Loading...
10/15/2025Wednesday, October 15, 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 October 15, 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 Manufacturing Month Proclamation - Beth Galic, President of Bay Area Manufacturers Association 4.2 Rotary Club of Clearwater Centennial Day Proclamation - Adam Blackwell, Clearwater Rotary Club President 5. Approval of Minutes 5.1 Approve the minutes of the September 29, 2025 city council meeting and the September 17, 2025 special city council meeting as submitted in written summation by the City Clerk. Page 2 City of Clearwater Printed on 10/10/2025 October 15, 2025City Council Meeting Agenda - Final-revised Public Hearings - Not before 6:00 PM 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 Approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 2714 Woodring Drive, and pass Ordinances 9842-25, 9843-25 and 9844-25 on first reading. (ANX2025-08008) 6.2 Approve the annexation, initial Future Land Use Map designations of Residential Low (RL) and Preservation (P) and initial Zoning Atlas designations of Low Medium Density Residential (LMDR) and Preservation (P) Districts for 2743 Morningside Drive and pass Ordinances 9845-25, 9846-25 and 9847-25 on first reading. (ANX2025-08009) 6.3 Declare as surplus for the purpose of donating to C.I.M.H.Z Management LLC., certain real property located at 1164 La Salle St, for the development of affordable housing; approve the agreement for transfer of real property; and authorize the appropriate officials to execute same together with all other instruments required to affect closing. 6.4 Authorize a purchase order to Port Consolidated Inc. for the procurement of oils and lubricants in a cumulative amount not to exceed $600,000.00 through July 31, 2028, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c) Piggyback, and authorize the appropriate officials to execute same. 6.5 Authorize purchase orders to multiple vendors for the purchase of vehicle parts for heavy- and light-duty City vehicles and equipment in the cumulative amount of $1,250,000.00, for term October 1, 2025 through September 30, 2026, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and Section 2.563(1)(a), Single Source, and authorize the appropriate officials to execute same. Page 3 City of Clearwater Printed on 10/10/2025 October 15, 2025City Council Meeting Agenda - Final-revised 6.6 Authorize purchase orders to Municipal Emergency Services (MES) of Pinellas Park, FL, Ten-8 Fire Equipment (Ten-8) of Bradenton, FL, and North American Fire Equipment Co., Inc. (NAFECO) of Decatur, AL for the purchase of personal protective equipment (PPE), tools and equipment, communication system, self-contained breathing apparatus (SCBA) parts, and miscellaneous items in a cumulative not-to-exceed amount of $940,000.00, for term October 1, 2025 through September 30, 2026, pursuant to Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. 6.7 Authorize purchase orders to multiple vendors for polyethylene pipe/fitting and steel pipe/fittings in the cumulative annual not-to-exceed amount of $2,000,000.00, for the initial term of October 1, 2025 through September 30, 2026, with two, one-year renewal options pursuant to Invitation to Bid No. 52-25 and authorize the appropriate officials to execute same. 6.8 Approve purchase orders to multiple vendors for the acquisition of library books and materials in the cumulative not-to-exceed amount of $425,000.00 for the term October 1, 2025 through September 30, 2026, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback and cooperative purchases, and authorize the appropriate officials to execute same. 6.9 Approve a purchase order to Bliss Products, of Lithia Springs, Georgia for the purchase of various amenities for multiple park locations in the total amount of $204,518.24, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. 6.10 Approve a purchase order to American Mulch and Soil, LLC of Spring Hill, Florida, for mechanically blown-in mulch services in the total annual not to exceed amount of $175,000.00, for one year with three, one-year renewals pursuant to Invitation to Bid 46-25 and authorize the appropriate officials to execute same. 6.11 Approve a purchase order to American Mulch and Soil, LLC of Spring Hill, Florida, for mechanically blown engineered wood fiber services in the total annual not to exceed amount of $100,000.00 for one year with three, one-year renewal options, pursuant to Invitation to Bid 47-25, and authorize the appropriate officials to execute same. 6.12 Approve a purchase order and renewal agreement to TriTech Software Systems, a Central Square Company, for the renewal of TriTech Software Support and Maintenance in the amount of $246,320.40, from October 1, 2025 through September 30, 2026, pursuant to City Code of Ordinance 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. Page 4 City of Clearwater Printed on 10/10/2025 October 15, 2025City Council Meeting Agenda - Final-revised 6.13 Approve a purchase order and renewal agreement to Lexis Nexis Risk Solutions FL Inc., for the renewal of Accurint Virtual Crime Center and TraX Software in the amount of $59,567.57 for a two-year period beginning at the time of execution, pursuant to Clearwater Code of Ordinance 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. 6.14 Approve an agreement between CCO Practical Examinations (CCO), the certifying board for the practical examinations administered by The Crane School, located in Plant City, FL, and the City of Clearwater Public Utilities for the purpose of proctoring written and practical examinations for personnel who take the crane training program, from October 1, 2025 through September 30, 2026, in the amount of $2,240.00 and authorize the appropriate officials to execute same. 6.15 Authorize the acceptance of the Florida Department of Environmental Protection (FDEP) Water Quality Improvement in the amount of $3,366,540.00 by approving the agreement with the Department of Environmental Protection and authorize the appropriate officials to execute same. 6.16 Authorize a purchase order with HD Supply Facilities Maintenance Ltd dba USABlueBook of Atlanta, GA (USABB) for the purchase of Maintenance, Repair, Operating (MRO) Supplies, Industrial Supplies and Related Products and Services in the not-to-exceed amount of $300,000.00 for one year with two one-year renewal options, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback purchasing, and authorize the appropriate officials to execute the same. 6.17 Award a Purchase Order to Keystone Excavators, Inc. for MAR02 LS 9 and 10 Force Main Improvements project in the amount of $3,971,526.35, pursuant to Invitation to Bid (ITB) No. 25-0025-UT, and authorize the appropriate officials to execute same. 6.18 Approve a Work Order to Tetra Tech, Inc., for design, permitting, bidding, and construction phase services associated with rehabilitating the effluent sand filters at the City’s Marshall Street Water Reclamation Facility (MS WRF) 25-0008-UT, in the amount of $ 306,509.00, pursuant to RFQ 34-23, Engineer of Record (EOR) Consulting Services and authorize the appropriation officials to execute same. 6.19 Award a construction contract to Keystone Excavators, Inc., of Oldsmar, FL, for 2025 Stormwater Repairs in the annual amount of $1,522,824.00 for an initial one-year term with an option to renew for three additional one-year terms, based on a unit pricing, pursuant to Invitation to Bid 24-0019-EN and authorize the appropriate officials to execute same. Page 5 City of Clearwater Printed on 10/10/2025 October 15, 2025City Council Meeting Agenda - Final-revised 6.20 Approve a Contract for the Purchase of Real Property at 1838 Springtime Ave, Clearwater, FL., owned by Randall Windham at the accepted Appraised value of $385,000.00 plus closing expenditures not to exceed $10,000.00; totaling $395,000.00 and authorize the appropriate officials to execute same, together with all other instruments required to affect closing. 6.21 Approve Guaranteed Maximum Price (GMP) 2 to Bandes Construction of Dunedin, FL, for the decommission of six underground trash vault locations (Project # 25-0034-SW) in the amount of $144,757.80, increasing the purchase order from $20,776.00 to $165,533.80, pursuant to Request For Qualifications (RFQ) 51-24, Construction Manager at Risk Services Continuing Contract, and authorize the appropriate officials to execute same. 6.22 Approve the Mayor’s appointment of Sam Wilson to the Clearwater Housing Authority Board for a term ending October 15, 2029. 6.23 Appoint an individual to the Environmental Advisory Board for a term expiring September 30, 2029. 6.24 Approve a retainer agreement with Abbey, Adams, Byelick, & Mueller, L.L.P. in Angel Renee Vathes vs. City of Clearwater and authorize the appropriate officials to execute same. 6.25 Approve a retainer agreement with Abbey, Adams, Byelick, & Mueller, L.L.P. in Catherine Cahill vs. Progressive Select Insurance Company and City of Clearwater and authorize the appropriate officials to execute same. 6.26 Approve appraisal agreement contract amendment with NewGen, increasing the previously approved not-to-exceed amount from $504,000 to $604,000, and authorize the appropriate officials to execute same. 7. City Manager Reports 8. City Attorney Reports 9. Other Council Action 9.1 Annual evaluation of the performance and salary of the City Manager. 9.2 Annual evaluation of the performance and salary of the City Attorney. 9.3 Approve City Manager 2026 Goals. 9.4 Approve City Attorney 2026 Goals. 10. Closing comments by Councilmembers (limited to 3 minutes) Page 6 City of Clearwater Printed on 10/10/2025 October 15, 2025City Council Meeting Agenda - Final-revised 11. Closing Comments by Mayor 12. Adjourn Page 7 City of Clearwater Printed on 10/10/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0939 Agenda Date: 10/15/2025 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: Manufacturing Month Proclamation - Beth Galic, President of Bay Area Manufacturers Association Page 1 City of Clearwater Printed on 10/10/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1011 Agenda Date: 10/15/2025 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: Rotary Club of Clearwater Centennial Day Proclamation - Adam Blackwell, Clearwater Rotary Club President Page 1 City of Clearwater Printed on 10/10/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0118 Agenda Date: 10/15/2025 Status: Agenda ReadyVersion: 1 File Type: MinutesIn Control: City Council Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve the minutes of the September 29, 2025 city council meeting and the September 17, 2025 special city council meeting as submitted in written summation by the City Clerk. Page 1 City of Clearwater Printed on 10/10/2025 City Council Meeting Minutes September 29, 2025 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Monday, September 29, 2025 6:00 PM Main Library - Council Chambers City Council Draft City Council Meeting Minutes September 29, 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 – Pastor Bob Brubaker from Christ Community Presbyterian 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 Fire Prevention Week Proclamation, October 5-11, 2025 4.2 Public Natural Gas Week Proclamation, October 5-11, 2025 - Brian Langille, Executive Director Gas System 4.3 NewGen Presentation and Council Discussion. NewGen Representative Scott Burnham provided a PowerPoint presentation. In response to questions, Mr. Burnham said NewGen did not speak with representatives of Pinellas County regarding servicing the enclave areas. NewGen made the assumption that the City would be able to serve those areas as they do with water utilities and natural gas utilities. He said, relative to any revenues Pinellas County receives, that can be worked out in the future. He said it is his understanding that if the City does not renew the franchise agreement with Duke Energy on December 31, 2025, the City will continue receiving the remittance of the franchise and sales tax revenues. NewGen assumed if the City has a contract to operate the system, the operator would be there during outages, which include storm response. Mr. Burnham said the Draft City Council Meeting Minutes September 29, 2025 Page 3 City of Clearwater assumption was also made that the City would have access to American Public Power Association as part of the mutual aid program. Florida operates on a bilateral contract basis, which is regulated by the federal government. NewGen's analysis was based on what Winter Park is doing right now. Mr. Burnham said NewGen proposes to use revenue bonds, not general obligation bonds. The revenue bonds are pledged to the future revenues of the electric utility sales. Ten individuals supported renewing the franchise agreement with Duke Energy. Eight individuals supported exploring options and opposed renewing the franchise agreement with Duke Energy. One individual encouraged the consideration to partner with other municipalities to create a Pinellas County electric company. One individual questioned the actual cost associated with creating a municipal owned electric utility. One individual submitted an email detailing requirements if a municipal- owned electric utility is pursued (see page 37). One individual submitted an email outlining deficiencies made by NewGen (see page 38). The Council recessed from 7:56 p.m. to 8:08 p.m. In response to questions, Mr. Burnham said the revenue needs of the utility will change over time. The City Attorney said if the franchise agreement expires and nothing else has happened (the City has not signed a new franchise agreement or purchased any distribution assets), similar to the labor contracts, the agreement will continue as it has been. Discussion ensued with support expressed to pursue the next phase. Councilmember Cotton moved to move forward with an appraisal and potential timeline in the event the City makes a purchase offer. The motion was duly seconded and carried unanimously. 5. Approval of Minutes 5.1 Approve the minutes of the September 18, 2025 City Council meeting as submitted in written summation by the City Clerk. Vice Mayor Teixeira moved to approve the minutes of the September 18, 2025 City Council meeting as submitted in written Draft City Council Meeting Minutes September 29, 2025 Page 4 City of Clearwater summation by the City Clerk. The motion was duly seconded and carried unanimously. Public Hearings - Not before 6:00 PM 6. Administrative Public Hearings 6.1 Declare as surplus for the purpose of transfer to Adel Youssef and Vivien Kandiel, certain unaddressed real property located at Heather Ct.; approve the agreement for transfer of real property; and authorize the appropriate officials to execute same together with all other instruments required to affect closing. The unaddressed City-owned property located at Heather Ct. is 0.160 acres in size. Staff believes this parcel to be an uneconomic remainder of land and a confirmation of such status shall be made by the City Council through the approval of this agenda item. The Pinellas County Property Appraiser defines this property under property use code 9600 (sewage disposal, solid waste, drainage reservoirs, borrow pit, marsh, mangrove, sand dune, waste land) and has assigned a “just market” value of $85.00 to the property. The request for letters of interest was published on May 14, 2025. Respondents were given 30 days to submit a letter of interest. One submission was received from the individual who owns the adjacent property, a homesteaded single-family residence. The letter of interest included an offer of $85.00 for the parcel, which aligns with the Property Appraiser’s Just Market Value. On July 28, 2025, the Technical Review Committee convened and issued a positive recommendation for the submitted letter of interest. Based on this, staff now recommends declaring the subject property as surplus and proceeding with its disposition and sale, for the proposed sale price of $85.00. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Objective 2.4 - Supports equitable housing programs that promote household stability and reduces the incidence of homelessness within Clearwater. Councilmember Allbritton moved to declare as surplus for the purpose of transfer to Adel Youssef and Vivien Kandiel, certain unaddressed real property located at Heather Ct.; approve the agreement for transfer of real property; and authorize the appropriate officials to execute same together with all other instruments required to affect closing. The motion was duly Draft City Council Meeting Minutes September 29, 2025 Page 5 City of Clearwater seconded and carried unanimously. 6.2 Continue to 10/15/2025: Declare as surplus for the purpose of donating to C.I.M.H.Z Management LLC., certain real property located at 1164 La Salle St, for the development of affordable housing; approve the agreement for transfer of real property; and authorize the appropriate officials to execute same together with all other instruments required to affect closing. No action taken. 6.3 Authorize award of a construction contract to C and T Contracting Services, LLC, for Northeast Water Reclamation Facility (NE WRF) Sand Filters Rehabilitation in the amount of $5,469,339.00 pursuant to ITB 23-0045-UT and authorize the appropriate officials to execute the same. The Public Utilities Engineering Department issued Invitation to Bid (ITB) 23-0045-UT, Northeast Water Reclamation Facility Sand Filters Rehabilitation (NE WRF), and received three bids on July 23, 2025. The lowest responsible bid meeting all the plans and specifications was submitted by C&T Contracting Services, LLC. The Engineer of Record (EOR), Tetra Tech, evaluated the bids and recommended awarding the contract to C&T Contracting Services, LLC. The project, located at the NE WRF, 3290 SR 580, Safety Harbor, FL 34695, includes rehabilitating 12 sand filters, replacing valves and actuators, addressing structural concerns, and removing and replacing a 30 in. x 42 in. sluice gate. These improvements aim to enhance the filtration process, ensure optimal water quality, and extend the lifespan of the filtration system. On May 16, 2024, City Council approved an initial work order to EOR Tetra Tech for design, bidding, engineering and inspection services during construction in the amount of $315,951.00. Construction is scheduled to take 420 consecutive calendar days from the issuance of the Notice to Proceed. The City of Clearwater’s Public Utilities Department is responsible for owning, operating, and maintaining the NE WRF. APPROPRIATION CODE AND AMOUNT: 3277327-530100-M1906 $5,469,339.00 To provide additional funding needed for this project, a first quarter budget amendment will transfer Utility R&R revenue of $1,200,000.00 from project 327-96212, Sanitary Sewer Upgrades/Improvements, and $2,200,000.00 from project 327-96664, Water Pollution Control R&R. These projects are funded by revenues from the Water and Sewer Utility Enterprise Fund. Draft City Council Meeting Minutes September 29, 2025 Page 6 City of Clearwater STRATEGIC PRIORITY: This project aligns with the Council’s Strategic Plan objective of achieving a High Performing Government through proactive maintenance of public infrastructure. Approval of this construction award will help ensure the continued efficiency and reliability of the City’s wastewater treatment operations. One individual spoke in opposition. Councilmember Mannino moved to authorize award of a construction contract to C and T Contracting Services, LLC, for Northeast Water Reclamation Facility (NE WRF) Sand Filters Rehabilitation in the amount of $5,469,339.00 pursuant to ITB 23-0045-UT and authorize the appropriate officials to execute the same. The motion was duly seconded and carried unanimously. 6.4 Authorize the City Manager and designated city representatives to enter into negotiations with Pinellas County for an interlocal agreement for the City of Clearwater’s participation in the Regional Resource Recovery Facility (RRRF). Pinellas County is proposing the development of a Regional Resource Recovery Facility (RRRF) to provide a long-term, regional solution for biosolids management. The project is currently in Phase 2, which involves the development of bid specifications for the design, construction, and operation of the facility. The County is seeking partner commitments from neighboring municipalities, including the City of Clearwater, to participate in the RRRF through an interlocal agreement. The RRRF aims to address pending regulatory changes and water quality concerns by creating beneficial, reusable, and marketable products from biosolids, such as renewable energy, fertilizers, and compost. The project has explored several treatment technologies, including conventional digestion and thermal drying, thermal hydrolysis process (THP) digestion and thermal drying, and options incorporating pyrolysis and gasification. Pinellas County has provided preliminary estimated total annual costs for various treatment scenarios. For Clearwater, the estimated monthly cost per household ranges from $6.19 to $6.60, depending on the technology chosen, compared to the current monthly cost of $2.52. These estimates will be refined as the project progresses. Participation in the RRRF would require the City to enter into an interlocal agreement with Pinellas County. The terms of this agreement, including cost-sharing, capacity reservation, and other operational details, will be Draft City Council Meeting Minutes September 29, 2025 Page 7 City of Clearwater determined through negotiation. This agenda item seeks authorization for the City Manager and designated city representatives to begin these negotiations to explore the feasibility and potential benefits of Clearwater joining the regional facility. The interlocal agreement would be brought back to City Council for consideration once the essential terms and conditions have been negotiated. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: This item aligns with the Council’s Strategic Plan to achieve a High-Performing Government by maintaining public infrastructure through systematic management efforts and fostering regional cooperation. It also supports the City’s strategic goal of Environmental Stewardship by exploring sustainable and forward-looking solutions for biosolids management. Public Utilities Interim Director Michael Flannigan provided a PowerPoint presentation. Vice Mayor Teixeira departed Chambers at 8:30 p.m. and returned at 8:32 p.m. Councilmember Cotton moved to authorize the City Manager and designated city representatives to enter into negotiations with Pinellas County for an interlocal agreement for the City of Clearwater’s participation in the Regional Resource Recovery Facility (RRRF). The motion was duly seconded and carried unanimously. 6.5 Approve the Memorandum of Understanding (MOU) with the Federal Aviation Administration (FAA) for the operation and maintenance of a Visual Approach Slope Indicator (VASI) at the Clearwater Executive Airport and authorize the appropriate officials to execute same. The FAA wishes to renew their lease through a Memorandum of Understanding with the City of Clearwater to continue to operate and maintain the VASI’s at Clearwater Executive Airport without cost to the City. Installed at the ends of both runways, the VASI is a critical safety navigational aid that helps ensure that aircraft make the proper approach for landing by indicating the appropriate glide angle as a visual reference to pilots approaching the runways. The first 20-year lease was approved by City Council in 1985, and the second Draft City Council Meeting Minutes September 29, 2025 Page 8 City of Clearwater 20-year lease was approved by City Council in 2005 and is set to expire September 30, 2025. The term of this MOU would start October 1, 2025, and expires on September 30, 2045. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: High Performing Government: 1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts. Vice Mayor Teixeira moved to approve the Memorandum of Understanding (MOU) with the Federal Aviation Administration (FAA) for the operation and maintenance of a Visual Approach Slope Indicator (VASI) at the Clearwater Executive Airport and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.6 Authorize purchase orders to multiple vendors for the purchase of computer parts, product maintenance, servers, and network equipment in the cumulative not-to-exceed amount of $3,500,000.00, for term October 1, 2025 through September 30, 2026, or through expiration of the respective contract if earlier, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), piggyback, and Section 2.561(5), small purchases, and authorize the appropriate officials to execute same. The Information Technology Department is requesting authorization to procure computer and network supplies from various vendors to include parts, cabling, servers, computers, power supplies, licensing, and wireless and security technology for the maintenance and upgrade of the city’s computer network and equipment. Purchases will be obtained through various piggyback contracts, including optional extensions as listed and approved by sourcing agencies. The list of vendors with their piggyback contracts is as follows: Amazon: • Online Marketplace State of Utah LS4679. Valid through 5/5/2030. <https://www.omniapartners.com/suppliers/amazon-business/public-sec tor> • Online Marketplace for the Purchase of Products and Services: Prince William County Public Schools, VA R-TC-17006. Valid through 1/18/ 2026 with option to renew for three (3) additional two-year periods through 1/18/2028. <https://www.omniapartners.com/suppliers/amazon-business/publ ic-sector> AVI-SPL: Draft City Council Meeting Minutes September 29, 2025 Page 9 City of Clearwater • Omnia Partners (State of Florida) Audio Visual Equipment & Accessories 52161500-24-OMNIA-ACS-TX. Valid through 3/31/26 <https://www.dms.myflorida.com/business_operations/state_purchasing /state_contracts_and_agreements/alternate_contract_source/audio_vis ual_equipment_accessories_and_services> CDW-Government LLC: • OMNIA (City of Mesa, AZ) 2024056-01 - GOV - Contract: 2424056-01. Valid through 7/1//2028. CDW | OMNIA Partners | Contract Documents <https://www.omniapartners.com/suppliers/cdwg/public-sector/contract- documents> • SVAR (State of Florida) 43230000-23-NASPO-ACS. Valid through 4/24/2027. Software Value Added Reseller (SVAR) / Alternate Contract Source / State Contracts and Agreements / State Purchasing / Business Operations - Florida Department of Management Services <https://www.dms.myflorida.com/business_operations/state_purchasing /state_contracts_and_agreements/alternate_contract_source/software_ value_added_reseller_svar> • Sourcewell 121923-CDWG Tech Catalog. Valid through 2/27/2028. CDW-G: Contract 121923-CDW | Sourcewell <https://www.sourcewell-mn.gov/cooperative-purchasing/121923 -CDW> Carahsoft, Inc: • Omnia Software Solutions and Services (Region 4 ESC - TX) Contract Number: R240303. Valid through 12/31/2027 with the option to renew fortwo (2) additional one-year periods through 12/31/2029. Carahsoft | OMNIA Partners | Contract Documents <https://www.omniapartners.com/suppliers/carahsoft/public-sector/contr act-documents> • Omnia Contract 23-6692-01Technology Products, Solutions and Related Services Cobb County, GA. Valid through 4/30/2028. Carahsoft | OMNIA Partners | Contract Documents <https://www.omniapartners.com/suppliers/carahsoft/public-secto r/contract-documents> DGR: • OMNIA PARTNERS CONTRACT 01-154 (IT Security and Data Protection Solutions) (Region 14 ESC-TX) Valid Through 11/30/2026. Option to renew for two (2) additional one-year periods through 11/30/2027. https://www.omniapartners.com/suppliers/fortinet/public-sector/contract- documents#contract-1517 <https://www.omniapartners.com/suppliers/fortinet/public-sector/contrac t-documents> • SOURCEWELL CONTRACT 121923-DGR. Valid through 02/27/2028 DGR Systems: Contract 121923-DGR | Sourcewell <https://www.sourcewell-mn.gov/cooperative-purchasing/121923 -dgr> • SVAR 43230000-23-NASPO-ACS (State of Florida) Valid through 04/24/2027. Software Value Added Reseller (SVAR) / Alternate Draft City Council Meeting Minutes September 29, 2025 Page 10 City of Clearwater Contract Source / State Contracts and Agreements / State Purchasing / Business Operations - Florida Department of Management Services <https://www.dms.myflorida.com/business_operations/state_purchasing /state_contracts_and_agreements/alternate_contract_source/software_ value_added_reseller_svar> DOF Creations: • OMNIA PARTNERS CONTRACT 01-154 (IT Security and Data Protection Solutions) (Region 14 ESC-TX) Valid through 11/30/2026. Option to renew for two (2) additional one-year periods through November 30, 2027. https://www.omniapartners.com/suppliers/fortinet/public-sector/contract- documents#contract-1517 <https://www.omniapartners.com/suppliers/fortinet/public-sector/contrac t-documents%23contract-1517%20> GovConnection DBA Connection Public Sector Solutions: • Sourcewell - 121923-GVC. Valid through 2/27/2028. Connection: Contract 121923-GVC | Sourcewell <https://www.sourcewell-mn.gov/cooperative-purchasing/121923-GVC> • Omnia (Region 4 ESC - TX) R210402. Valid through 5/31/2026. Connection | OMNIA Partners | Contract Documents <https://www.omniapartners.com/suppliers/connection/public-sector/con tract-documents> • NCPA: National Cooperative Purchasing Alliance- NCPA 01-144 (Region 14 ESC - TX). Valid through 11/30/2026. NCPA 01-144 / OMNIA - National Cooperative Purchasing Alliance - Connection Public Sector Solutions <https://www.govconnection.com/public-sector/contracts/ncpa> HP Inc: • State of Florida (NVP PC5) 43230000-23-NASPO-ACS. Valid through 04/24/2027. <https://www.dms.myflorida.com/business_operations/state_purchasing /state_contracts_and_agreements/alternate_contract_source/software_ value_added_reseller_svar> • State of Florida MFD 44100000-24-NASPO-ACS. Valid through 07/31/2026. <https://www.dms.myflorida.com/business_operations/state_purc hasing/state_contracts_and_agreements/alternate_contract_sour ce/multi-function_devices_copiers_and_related_software_and_se rvices> InSight Public Sector Inc: • State of Florida Contract No. 43230000-23-NASPO-ACS. Valid through 04/24/2027. <https://www.dms.myflorida.com/business_operations/state_purchasing /state_contracts_and_agreements/alternate_contract_source/software_ value_added_reseller_svar> • Omnia Contract 23-6692-03 Technology Products, Solutions and Related Services Cobb County, GA. Valid through 4/30/2028 https://www.omniapartners.com/suppliers/insight-public-sector/pu blic-sector/contract-documents#contract-1846 Draft City Council Meeting Minutes September 29, 2025 Page 11 City of Clearwater <https://www.omniapartners.com/suppliers/insight-public-sector/p ublic-sector/contract-documents%23contract-1846> Morsecom Inc: • PEPPM National Contract 533902-126 Ruckus Wireless. Valid through 12/31/2025. https://www.peppm.org/contracts/783400/#overview <https://www.peppm.org/contracts/783400/> • PEPPM National Contract 535122-153 Ruckus Wireless. Valid through 12/31/2025. <https://www.peppm.org/contracts/783648/%20%20> • TIPS Contract 230105 Technology Solutions Products and Services. Valid through 5/31/2028. <https://www.tips-usa.com/vendorProfile.cfm? RecordID=B0584CB756B5740D58BBC361F8FE714B> SHI International Corp: • State of Florida Contract No. 43230000-23-NASPO-ACS. Valid through 04/24/2027. <https://www.dms.myflorida.com/business_operations/state_purchasing /state_contracts_and_agreements/alternate_contract_source/software_ value_added_reseller_svar> • TIPS - Tech. Solutions, Products & Servies 230105. Valid through 5/31/2028. <https://www.tips-usa.com/vendorProfile.cfm? RecordID=7D90DFBE5334489DF430FE8FF41599D3> • Omnia 2024056-02 (City of Mesa, AZ). Valid through 7/1/2028. <https://www.omniapartners.com/suppliers/shi/public-sector/contr act-documents> • Sourcewell contract 121923-SHI. Valid through 2/27/28. <https://www.sourcewell-mn.gov/cooperative-purchasing/121923- SHI> Authorization to add additional vendors as needed is also requested following the proper procurement process with oversight from the Procurement Division to include small dollar purchases subject to Clearwater Code of Ordinances Section 2.561(5). APPROPRIATION CODE AND AMOUNT: Funds are available in various departmental cost centers in object codes 550100 (Office Supplies), 550400. (Operating Supplies), 550800 (Computer Parts), 530100 (Professional Services), 530300 (Contractual Services), and 530500 (Maintenance) as well as various Capital Improvement Projects to fund these purchases. STRATEGIC PRIORITY: These purchases help accomplish strategic objectives 1.2, 1.3, and 1.4. The Information Technology Department maintains critical public infrastructure to deliver sustain a high level of service to support a safe and healthy community. Councilmember Allbritton moved to authorize purchase orders to multiple vendors for the purchase of computer parts, product maintenance, servers, and network equipment in the cumulative not-to-exceed amount of $3,500,000.00, for term October 1, 2025 Draft City Council Meeting Minutes September 29, 2025 Page 12 City of Clearwater through September 30, 2026, or through expiration of the respective contract if earlier, pursuant to Clearwater Code of Ordinances Section 2.563 (1)(c), piggyback, and Section 2.561(5), small purchases, and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.7 Authorize purchase orders to Control Southern, Inc. of Suwanee, GA, DevTech Sales, Inc. of Avon Park, FL, Equipment Controls Company of Norcross, GA, Technico of Lake Worth, FL for the purchase of natural gas meters and regulators in the cumulative annual not-to-exceed amount of $1,600,000.00 for the term October 1, 2025 through September 31, 2026, with the two, one-year renewal options pursuant to Invitation to Bid 45-25 and authorize the appropriate officials to execute same. Invitation to Bid 45-25, Natural Gas Meters and Regulators was released on July 11, 2025, and five bid submissions were received on August 11, 2025. Specifications were reviewed for compliance, and following evaluation, Clearwater Gas System (CGS) Energy determined that the four companies listed represent the lowest, most responsible bidders for specific line items. Award is therefore recommended as outlined below: PRIMARY AWARDS: • Control Southern of Suwannee, GA: o Items 20-21: Direct Operated Pressure Reducing Regulators o Item 22: Constant Pressure Pilot Loaded Regulators o Item 23: 2” Flanged Spring Loaded Self-Regulated Regulator o Item 24: 2” Female Pipe Thread Loaded, Self Operated Gas Regulator o Item 25: 1 1/4” Spring Loaded Self Operated Gas Regulator o Items 27-28: Spring Loaded Throttling Relief Back Pressure Regulator o Item 29: Backpressure Regulator o Item 30: Pressure Reducing Regulator o Item 31: Backpressure Regulator o Item 36: Pilot Operated Pressure Reducing Regulator o Item 37: Pilot Operated Pressure Relief Valve • Devtech Sales, Inc. of Avon Park, FL: o Items 3-8: 600, 800, 1000 Class CFG (NTC) Aluminum Meters o Item 10: Romet or Roots 5M Rotary Meter o Items 11-13: Romet or Roots 7M, 11M, 16M Rotary Meters o Items 14-15: HRS ¾” Angle Body (60 PSIG and 6 PSIG) o Items 16-17: HRS 3/4” Globe Body (60 PSIG and 6 PSIG) o Items 18-19: HRS 1” Globe Body (60 PSIG and 6 PSIG) o Item 32: Strainers Draft City Council Meeting Minutes September 29, 2025 Page 13 City of Clearwater o Item 33: 2” Filter o Item 34: 3” Filter o Item 35: 4” Filter • Equipment Controls Company of Norcross, GA: o Item 1-2: 200, 400 Class CFH (NTC) Aluminum Meters o Item 9: Romet or Roots 3M Rotary Meter • Technico of Lake Worth, FL: o Item 26: 1 ¼” Spring Loaded Self Operated Gas Regulator SECONDARY AWARDS: • Control Southern of Suwannee, GA: o Items 16: HRS 3/4” Globe Body (60 PSIG and 6 PSIG) • Devtech Sales, Inc. of Avon Park, FL: o Item 1-2: 200, 400 Class CFH (NTC) Aluminum Meters o Item 9: Romet or Roots 3M Rotary Meter o Items 21: Direct Operated Pressure Reducing Regulator o Item 26: 1 ¼” Spring Loaded Self Operated Gas Regulator o Items 27-28: Spring Loaded Throttling Relief Back Pressure Regulator o Item 29: Backpressure Regulator o Item 30: Pressure Reducing Regulator o Item 31: Backpressure Regulator o Item 36: Pilot Operated Pressure Reducing Regulator o Item 37: Pilot Operated Pressure Relief Valve • Equipment Controls Company of Norcross, GA: o Item 10: Romet or Roots 5M Rotary Meter o Items 11-13: Romet or Roots 7M, 11M, 16M Rotary Meters o Items 20: Direct Operated Pressure Reducing Regulator • Technico of Lake Worth, FL: o Items 14-15: HRS ¾” Angle Body (60 PSIG and 6 PSIG) o Items 17: HRS 3/4” Globe Body (60 PSIG and 6 PSIG) o Items 18-19: HRS 1” Globe Body (60 PSIG and 6 PSIG) o Item 22: Constant Pressure Pilot Loaded Regulators o Item 23: 2” Flanged Spring Loaded Self-Regulated Regulator o Item 24: 2” Female Pipe Thread Loaded, Self Operated Gas Regulator To ensure continuity of supply, CGS Energy requests flexibility to purchase from secondary sources as needed. While Equipment Controls Company was Draft City Council Meeting Minutes September 29, 2025 Page 14 City of Clearwater awarded the 200- and 400-series gas meters (Items #1 and #2) as the lowest responsive bidder, CGS Energy currently has a surplus inventory of 2,100 Automated Meter Reading (AMR) endpoints (model ERG-5006-001) that are only compatible with DevTech, (American) meters, which were awarded as the secondary vendor. Purchasing from Devtech enables CGS Energy to utilize its existing inventory and avoid the additional expense of purchasing a different model of AMR not currently stocked in the warehouse. As a corrective measure, CGS Energy will update its meter endpoint purchase order with Devtech, the sole-source provider of Itron endpoints, to include models compatible with Equipment Controls meters. In the interim, CGS Energy requests authorization to purchase the 200 and 400 series meters from Devtech, the secondary awardee, to ensure uninterrupted operations and customer service until the existing inventory of endpoints is fully utilized. Once the current inventory has been depleted and provided the combined cost of meters from Equipment Controls with Devtech endpoints remains the most economical option, future purchases will be made from the primary vendor for these meters. All awarded equipment is code-approved and will be used on the CGS Energy distribution system for new customer installations and for replacing meters that have reached the end of their service life. In addition, CGS Energy is not obligated to expend the entire amount being requested. APPROPRIATION CODE AND AMOUNT: Funding is budgeted and available in 3237323-96367 (Gas Meter Change-out Capitalized Pinellas) and 3237323-96379 (Gas Meter Change-out Capitalized Pasco). USE OF RESERVE FUNDS: NA STRATEGIC PRIORITY: Deliver Effective and Efficient Services by Optimizing City Assets and Resources. Objective 1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. Councilmember Mannino moved to authorize purchase orders to Control Southern, Inc. of Suwanee, GA, DevTech Sales, Inc. of Avon Park, FL, Equipment Controls Company of Norcross, GA, Technico of Lake Worth, FL for the purchase of natural gas meters and regulators in the cumulative annual not-to-exceed amount of $1,600,000.00 for the term October 1, 2025 through September 31, 2026, with the two, one-year renewal options pursuant to Invitation Draft City Council Meeting Minutes September 29, 2025 Page 15 City of Clearwater to Bid 45-25 and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.8 Reappoint Kelly Batsford and Frank Cornier to the Neighborhood and Affordable Housing Advisory Board with terms expiring September 30, 2029. BOARD: Neighborhood and Affordable Housing Advisory Board (NAHAB) TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: N/A (See Special Qualifications) MEMBERS: 7 CHAIRPERSON: Robyn Fiel MEETING DATE: 2nd Tues. most months PLACE: Main Library/Council Chambers STAFF LIAISON: Dylan Mayeux APPTS. NEEDED: 2 SPECIAL QUALIFICATIONS: Board to have 1 member in each: Real Estate Professional in Connection with Affordable Housing; Clearwater Resident; Residential Home Building Industry; Advocate for Low Income Housing; Not-For-Profit Provider of Affordable Housing; Banking/Mortgage Industry; Employer’s Representative. THE FOLLOWING ADVISORY BOARD MEMBERS HAVE COMPLETED PARTIAL TERMS AND ELEIGIBLE TO SERVE A FULL TERM: 1. Kelly Batsford - 108 N Mars Avenue, 33755 - Hopes Villages of America employee Appointed to fill an unexpired term: 7/10/2025 Appointed to fill the Citizen who represents employers within the City of Clearwater category. 2. Frank Cornier - 18209 Holland House Loop, Land O Lakes - Tampa Bay Neighborhood Housing Services, President/CEO Appointed to fill an unexpired term: 3/6/2025 Appointed to fill the Citizen who is actively engaged in the residential home building industry in connection with affordable housing category. Current Special Qualifications: 1 citizen actively engaged in the residential home building industry in connection with affordable housing 1 citizen who resides within the city of Clearwater 1 citizen actively engaged as a real estate professional in connection with affordable housing 1 citizen actively engaged as an advocate for low-income persons in connection with affordable housing 1 citizen actively engaged as a not-for-profit provider of affordable housing Draft City Council Meeting Minutes September 29, 2025 Page 16 City of Clearwater 1 citizen who represents employers within the city of Clearwater Councilmember Cotton moved to reappoint Kelly Batsford and Frank Cornier to the Neighborhood and Affordable Housing Advisory Board with terms expiring September 30, 2029. The motion was duly seconded and carried unanimously. 6.9 Appoint Richard Foxx to the Neighborhood and Affordable Housing Advisory Board, as the Citizen actively engaged as a real estate professional in connection with affordable housing, with an unexpired term through June 30, 2026. APPOINTMENT WORKSHEET BOARD: Neighborhood and Affordable Housing Advisory Board (NAHAB) TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: N/A (See Special Qualifications) MEMBERS: 7 CHAIRPERSON: Robyn Fiel MEETING DATE: 2nd Tues. most months PLACE: Main Library/Council Chambers STAFF LIAISON: Chuck Lane APPTS. NEEDED: 1 SPECIAL QUALIFICATIONS: Board to have 1 member in each: Real Estate Professional in Connection with Affordable Housing; Clearwater Resident; Residential Home Building Industry; Advocate for Low Income Housing; Not-For-Profit Provider of Affordable Housing; Banking/Mortgage Industry; Employer’s Representative. THE FOLLOWING ADVISORY BOARD MEMBER IS NO LONGER ABLE TO SERVE ON THE BOARD: 1. Lindsay Dicus-Harrsion - 12400 Chicksaw Trail, Largo - Dicus Harrison Realty Appointed to fill an unexpired term: 01/12/23 Resigned: 9/19/25 THE NAME BELOW IS BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCY: 1. Richard Foxx - 1129 Charles Street, 33755 - Real Estate/Mortgage Broker Current Special Qualifications: Draft City Council Meeting Minutes September 29, 2025 Page 17 City of Clearwater 1 citizen actively engaged in the residential home building industry in connection with affordable housing 1 citizen who resides within the city of Clearwater ** citizen actively engaged as a real estate professional in connection with affordable housing 1 citizen actively engaged as an advocate for low-income persons in connection with affordable housing 1 citizen actively engaged as a not-for-profit provider of affordable housing 1 citizen who represents employers within the city of Clearwater Vice Mayor Teixeira moved to appoint Richard Foxx to the Neighborhood and Affordable Housing Advisory Board, as the Citizen actively engaged as a real estate professional in connection with affordable housing, with an unexpired term through June 30, 2026. The motion was duly seconded and carried unanimously. 6.10 Approve renewal of Legal Services Agreement with the law firm of Baker Hostetler LLP to represent the City in environmental matters and authorize the appropriate officials to execute same. The City has maintained this agreement since July 1, 2020, and has collaborated with Mr. Pence for over 15 years. The City pays hourly for the highly specialized services provided by Baker Hostetler. The Council designates the City Attorney to approve billing invoices up to the $100,000 not to exceed amount. APPROPRIATION CODE AND AMOUNT: Operating funds are available in cost code 0109600-530100, Professional Services, to fund this contract. Councilmember Allbritton moved to approve renewal of Legal Services Agreement with the law firm of Baker Hostetler LLP to represent the City in environmental matters and authorize the appropriate officials to execute same. The motion was duly seconded and carried unanimously. 6.11 Approve a retainer agreement with the Dayes Law Firm, PLLC in Jontez Williams vs. Carl Giardino and authorize the appropriate officials to execute same. Senior Assistant City Attorney Michael Fuino has been appointed as City Attorney for the City of North Port. Mr. Fuino has been representing the City and the City employee(s) named as defendants in this suit. To ensure the successful defense of the City and our employee(s), the City Attorney recommends retaining The Dayes Law Firm to represent the City and our Draft City Council Meeting Minutes September 29, 2025 Page 18 City of Clearwater employee(s) in this matter. The Dayes Law Firm has agreed to undertake this representation pursuant to the attached agreement. The City Council authorizes the City Attorney to approve legal fee invoices in this matter up to the not-to-exceed amount of $75,000. APPROPRIATION CODE AND AMOUNT: Operating Funds are available in cost code 0109600-530100, Professional Services, to fund this contract. The operating budget of the City Attorney’s Office is funded by General Fund revenue. AND 6.12 Approve a retainer agreement with the Dayes Law Firm PLLC in Connie Simon vs. City of Clearwater and authorize the appropriate officials to execute same. Senior Assistant City Attorney Michael Fuino has been appointed as City Attorney for the City of North Port. Mr. Fuino has been representing the City and city employee(s) named as defendants in this suit. To ensure the successful defense of the City and our employee(s), the City Attorney recommends retaining The Dayes Law Firm to represent the City and our employee(s) in this matter. The Dayes Law Firm has agreed to undertake this representation pursuant to the attached agreement. The City Council authorizes the City Attorney to approve legal fee invoices in this matter up to the not-to-exceed amount of $75,000. APPROPRIATION CODE AND AMOUNT: Operating Funds are available in cost code 0109600-530100, Professional Services, to fund this contract. The operating budget of the City Attorney’s Office is funded by General Fund revenue. AND 6.13 Approve amended retainer agreement with Manson Bolves Donaldson Tanner, P.A. in regard to Bay Esplanade litigation and authorize the appropriate officials to execute same. Manson Bolves has been defending the City in certain specialized aspects of this quiet title action. Senior Assistant City Attorney Michael Fuino has been defending the City in other aspects. Mr. Fuino has been appointed as the next City Attorney for the City of North Port. As a result, this amended agreement with Manson Bolves will ensure continued and cost effective representation of the City by unifying both aspects of the litigation under a single firm. APPROPRIATION CODE AND AMOUNT: This expense will be coded to 0109600-530100, Professional Services. A budget amendment may be needed later in fiscal year 2025/2026 to provide additional funding utilizing General Fund reserves. The operating budget of the City Attorney’s Office is funded by General Fund revenue. Draft City Council Meeting Minutes September 29, 2025 Page 19 City of Clearwater One individual said the owner wishes to work with the City and find a Resolution (Re Item 6.13). Councilmember Mannino moved to approve items 6.11 through 6.13. The motion was duly seconded and carried unanimously. 7. Second Readings - Public Hearing 7.1 Adopt Ordinance 9825-25 on second reading, amending Clearwater Code of Ordinances, Chapter 2 Administration by amending Article III Appointed Authorities, Boards, Committees, Division 2 Airpark Advisory Board and Chapter 4 Airports and Aircraft by amending Article I In General and Article II Airports. One individual spoke in opposition. One individual requested the item be continued until the beacon is installed. Ordinance 9825-25 was presented and read by title only. Councilmember Cotton moved to adopt Ordinance 9825-25 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 7.2 Adopt Ordinance 9851-25 on second reading and amend the City’s fiscal year 2024/25 operating budget at third quarter. Ordinance 9851-25 was presented and read by title only. Vice Mayor Teixeira moved to adopt Ordinance 9851-25 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 7.3 Adopt Ordinance 9852-25 on second reading and amend the City’s fiscal year 2024/25 capital improvement budget at third quarter. Ordinance 9852-25 was presented and read by title only. Councilmember Allbritton moved to adopt Ordinance 9852-25 on second and final reading. The motion was duly seconded and upon Draft City Council Meeting Minutes September 29, 2025 Page 20 City of Clearwater roll call, the vote was: Ayes: 5 - Mayor Rector, Vice Mayor Teixeira, Councilmember Allbritton, Councilmember Cotton and Councilmember Mannino 8. City Manager Reports – None. 9. City Attorney Reports – None. 10. Other Council Action 10.1 Designate Clearwater a Red Star City and adopt Resolution 25-13. At the September 18, 2025 council meeting, there was council consensus to adopt a resolution designating Clearwater a Red Star City. Staff was directed to place the resolution on the next meeting agenda. Resolution 25-13 was presented and read by title only. Councilmember Cotton moved to designate Clearwater a Red Star City and adopt Resolution 25-13. 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 10.2 Consideration to rename Court Street to Charlie Kirk Way - Councilmember Cotton This item proposes renaming Court Street to Charlie Kirk Way in honor of Charlie Kirk, who was tragically assassinated for his steadfast defense of faith, freedom, and the right to open debate. Renaming this central thoroughfare would serve as a lasting tribute to the principles he championed and a reminder of our city’s commitment to protect and uphold these values for future generations. Councilmember Cotton moved to rename Court Street to Charlie Kirk Way. The motion failed for lack of a second. 22 individuals spoke in opposition. 19 individuals submitted eComments in opposition (see page 22-28). Six individuals submitted emails opposing Item 10.2 (see page 29-36). The Mayor requested Council discuss the process of naming city assets after individuals who served the community at a future work session. Draft City Council Meeting Minutes September 29, 2025 Page 21 City of Clearwater 11. Closing comments by Councilmembers (limited to 3 minutes) Vice Mayor Teixeira reviewed recent events and thanked all who attended tonight and emailed. She said she attended Ed Armstrong's memorial service; the stories shared reflected a life of kindness, integrity, friendship, and laughter. Councilmembers Allbritton and Cotton thanked all who attended and spoke tonight. 12. Closing Comments by Mayor Mayor Rector said there were two controversial items on the agenda and lots of differences in opinions, but he has learned that we are stronger together and have more in common. 13. Adjourn Ther meeting adjourned at 10:06 p.m. Mayor City of Clearwater Attest City Clerk Draft City Council Meeting Minutes September 17, 2025 Page 1 City of Clearwater City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Meeting Minutes Wednesday, September 17, 2025 6:00 PM Special Meeting Main Library - Council Chambers City Council Draft City Council Meeting Minutes September 17, 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. Administrative Public Hearings 3. Second Readings - Public Hearing 3.1 Adopt Ordinance 9848-25 on second reading, declaring the millage rate to be levied for the fiscal year beginning October 1, 2025 and ending September 30, 2026, for operating purposes including the funding of pensions, debt service, and road maintenance for capital improvement expenditures at 5.8850 mills, which is a 4.34% increase from the rolled back rate of 5.6402 mills. In accordance with Chapter 200 of the Florida Statutes, which defines requirements for the Determination of Millage and the rules governing Truth in Millage (TRIM) compliance, the City Council must hold two public hearings to adopt a final millage rate for the new fiscal year. The adoption of this ordinance to establish the millage rate and the two related budget ordinances are an integral part of fulfilling these requirements. The City Council set a tentative millage rate of 5.8850 mills on July 10, 2025, which is the rate that appeared on the TRIM notices mailed to taxpayers in August. The millage rate of 5.8850 mills represents a 4.34% increase from the rolled back rate of 5.6402 mills. Ordinance 9848-25 is presented in order to adopt the millage rate of 5.8850 mills to support the operating and capital improvement budgets for the 2025/26 fiscal year. Draft City Council Meeting Minutes September 17, 2025 Page 3 City of Clearwater 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. Ordinance 9848-25 was presented and read by title only. Vice Mayor Teixeira moved to adopt Ordinance 9848-25 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 3.2 Adopt Ordinance 9849-25 on second reading, adopting an operating budget for the fiscal year beginning October 1, 2025 and ending September 30, 2026; authorizing the City Manager to issue such instructions that are necessary to achieve and accomplish the service programs so authorized; authorizing the City Manager to transfer monies and programs among the departments and activities within any fund as provided by Chapter 2 of the Clearwater Code of Ordinances. In accordance with Chapter 200 of the Florida Statutes and the rules governing Truth in Millage (TRIM) compliance, the City Council must hold two public hearings to adopt the budget. The adoption of this ordinance and the related ordinances adopting the 2025/26 millage rate and the Capital Improvement Budget are an integral part of fulfilling these requirements. On June 30, 2025, the City Manager provided the City Council with a Preliminary Annual Operating and Capital Improvement Budget that outlined estimates of revenues and expenditures for the 2025/26 fiscal year. The City Manager presented the preliminary budget at the City Council meeting on July 10, 2025, for Council discussion and citizen input. In addition, a Special Budget Work Session was held on August 6, 2025, for Council discussion of the proposed budget. The following changes have been made to the preliminary operating budget and are included in the ordinance for adoption of the fiscal year 2025/26 operating budget. In the General Fund: Draft City Council Meeting Minutes September 17, 2025 Page 4 City of Clearwater Ad valorem revenues are increased to account for the change in values reflected in the preliminary tax roll. Intergovernmental revenues are increased to reflect the Florida Department of Revenue’s final projection for state revenue sharing. Fine revenues for red light camera fines are increased based on actual receipts. Miscellaneous and transfer-in revenues are adjusted (net zero) to account for revenues in the correct categories (transfer between funds). Non-Departmental expenditures are reduced for the transfer of TIF to the CRA to account for the change in values reflected in the preliminary tax roll. Expenditures are increased in the Police Department to correct for a calculation error in salaries. In the Parking Fund: Expenditures are increased to correct the transfer out of Parking Enforcement fines to balance the transfer to the General Fund. In the Special Development Fund: Revenues are increased for Parks and Recreation Impact Fees and an allocation of prior year Recreation Facility Impact Fees to provide project funding budgeted in the Capital Improvement Program. Offsetting expenditures are increased to transfer impact fee revenue to provide funding for the Countryside Pickleball project as budgeted in the Capital Improvement Plan. A worksheet detailing these changes made to the final budget for fiscal year 2025/26 is attached. 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. One individual spoke in support. One individual thanked Council for their dedicated efforts and said Draft City Council Meeting Minutes September 17, 2025 Page 5 City of Clearwater providing the City Manager strategic goals is more important than adopting a budget, which implements the priorities. Ordinance 9849-25 was presented and read by title only. Councilmember Allbritton moved to adopt Ordinance 9849-25 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 3.2 Adopt Ordinance 9850-25 on second reading, adopting the capital improvement program budget for the fiscal year beginning October 1, 2025 and ending September 30, 2026; approving the six-year capital improvement program which shall be reevaluated at the beginning of each fiscal year; authorizing the City Manager to issue such instructions that are necessary to achieve and accomplish the capital improvements so authorized; authorizing the City Manager to transfer money between projects in the capital improvement program; appropriating available and anticipated resources for the projects identified. In accordance with Chapter 200 of the Florida Statutes and the rules governing Truth in Millage (TRIM) compliance, the City Council must hold two public hearings to adopt the final budget. The adoption of this ordinance and the related ordinances adopting the 2025/26 millage rate and operating budget are an integral part of fulfilling these requirements. On June 30, 2025, the City Manager provided the City Council with a Preliminary Annual Operating and Capital Improvement Budget that outlined estimates of revenues and expenditures for the 2025/26 fiscal year. The City Manager presented the preliminary budget at the City Council meeting on July 10, 2025, for Council discussion and citizen input. In addition, a Special Budget Work Session was held on August 6, 2025, for Council discussion of the proposed budget. The following changes have been made to the Preliminary Capital Improvement Budget and are included in the ordinance for adoption of the capital improvement budget. ⦁ The Clearwater Country Club Bridge Replacement project has been removed from the Capital Improvement Budget. This change is due to the golf course operator assuming full responsibility for managing and funding the replacement of bridges. 1 Two state grants have been awarded by the Florida Department of Environmental Protection (DEP) resulting in the following project increases: Draft City Council Meeting Minutes September 17, 2025 Page 6 City of Clearwater ⦁ North Beach Stormwater Project - $1,500,000 budgeted in fiscal years 2026 and 2027. 1 Citywide Docks & Seawalls Project - $1,500,000 budgeted in fiscal years 2026 and 2027. 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. Ordinance 9850-25 was presented and read by title only. Councilmember Mannino moved to adopt Ordinance 9850-25 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 4. City Manager Reports – None. 5. City Attorney Reports – None. 6. Closing comments by Councilmembers (limited to 3 minutes) Councilmember Cotton thanked staff for their efforts in presenting a budget that safeguards the people's money. He suggested that staff next year present a budget that is between the current millage and the rollback rate. 7. Closing Comments by Mayor The Mayor thanked staff for all of their efforts in identifying savings and presenting a strong budget. 8. Adjourn The meeting adjourned at 6:16 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: ANX2025-08008 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Approve the annexation, initial Future Land Use Map designation of Residential Low (RL) and initial Zoning Atlas designation of Low Medium Density Residential (LMDR) District for 2714 Woodring Drive, and pass Ordinances 9842-25, 9843-25 and 9844-25 on first reading. (ANX2025-08008) SUMMARY: This voluntary annexation petition involves a 0.17-acre property consisting of one parcel of land occupied by a detached dwelling. The property is located on the north side of Woodring Drive, approximately 50 feet west of Marilyn Drive. The applicant is requesting annexation in order to receive sanitary sewer and solid waste service from the city. The property is located within an enclave and is contiguous to existing city boundaries to the east and south. The property is proposed to be assigned a Future Land Use Map designation of Residential Low (RL) and a Zoning Atlas designation of Low Medium Density Residential (LMDR). The Planning and Development Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: ·The city has adequate capacity to serve this property with sanitary sewer, solid waste, police, fire and EMS service. The property currently receives water service from Pinellas County. The closest sanitary sewer line is located in the adjacent Woodring Drive right-of-way. The applicant has paid the city's sewer impact and assessment fees and is aware of the additional costs to extend city sewer service to this property. Collection of solid waste will be provided by the city of Clearwater. The property is located within Police District III and service will be administered through the district headquarters located at 2851 McMullen Booth Road. Fire and emergency medical services will be provided to this property by Station #48 located at 1700 N Belcher Road. Therefore, the proposed annexation will not have an adverse effect on public services and their levels of service; and ·The proposed annexation is consistent with and promotes the following objective and policy of Clearwater 2045, the city’s Comprehensive Plan: Objective PI 9.1 Continue to work with Pinellas County in the orderly annexation of the city’s existing enclaves. Policy PI 9.1.2 Continue to process voluntary annexations for single-family residential properties upon request. ·The proposed Residential Low (RL) Future Land Use Map designation is consistent with the current Countywide Plan designation of the property. This designation primarily permits residential uses at a density of 7.5 units per acre. The proposed zoning district to be assigned to the property is the Low Medium Density Residential (LMDR) District. The use of the subject property is consistent with the uses allowed in the District and the property exceeds the District’s minimum dimensional requirements. The proposed annexation is therefore consistent with the Countywide Plan and the city’s Comprehensive Plan Page 1 City of Clearwater Printed on 10/10/2025 File Number: ANX2025-08008 and Community Development Code; and ·The property proposed for annexation is contiguous to existing city boundaries to the east and south; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. STRATEGIC PRIORITY: This annexation petition supports the Deliver Effective and Efficient Services by Optimizing City Assets and Resources goal of the city’s Strategic Plan by reducing enclaves and delivering city services to properties within the city’s service boundary. This petition also supports Ensure Exceptional Communities and Neighborhoods Where Everyone Can Thrive goal by better unifying neighborhoods and reducing issues with multiple jurisdictions. Page 2 City of Clearwater Printed on 10/10/2025 Ordinance No. 9842-25 ORDINANCE NO. 9842-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF WOODRING DRIVE APPROXIMATELY 50 FEET WEST OF MARILYN DRIVE, WHOSE POST OFFICE ADDRESS IS 2714 WOODRING DRIVE, CLEARWATER, FLORIDA 33759 INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit "A” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Lot 17, Block F, CARLTON TERRACE FIRST ADDITION, a subdivision according to the plat thereof recorded at Plat Book 43, Page 39, in the Public Records of Pinellas County, Florida. (ANX2025-08008) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9842-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ANNEXATION Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) Ordinance No. 9843-25 ORDINANCE NO. 9843-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF WOODRING DRIVE APPROXIMATELY 50 FEET WEST OF MARILYN DRIVE WHOSE POST OFFICE ADDRESS IS 2714 WOODRING DRIVE, CLEARWATER, FLORIDA 33759 UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot 17, Block F, CARLTON TERRACE FIRST ADDITION, a subdivision according to the plat thereof recorded at Plat Book 43, Page 39, in the Public Records of Pinellas County, Florida. RESIDENTIAL LOW (RL) (ANX2025-08008) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9842-25. Ordinance No. 9843-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED FUTURE LAND USE MAP Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) Ordinance No. 9844-25 ORDINANCE NO. 9844-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE NORTH SIDE OF WOODRING DRIVE APPROXIMATELY 50 FEET WEST OF MARILYN DRIVE., WHOSE POST OFFICE ADDRESS IS 2714 WOODRING DRIVE, CLEARWATER, FLORIDA 33759 UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9842-25. Property Zoning District Lot 17, Block F, CARLTON TERRACE FIRST ADDITION, a subdivision according to the plat thereof recorded at Plat Book 43, Page 39, in the Public Records of Pinellas County, Florida. LOW MEDIUM DENSITY RESIDENTIAL (LMDR) (ANX2025-08008) Ordinance No. 9844-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ZONING MAP Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) R-3, Single Family Residential Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) LOCATION MAP Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) AERIAL PHOTOGRAPH Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) EXISTING SURROUNDING USES MAP Owner(s): Tron Armstrong Case: ANX2025-08008 Site: 2714 Woodring Drive Property Size(Acres): ROW (Acres): 0.17 acres Land Use Zoning PIN: 05-29-16-13554-006-0170 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) Low Medium Density Residential (LMDR) ANX2025-08008 Tron Armstrong 2714 Woodring Drive Facing north at the subject property, 2714 Woodring Drive Facing west of the subject property along Woodring Drive Facing south of the subject property along Woodring Drive Facing east of the subject property along Woodring Drive Facing east along Woodring Drive Facing west along Woodring Drive Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ANX2025-08009 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Planning CaseIn Control: Planning & Development Agenda Number: 6.2 SUBJECT/RECOMMENDATION: Approve the annexation, initial Future Land Use Map designations of Residential Low (RL) and Preservation (P) and initial Zoning Atlas designations of Low Medium Density Residential (LMDR) and Preservation (P) Districts for 2743 Morningside Drive and pass Ordinances 9845-25, 9846-25 and 9847-25 on first reading. (ANX2025-08009) SUMMARY: This voluntary annexation petition involves a 0.20-acre property consisting of one parcel of land occupied by a detached dwelling. The property is located on the south side of Morningside Drive approximately 360 feet east of Evans Drive. The applicant is requesting annexation in order to receive sanitary sewer and solid waste service from the city. The property is located within an enclave and is contiguous to existing city boundaries to the north and south. The property is proposed to be assigned Future Land Use Map designations of Residential Low (RL) and Preservation (P) and Zoning Atlas designations of Low Medium Density Residential (LMDR) and Preservation (P). The Planning and Development Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E as follows: ·The city has adequate capacity to serve this property with sanitary sewer, solid waste, police, fire and EMS service. The property currently receives water service from the city of Clearwater. The closest sanitary sewer line is located in the adjacent Morningside Drive right-of-way. The applicant has paid the city's sewer impact and assessment fees and is aware of the additional costs to extend city sewer service to this property. Collection of solid waste will be provided by the city of Clearwater. The property is located within Police District III and service will be administered through the district headquarters located at 2851 McMullen Booth Road. Fire and emergency medical services will be provided to this property by Station #48 located at 1700 North Belcher Road. Therefore, the proposed annexation will not have an adverse effect on public services and their levels of service; and ·The proposed annexation is consistent with and promotes the following objective and policy of Clearwater 2045, the city’s Comprehensive Plan: Objective PI 9.1 Continue to work with Pinellas County in the orderly annexation of the city’s existing enclaves. Policy PI 9.1.2 Continue to process voluntary annexations for single-family residential properties upon request. ·The proposed Residential Low (RL) and Preservation (P) Future Land Use Map designations are consistent with the current Countywide Plan designations of the property. This Residential Low (RL) designation primarily permits residential uses at a density of 7.5 units per acre. The Preservation (P) designation permits development consistent with the Countywide Plan to protect waters and the surrounding environment. The proposed zoning districts to be assigned to the property are the Low Page 1 City of Clearwater Printed on 10/10/2025 File Number: ANX2025-08009 Medium Density Residential (LMDR) and Preservation (P) Districts, respectively. The use of the subject property is consistent with the uses allowed in these Districts and the property exceeds the District’s minimum dimensional requirements for the Low Medium Density Residential (LMDR) District. The proposed annexation is therefore consistent with the Countywide Plan and the city’s Comprehensive Plan and Community Development Code; and ·The property proposed for annexation is contiguous to existing city boundaries to the north and south; therefore, the annexation is consistent with Florida Statutes Chapter 171.044. STRATEGIC PRIORITY: This annexation petition supports the Deliver Effective and Efficient Services by Optimizing City Assets and Resources goal of the city’s Strategic Plan by reducing enclaves and delivering city services to properties within the city’s service boundary. This petition also supports Ensure Exceptional Communities and Neighborhoods Where Everyone Can Thrive goal by better unifying neighborhoods and reducing issues with multiple jurisdictions. Page 2 City of Clearwater Printed on 10/10/2025 Ordinance No. 9845-25 ORDINANCE NO. 9845-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF MORNINGSIDE DRIVE, APPROXIMATELY 360 FEET EAST OF EVANS DRIVE, WHOSE POST OFFICE ADDRESS IS 2743 MORNINGSIDE DRIVE, CLEARWATER, FLORIDA 33759 INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit "A” has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Lot 6, Block L, Carlton Terrace First Addition, according to the map or plat thereof, as recorded in Plat Book 43, page 39, Public Records of Pinellas County, Florida. (ANX2025-08009) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Community Development Coordinator are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. Ordinance No. 9845-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ANNEXATION Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) & Preservation (P) R-3, Single Family Residential Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) Ordinance No. 9846-25 ORDINANCE NO. 9846-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF MORNINGSIDE DRIVE, APPROXIMATELY 360 FEET EAST OF EVANS DRIVE, WHOSE POST OFFICE ADDRESS IS 2743 MORNINGSIDE DRIVE, CLEARWATER, FLORIDA 33759 UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL) AND PRESERVATION (P); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the Future Land Use Element of the Comprehensive Plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The Future Land Use Element of the Comprehensive Plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot 6, Block L, Carlton Terrace First Addition, according to the map or plat thereof, as recorded in Plat Book 43, page 39, Public Records of Pinellas County, Florida. Residential Low (RL) & Preservation (P) (ANX2025-08009) The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Council does hereby certify that this ordinance is consistent with the City’s Comprehensive Plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9845-25. Ordinance No. 9846-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED FUTURE LAND USE MAP Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) & Preservation (P) R-3, Single Family Residential Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) Ordinance No. 9847-25 ORDINANCE NO. 9847-25 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE SOUTH SIDE OF MORNINGSIDE DRIVE, APPROXIMATELY 360 FEET EAST OF EVANS DRIVE, WHOSE POST OFFICE ADDRESS IS 2743 MORNINGSIDE DRIVE, CLEARWATER, FLORIDA 33759 UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR) AND PRESERVATION (P); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's Comprehensive Plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the Zoning Atlas of the City is amended, as follows: The map attached as Exhibit “A” is hereby incorporated by reference. Section 2. The City Engineer is directed to revise the Zoning Atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 9845-25. Property Zoning District Lot 6, Block L, Carlton Terrace First Addition, according to the map or plat thereof, as recorded in Plat Book 43, page 39, Public Records of Pinellas County, Florida. Low Medium Density Residential (LMDR) & Preservation (P) (ANX2025-08009) Ordinance No. 9847-25 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Bruce Rector Mayor Approved as to form: Matthew J. Mytych, Esq Senior Assistant City Attorney Attest: Rosemarie Call, MPA, MMC City Clerk Exhibit “A” PROPOSED ZONING MAP Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) & Preservation (P) R-3, Single Family Residential Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) LOCATION MAP Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) AERIAL PHOTOGRAPH Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) EXISTING SURROUNDING USES MAP Owner(s): ESA INC. Case: ANX2025-08009 Site: 2743 Morningside Drive Property Size(Acres): ROW (Acres): 0.20 acres Land Use Zoning PIN: 05-29-16-13554-012-0060 From: Residential Low (RL) Residential-3 (R3) Atlas Page: 264A To: Residential Low (RL) & Preservation (P) Low Medium Density Residential (LMDR) & Preservation (P) DETACHED DWELLINGS DETACHED DWELLINGS ANX2025-08009 Andrew Koutras 2743 Morningside Drive Facing south at the subject property, 2743 Morningside Drive Facing north of the subject property along Morningside Drive Facing west of the subject property along Morningside Drive Facing east of the subject property along Morningside Drive Facing west along Morningside Drive Facing east along Morningside Drive Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0891 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 6.3 SUBJECT/RECOMMENDATION: Declare as surplus for the purpose of donating to C.I.M.H.Z Management LLC., certain real property located at 1164 La Salle St, for the development of affordable housing; approve the agreement for transfer of real property; and authorize the appropriate officials to execute same together with all other instruments required to affect closing. SUMMARY: The subject property located at 1164 La Salle St. is 0.130 acres and was purchased by the city from Clearwater Neighborhood Housing Services, Inc. The property has been identified by staff as surplus that would be suitable for the development of affordable housing. The Pinellas County property appraiser has assigned a just market value of $67,806.00. A notice of disposition of property was published on June 14, 2025. Respondents were given 30 days to submit a response to the public notice. One response was received within the designated timeframe from C.I.M.H.Z. Management LLC. The proposal includes the development of a single-family home targeted to households earning up to 120% of the Area Median Income (AMI), with a request for the donation of the subject property. The developer submitted an experience sheet outlining both his individual experience in project management and development under a separate company, as well as the experience of his current company, C.I.M.H.Z Management LLC which is currently developing a manufactured home in Brooksville. In alignment with our AHAC board’s directive to engage with newer affordable developers, this project will serve as one of those opportunities. The Technical Review Committee evaluated and scored the proposal, ultimately providing a positive recommendation. Based on this recommendation, staff supports the donation of the property to C.I.M.H.Z. Management LLC, subject to a deed restriction for affordable housing use. A Restrictive Covenant will be executed and recorded at closing, ensuring the property remains restricted for affordable housing purposes for a period of 15 years. A restriction will be contained in the deed that will require the project to commence vertical construction within six months of signing of the deed and completing the sale or lease of the home within 12 months of signing of the deed. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Objective 2.4 - Supports equitable housing programs that promote household stability and reduces the incidence of homelessness within Clearwater. Page 1 City of Clearwater Printed on 10/10/2025 1 THIS INSTRUMENT PREPARED BY: Matthew J. Mytych, Esq. City Attorney's Office City of Clearwater 600 Cleveland St., STE 600 Clearwater, Florida 33755 QUIT-CLAIM DEED THIS QUIT-CLAIM DEED is made and given this ______ day of ___________________, 2025, by the City of Clearwater, Florida, a Florida municipal corporation, whose address is 600 Cleveland Street, Suite 600, Clearwater, FL 33755 (“Grantor”), to C.I.M.H.Z Management LLC, a Florida limited liability company, whose address is 6465 142nd Ave. N., Apt. Z204, Clearwater, FL 33760 (“Grantee”). Grantor, for and in consideration of Ten Dollars and 00/100 Cents ($10.00), and other good and valuable consideration paid by Grantee, the receipt of which is acknowledged, hereby conveys to Grantee, its successors and assigns, grants, bargains, sells, aliens, remises, releases, conveys and confirms forever, the following described parcel of land located in Pinellas County, Florida, to wit: Lots 65 and 66, Block “E”, Greenwood Park No. 2, according to the map or plat thereof as recorded in Plat Book 8, Page 16 of the Public Records of Pinellas County, Florida. Parcel I.D. Number: 10/29/15/33552/005/0650 Address: 1164 La Salle Street, Clearwater, FL 33755 TO HAVE AND TO HOLD, the same in fee simple forever. THIS DEED IS SUBJECT TO THE FOLLOWING: Applicable zoning restrictions and to easements, reservations and restrictions of record, if any, which are not specifically reimposed or extended hereby, and to taxes for the year 2025 and subsequent years, if any. Grantor has not performed any title examination related to this transaction and provides no warranties of title. The property must be used by Grantee for the sole purpose of constructing a single-family home to be sold or rented to a household whose total household income does not exceed one hundred twenty percent (120%) percent of Area Median Income, adjusted for household size, as published by the United States Department of Housing and Urban Development for Pinellas County. Grantee agrees to: 1.) commence construction of the single-family home within six (6) months of the date of this deed, 2.) complete construction of the single-family home within twelve (12) months of the date of this deed, and 3.) convey or lease the property to an income qualified- household within eighteen (18) months of the date of this deed (collectively, the “Activities”). If Grantee does not complete the Activities within the specified timeframes, the property shall, upon request of Grantor, revert to Grantor via a special warranty deed at no cost to Grantor. Grantor shall be entitled to specific performance among any other remedy available at law or at equity in the event Grantee fails to reconvey the property at Grantor’s request. The City of Clearwater City 2 Manager or their designee retains the unilateral discretion to extend these timeframes as they deem appropriate and may notify Grantee in writing of such an extension. This instrument is executed pursuant to Fla. Stat. § 692.01 & 692.02. THE CITY OF CLEARWATER, FLORIDA, a Florida municipal corporation. By: _________________________________ Bruce Rector Mayor Approved as to form: Attest: ____________________________________ ____________________________________ Matthew J. Mytych, Esq. Rosemarie Call Senior Assistant City Attorney City Clerk 1 REAL PROPERTY TRANSFER AGREEMENT THIS REAL PROPERTY TRANSFER AGREEMENT (this “Agreement”) is made on this ____ day of ___________, 2025, by and between the City of Clearwater, Florida, a Florida municipal corporation (the “City”), whose address is 600 Cleveland Street, Suite 600, Clearwater, FL 33755, and C.I.M.H.Z Management LLC, a Florida limited liability company (“Buyer”), whose address is 6465 142nd Ave. N., Apt. Z204 Clearwater, FL 33760 (collectively, the City and Buyer are the “Parties”). RECITALS: WHEREAS, the City is the owner of a parcel of real property located at 1164 La Salle Street, Clearwater, FL 33755 (the “Property”); and WHEREAS, Buyer wishes to acquire the Property for the construction of an affordable single-family home for a qualified family as determined by the City, and the City desires to sell the Property to Buyer for an amount that is less than the appraised value as permitted under Section 2.01(d)(5)(i) of the City of Clearwater City Charter, subject to certain terms and conditions; and WHEREAS, the City of Clearwater City Council has determined that the sale of the Property is in the public interest being that it promotes the creation of affordable housing in the City; and WHEREAS, the Parties desire to memorialize their agreement to transfer the Property for the construction of an affordable single-family home. NOW THEREFORE, in consideration of the mutual covenants herein contained, and the mutual benefits to be derived hereunder, the receipt and sufficiency of which is hereby acknowledged, the Parties agree as follows: 1. The recitals set forth above are true and correct and are incorporated herein by reference. 2. This Agreement describes the respective responsibilities of each party in providing for the transfer of the Property for the purpose of constructing a single-family home to be used for affordable housing. 3. The Property is legally described as follows: Lots 65 and 66, Block “E”, Greenwood Park No. 2, according to the map or plat thereof as recorded in Plat Book 8, Page 16 of the Public Records of Pinellas County, Florida. Parcel Number: 10/29/15/33552/005/0650 4. The Parties agree the value of the Property is Sixty-Seven Thousand Eight Hundred Six Dollars and 00/100 Cents ($67,806.00) and that per this Agreement, the Property will be transferred to Buyer for the development of affordable housing. 5. The City agrees to convey and transfer to Buyer, all of the City’s right, title, and interest in and to the Property subject to the terms, conditions, and provisions herein in return for a sale price of Zero Dollars and 00/100 Cents ($0.00). The transfer of the Property 2 contemplated by this Agreement shall be conveyed by quit claim deed without warranty (the “Deed”). The Deed shall contain a reverter clause providing that in the event Buyer does not comply the timeframe requirements specified in Paragraph 10 below, Buyer shall forthwith, upon the request of the City, reconvey the Property to the City via Special Warranty Deed. The City makes no warranties as to the Property’s marketability, and transfers the Property in “as-is, where-is, with all faults” condition. This provision shall survive the termination or expiration of this Agreement irrespective of any executed deed for the sale of the Property. 6. Buyer shall have at its own expense, the right to conduct inspections and determine feasibility of accepting the transfer of the Property. For purposes of physical inspection of the Property, the City grants Buyer, its agents and professionals engaged by such parties, the right to enter upon the Property. Buyer shall not perform any inspections or tests requiring invasive methods without prior written consent of the City and shall hold the City harmless and indemnify the City for any liability resulting from Buyer’s entry to the Property. 7. The Parties agree that the closing and settlement of this transaction shall be conducted exclusively by Somers Title Company, Clearwater, Florida (the “Settlement Agent”). All settlement services including but not limited to preparation of the closing statement, disbursement of funds, and recording of documents shall be performed by the Settlement Agent. 8. Buyer will pay all closing costs associated with the transfer of the Property, including but not limited to settlement fees, title insurance, appraisal fees, taxes, and recording fees. 9. Buyer shall purchase title insurance at its own expense. Any matters set forth in the title commitment, including any defects, or liens and encumbrances, shall be the responsibility of Buyer to cure or accept as exceptions to the title policy. 10. The Property must be used by Buyer for the sole purpose of constructing a single-family home to be sold or leased to a household whose total household income does not exceed one hundred twenty percent (120%) of Area Median Income, adjusted for household size, as published by the United States Department of Housing and Urban Development for Pinellas County. Buyer agrees to: 1.) commence construction of the single-family home on the Property within six (6) months of the date of the Deed, 2.) to complete construction of the single-family home within twelve (12) months of the date of the Deed, and 3.) to convey or lease the Property to an income qualified purchaser or tenant within eighteen (18) months of the date of the Deed. If Buyer needs an extension of these timeframes, it shall notify the City in writing as soon as possible, and the City of Clearwater City Manager or their designee shall have the unilateral discretion to extend the above timeframes as they deem appropriate. 