 5,159,779 88%(6,000,000) 36,285,720 Internal Service Funds: General Services Fund Revenues 8,668,890 8,668,890 4,362,785 4,306,105 50%- 8,668,890 Expenditures 8,668,890 8,668,890 4,523,654 4,145,236 52%- 8,668,890 Administrative Services Revenues 20,186,320 20,686,320 10,002,439 10,683,881 48%- 20,686,320 Expenditures 20,153,590 20,653,590 9,846,404 10,807,186 48%- 20,653,590 Garage Fund Revenues 18,445,200 18,445,200 8,722,681 9,722,519 47%1,483,380 19,928,580 Expenditures 18,432,510 18,432,510 6,561,014 11,871,496 36%1,483,380 19,915,890 Central Insurance Fund Revenues 40,048,550 40,048,550 25,734,637 14,313,913 64%- 40,048,550 Expenditures 40,039,250 40,039,250 15,974,298 24,064,952 40%- 40,039,250 1 MID-YEAR REVIEW AMENDED CITY MANAGER'S FISCAL YEAR 2024-25 REPORT PAGE # General Fund Operating Budget ..................................................................................................... 3 Utility Funds Operating Budget ...................................................................................................... 7 Other Enterprise Funds Operating Budgets ................................................................................. 11 Internal Service Funds Operating Budgets ................................................................................... 15 Capital Improvement Program Budget ........................................................................................ 19 Special Program Fund Budget ....................................................................................................... 35 Special Development Fund ........................................................................................................... 39 Administrative Change Orders ...................................................................................................... 42 Ordinances ..................................................................................................................................... 43 The amended 2024/25 operating budget, presented by operating fund and/or department, is submitted for the City Council review. The actual and projected data contained in this review represents six months, October 1, 2024, through March 31, 2025. The adjustments, however, represent all data available at the time of the report, including action taken by the City Council after March 31, 2025. Definitions associated with the operating funds information are presented as follows: Definitions: Adopted Budget - The budget as adopted by the City Council on September 17, 2024. Variance YTD Actual vs. Adopted Budget - Difference between year to date actual and adopted budget. % YTD vs. Budget - Percentage of adopted budget expended, year to date. Proposed Amendments - Adjustments that have been approved by the City Council, made at the Manager’s discretion, and/or adjustments proposed based on this quarter’s review. Amended Budget - Adding the Original Budget and Adjustments. 2 Capital Improvement Program The amended 2024/25 Capital Improvement Projects budget report is submitted for the City Council review. This review provides the opportunity to analyze the status of all active projects and present formal amendments to the project budget. The Capital Improvement Program and Special Program fund information is presented as follows: Definitions: Budget - The budget as of September 17, 2024, which includes project budgets from prior years, which have not been completed. Amendment - Amendments which have been approved by the City Council, made at the Manager's discretion, and/or adjustments proposed based on this quarter’s review. Revised Budget - Adding the Budget and Amendment columns. Encumbrance - Outstanding contract or purchase order commitment. Available Balance - Difference between revised budget and expenditure, plus encumbrance. Status - C - project is completed. Amend Ref - Reference number for description of amendment. Increase/ (Decrease)Description - At mid-year,approximately 91%of property tax revenue has been received.As projected,most property tax payments are made within the first six months of the fiscal year. No amendment is proposed at this time. - At mid-year,utility tax revenues are approximately 38% of total.This is primarily due to the timing of receipts.No amendments are proposed at this time. - At mid-year,approximately 34%of franchise fees revenue has been collected.This is primarily due to the timing of receipts.No amendments are proposed at this time. 37,614 Mid-year intergovernmental revenues reflect collection of 39%of budgeted revenues for the year.This is primarily due to timing of receipts.Amendments include an increase of $37,614.00 reflecting a transfer of DOJ grant revenue to provide funding for the purchase of police flashlights and accessories. - At mid-year,approximately 37%of budgeted judgments, fines &forfeitures revenue has been collected.This is primarily due to lower than expected collections of code enforcement and parking fines for the crossing guard program.This shortfall is due to business interruptions caused by the major hurricanes in the first quarter of the fiscal year. No amendments are proposed at this time. - Mid-year transfer in revenues reflect approximately 38% of budgeted revenues.This is primarily due to timing of receipts. No amendments are proposed at mid-year. Judgments, Fines & Forfeitures Transfers In Intergovernmental Franchise Fees City of Clearwater General Fund Revenues Mid-Year Amendments FY 2024/25 Utility Taxes Ad Valorem Taxes 3 Increase/ (Decrease)Description City of Clearwater General Fund Revenues Mid-Year Amendments FY 2024/25 Mid-year amendments reflect the appropriation of $490,000.00 from General Fund retained earnings. Amendments include the following: 490,000 1)An appropriation of $490,000.00 from fund reserves to provide funding for capital project C2507,Fire Boat Replacement,as approved by the Council on March 6, 2025. 490,000 527,614 Transfer (to) from Surplus Net General Fund Revenue Net Transfer (to) from Retained Earnings 4 Increase/ (Decrease)Description - At mid-year,City Audit expenditures reflect 32%of total budget.This is due to lower than anticipated expenditures of salaries and associated items due to a long-term vacancy in the department. - Mid-year amendments to Parks &Recreation expenditures reflect a net zero amendment transferring $114,228.00 in salary savings to capital project G2507, Missouri Avenue Medians,as approved by the council on March 6, 2025. 37,614 Mid-year Police Department expenditures reflect an increase of $37,614.00 to operating supplies and materials offset by revenues recognized from DOJ grant funding for the purchase of police flashlights and accessories. At mid-year,Non-Departmental expenditures reflect 76% of total budget,resulting from transfers occurring in the first period of the year. The following amendments reflect City Council approved interfund transfers to capital improvement programs: 490,000 1) A transfer of $490,000.00 to capital project C2507, Fire Boat Replacement, for the purchase of a new fireboat and trailer, as approved by the Council on March 6, 2025. 490,000 527,614 Net General Fund Expenditure Amendment Parks & Recreation Police Non-Departmental City of Clearwater General Fund Expenditures Mid-Year Amendments FY 2024/25 City Audit 5 2024/25 Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Amended Bud Budget Amendment Budget General Fund Revenues Ad Valorem Taxes 99,346,030 90,062,894 9,283,136 91%- 99,346,030 Utility Taxes 20,693,870 7,940,632 12,753,238 38%- 20,693,870 Local Option, Fuel and Other Taxes 6,160,000 3,500,337 2,659,663 57%- 6,160,000 Franchise Fees 12,600,000 4,250,833 8,349,167 34%- 12,600,000 Other Permits & Fees 3,332,500 1,680,243 1,652,257 50%- 3,332,500 Intergovernmental 32,331,010 12,617,458 19,713,552 39%37,614 32,368,624 Charges for Services 18,479,320 7,944,434 10,534,886 43%- 18,479,320 Judgments, Fines and Forfeitures 1,441,000 533,462 907,538 37%- 1,441,000 Miscellaneous Revenues 8,892,340 4,663,151 4,229,189 52%- 8,892,340 Transfers In 15,030,410 5,719,797 9,310,613 38%- 15,030,410 Total Revenues 218,306,480 138,913,242 79,393,238 64%37,614 218,344,094 Transfer (to) from Surplus 13,743,242 - 13,743,242 0%490,000 14,233,242 Adjusted Revenues 232,049,722 138,913,242 93,136,480 60%527,614 232,577,336 General Fund Expenditures City Council 664,064 376,368 287,696 57%- 664,064 City Manager's Office 1,386,616 565,150 821,466 41%- 1,386,616 City Attorney's Office 2,790,947 1,340,180 1,450,767 48%- 2,790,947 City Audit 507,056 159,893 347,163 32%- 507,056 City Clerk 1,384,574 623,609 760,965 45%- 1,384,574 CRA Administration 1,060,401 436,859 623,542 41%- 1,060,401 Economic Development and Housing 2,400,886 1,121,910 1,278,976 47%- 2,400,886 Finance 3,574,985 1,869,126 1,705,859 52%- 3,574,985 Fire 38,659,234 19,901,117 18,758,117 51%- 38,659,234 Human Resources 2,416,584 1,041,364 1,375,220 43%- 2,416,584 Library 10,090,842 5,174,165 4,916,677 51%- 10,090,842 Non-Departmental 17,330,898 13,105,552 4,225,346 76%490,000 17,820,898 Parks & Recreation 56,857,045 34,057,581 22,799,464 60%- 56,857,045 Planning & Development 9,434,077 4,547,132 4,886,945 48%- 9,434,077 Police 62,750,077 34,494,943 28,255,134 55%37,614 62,787,691 Public Communications 2,254,207 934,682 1,319,525 41%- 2,254,207 Public Utilities 512,130 240,289 271,841 47%- 512,130 Public Works 17,975,099 10,538,675 7,436,424 59%- 17,975,099 Total Expenditures 232,049,722 130,528,594 101,521,128 56%527,614 232,577,336 For the Six Month Period of October 1, 2024- March 31, 2025 GENERAL FUND MID-YEAR REVIEW 6 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget WATER & SEWER FUND Water & Sewer Revenues: Charges for Service 108,228,770 54,521,620 53,707,150 50%- 108,228,770 Judgments, Fines and Forfeits 271,000 104,960 166,040 39%- 271,000 Miscellaneous 3,649,200 2,616,716 1,032,484 72%- 3,649,200 Transfers In - - - ~- - Total Operating Revenues 112,148,970 57,243,297 54,905,673 51%- 112,148,970 Fund Equity 3,053,470 - 3,053,470 0%- 3,053,470 Total Revenues 115,202,440 57,243,297 57,959,143 50%- 115,202,440 Water & Sewer Expenditures: Public Utilities Administration 4,659,188 1,972,754 2,686,434 42%- 4,659,188 Wastewater Collection 24,659,184 21,386,216 3,272,968 87%- 24,659,184 Public Utilities Maintenance 10,891,095 7,217,324 3,673,771 66%- 10,891,095 WPC / Plant Operations 26,835,759 17,734,926 9,100,833 66%- 26,835,759 WPC / Laboratory Operations 627,966 278,458 349,508 44%- 627,966 WPC / Industrial Pretreatment 1,149,406 554,479 594,927 48%- 1,149,406 Water Distribution 19,250,399 12,717,389 6,533,010 66%- 19,250,399 Water Supply 20,917,852 11,136,440 9,781,412 53%- 20,917,852 Reclaimed Water 6,211,591 4,564,628 1,646,963 73%- 6,211,591 Total Expenditures 115,202,440 77,562,615 37,639,825 67%- 115,202,440 Increase/ (Decrease)Amendment Description: Water and Sewer Fund Revenues:- Water and Sewer Fund Expenditures:- For the Six Month Period of October 1, 2024 to March 31, 2025 At mid-year, anticipated revenues of the Water and Sewer Fund equal anticipated expenditures for fiscal year 2024/25. No amendments are proposed to Water and Sewer Fund revenues at mid-year. UTILITY FUNDS MID-YEAR REVIEW No amendments are proposed to Water and Sewer Fund expenditures at mid-year.Expenditures reflect 67%of total budget due to transfers to the capital fund which happen in the first period of the year. 7 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 to March 31, 2025 UTILITY FUNDS MID-YEAR REVIEW STORMWATER FUND Stormwater Revenues: Charges for Service 17,942,340 9,786,714 8,155,626 55%- 17,942,340 Judgments, Fines and Forfeits 55,000 17,225 37,775 31%- 55,000 Miscellaneous 710,000 692,475 17,525 98%- 710,000 Transfers In - - - ~- - Total Operating Revenues 18,707,340 10,496,414 8,210,926 56%- 18,707,340 Fund Equity - - - ~2,748,340 2,748,340 Total Revenues 18,707,340 10,496,414 8,210,926 56%2,748,340 21,455,680 Stormwater Expenditures: Stormwater Management 10,763,042 8,995,636 1,767,406 84%4,000,000 14,763,042 Stormwater Maintenance 6,692,638 3,688,291 3,004,347 55%- 6,692,638 Total Expenditures 17,455,680 12,683,928 4,771,752 73%4,000,000 21,455,680 Increase/ (Decrease)Amendment Description: Stormwater Fund Revenues:2,748,340 Stormwater Fund Expenditures:4,000,000 At mid-year, anticipated revenues of the Stormwater Fund equal anticipated expenditures for fiscal year 2024/25. Mid-year amendments to Stormwater Fund revenues reflect an allocation of $2,748,340.00 in reserves to provide funding for stormwater pipelining. At mid-year,Stormwater Fund expenditures reflect 73%of total budget due to transfers to the capital fund which happen in the first period of the year.Amendments include a total increase of $4,000,0000.00 in transfers to capital project ENST180001,Stormwater Pipe System Improvements,of which $2,748,340.00 will be allocated from fund reserves with the remainder being offset by revenues budgeted in excess of expenditures. 8 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 to March 31, 2025 UTILITY FUNDS MID-YEAR REVIEW GAS FUND Gas Revenues: Charges for Service 46,472,660 20,046,638 26,426,022 43%- 46,472,660 Judgments, Fines and Forfeits 100,000 23,986 76,014 24%- 100,000 Miscellaneous 871,290 573,431 297,859 66%- 871,290 Transfers In - - - ~- - Total Operating Revenues 47,443,950 20,644,055 26,799,895 44%- 47,443,950 Fund Equity 338,680 - 338,680 0%- 338,680 Total Revenues 47,782,630 20,644,055 27,138,575 43%- 47,782,630 Gas Expenditures: Administration & Supply 24,716,617 11,028,217 13,688,400 45%- 24,716,617 Pinellas Gas Operations 10,659,362 6,322,225 4,337,137 59%- 10,659,362 Pasco Gas Operations 7,292,463 5,109,348 2,183,115 70%- 7,292,463 Marketing & Sales 5,114,188 1,939,023 3,175,165 38%- 5,114,188 Total Expenditures 47,782,630 24,398,812 23,383,818 51%- 47,782,630 Increase/ (Decrease)Amendment Description: Gas Fund Revenues:- Gas Fund Expenditures:- At mid-year, anticipated revenues of the Gas Fund equal anticipated expenditures for fiscal year 2024/25. No amendments are proposed to Gas Fund revenues at mid- year. No amendments are proposed to Gas Fund expenditures at mid-year. 9 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 to March 31, 2025 UTILITY FUNDS MID-YEAR REVIEW SOLID WASTE AND RECYCLING FUND Solid Waste Revenues: Other Permits and Fees 1,700 2,498 (798) 147%- 1,700 Intergovernmental - 6,196,158 (6,196,158) ~6,196,158 6,196,158 Charges for Service 31,386,360 15,880,384 15,505,976 51%- 31,386,360 Judgments, Fines and Forfeits 91,000 32,373 58,627 36%- 91,000 Miscellaneous 1,603,100 1,083,892 519,208 68%- 1,603,100 Transfers In - - - ~- - Solid Waste Revenues 33,082,160 23,195,305 9,886,855 70%6,196,158 39,278,318 Recycling Revenues: Other Permits and Fees - - - ~- - Intergovernmental - 85,152 (85,152) ~- - Charges for Service 2,830,640 1,468,864 1,361,776 52%- 2,830,640 Judgments, Fines and Forfeits 8,000 2,711 5,289 34%- 8,000 Miscellaneous 251,000 39,552 211,448 16%- 251,000 Transfers In - - - ~- - Recycling Revenues 3,089,640 1,596,278 1,493,362 52%- 3,089,640 Fund Equity - - - ~- - Total Revenues 36,171,800 24,791,583 11,380,217 69%6,196,158 42,367,958 Solid Waste Expenditures: Collection 22,142,303 10,548,296 11,594,007 48%- 22,142,303 Transfer 2,617,235 1,121,069 1,496,166 43%- 2,617,235 Container Maintenance 955,452 456,322 499,130 48%- 955,452 Administration 4,712,510 7,881,044 (3,168,534) 167%6,196,158 10,908,668 Solid Waste Expenditures 30,427,500 20,006,732 10,420,768 66%6,196,158 36,623,658 Recycling Expenditures: Residential 1,382,721 623,815 758,906 45%- 1,382,721 Multi-Family 432,458 157,889 274,569 37%- 432,458 Commercial 2,793,761 1,069,744 1,724,017 38%- 2,793,761 Recycling Expenditures 4,608,940 1,851,448 2,757,492 40%- 4,608,940 ~ Total Expenditures 35,036,440 21,858,180 13,178,260 62%6,196,158 41,232,598 Increase/ (Decrease)Amendment Description: Solid Waste and Recycling Fund Revenues:6,196,158 Solid Waste and Recycling Fund Expenditures:6,196,158 At mid-year, anticipated revenues of the Solid Waste and Recycling Fund exceed anticipated expenditures by $1,135,360 for fiscal year 2024/25. At mid-year,Solid Waste and Recycling Fund revenues reflect 69%of total budget.This is primarily due to receipt of FEMA reimbursements for hurricane disaster relief. Amendments include an increase of $6,196,158.00 which reflects the reimbursement. At mid-year,Solid Waste and Recycling Fund expenditures reflect 62%of total budget due to unanticipated hurricane debris removal expenses.Amendments include an increase of $6,196,158.00 to disaster response for removal and monitoring of this debris,as approved by the Council on November 7, 2024, December 5, 2024, and March 6, 2025. 10 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget MARINE FUND Marine Revenues: Intergovernmental - - - ~- - Charges for Service 4,717,550 730,625 3,986,925 15%- 4,717,550 Judgments, Fines and Forfeits - - - ~- - Miscellaneous Revenue 338,100 385,696 (47,596) 114%- 338,100 Transfers In 15,000 15,000 - 100%- 15,000 Total Operating Revenues 5,070,650 1,131,321 3,939,329 22%- 5,070,650 Fund Equity 98,310 - 98,310 0%- 98,310 Total Revenues 5,168,960 1,131,321 4,037,639 22%- 5,168,960 Marine Expenditures: Marina Operations 5,168,960 737,973 4,430,987 14%- 5,168,960 Total Expenditures 5,168,960 737,973 4,430,987 14%- 5,168,960 Increase/ (Decrease)Amendment Description: Marine Fund Revenues:- Marine Fund Expenditures:- For the Six Month Period of October 1, 2024 - March 31, 2025 ENTERPRISE FUNDS MID-YEAR REVIEW At mid-year, anticipated revenues of the Marine Fund equal anticipated expenditures for fiscal year 2024/25. No amendments are proposed to Marine Fund revenues at mid-year.Revenues reflect 22%of total budget due to reduced fuel sales caused by closure of the fuel dock during the ongoing construction at Clearwater Beach Marina. No amendments are proposed to Marine Fund expenditures at mid-year.Expenditures reflect 14%of total budget representing reduced purchase of fuel for resale caused by closure of the fuel dock during the ongoing construction at Clearwater Beach Marina. 11 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 - March 31, 2025 ENTERPRISE FUNDS MID-YEAR REVIEW CLEARWATER HARBOR MARINA FUND Clearwater Harbor Marina Revenues: Intergovernmental - - - ~- - Charges for Service 1,050,000 629,353 420,647 60%- 1,050,000 Judgments, Fines and Forfeits 200 150 50 75%- 200 Miscellaneous Revenue 101,500 41,849 59,651 41%- 101,500 Transfers In - - - ~- - Total Operating Revenues 1,151,700 671,352 480,348 58%- 1,151,700 Fund Equity 16,700 - 16,700 0%- 16,700 Total Revenues 1,168,400 671,352 497,048 57%- 1,168,400 Clearwater Harbor Marina Expenditures Clearwater Harbor Marina Operations 1,168,400 695,982 472,418 60%- 1,168,400 Total Expenditures 1,168,400 695,982 472,418 60%- 1,168,400 Increase/ (Decrease)Amendment Description: Clearwater Harbor Marina Fund Revenues:- Clearwater Harbor Marina Fund Expenditures:- At mid-year, anticipated revenues of the Clearwater Harbor Marina Fund equal anticipated expenditures for fiscal year 2024/25. No amendments are proposed to Clearwater Harbor Marina Fund revenues at mid-year. No amendments are proposed to Clearwater Harbor Marina Fund expenditures at mid-year. 12 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 - March 31, 2025 ENTERPRISE FUNDS MID-YEAR REVIEW AIRPARK FUND Airpark Revenues: Intergovernmental - - - ~- - Charges for Service - - - ~- - Miscellaneous Revenue 274,270 140,402 133,868 51%- 274,270 Transfers In - - - ~- - Total Operating Revenues 274,270 140,402 133,868 51%- 274,270 Fund Equity - - - ~- - Total Revenues 274,270 140,402 133,868 51%- 274,270 Airpark Expenditures: Airpark Operations 151,110 94,908 56,202 63%- 151,110 Total Expenditures 151,110 94,908 56,202 63%- 151,110 Increase/ (Decrease)Amendment Description: Airpark Fund Revenues:- Airpark Fund Expenditures:- At mid-year, anticipated revenues of the Airpark Fund exceed anticipated expenditures by $123,160 for fiscal year 2024/25. No amendments are proposed to Airpark Fund revenues at mid-year. No amendments are proposed to Airpark Fund expenditures at mid-year.Expenditures reflect 63%of total budget primarily due to transfers to the capital fund which happen in the first period of the year. 13 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 - March 31, 2025 ENTERPRISE FUNDS MID-YEAR REVIEW PARKING FUND Parking Revenues: Charges for Service 9,725,100 2,979,704 6,745,396 31%- 9,725,100 Judgments, Fines and Forfeits 1,611,040 700,433 910,607 43%- 1,611,040 Miscellaneous Revenue 900,000 527,738 372,262 59%- 900,000 Transfers In - - - ~- - Total Operating Revenues 12,236,140 4,207,876 8,028,264 34%- 12,236,140 Fund Equity 30,049,580 - 30,049,580 0%(6,000,000) 24,049,580 Total Revenues 42,285,720 4,207,876 38,077,844 10%(6,000,000) 36,285,720 Parking Expenditures Public Works/Parking System 39,267,248 35,732,024 3,535,224 91%(6,000,000) 33,267,248 Public Works/Parking Enforcement 1,311,862 469,816 842,046 36%- 1,311,862 Fire Dept/Beach Guards 1,506,194 811,706 694,488 54%- 1,506,194 M&A/Seminole Street Boat Ramp 200,416 112,395 88,021 56%- 200,416 Total Expenditures 42,285,720 37,125,941 5,159,779 88%(6,000,000) 36,285,720 Increase/ (Decrease)Amendment Description: Parking Fund Revenues:(6,000,000) Parking Fund Expenditures:(6,000,000) At mid-year, anticipated revenues of the Parking Fund equal anticipated expenditures for fiscal year 2024/25. At mid-year,Parking Fund revenues reflect 34%of total budget due to decreased collection of parking fees and fines caused by the major hurricanes in the first quarter of the fiscal year.Amendments to Parking Fund revenues reflect a reduction to use of fund equity by $6,000,000.00 to replenish fund balance. At mid-year,Parking Fund Expenditures reflect 88%of total budget due to transfers to the capital fund which happen in the first period of the year.Amendments reflect a reduction of $6,000,000.00 in transfers to the capital fund,returning cash from ENPK230001,Downtown Parking Garage,which will replenish fund balance. 