11. As a condition of transfer of the Property, Buyer shall at time of closing execute and cause to be recorded in the Official Records of Pinellas County, Florida, a Declaration of Restrictive Covenants (the “Declaration”) in a form approved by the City. The Declaration shall run with the land and be binding upon Buyer, its successors and assigns, for a period beginning on the date of recording and ending fifteen (15) years after initial sale or leasing to an income qualified household. The Declaration shall restrict the use of the Property to a single-family residence to be sold or leased to households whose income does not exceed one hundred twenty percent (120%) of Area Median Income, adjusted for household size, 3 as published annually by the United States Department of Housing and Urban Development for Pinellas County, Florida. 12. Whenever this Agreement requires or permits any consent, notice, request, or demand from one party to the other (collectively “Notice”), such Notice must be in writing and shall be delivered either by hand delivery or by U.S. certified mail. Notice shall be effective as of the date of actual delivery or, if delivery is refused by the receiving party, the date on which such delivery was attempted. Each party’s initial address for delivery of any Notice is designated below, but any party from time to time may designate a different address for delivery of any Notice by delivering to the other party Notice of such different address: If to City: City of Clearwater Attn: City Manager P.O. Box 4748 Clearwater, FL 33758 If to Buyer: C.I.M.H.Z MANAGEMENT LLC Attn: Chaim Rappaport, Manager 6465 142ND AVE N APT Z204 Clearwater, FL 33760 13. This Agreement may not be assigned by Buyer without the express written consent of the City, which consent shall be in the City’s sole discretion. 14. This Agreement, together with any exhibit(s) attached hereto, constitutes the entire Agreement between the Parties and no representation, warranty, promise, or inducement not expressly included in the Agreement shall be binding upon any party hereto, their legal representative, successors and assigns. 15. The “Effective Date” of this Agreement shall be the date on which both the Parties have executed this Agreement. 4 IN WITNESS WHEREOF, the Parties hereto have duly executed this Agreement on the day and year first above written. (CITY OF CLEARWATER SIGNATURE PAGE) CITY OF CLEARWATER, FLORIDA, a Florida municipal corporation. ___________________________ Bruce Rector Mayor Date: ______________________ Approved as to form: Attest: ___________________________ ________________________________ Matthew J. Mytych, Esq. Rosemarie Call Assistant City Attorney City Clerk Date: ______________________ Date: ____________________________ 5 (BUYER SIGNATURE PAGE) C.I.M.H.Z MANAGEMENT LLC, a Florida limited liability company. ______________________________ Print name: ____________________ Title: _________________________ Date: _________________________ STATE OF FLORIDA ) COUNTY OF PINELLAS ) The foregoing instrument was acknowledged before me by means ☐ physical presence or ☐ online notarization, this ___ day of ____________________, 2025 by _________________ as ____________________ of _______________________, who ☐ is/are personally known to me or ☐ who has/have produced a driver’s license as identification. _____________________________________ Notary Public, State of Florida (NOTARIAL SEAL) Name of Notary: My Commission Expires: My Commission No.: 1 Prepared by and return to: Matthew J. Mytych, Esq. Assistant City Attorney City of Clearwater 600 Cleveland Street, Suite 600 Clearwater, Florida 33755 DECLARATION OF RESTRICTIVE COVENANTS (1164 La Salle Street) This Declaration of Restrictive Covenants (this “Declaration”), is made this __ day of _______________, 2025, by C.I.M.H.Z Management LLC, a Florida limited liability company, hereinafter referred to as "OWNER”. WHEREAS, OWNER is the fee title owner of that certain real property commonly referred to as 1164 La Salle Street, Clearwater, Florida 33755 and legally described in Exhibit "A", attached hereto and incorporated herein (the "Property"), which is intended to be developed as an affordable single-family home; and WHEREAS, OWNER entered into that certain Real Property Transfer Agreement with the City of Clearwater, Florida dated ______________________, 2025 (the “Contract”) with respect to the Property; and WHEREAS, the Contract provides in part that the Property shall be restricted to use as a single-family affordable home; and WHEREAS, OWNER desires to ensure that the Property is and shall be held, transferred, sold, conveyed, leased, mortgaged, used, and improved subject to certain covenants, restrictions, and other requirements, as set forth in this Declaration. NOW, THEREFORE, OWNER declares that the Property and any portion thereof shall be held, transferred, sold, conveyed, leased, mortgaged, used, and improved only subject to these covenants and restrictions, and other requirements, all as set forth in this Declaration. 1. Recitals. The foregoing recitations are true and correct and are hereby incorporated herein by this reference. Restrictive Covenants. The Property shall be used solely as a single-family residence to be sold or leased to households whose income does not exceed one hundred twenty percent (120%) of Area Median Income, adjusted for household size, as published annually by the United States Department of Housing and Urban Development for Pinellas County, Florida. This Declaration shall be in effect beginning on the date of recording and ending fifteen (15) years after initial sale or leasing to an income qualified household. 2 2. Recording. This Declaration shall be recorded in the Public Records of Pinellas County, Florida, and shall be effective upon such recordation (the “Effective Date”). 3. Amendment/Termination. This Declaration may only be amended or terminated upon written instrument duly executed by both the then owner of the Property and the City of Clearwater, Florida, and recorded in the Public Records of Pinellas County, Florida. 4. Binding Effect. This Declaration and all the terms, covenants and conditions herein contained shall be enforceable in a court of competent jurisdiction by the City of Clearwater, Florida, OWNER, or any successive owners or assigns by means of specific performance or any other remedy available at law or at equity. Any person, by acceptance of a deed of conveyance for all or any portion of the Property accepts title to the Property subject to all terms, covenants and conditions, all of which shall be deemed covenants running with the land and shall bind any person having at any time, any interest or estate in the Property. 5. Attorneys’ Fees. In the event of any dispute concerning the rights and obligations set forth herein the prevailing party in any action shall be entitled to reimbursement for its reasonable attorneys’ fees and costs whether incurred at trial or any appealable proceedings. 6. Governing Law and Venue. The interpretation, construction and enforcement of this Declaration and all matters related hereto, shall be governed by the laws of the State of Florida, without application of its conflicts of laws rules. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Declaration will be in the Sixth Judicial Circuit for the State of Florida. 7. Invalid or Illegal Provision(s). If any one or more provisions of this Declaration is for any reason held to be invalid, illegal, or unenforceable in any respect, the invalidity, illegality or unenforceability will not affect any other provision of this Declaration, which will be construed as if it had not included the invalid, illegal or unenforceable provision. 3 IN WITNESS WHEREOF, OWNER has executed this Declaration as of the day and year first written above. C.I.M.H.Z Management LLC, a Florida limited liability company. ____________________________________ Name: ______________________________ Title: _______________________________ Date: _______________________________ Witnesseth: ____________________________________ Witness Name: _______________________ Address: ____________________________ ____________________________________ ____________________________________ Witness Name: _______________________ Address: ____________________________ ____________________________________ STATE OF FLORIDA ) COUNTY OF PINELLAS ) The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this ______ day of ______________, 2024, by __________________, as ____________________ of the C.I.M.H.Z Management LLC, on behalf of said entity. Such persons are ☐ personally known to me or ☐ presented _________________________ as identification. _____________________________________ Notary Public, State of Florida (NOTARIAL SEAL) Name of Notary: My Commission Expires: My Commission No.: 4 EXHIBIT “A” Legal Description Lots 65 and 66, Block “E”, Greenwood Park No. 2, according to the map or plat thereof as recorded in Plat Book 8, Page 16 of the Public Records of Pinellas County, Florida. Chaim Rappaport • Experience in Construction & Development I have extensive experience managing construction, renovations, and development projects. My responsibilities have included overseeing full renovations and unit turnovers, covering: plumbing, electrical, drywall, mechanical work, roofing, kitchens, flooring (installation and repair), windows, driveways, and ensuring all work complies with regulations and required permitting. The manufactured home is under my company while the other projects below are projects I have managed. Past Project Management: • The Village at Eastpointe Apartments – 5201 N Dixie Hwy, Fort Lauderdale, FL 33334 • The Village at San Jose – 5551 Auburn Rd, Jacksonville, FL 32207 • 49th Street Apartments – 8400 49th St N, Pinellas Park, FL 33781 • Central Park at East Bay Apartments – 301 Seacrest Dr, Largo, FL 33771 Current Project Management: Currently managing ongoing renovations and unit turnovers, including plumbing, electrical, drywall, mechanical work, roofing, kitchens, flooring, windows, and driveways. In addition, I oversee permitting and compliance with HUD loan requirements, which involve more complex construction approvals and inspections. Projects include: • Loft at Third – 3435 3rd Ave N, St. Petersburg, FL 33713 • Heritage at Temple Terrace Apartments – 10605 N 56th St, Temple Terrace, FL 33617 (HUD loan project requiring multiple permits and regulatory compliance) • New Manufactured Home Construction – 14383 Dehaven Ave, Brooksville, FL o Managing the full project scope, including permitting, hiring contractors for foundation, plumbing, electrical, mechanical, and driveway work. o Coordinating drawings, planning, and permitting with our in-house team to ensure compliance and timely execution. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0927 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: General Services Agenda Number: 6.4 SUBJECT/RECOMMENDATION: Authorize a purchase order to Port Consolidated Inc. for the procurement of oils and lubricants in a cumulative amount not to exceed $600,000.00 through July 31, 2028, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c) Piggyback, and authorize the appropriate officials to execute same. SUMMARY: The Fleet Division is responsible for procuring various oils and lubricants required for the maintenance of all City-owned vehicles and equipment. Historically, these commodities have been purchased through cooperative agreements to ensure cost savings and continuity of supply. In July 2025, the City of St. Petersburg issued Invitation to Bid (IFB) 25-216, Oils and Lubricants, and awarded Port Consolidated Inc. Staff is requesting authorization to piggyback this contract, valid through July 31, 2028, to support the City’s ongoing need for bulk oils and lubricants and ensure the reliable maintenance of the City’s fleet. The estimated annual expenditure under this contract is $200,000.00. APPROPRIATION CODE AND AMOUNT: Funding for these purchases is available in General Services-Fleet Maintenance cost code 5666611-550600, Vehicle Parts. The Fleet Maintenance Division of General Services if funded by the Garage Fund, an internal service fund of the City which supports city-wide fleet procurement and maintenance. STRATEGIC PRIORITY: Approval of the purchase order supports several Strategic Plan Objectives, including: These services help accomplish Strategic Plan Objectives 1.1, maintaining municipal performance, and promoting accountable governance; 1.2, maintaining public infrastructure; 1.3, identify resources required to sustain level of service 3.2, proactive code compliance, and targeted revitalization. Page 1 City of Clearwater Printed on 10/10/2025 1 Agreement THIS AGREEMENT (“Agreement”) is made and agreed to by and between (“Vendor”) and the City of St. Petersburg, Florida (“City”) (collectively, “Parties”). 1.Sale of Goods.The City may purchase from Vendor any of the goods set forth or described in the attached CSP BPA FORM or CSP CPA FORM, as applicable (“BPA/CPA Form”) or any attachment to the BPA/CPA Form (if such attachment is specifically referenced in the BPA/CPA Form), as applicable (“Goods”), in the quantities desired by the City. Any such Goods and quantities will be set forth in individual purchase orders issued by the City (individually, “Purchase Order” and collectively, “Purchase Orders”). The Purchase Orders will be incorporated herein by reference upon issuance. 2.Components. A. Except as otherwise provided in paragraph 29 of this Agreement, the agreement components are this Agreement, any Purchase Order issued by the City pursuant to this Agreement, including any attachments to the Purchase Order if such attachments are specifically referenced in the Purchase Order, and the following documents, which are made a part hereof by reference (“Other Documents”): (“Document 1”) (“Document 2” B. In the event of an inconsistency or conflict between or among the documents referenced in paragraph 2A, the following order of precedence governs (except as provided in paragraph 29 of this Agreement): (i) this Agreement, (ii) the Purchase Order, exclusive of any attachments; (iii) any attachments to the Purchase Order if such attachments are specifically referenced in the Purchase Order, then (iv) the Other Documents. In the event of an inconsistency or conflict between or among the Other Documents, the order of precedence is the order the documents are listed above (e.g. Document 1 governs over Document 2, Document 2 governs over Document 3, etc.). 3.Payment. A. Pricing. Provided Vendor faithfully performs its obligations contained herein and the City has accepted the Goods in accordance with this Agreement, the City shall pay Vendor for the Goods set forth in the applicable Purchase Order in accordance with this Agreement pursuant to the unit prices set forth or described in the BPA/CPA Form or in an attachment to the BPA/CPA Form (if such attachment is 2 specifically referenced in the BPA/CPA Form, as applicable) (“Unit Prices”), an amount not to exceed the total set forth in the BPA/CPA Form (“Agreed Amount”). The Agreed Amount is inclusive of all delivery costs and Vendor’s warranty obligations under this Agreement. The Unit Prices and the Agreed Amount may be increased only in strict accordance with this Agreement. B. Invoices. Vendor shall invoice the City upon each delivery of Goods or portion thereof. Vendor shall not invoice the City for any Goods prior to the delivery of such Goods. All invoices must be submitted to ap@stpete.org and must contain the following information: 1. City’s Purchase Order number, 2. Name of Vendor, 3. Date of preparation of invoice, 4. Vendor’s invoice number, 5. Address to which the City is to send payment, 6. A description of the Goods, including quantities, unit prices, and extensions, 7. Discount payment terms, if applicable, and 8. Name of requesting City department for whom the Goods were shipped. C. Payment. If the City accepts the Goods described in each invoice in accordance with this Agreement, the City shall pay each invoice in accordance with the Local Government Prompt Payment Act. D. Discounts. If the City is entitled to a discount for the early payment of invoices, the discount period will commence on the date of the City’s receipt of an invoice submitted in compliance with the requirements of this Agreement. If an adjustment to payment is necessary due to damage to the Goods, the discount period commences on the date the City accepts the Goods in accordance with this Agreement. E. Firm Prices. Vendor warrants that the Unit Prices will remain firm for the initial Twelve-Month Period (as defined below). F. Price Escalation/De-Escalation. After the initial Twelve-Month Period, Vendor and the City may make a request for an adjustment of the Unit Prices in accordance with the procedures set forth in the Other Documents and any specifically referenced attachments to the CPA/BPA Form by submitting such request in writing to the other party. Such request must include a written explanation and detailed supporting documentation as justification for such adjustment of the Unit Prices. Increases in the Unit Prices will not be effective except if agreed to in writing by both Parties. Any adjustment to the Unit Prices will establish the new base Unit Prices from which any subsequent price adjustment will be calculated. 3 4.Delivery. A. Date and Location. The Goods must be delivered to the shipping location set forth in the Purchase Order in accordance with the delivery date(s) specified in the Purchase Order. Time is of the essence as to Vendor’s obligation to deliver the Goods in accordance with this Agreement. B. Documentation. Unless otherwise agreed to by the City in writing, all deliveries made by Vendor pursuant to the Purchase Order must be accompanied by delivery tickets or sales slips which must contain the following information: (i) Name of Vendor, (ii) Purchase Order Number, (iii) Description of Goods delivered (including model number and City’s inventory item number if applicable), (iv) Quantity of each of the Goods, and (v) Date of shipment of the Goods. C. Default. In the event Vendor fails to deliver the Goods in accordance with the delivery date(s) specified in the applicable Purchase Order, the City may order substitute goods from another vendor and recover from Vendor as damages the difference between the cost of cover and the price of the Goods under this Agreement. The City may also recover from Vendor any incidental or consequential damages. Failure of the City to effect cover does not bar it from any other remedy. D. Third-Party Delivery. The Vendor may use a third party to deliver any Goods without prior approval of the City if the Vendor guarantees that the applicable third party has insurance coverage that meets or exceeds the following: (i) Commercial general liability insurance in an amount of at least $1,000,000 per occurrence, $2,000,000 aggregate in occurrences form. This policy must include coverage for (i) bodily injury; (ii) property damage; (iii) personal and advertising injury; (iv) products and completed operations; and (v) contractual liability under the Agreement. (ii) Commercial automobile liability insurance of $1,000,000 combined single limit covering all owned, hired, and non-owned vehicles. (iii) Workers’ compensation insurance as required by Florida law and Employers’ Liability Insurance in an amount of at least $100,000 each accident, $100,000 per employee, and $500,000 for all diseases. 5.Term. This Agreement commences on the Effective Date set forth in the BPA/CPA Form, and terminates on the End Date set forth in the BPA/CPA Form (“Term”), unless this Agreement is earlier terminated or later renewed as provided for herein. The City reserves 4 the right to extend this Agreement for the renewal period set forth in the Supplier Notes on the BPA/CPA Form, if applicable, provided such extension is mutually agreed to by both Parties in writing. References in this Agreement to “Term” shall include the initial term and all renewal terms. All references to a “Twelve-Month Period” shall mean the initial twelve (12) month period beginning on the Effective Date, and all consecutive twelve (12) month periods thereafter throughout the Term. 6.Inspections and Acceptance. A. Inspection. The City has a right to inspect the Goods within a reasonable time not to exceed ten (10) business days after delivery to determine whether the Goods conform to the Specifications (as defined herein). B. Acceptance. The City shall accept the Goods delivered pursuant to each Purchase Order if all of the Goods for that Purchase Order fully conform to the Specifications and the requirements of this Agreement. C. Nonconforming Goods. The City will notify Vendor within fifteen (15) business days of the City’s receipt of the Goods of any discovery by the City of non- conformance of any of the Goods with the Specifications (“Non-conformance”). Vendor shall correct the Non-conformance or exchange the defective Goods with replacement Goods within a reasonable time mutually agreed to by the Parties, at no additional cost to the City. Vendor’s failure to timely correct any Non- conformance is grounds for the City to reject and return to Vendor any or all Goods delivered pursuant to the Purchase Order at no additional cost to the City. In the event the City rejects any or all of the Goods due to Non-conformance, the City may order substitute goods from another vendor and recover from Vendor as damages the difference between the cost of cover and the price of such Goods under this Agreement. The City may also recover from Vendor any incidental or consequential damages. Failure of the City to effect cover does not bar it from any other remedy. 7.Warranties. A. Scope. In addition to any other warranties that may exist, including but not limited to any warranties set forth in the BPA/CPA Form, applicable Purchase Orders (including any attachments thereto) and any warranties offered or accepted by Vendor in the Other Documents, Vendor warrants that as of the City’s acceptance of the Goods, the Goods will (i) conform to the specifications set forth or described in the Purchase Order (including any attachments thereto) or the specifications set forth in the Solicitation Documents, if any (“Specifications”); (ii) be free from defects in materials and workmanship; and (iii) be fit for the purpose for which such Goods are ordinarily employed and, if applicable, for the purpose(s) set forth in the Solicitation Documents. Vendor further warrants that the Goods will function and 5 perform properly, as determined by the City, for a period of twelve (12) months after the City’s acceptance of the Goods. To the extent longer warranty periods are set forth in the BPA/CPA Form, a Purchase Order (including any attachments thereto) or the Other Documents, such longer warranty periods apply. B. Remedy. In the event the City discovers during the applicable warranty period that the Goods or any portion or parts thereof were not as warranted, the City shall notify Vendor within ten (10) business days after discovery, and Vendor shall repair or replace the defective Goods or parts at no cost to the City within a reasonable time mutually agreed to by the Parties. Repaired or replaced Goods or parts will be warranted as new Goods are warranted pursuant to this Agreement. This paragraph may not be construed to limit the remedies available to the City, including but not limited to the City’s right to recover incidental or consequential damages from Vendor in the event Vendor fails to meet the warranty obligations set forth herein. 8.Termination. This Agreement may be terminated at any time by the City for convenience upon thirty (30) days’ written notice to Vendor. Further, the City may terminate this Agreement as provided in Florida Statute sections 287.135 and 448.095. Termination of this Agreement acts as a termination of the BPA/CPA Form, the Purchase Orders (including attachments thereto), and the Other Documents. 9.Title and Risk of Loss. Title to and risk of loss in the Goods remains with Vendor until the City takes possession and accepts the Goods in accordance with this Agreement. 10.Clear Title. Vendor shall deliver the Goods to the City with clear title and free of all liens, claims, or encumbrances of any kind. 11.Non-Exclusive Agreement. This Agreement imposes no obligation on the City to utilize Vendor for the exclusive purchase of all goods of this type. This is not an exclusive agreement. The City specifically reserves the right to concurrently contract with other companies for similar goods if it deems such action to be in the City’s best interest. 12.Contract Adjustments. A. The City may make additions, deletions or modifications to the Goods ordered under any Purchase Order (“Contract Adjustments”) in whatever manner the City determines to be reasonably necessary and without Vendor’s consent at any time before Vendor sends such Goods out for delivery; provided, however that the City may modify the Purchase Order at any time after Vendor sends such Goods out for delivery through a writing agreed to by both Parties (“Change Orders”). B. There may be no increase in the Unit Prices or the Agreed Amount on account of any Contract Adjustment made necessary or appropriate as a result of the mismanagement, improper act, or other failure of Vendor or its employees, agents 6 or subcontractors to properly perform their obligations and functions under this Agreement. C. Notwithstanding anything to the contrary contained in this Agreement, there may be no increase in the Unit Prices or the Agreed Amount except pursuant to a Change Order agreed to in writing by both Parties. 13.Notices. Unless and to the extent otherwise provided for in this Agreement, all notices, demands, requests for approvals and other communications that are required to be given by either party to the other must be in writing and will be deemed given and delivered on the date delivered in person, upon the expiration of five (5) business days following the date mailed by registered or certified mail, postage prepaid, return receipt requested, or upon the date delivered by overnight courier (signature required) to the address(es) for each party set forth in the BPA/CPA Form. 14.Indemnification. A. Vendor shall defend at its expense, pay on behalf of, hold harmless and indemnify the City, its officers, employees, agents, elected and appointed officials and volunteers (collectively, “Indemnified Parties”) from and against any and all claims, demands, liens, liabilities, penalties, fines, fees, judgments, losses and damages (collectively, “Claims”), whether or not a lawsuit is filed, including, but not limited to Claims for damage to property or bodily or personal injuries, including death at any time resulting therefrom, sustained by any persons or entities; and costs, expenses and attorneys’ and experts’ fees at trial and on appeal, which Claims are alleged or claimed to have arisen out of or in connection with, in whole or in part, directly or indirectly: (i) The performance of the requirements set forth in this Agreement by Vendor, its employees, agents, representatives or subcontractors; or (ii) The failure of Vendor, its employees, agents, representatives or subcontractors to comply and conform with applicable Laws (as hereinafter defined); or (iii) Any negligent act or omission of Vendor, its employees, agents, representatives, or subcontractors, whether or not such negligence is claimed to be either solely that of Vendor, its employees, agents, representatives or subcontractors, or to be in conjunction with the claimed negligence of others, including that of any of the Indemnified Parties; or (iv) Any reckless or intentional wrongful act or omission of Vendor, its employees, agents, representatives, or subcontractors; or 7 (v) Any infringement or alleged infringement of the Goods, the City’s use of the Goods (provided that Vendor was notified of the City’s intended use or provided that such use is customary for goods of that type) or any materials or parts contained in the Goods upon any copyright, trademark, patent, or trade secret right of any party. B. The provisions of this paragraph are independent of, and will not be limited by, any insurance required to be obtained by Vendor pursuant to this Agreement or otherwise obtained by Vendor, and the provisions of this paragraph survive the expiration or earlier termination of this Agreement with respect to any Claims or liability arising in connection with any event occurring prior to such expiration or termination. 15.Insurance. A. Vendor shall maintain the following types and amounts of insurance throughout the Term of this Agreement at its own expense: (i) Commercial General Liability insurance in an amount of at least One Million Dollars ($1,000,000) per occurrence, Two Million Dollars ($2,000,000) aggregate in occurrences form. This policy must include coverage for bodily injury, property damage, personal and advertising injury, products and completed operations, and contractual liability under this Agreement. (ii) Workers’ Compensation insurance as required by Florida law and Employers’ Liability Insurance in an amount of at least $100,000 each accident, $100,000 per employee, and $500,000 for all diseases. B. All of Vendor’s insurance policies, except Workers’ Compensation (and Professional Liability), must name the Indemnified Parties as additional insureds. C. All policies must provide that the City will be provided notice at least thirty (30) days prior to any cancellation, reduction or material change in coverage. D. Vendor shall provide the City with Certificates of Insurance on a standard ACORD form, or similar form acceptable to the City, reflecting all required coverage. At the City’s request, Vendor shall provide copies of current policies with all applicable endorsements. E. All insurance required must be on a primary and noncontributory basis and must be provided by responsible insurers licensed in the State of Florida and rated at least A- in the then current edition of AM Best’s Rating Services, or similar rating agency acceptable to the City. 8 F. If the insurance carried by the Vendor has broader coverage than required in this Agreement, then that broader coverage, including but not limited to additional insured requirements, will be deemed to be the requirement in this Agreement. If the Vendor’s insurance limits are greater than the minimum limits set forth herein, then the Vendor’s insurance limits will be deemed to be the required limits in this Agreement. G. Vendor hereby waives all subrogation rights of its insurance carriers in favor of the Indemnified Parties. This provision is intended to waive fully, and for the benefit of the Indemnified Parties, any rights or Claims which might give rise to a right of subrogation in favor of any insurance carrier. H. The City reserves the right to change or alter the above insurance requirements as it deems necessary. I. Vendor shall ensure that any third party performing delivery of the Goods meets the requirements identified in paragraph 4D. 16.Successors and Assigns. This Agreement inures to the benefit of and is enforceable by and against the Parties, their heirs, personal representatives, successors, and assigns, including successors by way of reorganization. 17.Compliance with Laws. Vendor shall comply at all times with all federal, state, and local statutes, rules, regulations and ordinances, the federal and state constitutions, and the orders and decrees of lawful authorities having jurisdiction over the matter at issue (collectively, “Laws”) including but not limited to Florida Public Records laws. Vendor shall also comply with all applicable City policies and procedures. Vendor hereby makes all certifications required under Florida Statute section 287.135. 18.Non-appropriation. The obligations of the City as to any funding required pursuant to this Agreement are limited to an obligation in any given year to budget, appropriate and pay from legally available funds, after monies for essential City services have been budgeted and appropriated, sufficient monies for the funding that is required during that year. Notwithstanding the foregoing, the City is not prohibited from pledging any legally available non-ad valorem revenues for any obligations heretofore or hereafter incurred, which pledge will be prior and superior to any obligation of the City pursuant to this Agreement. 19.Force Majeure. In the event that either party hereto is delayed or hindered in or prevented from the performance required hereunder by reason of acts of God, failure of power, public health emergencies, strikes, lockouts, labor troubles, riots, war, insurrection, or other reason of like nature not the fault of the party (“Permitted Delay”), such party will be excused from any obligations affected by the delay for the period of time equivalent to the 9 delay caused by such Permitted Delay. Notwithstanding the foregoing, any extension of time for a Permitted Delay will be conditioned upon the party seeking an extension of time delivering written notice of such Permitted Delay to the other party within ten (10) days of the event causing the Permitted Delay. 20.Due Authority. Each party to this Agreement that is not an individual represents and warrants to the other party that (i) it is a duly organized, qualified and existing entity authorized to do business under the laws of the State of Florida, and (ii) all appropriate authority exists so as to duly authorize the person executing this Agreement to so execute the same and fully bind the party on whose behalf he or she is executing. 21.Assignment. Vendor shall not assign this Agreement without the prior written consent of the City. Any assignment of this Agreement that is contrary to this paragraph is void and confers no rights upon the assignee. 22.Subcontract. Except as otherwise set forth in paragraph 4D, the hiring or use of outside services or subcontractors in connection with the performance of Vendor’s obligations under this Agreement is not permitted without the prior written approval of the City. The City’s approval of outside services or subcontractors may be withheld by the City in its sole and absolute discretion. Vendor shall promptly pay all subcontractors and suppliers. 23.Relationship of Parties. Nothing contained herein may be deemed or construed by the Parties, or by any third party, as creating the relationship of principal and agent or of partnership or of joint venture between the Parties, it being understood and agreed that nothing contained herein, nor any acts of the Parties, may be deemed to create any relationship between the Parties other than the relationship of independent contractors and principals of their own accounts. 24.No Construction against Preparer of Agreement.This Agreement has been prepared by the City and reviewed by Vendor and its professional advisors. The City, Vendor and Vendor’s professional advisors believe that this Agreement expresses the Parties’ agreement and that this Agreement should not be interpreted in favor of either the City or Vendor or against the City or Vendor merely because of the Parties’ efforts in preparing it. 25.Use of Name. Subject to the requirements of Florida laws regarding public records, neither party may use the other party’s name in conjunction with any endorsement, sponsorship, or advertisement without the written consent of the named party, except that Vendor may refer to the City in client lists. 26.Severability. Should any paragraph or portion of any paragraph of this Agreement be rendered void, invalid or unenforceable by any court of law for any reason, such determination will not render void, invalid or unenforceable any other paragraph or portion of this Agreement. 10 27.Governing Law and Venue. The laws of the State of Florida govern this Agreement. Venue for any action brought in state court must be in Pinellas County, St. Petersburg Division. Venue for any action brought in federal court must be in the Middle District of Florida, Tampa Division, unless a division is created in St. Petersburg or Pinellas County, in which case the action must be brought in that division. Each party waives any defense, whether asserted by motion or pleading, that the aforementioned courts are an improper or inconvenient venue. Moreover, the Parties consent to the personal jurisdiction of the aforementioned courts and irrevocably waive any objections to said jurisdiction. 28.Third Party Beneficiary. Notwithstanding anything to the contrary contained in this Agreement, any person or entity that is not a party to this Agreement may not claim any benefit hereunder or as a third party beneficiary hereto. 29.Entire Agreement. This Agreement constitutes the entire agreement between the Parties and supersedes all prior and contemporaneous agreements, whether oral or written, between them. Any conflicting terms or conditions or any terms or conditions related to attorneys’ fees, disclaimer of warranties, or indemnification set forth by Vendor in the Other Documents, a quote, invoice, or any other communication or document are void and of no effect, even if such communication or document is attached to this Agreement or the BPA/CPA Form, or any Purchase Order. This Agreement may be modified only if such modification is approved in writing by both Parties. 30.No Waiver. No provision of this Agreement will be deemed waived by either party unless expressly waived in a writing signed by the waiving party. No waiver may be implied by delay or any other act or omission of either party. No waiver by either party of any provision of this Agreement may be deemed a waiver of such provision with respect to any subsequent matter relating to such provision, and the City’s consent respecting any action by Vendor does not constitute a waiver of the requirement for obtaining the City’s consent respecting any subsequent action. 31.Headings. The paragraph headings are inserted herein for convenience and reference only, and in no way define, limit, or otherwise describe the scope or intent of any provisions hereof. 32.Survival. All obligations and rights of the Parties arising during or attributable to the period prior to expiration or earlier termination of this Agreement, including but not limited to Vendor’s warranty obligations and those obligations and rights related to indemnification, survive such expiration or earlier termination. 33.Release Limits. In the event that any Purchase Order exceeds the individual purchase limit set forth in the BPA/CPA Form (“Release Limit”), Vendor shall immediately notify the City’s Procurement & Supply Management Department (email is an acceptable form of notice for the purposes of this paragraph) that it has received a Purchase Order exceeding the Release Limit. If Vendor delivers Goods pursuant to any Purchase Order that exceeds 11 the Release Limits without first notifying the City’s Procurement & Supply Management Department in accordance with this paragraph, the City reserves the right to cancel any such Purchase Order and return any or all Goods ordered pursuant to that Purchase Order at no additional cost to the City. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] 12 IN WITNESS WHEREOF the Parties have caused this Agreement to be executed by their duly authorized representatives on the day and date first above written. VENDOR: By: Print: Title: _______________________________ CITY OF ST. PETERSBURG, FLORIDA: By: ___________________________ Stephanie Scarbrough, Director Procurement & Supply Management ATTEST (SEAL) ____________________________________ City Clerk (Designee) Approved as to Form and Content: ________________________________ City Attorney (Designee) 00802081 GOOD-02. Equipment/Goods (multi-year purchase) 4/7/25 #IFB- 25 - 216 Title: Oils and Lubricants 3 1. Scope of Work 1.1. Intent The City of St. Petersburg is seeking responses from qualified vendors to provide various types of oils and lubricants on as-needed basis. 1.2. Contract Term The term of the agreement will be for three years from date of the executed agreement, and may, by mutual agreement of the parties, be renewed for a period not to exceed the initial contract term and if, needed, ninety (90) days beyond the expiration date of the current contract period. 1.3. Estimated Annual Expenditure It is estimated that approximately $400,000 may be purchased annually under this solicitation. This is an estimate only and may vary. 1.4. Minimum qualifications/Contractor Qualifications for Construction At a minimum, Vendor must meet the following qualifications: A. Have been in the business of providing oils and lubricants as described herein for a minimum of 3 years. B. Have the ability to obtain the minimum insurance requirements set for in the base agreement. C. Classify City’s ‘first responder’ requirements as per any governmental preference, decree, directive or emergency law by local, county, state or Federal officials. D. Vendor must be available during the evenings, weekends, holidays and perform emergency deliveries, as needed and at no additional cost. E. Accept verbal orders from master blanket purchase agreement without written or electronic confirmation during emergencies. F. Additional charges including but not limited to drum deposits or waste charges are not allowed. G. Material safety data sheets (MSDS) for each product as required by Occupational Safety Health Administration (OSHA) requirements, Environmental Protection Agency (EPA), federal, state or local law H. Vendor must have the ability to invoice individual departments with city-wide consolidated reporting capabilities. I. Vendor must resolve any discrepancies in invoicing within five days of notification. 1.5. Vendor Responsibilities At a minimum, Vendor shall provide and meet the following responsibilities: A. Vendor shall be responsible for all direct costs associated with but not limited to product spills or delivery of incorrect product delivered. #IFB- 25 - 216 Title: Oils and Lubricants 4 B. Vendor shall not dispose of any oils, lubricants or other petroleum products on City property, nor into drains, storm drains, sewer systems, or into refuse containers. C. Vendor must remove and dispose of their empty drums at no charge to the City. D. Contractor shall be responsible for payment of any fees, fines, or penalties assessed against the City for its disposing of oils, lubricants and other petroleum products. Improper disposal of petroleum products may be grounds for termination of this Agreement. E. Vendor shall provide a dedicated account manager who is available during normal business hours to administer the agreement. F. Vendor must notify the City within five days of any changes in the account manager or servicing representative and provide updated contact information. G. Vendor shall provide on-going training, at least one time per year, to its service/delivery personnel related to oil and lubricant deliveries including, but not limited to OSHA requirements, EPA, Florida statutes, and standard industry work practices. H. Vendor shall leave a metered delivery ticket at each delivery location listing the total amount of gallons pumped, type of fuel delivered, date and time of delivery and printed name and signature of City representative at delivery location. I. Vendor must provide all labor, materials, supervision, tools, equipment and vehicles necessary to furnish and deliver oils and lubricants to various City locations including Odessa, FL. 1.6.City’s Responsibilities At a minimum, City shall provide and meet the following responsibilities: A. City shall provide a point of contact (City Project Manager) to administer the Agreement. B. City Project Manager shall assist with planning, strategy, and objectives prior to performance of the Work. C. City Project Manager shall promptly respond to issues and inquiries so as not to hinder the progress, completion, or compensation for the Work. 1.7. Product Requirements Oils and lubricants supplied shall meet the requirements, as applicable, per the specifications listed for each product, as amended, at time of delivery: A. All oil barrels and pails must possess an intact refinery seal, a valid production lot number and a legible label clearly indicating the type and weight of the oil. B. Refinery sealed means sealed at the refinery company’s owned or operated blending plant and is not repackaged by another company or by the awarded Contractor. C. Oils and lubricants must be new (virgin), not recycled, of premium quality and free from contaminants. #IFB- 25 - 216 Title: Oils and Lubricants 5 D. National brands only, no house brands will be accepted. E. All product delivered must meet or exceed the specifications and quality level specified. Any product rejected for deficient quality will be returned by the City and Contractor shall issue full credit within five business days. [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT IFB No. IFB- 25 - 216 Oils and Lubricants [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT Invitation For Bid - Oils and Lubricants Page 2ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. General Information IS THE VENDOR REGISTERED WITH THE FLORIDA DEPARTMENT OF STATE, DIVISION OF CORPORATIONS (SUNBIZ) IN ACCORDANCE WITH FLORIDA STATUTE §607.1501?* Pass Yes IS THE VENDOR A CITY OF ST. PETERSBURG CERTIFIED SBE? * Pass If you have submitted an application and it is pending, please send an email to osd@stpete.org. In the subject line- provide the solicitation number and due date. No IS THE VENDOR A CITY OF ST. PETERSBURG CERTIFIED MWBE? * Pass If you have submitted an application and it is pending, please send an email to osd@stpete.org. In the subject line- provide the solicitation number and due date. No ADDRESS FOR HEADQUARTERS LOCATION.* [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT IFB No. IFB- 25 - 216 Oils and Lubricants [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT Invitation For Bid - Oils and Lubricants Page 3Pass 3141 SE 14 Ave Fort Lauderdale, FL. 33316 ADDRESS OF OFFICE PROVIDING SERVICE, IF DIFFERENT THAN ABOVE. Pass 5007 Denver St, Tampa FL 33619 CONTACT INFORMATION FOR CONTACT PERSON.* Pass This person must be capable of committing the company to an agreement with the City. Name Title Phone Email Yelitza Hansen Business Consultant Port Consolidated, Inc. Mobile: 305-450-4685 Email: yhansen@portconsolidated.com Pass [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT IFB No. IFB- 25 - 216 Oils and Lubricants [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT Invitation For Bid - Oils and Lubricants Page 4 Supplier of fuels, lubricants, and additives in the state of Florida https://www.portconsolidated.com/ YEAR THE COMPANY WAS FOUNDED.* Pass 1967 NUMBER OF YEARS COMPANY HAS OPERATED UNDER THE CURRENT NAME.* Pass 25 NUMBER OF YEARS COMPANY HAS BEEN IN THE PRESENT BUSINESS.* Pass 58 Pass TRUIST BANK DESCRIBE ANY LITIGATION THAT THE VENDOR HAS BEEN A PARTY TO IN THE LAST FIVE YEARS WHERE IT WAS ALLEGED THAT THE OFFEROR BREACHED A CONTRACT FOR SIMILAR SERVICES WITH A CLIENT/CUSTOMER AND DESCRIBE ANY CONTRACTS FOR SIMILAR SERVICES THAT THE VENDOR FAILED TO COMPLETE FOR SIMILAR SERVICES. DESCRIBE THE FACTS AND STATUS OF ANY SUCH LITIGATION OR CONTRACT. * Pass Type N/A if not applicable. [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT IFB No. IFB- 25 - 216 Oils and Lubricants [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT Invitation For Bid - Oils and Lubricants Page 5 N/A IDENTIFY ANY GOVERNMENT ENTITY THAT HAS DEBARRED OR OTHERWISE PROHIBITED THE VENDOR FROM RESPONDING TO ITS COMPETITIVE SOLICITATIONS WITHIN THE LAST FIVE YEARS. DESCRIBE THE CIRCUMSTANCES SURROUNDING SUCH DEBARMENT OR OTHER PROHIBITION. * Pass Type N/A if not applicable. N/A THE VENDOR ACKNOWLEDGES THAT IT HAS READ, UNDERSTANDS AND WILL COMPLY WITH FLORIDA STATUTE §448.095 PERTAINING TO REQUIRED USE OF THE U.S. DEPARTMENT OF HOMELAND SECURITY E-VERIFY SYSTEM. SHOULD THE CITY TERMINATE THE CONTRACT WITH THE VENDOR FOR VIOLATION OF §448.095, VENDOR MAY NOT BE AWARDED A CONTRACT WITH THE CITY FOR AT LEAST ONE YEAR.* Pass Confirmed THE VENDOR ACKNOWLEDGES THAT ITS SOLICITATION RESPONSE IS SUBJECT TO PUBLIC RECORDS LAWS (CHAPTER 119, FLORIDA STATUTES).* Pass Confirmed WILL VENDOR ALLOW OTHER AGENCIES TO PIGGYBACK THE CONTRACT IF AWARDED?* Pass Yes THE VENDOR HEREBY MAKES ALL CERTIFICATIONS REQUIRED BY FLORIDA STATUTE §287.135 RELATED TO SCRUTINIZED COMPANIES.* [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT IFB No. IFB- 25 - 216 Oils and Lubricants [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT Invitation For Bid - Oils and Lubricants Page 6Pass Yes IS VENDOR REQUIRED TO PROVIDE ANY DISCLOSURES TO THE CITY REGARDING A FOREIGN COUNTRY OF CONCERN PURSUANT TO FLORIDA STATUTES §286.101 (3)(A)? * Pass No IF YES, PLEASE PROVIDE THE DISCLOSURE(S) IN ACCORDANCE WITH THE REQUIREMENTS OF FLORIDA STATUTE §286.101 (3)(A). No response submitted THE VENDOR CERTIFIES THAT IT TAKES NO EXCEPTIONS TO THE TERMS AND CONDITIONS OF THE SOLICITATION.* Pass No IF EXCEPTIONS ARE TAKEN, SPECIFY IN SPACE BELOW. No response submitted HAS THE VENDOR IDENTIFIED ANY TRADE SECRETS OR CONFIDENTIAL INFORMATION IN ITS SOLICITATION RESPONSE?* Pass No IF YES TO THE ABOVE QUESTION, PLEASE UPLOAD YOUR REDACTED PROPOSAL HERE. No response submitted [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT IFB No. IFB- 25 - 216 Oils and Lubricants [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT Invitation For Bid - Oils and Lubricants Page 7IS VENDOR REQUIRED TO PROVIDE ANY DISCLOSURES TO THE CITY REGARDING A FOREIGN COUNTRY OF CONCERN PURSUANT TO FLORIDA STATUTES SECTION 286.101 (3) (A)? * Pass No DOES THE VENDOR AND ALL SUBCONTRACTORS POSSESS ALL CITY, COUNTY, OR STATE APPROVED CERTIFICATIONS(S)/LICENSES(S) REQUIRED TO PERFORM THE WORK? * Pass Yes DOES THE VENDOR HAVE THE NECESSARY PERSONNEL, FACILITIES, EQUIPMENT, ABILITY, EXPERIENCE, FINANCIAL RESOURCES AND SPECIAL QUALIFICATIONS TO PERFORM WORK IN A SATISFACTORY MANNER WITHIN THE TIME SPECIFIED? * Pass Yes I CURRENTLY HAVE THE REQUIRED INSURANCE COVERAGE AS SPECIFIED IN THE SOLICITATION AND WILL BE ABLE TO PROVIDE A CERTIFICATE OF INSURANCE IF AWARDED. * Pass Confirmed PRICE TABLES Line Item Description Quantity Unit of Measure Unit Cost Total 1 Pricing on all items below shall include delivery: 1 EA $0.00 $0.00 [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT IFB No. IFB- 25 - 216 Oils and Lubricants [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT Invitation For Bid - Oils and Lubricants Page 8Line Item Description Quantity Unit of Measure Unit Cost Total 2 Bulk Oil: 0W20 Full Synthetic 1 EA $7.00 $7.00 3 Bulk Oil: 5W20 Synthetic Blend 1 EA $5.50 $5.50 4 Bulk Oil: 5W30 Synthetic Blend 1 EA $5.50 $5.50 5 Bulk Oil: 15W40 Synthetic Blend 1 EA $7.08 $7.08 6 Bulk Oil: 15W40 Low Ash 1 EA $8.80 $8.80 7 Bulk Oil: Full Synthetic Multi-Vehicle ATF 1 EA $10.50 $10.50 8 Bulk Oil: Transynd 668 1 EA $36.35 $36.35 9 Bulk Oil: Dextron III 1 EA $7.25 $7.25 10 Bulk Oil: Multitrac 1 EA $7.55 $7.55 11 Bulk Oil: AW-68 1 EA $5.64 $5.64 12 Drum: 15W40 Low Ash 1 EA $596.75 $596.75 13 Drum: 15W40 Synthetic Blend 1 EA $546.07 $546.07 14 Drum: Red Grease NLGI #2 JT-6 1 EA $1,299.00 $1,299.00 15 Drum: Trans Gard HD 10W 1 EA $578.00 $578.00 16 Drum: Transynd 668 1 EA $1,998.50 $1,998.50 17 Drum: AW-68 1 EA $368.50 $368.50 [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT IFB No. IFB- 25 - 216 Oils and Lubricants [PORT CONSOLIDATED INC] RESPONSE DOCUMENT REPORT Invitation For Bid - Oils and Lubricants Page 9Line Item Description Quantity Unit of Measure Unit Cost Total 18 Keg: 80-140 LS Full Synthetic Gear Oil 1 EA $422.85 $422.85 19 Keg: 85-140 GL-5 Gear Oil 1 EA $249.60 $249.60 20 Keg: Red Grease NLGI #2 JT-6 1 EA $398.50 $398.50 21 Pail: Red Grease NGLI #2 JT-6 1 EA $139.50 $139.50 22 Tube: Red Grease NGLI #2 JT-6 1 EA $49.99 $49.99 TOTAL $6,748.43 IFB- 25 - 216 OILS AND LUBRICANTS City of St. Petersburg P.O. Box 2842 St. Petersburg, FL 33731 RELEASE DATE: May 20, 2025 DEADLINE FOR QUESTIONS: June 4, 2025 RESPONSE DEADLINE: June 10, 2025, 3:00 pm RESPONSES MUST BE SUBMITTED ELECTRONICALLY TO: https://procurement.opengov.com/portal/stpete City of St. Petersburg Oils and Lubricants I. Introduction ............................................................................................. II. Solicitation Information........................................................................... III. Vendor Questionnaire .............................................................................. IV. Scope of Work ......................................................................................... V. Cost Proposal ........................................................................................... VI. General Terms ......................................................................................... VII. Insurance ................................................................................................. Attachments: A - Agreement #IFB- 25 - 216 Title: Oils and Lubricants 3 1. Introduction 1.1. Summary The City of St. Petersburg is seeking bids from a qualified vendor to supply and deliver various types of oils and lubricants on an as-needed bases. 1.2. Background The City requires a continuous supply of oil and lubricant products for its various fleet and machinery needs for several departments including Fleet Management, Golf Courses, Sanitation, Water Resources and COSME’s Water Treatment Plant located in Odessa, FL. The City is classified as a first responder for its fire and rescue, police, and sanitation vehicles for debris removal, health and safety purposes as well as generators for water treatment for potable water supply and reclamation facilities. 1.3. Contact Information Tanner Green Procurement Analyst One 4th street N St. Petersburg, FL 33731 Email: tanner.green@stpete.org Phone: (727) 551-3552 Department: Fleet 1.4. Timeline *Timeline is subject to change Solicitation Published May 20, 2025 Deadline for Questions June 4, 2025, 3:00pm Deadline for Question Response June 6, 2025, 3:00pm Deadline for Submittals June 10, 2025, 3:00pm #IFB- 25 - 216 Title: Oils and Lubricants 4 2. Solicitation Information 2.1. Submission or Receipt of Bid Bids will be received through the City’s online bidding system no later than 3:00 pm on Tuesday, June 10, 2025. 2.2. Standard for Award The City will award to one vendor by written notice to the lowest responsible and responsive Vendor. 2.3. Bid Evaluation Bids will be unconditionally accepted without alteration or correction unless the Procurement Director permits the correction or withdrawal of inadvertently erroneous bids. Bids will be evaluated based on the requirements and specifications set forth in the scope. 2.4. Submittal Requirements The following documents are required to be considered responsive: • Complete Cost Proposal #IFB- 25 - 216 Title: Oils and Lubricants 5 3. Vendor Questionnaire 3.1. General Information 3.1.1. Is the Vendor registered with the Florida Department of State, Division of Corporations (Sunbiz) in accordance with Florida Statute §607.1501?* ☐ Yes ☐ No *Response required 3.1.2. Is the Vendor a City of St. Petersburg certified SBE? * If you have submitted an application and it is pending, please send an email to osd@stpete.org. In the subject line- provide the solicitation number and due date. ☐ Yes ☐ No *Response required 3.1.3. Is the Vendor a City of St. Petersburg certified MWBE? * If you have submitted an application and it is pending, please send an email to osd@stpete.org. In the subject line- provide the solicitation number and due date. ☐ Yes ☐ No *Response required 3.1.4. Address for Headquarters location.* *Response required 3.1.5. Address of office providing service, if different than above. 3.1.6. Contact Information for Contact Person.* This person must be capable of committing the company to an agreement with the City. • Name • Title • Phone • Email *Response required 3.1.7. Description of nature of company’s business.* *Response required 3.1.8. Year the Company was Founded.* *Response required 3.1.9. Number of years company has operated under the current name.* #IFB- 25 - 216 Title: Oils and Lubricants 6 *Response required 3.1.10. Number of years company has been in the present business.* *Response required 3.1.11. Company’s bank of record.* *Response required 3.1.12. Describe any litigation that the vendor has been a party to in the last five years where it was alleged that the offeror breached a contract for similar services with a client/customer and describe any contracts for similar services that the vendor failed to complete for similar services. Describe the facts and status of any such litigation or contract. * Type N/A if not applicable. *Response required 3.1.13. Identify any government entity that has debarred or otherwise prohibited the vendor from responding to its competitive solicitations within the last five years. Describe the circumstances surrounding such debarment or other prohibition. * Type N/A if not applicable. *Response required 3.1.14. The vendor acknowledges that it has read, understands and will comply with Florida Statute §448.095 pertaining to required use of the U.S. Department of Homeland Security E-Verify system. Should the City terminate the contract with the vendor for violation of §448.095, vendor may not be awarded a contract with the City for at least one year.* ☐ Please confirm *Response required 3.1.15. The vendor acknowledges that its solicitation response is subject to Public Records laws (Chapter 119, Florida Statutes).* ☐ Please confirm *Response required 3.1.16. Will vendor allow other agencies to piggyback the contract if awarded?* ☐ Yes ☐ No *Response required 3.1.17. The vendor hereby makes all certifications required by Florida Statute §287.135 related to scrutinized companies.* ☐ Yes ☐ No #IFB- 25 - 216 Title: Oils and Lubricants 7 *Response required 3.1.18. Is vendor required to provide any disclosures to the City regarding a foreign country of concern pursuant to Florida Statutes §286.101 (3)(a)? * ☐ Yes ☐ No *Response required 3.1.19. If YES, please provide the disclosure(s) in accordance with the requirements of Florida Statute §286.101 (3)(a). 3.1.20. The vendor certifies that it takes no exceptions to the terms and conditions of the solicitation.* ☐ Yes ☐ No *Response required 3.1.21. If exceptions are taken, specify in space below. 3.1.22. Has the vendor identified any trade secrets or confidential information in its solicitation response?* ☐ Yes ☐ No *Response required 3.1.23. If yes to the above question, please upload your redacted proposal here. 3.1.24. Is Vendor required to provide any disclosures to the City regarding a foreign country of concern pursuant to Florida Statutes section 286.101 (3) (a)? * ☐ Yes ☐ No *Response required 3.1.25. Does the Vendor and all subcontractors possess all City, County, or State approved certifications(s)/licenses(s) required to perform the work? * ☐ Yes ☐ No *Response required 3.1.26. Does the Vendor have the necessary personnel, facilities, equipment, ability, experience, financial resources and special qualifications to perform work in a satisfactory manner within the time specified? * ☐ Yes ☐ No *Response required #IFB- 25 - 216 Title: Oils and Lubricants 8 3.1.27. I currently have the required insurance coverage as specified in the solicitation and will be able to provide a Certificate of Insurance if awarded. * ☐ Please confirm *Response required #IFB- 25 - 216 Title: Oils and Lubricants 9 4. Scope of Work 4.1. Intent The City of St. Petersburg is seeking responses from qualified vendors to provide various types of oils and lubricants on as-needed basis. 4.2. Contract Term The term of the agreement will be for three years from date of the executed agreement, and may, by mutual agreement of the parties, be renewed for a period not to exceed the initial contract term and if, needed, ninety (90) days beyond the expiration date of the current contract period. 4.3. Estimated Annual Expenditure It is estimated that approximately $400,000 may be purchased annually under this solicitation. This is an estimate only and may vary. 4.4. Minimum qualifications/Contractor Qualifications for Construction At a minimum, Vendor must meet the following qualifications: A. Have been in the business of providing oils and lubricants as described herein for a minimum of 3 years. B. Have the ability to obtain the minimum insurance requirements set for in the base agreement. C. Classify City’s ‘first responder’ requirements as per any governmental preference, decree, directive or emergency law by local, county, state or Federal officials. D. Vendor must be available during the evenings, weekends, holidays and perform emergency deliveries, as needed and at no additional cost. E. Accept verbal orders from master blanket purchase agreement without written or electronic confirmation during emergencies. F. Additional charges including but not limited to drum deposits or waste charges are not allowed. G. Material safety data sheets (MSDS) for each product as required by Occupational Safety Health Administration (OSHA) requirements, Environmental Protection Agency (EPA), federal, state or local law H. Vendor must have the ability to invoice individual departments with city-wide consolidated reporting capabilities. I. Vendor must resolve any discrepancies in invoicing within five days of notification. 4.5. Vendor Responsibilities At a minimum, Vendor shall provide and meet the following responsibilities: A. Vendor shall be responsible for all direct costs associated with but not limited to product spills or delivery of incorrect product delivered. #IFB- 25 - 216 Title: Oils and Lubricants 10 B. Vendor shall not dispose of any oils, lubricants or other petroleum products on City property, nor into drains, storm drains, sewer systems, or into refuse containers. C. Vendor must remove and dispose of their empty drums at no charge to the City. D. Contractor shall be responsible for payment of any fees, fines, or penalties assessed against the City for its disposing of oils, lubricants and other petroleum products. Improper disposal of petroleum products may be grounds for termination of this Agreement. E. Vendor shall provide a dedicated account manager who is available during normal business hours to administer the agreement. F. Vendor must notify the City within five days of any changes in the account manager or servicing representative and provide updated contact information. G. Vendor shall provide on-going training, at least one time per year, to its service/delivery personnel related to oil and lubricant deliveries including, but not limited to OSHA requirements, EPA, Florida statutes, and standard industry work practices. H. Vendor shall leave a metered delivery ticket at each delivery location listing the total amount of gallons pumped, type of fuel delivered, date and time of delivery and printed name and signature of City representative at delivery location. I. Vendor must provide all labor, materials, supervision, tools, equipment and vehicles necessary to furnish and deliver oils and lubricants to various City locations including Odessa, FL. 4.6. City’s Responsibilities At a minimum, City shall provide and meet the following responsibilities: A. City shall provide a point of contact (City Project Manager) to administer the Agreement. B. City Project Manager shall assist with planning, strategy, and objectives prior to performance of the Work. C. City Project Manager shall promptly respond to issues and inquiries so as not to hinder the progress, completion, or compensation for the Work. 4.7. Product Requirements Oils and lubricants supplied shall meet the requirements, as applicable, per the specifications listed for each product, as amended, at time of delivery: A. All oil barrels and pails must possess an intact refinery seal, a valid production lot number and a legible label clearly indicating the type and weight of the oil. B. Refinery sealed means sealed at the refinery company’s owned or operated blending plant and is not repackaged by another company or by the awarded Contractor. C. Oils and lubricants must be new (virgin), not recycled, of premium quality and free from contaminants. #IFB- 25 - 216 Title: Oils and Lubricants 11 D. National brands only, no house brands will be accepted. E. All product delivered must meet or exceed the specifications and quality level specified. Any product rejected for deficient quality will be returned by the City and Contractor shall issue full credit within five business days. #IFB- 25 - 216 Title: Oils and Lubricants 12 5. Cost Proposal Line Item Description Quantity Unit of Measure Unit Cost Total 1 Pricing on all items below shall include delivery: 1 EA 2 Bulk Oil: 0W20 Full Synthetic 1 EA 3 Bulk Oil: 5W20 Synthetic Blend 1 EA 4 Bulk Oil: 5W30 Synthetic Blend 1 EA 5 Bulk Oil: 15W40 Synthetic Blend 1 EA 6 Bulk Oil: 15W40 Low Ash 1 EA 7 Bulk Oil: Full Synthetic Multi-Vehicle ATF 1 EA 8 Bulk Oil: Transynd 668 1 EA 9 Bulk Oil: Dextron III 1 EA 10 Bulk Oil: Multitrac 1 EA 11 Bulk Oil: AW-68 1 EA 12 Drum: 15W40 Low Ash 1 EA 13 Drum: 15W40 Synthetic Blend 1 EA 14 Drum: Red Grease NLGI #2 JT-6 1 EA 15 Drum: Trans Gard HD 10W 1 EA 16 Drum: Transynd 668 1 EA 17 Drum: AW-68 1 EA 18 Keg: 80-140 LS Full Synthetic Gear Oil 1 EA 19 Keg: 85-140 GL-5 Gear Oil 1 EA #IFB- 25 - 216 Title: Oils and Lubricants 13 Line Item Description Quantity Unit of Measure Unit Cost Total 20 Keg: Red Grease NLGI #2 JT-6 1 EA 21 Pail: Red Grease NGLI #2 JT-6 1 EA 22 Tube: Red Grease NGLI #2 JT-6 1 EA TOTAL #IFB- 25 - 216 Title: Oils and Lubricants 14 6. General Terms 6.1. Vendor Registration Vendor must register online with the City of St. Petersburg via their online sourcing system at https://procurement.opengov.com/signup and subscribe to City's Portal at https://procurement.opengov.com/portal/stpete for solicitation notifications. Prior to an award of an Agreement resulting from this solicitation, Vendor shall be registered with the Florida Department of State, Division of Corporations to do business within the State of Florida in accordance with Florida Statute 607.1501. 6.2. Solicitation Review Vendors are required to carefully review this solicitation for defects and questionable or objectionable material. Comments concerning defects and questionable or objectionable material must be made in writing to the Procurement Analyst of record for this solicitation and received by the City at least 10 days before the solicitation submission deadline. This will allow issuance of any necessary addendum. A protest based on omission or error, or on the content of the solicitation, will be disallowed if these faults have not been brought to the attention of the City, in writing, at least 10 days before the time set for submission deadline. 6.3. Solicitation Response Preparation Vendors are expected to examine this solicitation and all related documents. Failure to do so is at the Vendor’s risk. Each vendor shall furnish the information required by this solicitation. Vendor(s) shall retain a copy of all documents for future reference. All solicitation responses must be submitted with the Vendor’s legal name and by an officer or employee having the authority to bind the Vendor by his or her signature. The City will not pay any costs associated with the preparation, submittal, presentation, or evaluation of any solicitation response. 6.4. Questions All questions must be submitted via City's online sourcing system's Question & Answer feature no later than 3:00 pm on Wednesday, June 4, 2025. Questions will be answered via City's online sourcing system no later than 3:00 pm on Friday, June 6, 2025. More complex questions may require a written addendum to the solicitation. Explanations or instructions will not materially alter this solicitation unless they are in writing. Oral explanations or instructions given before the award of an Agreement will not be binding. If necessary, a written addendum to this solicitation will be issued and posted on the City’s online sourcing system at https://procurement.opengov.com/portal/stpete/projects/166936 for download by Vendors. 6.5. Amendments Any amendments issued for this solicitation will be posted as an addendum on the City’s online sourcing system at https://procurement.opengov.com/portal/stpete/projects/166936 and notifications will be released to vendors who are following the project by clicking "Follow". Vendors must submit their responses to the most current version of the solicitation as amended, if applicable. 6.6. Submission of Solicitation Responses Solicitation responses will be received through the City’s online sourcing system. E-mail or in-person submittals will not be considered unless approved before the solicitation submission deadline by the #IFB- 25 - 216 Title: Oils and Lubricants 15 Procurement and Supply Management Director. Late proposals and modifications will not be considered; however, solicitation responses may be modified online at any time prior to the submission deadline. Failure to follow the instructions in this solicitation is cause for rejection of the submittal. 6.7. Mistakes in the Solicitation Solicitation responses may be modified or withdrawn in the online application portal prior to the time and date set for the solicitation opening. Correction or withdrawal of solicitation responses after the solicitation opening because of an inadvertent non-judgmental mistake in the solicitation requires careful consideration to protect the integrity of the competitive solicitation process and to assure fairness. If the mistake is attributable to an error in judgment, the solicitation response may not be corrected. Solicitation response corrections or withdrawals by reason of non-judgmental mistakes are permissible but only to the extent they are not contrary to the interest of the City or the fair treatment of other vendors. 6.8. Information Designated a Trade Secret and/or Confidential and/or Proprietary All solicitation responses (including all documentation and materials attached thereto or provided in connection with this solicitation) submitted to the City are subject to Florida’s public records laws (i.e., Chapter 119, Florida Statutes), which requires disclosure of public records, unless exempt, if a public records request is made. Solicitation responses (including all documentation and materials attached thereto or provided in connection with this solicitation (even if in a separate electronic file)) submitted to the City cannot be returned. DO NOT LIST YOUR ENTIRE SOLICITATION RESPONSE AS TRADE SECRET AND/OR CONFIDENTIAL. The City will not consider solicitation responses if the entire response is labeled a Trade Secret and/or Confidential and/or Proprietary. If Vendor believes that its solicitation response contains information that is a trade secret (as defined by Florida law) and/or information that is confidential and/or proprietary and therefore exempt from disclosure, then such information must be submitted in a separate electronic file and comply with the following requirements. In addition to submitting the information in a separate or electronic file, Vendor must include a general description of the information designated as a trade secret and/or confidential and/or proprietary and provide reference to the Florida statute or other law which exempts such designated information from disclosure in the event a public records request. The City does not warrant or guarantee that information designated by Vendor as a trade secret and/or confidential and/or proprietary is a trade secret and/or confidential and/or proprietary and exempt from disclosure. The City offers no opinion as to whether the reference to the Florida statute or other law by Vendor is/are correct and/or accurate. Please be aware that the designation of information as a trade secret and/or confidential and/or proprietary may be challenged in court by any person or entity. By designation of information as a trade secret and/or confidential and/or proprietary Vendor agrees to defend and indemnify the City, its employees, agents, and elected and appointed officials (“Indemnified Parties”) against any and all claims, demands, and actions (whether or not a lawsuit is commenced) arising out of or in connection with Vendor's designation of information as a trade secret and/or confidential and/or proprietary and to hold harmless the Indemnified Parties for any award to a plaintiff for damages, costs and attorneys’ fees, and for costs and attorney's fees (including those of the City Attorney’s office) incurred by the City by reason of any claim, demand, or action arising out of or related to the Vendor's designation of information as a trade secret and/or confidential and/or proprietary. Failure to comply with the requirements above shall be deemed as a waiver by Vendor to claim that any information in its solicitation response is a trade secret and/or confidential and/or proprietary, regardless of whether such information is labeled trade secret and/or confidential and/or proprietary. Vendor #IFB- 25 - 216 Title: Oils and Lubricants 16 acknowledges, understands, and agrees that all information in Vendor's solicitation response (not including information submitted in a separate electronic file and designated trade secret and/or confidential and/or proprietary in accordance with the requirements in this section) will be disclosed, without any notice to Vendor, if a public records request is made for such information, and the City shall not be liable to Vendor for such disclosure. Vendor acknowledges and understands that Vendor's proposal, including the information submitted in a separate electronic file and designated trade secret and/or confidential and/or proprietary in accordance with the requirements in this section, will be distributed to the evaluation committee members, City staff, and City consultants to allow Vendor's entire solicitation response, including the information submitted in a separate electronic file, to be evaluated and considered for award of the Agreement. The entire contents of the Vendor's solicitation response, including the information submitted in a separate electronic file, may be discussed at meetings that are open to the public, subject to the requirements set forth in Chapter 286, Florida Statutes. 6.9. Bonds Vendors will need to furnish all bonds as indicated in the solicitation, if applicable. 6.10. Cash Discounts When the City is entitled to a cash discount, the period of computations will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the Agreement, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. 6.11. Award The solicitation will be awarded based on the requirements outlined in the scope, the criteria or factors identified in the solicitation, and the standard for award for the solicitation. The City reserves the right to accept or reject any or all parts of the solicitation response, waive informalities, and request re- solicitations on the services or products outlined in the scope. The City reserves the right to award the Agreement on a split-order, lump-sum, or individual item basis, or such combination as shall best serve the interest of the City unless otherwise specified. Pursuant to Florida Statute sec. 287.05701, the City will not request documentation of a Vendor’s social, political, or ideological interests, consider such interests, or give preference to a vendor based on such interests. 6.12. Acceptance Period Unless otherwise specified in this solicitation, the solicitation response may be held by the City for a period of ninety (90) days after the submission deadline and will continue in full effect and not be subject to withdrawal during that period until an Agreement has been executed with a Vendor. If no Agreement has been executed within the ninety-day period, any solicitation response may be withdrawn or nullified by either the City or the Vendor, or be deemed to be confirmed and extended in time for as long as permitted by the Vendor submitting each solicitation response. #IFB- 25 - 216 Title: Oils and Lubricants 17 6.13. Right to Reject Vendors must comply with all the terms of the solicitation, all applicable provisions of the City of St. Petersburg City Code, and all applicable federal and state laws. The City may reject any solicitation response that does not comply with all material and substantive terms, conditions, and performance requirements of the solicitation. The City may waive minor informalities that (i) do not affect responsiveness; (ii) are merely matter of form or format; (iii) do not change the relative standing or otherwise prejudice other vendors; (iv) do not change the meaning or scope of the solicitation; (v) are trivial, negligible or immaterial in nature; (v) do not effect a material change in the work; or (vi) do not constitute a substantial exclusion or modification of a requirement or provision in the solicitation. 6.14. Vendor Complaints All complaints or grievances should be first submitted in writing to the Procurement & Supply Management Director, by email at Stephanie.Scarbrough@stpete.org or by mail to P. O. Box 2842, St. Petersburg, FL 33731 who will promptly investigate the validity of the complaint and present the findings in writing to the person who submitted the complaint. 6.15. Protest (a) All protests related to a solicitation or award must be first submitted in writing to the POD no later than seven (7) days preceding the date of the City Council meeting approving the contract, or no later than seven (7) calendar days following the selection of the successful bidder if the contract does not require City Council approval. (b) The POD will consider the protest if it is timely filed and contains the following: (1) Sufficient information to identify the solicitation or award that is the subject of the protest; (2) The grounds that demonstrate how the procurement process is contrary to law or how the solicitation document is unnecessarily restrictive or legally flawed; (3) Evidence or supporting documentation that supports the grounds on which the protest is based; and (4) The relief sought. (c) If the protest meets the requirements of subsection (b) of this section, the POD will investigate the validity of the protest and present the findings in writing to the person or entity that submitted the protest. Otherwise, the POD will promptly notify the person or entity that submitted the protest that the protest is untimely or that the protest failed to meet the requirements of subsection (b) of this section and give the reasons for the failure. (d) If the person or entity is dissatisfied with the POD’s response, the person or entity may then make an appeal to the City Administrator, who will hear the appeal. The City may not establish appellate jurisdiction of the courts; however, if allowed by the Florida Rules of Appellate Procedure or other rule or judicial decision, the decision from the City Administrator is the final decision of the City and may be subject to judicial review in the manner provided by law. 6.16. Public Entity Crimes A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not (i) submit a solicitation response on an Agreement to provide any goods or services to a public entity, (ii) submit a solicitation response on an Agreement with a public entity for the construction or repair of a public building or public work, (iii) submit a solicitation response for leases of real property to a public entity, (iv) be awarded or perform work as a contractor, supplier, subcontractor, or consultant under an Agreement with any public entity, or (v) transact business with any public entity in #IFB- 25 - 216 Title: Oils and Lubricants 18 excess of the threshold amount provided in Section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 6.17. Nondiscrimination Vendors for the City of St. Petersburg are required to comply with all applicable laws regarding discrimination in employment, including Pinellas County Code Section 70-53 (a)(1) (prohibiting discrimination in employment based on race, color, religion, national origin, gender, sexual orientation, age, marital status, or disability) and all other applicable federal, state and local laws. Vendors are encouraged to provide workplaces free of discrimination in terms of conditions of employment, including benefits. 6.18. Prohibited Communication Vendors and their employees, agents, contractors, and representatives are prohibited from lobbying City Council, the Mayor, City staff, selection committee members, and City project consultants relative to this solicitation until the solicitation selection and award processes have been completed. Non-compliance with this provision may result in disqualification from consideration of the award. Notwithstanding the foregoing, this provision shall not prohibit the Vendor from (i) providing public comment in accordance with applicable laws and City policies at public meetings where public comment is permitted, (ii) communicating with the assigned Procurement Analyst, (iii) making a presentation during a selection committee meeting if requested by the selection committee, or (iv) submitting a dispute or complaint in accordance with the requirements set forth in this solicitation. 6.19. Environmentally Preferable Purchasing It is the policy of the City of St. Petersburg to purchase recycled and environmentally preferable goods. Environmentally preferable goods are defined as “products or services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose.” This includes products that contain recycled content, reduced toxicity and pollution, conserve energy, conserve water, prevent waste, and promote sustainability and resiliency initiatives. This policy does not require the City to specify environmentally preferable products or services when it can be demonstrated that they are not in the best interest of the City compared to products and services that are not as environmentally preferable. Best interests include but are not limited to, service life, life cycle cost, product effectiveness, or compatibility. This policy will be carried out consistent with the City’s obligations and purpose, and with an overall intent to obtain competitive prices and to provide value to the taxpayer. 6.20. Health In All Policies Pursuant to Executive Order EO-2018-04, it is the policy of the City to apply the consideration of health, health impacts, and the social determinants of health to the City’s decision-making, including policy development and implementation, budgeting, and the delivery of services and procurement of supplies and construction. Vendors are encouraged to propose services, supplies, and construction that promote health to the greatest extent practicable in their responses to City solicitations. Vendors are further encouraged to provide workplaces that promote the health and well-being of their employees. 6.21. American with Disabilities Act (ADA) Public Notice In accordance with the requirements of Title II of the Americans with Disabilities Act of 1990, the City of St. Petersburg will not discriminate against qualified individuals with disabilities on the basis of #IFB- 25 - 216 Title: Oils and Lubricants 19 disability in the City’s services, programs, or activities. If Vendor requires an auxiliary aid or service for effective communication, or a modification of policies or procedures to adequately respond to this solicitation. Vendor should contact ADA Coordinator Lendel Bright at (727)-893-7229 or email at lendel.bright@stpete.org as soon as possible but no later than 72 hours before the applicable deadline. 6.22. Background Checks In the event the solicitation or Agreement requires criminal history checks, Vendor will be responsible for conducting a criminal history check for each employee or subcontractor for which a criminal history check is required. 6.23. Disqualification The City reserves the right to disqualify Vendors before or after opening, upon evidence of collusion with intent to defraud or other illegal practices on the part of the Vendors. 6.24. Taxes The City of St. Petersburg is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. 6.25. Compliance with State and/or Federal Requirements All Vendors entering into a contract with the City with permit(s) issued by a state or federal agency, shall comply with the requirements set forth in the permit(s). 6.26. E-Verify Vendor shall comply with Florida Statute §448.095 pertaining to required use of the U.S. Department of Homeland Security's E-Verify system, and that should the City terminate§ the contract with the Vendor for violation of §448.09(1), Vendor may not be awarded a contract with the City fort at least one year. 6.27. Exceptions to Terms and Conditions If the Vendor takes exceptions to the terms and conditions of the solicitation and refuses to withdraw such exceptions, the City may deem the Vendor nonresponsive if the City determines that negotiating with the Vendor to address such exceptions may affect the fair treatment of other vendors. #IFB- 25 - 216 Title: Oils and Lubricants 20 7. Insurance 7.1. Commercial General Liability Commercial general liability insurance in an amount of at least One Million Dollars ($1,000,000) per occurrence, Two Million Dollars ($2,000,000) aggregate in occurrences form. This policy must include coverage for bodily injury, property damage, personal and advertising injury, products and completed operations, and contractual liability under this Agreement. 7.2. Commercial Automobile Liability Commercial automobile liability insurance of $1,000,000 combined single limit covering all owned, hired and non-owned vehicles. 