14 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget GENERAL SERVICES FUND General Services Revenues: Charges for Service 8,203,890 4,080,092 4,123,798 50%- 8,203,890 Miscellaneous Revenues 465,000 282,693 182,307 61%- 465,000 Transfers In - - - ~- - Total Operating Revenues 8,668,890 4,362,785 4,306,105 50%- 8,668,890 Fund Equity - - - ~- - Total Revenues 8,668,890 4,362,785 4,306,105 50%- 8,668,890 General Services Expenditures: Administration 600,275 297,387 302,888 50%- 600,275 Building & Maintenance 8,068,615 4,226,268 3,842,347 52%- 8,068,615 Total Expenditures 8,668,890 4,523,654 4,145,236 52%- 8,668,890 Increase/ (Decrease)Amendment Description: General Services Fund Revenues:- General Services Fund Expenditures:- At mid-year, anticipated revenues of the General Services Fund equal anticipated expenditures for fiscal year 2024/25. No amendments are proposed to General Services Fund revenues at mid-year. No amendments are proposed to General Services Fund expenditures at mid-year. For the Six Month Period of October 1, 2024 - March 31, 2025 INTERNAL SERVICE FUNDS MID-YEAR REVIEW 15 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 - March 31, 2025 INTERNAL SERVICE FUNDS MID-YEAR REVIEW ADMINISTRATIVE SERVICES FUND Administrative Services Revenues: Charges for Service 19,711,320 9,732,679 9,978,641 49%- 19,711,320 Miscellaneous Revenues 475,000 269,760 205,240 57%- 475,000 Transfers In - - - ~- - Total Operating Revenues 20,186,320 10,002,439 10,183,881 50%- 20,186,320 Fund Equity 500,000 - 500,000 0%- 500,000 Total Revenues 20,686,320 10,002,439 10,683,881 48%- 20,686,320 Administrative Services Expenditures: Info Tech / Admin 1,201,295 794,279 407,016 66%- 1,201,295 Info Tech / Network Ops & User Support 5,779,449 1,998,317 3,781,132 35%- 5,779,449 Info Tech / Network Security & Architecture 3,505,911 2,113,225 1,392,686 60%- 3,505,911 Info Tech / Solutions & Programming 932,756 564,526 368,230 61%- 932,756 Info Tech / Telecommunications - - - ~- - Info Tech / Enterprise Systems & Training 4,330,190 1,972,217 2,357,973 46%- 4,330,190 Public Comm / Courier 209,563 51,936 157,627 25%- 209,563 Clearwater Customer Service 4,694,426 2,351,904 2,342,522 50%- 4,694,426 Total Expenditures 20,653,590 9,846,404 10,807,186 48%- 20,653,590 Increase/ (Decrease)Amendment Description: Administrative Services Fund Revenues:- Administrative Services Fund Expenditures:- No amendments are proposed to Administrative Services Fund revenues at mid-year. No amendments are proposed to Administrative Services Fund expenditures at mid-year. At mid-year, anticipated revenues of the Administrative Services Fund exceed anticipated expenditures by $32,730 for fiscal year 2024/25. 16 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 - March 31, 2025 INTERNAL SERVICE FUNDS MID-YEAR REVIEW GARAGE FUND Garage Fund Revenues Charges for Service 17,408,550 8,303,914 9,104,636 48%- 17,408,550 Miscellaneous Revenues 1,036,650 418,767 617,883 40%- 1,036,650 Transfers In - - - ~- - Total Operating Revenues 18,445,200 8,722,681 9,722,519 47%- 18,445,200 Fund Equity - - - ~1,483,380 1,483,380 Total Revenues 18,445,200 8,722,681 9,722,519 47%1,483,380 19,928,580 Garage Fund Expenditures: Fleet Maintenance 17,633,580 6,253,592 11,379,988 35%179,500 17,813,080 Radio Communications 798,930 307,422 491,508 38%1,303,880 2,102,810 Total Expenditures 18,432,510 6,561,014 11,871,496 36%1,483,380 19,915,890 Increase/ (Decrease)Amendment Description: Garage Fund Revenues:1,483,380 Garage Fund Expenditures:1,483,380 At mid-year, anticipated revenues of the Garage Fund exceed anticipated expenditures by $12,690 for fiscal year 2024/25. Mid-year amendments to Garage Fund revenues reflect a net increase of $1,483,380.00.Total amendments include:1) an allocation of $1,303,880.00 from fund reserves to provide funding for migration of the city's land mobile radio system to Pinellas County's LMR,as approved by the Council on March 17,2025;and 2)an allocation of $179,500 from fund reserves which represents the fiscal year 2023/24 transfer to the capital fund that was included in the approved budget, but not transferred to fund the project. Mid-year expenditures of the Garage Fund reflect 36%of total budget due to lower than anticipated purchases of fuel and tires for city vehicles.Total amendments reflect a net increase of $1,483,380.00.This includes:1)an increase of $1,303,880.00 transferred to capital project C2508, Motorola Conversion,as approved by the Council on March 17, 2025; and 2) a transfer of $179,500 to capital project 366- 94233,Motorized Equipment Replacement-Cash,which represents the approved fiscal year 2023/24 project transfer/CIP budget which in error was not transferred. 17 2024/25 Mid-Year Variance %2024/25 1 Qtr Amended Year to Date YTD Actual vs.YTD vs.Proposed MY Amended Budget Actual Adopted Bud Budget Amendment Budget For the Six Month Period of October 1, 2024 - March 31, 2025 INTERNAL SERVICE FUNDS MID-YEAR REVIEW CENTRAL INSURANCE FUND Central Insurance Revenues: Charges for Service 39,173,550 18,517,784 20,655,766 47%- 39,173,550 Miscellaneous Revenues 875,000 7,216,854 (6,341,854) 825%- 875,000 Transfers In - - - ~- - Total Operating Revenues 40,048,550 25,734,637 14,313,913 64%- 40,048,550 Fund Equity - - - ~- - Total Revenues 40,048,550 25,734,637 14,313,913 64%- 40,048,550 Central Insurance Expenditures: Finance / Risk Management 519,863 243,451 276,412 47%- 519,863 HR / Employee Benefits 501,286 222,455 278,831 44%- 501,286 HR / Employee Health Clinic 1,753,770 568,946 1,184,824 32%- 1,753,770 Non-Departmental 37,264,331 14,939,447 22,324,884 40%- 37,264,331 Total Expenditures 40,039,250 15,974,298 24,064,952 40%- 40,039,250 Increase/ (Decrease)Amendment Description: Central Insurance Fund Revenues:- Central Insurance Fund Expenditures:- At mid-year, anticipated revenues of the Central Insurance Fund exceed anticipated expenditures by $9,300 for fiscal year 2024/25. No amendments are proposed to Central Insurance Fund revenues at mid-year.Revenues reflect 64%of total budget due to higher than normal insurance recovery payouts resulting from damages caused by the major hurricanes in the first quarter of the fiscal year. No amendments are proposed to Central Insurance Fund expenditures at mid-year. 18 CAPITAL IMPROVEMENT PROGRAM Mid-Year Summary FY 2024/25 19 The amended 2024/25 Capital Improvement Program budget report is submitted for the City Council's mid- year review. The proposed amendment is a net budget increase in the amount of $2,067,389. This review provides the opportunity to examine the status of all active projects and present formal amendments to the project budgets. Fiscally significant budget increases encompassed within this review are as follows: The following are significant amendments to capital projects that are presented for the first time, not previously approved by the City Council: ➢ Greenprint Implementation – a budget increase of $105,691 in refund received from IRS elective pay tax credits. ➢ Police Equipment Replacement - a budget increase of $69,998 transferred from the Special Program Fund. ➢ Pinellas New Mains/Service Line – a budget increase of $122,500 in property owners share revenue. ➢ Sanitary Sewer Relocation – a budget increase of $74,083 in tax revenue. ➢ Seminole Boat Launch Maintenance – a budget increase of $90,115 in prior year parking revenue. ➢ South Basin Attenuator – a budget increase of $148,042 in Federal Disaster Relief (FEMA) reimbursement revenue. ➢ Parks & Beautification R&R – a budget increase of $86,750 in Special Program Fund revenue. ➢ Stormwater Pipe System Improvements – a budget increase of $4,000,000 in stormwater revenue. ➢ Downtown Parking Garage – a budget decrease of $6,000,000 in parking revenue. Significant budget increases that have been previously approved by the City Council are listed below: Project Council Budget Increase Approval ➢ Motorola Conversion $1,303,880 03/17/25 ➢ Fire Boat Replacement $490,000 03/06/25 ➢ Park Land Acquisition $38,500 03/17/25 ➢ Park Land Acquisition $453,500 05/01/25 ➢ Missouri Ave Medians $550,000 03/06/25 ➢ Airpark Emergency Generator $500,000 04/17/25 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment Countryside Library Demo - CLOSE PROJECT 1 93535 (75,000) To record a budget transfer of $75,000.00 in General Fund revenue to project C2408,Osceola Ave Streetscape/Utility Replacement. This will close the project.(75,000) City-wide Connectivity 2 94729 12,814 To record a budget transfer of $12,814.47 in administrative services fund revenue from project M2202, Telecommunications Upgrade.12,814 Greenprint Implementation 3 C2106 105,691 To record a budget increase of $105,691.32 in refunds received from IRS elective pay tax credits,this will bring the budget in line with actual revenues received.105,691 Myrtle/Cleveland Utility Underground - CLOSE PROJECT 4 ENGF240002 - (1,100,000) To record a budget transfer of $1,100,000.00 in General Fund revenue to project ENRD250001,Quiet Zone Compliance. This will close the project.(1,100,000) General Services Roof Replacement 5 C2414 - (500,000) To record a budget decrease of $500,000.00 in garage fund revenue to correct a 1Q FY25 budget amendment error that allocated funds to the incorrect project.(500,000) Motorola Conversion - NEW PROJECT 6 C2508 1,303,880 To establish the project and record a budget increase of $1,303,880.00 in garage fund revenue as approved by council on March 17, 2025.1,303,880 Fleet Facility R&R 7 GSFL180001 - 500,000 To record a budget increase of $500,000.00 in garage fund revenue to correct a 3Q FY24 budget amendment error that reduced the budget instead of transferring funds between capital project accounts.500,000 Telecommunications Upgrade - CLOSE PROJECT 8 M2202 - (12,814) To record a budget transfer of $12,814.47 in administrative services fund revenue to project 94729,City-wide Connectivity. This will close the project.(12,814) Motorized Equip Purchases-LP 9 L2301 76,919 To record a budget transfer of $23,973.46 in lease purchase revenue from project L1904,Vehicles & Equipment (Sewer)and a budget transfer of $52,945.25 in lease purchase revenue from project L1905,Vehicles & Equipment (Water).76,919 CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 20 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Police Equipment Replacement 10 P1802 69,998 To record a budget increase of $69,998.28 transferred from closed special program 181-P2002,Police Body Worn Camera Program.69,998 Fire Engine Replacement 11 91218 150,000 To record a budget transfer of $150,000.00 in General Fund revenue from project 91264,Fire Hose Replacement as approved by council April 3, 2025.150,000 Thermal Imaging Cameras 12 91260 (40,000) To record a budget transfer of $40,000.00 in General Fund revenue to project 91263, Extrication Tools.(40,000) Fire Hose Replacement - CLOSE PROJECT 13 91264 (212,746) To record a budget transfer of $150,000.00 in General Fund revenue to project 91218,Fire Engine Replacement as approved by council April 3, 2025. To record a budget transfer of $40,000.00 in General Fund revenue to project 91263,Extrication Tools,and a budget transfer of $22,746.48 in General Fund revenue to project Fire Station 46-Beach. This will close the project.(212,746) Fire Boat Replacement - NEW PROJECT 14 C2507 490,000 To establish the project and record a budget increase of $490,000.00 in General Fund revenues as approved by council March 6, 2025 490,000 Fire Station 46 - Beach 15 FD00190001 - 37,833 To record budget transfers of $15,086.02 in penny revenue from project C2103,Downtown Streetscaping,and $22,746.48 in General Fund revenue from 91264,Fire Hose Replacement.37,833 Fire Station Alerting System - NEW PROJECT 16 M2506 - 240,000 To establish the project and transfer $240,000.00 in General Fund revenue from project 91229,Replace & Upgrade Airpacks.This project provides funding to begin phased upgrades to the alerting system at each fire station.240,000 Replace & Upgrade Airpacks 17 91229 - (240,000) To record a budget transfer of $240,000.00 of General Fund revenue to project M2506,Fire Station Alerting System.