7.3. Worker's Compensation Workers’ Compensation insurance as required by Florida law and Employers’ Liability Insurance in an amount of at least $100,000 each accident, $100,000 per employee, and $500,000 for all diseases. Invoice Number Vendor Document 1419435 PALMDALE OIL COMPANY INC 136959 1420306 PALMDALE OIL COMPANY INC 137061 1420308 PALMDALE OIL COMPANY INC 137062 1420321 PALMDALE OIL COMPANY INC 137063 1422746 PALMDALE OIL COMPANY INC 137981 1425990 PALMDALE OIL COMPANY INC 138854 1425992 PALMDALE OIL COMPANY INC 138852 1428470 PALMDALE OIL COMPANY INC 139293 1437299 PALMDALE OIL COMPANY INC 142551 1443139 PALMDALE OIL COMPANY INC 143313 1455126 PALMDALE OIL COMPANY INC 146782 1455167 PALMDALE OIL COMPANY INC 146783 1455182 PALMDALE OIL COMPANY INC 146780 1455183 PALMDALE OIL COMPANY INC 146781 1456329 PALMDALE OIL COMPANY INC 146854 1464654 PALMDALE OIL COMPANY INC 149679 1475893 PALMDALE OIL COMPANY INC 151804 1475664 PALMDALE OIL COMPANY INC 151739 1479418 PALMDALE OIL COMPANY INC 152651 1491847 PALMDALE OIL COMPANY INC 155501 1494088 PALMDALE OIL COMPANY INC 155721 1497400 PALMDALE OIL COMPANY INC 156725 1500859 PALMDALE OIL COMPANY INC 157400 1500860 PALMDALE OIL COMPANY INC 157399 1518532 PALMDALE OIL COMPANY INC 161269 15185321CM PALMDALE OIL COMPANY INC 161959 1519079 PALMDALE OIL COMPANY INC 161267 1519082 PALMDALE OIL COMPANY INC 161264 1520644 PALMDALE OIL COMPANY INC 161266 1520645 PALMDALE OIL COMPANY INC 161265 1528720 PALMDALE OIL COMPANY INC 164725 1528724 PALMDALE OIL COMPANY INC 164722 1531670 PALMDALE OIL COMPANY INC 163574 1544383 PALMDALE OIL COMPANY INC 165805 1546504 PALMDALE OIL COMPANY INC 166621 1546506 PALMDALE OIL COMPANY INC 166619 1562692 PALMDALE OIL COMPANY INC 170024 1562700 PALMDALE OIL COMPANY INC 170023 1568136 PALMDALE OIL COMPANY INC 171480 1572951 PALMDALE OIL COMPANY INC 172004 1580090 PALMDALE OIL COMPANY INC 173687 1580091 PALMDALE OIL COMPANY INC 173688 1585704 PALMDALE OIL COMPANY INC 175332 1583845 PALMDALE OIL COMPANY INC 174581 1590864 PALMDALE OIL COMPANY INC 176276 1598736 PALMDALE OIL COMPANY INC 177847 1599873 PALMDALE OIL COMPANY INC 178146 1610968 PALMDALE OIL COMPANY INC 181041 1616960 PALMDALE OIL COMPANY INC 182475 1616961 PALMDALE OIL COMPANY INC 182473 1624620 PALMDALE OIL COMPANY INC 183916 1624624 PALMDALE OIL COMPANY INC 183915 1632662 PALMDALE OIL COMPANY INC 190733 1634625 PALMDALE OIL COMPANY INC 190735 1636990 PALMDALE OIL COMPANY INC 190736 1647750 PALMDALE OIL COMPANY INC 190738 1647752 PALMDALE OIL COMPANY INC 190737 1651122 PALMDALE OIL COMPANY INC 190740 1653216CM PALMDALE OIL COMPANY INC 191037 1653217 PALMDALE OIL COMPANY INC 190806 1653425 PALMDALE OIL COMPANY INC 190808 1661868 PALMDALE OIL COMPANY INC 192819 1668431 PALMDALE OIL COMPANY INC 193954 1676040 PALMDALE OIL COMPANY INC 195554 1676809 PALMDALE OIL COMPANY INC 195944 1676814 PALMDALE OIL COMPANY INC 195943 1681980 PALMDALE OIL COMPANY INC 196883 1681986 PALMDALE OIL COMPANY INC 196882 1690250 PALMDALE OIL COMPANY INC 199838 1690303 PALMDALE OIL COMPANY INC 199837 1700626 PALMDALE OIL COMPANY INC 202965 1700645 PALMDALE OIL COMPANY INC 202964 1703426 PALMDALE OIL COMPANY INC 202962 17034261CM PALMDALE OIL COMPANY INC 207066 17034262 PALMDALE OIL COMPANY INC 206771 1714870 PALMDALE OIL COMPANY INC 204170 1716685 PALMDALE OIL COMPANY INC 205414 1717226 PALMDALE OIL COMPANY INC 205587 17172261CM PALMDALE OIL COMPANY INC 206584 1717985 PALMDALE OIL COMPANY INC 205588 1719477 PALMDALE OIL COMPANY INC 205848 1720804CM PALMDALE OIL COMPANY INC 216560 1723026 PALMDALE OIL COMPANY INC 207064 1728452 PALMDALE OIL COMPANY INC 207953 1728454 PALMDALE OIL COMPANY INC 207951 1741005 PALMDALE OIL COMPANY INC 211184 1741097 PALMDALE OIL COMPANY INC 211186 1741115 PALMDALE OIL COMPANY INC 211188 1753087 PALMDALE OIL COMPANY INC 213778 1760544 PALMDALE OIL COMPANY INC 216546 1772627 PALMDALE OIL COMPANY INC 218956 17726271CM PALMDALE OIL COMPANY INC 219849 17726272 PALMDALE OIL COMPANY INC 218958 17726273 PALMDALE OIL COMPANY INC 218957 1784592 PALMDALE OIL COMPANY INC 220770 1784594 PALMDALE OIL COMPANY INC 220771 1784595 PALMDALE OIL COMPANY INC 220774 1784596 PALMDALE OIL COMPANY INC 220775 1797839 PALMDALE OIL COMPANY INC 225177 1818162 PALMDALE OIL COMPANY INC 229766 1818165 PALMDALE OIL COMPANY INC 229767 1822753 PALMDALE OIL COMPANY INC 231111 1823805 PALMDALE OIL COMPANY INC 231292 1823813 PALMDALE OIL COMPANY INC 231293 1845773 PALMDALE OIL COMPANY INC 241028 1845779 PALMDALE OIL COMPANY INC 241029 1848131 PALMDALE OIL COMPANY INC 241031 1848134 PALMDALE OIL COMPANY INC 241032 1857287 PALMDALE OIL COMPANY INC 238375 1857291 PALMDALE OIL COMPANY INC 238377 1864660 PALMDALE OIL COMPANY INC 240748 1864666 PALMDALE OIL COMPANY INC 240747 1879066 PALMDALE OIL COMPANY INC 243530 1879070 PALMDALE OIL COMPANY INC 243529 1879071 PALMDALE OIL COMPANY INC 243531 1876345 PALMDALE OIL COMPANY INC 243653 1889090 PALMDALE OIL COMPANY INC 245618 1889091 PALMDALE OIL COMPANY INC 245619 1894814 PALMDALE OIL COMPANY INC 246086 1898194 PALMDALE OIL COMPANY INC 248143 1898195 PALMDALE OIL COMPANY INC 248144 1906490 PALMDALE OIL COMPANY INC 249930 1911179 PALMDALE OIL COMPANY INC 250602 1911184 PALMDALE OIL COMPANY INC 250603 1911319 PALMDALE OIL COMPANY INC 250604 1911323 PALMDALE OIL COMPANY INC 250605 1911324 PALMDALE OIL COMPANY INC 250606 1915380 PALMDALE OIL COMPANY INC 251798 1915386 PALMDALE OIL COMPANY INC 251797 1915389 PALMDALE OIL COMPANY INC 251796 1928240 PALMDALE OIL COMPANY INC 255297 1941276 PALMDALE OIL COMPANY INC 257726 1962415 PALMDALE OIL COMPANY INC 262470 1962425 PALMDALE OIL COMPANY INC 262471 1968032 PALMDALE OIL COMPANY INC 264468 1971965 PALMDALE OIL COMPANY INC 264786 1971969 PALMDALE OIL COMPANY INC 264787 1978646 PALMDALE OIL COMPANY INC 266038 1983855 PALMDALE OIL COMPANY INC 266716 19838552 PALMDALE OIL COMPANY INC 267443 19838553 PALMDALE OIL COMPANY INC 267445 19838554 PALMDALE OIL COMPANY INC 267442 1985432 PALMDALE OIL COMPANY INC 267446 19838551CM PALMDALE OIL COMPANY INC 267530 1995966 PALMDALE OIL COMPANY INC 269471 2002803 PALMDALE OIL COMPANY INC 270842 2004010 PALMDALE OIL COMPANY INC 272304 2019946 PALMDALE OIL COMPANY INC 275204 2019948 PALMDALE OIL COMPANY INC 275205 2019969 PALMDALE OIL COMPANY INC 275206 2019983 PALMDALE OIL COMPANY INC 275208 2019984 PALMDALE OIL COMPANY INC 275207 2019986 PALMDALE OIL COMPANY INC 275209 2023837 PALMDALE OIL COMPANY INC 275353 2038600 PALMDALE OIL COMPANY INC 279074 2038604 PALMDALE OIL COMPANY INC 279072 2047113 PALMDALE OIL COMPANY INC 280724 2053662 PALMDALE OIL COMPANY INC 294023 2061179 PALMDALE OIL COMPANY INC 283739 2062284 PALMDALE OIL COMPANY INC 284429 2066691 PALMDALE OIL COMPANY INC 286688 2066702 PALMDALE OIL COMPANY INC 286692 2066704 PALMDALE OIL COMPANY INC 286691 2087285 PALMDALE OIL COMPANY LLC 294704 2098182 PALMDALE OIL COMPANY LLC 294705 2099958 PALMDALE OIL COMPANY LLC 294706 2099959 PALMDALE OIL COMPANY LLC 294707 2109027 PALMDALE OIL COMPANY LLC 294708 2113696 PALMDALE OIL COMPANY LLC 294702 2118286 PALMDALE OIL COMPANY LLC 296224 2123546 PALMDALE OIL COMPANY LLC 297511 2124627 PALMDALE OIL COMPANY LLC 297513 2137103 PALMDALE OIL COMPANY LLC 307493 2137112 PALMDALE OIL COMPANY LLC 307495 2148311 PALMDALE OIL COMPANY LLC 302567 2149436 PALMDALE OIL COMPANY LLC 302565 2149474 PALMDALE OIL COMPANY LLC 302566 2165195 PALMDALE OIL COMPANY LLC 306588 2165197 PALMDALE OIL COMPANY LLC 306589 2173668 PALMDALE OIL COMPANY LLC 307490 2174795 PALMDALE OIL COMPANY LLC 307496 2186938 PALMDALE OIL COMPANY LLC 311426 2186941 PALMDALE OIL COMPANY LLC 311425 2187639 PALMDALE OIL COMPANY LLC 311424 2199053 PALMDALE OIL COMPANY LLC 312911 2200115 PALMDALE OIL COMPANY LLC 316857 2200116 PALMDALE OIL COMPANY LLC 320481 2211932 PALMDALE OIL COMPANY LLC 316856 2228120 PALMDALE OIL COMPANY LLC 319326 2232664 PALMDALE OIL COMPANY LLC 320946 2235187 PALMDALE OIL COMPANY LLC 320948 2235191 PALMDALE OIL COMPANY LLC 320947 2238455 PALMDALE OIL COMPANY LLC 323751 22384551CM PALMDALE OIL COMPANY LLC 324054 22384552 PALMDALE OIL COMPANY LLC 323750 2246137 PALMDALE OIL COMPANY LLC 323753 2247462 PALMDALE OIL COMPANY LLC 323908 2247464 PALMDALE OIL COMPANY LLC 323907 2253079 PALMDALE OIL COMPANY LLC 324661 2257583 PALMDALE OIL COMPANY, LLC 325219 2257586 PALMDALE OIL COMPANY, LLC 325218 2262712 PALMDALE OIL COMPANY, LLC 326411 2262714 PALMDALE OIL COMPANY, LLC 326407 2271416 PALMDALE OIL COMPANY, LLC 328023 2271421 PALMDALE OIL COMPANY, LLC 328022 2272279 PALMDALE OIL COMPANY, LLC 328348 2283764 PALMDALE INTERMEDIATE LLC 332351 2292664 PALMDALE OIL COMPANY, LLC 332510 2297393 PALMDALE INTERMEDIATE LLC 335622 2297397 PALMDALE INTERMEDIATE LLC 335623 2300778 PALMDALE INTERMEDIATE LLC 335620 2300780 PALMDALE INTERMEDIATE LLC 335621 2312729 PALMDALE INTERMEDIATE LLC 339924 2312751 PALMDALE INTERMEDIATE LLC 339922 2321834 PALMDALE INTERMEDIATE LLC 339926 2321836 PALMDALE INTERMEDIATE LLC 339927 2328527 PALMDALE INTERMEDIATE LLC 339930 2328533 PALMDALE INTERMEDIATE LLC 339928 2339373 PALMDALE INTERMEDIATE LLC 341447 2339375 PALMDALE INTERMEDIATE LLC 341444 2339376 PALMDALE INTERMEDIATE LLC 341440 2339380 PALMDALE INTERMEDIATE LLC 341442 2339394 PALMDALE INTERMEDIATE LLC 341445 2346786 PALMDALE INTERMEDIATE LLC 345685 2346787 PALMDALE INTERMEDIATE LLC 345684 2358597 PALMDALE INTERMEDIATE LLC 345686 2358598 PALMDALE INTERMEDIATE LLC 345687 2368563 PALMDALE INTERMEDIATE LLC 347516 2368564 PALMDALE INTERMEDIATE LLC 347515 2372837 PALMDALE INTERMEDIATE LLC 354590 2373841 PALMDALE INTERMEDIATE LLC 354592 2376398 PALMDALE INTERMEDIATE LLC 354594 2376399 PALMDALE INTERMEDIATE LLC 354593 2420789 PALMDALE INTERMEDIATE LLC 358801 SI-1337 PALMDALE INTERMEDIATE LLC 363757 Description Journal Year Contract 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 CM 2020-2023: OILS AND LUBRICANTS INV 1518532 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS SOLID WASTE BALER 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2021 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 CM 2020-2023: OILS AND LUBRICANTS INV 1651122 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 MILEMASTER HD 15W40 2022 900990 PROMAX AW68 HYD - BULK 2022 900990 TRACTOR HYD FLUID 55GAL 2022 900990 CM 2020-2023: OILS AND LUBRICANTS INV 1703426 2022 900990 2020-2023: OILS AND LUBRICANTS (2) 55 RD TRACTOR 2022 900990 2020-2023: OILS AND LUBRICANTS CITGO 668 ATF 55GL 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 CM 2020-2023: OILS AND LUBRICANTS INV 1717226 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 2020-2023: OILS AND LUBRICANTS 2022 900990 CM 2020-2023: ERROR ON CHARGE AMOUNTS 2022 900990 CITGO SYNDURANCE 668 ATF 55 GAL 155 DR(1)2022 900990 2020-2023: OILS AND LUBRICANTS AW68 2022 900990 2020-2023: OILS AND LUBRICANTS FULL SYN 5W20 2022 900990 149 GAL TEXSTAR 15W40 MOTOR OIL 2022 900990 229 GAL CAM2 PROMAX AW68 HYD 2022 900990 155DR CAM2 85W140 GEAR OIL 2022 900990 CITGARD CNG/LNG SAE 15W40 2022 900990 2020-2023: OILS AND LUBRICANTS CAM AW68 270.5 GAL 2022 900990 CREDIT 17726271 TO WASH THIS INVOICE 2022 900990 CM 2020-2023: OILS AND LUBRICANTS INV 1772627 2022 900990 CAM2 PROMAX AW68 HYD - BULK 2022 900990 CITGARD CNG/LNG SAE 15W40 - 55GAL (3) 55DR 2022 900990 TEXSTAR 15W40 MOTOR OIL 2022 900990 CAM2 PROMAX AW68 HYD 2022 900990 TEXSTAR SYNTHETIC 5W20 2022 900990 TEXSTAR 5W30 SYN BLEND MOTOR OIL 2022 900990 CITGARD CNG/LNG SAE 15W40 355DR 2022 900990 CAM2 PROMAX AW68 HYD-BULK 492.2 GAL 2022 900990 CITGO SYNDURANCE 668 ATF 55 GAL 1 55DR 2022 900990 CAM2 DEXO1 FULL SYN (2) 55DR 2022 900990 TEXSTAR 15W40 MOTOR OIL 130 GAL 2022 900990 CAM2 PROMAX AW68 100 GAL 2022 900990 2020-2023: OILS AND LUBRICANTS 2023 900990 2020-2023: OILS AND LUBRICANTS 2023 900990 2020-2023: OILS AND LUBRICANTS 2023 900990 2020-2023: OILS AND LUBRICANTS 2023 900990 2020-2023: OILS AND LUBRICANTS 2023 900990 2020-2023: OILS AND LUBRICANTS 2023 900990 2020-2023: OILS AND LUBRICANTS 2023 900990 2020-2023: OILS AND LUBRICANTS 2023 900990 2020-2023: OILS AND LUBRICANTS 2023 900990 2020-2023: OILS AND LUBRICANTS 2023 900990 2020-2023: OILS AND LUBRICANTS 2023 900990 2020-2023: OILS AND LUBRICANTS 2023 900990 CAM2 PROMAX AW68 HYD 142GAL 2023 900990 CITGO TRANSGARD TRANS 10W 255DR 2023 900990 TEXSTAR SYNTHETIC 5W20 155DR 2023 900990 CAM2 PROMAX AW68 HYD - (6) 55 DRUM 2023 900990 CITGARD 800 CNG/LNG SAE 15W40 (3) 55DRUM 2023 900990 15W40 CK-4 MOTOR OIL 1 55DRUM 2023 900990 TEXSTAR SYNTHETIC 5W20 55/1 2023 900990 TEXSTAR SYNTHETIC 5W30 55/1 2023 900990 CITGO SYNDURANCCE 668 ATF 55 GAL 2023 900990 TEXSTAR 15W40 CK-4 MOTOR OIL 55/1 2023 900990 CITGARD 800 CNG/LNG SAE 15W40 - DRUM 2023 900990 CAM2 PROMAAX AW68 HYD - 55 GAL 2023 900990 CITGARD 800 CNG/LNG SAE 15W40 - DRUM 2023 900990 TEXSTAR 15W40 SYN BLEND OIL 155DRUM 2023 900990 2020-2023: OILS AND LUBRICANTS 15W40 (3) 55DR 2023 900990 CAM2 PROMAX AW68 55GAL (4)DR AND CAM DMATF 55DR (12023 900990 CAM2 PROMAX AW68 HYD 192GAL 2023 900990 CITGARD 800 CNG/LNG SAE 15W40 3 55DR 2023 900990 CAM2 PROMAX AW68 412 GAL 2023 900990 TEXSTAR SYNTHETIC 0W20 1 55DR 2023 900990 TEXSTAR SYNTHETIC 0W20 1 55DR 2023 900990 CITGO SYNDURANCE 668 ATF 55 GAL 2023 900990 CITGARD 800/CNG/LNG SAE 15W40 2023 900990 CITGARD 800 CNG/LNG SAE 15W40 - DRUM 1 55DR 2023 900990 CITGARD 800 CNG/LNG SAE 15W40 - DRUM 1 55DR 2023 900990 CITGARD 800 CNG/LNG SAE 15W40 1 55DR 2023 900990 CAM2 PROMAX AW68 HYD - BULK 2023 900990 CM INV#1983855 - CITGARD 800/CNG/LNG SAE 15W40 2023 900990 CAM2 PROMAX AW68 HYD BULK 426.9 GAL 2023 900990 CITGARD 800 CNG/LNG 15W40 - DRUM 3 55DR 2023 900990 CAM2 PROMAX AW68 HYD - BULK 2023 900990 CAM PROMAX AW68 305.1GAL 2023 900990 TEXSTAR 15W40 BLEND OIL 125.9GAL 2023 900990 CITGARD 800 CNG/LNG SAE 15W40 1 55DR 2023 900990 CITGARD 800CNG/LNG SAE 15W40 55 DRUM 2023 900990 CITGARD 800 CNG/LNG SAE 15W40 DRUM 2023 900990 CITGO SYNDURANCE 668 ATF 55 GAL 2023 900990 CAM2 85W140 GEAR OIL 1 55DR 2023 900990 CAM2 PROMAX AW68 317.9 GAL 2023 900990 TEXSTAR SYNTHETIC 5W20 122.4 GAL 2023 900990 CAM2 PROMAX AW68 235.4GAL 2023 900990 2020-2025: OILS AND LUBRICANTS 2023 900990 CITGO SYNDURANCE 668 ATF 55 GAL 2023 900990 CAM2 PROMAX AW68 HYD 2023 900990 CAM2 PROMAX AW68 248.4 GAL 2024 900990 TEXSTAR 15W40 SYN BLEND 94.5 GAL 2024 900990 TEXSTAR SYNTHETIC 5W20 120.3 GAL 2024 900990 CAM2 PROMAX AW68 HYD - BULK 2024 902020 CITGARD 800 CNG/LNG SAE 15W40 2024 902020 CAM2 PROMAX AW67 HYD- BULK 2024 902020 TEXSTAR SYNTHETIC 5W20 SP/GF-6A OIL BULK 2024 902020 CAM2 PROMAX AW68 HYD - BULK 2024 902020 CAM2 PROMAX AW68 HYD - BULK 2024 902020 CAM2 UNIVERSAL TRAC HYD 55GAL 2024 902020 CITGARD 800 CNG /LNG DRUM 15W40 (3)2024 902020 CAM2 PROMAX AW68 HYDRAULIC FLUID 2024 902020 CAM2 PROMAX AW68 HYD - BULK 2024 902020 TEXSTAR SYNTHETIC 5W20 SP/GF-6A OIL 2024 902020 CITGARD 8001 CNG/LNG SAE 15W40 - DRUM 2024 902020 CAM-AW68-000 PROMAX 2024 902020 5W30 TEXSTAR SYNTHETIC 2024 902020 CAM2 PROMAX AW68 HYD- BULK 2024 902020 15X40 SYN BLEND - BULK 2024 902020 CITGARD CNG/LNG SAE 15W40, 85W140 ETC 2024 902020 CAM2 PROMAX AW68 HYD - BULK 2024 902020 CAM2 PROMAX AW68 2024 902020 TEXSTAR SYNTHETIC 5W20 2024 902020 15W40 2 55DR & ATF 55GAL 2024 902020 CITGO SYNDURANCE 55 GAL, 15W40 DRUM 2024 902020 CAM2 PROMAX AW68 BULK 2024 902020 TEXSTAR 15X40 SYN BLEND 2024 902020 CAM2 PROMAX AW68 HYD BULK 2024 902020 CAM2 PROMAX AW68 BULK 2024 902020 CITGARD 800 CNG/LNG SAE 15W40 2024 902020 CAM2 PROMAX AW68 HYD BULK 2024 902020 5W20 SP/GF-6A OIL BULK 2024 902020 DEF-055 -CREDIT ATTACHED AS INV DOESNT BELONG GS 2024 902020 CM INV # 2238455 - DEF-055 -CREDIT ATTACHED AS INV 2024 902020 0W20 SYNTHETIC 2 55DR 2024 902020 CNG/LNG SAE 15W40 3 55DR 2024 902020 AW68 CAM2 PROMAX 160.2 GAL 2024 902020 5W30 TEXSTAR SYNTHETIC 100GAL 2024 902020 CITGO SYNDURANCE 668 ATF 55 GAL, 55DR 2024 902020 CAM2 PROMAX AW68 344.5GAL 2024 902020 668 ATF 55 GAL 155DR 2024 902020 15W40 130GAL 2024 902020 5W20 OIL 94GAL 2024 902020 CITGARD 800 CNG/LNG SAE 15W40 3 55DR 2024 902020 CITGO SYNDURANCE 668 ATF 55 GAL / 1 55DR 2024 902020 CAM2 PROMAX AW68 HYD-BULK 215.1 GAL 2024 902020 CAM2 PROMAX AW68 HYD - BULK 2024 902020 CAM2 85W140 GEAR OIL 2024 902020 CAM2 PROMAX AW68 HYD - BULK 2024 902020 TRXSTAR 15W40 CK-4 SYN BLEND OIL 2024 902020 CAM2 PROMX AW68 HYD BULK 161.4 GAL 2024 902020 CITGARD 800 CNG/LNG SAE 15W40 - DRUM 2024 902020 TEXSTAR SYNTHETIC 5W20 OIL BULK 2025 902020 CAM2 PROMAX AW68 HYD BULK 2025 902020 CITGARD 800 CNG/LNG SAE 15W40 DRUM 2025 902020 CAM2 PROMAX AW68 HYD - BULK 2025 902020 CITGO SYNDURANCE 668 ATF 55 GAL 2025 902020 CAM2 PROMAX AW68 HYD - BULK 2025 902020 CAM2 PROMAX AW68 HYD - BULK 2025 902020 CNG/LNG 15W40 1 155DRUM 2025 902020 CNG/LNG 15W40 1 155DRUM 2025 902020 CNG/LNG SAE 15W40 1 155 DRUM 2025 902020 CAM2 DEXRON / MERCON ARF 55 GAL 2025 902020 CITGARD 800 CNG/LNG SAE 15W40 - DRUM 2025 902020 CAM2 PROMAX AW68 HYD - BULK 2025 902020 CAM2 PROMAX AW68 HYD - BULK 2025 902020 TEXSTAR SYNTHETIC 5W20 SP/GF/6A OIL BULK 2025 902020 CAM2 PROMAX AW68 HYD 2025 902020 TEXSTAR 15W40 CK-4 SYN BLEND 2025 902020 CITGO SYNDURANCE 668 ATF 55 GAL 2025 902020 CITGO SYNDURANCE 668 ATF 55 GAL 2025 902020 CAM2 PROMAX AW68 HYD - BULK 2025 902020 TEXSTAR SYNTHETIC 5W30 SPGF-6A OIL 2025 902020 800 CNG/LNG SAE 15W40 - DRUM 2025 902020 CASTROL VECTON MULTI-FUEL 55 GAL DRUM (2)2025 902020 Department Gross Amount Net Amount Invoice Date GS - FLEET 534.00 534.00 10/06/2020 GS - FLEET 1,225.60 1,225.60 10/06/2020 GS - FLEET 698.50 698.50 10/06/2020 GS - FLEET 946.25 946.25 10/06/2020 GS - FLEET 638.00 638.00 10/13/2020 GENERAL SUPPORT SERVICES 845.75 845.75 10/16/2020 GENERAL SUPPORT SERVICES 1,390.29 1,390.29 10/16/2020 GS - FLEET 1,425.00 1,425.00 10/23/2020 GS - FLEET 892.39 892.39 11/06/2020 GS - FLEET 1,796.00 1,796.00 11/20/2020 GS - FLEET 1,562.15 1,562.15 12/11/2020 GS - FLEET 838.84 838.84 12/11/2020 GS - FLEET 712.47 712.47 12/11/2020 GS - FLEET 1,611.66 1,611.66 12/11/2020 GS - FLEET 2,101.47 2,101.47 12/16/2020 GS - FLEET 1,796.00 1,796.00 01/04/2021 GS - FLEET 754.13 754.13 01/19/2021 GS - FLEET 1,425.00 1,425.00 01/20/2021 GS - FLEET 1,201.96 1,201.96 01/25/2021 GS - FLEET 537.73 537.73 02/12/2021 GS - FLEET 1,796.00 1,796.00 02/18/2021 GS - FLEET 1,425.00 1,425.00 02/24/2021 GS - FLEET 306.40 306.40 02/26/2021 GS - FLEET 648.72 648.72 02/26/2021 GS - FLEET 3,221.00 3,221.00 03/26/2021 GS - FLEET -3,221.00 -3,221.00 03/26/2021 GS - FLEET 1,796.00 1,796.00 03/26/2021 GS - FLEET 1,425.00 1,425.00 03/26/2021 GS - FLEET 957.88 957.88 03/29/2021 GS - FLEET 492.76 492.76 03/29/2021 GS - FLEET 1,297.48 1,297.48 04/09/2021 GS - FLEET 497.90 497.90 04/09/2021 GS - FLEET 295.00 295.00 04/16/2021 GS - FLEET 1,425.00 1,425.00 05/06/2021 GS - FLEET 1,777.12 1,777.12 05/07/2021 GS - FLEET 698.50 698.50 05/07/2021 GS - FLEET 1,492.50 1,492.50 06/03/2021 GS - FLEET 459.60 459.60 06/03/2021 GS - FLEET 1,796.00 1,796.00 06/15/2021 GS - FLEET 3,195.92 3,195.92 06/22/2021 GS - FLEET 708.55 708.55 07/01/2021 GS - FLEET 635.00 635.00 07/01/2021 GS - FLEET 574.50 574.50 07/12/2021 GS - FLEET 1,425.00 1,425.00 07/13/2021 GS - FLEET 766.00 766.00 07/22/2021 GS - FLEET 1,425.00 1,425.00 08/06/2021 GS - FLEET 689.40 689.40 08/06/2021 GS - FLEET 1,796.00 1,796.00 08/25/2021 GS - FLEET 1,122.57 1,122.57 09/03/2021 GS - FLEET 762.64 762.64 09/03/2021 GS - FLEET 769.50 769.50 09/15/2021 GS - FLEET 1,261.60 1,261.60 09/15/2021 GS - FLEET 1,425.00 1,425.00 10/06/2021 GS - FLEET 1,796.00 1,796.00 10/08/2021 GS - FLEET 844.13 844.13 10/08/2021 GS - FLEET 621.24 621.24 10/26/2021 GS - FLEET 1,627.75 1,627.75 10/26/2021 GS - FLEET 2,431.24 2,431.24 11/08/2021 GS - FLEET -2,431.24 -2,431.24 11/08/2021 GS - FLEET 2,101.47 2,101.47 11/08/2021 GS - FLEET 730.38 730.38 11/08/2021 GS - FLEET 779.02 779.02 11/19/2021 GS - FLEET 965.16 965.16 12/06/2021 GS - FLEET 547.69 547.69 12/20/2021 GS - FLEET 2,101.47 2,101.47 12/20/2021 GS - FLEET 1,796.00 1,796.00 12/20/2021 GS - FLEET 755.65 755.65 12/29/2021 GS - FLEET 359.25 359.25 12/29/2021 GS - FLEET 656.59 656.59 01/17/2022 GS - FLEET 1,081.59 1,081.59 01/17/2022 GS - FLEET 728.46 728.46 02/03/2022 GS - FLEET 997.72 997.72 02/03/2022 GS - FLEET 1,373.94 1,373.94 02/10/2022 GS - FLEET -1,373.94 -1,373.94 02/10/2022 GS - FLEET 973.50 973.50 02/10/2022 GS - FLEET 1,963.75 1,963.75 03/02/2022 GS - FLEET 1,543.05 1,543.05 03/02/2022 GS - FLEET 3,487.00 3,487.00 03/07/2022 GS - FLEET -3,487.00 -3,487.00 03/07/2022 GS - FLEET 1,928.25 1,928.25 03/07/2022 GS - FLEET 462.75 462.75 03/09/2022 GS - FLEET -2,029.41 -2,029.41 03/10/2022 GS - FLEET 1,963.75 1,963.75 03/14/2022 GS - FLEET 1,147.50 1,147.50 03/22/2022 GS - FLEET 925.00 925.00 03/22/2022 GS - FLEET 1,196.47 1,196.47 04/12/2022 GS - FLEET 1,546.43 1,546.43 04/12/2022 GS - FLEET 989.41 989.41 04/12/2022 GS - FLEET 1,928.25 1,928.25 05/04/2022 GS - FLEET 1,825.88 1,825.88 05/16/2022 GS - FLEET 3,532.73 3,532.73 06/06/2022 GS - FLEET -3,532.73 -3,532.73 06/06/2022 GS - FLEET 1,604.48 1,604.48 06/06/2022 GS - FLEET 1,928.25 1,928.25 06/06/2022 GS - FLEET 1,153.91 1,153.91 06/24/2022 GS - FLEET 917.33 917.33 06/24/2022 GS - FLEET 1,307.33 1,307.33 06/24/2022 GS - FLEET 832.50 832.50 06/24/2022 GS - FLEET 1,928.25 1,928.25 07/20/2022 GS - FLEET 3,322.35 3,322.35 08/23/2022 GS - FLEET 1,963.75 1,963.75 08/23/2022 GS - FLEET 1,395.16 1,395.16 09/01/2022 GS - FLEET 1,047.92 1,047.92 09/01/2022 GS - FLEET 675.00 675.00 09/01/2022 GS - FLEET 1,928.25 1,928.25 10/07/2022 GS - FLEET 1,963.75 1,963.75 10/07/2022 GS - FLEET 1,817.10 1,817.10 10/12/2022 GS - FLEET 1,265.40 1,265.40 10/12/2022 GS - FLEET 1,319.63 1,319.63 10/26/2022 GS - FLEET 1,928.25 1,928.25 10/26/2022 GS - FLEET 646.65 646.65 11/04/2022 GS - FLEET 687.71 687.71 11/04/2022 GS - FLEET 675.68 675.68 12/01/2022 GS - FLEET 1,142.10 1,142.10 12/01/2022 GS - FLEET 856.55 856.55 12/01/2022 GS - FLEET 4,112.75 4,112.75 12/02/2022 GS - FLEET 958.50 958.50 12/20/2022 GS - FLEET 1,253.50 1,253.50 12/20/2022 GS - FLEET 553.75 553.75 12/30/2022 GS - FLEET 2,889.60 2,889.60 01/05/2023 GS - FLEET 2,667.00 2,667.00 01/05/2023 GS - FLEET 592.00 592.00 01/18/2023 GS - FLEET 1,225.00 1,225.00 01/26/2023 GS - FLEET 612.50 612.50 01/26/2023 GS - FLEET 1,963.75 1,963.75 01/26/2023 GS - FLEET 1,184.00 1,184.00 01/26/2023 GS - FLEET 1,778.00 1,778.00 01/26/2023 GS - FLEET 1,444.80 1,444.80 02/01/2023 GS - FLEET 889.00 889.00 02/01/2023 GS - FLEET 592.00 592.00 02/01/2023 GS - FLEET 2,667.00 2,667.00 02/24/2023 GS - FLEET 2,439.35 2,439.35 03/17/2023 GS - FLEET 1,559.04 1,559.04 04/18/2023 GS - FLEET 2,667.00 2,667.00 04/18/2023 GS - FLEET 3,345.44 3,345.44 04/27/2023 GS - FLEET 647.00 647.00 04/27/2023 GS - FLEET 647.00 647.00 04/27/2023 GS - FLEET 1,963.75 1,963.75 05/16/2023 GS - FLEET 2,667.00 2,667.00 05/24/2023 GS - FLEET 889.00 889.00 05/24/2023 GS - FLEET 889.00 889.00 05/24/2023 GS - FLEET 889.00 889.00 05/24/2023 GS - FLEET 2,727.51 2,727.51 05/24/2023 GS - FLEET -2,667.00 -2,667.00 05/25/2023 GS - FLEET 3,466.43 3,466.43 06/09/2023 GS - FLEET 2,667.00 2,667.00 06/22/2023 GS - FLEET 1,158.72 1,158.72 06/22/2023 GS - FLEET 2,477.41 2,477.41 07/19/2023 GS - FLEET 1,183.46 1,183.46 07/19/2023 GS - FLEET 889.00 889.00 07/19/2023 GS - FLEET 889.00 889.00 07/19/2023 GS - FLEET 889.00 889.00 07/19/2023 GS - FLEET 1,963.75 1,963.75 07/19/2023 GS - FLEET 656.75 656.75 07/27/2023 Term 10/1/20-7/31/23 185,524.94 GS - FLEET 2,581.35 2,581.35 08/17/2023 GS - FLEET 1,013.47 1,013.47 08/17/2023 GS - FLEET 1,911.45 1,911.45 08/30/2023 FINANCIAL & BUDGET OPERATIONS 3,257.74 3,257.74 09/11/2023 GS - FLEET 1,963.75 1,963.75 09/25/2023 GS - FLEET 1,610.20 1,610.20 09/25/2023 GS - FLEET 2,017.01 2,017.01 10/02/2023 GS - FLEET 916.50 916.50 10/02/2023 GS - FLEET 996.08 996.08 10/02/2023 GS - FLEET 4,072.99 4,072.99 10/31/2023 GS - FLEET 6,594.50 6,594.50 11/20/2023 GS - FLEET 3,927.64 3,927.64 11/20/2023 GS - FLEET 771.70 771.70 11/20/2023 GS - FLEET 2,052.74 2,052.74 12/05/2023 GS - FLEET 1,850.55 1,850.55 12/07/2023 GS - FLEET 699.90 699.90 12/18/2023 GS - FLEET 2,667.00 2,667.00 12/28/2023 GS - FLEET 2,094.96 2,094.96 12/28/2023 GS - FLEET 2,573.23 2,573.23 01/18/2024 GS - FLEET 1,208.05 1,208.05 01/18/2024 GS - FLEET 2,667.00 2,667.00 02/06/2024 GS - FLEET 2,014.57 2,014.57 02/06/2024 GS - FLEET 942.90 942.90 02/06/2024 GS - FLEET 1,546.05 1,546.05 02/29/2024 GS - FLEET 1,761.56 1,761.56 02/29/2024 GS - FLEET 5,287.50 5,287.50 03/14/2024 GS - FLEET 1,183.90 1,183.90 03/14/2024 GS - FLEET 1,628.06 1,628.06 04/02/2024 GS - FLEET 1,646.40 1,646.40 04/02/2024 GS - FLEET 2,328.00 2,328.00 04/03/2024 GS - FLEET 3,741.75 3,741.75 04/22/2024 GS - FLEET 2,450.62 2,450.62 04/22/2024 GS - FLEET 1,331.98 1,331.98 04/22/2024 GS - FLEET 2,522.88 2,522.88 05/08/2024 GS - FLEET 2,674.73 2,674.73 06/03/2024 GS - FLEET 2,667.00 2,667.00 06/11/2024 GS - FLEET 1,423.44 1,423.44 06/12/2024 GS - FLEET 1,772.40 1,772.40 06/12/2024 GS - FLEET 1,225.00 1,225.00 06/19/2024 GS - FLEET -1,225.00 -1,225.00 06/19/2024 GS - FLEET 1,225.00 1,225.00 06/19/2024 GS - FLEET 2,667.00 2,667.00 07/01/2024 GS - FLEET 1,300.82 1,300.82 07/01/2024 GS - FLEET 1,050.00 1,050.00 07/01/2024 GS - FLEET 1,963.75 1,963.75 07/12/2024 GS - FLEET 2,797.34 2,797.34 07/17/2024 GS - FLEET 1,963.75 1,963.75 07/17/2024 GS - FLEET 1,225.76 1,225.76 07/25/2024 GS - FLEET 987.00 987.00 07/25/2024 GS - FLEET 2,667.00 2,667.00 08/07/2024 GS - FLEET 1,963.75 1,963.75 08/07/2024 GS - FLEET 1,746.61 1,746.61 08/08/2024 GS - FLEET 1,907.39 1,907.39 08/23/2024 GS - FLEET 656.75 656.75 09/09/2024 GS - FLEET 2,505.83 2,505.83 09/16/2024 GS - FLEET 1,662.86 1,662.86 09/16/2024 GS - FLEET 1,310.57 1,310.57 09/20/2024 GS - FLEET 2,667.00 2,667.00 09/20/2024 GS - FLEET 925.05 925.05 10/08/2024 GS - FLEET 3,056.37 3,056.37 10/08/2024 GS - FLEET 2,667.00 2,667.00 10/22/2024 GS - FLEET 4,897.17 4,897.17 10/22/2024 GS - FLEET 1,963.75 1,963.75 10/30/2024 GS - FLEET 1,241.55 1,241.55 10/30/2024 GS - FLEET 3,311.34 3,311.34 11/14/2024 GS - FLEET 889.00 889.00 11/14/2024 GS - FLEET 889.00 889.00 11/14/2024 GS - FLEET 889.00 889.00 11/14/2024 GS - FLEET 550.00 550.00 11/14/2024 GS - FLEET 2,667.00 2,667.00 11/26/2024 GS - FLEET 1,541.99 1,541.99 11/26/2024 GS - FLEET 1,867.60 1,867.60 12/13/2024 GS - FLEET 1,052.10 1,052.10 12/13/2024 GS - FLEET 2,351.55 2,351.55 12/31/2024 GS - FLEET 940.00 940.00 12/31/2024 GS - FLEET 1,963.75 1,963.75 01/08/2025 GS - FLEET 1,963.75 1,963.75 01/09/2025 GS - FLEET 2,465.23 2,465.23 01/14/2025 GS - FLEET 1,039.50 1,039.50 01/14/2025 GS - FLEET 1,778.00 1,778.00 03/18/2025 GS - FLEET 1,778.00 1,778.00 04/07/2025 Term 8/1/23-7/31/25 159,327.43 Invoice Number Posted Status Vendor Document 1419435 True PAID PALMDALE OIL COMPANY INC 136959 1420306 True PAID PALMDALE OIL COMPANY INC 137061 1420308 True PAID PALMDALE OIL COMPANY INC 137062 1420321 True PAID PALMDALE OIL COMPANY INC 137063 1422746 True PAID PALMDALE OIL COMPANY INC 137981 1425990 True PAID PALMDALE OIL COMPANY INC 138854 1425992 True PAID PALMDALE OIL COMPANY INC 138852 1428470 True PAID PALMDALE OIL COMPANY INC 139293 1437299 True PAID PALMDALE OIL COMPANY INC 142551 1443139 True PAID PALMDALE OIL COMPANY INC 143313 1455126 True PAID PALMDALE OIL COMPANY INC 146782 1455167 True PAID PALMDALE OIL COMPANY INC 146783 1455182 True PAID PALMDALE OIL COMPANY INC 146780 1455183 True PAID PALMDALE OIL COMPANY INC 146781 1464654 True PAID PALMDALE OIL COMPANY INC 149679 1475664 True PAID PALMDALE OIL COMPANY INC 151739 1475893 True PAID PALMDALE OIL COMPANY INC 151804 1479418 True PAID PALMDALE OIL COMPANY INC 152651 1491847 True PAID PALMDALE OIL COMPANY INC 155501 1494088 True PAID PALMDALE OIL COMPANY INC 155721 1497400 True PAID PALMDALE OIL COMPANY INC 156725 1500859 True PAID PALMDALE OIL COMPANY INC 157400 1500860 True PAID PALMDALE OIL COMPANY INC 157399 1518532 True PAID PALMDALE OIL COMPANY INC 161269 15185321CM True PAID PALMDALE OIL COMPANY INC 161959 1519079 True PAID PALMDALE OIL COMPANY INC 161267 1519082 True PAID PALMDALE OIL COMPANY INC 161264 1520644 True PAID PALMDALE OIL COMPANY INC 161266 1520645 True PAID PALMDALE OIL COMPANY INC 161265 1528720 True PAID PALMDALE OIL COMPANY INC 164725 1528724 True PAID PALMDALE OIL COMPANY INC 164722 1531670 True PAID PALMDALE OIL COMPANY INC 163574 1544383 True PAID PALMDALE OIL COMPANY INC 165805 1546504 True PAID PALMDALE OIL COMPANY INC 166621 1546506 True PAID PALMDALE OIL COMPANY INC 166619 1562692 True PAID PALMDALE OIL COMPANY INC 170024 1562700 True PAID PALMDALE OIL COMPANY INC 170023 1568136 True PAID PALMDALE OIL COMPANY INC 171480 1572951 True PAID PALMDALE OIL COMPANY INC 172004 1580090 True PAID PALMDALE OIL COMPANY INC 173687 1580091 True PAID PALMDALE OIL COMPANY INC 173688 1583845 True PAID PALMDALE OIL COMPANY INC 174581 1585704 True PAID PALMDALE OIL COMPANY INC 175332 1590864 True PAID PALMDALE OIL COMPANY INC 176276 1598736 True PAID PALMDALE OIL COMPANY INC 177847 1599873 True PAID PALMDALE OIL COMPANY INC 178146 1610968 True PAID PALMDALE OIL COMPANY INC 181041 1616960 True PAID PALMDALE OIL COMPANY INC 182475 1616961 True PAID PALMDALE OIL COMPANY INC 182473 1624620 True PAID PALMDALE OIL COMPANY INC 183916 1624624 True PAID PALMDALE OIL COMPANY INC 183915 1456329 True PAID PALMDALE OIL COMPANY INC 146854 1632662 True PAID PALMDALE OIL COMPANY INC 190733 1634625 True PAID PALMDALE OIL COMPANY INC 190735 1636990 True PAID PALMDALE OIL COMPANY INC 190736 1647750 True PAID PALMDALE OIL COMPANY INC 190738 1647752 True PAID PALMDALE OIL COMPANY INC 190737 1651122 True PAID PALMDALE OIL COMPANY INC 190740 1653216CM True PAID PALMDALE OIL COMPANY INC 191037 1653217 True PAID PALMDALE OIL COMPANY INC 190806 1653425 True PAID PALMDALE OIL COMPANY INC 190808 1661868 True PAID PALMDALE OIL COMPANY INC 192819 1668431 True PAID PALMDALE OIL COMPANY INC 193954 1676040 True PAID PALMDALE OIL COMPANY INC 195554 1676809 True PAID PALMDALE OIL COMPANY INC 195944 1676814 True PAID PALMDALE OIL COMPANY INC 195943 1681980 True PAID PALMDALE OIL COMPANY INC 196883 1681986 True PAID PALMDALE OIL COMPANY INC 196882 1690250 True PAID PALMDALE OIL COMPANY INC 199838 1690303 True PAID PALMDALE OIL COMPANY INC 199837 1700626 True PAID PALMDALE OIL COMPANY INC 202965 1700645 True PAID PALMDALE OIL COMPANY INC 202964 1703426 True PAID PALMDALE OIL COMPANY INC 202962 17034261CM True PAID PALMDALE OIL COMPANY INC 207066 17034262 True PAID PALMDALE OIL COMPANY INC 206771 1714870 True PAID PALMDALE OIL COMPANY INC 204170 1716685 True PAID PALMDALE OIL COMPANY INC 205414 1717226 True PAID PALMDALE OIL COMPANY INC 205587 17172261CM True PAID PALMDALE OIL COMPANY INC 206584 1717985 True PAID PALMDALE OIL COMPANY INC 205588 1719477 True PAID PALMDALE OIL COMPANY INC 205848 1720804CM True PAID PALMDALE OIL COMPANY INC 216560 1723026 True PAID PALMDALE OIL COMPANY INC 207064 1728452 True PAID PALMDALE OIL COMPANY INC 207953 1728454 True PAID PALMDALE OIL COMPANY INC 207951 1741005 True PAID PALMDALE OIL COMPANY INC 211184 1741097 True PAID PALMDALE OIL COMPANY INC 211186 1741115 True PAID PALMDALE OIL COMPANY INC 211188 1753087 True PAID PALMDALE OIL COMPANY INC 213778 1760544 True PAID PALMDALE OIL COMPANY INC 216546 1772627 True PAID PALMDALE OIL COMPANY INC 218956 17726271CM True PAID PALMDALE OIL COMPANY INC 219849 17726272 True PAID PALMDALE OIL COMPANY INC 218958 17726273 True PAID PALMDALE OIL COMPANY INC 218957 1784592 True PAID PALMDALE OIL COMPANY INC 220770 1784594 True PAID PALMDALE OIL COMPANY INC 220771 1784595 True PAID PALMDALE OIL COMPANY INC 220774 1784596 True PAID PALMDALE OIL COMPANY INC 220775 1797839 True PAID PALMDALE OIL COMPANY INC 225177 1818162 True PAID PALMDALE OIL COMPANY INC 229766 1818165 True PAID PALMDALE OIL COMPANY INC 229767 1822753 True PAID PALMDALE OIL COMPANY INC 231111 1823805 True PAID PALMDALE OIL COMPANY INC 231292 1823813 True PAID PALMDALE OIL COMPANY INC 231293 1845773 True PAID PALMDALE OIL COMPANY INC 241028 1845779 True PAID PALMDALE OIL COMPANY INC 241029 1848131 True PAID PALMDALE OIL COMPANY INC 241031 1848134 True PAID PALMDALE OIL COMPANY INC 241032 1857287 True PAID PALMDALE OIL COMPANY INC 238375 1857291 True PAID PALMDALE OIL COMPANY INC 238377 1864660 True PAID PALMDALE OIL COMPANY INC 240748 1864666 True PAID PALMDALE OIL COMPANY INC 240747 1876345 True PAID PALMDALE OIL COMPANY INC 243653 1879066 True PAID PALMDALE OIL COMPANY INC 243530 1879070 True PAID PALMDALE OIL COMPANY INC 243529 1879071 True PAID PALMDALE OIL COMPANY INC 243531 1889090 True PAID PALMDALE OIL COMPANY INC 245618 1889091 True PAID PALMDALE OIL COMPANY INC 245619 1894814 True PAID PALMDALE OIL COMPANY INC 246086 1898194 True PAID PALMDALE OIL COMPANY INC 248143 1898195 True PAID PALMDALE OIL COMPANY INC 248144 1906490 True PAID PALMDALE OIL COMPANY INC 249930 1911179 True PAID PALMDALE OIL COMPANY INC 250602 1911184 True PAID PALMDALE OIL COMPANY INC 250603 1911319 True PAID PALMDALE OIL COMPANY INC 250604 1911323 True PAID PALMDALE OIL COMPANY INC 250605 1911324 True PAID PALMDALE OIL COMPANY INC 250606 1915380 True PAID PALMDALE OIL COMPANY INC 251798 1915386 True PAID PALMDALE OIL COMPANY INC 251797 1915389 True PAID PALMDALE OIL COMPANY INC 251796 1928240 True PAID PALMDALE OIL COMPANY INC 255297 1941276 True PAID PALMDALE OIL COMPANY INC 257726 1962415 True PAID PALMDALE OIL COMPANY INC 262470 1962425 True PAID PALMDALE OIL COMPANY INC 262471 1968032 True PAID PALMDALE OIL COMPANY INC 264468 1971965 True PAID PALMDALE OIL COMPANY INC 264786 1971969 True PAID PALMDALE OIL COMPANY INC 264787 1978646 True PAID PALMDALE OIL COMPANY INC 266038 1983855 True PAID PALMDALE OIL COMPANY INC 266716 19838551CM True PAID PALMDALE OIL COMPANY INC 267530 19838552 True PAID PALMDALE OIL COMPANY INC 267443 19838553 True PAID PALMDALE OIL COMPANY INC 267445 19838554 True PAID PALMDALE OIL COMPANY INC 267442 1985432 True PAID PALMDALE OIL COMPANY INC 267446 1995966 True PAID PALMDALE OIL COMPANY INC 269471 2002803 True PAID PALMDALE OIL COMPANY INC 270842 2004010 True PAID PALMDALE OIL COMPANY INC 272304 2019946 True PAID PALMDALE OIL COMPANY INC 275204 2019948 True PAID PALMDALE OIL COMPANY INC 275205 2019969 True PAID PALMDALE OIL COMPANY INC 275206 2019983 True PAID PALMDALE OIL COMPANY INC 275208 2019984 True PAID PALMDALE OIL COMPANY INC 275207 2019986 True PAID PALMDALE OIL COMPANY INC 275209 2023837 True PAID PALMDALE OIL COMPANY INC 275353 2038600 True PAID PALMDALE OIL COMPANY INC 279074 2038604 True PAID PALMDALE OIL COMPANY INC 279072 2047113 True PAID PALMDALE OIL COMPANY INC 280724 2053662 True PAID PALMDALE OIL COMPANY INC 294023 2061179 True PAID PALMDALE OIL COMPANY INC 283739 2062284 True PAID PALMDALE OIL COMPANY INC 284429 2066691 True PAID PALMDALE OIL COMPANY INC 286688 2066702 True PAID PALMDALE OIL COMPANY INC 286692 2066704 True PAID PALMDALE OIL COMPANY INC 286691 2087285 True PAID PALMDALE OIL COMPANY LLC 294704 2098182 True PAID PALMDALE OIL COMPANY LLC 294705 2099958 True PAID PALMDALE OIL COMPANY LLC 294706 2099959 True PAID PALMDALE OIL COMPANY LLC 294707 2109027 True PAID PALMDALE OIL COMPANY LLC 294708 2113696 True PAID PALMDALE OIL COMPANY LLC 294702 2118286 True PAID PALMDALE OIL COMPANY LLC 296224 2123546 True PAID PALMDALE OIL COMPANY LLC 297511 2124627 True PAID PALMDALE OIL COMPANY LLC 297513 2137103 True PAID PALMDALE OIL COMPANY LLC 307493 2137112 True PAID PALMDALE OIL COMPANY LLC 307495 2148311 True PAID PALMDALE OIL COMPANY LLC 302567 2149436 True PAID PALMDALE OIL COMPANY LLC 302565 2149474 True PAID PALMDALE OIL COMPANY LLC 302566 2165195 True PAID PALMDALE OIL COMPANY LLC 306588 2165197 True PAID PALMDALE OIL COMPANY LLC 306589 2173668 True PAID PALMDALE OIL COMPANY LLC 307490 2174795 True PAID PALMDALE OIL COMPANY LLC 307496 2186938 True PAID PALMDALE OIL COMPANY LLC 311426 2186941 True PAID PALMDALE OIL COMPANY LLC 311425 2187639 True PAID PALMDALE OIL COMPANY LLC 311424 2199053 True PAID PALMDALE OIL COMPANY LLC 312911 2200115 True PAID PALMDALE OIL COMPANY LLC 316857 2200116 True PAID PALMDALE OIL COMPANY LLC 320481 2211932 True PAID PALMDALE OIL COMPANY LLC 316856 2228120 True PAID PALMDALE OIL COMPANY LLC 319326 2232664 True PAID PALMDALE OIL COMPANY LLC 320946 2235187 True PAID PALMDALE OIL COMPANY LLC 320948 2235191 True PAID PALMDALE OIL COMPANY LLC 320947 2238455 True PAID PALMDALE OIL COMPANY LLC 323751 22384551CM True PAID PALMDALE OIL COMPANY LLC 324054 22384552 True PAID PALMDALE OIL COMPANY LLC 323750 2246137 True PAID PALMDALE OIL COMPANY LLC 323753 2247462 True PAID PALMDALE OIL COMPANY LLC 323908 2247464 True PAID PALMDALE OIL COMPANY LLC 323907 2253079 True PAID PALMDALE OIL COMPANY LLC 324661 2257583 True PAID PALMDALE OIL COMPANY, LLC 325219 2257586 True PAID PALMDALE OIL COMPANY, LLC 325218 2262712 True PAID PALMDALE OIL COMPANY, LLC 326411 2262714 True PAID PALMDALE OIL COMPANY, LLC 326407 2271416 True PAID PALMDALE OIL COMPANY, LLC 328023 2271421 True PAID PALMDALE OIL COMPANY, LLC 328022 2272279 True PAID PALMDALE OIL COMPANY, LLC 328348 2283764 True PAID PALMDALE INTERMEDIATE LLC 332351 2292664 True PAID PALMDALE OIL COMPANY, LLC 332510 2297393 True PAID PALMDALE INTERMEDIATE LLC 335622 2297397 True PAID PALMDALE INTERMEDIATE LLC 335623 2300778 True PAID PALMDALE INTERMEDIATE LLC 335620 2300780 True PAID PALMDALE INTERMEDIATE LLC 335621 2312729 True PAID PALMDALE INTERMEDIATE LLC 339924 2312751 True PAID PALMDALE INTERMEDIATE LLC 339922 2321834 True PAID PALMDALE INTERMEDIATE LLC 339926 2321836 True PAID PALMDALE INTERMEDIATE LLC 339927 2328527 True PAID PALMDALE INTERMEDIATE LLC 339930 2328533 True PAID PALMDALE INTERMEDIATE LLC 339928 2339373 True PAID PALMDALE INTERMEDIATE LLC 341447 2339375 True PAID PALMDALE INTERMEDIATE LLC 341444 2339376 True PAID PALMDALE INTERMEDIATE LLC 341440 2339380 True PAID PALMDALE INTERMEDIATE LLC 341442 2339394 True PAID PALMDALE INTERMEDIATE LLC 341445 2346786 True PAID PALMDALE INTERMEDIATE LLC 345685 2346787 True PAID PALMDALE INTERMEDIATE LLC 345684 2358597 True PAID PALMDALE INTERMEDIATE LLC 345686 2358598 True PAID PALMDALE INTERMEDIATE LLC 345687 2368563 True PAID PALMDALE INTERMEDIATE LLC 347516 2368564 True PAID PALMDALE INTERMEDIATE LLC 347515 2372837 True PAID PALMDALE INTERMEDIATE LLC 354590 2373841 True PAID PALMDALE INTERMEDIATE LLC 354592 2376398 True PAID PALMDALE INTERMEDIATE LLC 354594 2376399 True PAID PALMDALE INTERMEDIATE LLC 354593 2420789 True PAID PALMDALE INTERMEDIATE LLC 358801 SI-1337 True PAID PALMDALE INTERMEDIATE LLC 363757 Description Journal Number Journal Year 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 CM 2020-2023: OILS AND LUBRICANTS INV 1518532 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS SOLID WASTE BALER 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2021 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 CM 2020-2023: OILS AND LUBRICANTS INV 1651122 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 MILEMASTER HD 15W40 0 2022 PROMAX AW68 HYD - BULK 0 2022 TRACTOR HYD FLUID 55GAL 0 2022 CM 2020-2023: OILS AND LUBRICANTS INV 1703426 0 2022 2020-2023: OILS AND LUBRICANTS (2) 55 RD TRACTOR 0 2022 2020-2023: OILS AND LUBRICANTS CITGO 668 ATF 55GL 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 CM 2020-2023: OILS AND LUBRICANTS INV 1717226 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 2020-2023: OILS AND LUBRICANTS 0 2022 CM 2020-2023: ERROR ON CHARGE AMOUNTS 0 2022 CITGO SYNDURANCE 668 ATF 55 GAL 155 DR(1)0 2022 2020-2023: OILS AND LUBRICANTS AW68 0 2022 2020-2023: OILS AND LUBRICANTS FULL SYN 5W20 0 2022 149 GAL TEXSTAR 15W40 MOTOR OIL 0 2022 229 GAL CAM2 PROMAX AW68 HYD 0 2022 155DR CAM2 85W140 GEAR OIL 0 2022 CITGARD CNG/LNG SAE 15W40 0 2022 2020-2023: OILS AND LUBRICANTS CAM AW68 270.5 GAL 0 2022 CREDIT 17726271 TO WASH THIS INVOICE 0 2022 CM 2020-2023: OILS AND LUBRICANTS INV 1772627 0 2022 CAM2 PROMAX AW68 HYD - BULK 0 2022 CITGARD CNG/LNG SAE 15W40 - 55GAL (3) 55DR 0 2022 TEXSTAR 15W40 MOTOR OIL 0 2022 CAM2 PROMAX AW68 HYD 0 2022 TEXSTAR SYNTHETIC 5W20 0 2022 TEXSTAR 5W30 SYN BLEND MOTOR OIL 0 2022 CITGARD CNG/LNG SAE 15W40 355DR 0 2022 CAM2 PROMAX AW68 HYD-BULK 492.2 GAL 0 2022 CITGO SYNDURANCE 668 ATF 55 GAL 1 55DR 0 2022 CAM2 DEXO1 FULL SYN (2) 55DR 0 2022 TEXSTAR 15W40 MOTOR OIL 130 GAL 0 2022 CAM2 PROMAX AW68 100 GAL 0 2022 2020-2023: OILS AND LUBRICANTS 0 2023 2020-2023: OILS AND LUBRICANTS 0 2023 2020-2023: OILS AND LUBRICANTS 0 2023 2020-2023: OILS AND LUBRICANTS 0 2023 2020-2023: OILS AND LUBRICANTS 0 2023 2020-2023: OILS AND LUBRICANTS 0 2023 2020-2023: OILS AND LUBRICANTS 0 2023 2020-2023: OILS AND LUBRICANTS 0 2023 2020-2023: OILS AND LUBRICANTS 0 2023 2020-2023: OILS AND LUBRICANTS 0 2023 2020-2023: OILS AND LUBRICANTS 0 2023 2020-2023: OILS AND LUBRICANTS 0 2023 CAM2 PROMAX AW68 HYD 142GAL 0 2023 CITGO TRANSGARD TRANS 10W 255DR 0 2023 TEXSTAR SYNTHETIC 5W20 155DR 0 2023 CAM2 PROMAX AW68 HYD - (6) 55 DRUM 0 2023 CITGARD 800 CNG/LNG SAE 15W40 (3) 55DRUM 0 2023 15W40 CK-4 MOTOR OIL 1 55DRUM 0 2023 TEXSTAR SYNTHETIC 5W20 55/1 0 2023 TEXSTAR SYNTHETIC 5W30 55/1 0 2023 CITGO SYNDURANCCE 668 ATF 55 GAL 0 2023 TEXSTAR 15W40 CK-4 MOTOR OIL 55/1 0 2023 CITGARD 800 CNG/LNG SAE 15W40 - DRUM 0 2023 CAM2 PROMAAX AW68 HYD - 55 GAL 0 2023 CITGARD 800 CNG/LNG SAE 15W40 - DRUM 0 2023 TEXSTAR 15W40 SYN BLEND OIL 155DRUM 0 2023 2020-2023: OILS AND LUBRICANTS 15W40 (3) 55DR 0 2023 CAM2 PROMAX AW68 55GAL (4)DR AND CAM DMATF 55DR (10 2023 CAM2 PROMAX AW68 HYD 192GAL 0 2023 CITGARD 800 CNG/LNG SAE 15W40 3 55DR 0 2023 CAM2 PROMAX AW68 412 GAL 0 2023 TEXSTAR SYNTHETIC 0W20 1 55DR 0 2023 TEXSTAR SYNTHETIC 0W20 1 55DR 0 2023 CITGO SYNDURANCE 668 ATF 55 GAL 0 2023 CITGARD 800/CNG/LNG SAE 15W40 0 2023 CM INV#1983855 - CITGARD 800/CNG/LNG SAE 15W40 0 2023 CITGARD 800 CNG/LNG SAE 15W40 - DRUM 1 55DR 0 2023 CITGARD 800 CNG/LNG SAE 15W40 - DRUM 1 55DR 0 2023 CITGARD 800 CNG/LNG SAE 15W40 1 55DR 0 2023 CAM2 PROMAX AW68 HYD - BULK 0 2023 CAM2 PROMAX AW68 HYD BULK 426.9 GAL 0 2023 CITGARD 800 CNG/LNG 15W40 - DRUM 3 55DR 0 2023 CAM2 PROMAX AW68 HYD - BULK 0 2023 CAM PROMAX AW68 305.1GAL 0 2023 TEXSTAR 15W40 BLEND OIL 125.9GAL 0 2023 CITGARD 800 CNG/LNG SAE 15W40 1 55DR 0 2023 CITGARD 800CNG/LNG SAE 15W40 55 DRUM 0 2023 CITGARD 800 CNG/LNG SAE 15W40 DRUM 0 2023 CITGO SYNDURANCE 668 ATF 55 GAL 0 2023 CAM2 85W140 GEAR OIL 1 55DR 0 2023 CAM2 PROMAX AW68 317.9 GAL 0 2023 TEXSTAR SYNTHETIC 5W20 122.4 GAL 0 2023 CAM2 PROMAX AW68 235.4GAL 0 2023 2020-2025: OILS AND LUBRICANTS 0 2023 CITGO SYNDURANCE 668 ATF 55 GAL 0 2023 CAM2 PROMAX AW68 HYD 0 2023 CAM2 PROMAX AW68 248.4 GAL 0 2024 TEXSTAR 15W40 SYN BLEND 94.5 GAL 0 2024 TEXSTAR SYNTHETIC 5W20 120.3 GAL 0 2024 CAM2 PROMAX AW68 HYD - BULK 0 2024 CITGARD 800 CNG/LNG SAE 15W40 0 2024 CAM2 PROMAX AW67 HYD- BULK 0 2024 TEXSTAR SYNTHETIC 5W20 SP/GF-6A OIL BULK 0 2024 CAM2 PROMAX AW68 HYD - BULK 0 2024 CAM2 PROMAX AW68 HYD - BULK 0 2024 CAM2 UNIVERSAL TRAC HYD 55GAL 0 2024 CITGARD 800 CNG /LNG DRUM 15W40 (3)0 2024 CAM2 PROMAX AW68 HYDRAULIC FLUID 0 2024 CAM2 PROMAX AW68 HYD - BULK 0 2024 TEXSTAR SYNTHETIC 5W20 SP/GF-6A OIL 0 2024 CITGARD 8001 CNG/LNG SAE 15W40 - DRUM 0 2024 CAM-AW68-000 PROMAX 0 2024 5W30 TEXSTAR SYNTHETIC 0 2024 CAM2 PROMAX AW68 HYD- BULK 0 2024 15X40 SYN BLEND - BULK 0 2024 CITGARD CNG/LNG SAE 15W40, 85W140 ETC 0 2024 CAM2 PROMAX AW68 HYD - BULK 0 2024 CAM2 PROMAX AW68 0 2024 TEXSTAR SYNTHETIC 5W20 0 2024 15W40 2 55DR & ATF 55GAL 0 2024 CITGO SYNDURANCE 55 GAL, 15W40 DRUM 0 2024 CAM2 PROMAX AW68 BULK 0 2024 TEXSTAR 15X40 SYN BLEND 0 2024 CAM2 PROMAX AW68 HYD BULK 0 2024 CAM2 PROMAX AW68 BULK 0 2024 CITGARD 800 CNG/LNG SAE 15W40 0 2024 CAM2 PROMAX AW68 HYD BULK 0 2024 5W20 SP/GF-6A OIL BULK 0 2024 DEF-055 -CREDIT ATTACHED AS INV DOESNT BELONG GS 0 2024 CM INV # 2238455 - DEF-055 -CREDIT ATTACHED AS INV 0 2024 0W20 SYNTHETIC 2 55DR 0 2024 CNG/LNG SAE 15W40 3 55DR 0 2024 AW68 CAM2 PROMAX 160.2 GAL 0 2024 5W30 TEXSTAR SYNTHETIC 100GAL 0 2024 CITGO SYNDURANCE 668 ATF 55 GAL, 55DR 0 2024 CAM2 PROMAX AW68 344.5GAL 0 2024 668 ATF 55 GAL 155DR 0 2024 15W40 130GAL 0 2024 5W20 OIL 94GAL 0 2024 CITGARD 800 CNG/LNG SAE 15W40 3 55DR 0 2024 CITGO SYNDURANCE 668 ATF 55 GAL / 1 55DR 0 2024 CAM2 PROMAX AW68 HYD-BULK 215.1 GAL 0 2024 CAM2 PROMAX AW68 HYD - BULK 0 2024 CAM2 85W140 GEAR OIL 0 2024 CAM2 PROMAX AW68 HYD - BULK 0 2024 TRXSTAR 15W40 CK-4 SYN BLEND OIL 0 2024 CAM2 PROMX AW68 HYD BULK 161.4 GAL 0 2024 CITGARD 800 CNG/LNG SAE 15W40 - DRUM 0 2024 TEXSTAR SYNTHETIC 5W20 OIL BULK 0 2025 CAM2 PROMAX AW68 HYD BULK 0 2025 CITGARD 800 CNG/LNG SAE 15W40 DRUM 0 2025 CAM2 PROMAX AW68 HYD - BULK 0 2025 CITGO SYNDURANCE 668 ATF 55 GAL 0 2025 CAM2 PROMAX AW68 HYD - BULK 0 2025 CAM2 PROMAX AW68 HYD - BULK 0 2025 CNG/LNG 15W40 1 155DRUM 0 2025 CNG/LNG 15W40 1 155DRUM 0 2025 CNG/LNG SAE 15W40 1 155 DRUM 0 2025 CAM2 DEXRON / MERCON ARF 55 GAL 0 2025 CITGARD 800 CNG/LNG SAE 15W40 - DRUM 0 2025 CAM2 PROMAX AW68 HYD - BULK 0 2025 CAM2 PROMAX AW68 HYD - BULK 0 2025 TEXSTAR SYNTHETIC 5W20 SP/GF/6A OIL BULK 0 2025 CAM2 PROMAX AW68 HYD 0 2025 TEXSTAR 15W40 CK-4 SYN BLEND 0 2025 CITGO SYNDURANCE 668 ATF 55 GAL 0 2025 CITGO SYNDURANCE 668 ATF 55 GAL 0 2025 CAM2 PROMAX AW68 HYD - BULK 0 2025 TEXSTAR SYNTHETIC 5W30 SPGF-6A OIL 0 2025 800 CNG/LNG SAE 15W40 - DRUM 0 2025 CASTROL VECTON MULTI-FUEL 55 GAL DRUM (2)0 2025 Journal Period Purchase Order Contract Department Voucher Gross Amount 1 900990 GS - FLEET 534.00 1 900990 GS - FLEET 1,225.60 1 900990 GS - FLEET 698.50 1 900990 GS - FLEET 946.25 1 900990 GS - FLEET 638.00 1 900990 GENERAL SUPPORT SERVICES 845.75 1 900990 GENERAL SUPPORT SERVICES 1,390.29 1 900990 GS - FLEET 1,425.00 2 900990 GS - FLEET 892.39 2 900990 GS - FLEET 1,796.00 3 900990 GS - FLEET 1,562.15 3 900990 GS - FLEET 838.84 3 900990 GS - FLEET 712.47 3 900990 GS - FLEET 1,611.66 4 900990 GS - FLEET 1,796.00 4 900990 GS - FLEET 1,425.00 4 900990 GS - FLEET 754.13 4 900990 GS - FLEET 1,201.96 5 900990 GS - FLEET 537.73 5 900990 GS - FLEET 1,796.00 5 900990 GS - FLEET 1,425.00 6 900990 GS - FLEET 306.40 6 900990 GS - FLEET 648.72 7 900990 GS - FLEET 3,221.00 7 900990 GS - FLEET -3,221.00 7 900990 GS - FLEET 1,796.00 7 900990 GS - FLEET 1,425.00 7 900990 GS - FLEET 957.88 7 900990 GS - FLEET 492.76 7 900990 GS - FLEET 1,297.48 7 900990 GS - FLEET 497.90 7 900990 GS - FLEET 295.00 8 900990 GS - FLEET 1,425.00 8 900990 GS - FLEET 1,777.12 8 900990 GS - FLEET 698.50 9 900990 GS - FLEET 1,492.50 9 900990 GS - FLEET 459.60 9 900990 GS - FLEET 1,796.00 9 900990 GS - FLEET 3,195.92 10 900990 GS - FLEET 708.55 10 900990 GS - FLEET 635.00 10 900990 GS - FLEET 1,425.00 10 900990 GS - FLEET 574.50 10 900990 GS - FLEET 766.00 11 900990 GS - FLEET 1,425.00 11 900990 GS - FLEET 689.40 11 900990 GS - FLEET 1,796.00 12 900990 GS - FLEET 1,122.57 12 900990 GS - FLEET 762.64 12 900990 GS - FLEET 769.50 12 900990 GS - FLEET 1,261.60 8 900990 GS - FLEET 2,101.47 2 900990 GS - FLEET 1,425.00 2 900990 GS - FLEET 1,796.00 2 900990 GS - FLEET 844.13 2 900990 GS - FLEET 621.24 2 900990 GS - FLEET 1,627.75 2 900990 GS - FLEET 2,431.24 2 900990 GS - FLEET -2,431.24 2 900990 GS - FLEET 2,101.47 2 900990 GS - FLEET 730.38 3 900990 GS - FLEET 779.02 3 900990 GS - FLEET 965.16 3 900990 GS - FLEET 547.69 3 900990 GS - FLEET 2,101.47 3 900990 GS - FLEET 1,796.00 4 900990 GS - FLEET 755.65 4 900990 GS - FLEET 359.25 4 900990 GS - FLEET 656.59 4 900990 GS - FLEET 1,081.59 5 900990 GS - FLEET 728.46 5 900990 GS - FLEET 997.72 5 900990 GS - FLEET 1,373.94 6 900990 GS - FLEET -1,373.94 6 900990 GS - FLEET 973.50 6 900990 GS - FLEET 1,963.75 6 900990 GS - FLEET 1,543.05 6 900990 GS - FLEET 3,487.00 6 900990 GS - FLEET -3,487.00 6 900990 GS - FLEET 1,928.25 6 900990 GS - FLEET 462.75 8 900990 GS - FLEET -2,029.41 6 900990 GS - FLEET 1,963.75 6 900990 GS - FLEET 1,147.50 6 900990 GS - FLEET 925.00 7 900990 GS - FLEET 1,196.47 7 900990 GS - FLEET 1,546.43 7 900990 GS - FLEET 989.41 8 900990 GS - FLEET 1,928.25 8 900990 GS - FLEET 1,825.88 9 900990 GS - FLEET 3,532.73 9 900990 GS - FLEET -3,532.73 9 900990 GS - FLEET 1,604.48 9 900990 GS - FLEET 1,928.25 9 900990 GS - FLEET 1,153.91 9 900990 GS - FLEET 917.33 9 900990 GS - FLEET 1,307.33 9 900990 GS - FLEET 832.50 10 900990 GS - FLEET 1,928.25 11 900990 GS - FLEET 3,322.35 11 900990 GS - FLEET 1,963.75 12 900990 GS - FLEET 1,395.16 12 900990 GS - FLEET 1,047.92 12 900990 GS - FLEET 675.00 2 900990 GS - FLEET 1,928.25 2 900990 GS - FLEET 1,963.75 2 900990 GS - FLEET 1,817.10 2 900990 GS - FLEET 1,265.40 2 900990 GS - FLEET 1,319.63 2 900990 GS - FLEET 1,928.25 2 900990 GS - FLEET 646.65 2 900990 GS - FLEET 687.71 3 900990 GS - FLEET 4,112.75 3 900990 GS - FLEET 675.68 3 900990 GS - FLEET 1,142.10 3 900990 GS - FLEET 856.55 3 900990 GS - FLEET 958.50 3 900990 GS - FLEET 1,253.50 4 900990 GS - FLEET 553.75 4 900990 GS - FLEET 2,889.60 4 900990 GS - FLEET 2,667.00 4 900990 GS - FLEET 592.00 4 900990 GS - FLEET 1,225.00 4 900990 GS - FLEET 612.50 4 900990 GS - FLEET 1,963.75 4 900990 GS - FLEET 1,184.00 4 900990 GS - FLEET 1,778.00 5 900990 GS - FLEET 1,444.80 5 900990 GS - FLEET 889.00 5 900990 GS - FLEET 592.00 6 900990 GS - FLEET 2,667.00 6 900990 GS - FLEET 2,439.35 7 900990 GS - FLEET 1,559.04 7 900990 GS - FLEET 2,667.00 8 900990 GS - FLEET 3,345.44 8 900990 GS - FLEET 647.00 8 900990 GS - FLEET 647.00 8 900990 GS - FLEET 1,963.75 8 900990 GS - FLEET 2,667.00 8 900990 GS - FLEET -2,667.00 8 900990 GS - FLEET 889.00 8 900990 GS - FLEET 889.00 8 900990 GS - FLEET 889.00 8 900990 GS - FLEET 2,727.51 9 900990 GS - FLEET 3,466.43 9 900990 GS - FLEET 2,667.00 10 900990 GS - FLEET 1,158.72 10 900990 GS - FLEET 2,477.41 10 900990 GS - FLEET 1,183.46 10 900990 GS - FLEET 889.00 10 900990 GS - FLEET 889.00 10 900990 GS - FLEET 889.00 10 900990 GS - FLEET 1,963.75 10 900990 GS - FLEET 656.75 11 900990 GS - FLEET 2,581.35 11 900990 GS - FLEET 1,013.47 12 900990 GS - FLEET 1,911.45 12 900990 FINANCIAL & BUDGET OPERATIONS 3,257.74 12 900990 GS - FLEET 1,963.75 12 900990 GS - FLEET 1,610.20 1 900990 GS - FLEET 2,017.01 1 900990 GS - FLEET 916.50 1 900990 GS - FLEET 996.08 3 902020 GS - FLEET 4,072.99 3 902020 GS - FLEET 6,594.50 3 902020 GS - FLEET 3,927.64 3 902020 GS - FLEET 771.70 3 902020 GS - FLEET 2,052.74 3 902020 GS - FLEET 1,850.55 3 902020 GS - FLEET 699.90 4 902020 GS - FLEET 2,667.00 4 902020 GS - FLEET 2,094.96 6 902020 GS - FLEET 2,573.23 6 902020 GS - FLEET 1,208.05 5 902020 GS - FLEET 2,667.00 5 902020 GS - FLEET 2,014.57 5 902020 GS - FLEET 942.90 6 902020 GS - FLEET 1,546.05 6 902020 GS - FLEET 1,761.56 6 902020 GS - FLEET 5,287.50 6 902020 GS - FLEET 1,183.90 7 902020 GS - FLEET 1,628.06 7 902020 GS - FLEET 1,646.40 7 902020 GS - FLEET 2,328.00 7 902020 GS - FLEET 3,741.75 8 902020 GS - FLEET 2,450.62 9 902020 GS - FLEET 1,331.98 8 902020 GS - FLEET 2,522.88 9 902020 GS - FLEET 2,674.73 9 902020 GS - FLEET 2,667.00 9 902020 GS - FLEET 1,423.44 9 902020 GS - FLEET 1,772.40 10 902020 GS - FLEET 1,225.00 10 902020 GS - FLEET -1,225.00 10 902020 GS - FLEET 1,225.00 10 902020 GS - FLEET 2,667.00 10 902020 GS - FLEET 1,300.82 10 902020 GS - FLEET 1,050.00 10 902020 GS - FLEET 1,963.75 10 902020 GS - FLEET 2,797.34 10 902020 GS - FLEET 1,963.75 10 902020 GS - FLEET 1,225.76 10 902020 GS - FLEET 987.00 11 902020 GS - FLEET 2,667.00 11 902020 GS - FLEET 1,963.75 11 902020 GS - FLEET 1,746.61 12 902020 GS - FLEET 1,907.39 12 902020 GS - FLEET 656.75 12 902020 GS - FLEET 2,505.83 12 902020 GS - FLEET 1,662.86 12 902020 GS - FLEET 1,310.57 12 902020 GS - FLEET 2,667.00 2 902020 GS - FLEET 925.05 2 902020 GS - FLEET 3,056.37 2 902020 GS - FLEET 2,667.00 2 902020 GS - FLEET 4,897.17 2 902020 GS - FLEET 1,963.75 2 902020 GS - FLEET 1,241.55 2 902020 GS - FLEET 3,311.34 2 902020 GS - FLEET 889.00 2 902020 GS - FLEET 889.00 2 902020 GS - FLEET 889.00 2 902020 GS - FLEET 550.00 3 902020 GS - FLEET 2,667.00 3 902020 GS - FLEET 1,541.99 3 902020 GS - FLEET 1,867.60 3 902020 GS - FLEET 1,052.10 4 902020 GS - FLEET 2,351.55 4 902020 GS - FLEET 940.00 5 902020 GS - FLEET 1,963.75 5 902020 GS - FLEET 1,963.75 5 902020 GS - FLEET 2,465.23 5 902020 GS - FLEET 1,039.50 6 902020 GS - FLEET 1,778.00 7 902020 GS - FLEET 1,778.00 Tax Amount Discount Amount Net Amount Invoice Date Due Date Discount Date Received Date 0.00 534.00 10/06/2020 11/05/2020 10/06/2020 0.00 1,225.60 10/06/2020 11/05/2020 10/07/2020 0.00 698.50 10/06/2020 11/05/2020 10/07/2020 0.00 946.25 10/06/2020 11/05/2020 10/07/2020 0.00 638.00 10/13/2020 11/12/2020 10/13/2020 0.00 845.75 10/16/2020 11/15/2020 10/20/2020 0.00 1,390.29 10/16/2020 11/15/2020 10/20/2020 0.00 1,425.00 10/23/2020 11/22/2020 10/23/2020 0.00 892.39 11/06/2020 12/06/2020 11/16/2020 0.00 1,796.00 11/20/2020 12/20/2020 11/20/2020 0.00 1,562.15 12/11/2020 01/10/2021 12/15/2020 0.00 838.84 12/11/2020 01/10/2021 12/15/2020 0.00 712.47 12/11/2020 01/10/2021 12/15/2020 0.00 1,611.66 12/11/2020 01/10/2021 12/15/2020 0.00 1,796.00 01/04/2021 02/03/2021 01/05/2021 0.00 1,425.00 01/20/2021 02/19/2021 01/21/2021 0.00 754.13 01/19/2021 02/18/2021 01/21/2021 0.00 1,201.96 01/25/2021 02/24/2021 01/28/2021 0.00 537.73 02/12/2021 03/14/2021 02/16/2021 0.00 1,796.00 02/18/2021 03/20/2021 02/18/2021 0.00 1,425.00 02/24/2021 03/26/2021 02/24/2021 0.00 306.40 02/26/2021 03/28/2021 03/02/2021 0.00 648.72 02/26/2021 03/28/2021 03/02/2021 0.00 3,221.00 03/26/2021 04/25/2021 04/01/2021 0.00 -3,221.00 03/26/2021 04/25/2021 03/30/2021 0.00 1,796.00 03/26/2021 04/25/2021 04/01/2021 0.00 1,425.00 03/26/2021 04/25/2021 03/30/2021 0.00 957.88 03/29/2021 04/28/2021 04/01/2021 0.00 492.76 03/29/2021 04/28/2021 04/01/2021 0.00 1,297.48 04/09/2021 05/09/2021 04/27/2021 0.00 497.90 04/09/2021 05/09/2021 04/27/2021 0.00 295.00 04/16/2021 05/16/2021 04/16/2021 0.00 1,425.00 05/06/2021 06/05/2021 05/06/2021 0.00 1,777.12 05/07/2021 06/06/2021 05/11/2021 0.00 698.50 05/07/2021 06/06/2021 05/11/2021 0.00 1,492.50 06/03/2021 07/03/2021 06/07/2021 0.00 459.60 06/03/2021 07/03/2021 06/07/2021 0.00 1,796.00 06/15/2021 07/15/2021 06/16/2021 0.00 3,195.92 06/22/2021 07/22/2021 06/23/2021 0.00 708.55 07/01/2021 07/31/2021 07/08/2021 0.00 635.00 07/01/2021 07/31/2021 07/08/2021 0.00 1,425.00 07/13/2021 08/12/2021 07/13/2021 0.00 574.50 07/12/2021 08/11/2021 07/15/2021 0.00 766.00 07/22/2021 08/21/2021 07/26/2021 0.00 1,425.00 08/06/2021 09/05/2021 08/06/2021 0.00 689.40 08/06/2021 09/05/2021 08/10/2021 0.00 1,796.00 08/25/2021 09/24/2021 08/30/2021 0.00 1,122.57 09/03/2021 10/03/2021 09/08/2021 0.00 762.64 09/03/2021 10/03/2021 09/08/2021 0.00 769.50 09/15/2021 10/15/2021 09/22/2021 0.00 1,261.60 09/15/2021 10/15/2021 09/22/2021 0.00 2,101.47 12/16/2020 01/15/2021 12/16/2020 0.00 1,425.00 10/06/2021 11/05/2021 10/06/2021 0.00 1,796.00 10/08/2021 11/07/2021 10/19/2021 0.00 844.13 10/08/2021 11/07/2021 10/19/2021 0.00 621.24 10/26/2021 11/25/2021 11/03/2021 0.00 1,627.75 10/26/2021 11/25/2021 11/03/2021 0.00 2,431.24 11/08/2021 12/08/2021 11/15/2021 0.00 -2,431.24 11/08/2021 12/08/2021 11/15/2021 0.00 2,101.47 11/08/2021 12/08/2021 11/15/2021 0.00 730.38 11/08/2021 12/08/2021 11/15/2021 0.00 779.02 11/19/2021 12/19/2021 12/02/2021 0.00 965.16 12/06/2021 01/05/2022 12/10/2021 0.00 547.69 12/20/2021 01/19/2022 12/22/2021 0.00 2,101.47 12/20/2021 01/19/2022 12/27/2021 0.00 1,796.00 12/20/2021 01/19/2022 12/27/2021 0.00 755.65 12/29/2021 01/28/2022 01/04/2022 0.00 359.25 12/29/2021 01/28/2022 01/04/2022 0.00 656.59 01/17/2022 02/16/2022 01/26/2022 0.00 1,081.59 01/17/2022 02/16/2022 01/26/2022 0.00 728.46 02/03/2022 03/05/2022 02/16/2022 0.00 997.72 02/03/2022 03/05/2022 02/16/2022 0.00 1,373.94 02/10/2022 03/12/2022 02/16/2022 0.00 -1,373.94 02/10/2022 03/12/2022 03/14/2022 0.00 973.50 02/10/2022 03/12/2022 03/14/2022 0.00 1,963.75 03/02/2022 04/01/2022 03/02/2022 0.00 1,543.05 03/02/2022 04/01/2022 03/07/2022 0.00 3,487.00 03/07/2022 04/06/2022 03/08/2022 0.00 -3,487.00 03/07/2022 04/06/2022 03/08/2022 0.00 1,928.25 03/07/2022 04/06/2022 03/08/2022 0.00 462.75 03/09/2022 04/08/2022 03/10/2022 0.00 -2,029.41 03/10/2022 04/09/2022 03/14/2022 0.00 1,963.75 03/14/2022 04/13/2022 03/16/2022 0.00 1,147.50 03/22/2022 04/21/2022 03/29/2022 0.00 925.00 03/22/2022 04/21/2022 03/24/2022 0.00 1,196.47 04/12/2022 05/12/2022 04/14/2022 0.00 1,546.43 04/12/2022 05/12/2022 04/14/2022 0.00 989.41 04/12/2022 05/12/2022 04/14/2022 0.00 1,928.25 05/04/2022 06/03/2022 05/06/2022 0.00 1,825.88 05/16/2022 06/15/2022 05/25/2022 0.00 3,532.73 06/06/2022 07/06/2022 06/10/2022 0.00 -3,532.73 06/06/2022 07/06/2022 06/10/2022 0.00 1,604.48 06/06/2022 07/06/2022 06/10/2022 0.00 1,928.25 06/06/2022 07/06/2022 06/10/2022 0.00 1,153.91 06/24/2022 07/24/2022 06/27/2022 0.00 917.33 06/24/2022 07/24/2022 06/27/2022 0.00 1,307.33 06/24/2022 07/24/2022 06/27/2022 0.00 832.50 06/24/2022 07/24/2022 06/27/2022 0.00 1,928.25 07/20/2022 08/19/2022 07/25/2022 0.00 3,322.35 08/23/2022 09/22/2022 08/25/2022 0.00 1,963.75 08/23/2022 09/22/2022 08/25/2022 0.00 1,395.16 09/01/2022 10/01/2022 09/01/2022 0.00 1,047.92 09/01/2022 10/01/2022 09/07/2022 0.00 675.00 09/01/2022 10/01/2022 09/07/2022 0.00 1,928.25 10/07/2022 11/06/2022 11/16/2022 0.00 1,963.75 10/07/2022 11/06/2022 11/16/2022 0.00 1,817.10 10/12/2022 11/11/2022 11/16/2022 0.00 1,265.40 10/12/2022 11/11/2022 11/16/2022 0.00 1,319.63 10/26/2022 11/25/2022 11/02/2022 0.00 1,928.25 10/26/2022 11/25/2022 11/02/2022 0.00 646.65 11/04/2022 12/04/2022 11/15/2022 0.00 687.71 11/04/2022 12/04/2022 11/15/2022 0.00 4,112.75 12/02/2022 01/01/2023 12/09/2022 0.00 675.68 12/01/2022 12/31/2022 12/09/2022 0.00 1,142.10 12/01/2022 12/31/2022 12/09/2022 0.00 856.55 12/01/2022 12/31/2022 12/09/2022 0.00 958.50 12/20/2022 01/19/2023 12/23/2022 0.00 1,253.50 12/20/2022 01/19/2023 12/23/2022 0.00 553.75 12/30/2022 01/29/2023 01/04/2023 0.00 2,889.60 01/05/2023 02/04/2023 01/10/2023 0.00 2,667.00 01/05/2023 02/04/2023 01/10/2023 0.00 592.00 01/18/2023 02/17/2023 01/24/2023 0.00 1,225.00 01/26/2023 02/25/2023 02/01/2023 0.00 612.50 01/26/2023 02/25/2023 02/01/2023 0.00 1,963.75 01/26/2023 02/25/2023 02/01/2023 0.00 1,184.00 01/26/2023 02/25/2023 02/01/2023 0.00 1,778.00 01/26/2023 02/25/2023 02/01/2023 0.00 1,444.80 02/01/2023 03/03/2023 02/07/2023 0.00 889.00 02/01/2023 03/03/2023 02/07/2023 0.00 592.00 02/01/2023 03/03/2023 02/07/2023 0.00 2,667.00 02/24/2023 03/26/2023 03/01/2023 0.00 2,439.35 03/17/2023 04/16/2023 03/20/2023 0.00 1,559.04 04/18/2023 05/18/2023 04/24/2023 0.00 2,667.00 04/18/2023 05/18/2023 04/24/2023 0.00 3,345.44 04/27/2023 05/27/2023 05/05/2023 0.00 647.00 04/27/2023 05/27/2023 05/09/2023 0.00 647.00 04/27/2023 05/26/2023 05/09/2630 0.00 1,963.75 05/16/2023 06/15/2023 05/16/2023 0.00 2,667.00 05/24/2023 06/23/2023 05/24/2023 0.00 -2,667.00 05/25/2023 05/26/2023 05/31/2023 0.00 889.00 05/24/2023 06/23/2023 05/30/2023 0.00 889.00 05/24/2023 06/23/2023 05/30/2023 0.00 889.00 05/24/2023 06/23/2023 05/30/2023 0.00 2,727.51 05/24/2023 06/23/2023 05/30/2023 0.00 3,466.43 06/09/2023 07/09/2023 06/13/2023 0.00 2,667.00 06/22/2023 07/22/2023 06/22/2023 0.00 1,158.72 06/22/2023 07/22/2023 07/07/2023 0.00 2,477.41 07/19/2023 08/18/2023 07/26/2023 0.00 1,183.46 07/19/2023 08/18/2023 07/26/2023 0.00 889.00 07/19/2023 08/18/2023 07/26/2023 0.00 889.00 07/19/2023 08/18/2023 07/26/2023 0.00 889.00 07/19/2023 08/18/2023 07/26/2023 0.00 1,963.75 07/19/2023 08/18/2023 07/26/2023 0.00 656.75 07/27/2023 08/26/2023 07/27/2023 0.00 2,581.35 08/17/2023 09/16/2023 08/22/2023 0.00 1,013.47 08/17/2023 09/16/2023 08/22/2023 0.00 1,911.45 08/30/2023 09/29/2023 09/07/2023 0.00 3,257.74 09/11/2023 10/11/2023 12/07/2023 0.00 1,963.75 09/25/2023 10/25/2023 09/26/2023 0.00 1,610.20 09/25/2023 10/25/2023 09/28/2023 0.00 2,017.01 10/02/2023 11/01/2023 10/10/2023 0.00 916.50 10/02/2023 11/01/2023 10/10/2023 0.00 996.08 10/02/2023 11/01/2023 10/10/2023 0.00 4,072.99 10/31/2023 11/30/2023 11/28/2023 0.00 6,594.50 11/20/2023 12/20/2023 11/28/2023 0.00 3,927.64 11/20/2023 12/20/2023 11/28/2023 0.00 771.70 11/20/2023 12/20/2023 11/28/2023 0.00 2,052.74 12/05/2023 01/04/2024 12/07/2023 0.00 1,850.55 12/07/2023 01/06/2024 12/13/2023 0.00 699.90 12/18/2023 01/17/2024 12/20/2023 0.00 2,667.00 12/28/2023 01/27/2024 01/03/2024 0.00 2,094.96 12/28/2023 01/27/2024 01/03/2024 0.00 2,573.23 01/18/2024 02/17/2024 03/21/2024 0.00 1,208.05 01/18/2024 02/17/2024 03/21/2024 0.00 2,667.00 02/06/2024 03/07/2024 02/09/2024 0.00 2,014.57 02/06/2024 03/07/2024 02/09/2024 0.00 942.90 02/06/2024 03/07/2024 02/09/2024 0.00 1,546.05 02/29/2024 03/30/2024 03/12/2024 0.00 1,761.56 02/29/2024 03/30/2024 03/12/2024 0.00 5,287.50 03/14/2024 04/13/2024 03/21/2024 0.00 1,183.90 03/14/2024 04/13/2024 03/21/2024 0.00 1,628.06 04/02/2024 05/02/2024 04/18/2024 0.00 1,646.40 04/02/2024 05/02/2024 04/18/2024 0.00 2,328.00 04/03/2024 05/03/2024 04/18/2024 0.00 3,741.75 04/22/2024 05/22/2024 04/25/2024 0.00 2,450.62 04/22/2024 05/22/2024 05/22/2024 0.00 1,331.98 04/22/2024 05/22/2024 06/12/2024 0.00 2,522.88 05/08/2024 06/07/2024 05/22/2024 0.00 2,674.73 06/03/2024 07/03/2024 06/05/2024 0.00 2,667.00 06/11/2024 07/11/2024 06/20/2024 0.00 1,423.44 06/12/2024 07/12/2024 06/20/2024 0.00 1,772.40 06/12/2024 07/12/2024 06/20/2024 0.00 1,225.00 06/19/2024 07/19/2024 07/09/2024 0.00 -1,225.00 06/19/2024 07/19/2024 07/11/2024 0.00 1,225.00 06/19/2024 07/19/2024 07/09/2024 0.00 2,667.00 07/01/2024 07/31/2024 07/09/2024 0.00 1,300.82 07/01/2024 07/31/2024 07/10/2024 0.00 1,050.00 07/01/2024 07/31/2024 07/10/2024 0.00 1,963.75 07/12/2024 08/11/2024 07/15/2024 0.00 2,797.34 07/17/2024 08/16/2024 07/22/2024 0.00 1,963.75 07/17/2024 08/16/2024 07/22/2024 0.00 1,225.76 07/25/2024 08/24/2024 07/30/2024 0.00 987.00 07/25/2024 08/24/2024 07/30/2024 0.00 2,667.00 08/07/2024 09/06/2024 08/12/2024 0.00 1,963.75 08/07/2024 09/06/2024 08/12/2024 0.00 1,746.61 08/08/2024 09/07/2024 08/14/2024 0.00 1,907.39 08/23/2024 09/22/2024 09/10/2024 0.00 656.75 09/09/2024 10/09/2024 09/12/2024 0.00 2,505.83 09/16/2024 10/16/2024 10/01/2024 0.00 1,662.86 09/16/2024 10/16/2024 10/01/2024 0.00 1,310.57 09/20/2024 10/20/2024 10/01/2024 0.00 2,667.00 09/20/2024 10/20/2024 10/01/2024 0.00 925.05 10/08/2024 11/07/2024 11/06/2024 0.00 3,056.37 10/08/2024 11/07/2024 11/06/2024 0.00 2,667.00 10/22/2024 11/21/2024 11/06/2024 0.00 4,897.17 10/22/2024 11/21/2024 11/06/2024 0.00 1,963.75 10/30/2024 11/29/2024 11/06/2024 0.00 1,241.55 10/30/2024 11/29/2024 11/06/2024 0.00 3,311.34 11/14/2024 12/14/2024 11/19/2024 0.00 889.00 11/14/2024 12/14/2024 11/19/2024 0.00 889.00 11/14/2024 12/14/2024 11/19/2024 0.00 889.00 11/14/2024 12/14/2024 11/19/2024 0.00 550.00 11/14/2024 12/14/2024 11/19/2024 0.00 2,667.00 11/26/2024 12/26/2024 12/19/2024 0.00 1,541.99 11/26/2024 12/26/2024 12/19/2024 0.00 1,867.60 12/13/2024 01/12/2025 12/19/2024 0.00 1,052.10 12/13/2024 01/12/2025 12/19/2024 0.00 2,351.55 12/31/2024 01/30/2025 01/03/2025 0.00 940.00 12/31/2024 01/30/2025 01/03/2025 0.00 1,963.75 01/08/2025 02/07/2025 02/27/2025 0.00 1,963.75 01/09/2025 02/08/2025 02/27/2025 0.00 2,465.23 01/14/2025 02/13/2025 02/27/2025 0.00 1,039.50 01/14/2025 02/13/2025 02/27/2025 0.00 1,778.00 03/18/2025 04/17/2025 03/25/2025 0.00 1,778.00 04/07/2025 05/07/2025 04/25/2025 CLOSED Awarded Oils and Lubricants  Invitation For Bid  Fleet  40573 Project ID: IFB- 25 - 216 Release Date: Tuesday, May 20, 2025 · Due Date: Tuesday, June 10, 2025 3:00pm  Posted  Tuesday, May 20, 2025 9:56am All dates & times in Eastern Time Oils and Lubricants CONTRACT INFORMATION Status  Active Start Date Aug 1, 2025 Duration Limited Term. Initial Term: 3 years Summary None Renewal Options Option 1: 3 years End Date Jul 31, 2028 Procurement Projects Vendors Dashboards Analytics Create 9/29/25, 11:58 AM Oils and Lubricants https://procurement.opengov.com/portal/stpete/projects/166936/contracts/170046 1/3 Contract ID IFB- 25 - 216 Vendor Port Consolidated Inc. Procurement Contact Tanner Green Procurement Analyst Email: tanner.green@stpete.org Phone: (727) 551-3552 Department Fleet Contains Cooperative Language No Acquired via Cooperative No Bid Protest No Contract Claim No Associated Project Oils and Lubricants Procurement Classification Contract Type Goods Funding Source 9/29/25, 11:58 AM Oils and Lubricants https://procurement.opengov.com/portal/stpete/projects/166936/contracts/170046 2/3 Category Codes 40573 CONTRACT DOCUMENTS Agreement Oils and Lubricants Executed Agreement 9/29/25, 11:58 AM Oils and Lubricants https://procurement.opengov.com/portal/stpete/projects/166936/contracts/170046 3/3 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0933 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: General Services Agenda Number: 6.5 SUBJECT/RECOMMENDATION: Authorize purchase orders to multiple vendors for the purchase of vehicle parts for heavy- and light-duty City vehicles and equipment in the cumulative amount of $1,250,000.00, for term October 1, 2025 through September 30, 2026, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback, and Section 2.563(1)(a), Single Source, and authorize the appropriate officials to execute same. SUMMARY: The Fleet Division is responsible for the repair and maintenance of all city-owned vehicles and equipment. Historically, vehicle parts have been procured using a combination of piggyback contracts and single-source methods to ensure timely repairs and continuity of operations. Staff is requesting authorization to purchase vehicle parts from the following vendors, using the procurement methods indicated: Piggyback: Amazon Com Inc., Omnia Partners with Prince William County Public Schools, VA, Contract No. R-TC-17006, On-Line Marketplace for the Purchases of Products and Services, valid through January 18, 2028. Ring Power Corporation ·Department of Management Services Contract No. 22100000-21-STC Construction and Industrial Equipment valid through June 30, 2027 ·Department of Management Services Contract No. 25101900-21-STC Agriculture and Lawn Equipment valid through December 31, 2026 Rush Truck Centers of Florida, Sourcewell Contract No. 032824-RTG Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services, valid through July 9, 2028. Single Source: Atmax Equipment, Environmental Products Group Inc., H Barber & Sons Inc., Mascap Dealer Holdings LLC, Ring Power Corporation (Cat products), Ten-8, and Wesco Turf Inc. Single source is being requested because the parts for the heavy and light duty city vehicles and equipment can only be obtained directly from that manufacturer or authorized representative. For example, MowerMax parts are available solely from the manufacturer Atmax. Staff requests authorization to utilize additional piggyback options and single source contracts, as needed, subject to vetting and approval by the Procurement Division. APPROPRIATION CODE AND AMOUNT: Funding for this purchase is available in General Services-Fleet Maintenance cost code 5666611-550600, vehicle parts. The Fleet Maintenance division of General Services is funded by revenues from the Garage Page 1 City of Clearwater Printed on 10/10/2025 File Number: ID#25-0933 Fund, an internal service fund established to account for city-wide fleet purchases and maintenance. 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 10/10/2025 De September 24th, 2025 To whom it may concern, Elgin Sweeper Company and Vactor Manufacturing, Inc. are represented by a worldwide distribution network offering expert service and genuine OEM quality parts for its and ELGIN street sweeping equipment and for VACTOR lines of sewer and catch basin cleaning equipment. Parts supplied by other vendors do not meet Elgin OEM standards or requirements. Equipping your truck with a part other than a specified OEM product could affect your OEM warranty. Elgin Sweeper Company and Vactor Manufacturing, Inc. are subsidiaries of Federal Signal Corporation. Environmental Products Group is the sole distributor for the entire State of Florida, Georgia, Arkansas and parts of Tennessee representing Elgin Sweeper Company and Vactor Manufacturing, Inc. and is responsible for the sales, service, and provider of genuine OEM parts for the Elgin and Vactor Product lines. Environmental Products Group certifies that the quoted price is equal or less than that given to the vendor’s most favored customers or other government agencies. The people at Environmental Products Group are factory certified to provide quality service work. For all your equipment requirements, please contact: Environmental Products of Florida Environmental Products of Florida 1907 SW 43rd Teracace 700 Hermit Smith Road Deerfield Beach, FL Apopka, FL 32703 Phone : 1-(954)-518-9923 Phone : 1-(407) 798-0004 Environnemental Products of Georgia Environnemental Products Memphis 4410 Wendell Dr. SW 2995 Sandbrook Street Atlanta, GA 30336 Memphis, Tennessee 38116 Phone : 1-(404) 693-9700 Phone : (901) 630-4658 Please contact me if you have any additional questions. Best Regards, Richard Murray Regional Sales Manager 630-659-5673 ELGIN VACTOR GUZZLER JETSTREAM FS DEPOT PIERCE MANUFACTURING INC. AN OSHKOSH CORPORATION COMPANY • ISO 9001 CERTIFIED 2600 AMERICAN DRIVE POST OFFICE BOX 2017 APPLETON, WISCONSIN 54912-2017 920-832-3000 • FAX 920-832-3208 www.piercemfg.com January 2, 2025 RE: Sole Source To whom it may concern: To provide you with the personalized level of sales, service, and warranty you deserve, Pierce has established a network of authorized dealers throughout the country. Ten-8 Fire & Safety, LLC. is the exclusive dealer for the sale, service, parts, and warranty of custom and commercial fire apparatus manufactured by Pierce in the states of Florida and Georgia. Ten-8 Fire & Safety, LLC. is extremely qualified to provide you with the support you have come to expect from Pierce and has service and warranty facilities located in both states they serve. Please contact Ten-8 Fire & Safety, LLC. direct for sales and service support or visit their website for more information at www.ten8fire.com. Sincerely, Chad Schneider Sr. Manager – Contracts and Sales Operations Pierce Manufacturing Inc. The Toro Company 8111 Lyndale Avenue South, Bloomington, Minnesota 55420-1196 ▪Phone 952-888-8801 ▪ www.thetorocompany.com ▪ Fax 952/887-8258 September 8, 2025 City of Clearwater 1900 Grand Avenue Clearwater, FL 33765 To Whom it May Concern: This letter is to inform you that Wesco Turf, at 2101 Cantu Court, Sarasota, FL 34232 (941-377-6777) is the sole source for Toro commercial turf equipment and parts and Toro golf course irrigation products for your geographic area. If you have any questions regarding this, please contact me. Sincerely, Scott Papania, CSE District Sales Manager The Toro Company Commercial Products Division Scott.papania@toro.com Caterpillar: Confidential Green Caterpillar Inc. 5205 N O’Connor Blvd, STE 100 Irving, TX 75039 January 21, 2025 City of Clearwater 1900 Grand Ave Clearwater FL 33765 RE: Authorized Cat Dealer To Whom It May Concern: Ring Power Corporation, with its primary offices at 500 World Commerce Pkwy, Saint Augustine, FL 32092 (“Dealer”), is an authorized independent dealer of various models of Cat® branded machines, equipment, engines, oils and spare parts (“Cat® products”). As an authorized Cat dealer, Dealer provides prompt, competent services for Cat® products in the Service Territory listed below (the “Service Territory”). IN THE STATE OF FLORIDA: Counties east of and including Franklin, Liberty, and Gadsden; and those north of and including Sarasota, DeSoto, Highlands, Osceola, and Brevard. Dealer is the only Cat dealer with approved business locations in the Service Territory; however, Cat dealers may sell or service Cat® Products outside their respective Service Territory. If you have any questions concerning Caterpillar or Cat dealers, or require additional information, please contact me directly. Sincerely, Trisha Romero Director Regional Dealer Finance Americas Distribution & Service Division Email: Romero_Trisha@cat.com October 14, 2016 Mr. Anthony Crosby Coordinator Prince William County Public Schools Financial Services/Purchasing Room #1500 RFP #R-TC-17006 P.O. Box 389 Manassas, VA 20108 Dear Mr. Crosby, amazonbusiness .,.,,_,__, It is with great pleasure that we enclose our response to your request for proposal for the on-line marketplace for the purchase of products and services. Amazon Services, LLC. (Amazon.com) is an e-commerce company offering a range of products and services through our website. Amazon herewith offers Prince William County Public Schools (PWCPS) our Amazon Business solution to assist PWCPS in your on-line marketplace needs. Please review our responses and feel free to contact Daniel Smith, General Manager, (206)708-9895 or via email at dls@amazon.com to answer any questions you mayhave. The entire team at Amazon Business looks forward to building a mutuallybeneficial relationship with Prince William County Public Schools. Respectfully, Prentis Wilson Vice President Amazon Business Amazon Services, LLC • 410 Terry Avenue North •Seattle, WA 98109-5210 • USA Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page i Table of Contents 1.0 Title Sheet (Tab 1) ................................................................................................ 1 2.0 Executive Summary (Tab 2) ................................................................................. 3 Product Benefits .......................................................................................................... 4 Pricing Benefits ............................................................................................................ 4 Solution Benefits .......................................................................................................... 5 3.0 Proposal Profile (Tab 3) ........................................................................................ 6 4.0 Project Methodology/Approach (Tab 4) ................................................................ 7 4.1 Statement of Needs ........................................................................................... 7 4.1.1 Category 1: Office Supplies ....................................................................... 10 4.1.1 Category 2: Classroom, School, Art Supplies and Materials ..................... 11 4.1.2 Category 3: Home Kitchen, Food and Grocery ......................................... 11 4.1.3 Category 4: Books .................................................................................... 12 4.1.4 Category 5: Musical Instruments ............................................................... 13 4.1.5 Category 6: Audio Visual and Electronics .................................................. 13 4.1.6 Category 7: Higher Education Scientific Equipment and Lab Supplies ...... 13 4.1.7 Category 8: Clothing .................................................................................. 14 4.1.8 Category 9: Animal Supplies, Equipment and Food .................................. 14 4.1.9 Category 10: Miscellaneous/Other Category ............................................. 15 4.1.10 Amazon Business Account Features ...................................................... 16 4.2 Pricing Instructions ........................................................................................... 21 4.3 Significant Tasks Not Listed ............................................................................. 23 4.4 Innovation ........................................................................................................ 24 4.4.1 Amazon Marketplace ................................................................................. 24 4.4.2 Amazon Prime ........................................................................................... 24 4.4.3 Prime Now ................................................................................................. 25 4.4.4 Fulfillment by Amazon ............................................................................... 25 4.4.5 Amazon Launchpad ................................................................................... 25 4.4.6 Prime Air .................................................................................................... 26 4.4.7 Amazon One .............................................................................................. 26 4.4.8 Customer Reviews .................................................................................... 26 4.4.9 1-Click........................................................................................................ 26 4.4.10 Dash Button............................................................................................ 26 4.4.11 Frustration-Free Packaging .................................................................... 27 4.4.12 Kaizen & Defect Reduction .................................................................... 27 4.4.13 AmazonFresh ......................................................................................... 27 4.4.14 Amazon Echo and Alexa ........................................................................ 28 4.4.15 Amazon Web Services ........................................................................... 28 4.5 Time Line ......................................................................................................... 29 5.0 Supplier Information (Tab 5) ............................................................................... 30 5.1 Supplier Qualifications ..................................................................................... 30 5.2 Supplier Worksheet for National Program Consideration ................................. 31 Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page ii 5.3 Supplier Information ......................................................................................... 32 5.3.1 Company ................................................................................................... 32 5.3.2 Distribution ................................................................................................. 33 5.3.3 Marketing ................................................................................................... 37 5.3.4 Products, Services and Solutions .............................................................. 40 5.3.5 Quality ....................................................................................................... 41 5.3.6 Administration ............................................................................................ 42 5.3.7 National Staffing Plan ................................................................................ 47 5.3.8 Additional Information ................................................................................ 48 6.0 References (Tab 6) ............................................................................................. 49 7.0 Proprietary Information (Tab 7) ........................................................................... 51 8.0 Exceptions (Tab 8) ............................................................................................. 56 9.0 Other Information (Tab 9) ................................................................................... 60 9.1 Ethical Work Practices ..................................................................................... 60 9.2 Environmental Stewardship.............................................................................. 61 10.0 U.S. Communities Administration Agreement (Tab 10) ...................................... 64 11.0 Attachments B & C (Tab 11) ............................................................................... 65 11.1 Attachment B – Completed Vendor Information Form .................................. 65 11.2 W-9 Form ...................................................................................................... 66 11.3 Attachment C – Certificate of Compliance Form ........................................... 67 12.0 Access for On-Line Marketplace (Tab 12) .......................................................... 68 13.0 Dun & Bradstreet Report (Tab 13) ...................................................................... 69 Tables & Figures Table 1 - Category 1: Office Supplies............................................................................ 10 Table 2 - Category 2: Classroom, School, Art Supplies and Materials .......................... 11 Table 3 - Category 3: Home Kitchen, Food and Grocery .............................................. 12 Table 4 - Category 4: Books .......................................................................................... 12 Table 5 - Category 5: Musical Instruments .................................................................... 13 Table 6 - Category 5: Audio Visual and Electronics ...................................................... 13 Table 7 - Category 7: Higher Education Scientific Equipment and Lab Supplies .......... 14 Table 8 - Category 8: Clothing ...................................................................................... 14 Table 9 - Category 9: Animal Supplies, Equipment and Food ....................................... 14 Table 10 - Amazon Business Professional Storefronts ................................................. 15 Table 11 - Amazon Business user roles & permissions ................................................ 17 Table 12- Proposed Timeline ........................................................................................ 29 Table 13 - Amazon.com Inc. Revenue .......................................................................... 32 Figure 1 - Seller Types on Amazon Business ................................................................. 7 Figure 2 - Amazon Business Marketplace ....................................................................... 8 Figure 3 – Some of the Filter Options .............................................................................. 9 Figure 4 - Create Your Organizational Structure Using Groups and Sub-Groups ......... 17 Figure 5 - Invite End Users to Amazon Business .......................................................... 18 Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page iii Figure 6 - Add tax exemptions to your Amazon Business Account ............................... 18 Figure 7 - Add Approval Workflows to your Amazon Business Account........................ 19 Figure 8 - View information on third-party sellers .......................................................... 19 Figure 9 - View discounts only available to Business customers .................................. 20 Figure 10 - Analyze spend using Amazon Business Analytics ...................................... 21 Figure 11 - View and compare products and pricing ..................................................... 22 Figure 12 - View information on third-party sellers ........................................................ 36 Figure 13 - Check-out and order fulfillment process ...................................................... 43 Figure 14 - Compare and Track Spending Over Time................................................... 46 Figure 15 - Compare Spending on Product Categories................................................. 46 October 14, 2016 Amazon Privileged and Confidential Page 1 1.0 Title Sheet (Tab 1) REQUEST FOR PROPOSAL ISSUE DATE: September 14, 2016 RFP #: R-TC-17006 TITLE: On-line Marketplace for the Purchases of Products and Services Sealed proposals must be received and time stamped prior to 2:00 PM, October 14th, 2016. Offerors are responsible for ensuring that the Purchasing Office receives their proposal submission by the deadline indicated. The time a proposal is received shall be determined by the time stamped by the time clock in the Purchasing Office. Proposals received after the stated due date and time shall not be considered. All questions/requests for information must be submitted in writing, via email to Anthony Crosby, Coordinator, at crosbyae@pwcs.edu. To be assured consideration all questions/requests for information must be received by September 30, 2016 prior to 4:00 PM. After reviewing any questions/requests submitted, the PWCS Purchasing Office will issue an addendum to respond to items it deems necessary. Changes to this RFP will be made only by written addendum issued by the PWCS Purchasing Office. PROPOSALS MAILED SHALL BE SENT PROPOSALS HAND DELIVERED AND/OR DIRECTLY TO: EXPRESS COURIER SERVICES SHALL BE DELIVERED TO: Prince William County Public Schools Prince William County Public Schools Attn: Purchasing Office Attn: Purchasing Office Financial Services/Purchasing Room #1500 RFP #R-TC-17006 RFP #R-TC-17006 14715 Bristow Road P.O. Box 389 Manassas, VA 20112 Manassas, VA 20108 Attn: Financial Services/Purchasing Room #1500 Addendum No. Date: Addendum No. Date: Addendum No. Date: Information the offerors deems proprietary is to be included in the proposal in the separate section of the proposal identified and included in (TAB 7) of the proposal response. See Proposal Submission Requirements, Section 6.13 in this RFP for additional information. Proprietary Information Enclosed: X YES NO All proposed exceptions to this RFP, and any proposed changes to the contract documents or terms and conditions, are to be included in (TAB 8) of the proposal response. See Proposal Submission Requirements Section 6.15 in this RFP for additional information. Proposed Exceptions to the RFP: X YES NO REQUEST FOR PROPOSALS TITLE PAGE -TWO In compliance with this RFP and all the conditions imposed therein, the undersigned offers and agrees to furnish the goods/services in accordance with the attached proposal or as mutually agreed upon by subsequent negotiations. By my signature below, I certify that I am authorized to bind the Offerer in any and all negotiations and/or contractual matters relating to this RFP. Sign in blue ink and type or print requested information. My signature certifies that this firm or individual has no business or personal relationships with any other companies or persons that could be considered as a conflict of interest or potential conflict of interest to PWCS, and that there are no principals, officers, agents, employees, or representatives of this firm that have any business or personal relationships with any other companies or person that could be considered as a conflict of interest or a potential conflict of interest to PWCS, pertaining to any and all work or services to be performed as a result of this request and any resulting contract with PWCS. My signature confirms that I have read and understand the General Terms and Conditions are a part of any negotiated contract. STATE CORPORATION COMMISSION (SCC) IDENTIFICATION NUMBER Under paragraph 18 of the General Terms and Conditions, the Offerer agrees, if this proposal is accepted by PWCS, for such services and/or items, that the Offerer has met the requirements of the Virginia Public Procurement Act (VPPA) § 2.2-4311.2. Any falsification or misrepresentation contained in the statement submitted by Offerer pursuant to Title 13.1 or Title 50 may be cause for debarment by PWCS. Offerer shall complete the following by checking the appropriate line that applies and provide the required information. Offerers failing to provide the required information indicated below will result in having their proposal not considered for evaluation. 1.__ Offerer is a Virginia business entity organized and authorized to transact business in the Commonwealth ofVirginia by the State Corporation Commission (SCC). The Offerer's current valid identification number issued by the sec is . (The sec number is NOT your federal tax identification number). -OR- 2. __ Offerer is a sole proprietor and no sec number is required. -OR- 3.__ Offerer is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinaryand customary business, any employees, agents, offices, facilities, or inventories in Virginia. This does not account for any employees or agents in Virginia who merely solicit orders that require acceptance outside Virginia before they become contracts. It also, does not account for any incidental presence of the Offerer in Virginia that is needed in order to assemble, maintain, and repair goods in accordance with the contracts by which such goods were sold and shipped into Virginia from the Offerer's out-of-state location. Offerer is required to include with this proposal documentation from their legal counsel which accurately and completely states why the Offeror is not required to be so authorized within the meaning of§ 13.1-757 or other similar provisions in Titles 13.1 or SO of the Code of Virginia. -OR- 4._x_ Offerer currently has pending before the SCC an application that was submitted prior to the due date and time of this solicitation for authority to transact business in the Commonwealth of Virginia and seeks consideration for a waiver to allow the submission of the SCC identification number after the due date for proposals (PWCS reserves the right to determine in its sole discretion whether to allow sach waiver.) THIS PROPOSAL IS SUBMITTED BY: Full Legal Name of Offerer: Amazon Services, LLC Mailing Address: Amazon Business c/o Daniel Smith 325 9th Ave N Seattle, WA 98109 Phone: (206) 708-9895 Email Address:dls@amazon.com Tax Identification {FIN/SSN#): 82-0544687 Typed/Printed Name: Prentis Wilson Date: 1 o Remittance Address (If Different): Amazon Services, LLC 410 Terry Avenue North Seattle, WA 98109 Fax: N/A Contact Person: Daniel Smith Signature: ',.,,_.,,_ (Person signing must be authorized to bind the Offerer in contractual matters) October 14, 2016 Amazon Privileged and Confidential Page2 Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 3 2.0 Executive Summary (Tab 2) Offeror shall provide an Executive Summary that presents in brief, concise terms a summary level description of the contents of the Proposal. Amazon Services, LLC (Amazon.com) is pleased to respond to the Prince William County Public Schools (PWCPS) Request for Proposal (RFP) for an On-line Marketplace for the Purchases of Products and Services. We are truly excited to offer the Amazon Business Marketplace solution to meet PWCPS’ online marketplace needs, and believe that the features and benefits of the Amazon Business Marketplace are an ideal fit with the objectives set forth in the RFP. As described in the RFP, PWCPS seeks to establish a nationwide cooperative purchasing agreement for the acquisition of products through a single-source, on-line marketplace that will: • Achieve cost savings for Participating Public Agencies through a single competitive solicitation process that eliminates the need for multiple bids or proposals. • Combine the volumes of Participating Public Agencies to achieve cost effective pricing. • Reduces the administrative and overhead costs of Participating Public Agencies through state of the art ordering and delivery systems. • Provides Participating Public Agencies with environmentally responsible products and services. Amazon shares these objectives, and the Amazon Business Marketplace was born out of consultation with Public Sector customers of all sizes who also sought to have access to a marketplace that contains all of the products and features they need, while at the same time achieving cost savings. From non- profit research institutes, K-12 school districts, universities, local and county government agencies, and healthcare organizations – our Public Sector customers told us that they wanted the Amazon shopping experience when buying for work. The Amazon Business Marketplace offers a new account type that provides this experience. Customers have access to a centralized umbrella account for end users, simplifying the purchasing process while increasing cost savings considerations, and allowing users to take advantage of Amazon’s wide selection and competitive pricing. A centralized account allows procurement & strategic sourcing departments to view every department, user, and transaction in one place. In addition, the account offers a mechanism to separate personal and work use to ensure only business-related transactions are treated as tax-exempt while preventing any improper use. Amazon’s mission statement is to be Earth's most customer- centric company, where people can find and discover anything they want to buy online. Amazon Business is a key part of fulfilling this mission. Put simply - if you want it, you can probably find it on the Amazon Business Marketplace. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 4 An Amazon Business account also includes configurable features that align with your organizations’ procurement processes and policies, including: tax exempt shopping, spending approvals & control, punch-out integration, seller and diversity credentials, detailed transaction reporting (level 3), shared and individual payment methods, implementation support and customer service built for business customers. Amazon Business’ features and benefits are best viewed as (1) Product benefits, (2), Pricing benefits, and (3) Solution benefits. Product Benefits All the Products You Need: From IT to janitorial to those hard to find items, we stock millions of business products, and we’re adding more business items and suppliers regularly. Whether it’s a 3D printer, a lab beaker or break-room snack, you’ll find it on the Amazon Business Marketplace. Business Offers: Amazon Business gives customers a growing number of business- only product offers. Suppliers such as USBiological and National Business Furniture now make a select number of their products available exclusively for Business customers. Find the Right Sellers: Find sellers who meet your specific needs through our seller profiles. Discover sellers that meet specific requirements, with attributes like small business, women owned and minority-owned business. Pricing Benefits The Amazon Business Marketplace already makes it easy to compare prices and find the best deals. Now we’ve made it easy for suppliers to provide discounts just for Business customers. Registered customers will see exclusive prices on a growing selection of items. Free Two-Day Shipping: With Free two-Day shipping on orders of $49 or more, Amazon Business keeps your organization agile with our fast, free, reliable shipping. You can schedule unlimited deliveries on more than 20 million eligible items. Business customers can also stay informed about Prime and Purchase Delegation. Compare Offers: Your organization needs to know that it is getting the best products and best value. Amazon Business makes comparison shopping a snap by displaying multiple offers from different sellers on one page. Amazon Tax Exemption Program (ATEP): If you’re eligible for tax-exempt purchasing, you may be able to participate in the Amazon Tax Exemption Program. This program allows you to make tax-exempt purchases and manage tax exemption across your organization. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 5 Solution Benefits Multi-User Accounts: Onboard your team to Amazon Business and manage individuals and groups of users. Whether your organization has a few employees or a few thousand, we make it easy to connect your team and share payment methods & shipping addresses. Create Approvals: Customize your approval workflows and set individual spending limits to better manage your organization’s purchasing on Amazon Business. Order Tracking: Amazon Business allows you to use your purchase order numbers or reference text to improve recordkeeping. We also make it easy to track your shipments, by providing estimated delivery dates for all items in your order. Amazon for Purchasing Systems: Shop on Amazon Business with the controls and oversight provided by your organization’s purchasing system. Amazon Business is integrated and certified for punch-out with leading purchasing systems. Amazon Line of Credit: Apply for an Amazon.com Corporate Credit Line, which allows you to submit a PO and place orders and finance purchases using a Pay-in-Full Credit Line or a revolving Credit Line. Hundreds of thousands of public sector organizations and private-sector businesses have already moved purchasing to Amazon Business to realize the benefits listed above -achieving cost savings, reducing procurement complexity, all while accessing unmatched product selection breadth. The Amazon Business Marketplace empowers customers by providing transparency of price, delivery options, product rating and seller ratings. It creates a level playing field of sellers, giving end users access to hundreds of millions of products, with price competition that lets customers know they are getting the right product at the right price. Amazon Business' unmatched breadth and depth of selection, competitive prices, innovative and unique range of account features will enable Prince William County Schools to quickly and easily find and buy almost any product or service. We look forward to further dialogue and an exchange of more detailed information as we progress further with this opportunity. Note that Amazon’s proposal is based on all requested Product Categories set forth in the RFP. We firmly believe that it is of unique benefit to PWCPS to have every product category available in one marketplace. A comprehensive marketplace such as Amazon Business ultimately leads to customer benefits, with a lower cost of ownership, greater ease of administration, and an inbuilt competitiveness through the ability to compare prices and purchase items either directly from Amazon, or from third-party sellers. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 6 3.0 Proposal Profile (Tab 3) At a minimum, the Offeror will provide the following information: •Name of company submitting proposal Amazon Services, LLC Please note that Amazon Services LLC is the legal entity that is responding to this solicitation. Amazon.com LLC is the seller of record for retail purchases from Amazon Business. •List any company dba’s Amazon Business •Main office address 410 Terry Avenue North, Seattle, WA 98109 •If a corporation, when and where incorporated November 15, 2005 in Nevada •Number of years in business Amazon.com has been in business for more than 20 years. Amazon Business launched on April 28, 2015. •Total number of employees According to the Amazon 2015 Annual Report, Amazon employed approximately 230,800 full-time and part-time employees as of December 31, 2015. However, employment levels fluctuate due to seasonal factors affecting our business. The Offeror shall provide a profile of its organization and all other companies who will be providing products and services through a dealer, distribution or subcontractor arrangement with the Offeror. Amazon is an e-commerce company that offers a range of products and services through our websites. Amazon’s websites include merchandise and content that the Company purchases for resale from vendors and also those offered by third-party sellers. Amazon offers its own products as well as third-party products across various categories, through our retail websites and through our mobile websites and applications. We also manufacture and sell electronic devices, including Kindle e- readers, Fire tablets, Fire TVs, Echo and Fire phones. Amazon offers programs that enable sellers to sell their products and fulfill orders through Amazon’s websites and the third-party sellers own websites. We serve developers and enterprises of various sizes through Amazon Web Services (AWS), which offers a set of global compute, storage, database, analytics, applications and deployment services. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 7 4.0 Project Methodology/Approach (Tab 4) Offeror shall respond to the Statement of Needs (Section 4). The Offeror shall provide a written narrative describing the ability to meet the requirements set forth herein. Sufficient detail shall be provided to demonstrate the Offeror’s understanding, ability and/or willingness to satisfy all specified requirements. Offeror shall provide a detailed description and explanation of products and services offered in response to each Product Category listed in the Statement of Needs, Section 4. In the sections below we outline how the Amazon Business Marketplace meets and exceeds the requirements in the Statement of Needs. We discuss the industry-leading innovations Amazon brings to the On-Line Marketplace, and also discuss a time line for adoption. 4.1 Statement of Needs This Solicitation is to establish a nationwide purchasing agreement for the acquisition of the following products through a single-source, on-line marketplace. The product category descriptions below are not to be considered restrictive, but rather provide a general, non-inclusive, description of the category. In addition Offerors should include additional product categories under “Miscellaneous/Other” category. It is first important to note that the Amazon Business Marketplace gives customers the option to purchase items directly from Amazon, or to purchase items from third-party sellers. For items purchased directly from Amazon, Amazon is the seller of record, owns the items, and fulfills all orders. For items purchased directly from third-party sellers on the Amazon Business Marketplace, third-party sellers are always the seller of record and own the items. Third-party sellers can fulfill all orders themselves or choose to utilize fulfillment services offered by Amazon. Nearly half of total units sold on the marketplace are sold by third-party sellers. Figure 1 - Seller Types on Amazon Business Product offerings from third-party sellers are presented alongside Amazon Business product offerings on a product detail page. By viewing Amazon Business product offerings alongside third-party offerings, customers are able to select and order goods Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 8 based on the best price, shipping and seller preferences (and other criteria). The Amazon Business Marketplace eliminates the need to visit multiple stores or websites for competitive bids. One search in the Amazon Business Marketplace provides access to a multitude of third-party sellers competing for your business, reducing cost and procurement complexity. It is again important to reiterate that Amazon’s proposal is based on all requested Product Categories set forth in the RFP. Amazon Business acts as a search & discovery service and payment processor for third-party sellers. As part of this, third-party sellers can highlight their seller credentials as part of their listing on the marketplace detail page. Proof of the third-party seller’s claimed credential is also visible to buyers. At present, Seller Credentials are only available to third-party sellers participating in Amazon Business Marketplace. The current list of credentials available on Amazon Business is publically available on the Amazon website. Figure 2 - Amazon Business Marketplace provides a familiar shopping experience for businesses. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 9 Amazon Business provides end users with access to more than 10 million additional business-only products that are not available to Amazon.com users. Some third-party sellers on the Amazon Business marketplace restrict access to certain products because of competitive, regulatory, or other concerns. Amazon Business gives those third-party sellers the confidence that such products will only be sold to qualified businesses. These items are only visible to registered Amazon Business customers. The Amazon Business Marketplace provides one-stop shopping across a vast selection of millions of business-relevant items for business buyers. This selection can be accessed directly through the Amazon Business marketplace, or via a business’s existing eProcurement solution. Our website offers hundreds of millions of products on Amazon. Our open marketplace offers manufacturers and distributors from a wide variety of industries and specialties. With such an extensive range of products, it is impossible to submit a product line on paper. All products are listed on the Amazon Business site in a user-friendly and easy- to-filter manner. To provide a response that illustrates the vast range of products available to our Business customers, we have listed below the total search results for each category in the RFP. For example, when a category such as ‘Binders and Accessories’ is searched for on the Amazon Business site there are 86,936 results. These 86,936 search results can then be filtered in order to find the exact kind of binder and accessories needed, as displayed below in Figure 3. Please note that search results listed in the sections below are for the exact product category listed in the RFP (as of October 7th, 2016) and subject to change daily due to the continual addition of products to the Amazon Business Marketplace. We encourage Prince William County to use the demonstration login to conduct similar searches in order to get a feel of the vast range of products available to purchase. Figure 3 – Some of the Filter Options for ‘Binders and Accessories’ Search Results on Amazon Business Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 10 Your firm may not have the ability to provide all categories. The intent is for each Offeror to submit their complete product line so that Participating Public Agencies may order a wide array of products as appropriate for their needs. You may subcontract items your firm does not supply. Amazon’s proposal is based on all requested Product Categories set forth in the RFP. 4.1.1 Category 1: Office Supplies Amazon Business offers a competitive selection of office supplies products including key brands such as Staples, ACCO, Nestle, Pilot, Boise Paper, Office Depot, Avery, Expo, 3M, Five Star and more. Table 1 displays the search results on Amazon Business for each of the product categories listed in the RFP under Office Supplies. Note that the search results in the table are filtered to only display products listed under the ‘Office Products’ Department on Amazon Business. Customers can change or expand Departments, or indeed search All Departments on the Amazon Business site. As an example, ‘Pens, Pencils, and Markers’ displays 68,793 items under the ‘Office Products’ Department. However, when the search is expanded to ‘All Departments’, the same search returns 247,769 items. Table 1 - Category 1: Office Supplies – Search Results under ‘Office Products’ Department Product Category Results Filing and Storage 48,968 Calendars and Planners 23,707 Basic Supplies 8,885 Desk Accessories and Organization 2,476 Pens, Pencils and Markers 68,793 Business Forms and Record Keeping 645 Post-it Notes 3,774 Labels 175,269 Mail 23,122 Shipping and Envelopes 18,346 Tape 131,627 Presentation Boards 64,929 Staplers and Staples 6,324 Paper Punches 12,425 Paper Clips 33,857 Binders 273,695 Scissors 16,116 Rubber Bands 10,552 Paper 818,903 Copy and Printer 18,404 Notebooks 801,680 Pads 2,368,970 Cash Register and Thermal Rolls 5,493 Photo and Presentation Paper 2,097 Printer Ink and Toner Cartridges 493,166 Office Electronics 2,174,963 Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 11 4.1.1 Category 2: Classroom, School, Art Supplies and Materials Top Brands in this category include Learning Resources, Fiskars, Business Source, Singer, 3M, Swingline, and much more. Table 2 displays the search results on Amazon Business for each of the product categories listed in the RFP under Classroom, School, Art Supplies and Materials. The search results in the table display products listed under ‘All Departments’ on Amazon Business, given the broad range of departments each item category can fall under. Note that Amazon has a Classroom and School Supplies Department, with millions of related items available to Amazon Business customers. Table 2 - Category 2: Classroom, School, Art Supplies and Materials – Search Results under 'All Departments' Product Category Results Art Supplies 4,105,919 Craft Supplies 2,645,896 Crayons 347,536 Paint and Paint Brushes 472,287 Ceramics 6,565,186 Pens 112,167 Markers and Pencils 265,676 Glue and Adhesive 74,430 Chalk 267,187 Easels 127,022 Yarn 29,473 Fabric and sewing 515,531 Art paper 3,968,563 Art Paper Rolls and Construction Paper 1,297 Early childhood Products 26,501 Building Toys 230,403 Games 14,196,238 Learning and Education 309,482 Puzzles 432,029 Ink and toner Cartridges 510,368 School Supplies As noted above, Amazon has a Classroom and School Supplies Department, with millions of related items available to Amazon Business customers. 4.1.2 Category 3: Home Kitchen, Food and Grocery Top Brands in this category include Hoover, Rubbermaid, Whitmor, Honeywell, OXO, Bissell, iRobot, Sterilite, Renown, Starbucks, Clorox, Keurig, Celestial Seasonings, Georgia Pacific, and Coffeemate. Table 3 displays the search results on Amazon Business for each of the product categories listed in the RFP under Home Kitchen, Food and Grocery. The search results in the table display products listed under ‘All Departments’ on Amazon Business, given the broad range of departments each item category can fall under. Amazon’s Home and Kitchen Department contains millions of related items available to Amazon Business customers. Also note that there is a separate department for Grocery & Gourmet Food. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 12 Table 3 - Category 3: Home Kitchen, Food and Grocery – Search Results under 'All Departments' Product Category Results Food 4,267,350 Beverages 2,052,491 Snack Food 135,207 Cooking & Baking 153,143 Small Kitchen Appliances 86,245 Artwork 24,551,934 Bath 12,202,036 Bedding 8,626,216 Home and Office Décor 2,917,812 Kitchen & Dining 746,378 Storage and Organization 322,489 4.1.3 Category 4: Books Top Publishers include Kaplan, Houghton Mifflin Harcourt, Pearson, Scholastic, Penguin Random House, McGraw-Hill Education, etc. K-12 Professional Development includes titles from publishers such as Marzano, Solution Tree, ISTE, and more. Table 4 displays the search results on Amazon Business for each of the product categories listed in the RFP under Books. Note that the search results in the table are filtered to only display products listed under the ‘Books’ Department on Amazon Business. Table 4 - Category 4: Books – Search Results under 'Books' Department Product Category Results Books 59,690,843 Textbooks 910,099 K-12 Teaching 2,415 Education and Teaching 519,390 Professional Certification 9,837 Reference 5,361,324 Amazon has over 15 years of experience acquiring digital content from hundreds of publishers and thousands of authors. We are among the largest providers of digital learning materials. Amazon has a track record of delivering content to organizations and consumers at the lowest prices and with a variety of licensing options that meet customers’ needs. Digitally downloadable products including Kindle eBooks and audiobooks are available in the Amazon Business marketplace but are considered separate orders, and require users to enter a payment method. Therefore, these orders are not subject to Amazon Business approvals and will not appear in business order history. Digital content has certain rights and sharing restrictions. For example, content is tied to the requisitioner's business user account and cannot be shared or transferred to others in your Business Account, even if the requisitioner leaves the organization or converts his or her account to a personal account. Refer to Tab 7 for additional information on the range of books offered by Amazon. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 13 4.1.4 Category 5: Musical Instruments Top Brands in this category include Gibson, Epiphone, Yamaha, Numark, Casio, Behringer, Blue Microphones, Shure, Marshall, Pioneer DJ, Fender, Universal One, and more. Table 5 displays the search results on Amazon Business for each of the product categories listed in the RFP under Musical Instruments. Note that the search results in the table are filtered to only display products listed under the ‘Musical Instruments’ Department on Amazon Business. Table 5 - Category 5: Musical Instruments – Search Results under 'Musical Instruments' Department Product Category Results Musical Instruments 734,723 Band and Orchestra 3,213 Drums and Percussion 35,894 Keyboards 23,360 Live Sound and Stage 3,974 Strings 86,890 4.1.5 Category 6: Audio Visual and Electronics Top Brands in this category include Panasonic, Apple, Bose, Philips, Sony, Sennheiser, Samsung, Ultimate Ears, Anker, Aukey, and more. Table 6 displays the search results on Amazon Business for each of the product categories listed in the RFP under Audio Visual and Electronics. The search results in the table display products listed under ‘All Departments’ on Amazon Business, given the broad range of departments each item category can fall under. Note that Amazon Business has separate departments for Cell Phones and Accessories, Electronics, and Video Games. Table 6 - Category 5: Audio Visual and Electronics – Search Results under 'All Departments' Product Category Results Television and Audio 83,724 Portable Audio equipment and Accessories 14,630 Camera and Video equipment 415,197 Electronics Accessories 39,717,949 Cell Phones 16,005,933 Game Consoles 429,133 4.1.6 Category 7: Higher Education Scientific Equipment and Lab Supplies Top Brands in this category include Bel-Art, AmScope, Corning, Kimble Chase, Wheaton, Ample Scientific, Fisher Scientific, American BioTech Supply, Boekel, Grant, iChromatography, National Scientific, Chemglass, Cole-Parmer, Agilent Technologies, Thermo Scientific, BenchPro, CeilBlue, EDSAL, Salsbury Industries, United Scientific Supplies, Heathrow Scientific, and more. Table 7 displays the search results on Amazon Business for each of the product categories listed in the RFP under Higher Education Scientific Equipment and Lab Supplies. The search results in the table display products listed under ‘All Departments’ on Amazon Business, given the broad range of departments each item category can fall under. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 14 Table 7 - Category 7: Higher Education Scientific Equipment and Lab Supplies – Search Results under 'All Departments' Product Category Results General Lab Supplies Consumables and Supplies 604 Glassware and Plastic ware 707 Laboratory Instruments 11,131 Microscopes 129,028 Scales and Balances 19,418 Liquid Handling 8,428 Chromatography 27,863 Lab Chemicals 126,148 Spectrophotometers 3,042 Filtration 1,308,959 Safety and lab furniture 3,312 4.1.7 Category 8: Clothing Top Brands in this category include Levi’s, Calvin Klein, Lucky Brand, Under Armour, Tommy Hilfiger, Nautica, Hagger, Perry Ellis, Lee, Disney, BCBCMaxazria, Hugo Boss, Lacoste, and more. Table 8 displays the search results on Amazon Business for each of the product categories listed in the RFP under Clothing. Note that the search results in the table are filtered to only display products listed under the ‘Clothing, Shoes and Jewelry’ Department on Amazon Business. Table 8 - Category 8: Clothing – Search Results under 'Clothing, Shoes and Jewelry' Department Product Category Results Clothing 10,547,008 Outerwear 387,529 Athletic Wear 1,012,939 Innerwear 5,229 Belts 223,341 Shoes 1,334,001 4.1.8 Category 9: Animal Supplies, Equipment and Food Amazon Business has the animal supplies from some of the most trusted names in pet nutrition, including Purina, Kaytee, Fancy Feast, Penn-Plax, Pure Aquatic, MarineLand, Petmate, Sherpa, BestPet, and much more. Table 9 displays the search results on Amazon Business for each of the product categories listed in the RFP under Animal Supplies, Equipment and Food. Note that the search results in the table are filtered to only display products listed under the ‘Pet Supplies’ Department on Amazon Business. Table 9 - Category 9: Animal Supplies, Equipment and Food – Search Results under 'Pet Supplies' Department Product Category Results Bedding 12,162 Mats 37,998 Litter 10,772 Crates 18,558 Grooming 43,358 Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 15 Boots and Wraps 360 Health and Medical Supplies 777 Pumps and Filters 6,977 Food and Treats 21,003 4.1.9 Category 10: Miscellaneous/Other Category Proposers are encouraged to provide product/service/solution categories that are purchased by public agencies. Our website offers hundreds of millions of products from a wide variety of industries and specialties. Table 10 lists the existing professional storefronts within Amazon Business. Table 10 - Amazon Business Professional Storefronts 3D Printing Restaurant & Bulk Food Supply Cleaning Chemicals Education Dishwashing Equipment Cleaning Tools Classroom and School Supplies Commercial Espresso Machines & Coffee Makers Floor Care Classroom Furniture Commercial Food Storage Odor & Drain Maintenance Cutting Tools Concession & Vending Equipment Paper Products Abrasive and Finishing Products Raw Materials Personal Care Products Medical Equipment Material Handling Equipment Restroom Fixtures Professional Medical Supplies Packaging and Shipping Supplies Trash Cans & Trash Bags Nursing Supplies Industrial Light Towers Filtration Equipment & Systems Dental Equipment Pulling & Lifting Supplies Safety Equipment & Supplies Dental Instruments and Professional Dental Supplies Drywall Lifts Emergency Response Equipment Laboratory Supplies Hand Trucks Hazardous Material Handling Lab Chemicals, Lab Consumables Door & Equipment Hardware Lockout & Tag Out Products Laboratory Furniture Fasteners PPE: Personal Protective Equipment Food Industry Supplies Testing, Measurement and Inspection Equipment Safety Signs & Signals Food Service Disposables Janitorial Supplies Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 16 Amongst the hundreds of millions of products available, Amazon Business offers 10 million business-only items, which include printer ink cartridges, stethoscopes and industrial deep fryers. Please visit the following webpage to learn about any product restrictions within the Amazon Business account: https://www.amazon.com/gp/help/customer/display.html/ref=hp_left_v4_sib?ie=UTF8&n odeId=201613190 4.1.10 Amazon Business Account Features Amazon Business provides administrators with controls to monitor spending. Current administrator tools and features include multi-user accounts, tax-exemption support, approval workflows and purchasing analytics. Amazon Business also makes it easy for organizations to compare multiple offers on products, and is integrated with leading purchasing systems. Feature include: • Multi-user accounts, approval workflows, and spend controls • Tax-exempt purchasing for qualifying organizations • Business-pricing and quantity discounts on select items • Purchase orders and customizable analytics reporting • Free two-day shipping on eligible orders of $49 or more Multi-User Accounts & Groups Organizations can onboard teams to Amazon Business and manage individuals and groups of users. Whether your organization has a few employees or a few thousand, we make it easy to connect your team and share payment methods & shipping addresses. Groups provide an Administrator the ability to organize multiple end users. Create groups based on location, department or any purchasing need that works for your organization. Users are assigned permissions by the Account Administrator. The following table describes the Amazon Business user roles & permissions. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 17 Table 11 - Amazon Business user roles & permissions Administrators have the ability to add a person & assign user-specific purchasing permissions. Organizations with many end users can upload a spreadsheet and invite up to 1000 users at a time. Added users will receive an emailed invitation on behalf of Amazon Business. To associate an invited user with an Administrator’s Business Account, users are required to take action and ‘accept purchasing responsibility’ within the email body. Once an invitation has been accepted, your account settings will automatically update. Users will migrate from ‘Invitations’ to the ‘People’ tab of ‘Manage Your Business’. Figure 4 - Create Your Organizational Structure Using Groups and Sub-Groups Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 18 Figure 5 - Invite End Users to Amazon Business After an organization registers, configures an account and invites users to join the account, end users can start their shopping experience on the Amazon Business home page. End Users search for items their businesses need, view the Amazon and third- party offers for those items, and view the various product details. They can see whether there are offerings from small business or otherwise-credentialed third-party sellers. After making a purchase decision, buyers choose shipping addresses and payment methods before finalizing a purchase. Amazon Tax Exemption Program (ATEP) If you’re eligible for tax-exempt purchasing, you may be able to participate in the Amazon Tax Exemption Program. The program allows you to make tax-exempt purchases and manage tax exemption across your organization. Figure 6 - Add tax exemptions to your Amazon Business Account Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 19 Approval Workflows & Spend Controls Amazon Business adds a layer of oversight to the purchasing process. Account administrators can add purchasing approvals to their accounts. Set individual spending limits to better manage your organization’s purchasing on Amazon. Figure 7 - Add Approval Workflows to your Amazon Business Account The Amazon Business Marketplace helps organizations reduce procurement costs, enables transparency across multiple third-party sellers, and gives organizations access to greater selection and dynamic marketplace pricing. In addition, the organization- friendly features available on Amazon Business provide companies control over purchasing authority and insightful information about their organization’s purchasing trends. Figure 8 - View information on third-party sellers such as 18 different diversity and quality credentials Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 20 Business Pricing The Amazon Business Marketplace already makes it easy to compare prices and find the best deals. Now we’ve made it easy for suppliers to provide discounts just for business, including public sector entities like PWCPS. Registered customers will see exclusive prices on a growing selection of items. Amazon Business offers business pricing or quantity discounts on more than 7 million items. Figure 9 - View discounts only available to Business customers FREE Two-Day Shipping With FREE Two-Day Shipping on qualifying orders of $49 or more, Amazon Business keeps your organization agile with our fast, free, reliable shipping. Order Tracking Amazon Business allows you to use your purchase order numbers or reference text to improve recordkeeping. We also make it easy to track your shipments, by providing estimated delivery dates for all items in your order. Amazon Business for Purchasing Systems Shop on Amazon Business with the controls and oversight provided by your company’s purchasing system. Amazon Business is now integrated for punch-out with more than Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 21 30 purchasing systems including SciQuest, Coupa, Ariba, Skyward, ESM, Equal Level, Tyler Munis, and more. Amazon Business Analytics Customers can use our analytics dashboard to track and monitor spending on Amazon Business with dynamic charts and data tables. We make it easy to analyze spend by individual users, groups, or your whole organization. Amazon Business Analytics enable customers to: • Aggregate your purchases to compare and track spend over time • Organize data by applying additional filters • Utilize the table view to get details behind graphical summaries • Customize table view to reflect only desired attributes • Create & save report templates for fast and easy future reference Figure 10 - Analyze spend using Amazon Business Analytics 4.2 Pricing Instructions 4.2.1. All offerors must provide pricing based on their marketplace model. The Amazon Business dynamic pricing model simplifies the purchasing process while increasing cost savings considerations, and allows users to take advantage of Amazon’s wide selection and competitive pricing. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 22 •Competitive Pricing - The Amazon Business Marketplace empowers customers by providing transparency of price, delivery options, product rating and third-party seller ratings. The marketplace creates a level playing field of third-party sellers, giving end users access to hundreds of millions of products, with price competition that lets customers know they are getting the right product at the right price. •Price Comparisons - The Amazon Business Marketplace eliminates the need to visit multiple stores or websites for competitive bids. One search in the Amazon Business Marketplace provides access to a multitude of third-party sellers competing for your business, reducing cost and procurement complexity. Product offerings from third-party sellers are presented alongside Amazon’s product offerings. By viewing Amazon product offerings alongside third-party offerings, customers are able to select and order goods based on the best price, shipping and seller preferences (and other criteria). Figure 11 - View and compare products and pricing •Organization & Quantity Discounts – Amazon Business’ marketplace already makes it easy to compare prices and find the best deals. Now we’ve made it easy for suppliers to provide discounts just for organizations. Registered customers will see exclusive prices on a growing selection of items. Amazon Business offers organization pricing or quantity discounts on more than 7 million items. To view our current pricing, please use the following login: Step 1. Navigate to www.amazon.com/business and click Sign-In. Step 2. Enter mkl+pwcps@amazon.com. The password is amazon. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 23 4.2.2. Provide offerors proposed shipping methods. The Amazon Business Marketplace will utilize the same Amazon fulfillment network that supports Amazon’s consumer Marketplace. Amazon’s U.S. fulfillment network includes more than 50 fulfillment centers, over 23 sortation centers, and more than 90,000 full- time Amazon employees. Also see below information on Fulfillment by Amazon. Amazon leverages multiple shipments organizations including USPS, UPS, and FedEx to delivery packages to customers. Exclusively for Amazon Business customers, we offer Pallet Delivery where a customer can receive their large orders on one or more pallets rather than in potentially hundreds of separate boxes. Previously, a 1000 unit order delivered in 100 boxes in a single delivery would have resulted in: •100 individual boxes, difficult to manage and keep track of in a busy receiving dock •100 credit card charges and 100 shipping confirmation e-mails •100 different shipment tracking pages, one for each package tracking ID Now, the customer experience is improved in the following ways: •Consolidated pallets delivered to the customer’s receiving dock •One credit card charge and one shipping confirmation e-mail •One shipment tracking page to visit to track the entire delivery Launched in 2006, Fulfillment by Amazon (FBA) is now used by millions of third-party sellers around the world. FBA enables third-party sellers to use Amazon's fulfillment network—more than 100 fulfillment centers around the world, staffed by thousands of Amazon employees—to store, pack and ship their products directly to customers while offering Amazon Prime benefits, free shipping, simple exporting to customers around the world, streamlined cross-border trade, easy returns and Amazon customer service. FBA is used by sellers of all sizes in more than 100 countries, and allows businesses to take advantage of Amazon's fulfillment services and focus their efforts on growing their business. Sellers from around the world use FBA to ship to 185 countries. With FREE Two-Day Shipping on qualifying orders of $49 or more, Amazon Business keeps your organization agile with our fast, free, reliable shipping. You can schedule unlimited deliveries on more than 20 million eligible items. 4.3 Significant Tasks Not Listed 4.3. Offerors are highly encouraged to include in their proposal a description of any significant task not listed in the Scope of Services which they know to be necessary under the proposed contract. There are no significant tasks not listed in the Scope of Services. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 24 4.4 Innovation Information regarding innovative breakthroughs and any one-of-a-kind programs offered related to the ON-LINE MARKETPLACE FOR THE PURCHASES OF PRODUCTS AND SERVICES is encouraged. Innovation is in Amazon’s DNA. We work directly with customers to ensure that our innovation is driven by customer demand. This external awareness ensures that Amazon is not limited by a “not invented here" attitude. We continuously evolve and improve our existing services, and are constantly adding new features and services. Some of Amazon’s market leading Marketplace-related innovations are listed below. 4.4.1 Amazon Marketplace Selling on the Amazon Marketplace enables individuals and businesses of all sizes to reach hundreds of millions of customers instantly when they sell their products on Amazon. Third-party sellers on Amazon can list their products with no listing fee and have their products featured right alongside items carried by Amazon. Marketplace's early days were not easy. First, we launched Amazon Auctions. Not many customers came. Auctions transformed into zShops, which was basically a fixed price version of Auctions. Again, no customers. But then we morphed zShops into Marketplace. Internally, Marketplace was known as SDP for Single Detail Page. The idea was to take our most valuable retail real estate—our product detail pages—and let third-party sellers compete against our own retail category managers. It was more convenient for customers, and within a year, it accounted for 5% of units. Today, more than 40% of our units are sold by third-party sellers worldwide. Customers ordered more than two billion units from third-party sellers in 2014. 4.4.2 Amazon Prime In February 2005, Amazon launched Amazon Prime—an all-you-can-eat express shipping membership program for about a million products. Our vision was that fast delivery should be an everyday experience—rather than an occasional indulgence. With Prime, we introduced three things: first—we sped things up byoffering two-day shipping at a time when most customers expected to pay for 4-6 business days; second—we made two-day shipping predictable and guaranteed; third—we made it unlimited, all- you-can-eat with a single annual membership. In its first year, we gave up many millions of dollars in shipping revenue, and there was no simple math to show that it would be worth it. Amazon Prime has continued to be a hit with members. Members love Amazon Prime—it is one of the world's most popular subscription services—with a 50% increase in members globally in 2014. Tens of millions of Prime members enjoy fast, free unlimited shipping on more than 30 million items, as well as unlimited streaming of tens of thousands of movies and TV episodes, more than one million songs—and thousands of playlists and stations with Prime Music, early access to select Lightning Deals all year long, free secure, unlimited photo storage in Amazon Cloud Drive with Prime Photozone and one free pre-released book a month with Kindle First. Prime isn't done improving on its original fast, free shipping promise either. Members in more than 1,000 cities and towns also receive unlimited Free Same-Day Delivery on more than a million items. In addition, Prime members in more than 29 cities across the U.S. receive one and two hour delivery on a selection of tens of thousands of items through Prime Now. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 25 4.4.3 Prime Now In December 2014, Amazon launched Prime Now in parts of Manhattan—and has since expanded to cities across the United States as well as London. Available to Prime members through a mobile app, Prime Now means customers can get tens of thousands of products like paper towels, shampoo, books, toys, big-screen televisions and batteries delivered right to their door in an hour or less. And in Manhattan, Amazon has expanded the offering to include one-hour delivery from local stores offering items such as groceries, prepared meals and baked goods from D'Agostino, Gourmet Garage and Billy's Bakery. Prime Now relies on Amazon's growing network of fulfillment centers, which use high-end technology to speed up delivery times for customers. A portion of Amazon's new building on 34th Street in Manhattan serves as a hub for delivery of Prime Now orders in New York. 4.4.4 Fulfillment by Amazon Launched in 2006, Fulfillment by Amazon (FBA) is now used by millions of third-party sellers around the world. FBA enables third-party sellers to use Amazon's fulfillment network—more than 100 fulfillment centers and more than 15 sort centers around the world, staffed by thousands of Amazon employees—to store, pack and ship their products directly to customers while offering Amazon Prime benefits, free shipping, simple exporting to customers around the world, streamlined cross-border trade, easy returns and Amazon customer service. FBA is used by third-party sellers of all sizes in more than 100 countries, and allows businesses to take advantage of Amazon's fulfillment services and focus their efforts on growing their business. Third-party sellers from around the world use FBA to ship to 185 countries. In a 2014 survey, 71% of FBA respondents reported that their unit sales increased on Amazon more than 20% since joining FBA. And third-party sellers keep joining FBA—in 2014, the number of sellers on Amazon adopting FBA to help scale their businesses grew more than 65% year-over-year worldwide. FBA units shipped worldwide grew more than 50% year-over-year during the 2014 holiday season. 4.4.5 Amazon Launchpad Introduced in 2015, Amazon Launchpad is a relatively new program that makes it easy for startups to launch, market, and distribute their products to hundreds of millions of Amazon customers across the globe. Since launching a year ago, Amazon Launchpad has worked with over 100 leading venture capital firms, startup accelerators, and crowd- funding platforms to help more than 1,000 startups launch products in the U.S.,U.K., China, Germany, and France. The program offers a streamlined onboarding experience, custom product pages, a comprehensive marketing package, and access to Amazon’s global fulfillment network, all geared toward helping startups successfully launch their innovations and share their stories. With Amazon Launchpad, startups can overcome many of the challenges associated with launching new products by using Amazon’s retail expertise and infrastructure to create awareness and drive sales. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 26 4.4.6 Prime Air Amazon Prime Air is a future delivery system that will get packages to customers in 30 minutes or less using small unmanned aerial vehicles. With Prime Air, we're developing a system that is safe, environmentally sound and enhances the services we already provide to millions of customers. Today, we are rapidly experimenting and iterating on Prime Air inside our next generation research and development labs, working to make our vision a reality. It may sound like science fiction, but it's real. Putting the system into service will take some time, but one day, seeing Prime Air vehicles will be as normal as seeing mail trucks on the road. 4.4.7 Amazon One Amazon One, a Boeing 767-300, is our first ever Amazon branded plane which will serve customers by adding capacity to support one and two day package delivery in the US. Adding capacity for Prime members by developing a dedicated air cargo network ensures there is enough available capacity to provide customers with great selection, low prices and incredible shipping speeds for years to come. Over the next couple of years, we’ll roll out 40 planes just like this one. 4.4.8 Customer Reviews Customer reviews were one of our earliest innovations, and many people thought we were nuts. Why would letting people post negative reviews help us sell those products? Because we're in the business of helping customers make better purchase decisions. Today, customer reviews are a critical part of Amazon. Every day, customers from around the world take to Amazon to write reviews—customers can now upload images, answer other customers' questions about a product and rate one another's reviews— and customers use these reviews to inform their purchasing decisions. Here are a few that made us laugh. 4.4.9 1-Click In 1997, Amazon launched 1-Click, an innovation that gives customers the ability to make purchases on the Web with just one click of the mouse—no more entering the same information over and over again for each purchase. 1-Click was a first-of-its-kind approach to retail. Before, customers had to re-enter their payment information—even on sites they regularly used—to complete a purchase. 1-Click eliminated this redundancy, making customers' shopping experiences easier and more seamless. It became a new standard for ease of buying on or off the Web. 4.4.10 Dash Button Launched in March 2015, Dash Button is Amazon's 1-Click ordering brought into the home. It's a service designed to eliminate those moments you realize you forgot to order a frequently-used household item—things like laundry detergent, dog food, diapers, trash bags, and coffee. With a single push of the button, Dash Button automatically places your order. In creating Dash Button, we wanted to give customers more options and to make life a little easier. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 27 4.4.11 Frustration-Free Packaging We've all had wrap rage from going head-to-head with impossible-to-open packaging. So in 2008 we set out to solve the problem. "Frustration-Free Packaging" was designed to make it easier for customers to liberate products from their packages. We started small with just 19 of the worst offenders—products enclosed in hard plastic cases known as "clamshells" and those secured with plastic-coated wire ties, commonly used in toy packaging. After smoothing out the kinks and broadening the program, Frustration-Free Packaging has grown to over 400,000 products. And we're happy to report that our customers no longer have wrap rage. What's more, Frustration-Free Packaging has helped the planet by reducing over 50 million pounds of excess packaging to date. We've heard a lot of feedback from our customers like this: • "The old frustration full packaging took scissors and blood and sweat to open. The new way is perfect! Pull cardboard tab, open envelope, memory card in hand." • "I am a huge fan of Amazon Frustration Free Packaging ... Thank you for offering packaging that allows me to access my purchases without endangering myself." • "This was the best packaged item I've ever received from Amazon. No extra box, no frills. Just stick the sticker on the box and go. Way to be sustainable folks!" 4.4.12 Kaizen & Defect Reduction We continuously work to streamline our processes and eliminate defects. Doing so drives a better customer experience, including faster delivery and lower costs that enable lower prices for customers. We use many systematic methods to make work processes easier and more efficient, including the "Kaizen" program, named for the Japanese term meaning "change for the better." Through the Kaizen program, employees participate in small teams to identify waste and streamline processes. In 2015, more than 1,100 associates participated in 450-plus Kaizen activities. For example, a Kaizen team at one of Amazon’s Phoenix fulfillment centers set benchmark standards for the Box-On-Demand (BOD) process across the network for buildings that handle large-sized customer orders. The new process established staffing standards, created a baseline station design and reconfigured the production area. As a result, custom packaging productivity increased and resulted in an annual savings of six million dollars. 4.4.13 AmazonFresh Launched in Seattle in 2007, AmazonFresh allows customers to combine grocery and other shopping into one seamless experience that easily fits into their routines and improves their busy lives. Customers can order from more than 500,000 items for same- day and early morning delivery, including everything from fresh groceries and prepared meals to toys, electronics, household goods, and more Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 28 Our goal is to help busy families do their weekly grocery shopping in the most convenient way possible. With 24/7 mobile and web shopping, we meet them where they already are—online at home, at work, on a plane or waiting for their kids after soccer practice. We believe the ability to place an order after dinner to be delivered before breakfast the next day is a great benefit for busy parents and professionals. 4.4.14 Amazon Echo and Alexa In 2014, Amazon introduced Echo, a new category of device designed around your voice. It is hands-free and always on—you can ask Echo for information, music, news, sports scores, and weather from across the room and get results or answers instantly. Echo leverages Amazon Web Services to continue to learn and add functionality over time. Tucked under Echo's light ring are seven microphones. These sensors use beam- forming technology to hear you from any direction, even when Echo is playing music. Echo uses on-device keyword spotting to detect the wake word. When Echo detects the wake word, it lights up and streams audio to the cloud, using AWS to recognize and respond to your request. Importantly, you can ask Alexa (the AWS Cloud-based voice service that powers Amazon Echo) to order select Prime-eligible products from the Prime catalog or from your order history. 4.4.15 Amazon Web Services Amazon built AWS and became one of its biggest customers because we wanted to move faster. Before AWS, we had teams working on new ideas for the business and we found that they kept reinventing the wheel. Some of these teams were spending up to 70% of their time re-creating technology infrastructure—things like a web scale database, storage, queuing service, and other capabilities that we already had in use in other areas of the business. Not only was this extremely time consuming work for the teams, it was time that they weren't focused on delivering for customers. They were spending the majority of their time on the undifferentiating parts of the infrastructure required to make the idea work. That just seemed backwards to us. With AWS, Amazon teams can focus on their ideas—instantly spinning up an experiment of just about any size on-demand, without upfront capital expenditure. And they can spin it down just as quickly to re-tool if they need to, then do it all over again. That kind of experimentation loop can really pay off—particularly for large-scale innovations—when you move rapidly, experiment more, and lower the cost of failure. As an idea of how AWS innovations directly improve customer experience on Amazon Marketplace, see how the below information regarding how AWS seamlessly scales to accommodate the massive increase of traffic during Amazon’s PRIME Day. • Amazon Mobile Analytics events increased 1,661% on PRIME Day compared to the same day the previous week. • Amazon’s use of Amazon CloudWatch metrics increased 400% worldwide on PRIME Day, compared to the same day the previous week. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 29 • Amazon DynamoDB served over 56 billion extra requests worldwide on PRIME Day compared to the same day the previous week. 4.5 Time Line Offeror shall provide a time line and schedule for completion of this project, highlighting critical points in the process. Table 12- Proposed Timeline #Action Target Completion After Award 1 Initial Kickoff to Discuss Expectations, Roles, and Responsibilities Week 1 2 Identify Program Contact Requirements including Supplier Contact Details Week 1 3 Review Project Plan including Contract Launch Date & Commitments Week 2 4 Complete Suppllier Setup Form, Identify Training Dates Week 2 5 Marketing Kickoff to Review Launch Deliverables including Microsite Week 2 6 Senior Management Status Meeting to Review Contract Launch Status Week 4 7 Review Joint Target Opportunities Week 5 8 Upload Content to Amazon Website Week 5 9 Sales Training & Communication Week 6 &7 10 Contract Launch Week 8 Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 30 5.0 Supplier Information (Tab 5) 5.1 Supplier Qualifications a. Supplier Qualifications (Ref. pages 30-34): Offeror shall include a narrative of its understanding and acceptance of the Supplier Commitments. Amazon has read and understands that the Supplier Qualifications is an opportunity to provide maximum benefit to both U.S. Communities and Participating Public Agencies. If Amazon is awarded this contract, we will discuss the acceptance of the Supplier Commitments directly with U.S. Communities. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 32 5.3 Supplier Information c. Supplier Information (Ref. pages 37-40). 5.3.1 Company 1. Provide the total number and location of sales persons employed by your company in the United States Currently, Amazon Business has three sales offices (Seattle, Boston, Detroit) but the capability to call on Participating Public Agencies in 35 states. 2. Number and location of distribution outlets in the United States (if applicable); Amazon’s U.S. fulfillment network includes more than 50 fulfillment centers, over 23 sortation centers, and more than 90,000 full-time Amazon employees. 3. Number and location of support centers (if applicable); This is not applicable. 4. Annual sales for 2013, 2014 and 2015 in the United States; Sales reporting should be segmented into the following categories: Cities Counties K-12 (Public/Private) Higher Education (Public/Private) States Other Public Sector and Non profits Federal Private Sector Amazon Business does not report this information separately from the larger Amazon.com marketplace or in these breakdowns. North American sales revenue, not including Amazon Web Services, for the prior three years is presented in Table 13. Table 13 - Amazon.com Inc. Revenue YEAR NORTH AMERICA NET SALES 2013 $ 41.4 B 2014 $ 50.8 B 2015 $ 63.7 B 5. Submit your current Federal Identification Number and latest Dun & Bradstreet report Tax ID number is 82-0544687 DUNS number is 142137640. Please see Tab 13.0 for a current Dun & Bradstreet report. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 33 5.3.2 Distribution 1. Describe how your company proposes to distribute the Products nationwide Amazon Business Marketplace will utilize the same Amazon fulfillment network that supports Amazon’s Marketplace. Amazon’s U.S. fulfillment network includes more than 50 fulfillment centers, over 23 sortation centers, and more than 90,000 full-time Amazon employees. Also see information on Fulfillment by Amazon under #2 below. Amazon leverages multiple shipments organizations including USPS, UPS, and FedEx to delivery packages to customers. Exclusively for Amazon Business customers, we now offer Pallet Delivery where a customer can receive their large orders on one or more pallets rather than in potentially hundreds of separate boxes. Previously, a 1000 unit order delivered in 100 boxes in a single delivery would have resulted in: • 100 individual boxes, difficult to manage and keep track of in a busy receiving dock • 100 credit card charges and 100 shipping confirmation e-mails • 100 different shipment tracking pages, one for each package tracking ID Now, the customer experience is improved in the following ways: • Consolidated pallets delivered to the customer’s receiving dock • One credit card charge and one shipping confirmation e-mail • One shipment tracking page to visit to track the entire delivery 2. Identify other companies that will be involved in processing, handling or shipping the Product to the end user. Launched in 2006, Fulfillment by Amazon (FBA) is now used by millions of third-party sellers around the world. FBA enables third-party sellers to use Amazon's fulfillment network—more than 100 fulfillment centers around the world, staffed by thousands of Amazon employees—to store, pack and ship their products directly to customers while offering Amazon Prime benefits, free shipping, simple exporting to customers around the world, streamlined cross-border trade, easy returns and Amazon customer service. FBA is used by third-party sellers of all sizes in more than 100 countries, and allows businesses to take advantage of Amazon's fulfillment services and focus their efforts on growing their business. Third-party sellers from around the world use FBA to ship to 185 countries. Amazon leverages multiple shipments organizations including USPS, UPS, and FedEx to delivery packages to customers. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 34 3. State the effectiveness of the proposed distribution in providing the lowest cost to the end user. We continuously work to streamline our processes and eliminate defects. Doing so drives a better customer experience, including faster delivery and lower costs that enable lower prices for customers. We use many systematic methods to make work processes easier and more efficient, including the "Kaizen" program, named for the Japanese term meaning "change for the better." Through the Kaizen program, employees participate in small teams to identify waste and streamline processes. In 2015, more than 1,100 associates participated in 450-plus Kaizen activities. For example, a Kaizen team at one of Amazon’s Phoenix fulfillment centers set benchmark standards for the Box-On-Demand (BOD) process across the network for buildings that handle large-sized customer orders. The new process established staffing standards, created a baseline station design and reconfigured the production area. As a result, custom packaging productivity increased and resulted in an annual savings of six million dollars. We strive for continuous improvement, and we understand that our progress depends on good execution and good judgment from thousands of employees. Amazon has a culture of innovating on behalf of customers, and our operations teams focus on our fulfillment centers and core supply chain processes, creating the capabilities required to enable the world’s largest selection with fast free shipping for Prime members. However, we see the same opportunity to innovate in transportation. Amazon One is our latest innovation in transportation, a Boeing 767-300 that is our first ever Amazon branded plane which will serve customers by adding capacity to support one and two day package delivery in the US. Adding capacity by developing a dedicated air cargo network ensures there is enough available capacity to provide customers with great selection, low prices and incredible shipping speeds for years to come. Over the next couple of years, Amazon will roll out 40 planes to build an even faster and more cost- effective fulfillment network. Distribution extends to packaging, and we continually strive to optimize the overall customer packaging experience. This includes driving improvements in the sustainability of packaging across Amazon’s supply chain, starting with our own packaging and our own operations. About 25 million times a year, customers write to tell us they love how their products have been packaged – sending us pictures and stories that our packaging and fulfillment center teams love to hear. They also tell us when our packaging hasn't worked – when their products were damaged, when the box used was too big, or just too hard to open. This informs our worldwide packaging team and allows us and our vendors to make improvements. If it's serious enough, their feedback can automatically pull what we call "the Andon cord" to prevent a product from disappointing another customer. We continue to pursue multi-year waste reduction initiatives – e-commerce ready packaging and Amazon Frustration-Free Packaging – to promote easy-to-open, 100% Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 35 recyclable packaging and to ship products in their own packages without additional shipping boxes. Such efforts also seek to eliminate hard plastic “clamshell” cases and the plastic-coated wire ties commonly used in toy packaging. These initiatives have grown to include more than 1.2 million products over time and have eliminated more than 36,000 tons of excess packaging just in 2015. If executed well, our innovations will also help us to: • Reduce prep, packing material and shipping supplies; • Reduce our operational costs by increasing the use of recycled materials • Increase the overall density of the packages we ship – good for transportation savings and less waste for our customers; and • Reduce the things that get damaged in transit and eliminate wasted packaging. 4. Provide the number, size and location of your company’s distribution facilities, warehouses and retail network as applicable. Amazon’s U.S. fulfillment network includes more than 50 fulfillment centers, over 23 sortation centers, and more than 90,000 full-time Amazon employees. 5. If applicable, describe your company’s ability to do business with manufacturer/dealer/distribution organizations that are either small or MWBE businesses as defined by the Small Business Administration. Third-party sellers selling on Amazon are able to be recognized for Quality, Diversity & Ownership credentials. Amazon does not provide assistance to obtain credentials, nor is Amazon a certifying body. Third-party sellers determine their own eligibility for a credential and are solely responsible for obtaining the appropriate supporting documentation, depending on the credential. Credentials are recognized or awarded by third parties. Amazon displays seller credentials because business customers have told us they are valuable in their purchasing decision. Amazon recognizes the following credentials: Quality Credentials • ISO 9001 - Quality Management Systems • ISO 13485 – Medical Devices Standards • ISO 14001 - Environmental Management Systems • ISO 22000 / HAACP - Food Quality Standards • ISO/TS 16949 - Quality Management Systems - Automotive • AS 9100 - Quality Systems - Aerospace • AS 9120 - Quality Systems - Aerospace- Distributors Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 36 Diversity & Ownership Credentials • Small Business • LGBT Business Enterprise • Minority Owned Business • Women Business Enterprise • Woman-Owned Small Business • Economically Disadvantaged Women-Owned Small Business • SBA-Certified Small Disadvantaged Business • SBA-Certified HUB Zone Firm • SBA-Certified 8(a)Firm • Veteran-Owned Small Business • Service Disabled Veteran-Owned Small Business Figure 12 - View information on third-party sellers such as 18 different diversity and quality credentials Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 37 Here is a link for up-to-date details on Amazon’s Seller Credential Program: https://www.amazon.com/gp/help/customer/display.html/ref=hp_left_v4_sib?ie=UTF8&n odeId=201715970 5.3.3 Marketing 1. Outline your company’s plan for marketing the Products to State and local government agencies nationwide. In 2016 Amazon Business will attend several procurement events targeted at education and government agencies in an effort to reach thousands of purchasing administrators, buying influencers, and buying decision makers. For example, Amazon Business attended 5 national events including ASBO, NAEP, NACUBO, FETC, and NIGP Annual Meetings. We also attended or plan to attend more than 20 local, state, and regional conferences. In addition to exhibiting or sponsoring specific events, Amazon Business is also submitting proposals to public agencies. This approach encourages Amazon Business Public Sector existing customers to share best practices rather than traditional commercial sales approaches. The benefit is both acquisition of new customers and increasing spend from existing customers. a) Amazon Business Marketing Collateral. Amazon Business shall work with U.S. Communities to create a one (1) page marketing collateral document demonstrating the benefits of the Master Agreement for use by Amazon’s public sector sales force personnel. b) Sales and Marketing Events. Amazon Business will display the U.S. Communities placard when exhibiting at tradeshows sponsored by U.S. Communities. Supplier shall provide a subject matter expert and content for at least two (2) annual webinars hosted by U.S. Communities. c) Tradeshows and Annual U.S. Communities Event. Amazon Business shall send two (2) public sector sales force personnel to U.S. Communities’ annual conference. d) National Institute of Government Purchasing (“NIGP”) Forum. Amazon Business will attend and participate as an exhibitor in the NIGP Forum (with, at a minimum, a 10x10 booth space) each year the Master Agreement is in effect. e) Solution-Based Marketing. Amazon Business shall identify the email campaigns provided by U.S. Communities in which Amazon Business will participate and will provide supporting content by published deadlines. f) Strategic Marketing Support. Amazon Business marketing team will meet with U.S Communities’ marketing team to discuss promotions and other campaigns and identify plans and opportunities to push activities out to Participating Public Agencies and webpage visitors. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 38 g) Contract Launch. Amazon Business shall support U.S. Communities’ comprehensive marketing plan in support of the Master Agreement by completing the following tasks: (i) Amazon Business shall participate in weekly calls with U.S. Communities for six to eight (6-8) weeks to ensure all marketing tasks are completed by launch date. (ii) Amazon Business shall provide a subject matter expert for the two launch webinars hosted by U.S. Communities to promote the Master Agreement. (iii) Amazon Business shall prepare a press release to be posted on U.S. Communities’ website and provided to Penton media for announcement in the Coop Solutions newsletter. (iv) Amazon Business shall provide U.S. Communities with its logo pursuant to Section XX of the Administration Agreement. (v) Amazon Business shall provide content to U.S. Communities for the microsite to be created on U.S. Communities’ website. (vi) Search Engine Optimization – Amazon Business will work with U.S. Communities to optimize content on U.S. Communities’ website for organic search results. 2. Explain how your company will educate its national sales force about the Master Agreement. Amazon Business shall establish and implement a training program for its public sector sales force personnel on the Master Agreement and U.S. Communities program, and within one (1) month of the execution of the Master Agreement, will ensure that all Amazon Business public sector sales force personnel have completed such training. Thereafter, all new Amazon Business public sector sales force personnel will receive training on the Master Agreement and the U.S. Communities Program during new hire orientation. Supplier will cooperate with U.S. Communities on its training program by reviewing program content and/or developing program training materials. Amazon Business’ public sector sales force personnel will be trained on presenting the Master Agreement, including presenting the Master Agreement as a featured offering to Public Agencies, and as appropriate, in response to Public Agency procurement solicitations. 3. Explain how your company will market and transition the Master Agreement into the Featured offering to Participating Public Agencies. Dedicated U.S. Communities Web-Based Homepage. Amazon Business shall design and implement a dedicated U.S. Communities web-based homepage for the purpose of promoting the Master Agreement and on-boarding Participating Public Agencies. Amazon Business shall ensure that the dedicated U.S. Communities web-based homepage receives featured placement on the Amazon Business public sector landing Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 39 page (currently found at www.amazonbusiness.com/education). Amazon’s dedicated U.S. Communities web-based homepage will contain the following: (i) U.S. Communities standard logo with Founding Co-Sponsors logos; (ii) Copy of original procurement solicitation; (iii) Copy of Master Agreement including any amendments; (iv) Summary of Products and Services pricing; (v) Electronic link to U.S. Communities’ online registration page; (vi) A summary of Amazon Business features and benefits as described in the Master Agreement (vii) A Registration Flow that will include: (A) A link for existing Amazon Business customers to become a U.S. Communities member; (B) A link for existing U.S. Communities’ members to register for an Amazon Business account; and (C) A link for U.S. Communities members to opt-in to the Master Agreement; (viii) An opt-in and verification process to use the U.S. Communities Master Agreement (A) Form will require Public Agencies to authenticate first as an Amazon Business customer; (B) Form will require Public Agency Name, Agency Type ( Public Agency Address, Tax Identification Number, Contact Name, Contact Title, Contact Phone, Contact Email; and (C) Upon form submission, customer will be notified within five (5) business days to confirm program eligibility as a Participating Public Agency. 4. Explain how your company plans to market the Master Agreement to existing government customers and transition these customers to the Master Agreement. Amazon Business shall design and implement a dedicated U.S. Communities web- based homepage for the purpose of promoting the Master Agreement and on-boarding existing government customers. The homepage will have a registration flow that will include a link for existing Amazon Business customers to become a U.S. Communities member. Amazon Business shall proactively send email campaigns to existing customers following the contract launch. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 40 5.3.4 Products, Services and Solutions 1. Provide a description of the Products and Solutions to be provided by the major product categories set forth in Statement of Needs of the RFP. The primary objective is for each Supplier to provide its complete product, service and solutions offerings so that Participating Public Agencies may order a range of product as appropriate for their needs. Please refer to Tab 4.0 (Statement of Needs). 2. State your normal delivery time (in days) and any options for expediting delivery. Please refer to Tab 4.0 (Statement of Needs). 3. State backorder policy. Do you fill or kill order and require Participating Public Agency to reorder if item is backordered? There are times when products are out of stock but will be back in stock in a short period of time. In cases such as these, our customers may still order the item, and the item will be reserved for the customer against our incoming stock. This is what is known as a backorder. It is in the customer's best interest to place an item on backorder so when items come back into stock they will be the first to receive the items; this is our first-come-first serve policy. Occasionally backordered items are canceled by the manufacturer and may not be available - in this case you would be notified by our customer service department. You may cancel a backorder at any time prior to shipment by notifying our customer service department. Backordered items will not be charged to credit card orders until the item has shipped from our warehouse. However, any other form of payment will result in an immediate charge. 4. State restocking fees and procedures for returning products. You can return many items sold on Amazon.com. When you return an item, you may see different return options depending on the seller, item, or reason for return. To start a return on an item you ordered: 1. Go to the Online Returns Center. (https://www.amazon.com/returns) 2. Follow the on-screen instructions to get a return mailing label and choose a return option. Depending on the item's eligibility, you'll be able to choose one of the following options: o Refund o Replacement o Exchange Note: Not all options will be available for all items. For items sold by an Amazon seller that aren't eligible for Amazon Prime from that seller, you will see Submit return request. The seller reviews the return request before issuing a refund or replacement. If you don't receive a response within two business days, you can submit an A-to-z Guarantee claim. For more information, go to A-to-z Guarantee Protection. (https://www.amazon.com/gp/help/customer/display.html?nodeId=537868) Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 41 When you return an item, your refund and how your refund is issued may differ based on the condition of the item, how long you've had the item and how the item was purchased. More information on your refunded any restocking fees can be found here: https://www.amazon.com/gp/help/customer/display.html/ref=help_search_1- 1?ie=UTF8&nodeId=901926&qid=1471226377&sr=1-1 For more information, please visit https://www.amazon.com/returns/. 5. Describe any special programs that your company offers that will improve customers’ ability to access Products, on-time delivery or other innovative strategies. Exclusively for Amazon Business customers, we offer beta programs for customers to provide feedback on new features including Pay by Invoice, Catalog Curation, cXML Invoicing, and more. 6. Describe the capacity of your company to broaden the scope of the contract and keep the product offerings current. There are hundreds of millions of products on Amazon Business Marketplace, and we’re adding more business items and suppliers regularly. You can purchase these new items as soon as they are available on the Amazon Business Marketplace. 5.3.5 Quality 1. Describe your company’s quality control processes. Amazon’s Inventory Control Quality Assurance (ICQA) process reports on how well we’re following processes in our Fulfillment Centers (FCs) and Customer Service centers. We are extremely customer focused, and analyze root causes of defects to drive improvements. The Operations ICQA team has two functions: inventory control (IC), which focuses on cycle-counting and related analysis/research to understand and correct any variances in our inventory, and quality assurance (QA), which audits how well we’re sticking to agreed processes and highlights any discrepancies. This team also helps analyze customer-facing metrics. 2. Describe your problem escalation process. Amazon Business provides a dedicated Customer Services team for organizations. Customers can contact Amazon Business Contact service by phone, email, or chat. Amazon Business Customer Service may be reached by phone at (866) 486-2360 Monday – Friday 8am – 10pm Eastern and Saturday & Sunday 8am – 5pm Eastern. End Users can submit general feedback about the Amazon Business program, specific products or services by emailing the team directly amazonbusinessfeedback@amazon.com. The business team will review your feedback, but due to volume we will not be able to respond to all emails. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 42 3. How are customer complaints measured and categorized? What processes are in place to know that a problem has been resolved? Amazon Customer Service tracks all customer inquiries through an internal ticketing system where they are assigned a priority. Customer will receive notification from Customer Service once their problem has been resolved. 4. Describe any anticipated issues in servicing Participating Public Agencies and how you plan to manage these issues. Amazon.com provides customer services to hundreds of millions of customers worldwide. We offer support by phone, email, and chat. Amazon Business customers benefit from a dedicated Customer Service team including Enterprise support for customer integrations with eProcurement systems (Punchout). 5. Describe and provide any product or service warranties. You can return many items sold on Amazon.com. When you return an item, you may see different return options depending on the seller, item, or reason for return. Amazon.com Return Policy - Items shipped from Amazon.com, including Warehouse Deals, can be returned within 30 days of receipt of shipment in most cases. Some products have different policies or requirements associated with them. Amazon.com and Seller Returns Policies are available on the Amazon site. https://www.amazon.com/gp/help/customer/display.html?nodeId=15015721 5.3.6 Administration 1. State which forms of ordering allow the use of a procurement card and the accepted banking (credit card) affiliation. What payment methods are available? Payment methods, such as a debit or credit card, or Amazon line of credit, can be set up to support one or multiple people in a business. An Administrator can choose between individual or shared payment methods. What payment options are available? • Individual Payment Methods - Amazon Business accounts are automatically set up to support individual payment methods. All business- users will use their own payment methods & shipping addresses to place orders. Payment methods can be added or modified during checkout or in a business user’s Account Settings. When the business is enabled with groups that use individual payment methods, Requisitioners must add and edit their payment methods and shipping addresses. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 43 • Shared Payment Methods - At any time, the Administrator can edit the business or group (if enabled) to shared payment methods, which are available for all Requisitioners to use when placing an order. With shared payment methods, only administrators can edit shared payment methods and shipping addresses, and they can only be added and edited from the business settings page. 2. Describe your company’s normal order processing procedure from point of customer contact through delivery and billing. When a customer checks out and submits their order, the following process occurs: 1. Amazon Payments receives the order and authorizes the customer's payment method. Amazon Payments also sends an order confirmation email to the customer and sends a "Sold, Ship Now" email to the seller. 2. The seller views the order by using the Manage Orders feature in Seller Central (Amazon Seller Account). 3. The seller fulfills the order (pick, pack, and ship) using their own business processes. (Note that if the seller is also using Fulfillment by Amazon – FBA – for orders, Amazon can be selected to fulfill orders.) 4. Amazon Payments charges the customer for the order, sends the customer an email that the seller shipped the order, and disburses funds to the seller’s account. Figure 13 - Check-out and order fulfillment process 3. Describe your company’s ecommerce capabilities, including details about your ability to create punch out sites and accept orders electronically (cXML, OCI, etc.). Please detail where you have integrated with a public agency’s ERP (PeopleSoft, Lawson, Oracle, SAP, etc.) system in the past and include some details about the resources you have in place to support these integrations. List, by ERP Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 44 provider, the following information: name of public agency, ERP system used, “go live” date, net sales per calendar year since “go live”, and percentage of agency sales being processed through this connection. Amazon Business PunchOut provides integration between a punchout user placing purchase requisitions on Amazon.com through their purchasing system, and order fulfillment by Amazon and its third-party sellers. With Amazon PunchOut, after the requisition is approved, Purchase Orders are sent to Amazon from a purchasing system such as Ariba, Coupa, or SciQuest (a full list of supported eProcurement systems are located in the hyperlink below). The purchasing system commonly supports accounts payable activities, workflow, and purchasing controls. https://www.amazon.com/b2b/info/purchasing-system?layout=landing Amazon Business PunchOut Customer Experience The punchout process involves a few basic steps. An employer-designated punchout user selects Amazon Business in their purchasing system. Next, they shop on Amazon Business, add products to the Cart, and submit the Cart for order approval. With punchout, the order approval workflow occurs within the purchasing system. After receiving the Cart, the purchasing system automatically creates a purchase order (PO) number based on the item and quantity in the Cart. Next, it sends the purchase order to Amazon through its technical systems. Amazon does not receive orders through email or FAX. Note: The PO created at the Cart is not related to any existing form of PO that your business may use separately. Purchase orders created for fulfillment through Amazon PunchOut must consist solely of basic information regarding the products selected for purchase (e.g., quantity, product name). Amazon does not accept any additional terms, conditions, obligations or provisions that are different than those set forth in the Amazon Business Accounts Terms & Conditions, which govern your use of Business Accounts and Amazon PunchOut and which you agree to when you register your business with Amazon. The PunchOut process involves a few basic steps: Step 1: A punchout-user selects Amazon Business in their purchasing system. Step 2: While shopping on Amazon, the punchout-user adds products to their cart. Step 3: The punchout-user submits the Cart for approval. Step 4: After receiving the Cart, the purchasing system automatically creates a purchase order (PO) number based on the item and quantity in the Cart. Step 5: The purchasing system then sends the purchase order (PO) number to Amazon through its technical systems. eProcurement Integration Case Study: Clark University Objective: Clark University implemented SciQuest in 2013 to help manage and automate the purchasing and payment process. While SmartBuy Plus incorporated Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 45 several online catalogs for key vendors, purchasers were still buying a significant volume of items through Amazon using either personal or Clark-issued credit cards. This process was inefficient as it created additional reconciliation or reporting work for purchasers and it by-passed the eProcurement system that was in place to help manage the purchasing and approval process. Clark needed a way to shift that purchasing onto its eProcurement platform. In March 2015 Paul Wykes, Clark’s Business Manager, learned that the Amazon Business punch-out could be enabled on SciQuest. Paul hoped that Amazon punch-out would give faculty and staff one-stop access to the world’s biggest online retailer through SmartBuy Plus. Through his SciQuest representative, he reached out to Amazon Business to learn more about the program. Clark registered for Amazon Business in April and went live with Amazon punch-out on May 1 with a pilot group of 20 users. Clark is using a shared corporate credit card to enable centralized billing. In August, Clark University rolled out Amazon Business punch-out to all 150 purchasing system users. Clark distributed an email newsletter and informational sheet to users and added an Amazon Business logo to its SmartBuy login page. Results: “Amazon was the most requested catalog from our end-users, so when it became available, it was a no-brainer,” says Wykes, adding that faculty and staff value the ease of use, convenience, and selection. Wykes says Clark’s Business and Financial Services Office likes the integration with its eProcurement system and spend controls. Increasing the use of Clark’s eProcurement system to purchase goods and services helps the university manage its expenses, lower administrative overhead, and ensure compliance with purchasing policies. Before Amazon Business punch-out, Clark struggled to balance the demands of faculty and staff with the goals of the business office. Clark believes Amazon will see more business as a result of the punch-out integration. “It has increased the use of our eProcurement system,” says Wykes. “Previously, many shoppers used Amazon but did it through other channels. We want to increase use of the eProcurement system and having Amazon as a punch-out catalog has been a big help in accomplishing that. It has increased utilization and lowered our administrative overhead.” 4. Describe any existing multi-state cooperative purchasing programs, including the entity’s name(s),contact person(s), contact information and annual volume. None at this time for Amazon Business Marketplace. 5. Describe the capacity of your company to report monthly sales under the Master Agreement by Participating Public Agency. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 46 Within sixty (60) days of the end of each calendar month, Amazon Business shall deliver to U.S. Communities an electronic accounting report summarizing all purchases made under the Master Agreement during such calendar month. 