(240,000) 21 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Extrication Tools 18 91263 16,000 80,000 To record a budget increase of $96,000.00 representing the following amendments:1)an increase of $16,000.00 in surplus equipment revenue to bring the budget in line with receipts;2)a transfer of $40,000.00 General Fund revenue from project 91260,Thermal Imaging Cameras;and 3)a transfer of $40,000.00 from project 91264,Fire Hose Replacement,to fund the purchase of replacement extrication equipment.96,000 Pinellas New Mains/Service Lines 19 96377 122,500 To record a budget increase of $122,499.88 in property owners share revenue to bring the budget in line with revenues received.122,500 Pasco New Mains/Service Lines 20 96378 7,645 To record a budget increase of $7,644.95 in property owners share revenue to bring the budget in line with revenues received.7,645 Gas Inventory Work Management Systems - CLOSE 21 96382 - (2,385,732) To record a budget transfer of $2,385,732.49 in gas revenue to project C2412,Enterprise Asset Management. This will close the historical project,transferring to the new city-wide asset management project.(2,385,732) Enterprise Asset Management 22 C2412 - 2,385,732 To record a budget transfer of $2,385,732.49 in gas revenue from project 96382,Gas Inventory Work Management Systems.2,385,732 Sanitary Sewer Upgrades/Improvements 23 96212 13,387 To record a budget increase of $13,387.48 in Utility R&R revenue from project C2103, Downtown Streetscaping.13,387 Sanitary Sewer Relocation 24 96634 74,083 To record a budget increase of $74,082.81 in general tax revenue to bring the budget in line with actual receipts received.74,083 Water Pollution Control R&R 25 96664 - (2,500,000) To record a budget transfer of $2,500,000.00 in Utility R&R revenue to project 96721, System R&R Maintenance.(2,500,000) Sanitary Sewer R&R 26 96665 - 755 To record a budget transfer of $755.00 in sewer revenue from project M2008,Vehicles &Equipment -Water & Sewer.755 22 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Pump Station Replacement 27 96686 - (50,000) To record a budget transfer of $50,000.00 in water revenue to project 96739, Reclaimed Water Distribution System.(50,000) System R & R - Maintenance 28 96721 - 2,650,000 To record a budget transfer of $150,000.00 in water revenue from project 96722,Line Relocation-Maintenance and to record a budget transfer of $2,500,000.00 in Utility R&R from project 96664, Water Pollution Control R&R.2,650,000 Line Relocation - Maintenance 29 96722 - (150,000) To record a budget transfer of $150,000.00 in water revenue to project 96721, System R&R - Maintenance.(150,000) Reclaimed Water Distribution System 30 96739 50,000 To record a budget transfer of $50,000.00 in water revenue from project 96686, Pump Station Replacement.50,000 Vehicle & Equipment- Water & Sewer - CLOSE PROJECT 31 L1904/L1905/ M2208 - (77,674) To record a budget decrease of $77,673.71 recognizing the following transfers:1)$23,973.46 in lease purchase revenue from L1904 and $52,945.25 in lease purchase revenue from L1905,both transferred to project L2301, Motorized Equipment Purchase -LP;and 2)a transfer of $755.00 in sewer revenue from M2208 to 96665,Sanitary Sewer R&R. This will close these projects.(77,674) Northeast Plant R&R 32 M1906 - (50,000) To record a budget transfer of $50,000.00 in Utility R&R revenue to project M1907, East Plant R&R.(50,000) East Plant R&R 33 M1907 - 50,000 To record a budget transfer of $50,000.00 in Utility R&R revenue from project M1906, Northeast Plant R&R.50,000 Stormwater Pipe System Improvements 34 ENST180001 4,000,000 To record a budget increase of $4,000,000.00 to provide additional funding for pipelining contracts in the current fiscal year.4,000,000 23 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Allen's Creek 35 ENST180002 (650,000) To record a budget transfer of $650,000.00 in stormwater revenue to project ENST180010,Lower Spring Branch Improvements.(650,000) Stormwater System Expansion 36 ENST180003 15,557 To record a budget transfer of $15,556.50 in stormwater revenue from project C2103, Downtown Streetscaping.15,557 Alligator Creek Watershed 37 ENST180006 (1,000,000) To record a budget transfer of $1,000,000.00 in stormwater revenue to project ENST240001,North Beach Pump Station.(1,000,000) Lower Spring Branch Improvements 38 ENST180010 650,000 To record a budget transfer of $650,000.00 in stormwater revenue from project ENST180002, Allen's Creek.650,000 North Beach Pump Station 39 ENST240001 1,000,000 To record a budget transfer of $1,000,000.00 in stormwater revenue from project ENST180006,Alligator Creek Watershed.1,000,000 Downtown Streetscaping - CLOSE PROJECT 40 C2103 (44,030) To record a budget decrease of $44,030.00 recognizing the following amendments:1)a transfer of $15,086.02 in penny revenue to project FD00190001,Fire Station 46;2)a transfer of $15,556.50 in stormwater revenue to project ENST180003,Stormwater System Expansion;and 3)a transfer of $13,387.48 in Utility R&R revenue to project 96212,Sanitary Sewer Upgrades/Improvements.This will close the project.(44,030) Osceola Streetscape/Utility Replacement 41 C2408 992,586 To record a budget increase of $992,585.81 recognizing the following amendments:1)a budget transfer of $75,000.00 in General Fund revenue from project 93535,Countryside Library Demolition;2)a budget transfer of $47,344.00 in General Fund revenue from project ENGF200003, Memorial Causeway Bridge Lighting;and 3)a budget transfer of $379,173.27 in General Fund revenue and $491,068.54 in penny revenue from project ENGF180002, Downtown Intermodal.992,586 24 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Memorial Causeway Bridge Lighting - CLOSE PROJECT 42 ENGF200003 (47,344) To record a budget transfer of $47,344.00 in General Fund revenue to project C2408,Osceola Ave Streetscape/Utility Replacement. This will close the project.(47,344) Streets & Sidewalks 43 ENRD180004 885 To record a budget increase of $885.14 in reimbursement revenue to bring the budget in line with actual receipts received. Amendments also include net zero transfers of road millage revenue of $50,000.00 to project ENRD180007,Traffic Safety Infrastructure and $250,000.00 to project ENRD240001,ATMS/Infrastructure Upgrades offset by the return of multi-modal impact fees of $50,000.00 from project ENRD180007,Traffic Safety Infrastructure and $250,000.00 from project ENRD240001,ATMS/ Infrastructure Upgrades.885 Traffic Safety Infrastructure 44 ENRD180007 - To record a net zero budget transfer of $50,000.00 in multi- modal impact fees to project ENRD180004,Streets & Sidewalks offset by the return of $50,000.00 in road millage revenue transferred from project ENRD180004, Streets & Sidewalks.- ATMS/Infrastructure Upgrades 45 ENRD240001 - To record a net zero budget transfer of $250,000.00 in multi-modal impact fees to project ENRD180004,Streets & Sidewalks offset by the return of $250,000.00 in road millage revenue transferred from project ENRD180004, Streets & Sidewalks.- Quiet Zone Compliance - NEW PROJECT 46 ENRD250001 1,100,000 To Establish the project and record a budget transfer of $1,100,000.00 in General Fund revenue from project ENGF240002,Myrtle/Cleveland Utility Undergrounding. This new project will provide initial funding to begin improvements necessary for quiet zone compliance downtown. 1,100,000 Airpark Emergency Generator - NEW PROJECT 47 G2509 500,000 To establish the project and record a budget increase of $400,000.00 in FDOT revenue and an increase of $100,000.00 in gas revenue transferred from project 96387,Natural Gas Vehicle as approved by council on April 17, 2025.500,000 25 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Downtown Parking Garage 48 ENPK230001 (6,000,000) To record a budget decrease of $6,000,000.00 returning revenues to the Parking Fund to replenish fund balance based on current construction estimates.(6,000,000) Seminole Boat Launch Maintenance 49 M2102 90,115 To record a budget increase of $90,115.02 in parking revenue to bring the budget in line with revenues received.90,115 Downtown Intermodal -CLOSE PROJECT 50 ENGF180002 (870,242) To record a budget transfer of $379,173.27 in General Fund revenue and $491,068.54 in penny revenue to project C2408,Osceola Ave Streetscape/Utility Replacement.This will close the project.(870,242) Library FF&E Repair & Replace 51 93534 300 To record a budget increase of $300.00 in surplus equipment revenue to bring the budget in line with revenues received.300 Park Land Acquisition 52 93133 492,000 To record a budget increase of $38,500.00 in open space impact fees from Special Development fund as approved by council March 17, 2025. To record a budget increase of $275,000.00 in open space impact fees and $178,500.00 of recreation land impact fees from the Special Development fund as approved by council May 1, 2025.492,000 Missouri Ave Medians 53 G2507 550,000 To establish the project and record a budget increase of $435,772.00 in grant revenue and $114,228.00 in General Fund revenue as approved by council March 6, 2025.550,000 Parks & Beautification R&R 54 M2206 96,250 To record a budget increase of $9,500.00 in donation revenue and a budget increase of $86,750.00 in Special Program revenue to bring the budget in line with actual revenues received.96,250 Miscellaneous Minor Public Art - CLOSE PROJECT 55 A1901 - (92,439) To record a budget transfer of $92,439.03 in General Fund revenue to project A2501,Arts and Cultural Affairs Fund. This will close the project.(92,439) 26 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Cultural Arts Plan - CLOSE PROJECT 56 A2201 - (104,915) To record a budget transfer of $104,914.60 in General Fund revenue to project A2501,Arts and Cultural Affairs Fund. This will close the project.(104,915) Arts and Cultural Affairs Fund - NEW PROJECT 57 A2501 - 197,354 To establish the project and record a budget increase in General Fund revenue of $92,439.03 from project A1901, Miscellaneous Public Art and $104,914.60 from project A2201, Cultural Arts Plan.197,354 Pier 60/Sailing Center Maintenance - CLOSE PROJECT 58 93499 - (697,858) To record a budget transfer of $650,000.00 in General Fund revenue to project M2504,Sailing Center R&R and a budget transfer of $47,858.27 in General Fund revenue to project M2505,Pier 60 R&R.This will close the historical project,and create new projects to account for expenditures separately by facility.(697,858) Beach Marina Upgrade 59 C1905 - Amendments include and a net-zero amendment recognizing $7,850,000.00 in grant revenues awarded from the Tourist Development Council (TDC).This funding will reduce the total interfund loan previously approved,which is intended to be paid by future Marina fund revenues. - Soccer Reno EC Moore - CLOSE PROJECT 60 C2204 - (100,000) To record a budget transfer of $100,000.00 in General Fund revenue to project C2510,E.C.Moore Renovations.This will close this project,creating a new project to account for total complex improvements.