6. Describe the capacity of your company to provide management reports, i.e. commodity histories,procurement card histories, green spend, etc. for each Participating Public Agency. Customers can use our analytics dashboard to track and monitor spending on Amazon Business with dynamic charts and data tables. We make it easy to analyze spend by individual users, groups, or your whole organization. Amazon Business Analytics enable customers to: •Aggregate your purchases to compare and track spend over time •Organize data by applying additional filters •Utilize the table view to get details behind graphical summaries •Customize table view to reflect only desired attributes •Create & save report templates for fast and easy future reference Figure 14 - Compare and Track Spending Over Time Figure 15 - Compare Spending on Product Categories Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 47 7. Please provide any suggested improvements and alternatives for doing business with your company that will make this arrangement more cost effective for your company and Participating PublicAgencies. Leveraging the Amazon Business Marketplace with millions of third-party sellers, we are interested in working with Participating Public Agencies on developing tools that will create greater efficiencies in the bid/quotation process, increase transparency and buying power, improve contract compliance, and consolidate the administrative overhead of managing hundreds or thousands of individual suppliers. If given the opportunity, we look forward to discussing these improvements and alternatives with Prince William County Public Schools. 5.3.7 National Staffing Plan 1. A staffing plan is required which describes the Offeror’s proposed staff distribution to implement and manage this contract throughout the term of the contract. At a minimum, this plan should include thefollowing:a.Identify the key personnel who will lead and support the implementation period of the contract outlined in the New Supplier Implementation Checklist along with the amount of time to be devoted to implementationb.Identify the key personnel who are to be engaged in this contract throughout the term of the contract and their relationship to the contracting organization; An Amazon Business General Manager for one of our Public Sector verticals (Education, Government, or Healthcare) will provide executive support for the program. Lead Referrals - Amazon Business shall designate a lead referral contact person who shall be responsible for receiving communications from U.S. Communities concerning new Participating Public Agency registrations and for ensuring follow-up by Amazon’s staff to requests for contact from Participating Public Agencies. Amazon Business will follow-up on any leads routed through Amazon’s lead referral contact person within five (5) business days of receiving a lead. Amazon Business will enable Participating Public Agencies to utilize the Master Agreement within five (5) business days from the time a Participating Public Agency completes Amazon’s online registration form. 2. Provide an organizational chart of your company. Amazon does not publish organization charts. Please see the Amazon 2015 Annual Report for a list of our officers and board members. http://phx.corporate-ir.net/phoenix.zhtml?c=97664&p=irol-reportsAnnual 3.Submit the resumes of the below personnel:a.The person your company proposes to serve as the National Accounts Manager, b.Key executive personnel that will be supporting the program. Please see Proprietary Information (Tab 7) for this information. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 48 5.3.8 Additional Information Please use this opportunity to describe any/all other features, advantages and benefits of your organization that you feel will provide additional value and benefit to a Participating Public Agency. Please see Section 4.4 Innovation. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 49 6.0 References (Tab 6) The Offeror shall complete the Contractor Data Sheet (Attachment A), to include a minimum of three (3) organizations for which the Offeror has provided these products of the same or greater scope within the past three (3) years and can attest to the Offeror’s qualifications and ability to perform the services described in the Statement of Needs. Include the business name, address, and name, telephone number, fax number and e-mail address of the contract administrator. ATTACHMENT A Solicitation #R-TC-17006 CONTRACTOR DATA SHEET 1. QUALIFICATION OF OFFEROR: The Offeror shall have the capability and the capacity in all respects to fully satisfy all the contractual requirements. 2. YEARS IN BUSINESS: Indicate the length of time the Offeror has been in business providing the goods/services in this solicitation: 20 Years Months. 3. REFERENCES: Offerors shall provide a listing of at least three (3) references for which the company has provided specified goods/services of the same or greater scope within the past three (3) years. PWCS cannot be a reference. 1. Customer Name: Gwinnett County Public Schools Contact Name: Kevin Kriews Contact Title: Assistant Director Address: Gwinnett County Public Schools 437 Old Peachtree Road Suwanee, Ga 30024 E-mail: Kevin_Kriews@gwinnett.k12.ga.us Phone No. 678-301-6287 Fax No. 678-301-6284 2. Customer Name: Virginia Beach City Public Schools Contact Name: Jodi Geary Contact Title: Procurement Card Manager Address: Virginia Beach City Public Schools Office of Purchasing Services 2512 George Mason Drive Virginia Beach, VA 23456 E-mail: Jodi.Geary@vbschools.com Phone No. 757.263.1192 Fax No. 757.263.1147 Fax 3. Customer Name: Houston Independent School District Contact Name: Rick Gay Contact Title: Chief Procurement Officer Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 50 Address: Houston Independent School District Hattie Mae White Educational Support Center 4400 West 18th Street Houston, TX 77092 E-mail: rgay@HoustonISD.org Phone No. 713-556-6532 Fax No. 713-556-6564 Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 51 7.0 Proprietary Information (Tab 7) Any such information must be submitted under this tab. See Section 6.13 for additional information. REDACTED COPY - This page intentionally left blank. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 52 REDACTED COPY - This page intentionally left blank. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 53 REDACTED COPY - This page intentionally left blank. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 54 REDACTED COPY - This page intentionally left blank. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 55 REDACTED COPY - This page intentionally left blank. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 56 8.0 Exceptions (Tab 8) Any exceptions being taken to the RFP must be listed under this tab. See Section 6.15 for additional information. 6.15. Submission of Proposed Exceptions: PWCS proposed contract documents and this Request for Proposals contain terms and conditions PWCS favors and intends to use for the resultant contract. If the Offeror wishes PWCS to consider any changes to these documents, such changes must be submitted as part of the Offeror’s proposal. Any contractor receiving a contract award shall be required to execute a contract in substantial compliance with PWCS standard contract and will be required to furnish all other required contract documents including tax identification or social security number within ten (10) days after receipt of notification that the contract is ready for signature; otherwise, PWCS may award the contract to another Offeror. See Section 6.17, Format and Content of Proposal, for specific instructions regarding the submission and identification of proposed exceptions. Amazon Services LLC takes the following exceptions: • Solicitation Document, Page 6, Participating Public Agencies: Each Participating Public Agency enters into a Master Intergovernmental Cooperative Purchasing Agreement (MICPA) outlining the terms and conditions that allow access to the Lead Public Agencies’ Master Agreements. Under the terms of the MICPA, the procurement by the Participating Public Agency shall be construed to be in accordance with, and governed by, the laws of the state in which the Participating Public Agency resides. Amazon reserves the right to limit participation under the Master Agreement to certain states. • • Section 5.2, Supplier Worksheet: B. Does your company have the ability to provide service to any Participating Public Agencies in at least 35 states, and the ability to deliver service in Alaska and Hawaii? As noted on the worksheet, we can provide service to any Participating Public Agencies in at least 35 states, and the ability to deliver service in Alaska. We cannot provide service to Public Agencies in Hawaii, Maine, Vermont and Iowa. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 57 • • Tab 11, Attachment C, Certificate of Compliance: Page 15 of Solicitation, Section 10.1: By signing and submitting a proposal, the Offeror acknowledges that as a condition of any Contract awarded and prior to Notice of Award, the Contractor must certify that neither the Contractor, any employee of the Contractor, nor any other person who will provide services under the Contract shall comply as outlined on Attachment C, page 26. Amazon does not anticipate providing services requiring contact with students on school property, and therefore believes the Certificate of Compliance is inapplicable to the anticipated scope of this contract. If Amazon is awarded this contract, we will discuss applicability of this Certificate of Compliance. • Section 10.2, AUDIT: The Contractor shall retain all books, records, and other documents relative to this contract for five (5) years after final payment, or until audited by PWCS, whichever is sooner. PWCS, its authorized agents shall have full access to and the right to examine any of said material during said period. To the extent that you have questions about the data supplied by us in any accounting statements or reports, or the amount or calculation of amounts paid pursuant to this agreement, the parties will engage in good faith efforts to resolve such questions and, upon your reasonable request, we will furnish back-up documentation sufficient to verify the accuracy and completeness of such accounting statements or reports, and to demonstrate the manner in which the amounts were calculated. • Section 10.4, EXTRA CHARGES NOT ALLOWED: The proposed prices shall be for the complete delivery ready for PWCS use, and shall include all applicable freight charges; extra charges will not be allowed for delivery to multiple locations. Shipping pricing will be clearly delineated on the website at the time of order. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 58 • Section 10.6, WARRANTY: Except as otherwise specified, all materials and equipment shall be fully guaranteed against defects in material and workmanship for a period of one (1) year following date of delivery or by manufacturer’s warranty, whichever is greater. Should any defect be noted by PWCS, the Purchasing Office will notify the Contractor of such defect or nonconformance. Notification will state either (1) that the Contractor shall replace or correct, or (2) the owner does not require replacement or correction, but an equitable adjustment to the contract price will be negotiated. If the Contractor is required to correct or replace, it shall be at no cost to PWCS and shall be subject to all provisions of this clause to the same extent as materials initially delivered. If the Contractor fails or refuses to replace or correct the deficiency, the office issuing the purchase order may have the materials corrected or replaced with similar items and charge the Contractor the cost occasioned thereby or obtains an equitable adjustment in the contract price. Amazon-branded products are subject to the warranty provisions set forth on the applicable product detail page. For products sold by Amazon as the seller of record that are obtained by Amazon from a supplier, Amazon does not provide any warranty but Amazon agrees to pass through to you any transferable manufacturers’ standard warranties. Amazon makes no warranties of any kind with respect to products sold by third-party sellers. • Section 11, PWCS General Terms and Conditions: Amazon takes exception to each of the terms in Section 11 of the RFP, inclusive of paragraphs 1-50. Amazon instead proposes our standard terms and conditions (available at https://www.amazon.com/gp/help/customer/display.html/ref=hp_gt_b2b_h_tc?no deId=202025510 ) and, if Amazon is awarded this contract, we will discuss the modification of such terms to address PWCS-specific public sector requirements. • Attachment D, 3. CONTRACT TERM AND RENEWAL, Section 3.1; see also Contract Term & Renewal, Solicitation Document p. 15: The initial term of this contract shall be from the date of award to __, 20XX, with the option to renew four additional one-year periods, one year at a time, upon mutual written consent of the parties to the contract. Proposed prices shall remain firm for the initial term of the contract. Amazon proposes a 5-year base term plus two 2-year options. Pricing will be in conformance with the terms in the Administrative Agreement. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 59 • Attachment D, 3. CONTRACT TERM AND RENEWAL, Section 3.2: For future contract renewal periods, price increases shall not exceed the percentage increase/decrease in the Consumer Price Index, Table 1 (http://stats.bls.gov/news.release/cpi.t0.htm), Urban Consumers (CPI-U), U. S. City Average, All Items, Unadjusted, for the most recently published twelve months as published by the U. S. Department of Labor, Bureau of Labor Statistics. The base price to which any adjustments will be made shall be the prices in effect during the contract period prior to the proposed contract period. Pricing will be in conformance with the terms in the Administrative Agreement. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 60 9.0 Other Information (Tab 9) Include other relevant information the Offeror deems necessary to describe its qualifications to provide the services needed to successfully complete work described in the Statement of Needs or which the Offeror deems are relevant to its selection. 9.1 Ethical Work Practices At Amazon, we work hard to ensure that every Amazon product our customers buy is made in a way that ensures respect for the rights of workers in Amazon’s supply chain and throughout our operations. Our teams work on a continuous improvement model, researching and identifying risks in places where we source and operate, and designing programs to ensure that we build the capability to understand and mitigate those risks. Amazon is strongly committed to conducting its business in a lawful and ethical manner, including engaging with suppliers that are committed to the same principles. We require suppliers in our manufacturing supply chain to comply with our Supplier Code of Conduct* ("Supplier Code"), which is detailed below. Amazon also expects our suppliers to hold their suppliers and subcontractors to the standards and practices covered by our Supplier Code. Our products must be manufactured in a manner that meets or exceeds the expectations of Amazon and our customers as reflected in our Supplier Code. Here are some of the key areas we focus on: • Health and safety in production areas and any living quarters • The right to legal wages and benefits • Appropriate working hours and overtime pay • Prevention of child labor or forced labor • Fair and ethical treatment, including non-discrimination To ensure that our audit protocol and standards incorporate best-in-class practices, we conduct formal benchmarking with industry experts to review Amazon criteria against globally-recognized international standards and other businesses in the retail and electronics industries. We work closely with a leading independent specialist in designing, operating, and continually improving our audit program. Amazon managers participate directly in many of the on-site audits. Audit reports and findings are reviewed regularly by the senior leadership of the appropriate business and corrective action plans are implemented as needed. We partner closely with our suppliers to drive continuous improvement in worker conditions. We train our suppliers on the standards and conduct required by our Supplier Code. We use independent auditors to audit suppliers and verify compliance, including through confidential worker interviews. We audit all suppliers at least once per year to monitor continued compliance and improvement; many sites are audited multiple times a year, including for follow-up audits to address specific findings. Amazon may terminate its relationships with any supplier that violates our Supplier Code or does not cooperate with our auditors. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 61 Every site audit includes: • Inspection of all areas of the site and any living quarters; • Confidential worker interviews conducted without site management present; • Review and analysis of site documents to assess workers' age, contracts, compensation, working hours, and workplace conditions; • Audit and review of current licenses and any past compliance issues; and • Identification of areas for improvement and development of a remediation plan. Upon completion of an audit, a supplier must promptly provide a detailed remediation plan for each issue identified. Amazon tracks remediation closely and conducts follow- up audits for significant issues. Between audits, Amazon employees often meet on-site with supplier managers to discuss open issues and remediation progress. 9.2 Environmental Stewardship Online shopping is inherently more environmentally friendly than traditional retailing. The efficiencies of online shopping result in a greener shopping experience than traditional retailing. Amazon’s energy and environmental efforts are taking place across the company, and at our locations around the world. We are constantly looking for ways to build upon our best energy and environmental practices and use them throughout Amazon. Examples of Amazon’s environmental initiatives include: • Clean Power Plan Amicus Brief - In April 2016, Amazon joined Apple, Google, and Microsoft in filing a legal brief that supports the continued implementation of the U.S. Environmental Protection Agency’s Clean Power Plan (CPP) and discusses the technology industry’s growing desire for affordable renewable energy across the U.S. Read the brief here1. • American Business Act on Climate Pledge - In 2015, Amazon signed the White House’s American Business Act on Climate Pledge to express support for action on climate change and to accelerate the transition to a low-carbon economy. The pledge brought over 150 companies together to voice support for a strong outcome in the 2015 Paris climate negotiations and to demonstrate their ongoing commitment to climate action. • Amazon Wind and Solar Farms - In 2015, Amazon announced the construction of Amazon Solar Farm US East, Amazon Wind Farm (Fowler Ridge), Amazon Wind Farm US Central and Amazon Wind Farm US East. Located in Virginia, Indiana, Ohio and North Carolina respectively, these new solar and wind farms are expected to generate more than 1.6 million MWh of additional renewable energy into the electric grids that supply current and future AWS Cloud data centers. The energy produced from these projects is enough to power roughly 1 http://d0.awsstatic.com/Sustainability/ 2016.04.01_AMICUS_FOR_RESPONDENT_BRIEF_filed_by_AMAZON.pdf Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 62 the equivalent of 150,000 U.S. homes, which is slightly larger than the city of Cleveland, Ohio. Amazon Wind Farm (Fowler Ridge) became operational January 1, 2016. Learn more here2. • Recycling Energy - Amazon's newest buildings in the Denny Triangle area of Seattle will be heated using an innovative approach to sustainability—recycling energy3 from a nearby data center. This "district energy" system works by capturing heat generated at a non-Amazon data center in the neighboring Westin Building and recycling that heat through underground water pipes instead of venting it into the atmosphere. This unique approach is nearly four times more efficient than traditional heating methods and will also enable the Westin Building data center to cut back on the energy it uses to cool its building. The district energy system came about from a collaboration among Amazon, Clise Properties, McKinstry and the City of Seattle. Through it, Amazon will be able to heat 3 million square feet of office space. This ability to recycle energy from a neighbor is another big benefit of having an urban campus in the heart of Seattle One of Amazon's focuses on the environment includes AWS's long-term commitment to achieve 100% renewable energy usage for our global infrastructure footprint. Environmentally conscious Amazonians work together to implement environmental and energy initiatives across all parts of the company through the Kaizen program. Through this program, Amazon employees at all levels dive deep to identify waste and design alternative solutions that are more energy efficient. At Amazon, we're constantly looking for ways to further reduce our environmental impact. This spans our company—from our innovative building design to our Frustration-Free Packaging to business-specific initiatives like the AWS Climate Change Grant Program. Our original work at Amazon was, and continues to be, environmentally friendly, since online shopping is inherently more environmentally friendly than traditional retailing. The efficiencies of online shopping result in a greener shopping experience than traditional retailing. Amazon Frustration-Free Packaging is a multi-year initiative designed to make it easier for customers to liberate products from their packages. Frustration-Free Packaging is easy-to-open, 100% recyclable and products ship in their own packages without additional shipping boxes—it eliminates hard plastic "clamshell" cases and those annoying plastic-coated wire ties commonly used in toy packaging. Through the Amazon Frustration-Free Packaging Certification initiative, manufacturers can send their packaged products to our labs for free analysis and feedback on how their packaging can become Certified Frustration-Free. Our Certified Frustration-Free Packaging has grown to more than 400,000 products. Frustration-Free Packaging has helped the planet by reducing more than 50 million pounds of excess packaging to date. 2 https://www.amazon.com/p/feature/e9gomtbrh5qk4yp 3 https://www.amazon.com/p/feature/8sbggvr8fsks7kg Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 63 Product Recycling Amazon supports the responsible disposal and recycling of electronics products. To encourage our customers to recycle their Amazon devices, we offer free shipping for this purpose. We also cover the costs associated with Amazon device recycling, which is performed by licensed recycling facilities. In 2015, we became an industry steward participant and financial supporter of Call2Recycle. As part of this program, customers can drop off Amazon Basics rechargeable batteries at more than 34,000 collection sites throughout the U.S. and Canada. Additionally, we offer the Amazon Trade-In program which promotes the reuse, resell or responsible recycling of hundreds of thousands of eligible items in working or non- working conditions. Through the program, customers can trade in an array of eligible items, including electronics, with the convenience of free shipping. In exchange, the program offers Amazon Gift Card value which can be used toward anything Amazon offers. Based on the information provided in this Request for Proposals, the Offeror should identify all materials and services expected from PWCS in addition to general assistance. There are no additional expectations from PWCS other than general assistance to promote the Master Agreement to Participating Public Agencies. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 64 Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 65 11.0 Attachments B & C (Tab 11) 11.1 Attachment B – Completed Vendor Information Form ATTACHMENT B PRINCE WILLIAM COUNTY PUBLIC SCHOOLS Purchasing Office VENDOR INFORMATION FORM The following vendor information is required with all RFP responses along with a completed and signed W-9 form: Ordering/Purchase Order Submission: Legal Business Name: Amazon Services, LLC D/B/A: Amazon Business Address: 410 Terry Avenue North City, State, Zip: Seattle, WA 98109 Phone: (206) 708-9895 Fax: N/A Email: N/A Tax ID#: 82-0544687 Remittance: Check box if same as above □ Legal Business Name: Amazon Services, LLC Address: 410 Terry Avenue North City, State, Zip: Seattle, WA 98109 Contact Information: Name: Daniel Smith Title: General Manager Phone: (206) 708-9895 Fax: E-mail Address: dls@amazon.com Attention Vendors: Visit the PWCS Purchasing Office website at http://purchasing.departments.pwcs.edu to: Register on-line (Click on “Vendor Registration”) Obtain a W-9 form and instructions Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 66 11.2 W-9 Form This W-9 is for Amazon.com LLC, not Amazon Services LLC. Amazon.com LLC is the seller of record for retail purchases from Amazon Business and has a different W9 and TIN than Amazon Services LLC—the legal entity that is responding to this solicitation. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 67 11.3 Attachment C – Certificate of Compliance Form Amazon does not anticipate providing services requiring contact with students on school property, and therefore believes the Certificate of Compliance is inapplicable to the anticipated scope of this contract. If Amazon is awarded this contract, we will discuss applicability of this Certificate of Compliance. ATTACHMENT C CERTIFICATE OF COMPLIANCE Code of Virginia §22.1-296.1 As a condition of contract award, Contractor/Vendor providing contracted services requiring direct contact with students on school property during regular school hours or school-sponsored activities/programs shall execute this document certifying that neither the Contractor nor any employee of the Contractor has been convicted of a felony or any offense involving the sexual molestation, physical or sexual abuse or rape of a child. This certification shall be binding upon the Contractor and their employees providing services throughout the term of the contract or purchase order, including any extensions or renewals. Contractor/Vendor acknowledges that, pursuant to the Code of Virginia §22.1-296.1 (A), any person making a materially false statement on this certification, shall be guilty of a Class 1 misdemeanor, and upon conviction, the fact of such conviction shall be grounds for revocation of the contract or purchase order. #R-TC-17006 Company Name Solicitation # Company Address Company Phone Number Print Name of Authorized Representative Authorized Representative Title Authorized Representative Signature Date Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 68 12.0 Access for On-Line Marketplace (Tab 12) The Offeror shall provide access to On-line Marketplace via user ID and password to include a hyperlink for use during the pricing evaluation. The information must be included in Tab 12 so the Evaluation Committee can access the cost for consideration in the evaluation process. To view our current pricing, please use the following login: Step 1. Navigate to www.amazon.com/business and click Sign-In. Step 2. Enter mkl+pwcps@amazon.com. The password is amazon. Prince William County Schools RFP R-TC-17006 On-line Marketplace for the Purchases of Products and Services October 14, 2016 Amazon Privileged and Confidential Page 69 13.0 Dun & Bradstreet Report (Tab 13) The following pages contain a current Dun & Bradstreet report on Amazon Services, LLC. Amazon Services Llc DUNS: 14-213-7640 Business Information Report Company Information Corporate Family: 410 Terry Ave N Seattle, WA 98109 This is a single location subsidiary location. Website www.amazon.com Telephone (206) 266-1000 Chief Executive:DIRECTOR(S): THE OFFICER(S) Stock Symbol:NA Year Started 2003 Employees 20 This business is a subsidiary single location of the corporate family. Financial Statement Sales NA Net Worth NA History: NA Financial Condition: NA Financing: SECURED SIC: 7374 7375 Line of Business:Information retrieval services, data processing/preparation Scores PAYDEX ® 72 12 days beyond terms Based on up to 24 months of trade. D&B PAYDEX® Key High risk of late payment (average 30 to 120 days beyond terms) Medium risk of late payment (average 30 days or less beyond terms) Low risk of late payment (average prompt to 30+ days sooner) Credit Limit Recommendation Risk Category Moderate Conservative Credit Limit $7.5k Aggressive Credit Limit $25k D&B Rating ® Rating 1R3 Number of employees:1R indicates 10 or more employees Composite Credit Appraisal:3 is fair The credit rating was assigned based on D&B's assessment of the company's financial ratios and its cash flow. For more information, see the D&B Rating Key. Below is an overview of the company's rating history since 03/24/2007 The Summary Analysis section reflects information in D&B´s file as of October 4, 2016 D&B Rating Date Applied 1R3 2014-08-21 1R4 2013-03-04 1R3 2011-09-13 --2011-09-06 1R3 2008-10-03 1R4 2007-03-24 D&B Viability Rating 4 Viability Score Compared to ALL US Businesses within the D&B Database: Level of Risk: Low Risk Businesses ranked 4 have a probability of becoming no longer viable: 5% Percentage of businesses ranked 4: 14% Across all US businesses, the average probability of becoming no longer viable: 14% 5 Portfolio Comparison Compared to ALL US Businesses within the D&B Database: Model Segment: Established Trade Payments Level of Risk: Moderate Risk Businesses ranked 5 within this model segment have a probability of becoming no longer viable: 5% Percentage of businesses ranked5 within this model segment: 11% Within this model segment, the average probability of becoming no longer viable: 5% B Data Depth Indicator Data Depth Indicator: Rich Firmographics Extensive Commercial Trading Activity Basic Financial Attributes Z Company Profile Financial Data Trade Payments Company Size Years in Business --SUBSIDIARY - Compared to ALL US Businesses within the D&B Database: Financial Data: - Trade Payments: - Company Size: SUBSIDIARY Years in Business: - History & Operations History 04/05/2016 Officer(s): TOM SZKUTAK, CEO JASON M BRISTOW, MNG MBR DIRECTOR(S): THE OFFICER(S) The Nevada Secretary of State's business registrations file showed that Amazon Services LLC was registered as a Limited Liability Company on October 21, 2003. Business started 2003. Although this company operates as a Limited Liability Company, the members have elected to use officer titles to denote areas of responsibility. TOM SZKUTAK. Antecedents not available. JASON M BRISTOW. Antecedents not available. Business address has changed from 1200 12th Ave S Ste 200, Seattle, WA, 98144 to 410 Terry Ave N, Seattle, WA, 98144. The following information was reported: Operations 04/05/2016 Description: Subsidiary of Amazon.com, Inc, Seattle, WA. As noted,this company is a subsidiary of Amazon.com,Inc,Duns number 88-474-5530 and reference is made to that report for background information on the parent and its management. Provides information retrieval services. Provides computer and data processing, and preparation. Terms are undetermined. Sells to undetermined. 20 which includes partners. Occupies premises in a building. Employees: Facilities: SIC & NAICS SIC: Based on information in our file, D&B has assigned this company an extended 8-digit SIC. D&B's use of 8-digit SICs enables us to be more specific to a company's operations that if we use the standard 4-digit code.The 4-digit SIC numbers link to the description on the Occupational Safety & Health Administration (OSHA) Web site. Links open in a new browser window. 7375 0000 Information retrieval services 7374 0000 Data processing and preparation NAICS: 518210 Data Processing, Hosting, and Related Services 519190 All Other Information Services Payments PAYDEX® ® The D&B PAYDEX® is a unique, dollar weighted indicator of payment performance based on up to 43 payment experiences as reported to D&B by trade references. High risk of late payment (average 30 to 120 days beyond terms) Medium risk of late payment (average 30 days or less beyond terms) Low risk of late payment (average prompt to 30+ days sooner) 3 Month PAYDEX® 71 When weighted by dollar amount, payments to suppliers average 14 days beyond terms terms. Based on payments collected over the last 3 months 24 Month PAYDEX® 72 When weighted by dollar amount, payments to suppliers average 12 days beyond terms terms. Based on payments collected over the last 24 months When dollar amounts are not considered, then approximately 72 of the company's payments are within terms. Payments Summary Total (Last 24 Months): 43 Total Received Total Dollar Amount Largest High Credit Payment summary Within Terms Days Slow 31 30-80 81-90 90 Top Industries Telephone communictns 7 $325,250.00 $300,000.00 94%1 2 0 3 Trucking non-local 6 $4,462,500.00 $3,000,000.00 85%7 8 0 0 Detective/guard svcs 3 $2,200,000.00 $800,000.00 100%0 0 0 0 Whol computers/softwr 2 $20,045,000.00 $20,000,000.00 50%50 0 0 0 Mfg nonwd office furn 2 $600,500.00 $600,000.00 100%0 0 0 0 Whol industrial suppl 2 $76,000.00 $75,000.00 50%0 0 0 50 Whol chemicals 2 $3,500.00 $2,500.00 35%0 0 29 36 Whol office supplies 1 $8,000,000.00 $8,000,000.00 100%0 0 0 0 Whol groceries 1 $7,000,000.00 $7,000,000.00 50%50 0 0 0 Mfg male work clothes 1 $4,000,000.00 $4,000,000.00 100%0 0 0 0 Mfg toiletries 1 $3,000,000.00 $3,000,000.00 100%0 0 0 0 State commercial bank 1 $1,000,000.00 $1,000,000.00 100%0 0 0 0 Nonclassified 1 $750,000.00 $750,000.00 100%0 0 0 0 Ret mail-order house 1 $400,000.00 $400,000.00 100%0 0 0 0 Paperboard mill 1 $100,000.00 $100,000.00 0%100 0 0 0 Mfg primary batteries 1 $100,000.00 $100,000.00 100%0 0 0 0 Gravure printing 1 $40,000.00 $40,000.00 50%0 50 0 0 Whol auto parts 1 $35,000.00 $35,000.00 100%0 0 0 0 Mfg elect. components 1 $10,000.00 $10,000.00 50%50 0 0 0 Short-trm busn credit 1 $7,500.00 $7,500.00 100%0 0 0 0 Help supply service 1 $5,000.00 $5,000.00 100%0 0 0 0 Whol frozen foods 1 $2,500.00 $2,500.00 100%0 0 0 0 Arrange cargo transpt 1 $500.00 $500.00 100%0 0 0 0 Other Categories Cash experiences 3 $900 $750 ---------- Unknown 0 $0 $0 ---------- Unfavorable comments 0 $0 $0 ---------- Placed for collections with D&B:0 $0 $0 ---------- Other 0 N/A $0 ---------- Total in D&B's file 43 $52,164,150 $20,000,000 ---------- The highest Now Owes on file is $8,000,000 The highest Past Due on file is $2,000,000 There are 43 payment experience(s) in D&Bs file for the most recent 24 months, with 27 experience(s) reported during the last three month period. Payments Details Total (Last 24 Months): 43 Date Paying Record High Credit Now Owes Past Due Selling Terms Last sale w/f (Mo. ) 09/2016 Ppt $1,000,000 $1,000,000 $0 --1 mo 08/2016 Ppt $8,000,000 $8,000,000 $0 PROX 1 mo 08/2016 Ppt $4,000,000 $3,000,000 $0 N30 1 mo 08/2016 Ppt $3,000,000 $1,000,000 $0 --1 mo 08/2016 Ppt $3,000,000 $2,000,000 $10,000 N30 1 mo 08/2016 Ppt $800,000 $500,000 $2,500 --1 mo 08/2016 Ppt $700,000 $600,000 $5,000 --1 mo 08/2016 Ppt $700,000 $0 $0 --2-3 mos 08/2016 Ppt $600,000 $600,000 $0 --1 mo 08/2016 Ppt $300,000 $0 $0 --6-12 mos 08/2016 Ppt $100,000 $55,000 $10,000 --1 mo 08/2016 Ppt $85,000 $25,000 $750 N30 1 mo 08/2016 Ppt $75,000 $35,000 $0 N30 1 mo 08/2016 Ppt $7,500 $1,000 $0 Lease Agreemnt 1 mo 08/2016 Ppt $1,000 $0 $0 --2-3 mos 08/2016 Ppt $500 $0 $0 --2-3 mos 08/2016 Ppt $500 $0 $0 --2-3 mos 08/2016 Ppt-Slow 30 $20,000,000 $8,000,000 $600,000 N60 1 mo 08/2016 Ppt-Slow 30 $7,000,000 $6,000,000 $2,000,000 --1 mo 08/2016 Ppt-Slow 30 $600,000 $100,000 $45,000 --1 mo 08/2016 Ppt-Slow 60 $700,000 $0 $0 --1 mo 08/2016 Ppt-Slow 60 $40,000 $20,000 $0 --1 mo 08/2016 Ppt-Slow 180 $2,500 $1,000 $1,000 --1 mo 08/2016 Slow 90 $2,500 $0 $0 --6-12 mos 08/2016 Slow 60-90+$15,000 $15,000 $15,000 --1 mo 08/2016 Slow 30-90+$7,500 $5,000 $5,000 --1 mo 07/2016 Ppt-Slow 30 $10,000 $5,000 $5,000 --1 mo 06/2016 Ppt $45,000 $0 $0 N30 6-12 mos 06/2016 Ppt $35,000 $35,000 $1,000 --1 mo 05/2016 Ppt-Slow 30 $500 $0 $0 --1 mo 03/2016 Ppt $400,000 $250,000 $55,000 --1 mo 02/2016 Ppt-Slow 30 $750 $0 $0 --6-12 mos 01/2016 Ppt $5,000 $0 $0 --6-12 mos 01/2016 Slow 90 $1,000 $0 $0 --6-12 mos 12/2015 Ppt $750,000 $0 $0 --6-12 mos 10/2015 Ppt $2,500 $0 $0 --2-3 mos 07/2015 Ppt-Slow 180 $75,000 $60,000 $60,000 --4-5 mos 07/2015 Ppt-Slow 180 $1,000 $1,000 $500 --1 mo Date Paying Record High Credit Now Owes Past Due Selling Terms Last sale w/f (Mo. ) 07/2015 (039)$50 ----Cash account 6-12 mos 04/2015 (040)$100 ----Cash account 1 mo 03/2015 (041)$750 ----Cash account 1 mo 11/2014 Ppt $500 $0 $0 N45 6-12 mos 11/2014 Slow 20 $100,000 $0 $0 --6-12 mos Payments Detail Key: 30 or more days beyond terms Accounts are sometimes placed for collection even though the existence or amount of the debt is disputed. Payment experiences reflect how bills are met in relation to the terms granted. In some instances payment beyond terms can be the result of disputes over merchandise, skipped invoices etc. Each experience shown is from a separate supplier. Updated trade experiences replace those previously reported. Banking and Finance Statement Update Key Business Ratios from D&B This Company Key Financial Comparisons ($)($)($) This Company's Operating Results Year Over Year Net Sales NA NA NA Gross Profit NA NA NA Net Profit NA NA NA Dividends / Withdrawals NA NA NA Working Capital NA NA NA This Company's Assets Year Over Year Cash NA NA NA Accounts Receivable NA NA NA Notes Receivable NA NA NA Inventories NA NA NA Other Current NA NA NA Total Current NA NA NA Fixed Assets NA NA NA Other Non Current NA NA NA Total Assets NA NA NA This Company's Liabilities Year Over Year Accounts Payable NA NA NA Bank Loan NA NA NA Notes Payable NA NA NA Other Current Liabilities NA NA NA Total Current Liabilities NA NA NA Other Long Term and Short Term Liabilities NA NA NA Defferred Credit NA NA NA Net Worth NA NA NA Total Liabilities and Net Worth NA NA NA Key Business Ratios We currently do not have any recent financial statements on file for your business. Submitting financial statements can help improve your D&B scores. To submit a financial statement, please call customer service at 800-333-0505. This Company Industry Median Industry Quartile Solvency Quick Ratio NA NA NA Current Ratio NA NA NA Current Liabilities to Net Worth NA NA NA Current Liabilities to Inventory NA NA NA Total Current NA NA NA Fixed Assets to Net Worth NA NA NA Efficiency Collection Period NA NA NA Inventory Turn Over NA NA NA Sales to NWC NA NA NA Acct Pay to Sales NA NA NA Profitability Return on Sales NA NA NA Return on Assets NA NA NA Return on NetWorth NA NA NA Public Filings Summary The following data includes both open and closed filings found in D&B's database on this company. Record Type # of Records Most Recent Filing Date Bankruptcy Proceedings 0 - Judgments 0 - Liens 0 - Suits 0 - UCCs 28 07/22/15 The following Public Filing data is for information purposes only and is not the official record. Certified copies can only be obtained from the official source. Judgments We currently don't have enough data to display this section Liens We currently don't have enough data to display this section Suits We currently don't have enough data to display this section UCC Filings Collateral:Negotiable instruments and proceeds - Assets and proceeds Type:Original Sec.Party:DEUTSCHE BANK AG, NEW YORK BRANCH, NEW YORK, NY Debtor:AMAZON CAPITAL SERVICES, INC. Filing No.:2015 2184686 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:05/21/15 Latest Info Received:06/23/15 Collateral:Account(s) and proceeds - Chattel paper and proceeds - General intangibles(s) and proceeds - Leased Computer equipment and proceeds Type:Original Sec.Party:BANC OF AMERICA LEASING & CAPITAL, LLC, TUCKER, GA Debtor:AMAZON CORPORATE LLC Filing No.:2015 2816063 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:06/30/15 Latest Info Received:08/04/15 Type:Assignment Sec.Party:BANC OF AMERICA LEASING & CAPITAL, LLC, TUCKER, GANATIONAL AUSTRALIA BANK LIMITED, SYDNEY Debtor:AMAZON CORPORATE LLC Filing No.:2015 3081865 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:07/02/15 Latest Info Received:08/14/15 Original Filing No.:2015 2816063 Original UCC Filed Date:06/30/15 Collateral:Account(s) and proceeds - Chattel paper and proceeds - General intangibles(s) and proceeds - Leased Equipment and proceeds - Leased Computer equipment and proceeds Type:Original Sec.Party:BANC OF AMERICA LEASING & CAPITAL, LLC, TUCKER, GA Debtor:AMAZON CORPORATE LLC Filing No.:2014 4807012 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:11/28/14 Latest Info Received:01/05/15 Collateral:Account(s) and proceeds - Chattel paper and proceeds - General intangibles(s) and proceeds - Leased Computer equipment and proceeds Type:Original Sec.Party:BANC OF AMERICA LEASING & CAPITAL, LLC, TUCKER, GA Debtor:AMAZON CORPORATE LLC Filing No.:2014 4800116 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:11/26/14 Latest Info Received:01/05/15 Collateral:Account(s) - Computer equipment - General intangibles(s) - Chattel paper - Equipment Type:Original Sec.Party:BANC OF AMERICA LEASING & CAPITAL, LLC, TUCKER, GA Debtor:AMAZON CORPORATE LLCand OTHERS Filing No.:2010 2666687 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:07/30/10 Latest Info Received:08/18/10 Collateral:Account(s) and proceeds - General intangibles(s) and proceeds - Chattel paper and proceeds - Leased Computer equipment and proceeds - Leased Equipment and proceeds Type:Amendment Sec.Party:BANC OF AMERICA LEASING & CAPITAL, LLC, TUCKER, GA Debtor:AMAZON CORPORATE LLCand OTHERS Filing No.:2010 3638347 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:10/18/10 Latest Info Received:11/10/10 Original Filing No.:2010 2666687 Original UCC Filed Date:07/30/10 Collateral:Account(s) and proceeds - Computer equipment and proceeds - General intangibles(s) and proceeds - Chattel paper and proceeds - Equipment and proceeds Type:Original Sec.Party:BANC OF AMERICA LEASING & CAPITAL, LLC, TUCKER, GA Debtor:AMAZON CORPORATE LLCand OTHERS Filing No.:2010 2312548 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:07/01/10 Latest Info Received:07/29/10 Collateral:Account(s) and proceeds - General intangibles(s) and proceeds - Chattel paper and proceeds - Leased Computer equipment and proceeds - Leased Equipment and proceeds Type:Original Sec.Party:BANC OF AMERICA LEASING & CAPITAL, LLC, TUCKER, GA Debtor:AMAZON CORPORATE LLC Filing No.:2010 2312530 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:07/01/10 Latest Info Received:07/29/10 Collateral:All Equipment including proceeds and products Type:Original Sec.Party:MACQUARIE EQUIPMENT FINANCE, LLC, BLOOMFLD HLS, MI Debtor:AMAZON CORPORATE LLC Filing No.:2009 2584602 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:08/12/09 Latest Info Received:09/15/09 Collateral:Leased Equipment including proceeds and products Type:Original Sec.Party:MACQUARIE EQUIPMENT FINANCE, LLC, BLOOMFLD HLS, MI Debtor:AMAZON CORPORATE LLC Filing No.:2009 2584685 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:08/12/09 Latest Info Received:09/15/09 Collateral:Leased Equipment and proceeds Type:Amendment Sec.Party:BANC OF AMERICA LEASING & CAPITAL, LLC Debtor:AMAZON CORPORATE LLC Filing No.:2009 3480180 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:10/29/09 Latest Info Received:12/02/09 Original Filing No.:2009 2584685 Original UCC Filed Date:08/12/09 Collateral:Equipment Type:Assignment Sec.Party:BANC OF AMERICA LEASING & CAPITAL, LLC, PROVIDENCE, RIMACQUARIE EQUIPMENT FINANCE, LLC, BLOOMFLD HLS, MI Debtor:AMAZON CORPORATE LLC Filing No.:2009 3477053 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:10/29/09 Latest Info Received:12/02/09 Original Filing No.:2009 2584685 Original UCC Filed Date:08/12/09 Collateral:Leased Computer equipment including proceeds and products - Leased Equipment including proceeds and products Type:Original Sec.Party:MACQUARIE EQUIPMENT FINANCE, LLC, BLOOMFIELD HILLS, MI Debtor:AMAZON CORPORATE LLC Filing No.:2009 2086111 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:06/30/09 Latest Info Received:08/04/09 Collateral:Equipment Type:Assignment Sec.Party:MACQUARIE EQUIPMENT FINANCE, LLC, BLOOMFIELD HILLS, MI Assignee:BANC OF AMERICA LEASING & CAPITAL, LLC, PROVIDENCE, RI Debtor:AMAZON CORPORATE LLC Filing No.:2009 2086657 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:06/30/09 Latest Info Received:07/03/09 Original Filing No.:2009 2086111 Original UCC Filed Date:06/30/09 Type:Assignment Sec.Party:MACQUARIE EQUIPMENT FINANCE, LLC, BLOOMFIELD HILLS, MIMASSMUTUAL ASSET FINANCE, LLC, FOXBORO, MA Debtor:AMAZON CORPORATE LLC Filing No.:2009 2468376 Filed With:SECRETARY OF STATE/UCC DIVISION, DOVER, DE Date Filed:08/03/09 Latest Info Received:09/03/09 Original Filing No.:2009 2086111 Original UCC Filed Date:06/30/09 The public record items contained herein may have been paid, terminated, vacated or released prior to today's date. Government Activity Summary Possible Candidate: Borrower (Dir/Guar):NO Administrative Debt:NO Contractor:NO Grantee:NO Party excluded from federal program(s):NO Labor Surplus Area:N/A Small Business:N/A 8(A) Firm:N/A The public record items contained herein may have been paid, terminated, vacated, or released prior to today's date The public record items contained herein may have been paid, terminated, vacated or released prior to today's date. Special Events N/A Corporate Linkage Parent Company Name DUNS #City, State AMAZON.COM, INC.88-474-5530 SEATTLE, WASHINGTON Headquarters (US) Company Name DUNS #City, State GOLDEN STATE FC LLC 03-882-1394 SEATTLE, WASHINGTON WOOT, INC.82-777-0173 CARROLLTON, TEXAS AMAZON OVERSEAS HOLDINGS, INC.08-017-5981 SEATTLE, WASHINGTON AMAZON TECHNOLOGIES, INC.15-032-3132 APOPKA, FLORIDA AMAZON.COM.DEDC, LLC 12-898-9188 SEATTLE, WASHINGTON AMAZON CORPORATE LLC 12-899-0269 SEATTLE, WASHINGTON AMAZON.COM LLC 12-899-0368 SEATTLE, WASHINGTON AMAZON WEB SERVICES, INC.96-504-8981 SEATTLE, WASHINGTON AUDIBLE, INC.94-622-9150 NEWARK, NEW JERSEY US Linkages Company Name DUNS #City, State Subsidiaries BORDERS TEAMED WITH AMAZON.COM, INC 10-663-1307 SEATTLE, WASHINGTON SHOEFITR, INC.06-840-6455 PITTSBURGH, PENNSYLVANIA AMAZON.COM.KSDC, INC.10-338-9883 COFFEYVILLE, KANSAS AMAZON.COM.CA, INC.10-663-0614 SEATTLE, WASHINGTON AMAZON.COM.NVDC, INC.11-999-8883 FERNLEY, NEVADA A9.COM, INC.79-145-6648 PALO ALTO, CALIFORNIA AMAZON SERVICES INTERNATIONAL, INC.07-876-9872 SEATTLE, WASHINGTON AMAZON.COM INC.12-946-5584 GRAND FORKS, NORTH DAKOTA ALEXA INTERNET 17-930-0116 SAN FRANCISCO, CALIFORNIA TWITCH INTERACTIVE, INC.01-991-7198 SAN FRANCISCO, CALIFORNIA AMAZON PROCUREMENT INC 07-849-5570 SEATTLE, WASHINGTON ZAPPOS FULFILLMENT CENTERS, INC.96-460-0824 LAS VEGAS, NEVADA ANNAPURNA LABS (U.S.) INC.05-333-3974 CUPERTINO, CALIFORNIA Branches AMAZON.COM, INC.07-828-1357 HEBRON, KENTUCKY BOP LLC 80-313-1957 NEW YORK, NEW YORK AMAZON.COM, INC.07-862-6291 SAN LUIS OBISPO, CALIFORNIA ZAPPOS.COM INC 78-563-6163 SHEPHERDSVILLE, KENTUCKY ZAPPOS MERCHANDISING, INC.07-881-8566 LAS VEGAS, NEVADA AMAZON.COM, INC.07-566-2823 HAYMARKET, VIRGINIA AMAZON.COM.DEDC, LLC 96-904-2162 CHARLESTON, TENNESSEE AMAZON.COM.DEDC, LLC 96-904-2170 CHATTANOOGA, TENNESSEE AMAZON.COM.DEDC, LLC 96-904-2212 WEST COLUMBIA, SOUTH CAROLINA GOLDEN STATE FC LLC 04-307-9643 TRACY, CALIFORNIA AMAZON WEB SERVICES, INC.08-022-8545 PITTSBURGH, PENNSYLVANIA AMAZON.COM.DEDC, LLC 78-507-7988 ALLENTOWN, PENNSYLVANIA Company Name DUNS #City, State AMAZON.COM, INC.02-183-9619 BROOKLYN, NEW YORK AMAZON.COM, INC.04-823-1647 SEATTLE, WASHINGTON AMAZON.COM.DEDC, LLC 05-742-3431 NEW CASTLE, DELAWARE AMAZON.COM, INC.07-911-8702 PATTERSON, CALIFORNIA AMAZON.COM, INC.07-990-2660 SEATTLE, WASHINGTON AMAZON.COM, INC.05-464-9732 HAZLE TOWNSHIP, PENNSYLVANIA AMAZON.COM, INC.05-750-7473 JEFFERSONVILLE, INDIANA AMAZON.COM, INC.04-021-8556 PHILADELPHIA, PENNSYLVANIA GOLDEN STATE FC LLC 04-385-4679 PATTERSON, CALIFORNIA AMAZON.COM, INC.05-832-4156 CHESTER, VIRGINIA AMAZON.COM, INC.96-962-8614 SEATTLE, WASHINGTON AMAZON.COM, INC.10-687-9450 SEATTLE, WASHINGTON AMAZON.COM, INC.96-813-5884 SEATTLE, WASHINGTON AMAZON.COM LLC 04-630-3069 COPPELL, TEXAS AMAZON.COM LLC 07-994-7844 CARLISLE, PENNSYLVANIA AMAZON.COM, INC.07-880-7242 SEATTLE, WASHINGTON AMAZON.COM LLC 96-861-3732 LEWISBERRY, PENNSYLVANIA AMAZON.COM, INC.95-845-4188 WATERTOWN, MASSACHUSETTS AMAZON FULFILLMENT SERVICES, INC.08-020-3236 SUMNER, WASHINGTON AMAZON.COM.KYDC LLC 19-736-2812 HEBRON, KENTUCKY AMAZON.COM, INC.96-854-4028 NEW YORK, NEW YORK International Linkages Company Name DUNS #Country City, State / Province Headquarters AMAZON CS IRELAND LIMITED 89-626- 1208 IRELAND DUBLIN, CO DUBLIN AMAZON DEUTSCHLAND SERVICES GMBH 31-470- 5989 GERMANY MUNCHEN, BAYERN AMAZON FULFILLMENT GERMANY GMBH 34-165- 7845 GERMANY RHEINBERG, NORDRHEIN- WESTFALEN BEIJING SHIJI ZHUOYUE EXPRESS SERVICE CO., LTD. 54-496- 4328 CHINA BEIJING, BEIJING AMAZON TECHNOLOGIES COMPANY 91-339- 1116 BRAZIL MANAUS, AMAZONAS AMAZON FR LOGISTIQUE 39-224- 8501 FRANCE ORLEANS CEDEX 9, LOIRET AMAZON ITALIA CUSTOMER SERVICES SRL 85-718- 1742 ITALY MILANO, MILANO AMAZON EURASIA HOLDINGS SARL 40-085- 4911 LUXEMBOURG LUXEMBOURG, Subsidiaries THE BOOK DEPOSITORY LIMITED 73-870- 3730 ENGLAND LONDON, LONDON Company Name DUNS #Country City, State / Province AMAZON ITALIA SERVICES SRL 33-924- 4307 ITALY MILANO, MILANO AMAZON KOBLENZ GMBH 34-258- 1310 GERMANY KOBERN-GONDORF, RHEINLAND- PFALZ AMAZON SUPPORT SERVICES FRANCE 26-246- 5439 FRANCE CLICHY, HAUTS DE SEINE AUDIBLE GMBH 33-312- 4209 GERMANY BERLIN, BERLIN AMAZON LOGISTIK AF MUNCHEN GMBH 31-348- 0562 GERMANY MUNCHEN, BAYERN AMAZON DEVELOPMENT CENTER ROMANIA SRL 56-540- 2164 ROMANIA IASI, AMAZON CS BERLIN GMBH 34-210- 3824 GERMANY BERLIN, BERLIN AMAZON FC GRABEN GMBH 34-210- 3825 GERMANY GRABEN, BAYERN AMAZON VCC GMBH 34-277- 9631 GERMANY BERLIN, BERLIN AMAZON LOGISTIK POTSDAM GMBH 34-285- 5039 GERMANY BRIESELANG, BRANDENBURG AMAZON MEDIA EU SARL 40-004- 4306 LUXEMBOURG LUXEMBOURG, AMAZON SERVICES EUROPE SARL 40-004- 4751 LUXEMBOURG LUXEMBOURG, AMAZON ASIA-PACIFIC RESOURCES PRIVATE LIMITED 59-515- 9532 SINGAPORE SINGAPORE, AMAZON CITY LOGISTIK ALPHA GMBH 31-348- 0565 GERMANY MUNCHEN, BAYERN AMAZON DEVELOPMENT CENTRE (SCOTLAND) LIMITED 73-888- 7509 SCOTLAND EDINBURGH, MIDLOTHIAN AMAZON DEVELOPMENT CENTER (ROMANIA) SRL 53-292- 0354 ROMANIA IASI, AMAZON FULFILLMENT POLAND SP Z O O 42-690- 7578 POLAND WARSZAWA, AMAZON CAPITAL SERVICES (UK) LTD.22-075- 0214 ENGLAND LONDON, LONDON AMAZON PFORZHEIM GMBH 34-258- 1312 GERMANY PFORZHEIM, BADEN-WURTTEMBERG AMAZON PAYMENTS EUROPE SCA 40-080- 6929 LUXEMBOURG LUXEMBOURG, IMDB SERVICES LIMITED 22-298- 4796 ENGLAND SLOUGH, BERKSHIRE KIVA SYSTEMS B.V.49-029- 5392 NETHERLANDS 'S-GRAVENHAGE, ZUID-HOLLAND AMAZON ITALIA TRANSPORT SRL 43-750- 9752 ITALY MILANO, MILANO Branches AMAZON JAPAN LIMITED LIABILITY CO.69-267- 2139 JAPAN SAYAMA, SAITAMA AMAZON FR LOGISTIQUE 26-227- 5539 FRANCE MONTELIMAR, DROME AMAZON CANADA FULFILLMENT SERVICES INC 20-600- 2479 CANADA MILTON, ONTARIO Company Name DUNS #Country City, State / Province AMAZON DEUTSCHLAND SERVICES GMBH 34-157- 1771 GERMANY BAD HERSFELD, HESSEN AMAZON FULFILLMENT GERMANY GMBH 34-252- 3340 GERMANY RHEINBERG, NORDRHEIN- WESTFALEN AMAZON DEUTSCHLAND SERVICES GMBH 34-271- 9756 GERMANY LEIPZIG, SACHSEN AMAZON SERVICOS DE VAREJO DO BRASIL LTDA 90-245- 9735 BRAZIL BARUERI, SAO PAULO AMAZON JAPAN LIMITED LIABILITY CO.71-476- 3307 JAPAN YACHIYO, CHIBA BEIJING SHIJI ZHUOYUE EXPRESS SERVICE CO., LTD. 54-679- 1944 CHINA TIANJIN, TIANJIN AMAZON.COM INT'L SALES, INC.69-224- 6875 JAPAN MEGURO-KU, TOKYO AMAZON.CO.UK LTD.22-069- 1183 ENGLAND DONCASTER, SOUTH YORKSHIRE AMAZON JAPAN LIMITED LIABILITY CO.71-578- 6781 JAPAN SAPPORO, HOKKAIDO AMAZON CANADA FULFILLMENT SERVICES INC 24-947- 4912 CANADA VANCOUVER, BRITISH COLUMBIA ©Dun & Bradstreet, Inc. 2015. All rights reserved. Amazon Business Accounts Terms & Conditions Last updated October 31, 2016 These terms and conditions ("Terms") govern your access to and use of a set of features, services, and functionality on Amazon.com for registered business customers to purchase products and use services for business purposes ("Amazon Business"). These Terms constitute an agreement between Amazon Services LLC and/or its affiliates ("Amazon," "we," "us," or "our") and the entity you represent ("you"). Please note that your use of Amazon Business is also governed by the Conditions of Use and the Amazon.com Privacy Notice, as well as all other applicable terms, conditions, policies, limitations, and requirements on the Amazon.com website, all of which (as changed over time) are incorporated into these Terms. Capitalized terms have the meanings given to them in these Terms or the Conditions of Use. 1. REGISTRATION An organization has a Business Account with Amazon once an individual associated with the organization registers the business and creates the first business user account associated with that organization. That individual can invite others to be part of the organization's Business Account. Each additional user that purchases or otherwise acts on behalf of the business and joins the organization's Business Account must create a new business user account that is part of and associated with the organization's Business Account. Business Accounts and business user accounts are intended for businesses and business-related organizations and may be used solely for business purposes. To create a business user account, users must use a valid email address. Unless explicitly permitted, a user may only create one account per email address. If a user creates a business user account using the email address and password connected to an existing Amazon customer account, the user must either (a) change the email address and password associated with the existing account, or (b) if the user wishes to have only one account, convert the existing account into a business user account (which may make business user account information visible to others as described in Section 2). Once you complete the Business Account registration and verification process, your organization will be registered with Amazon. 2. ACCOUNT MANAGEMENT You are responsible for all activities that occur under your organization's Business Account and any associated business user accounts, regardless of whether the activities are undertaken by you, your employees or a third party (including your contractors or agents). Except to the extent caused by our breach of these Terms, we and our affiliates are not responsible for unauthorized access to your Business Account or business user accounts. You are solely responsible for maintaining the security of your password. You may not disclose your password to any third party (other than third parties authorized by you to use your Business Account or associated business user accounts in accordance with these Terms) and are solely responsible for any use or action taken under your password. You will contact us immediately if you believe an unauthorized third party may be using your Business Account or associated business user accounts or if your Business Account or any business user account information is lost or stolen. You are responsible for ensuring that all users affiliated with your organization's Business Account are aware of and comply with these Terms. We may give users the ability to invite other individuals affiliated with your organization to create business user accounts that are associated with the organization's Business Account and purchase, approve or act as an administrator on behalf of your organization. Administrators have the ability to invite other users to join the Business Account and to administer, manage, or close business user accounts. You will be responsible for all actions taken by Business Account users. You acknowledge that users may have access to information from your Business Account and associated business user accounts, such as shipping addresses, payment methods, and order history. Administrators are responsible for inviting only people affiliated with, and authorized to act on behalf of, your organization to create a business user account that is associated with your organization's Business Account. Any user designated as an administrator will have similar capabilities to manage Business Account features and invite new users to purchase, approve or act as an administrator on behalf of your organization. You agree that Amazon is not responsible for, and will have no liability arising from, the disclosure of the information of your organization or any associated business user accounts to any user associated with your organization. If any user with a business user account that is associated with your Business Account leaves your organization or is no longer authorized to purchase, approve or otherwise act on behalf of your organization, you are solely responsible for contacting Amazon through tools we designate to have that user's business user account closed, disabled or removed from the organization's Business Account. Amazon disclaims all liability for, and you are solely responsible for, any actions taken or purchases made prior to closing, disabling or removing the user's business user account from the organization's Business Account. Please review our Business Account FAQs carefully for more information on the effects of disabling or removing a business user account from your organization's Business Account. Please note that a business user account that is removed is converted back into a personal account, with the individual able to access order history for purchases made using an individual payment method while associated with the organization's Business Account. If you, as an individual user, create a business user account that is associated with an organization's Business Account, you acknowledge and consent that your organization and designated individuals acting as administrators have full access to and authority over (a) your business user account (with the ability to close or disable your business user account or remove it from the business and convert it into a personal account), and (b) details from your business user account, such as, and not limited to: order history, addresses, payment details, and other personal information associated with your business user account. By creating a business user account that is associated with an organization's Business Account, you, as an individual user, consent to sharing this information with your organization and its designated representatives and agree to release Amazon for any and all liability for any of your business user account information provided to or used by your organization, the administrator(s) of your organization, and any other users associated with your organization. 3. BUSINESS AND ORDER VERIFICATION We may use the business name, address, taxpayer ID# and any other information you provide about your organization or users or that we may request or determine is necessary to verify accuracy and eligibility for Amazon Business. We may make, directly or through third parties, inquiries to validate information that you provide to us. We may accept or refuse use of Amazon Business at our discretion and may modify purchasing rights or privileges at any time. We may share any information or documents you provide with third-party sellers that offer certain Amazon Business features for verification purposes. Certain products require licensing, certification or other credentials to purchase them. To purchase such products, you must provide us with a valid license, certification or other credentials (collectively, the “Credentials”), as determined in our sole discretion. We may use information you provide, as well as information relating to your account such as your business name and address, to verify the Credentials, and we may request additional information from you to assist in that verification. We may, in our sole discretion and at any time, suspend or terminate your ability to purchase such products. 4. THIRD-PARTY SERVICE PROVIDERS Amazon Business may enable third party service providers ("providers") to integrate with Amazon Business. If you choose to use such a provider in connection with your Business Account, you authorize Amazon to disclose to the provider account information, including, without limitation, information regarding you, your Users, your employees or agents, and your and your User's orders. You acknowledge this information will be governed by the provider's privacy, data and security policies. You and your Users consent to Amazon's sharing this information with the provider and agree that Amazon is not responsible for and will have no liability arising from Amazon's disclosure of, or any provider's use of, this information. Amazon is not responsible for any services provided by the provider. You are responsible for the approvals of Amazon orders, verification of shipping addresses and any disputes regarding orders, and you agree that Amazon will have no liability arising in any way from your use of the provider, including, but not limited to, any unauthorized charges you or your employees or agents incur. 5. REPRESENTATIONS, WARRANTIES AND COVENANTS You represent, warrant and covenant that: (a) you are using Amazon Business for business purposes and you agree that you will not purchase any products from Amazon.com for individual, personal, family or household use; (b) your organization is duly organized, validly existing and in good standing in the jurisdiction in which your organization is registered; (c) the individual entering into these Terms on behalf of your organization has all necessary legal authority to bind you to these Terms; (d) you have all requisite right, power, and authority to enter into these Terms, perform your obligations, and grant the rights and authorizations in these Terms; (e) any information provided or made available by you to Amazon or its affiliates is at all times accurate and complete; (f) you and all your subcontractors and agents will comply with all applicable laws, rules, regulations, codes, orders and other requirements of governmental agencies (“Laws”) in your performance of your obligations and exercise of your rights under these Terms and with your purchase and use of any products from Amazon.com; (g) all users who use business features or purchase on behalf of your organization are authorized to do so and all purchases made by these users are authorized purchases of your organization; (h) any Credentials, and all documentation or other information you provide to us to validate such Credential, are accurate, complete and reflect your Credential status, and that you will provide updates, additional Credentials or supporting information as required to ensure all such documentation or information remains up-to-date at all times; (i) the provision to Amazon of any Credentials and related information, any delegation of purchasing authority under any Credentials and all purchases made using the Credentials are with the authority of the Credential holder; (j) you will only purchase products requiring Credentials as permitted under any Laws and within the scope of any Credential you provide; (k) if your Business Account has a tax exemption certificate associated with it, any tax exempt purchase made from business user accounts are paid for with the organization’s funds; (l) unless authorized by Amazon, you will not use any product purchased from Amazon.com in connection with, or to fulfill, a federal, state, or local government contract or subcontract, if doing so could subject Amazon to any term, condition, obligation or other provision different from or in addition to the provisions of these Terms; (m) you will use any products purchased from Amazon.com as intended by the manufacturer and in compliance with all product information provided by the manufacturer; (n) your purchase of products from us will not, either by your export of those products, your sale or use of those products, your legal status or otherwise, cause us to violate any Law; (o) you are not an agent of Amazon and agree to comply with the applicable provisions of the Foreign Corrupt Practices Act. You are not on, or associated with, any person or entity on any of the blocked, denied or debarred persons and entities lists maintained by the U.S. Department of Commerce's Bureau of Industry and Security, the U.S. Department of the Treasury's Office of Foreign Assets Control or the U.S. Department of State’s Directorate of Defense Trade Controls (collectively, “Denied Persons Lists”); or subject to a denial order issued by the U.S. Department of Commerce. You agree (i) not to export any product to any entity or person within any country subject to United States economic sanctions or embargoes without obtaining prior authorization from the United States government, (ii) not to export or provide items to persons that are ineligible under United States Law to receive those items, including but not limited to persons on any Denied Persons List, and (iii) that any products purchased by you will not be used, or made available to a third party for use, in any activities directly or indirectly related to Weapons of Mass Destruction (WMD) proliferation activities; and (p) you agree to comply with the Healthcare Disclosure Policies if you purchase products that are reimbursable under Medicare, Medicaid, or other federal or state healthcare programs. 6. LICENSE Subject to your compliance with these Terms and your payment of any applicable fees, Amazon or its content providers grant you a limited, non-exclusive, non-transferable, non-sublicensable license to access and use Amazon Business solely in accordance with these Terms. This license does not include the right to resell any Amazon Business feature; any collection and use of any product listings, descriptions, or prices; any derivative use of Amazon Business; any downloading or copying of Amazon Business information for the benefit of another merchant; or any use of data mining, robots, or similar data gathering and extraction tools. All rights not expressly granted to you in these Terms are reserved and retained by Amazon or its licensors, suppliers, publishers, rightsholders, or other content providers. No feature or part of Amazon Business may be reproduced, duplicated, copied, sold, resold, or otherwise exploited for any commercial purpose without express written consent of Amazon. You may not frame or utilize framing techniques to enclose any trademark, logo, or other proprietary information (including images, text, page layout, or form) of Amazon without express written consent. You may not use any meta tags or any other "hidden text" utilizing Amazon's name or trademarks without the express written consent of Amazon. You may not misuse Amazon Business. You may use Amazon Business only as permitted by law. The licenses granted by Amazon terminate if you do not comply with these Terms. 7. INDEMNIFICATION You agree to indemnify, defend and hold harmless us and our affiliates, and our and their respective officers, directors, employees, representatives and agents against any loss, claim, damage, settlement, cost, expense, tax or other liability (including, without limitation, reasonable attorneys' fees) (each a "Claim") arising from or related to (a) any breach of the Terms, (b) any unlawful or improper use by anyone of any product ordered by you, or (c) your negligence or willful misconduct. You will use counsel reasonably satisfactory to us to defend each indemnified Claim. If at any time we reasonably determine that any indemnified Claim might adversely affect us, we may take control of the defense at our expense. You may not consent to the entry of any judgment or enter into any settlement of a Claim without our prior written consent, which may not be unreasonably withheld. 8. PRODUCT INFORMATION; PRODUCT COMPLIANCE AND SUITABILITY We recommend that you do not rely solely on the information presented on our website. Please always read labels, warnings and directions provided with the product before use. Amazon does not guarantee compliance or suitability of products with any Laws, nor does Amazon accept responsibility for installation and/or use of a product. It is your responsibility to review the product application and all applicable Laws for each relevant jurisdiction to be sure that the installation and/or use involving the products comply with applicable Laws. 9. AMAZON.COM SITE AND FEATURES 9.1 SELLER CREDENTIALS. Any diversity, industry and other certifications made available to you are provided by third-party sellers on Amazon.com and have not been independently verified by Amazon. You should carefully review and validate any certifications and supporting information that you use to make your purchasing decisions. We take no responsibility and assume no liability for any certifications or supporting information provided by third-party sellers. 9.2 BUSINESS PRICING. We may provide you access to discounts for business customers. In these instances, the available price on the detail page will reflect this discount. You agree that any business pricing or discounts that Amazon provides to you are the confidential and proprietary information of Amazon. You agree not to manually copy or use any data mining, scraping, or similar data gathering and extraction tools with respect to such pricing or discounts. If you have negotiated pricing with a supplier and choose to have pricing that is specific to you available on Amazon Business, you acknowledge and agree that we may share sales information regarding products purchased by you at these prices with the applicable supplier (including any business or shipping addresses). You acknowledge that we may share contact information for your organization’s administrator or other applicable employees with the supplier in connection with this pricing. 9.3 LIVE EXPERT. Our LiveExpert service connects you directly with manufacturers' agents so you can ask technical and product related questions via chat, email, or phone. Product support agents are employed by the manufacturer and not Amazon. We record your communications with manufacturers' agents to monitor the quality of these communications. Any questions you ask or suggestions you provide may be used by Amazon for any purpose. We recommend that you not share any customer identifying information with manufacturers' agents to protect the privacy of your information. You acknowledge that all information and answers are provided by the applicable manufacturer, and that Amazon is not responsible for, and disclaims any liability related to, any content provided by any manufacturer. 9.4 GIFT CARDS. All purchases and redemptions of Amazon.com Gift Cards ("Gift Cards") are subject to the terms and conditions at https://www.amazon.com/gc-legal ("Gift Card Terms"). You may only distribute Gift Cards purchased through a Business Account or associated business user accounts as part of your employee or customer incentive, loyalty, rewards, recognition, or gifting program in the United States (each a "Loyalty Program"). You may not imply that Amazon is associated with any Loyalty Program or use Gift Cards in any unsolicited communications. You may not use or distribute any intellectual property of Amazon in connection with any Loyalty Program. You may not resell or transfer Gift Cards for value or permit fees to be charged for a Gift Card. You may not permit Gift Cards to be used for internal use. You may not purchase or redeem, or suggest or direct that recipients use or redeem Gift Cards through the Amazon Associates Program. You may not purchase more than $10,000 in Gift Cards per day through your Business Account (including all associated business user accounts). You must ensure that your Loyalty Program complies with these restrictions and the Gift Card Terms. Amazon reserves the right, in its sole discretion, to reject orders or prohibit advertisement, offer, or distribution of Gift Cards in any location, in any manner, and by any individual or entity. 10. DISCLAIMER AMAZON MAKES NO WARRANTY OR REPRESENTATION CONCERNING THE ACCURACY OF PRODUCT INFORMATION PROVIDED AND OUR SOLE LIABILITY FOR ANY LOSSES OR DAMAGES BY YOU ARISING FROM ANY INACCURACY IN THE PRODUCT INFORMATION WILL BE LIMITED TO REIMBURSEMENT OF THE PRICE PAID FOR THAT PRODUCT. AMAZON DISCLAIMS ALL WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE OR NONINFRINGEMENT OF INTELLECTUAL PROPERTY RIGHTS TO THE FULLEST EXTENT PERMISSIBLE BY APPLICABLE LAW. AMAZON ALSO DISCLAIMS ANY LIABILITY FOR CLAIMS ARISING OUT OF MISUSE, IMPROPER SELECTION, IMPROPER INSTALLATION, MODIFICATION, MISREPAIR OR MISAPPLICATION OF THE PRODUCT. 11. LIMITATIONS OF LIABILITY UNDER NO CIRCUMSTANCES WILL AMAZON BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, EXEMPLARY OR PUNITIVE DAMAGES, INCLUDING BUT NOT LIMITED TO ANY LOST PROFITS THAT RESULT FROM YOUR PURCHASE OF ANY PRODUCTS ON AMAZON.COM, EVEN IF AMAZON HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. AMAZON'S LIABILITY IN ALL EVENTS IS LIMITED TO THE PURCHASE PRICE PAID FOR THE PRODUCT THAT GIVES RISE TO ANY LIABILITY. 12. ENTIRE AGREEMENT The terms and conditions in these Terms, the Amazon.com Conditions of Use, the Amazon.com Privacy Notice, and any applicable terms, conditions, policies, requirements or limitations contained on the Amazon.com website constitute the exclusive and complete agreement between Amazon and you. Amazon will not be bound by, and specifically rejects, any term, condition, obligation, or other provision which is different from or in addition to the provisions of these Terms or which may be in any order, receipt, acceptance, confirmation, correspondence or other document. Any purchase order (PO) number or other internal information particular to your organization that is provided by a user during the purchasing process is provided only for your internal purchase tracking. Amazon doesn't agree to terms, conditions, obligations, or provisions that are different from or added to these Terms and the policies and information on the Amazon.com website. 13. AGREEMENT CHANGES We may in our discretion change these Terms, Amazon.com's Conditions of Use and Privacy Notice, or any aspect of Amazon Business, without notice to you. From time to time, Amazon may choose in its sole discretion to add or remove benefits or features of Amazon Business. If any change to these Terms is found invalid, void, or for any reason unenforceable, that change is severable and does not affect the validity and enforceability of any remaining changes or conditions. YOUR CONTINUED USE OF AMAZON BUSINESS AFTER WE CHANGE THESE TERMS CONSTITUTES YOUR ACCEPTANCE OF THE CHANGES. IF YOU DO NOT AGREE TO ANY CHANGES, YOU MUST CANCEL YOUR BUSINESS ACCOUNT AND BUSINESS USER ACCOUNT. 14. TERM; TERMINATION BY US The term of these Terms will begin on the date you click to accept it and will continue until you or we terminate it. We may terminate these Terms and access to your Business Account, business user account or use of any business features at our discretion with or without notice. You are entitled to terminate these Terms by giving us notice and closing your account. Upon termination, all rights and obligations under these Terms will automatically terminate except for any right of action occurring prior to termination, payment obligations, and obligations that are intended to survive termination, including, without limitation, Sections 4 – 18 of these Terms. 15. FORCE MAJEURE We will not be liable for any delays in delivery or failure to perform any of our obligations under these Terms by reasons, events or other matters beyond our reasonable control. 16. CONFIDENTIALITY; PUBLICITY You will (a) protect and not disclose information made available by us that is identified as confidential or that reasonably should be considered confidential; (b) use this information only for internal purposes and in connection with your use of Business Accounts; and (c) destroy or return all such information to us promptly when the Terms terminate (and, upon request, confirm such destruction in writing). This section covers all confidential information regardless of when you receive it. Unless you have received our express written permission, you will not otherwise use any trademark, service mark, commercial symbol or other proprietary right of ours, issue press releases or other publicity relating to us or these Terms, or refer to us in promotional materials. If authorized, you may only use Amazon trademarks in accordance with the Trademark Guidelines. 17. SUGGESTIONS If you elect to provide or make available suggestions, comments, ideas, improvements, or other feedback or materials to us in connection with or related to Business Accounts (including any related technology), we will be free to use, disclose, reproduce, modify, license, transfer and otherwise distribute, and exploit any of the foregoing information or materials in any manner. 18. MISCELLANEOUS Your use of Business Accounts is subject to the disputes and applicable law provisions of the Conditions of Use, which are incorporated by reference. The parties to these terms are independent contractors. These Terms do not create any third party beneficiary rights in any individual or entity that is not a party to these Terms. You may not assign these Terms, by operation of law or otherwise, without our prior written consent. Subject to that restriction, these Terms will be binding on, inure to, and be enforceable against the parties and their respective successors and permitted assigns. We may perform any of our obligations or exercise any of our rights under these Terms through one or more of our affiliates. Our failure to enforce your strict performance of any provisions of these Terms will not constitute a waiver of our right to enforce such provisions or any other provision of these Terms subsequently. If any provision of these Terms is deemed unlawful, void, or for any reason unenforceable, then that provision will be deemed severable from these Terms and will not affect the validity and enforceability of any remaining provisions. In the event of any conflict between these Terms and the Conditions of Use, these Terms will prevail. SECTION 11 PRINCE WILLIAM COUNTY PUBLIC SCHOOLS (PWCS) GENERAL TERMS AND CONDITIONS (RFP-Revised 1/19/17) These general terms, conditions and instructions apply to all purchases and are a part of each solicitation and every contract awarded by PWCS, unless otherwise specified in such solicitation or contract. The Purchasing Office is responsible for the purchasing activity of Prince William County Public Schools and its governing body, the Prince William County Public School Board. The term “PWCS” as used herein refers to the contracting entity which is the signatory on the contract and may be either PWCS, or the PWCS School Board, or both. Offeror or their authorized representatives are expected to inform themselves fully as to the conditions, requirements, and specifications before submitting proposals: failure to do so will be at the Offeror’s own risk. These general terms, conditions and instructions are subject to all applicable Federal, State and local statutes, policies, resolutions, and regulations (collectively “laws”), and are to be interpreted so as to be consistent with such laws. In the case of irreducible conflict, these general terms and conditions are preempted by applicable laws. AUTHORITY 1. The Supervisor of Purchasing has been delegated authority for issuance of request for proposals, modifications, purchase orders and awards approved by and for PWCS. In the discharge of these responsibilities, the Supervisor of Purchasing may be assisted by delegating to Buyers and other Purchasing Office staff. Unless specifically delegated by the Supervisor of Purchasing, no other PWCS officer or employee is authorized to enter into purchase negotiations, change orders, contracts, or in any way obligate PWCS for indebtedness. Any purchase order or contract made which is contrary to these provisions and authorities shall be of no effect and void, and PWCS shall not be bound thereby. CONDITIONS OF OFFERING A PROPOSAL 2. ANNOUNCEMENT OF AWARD: Upon the award or the announcement of the decision to award a contract as a result of this solicitation, PWCS will publicly post such notice on the Purchasing Web site, http://purchasing.departments.pwcs.edu/. 3. DEBARMENT STATUS: By submitting their proposal, the Offeror certifies that he/she is not currently debarred by the Commonwealth of Virginia or PWCS from submitting proposals on contracts for the type of goods and/or services covered by this solicitation, nor is the Offeror an agent of any person or entity that is currently so debarred. 4. ETHICS IN PUBLIC CONTRACTING: By submitting their proposal, the Offeror certifies that their proposal is made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other Offeror, supplier, manufacturer or subcontractor in connection with their proposal, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised unless consideration of substantially equal or greater value was exchanged. 5. INCLEMENT WEATHER: Due to inclement weather conditions, PWCS may elect to close schools and administration offices. The following is an explanation of the policy: CODE GREEN: All PWCS schools are closed. Administration offices are opened. CODE RED: All PWCS schools are closed. Administration offices are closed. 5.1. In the event of a delay school opening, all times shall remain as stated in the Request for Proposal. 5.2. In the event that PWCS closes on a CODE GREEN, any optional/mandatory pre-proposal conference and all proposal openings will be held as scheduled. 5.3. In the event that PWCS closes on a CODE RED, any optional/mandatory pre-proposal conference and all proposal openings will be held on the next business day the PWCS experiences a normal opening, a delayed opening, or a school closing on a CODE GREEN, at the time previously scheduled. No exceptions will be made in this matter. 6. LATE PROPOSALS: To be considered for selection, proposals must be received by the PWCS Purchasing Office by the designated date and hour. The official time used in the receipt of proposals is that time on the automatic time stamp machine in the Purchasing Office. Proposals received in the Purchasing Office after the date and hour designated are late, automatically disqualified and will not be considered. PWCS is not responsible for delays in the delivery of mail by the U.S. Postal Service, private couriers, or the intra-school mail system or delivery by any other means. It is the sole responsibility of the Offeror to ensure that his/her proposal reaches the Purchasing Office by the designated date and hour. 7. MANDATORY USE OF PWCS FORM AND TERMS AND CONDITIONS: Failure to submit a proposal in the format as required by the Request for Proposals may be cause for rejection of the proposal. Modification of or additions to the General and/or Special Terms and Conditions of this solicitation may be cause for rejection of the proposal; however, the Supervisor of Purchasing reserves the right to decide, on a case by case basis, in his/her sole discretion, whether to reject such a proposal as non-responsive. As a precondition to its acceptance, PWCS may, in its sole discretion, request that the Offeror withdraw or modify any additions or deletions to the proposal. 8. OBLIGATIONS OF OFFEROR: By submitting a proposal, the Offeror covenants and agrees that they are satisfied, from their own investigation of the conditions to be met, that they fully understand their obligation and that they will not make any claim for, or have right to cancellation or relief from the contract because of misunderstanding or lack of information. 9. OFFICIAL NOT TO BENEFIT: 9.1. Each Offeror certifies by signing a proposal that to the best of his/her knowledge no PWCS official or employee having official responsibility for the procurement transaction or member of his/her immediate family has received or will receive any financial benefit of more than nominal or minimal value relating to the award of this contract. If such a benefit has been received or will be received, this fact shall be disclosed with the proposal or as soon thereafter, as it appears that such a benefit will be received. Failure to disclose the information prescribed above may result in suspension or debarment, rescission of the contract, or recovery of the cost of the financial benefit from the contractor, recipient, or both. 9.2. Whenever there is reason to believe that benefit of the sort described in the paragraph above has been or will be received in connection with the proposal or contract and that the Contractor has failed to disclose such benefit or has inadequately disclosed it, PWCS, as a prerequisite to payment pursuant to the Contractor, or at any time may require the contractor to furnish, under oath, answers to any interrogatories related to such possible benefit. 9.3. In the event the Offeror has knowledge of benefits as outline above, this information should be submitted with the proposal. If the above does not apply at time of award of contract and becomes known after inception of a contract, the Offeror shall address the disclosure of such facts to: Supervisor of Purchasing, Prince William County Public Schools, P.O. Box 389, Manassas, VA 20109. The Request for Proposal number shall be referenced in the disclosure. 10. PRECEDENCE OF TERMS: PWCS intends for the Contract Documents to be consistent and they shall be interpreted to be consistent if possible. If the Contract Documents conflict, however, the controlling provision will be the one which appears highest in the following list: The Notice of Award or Purchase Order/Contract (highest precedence), Addenda, Scope of Services The signed proposal submitted by the Contractor, Request for Proposal, The prevailing Amazon Business Accounts Terms and Conditions (currently available at https://www.amazon.com/gp/help/customer/display.html?nodeId=2016 13180). These General Terms and Conditions (lowest precedence). 11. QUALIFICATIONS OF OFFERORS: PWCS may make such reasonable investigations as deemed proper and necessary to determine the ability of the Offeror to perform the work/furnish the item(s) and the Offeror shall furnish to PWCS all such information and data for this purpose as may be requested. PWCS reserves the right to reject any proposal if the evidence submitted by, or investigations of, such Offeror fails to satisfy PWCS that such Offeror is properly qualified to carry out the obligations of the contract and to complete the work/furnish the item(s) contemplated herein. 12. VENDOR REGISTRATION: All vendors desiring to provide goods and/or services to PWCS shall register on-line at http://purchasing.departments.pwcs.edu/. Failure to register will result in the proposal being non-responsive unless an acceptable reason for the failure to register is approved by the Supervisor of Purchasing. CONTRACT PROVISIONS 13. ANTI-DISCRIMINATION: By submitting their proposal, the Offeror certifies to PWCS that he/she will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Act of 1975, as amended, where applicable, the Virginians with Disabilities Act, the Americans with Disabilities Act and Section 2.2-4311 of the Virginia Public Procurement Act (VPPA). In every contract over $10,000 the provisions in 13.1 and 13.2 below apply: During the performance of this contract, the Contractor agrees as follows: 13.1. The Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. 13.2. The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, will state that such Contractor is an equal opportunity employer. 13.3. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. 13.4. The Contractor will include the provisions of 13.1, 13.2 and 13.3 above in every subcontract over $10,000, so that the provisions will be binding upon each subcontractor or vendor. 14. PROHIBITION AGAINST UNIFORM PRICING-The Supervisor of Purchasing shall encourage open and competitive bidding by all possible means and shall endeavor to obtain the maximum degree of open competition on all purchase transactions using the competitive sealed bidding, competitive negotiation, or open market methods of procurement. In submitting a bid each bidder shall, by virtue of submitting a bid, guarantee that he or she has not been a party with other bidders to an agreement to bid a fixed or uniform price. Violation of this implied guarantee shall render void the bids of participating bidders. Any disclosure to or acquisition by a competitive bidder, in advance of the opening of the bids, of the terms or conditions of the bid submitted by another competitor may render the entire proceedings void and may require re-advertising for bids. 15. APPLICABLE LAWS AND COURTS: Notwithstanding any provision in the prevailing Amazon Business Accounts Terms and Conditions, this solicitation and any resulting contract shall be governed in all respects by the laws of the Commonwealth of Virginia, including but not limited to the Virginia Public Procurement Act, and any litigation with respect thereto shall be brought in the courts of Prince William County, Virginia, except to the extent that Federal Court is appropriate. The Contractor shall comply with applicable federal, state and local laws and regulations, and be legally authorized to do business in the Commonwealth of Virginia. 16. APPROPRIATION OF FUNDS: All funds for payments by PWCS under this contract are subject to the availability of an annual appropriation for this purpose by PWCS. In the event of non- appropriation of funds by PWCS for the goods or services provided under the contract or substitutes for such good or services which are as advanced or more advanced in their technology, PWCS will terminate the contract, without termination charge or other liability to PWCS, on the last day of the then current fiscal year or when the appropriation made for the then current year for the services covered by this contract is spent, whichever event occurs first. If funds are not appropriated at any time for the continuation of this contact, cancellation will be accepted by the Contactor on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and PWCS shall not be obligated under this contract beyond the date of termination. Notwithstanding the foregoing, PWCS will pay for all goods or services that are ordered and shipped or performed. 17. ASSIGNMENT OF CONTRACT: Neither party may assign this Contract without the prior written consent of the other party, except that Contractor may assign this Contract to an Affiliate or in connection with any merger, reorganization, sale of all or substantially all of Contractor’s assets or any similar transaction. Subject to this limitation, this Contract will be binding upon, inure to the benefit of, and be enforceable by the parties and their respective successors and assigns. For purposes of this section, the term “Affiliate” shall mean any entity that directly or indirectly controls, is controlled by, or is under common control with Contractor. 18. AUTHORITY TO TRANSACT BUSINESS IN THE COMMONWEALTH OF VIRGINIA: Any Offeror registered or organized as a stock or non-stock corporation, limited liability company, business trust, or limited partnership or a registered limited liability partnership shall be authorized to transact business in the Commonwealth of Virginia as a domestic or foreign business entity as described in the Virginia Public Procurement Act (VPPA) § 2.2-4311.2. The proper legal name of the firm or entity, form of the firm (i.e. corporation, limited partnership, etc) and the identification number issued to the Offeror by the State Corporation Commission must be written in the space provided on the proposal submission form and Vendor Information Form. Any Offeror not required to be authorized to transact business in the Commonwealth of Virginia shall include in its proposal a statement/documentation from their legal counsel describing why the Offeror is not required to be registered. Failure of a prospective and/or successful Offeror to provide such documentation shall be grounds for rejection of their proposal. For further information, refer to the Commonwealth of Virginia State Corporation Commission Web site at: www.scc.virginia.gov. Any falsification or misrepresentation contained in the statement submitted by the Offeror pursuant to the VPPA § 2.2-4311.2., Code of Virginia, Title 13.1 or Title 50 may be cause for debarment by PWCS. 19. BUSINESS LICENSES: The Contractor must comply with the provisions of Chapter 11 (Business Licenses) of the Prince William County Code. Information regarding business license requirements is available on the Prince William County website at www.pwcgov.org. 20. CONTRACT DOCUMENTS/PURCHASE ORDERS: The Contract entered into by the parties shall consist of the Request for Proposal, the signed proposal submitted by the Contractor, the Notice of Award or Contract, these General Terms and Conditions and the prevailing Amazon Business Accounts Terms and Conditions (currently available at https://www.amazon.com/gp/help/customer/display.html?nodeId=2016 13180), including all modifications thereof, all of which shall be referred to collectively as the Contract Documents. All time limits stated in the Contract Documents are of the essence of the Contract unless stated otherwise. Orders and payments against contracts will be placed in accordance with the methods made available on Contractor’s Amazon Business marketplace (currently available at www.amazon.com/business). 21. CONFIDENTIALITY AND RETURN OF RECORDS: 21.1. The Contractor agrees that all findings, memoranda, correspondence, documents or records of any type, whether written or oral, and all documents generated by the Contractor or its subcontractors as a result of PWCS’ request for services under this Contract, are confidential records ("Record" or "Records"), and neither the Records nor their contents shall be released by the Contractor, its subcontractors, or other third parties; nor shall their contents be disclosed to any person other than the Contract Administrator or designee. Notwithstanding the foregoing, Contractor may use or disclose information provided by PWCS for the limited purposes set forth in the prevailing Amazon Business Accounts Terms and Conditions. The Contractor agrees that all oral or written inquiries from any person or entity regarding the status of any Record generated as a result of the existence of this Contract shall be referred to the Contract Administrator or designee for response. At PWCS’ request, the Contractor shall deliver all Records to the Contract Administrator, including "hard copies" of computer records, and at the PWCS request, shall destroy all computer records created as a result of PWCS’ request for services under this Contract. 21.2. The Contractor agrees to include the provisions of this section as part of any Contract the Contractor enters into with subcontractors or other third parties for work related to work pursuant to this Contract. 21.3. No termination of this Agreement shall have the effect of rescinding, terminating or otherwise invalidating this section. 22. DRUG-FREE WORKPLACE: During the performance of this contract, the Contractor agrees as follows: 22.1. Provide a drug-free workplace for the Contractor’s employees. 22.2. Include the provisions of the foregoing clauses in every subcontract over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, “drug-free workplace” means a site for the performance of work done in connection with a specific contract awarded to a Contractor in accordance with this section, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract. 23. EMPLOYEES NOT TO BENEFIT: No employee of PWCS shall be admitted to any share or part of this contract or to any benefit that may arise therefrom which is not available to the general public. 24. IMMIGRATION REFORM AND CONTROL ACT OF 1986: In accordance with §2.2-4311.1 of the Code of Virginia, the Contractor acknowledges that it does not, and shall not, during the performance of the contract for goods and services in the Commonwealth, knowingly employ an unauthorized alien as defined in The Federal Immigration Reform and Control Act of 1986. 25. INDEMNIFICATION: Contractor agrees to indemnify PWCS and its officers, directors, employees, representatives and agents against any third-party loss, claim, damage, settlement, cost, expense or other liability (including, without limitation, reasonable attorneys’ fees) (each a “Claim”) arising from or related to Contractor’s gross negligence or intentional misconduct, except, in each case, to the extent caused by the negligence or intentional misconduct of PWCS. Contractor will use counsel reasonably satisfactory to PWCS to defend each Claim against PWCS. Contractor may not consent to the entry of any judgment or enter into any settlement of a Claim against PWCS without its prior written consent, which may not be unreasonably withheld. In no event shall Contractor’s obligation to indemnify PWCS exceed the amount paid for the goods or services that are the subject of the Claim. This provision supersedes Amazon Business Accounts Terms and Conditions currently at https://www.amazon.com/gp/help/customer/display.html?nodeId=2016 13180. 26. LIMITATION OF LIABILIITY: The Contractor will not be held responsible for failure to perform the duties and responsibilities imposed by the contract if such failure is due to strikes, fires, riots, rebellion and major forces beyond the control of the Contractor that make performance impossible or illegal, unless otherwise specified in the Contract. 27. MODIFICATIONS TO THE CONTRACT: PWCS may, upon mutual agreement with the Contractor, issue written modifications to the scope of services of this Contract, and within the general scope thereof. 28. NON-DISCRIMINATION OF CONTRACTORS: Any potential Offeror or Contractor shall not be discriminated against in the solicitation or award of this contract because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment. Faith-based organizations are also protected from discrimination on the basis of religious character as provided below. 28.1. Faith-based organizations may enter into contracts with PWCS on the same basis as any other nongovernmental source may do so without impairing the religious character of such organization and without diminishing the religious freedom of the beneficiaries of assistance provided under such contracts. 28.2. PWCS shall not impose conditions on contracts that restrict the religious character of the faith-based organization, except that money paid to the faith-based organization by or on behalf of PWCS will not be spent for religious worship, instruction, or proselytizing. 28.3. Any faith-based organization awarded a contract by PWCS shall not discriminate against any recipient of goods, services, or disbursements made pursuant to the contract on the basis of the recipient’s religion, religious belief, refusal to participate in a religious practice, or on the basis of race, age, color, gender or national origin and shall be subject to the same rules as other organizations that contract with public bodies to account for the use of the funds provided; however, if the faith-based organization segregates public funds into separate accounts, only the accounts and programs funded with public funds shall be subject to audit by PWCS. 28.4. Faith-based organizations retain the right to employ persons of a particular religion to perform work connected with the carrying on by such organization of its activities. 28.5. If an award of contract is made to a faith-based organization, and an individual who applies for or receives goods, services, or disbursements provided pursuant to this contract objects to the religious character of the faith-based organization from which the individual receives or would receive the goods, services, or disbursements, PWCS shall offer the individual, within a reasonable period of time after the date of objection, access to equivalent goods, services, or disbursement from an alternative provider. 28.6. Any faith-based organization that is awarded a contract to provide goods, services, or disbursements to individuals shall also provide to such individuals a notice in bold face type that states: “Neither the public body’s selection of a charitable or faith-based provider of services nor the expenditure of funds under this contract is an endorsement of the provider’s charitable or religious character, practices, or expression. No provider of services may discriminate against you on the basis of religion, a religious belief, or your refusal to actively participate in a religious practice. If you object to a particular provider because of its religious character, you may request assignment to a different provider. If you believe that your rights have been violated, please discuss the complaint with your provider. 29. RELATIONSHIP TO PWCS: The Contractor will be legally considered as an independent contractor and neither the Contractor nor its employees will, under any circumstances, be considered servants or agents of PWCS. PWCS will not be legally responsible for any negligence or other wrongdoing by the Contractor, its servants or agents. PWCS will not withhold from the contract payments to the Contractor any federal or state unemployment. PWCS will not provide to the Contractor any insurance coverage or other benefits, including workers’ compensation, normally provided by PWCS for its employees. 30. SMALL AND MINORITY BUSINESS ENTERPRISES: It is PWCS intent to undertake every effort to increase opportunity for utilization of small and minority businesses in all aspects of procurement to the maximum extent feasible. In connection with the performance of this contract, the Contractor will promote Small and Minority Businesses via the Contractor’s Seller Credentials program available on the Amazon Business marketplace. Contractors may rely on oral or written representation by subcontractors regarding their status as small and/or minority business enterprises in lieu of an independent investigation. 31. SUBCONTRACTS: 31.1. The Contractor shall not enter into any subcontract with any subcontractor who has been suspended or debarred from participating in contracting programs by any agency of the United States Government or of the State in which the work under this contract is to be performed. 31.2. The Contractor shall be as fully responsible for the acts or omissions of its subcontractors, and of persons either directly or indirectly employed by them as for the acts or omissions of persons directly employed by the Contractor. 31.3. The Contractor shall insert appropriate clauses in all subcontracts to bind subcontractors to the terms and conditions of this contract insofar as they are applicable to the work of subcontractors. 31.4. Nothing contained in this contract shall create any contractual relationship between any subcontractor and PWCS. 31.5. PWCS has the right to approve or disapprove the use of any subcontractors being offered by the Contractor. 31.6. For the avoidance of doubt, Contractor does not contemplate using subcontractors in the performance of this Contract and Contractor’s vendors, third-party sellers and service providers providing goods and services hereunder shall not be deemed subcontractors under any of these General Terms and Conditions. 32. TERMINATION FOR CAUSE/DEFAULT: In case of failure to deliver goods or provide services in accordance with the Contract, PWCS, after due oral or written notice, may procure them from other sources. This remedy shall be in addition to any other remedies which PWCS may have. Specifically: 32.1. If, through any cause, the Contractor fails to fulfill in a timely and proper manner their obligations under the contract, or if the Contractor violates any of the covenants, agreements, or stipulations of the contract, PWCS shall thereupon have the right to terminate, specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, and reports prepared by the Contractor under the contract shall at the option of PWCS, become its property and the Contractor shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents. 32.2. Notwithstanding the above, the Contractor shall not be relieved of liability to PWCS for damages sustained by PWCS by virtue of any breach of contract by the Contractor. PWCS may withhold any payments to the Contractor for the purpose of set off until such time as the exact amount of damages due to PWCS from the Contractor is determined. For the avoidance of doubt, nothing in this section shall limit Contractor’s or PWCS’ right to terminate a business account in accordance with the prevailing Amazon Business Accounts Terms and Conditions. 32.3. TERMINATION FOR CONVENIENCE: PWCS reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty, whenever the Supervisor of Purchasing determines that such a termination is in the best interest of PWCS. Any such termination shall be effected by delivery to the Contractor, at least ten (10) working days prior to the termination date, a Notice of Termination specifying the extent to which performance shall be terminated and date upon which such termination becomes effective. After receipt of a notice of termination, the Contractor must stop all work or deliveries under the purchase order/contract on the date and to the extent specified; however, any contract termination notice shall not relieve the Contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of termination. An equitable adjustment in the contract price shall be made for completed service, but no amount shall be allowed for anticipated profit on unperformed services. For the avoidance of doubt, nothing in this section shall limit Contractor’s or PWCS’ right to terminate a business account in accordance with the prevailing Amazon Business Accounts Terms and Conditions. 33. USE OF CONTRACT BY OTHER POLITICAL JURISDICTIONS: 33.1. Offerors are advised that all resultant contracts will be extended, with the authorization of the Offeror, to Northern Virginia Metropolitan Washington Council of Governments jurisdictions and other jurisdictions and Political Subdivisions of the Commonwealth of Virginia to permit their ordering of supplies and/or services at the prices and terms of the resulting Contract. If any other jurisdiction decides to use the final Contract, the Contractor must deal directly with that jurisdiction or political subdivision concerning the placement or orders, contractual disputes, and payment. PWCS acts only as the “Contracting Agent” for these jurisdictions and political subdivisions. Failure to extend a contract to any jurisdiction will have no effect on consideration of your proposal. 33.2. Each participating jurisdiction and political subdivision has the option of executing a separate contract with the awardee. Contracts entered into with them may contain general terms and conditions unique to those jurisdictions and political subdivisions covering minority participation, non-discrimination. If, when preparing such a contract, the general terms and conditions of a jurisdiction are unacceptable to the awardee, the awardee may withdraw its extension of the award to that jurisdiction. 33.3. PWCS shall not be held liable for any costs or damage incurred by another jurisdiction as a result of any award extended to that jurisdiction or political subdivision by the awardee. 34. VIRGINIA FREEDOM OF INFORMATION ACT: Notwithstanding any Confidentiality or Publicity provisions in the prevailing Amazon Business Accounts Terms and Conditions, Contractor acknowledges that PWCS is an instrumentality of the Commonwealth of Virginia subject to the Virginia Public Records Act (Code of Virginia, Title 42.1, Chapter 7). Subject to the foregoing, PWCS will only disclose this Contract and all confidential information exchanged in connection with this Contract after providing Contractor with notice of any Public Records Act requests and allowing Contractor the right to request exemption or redaction based on assertions of confidentiality or proprietary information to the extent permitted by the applicable law. 34.1. Cost estimates relating to a proposed transaction prepared by or for a public body shall not be open to public inspection. 34.2. Proposal records shall be open to the public only after award. 34.3. Any offeror who responds to an RFP shall be afforded the opportunity to inspect proposal records upon request within a reasonable time after the evaluation and negotiation of proposals are complete but prior to award, except in the event PWCS decides not to accept any of the proposals and to resolicit. 34.4. Offerors may not declare the entire proposal proprietary nor may they declare proposed pricing to be proprietary. 34.5. Nothing contained in this section shall be construed to require PWCS to furnish a statement of the reason(s) why a particular offer was not deemed to be the most advantageous to PWCS. 35. INVOICES: Invoices for goods and/or services ordered, delivered and accepted shall be submitted in accordance with the methods made available to PWCS on Contractor’s Amazon Business marketplace. 36. PAYMENT TERMS: 36.1. Payment will be made in accordance with the methods and terms made available to PWCS on Contractor’s Amazon Business marketplace. . 37. PAYMENT TO SUBCONTRACTORS: 37.1. A Contractor awarded a contract under this solicitation is hereby obligated to: 37.1.1. Pay the subcontractor(s) within seven (7) days of the Contractor's receipt of payment from PWCS for the proportionate share of the payment received for work performed by the subcontractor(s) under the contract; or, 37.1.2. Notify PWCS and the subcontractor(s), in writing, of the Contractor's intention to withhold payment and the reason for such. 37.2. Unless otherwise provided under the terms of the Contract, interest shall accrue at the rate of one percent per month on all amounts owed by the Contractor that remain unpaid seven (7) days following receipt of payment from PWCS except for amounts withheld as stated in the paragraph above. The date of mailing of any payment by U.S. Mail is deemed to be payment to the addressee. This obligation to pay interest is not an obligation of PWCS, and no contract modification will be made for the purpose of providing reimbursement of the interest charge. A cost reimbursement claim shall not include any amount for reimbursement for the interest charge. 37.3. The provisions of 42.1 through 42.3 apply to each sub-tier contractor performing under the primary contract. A Contractor’s obligation to pay an interest charge to a subcontractor may not be construed to be an obligation of PWCS or any participating jurisdiction. 37.4. For the avoidance of doubt, Contractor does not contemplate using subcontractors in the performance of this Contract and Contractor’s vendors, third-party sellers and service providers providing goods and services hereunder shall not be deemed subcontractors under any of these General Terms and Conditions. 38. TAX EXEMPTION: PWCS is exempt from the payment of federal excise or Virginia Sales and Use Tax. Contractor shall make available its Amazon Tax Exemption Program to PWCS and allow PWCS to apply its tax exemption status to eligible purchases from Contractor’s Amazon Business marketplace. 39. TAXES: Each party will be responsible, as required under applicable law, for identifying and paying all taxes and other governmental fees and charges (and any penalties, interest, and other additions thereto) that are imposed on that party upon or with respect to the transactions and payments under this Contract. All fees payable by PWCS are exclusive of applicable taxes and duties, including, without limitation, VAT, excise taxes, sales and transaction taxes and gross receipts taxes (“Indirect Taxes”). PWCS will provide such information to Contractor as reasonably required to determine whether Contractor is obligated to collect Indirect Taxes from PWCS. Contractor shall not collect, and PWCS shall not pay, any such Indirect Tax or duty for which PWCS furnishes Contractor a properly completed exemption certificate or a direct payment permit certificate or for which Contractor may claim an available exemption form Indirect Tax. All payments made by PWCS to Contractor under this Contract will be made free and clear of any withholding or deduction for taxes. If any such taxes (for example, international withholding taxes) are required to be withheld on any payment, PWCS will pay such additional amounts as are necessary so that the net amount received by Contractor is equal to the amount then due and payable under this Contract. Contractor will provide PWCS with such tax forms as are reasonable requested in order to reduce or eliminate the amount of any withholding or deduction for taxes in respect of payments made under this Contract. 40. TITLE TRANSFER: To the extent that title to any digital or tangible property is transferred under this Contract, title will transfer from PWCS to Contractor upon receipt by Contractor. OFFEROR/CONTRACTOR REMEDIES 41. ACCEPTANCE OF OFFERS BINDING 120 DAYS: Unless otherwise specified in the RFP, all formal offers submitted shall be binding for one hundred twenty (120) calendar days following proposal opening date, unless extended by mutual consent of all parties. 42. ARBITRATION: Notwithstanding any provision in the prevailing Amazon Business Accounts Terms and Conditions, it is expressly agreed that nothing under the contract shall be subject to arbitration, and any references to arbitration are expressly deleted from the contract documents. 43. AUDIT: To the extent that PWCS has questions about the data supplied by Contractor in any accounting statements or reports, or the amount or calculation of amounts paid to Contractor, the parties will engage in good faith efforts to resolve such questions and, upon PWCS’ reasonable request, Contractor will furnish back-up documentation sufficient to verify the accuracy and completeness of such accounting statements or reports, and to demonstrate the manner in which amounts owed were calculated. . 44. CONTRACTUAL DISPUTES: Notwithstanding any provision in the prevailing Amazon Business Accounts Terms and conditions, any dispute concerning a question of fact including claims for money or other relief as a result of a contract with PWCS which is not disposed of by agreement shall be declared by the Supervisor of Purchasing, who shall reduce a decision to writing and mail or otherwise forward a copy thereof to the Contractor within ten (10) days. The decision of the Supervisor of Purchasing shall be final and conclusive unless the Contractor appeals within ten (10) days of receipt of the written decision. Contractual claims, whether for money or other relief, shall be submitted in writing no later than sixty (60) days after final payment; however, as a condition precedent to consideration of the claim, the Contractor must give written notice of the intention to file such a claim at the time of the occurrence or beginning of the work upon which the claim is based. Nothing herein shall preclude a contract from requiring submission of an invoice for final payment within a certain time after completion and acceptance of the work or acceptance of the goods. Pending claims shall not delay payment of amounts agreed due in the final payment. 45. EXHAUSTION OF ADMINISTRATIVE REMEDIES: No potential Offeror or Contractor shall institute any legal action until all administrative remedies available under this solicitation and resulting contract have been exhausted and until all statutory requirements have been met. 46. PROTEST OF AWARD OR DECISION TO AWARD: Any Offeror may protest the award or decision to award a contract by submitting a protest in writing to the Protest Officer no later than ten (10) calendar days after public notice of the award or the announcement of the decision to award, whichever occurs first. Any potential offeror on a contract negotiated on a sole source or emergency basis who desires to protest the award or decision to award such contract shall submit such protest in the same manner no later than ten (10) calendar days after posting or publication of the notice of such contract. The written protest shall include the basis for the protest and the relief sought. The Protest Officer shall issue a decision in writing within ten (10) calendar days of the receipt of the protest stating the reasons for the action taken. 46.1. If, prior to award, it is determined that the decision to award is arbitrary or capricious then the sole relief shall be a finding to that effect. The Supervisor of Purchasing shall cancel the proposed award or revise it to comply with the law. If, after award, it is determined that an award of a contract was arbitrary or capricious, then the sole relief shall be as hereinafter provided. Where the award has been made but performance has not begun, the performance of the contract may be declared void by PWCS. Where the award has been made and performance has begun, the Supervisor of Purchasing may declare the contract void upon a finding that this action is in the best interest of PWCS. Where a contract is declared void, the performing Contractor shall be compensated for the cost of performance at the rate specified in the contract up to the time of such declaration. In no event shall the performing Contractor be entitled to lost profits. 46.2. Pending final determination of a protest or appeal, the validity of a contract awarded and accepted in good faith in accordance with this paragraph shall not be affected by the fact that a protest or appeal has been filed. 46.3. An award need not be delayed for the period allowed an Offeror to protest, but in the event of a timely protest, no further action to award the contract will be taken unless there is a written determination that proceeding without delay is necessary to protect the public interest or unless the offer would expire. 47. SEVERABILITY: The sections, paragraphs, sentences, clauses and phrases of this Contract are severable, and if any phrase, clause, sentence, paragraph or section of this Contract shall be declared invalid by the valid judgment or decree of a court of competent jurisdiction, such invalidity shall not affect any of the remaining phrases, clauses, sentences, paragraphs, and sections of this Contract. Page 1 of 2 ON-LINE MARKETPLACE FOR THE PURCHASES OF PRODUCTS AND SERVICES Executive Summary Lead Agency: Prince William County Public Schools Solicitation: R-TC-17006 RFP Issued: September 14, 2016 Pre-Proposal Date: N/A Response Due Date: October 14, 2016 Proposals Received: #12 Awarded to: Amazon Services, LLC, Contract #R-TC-17006 Prince William County Public Schools Purchasing Office issued RFP #R-TC-17006 on September 14, 2016, to establish a national cooperative contract for an On-line Marketplace for the Purchases of Products and Services. The solicitation included cooperative purchasing in Section 1. Purpose: The Purpose and Intent of this Request for Proposal (RFP) is to establish a cooperative contract, or contracts, for an On-line Marketplace for the purchase of the product categories in Section 4.1 for Prince William County Public Schools, Virginia, (herein referred to as “PWCS” or “Lead Public Agency”) on behalf of all states, local governments, school districts, and higher education institutions in the United States of America, and other governmental agencies and nonprofit organizations (herein “Participating Public Agencies) through sealed proposals from qualified sources to establish term contract, to include delivery, through competitive negotiations in accordance with the statement of needs, terms and conditions stated herein. Notice of the solicitation was sent to potential offerors, as well as advertised in the following: • Daily Journal of Commerce, OR • Fauquier Times, VA • The Honolulu Star, HI • The Buy Line Blog-City Purchasing, Seattle.gov • The New York State Contract Reporter, NYSCR.ny.gov • ONVIA • Merx.com • U.S. Communities • Prince William County Public Schools, VA • Virginia’s e-Procurement Portal, eVA, dgs.virginia.gov • Washington’s Electronic Business Solutions On October 14, 2016 proposals were received from the following offerors: • American Product Distributors • Complete Book & Media Supply • Innoseal • Hi-Touch • Music and Arts • LD Products Page 2 of 2 • World ERP • Amazon Services, LLC/Amazon Business • Essendent Co. • Peripole, Inc. d.b.a. Peripole-Bergerault, Inc. • Scull Studios, LLC • Textbook Warehouse, LLC Seven (7) proposals were deemed non-responsive, five (5) proposals were deemed responsive and evaluated by an evaluation committee. The five (5) responsive proposals are Amazon Services LLC/Amazon Business, Essendent, Peripole, Scull Studios and Textbook Warehouse. Using the evaluation criteria established in the RFP, the committee elected to award to Amazon Services, LLC /Amazon Business for an online marketplace. Contract includes: Amazon Business has everything you love about Amazon, tailored for the public sector, including state and local government agencies, public and private K-12 school districts and higher education organizations, and nonprofit businesses. Solution benefits include: • Offers comparison shopping • Tax Exemption Program • Enable spending controls • Approval workflows • Level 3 transaction reporting • Reporting and analytics Term: Initial five-year agreement from January 19, 2017 through January 18, 2022 with the option to renew for three (3) additional two (2) year periods through January 18, 2028. Pricing/Discount: The Prince William County Public Schools, VA awarded online marketplace makes it easy to compare prices and find the best deals. To begin, Amazon Business customers must be registered as participants of OMNIA Partners in order to use the contract. Please Register to Participate. There are no costs, minimum quantity requirements or spend limits with OMNIA Partners or to create an Amazon Business account. To get started, follow these steps: Register for a FREE Amazon Business account by clicking here. Already have an Amazon Business account and registered with OMNIA Partners? Please enroll to use the contract by completing the contract enrollment form below. Complete the contract enrollment form by clicking here. Once you complete the form, an Amazon Business Customer Advisor will contact you within three business days to complete the registration process. OMNIA Partners, Public Sector Landing Pages: https://www.omniapartners.com/publicsector/contracts/supplier- contracts/amazon-business 1 ONLINE MARKETPLACE FOR PURCHASES OF PRODUCTS AND SERVICES RFP # R-TC-17006 Solicitation and Evaluation Summary Background On September 14th, 2016 the Prince William County Public Schools (PWCPS) Procurement Office issued a Request for Proposals (RFP) for interested suppliers to provide an Online Marketplace for the Purchase of Products and Services to satisfactorily support PWCPS, and other public agencies supported under this contract. PWCPS served as Lead Public Agency on behalf of the U.S. Communities Government Purchasing Alliance through a public agency clause, which provides that any county, city, special district, local government, school district, private K-12 school, technical or vocational school, higher education institution (including community colleges, colleges and universities, both public and private), state, other government agency or nonprofit organization may purchase Products and Services through this contract. Solicitation Process 1. RFP (RFP #R-TC-17006) was issued in accordance with VA State Statutes on September 14th, 2016. 2. We advertised the solicitation in the Gainesville Times newspaper (affidavit attached), posted the solicitation on the PWCPS website (https://pwcs.ss9.sharpschool.com/departments/purchasing/solicitations/), the Virginia’s e-Procurement Portal at: https://eva.virginia.gov/, and the U.S. Communities website (www.uscommunities.org). Notification was sent to 3,334 individual vendors through PWCS bidders list in addition to the vendors notified by US Communities. Questions pertaining to the bid process or specifications were accepted from suppliers up until September 30th, 2016 3. We received twelve (12) sealed proposals in response to the RFP that were stamped and stored unopened until October 14th, 2016 from the following:  Amazon Business  American Product Distributors  Complete Book & Media Supply  Essendent  Innoseal  Hi-Touch  Music and Arts  LD Products  Peripole, Inc  Scull Studios  Textbook Warehouse  World ERP 4. The proposals from American Product Distributors, Complete Book & Media Supply, Innoseal, Hi-Touch, Music and Arts, LD Products and World ERP were deemed non-responsive due to falsifying that they have an application pending with the State Corporation Commission. 5. Copies of the five valid bids received from Amazon Business, Essendent, Peripole, Scull Studios and Textbook Warehouse were sent on October 18th, 2016 to the Evaluation Team (“Team”) consisting of the following: Voting Members: • Sharon Loosman- North Carolina State University, NC • Renee Medlin- City of Kansas City, MO 2 • Jeff LaPorta- Harford County Public Schools, MD • Anthony Crosby- Prince William County Public Schools, VA Evaluation of Bids 1. All Team members conducted individual evaluations of each Proposal received based on the criteria stated in Section 7 of the RFP, and in accordance with, and subject to, all relevant statutes, ordinances, rules and regulations that govern procurement in the State of Virginia. The Evaluation Team determined the proposal whose terms were most advantageous to the Lead Public Agency and potential Participating Public Agencies, based on the following criteria: A. Compliance with the terms and conditions of the RFP; B. Ability to meet the performance requirements of this RFP; C. Experience, Background, Qualifications, Capability, Marketing, (including past performances, administration, management capabilities); D. Products and services offerings (extent of offerings); E. Discount/rebate schedules; F. Pricing on market basket items; G. Cost effectiveness and Value; H. Financial Qualifications; I. Company Environmental Initiatives; J. References 2. The Evaluation Team submitted their individually completed evaluation matrix to Anthony Crosby on or before October 26th, 2016. 3. Prince William County Public Schools and U.S. Communities independently conducted a pricing analysis on a market basket of items collected from the Evaluation Team to Provide the Evaluation Team with an objective comparison of the pricing submitted by each proposer. 4. The Evaluation Team met in Manassas, VA on October 26th and 27th, 2016. 5. The Team reviewed the proposals submitted by Amazon Business, Essendent, Peripole, Scull Studios and Textbook Warehouse and made a list of questions as we discussed each proposal. The team members provided their updated individual scores for each proposal, which Anthony recorded on the combined scoring matrix (projected on the screen) and the total scores were averaged. 6. The Team held a conference call with the two highest ranked proposers: Amazon Business and Essendent. During these calls the list of prepared clarification questions was discussed. Each proposer provided verbal clarifications during their call. Anthony e-mailed each proposer the list of questions and requested a written response. 7. The Team re-evaluated their individual scores for each vendor based on the information obtained during the conference calls. 8. All additional information received from each proposer was forwarded to each Evaluation Team member for review and comments. 9. The Evaluation Team unanimously agreed on recommending Amazon Business as the proposer having the most comprehensive and advantageous bid and best overall solution for PWCPS and potential participating public agencies nationwide through U.S. Communities. 10. A recommendation was made to the PWCPS Council for consideration at the regularly scheduled Council meeting on January 18th, 2017 to award the contract as recommended. 11. A Notice of Intent to Award was posted on the PWCPS Purchasing website from December 16th, 2016 to December 26th, 2016. 12. PWCPS Board approved the contract with Amazon Business on January 18th, 2017. 3 13. The effective date of the contract and Master Agreement is be January 18th, 2017 for the term of five (5) years with the option to renew for three (3) additional two-year terms. RING POWER CORPORATION Brand/Manufacturer Name Commodity Type Model Number Caterpillar Base Equipment 300.9D Caterpillar Base Equipment 300.9D Caterpillar Base Equipment 301.5 Caterpillar Base Equipment 301.5 Caterpillar Base Equipment 301.5 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 301.7 Caterpillar Base Equipment 301.7 Caterpillar Base Equipment 301.7 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 301.8 Caterpillar Base Equipment 301.8 Caterpillar Base Equipment 301.8 Caterpillar Base Equipment 301.8 Caterpillar Base Equipment 301.8 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 302 Caterpillar Base Equipment 302 Caterpillar Base Equipment 302 Caterpillar Base Equipment 302 Caterpillar Base Equipment 302 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 302.7 Caterpillar Base Equipment 302.7 Caterpillar Base Equipment 302.7 Caterpillar Base Equipment 302.7 GROUP 1: EXCAVATORS: MINI/COMPACT TRACK EXCAVATORS (LESS THAN 70 HP) - Commodity Code 22101526 Construction and Industrial Equipment (22100000-21-STC) Price Sheet Caterpillar Base Equipment 302.7 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 303 Caterpillar Base Equipment 303 Caterpillar Base Equipment 303 Caterpillar Base Equipment 303 Caterpillar Base Equipment 303 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 303.5 Caterpillar Base Equipment 303.5 Caterpillar Base Equipment 303.5 Caterpillar Base Equipment 303.5 Caterpillar Base Equipment 303.5 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 304 Caterpillar Base Equipment 304 Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 305 Caterpillar Base Equipment 305 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 306 Caterpillar Base Equipment 306 Caterpillar Base Equipment 306 Caterpillar Base Equipment 306 Caterpillar Base Equipment 306 Caterpillar Base Equipment 306 Caterpillar Base Equipment 306 Caterpillar Base Equipment 306 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 307.5 Caterpillar Base Equipment 307.5 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 308 Caterpillar Base Equipment 308 Caterpillar Base Equipment 308 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 309 Caterpillar Base Equipment 309 Caterpillar Base Equipment 309 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 310 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Ref. No. Associated Base Equipment Model Number(s) 588-8784 N/A 448-5781 N/A 558-1308 N/A 617-6650 N/A 617-6652 N/A 547-7075 301.5 523-5535 301.5 533-1122 301.5 558-1318 N/A 617-6660 N/A 617-6663 N/A 361-1092 301.7 558-1345 301.7 523-5531 301.7 519-8312 301.7 519-9280 301.7 617-6672 N/A 617-6669 N/A 558-1329 N/A 617-6671 N/A 617-6674 N/A 558-1344 301.8 521-4159 301.8 521-9512 301.8 519-9347 301.8 519-8419 301.8 617-6681 N/A 617-6683 N/A 617-6680 N/A 617-6678 N/A 558-1339 N/A 361-1092 302 522-0651 302 519-9589 302 525-4427 302 521-9518 302 519-9347 302 616-8263 N/A 616-8265 N/A 616-8266 N/A 616-8267 N/A Commodity Code 22101526 Construction and Industrial Equipment (22100000-21-STC) Price Sheet 616-1981 N/A 571-9090 302.7 575-5027 302.7 573-8192 302.7 548-9862 302.7 592-1442 302.7 616-1984 N/A 616-1985 N/A 616-1986 N/A 616-1988 N/A 616-1989 N/A 558-1741 303 594-2763 303 542-8886 303 601-9418 303 616-3222 N/A 616-3216 N/A 616-3218 N/A 616-3219 N/A 616-3221 N/A 571-9661 303.5 594-2763 303.5 575-4422 303.5 541-4688 303.5 558-1770 303.5 525-4466 303.5 519-8302 303.5 568-5199 303.5 610-5464 N/A 610-5465 N/A 485-5300 304 464-9904 304 610-5460 N/A 6106-5461 N/A 485-5301 305E2 464-9909 305 444-7496 305 601-3883 N/A 601-3882 N/A 601-3839 N/A 601-3838 N/A 614-2569 N/A 614-2570 N/A 579-2601 N/A 579-2600 N/A 575-0492 306 575-0491 306 485-5301 306 579-2629 306 527-2802 306 527-2801 306 569-7626 306 557-5082 306 542-6391 306 579-2605 306 593-4739 N/A 614-2549 N/A 504-6175 307.5 444-7498 307.5 295-5952 307.5 562-9470 307.5 562-4371 307.5 511-6180 307.5 522-6469 307.5 522-6461 307.5 577-8228 N/A 614-2518 N/A 614-2519 N/A 504-6174 308 485-5302 308 295-5954 308 563-2083 308 562-3700 308 511-6211 308 525-6657 308 520-0778 308 614-2524 N/A 614-2525 N/A 563-2066 N/A 444-7498 309 563-2091 309 514-8059 309 567-3576 309 510-6070 309 518-3295 309 520-0778 309 562-6566 N/A 547-7076 310 547-7033 310 485-5306 310 562-9476 310 562-3707 310 511-6180 310 522-6469 310 558-9100 310 Description Discount 300.9D VPS MHE DCA2 15.00% 300.9D HEXMN NACD DCA 1 15.00% 301.5 05A MHE CFG14A 15.00% 301.5 05A MHE DCA1B 15.00% 301.5 05A MHE CFG1B 15.00% THUMB,HYD + COUPLER,PG,MAN, 1T 15.00% UNDERCARRIAGE, EXPANDABLE 15.00% CONTROL, 1ST & 2ND AUX, JSTK 15.00% 301.7 05A CR MHE CFG14A 15.00% 301.7 05A CR MHE DCA1C 15.00% 301.7 05A CR MHE CFG1C 15.00% COUPLER, PG, MAN.D.LOCK, 1T 15.00% STICK, LONG, W/THUMB BRACKET 15.00% TRACK, 9", STEEL 15.00% CONTROL, 1ST & 2ND AUX, JSTK 15.00% MIRRORS, LEFT AND RIGHT 15.00% 301.8 05A MHE DCA3C 15.00% 301.8 05A MHE DCA1C 15.00% 301.8 05A MHE CFG14A 15.00% 301.8 05A MHE CFG1C 15.00% 301.8 05A MHE CFG3B 15.00% STICK, STD, W/THUMB BRACKET 15.00% UNDERCARRIAGE, EXPANDABLE 15.00% LIGHTS, LED, FRONT&REAR 15.00% CAB, WITH A/C 15.00% LINES, 2ND AUX, LONG STICK 15.00% 302 05A CR MHE DCA3D 15.00% 302 05A CR MHE CFG3C 15.00% 302 05A CR MHE CFG1D 15.00% 302 05A CR MHE DCA1D 15.00% 302 05A CR MHE CFG14A 15.00% COUPLER, PG, MAN.D.LOCK, 1T 15.00% LINKAGE, BUCKET, W/LIFTING EYE 15.00% CONTROL, 1ST & 2ND AUX, JSTK 15.00% BOOM LIGHT, LED 15.00% RADIO, BT/USB/AUX/MIC/DAB 15.00% CAB, WITH A/C 15.00% 302.7 07A CR MHE DCA1B 15.00% 302.7 07A CR MHE DCA3B 15.00% 302.7 07A CR MHE CFG1B 15.00% 302.7 07A CR MHE CFG3B 15.00% 302.7 07A CR MHE CFG14B 15.00% STICK, LONG, W/ THUMB BRACKET 15.00% LINES, 2ND AUX, LONG STICK 15.00% CONTROL, 1ST & 2ND AUX, JSTK 15.00% CAB, WITH HEAT AND A/C 15.00% CWT EXTRA, 550LBS 15.00% 303 07A CR MHE DCA1B 15.00% 303 07A CR MHE DCA3B 15.00% 303 07A CR MHE CFG1B 15.00% 303 07A CR MHE CFG3B 15.00% 303 07A CR MHE CFG14B 15.00% STICK, LONG, W/ THUMB BRACKET 15.00% LINES, 2ND AUX, STD STICK 15.00% BOOM LIGHT, LED 15.00% CAMERA, CAB 15.00% 303.5 07A CR MHE CFG14B 15.00% 303.5 07A CR MHE CFG1B 15.00% 303.5 07A CR MHE CFG3B 15.00% 303.5 07A CR MHE CFG2B 15.00% 303.5 07A CR MHE CFG4B 15.00% STICK, LONG, W/ THUMB BRACKET 15.00% LINES, 2ND AUX, STD STICK 15.00% CONTROL, 1ST & 2ND AUX, JSTK 15.00% LIGHT COVER, CAB 15.00% CAB, WITH HEAT AND A/C 15.00% PUSH TO START, BT FOB SECURITY 15.00% WATER JACKET HEATER, 100V 15.00% BLADE, ANGLE, BOCE 15.00% 304 07A MHE CFG14A (CANOPY)15.00% 304 07A MHE CFG14A (CAB)15.00% COUPLER, PG, HYDR.D.LOCK, 3-4T 15.00% BUCKET-HD, 24", 4.2 FT3, 3T 15.00% 305 07A CR MHE CFG14A (CANOPY)15.00% 305 07A CR MHE CFG14A (CAB)15.00% COUPLER, PG, HYDR.D.LOCK, 5T 15.00% BUCKET-HD, 18", 3.1 FT3, 5T 15.00% COUPLER, PG, MAN.D.LOCK, 5T 15.00% 306 07A CR MHE DCA4.1C 15.00% 306 07A CR MHE DCA3.1C 15.00% 306 07A CR MHE DCA4C 15.00% 306 07A CR MHE DCA3C 15.00% 306 07A CR MHE CFG14B (CANOPY)15.00% 306 07A CR MHE CFG14B (CAB)15.00% 306 07A CR MHE DCA2A 15.00% 306 07A CR MHE DCA1A 15.00% THUMB,HYD + COUPLER,PG,HYD, 5T 15.00% THUMB,HYD + COUPLER,PG,MAN, 5T 15.00% COUPLER, PG, HYDR.D.LOCK, 5T 15.00% STICK, LNG, 2ND AUX, ANGLE BLD 15.00% TRACK, 16", TG W/RUBBER PAD 15.00% TRACK, 16", TRIPLE GROUSER 15.00% SEAT, AIR SUSP, FABRIC, HEATED 15.00% MONITOR NEXT GEN, ADVANCED, CR 15.00% COUNTERWEIGHT, EXTRA 15.00% BLADE, ANGLE, BOCE 15.00% 307.5 07A MHE DCA7C 15.00% 307.5 07A MHE CFG14B 15.00% THUMB,HYD + COUPLER,PG,HYD, 8T 15.00% COUPLER, PG, MAN.D.LOCK, 8T 15.00% BUCKET-HD, 24", 8.1 FT3, 7T 15.00% STICK, LONG 15.00% STD BLADE AND TRACK W/PADS 15.00% MONITOR NEXT GEN, ADVANCED, CR 15.00% CAMERA, REAR VIEW 15.00% PUSH TO START, BT FOB SECURITY 15.00% 308 07A CR MHE DCA8C 15.00% 308 07A CR MHE CFG14B 15.00% 308 07A CR MHE CFG15C 15.00% THUMB,HYD + COUPLER,PG,MAN, 8T 15.00% COUPLER, PG, HYDR.D.LOCK, 8T 15.00% BUCKET-HD, 36", 13.8 FT3, 7T 15.00% STICK, LONG, 2ND AUX 15.00% STD BLADE, STD U/C, RUBBER TRK 15.00% LIGHTS, REAR 15.00% COUNTERWEIGHT, EXTRA 15.00% CONTROL, QUICK COUPLER 15.00% 309 07A CR MHE CFG16B 15.00% 309 07A CR MHE CFG15B 15.00% 309 07A CR MHE DCA16C 15.00% COUPLER, PG, MAN.D.LOCK, 8T 15.00% STICK, LONG, HIGH FLOW 15.00% LINES, BOOM W/ BLCV 15.00% WIDE BLADE, LONG U/C, TG 15.00% SEAT, AIR SUSP, FABRIC, HEATED 15.00% TANK, FUEL, REFUELING PUMP 15.00% CONTROL, QUICK COUPLER 15.00% 310 07A MHE DCA8C 15.00% THUMB,HYD+ COUPLER,PG,HYD, 10T 15.00% BUCKET-HD, 36", 15.9 FT3, 60MM 15.00% COUPLER, PG, HYDR.D.LOCK, 10T 15.00% STICK, LONG 15.00% STD BLADE AND TRACK W/PADS 15.00% MONITOR NEXT GEN, ADVANCED, CR 15.00% CAMERA, REAR VIEW 15.00% CONTROL, HYDRAULIC, COUPLER 15.00% Brand/Manufacturer Name Commodity Type Model Number Caterpillar Base Equipment 313 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 313 GC Caterpillar Base Equipment 313 GC Caterpillar Base Equipment 313 GC Caterpillar Base Equipment 313 GC Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 315 Caterpillar Base Equipment 315 Caterpillar Base Equipment 315 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 315 GC Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Construction and Industrial Equipment (22100000-21-STC) Price Sheet RING POWER CORPORATION GROUP 2: EXCAVATORS: TRACK EXCAVATORS (EQUAL TO OR GREATER THAN 70 HP) - Commodity Code 22101526 Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 317 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 317 GC Caterpillar Base Equipment 317 GC Caterpillar Base Equipment 317 GC Caterpillar Base Equipment 317 GC Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 320 Caterpillar Base Equipment 320 Caterpillar Base Equipment 320 Caterpillar Base Equipment 320 Caterpillar Base Equipment 320 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 320 GC Caterpillar Base Equipment 320 GC Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 323 Caterpillar Base Equipment 323 Caterpillar Base Equipment 323 Caterpillar Base Equipment 323 Caterpillar Base Equipment 323 Caterpillar Base Equipment 323 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 325 Caterpillar Base Equipment 325 Caterpillar Base Equipment 325 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 326 Caterpillar Base Equipment 326 Caterpillar Base Equipment 326 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 330 Caterpillar Base Equipment 330 Caterpillar Base Equipment 330 Caterpillar Base Equipment 330 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 330 GC Caterpillar Base Equipment 330 GC Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 335 Caterpillar Base Equipment 335 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 340 Caterpillar Base Equipment 340 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 336-AKPI Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Ref. No. Associated Base Equipment Model Number(s) 621-5521 N/A 594-2040 313 558-2818 313 559-5907 313 282-4582 313 558-2786 313 558-2798 313 571-2856 313 621-5562 N/A 621-5563 N/A 621-5564 N/A 621-5565 N/A 558-2810 313 GC 563-1462 313 GC 559-0324 313 GC 559-5908 313 GC 559-5907 313 GC 558-1446 313 GC 581-3376 313 GC 558-2819 313 GC 571-2856 313 GC 621-9562 N/A 621-9564 N/A 621-9565 N/A 565-2150 313 558-2810 313 525-4932 313 560-1804 313 594-2040 313 589-6865 313 594-5362 313 282-4582 313 571-2855 313 621-9600 N/A 581-3976 315 GC 560-1804 315 GC 559-0324 315 GC 589-6865 315 GC 558-1457 315 GC 581-3412 315 GC 528-9509 315 GC Construction and Industrial Equipment (22100000-21-STC) Price Sheet Commodity Code 22101526 282-4582 315 GC 571-2856 315 GC 622-1725 N/A 565-2163 317 565-2182 317 540-1328 317 541-5174 317 532-7395 317 561-4615 317 552-8152 317 606-9602 N/A 606-9600 N/A 598-9766 N/A 598-9763 N/A 585-2680 317 GC 541-5174 317 GC 578-9808 317 GC 561-4615 317 GC 585-4751 317 GC 565-7254 317 GC 552-8152 317 GC 623-2222 N/A 623-2223 N/A 623-2224 N/A 623-2226 N/A 624-4758 N/A 577-5865 320 521-2393 320 586-3636 320 521-3306 320 597-0797 320 511-5861 320 576-9412 320 552-8240 320 623-2193 N/A 623-2194 N/A 569-9842 320 GC 528-6835 320 GC 577-3925 320 GC 484-8022 320 GC 455-3909 320 GC 552-8239 320 GC 623-2265 N/A 623-2266 N/A 623-2268 N/A 623-2270 N/A 623-2272 N/A 624-4759 N/A 578-1159 323 577-5865 323 578-1162 323 490-7672 323 597-0797 323 492-3278 323 502-7166 323 576-9412 323 552-8241 323 612-7461 N/A 612-7463 N/A 624-4760 N/A 535-6603 325 490-7676 325 526-6475 325 527-0856 325 579-9098 325 553-9983 325 535-6611 325 528-3505 325 552-8240 325 618-5917 N/A 618-5918 N/A 626-0399 N/A 527-2203 326 527-2207 326 521-2393 326 527-5467 326 597-3160 326 541-1750 326 623-5918 N/A 623-5919 N/A 628-8551 N/A 628-8552 N/A 577-5867 330 516-8565 330 516-5832 330 516-8657 330 516-8510 330 576-9456 330 455-3911 330 541-1752 330 623-5909 N/A 623-5910 N/A 588-9357 330 GC 597-0936 330 GC 516-8510 330 GC 484-8022 330 GC 455-3911 330 GC 488-6450 330 GC 549-2633 330 GC 541-1750 330 GC 612-4938 N/A 612-4940 N/A 541-5946 335 541-2140 335 502-1304 335 594-7447 335 506-5013 335 597-1754 335 558-4999 335 541-1750 335 613-5759 N/A 613-5760 N/A 512-1382 340 521-8024 340 488-6450 340 484-8022 340 613-5740 N/A 455-3905 336-AKPI 613-5535 336-AKPI 613-5540 336-AKPI 512-8024 336-AKPI 608-0920 336-AKPI 613-5998 336-AKPI Description Discount 313 07C HEX AM-N CFG1B 15.00% TRACK, 20" TG, RUBBER SHOE 15.00% COUPLER, PIN GRABBER W/PINS 15.00% CONTROL, BLADE 15.00% BLADE, 8'10"15.00% UNDERCARRIAGE, LONG W/O BLADE 15.00% BOOM 15'3" W/ EOU MOUNTS 15.00% BKT GD 48" 1.00YD3 312 15.00% 313 GC 07C HEX AM-N CFG1D 15.00% 313 GC 07C HEX AM-N CFG2D 15.00% 313 GC 07C HEX AM-N CFG3D 15.00% 313 GC 07C HEX AM-N CFG4D 15.00% STK, R9'2", THUMB 15.00% CYLINDER, BOOM 15.00% TRACK, 28" TG, W/STEPS 15.00% CIRCUIT, MEDIUM + BLADE 15.00% CONTROL, BLADE 15.00% LINES, MEDIUM PRESSURE, BOOM 15.00% LIGHTS, SURROUND, PREM 15.00% COUPLER, PG W/O PIN 311-315 15.00% BKT GD 48" 1.00YD3 312 15.00% 315 07C HEX AM-N CFG51 15.00% 315 07C HEX AM-N CFG1A 15.00% 315 07C HEX AM-N CFG2A 15.00% BOOM, W/EOU MOUNTS 15.00% STK, R9'2" W/ EOU MOUNTS,THUMB 15.00% LINKAGE, BKT, GRADE W/O EYE 15.00% CYLINDER, BOOM 15.00% TRACK, 20" TG, RUBBER SHOE 15.00% HYDRAULIC PKG, COMB,ONE SLIDER 15.00% CAMERA, REAR & RH VIEW 15.00% BLADE, 8'10"15.00% BKT GD 42" 0.84YD3 312 15.00% 315 GC 07C HEX AM-N CFG2B 15.00% STICK, R9'2" W/O EOU MOUNTS 15.00% CYLINDER, BOOM 15.00% TRACK, 28" TG, W/STEPS 15.00% HYDRAULIC PKG, COMB,ONE SLIDER 15.00% LINES, HP, 9'10" STICK 15.00% LIGHTS, SURROUND, PREM 15.00% GUARD, FALLING OBJECT (FOGS)15.00% BLADE, 8'10"15.00% BKT GD 48" 1.00YD3 312 15.00% 317 07B HEX AM-N CFG1B 15.00% BOOM, W/ EOU MOUNTS 15.00% STICK, R10'2" W/ EOU MOUNTS 15.00% CYLINDER, BUCKET 15.00% TRACK, 28" TG, W/STEPS 15.00% WIPER, RADIAL W/LOWER 15.00% COUNTERWEIGHT, 7870LB 15.00% BKT GD 48" 1.19YD3 315 15.00% 317 GC 07A HEX AM-N DCA2B 15.00% 317 GC 07A HEX AM-N DCA2A 15.00% 317 GC 07A HEX AM-N CFG1 15.00% 317 GC 07A HEX AM-N DCA1 15.00% STK, R9'6", THUMB 15.00% TRACK, 28" TG, W/STEPS 15.00% GUARD, FALLING OBJECT (FOGS)15.00% COUNTERWEIGHT, 3570LB 15.00% COUPLER, PG W PINS 316 15.00% CONTROL, QC PIN GRABBER 15.00% BKT GD 48" 1.19YD3 315 15.00% 320 07E HEX AM-N CFG1E 15.00% 320 07E HEX AM-N/ANZ CFG2E 15.00% 320 07E HEX AM-N/ANZ CFG3E 15.00% 320 07E HEX AM-N CFG4E 15.00% 320 07E HEX AM-N CFG5E 15.00% BOOM, REACH 18'8" HD 15.00% LINKAGE, BKT W/EYE 15.00% CYLINDER, STICK 15.00% TRACK, 31" TG 15.00% HYDRAULIC PKG, COMB ADV 15.00% STARTING AID, ETHER 15.00% GUARD, BOTTOM, HD 15.00% BKT HD 48" 1.56YD3 B 15.00% 320 GC 07E HEX AM-N CFG1D 15.00% 320 GC 07E HEX AM-N CFG2D 15.00% TRACK, 31" TG 15.00% JOYSTICKS, VERTICAL SLIDER 15.00% LIGHT, BOOM LH 15.00% WIPER, RADIAL W/LOWER 15.00% COUPLER, PIN GRABBER B1 W/PINS 15.00% BKT HD 42" 1.31YD3 B 15.00% 323 07E HEX AM-N CFG1E 15.00% 323 07E HEX AM-N CFG2E 15.00% 323 07E HEX AM-N/ANZ CFG3E 15.00% 323 07E HEX AM-N CFG4E 15.00% 323 07E HEX AM-N/ANZ CFG5E 15.00% 323 07E HEX AM-N CFG6E 15.00% BOOM, SUPER LONG REACH 15.00% BOOM, REACH 18'8" HD 15.00% STICK, SUPER LONG REACH 15.00% STICK, R12'10"15.00% HYDRAULIC PKG, COMB ADV 15.00% CIRCUIT, MEDIUM 15.00% RADIO, W/BLUETOOTH 15.00% GUARD, BOTTOM, HD 15.00% BKT HD 54" 1.81YD3 B 15.00% 325 07C HEX AM-N CFG1B 15.00% 325 07C HEX AM-N/ANZ CFG2B 15.00% 325 07C HEX AM-N CFG3B 15.00% BOOM, REACH 18'8"15.00% STICK, R9'6" HD THUMB 15.00% TRACK, 31" TG HD 15.00% CIRCUIT, MEDIUM 15.00% LIGHT, BOOM RH 15.00% WIPER, RADIAL W/LOWER 15.00% GRADE W/3D, ASSIST & PAYLOAD 15.00% COUNTERWEIGHT, 18,300 LB 15.00% BKT HD 48" 1.56YD3 B 15.00% 326 07D HEX AM-N CFG1 15.00% 326 07D HEX AM-N CFG2 15.00% 326 07D HEX AM-N CFG3 15.00% BOOM, REACH 19'4"15.00% STICK, R11'10"15.00% LINKAGE, BKT W/EYE 15.00% CYLINDER, STICK 15.00% HYDRAULIC PKG, COMB ADV 15.00% BKT HD 54" 2.01YD3 CB 15.00% 330 07D HEX AM-N CFG1D 15.00% 330 07D HEX AM-N/ANZ CFG2D 15.00% 330 07D HEX AM-N CFG1E 15.00% 330 07E HEX AM-N/ANZ CFG2E 15.00% BOOM, REACH 20'2"15.00% STICK, R12'4"15.00% CYLINDER, STICK 15.00% TRACK, 31" TG 15.00% BATTERIES, 4 15.00% GUARD, BOTTOM HD 15.00% COUPLER, PIN GRABBER CB W/PINS 15.00% BKT HD 60" 2.30YD3 CB 15.00% 330 GC 07D HEX AM-N CFG1D 15.00% 330 GC 07D HEX AM-N CFG2D 15.00% STICK, R12'4" GC 15.00% HYDRAULIC PKG, COMBINED 15.00% BATTERIES, 4 15.00% WIPER, RADIAL W/LOWER 15.00% COUPLER, PIN GRABBER CB W/PINS 15.00% SUN SCREEN, REAR 15.00% SCREEN, RADIATOR 15.00% BKT HD 54" 2.01YD3 CB 15.00% 335 07B HEX AM-N/GCN2 CFG1A 15.00% 335 07B HEX AM-N/GCN2/ANZ CFG2 15.00% STICK, R12'4", CB2 15.00% TRACK, 33" TG 15.00% GUARD, TRACK GUIDE SEGMENTED 15.00% HYDRAULIC PACKAGE, TCS, W/HL 15.00% BATTERIES, 2 15.00% CAMERA, REAR + RH VIEW 15.00% COUNTERWEIGHT, 16980LBS 15.00% BKT HD 54" 2.01YD3 CB 15.00% 340 08A HEX CFG4 15.00% 340 08A HEX CFG5 15.00% STICK, R12'10" HD 15.00% LINKAGE, BKT DB W/EYE GRADE 15.00% SUN SCREEN, REAR 15.00% WIPER, RADIAL W/LOWER 15.00% 336 08A HEX CFG4 15.00% COUPLER, PIN GRABBER DB W/PINS 15.00% BOOM, REACH 21'4"15.00% STICK, R12'10"15.00% LINKAGE, BKT DB W/EYE GRADE 15.00% TRACK, 33" TG 15.00% HYD PKG, HL ADV 2WAY 15.00% Brand/Manufacturer Name Commodity Type Model Number Caterpillar Base Equipment M314 Caterpillar Base Equipment M314 Caterpillar Base Equipment M314 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment M315 Caterpillar Base Equipment M315 Caterpillar Base Equipment M315 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment M316 Caterpillar Base Equipment M316 Caterpillar Base Equipment M316 Caterpillar Base Equipment M316 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment M318 Caterpillar Base Equipment M318 Caterpillar Base Equipment M318 Caterpillar Base Equipment M318 Caterpillar Base Equipment M318 Caterpillar Base Equipment M318 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment M319 Caterpillar Base Equipment M319 Construction and Industrial Equipment (22100000-21-STC) Price Sheet RING POWER CORPORATION GROUP 3: EXCAVATORS: WHEEL AND TRUCK MOUNT - Commodity Code 22101526 Caterpillar Base Equipment M319 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment M320 Caterpillar Base Equipment M320 Caterpillar Base Equipment M320 Caterpillar Base Equipment M320 Caterpillar Base Equipment M320 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Ref. No. Associated Base Equipment Model Number(s) 604-7467 N/A 604-7468 N/A 604-7469 N/A 513-7790 M314 523-6363 M314 558-3760 M314 495-8973 M314 539-9003 M314 528-4867 M314 605-5648 N/A 605-5652 N/A 605-5653 N/A 600-0492 M315 496-8293 M315 558-3760 M315 491-9770 M315 604-8190 N/A 604-7516 N/A 604-7515 N/A 604-7514 N/A 548-1128 M316 585-7537 M316 474-7236 M316 591-6810 M316 491-9771 M316 576-4147 M316 553-9102 M316 604-8188 N/A 604-4634 N/A 604-4632 N/A 604-4629 N/A 604-4627 N/A 604-4623 N/A 550-5789 M318 513-7791 M318 548-1791 M318 541-4432 M318 474-7236 M318 527-7970 M318 605-5657 N/A 605-5656 N/A Construction and Industrial Equipment (22100000-21-STC) Price Sheet 605-5655 N/A 574-5986 M319 550-5788 M319 540-6727 M319 605-2580 M319 600-5695 M319 491-9771 M319 574-7963 M319 604-9939 N/A 604-9937 N/A 604-9934 N/A 604-9932 N/A 604-9931 N/A 558-9532 M320 600-5695 M320 541-4420 M320 563-5780 M320 491-9770 M320 Description Discount M314 07B WHL HEX AM-N CFG1 20.00% M314 07B WHL HEX AM-N CFG2 20.00% M314 07B WHL HEX AM-N CFG3 20.00% STICK,8'2"20.00% AUTOLUBE, STICK 8'2"20.00% TIRES,TRELLEBORG 10.00-20 DUAL 20.00% UC, BLADE R FRONT/OUT REAR 20.00% JOYSTICK, 2-SLIDER 20.00% CAMERA, REAR & RH VIEW 20.00% M315 07B WHL HEX AM-N CFG1 20.00% M315 07B WHL HEX AM-N CFG2 20.00% M315 07B WHL HEX AM-N CFG3 20.00% STICK 8'2"20.00% UC, BLADE R FRONT/OUT REAR 20.00% TIRES,TRELLEBORG 10.00-20 DUAL 20.00% CAB, DELUXE, 70/30 20.00% M316 07A WHL HEX AM-N DCA4 20.00% M316 07A WHL HEX AM-N CFG3 20.00% M316 07A WHL HEX AM-N CFG2 20.00% M316 07A WHL HEX AM-N CFG1 20.00% GRADE 2D 20.00% UC, OUT. FRONT & REAR 20.00% TIRES,BRIDGEST.11.00-20 DUAL 20.00% REFUELING PUMP 20.00% CAB, PREMIUM, 70/30 20.00% CAMERA, REAR & RH VIEW 20.00% COUNTERWEIGHT 20.00% M318 07A WHL HEX AM-N DCA4 20.00% M318 07A WHL HEX AM-N CFG5 20.00% M318 07A WHL HEX AM-N CFG4 20.00% M318 07A WHL HEX AM-N CFG3 20.00% M318 07A WHL HEX AM-N CFG2 20.00% M318 07A WHL HEX AM-N CFG1 20.00% AUTOLUBE, STICK 9' 6"20.00% STICK, 9' 6"20.00% FENDERS, SYNTHETIC 20.00% UC, BLADE REAR / OUT. FRONT 20.00% TIRES,BRIDGEST.11.00-20 DUAL 20.00% PEDAL, HAMMER 20.00% M319 07A WHL HEX AM-N CFG3 20.00% M319 07A WHL HEX AM-N CFG2 20.00% M319 07A WHL HEX AM-N CFG1 20.00% GRADE 2D 20.00% AUTOLUBE, STICK 8' 2"20.00% STICK, 8' 2"20.00% UC, BLD FRONT / OUT REAR, WIDE 20.00% TIRES,10-20 DUAL APOLLO AWE713 20.00% CAB, PREMIUM, 70/30 20.00% CAMERA, REAR & RH VIEW 20.00% M320 07A WHL HEX AM-N CFG5 20.00% M320 07A WHL HEX AM-N CFG4 20.00% M320 07A WHL HEX AM-N CFG3 20.00% M320 07A WHL HEX AM-N CFG2 20.00% M320 07A WHL HEX AM-N CFG1 20.00% STICK, 9' 6"20.00% TIRES,10-20 DUAL APOLLO AWE713 20.00% UC, BLADE FRONT / OUT. REAR 20.00% LINES, QC, STICK 9' 6"20.00% CAB, DELUXE, 70/30 20.00% Brand/Manufacturer Name Commodity Type Model Number Ref. No. Caterpillar Base Equipment 120GC 558-2497 Caterpillar Base Equipment 120GC 567-3807 Caterpillar OEM Option 614-0850 Caterpillar OEM Option 612-0257 Caterpillar OEM Option 586-1957 Caterpillar OEM Option 537-5612 Caterpillar OEM Option 582-9808 Caterpillar OEM Option 567-7821 Caterpillar OEM Option 593-4199 Caterpillar OEM Option 453-2908 Caterpillar OEM Option 565-4649 Caterpillar Base Equipment 120JOY 460-7652 Caterpillar Base Equipment 120JOY 467-7423 Caterpillar OEM Option 466-1361 Caterpillar OEM Option 468-2228 Caterpillar OEM Option 452-2811 Caterpillar OEM Option 462-6506 Caterpillar OEM Option 511-5313 Caterpillar OEM Option 466-1360 Caterpillar OEM Option 561-7617 Caterpillar OEM Option 561-6399 Caterpillar OEM Option 467-7439 Caterpillar OEM Option 506-2611 Caterpillar OEM Option 466-1316 Caterpillar OEM Option 561-6397 Caterpillar OEM Option 462-6516 Caterpillar OEM Option 573-6442 Caterpillar OEM Option 564-5015 Caterpillar OEM Option 466-1299 Caterpillar OEM Option 565-1088 Caterpillar OEM Option 367-6905 Caterpillar OEM Option 468-7617 Caterpillar OEM Option 467-7411 Caterpillar OEM Option 466-1307 Caterpillar OEM Option 516-6625 Caterpillar OEM Option 564-5009 Caterpillar OEM Option 438-5769 Caterpillar Base Equipment 120 LVR 460-7653 Caterpillar Base Equipment 120 LVR 468-2237 Caterpillar OEM Option 461-3558 Caterpillar OEM Option 461-3563 Construction and Industrial Equipment (22100000-21-STC) Price Sheet RING POWER CORPORATION GROUP 4: MOTOR GRADERS AND MAINTAINERS - Commodity Code 22101502 Caterpillar OEM Option 468-2229 Caterpillar OEM Option 518-4634 Caterpillar OEM Option 561-7235 Caterpillar OEM Option 252-0775 Caterpillar OEM Option 510-8448 Caterpillar OEM Option 448-5729 Caterpillar OEM Option 468-2246 Caterpillar OEM Option 468-2255 Caterpillar OEM Option 336-1559 Caterpillar OEM Option 461-3555 Caterpillar OEM Option 453-4972 Caterpillar OEM Option 575-7684 Caterpillar OEM Option 471-5352 Caterpillar OEM Option 561-7616 Caterpillar OEM Option 467-7417 Caterpillar OEM Option 561-6400 Caterpillar OEM Option 492-0617 Caterpillar OEM Option 458-2072 Caterpillar OEM Option 320-7431 Caterpillar OEM Option 461-3554 Caterpillar OEM Option 471-5351 Caterpillar OEM Option 563-2430 Caterpillar OEM Option 558-6665 Caterpillar OEM Option 425-1795 Caterpillar OEM Option 573-6438 Caterpillar OEM Option 461-3546 Caterpillar OEM Option 461-3548 Caterpillar OEM Option 468-7619 Caterpillar OEM Option 501-8393 Caterpillar OEM Option 468-7618 Caterpillar OEM Option 471-5356 Caterpillar OEM Option 436-3473 Caterpillar OEM Option 483-9354 Caterpillar OEM Option 516-6625 Caterpillar OEM Option 565-5395 Caterpillar OEM Option 438-5769 Caterpillar OEM Option 416-6892 Caterpillar OEM Option 490-2608 Caterpillar OEM Option 490-4960 Caterpillar OEM Option 422-6605 Caterpillar OEM Option 471-5346 Caterpillar OEM Option 490-2591 Caterpillar OEM Option 565-9664 Caterpillar OEM Option 255-1336 Caterpillar OEM Option 498-8871 Caterpillar OEM Option 561-7062 Caterpillar OEM Option 522-5043 Caterpillar OEM Option 506-4261 Caterpillar Base Equipment 140 GC 558-0455 Caterpillar Base Equipment 140 GC 558-0453 Caterpillar OEM Option 537-5612 Caterpillar OEM Option 537-5608 Caterpillar OEM Option 565-4649 Caterpillar OEM Option 537-5607 Caterpillar OEM Option 558-0454 Caterpillar OEM Option 559-6568 Caterpillar OEM Option 536-0450 Caterpillar OEM Option 452-2801 Caterpillar OEM Option 585-7337 Caterpillar OEM Option 382-1741 Caterpillar OEM Option 562-5639 Caterpillar OEM Option 589-5926 Caterpillar OEM Option 589-5874 Caterpillar OEM Option 559-6557 Caterpillar OEM Option 533-6223 Caterpillar OEM Option 558-0433 Caterpillar OEM Option 537-5631 Caterpillar OEM Option 527-0162 Caterpillar OEM Option 537-5629 Caterpillar OEM Option 582-9808 Caterpillar OEM Option 537-5602 Caterpillar OEM Option 437-0684 Caterpillar OEM Option 580-8028 Caterpillar OEM Option 453-2908 Caterpillar OEM Option 533-6229 Caterpillar OEM Option 437-0685 Caterpillar OEM Option 576-7174 Caterpillar OEM Option 538-8837 Caterpillar OEM Option 518-3026 Caterpillar OEM Option 527-0145 Caterpillar OEM Option 533-6232 Caterpillar OEM Option 553-7497 Caterpillar OEM Option 558-3498 Caterpillar OEM Option 538-6009 Caterpillar OEM Option 531-3390 Caterpillar OEM Option 536-0420 Caterpillar Base Equipment 140 JOY 577-3022 Caterpillar Base Equipment 140 JOY 577-3021 Caterpillar OEM Option 577-6113 Caterpillar OEM Option 539-6894 Caterpillar OEM Option 324-0889 Caterpillar OEM Option 252-0779 Caterpillar OEM Option 358-9341 Caterpillar OEM Option 585-5221 Caterpillar OEM Option 351-5178 Caterpillar OEM Option 583-6976 Caterpillar OEM Option 583-6975 Caterpillar OEM Option 254-7971 Caterpillar OEM Option 395-2008 Caterpillar OEM Option 252-0753 Caterpillar OEM Option 515-5399 Caterpillar OEM Option 367-6842 Caterpillar OEM Option 252-0722 Caterpillar OEM Option 262-0413 Caterpillar OEM Option 583-6974 Caterpillar OEM Option 397-7458 Caterpillar OEM Option 394-4524 Caterpillar OEM Option 366-2459 Caterpillar OEM Option 367-6880 Caterpillar OEM Option 542-4661 Caterpillar OEM Option 397-7457 Caterpillar OEM Option 394-4522 Caterpillar OEM Option 585-3091 Caterpillar OEM Option 349-3048 Caterpillar OEM Option 552-7285 Caterpillar OEM Option 458-2072 Caterpillar OEM Option 385-8094 Caterpillar OEM Option 354-4113 Caterpillar OEM Option 377-1602 Caterpillar OEM Option 458-8701 Caterpillar OEM Option 309-9848 Caterpillar OEM Option 536-9969 Caterpillar OEM Option 435-2072 Caterpillar OEM Option 546-0262 Caterpillar OEM Option 360-5074 Caterpillar OEM Option 553-2588 Caterpillar OEM Option 368-6239 Caterpillar OEM Option 550-6608 Caterpillar OEM Option 464-6807 Caterpillar OEM Option 349-3047 Caterpillar OEM Option 308-9370 Caterpillar OEM Option 604-3258 Caterpillar OEM Option 337-7510 Caterpillar OEM Option 233-3295 Caterpillar OEM Option 359-3925 Caterpillar OEM Option 395-3547 Caterpillar OEM Option 521-3250 Caterpillar OEM Option 380-3070 Caterpillar OEM Option 394-1132 Caterpillar Base Equipment 140 LVR 515-8361 Caterpillar Base Equipment 140 LVR 515-2449 Caterpillar OEM Option 252-0777 Caterpillar OEM Option 310-7326 Caterpillar OEM Option 523-4579 Caterpillar OEM Option 578-9462 Caterpillar OEM Option 578-9458 Caterpillar OEM Option 336-1559 Caterpillar OEM Option 449-7700 Caterpillar OEM Option 522-6396 Caterpillar OEM Option 522-2419 Caterpillar OEM Option 524-1765 Caterpillar OEM Option 367-6880 Caterpillar OEM Option 591-6989 Caterpillar OEM Option 550-9200 Caterpillar OEM Option 563-5453 Caterpillar OEM Option 563-2272 Caterpillar OEM Option 518-3382 Caterpillar OEM Option 524-1769 Caterpillar OEM Option 180-1679 Caterpillar OEM Option 562-3742 Caterpillar OEM Option 522-6688 Caterpillar OEM Option 4K-3330 Caterpillar OEM Option 439-9110 Caterpillar OEM Option 558-5823 Caterpillar OEM Option 558-5819 Caterpillar OEM Option 453-2908 Caterpillar OEM Option 558-6474 Caterpillar OEM Option 519-3710 Caterpillar OEM Option 527-5569 Caterpillar OEM Option 522-6557 Caterpillar OEM Option 522-2402 Caterpillar OEM Option 519-3706 Caterpillar OEM Option 519-3700 Caterpillar OEM Option 518-3026 Caterpillar OEM Option 526-7045 Caterpillar OEM Option 518-3017 Caterpillar OEM Option 339-7733 Caterpillar OEM Option 507-7694 Caterpillar OEM Option 524-3110 Caterpillar OEM Option 359-3925 Caterpillar OEM Option 521-3250 Caterpillar OEM Option 524-3111 Caterpillar Base Equipment 150 JOY 577-2946 Caterpillar Base Equipment 150 JOY 577-2897 Caterpillar OEM Option 324-0889 Caterpillar OEM Option 252-0779 Caterpillar OEM Option 252-0777 Caterpillar OEM Option 358-9341 Caterpillar OEM Option 585-5221 Caterpillar OEM Option 585-5219 Caterpillar OEM Option 351-5178 Caterpillar OEM Option 583-6979 Caterpillar OEM Option 312-2204 Caterpillar OEM Option 583-6975 Caterpillar OEM Option 396-1966 Caterpillar OEM Option 262-0413 Caterpillar OEM Option 583-6977 Caterpillar OEM Option 262-0412 Caterpillar OEM Option 394-4524 Caterpillar OEM Option 366-2459 Caterpillar OEM Option 396-3515 Caterpillar OEM Option 367-6880 Caterpillar OEM Option 542-4661 Caterpillar OEM Option 397-7457 Caterpillar OEM Option 394-4522 Caterpillar OEM Option 585-3091 Caterpillar OEM Option 349-3048 Caterpillar OEM Option 551-6546 Caterpillar OEM Option 552-7285 Caterpillar OEM Option 458-2072 Caterpillar OEM Option 385-8094 Caterpillar OEM Option 354-4113 Caterpillar OEM Option 390-9182 Caterpillar OEM Option 536-9969 Caterpillar OEM Option 435-2072 Caterpillar OEM Option 546-0262 Caterpillar OEM Option 360-5074 Caterpillar OEM Option 553-3677 Caterpillar OEM Option 4K-3330 Caterpillar OEM Option 553-2589 Caterpillar OEM Option 368-6239 Caterpillar OEM Option 550-6608 Caterpillar OEM Option 464-6807 Caterpillar OEM Option 349-3047 Caterpillar OEM Option 385-9554 Caterpillar OEM Option 367-6905 Caterpillar OEM Option 395-1967 Caterpillar OEM Option 575-3021 Caterpillar OEM Option 308-9371 Caterpillar OEM Option 308-9370 Caterpillar OEM Option 604-3258 Caterpillar OEM Option 337-7510 Caterpillar OEM Option 233-3295 Caterpillar OEM Option 359-3925 Caterpillar OEM Option 387-8664 Caterpillar OEM Option 395-3547 Associated Base Equipment Model Number(s)Description N/A 120 GC 01A AWD MOTOR GRADER N/A 120 GC 01A MOTOR GRADER 120GC MOLDBOARD 14' PLUS 120GC BASE 6 + 4 (FL, RIP, SS, TIP) 120GC LIGHTS, HIGH BAR 120GC CAB, ROPS, HIGH PROFILE, BASE 120GC SEAT, CLOTH, AIR SUSPENSION 120GC FAN, REVERSING AWD 120GC WALKWAY & FENDER 120GC LOCK OUT, MANUAL 120GC MID MOUNT SCARIFIER PACKAGE N/A 120 14B AWD MOTOR GRADER N/A 120 14B MOTOR GRADER 120JOY CAB, ROPS, BASE,JOY,TND 120JOY MMS-V TYPE W/BOLSTER BRACKET 120JOY TIRES, 17.5R25 MX XTLA 1*MP L2 120JOY CROSS SLOPE AUTO JOY 120JOY SEAT, PREMIUM, SUSPENSION,JOY 120JOY COMFORT PACKAGE, PREMIUM, JOY 120JOY DIGITAL BLADE SLOPE METER,JOY 120JOY LIGHTS, WORKING, PLUS,LED,JOY 120JOY CAMERA, REAR VISION, JOY 120JOY SEAT, BASE, SUSPENSION, JOY 120JOY JOYSTICK CONTROLS, ADVANCED 120JOY LIGHTS,WORKING,BASIC,LED,JOY 120JOY BASE + 1 (MMS) JOY 120JOY HIGH BAR, LED, JOY, TND 120JOY LOW BAR, LED, JOY, AWD 120JOY LIGHT,LED WARNING STROBE,JOY 120JOY GUARD, DEBRIS 120JOY GUARD, AXLE HOSE 120JOY LIGHTS, WORKING, PLUS,HAL,JOY 120JOY WEATHER, COLD TND 120JOY WARNING LIGHT, MOUNTING, JOY 120JOY STEP, ADDITONAL ON REAR FRAME 120JOY LOW BAR, HALOGEN, JOY, TND 120JOY ALTERNATOR, 150 AMP N/A 120 14B AWD MOTOR GRADER N/A 120 14B MOTOR GRADER 120 LVR CAB, ROPS, PREMIUM, LVR, AWD 120 LVR CAB, ROPS, PLUS, LVR, TND 120 LVR MMS-V TYPE W/O BOLSTER BRACKET 120 LVR FRONT BLADE PACKAGE 120 LVR CROSS SLOPE AUTO LVR TND 120 LVR TIRES, 17.5R25 BS VKT * D2A MP 120 LVR HVAC W/O AIR COMPRESSOR, PREM 120 LVR GUARD, BOTTOM W/SOUND SUPPR 120 LVR CAT GRADE ARO, LVR, TND 120 LVR ACCUMULATORS, WITH ARO, LVR 120 LVR PUSH PLATE, COUNTERWEIGHT 120 LVR SEAT, PREMIUM, SUSPENSION, LVR 120 LVR GUARD, BOTTOM 120 LVR FAN, REVERSING TND 120 LVR COMFORT PACKAGE, PREMIUM, LVR 120 LVR DIGITAL BLADE SLOPE METER LVR 120 LVR WEATHER, COLD PLUS AWD 120 LVR LIGHTS, WORKING, PLUS,LED,LVR 120 LVR CAMERA, REAR VISION, LVR 120 LVR STABLE BLADE 120 LVR MOLDBOARD, 14' BASIC 120 LVR SEAT COMFORT, SUSPENSION, LVR 120 LVR COMFORT PACKAGE, PLUS, LVR 120 LVR LIGHTS, ARM, FOLD DOWN, LED 120 LVR LIGHTS, CAB LED, LVR 120 LVR SOUND SUPPRESSION 120 LVR HIGH BAR, LED, LVR, TND 120 LVR LOCK OUT, MANUAL 120 LVR LIGHT, LED WARNING STROBE, LVR 120 LVR LIGHTS, WORKING, PLUS,HAL,LVR 120 LVR GUARD, COVER, LVR 120 LVR LIGHTS, WORKING,BASIC HAL,LVR 120 LVR WARNING LIGHT, MOUNTING, LVR 120 LVR MOLDBOARD, 12' PLUS 120 LVR MIRRORS, EXTERNAL, HEATED, LVR 120 LVR STEP, ADDITONAL ON REAR FRAME 120 LVR LOW BAR, HALOGEN, LVR, TND 120 LVR ALTERNATOR, 150 AMP 120 LVR HITCH, TOWING 120 LVR LIGHTS, CAB HALOGEN, LVR 120 LVR MIRRORS, OUTSIDE DUAL,ISO, LVR 120 LVR STARTING AID 120 LVR WIPER, REAR, LVR 120 LVR WIPER, FRONT, LOWER, LVR 120 LVR CIRCLE SAVER 120 LVR HEATER, ENGINE COOLANT, 120V 120 LVR REAR PANEL W/ ACCESS DOOR 120 LVR LIGHTS, BRAKE&BACKUP, LVR, LED 120 LVR GUARD, WINDOW, LVR 120 LVR JUMP START RECEPTACLE N/A 140GC 01A AWD MOTOR GRADER N/A 140GC 01A MOTOR GRADER 140 GC CAB, ROPS, HIGH PROFILE, BASE 140 GC FRONT BLADE PACKAGE 140 GC MID MOUNT SCARIFIER PACKAGE 140 GC RIPPER 140 GC HVAC, W/O AIR COMPRESSOR TND 140 GC TIRES,17.5R25 TR TB515 1* MP 140 GC PUSH PLATE, COUNTERWEIGHT 140 GC TIRES,14.0R24 BS VUT G2A 1* MP 140 GC CAMERA, REAR AND FRONT VISION 140 GC TIRES,17.5R25 TR TB515 1* MP 140 GC FAN, REVERSING TND 140 GC WEATHER PACKAGE, COLD, PLUS 140 GC DIGITAL BLADE SLOPE METER 140 GC TIRES,17.5-25 TR TL508 16PR MP 140 GC CAMERA, REAR VISION 140 GC LIGHTS, LOW BAR 140 GC LIGHTS, HIGH BAR 140 GC MOLDBOARD, 14', PLUS 140 GC DRAWBAR, SLIP CLUTCH 140 GC SEAT, CLOTH AIR SUSPENSION 140 GC BASE + 1 (RIP) 140 GC SEAT, MECHANICAL SUSPENSION 140 GC BASE + 1 (MMS) 140 GC LOCK OUT, MANUAL 140 GC LIGHTS, WORKING, BASIC 140 GC MIRROR GROUP, EXTERNAL, PLUS 140 GC WARNING BEACON, CE 140 GC HITCH, TOWING 140 GC RADIO, AM/FM, USB/BLUETOOTH 140 GC MOLDBOARD, 12', PLUS 140 GC LIGHTS, FRONT AND REAR FACING 140 GC PRODUCT LINK, SATELLITE PL631 140 GC PRODUCT LINK, CELLULAR PLE643 140 GC TIRES,17.5-25 TR TL508 12PR MP 140 GC CIRCLE SAVER 140 GC TOOL BOX N/A 140 15A AWD MOTOR GRADER N/A 140 15A MOTOR GRADER 140 JOY CAT GRADE 3D W/ MASTLESS TND 140 JOY RIPPER, SNOW WING READY 140 JOY RIPPER/SCARIFIER 140 JOY TIRES,17.5R25 MX XSNO+ * G2 MP 140 JOY MID MOUNT SCARIFIER PACKAGE 140 JOY CONTROLS, PERF BUNDLE, AWD 140 JOY FRONT BLADE PACKAGE 140 JOY CROSS SLOPE AUTO, TND 140 JOY CROSS SLOPE INDICATE, TND 140 JOY TIRES, 17.5R25 MX XTLA * L2 SP 140 JOY BASE + 3 (WM,WT-NOFLOAT,FL) 140 JOY TIRES, 17.5-25 FS SRG 12PR MP 140 JOY TIRES,14.0R24 SOIL TRACTION MP 140 JOY PUSH PLATE, COUNTERWEIGHT HD 140 JOY TIRES, 14.0R24 BS VUT * L2 MP 140 JOY FENDERS, REAR 140 JOY CAT GRADE, ARO, TND 140 JOY CAB, PREMIUM (INTERIOR) 140 JOY COLD WEATHER PLUS PACKAGE AWD 140 JOY GUARD, TRANSMISSION 140 JOY COUNTERWEIGHT 140 JOY FAN, REVERSING, TND 140 JOY CAB, PLUS (INTERIOR) 140 JOY COLD WEATHER PLUS PACKAGE 140 JOY DIGITAL BLADE SLOPE METER, TND 140 JOY MOLDBOARD, 14' PLUS 140 JOY LIGHTS, WORKING, PLUS, LED 140 JOY STABLE BLADE 140 JOY BASE + 1 (RIP) 140 JOY BASE + 1 (MMS) 140 JOY SOUND SUPPRESSION (BOTTOM) 140 JOY JOYSTICK CONTROLS, ADVANCED 140 JOY BASE + 1 (FL) 140 JOY LIGHTS, ARM, FOLD DOWN 140 JOY CONTROL,AUTO ARTICULATION-FULL 140 JOY SOUND SUPPRESSION, ENGINE ENCL 140 JOY MOUNT, MID-MOUNT SCARIFIER 140 JOY HEADLIGHTS, FRONT, LOW, LED 140 JOY ARTICULATION GUARD 140 JOY LIGHTS, ROADING, LED 140 JOY PRODUCT LINK, DUAL PLE782 140 JOY MOLDBOARD, 14' BASIC 140 JOY HEADLIGHTS,FRONT, LOW, HALOGEN 140 JOY LIGHTS, LED STROBE BEACON 140 JOY HITCH, TOWING 140 JOY MIRRORS, OUTSIDE MOUNTED 140 JOY LIFT GROUP, FRONT MOUNTING 140 JOY STARTER, ELEC, EXTREME DUTY 140 JOY CIRCLE SAVER 140 JOY LIGHTS, SERVICE, INTERNAL 140 JOY SEAT BELT W/INDICATOR N/A 140 13A AWD MOTOR GRADER N/A 140 13A MOTOR GRADER 140 LVR TIRES,17.5R25 MX XSNO+ * G2 MP 140 LVR TIRE, 17.5R25 GY RL2+6S 1*MP 140 LVR MID MOUNT SCARIFIER PACKAGE 140 LVR TIRES 17.5R25 MA MS202 ** MP 140 LVR TIRES 17.5R25 MA MS202 ** MP 140 LVR PUSH PLATE, COUNTERWEIGHT 140 LVR FENDERS, FRONT, AWD 140 LVR COLD WEATHER PLUS PKG, AWD 140 LVR GUARD, TRANSMISSION 140 LVR TRANSMISSION, AUTOSHIFT 140 LVR COUNTERWEIGHT 140 LVR SEAT, CLOTH, HIGH BACK 140 LVR FAN, REVERSING TANDEM 140 LVR DIGITAL BLADE SLOPE METER 140 LVR LIGHTS, WORK PLUS, LED 140 LVR SEAT, CLOTH AIR SUSPENSION 140 LVR STABLE BLADE 140 LVR MOUNT, SNOW WING, FRAME READY 140 LVR ROADING LIGHTS W/FOLD DOWN ARM 140 LVR CAB, PLUS 140 LVR SHANKS/TEETH, RIPPER/SCARIFIER 140 LVR MOLDBOARD, 14' PLUS 140 LVR HIGH BAR, LED, AWD 140 LVR LOW BAR, LED, TANDEM 140 LVR LOCK OUT, MANUAL 140 LVR LIGHTS, CAB ROOF, LED 140 LVR PROD LINK, DUAL PLE641 + PL631 140 LVR GUARD, AXLE HOSE, AWD 140 LVR LIGHTS, WORK PLUS, HALOGEN 140 LVR COVERS, UNDER CAB 140 LVR HIGH BAR, HALOGEN, AWD 140 LVR LOW BAR, HALOGEN, TANDEM 140 LVR RADIO, AM/FM, USB/BLUETOOTH 140 LVR MOLDBOARD, 14' BASIC 140 LVR WARNING STROBE 140 LVR MID MOUNT SCARIFIER, BRACKET 140 LVR HITCH, TOWING 140 LVR MIRROR, EXTERNAL, ISO 140 LVR LIFT GROUP, FRONT MOUNTING 140 LVR CIRCLE SAVER 140 LVR MIRRORS, HEATED EXTERNAL N/A 150 15A AWD MOTOR GRADER N/A 150 15A MOTOR GRADER 150 JOY RIPPER/SCARIFIER 150 JOY TIRES,17.5R25 MX XSNO+ * G2 MP 150 JOY TIRES,17.5R25 MX XSNO+ * G2 MP 150 JOY MID MOUNT SCARIFIER PACKAGE 150 JOY CONTROLS, PERF BUNDLE, AWD 150 JOY CONTROLS, PERF BUNDLE, TND 150 JOY FRONT BLADE PACKAGE 150 JOY CROSS SLOPE AUTO, AWD 150 JOY LIFT GROUP, MANUAL, FRONT 150 JOY CROSS SLOPE INDICATE, TND 150 JOY SNOW ARRANGEMENT 150 JOY FENDERS, REAR 150 JOY CAT GRADE ARO, AWD 150 JOY FENDERS, FRONT, AWD 150 JOY COLD WEATHER PLUS PACKAGE AWD 150 JOY GUARD, TRANSMISSION 150 JOY TRANSMISSION, AUTOSHIFT 150 JOY COUNTERWEIGHT 150 JOY FAN, REVERSING, TND 150 JOY CAB, PLUS (INTERIOR) 150 JOY COLD WEATHER PLUS PACKAGE 150 JOY DIGITAL BLADE SLOPE METER, TND 150 JOY MOLDBOARD, 14' PLUS 150 JOY MOUNT,SNOW WING,FRAME RDY LED 150 JOY LIGHTS, WORKING, PLUS, LED 150 JOY STABLE BLADE 150 JOY BASE + 1 (RIP) 150 JOY BASE + 1 (MMS) 150 JOY MOUNT,SNOW WING,FRAME RDY HAL 150 JOY LIGHTS, ARM, FOLD DOWN 150 JOY CONTROL,AUTO ARTICULATION-FULL 150 JOY SOUND SUPPRESSION, ENGINE ENCL 150 JOY MOUNT, MID-MOUNT SCARIFIER 150 JOY TANK, FUEL, FAST FILL 150 JOY SHANKS/TEETH, RIPPER/SCARIFIER 150 JOY HEADLIGHTS, FRONT, HIGH, LED 150 JOY ARTICULATION GUARD 150 JOY LIGHTS, ROADING, LED 150 JOY PRODUCT LINK, DUAL PLE782 150 JOY MOLDBOARD, 14' BASIC 150 JOY CAB, PLUS (STANDARD GLASS) 150 JOY GUARD, AXLE HOSE 150 JOY LIGHTS, WORKING, PLUS, HALOGEN 150 JOY P-LINK,CELLULAR PLE742,CPM RDY 150 JOY HEADLIGHTS,FRONT, HIGH,HALOGEN 150 JOY HEADLIGHTS,FRONT, LOW, HALOGEN 150 JOY LIGHTS, LED STROBE BEACON 150 JOY HITCH, TOWING 150 JOY MIRRORS, OUTSIDE MOUNTED 150 JOY LIFT GROUP, FRONT MOUNTING 150 JOY LINES, RIPPER, ADDITIONAL 150 JOY STARTER, ELEC, EXTREME DUTY Discount 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% 27.00% Brand/Manufacturer Name Commodity Type Model Number Caterpillar Base Equipment CB1.7 Caterpillar Base Equipment CB1.7 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CB1.8 Caterpillar Base Equipment CB1.8 Caterpillar Base Equipment CB1.8 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CB2.5 Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CB2.7 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CB2.9 Caterpillar Base Equipment CC2.7 Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CB7 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CB10 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CB13 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Construction and Industrial Equipment (22100000-21-STC) Price Sheet RING POWER CORPORATION GROUP 5: COMPACTORS/ROLLERS: ASPHALT, SOIL, AND LANDFILL - Commodity Code 22101505 Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CB15 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CB16 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CS34 Caterpillar OEM Option Caterpillar Base Equipment CS44 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CS10GC Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CS11GC Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CS54 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CS56 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CP34 Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CP44 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CP54 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CP56 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CW16 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment CW34 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Ref. No. Associated Base Equipment Model Number(s) 596-2090 N/A 568-7901 N/A 485-6098 CB1.7 485-6090 CB1.7 485-6085 CB1.7 591-1489 N/A 570-1322 N/A 568-8424 N/A 485-6089 CB1.8 485-6186 CB1.8 485-6084 CB1.8 562-0799 N/A 573-5962 CB2.5 364-2279 CB2.5 543-2140 N/A 542-6995 CB2.7 574-6088 CB2.7 569-8093 CB2.7 603-5887 CB2.7 565-3708 CB2.7 562-0999 N/A 562-0899 N/A 453-9461 CC2.7 603-5878 CC2.7 541-9919 N/A 556-3448 CB7 556-4410 CB7 583-4156 CB7 556-6097 CB7 541-9921 N/A 577-2608 CB10 556-4354 CB10 559-3526 CB10 583-7947 CB10 583-4761 CB10 567-6815 CB10 611-0533 N/A 524-7889 CB13 501-6573 CB13 351-3439 CB13 532-8807 CB13 Construction and Industrial Equipment (22100000-21-STC) Price Sheet Commodity Code 22101505 355-3085 CB13 434-7889 CB13 611-0564 N/A 432-8358 CB15 356-0924 CB15 435-4830 CB15 611-2388 N/A 515-1430 CB16 434-4017 CB16 434-5133 CB16 532-8807 CB16 344-0124 CB16 445-8758 CB16 543-5242 N/A 386-5786 CS34 386-5361 N/A 452-6686 CS44 449-6298 CS44 386-5611 CS44 426-2675 CS44 417-9445 CS44 391-0157 CS44 571-3119 N/A 565-7016 CS10GC 574-6172 CS10GC 574-0254 CS10GC 574-0080 CS10GC 569-9015 CS10GC 511-2048 CS10GC 516-6917 CS10GC 558-0882 N/A 571-6841 CS11GC 508-1079 CS11GC 508-1072 CS11GC 573-5939 CS11GC 581-5390 CS11GC 516-6917 CS11GC 433-1610 N/A 355-3062 CS54 435-8036 CS54 356-1227 CS54 204-4390 CS54 107-4643 CS54 203-4717 CS54 433-1614 N/A 387-1801 CS56 107-4643 CS56 441-6675 CS56 355-2660 CS56 438-2273 CS56 360-0500 CS56 355-3546 CS56 543-5243 N/A 386-5793 CP34 386-5788 CP34 386-5371 N/A 449-6298 CP44 386-5670 CP44 417-9445 CP44 391-0157 CP44 386-5334 CP44 433-2403 CP44 433-1611 N/A 479-9015 CP54 355-3059 CP54 355-3056 CP54 435-8036 CP54 354-5413 CP54 204-4390 CP54 203-4718 CP54 355-2660 CP54 433-1615 N/A 355-3062 CP56 441-6675 CP56 375-1612 CP56 438-2273 CP56 355-3546 CP56 362-4941 CP56 445-5857 N/A 512-6338 CW16 450-8178 CW16 445-6000 CW16 276-6019 CW16 516-0266 CW16 445-5711 N/A 471-9321 CW34 364-6761 CW34 359-7793 CW34 359-7792 CW34 351-3438 CW34 364-6761 CW34 367-3674 CW34 388-7112 CW34 359-7790 CW34 Description Discount CB1.7 03A UT COMP DCA2A 17.00% CB1.7 03A UTILITY COMPACTOR 17.00% SWITCH, BATTERY, DISCONNECT 17.00% LIGHTS, ROADING AND WORKING 17.00% ROPS, FOLDABLE 17.00% CB1.8 03A UT COMP DCA2A 17.00% CB1.8 03A UT COMP DCA2 17.00% CB1.8 03A UTILITY COMPACTOR 17.00% LIGHTS, WORKING 17.00% SEAT, ADJ VINYL W/SEAT SWITCH 17.00% ROPS, FIXED 17.00% CB2.5 03A UTILITY COMPACTOR 17.00% SEAT, WITH SAFETY SWITCH 17.00% SUPPORT, SLIDING FOR SEAT 17.00% CB2.7 03A UTILITY COMPACTOR 17.00% SEAT BELT, 3"17.00% ROPS, FOLDABLE, LOCKABLE 17.00% GUARDS, BUMPER 17.00% DRUM SCRAPER, FOLDING 17.00% SWITCH, BATTERY DISCONNECT 17.00% CB2.9 03A UTILITY COMPACTOR 17.00% CC2.7 03A UTILITY COMPACTOR 17.00% TRAVEL CONTROL, CUP HOLDER 17.00% DRUM SCRAPER, FOLDING 17.00% CB7 02A VIBRATORY COMPACTOR 17.00% HITCH, OFFSET 17.00% REAR SYSTEM, OSCILLATION STD 17.00% LIGHTS, WORKING W/SIGNALS 17.00% LIGHTS, LED, BASIC 17.00% CB10 02A VIBRATORY COMPACTOR 17.00% MATS, WATER DISTRIBUTION 17.00% MIRRORS, EXTERNAL 17.00% DUAL SYSTEM, VERSA-VIBE 17.00% SEAT, HEATED VINYL 17.00% ROTATION, FULL 17.00% MOUNT, OPTIONAL SENSOR(S)17.00% CB13 VIBRATORY COMPACTOR 17.00% DRUM, SOLID W/OSCILLATION HD 17.00% LIGHTS, ROADING AND WORKING 17.00% LIGHTS, HALOGEN, CAB 17.00% CAB, ROPS/FOPS 17.00% SEAT, HEATED CLOTH 17.00% MAPPING, GNSS, CAB 17.00% CB15 VIBRATORY COMPACTOR 17.00% LIGHTS, HIGH INTENSITY 17.00% ROTATION, FULL 17.00% AIR CONDITIONER 17.00% CB16 VIBRATORY COMPACTOR 17.00% LIGHTS, LED, CAB 17.00% LIGHTS, HALOGEN 17.00% LIGHT, ROTATING BEACON 17.00% CAB, ROPS/FOPS 17.00% SEAT, STD CLOTH 17.00% NOZZLES, PREMIUM 17.00% CS34 VIBRATORY COMPACTOR 17.00% SCRAPER, STEEL, FRONT 17.00% CS44B VIBRATORY COMPACTOR 17.00% LIGHTS, UPGRADED 17.00% BEACON, ROTATING 17.00% MODULE, RECORDING, FIX FREQ 17.00% SEAT, DELUXE CONTROL 17.00% PLATFORM, ROPS/FOPS 17.00% CAB, ROPS/FOPS W/ HTR & AC 17.00% CS10 GC 01A VIB COMP 17.00% LIGHTS, LED, HIGH OUTPUT 17.00% SEAT, VINYL, STANDARD 17.00% CAB, ROPS/FOPS 17.00% MIRRORS, REARVIEW, INTERNAL 17.00% SENSOR, SPEED 17.00% TIRES, 23.1-26 12PR R-3 17.00% SCRAPER, STEEL, FRONT & REAR 17.00% CS11 GC 01A VIB COMP 17.00% SUN SHIELD, REAR, ROPS 17.00% MIRRORS, REARVIEW, EXTERNAL 17.00% SUN SCREEN, CAB 17.00% SENSOR, DRIVE POWER 17.00% CAMERA, REAR VISION, CANOPY 17.00% SCRAPER, STEEL, FRONT & REAR 17.00% CS54B VIBRATORY COMPACTOR 17.00% MODULE, RECORDING, STD FREQ 17.00% CAB, ROPS/FOPS WITH A/C 17.00% SEAT, CLOTH 17.00% SUN SCREEN 17.00% MIRRORS, REARVIEW, INTERNAL 17.00% TIRES, 23,1-26 TI 8PR 17.00% CS56B VIBRATORY COMPACTOR 17.00% SEAT BELT, 3"17.00% MIRRORS, REARVIEW, INTERNAL 17.00% SENSOR, DRIVE POWER 17.00% GUARD, TRANSMISSION 17.00% BLADE, LEVELING 17.00% SCRAPER, POLYURETHANE 17.00% FREQUENCY, VARIABLE 17.00% CP34 VIBRATORY COMPACTOR 17.00% BLADE, W/FRONT & REAR SCRAPER 17.00% SCRAPER, STEEL, FRONT & REAR 17.00% CP44B VIBRATORY COMPACTOR 17.00% BEACON, ROTATING 17.00% MODULE, RECORDING, VARIABLE 17.00% PLATFORM, ROPS/FOPS 17.00% CAB, ROPS/FOPS W/ HTR & AC 17.00% FREQUENCY, VARIABLE 