(100,000) South Basin Attenuator 61 C2409 148,042 To record a budget increase of $148,041.77 in Federal Disaster Relief (FEMA)reimbursement revenue to bring the budget in line with actual receipts received.148,042 E.C. Moore Renovations - NEW PROJECT 62 C2510 - 100,000 To establish the project and record a budget transfer of $100,000.00 in General Fund revenue from project C2204 Soccer Reno EC Moore.This new project is created to account for total complex renovations included in the capital plan.100,000 Sailing Center R&R- NEW PROJECT 63 M2504 - 650,000 To establish the project and record a budget transfer of $650,000.00 in General Fund revenue from project 93499, Pier 60/Sailing Center Maintenance.650,000 27 Increase/ Amdmt Project (Decrease)Transfer Net Budget #Number Amount Amount Description Amendment CAPITAL IMPROVEMENT PROGRAM Mid-Year Amendments FY 2024/25 Pier 60 R&R - NEW PROJECT 64 M2505 - 47,858 To establish the project and record a budget transfer of $47,858.27 in General Fund revenue from project 93499, Pier 60/Sailing Center Maintenance.47,858 2,067,389 - 2,067,389 Natural Gas Vehicle 96387 - 100,000 To record a budget transfer of $100,000.00 in gas revenue to project G2509,Airpark Emergency Generator,as approved by council on April 17th, 2025. Downtown Intermodal -CLOSE PROJECT ENGF180002 - 46,078 To record a budget transfer of $46,078.00 in CRA revenue returning CRA City TIF funds to project R2003,Economic Development (City). This project is being closed. TOTAL INTERFUND TRANSFERS:146,078 TOTAL INTERFUND TRANSFERS 28 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY MID-YEAR: October 1, 2024 to March 31, 2025 Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Other General Government 93535 Countryside Library Demo 75,000 75,000 (75,000) - - - - C 1 94233 Motorized Equip-Cash 2,959,601 2,959,601 - 2,959,601 2,863,572 15,133 80,896 94246 Fleet Management & Mapping 710,000 710,000 - 710,000 615,964 - 94,036 94729 City-wide Connectivity 6,634,089 6,854,409 12,814 6,867,224 4,843,927 4,510 2,018,787 2 94736 Geographic Information Sys 1,560,997 1,560,997 - 1,560,997 974,455 - 586,542 94828 Financial Systems Upgrades 4,333,165 4,333,165 - 4,333,165 2,909,856 - 1,423,309 94829 CIS Upgrades / Replacement 1,582,376 1,582,376 - 1,582,376 801,428 239,087 541,861 94830 MS Licensing / Upgrades 1,143,000 842,601 - 842,601 842,601 - - C 94850 Backfile Conversion of Records 500,000 500,000 - 500,000 192,043 - 307,957 94857 Accela Permit & Code Enforce 950,000 950,000 - 950,000 456,807 97,420 395,773 94873 City-wide Camera System 949,000 949,000 - 949,000 443,700 15,200 490,100 94874 City Enterprise Timekeep Sys 453,000 453,000 - 453,000 202,802 - 250,198 94880 Granicus Agenda Mgt Sys 435,000 435,000 - 435,000 41,136 - 393,864 94883 Business Proc Review & Improve 1,475,735 1,475,735 - 1,475,735 693,744 33,136 748,855 C2004 Lift Stations - General Gov 2,400,000 2,400,000 - 2,400,000 184,797 - 2,215,203 C2006 ADA Transition Plan 1,650,000 1,650,000 - 1,650,000 383,657 - 1,266,343 C2007 Citywide Audio/Visual Solutions 565,053 565,053 - 565,053 96,661 - 468,392 C2101 North Ward Preservation 291,705 291,705 - 291,705 287,868 - 3,836 C2106 Greenprint Implementation 942,177 942,177 105,691 1,047,869 744,678 112,796 190,394 3 C2305 Fuel Site Replacement 1,000,000 1,000,000 - 1,000,000 710,528 230,692 58,780 C2503 North Ward Renovations 200,000 200,000 - 200,000 - - 200,000 G2211 ARPA Fiber Upgrades 3,500,000 3,500,000 - 3,500,000 406,480 3,160,345 (66,825) G2214 ARPA Solar Panels 2,225,338 2,225,338 - 2,225,338 1,342,980 882,448 (90) ENGF220001 New City Hall 35,000,300 34,726,300 - 34,726,300 5,037,556 29,127,458 561,286 ENGF230001 MSB Renovations 10,000,000 14,000,000 - 14,000,000 1,414,548 10,166,589 2,418,863 ENGF240001 Harborview Site Foundation 535,000 535,000 - 535,000 - - 535,000 ENGF240002 Myrtle/Cleveland Util Undrgrnd 1,100,000 1,100,000 (1,100,000) - - - - C 4 315-C2412 Enterprise Asset Management 500,000 500,000 - 500,000 - - 500,000 C2414 General Services Roof Replace 2,510,000 3,010,000 (500,000) 2,510,000 1,987,300 518,425 4,275 5 C2508 Motorola Conversion - - 1,303,880 1,303,880 - 1,303,879 1 6 GSBM180001 Air Cond Replace-City Wide 3,098,444 3,098,444 - 3,098,444 2,052,850 7,300 1,038,294 GSBM180002 Flooring for Facilities 2,177,837 2,177,837 - 2,177,837 1,748,198 241,735 187,904 GSBM180003 Roof Repair and Replacement 4,844,213 4,844,213 - 4,844,213 3,201,751 775,144 867,318 GSBM180004 Painting of Facilities 1,217,923 1,217,923 - 1,217,923 830,459 57,426 330,037 GSBM180005 Fencing of Facilities 193,170 193,170 - 193,170 130,867 3,257 59,046 GSBM180006 Light Replacement & Repair 948,197 948,197 - 948,197 845,984 - 102,212 GSBM180007 Elevator Refurbish/Modern 1,060,576 1,060,576 - 1,060,576 69,918 8,400 982,258 GSBM180008 Building Systems 3,168,377 3,168,377 - 3,168,377 1,470,423 120,477 1,577,478 GSBM180009 New A/C Chiller System 6,100,000 6,100,000 - 6,100,000 2,565,146 547,134 2,987,720 GSBM180010 General Services R&R 900,000 900,000 - 900,000 555,062 16,394 328,544 GSBM180011 Generator Maintenance 740,000 740,000 - 740,000 78,003 - 661,997 GSBM180012 General Fac Bldg Major Reno 4,285,242 4,285,242 - 4,285,242 2,775,533 - 1,509,709 GSFL180001 Fleet Facility R&R 494,520 494,520 500,000 994,520 826,820 6,401 161,299 7 L1906/M2202 Telecommunications Upgrade 1,692,047 702,680 (12,814) 689,866 689,866 - - C 8 L1907/M1911 IT Disaster Recovery 1,021,396 1,131,572 - 1,131,572 381,975 70,382 679,216 L1908/M1912 Network Infra & Server R&R 4,341,417 4,641,815 - 4,641,815 3,580,208 60,679 1,000,928 L1910 Motorized Equip Replace-LP 52,502,827 52,502,827 - 52,502,827 27,021,570 12,790,293 12,690,964 L1911 Garage Off Cycle Replacements 653,800 653,800 - 653,800 604,158 - 49,642 L2301 Motorized Equip Purchases-LP 7,176,502 7,176,502 76,919 7,253,421 3,662,540 985,350 2,605,531 9 M2007 City EOC Maintenance 175,000 64,824 - 64,824 36,284 28,540 -C L2001/M2010 P25 Radio Equipment & Infrast 4,557,104 4,557,104 - 4,557,104 3,132,325 - 1,424,780 M2201 Studio/Production Equip 111,344 111,344 - 111,344 - - 111,344 M2211 Neighborhood Reinvest Fund 200,000 200,000 - 200,000 20,000 - 180,000 Sub-Total 187,840,471 191,297,424 311,490 191,608,914 84,759,027 61,626,029 45,223,858 Actual Expenditures 29 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY MID-YEAR: October 1, 2024 to March 31, 2025 Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Actual Expenditures Police Protection 94238 Police Vehicles 3,170,290 3,170,290 - 3,170,290 2,982,152 - 188,138 C2201 Police CAD Replacement 900,000 1,136,153 - 1,136,153 948,502 - 187,651 C2206 PD Equipment Facility 750,000 750,000 - 750,000 - - 750,000 M2501 PD Police Training Range R&R 125,000 125,000 - 125,000 - - 125,000 P1802 Police Equipment Replacement 1,201,437 1,357,327 69,998 1,427,325 885,062 135,870 406,394 10 P1902 Police Information Systems 530,000 530,000 - 530,000 414,489 5,371 110,140 PD00180001 Police District 3 Station 13,050,000 13,050,000 - 13,050,000 12,741,776 246,348 61,876 Sub-Total 19,726,727 20,118,770 69,998 20,188,769 17,971,981 387,588 1,829,199 Fire Protection 91218 Fire Engine Replacement 6,233,272 6,233,272 150,000 6,383,272 4,979,388 1,152,524 251,361 11 91260 Thermal Imaging Cameras 397,872 397,872 (40,000) 357,872 267,826 - 90,046 12 91261 Personal Protection Equip 2,989,250 2,989,250 - 2,989,250 2,380,071 - 609,179 91264 Fire Hose Replacement 572,060 572,060 (212,746) 359,314 359,314 - - C 13 C2207 FD Equipment Facility 750,000 750,000 - 750,000 53,259 - 696,741 C2410 Fire Squad Replacement - - - - - 1,714,452 (1,714,452) C2507 Fire Boat Replacement - - 490,000 490,000 - 480,969 9,031 14 FD00190001 Fire Station 46 - Beach 9,920,693 9,920,693 37,833 9,958,525 9,889,657 (2,725) 71,593 15 FD00190002 Fire Station 47 Replacement 10,383,525 10,383,525 - 10,383,525 7,537,735 2,676,506 169,284 M2005 Fire Training Tower 465,286 465,286 - 465,286 418,631 8,140 38,515 M2506 Fire Station Alerting System - - 240,000 240,000 - - 240,000 16 Sub-Total 31,711,957 31,711,957 665,086 32,377,044 25,885,881 6,029,866 461,296 Fire Rescue Services 91229 Replace & Upgrade Airpacks 1,684,314 1,684,314 (240,000) 1,444,314 973,141 - 471,173 17 91236 Rescue Vehicle 1,175,506 1,175,506 - 1,175,506 495,780 679,726 - C 91257 AED Program 381,030 381,030 - 381,030 279,236 - 101,794 91263 Extrication Tools 177,000 177,000 96,000 273,000 271,141 - 1,859 18 ENGF190002 Beach Guard Tower 475,239 475,239 475,239 365,752 - 109,487 ENGF200002 Beach Guard Admin Building 330,000 330,000 - 330,000 65,660 - 264,340 Sub-Total 4,223,089 4,223,089 (144,000) 4,079,089 2,450,711 679,726 948,652 Gas Utility Services 96358 Environmental Remediation 2,134,794 2,134,794 - 2,134,794 2,001,121 38,849 94,823 96365 Line Relocation-Pinellas Maint 886,569 886,569 - 886,569 610,005 - 276,564 96367 Gas Meter Change Out-Pinellas 5,213,000 5,213,000 - 5,213,000 4,735,174 - 477,826 96374 Line Relocation-Pinellas Capital 3,933,500 3,933,500 - 3,933,500 2,983,560 8,120 941,820 96376 Line Relocation - Pasco Maint 414,808 414,808 - 414,808 184,556 - 230,252 96377 Pinellas New Mains/Serv Lines 54,151,292 54,249,488 122,500 54,371,988 42,172,347 95,699 12,103,942 19 96378 Pasco New Mains/Serv Lines 34,055,215 34,062,660 7,645 34,070,305 28,354,543 80,307 5,635,454 20 96379 Pasco Gas Meter Change Out 1,992,821 1,992,821 - 1,992,821 984,001 - 1,008,820 96381 Line Reloc-Pasco-Capitalized 2,447,300 2,447,300 - 2,447,300 1,302,373 - 1,144,927 96382 Gas Inventory Work Mgmt Sys 3,242,000 3,242,000 (2,385,732) 856,268 856,268 - -C 21 96384 Gas System - Pinellas Building 28,857,855 28,857,855 - 28,857,855 28,125,837 61,204 670,814 96385 Gas Main Extensions 1,807,845 1,807,845 - 1,807,845 1,597,428 - 210,417 96386 Expanded Energy Conservation 17,878,589 17,878,589 - 17,878,589 12,885,416 - 4,993,173 96387 Natural Gas Vehicle 7,584,584 7,584,584 - 7,584,584 6,573,611 - 1,010,972 96389 Future IMS Software & Hardware 1,525,000 1,525,000 - 1,525,000 361,793 - 1,163,207 96391 Gas System Pasco Building 1,200,000 1,200,000 - 1,200,000 3,892 - 1,196,108 C2301 Pasco Gate Station 1,500,000 1,500,000 - 1,500,000 10,872 - 1,489,128 323-C2412 Enterprise Asset Management - - 2,385,732 2,385,732 - - 2,385,732 22 M1904 Pinellas Building Equip R&R 1,650,000 1,650,000 - 1,650,000 - - 1,650,000 M2402 Gas - Capital Equipment 1,000,000 1,000,000 - 1,000,000 18,472 790,098 191,431 Sub-Total 171,475,171 171,580,812 130,145 171,710,957 133,761,270 1,074,277 36,875,409 30 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY MID-YEAR: October 1, 2024 to March 31, 2025 Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Actual Expenditures Solid Waste Control Services C2005 Underground Refuse Program 1,930,862 1,930,862 - 1,930,862 1,292,173 - 638,689 C2302 Rebuild SW Adm Comp 17,230,526 17,230,526 - 17,230,526 16,499 - 17,214,027 C2411 Solid Waste Truck Wash Facility 536,797 536,797 - 536,797 156,070 106,276 274,451 M2301 SW Facility R&R 930,000 930,000 - 930,000 740,280 16,797 172,924 Sub-Total 20,628,185 20,628,185 - 20,628,185 2,205,021 123,073 18,300,091 Water-Sewer Combination Services 96212 Sanitary Sewer Upgrades/Impr 22,014,782 22,014,782 13,387 22,028,170 9,279,829 4,117,926 8,630,415 23 96213 Marshall Street Upgrades/Impr 20,535,187 20,535,187 - 20,535,187 14,176,741 1,504,389 4,854,057 96214 East Plant Upgrades/Improve 8,150,000 8,150,000 - 8,150,000 1,596,381 2,768,200 3,785,419 96215 N.E. Plant Upgrades/Improve 31,024,945 31,024,945 - 31,024,945 21,865,440 4,833,528 4,325,977 96216 Laboratory Upgrade/Improve 255,079 255,079 - 255,079 69,670 - 185,410 96217 Pump Station R&R 1,350,192 1,350,192 - 1,350,192 1,235,587 - 114,606 96523 Pub Utilities Adm Bldg R&R 556,703 556,703 - 556,703 436,694 - 120,009 96630 Sanitary Sewer Extension 14,257,148 14,257,148 - 14,257,148 12,615,157 4,557 1,637,435 96634 Sanitary Sewer Relocation 4,659,557 4,659,557 74,083 4,733,640 3,571,236 66,181 1,096,223 24 96645 Laboratory Upgrade & R&R 1,146,761 1,146,761 - 1,146,761 1,126,761 - 20,000 96654 Facilities Upgrade & Improve 13,433,556 13,433,556 - 13,433,556 10,598,716 - 2,834,840 96664 Water Pollution Control R&R 38,070,314 38,070,314 (2,500,000) 35,570,314 22,025,999 2,255,988 11,288,327 25 96665 Sanitary Sewer R&R 96,552,135 100,388,372 755 100,389,127 78,633,612 18,577,907 3,177,608 26 96686 Pump Station Replacement 22,829,592 22,829,592 (50,000) 22,779,592 12,570,052 7,104,827 3,104,713 27 96721 System R & R - Maintenance 19,763,819 23,228,793 2,650,000 25,878,793 17,273,449 4,865,925 3,739,419 28 96722 Line Relocation - Maintenance 5,606,588 5,606,588 (150,000) 5,456,588 3,630,489 66,181 1,759,918 29 96739 Reclaimed Water Dist Sys 54,989,107 54,989,107 50,000 55,039,107 50,278,653 4,035,281 725,174 30 96742 Line Relocation-Capitalized 19,413,095 19,413,095 - 19,413,095 7,921,129 11,408,643 83,323 96744 System Expansion 4,515,843 4,515,843 - 4,515,843 3,870,713 - 645,130 96764 RO Plant Exp Res #1 15,727,067 15,727,067 - 15,727,067 13,257,492 481,893 1,987,682 96767 RO Plant at Res #2 47,372,249 47,372,249 - 47,372,249 42,371,088 386,611 4,614,550 96773 Groundwater Replenish Fac 5,929,570 5,929,570 - 5,929,570 5,917,653 2,987 8,930 96782 RO Plant @WTP #3 3,737,644 3,737,644 - 3,737,644 1,827,536 8,367 1,901,741 96783 Water Sys Upgrades/Improve 9,223,925 9,223,925 - 9,223,925 4,253,397 1,247,715 3,722,812 96784 Reclaim Water Distrib Sys R&R 9,744,714 6,970,180 - 6,970,180 2,490,260 2,455,280 2,024,640 96785 Feasibility Studies/Evalu - Wtr 5,001,010 5,001,010 - 5,001,010 2,450,805 38,744 2,511,461 96786 Devices/Equipment - Water 600,000 600,000 - 600,000 - - 600,000 321-C2412 Enterprise Asset Management 1,987,209 1,987,209 - 1,987,209 711,669 - 1,275,540 G2206 Portable Generators 771,000 771,000 - 771,000 212,380 - 558,620 L1904/L1905/ M2008 Vehicle & Equip-Sewer 1,077,913 1,077,913 (77,674) 1,000,239 1,000,239 - - C 31 M1905 Marshall Street Plant R&R 4,160,000 1,660,000 - 1,660,000 572,541 671,511 415,948 M1906 Northeast Plant R&R 2,451,373 1,657,060 (50,000) 1,607,060 799,304 451,305 356,451 32 M1907 East Plant R&R 5,165,000 3,932,637 50,000 3,982,637 488,613 3,444,025 50,000 33 M1908 RO Plant Exp Res #1 R&R 1,300,000 1,300,000 - 1,300,000 113,868 33,647 1,152,484 M1909 RO Plant at Res #2 R&R 1,250,000 1,250,000 - 1,250,000 431,405 - 818,595 M1910 Water Treatment Plant #3 R&R 898,851 898,851 - 898,851 152,278 - 746,573 M2103 Utilities Bldg & Maint 2,714,350 2,714,350 - 2,714,350 557,916 - 2,156,434 Sub-Total 498,236,278 498,236,278 10,552 498,246,830 350,384,750 70,831,615 77,030,464 31 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY MID-YEAR: October 1, 2024 to March 31, 2025 Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Actual Expenditures Flood Protection/SW Management C1908 Stormwater Vehicles & Equip 8,435,281 8,435,281 - 8,435,281 7,678,516 362,056 394,709 319-C2412 Enterprise Asset Management 800,000 800,000 - 800,000 - - 800,000 ENST180001 Stormwater Pipe System Improve 16,252,727 16,252,727 4,000,000 20,252,727 6,662,316 5,563,638 8,026,772 34 ENST180002 Allen's Creek 5,944,982 5,944,982 (650,000) 5,294,982 2,858,045 - 2,436,937 35 ENST180003 Stormwater System Expansion 739,375 739,375 15,557 754,932 50,853 360,000 344,079 36 ENST180004 Stevenson Creek 6,286,276 6,286,276 - 6,286,276 629,658 - 5,656,618 ENST180005 Coastal Basin 5,047,586 5,047,586 - 5,047,586 3,007,589 97,874 1,942,123 ENST180006 Alligator Creek Watershed 3,971,197 3,971,197 (1,000,000) 2,971,197 577,724 70,160 2,323,314 37 ENST180010 Lower Spring Branch Improve 5,459,000 5,459,000 650,000 6,109,000 367,951 164,193 5,576,856 38 ENST240001 North Beach Pump Station 7,000,000 7,000,000 1,000,000 8,000,000 37,755 11,170 7,951,075 39 Sub-Total 59,936,424 59,936,424 4,015,557 63,951,981 21,870,406 6,629,092 35,452,483 Other Physical Environment 93422 Dredging of City Waterways 1,546,204 1,546,204 - 1,546,204 483,487 - 1,062,717 C2214 Public Works Complex 15,366,468 15,366,468 - 15,366,468 - - 15,366,468 ENGF180006 City-wide Docks and Seawall 2,736,739 2,736,739 - 2,736,739 1,838,280 69,259 829,200 ENGF180011 Environment Assmt & Clean 1,349,664 1,349,664 - 1,349,664 174,801 7,506 1,167,357 ENGF180014 Seminole Boat Launch Improve 6,752,000 6,752,000 - 6,752,000 4,314,873 81,398 2,355,730 M2002 Environ Prk Remediate & Protect 1,800,000 1,300,000 - 1,300,000 364,983 52,428 882,589 M2006 Right of Way Tree Mgt Prog 1,400,000 1,400,000 - 1,400,000 475,489 - 924,511 M2210 CW Municipal Cemetery Reno 770,000 770,000 - 770,000 354,208 - 415,792 Sub-Total 31,721,075 31,221,075 - 31,221,075 8,006,120 210,591 23,004,364 Road and Street Facilities C2102 Fort Harrison Reconstruction 25,863,936 25,863,936 - 25,863,936 2,385,555 6,210,631 17,267,750 C2103 Downtown Streetscaping 15,731,494 15,731,494 (44,030) 15,687,464 15,687,464 - - C 40 C2407 Nash Street 7,524,586 7,524,586 - 7,524,586 56,808 225,568 7,242,210 C2408 Osceola Stscape/Util Rpl 8,234,156 8,234,156 992,586 9,226,742 544,137 1,476,006 7,206,599 41 C2506 Drew Street - 3,000,000 - 3,000,000 - - 3,000,000 ENGF200003 Memorial Cswy Bridge Lighting 200,000 200,000 (47,344) 152,656 152,656 - - C 42 ENRD180002 Bridge Maintenance & Improve 12,289,997 12,289,997 - 12,289,997 4,701,726 100,908 7,487,364 ENRD180004 Streets and Sidewalks 36,196,349 36,196,349 885 36,197,234 24,293,216 1,225,617 10,678,401 43 ENRD180005 City-Wide Intersection Improve 4,122,907 4,122,907 - 4,122,907 1,560,365 6,931 2,555,610 ENRD180006 Traffic Signals 3,030,280 3,030,280 - 3,030,280 1,345,988 200,684 1,483,608 ENRD180007 Traffic Safety Infrastructure 1,980,979 1,980,979 - 1,980,979 1,249,214 94,880 636,884 44 ENRD240001 ATMS Infrastructure Upgrades 600,000 600,000 - 600,000 - 450,966 149,034 45 ENRD250001 Quiet Zone Compliance - - 1,100,000 1,100,000 - - 1,100,000 46 G2213 ARPA Streets & Sidewalks 2,000,000 2,000,000 - 2,000,000 2,000,000 - - C Sub-Total 117,774,684 120,774,684 2,002,097 122,776,781 53,977,129 9,992,191 58,807,460 Airports 94817 Airpark Maint & Repair 498,445 498,445 498,445 418,895 - 79,550 G1901 Replace Hangar C 1,305,000 1,305,000 - 1,305,000 1,264,714 - 40,286 G2108 Security System Upgrade 228,000 228,000 - 228,000 135,286 - 92,714 G2306 Apron Relayment 2,000,000 2,000,000 - 2,000,000 207,880 108,275 1,683,846 G2307 Aviation Operation Center 3,550,000 3,550,000 - 3,550,000 343,505 88,896 3,117,600 G2401 Airpark Hangars 3,579,300 3,579,300 - 3,579,300 3,270 - 3,576,030 G2409 Airpark Property Survey 100,000 100,000 - 100,000 92,810 5,000 2,190 G2508 Airpark Beacon - 110,000 - 110,000 - - 110,000 G2509 Airpark Emergency Generator - - 500,000 500,000 - - 500,000 47 Sub-Total 11,260,745 11,370,745 500,000 11,870,745 2,466,359 202,170 9,202,216 Water Transportation System 93415 Waterway Maintenance 1,250,000 1,250,000 - 1,250,000 925,590 15,430 308,980 G2410 Water Transprtn Ferry Grant 1,000,000 1,000,000 - 1,000,000 930,086 - 69,914 Sub-Total 2,250,000 2,250,000 - 2,250,000 1,855,676 15,430 378,894 32 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY MID-YEAR: October 1, 2024 to March 31, 2025 Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Actual Expenditures Parking Facilities 335-C2412 Enterprise Asset Management 200,000 200,000 - 200,000 - - 200,000 C2502 Gotham Development Agreement 22,000,000 22,000,000 - 22,000,000 5,000,000 - 17,000,000 ENPK180001 Parking Lot Resurfacing 958,476 958,476 - 958,476 140,746 7,244 810,487 ENPK180002 Parking Lot Improvements 1,468,802 1,468,802 - 1,468,802 868,696 - 600,107 ENPK180003 Parking Facilities 5,471,348 5,471,348 - 5,471,348 2,924,692 2,546,656 ENPK230001 Downtown Parking Garage 31,700,000 31,700,000 (6,000,000) 25,700,000 1,303,909 765,228 23,630,863 48 ENPK250001 Beach Marina Parking Garage 3,000,000 3,000,000 - 3,000,000 - - 3,000,000 M2102 Seminole Boat Launch Maint 711,318 711,318 90,115 801,433 38,283 - 763,150 49 Sub-Total 65,509,945 65,509,945 (5,909,885) 59,600,060 10,276,326 772,472 48,551,262 Other Transportation 92842 City Wayfinding Project 2,050,000 2,050,000 - 2,050,000 1,736,333 117,071 196,596 C2501 City Shorelines 200,000 200,000 - 200,000 - - 200,000 ENGF180002 Downtown Intermodal 924,756 924,756 (870,242) 54,515 54,515 - - C 50 ENGF180003 Miscellaneous Engineering 604,146 604,146 - 604,146 394,097 17,250 192,799 ENGF180004 Survey Equipment Replace 80,288 80,288 - 80,288 - - 80,288 ENGF180013 Imagine Clearwater 84,661,322 84,661,322 - 84,661,322 84,077,338 547,288 36,696 Sub-Total 88,520,513 88,520,513 (870,242) 87,650,271 86,262,283 681,609 706,379 Other Economic Environment C2413 Mercado-Downtown Gateway 1,154,763 1,154,763 - 1,154,763 846,170 308,593 0 C Sub-Total 1,154,763 1,154,763 - 1,154,763 846,170 308,593 0 Libraries 93534 Library FF&E Repair & Replace 694,999 694,999 300 695,299 274,336 64,064 356,899 51 94861 Library Technology 1,600,000 1,600,000 - 1,600,000 1,362,017 - 237,983 C2211 Main Library Renovation 775,000 775,000 - 775,000 64,700 - 710,300 Sub-Total 3,069,999 3,069,999 300 3,070,299 1,701,053 64,064 1,305,182 Parks & Recreation 93133 Park Land Acquisition 2,597,351 3,852,351 492,000 4,344,351 3,835,121 - 509,229 52 93272 Bicycle Paths-Bridges 6,870,232 6,870,232 - 6,870,232 5,797,200 2,460 1,070,572 93602 Sp Events Equip Rep & Rplcmnt 485,000 485,000 - 485,000 353,384 - 131,616 93618 Misc Park & Rec Contract 1,315,000 1,315,000 - 1,315,000 1,088,623 24,347 202,030 93646 RR Expan-Barefoot Bch House 520,950 518,374 - 518,374 518,374 - - C C1904 Ruth Eckerd Hall 8,500,000 8,500,000 - 8,500,000 7,000,000 - 1,500,000 C2002 Ed Wright/Norton Park Reno 855,272 855,272 - 855,272 - - 855,272 C2202 Long Center Major Reno 17,500,000 17,500,000 - 17,500,000 1,011,594 14,766,541 1,721,865 C2209 Neighborhood Park Reno 600,000 600,000 - 600,000 - - 600,000 C2403 McKay Playfield Improve 1,950,930 1,950,930 - 1,950,930 1,772,363 145,037 33,530 C2404 Edgewater Drive Park Impv 1,050,000 1,050,000 - 1,050,000 78,725 37,375 933,900 C2405 Moccasin Lake Nature Park 100,000 100,000 - 100,000 - - 100,000 C2406 Pour-in-place Playgrnd Safe Prg 400,000 400,000 - 400,000 - 321,606 78,394 G2218 ARPA State Street Park Impv 1,049,662 1,549,662 - 1,549,662 86,593 1,406,118 56,951 G2507 Missouri Ave Medians - - 550,000 550,000 86,593 1,406,118 (942,711) 53 L1901 P&R Vehicle & Equip Additions 546,210 546,210 - 546,210 520,438 - 25,772 M2206 Parks & Beautification R&R 5,337,125 5,337,125 96,250 5,433,375 3,747,539 622,187 1,063,650 54 M2401 Amphitheater Repair & Impv 1,612,000 1,612,000 - 1,612,000 41,834 242 1,569,924 M2502 Coachman Park Improvements 200,000 200,000 - 200,000 2,000 - 198,000 ENGF180007 Phillip Jones Park Renovations 224,726 1,078,726 - 1,078,726 64,044 954,100 60,582 Sub-Total 51,714,458 54,320,882 1,138,250 55,459,132 26,004,424 19,686,131 9,768,576 33 CAPITAL IMPROVEMENT PROGRAM PROGRAM & STATUS SUMMARY MID-YEAR: October 1, 2024 to March 31, 2025 Budget Amended Revised Project Open Available Amend Description 10/1/24 Prev Qtr Amdmts Budget To Date Encumbrance Balance Status Ref Actual Expenditures Cultural Services A1901 Misc Minor Public Art 267,079 267,079 (92,439) 174,640 174,640 - - C 55 A2201 Cultural Arts Plan 120,000 120,000 (104,915) 15,085 15,085 - -C 56 A2501 Arts and Cultural Affairs Fund - - 197,354 197,354 - - 197,354 57 Sub-Total 387,079 387,079 - 387,079 189,725 - 197,354 Special Recreation Facilities 93410 Clwr Harbor Marina Maint R&R 599,626 599,626 - 599,626 444,695 - 154,930 93420 Fuel System R & R 372,752 372,752 - 372,752 192,915 - 179,837 93499 Pier 60/Sailing Center Maint 1,071,952 1,071,952 (697,858) 374,093 374,093 - - C 58 C1905 Beach Marina Upgrade 46,492,258 48,042,258 - 48,042,258 10,032,642 37,242,734 766,882 59 C1906 Clw Harbor Marina Repl & Up 2,995,695 2,995,695 - 2,995,695 2,594,994 129,247 271,454 C2001 Athletic Flds & Fac Reno/Improve 8,450,000 8,450,000 - 8,450,000 - - 8,450,000 C2204 Soccer Reno EC Moore 100,000 100,000 (100,000) - - - - C 60 C2402 