17.00% BLADE, LEVELING 17.00% CP54B VIBRATORY COMPACTOR 17.00% FUEL SYSTEM, DOOR 17.00% LIGHTING, WARNING 17.00% LIGHTS, UPGRADED 17.00% CAB, ROPS/FOPS WITH A/C 17.00% MIRRORS, REARVIEW, EXTERNAL 17.00% SUN SCREEN 17.00% TIRE, TRACTION 17.00% GUARD, TRANSMISSION 17.00% CP56B VIBRATORY COMPACTOR 17.00% MODULE, RECORDING, STD FREQ 17.00% SENSOR, DRIVE POWER 17.00% MAPPING, GNSS 17.00% BLADE, LEVELING 17.00% FREQUENCY, VARIABLE 17.00% OIL, HYD, BIO, FACTORY FILLED 17.00% CW16 PNEUMATIC COMPACTOR 17.00% BALLAST, 10.4 TONS 17.00% TIRES, 11, 12PLY RAD, MICHELIN 17.00% LIGHTS, HALOGEN 17.00% BELT, SEAT, 3" SUSPENSION 17.00% FENDER, REAR, 11 WHEEL 17.00% CW34 PNEUMATIC COMPACTOR 17.00% BALLAST, 39,600 LB 17.00% AIR CONDITIONER 17.00% CAB, ROPS W/HEATER & DEFROSTER 17.00% ROPS 17.00% SUN SCREEN 17.00% AIR CONDITIONER 17.00% LIGHTS, HALOGEN, CAB 17.00% COCOA MAT W/SCRAPER 17.00% SPRAY, EMULSION 17.00% Brand/Manufacturer Name Commodity Type Model Number Caterpillar Base Equipment D1 Caterpillar Base Equipment D1 Caterpillar Base Equipment D1 Caterpillar Base Equipment D1 Caterpillar Base Equipment D1 Caterpillar Base Equipment D1 Caterpillar Base Equipment D1 Caterpillar Base Equipment D1 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment D2 Caterpillar Base Equipment D2 Caterpillar Base Equipment D2 Caterpillar Base Equipment D2 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment D3 Caterpillar Base Equipment D3 Caterpillar Base Equipment D3 Caterpillar Base Equipment D3 Caterpillar Base Equipment D3 Caterpillar Base Equipment D3 Caterpillar Base Equipment D3 Caterpillar Base Equipment D3 Caterpillar Base Equipment D3 Caterpillar Base Equipment D3 Construction and Industrial Equipment (22100000-21-STC) Price Sheet RING POWER CORPORATION GROUP 6: DOZERS: CRAWLER - Commodity Code 22101522 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment D4 Caterpillar Base Equipment D4 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment D5 Caterpillar Base Equipment D5 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment D6 Caterpillar Base Equipment D6 Caterpillar Base Equipment D6 Caterpillar Base Equipment D6 Caterpillar Base Equipment D6 Caterpillar Base Equipment D6 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment D6XE Caterpillar Base Equipment D6XE Caterpillar Base Equipment D6XE Caterpillar Base Equipment D6XE Caterpillar Base Equipment D6XE Caterpillar Base Equipment D6XE Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Ref. No. Associated Base Equipment Model Number(s) 590-8424 N/A 590-8618 N/A 590-8419 N/A 590-8617 N/A 590-8418 N/A 558-8527 N/A 558-8522 N/A 558-8521 N/A 558-8549 D1 558-8529 D1 510-6255 D1 577-4292 D1 558-8563 D1 393-4250 D1 397-4288 D1 397-4206 D1 558-8569 D1 590-8421 N/A 590-8420 N/A 558-8524 N/A 558-8523 N/A 397-4207 D2 558-8536 D2 508-3301 D2 558-8552 D2 592-4499 D2 397-4341 D2 393-4251 D2 397-4320 D2 244-7516 D2 590-0678 D2 590-8623 N/A 590-8622 N/A 590-8620 N/A 590-8619 N/A 590-8425 N/A 590-8423 N/A 590-8422 N/A 558-8528 N/A 558-8526 N/A 558-8525 N/A Construction and Industrial Equipment (22100000-21-STC) Price Sheet 397-4317 D3 397-4345 D3 397-4342 D3 558-8529 D3 596-6729 D3 558-8562 D3 559-5729 D3 558-8552 D3 558-8569 D3 397-4271 D3 575-5168 N/A 575-5171 N/A 581-0392 D4 431-7079 D4 382-6523 D4 582-1981 D4 510-7535 N/A 510-7536 N/A 532-9811 D5 532-9785 D5 532-9795 D5 510-9719 D5 523-9390 D5 579-5772 D5 251-8616 D5 510-1532 D5 577-8623 D5 560-9088 D5 464-5707 N/A 464-5708 N/A 464-5709 N/A 464-5710 N/A 464-5711 N/A 464-5712 N/A 464-5557 D6 464-5190 D6 460-4580 D6 596-7522 D6 578-2381 D6 464-5460 D6 583-9463 D6 579-5779 D6 587-7162 D6 599-7940 D6 528-4038 D6 538-1329 D6 464-5713 N/A 464-5714 N/A 464-5715 N/A 464-5716 N/A 464-5717 N/A 464-5718 N/A 464-5557 D6XE 460-4580 D6XE 578-2381 D6XE 464-5460 D6XE 571-7818 D6XE 588-1061 D6XE 587-7162 D6XE 566-3145 D6XE 463-5863 D6XE Description Discount D1 12A LGP TRACTOR CFG15 18.00% D1 12A LGP TRACTOR DCA11 18.00% D1 12A LGP TRACTOR CFG14 18.00% D1 12A LGP TRACTOR DCA10 18.00% D1 12A TRACTOR CFG13 18.00% D1 12A LGP TRACTOR CFG12 18.00% D1 12A LGP TRACTOR CFG11 18.00% D1 12A TRACTOR CFG10 18.00% CAB, ROPS, POLYCARBONATE 18.00% ENGINE, CAT C3.6 18.00% WINCH AR, RETRIEVAL 18.00% BLADE, 104.2", ACCUGRADE 18.00% CONTROL, POWER PITCH 18.00% SCREEN, REAR, CAB 18.00% GUARD GP, REAR 18.00% UNDERCARRIAGE, ABRASION 18.00% CONTROL, BASIC, CAMERA 18.00% D2 12A LGP TRACTOR CFG23 18.00% D2 12A TRACTOR CFG22 18.00% D2 12A LGP TRACTOR CFG21 18.00% D2 12A TRACTOR CFG20 18.00% UNDERCARRIAGE, ABRASION 18.00% HYDRAULICS, 3 VALVE, WINCH 18.00% LIGHTS, 6, LED 18.00% SOUND SUPPRESSION 18.00% GUARD, BELLY, HINGED 18.00% SWEEPS, FRONT 18.00% SCREEN, REAR, CANOPY 18.00% WINCH, PA40 18.00% COUNTERWEIGHT, FRONT 18.00% FAN, REVERSING 18.00% D3 12A LGP TRACTOR DCA33 18.00% D3 12A LGP TRACTOR DCA32 18.00% D3 12A TRACTOR DCA31 18.00% D3 12A TRACTOR DCA30 18.00% D3 12A LGP TRACTOR CFG35 18.00% D3 12A LGP TRACTOR CFG34 18.00% D3 12A TRACTOR CFG33 18.00% D3 12A LGP TRACTOR CFG32 18.00% D3 12A LGP TRACTOR CFG31 18.00% D3 12A TRACTOR CFG30 18.00% RIPPER 18.00% GUARD, TRACK ROLLER, FULL,SALT 18.00% SWEEPS, REAR 18.00% ENGINE, CAT C3.6 18.00% HYD, 4 VALVE, WINCH 18.00% CONTROL, POWER PITCH 18.00% SEAT, CLOTH HEATED, VENTILATED 18.00% SOUND SUPPRESSION 18.00% CONTROL, BASIC, CAMERA 18.00% BLADE, 126.7"18.00% D4 VPAT TRACTOR 18.00% D4 LGP VPAT TRACTOR 18.00% CONFIGURATION 16A VPAT, HRC 18.00% UNDERCARRIAGE, S1 / CAT ABR 18.00% GUARD, TRACK GUIDING, CENTER 18.00% BEACON 18.00% D5 VPAT TRACTOR 18.00% D5 LGP VPAT TRACTOR 18.00% CONFIGURATION 17B, FSD 18.00% CONFIGURATION 17B, VPAT, HRC 18.00% HEAVY DUTY PACKAGE, VPAT 18.00% FINAL DRIVE, 74", GRD 18.00% UNDERCARRIAGE, S1/ABR 18.00% TRACK, 24",ES CTR HOLE,S1/ABR 18.00% GUARD GUIDING, PART, S1/ABR 18.00% FAN, REVERSING 18.00% REAR CAMERA 18.00% SEAT, PREMIUM 18.00% D6 TRACTOR 18.00% D6 LGP TRACTOR 18.00% D6 LGP TRACTOR 18.00% D6 VPAT TRACTOR 18.00% D6 LGP VPAT TRACTOR 18.00% D6 LGP VPAT TRACTOR 18.00% PRECLEANER, WITH SCREEN 18.00% FINAL DRIVE, 94" (2388MM), GRD 18.00% OIL CHANGE SYSTEM, HIGH SPEED 18.00% TRACK, 30" ES, ABR 18.00% UNDERCARRIAGE, ABR, PART GDE 18.00% CONTROL, RIPPER/WINCH 18.00% CAB, PREMIUM 18.00% RADIO, AM/FM 18.00% ARO W/ ASSIST 18.00% SCREEN, REAR, HINGED 18.00% COUNTERWEIGHT, REAR 18.00% VPAT DOZER PACKAGE 18.00% D6 XE TRACTOR 18.00% D6 XE LGP TRACTOR 18.00% D6 XE LGP TRACTOR 18.00% D6 XE VPAT TRACTOR 18.00% D6 XE LGP VPAT TRACTOR 18.00% D6 XE LGP VPAT TRACTOR 18.00% PRECLEANER, WITH SCREEN 18.00% OIL CHANGE SYSTEM, HIGH SPEED 18.00% UNDERCARRIAGE, ABR, PART GDE 18.00% CONTROL, RIPPER/WINCH 18.00% LIGHTS,12,LED,PREMIUM PUSHARM 18.00% PRECLEANER, CAB POWERED 18.00% ARO W/ ASSIST 18.00% CYLINDER LINES, PUSHARM 18.00% BLADE, 6SU ARO 18.00% Brand/Manufacturer Name Commodity Type Model Number Caterpillar Base Equipment 239 Caterpillar Base Equipment 239 Caterpillar Base Equipment 239 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 249 Caterpillar Base Equipment 249 Caterpillar Base Equipment 249 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 259 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 279 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 289 Construction and Industrial Equipment (22100000-21-STC) Price Sheet RING POWER CORPORATION GROUP 8: COMPACT TRACK AND MULTI TERRAIN LOADERS (LESS THAN 15,000 LBS OPERATING WEIGHT) - Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 299 Caterpillar Base Equipment 299 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 299 XE Caterpillar Base Equipment 299 XE Caterpillar Base Equipment 299 XE Caterpillar Base Equipment 299 XE Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Ref. No. Associated Base Equipment Model Number(s) 596-8474 N/A 596-7693 N/A 568-4728 N/A 568-4691 239 568-4566 239 512-4006 239 421-0017 239 555-3952 239 422-5565 239 512-3748 239 596-8477 N/A 596-7694 N/A 568-4729 N/A 596-2954 249 568-4568 249 512-4113 249 579-2412 249 545-6278 249 345-6180 249 420-9750 249 345-6175 249 512-4259 N/A 588-9121 259 357-0240 259 512-4325 259 512-4111 259 560-7824 259 495-1671 259 536-9739 259 512-4343 259 512-4052 259 512-4279 N/A 454-6059 279 588-9124 279 512-4110 279 546-4834 279 309-1325 279 512-4195 279 457-1215 279 345-5148 279 512-4289 N/A Construction and Industrial Equipment (22100000-21-STC) Price Sheet GROUP 8: COMPACT TRACK AND MULTI TERRAIN LOADERS (LESS THAN 15,000 LBS OPERATING WEIGHT) - Commodity Code 22101532 588-9134 289 357-0240 289 556-5899 289 512-4319 289 512-4113 289 495-1671 289 512-4195 289 512-3404 289 512-4350 N/A 512-4299 N/A 454-6079 299 588-9140 299 357-0240 299 512-4414 299 568-5612 299 586-1308 299 465-3705 299 563-7518 299 563-4651 N/A 563-3820 N/A 512-4351 N/A 512-4300 N/A 570-9870 299 XE 570-9869 299 XE 454-6079 299 XE 579-8782 299 XE 512-3401 299 XE Description Discount 239D3 CTL DCA4B 19.00% 239D3 CTL DCA1B 19.00% 239D3 COMPACT TRACK LOADER 19.00% CAB PACKAGE, ULTRA 19.00% HYDRAULICS, PERFORMANCE (H3)19.00% CONTROL, HAND-FOOT, PROP, WT 19.00% RIDE CONTROL 19.00% REAR LIGHTS, STOP/TAIL/TURN 19.00% DISPLAY, ADVANCED, LCD, CAMERA 19.00% QUICK COUPLER, HYDRAULIC 19.00% 249D3 CTL DCA4B 19.00% 249D3 CTL DCA1B 19.00% 249D3 COMPACT TRACK LOADER 19.00% CAB PACKAGE, PRO 19.00% HYDRAULICS, PERFORMANCE (H2)19.00% CONTROL, HAND-FOOT, PROP 19.00% BATTERY,HD,DISCONNECT, 850 CCA 19.00% DOOR, CAB, POLYCARBONATE 19.00% RADIO, AM/FM, BLUETOOTH 19.00% COUNTERWEIGHT,MACHINE,EXTERNAL 19.00% RADIO READY 19.00% 259D3 COMPACT TRACK LOADER 19.00% CANOPY PACKAGE, ULTRA 19.00% RUBBER BELT, 2 SPD, TF IDLERS 19.00% HYDRAULICS, PERFORMANCE, (H3)19.00% CONTROL, ISO, PROP 19.00% BATTERY,HD,DISCONNECT, 850 CCA 19.00% LIGHTS, LED 19.00% SEAT,AIR SUSPENSION,VINYL,HEAT 19.00% ROPS, OPEN (C1)19.00% QUICK COUPLER, HYDRAULIC 19.00% 279D3 COMPACT TRACK LOADER 19.00% TRACK,RUBBER,450MM(17.7 IN)BAR 19.00% CAB PACKAGE, PRO 19.00% CONTROL, ISO, ON/OFF 19.00% REAR LIGHTS, STOP/TAIL/TURN 19.00% ROTATING BEACON 19.00% ROPS, ENCLOSED WITH A/C (C3)19.00% LIFTING EYES, FOUR POINT 19.00% COUNTERWEIGHT,MACHINE,EXTERNAL 19.00% 289D3 COMPACT TRACK LOADER 19.00% CAB PACKAGE, ULTRA 19.00% RUBBER BELT, 2 SPD, TF IDLERS 19.00% RIDE CONTROL 19.00% HYDRAULICS, PERFORMANCE, (H3)19.00% CONTROL, HAND-FOOT, PROP 19.00% LIGHTS, LED 19.00% ROPS, ENCLOSED WITH A/C (C3)19.00% QUICK COUPLER, HYDRAULIC 19.00% 299D3 COMPACT TRACK LOADER 19.00% 299D3 COMPACT TRACK LOADER 19.00% TRACK,RUBBER,450MM(17.7 IN)BAR 19.00% CAB PACKAGE, ULTRA 19.00% RUBBER BELT, 2 SPD, TF IDLERS 19.00% HYDRAULICS, PERFORMANCE, (H3)19.00% BATTERY,EXTRA HD,DISC,1000 CCA 19.00% DOOR, CAB, POLYCARBONATE 19.00% DISPLAY, ADVANCED, LCD, CAMERA 19.00% MOUNTING, FIRE EXTINGUISHER 19.00% 299D3 XE CTL LAND MANAGEMENT 19.00% 299D3 XE CTL LAND MANAGEMENT 19.00% 299D3 XE COMPACT TRACK LOADER 19.00% 299D3 XE COMPACT TRACK LOADER 19.00% LAND MANAGEMENT PKG, (LM2)19.00% LAND MANAGEMENT PKG, (LM1)19.00% TRACK,RUBBER,450MM(17.7 IN)BAR 19.00% FAN,COOLING, DEMAND, REVERSING 19.00% QUICK COUPLER, HYDRAULIC 19.00% Brand/Manufacturer Name Commodity Type Model Number Caterpillar Base Equipment 953 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 963 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 973K Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Construction and Industrial Equipment (22100000-21-STC) Price Sheet RING POWER CORPORATION GROUP 9: CRAWLER/TRACK LOADERS (GREATER THAN 15,000 LBS OPERATING WEIGHT) - Commodity Code 22101532 Ref. No. Associated Base Equipment Model Number(s) 571-7389 N/A 578-0150 953 578-0149 953 578-0147 953 578-0146 953 599-6306 953 597-8923 953 581-2563 953 603-3107 953 608-2538 953 577-4087 953 574-5821 953 567-7500 953 599-6914 953 561-4700 N/A 575-2941 963 569-6171 963 568-0998 963 568-0997 963 568-0996 963 561-4704 963 573-8266 963 593-4672 963 587-0518 963 572-6400 963 499-1536 N/A 571-8025 973K 484-4474 973K 483-9387 973K 459-8280 973K 389-2415 973K 546-0888 973K 505-6305 973K 505-1158 973K 497-9954 973K 291-9379 973K 524-7340 973K Construction and Industrial Equipment (22100000-21-STC) Price Sheet Commodity Code 22101532 Description Discount 953 TRACK LOADER 19.00% LGP PACKAGE, 12A, HDXL 19.00% WASTE PACKAGE, 12A, HDXL 19.00% CONSTRUCTION PKG, 12A, HDXL 19.00% CONSTRUCTION PKG, 12A CAT ABR 19.00% WASTE PKG, 12A, ENHANCED CLEAN 19.00% FAN, DEMAND, REVERSING 19.00% AIR INLET, PRECLEANER, TURBINE 19.00% TRACK, 19" DG, HDXL, CTR HOLE 19.00% HYDRAULIC 3V,GP 2 LEVERS, PACK 19.00% AIR PRECLEANER, CAB 19.00% CAB, DELUXE 19.00% SEAT, PREMIUM 19.00% BKT MP 97.3" 2.7YD3 PO 19.00% 963 TRACK LOADER 19.00% WASTE PKG,HD,ENHANCED CLEANING 19.00% LGP PACKAGE 12A, HEAVY DUTY 19.00% WASTE ES / DEMOLITION PKG 12A 19.00% WASTE PACKAGE 12A, HD 19.00% CONSTRUCTION PKG 12A, CAT ABR 19.00% CONSTRUCTION PACKAGE 12A, HD 19.00% FAN, DEMAND, REVERSING 19.00% BEACON, LED FLASHING 19.00% LIGHTS, ADDITIONAL 19.00% HYDRAULIC 3V,MP JOYSTICK, PACK 19.00% 973K HRC TRACK LOADER 19.00% CONSTRUCTION ES PACKAGE, HD 19.00% PRECLEANER, W/SCREEN 19.00% FAN, REVERSING 19.00% TRACK, 26.6" SG CTR HOLE, HD 19.00% BEACON, ROTATING 19.00% SEAT, DELUXE 19.00% SERVICE PACKAGE, EXTENDED 19.00% HYDRAULIC 3V,MP JOYSTICK, PACK 19.00% AIR PRECLEANER, CAB 19.00% GUARD, TILT CYLINDER 19.00% BUCKET-GP, 5.5 CYD, PERF 19.00% Brand/Manufacturer Name Commodity Type Model Number Caterpillar Base Equipment 903D Caterpillar Base Equipment 903D Caterpillar Base Equipment 903D Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 906 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 907 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 908 OEM Option OEM Option OEM Option OEM Option OEM Option OEM Option OEM Option Caterpillar Base Equipment 910 Caterpillar Base Equipment 910 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Construction and Industrial Equipment (22100000-21-STC) Price Sheet RING POWER CORPORATION GROUP 10: WHEEL LOADERS - Commodity Code 22101528 Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 914 Caterpillar Base Equipment 914 Caterpillar Base Equipment 914 Caterpillar Base Equipment 914 Caterpillar Base Equipment 914 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 920 Caterpillar Base Equipment 920 Caterpillar Base Equipment 920 Caterpillar Base Equipment 920 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 926M Caterpillar Base Equipment 926M Caterpillar Base Equipment 926M Caterpillar Base Equipment 926M Caterpillar Base Equipment 926M Caterpillar Base Equipment 926M Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 930M Caterpillar Base Equipment 930M Caterpillar Base Equipment 930M Caterpillar Base Equipment 930M Caterpillar Base Equipment 930M Caterpillar Base Equipment 930M Caterpillar Base Equipment 930M Caterpillar Base Equipment 930M Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 938M Caterpillar Base Equipment 938M Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 950GC Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 950M Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 962M Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 966 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 966XE Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Ref. No. Associated Base Equipment Model Number(s) 593-7758 N/A 593-7757 N/A 535-8995 N/A 539-2923 903D 589-7262 903D 481-9636 903D 591-8871 903D 536-6094 903D 515-6033 903D 457-2659 903D 572-7976 N/A 581-5447 906 597-1175 906 597-2356 906 577-6057 906 577-6050 906 577-7155 906 572-7977 N/A 597-1179 907 607-6816 907 577-7152 907 602-2629 907 573-4006 907 572-7978 N/A 581-4771 906 580-6299 906 598-2561 906 577-7154 906 580-0534 906 561-0644 906 580-0537 906 588-4093 N/A 538-6986 N/A 538-7187 910 538-7159 910 538-7203 910 561-3288 910 554-6985 910 552-3734 910 538-7130 910 504-4835 910 Construction and Industrial Equipment (22100000-21-STC) Price Sheet 430-2654 910 472-6534 910 588-4095 N/A 588-4094 N/A 571-0347 N/A 571-0345 N/A 538-6988 N/A 538-7187 914 538-7160 914 550-0029 914 549-5001 914 543-4225 914 546-3116 914 541-2851 914 538-7130 914 504-4835 914 471-6921 914 472-6541 914 588-4096 N/A 571-0348 N/A 571-0346 N/A 538-6990 N/A 538-7161 920 541-6332 920 571-2780 920 543-4225 920 552-3734 920 541-2852 920 538-7130 920 385-5823 920 539-1318 920 539-1317 920 550-3489 920 593-8973 N/A 593-8972 N/A 593-8971 N/A 579-7670 N/A 579-7667 N/A 541-2670 N/A 430-2997 926M 536-5340 926M 525-5964 926M 541-3072 926M 559-0842 926M 563-5967 926M 430-2859 926M 333-1425 926M 376-0786 926M 349-8165 926M 366-8149 926M 536-5313 926M 593-8976 N/A 593-8975 N/A 593-8974 N/A 593-8970 N/A 579-7671 N/A 579-7668 N/A 541-2672 N/A 541-2671 N/A 333-6527 930M 565-0932 930M 559-0844 930M 563-5968 930M 563-5967 930M 482-5167 930M 469-0647 930M 430-2860 930M 333-1425 930M 366-6896 930M 349-8165 930M 349-8163 930M 349-7940 930M 536-5313 930M 538-3867 930M 536-5303 N/A 628-9483 N/A 536-5340 938M 536-5343 938M 530-1628 938M 559-0841 938M 563-5967 938M 430-2860 938M 372-1868 938M 349-8163 938M 342-0250 938M 467-7990 938M 554-0849 N/A 573-5683 950GC 130-3280 950GC 521-7458 950GC 489-2727 950GC 553-1406 950GC 391-5330 950GC 554-3399 950GC 540-0571 950GC 552-4912 950GC 555-4665 950GC 559-9419 950GC 464-2600 N/A 393-0072 950M 501-0400 950M 486-2308 950M 538-2774 950M 513-2458 950M 373-4053 950M 367-9027 950M 373-3900 950M 464-2610 N/A 365-0120 962M 501-0400 962M 522-3605 962M 600-3625 962M 551-3397 962M 538-2775 962M 505-1520 962M 373-4052 962M 367-9027 962M 478-8371 962M 354-4856 962M 538-2791 962M 545-7238 N/A 548-5849 966 573-6535 966 583-2501 966 573-6491 966 548-1314 966 491-7467 966 475-6250 966 515-5842 966 545-7239 N/A 573-6536 966XE 573-6517 966XE 608-0169 966XE 573-6529 966XE 574-7640 966XE 574-7646 966XE 475-6250 966XE 365-0220 966XE 515-5842 966XE Description Discount 903D CWL AM-N DCA2 18.00% 903D CWL AM-N DCA1 18.00% 903D COMPACT WHEEL LOADER 18.00% AXLE, DIFF LOCK 18.00% COUPLER, HYDRAULIC, STANDARD 18.00% LINES, AUX, STANDARD 18.00% AUTO RIDE CONTROL 18.00% AIR CONDITIONER 18.00% ENCLOSED CAB 18.00% TIRE, 12-16.5 10PR 18.00% 906 14A CWL AM-N 18.00% FAN, DEMAND, REV, PRECLEANER 18.00% TRANS 25 MPH 18.00% HYD, 3V HIGH FLOW, STD LIFT 18.00% COUPLER, SSL 18.00% RIDE CONTROL, STD LIFT 18.00% CANOPY 18.00% 907 14A CWL AM-N 18.00% TRANS 25 MPH DIFF LOCK 18.00% AUX, HIGH FLOW, 3 VALVE 18.00% CAB, STD, FIXED DOOR GLASS 18.00% CAMERA, REAR VIEW, W/O MIRROR 18.00% SEAT, DELUZE PLUS, AIR, HEAT 18.00% 908 14A CWL AM-N 18.00% FAN, DEMAND, REV, PRECLEANER 18.00% WEATHER, COLD START, 120V 18.00% HYD, 2V, NO AUX, HIGH LIFT 18.00% CAB, DLX, 2 SLIDING WINDOWS 18.00% LIGHTS, CAB, PREMIUM 8X LED 18.00% BEACON, MAGNET, LED AMBER 18.00% ALARM, BACK-UP 18.00% 910 14A WHEEL LOADER DCA1 18.00% 910 14A WHEEL LOADER 18.00% FAN, REVERSING 18.00% POWERTRAIN, HI RIMPULL, 24MPH 18.00% HYDRAULICS, 3V/1L, HIGH LIFT 18.00% LIGHTS, STD, LED 18.00% WORKTOOL, WIRING 18.00% SEAT, DELUXE PLUS 18.00% HEATER AND AIR CONDITIONER 18.00% CAMERA, REAR VIEW 18.00% TIRES, 15.5 R25, MX, L2 XTLA 18.00% BUCKET-GP, 1.7 YD3, IT, BOCE 18.00% 914 14A WHEEL LOADER DCA2 18.00% 914 14A WHEEL LOADER DCA1 18.00% 914 14A CWL AGGREGATE CFG1 18.00% 914 14A CWL WASTE CFG1 18.00% 914 14A WHEEL LOADER 18.00% FAN, REVERSING 18.00% POWERTRAIN, HI RIMPULL, 24MPH 18.00% COUPLER, FUSION, STD LIFT 18.00% COUPLER READY, STD LIFT 18.00% ALARM, BACK-UP 18.00% LIGHTS, AUX, LED AND HALOGEN 18.00% RIDE CONTROL 18.00% HEATER AND AIR CONDITIONER 18.00% CAMERA, REAR VIEW 18.00% TOOL BOX 18.00% BUCKET-GP, 2.0 YD3, IT, BOCE 18.00% 920 14A WHEEL LOADER DCA1 18.00% 920 14A CWL AGGREGATE CFG1 18.00% 920 14A CWL WASTE CFG1 18.00% 920 14A WHEEL LOADER 18.00% POWERTRAIN, HI RIMPULL, 24MPH 18.00% COUPLER, FUSION, STD LIFT 18.00% LIGHTS,ROADING,RH DIP,LED REAR 18.00% ALARM, BACK-UP 18.00% SEAT, DELUXE PLUS 18.00% RIDE CONTROL 18.00% HEATER AND AIR CONDITIONER 18.00% TIRES, 17.5 R25, MX, L3 XHA2 18.00% GUARD, POWERTRAIN 18.00% GUARD, HITCH 18.00% BUCKET-GP, 2.0 YD3, FUS, BOCE 18.00% 926M SWL DCA3B 18.00% 926M SWL DCA2B 18.00% 926M SWL DCA1B 18.00% 926M SWL AGGREGATE CFG1 18.00% 926M SWL WASTE CFG2 18.00% 926M WHEEL LOADER 18.00% STEERING, STANDARD, DUAL MODE 18.00% ENVIRONMENT, MEDIUM DEBRIS 18.00% WEATHER, COLD START 120V 18.00% HYDRAULICS, 2V, CPLR READY, SL 18.00% LIGHTS, AUX, LED 18.00% SEAT, DELUXE 18.00% RIDE CONTROL 18.00% WARNING, BEACON, LED STROBE 18.00% TIRES, 20.5R25 YK RB31 * L3 18.00% GUARD, POWERTRAIN, LOWER 18.00% FENDERS, EXTENDED COVER 18.00% QUICK COUPLER, FUSION 18.00% 930M SWL DCA3C 18.00% 930M SWL DCA2C 18.00% 930M SWL DCA1C 18.00% 930M SWL DCA4C 18.00% 930M SWL AGGREGATE CFG1 18.00% 930M SWL WASTE CFG2 18.00% 930M SWL AGRICULTURE 18.00% 930M WHEEL LOADER 18.00% DIFFERENTIAL,LIMITED SLIP REAR 18.00% HYDRAULICS, 2V, CPLR READY, SL 18.00% LIGHTS, AUX, LED, PREMIUM 18.00% SEAT, PREMIUM 18.00% SEAT, DELUXE 18.00% SIDE MIRROR, RH 18.00% WINDSHIELD ACCESS STEPS 18.00% RIDE CONTROL 18.00% WARNING, BEACON, LED STROBE 18.00% TIRES, 20.5R25 MX XTLA * L2 18.00% GUARD, POWERTRAIN, LOWER 18.00% GUARD, CRANKCASE 18.00% GUARD, DRIVESHAFT 18.00% QUICK COUPLER, FUSION 18.00% CARRIAGE, CON, FORK, 72", FUS 18.00% 938M WHEEL LOADER 18.00% 938M SWL AGRICULTURE CFG4 18.00% ENVIRONMENT, MEDIUM DEBRIS 18.00% HYDRAULICS, 3V, CPLR READY, SL 18.00% LINES, AUX 3RD, STD LIFT 18.00% LIGHTS, AUX, HALOGEN 18.00% SEAT, DELUXE 18.00% RIDE CONTROL 18.00% RADIO, BLUETOOTH, AUX, MIC 18.00% GUARD, CRANKCASE 18.00% GUARD, WINDSHIELD 18.00% COUNTERWEIGHT, HEAVY 18.00% 950 GC WHEEL LOADER 18.00% AXLE ARR, (LSD, OPEN)18.00% PRECLEANER 18.00% HYDRAULICS, 3V RC ANSI 18.00% WARNING BEACON, LED 18.00% JOYSTICK W/FNR & ONE SAL 18.00% SUN VISOR, REAR 18.00% FAN, REVERSING , ANSI 18.00% GUARD, POWERTRAIN 18.00% QUICK COUPLER CONTROL 18.00% AUTOLUBE 18.00% BKTA GP GC 114" 4.0 YD3 PO 18.00% 950M WHEEL LOADER 18.00% COUNTERWEIGHT, 1460KG 18.00% HYDRAULICS, 2V RC 18.00% LIGHTS, HALOGEN, PREMIUM 18.00% CAB TRIM, DELUXE (LHD)18.00% LIGHTS, REVERSING STROBE 18.00% TIRES, 23.5R25 BS VJT * L3 18.00% GUARD, POWERTRAIN 18.00% QUICK COUPLER READY, STD 18.00% 962M WHEEL LOADER 18.00% AIR INLET PRECLEANER, TURBINE 18.00% HYDRAULICS, 2V RC 18.00% LIGHTS, LED 18.00% RADIO, AM/FM/BLUETOOTH 18.00% SEAT BELT, 3"18.00% CAB TRIM, PREMIUM PLUS (LHD)18.00% FILTRATION, STD, PRECLEANER 18.00% TIRES, 23.5R25 MX XHA2 * L3 18.00% GUARD, POWERTRAIN 18.00% FENDERS, NARROW 18.00% BKT GP ST 114" 4.75 YD3 FUS 18.00% AUTOLUBE, STD/LOG 18.00% 966 14A WHEEL LOADER 18.00% REGIONAL PKG 18.00% HIGH LIFT 18.00% AXLE OIL COOLER 18.00% HYDRAULICS, 3V RC HIGH LIFT 18.00% QUICK COUPLER READY, HL 18.00% LIGHT, WARNING BEACON 18.00% TIRES, 26.5R25 BS VJT * L3 18.00% BKTA GP ST 126" 5.5 YD3 FUS 18.00% 966 XE 14A WHEEL LOADER 18.00% LINKAGE, LOGGER 18.00% AXLES, AUTO/AUTO, SGR, JSTK 18.00% HYDRAULICS, 3V RC STD 18.00% LIGHTS, LED PREMIUM 18.00% STEERING SYS, SECONDARY JSTK 18.00% FAN VPF 18.00% TIRES, 26.5R25 BS VJT * L3 18.00% AIR INLET PRECLEANER, TURBINE 18.00% BKTA GP ST 126" 5.5 YD3 FUS 18.00% Brand/Manufacturer Name Commodity Type Model Number Caterpillar Base Equipment 226D3 Caterpillar Base Equipment 226D3 Caterpillar Base Equipment 226D3 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 232D3 Caterpillar Base Equipment 232D3 Caterpillar Base Equipment 232D3 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 236D3 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 242D3 Caterpillar Base Equipment 242D3 Caterpillar Base Equipment 242D3 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 246D3 Caterpillar Base Equipment 246D3 Caterpillar Base Equipment 246D3 Caterpillar Base Equipment 246D3 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Construction and Industrial Equipment (22100000-21-STC) Price Sheet RING POWER CORPORATION GROUP 11: SKID STEER LOADERS: WHEEL - Commodity Code 22101529 Caterpillar OEM Option Caterpillar Base Equipment 262D3 Caterpillar Base Equipment 262D3 Caterpillar Base Equipment 262D3 Caterpillar Base Equipment 262D3 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 272D3 Caterpillar Base Equipment 272D3 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 272D3 XE Caterpillar Base Equipment 272D3 XE Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Ref. No. Associated Base Equipment Model Number(s) 596-9950 N/A 596-7695 N/A 568-4726 N/A 165-2602 226D3 568-4803 226D3 568-4499 226D3 555-3956 226D3 563-7518 226D3 596-9952 N/A 596-7696 N/A 568-4727 N/A 568-4749 232D3 594-6292 232D3 555-3952 232D3 421-0601 232D3 512-4236 N/A 185-8667 236D3 588-9072 236D3 512-4321 236D3 512-4113 236D3 512-4058 236D3 309-1325 236D3 588-9174 N/A 588-9168 N/A 512-4242 N/A 568-4624 242D3 512-4325 242D3 512-4115 242D3 560-7824 242D3 512-4343 242D3 345-6180 242D3 588-9185 N/A 588-9175 N/A 588-9169 N/A 512-4246 N/A 588-9085 246D3 556-5899 246D3 512-4111 246D3 568-5601 246D3 252-0377 246D3 563-7518 246D3 Construction and Industrial Equipment (22100000-21-STC) Price Sheet 544-4101 246D3 588-9186 N/A 588-9176 N/A 588-9170 N/A 512-4262 N/A 588-9091 262D3 512-4319 262D3 512-4115 262D3 568-5602 262D3 512-4195 262D3 252-0347 262D3 345-5148 262D3 512-3404 262D3 588-9177 N/A 512-4272 N/A 588-9097 272D3 512-4414 272D3 512-3371 272D3 495-1671 272D3 512-3368 272D3 465-3705 272D3 345-6180 272D3 568-4631 272D3 512-3401 272D3 588-9187 N/A 512-4273 N/A 588-9098 272D3 XE 546-4834 272D3 XE 539-8061 272D3 XE 331-2488 272D3 XE 345-6180 272D3 XE 345-6175 272D3 XE 309-1325 272D3 XE 563-7518 272D3 XE Description Discount 226D3 SSL DCA1B 19.00% 226D3 SSL DCA4B 19.00% 226D3 SKID STEER LOADER 19.00% TIRES, 10/16.5 GA 8PR 19.00% CANOPY PACKAGE, PRO PLUS 19.00% RIDE CONTROL 19.00% ROADING LIGHTS 19.00% MOUNTING, FIRE EXTINGUISHER 19.00% 232D3 SSL DCA1B 19.00% 232D3 SSL DCA4B 19.00% 232D3 SKID STEER LOADER 19.00% CAB PACKAGE, PRO PLUS 19.00% HEATER, ENGINE BLOCK, 120V 19.00% REAR LIGHTS, STOP/TAIL/TURN 19.00% COUNTERWEIGHT,MACHINE,EXTERNAL 19.00% 236D3 SKID STEER LOADER 19.00% TIRES, 12/16.5 CAT 10PR 19.00% CANOPY PACKAGE, ULTRA 19.00% HYDRAULICS, PERFORMANCE, (H2)19.00% CONTROL, HAND-FOOT, PROP 19.00% POWERTRAIN, TWO SPEED 19.00% ROTATING BEACON 19.00% 242D3 SSL DCA4A 19.00% 242D3 SSL DCA3A 19.00% 242D3 SKID STEER LOADER 19.00% TIRES, 10X16.5 CAT 10PR XD 19.00% HYDRAULICS, PERFORMANCE, (H3)19.00% CONTROL, ISO, PROP, WT 19.00% BATTERY,HD,DISCONNECT, 850 CCA 19.00% ROPS, OPEN (C1)19.00% RADIO, AM/FM, BLUETOOTH 19.00% 246D3 SSL DCA6A 19.00% 246D3 SSL DCA4A 19.00% 246D3 SSL DCA3A 19.00% 246D3 SKID STEER LOADER 19.00% CAB PACKAGE, ULTRA 19.00% RIDE CONTROL 19.00% CONTROL, ISO, PROP 19.00% BATTERY, EXTRA HD, 1000 CCA 19.00% TIRES, 33X6X11 CAT FLEX SOLID 19.00% MOUNTING, FIRE EXTINGUISHER 19.00% FAN,COOLING, DEMAND, REVERSING 19.00% 262D3 SSL DCA6A 19.00% 262D3 SSL DCA4A 19.00% 262D3 SSL DCA3A 19.00% 262D3 SKID STEER LOADER 19.00% CAB PACKAGE, ULTRA 19.00% HYDRAULICS, PERFORMANCE, (H3)19.00% CONTROL, ISO, PROP, WT 19.00% BATTERY,HD,DISCONNECT, 850 CCA 19.00% ROPS, ENCLOSED WITH A/C (C3)19.00% TIRES, 12X16.5 CAT 14PR XD 19.00% COUNTERWEIGHT,MACHINE,EXTERNAL 19.00% QUICK COUPLER, HYDRAULIC 19.00% 272D3 SSL DCA4A 19.00% 272D3 SKID STEER LOADER 19.00% CAB PACKAGE, ULTRA 19.00% HYDRAULICS, PERFORMANCE, (H3)19.00% POWERTRAIN, TWO SPEED 19.00% LIGHTS, LED 19.00% ROPS, ENCLOSED WITH A/C (C3)19.00% DISPLAY, ADVANCED, LCD, CAMERA 19.00% RADIO, AM/FM, BLUETOOTH 19.00% TIRES, 12/16.5 CAT 10PR 19.00% QUICK COUPLER, HYDRAULIC 19.00% 272D3 XE SSL DCA6A 19.00% 272D3 XE SKID STEER LOADER 19.00% CAB PACKAGE, ULTRA 19.00% REAR LIGHTS, STOP/TAIL/TURN 19.00% DOOR, CAB, POLYCARBONATE 19.00% TIRES, 14X17.5 CAT 14PR XD 19.00% RADIO, AM/FM, BLUETOOTH 19.00% RADIO READY 19.00% ROTATING BEACON 19.00% MOUNTING, FIRE EXTINGUISHER 19.00% Brand/Manufacturer Name Commodity Type Model Number Caterpillar Base Equipment 415 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 415IL Caterpillar Base Equipment 415IL Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 416 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 420 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Construction and Industrial Equipment (22100000-21-STC) Price Sheet RING POWER CORPORATION GROUP 12: BACKHOE LOADERS: WHEEL - Commodity Code 22101509 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 420XE Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 428 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 430 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 432 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 434 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 440 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 450 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Ref. No. Associated Base Equipment Model Number(s) 543-3337 N/A 543-4899 415 543-4281 415 564-0306 415 548-1229 415 557-4932 415 221-4284 415 379-2161 415 595-0367 415 219-3381 415 589-5412 N/A 542-8000 N/A 464-9639 415IL 337-7436 415IL 9R-5321 415IL 461-9717 415IL 545-7229 415IL 545-7232 415IL 491-6735 415IL 337-9695 415IL 543-3339 N/A 337-7385 416 533-0488 416 219-3387 416 543-4281 416 543-4899 416 353-1389 416 551-6453 416 542-7761 416 540-2298 416 542-7810 416 337-9696 416 542-7992 N/A 337-7401 420 247-1950 420 206-1748 420 423-7607 420 544-1066 420 541-9540 420 543-4284 420 542-7773 420 Construction and Industrial Equipment (22100000-21-STC) Price Sheet 544-0883 420 195-6935 420 6W-8832 420 219-3381 420 563-5593 N/A 543-4284 420XE 544-1068 420XE 541-9540 420XE 379-2161 420XE 595-0357 420XE 337-9696 420XE 558-9623 420XE 545-5048 420XE 555-2396 420XE 219-3387 420XE 588-0447 N/A 533-2163 428 251-1794 428 219-3387 428 9R-5320 428 543-3343 N/A 543-4286 430 544-1066 430 542-7772 430 282-5409 430 516-5913 430 454-6610 430 595-0365 430 219-3381 430 602-9372 N/A 533-2163 432 251-1794 432 219-3387 432 9R-5320 432 603-3546 N/A 458-6832 434 365-7287 434 273-0042 434 575-9152 N/A 506-0984 440 219-3387 440 488-2906 440 337-6851 440 211-4292 440 578-8950 440 578-9449 440 578-8921 440 575-9162 440 575-9151 N/A 547-7031 450 521-6208 450 195-6935 450 6W-8832 450 587-9106 450 578-9034 450 575-9159 450 540-2298 450 507-2335 450 558-9623 450 533-0465 450 Description Discount 415 07A BACKHOE LOADER 20.00% PT, 4WD/2WS STD SHIFT, MECH 20.00% STICK, EXTENDABLE, 14FT, MECH 20.00% HYDRAULICS, GP, 5FCN/7BNK 20.00% LINES, COMBINED AUX, E-STICK 20.00% CAB, STANDARD 20.00% THUMB, TINE, A 2 20.00% TIRES, 12.5 80/19.5L-24, GY 20.00% BUCKET-GP, 1.3 YD3, PO, BLK 20.00% BUCKET, 24", 6.2 FT3 20.00% 415 07A IL BACKHOE LOADER DCA1 20.00% 415 07A IL BACKHOE LOADER 20.00% TIRES,12.5 80/16.9-24, GY/TI 20.00% BUCKET-MP, 1.3 YD3, PO 20.00% CUTTING EDGE, TWO PIECE 20.00% BOX, BLADE/SCARIFIER 20.00% HYDRAULICS, MP, 3FCN/5BNK 20.00% CAB, STANDARD, A/C 20.00% WORKLIGHTS (4) LED LAMPS 20.00% COUNTERWEIGHT, 530 LBS 20.00% 416 07A BACKHOE LOADER CFG2 20.00% BUCKET-GP, 1.3 YD3, PO 20.00% TIRES, 340 80-18/500 70-24, MX 20.00% BUCKET-HD, 24", 6.2 FT3 20.00% STICK, EXTENDABLE, 14FT, MECH 20.00% PT, 4WD/2WS STD SHIFT, MECH 20.00% GUARD, STABILIZER 20.00% RIDE CONTROL 20.00% HYDRAULICS GP, 5FCN/7BNK, PT 20.00% RADIO, FM BLUETOOTH 20.00% AIR CONDITIONER, T4F 20.00% COUNTERWEIGHT, 1015 LBS 20.00% 420 07A BACKHOE LOADER CFG2 20.00% BUCKET-GP, 1.5 YD3, PO 20.00% BUCKET-HD, 24", 7.3 FT3, PL 20.00% SEAT BELT, 3" SUSPENSION 20.00% PLATE GROUP - BOOM WEAR 20.00% PT, 4WD/2WS, POWERSHIFT 20.00% ENGINE, 74.5KW, C3.6 DITA, T4F 20.00% STICK, EXTENDABLE, 14FT 20.00% HYDRAULICS, MP, 5FCN/7BNK, ST 20.00% CAB, DELUXE 20.00% FORK TINE, 2" X 5" X 48"20.00% CARRIAGE, PALLET, 61", IT 20.00% BUCKET, 24", 6.2 FT3 20.00% 420 XE 07A BACKHOE LOADER CFG1 20.00% STICK, EXTENDABLE, 14FT 20.00% PT, 4WD/2WS, POWERSHIFT 20.00% ENGINE, 74.5KW, C3.6 DITA, T4F 20.00% TIRES, 12.5 80/19.5L-24, GY 20.00% BUCKET-MP, 1.3 YD3, PO, BLK 20.00% COUNTERWEIGHT, 1015 LBS 20.00% SEAT, DELUXE FABRIC 20.00% DISPLAY, TOUCH SCREEN 20.00% LINES,HYD CPLR 14FT EXT PILOT 20.00% BUCKET-HD, 24", 6.2 FT3 20.00% 428 07A BHL AM-N DCA1 20.00% TIRES, 340 80R20/480 80R26, MX 20.00% BUCKET-GP, 1.5 YD3, IT 20.00% BUCKET-HD, 24", 6.2 FT3 20.00% CUTTING EDGE, TWO PIECE,WIDE 20.00% 430 07A BACKHOE LOADER CFG2 20.00% STICK, EXTENDABLE, 15FT 20.00% PT, 4WD/2WS, POWERSHIFT 20.00% HYDRAULICS, GP, 6FCN/8BNK, ST 20.00% THUMB, HYDRAULIC, NO TINE, BHL 20.00% BATTERY, HEAVY DUTY 20.00% FAN, STANDARD CAB/ CANOPY 20.00% BUCKET-GP, 1.4 YD3, PO, BLK 20.00% BUCKET, 24", 6.2 FT3 20.00% 432 07A BHL AM-N DCA1 20.00% TIRES, 340 80R20/480 80R26, MX 20.00% BUCKET-GP, 1.5 YD3, IT 20.00% BUCKET-HD, 24", 6.2 FT3 20.00% CUTTING EDGE, TWO PIECE,WIDE 20.00% 434 07A BHL AM-N DCA1 20.00% BUCKET-MP, 1.7 YD3, IT, BOCE 20.00% TIRES, 440 80R28, MX, XMCL 20.00% BUCKET-HD, 30", 8.2 FT3, UNI 20.00% 440 07B BACKHOE LOADER 20.00% BUCKET-GP, 2.0 YD3, IT, BOCE 20.00% BUCKET-HD, 24", 6.2 FT3 20.00% GUARD, STABILIZER 20.00% FENDERS, FRONT 20.00% BEACON, MAGNETIC MOUNT 20.00% STICK, EXTENDABLE, 15FT 20.00% HYDRAULICS, MP, 6FCN/8BNK 20.00% RIDE CONTROL 20.00% CAB, DELUXE 20.00% 450 07B BACKHOE LOADER 20.00% BUCKET-HD, 24", 9.5 FT3, 60MM 20.00% BUCKET-GP, 2.0 YD3, PO, BOCE 20.00% FORK TINE, 2" X 5" X 48"20.00% CARRIAGE, PALLET, 61", IT 20.00% STICK, EXTENDABLE, MECH 17FT 20.00% LINES, AUX COMBO,STD STICK 17'20.00% HYDRAULICS, MP, 6FCN/8BNK 20.00% RADIO, FM BLUETOOTH 20.00% BATTERY, HEAVY DUTY 20.00% SEAT, DELUXE FABRIC 20.00% TIRES, 340 80R20/540 70R24, MX 20.00% Brand/Manufacturer Name Commodity Type Model Number Caterpillar Base Equipment 2C30004-LE Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 2C50004-LE Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment GC45K6-LE Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment GP15N5-LE Caterpillar Base Equipment GP15N5-GLE Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment GP25N5-LE Caterpillar Base Equipment GP25N5-GLE Caterpillar OEM Option Caterpillar OEM Option Construction and Industrial Equipment (22100000-21-STC) Price Sheet RING POWER CORPORATION GROUP 13: INDUSTRIAL TRUCKS/FORKLIFTS - Commodity Code 24101603 Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment GP30N5-LE Caterpillar Base Equipment GP30N5-GLE Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment DP30N5-D Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment DP40N2-D Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment EC15N3-AC Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment EC18N3-AC Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment EC25N3-AC Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment 2ET3500-36V Caterpillar Base Equipment 2ET3500-48V Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Mitsubishi Base Equipment FGC15N4-LE Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi Base Equipment FGC18N4-LE Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi Base Equipment FGC25N4-LE Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi Base Equipment FGC45K6-LE Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi Base Equipment FG15N5-LE Mitsubishi Base Equipment FG15N5-GLE Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi Base Equipment FG25N5-LE Mitsubishi Base Equipment FG25N5-GLE Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi Base Equipment FG30N5-LE Mitsubishi Base Equipment FG30N5-GLE Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi Base Equipment FG40N1-LE Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi Base Equipment FD30N5-D Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi Base Equipment FD120L6P-D Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Mitsubishi OEM Option Ref. No. Associated Base Equipment Model Number(s) N/A 5A15C28 2C30004-LE 5B15C30 2C30004-LE 5C15C48 2C30004-LE FKHP48-18I 2C30004-LE ISS32C15I 2C30004-LE DRLGNMC15I 2C30004-LE / 2C50004-LE DRSMNMC15I 2C30004-LE / 2C50004-LE STLGNMC15 2C30004-LE / 2C50004-LE STSMNMC15 2C30004-LE / 2C50004-LE VLV4C15I 2C30004-LE / 2C50004-LE 3VTRIC15I 2C30004-LE / 2C50004-LE RGHC15I 2C30004-LE / 2C50004-LE STKNBC15I 2C30004-LE / 2C50004-LE LASC15I 2C30004-LE / 2C50004-LE LPTNKAL33I 2C30004-LE / 2C50004-LE N/A 5A25C30 2C50004-LE 5B25C30 2C50004-LE 5C25C48 2C50004-LE FKHP48-25I 2C50004-LE SS36C25I 2C50004-LE N/A A45A33 GC45K6-LE B45A35 GC45K6-LE C45A50 GC45K6-LE CARR48C35I GC45K6-LE TC-4520I GC45K6-LE NMDTC35I GC45K6-LE VLV44MCC35 GC45K6-LE N/A N/A 5V15C37 GP15N5-LE / GE / GLE FKHP48-18I GP15N5-LE / GE / GLE ISS36P15I GP15N5-LE / GE / GLE SPTP15I GP15N5-LE / GE / GLE NMSPT1D1SP15 GP15N5-LE / GE / GLE N/A N/A 5V25B37 GP25N5-LE / GE / GLE FKHP48-25I GP25N5-LE / GE / GLE Construction and Industrial Equipment (22100000-21-STC) Price Sheet CARR55P25I GP25N5-LE / GE / GLE SPT1D1SP25 GP25N5-LE / GE / GLE N/A N/A 5M30C51 GP30N5-LE / GE / GLE FKHP54-25I GP30N5-LE / GE / GLE SSHO39P30I GP30N5-LE / GE / GLE SPT1D1SP30I GP30N5-LE / GE / GLE NMSPT1D1SP30 GP30N5-LE / GE / GLE N/A 5M30C55 DP30N5-D FKHP60-30I DP30N5-D CARR59P30I DP30N5-D SPT1D1SP30 DP30N5-D NMSPT1D1SP30 DP30N5-D VLV3FCP15I GP15N5, GP25N5, GP30N5 & DP30N5 3VTRIP15I GP15N5, GP25N5, GP30N5 & DP30N5 BTLTP15I GP15N5, GP25N5, GP30N5 & DP30N5 RGHP15I GP15N5, GP25N5, GP30N5 & DP30N5 STKNBP15I GP15N5, GP25N5, GP30N5 & DP30N5 RLMRLP15I GP15N5, GP25N5, GP30N5 & DP30N5 BUHASP15I GP15N5, GP25N5, GP30N5 & DP30N5 SEATFSCCI GP15N5, GP25N5, GP30N5 & DP30N5 RVWMIRRI GP15N5, GP25N5, GP30N5 & DP30N5 N/A 5F40C33 DP40N1-D FKHP72-40I DP40N1-D CARR71P40I DP40N1-D SSHO71P40I DP40N1-D SPR3DSP40I DP40N1-D VLV4P40I DP40N1-D 4VTRIP40I DP40N1-D N/A 3A15B30EC EC15N3-AC FKHP42-18I EC15N3-AC N/A 3A15B33EC EC18N3-AC FKHP48-18I EC18N3-AC MLP803154814-EC18N3-AC N/A 3A25B37EC EC25N3-AC FKHP48-25I EC25N3-AC 51698833-48V EC15N / EC18N / EC25N BATSL20ECI EC15N / EC18N / EC25N LNMDTR20ECI EC15N / EC18N / EC25N VLV4W25ECI EC15N / EC18N / EC25N 4V-TRI25ECI EC15N / EC18N / EC25N N/A N/A 2S118E4 2ET3500 36V / 48V 51698832-48V 2ET3500 36V / 48V RBATTSG-EP3I 2ET3500 36V / 48V SSINT-EP3I 2ET3500 36V / 48V SSNM-EP3I 2ET3500 36V / 48V 3V-EP3I 2ET3500 36V / 48V RGH-EP3I 2ET3500 36V / 48V N/A 5B15C30 FGC15N4-LE FKHP48-18I FGC15N4-LE ISS32C15I FGC15N4-LE N/A 5C15C48 FGC18N4-LE FKHP54-18I FGC18N4-LE SSHO32C15I FGC18N4-LE N/A 5C25C48 FGC25N4-LE FKHP42-25I FGC25N4-LE ISS36C25I FGC25N4-LE DRSMNMC15I FGC15N4 / FGC18N4 / FGC25N4 STSMNMC15I FGC15N4 / FGC18N4 / FGC25N4 TC-2110I FGC15N4 / FGC18N4 / FGC25N4 VLV4C15I FGC15N4 / FGC18N4 / FGC25N4 3VTRIC15I FGC15N4 / FGC18N4 / FGC25N4 BTLTC15I FGC15N4 / FGC18N4 / FGC25N4 RGHC15I FGC15N4 / FGC18N4 / FGC25N4 STKNBC15I FGC15N4 / FGC18N4 / FGC25N4 LASC15I FGC15N4 / FGC18N4 / FGC25N4 SEATCI FGC15N4 / FGC18N4 / FGC25N4 LPTNKAL33I FGC15N4 / FGC18N4 / FGC25N4 N/A A45A40 FGC45K6-LE FKHP60-40I FGC45K6-LE CARR60C35I FGC45K6-LE NMDTC35I FGC45K6-LE NMSTC35I FGC45K6-LE VLV44MCC35 FGC45K6-LE 3VSIM0HFC35I FGC45K6-LE STRC45I FGC45K6-LE LTSC35I FGC45K6-LE N/A N/A 5M15C48 FG15N5-LE / GE / GLE FKHP48-18I FG15N5-LE / GE / GLE ISS36P15I FG15N5-LE / GE / GLE SPTP15I FG15N5-LE / GE / GLE VLV4P15I FG15N5-LE / GE / GLE 3VDUPP15I FG15N5-LE / GE / GLE GSPP40I FG15N5-LE / GE / GLE N/A N/A 5V25B45 FG25N5-LE / GE / GLE FKHP54-25I FG25N5-LE / GE / GLE ISS55P25I FG25N5-LE / GE / GLE VLV3FCP15I FG25N5-LE / GE / GLE TC-3230I FG25N5-LE / GE / GLE TC-3205I FG25N5-LE / GE / GLE N/A N/A 5M30C51 FG30N5-LE / GE / GLE FKHP60-30I FG30N5-LE / GE / GLE CARR59P30I FG30N5-LE / GE / GLE ISS59P30I FG30N5-LE / GE / GLE DRP28DP30I FG30N5-LE / GE / GLE VLV4FCP15I FG30N5-LE / GE / GLE N/A 5V40C37 FG40N1-LE FKHP60-40I FG40N1-LE CARR59P40I FG40N1-LE SPK5DSP40I FG40N1-LE VLV4P40I FG40N1-LE 3VSIMP40I FG40N1-LE N/A 5M30C60 FD30N5-D FKHP54-30I FD30N5-D ISS59P30I FD30N5-D SPT1D1SP30I FD30N5-D TC-2110I FD30N5-D VLV4FCP15I FD30N5-D 4VTRIP15I FD30N5-D N/A 4F180AB55 FD120L6P-D FKSV72S-127I FD120L6P-D CARRSSFPST180 FD120L6P-D FPSIM116V180I FD120L6P-D SPT2D1SV140I FD120L6P-D OHGKA180I FD120L6P-D AC180I FD120L6P-D Description Discount 3000 LB CAPACITY LP CUSHION TIRE LIFT TRUCK 5.00% SIMPLEX MAST 5.00% DUPLEX MAST 5.00% TRIPLEX MAST 5.00% 1.4" X 3.9" X 48" Hook Type - Pallet 5.00% 32" Wide ITA Class II Integral Sideshifter 5.00% DRIVE; Non-Marking, Lugged Drive Tires 5.00% DRIVE; Non-Marking, Smooth Drive Tires 5.00% STEER; Non-Marking, Lugged Drive Tires 5.00% STEER; Non-Marking, Smooth Drive Tires 5.00% 4-Section Valve With Cowl Mounted Levers 5.00% Single Function Internal Hosing -Triplex Mast 5.00% Rear Grab Bar With Horn Button 5.00% Steering Wheel Knob 5.00% Amber Strobe Light - Mounted Below OHG 5.00% Aluminum LP Tank, Horizontal Fill - 33.5#5.00% 5000 LB CAPACITY LP CUSHION TIRE LIFT TRUCK 5.00% SIMPLEX MAST 5.00% DUPLEX MAST 5.00% TRIPLEX MAST 5.00% 1.6" X 3.9" X 48" Hook Type - Pallet 5.00% 36" Wide ITA Class II Integral Sideshifter 5.00% 10,000 LB CAPACITY LP CUSHION TIRE LIFT TRUCK 5.00% SIMPLEX MAST 5.00% DUPLEX MAST 5.00% TRIPLEX MAST 5.00% 48.0" Wide Hook Type Carriage 5.00% 60" ITA Class III Hang-On Sideshifter 5.00% Non-Marking Drive Tires 5.00% 4-Section Valve With Cowl Mounted Levers 5.00% 3000 LB CAPACITY LP PNEUMATIC TIRE LIFT TRUCK 5.00% 3000 LB CAPACITY GAS/LP PNEUMATIC TIRE LIFT TRUCK 5.00% SIMPLEX MAST 5.00% 1.4" X 3.9" X 48" Hook Type - Pallet 5.00% 36" Wide ITA Class II Integral Sideshifter 5.00% Solid Pneumatic Single Drive And Steer Tires 5.00% Non-Marking Solid Pneumatic Single Dive & Steer 5.00% 5000 LB CAPACITY LP PNEUMATIC TIRE LIFT TRUCK 5.00% 5000 LB CAPACITY GAS/LP PNEUMATIC TIRE LIFT TRUCK 5.00% SIMPLEX MAST 5.00% 1.6" X 3.9" X 48" Hook Type - Pallet 5.00% 55.0" Wide ITA Class II Carriage - Hook Type 5.00% Solid Pneumatic Single Drive And Steer Tires 5.00% 6000 LB CAPACITY LP PNEUMATIC TIRE LIFT TRUCK 5.00% 6000 LB CAPACITY GAS/LP PNEUMATIC TIRE LIFT TRUCK 5.00% TRIPLEX MAST 5.00% 1.6" X 3.9" X 54" Hook Type - Pallet 5.00% 39.5" Wide ITA Class III Hang-On Sideshifter 5.00% Solid Pneumatic Single Drive And Steer Tires 5.00% Non-Marking Solid Pneumatic Single Dive & Steer 5.00% 6000 LB CAP. TIER 4 DIESEL PNEUMATIC TIRE LIFT TRUCK 5.00% TRIPLEX MAST 5.00% 1.8" X 4.9" X 60" Hook Type - Pallet 5.00% 59.0" Wide ITA Class III Hook Type Carriage 5.00% Solid Pneumatic Single Drive And Steer Tires 5.00% Non-Marking Solid Pneumatic Single Dive & Steer 5.00% 3-Section Valve With Fingertip Controls 5.00% Single Function Internal Hosing - Triplex Mast 5.00% 9° Fwd / 6° Back - Bottler''s Tilt Cylinders 5.00% Rear Grab Handle With Horn Button 5.00% Steering Wheel Knob 5.00% Premium Working Light Package 5.00% Amber Strobe Light - Mounted Above OHG 5.00% Full Suspension Cloth Seat 5.00% Dual Panoramic Rear View Mirror Kit 5.00% 8000 LB CAP. TIER 4 DIESEL PNEUMATIC TIRE LIFT TRUCK 5.00% DUPLEX MAST 5.00% 2.0" X 6.0" X 72" Hook Type - Pallet 5.00% 71.0" Wide Hook Type Carriage 5.00% 71" Wide ITA Class III Hang-On Sideshifter 5.00% Solid Pneumatic Single Drive Tires 5.00% 4-Section Valve With Cowl Mounted Levers 5.00% Dual Function Internal Hosing - Triplex Mast 5.00% 3000 LB CAPACITY 36/48 VOLT ELE. CUSHION TIRE 5.00% SIMPLEX MAST 5.00% 1.4" X 3.9" X 48" Hook Type - Pallet 5.00% 3500 LB CAPACITY 36/48 VOLT ELE. CUSHION TIRE 5.00% SIMPLEX MAST 5.00% 1.4" X 3.9" X 54" Hook Type - Pallet 5.00% Promatch 48V 518 Ah Li-Ion Battery 5.00% 5000 LB CAPACITY 36/48 VOLT ELE. CUSHION TIRE 5.00% SIMPLEX MAST 5.00% 1.6" X 3.9" X 48" Hook Type - Pallet 5.00% 48V Lithium Ion Charger, 200A 5.00% Battery Side Rail Extraction 5.00% Non-Marking Lugged Tread Drive Tires 5.00% 4-Section Valve With Levers 5.00% Dual Function Internal Hosing - Triplex Mast 5.00% 3500 LB CAPACITY 36 VOLT ELE. PNEUMATIC TIRE 5.00% 3500 LB CAPACITY 48 VOLT ELE. PNEUMATIC TIRE 5.00% SIMPLEX MAST 5.00% 48V Lithium Ion Charger, 150A 5.00% Removable (Lift Off) Battery Side Cover 5.00% 38.6" Integral Sideshifter With Fixed Connection 5.00% Solid Pneumatic Non-Marking Tires 5.00% 3-Section Valve 5.00% Rear Grab Handle With Horn Button 5.00% 3,000 lb. Capacity LP Cushion Tire Forklift 5.00% DUPLEX MAST 5.00% 1.4" X 3.9" X 48" Hook Type - Pallet 5.00% 32" Wide ITA Class II Integral Sideshifter 5.00% 3,500 lb. Capacity LP Cushion Tire Forklift 5.00% TRIPLEX MAST 5.00% 1.4" X 3.9" X 54" Hook Type - Pallet 5.00% 32" Wide ITA Class II Hang-On Sideshifter 5.00% 5,000 lb. Capacity LP Cushion Tire Forklift 5.00% TRIPLEX MAST 5.00% 1.6" X 3.9" X 42" Hook Type - Pallet 5.00% 36" Wide ITA Class II Integral Sideshifter 5.00% Non-Marking, Smooth Drive Tires 5.00% Non-Marking, Smooth Steer Tires 5.00% 36" Load Backrest Extension 5.00% 4-Section Valve With Cowl Mounted Levers 5.00% Single Function Internal Hosing -Triplex Mast 5.00% 9° Fwd / 6° Back - Bottler''s Tilt Cylinders 5.00% Rear Grab Bar With Horn Button 5.00% Steering Wheel Knob 5.00% Amber Strobe Light - Mounted Below OHG 5.00% Comfort (Non-Suspension) Cloth Seat 5.00% Aluminum LP Tank, Horizontal Fill - 33.5#5.00% 10,000 lb. Capacity LP Cushion Tire Forklift 5.00% SIMPLEX MAST 5.00% 2.0" X 6.0" X 60" Hook Type - Pallet 5.00% 60.0" Wide Hook Type Carriage 5.00% Non-Marking Drive Tires 5.00% Non-Marking Smooth Steer Tires 5.00% 4-Section Valve With Cowl Mounted Levers 5.00% Single Function Internal Hosing - Simplex Mast 5.00% Short Turn Radius Counterweight 5.00% LED Turn Signals 5.00% 3,000 lb. Capacity LP Pneumatic Tire Forklift 5.00% 3,000 lb. Capacity Gas/LP (Dual Fuel) Pneumatic Tire 5.00% TRIPLEX MAST 5.00% 1.4" X 3.9" X 48" Hook Type - Pallet 5.00% 36" Wide ITA Class II Integral Sideshifter 5.00% Solid Pneumatic Single Drive And Steer Tires 5.00% 4-Section Valve With Cowl Mounted Levers 5.00% Single Function Internal Hosing - Duplex Mast 5.00% Ground Speed Control 5.00% 5,000 lb. Capacity LP Pneumatic Tire Forklift 5.00% 5,000 lb. Capacity Gas/LP (Dual Fuel) Pneumatic Tire 5.00% SIMPLEX MAST 5.00% 1.6" X 3.9" X 54" Hook Type - Pallet 5.00% 55" Wide ITA Class II Integral Sideshifter 5.00% 3-Section Valve With Fingertip Controls 5.00% Amber Rotating Beacon 5.00% Inside Rear View Mirror 5.00% 6,000 lb. Capacity LP Pneumatic Tire Forklift 5.00% 6,000 lb. Capacity Gas/LP (Dual Fuel) Pneumatic Tire 5.00% TRIPLEX MAST 5.00% 1.8" X 4.9" X 60" Hook Type - Pallet 5.00% 59.0" Wide ITA Class III Hook Type Carriage 5.00% 59" Wide ITA Class III Integral Sideshifter 5.00% Air-Filled Pneumatic Dual Drive And Single Steer Tires 5.00% 4-Section Valve With Fingertip Controls 5.00% 8,000 lb. Capacity LP Pneumatic Tire Forklift 5.00% SIMPLEX MAST 5.00% 2.0" X 6.0" X 60" Hook Type - Pallet 5.00% 59.0" Wide Hook Type Carriage 5.00% Solid Pneumatic Dual Drive Tires 5.00% 4-Section Valve With Cowl Mounted Levers 5.00% Single Function Internal Hosing - Simplex Mast 5.00% 6,000 lb. Capacity Tier 4 Final Diesel Pneumatic Tire 5.00% TRIPLEX MAST 5.00% 1.8" X 4.9" X 54" Hook Type - Pallet 5.00% 59" Wide ITA Class III Integral Sideshifter 5.00% Solid Pneumatic Single Drive And Steer Tires 5.00% 36" Load Backrest Extension 5.00% 4-Section Valve With Fingertip Controls 5.00% Dual Function Internal Hosing - Triplex Mast 5.00% 26,000 lb. Capacity Tier 4 Final Diesel Pneumatic Tire 5.00% DUPLEX MAST 5.00% 200mmx70mmx1830mm / 7.9"x2.8"x72"5.00% Fork shaft system for sidesh/forkpos carriage 5.00% Sideshifting/Forkpositioner W=2950/116"5.00% Solid pneumatic tire 12.00x20/8 6 pcs 9-14 ton 5.00% Essential OHG 5.00% Air conditioning AC incl. microfilter 5.00% Brand/Manufacturer Name Commodity Type Model Number Caterpillar Base Equipment TH255 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment TL642 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment TL943 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar Base Equipment TL1055 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Construction and Industrial Equipment (22100000-21-STC) Price Sheet RING POWER CORPORATION GROUP 14: FORKLIFT/TELESCOPIC HANDLERS, RIDING TYPE (INCLUDING ROUGH TERRAIN) - Caterpillar Base Equipment TL1255 Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Caterpillar OEM Option Ref. No. Associated Base Equipment Model Number(s) 561-7233 N/A 509-4918 TH255 509-1891 TH255 472-1142 TH255 331-0090 TH255 566-6680 TH255 565-7823 TH255 331-3251 TH255 601-9597 N/A 602-2292 TL642 565-5064 TL642 566-6803 TL642 474-9845 TL642 602-2331 TL642 482-6420 TL642 479-4531 TL642 477-1403 TL642 601-9599 N/A 607-6384 TL943 606-6877 TL943 561-4268 TL943 566-6817 TL943 566-6781 TL943 482-6420 TL943 477-1403 TL943 501-3003 TL943 464-8004 TL943 549-8956 TL943 301-9754 TL943 604-6114 N/A 561-9276 TL1055 605-4217 TL1055 553-9349 TL1055 485-3318 TL1055 474-9146 TL1055 470-0859 TL1055 573-8270 TL1055 550-9102 TL1055 497-5480 TL1055 474-9845 TL1055 555-1350 TL1055 Construction and Industrial Equipment (22100000-21-STC) Price Sheet GROUP 14: FORKLIFT/TELESCOPIC HANDLERS, RIDING TYPE (INCLUDING ROUGH TERRAIN) - Commodity Code 24101603 604-6117 N/A 487-9823 TL1255 566-6803 TL1255 605-4217 TL1255 479-4531 TL1255 464-7036 TL1255 471-9523 TL1255 506-6192 TL1255 474-7327 TL1255 555-1351 TL1255 567-1247 TL1255 Description Discount TH255C TELEHANDLER CFG1 23.00% PRECLEANER, ENGINE BREATHER 23.00% FAN, ENGINE,VARIABLE/REVERSING 23.00% LIGHTS, ROADING, RH DIP 23.00% BEACON, ROTATING, CAB 23.00% CAB, ENCLOSED WITH HEAT + AC 23.00% TIRES, 12 X 16.5, FOAM 23.00% CARRIAGE, ROTATE/SIDE TILT 48"23.00% TL642 05A TELEHANDLER CFG1 23.00% FRAME, STABILIZER 23.00% RIDE CONTROL 23.00% WORKLIGHTS,LED, A/C COMPATIBLE 23.00% REVERSING, CAMERA 23.00% CAB, ENCLOSED, AC+ HEAT 23.00% LIGHTS,ROADING, RH, STABILIZER 23.00% MONITOR, ADVANCED DISPLAY 23.00% SUN SCREEN, ROOF 23.00% TL943 05A TELEHANDLER CFG1 23.00% FRAME, STABILIZER 23.00% ENGINE 83 KW, HRC 23.00% RIDE CONTROL 23.00% WORKLIGHTS, LED, NO A/C 23.00% BEACON, LED STROBE 23.00% LIGHTS,ROADING, RH, STABILIZER 23.00% SUN SCREEN, ROOF 23.00% PRODUCT LINK READY 23.00% TIRES, 14.00-24, FS, G2, FOAM 23.00% CARRIAGE, SIDE TILT, 72"23.00% FORK, PALLET 2.36" X 6" X 60"23.00% TL1055 05A TELEHANDLER CFG1 23.00% RIDE CONTROL 23.00% HEATER + AIR CONDITIONER, HRC 23.00% WINDOW,REAR, EXT RELEASE, ANSI 23.00% ALARM, BACK-UP, WHITE NOISE 23.00% LIGHTS, ROADING, RH 23.00% BELT, SEAT, 3"23.00% TIRES,400/75-28,NON-MARK, FOAM 23.00% TOOL BOX 23.00% WASHER/WIPER, ROOF 23.00% REVERSING, CAMERA 23.00% CARRIAGE, HYD FRK POSN, 50"23.00% TL1255 05A TELEHANDLER CFG1 23.00% STEERING, SECONDARY 23.00% WORKLIGHTS,LED, A/C COMPATIBLE 23.00% HEATER + AIR CONDITIONER, HRC 23.00% MONITOR, ADVANCED DISPLAY 23.00% TIRES, 17.50-25, FS, G2, FOAM 23.00% BRICK GUARD, FRONT SCREEN 23.00% FENDERS, SET OF FOUR 23.00% COUPLER, HYDRAULIC, IT 23.00% CARRIAGE, HYD FRK POSN, 72"23.00% FORK, PALLET 2.36" X 5" X 72"23.00% Brand/Manufacturer Name Commodity Type Model Number Associated Base Equipment Model Number(s)Description Discount Caterpillar Base Equipment D20 NAC312P- 20kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSEMA D20 M1717L4 60Hz SE Alternator 10.00% Caterpillar Base Equipment D25 NAC313P- 25kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSEMA D25 M1717L4 60Hz SE Alternator 10.00% Caterpillar Base Equipment D30 NAC314P- 30kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSEMA D30 M1717L4 60Hz SE Alternator 10.00% Caterpillar Base Equipment D40-LC NAC147P- 40kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSEAJ D40 LC1514L 60Hz SE Alternator 10.00% Caterpillar Base Equipment D50-LC NAC148P- 50kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSEAM D50 LC3114D 60Hz SE Alternator 10.00% Caterpillar Base Equipment D60-LC NAC224P- 60kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSEAN D60 LC3114F 60Hz SE Alternator 10.00% Caterpillar Base Equipment D80 NAC213P-80kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSEZ6 D80 LC3114F 60Hz SE Alternator 10.00% Caterpillar Base Equipment D100 NAC214P- 100kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSEZ6 D100 LC3114F 60Hz SE Alternator 10.00% Caterpillar Base Equipment D125 NAC203P- 125kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSEZ8 D125 LC3114J 60Hz SE Alternator 10.00% Caterpillar Base Equipment D150 NAC205P- 150kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSEZ9 D150 LC5014D 60Hz SE Alternator 10.00% Caterpillar Base Equipment D175 NAC153P- 175kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSEAC D175 LC5014F 60Hz SE Alternator 10.00% Caterpillar Base Equipment D200 NAC185P- 200kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSEAA D200 LC5014H 60Hz SE Alternator 10.00% Caterpillar Base Equipment C9 200kW C09DE46-200kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSEY4 C9- D200 LC5014J- 60Hz SE Alternator 10.00% Caterpillar Base Equipment C9 250kW C09DE47- 250kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSEY7 C9-250 LC5014L-60Hz SE Alternator 10.00% Caterpillar Base Equipment C9 300kW C09DE48- 300kW 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSEU5 C9-300 LC6114B- 60Hz SE Alternator 10.00% Caterpillar Base Equipment C13 350kW C13DF50- 350kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Construction and Industrial Equipment (22100000-21-STC) Price Sheet RING POWER CORPORATION GROUP 15: POWER GENERATORS (EXCLUDES PORTABLE) - Commodity Code 26111600 Diesel Generators Caterpillar OEM Option OGNSE1Q C13-350 LC6114D- 60Hz SE Alternator 10.00% Caterpillar Base Equipment C13 400kW C13DF51- 400kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSE1N C13-400 LC6114F- 60Hz SE Alternator 10.00% Caterpillar Base Equipment C15 450kW C15DEIE- 450kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNSE1P C15-450 LC6114G- 60Hz SE Alternator 10.00% Caterpillar Base Equipment C15 500kW C15DEIF- 500kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNAR65 C15-500 LC7024J- 60Hz SE Alternator 10.00% Caterpillar Base Equipment C18 550kW C18DE6D- 550kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNAR65 C18-550 LC7024J- 60Hz SE Alternator 10.00% Caterpillar Base Equipment C18 600kW C18DE6E- 600kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNAR65 C18-600 LC7024J- 60Hz SE Alternator 10.00% Caterpillar Base Equipment C18 650kW C18PD1A- 650kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNARG8 C18-650 LC7224P- 60Hz SE Alternator 10.00% Caterpillar Base Equipment C18 700kW C18PD1B- 700kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNARG8 C18-700 LC7224P- 60Hz SE Alternator 10.00% Caterpillar Base Equipment C18 750kW C18PD1C- 750kW 208V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNARG8 C18-750 LC7224P- 60Hz SE Alternator 10.00% Caterpillar Base Equipment C27-800kW C27DRA1- 800kW 480V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGNPMQE C27-800 1298/1- 60Hz SE Alternator 10.00% Caterpillar Base Equipment C32-1000kW C32DR70- 1000kW 480V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGPM999 C32-1000 1402/1B- 60Hz SE Alternator 10.00% Caterpillar Base Equipment C32-1100kW C32DR78- 1100kW 480V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGPM364 C32-1100 1445/2B- 60Hz SE Alternator 10.00% Caterpillar Base Equipment C32-1250kW C32DR61- 1250kW 480V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGPN059 C32-1250 1445/2B- 60Hz SE Alternator 10.00% Caterpillar Base Equipment 3512-1500kW 512DRC5- 1500kW 480V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGPM856 3512-1500 1622/1B- 60Hz SE Alternator 10.00% Caterpillar OEM Option RADS306 3512-1500 Radiator 10.00% Caterpillar Base Equipment 3512-1750kW 516DRC7- 1750kW 480V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGPM858 3512-1750 1645/2B- 60Hz SE Alternator 10.00% Caterpillar OEM Option RADS307 3512-1750 Radiator 10.00% Caterpillar Base Equipment 3516-2000kW 516DRU7- 2000kW 480V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGPM864 3516-2000 1842/2B- 60Hz SE Alternator 10.00% Caterpillar OEM Option RADS210 3516-2000 Radiator 10.00% Caterpillar Base Equipment 3516-2500kW 516DRU9- 2500kW 480V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGPM866 3516-2500 1866/2B- 60Hz SE Alternator 10.00% Caterpillar OEM Option RADS218 3516-2500 Radiator 10.00% Caterpillar Base Equipment 3516-2750kW 516DRK2- 2750kW 480V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGPM862 3516-2750 1868/2B- 60Hz SE Alternator 10.00% Caterpillar OEM Option RADS201 3516-2750 Radiator 10.00% Caterpillar Base Equipment 3516-3000kW 516DRU4- 3000kW 480V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGPM950 3516-3000 1868/2B- 60Hz SE Alternator 10.00% Caterpillar OEM Option RADS223 3516-3000 Radiator 10.00% Caterpillar Base Equipment C175-3000kW 175DRA9- 3000kW 480V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGPM915 C175-3000 1868/1B- 60Hz SE Alternator 10.00% Caterpillar OEM Option RADTF49 C175-3000 Radiator 10.00% Caterpillar Base Equipment C175-3500kW 175DRE3- 3500kW 4160V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGPN068 C175-3500 3055E/2B- 60Hz SE Alternator 10.00% Caterpillar OEM Option RAD0055 C175-3500 Radiator 10.00% Caterpillar Base Equipment C175-4000kW 175DRD4- 4000kW 4160V 60hz 3-ph Emg. Stby Generator -open (No Enclosure, or any other options)20.00% Caterpillar OEM Option OGPM980 C175-4000 3068/2B- 60Hz SE Alternator 10.00% Caterpillar OEM Option RAD0049 C175-4000 Radiator 10.00% Caterpillar Base Equipment DG100 62LGE01- 100kW 208V 60hz 3-ph Natural Gas Emg. Stby Generator -open (No Enclosure, or any other options) 20.00% Caterpillar OEM Option OGNSEMC DG100 M2254L4 60Hz SE Alternator 10.00% Caterpillar Base Equipment DG125 62LGE02- 125kW 208V 60hz 3-ph Natural Gas Emg. Stby Generator -open (No Enclosure, or any other options) 20.00% Caterpillar OEM Option OGNSEMG DG125 M2275L4 60Hz SE Alternator 10.00% Caterpillar Base Equipment DG175 14LGE01- 175kW 208V 60hz 3-ph Natural Gas Emg. Stby Generator -open (No Enclosure, or any other options) 20.00% Caterpillar OEM Option DG175 Alternator Included in 14LGE01 10.00% Caterpillar Base Equipment DG200 14LGE02- 200kW 208V 60hz 3-ph Natural Gas Emg. Stby Generator -open (No Enclosure, or any other options) 20.00% Caterpillar OEM Option DG200 Alternator Included in 14LGE01 10.00% Caterpillar Base Equipment DG230 14LGE03- 230kW 208V 60hz 3-ph Natural Gas Emg. Stby Generator -open (No Enclosure, or any other options) 20.00% Caterpillar OEM Option DG230 Alternator Included in DG230 10.00% Caterpillar Base Equipment DG250 14LGE04- 250kW 208V 60hz 3-ph Natural Gas Emg. Stby Generator -open (No Enclosure, or any other options) 20.00% Caterpillar OEM Option DG250 Alternator Included in DG250 10.00% Caterpillar Base Equipment DG275 14LGE05- 275kW 208V 60hz 3-ph Natural Gas Emg. Stby Generator -open (No Enclosure, or any other options) 20.00% Caterpillar OEM Option DG275 Alternator Included in DG275 10.00% Caterpillar Base Equipment DG300 14LGE06- 300kW 208V 60hz 3-ph Natural Gas Emg. Stby Generator -open (No Enclosure, or any other options) 20.00% Natural Gas Generators Caterpillar OEM Option DG300 Alternator Included in DG300 10.00% Caterpillar Base Equipment DG350 21LGE01- 350kW 208V 60hz 3-ph Natural Gas Emg. Stby Generator -open (No Enclosure, or any other options) 20.00% Caterpillar OEM Option DG350 Alternator Included in DG350 10.00% Caterpillar Base Equipment DG400 21LGE02- 400kW 208V 60hz 3-ph Natural Gas Emg. Stby Generator -open (No Enclosure, or any other options) 20.00% Caterpillar OEM Option DG400 Alternator Included in DG400 10.00% Caterpillar Base Equipment DG450 21LGE03- 450kW 208V 60hz 3-ph Natural Gas Emg. Stby Generator -open (No Enclosure, or any other options) 20.00% Caterpillar OEM Option DG450 Alternator Included in DG450 10.00% Caterpillar Base Equipment G3412- 500kW 412GE61- 500kW 208V 60hz 3-ph Natural Gas Emg. Stby Generator -open (No Enclosure, or any other options) 20.00% Caterpillar OEM Option OGNPRA8 G3412-500 7034J FRAME 60Hz SE Alternator 10.00% Caterpillar OEM Option RAD0104 G3412-500 Radiator 10.00% Caterpillar Base Equipment G3512- 750kW 512GE61- 750kW 480V 60hz 3-ph Natural Gas Emg. Stby Generator -open (No Enclosure, or any other options) 20.00% Caterpillar OEM Option PGNLV03 G3512-750 1467 FRAME 1BR 60Hz SE Alternator 10.00% OEM Option RAD4501 G3512-750 Radiator 10.00% Caterpillar Base Equipment G3512-1000kW 512GE60- 1000kW 480V 60hz 3-ph Natural Gas Emg. Stby Generator -open (No Enclosure, or any other options) 20.00% Caterpillar OEM Option PGNLV03 G3512- 1000 1467 FRAME 1BR 60Hz SE Alternator 10.00% Caterpillar OEM Option RAD4501 G3512- 1000 Radiator 10.00% Caterpillar Base Equipment G3520-2000kW 520GE7L- 2000kW 480V 60hz 3-ph Natural Gas Emg. Stby Generator -open (No Enclosure, or any other options) 20.00% Caterpillar OEM Option OGPM888 G3520- 2000 1844 FRAME 2BR FW 60Hz SE Alternator 10.00% Caterpillar OEM Option RADS205 G3520- 2000 Radiator 10.00% Caterpillar Base Equipment XQ35 C02RN01- 27kW/35kVA Multi-voltage 60hz Emg. Stby Generator -(No trailer, or any other options)20.00% Caterpillar OEM Option XQ35 Alternator Included in XQ35 10.00% Caterpillar Base Equipment XQ60 C03DG94- 47.5kW/60kVA Multi-voltage 60hz Emg. Stby Generator -(No trailer, or any other options)20.00% Caterpillar OEM Option XQ60 Alternator Included in XQ60 10.00% Caterpillar Base Equipment XQ125 C04DF67- 100kW/125kVA Multi-voltage 60hz Emg. Stby Generator -(No trailer, or any other options)20.00% Caterpillar OEM Option XQ125 Alternator Included in XQ125 10.00% Caterpillar Base Equipment XQ230 C07DF35- 182kW/228kVA Multi-voltage 60hz Emg. Stby Generator -(No trailer, or any other options)20.00% Caterpillar OEM Option XQ230 Alternator Included in XQ230 10.00% Caterpillar Base Equipment XQ425 C13DQ16- 340kW/425kVA Multi-voltage 60hz Emg. Stby Generator -(No trailer, or any other options)20.00% Caterpillar OEM Option XQ425 Alternator Included in XQ425 10.00% Caterpillar Base Equipment XQ570 C18DQ02- 455kW/568kVA Multi-voltage 60hz Emg. Stby Generator -(No trailer, or any other options)20.00% Caterpillar OEM Option XQ570 Alternator Included in XQ570 10.00% Caterpillar Base Equipment XQ1140 C18DQ04- 910kW/1136kVA Multi-voltage 60hz Emg. Stby Generator -(No trailer, or any other options)20.00% Caterpillar OEM Option XQ1140 Alternator Included in XQ1140 10.00% Diesel Mobile Generators Brand/Manufacturer Name Commodity Type Model Number Tow Master Base Equipment T-50RG Tow Master Base Equipment T-70RG Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master Base Equipment T-70HT Tow Master Base Equipment T-80HT Tow Master Base Equipment T-110HT Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master Base Equipment T-70DTG Tow Master Base Equipment T-100DTG Tow Master Base Equipment T-110DTG Tow Master Base Equipment T-120DTG Tow Master OEM Option Tow Master OEM Option Construction and Industrial Equipment (22100000-21-STC) Price Sheet RING POWER CORPORATION GROUP 17: GOOSENECK, LOWBOY, AND HEAVY EQUIPMENT TRAILERS - Commodity Code 25181700 Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master Base Equipment T-80J Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master Base Equipment TC-12D Tow Master Base Equipment TC-14D Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master Base Equipment T-12D Tow Master Base Equipment T-16D Tow Master Base Equipment T-20D Tow Master Base Equipment T-24D Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master Base Equipment T-12DT Tow Master Base Equipment T-16DT Tow Master Base Equipment T-20DT Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master Base Equipment T-16T Tow Master Base Equipment T-20T Tow Master Base Equipment T-24T Tow Master Base Equipment T-30T Tow Master Base Equipment T-40T Tow Master Base Equipment T-50T Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master Base Equipment T-16LP Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master Base Equipment T-20LP Tow Master Base Equipment T-24LP Tow Master Base Equipment T-30LP Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master OEM Option Tow Master Base Equipment T-40LP Tow Master Base Equipment T-50LP Ref. No. Associated Base Equipment Model Number(s) N/A N/A T-50RG / T-70RG T-50RG / T-70RG T-50RG / T-70RG T-50RG / T-70RG T-50RG / T-70RG T-50RG / T-70RG T-50RG / T-70RG T-50RG / T-70RG T-50RG / T-70RG T-50RG / T-70RG T-50RG / T-70RG T-50RG / T-70RG T-50RG / T-70RG T-50RG / T-70RG N/A N/A N/A T-70HT / T-80HT / T-110HT T-70HT / T-80HT / T-110HT T-70HT / T-80HT / T-110HT T-70HT / T-80HT / T-110HT T-70HT / T-80HT / T-110HT T-70HT / T-80HT / T-110HT T-70HT / T-80HT / T-110HT T-70HT / T-80HT / T-110HT T-70HT / T-80HT / T-110HT T-70HT / T-80HT / T-110HT T-70HT / T-80HT / T-110HT T-70HT / T-80HT / T-110HT T-70HT / T-80HT / T-110HT T-70HT / T-80HT / T-110HT T-70HT / T-80HT / T-110HT T-70HT / T-80HT / T-110HT N/A N/A N/A N/A T-70/T-100/T-110/T-120DTG T-70/T-100/T-110/T-120DTG Construction and Industrial Equipment (22100000-21-STC) Price Sheet Commodity Code 25181700 T-70/T-100/T-110/T-120DTG T-70/T-100/T-110/T-120DTG T-70/T-100/T-110/T-120DTG T-70/T-100/T-110/T-120DTG T-70/T-100/T-110/T-120DTG T-70/T-100/T-110/T-120DTG T-70/T-100/T-110/T-120DTG T-70/T-100/T-110/T-120DTG T-70/T-100/T-110/T-120DTG T-70/T-100/T-110/T-120DTG T-70/T-100/T-110/T-120DTG T-70/T-100/T-110/T-120DTG T-70/T-100/T-110/T-120DTG N/A T-80J T-80J T-80J T-80J T-80J T-80J T-80J T-80J N/A N/A TC-12D / TC-14D TC-12D / TC-14D TC-12D / TC-14D TC-12D / TC-14D TC-12D / TC-14D TC-12D / TC-14D TC-12D / TC-14D TC-12D / TC-14D TC-12D / TC-14D TC-12D / TC-14D TC-12D / TC-14D TC-12D / TC-14D N/A N/A N/A N/A T-12D / T-16D / T-20D / T-24D T-12D / T-16D / T-20D / T-24D T-12D / T-16D / T-20D / T-24D T-12D / T-16D / T-20D / T-24D T-12D / T-16D / T-20D / T-24D N/A N/A N/A T-12DT / T-16DT/ T-20DT T-14DT/ T-16DT/ T-18DT/ T-20DT T-14DT/ T-16DT/ T-18DT/ T-20DT T-14DT/ T-16DT/ T-18DT/ T-20DT T-14DT/ T-16DT/ T-18DT/ T-20DT T-14DT/ T-16DT/ T-18DT/ T-20DT T-14DT/ T-16DT/ T-18DT/ T-20DT T-14DT/ T-16DT/ T-18DT/ T-20DT T-14DT/ T-16DT/ T-18DT/ T-20DT N/A N/A N/A N/A N/A N/A T-20T / T-24T / T-30T / T-40T / T-50T T-20T / T-24T / T-30T / T-40T / T-50T T-20T / T-24T / T-30T / T-40T / T-50T T-20T / T-24T / T-30T / T-40T / T-50T T-20T / T-24T / T-30T / T-40T / T-50T T-20T / T-24T / T-30T / T-40T / T-50T T-20T / T-24T / T-30T / T-40T / T-50T N/A T-16LP T-16LP T-16LP T-16LP T-16LP N/A N/A N/A T-20LP / T-24LP / T-30LP T-20LP / T-24LP / T-30LP T-20LP / T-24LP / T-30LP T-20LP / T-24LP / T-30LP T-20LP / T-24LP / T-30LP T-20LP / T-24LP / T-30LP T-20LP / T-24LP / T-30LP T-20LP / T-24LP / T-30LP T-20LP / T-24LP / T-30LP N/A N/A Description Discount T-50RG RIGID GOOSENECK 3.00% T-70RG RIGID GOOSENECK 3.00% 30 DEGREE SLOPED GOOSENECK 3.00% DOUBLE SLOPE GOODNECK 3.00% ADD. DECK LENGTH, PER FOOT 3.00% ADDITIONAL D-RINGS OR STAKE POCKETS 3.00% RUB RAIL, PER FOOT OF DECK 3.00% 12k ELECTRIC WINCH 3.00% ADD. 22.5k SPRING AXLE 3.00% ADD. 22.5k AIR AXLE 3.00% SPARE TIRE & WHEEL, 215/75R 17.5 LR H 3.00% WOOD FILLED BEAVERTAIL 3.00% 6' ANGLE IRON BEAVERTAIL 3.00% DOUBLE BREAK BEAVERTAIN 7'6" W/ 6' SPRIG ASSIST 3.00% 6' ALUM. RAMPS TO LOAD ON TOP DECK 3.00% BI-FOLD RAMPS ELE OVER HYD, 3.00% T-70HT HYDRAULIC TAIL 48' DECK LENGTH 3.00% T-80HT HYDRAULIC TAIL 48' DECK LENGTH 3.00% T-110HT HYDRAULIC TAIL 48' DECK LENGTH 3.00% 20K HYD WINCH W/ CABLE 3.00% WINCH GUARD 3.00% WIRELESS REMOTE 3.00% DUAL HYDRAULICS 3.00% 6' HYD. REVESSED DECK RAMP 3.00% WOOD FILLED RAMPS 3.00% STAR TRACTION RAMPS OVER STEEL 3.00% ADD. DECK PER FOOT 3.00% CROSS MEMBERS 8" ON CENTER MAIN DECK 3.00% DOUBLE DROP 6" DROP APPROX 3.00% STAKE POCKETS (EACH)3.00% 9' DECK WIDTH 3.00% 3RD AXLE AIR RIDE 3.00% DIGIAL AIR WEIGH SCALE SYSTEM 3.00% 6' ALUM. INCLINE ASSIST RAMPS FOR TAIL 3.00% 3RD TAILLIGHT PKG 3.00% T-70DTG DETACHABLE GOOSENECK 3.00% T-100DTG DETACHABLE GOOSENECK 3.00% T-110DTG DETACHABLE GOOSENECK 3.00% T-120DTG DETACHABLE GOOSENECK 3.00% SIDE RAIL STIFFENERS 3.00% ADDITIONAL D-RINGS (EACH)3.00% FRONT CENTER RAMP - ALUM.3.00% REAR 6'X36" ELE OVER HYD STEEL CLEAT OR WOOD TOP 3.00% RAISED WHEEL COVERS 3.00% 24 DEGREES SLOPE FROM DECK TO WHEEL 3.00% 14'1" FLEX. STINGER W/ NON REMOABLE SINGLE AXLE 3.00% MANUAL RIDE HEIGHT ADJ. 3.00% WHEEL, POLISHED 8.25X22.5X10 BOLT (EACH) W/O TIRE 3.00% DIGITAL AIR WEIGH SYSTEM 3.00% HUBODOMETER 3.00% LED STROBE LIGHT FLIP/BOOSTER 3.00% 20K HYD WINCH W/ CABLE WET LINE 3.00% WINCH ROLLER 3.00% 6 FUNCTION WIRELESS REMOTE 3.00% T-80J JEEP 3.00% FENDERS FOR GOOSENECK (ALUM)3.00% ALUM TOOLBOX 3.00% 8'6" WIDTH OPTION 3.00% 60" AXLE SPACING 3.00% 2S/1M ABS SYSTEM 3.00% 4S/2M ABS SYSTEM 3.00% WHEEL, POLISHED 8.25X22.5X10 BOLT (EACH) W/O TIRE 3.00% PSI TIRE INFLATION SYSTEM (PER AXLE)3.00% TC-12D DROP DECK @ 18' DECK LENGTH 3.00% TC-14D DROP DECK @ 18' DECK LENGTH 3.00% HYD. SURGE BRAKES 3.00% 12K BOLT ON SIDE WIND PARKING JACK 3.00% LOCKABLE STORAGE TRAY LID 3.00% GOOSENECK 84" SWING CL., 36" HITCH HEIGHT 3.00% 8K ELECTRIC WINCH 3.00% D-RINGS TIE DOWNS (EACH)3.00% WHITE OAK WOOD DECK (PER LINEAR FOOT)3.00% 3' WOOD TOPPED BEAVER TAIL W/ 5'ANGLE IRON RAMP 3.00% EZ LUBE HUBS 3.00% SPARE TIRE MOUNT BRACKET 3.00% SPARE TIRE & WHEEL 235/85R16 3.00% SPRING ASSIST RAMP 3.00% T-12D DROP DECK @ 18' DECK LENGTH 3.00% T-16D DROP DECK @ 18' DECK LENGTH w/ 84" WIDE 3.00% T-20D DROP DECK @ 18" DECK LENGTH 3.00% T-24D DROP DECK @ 18" DECK LENGTH 3.00% ELECTRIC OVER HYD. 12K JACK W/ BATTERY 3.00% FULL WIDTH AHEAD OF FENDERS 3.00% FULL WIDTH AHEAD OF FENDERS & BEHIND 3.00% 6' RAMPS, STAR TRACTION (SOLID BAR)3.00% HUBOMETER 3.00% T-12DT DROP DECK TILT @ 18' DECK LENGTH 3.00% T-16DT DROP DECK TILT @ 18' DECK LENGTH 3.00% T-20DT DROP DECK TILT @ 18' DECK LENGTH 3.00% LOCKABLE STORAGE TRAY LID 3.00% PALLET FORK HOLDERS 3.00% 8K ELECTRIC WINCH 3.00% 4' STATIONARY DECK OPTION 3.00% 6' STATIONARY DECK OPTION 3.00% APITONG (PER FOOT)3.00% RUB RAIL & STAKE POCKETS (PER FOOT)3.00% SPARE TIRE MOUNT BRACKET 3.00% WOOD TOPPED RACK 48"X48"3.00% T-16T DECK OVER TILT 20' DECK W/ ELECTRIC BRAKES 3.00% T-20T DECK OVER TILT 24' DECK W/ ELECTRIC BRAKES 3.00% T-24T DECK OVER TILT 24' DECK W/ ELECTRIC BRAKES 3.00% T-30T DECK OVER TILT 24' DECK W/ ELECTRIC BRAKES 3.00% T-40T DECK OVER TILT 24' DECK 3.00% T-50T DECK OVER TILT 24' DECK 3.00% TONGUE LENGTH, ADD. PER FOOT 3.00% RIGID GOOSENECK 3.00% 30 DEGREE SLOPED NECK 3.00% 6' STATIONARY PLATFORM DECK 3.00% 12k ELECTRIC WINCH 3.00% 6' WOOD FILLED FLIP OVER RAMP 3.00% 2 CHOCK BLOCKS WITH HOLDERS 3.00% T-16LP DECK OVER W/ 20' DECK 3.00% LOCKABLE STORAGE TRAY LID 3.00% ADDITIONAL DECK LENGTH (PER FOOT)3.00% ADDITIONAL STAKE POCKETS (EACH)3.00% APITONG (PER FOOT)3.00% WOOD FILLED 5' RAMPS 3.00% T-20LP DECK OVER 20' DECK W/ ELECTRIC BRAKES 3.00% T-24LP DECK OVER 20' DECK W/ ELECTRIC BRAKES 3.00% T-30LP DECK OVER 20' DECK W/ ELECTRIC BRAKES 3.00% TONGUE LENGTH, ADD. PER FOOT 3.00% RIGID GOOSENECK 3.00% RUB RAIL WITH STAKE POCKETS (PER FOOT)3.00% 12k ELECTRIC WINCH 3.00% WOOD FILLED BEAVERTAIL IN LIEU OF ANGLE IRON 3.00% 6' ANGLE IRON BEAVERTAIL 3.00% BUCKET WELL IN BEAVERTAIL 3.00% THIRD RAMP 3.00% 6' WOOD FILLED RAMPS 3.00% T-40LP DECK OVER W/ 20' DECK LENGTH 3.00% T-50LP DECK OVER W/ 24' DECK LENGTH 3.00% Brand/Manufacturer Name Commodity Type Model Number Construction and Industrial Equipment (22100000-21-STC) Price Sheet RING POWER CORPORATION GROUP 18: SPECIALTY TRAILERS: LANDSCAPE AND DUMP TRAILERS - Commodity Code 25181700 Ref. No. Associated Base Equipment Model Number(s) Construction and Industrial Equipment (22100000-21-STC) Price Sheet Commodity Code 25181700 Description MSRP Discount Net Price         State Term Contract    No. 22100000-21-STC    Construction and Industrial Equipment     22100000-21-STC Page 1 of 22 Construction and Industrial Equipment  This Contract is between the State of Florida, Department of Management Services (Department), an agency of the State of Florida, and Ring Power Corporation (Contractor), collectively referred to herein as the “Parties.” Accordingly, the Parties agree as follows: I. Initial Contract Term. The Initial Contract Term shall be for three years. The Initial Contract Term shall begin on July 1, 2021, or on the last date, it is signed by all Parties, whichever is later. The Contract shall expire on June 30, 2024, unless terminated earlier in accordance with the Special Contract Conditions. II. Renewal Term. Upon mutual written agreement, the Parties may renew this Contract, in whole or in part, for a Renewal Term not to exceed the Initial Contract Term, pursuant to the incorporated Special Contract Conditions. III. Contract. As used in this document, “Contract” (whether or not capitalized) shall, unless the context requires otherwise, include this document and all incorporated Attachments, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Contract must be in writing and signed by all Parties. All Attachments listed below are incorporated in their entirety into and form part of, this Contract. The Contract Attachments shall have priority in the order listed: a) Attachment 1, Special Contract Conditions b) Attachment 2, Scope of Work c) Attachment 3, Price Quote Form d) Attachment 4, Acknowledgement of Order e) Attachment 5, Preferred Pricing Affidavit f) Attachment 6, Contractor’s Submitted Product Group Discount g) Attachment 7, Price Sheet DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 2 of 22 Construction and Industrial Equipment  IV. Contract Management. Department’s Contract Manager: Shaveon Nelson Division of State Purchasing Florida Department of Management Services 4050 Esplanade Way, Suite 360 Tallahassee, Florida 32399-0950 Telephone: (850) 922-1214 Email: Shaveon.Nelson@dms.fl.gov Contractor’s Contract Manager: Sarah Griffith Ring Power Corporation 500 World Commerce Parkway St. Augustine, Florida 32092 Telephone: (904) 737-7730 Email: Sarah.Griffith@Ringpower.com IN WITNESS THEREOF, the Parties hereto have caused this Contract, which includes the incorporated Attachments, to be executed by their undersigned officials as duly authorized. This Contract is not valid and binding until signed and dated by the Parties. CONTRACTOR STATE OF FLORIDA, RING POWER CORPORATION DEPARTMENT OF MANAGEMENT SERVICES _____________________________ _______________________________ Alan Thomas Tami Fillyaw Vice President, Chief of Staff Governmental Sales Manager _____________________________ _______________________________ Date: Date: DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 6/8/2021 | 7:51 AM PDT 6/9/2021 | 9:26 AM EDT SP approved version 7‐1‐2019 1  ATTACHMENT 1 SPECIAL CONTRACT CONDITIONS JULY 1, 2019 VERSION Table of Contents SECTION 1. DEFINITION. .......................................................................................................................... 2  SECTION 2. CONTRACT TERM AND TERMINATION. ................................................................................ 2  SECTION 3. PAYMENT AND FEES. ............................................................................................................ 3  SECTION 4. CONTRACT MANAGEMENT. ................................................................................................. 4  SECTION 5. COMPLIANCE WITH LAWS. ................................................................................................... 6  SECTION 6. MISCELLANEOUS. ................................................................................................................. 7  SECTION 7. LIABILITY AND INSURANCE…………………………………………………………………………………………….. 9   SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL  PROPERTY. ............................................................................................................................................. 10  SECTION 9. DATA SECURITY. ................................................................................................................. 12  SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. ......................................................... 13  SECTION 11. CONTRACT MONITORING. ............................................................................................... 14  SECTION 12. CONTRACT AUDITS. .......................................................................................................... 15  SECTION 13. BACKGROUND SCREENING AND SECURITY. ..................................................................... 16  SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. ................................................... 17  In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000 is included herein by reference but is superseded in its entirety by these Special Contract Conditions. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 2  SECTION 1. DEFINITION. The following definition applies in addition to the definitions in Chapter 287, Florida Statutes (F.S.), and Rule Chapter 60A-1, Florida Administrative Code (F.A.C.): 1.1 Customer. The agency or eligible user that purchases commodities or contractual services pursuant to the Contract. SECTION 2. CONTRACT TERM AND TERMINATION. 2.1 Initial Term. The initial term will begin on the date set forth in the Contract documents or on the date the Contract is signed by all Parties, whichever is later. 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(13), F.S. 2.3 Suspension of Work and Termination. 2.3.1 Suspension of Work. The Department may, at its sole discretion, suspend any or all activities under the Contract, at any time, when it is in the best interest of the State of Florida to do so. The Customer may suspend a resulting contract or purchase order, at any time, when in the best interest of the Customer to do so. The Department or Customer will provide the Contractor written notice outlining the particulars of the suspension. After receiving a suspension notice, the Contractor must comply with the notice and will cease the performance of the Contract or purchase order. Suspension of work will not entitle the Contractor to any additional compensation. The Contractor will not resume performance of the Contract or purchase order until so authorized by the Department. 2.3.2 Termination for Convenience. The Contract may be terminated by the Department in whole or in part at any time, in the best interest of the State of Florida. If the Contract is terminated before performance is completed, the Contractor will be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the Contract price as the amount of work satisfactorily performed. All work in progress will become the property of the Customer and will be turned over promptly by the Contractor. 2.3.3 Termination for Cause. If the performance of the Contractor is not in compliance with the Contract requirements or the Contractor has defaulted, the Department may: (a) immediately terminate the Contract; (b) notify the Contractor of the noncompliance or default, require correction, and specify the date by which the correction must be completed before the Contract is terminated; or (c) take other action deemed appropriate by the Department. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 3  SECTION 3. PAYMENT AND FEES. 3.1 Pricing. The Contractor will not exceed the pricing set forth in the Contract documents. 3.2 Price Decreases. The following price decrease terms will apply to the Contract: 3.2.1 Quantity Discounts. Contractor may offer additional discounts for one-time delivery of large single orders; 3.2.2 Preferred Pricing. The Contractor guarantees that the pricing indicated in this Contract is a maximum price. Additionally, Contractor’s pricing will not exceed the pricing offered under comparable contracts. Comparable contracts are those that are similar in size, scope, and terms. In compliance with section 216.0113, F.S., Contractor must annually submit an affidavit from the Contractor’s authorized representative attesting that the Contract complies with this clause. 3.2.3 Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, the Contractor may conduct sales promotions involving price reductions for a specified lesser period. The Contractor must submit documentation identifying the proposed: (1) starting and ending dates of the promotion, (2) commodities or contractual services involved, and (3) promotional prices compared to then-authorized prices. 3.3 Payment Invoicing. The Contractor will be paid upon submission of invoices to the Customer after delivery and acceptance of commodities or contractual services is confirmed by the Customer. Invoices must contain sufficient detail for an audit and contain the Contract Number and the Contractor’s Federal Employer Identification Number. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.5 Travel. Travel expenses are not reimbursable unless specifically authorized by the Customer in writing and may be reimbursed only in accordance with section 112.061, F.S. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 4  3.6 Annual Appropriation. Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an agency for the purchase of services or tangible personal property for a period in excess of one fiscal year, the State of Florida’s performance and obligation to pay under the Contract is contingent upon an annual appropriation by the Legislature. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(22), F.S. All payments issued by Customers to registered Vendors for purchases of commodities or contractual services will be assessed Transaction Fees as prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law. Vendors must pay the Transaction Fees and agree to automatic deduction of the Transaction Fees when automatic deduction becomes available. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or reporting of transactions will constitute grounds for declaring the Vendor in default and subject the Vendor to exclusion from business with the State of Florida. 3.8 Taxes. Taxes, customs, and tariffs on commodities or contractual services purchased under the Contract will not be assessed against the Customer or Department unless authorized by Florida law. 3.9 Return of Funds. Contractor will return any overpayments due to unearned funds or funds disallowed pursuant to the terms of the Contract that were disbursed to the Contractor. The Contractor must return any overpayment within forty (40) calendar days after either discovery by the Contractor, its independent auditor, or notification by the Department or Customer of the overpayment. SECTION 4. CONTRACT MANAGEMENT. 4.1 Composition and Priority. The Contractor agrees to provide commodities or contractual services to the Customer as specified in the Contract. Additionally, the terms of the Contract supersede the terms of all prior agreements between the Parties on this subject matter. 4.2 Notices. All notices required under the Contract must be delivered to the designated Contract Manager in a manner identified by the Department. 4.3 Department’s Contract Manager. The Department’s Contract Manager, who is primarily responsible for the Department’s oversight of the Contract, will be identified in a separate writing to the Contractor upon Contract signing in the following format: Department’s Contract Manager Name DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 5  Department’s Name Department’s Physical Address Department’s Telephone # Department’s Email Address If the Department changes the Contract Manager, the Department will notify the Contractor. Such a change does not require an amendment to the Contract. 4.4 Contractor’s Contract Manager. The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s oversight of the Contract performance, will be identified in a separate writing to the Department upon Contract signing in the following format: Contractor’s Contract Manager Name Contractor’s Name Contractor’s Physical Address Contractor’s Telephone # Contractor’s Email Address If the Contractor changes its Contract Manager, the Contractor will notify the Department. Such a change does not require an amendment to the Contract. 4.5 Diversity. 4.5.1 Office of Supplier Diversity. The State of Florida supports its diverse business community by creating opportunities for woman-, veteran-, and minority-owned small business enterprises to participate in procurements and contracts. The Department encourages supplier diversity through certification of woman-, veteran-, and minority-owned small business enterprises and provides advocacy, outreach, and networking through regional business events. For additional information, please contact the Office of Supplier Diversity (OSD) at osdinfo@dms.myflorida.com. 4.5.2 Diversity Reporting. Upon request, the Contractor will report to the Department its spend with business enterprises certified by the OSD. These reports must include the time period covered, the name and Federal Employer Identification Number of each business enterprise utilized during the period, commodities and contractual services provided by the business enterprise, and the amount paid to the business enterprise on behalf of each agency purchasing under the Contract. 4.6 RESPECT. Subject to the agency determination provided for in section 413.036, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413, FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES; DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 6  AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED. Additional information about RESPECT and the commodities or contractual services it offers is available at https://www.respectofflorida.org. 4.7 PRIDE. Subject to the agency determination provided for in sections 287.042(1) and 946.515, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S., IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED. Additional information about PRIDE and the commodities or contractual services it offers is available at https://www.pride-enterprises.org. SECTION 5. COMPLIANCE WITH LAWS. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-(c), and (g), F.S., are hereby incorporated by reference. 5.2 Dispute Resolution, Governing Law, and Venue. Any dispute concerning performance of the Contract shall be decided by the Department's designated Contract Manager, who will reduce the decision to writing and serve a copy on the Contractor. The decision of the Contract Manager shall be final and conclusive. Exhaustion of this administrative remedy is an absolute condition precedent to the Contractor's ability to pursue legal action related to the Contract or any other form of dispute resolution. The laws of the State of Florida govern the Contract. The Parties submit to the jurisdiction of the courts of the State of Florida exclusively for any legal action related to the Contract. Further, the Contractor hereby waives all privileges and rights relating to venue it may have under Chapter 47, F.S., and all such venue privileges and rights it may have under any other statute, rule, or case law, including, but not limited to, those based on convenience. The Contractor hereby submits to venue in the county chosen by the Department. 5.3 Department of State Registration. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 7  Consistent with Title XXXVI, F.S., the Contractor and any subcontractors that assert status, other than a sole proprietor, must provide the Department with conclusive evidence of a certificate of status, not subject to qualification, if a Florida business entity, or of a certificate of authorization if a foreign business entity. 5.4 Suspended, Convicted, and Discriminatory Vendor Lists. In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate who is on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor List during the term of the Contract. 5.5 Scrutinized Companies - Termination by the Department. The Department may, at its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287.135(5), F.S., or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel. 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. SECTION 6. MISCELLANEOUS. 6.1 Subcontractors. The Contractor will not subcontract any work under the Contract without prior written consent of the Department. The Contractor is fully responsible for satisfactory completion of all its subcontracted work. The Department supports diversity in its procurements and contracts, and requests that the Contractor offer subcontracting opportunities to certified woman-, veteran-, and minority-owned small businesses. The DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 8  Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on certified small business enterprises available for subcontracting opportunities. 