Frank Tack Improvements 750,000 750,000 - 750,000 - - 750,000 C2409 South Basin Attenuator 302,106 302,106 148,042 450,148 226,993 95,113 128,042 61 C2504 Countryside Pickleball 150,000 150,000 - 150,000 - - 150,000 C2505 Sports Lighting Retrofit 540,000 540,000 - 540,000 - - 540,000 C2510 E.C. Moore Renovations - - 100,000 100,000 - - 100,000 62 M1902 Marine Fac Maint Dock R&R 817,470 817,470 - 817,470 657,346 - 160,125 M2204 Carpenter & BayCare R&R 7,481,513 7,481,513 - 7,481,513 3,073,239 46,250 4,362,024 M2205 Recreation Center R&R 2,902,601 2,902,601 - 2,902,601 831,222 103,234 1,968,146 M2207 Athletic Field R&R 3,517,568 3,517,568 - 3,517,568 900,457 596,981 2,020,130 M2208 Beach Walk/Pier 60 Park R&R 2,798,735 2,801,312 - 2,801,312 1,727,980 - 1,073,331 M2504 Sailing Center R&R - - 650,000 650,000 - - 650,000 63 M2505 Pier 60 R&R - - 47,858 47,858 - - 47,858 64 Sub-Total 79,342,275 80,894,851 148,042 81,042,893 21,056,576 38,213,558 21,772,758 TOTAL ALL PROJECTS 1,446,483,837 1,457,207,475 2,067,389 1,459,274,864 851,930,889 217,528,076 389,815,898 34 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Public Safety Programs Foreclosure Registry - Nuisance Abatement 1 98609 1,800 To record a budget increase of $1,800.00,which represents foreclosure registry fees collected to date,to bring the budget in line with actual receipts.1,800 Police Extra Duty 2 99215 563,545 To record a budget increase of $563,545.42 in police service revenue to bring the budget in line with actual receipts.563,545 Police Education Fund 3 99317 7,208 To record a budget increase of $7,208.08 in police education fine revenue,which will bring the budget in line with actual receipts.7,208 Investigative Recovery Costs 4 99329 37,033 To record a budget increase of $16,768.70 in fines,forfeitures, and penalties revenue and an increase of $20,264.09 in donation revenue to bring the budget in line with actual receipts. 37,033 Vehicle Replacement Fund 5 99350 102,659 To record a budget increase of $65,075.00 in insurance claim reimbursement,and $37,583.75 transferred from 99215, Police Extra Duty,representing revenue collected for vehicle usage on extra duty jobs.102,659 Federal Forfeiture Sharing 6 99387 13,599 To record an increase of $13,599.42 in governmental revenues from the US Department of Justice to bring the budget in line with actual receipts.13,599 Emergency Operations 7 99927 270,884 To record a budget increase of $270,884.42 in FEMA reimbursement revenue from Hurricane Irma to bring the budget in line with actual receipts. 270,884 Public Safety Program Totals:996,729 - 996,729 Physical Environment Programs Tree Replacement Program 8 99970 16,200 To record a budget increase of $16,200.00 in fines,forfeiture, and penalties revenue to bring the budget in line with actual receipts.16,200 Physical Environment Program Totals:16,200 - 16,200 Special Program Fund Mid-Year Amendments FY 2024/25 35 Increase/ Amdmt Program (Decrease)Intrafund Net Budget Number Number Amount Transfer Amount Description Amendment Special Program Fund Mid-Year Amendments FY 2024/25 Human Services Programs Opioid Settlement Funds 9 M2209 80,750 To record a budget increase of $80,750.10 in opioid settlement funds to bring the budget in line with revenues received to date.80,750 Human Services Program: Totals:80,750 - 80,750 Culture and Recreation Programs Library Special Account 10 99910 2,259 To record a budget increase of $2,259.05 in donation revenue to bring the budget in line with actual receipts.2,259 Clearwater for Youth Grants 11 G1907 9,068 To record a budget increase of $9,068.00 in donation revenue for youth programs.This will bring the budget in line with actual receipts.9,068 FY25 Special Events 12 E2501 82,194 To record a budget increase of $79,236.04 in sales revenueand $2,957.70 in reimbursement revenue from the Sea-Blues festival, to bring the budget in line with actual receipts. 82,194 Culture and Recreation Program Total:93,521 - 93,521 1,187,200 - 1,187,200 Intrafund/Interfund Transfers Police Extra Duty 99215 37,584 To record a transfer of $37,583.75 to 99350,Vehicle Replacement,representing revenue collected for vehicle usage on extra duty jobs. Police Body Worn Camera Program P2002 69,998 To record a transfer of $69,998.28 to capital project 315- P1802,Police Equipment Replacement.This project,for original implementation, is complete and will be closed. FY25 Special Events E2501 1,472 To record a transfer of $1,471.76 in prior year revenues back to PRSE240001,FY24 Special Events,to balance and close that project. Total Interfund Transfers:109,054 Total Budget Increase/(Decrease): 36 SPECIAL PROGRAM STATUS SUMMARY MID YEAR REVIEW: October 1, 2024 to March 31, 2025 Actual Expenditures Original Amended Revised Project Open Available Amend Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref GENERAL GOVERNMENT PROGRAMS 99857 Stimulus-Elctrnc Plan Submit & Revw 289,000 289,000 - 289,000 149,927 - 139,073 99928 Nagano Sister City Program 453,659 453,659 - 453,659 251,638 7,210 194,811 G2413 HB1365/Pinellas County 50,000 50,000 - 50,000 50,000 - - C M1913 Lien Foreclosure Program 1,318,484 1,318,484 - 1,318,484 615,712 - 702,771 M2101 Planning Studies Fund 1,425,000 1,425,000 - 1,425,000 669,706 293,296 461,998 M2403 Feasibility Study 504,000 504,000 - 504,000 179,342 324,658 - M2404 Property Use/Surplus Planning 200,000 200,000 - 200,000 - - 200,000 Sub-Total 4,240,142 4,240,142 - 4,240,142 1,916,325 625,164 1,698,654 PUBLIC SAFETY PROGRAMS 98609 Foreclosure Registry-Nuisance Abtmnt 197,900 201,900 1,800 203,700 22,163 - 181,538 1 99215 Police Extra Duty 9,240,910 9,837,945 563,545 10,401,491 10,202,554 - 198,937 2 99279 Police Recruitments 351,010 351,010 - 351,010 231,071 - 119,939 99281 Fed Forfeitures - Treasury 197,753 198,603 - 198,603 160,579 - 38,024 99316 Police Volunteers 183,519 183,519 - 183,519 148,522 - 34,997 99317 Police Education Fund 1,495,576 1,509,063 7,208 1,516,271 1,304,567 - 211,703 3 99329 Investigative Recovery Costs 3,192,812 3,285,531 37,033 3,322,563 2,922,675 31,424 368,464 4 99330 FL Contraband Forfeiture Fund 1,452,861 1,587,675 - 1,587,675 1,320,710 - 266,965 99350 Vehicle Replacement Fund 1,132,369 1,182,069 102,659 1,284,728 815,798 53,519 415,411 5 99356 Safe Neighborhood Program 1,552,703 1,592,703 - 1,592,703 1,508,798 - 83,904 99364 Crime Prevention Program 259,409 266,584 - 266,584 256,529 - 10,055 99387 Federal Forfeiture Sharing 2,622,309 2,643,919 13,599 2,657,518 2,106,139 - 551,379 6 99927 Emergency Operations 4,481,229 4,481,229 270,884 4,752,113 3,279,931 - 1,472,183 7 D2001 COVID-19 Prep & Response 1,981,240 1,981,240 - 1,981,240 1,494,379 - 486,861 D2302 Hurricane Idalia 1,387,559 1,387,559 - 1,387,559 215,820 100,999 1,070,740 D2401 Hurricane Debby - - - - 31,640 119,309 (150,948) D2402 Hurricane Helene - - - - 1,905,294 2,259,783 (4,165,076) D2501 Hurricane Milton - - - - 1,318,427 419,120 (1,737,547) G2411 Police SAFE Grant 168,000 543,000 - 543,000 169,513 - 373,487 G2414 Pedestrian/Bicycle Safety Grant 2025 27,215 27,215 - 27,215 17,575 - 9,640 P1801 School Resource Officers 4,229,972 4,229,972 - 4,229,972 3,944,164 - 285,808 P2002 Police Body Worn Camera Program 882,922 882,922 - 882,922 882,922 - - P2101 Mental Health Co-Responder Team 759,442 759,442 - 759,442 606,260 - 153,182 P2201 DEA OT Reimbursement Program 65,000 75,000 - 75,000 73,393 - 1,607 P2202 ESST OT Reimbursement Program 8,000 8,000 - 8,000 2,761 - 5,239 P2203 FBI OT Reimbursement Program 45,000 45,000 - 45,000 37,420 - 7,580 P2204 Secret Service OT Reimb Program 50,000 50,000 - 50,000 42,560 - 7,440 P2301 The Sound Acoustic Study 168,500 168,500 - 168,500 153,183 - 15,317 P2302 PSO - Countryside Christian 129,960 259,920 - 259,920 125,222 - 134,698 Sub-Total 36,263,170 37,739,520 996,729 38,736,249 35,300,570 2,984,154 451,525 PHYSICAL ENVIRONMENT PROGRAMS 99970 Tree Replacement Program 2,192,514 2,260,650 16,200 2,276,850 1,101,060 21,175 1,154,615 8 Sub-Total 2,192,514 2,260,650 16,200 2,276,850 1,101,060 21,175 1,154,615 TRANSPORTATION PROGRAMS M2503 Clearwater Ferry - PSTA - 100,000 - 100,000 - - 100,000 Sub-Total - 100,000 - 100,000 - - 100,000 ECONOMIC ENVIRONMENT PROGRAMS 99802 Brownfield Revolving Loan 1,216,732 1,216,732 - 1,216,732 420,381 - 796,351 99846 Economic Development - QTI 166,879 166,879 - 166,879 71,591 - 95,288 G2010 CDBG-CV Fund 1,549,338 1,549,338 - 1,549,338 1,324,527 5,090 219,721 M2009 Afford Housing & Comm Development 290,853 290,853 - 290,853 40,156 - 250,697 M2105 ED Strategic Plan 153,896 153,896 - 153,896 - - 153,896 ECONOMIC ENVIRONMENT PROGRAMS (CONTINUED) G2207 Brownfield MAC Grant 300,000 300,000 - 300,000 184,303 - 115,697 G2209 Duke Energy ED Grant 50,000 50,000 - 50,000 26,443 - 23,557 G2210 ARPA North Greenwood CRA 5,000,000 5,000,000 - 5,000,000 4,832,342 167,658 - 37 SPECIAL PROGRAM STATUS SUMMARY MID YEAR REVIEW: October 1, 2024 to March 31, 2025 Actual Expenditures Original Amended Revised Project Open Available Amend Description Budget Prev Qtr Amdmt Budget To Date Encumbr Balance Status Ref G2212 ARPA Affordable Housing 3,300,000 3,300,000 - 3,300,000 2,889,014 - 410,986 G2301 Public Facilities 2023 741,390 694,390 - 694,390 692,123 - 2,268 G2302 Economic Development 2023 160,275 147,015 - 147,015 147,015 - - C G2303 Program Administration 2023 162,106 162,960 - 162,960 162,960 - - C G2402 Public Facilities 2024 1,113,895 1,113,895 - 1,113,895 1,065,002 - 48,893 G2403 Economic Development 2024 215,402 161,800 - 161,800 161,800 - - C G2404 Program Administration 2024 182,667 182,667 - 182,667 182,667 - - C G2406 Public Services 2024 136,998 136,998 - 136,998 136,917 - 81 G2408 HOME-ARP 1,637,567 1,637,567 - 1,637,567 8,972 2,623 1,625,972 M2405 Amplify Sublease Agreement 250,000 250,000 - 250,000 - - 250,000 G2501 Public Facilities 2025 448,934 502,517 - 502,517 10,390 428,080 64,047 G2502 Economic Development 2024 299,721 360,000 - 360,000 8,975 71,025 280,000 G2503 Program Administration 2025 188,278 187,424 - 187,424 101,381 2,294 83,749 G2504 Infill Housing 2025 187,037 187,037 - 187,037 - - 187,037 G2505 Public Services 2025 141,072 141,072 - 141,072 15,024 79,024 47,024 Sub-Total 17,893,041 17,893,041 - 17,893,041 12,481,984 755,794 4,655,263 HUMAN SERVICES PROGRAMS 98601 Next Steps to Better Nutrition 9,000 9,000 - 9,000 8,981 - 19 99562 HUD Special Education 30,000 30,000 - 30,000 27,600 - 2,400 99844 United Way 21,080 21,080 - 21,080 13,509 - 7,571 99869 Health Prevention Program 190,269 190,269 - 190,269 180,134 - 10,135 G2107 JWB Youth Programming 2,704,560 2,704,560 - 2,704,560 1,963,109 1,843 739,609 G2215 ARPA Pinellas Community Foundation 1,000,000 1,000,000 - 1,000,000 970,143 29,857 0 M2209 Opioid Settlement Funds 431,565 442,000 80,750 522,751 442,000 - 80,750 9 Sub-Total 4,386,474 4,396,909 80,750 4,477,659 3,605,477 31,699 840,483 CULTURE AND RECREATION PROGRAMS 98608 Clark-Turner Trust (Library)106,077 106,077 - 106,077 3,000 7,000 96,077 99910 Library Special Account 966,857 1,004,756 2,259 1,007,015 952,696 - 54,319 10 C2303 Library - Machan Estate 1,176,297 1,176,297 - 1,176,297 - - 1,176,297 G1907 Clearwater for Youth Grants 112,509 115,869 9,068 124,937 88,293 - 36,644 11 G2412 Water Tank Mural Grant 60,000 60,000 - 60,000 60,000 - - C PRSE240001FY24 Special Events 427,643 430,505 - 430,505 430,505 - 0 C E2501 FY25 Special Events 70,000 257,427 82,194 339,621 245,272 25,421 68,929 12 Sub-Total 2,919,384 3,150,932 93,521 3,244,453 1,779,766 32,421 1,432,266 TOTAL ALL PROJECTS 67,894,726 69,781,195 1,187,200 70,968,395 56,185,182 4,450,407 10,332,806 38 City of Clearwater SPECIAL DEVELOPMENT FUND Mid-Year Amendments FY 2024/25 Increase/ (Decrease)Description Revenues Allocation of Assigned Fund Balance 492,000 Mid-year amendments reflect a net increase of $492,000.00.Amendments include the following allocations of fund balance transferred to capital project 93133,Park Land Acquisition:1)allocations of $38,500.00 in open space impact fees as approved by Council on March 17,2025;and 2)allocations of $275,000.00 in open space impact fees and $178,500.00 in recreation land impact fees as approved by Council on May 1, 2025. 492,000$ Net Revenue Amendments Expenditures Transfer to Capital Improvement Fund 492,000 Mid-year amendments reflect a net increase of $492,000.00.Amendments include the following:1) a transfer of $38,500.00 in open space impact fees to capital project 93133,Park Land Acquisition,as approved by the Council on March 17,2025;and 2)a transfer of $275,000.00 in open space impact fees and $178,500.00 in recreation land impact fees to capital project 93133,Park Land Acquisition,as approved by the Council on May 1, 2025. 492,000$ Net Expenditure Amendments 39 SPECIAL REVENUE FUNDS SPECIAL REVENUE FUNDS Mid-Year: October 1, 2024 - March 31, 2025 Third Quarter: October 1, 2024 - June 30, 2025 Original First Quarter Mid Year Budget Amended Budget Amended Budget 2024/25 2024/25 2024/25 Amendments Revenues: Ad Valorem Taxes 4,963,330 4,963,330 4,963,330 - Infrastructure Tax 16,585,900 16,585,900 16,585,900 - Interest Earnings 385,000 385,000 385,000 - Open Space Fees - - - - Recreation Facility Impact Fees - - - - Recreation Land Impact Fees - - - - Parks & Recreation Impact Fees - - - - Fee in Lieu of Sidewalks - - - - Multi-Modal Impact Fees 250,000 250,000 250,000 - Local Option Fuel Tax 1,427,150 1,427,150 1,427,150 - Allocation of Assigned Fund Balance 390,000 2,625,000 3,117,000 492,000 24,001,380 26,236,380 26,728,380 492,000 Expenditures: Transfer to Capital Improvement Fund Road Millage 4,963,330 5,503,330 5,503,330 - Infrastructure Tax 13,292,610 13,292,610 13,292,610 - Recreation Land Impact Fees - 980,000 1,158,500 178,500 Open Space Impact Fees - 275,000 588,500 313,500 Multi-Modal Impact fees 640,000 640,000 640,000 - Local Option Fuel Tax 1,427,150 1,867,150 1,867,150 - 20,323,090 22,558,090 23,050,090 492,000 Revenues: CDBG/Home Funds 940,482 940,482 940,482 - Interest Earnings 479,000 506,923 506,923 - Intergovernmental Revenue - 495,488 766,373 270,884 Charges for Service Revenue - 601,035 1,166,380 565,345 Judgments, Fines and Forfeit Revenue - 303,639 357,415 53,776 Miscellaneous Revenue - 174,256 433,866 259,610 Transfers from General Fund:- - - - Sister City Program 37,380 37,380 37,380 - Planning Study Fund 200,000 200,000 200,000 - United Way Campaign Fund 1,500 1,500 1,500 - Special Events 70,000 70,000 70,000 - Police Recruitments 60,000 60,000 60,000 - School Resource Officers 210,000 210,000 210,000 - Police Mental Health Co-Responder Team 165,020 165,020 165,020 - Transfers from Special Programs - 284,127 321,711 37,584 2,163,382 4,049,851 5,237,051 1,187,200 SPECIAL PROGRAM FUND SPECIAL DEVELOPMENT FUND 40 SPECIAL REVENUE FUNDS SPECIAL REVENUE FUNDS Mid-Year: October 1, 2024 - March 31, 2025 Third Quarter: October 1, 2024 - June 30, 2025 Original First Quarter Mid Year Budget Amended Budget Amended Budget 2024/25 2024/25 2024/25 Amendments Expenditures: General Government 237,380 237,380 237,380 - Public Safety 435,020 1,911,369 2,908,098 996,729 Physical Environment - 68,136 84,336 16,200 Transportation - 100,000 100,000 - Economic Environment 635,980 635,980 635,980 - Human Services 1,500 11,936 92,686 80,750 Culture and Recreation 70,000 301,548 395,069 93,521 Interfund Transfers 304,502 304,502 304,502 - Transfer to Capital Fund 75,000 75,000 75,000 - 1,759,382 3,645,851 4,833,051 1,187,200 Revenues: HOME Investment Partnerships 400,222 400,222 400,222 - State Housing Initiatives Partnerships 902,203 902,203 902,203 - Total - HOME/SHIP Funds 1,302,425 1,302,425 1,302,425 - Expenditures: Economic Environment 860,779 860,779 860,779 - Interfund Transfers 441,646 441,646 441,646 - Total - HOME/SHIP Programs 1,302,425 1,302,425 1,302,425 - OTHER HOUSING ASSISTANCE FUNDS SPECIAL PROGRAM FUND (continued) 41 ADMINISTRATIVE CHANGE ORDERS Mid-Year Review FY 2024/25 42 In accordance with City of Clearwater Code Section 2.554(6), the City Manager may approve and execute change orders without City Council approval within certain limitations. The following change orders have been administratively approved since the last report to the Council based on the code specified criteria: 1. The city manager may increase any contract up to a total award of one hundred thousand dollars ($100,000.00). 2. The city manager may approve any increase of contract up to a maximum of ten percent (10%) over the most recent award of the city council. 3. No contract price increase shall be approved unless sufficient funds are available for such purpose. 4. Contract price decreases may be approved without limitation. 5. The time for completion may be extended up to ninety (90) days, in any one change or cumulatively for the same project, beyond the most recent city council approved completion time. ***** 4/15/25 Administrative Change Order #1 – Fire Station 47 (18-0011-FD). This change order increases items in accordance with field conditions resulting in a net increase to the contract. Biltmore Construction Company, Inc. 95,205.00 4/15/25 Administrative Change Order #2 – Reconstruction of Parking Lot 36 (25- 0003-EN). This change order increases, decreases and adds items in accordance with field conditions resulting in a net decrease to the contract. Keystone Excavators, Inc. (63,886.34) 5/6/25 Administrative Change Order #2 – City Hall Construction (22-0019-EN). This change order increases and decreases items in accordance with field conditions resulting in a net decrease to the contract. Ajax Building Co., LLC (778,875.00) 47 Ordinance #9827-25 ORDINANCE NO. 9827-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE CAPITAL IMPROVEMENT BUDGET FOR THE FISCAL YEAR ENDING SEPTEMBER 30, 2025, TO REFLECT A BUDGET INCREASE OF $2,067,389 PROVIDING AN EFFECTIVE DATE. WHEREAS, the Capital Improvement Budget for the fiscal year ending September 30, 2025 was adopted by Ordinance No. 9794-24; and WHEREAS, Section 2.519 of the Clearwater Code authorizes the City Council to provide for the expenditure of money for proper purposes not contained in the budget as originally adopted due to unforeseen circumstances or emergencies arising during the fiscal year; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Section 1 of Ordinance No. 9794-24 is amended to read: Pursuant to the Mid-Year Amended Capital Improvement Program Report and estimated budget for the fiscal year beginning October 1, 2024, and ending September 30, 2025, a copy of which is on file with the City Clerk, the City Council hereby adopts a Mid-Year Amended budget for the capital improvement fund for the City of Clearwater, a copy of which is attached hereto as Exhibit A. Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ___________________________ Bruce Rector, Mayor Approved as to form: Attest: ______________________________ ____________________________ David Margolis, City Attorney Rosemarie Call, City Clerk First Qtr.Mid-Year Original Amended Amended Budget Budget Budget 2024/25 2024/25 2024/25 Amendments Other General Government 25,974,500 29,431,453 29,742,943 311,490 Police Protection 570,000 962,044 1,032,042 69,998 Fire Protection 1,129,730 1,129,730 1,794,816 665,086 Fire Rescue Services 406,520 406,520 262,520 (144,000) Gas Utility Services 8,175,000 8,280,641 8,410,786 130,145 Solid Waste Services 2,430,000 2,430,000 2,430,000 - Water-Sewer Services 23,200,630 23,200,630 23,211,182 10,552 Flood Protection/Stormwater Mgmt 3,095,810 3,095,810 7,111,367 4,015,557 Other Physical Environment 11,549,190 11,049,190 11,049,190 - Road and Street Facilities 24,131,020 27,131,020 29,133,117 2,002,097 Airports 584,300 694,300 1,194,300 500,000 Water Transportation Systems 200,000 200,000 200,000 - Parking Facilities 32,889,000 32,889,000 26,979,115 (5,909,885) Other Transportation 170,000 170,000 (700,242) (870,242) Libraries 110,000 110,000 110,300 300 Parks & Recreation 4,000,000 6,606,424 7,744,674 1,138,250 Cultural Services 35,000 35,000 35,000 - Special Recreation Facilities 14,188,000 15,740,576 15,888,618 148,042 TOTAL PROJECT EXPENDITURES 152,838,700 163,562,338 165,629,727 2,067,389 GENERAL SOURCES: General Operating Revenue 27,172,760 32,418,760 33,022,988 604,228 Penny for Pinellas 13,292,610 13,292,610 13,292,610 - Road Millage 4,963,330 5,503,330 5,503,330 - Local Option Fuel Tax 1,427,150 1,867,150 1,867,150 - Grants 474,650 539,630 1,375,402 835,772 County Fire Reimbursements 129,540 129,540 129,540 - Other Governmental - 236,153 563,969 327,816 Special Program Fund 75,000 75,000 231,748 156,748 Multi-Modal Impact Fee 640,000 640,000 640,000 - Open Space Impact Fee - 275,000 588,500 313,500 Recreation Land Impact Fee - 980,000 1,158,500 178,500 Other - 90,910 117,595 26,685 EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2024/25 48 Ordinance # 9827-25 First Qtr.Mid-Year Original Amended Amended Budget Budget Budget 2024/25 2024/25 2024/25 Amendments EXHIBIT A CAPITAL IMPROVEMENT PROGRAM FOR FISCAL YEAR 2024/25 SELF SUPPORTING FUNDS: Parking Revenue 33,319,000 33,319,000 27,409,115 (5,909,885) Marine Revenue 150,000 1,700,000 1,700,000 - Clearwater Harbor Marina Revenue 175,000 175,000 175,000 - Airpark Revenue 35,000 145,000 245,000 100,000 Airpark Reimbursement Revenue 274,650 274,650 274,650 - Water Revenue 10,588,380 10,588,380 10,588,380 - Sewer Revenue 13,963,840 13,963,840 13,963,840 - Utility R&R 14,471,170 14,471,170 14,471,170 Water Impact Fees 160,000 160,000 160,000 - Stormwater Utility Revenue 6,550,600 6,550,600 10,550,600 4,000,000 Gas Revenue 8,175,000 8,280,641 8,410,786 130,145 Solid Waste Revenue 2,430,000 3,284,000 3,284,000 - INTERNAL SERVICE FUNDS: Garage Revenue 175,000 675,000 1,978,880 1,303,880 Administrative Services Revenue 1,900,000 2,400,000 2,400,000 - General Services Revenue 200,000 200,000 200,000 - Central Insurance Revenue 176,520 176,520 176,520 - - BORROWING - INTERNAL SERVICE FUNDS: Lease Purchase - Garage 11,519,500 11,519,500 11,519,500 - Lease Purchase - Administrative Services 400,000 (369,047) (369,047) - TOTAL ALL FUNDING SOURCES:152,838,700 163,562,338 165,629,727 2,067,389 49 Ordinance # 9827-25 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0562 Agenda Date: 6/18/2025 Status: Other CouncilVersion: 1 File Type: Action ItemIn Control: Council Work Session Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Letter from Attorney General James Uthmeier - Councilmember Cotton SUMMARY: Page 1 City of Clearwater Printed on 6/17/2025 Name: ,;%141;_.))° Lg. / Address: 2(U /'/w500i7 tA(-e city: p Telephone Number: ( 7;" 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 INDIVIDUAL SPEAKER Citizen Comment Card INDIVIDUAL SPEAKER Citizen Comment Card Name: L ---/I/"/ //" F Lf 7LC SOG,LJS Address: / - V/T Vv A y City: Ci e-G(c-G(9®01-er- Zip: 3 37 55 Telephone Number: 7 7 7 J lT 53 Email Address: ME LE /IL1nCe C°'"1 Speaking under citizens to be heard re items not on the agenda? ,- pM yeSr' Agenda item(s) to which you wish to speak: Ease,r.t wor-d /16 °vol e( F /n i ne°jv,'t 1)41/\19"‘ What is your position on the item? For Against