6.2 Assignment. The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations under the Contract without the prior written consent of the Department. However, the Contractor may waive its right to receive payment and assign same upon notice to the Department. In the event of any assignment, the Contractor remains responsible for performance of the Contract, unless such responsibility is expressly waived by the Department. The Department may assign the Contract with prior written notice to the Contractor. 6.3 Independent Contractor. The Contractor and its employees, agents, representatives, and subcontractors are independent contractors and not employees or agents of the State of Florida and are not entitled to State of Florida benefits. The Department and Customer will not be bound by any acts or conduct of the Contractor or its employees, agents, representatives, or subcontractors. The Contractor agrees to include this provision in all its subcontracts under the Contract. 6.4 Inspection and Acceptance of Commodities. 6.4.1 Risk of Loss. Matters of inspection and acceptance are addressed in section 215.422, F.S. Until acceptance, risk of loss or damage will remain with the Contractor. The Contractor will be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer will: record any evidence of visible damage on all copies of the delivering carrier’s bill of lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s bill of lading and damage inspection report. 6.4.2 Rejected Commodities. When a Customer rejects a commodity, Contractor will remove the commodity from the premises within ten (10) calendar days after notification of rejection, and the risk of loss will remain with the Contractor. Commodities not removed by the Contractor within ten (10) calendar days will be deemed abandoned by the Contractor, and the Customer will have the right to dispose of such commodities. Contractor will reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected commodities. 6.5 Safety Standards. Performance of the Contract for all commodities or contractual services must comply with requirements of the Occupational Safety and Health Act and other applicable State of Florida and federal requirements. 6.6 Ombudsman. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this office are found in section 215.422, F.S., which include disseminating information relative to prompt payment and assisting contractors in receiving their payments in a timely manner from a Customer. The Vendor Ombudsman may be contacted at (850) 413-5516. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 9  6.7 Time is of the Essence. Time is of the essence regarding every obligation of the Contractor under the Contract. Each obligation is deemed material, and a breach of any such obligation (including a breach resulting from untimely performance) is a material breach. 6.8 Waiver. The delay or failure by the Department or the Customer to exercise or enforce any rights under the Contract will not constitute waiver of such rights. 6.9 Modification and Severability. The Contract may only be modified by written agreement between the Department and the Contractor. Should a court determine any provision of the Contract is invalid, the remaining provisions will not be affected, and the rights and obligations of the Parties will be construed and enforced as if the Contract did not contain the provision held invalid. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(5), F.A.C. SECTION 7. LIABILITY AND INSURANCE. 7.1 Workers’ Compensation Insurance. The Contractor shall maintain workers’ compensation insurance as required under the Florida Workers’ Compensation Law or the workers’ compensation law of another jurisdiction where applicable. The Contractor must require all subcontractors to similarly provide workers’ compensation insurance for all of the latter’s employees. In the event work is being performed by the Contractor under the Contract and any class of employees performing the work is not protected under Workers’ Compensation statutes, the Contractor must provide, and cause each subcontractor to provide, adequate insurance satisfactory to the Department, for the protection of employees not otherwise protected.   7.2 General Liability Insurance. The Contractor must secure and maintain Commercial General Liability Insurance, including bodily injury, property damage, products, personal and advertising injury, and completed operations. This insurance must provide coverage for all claims that may arise from performance of the Contract or completed operations, whether by the Contractor or anyone directly or indirectly employed by the Contractor. Such insurance must include the State of Florida as an additional insured for the entire length of the resulting contract. The Contractor is responsible for determining the minimum limits of liability necessary to provide reasonable financial protections to the Contractor and the State of Florida under the resulting contract. 7.3 Florida Authorized Insurers. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 10  All insurance shall be with insurers authorized and eligible to transact the applicable line of insurance business in the State of Florida. The Contractor shall provide Certification(s) of Insurance evidencing that all appropriate coverage is in place and showing the Department to be an additional insured. 7.4 Performance Bond. Unless otherwise prohibited by law, the Department may require the Contractor to furnish, without additional cost to the Department, a performance bond or irrevocable letter of credit or other form of security for the satisfactory performance of work hereunder. The Department shall determine the type and amount of security.   7.5 Indemnification. To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and hold the Customer and the State of Florida, its officers, employees, and agents harmless from all fines, claims, assessments, suits, judgments, or damages, including consequential, special, indirect, and punitive damages, including court costs and attorney’s fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, or intellectual property right or out of any acts, actions, breaches, neglect, or omissions of the Contractor, its employees, agents, subcontractors, assignees, or delegates related to the Contract, as well as for any determination arising out of or related to the Contract that the Contractor or Contractor’s employees, agents, subcontractors, assignees, or delegates are not independent contractors in relation to the Customer. The Contract does not constitute a waiver of sovereign immunity or consent by the Customer or the State of Florida or its subdivisions to suit by third parties. Without limiting this indemnification, the Customer may provide the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor’s sole expense, and (3) assistance in defending the action at Contractor’s sole expense. 7.6 Limitation of Liability. Unless otherwise specifically enumerated in the Contract or in the purchase order, neither the Department nor the Customer shall be liable for special, indirect, punitive, or consequential damages, including lost data or records (unless the Contract or purchase order requires the Contractor to back-up data or records), even if the Department or Customer has been advised that such damages are possible. Neither the Department nor the Customer shall be liable for lost profits, lost revenue, or lost institutional operating savings. The Department or Customer may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs, and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State. SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY. 8.1 Public Records. 8.1.1 Termination of Contract. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 11  The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F. S., made or received by the Contractor in conjunction with the Contract. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: 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 THE TELEPHONE NUMBER, EMAIL ADDRESS, AND MAILING ADDRESS PROVIDED IN THE RESULTING CONTRACT OR PURCHASE ORDER. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. (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 time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the 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. 8.2 Protection of Trade Secrets or Otherwise Confidential Information. 8.2.1 Contractor Designation of Trade Secrets or Otherwise Confidential Information. If the Contractor considers any portion of materials to be trade secret under section 688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the Contractor must clearly designate that portion of the materials as trade secret or otherwise confidential when submitted to the Department. The Contractor will be DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 12  responsible for responding to and resolving all claims for access to Contract-related materials it has designated trade secret or otherwise confidential. 8.2.2 Public Records Requests. If the Department receives a public records request for materials designated by the Contractor as trade secret or otherwise confidential under Florida or federal law, the Contractor will be responsible for taking the appropriate legal action in response to the request. If the Contractor fails to take appropriate and timely action to protect the materials designated as trade secret or otherwise confidential, the Department will provide the materials to the requester. 8.2.3 Indemnification Related to Confidentiality of Materials. The Contractor will protect, defend, indemnify, and hold harmless the Department for claims, costs, fines, and attorney’s fees arising from or relating to its designation of materials as trade secret or otherwise confidential. 8.3 Document Management. The Contractor must retain sufficient documentation to substantiate claims for payment under the Contract and all other records, electronic files, papers, and documents that were made in relation to this Contract. The Contractor must retain all documents related to the Contract for five (5) years after expiration of the Contract or, if longer, the period required by the General Records Schedules maintained by the Florida Department of State available at the Department of State’s Records Management website. 8.4 Intellectual Property. 8.4.1 Ownership. Unless specifically addressed otherwise in the Contract, the State of Florida shall be the owner of all intellectual property rights to all property created or developed in connection with the Contract. 8.4.2 Patentable Inventions or Discoveries. Any inventions or discoveries developed in the course, or as a result, of services in connection with the Contract that are patentable pursuant to 35 U.S.C. § 101 are the sole property of the State of Florida. Contractor must inform the Customer of any inventions or discoveries developed or made through performance of the Contract, and such inventions or discoveries will be referred to the Florida Department of State for a determination on whether patent protection will be sought. The State of Florida will be the sole owner of all patents resulting from any invention or discovery made through performance of the Contract. 8.4.3 Copyrightable Works. Contractor must notify the Department or State of Florida of any publications, artwork, or other copyrightable works developed in connection with the Contract. All copyrights created or developed through performance of the Contract are owned solely by the State of Florida. SECTION 9. DATA SECURITY. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 13  The Contractor will maintain the security of State of Florida data including, but not limited to, maintaining a secure area around any displayed visible data and ensuring data is stored and secured when not in use. The Contractor and subcontractors will not perform any of the services from outside of the United States, and the Contractor will not allow any State of Florida data to be sent by any medium, transmitted, or accessed outside the United States due to Contractor’s action or inaction. In the event of a security breach involving State of Florida data, the Contractor shall give notice to the Customer and the Department within one business day. “Security breach” for purposes of this section will refer to a confirmed event that compromises the confidentiality, integrity, or availability of data. Once a data breach has been contained, the Contractor must provide the Department with a post-incident report documenting all containment, eradication, and recovery measures taken. The Department reserves the right in its sole discretion to enlist a third party to audit Contractor’s findings and produce an independent report, and the Contractor will fully cooperate with the third party. The Contractor will also comply with all HIPAA requirements and any other state and federal rules and regulations regarding security of information. SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. 10.1 Gratuities. The Contractor will not, in connection with this Contract, directly or indirectly (1) offer, give, or agree to give anything of value to anyone as consideration for any State of Florida officer’s or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone anything of value for the benefit of, or at the direction or request of, any State of Florida officer or employee. 10.2 Lobbying. In accordance with sections 11.062 and 216.347, F.S., Contract funds are not to be used for the purpose of lobbying the Legislature, the judicial branch, or the Department. Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from lobbying the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding the Contract after the Contract is executed and during the Contract term. 10.3 Communications. 10.3.1 Contractor Communication or Disclosure. The Contractor shall not make any public statements, press releases, publicity releases, or other similar communications concerning the Contract or its subject matter or otherwise disclose or permit to be disclosed any of the data or other information obtained or furnished in compliance with the Contract, without first notifying the Customer’s Contract Manager and securing the Customer’s prior written consent. 10.3.2 Use of Customer Statements. The Contractor shall not use any statement attributable to the Customer or its employees for the Contractor’s promotions, press releases, publicity releases, marketing, corporate communications, or other similar communications, without first notifying the Customer’s Contract Manager and securing the Customer’s prior written consent. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 14  SECTION 11. CONTRACT MONITORING. 11.1 Performance Standards. The Contractor agrees to perform all tasks and provide deliverables as set forth in the Contract. The Department and the Customer will be entitled at all times, upon request, to be advised as to the status of work being done by the Contractor and of the details thereof. 11.2 Performance Deficiencies and Financial Consequences of Non-Performance. 11.2.1 Proposal of Corrective Action Plan. In addition to the processes set forth in the Contract (e.g., service level agreements), if the Department or Customer determines that there is a performance deficiency that requires correction by the Contractor, then the Department or Customer will notify the Contractor. The correction must be made within a time-frame specified by the Department or Customer. The Contractor must provide the Department or Customer with a corrective action plan describing how the Contractor will address all performance deficiencies identified by the Department or Customer. 11.2.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure. If the corrective action plan is unacceptable to the Department or Customer, or implementation of the plan fails to remedy the performance deficiencies, the Department or Customer will retain ten percent (10%) of the total invoice amount. The retainage will be withheld until the Contractor resolves the performance deficiencies. If the performance deficiencies are resolved, the Contractor may invoice the Department or Customer for the retained amount. If the Contractor fails to resolve the performance deficiencies, the retained amount will be forfeited to compensate the Department or Customer for the performance deficiencies. 11.3 Performance Delay. 11.3.1 Notification. The Contractor will promptly notify the Department or Customer upon becoming aware of any circumstances that may reasonably be expected to jeopardize the timely and successful completion (or delivery) of any commodity or contractual service. The Contractor will use commercially reasonable efforts to avoid or minimize any delays in performance and will inform the Department or the Customer of the steps the Contractor is taking or will take to do so, and the projected actual completion (or delivery) time. If the Contractor believes a delay in performance by the Department or the Customer has caused or will cause the Contractor to be unable to perform its obligations on time, the Contractor will promptly so notify the Department and use commercially reasonable efforts to perform its obligations on time notwithstanding the Department’s delay. 11.3.2 Liquidated Damages. The Contractor acknowledges that delayed performance will damage the DepartmentCustomer, but by their nature such damages are difficult to ascertain. Accordingly, the liquidated damages provisions stated in the Contract documents will apply. Liquidated damages are not intended to be a penalty and are solely intended to compensate for damages. 11.4 Force Majeure, Notice of Delay, and No Damages for Delay. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 15  The Contractor will not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay, and the delay is due directly to fire, explosion, earthquake, windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism, civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly beyond the Contractor’s reasonable control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. The foregoing does not excuse delay which could have been avoided if the Contractor implemented any risk mitigation required by the Contract. In case of any delay the Contractor believes is excusable, the Contractor will notify the Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) calendar days after the cause that created or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) calendar days after the date the Contractor first had reason to believe that a delay could result. The foregoing will constitute the Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages will be asserted by the Contractor. The Contractor will not be entitled to an increase in the Contract price or payment of any kind from the Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor will perform at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State of Florida or to Customers, in which case the Department may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers and the Department with respect to commodities or contractual services subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the commodity or contractual services that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. SECTION 12. CONTRACT AUDITS. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, the Office of the Auditor General also have authority to perform audits and inspections. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 16  12.2 Payment Audit. Records of costs incurred under terms of the Contract will be maintained in accordance with section 8.3 of these Special Contract Conditions. Records of costs incurred will include the Contractor’s general accounting records, together with supporting documents and records of the Contractor and all subcontractors performing work, and all other records of the Contractor and subcontractors considered necessary by the Department, the State of Florida’s Chief Financial Officer, or the Office of the Auditor General. SECTION 13. BACKGROUND SCREENING AND SECURITY. 13.1 Background Check. The Department or Customer may require the Contractor to conduct background checks of its employees, agents, representatives, and subcontractors as directed by the Department or Customer. The cost of the background checks will be borne by the Contractor. The Department or Customer may require the Contractor to exclude the Contractor’s employees, agents, representatives, or subcontractors based on the background check results. In addition, the Contractor must ensure that all persons have a responsibility to self-report to the Contractor within three (3) calendar days any arrest for any disqualifying offense. The Contractor must notify the Contract Manager within twenty-four (24) hours of all details concerning any reported arrest. Upon the request of the Department or Customer, the Contractor will re-screen any of its employees, agents, representatives, and subcontractors during the term of the Contract. 13.2 E-Verify. The Contractor must use the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired during the term of the Contract for the services specified in the Contract. The Contractor must also include a requirement in subcontracts that the subcontractor must utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. In order to implement this provision, the Contractor must provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E-Verify System, it will do so within five (5) calendar days of notice of Contract award and provide the Contract Manager a copy of its MOU within five (5) calendar days of Contract execution. The link to E-Verify is https://www.uscis.gov/e-verify. Upon each Contractor or subcontractor new hire, the Contractor must provide a statement within five (5) calendar days to the Contract Manager identifying the new hire with its E-Verify case number. 13.3 Disqualifying Offenses. If at any time it is determined that a person has been found guilty of a misdemeanor or felony offense as a result of a trial or has entered a plea of guilty or nolo contendere, regardless of whether adjudication was withheld, within the last six (6) years from the date of the court’s determination for the crimes listed below, or their equivalent in any jurisdiction, the Contractor is required to immediately remove that person from any position with access to State of Florida data or directly performing services under the Contract. The disqualifying offenses are as follows: (a) Computer related crimes; (b) Information technology crimes; DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 SP approved version 7‐1‐2019 17  (c) Fraudulent practices; (d) False pretenses; (e) Frauds; (f) Credit card crimes; (g) Forgery; (h) Counterfeiting; (i) Violations involving checks or drafts; (j) Misuse of medical or personnel records; and (k) Felony theft. 13.4 Confidentiality. The Contractor must maintain confidentiality of all confidential data, files, and records related to the commodities or contractual services provided pursuant to the Contract and must comply with all state and federal laws, including, but not limited to sections 381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures must be consistent with the most recent version of the Department security policies, protocols, and procedures. The Contractor must also comply with any applicable professional standards with respect to confidentiality of information. SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. The Contractor warrants that, to the best of its 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 Contractor’s ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Department in writing if its ability to perform is compromised in any manner during the term of the Contract. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 4 of 22 Construction and Industrial Equipment  Attachment 2 Scope of Work 1. Purpose To provide Customers with Construction and Industrial Equipment on a statewide basis, pursuant to the terms set forth in this Scope of Work. 2. Definitions All definitions apply in both their singular and plural context. Accessory – A part or object used for convenience, attractiveness, safety, etc. to improve Base Equipment capability which meet the requirements, specifications, terms, and conditions herein, and may be installed to, uninstalled from, or provided with or separately from the Base Equipment by the Manufacturer or Dealer, as is specified, ordered, legal, customary, reasonable, and prudent in the industry. Base Equipment – A Manufacturer’s base Construction and Industrial Equipment without the inclusion of OEM or Non-OEM Options, Parts, Accessories, and Implements. Base Equipment may be identified by a combination of the Manufacturer’s name, trade name, brand name, make name, model name, model number, or catalog number. Business Day – Monday through Friday, inclusive, except for those holidays specified in section 110.117, F.S., from 8:00 a.m. to 5:00 p.m. at the Customer’s location. Commodity – As defined in section 287.012, F.S. Commodities may include Base Equipment; OEM and Non-OEM Options, Parts, Accessories, and Implements; and other products available through this Contract. Commodities may also be referred to throughout as “Construction and Industrial Equipment.”   Commodity Code – The State’s numeric code for classifying commodities and contractual services which meet specific requirements, specifications, terms, and conditions herein. Florida has adopted the United Nations Standard Products and Services Code (UNSPSC) for classifying commodities and services. Confidential Information – Information that is trade secret or otherwise confidential or exempt from disclosure under Florida or federal law. Contract – The written agreement between the Department and the Contractor. A Contractor can be a Manufacturer or a Dealer. Contract Manager – The representative designated by the Department who will oversee all aspects of the Contract, monitor performance expectations, and serve as the primary point of contact for the Contractor. Contractor – A Vendor that enters a Contract with the Department. Customer – A State agency or Eligible User. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 5 of 22 Construction and Industrial Equipment  Dealer – A Manufacturer’s certified representative authorized by the Manufacturer to market, sell, provide, and service the Commodities and services of the Manufacturer responsive to the Contract. Dealers may be Contractor owned and controlled in whole or in part or independently owned and controlled. Department – The Department of Management Services, a State agency. Eligible User – As defined in Rule 60A-1.001(2), F.A.C. Group – A series of Commodities with applicable Commodity Codes which are described in the Description of Scope section in the Scope of Work. Implement – A tool, utensil, or other piece of equipment, especially as used for a particular purpose or to improve Base Equipment capability which meet the requirements, specifications, terms, and conditions herein, and may be installed to, uninstalled from, or provided with or separately from the Base Equipment by the Manufacturer or Dealer, as is specified, ordered, legal, customary, reasonable, and prudent in the industry. Manufacturer – The producer or provider of Construction and Industrial Equipment which possess the minimum quality, reliability, service, and value required by the Department and Customers. May be used interchangeably with Brand Name. Manufacturer’s Suggested Retail Price (MSRP) – The MSRP represents the Manufacturer’s recommended retail selling price, list price, published price, or other usual and customary price that would be paid by the purchaser for specific Commodities without benefit of a Contract resulting from this solicitation. It must be publicly listed, available, and verifiable by the Department. MSRP Credit – The MSRP price of OEM and Non-OEM Options, Parts, Accessories or Implements that are deducted from the Base Equipment price paid by the Customer if removed from the Base Equipment. MSRP List – The Manufacturer’s Suggested Retail Price List, a collection of MSRPs and related information broken down by specific Commodities. In the priority listed below, only the following are acceptable sources of current MSRPs and MSRP Lists for use under the resulting Contract:  Manufacturer’s Annual U.S. Price Book; and  Manufacturer’s official website or dealer software. Net Price – The final price paid by the Customer after applying all MSRP discounts and MSRP Credits. Net Price for Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s) and their respective features, equipment, and components shall include all charges. Packing, handling, freight, distribution, and delivery shall be included at no additional charge to the Customer. Non-OEM – Produced by a manufacturer or party other than the OEM. Option – Options requested by the Customer specifically for the Construction and Industrial Base Equipment which meet the requirements, specifications, terms, and conditions herein, and may be installed to, uninstalled from, or provided with or separately from the Base Equipment by DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 6 of 22 Construction and Industrial Equipment  the Manufacturer or Dealer, as is specified, ordered, legal, customary, reasonable, and prudent in the industry. Original Equipment Manufacturer (OEM) – The original Manufacturer of a Commodity. Part – Repair or service parts for Base Equipment which meet the requirements, specifications, terms, and conditions herein, and may be installed to, uninstalled from, or provided with or separately from the Base Equipment by the Manufacturer or Dealer, as is specified, ordered, legal, customary, reasonable, and prudent in the industry. State – The State of Florida. 3. Scope of Work   3.1 Description of Scope The Commodities (including Base Equipment; OEM and Non-OEM Options, Parts, Accessories, and Implements; and other products available through this Contract) shall be classified under the following Groups: Group Group Description Group 1 EXCAVATORS: MINI/COMPACT TRACK EXCAVATORS (LESS THAN 70 HP) Group 2 EXCAVATORS: TRACK EXCAVATORS (EQUAL TO OR GREATER THAN 70 HP) Group 3 EXCAVATORS: WHEEL AND TRUCK MOUNT Group 4 MOTOR GRADERS AND MAINTAINERS Group 5 COMPACTORS/ROLLERS: ASPHALT, SOIL, AND LANDFILL Group 6 DOZERS: CRAWLER Group 7 DOZERS: WHEEL Group 8 COMPACT TRACK AND MULTI TERRAIN LOADERS (LESS THAN 15,000 LBS. OPERATING WEIGHT) Group 9 CRAWLER/TRACK LOADERS (GREATER THAN 15,000 OPERATING WEIGHT) Group 10 WHEEL LOADERS Group 11 SKID STEER LOADERS: WHEEL Group 12 BACKHOE LOADERS: WHEEL Group 13 INDUSTRIAL TRUCKS/FORKLIFTS Group 14 FORKLIFT/TELESCOPIC HANDLERS, RIDING TYPE (INCLUDING ROUGH TERRAIN) Group 15 POWER GENERATORS (EXCLUDES PORTABLE) DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 7 of 22 Construction and Industrial Equipment  Group 16 CONSTRUCTION EQUIPMENT: INCLUDES CONCRETE SAWS, PORTABLE CEMENT MIXERS, PORTABLE LIGHTS, OTHER (EXCLUDES HAND TOOLS AND EQUIPMENT THAT QUALIFIES FOR OTHER GROUPS) Group 17 GOOSENECK, LOWBOY, AND HEAVY EQUIPMENT TRAILERS Group 18 SPECIALTY TRAILERS: LANDSCAPE AND DUMP TRAILERS The Contract is intended to cover only those Commodities generally used by the State of Florida as listed and described herein and does not include all varieties of equipment that are commercially available. The Department in its sole discretion shall determine eligibility and accessibility of all Commodities available and included under the Contract. The Contractor shall be responsible for removing all non-eligible and unacceptable Commodities under the Contract from the Contractor’s MSRP List and Price Sheet. Delivery of non-conforming Commodities and contractual services, which are not remedied as required herein, may be cause for default proceedings or contract termination. 3.2 Commodity Specifications and Standards The Contractor shall ensure that all Commodities, including all Base Equipment, OEM and Non-OEM Options, Parts, Accessories, and Implements, and their respective features, equipment, and components, shall meet the following minimum requirements: 1. All Commodities shall be designed, constructed, equipped, assembled (except as specified in the Transportation and Delivery section in this SOW), and installed to be fully suitable for their intended use, purpose, and service. The Contractor is not required to install Parts purchased by the Customer unless specifically agreed to by the Customer and Contractor; 2. All Commodities shall be new and unused (except as specified in the Transportation and Delivery section of this SOW), for the current Manufacturer’s model year or later, of current or recent production, and of the latest design and construction; 3. All Commodities shall be biodiesel (B-20), compressed natural gas (“CNG”), diesel, electric, gasoline (E-10 to E-85), liquefied petroleum gas (“LPG”), natural gas, or propane powered; 4. All Commodities shall include all OEM standard features, equipment, and components, Manufacturer or Dealer installed according to the Manufacturer’s standard procedures, requirements, and specifications; 5. All Commodities shall be free of damage and/or rust which may affect appearance or serviceability; 6. All Commodities shall be professionally designed, manufactured, installed, and serviced pursuant to the industry standard of care; 7. All Commodities shall comply with required state and federal laws, including but not limited to motor vehicle, mobile equipment, safety, and environmental laws; and 8. All Commodities shall meet the requirements, specifications, terms, and conditions herein. Contactor shall ensure that no Contractor or Dealer advertising or identification (name, logos, etc.) is on the Commodities, including Base Equipment, OEM and Non-OEM Options, Parts, Accessories, and Implements, and their respective features, equipment, and components. Manufacturer advertising or identification (name, model, logos, etc.) shall be permitted on the DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 8 of 22 Construction and Industrial Equipment  respective Commodities if such advertising or identification is a Manufacturer’s standard on the specific Commodity. The Department, in its sole discretion, shall determine what is Contractor or Dealer advertising or identification, what is Commodity Manufacturer’s advertising or identification, and what advertising or identification is acceptable. The Contractor shall be responsible for removing, without damage, all unacceptable advertising or identification. The Contractor may use Dealers in accordance with the terms herein to provide sales and support for the awarded Commodities offered under this Contract. In the event the Contractor elects to use Dealers, the Contractor shall remain fully accountable for ensuring that the Dealer complies with the terms of this Contract. In the event the Dealers fail to comply with the terms of this Contract, the Contractor shall remain fully liable. The Contractor shall ensure that Dealers remain current with the Contractor’s authorized Commodities and MSRP List. The Contractor shall remain responsible for receiving purchase orders and shall remain responsible for invoicing the Customer for payment. All invoices shall remain in the name of the Contractor. The Contractor may not utilize Dealers until receiving express authorization from the Department. Information regarding the Contractor’s addition of Dealers can be found at the following link: https://www.dms.myflorida.com/business_operations/state_purchasing/vendor_resources/subcontractor_dealer_reseller_forms. 3.3 Federal and State Standards It is the intent of the Department 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 being provided. This includes, but is not limited to: Federal Motor Vehicle Safety Standards (“FMVSS”), Occupational Safety and Health Administration (“OSHA”), Environmental Protection Agency (“EPA”) Standards, and State of Florida laws, requirements, and regulations that apply to the type and class of Commodities being provided. In addition, the Contractor is responsible for complying with any applicable federal or State legislation that becomes effective during the term of the Contract upon the legislation’s effectiveness. The Contractor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the Contractor, whether as the Manufacturer or Dealer, shall contact the DMS Contract Manager immediately. 3.4 Testing Samples of delivered Commodities may be selected at random by Customers or Department and tested for compliance with the requirements, specifications, terms, and conditions. 3.5 Warranty The Contractor shall ensure that the Manufacturer’s standard warranty shall cover all Commodities of the Contract. The Manufacturer’s standard warranty is required to provide coverage against defective material, workmanship, and failure to perform in accordance with the specifications and required performance criteria. The Manufacturer’s standard warranty coverage shall be identical to or exceed the most inclusive of those normally provided for the Commodities specified herein that are sold to any federal, state, or local governments. The Manufacturer’s standard warranty shall have a minimum term of one year from the acceptance section and shall begin only at the time of acceptance by the Customer. Should the Manufacturer’s standard warranty conflict with any requirements, specifications, terms, or conditions of the Contract, then the Contract requirements, specifications, terms, and conditions shall prevail. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 9 of 22 Construction and Industrial Equipment  3.6 Commodities Recall In the event there is a recall of any of the Commodities, any of its components, or any parts incorporating the equipment ("Recalled Equipment"), the Contractor shall provide reasonable assistance to the Department in developing a recall strategy and shall cooperate with the Department and the Customers in monitoring the recall operation and in preparing such reports as may be required. Each Contractor shall, at the request of the Department or any Customer, give the Department and each Customer all reasonable assistance in locating and recovering any equipment or Recalled Equipment. Each Contractor shall immediately notify and provide copies to the Department of any communications, whether relating to recalls or otherwise, with any Customer. The Contractor shall ensure defective Recalled Equipment are rectified, replaced and/or destroyed in compliance with all applicable laws, rules or regulations and the Department's reasonable instructions. All Contractor efforts relating to Recalled Equipment shall be at Contractor’s own expense. 3.7 Commodity Compliance and Compatibility It is the Contractor’s responsibility to ensure that the Commodities supplied are compliant with the Contract requirements, specifications, terms, and conditions. Additionally, the Contractor shall ensure that all Commodities ordered by the Customer are fully compatible with each other and with any associated pre-existing Commodity possessed by the Customer and disclosed to the Contractor by the Customer. The Contractor’s acceptance of the Customer’s order shall indicate that the Contractor agrees to deliver a Commodity that is fully compliant and compatible with the Customer’s order requirements, specifications, terms, and conditions. In the event any ordered Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features, equipment, and components are found by the Customer to be missing, incorrect, defective, damaged, non-compatible, or non-compliant, the Contractor shall, at the Customer’s discretion, be required to complete one of the following at no additional cost to the Customer:  Install or repair the Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s), and their respective features, equipment, and components;  Replace the Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features, equipment, and components; or OEM Options, Parts, Accessories, and Implements Non-OEM Options, Parts, Accessories, and Implements; and  Refund the purchase price of the Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features, equipment, and components to the Customer. Any changes necessary after the delivery of the Customer’s order that are required to bring a Commodity into compliance or compatibility due to an incorrect order fulfillment by the Contractor shall be accomplished at the Contractor’s expense.   3.8 Commodities Title and Registration Construction and Industrial Equipment delivered under the Contract shall be titled and registered by the Contractor in accordance with Florida law, including Chapters 319 and 320, Florida Statutes. The Contractor shall send any necessary form(s) that shall be signed by an authorized representative of the Customer with the Commodity upon delivery, and the DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 10 of 22 Construction and Industrial Equipment  Contractor shall obtain any necessary signatures and complete the titling and registration process for the Customer in a timely manner. In the event the Customer is permitted by law or policy to obtain title and registration independent of the Contractor, and chooses to obtain title and registration independent of the Contractor, the Customer will notify the Contractor in writing of this decision no later than three Business Days following receipt of the Acknowledgement of Order form. However, the Customer shall then be obligated to title and register the awarded Commodity and the Contractor shall provide any documents necessary for the Customer to do so. Customers may elect to transfer an existing license plate or may choose to obtain a new license plate.  Transferring an existing license plate is the standard default order type and does not require specific notation on the Purchase Order. All related fees associated with transferring an existing license plate are included in the Base Equipment Net Price a) When obtaining a new license plate, the Customer should include a notation on the Customer Order and an additional amount to cover the cost of a new license plate. The Contractor is not required to obtain a new license plate for the Customer unless there is a notation and a new license plate fee is included on the Customer Order. All related fees except for the new license plate cost are included in the Base Equipment Net Price. The Customer’s order notation for a new license plate shall include the request for a new license plate, the type of license plate required, and a contact person’s name, title, and telephone number. b) The Contractor may obtain special plates such as “State”, “County”, or “City” from most county tax offices, but agency plates such as “DOT”, “DC”, “DNR”, etc. shall be obtained from the Department of Highway Safety and Motor Vehicles, Division of Motor Vehicles, in Tallahassee, Florida. 3.9 Transportation and Delivery The Net Price for Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features, equipment, and components shall include all charges. Packing, handling, freight, distribution, and delivery shall be included at no additional charge to the Customer. Transportation and Delivery shall be FOB Destination to any point statewide as follows: 1. Customers shall be notified within two Business Days when Commodities are not in stock or unavailable from the Manufacturer at the time of order. Commodities must be delivered within 180 Calendar Days after receipt of order, unless otherwise agreed to by the Customer. For any delivery not made within the 180 Calendar Day timeframe, the Department’s Contract Manager must be notified and given a copy of the Customer’s order. The Contractor must provide the Department’s Contract Manager any requested information and timeframe for completion of the order. 2. Commodities in stock must be delivered within 14 Calendar Days after receipt of order or the receipt of the Commodities from the Manufacturer, with one exception – Commodities requiring post-Manufacturer or Dealer installed OEM or Non-OEM Options, Parts, Accessories, and Implements shall be delivered within 30 Calendar Days after receipt of the Commodities from the Manufacturer(s). Delivery of the Commodity is defined as receipt of the Commodity at the Customer’s designated location. Delivery does not constitute the Customer’s acceptance. See section 3.12, Acceptance, in this SOW. The Contractor shall give the ordering Customer a minimum of one DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 11 of 22 Construction and Industrial Equipment  Business Day notice prior to delivery. Commodities shall be delivered as determined by the Customer. The Contractor shall deliver Commodities by either private or common carrier transport. Where deliveries may be accomplished by driving the self-propelled, street-legal, Commodity a maximum of three road miles, the self-propelled Commodity may be driven to the delivery location at Contractor’s sole risk and expense. The Contractor shall comply with the Manufacturer’s break-in requirements and all applicable traffic laws. All self-propelled operator occupied Commodities delivered by the Contractor to the Customer shall contain no less than one-quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. At the Customer’s option, Commodities with less than one-quarter (1/4) tank of fuel at delivery may be rejected or $3.00 per gallon or gallon equivalent up to one-quarter of the Commodity’s fuel tank capacity may be deducted from the invoice and payment. The Contractor shall perform the standard Manufacturer’s pre-delivery inspection and is responsible for delivering a Commodity that is properly serviced, clean, and in first class operating condition. The Contractor is required to perform the following, at a minimum, as part of its pre-delivery service: 1. Completely lubricate operating chassis, engine, and mechanisms with Manufacturer’s recommended grades of lubricants; 2. Check and fill all fluid levels to ensure proper fill; 3. Adjust engine(s) to proper operating condition(s); 4. Inflate tires to proper pressure; 5. Ensure proper operation of all accessories, gauges, lights, and mechanical and hydraulic features; 6. Clean equipment, if necessary, and remove all unnecessary and prohibited tags, stickers, papers, etc.; 7. Ensure that the awarded Commodity is completely assembled (unless otherwise noted in the following sub-section) including Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features, equipment, and components and OEM Options, Parts, Accessories, and Implements, are thoroughly tested and ready for immediate operation upon delivery; and 8. Where applicable, ensure that the product is packaged in a manner which ensures safe delivery to the destination. Packaging shall comply with all federal, state, and local laws including but not limited to the requirements of section 403.7191, Florida Statutes. The Contractor shall mark each package to include the name of the Contractor, the State Term Contract number, the purchase or Customer Order number, and a brief description of the contents. The Contractor shall deliver all Commodities with each of the following completed documents: 1. Copy of the Manufacturer’s pre-delivery inspection form, which meets or exceeds the requirement herein; 2. Copy of the ordering Customer’s Purchase Order; 3. Copy of the applicable Manufacturer specification(s); 4. Copy of the Manufacturer’s invoice(s) (prices may be deleted or obscured) for each Commodity, including individual Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features, equipment, and components and OEM Options, Parts, Accessories, and Implements in the shipment; 5. Manufacturer’s Window Sticker(s), if applicable; 6. Manufacturer’s Certificate of Origin, if applicable; DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 12 of 22 Construction and Industrial Equipment  7. Manufacturer’s Operator Manual, and (if not included in the operator manual) one each of the Manufacturer’s lubrication and maintenance instructions; 8. Copy of the Manufacturer’s Standard Warranty Certifications; 9. Sales Tax Exemption Form, if applicable; 10. Temporary Tag and twenty day Extension Tag, if applicable; and 11. DHSMV82040, Application for Certificate of Title and/or Vehicle Registration, if applicable. Deliveries that do not include the above applicable forms and documents, or that have forms that have been altered, or are not properly completed, may be refused. Repeated failures by the Contractor to include the above properly completed forms and publications, or that have submitted altered forms, to the ordering Customers may be cause for default proceedings and/or Contract termination. These Transportation and Delivery requirements, terms, and conditions also apply to the re-delivery of a Commodity that was previously rejected upon initial delivery. 3.10 Price Quote Form For all Customer requests the Contractor shall complete and submit an Attachment 3, Price Quote Form (PQF), to the Customer for the requested Commodities. For all Commodities quoted on the PQF, the MSRP Listing must also be provided to the Customer. All Commodities shall be itemized on the PQF and include applicable brand, model, and pricing information. The price quoted for Commodities shall not exceed the current Contract’s Net Price to Customers. The PQF shall be completed by the Contractor and returned to the Customer within two Business Days of the Contractor’s receipt of the Customer’s request for a quote. Customers are encouraged to seek more than one quote from the identified awarded Contractors, where available. Customers may negotiate with the Contractor to establish a lower price through a greater discount percentage off MSRP. 3.11 Acknowledgement of Order Form For each order, the Contractor shall provide the ordering Customer with a fully completed Attachment 4, Acknowledgement of Order Form, within five Business Days of receiving the Customer’s Order. The Contractor must use the Acknowledgment of Order Form and must not make any alterations. Failure to timely provide the Customer with the Acknowledgement of Order Form shall be deemed acceptance of the Order, which, if necessary, shall require the Contractor to provide the newest model of the Commodity which meets the prices, discounts, requirements, specifications, terms, and conditions herein. When the Contractor receives an order and does not have the ordered Commodities in stock and cannot deliver the Commodities to the Customer within fourteen calendar days, the Contractor shall notify the ordering Customer on the Acknowledgement of Order Form. When providing the Acknowledgment of Order Form the Contractor shall provide the Customer with the Manufacturer’s order confirmation information and estimated delivery date. Submission of the Acknowledgement of Order Form is the responsibility of the Contractor without prompting or notification by the Contract Manager or Customer. Repeated failures by the Contractor to timely submit completed Acknowledgement of Order Forms to the ordering Customers may be cause for default proceedings and Contract termination. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 13 of 22 Construction and Industrial Equipment  3.12 Acceptance The Customer, within three Business Days of delivery, will inspect the Commodity received for acceptability. The Customer should compare the physical Commodity delivered; Contract prices, discounts, requirements, specifications, terms, and conditions; Customer order; and Manufacturer’s Window Sticker/Manufacturer’s Invoice(s) to ensure the Commodity received meets or exceeds the requirements, specifications, terms, and conditions of the Contract and Customer order. Additionally, the Customer should inspect the Commodity for any damage. The Contractor is obligated to correct any errors or damage. Failure by the Customer to discover an error or damage in the Commodity shall not relieve the Contractor from their obligation to correct the error or damage in the event it is found any time after the Commodity is delivered. The Parties agree that inspection and acceptance shall be the Customer’s responsibility and occur at the location of the Customer. Title and risk of loss or damage to all Commodities shall be the responsibility of the Contractor until accepted by the Customer. The Contractor shall be responsible for filing, processing, and collecting all damage claims. The Customer shall assist the Contractor by:  Recording any evidence of visible damage on all copies of the delivering carrier’s bill of lading;  Reporting any known visible and concealed damage to the carrier and the Contractor;  Confirming said reports in writing within fifteen Business Days of delivery, requesting that the carrier inspect the damaged merchandise; and  Providing the Contractor with a copy of the carrier’s bill of lading and damage inspection report. Transportation and Delivery of the Commodity does not constitute acceptance for the purpose of payment. Acceptance and authorization of payment shall be given by the Customer only after a thorough inspection indicates that the Commodity is undamaged and meets the Contract requirements, specifications, terms, and conditions. Should the delivered Commodity be damaged or differ in any respect from the Contract requirements, specifications, terms, and conditions, payment shall be withheld until such time as the Contractor completes the required, Customer-approved, corrective action. Should the Commodity require service or adjustments as part of the Customer-approved corrective action(s), the Contractor shall either remedy the defect or be responsible for reimbursing the Manufacturer’s local service Dealer or others selected by the Customer to remedy the defect. The Contractor shall initiate such required service or adjustments within two Business Days following notification by the Customer. The Commodity shall not be accepted until all service or adjustments are satisfactory and the Commodity is re-delivered in acceptable condition. The costs of any transportation and delivery required as part of the initial or any re- deliveries due to error or damage are the responsibility of the Contractor. The Customer shall notify the Department of any Contract deviation that it cannot resolve with the Contractor. The Department and Customer shall develop a corrective action plan related to the Contract deviation, which may include the Customer’s permanent refusal to accept the Commodity, in which case the Commodity shall remain the property of the Contractor, and the Customer and the State shall not be liable for payment for any portion thereof. 3.13 Installation When installation is required, the Contractor shall be responsible for placing and installing the Commodities or parts in the required locations at no additional charge. All materials used in the DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 14 of 22 Construction and Industrial Equipment  installation shall be of good quality and shall be free of defects that would diminish the appearance of the Commodity or render it structurally or operationally unsound. Installation includes the furnishing of any equipment, tools, rigging, labor, and materials required to install or replace the Commodities or parts in the proper location. Contractor shall protect the site from damage and shall repair damages or injury caused during installation by Contractor or its employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve installation, the Contractor shall promptly restore the structure or site to its original condition. Contractor shall perform installation work to cause the least inconvenience and interference with Customers and with proper consideration of others on site. Upon completion of the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order. 3.14 Full-Service Repair Facilities The Contractor agrees to maintain at least one factory-authorized service station or servicing Dealer within the State of Florida to perform warranty repairs and adjustments throughout the Contract term. The Contractor shall promptly notify the Department of any changes thereto. The Contractor shall be responsible for all service performed, regardless of whether the Contractor or its approved Dealer actually performed the service. Notwithstanding the foregoing, the Contractor may offer Customers “after warranty” service agreements for the maintenance and repair of goods after the initial warranty expires. The Contractor shall list this additional service as a separate item on the invoice. 3.15 Holidays The Contractor shall provide Customers all Commodities during Business Days. The following days are observed as holidays by state agencies in accordance with section 110.117, F.S.:  New Year’s Day  Birthday of Martin Luther King, Jr., third Monday in January  Memorial Day  Independence Day  Labor Day  Veterans’ Day, November 11  Thanksgiving Day  Friday after Thanksgiving  Christmas Day If any of these holidays falls on Saturday, the preceding Friday shall be observed as a holiday. If any of these holidays falls on Sunday, the following Monday shall be observed as a holiday. Customers may have additional holiday(s) observed specifically by the Customer, which will be detailed in the Customer’s order.    3.16 Purchasing Card The State has implemented a purchasing card (P-Card). The Contractor may receive payments via the State’s P-Card. P-Card acceptance for purchase is a mandatory requirement for the Contract but is not the exclusive method of payment. If the State changes its P-Card platform during the term of Contract, the Contractor shall make all necessary changes to accept payment via the State’s new P-Card platform within 30 calendar days of notification of such change. 3.17 Punchout Catalog and Electronic Invoicing The Contractor is encouraged to provide a MFMP punchout catalog. The punchout catalog provides an alternative mechanism for suppliers to offer the State access to Products awarded DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 15 of 22 Construction and Industrial Equipment  under the Contract. The punchout catalog also allows for direct communication between the MFMP eProcurement System and a supplier’s Enterprise Resource Planning (ERP) system, which can reflect real-time Product inventory/availability information. Through utilization of the punchout catalog model, a Florida buyer will “punch out” to a supplier’s website. Using the search tools on the supplier’s Florida punchout catalog site, the user selects the desired Products. When complete, the user exits the supplier’s punchout catalog site and the shopping cart (full of Products) is “brought back” to MFMP. No orders are sent to a supplier when the user exits the supplier’s punchout catalog site. Instead, the chosen Products are “brought back” to MFMP as line items in a purchase order. The user can then proceed through the normal workflow steps, which may include adding/editing the Products (i.e., line items) in the purchase order. An order is not submitted to a supplier until the user approves and submits the purchase order, at which point the supplier receives an email with the order details. The Contractor may supply electronic invoices in lieu of paper-based invoices for those transactions processed through MFMP. Electronic invoices may be submitted to the agency through one of the mechanisms as listed below: 1) EDI (Electronic Data Interchange) This standard establishes the data contents of the Invoice Transaction Set (810) for use within the context of an Electronic Data Interchange (EDI) environment. This transaction set can be used for invoicing via the Ariba Network (AN) for catalog and non-catalog goods and services. 2) PO Flip via AN This online process allows Contractors to submit invoices via the AN for catalog and non-catalog goods and services. Contractors have the ability to create an invoice directly from their inbox in their AN account by simply "flipping" the PO into an invoice. This option does not require any special software or technical capabilities. The Contractor warrants and represents that it is authorized and empowered to and hereby grants the State and the third-party provider of MFMP, a State contractor, the right and license to use, reproduce, transmit, distribute, and publicly display within MFMP. In addition, the Contractor warrants and represents that it is authorized and empowered to and hereby grants the State and the third-party provider the right and license to reproduce and display within MFMP the Contractor's trademarks, system marks, logos, trade dress, or other branding designation that identifies the products made available by the Contractor under the Contract. The Contractor will work with the MFMP management team to obtain specific requirements for the electronic invoicing if needed. 3.18 Contract Reporting The Contractor shall report information on orders received from Customers associated with this Contract. No price increases will be considered for any Contractor who has outstanding reports, or any other documentation required under this Contract. The Contractor shall submit reports in accordance with the following schedule: Report Period Covered Due Date DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 16 of 22 Construction and Industrial Equipment  MFMP Transaction Fee Report Calendar month 15 calendar days after the end of each month Quarterly Sales Report State’s Fiscal Quarter 30 calendar days after close of the period Diversity Report (submitted to the Customer) State Fiscal Year 30 Business Days after close of the period Preferred Pricing Affidavit (in accordance with the Preferred Pricing section of the Special Contract Conditions) Annual Contract Anniversary Date 3.19 MFMP Transaction Fee Report The Contractor is required to submit monthly MFMP Transaction Fee Reports in the Department’s electronic format. Reports are due 15 calendar days after the end of the reporting period. For information on how to submit Transaction Fee Reports online, please reference the detailed fee reporting instructions and vendor training presentations available online at the “Transaction Fee & Reporting” section and “Training for Vendors” subsections under the “Vendors” tab on the MFMP website. Assistance with Transaction Fee Reporting is also available from the MFMP Customer Service Desk by email at: VendorHelp@ myfloridamarketplace.com or telephone 866-FLA-EPRO (866-352-3776) from 8:00 a.m. to 6:00 p.m. Eastern Time. 3.20 Quarterly Sales Reports The Contractor shall submit a quarterly sales report electronically, in the required format, to the Department’s Contract Manager within thirty (30) calendar days after close of each quarter. The quarterly sales report can be found here: https://www.dms.myflorida.com/business_operations/state_purchasing/vendor_resources/quarterly_sales_report_format.  Failure to provide the quarterly sales report, or other reports requested by the Department, will result in the imposition of financial consequences and may result in the Contractor being found in default and the termination of the Contract. Initiation and submission of the quarterly sales report are the responsibility of the Contractor without prompting or notification by the Department. Sales will be reviewed on a quarterly basis. If no sales are recorded during the period, the Contractor must submit a report stating that there was no activity. If no sales are recorded in two consecutive quarters, the Contractor may be placed in probationary status or the Department may terminate the Contract. Quarter 1 – (July-September) – due 30 calendar days after the close of the period. Quarter 2 – (October-December) – due 30 calendar days after the close of the period. Quarter 3 – (January-March) – due 30 calendar days after the close of the period. Quarter 4 – (April-June) – due 30 calendar days after the close of the period. 3.21 Diversity Report The Contractor shall report to each Customer, spend with certified and other minority business enterprises. These reports shall include the period covered, the name, minority code and Federal Employer Identification Number of each minority business utilized during the period, Commodities provided by the minority business enterprise, and the amount paid to each minority business on behalf of each purchasing agency ordering under the terms of this Contract. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 17 of 22 Construction and Industrial Equipment  3.22 Ad Hoc Reports The Department or Customer may require additional Contract information such as copies of purchase orders or ad hoc sales reports. The Contractor shall submit information in response to these specific ad hoc requests for reports within the specified amount of time as requested by the Department or Customer. 3.23 Business Review Meetings To maintain the relationship between the Department and the Contractor, each quarter the Department may request a business review meeting. The business review meeting may include, but is not limited to, the following:  Successful completion of deliverables;  Review of the Contractor’s performance;  Review of minimum required reports;  Addressing of any elevated Customer issues; and  Review of continuous improvement ideas that may help lower total costs and/or improve business efficiencies. 3.24 Financial Consequences Financial Consequences will be assessed for failure to timely perform or submit a report as required by the Contract and shall be paid via check or money order in US Dollars, and made out to the Department of Management Services or the specific Customer, where applicable. Financial Consequences will be assessed daily or per occurrence for each individual failure until the performance or submittal is accomplished to the Department’s or Customer’s satisfaction, unless stated otherwise. For the submissions of reports, financial consequences will apply to each target period beginning with the first full month or quarter of the Contract’s performance and each month and quarter thereafter. Deliverable Performance Metric Performance Due Date  Financial Consequence for Non-Performance Contractor will timely submit complete Quarterly Sales Reports All Quarterly Sales Reports will be submitted timely with the required information Reports are due on or before the 30th calendar day after the close of each State fiscal quarter $250 per Calendar Day late and not received by the Contract Manager Contractor will timely submit complete MFMP Transaction Fee Reports All MFMP Transaction Fee Reports will be submitted timely with the required information Reports are due on or before the 15th calendar day after the close of each month $100 per Calendar Day late and not received by the Contract Manager Contractor will provide accurate Price Quote Forms to Customers All Price Quote Forms will be provided to Customers with accurate information Upon Customer request $25 per order Contractor will complete the Acknowledgement of All Acknowledgement of Order Forms will be provided to Customers Within 5 business days of receiving the Customer’s order $50 per occurrence DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 18 of 22 Construction and Industrial Equipment    The Department and Customers reserve the right to, in addition to withholding payment, implementing other appropriate remedies, such as Contract termination or non-renewal.   3.25 MSRP List and Product Adjustments The Contractor shall submit a complete MSRP List that includes all Commodities (i.e. Base Equipment; OEM Options, Parts, Accessories, and Implements; and Non-OEM Options, Parts, Accessories, and Implements) for each Manufacturer/ Brand Name and Group for which the Contractor received an award; the Commodities listed on the MSRP must match the Commodities listed on the Price Sheet. The MSRP List is subject to the Department’s approval. The MSRP List shall include the following for each Commodity: The Manufacturer/Brand Model Number, the Manufacturer/Brand Item Description, and the MSRP. The Contractor shall include a cover page, which shall provide the applicable Group, Manufacturer/Brand Name, MSRP List Name, and MSRP List date. The Department shall be the final arbiter of MSRPs if an MSRP on the Contractor’s MSRP List differs from the published MSRP. The Contractor shall be responsible for removing all non-eligible and unacceptable Commodities under the Contract from the Contractor’s MSRP List. The Contractor may add products to the MSRP List at any time during the life of the Contract by submitting a complete and revised MSRP List. Products added must be from a Manufacturer/Brand Name for which the Contractor received an award and fall within the scope of a Group for which the Contractor received an award. The Contractor may delete products from the MSRP List by providing a justification to the Department with approval from the Department. Any product deletions require the Contractor to submit a complete and revised MSRP List. The Contractor shall immediately notify the Department in writing if the Contractor is unable to provide the awarded Manufacturer/Brand. The Contractor shall be responsible for removing all non-eligible and unacceptable Commodities under the Contract from the Contractor’s MSRP List. The Contractor may update existing product’s MSRPs on the MSRP List to match the MSRPs published by the Manufacturer no earlier than twelve (12) months after the start date of the Contract and, thereafter, or no earlier than twelve (12) months after the date of the previous MSRP update. The Contractor may update the existing product’s MSRPs on the MSRP List by submitting a complete and revised MSRP List for Department review and approval. Revised MSRP Lists, regardless of whether the Contractor is adding products or updating existing product’s MSRPs, must be accompanied by a revised Price Sheet, as described in the Price Sheet and Price Adjustments section of the Scope of Work, as well as a list of all changes made from the previously submitted version of the MSRP List. 3.26 Price Sheet and Price Adjustments The Contractor shall submit a complete price sheet to include all Base Equipment and OEM Options, Parts, Accessories, and Implements for each Manufacturer/Brand and Group for which the Contractor received an award. The Commodities listed on the price sheet must match the Commodities listed on the MSRP List. The price sheet is subject to the Department’s approval. The price sheet shall be provided in Excel format and include a separate tab for each Group. Each tab shall include, at minimum, the following information for each Commodity offered under that Group: Order Form for each order DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 19 of 22 Construction and Industrial Equipment   Brand/Manufacturer Name (as shown on the Product Group Discount Sheet);  Commodity Type (i.e. Base Equipment; OEM Option, Part, Accessory, or Implement);  Model number or other identifier that Customers can use to locate the Commodity on the Manufacturer’s website;  Model number(s) of Base Equipment for and associated with the OEM Option, Part, Accessory, or Implement;  Description;  MSRP (as shown on the current MSRP List);  Discount (as shown on the Product Group Discount Sheet for the Commodity type); and  Net Price to the Customer. The Contractor may add products to the price sheet at any time during the life of the Contract by submitting a complete and revised price sheet. Products added must be from a Manufacturer/ Brand Name for which the Contractor received an award and fall within the scope of a Group for which the Contractor received an award. The Contractor may delete products from the price sheet by providing a justification to the Department with approval from the Department. Any product deletions require the Contractor to submit a complete and revised price sheet. The Contractor shall immediately notify the Department in writing if the Contractor is unable to provide the awarded Manufacturer/Brand. The Contractor shall be responsible for removing all non-eligible and unacceptable Commodities under the Contract from the Contractor’s price sheet. The Contractor may update existing product’s MSRPs and Net Prices to the Customer on the price sheet to match the MSRPs published by the Manufacturer no earlier than twelve (12) months after the start date of the Contract and, thereafter, or no earlier than twelve (12) months after the date of the previous MSRP update. The Contractor may update exiting product’s MSRPs and Net Prices to the Customer on the price sheet by submitting a complete and revised price sheet for the Department’s review and approval. Price adjustments should be submitted to the Contract Manager during the months of January or July. Revised price sheets, regardless of whether the Contractor is adding products or updating existing product’s MSRPs and Net Prices to the Customer, must be accompanied by a revised MSRP List, as described in the MSRP List and Product Adjustments section, as well as a list of all changes made from the previously submitted version of the price sheet. 3.27 E-Verify The Contractor (and its subcontractors) have an obligation to utilize the U.S. Department of Homeland Security’s (DHS) E-Verify system for all newly hired employees. By executing this Contract, the Contractor certifies that it is registered with, and uses, the E-Verify system for all newly hired employees. The Contractor must obtain an affidavit from its subcontractors in accordance with paragraph (2)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. In order to implement this provision, the Vendor shall provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within five days of Contract execution. This section serves as notice to the Contractor regarding the requirements of section 448.095, F.S., specifically sub-paragraph (2)(c)1, and the Department’s obligation to terminate the Contract if it has a good faith belief that the Contractor has knowingly violated section 448.09(1), F.S. If terminated for such reason, the Contractor will not be eligible for award of a public DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 20 of 22 Construction and Industrial Equipment  Contract for at least one year after the date of such termination. The Department reserves the right to order the immediate termination of any Contract between the Contractor and a subcontractor performing work on its behalf should the Department develop a good faith belief that the subcontractor has knowingly violated section 448.095(1), F.S. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 Title: Est. Delivery: Phone #'s:Primary:Secondary: Title: Title: UNSPSC Commodity Code* Manufacturer's Item Code Page Number QTY MSRP $###,###.## Base Equipment % Discount (see Price Sheet) Total Discount Dollars For One Unit Net Price Per Unit Total Price -$ -$ -$ OEM Item Code(s) Page Number QTY MSRP $###,###.## OEM Discount % (see Price Sheet) Total Discount Dollars For One Unit Net Price Per Unit Total Price -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Non-OEM Item Code(s) Page Number QTY MSRP $###,###.## Non-OEM Discount % (see Price Sheet) Total Discount Dollars For One Unit Net Price Per Unit Total Price -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Contractor Comments: Customer Comments: Please enter MSRP credits as a negative number or with parenthesis in front of the MSRP. The quantity should be a whole number. Example: $1532 or ($1532). Vendor Name: If the Contractor is offering an OEM or Non-OEM Options, Parts, Accessories & Implements from another Group, the Contractor must provide the Group letter in the OEM or Non-OEM Options, Parts, Accessories & Implements Items Description. Awarded Contractor Information Street Address: City, State, Zip: Contact Person: Original Quote Date:Revised Quote Date: Email Address: Fax #: Contact Person: Email Address: Fax #: Requesting Customer Information Phone #'s: Email Address: Agency Name: Contract No. 22100000-21-STC Construction and Industrial Equipment Attachment 3 - Price Quote Form (PQF) Instructions For all Commodities quoted on the PQF, the MSRP Listing must also be provided to the Customer. Contractor will need to fill in the fields that are in white. Please fill in the requested information as per the requirements of the State Term Contract. Contractor will need to refer to the Product Group Discount Sheet and the applicable price sheet on the State Purchasing website to locate the applicable % MSRP Discount. Secondary Contact for Agency: (optional) Base Equipment Description OEM Options, Parts, Accessories, and Implements Description Brand Fax #: Group Group Description Contact Person: Phone #'s: TOTAL COST: OEM Options, Parts, Accessories, and Implements *UNSPSC = United Nations Standard Products and Services Commodity Code Grand Total StateTerm Contract Price TOTAL COST: Non-OEM Options, Parts, Accessories, and Implements Non-OEM Options, Parts, Accessories, and Implements Description DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4   22100000-21-STC Page 22 of 22 Construction and Industrial Equipment  Attachment 4 Acknowledgement of Order Form ORDERING CUSTOMER: Click or tap here to enter text. CONTACT PERSON: Click or tap here to enter text. ADDRESS: Click or tap here to enter text. CITY: Click or tap here to enter text. STATE: FL ZIP: Click or tap here to enter text. ☒ ORDER CONFIRMATION NOTIFICATION: Purchase Order Number Click or tap here to enter text. was received from the Customer on Click or tap  here to enter text.. In accordance with State of Florida State Term Contract Number 22100000-21-STC, Construction and Industrial Equipment, the Acknowledgement of Order Form section in the Scope of Work, the order was placed with the Manufacturer on Click or tap here to enter text. and assigned the following Manufacturer’s Production Number(s): Click or tap here to enter text.. We anticipate Delivery to your Delivery Location on or about Click or tap here to enter text.. For any correspondence, please reference your Purchase Order Number or the Production Number(s). CONTRACTOR: Click or tap here to enter text. ADDRESS: Click or tap here to enter text. CITY: Click or tap here to enter text. STATE: FL ZIP: Click or tap here to enter text. SIGNATURE: _____________________________________________________ Date: ____________________ ADDITIONAL COMMENTS (IF ANY): Click or tap here to enter text. Note to Contractor: This form must be accurately and completely completed with specific information, numbers, dates, signature, etc. Adjustments to the form or alternate forms are not acceptable. Submission of the Acknowledgement of Order Form is to be the responsibility of the Contractor without prompting or notification by the Contract Manager or Customer. Repeated failures by the Contractor to submit completed Acknowledgement of Order Forms to the ordering Customers may be cause for default proceedings and Contract termination. DocuSign Envelope ID: 6E7511BE-8CBA-4ADC-B8D9-FA2C4409A0D4 CONTRACT AMENDMENT NO.: 2 Contract No.: 22100000-21-STC Contract Name: Construction and Industrial Equipment Rev. 11/2/22 This Contract Amendment No. 2 (“Amendment”) to Contract No. 22100000-21-STC (“Contract”) is made by the State of Florida, Department of Management Services (“Department”) and Ring Power Corporation (“Contractor”), with its principal place of business located at 500 World Commerce Pkwy., St. Augustine, FL 32092 collectively referred to herein as the “Parties.” WHEREAS the Parties entered into the Contract, effective on July 1, 2021 for the provision of Construction and Industrial Equipment; WHEREAS the Parties agree to renew the Contract as provided for in Attachment 1, Special Contract Conditions (Florida), subsection 2.2, Renewal; and WHEREAS the Parties agreed that the Contract may be amended by mutal agreement as provided in Attachment 1, Special Contract Conditions (Florida), subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Renewal. The Contract is renewed for a period of three years pursuant to the same terms and conditions of the contract and any executed written amendments, with a new Contract expiration date of June 30, 2027. II. Contract Amendment. Contract Attachment 8, Additional Special Contract Conditions (Florida), is hereby added in its entirety and incorporated by reference. III. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. IV. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms of this Amendment shall control. V. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in the Contract shall continue in full force and effect. This Amendment is effective when signed by both Parties. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 5D9282D5-FD47-4CD6-A27A-0F4E60F11574 CONTRACT AMENDMENT NO.: 2 Contract No.: 22100000-21-STC Contract Name: Construction and Industrial Equipment Rev. 11/2/22 IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services Contractor: Ring Power Corporation By: _____________________________ By: _____________________________ Name: Tom Berger Name: Title: Deputy Secretary of Business Operations Title: Date: Date: DocuSign Envelope ID: 5D9282D5-FD47-4CD6-A27A-0F4E60F11574 12/15/2023 | 10:11 AM EST VP/Governmental Sales Director Alan Thomas 12/15/2023 | 11:52 AM EST 1 Attachment 8 ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item DocuSign Envelope ID: 5D9282D5-FD47-4CD6-A27A-0F4E60F11574 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) is rejected or returned, or declined, due to the vendor’s failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)- (c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility. DocuSign Envelope ID: 5D9282D5-FD47-4CD6-A27A-0F4E60F11574 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: 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 DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. DocuSign Envelope ID: 5D9282D5-FD47-4CD6-A27A-0F4E60F11574 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) (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 time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the 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. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security’s (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b) DocuSign Envelope ID: 5D9282D5-FD47-4CD6-A27A-0F4E60F11574 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10 Business Days after the request is made. DocuSign Envelope ID: 5D9282D5-FD47-4CD6-A27A-0F4E60F11574 Manufacturer Commodity Type Model Massey Ferguson BASE MF5711C-5D4F Massey Ferguson OEM OPTION 350LL001 Massey Ferguson OEM OPTION 7296140D Massey Ferguson OEM OPTION 7296144D Massey Ferguson OEM OPTION 72537003MD Massey Ferguson OEM OPTION 72537006MD Massey Ferguson OEM OPTION 35EN002 Massey Ferguson OEM OPTION 140E1040 Massey Ferguson OEM OPTION ACWTPKG1 Massey Ferguson OEM OPTION ACWTPKG2 Group 12 Sub-Group B - UTILITY TRACTORS, GREATER THAN OR EQUAL TO 75 HP BUT LESS THAN 110 HP (INCLUDES COMPACT AND UTILITY) Agriculture and Lawn Equipment (25101900-21-STC) Ring Power Corporation Item Description MASSEY FERGUSON MF5711D TRACTOR FRONT LOADER PROVISION MF941X NON SELF LEVELING MF946X LOADER SELF LEVELING 83" HD MATERIAL BUCKET 83" MATERIAL BUCKET CREEPER GEAR VISIONROOF WITH ROPS 100KG WEIGHT ADAPTER PKG 100KG STACKABLE REAR WEIGHT PKG Group 12 Sub-Group B - UTILITY TRACTORS, GREATER THAN OR EQUAL TO 75 HP BUT LESS THAN 110 HP (INCLUDES COMPACT AND UTILITY) Agriculture and Lawn Equipment (25101900-21-STC) Discount 12.00% 12.00% 12.00% 12.00% 12.00% 12.00% 12.00% 12.00% 12.00% 12.00% Group 12 Sub-Group B - UTILITY TRACTORS, GREATER THAN OR EQUAL TO 75 HP BUT LESS THAN 110 HP (INCLUDES COMPACT AND UTILITY) Manufacturer Commodity Type Model Massey Ferguson BASE MF5S.115 Massey Ferguson OEM OPTION 25EA637 Massey Ferguson OEM OPTION 35EN002 Massey Ferguson OEM OPTION 175BA005 Massey Ferguson OEM OPTION 300XR000 Massey Ferguson OEM OPTION 185AD002 Massey Ferguson OEM OPTION 160BS019 Massey Ferguson OEM OPTION 100LA066 Massey Ferguson OEM OPTION 7292345 Massey Ferguson OEM OPTION 72537006ML Massey Ferguson OEM OPTION 370DP100 Massey Ferguson OEM OPTION 55MU035 Massey Ferguson OEM OPTION 55MU036 Massey Ferguson OEM OPTION 125AE026 Massey Ferguson OEM OPTION 140AI020 Massey Ferguson OEM OPTION 140A1021 Massey Ferguson OEM OPTION 115AM084 Massey Ferguson OEM OPTION 365AF011 Massey Ferguson OEM OPTION 205VF013 Massey Ferguson OEM OPTION 195M1023 Massey Ferguson OEM OPTION 225LQ001 Massey Ferguson OEM OPTION 325RD040 Massey Ferguson OEM OPTION 285YA112 Massey Ferguson OEM OPTION 255WD013 Massey Ferguson OEM OPTION 255WD017 Massey Ferguson OEM OPTION 65NA032 Massey Ferguson BASE 7293975 Massey Ferguson OEM OPTION 25NA032 Massey Ferguson OEM OPTION 55MU012 Massey Ferguson OEM OPTION 90GR010 Massey Ferguson OEM OPTION 60EE402 Massey Ferguson OEM OPTION 60EE404 Massey Ferguson OEM OPTION 85GC025 Massey Ferguson OEM OPTION 175BA005 Massey Ferguson OEM OPTION 175BA003 Massey Ferguson OEM OPTION 300XR000 Massey Ferguson OEM OPTION 185AD002 Massey Ferguson OEM OPTION 160BS019 Group 12 Sub-Group C - UTILITY TRACTORS, GREATER THAN OR EQUAL TO 110 HP BUT LESS THAN OR EQUAL TO 145 HP Agriculture and Lawn Equipment (25101900-21-STC) Ring Power Corporation Massey Ferguson OEM OPTION 100LC002 Massey Ferguson OEM OPTION 230F1132 Massey Ferguson OEM OPTION 350LL001 Massey Ferguson OEM OPTION 365AF011 Massey Ferguson OEM OPTION 125AR027 Massey Ferguson OEM OPTION 145AL032 Massey Ferguson OEM OPTION 140AI020 Massey Ferguson OEM OPTION 115AM084 Massey Ferguson OEM OPTION 285YA112 Massey Ferguson OEM OPTION 325RD040 Massey Ferguson OEM OPTION 325RD041 Massey Ferguson OEM OPTION 215CB002 Massey Ferguson OEM OPTION 205VF013 Massey Ferguson OEM OPTION 360VE019 Massey Ferguson OEM OPTION 255WD017 Massey Ferguson OEM OPTION 255WD020 Massey Ferguson OEM OPTION 225LQ001 Massey Ferguson OEM OPTION 5020455M Item Description Discount MASSEY FERGUSON MF5S.115 CLASSIC TRACTOR 12.00% DYNA-4 WITH AUTO DRIVE 12.00% CREEPER GEAR 12.00% SYSTEM INFORMATION SCREEN DEDUCT 12.00% MASSEY FERGUSON GUIDE DEDUCT 12.00% LESS SPEEDSTEER 12.00% MF CONNECT BASIC PACKAGE 12.00% 540/540E/1000RPM PTO W/ ECONOMY PTO 12.00% MFFL.4125 BASE LOADER NON SELF LEVELING 12.00% 83" MATERIAL BUCKET 12.00% 26 GPM TWIN FLOW OPEN CENTER 12.00% 3RD MECHANICAL VALVE 12.00% 3RD & 4TH MECHANICAL VALVE ONLY 12.00% AIR SUSPENDED SEAT 12.00% STD CAB ROOF WITH ROOF HATCH 12.00% VISIO ROOF 12.00% OPTIRIDE PASSICE MECH CAB SUSPENSION 12.00% RADIO (CD PLAYER, MP3 COMPATIBLE)12.00% DUAL ROOF MOUNTED BEACONS 12.00% 4 LED FRONT WORKLIGHTS, 4 LED REAR WORKLIGHTS 12.00% ECOLOGY DRAIN WITH ENGINE WATER SEPARATOR 12.00% 2 SETS OF 110 LBS. REAR WHEEL WEIGHTS 12.00% 12 X 55 KG FRONT WEIGHTS 12.00% STANDARD WITH FENDERS W/ REAR EXTENSIONS 12.00% WIDE FENDER WITH REAR EXTENSIONS 12.00% SUSPENDED FRONT AXLE 12.00% MASSEY FERGUSON MF7S.155 CLASSIC TRACTOR 12.00% 6X4 DYNA6 TRANSMISSION 12.00% 3RD & 4TH MECHANICALLY CONTROLLED VALVES 12.00% POWER BEYOND COULERS 12.00% SHORT BAR REAR AXLE 12.00% LONG BAR REAR AXLE 12.00% CATEGORY 3 HOOK END LINKS W/ HOOK STYLE LINK 12.00% SYSTEM INFORMATIOAN SCREEN DEDUCT 12.00% SYSTEM INFORMATIOAN SCREEN WITH RADAR DEDUCT 12.00% LESS MASSEY FERGUSON GUIDE DEDUCT 12.00% LESS SPEEDSTEER DEDUCT 12.00% MASSEY FERGUSON CONNECT BASIC PACKAGE (GSM)12.00% Group 12 Sub-Group C - UTILITY TRACTORS, GREATER THAN OR EQUAL TO 110 HP BUT LESS THAN OR EQUAL TO 145 HP Agriculture and Lawn Equipment (25101900-21-STC) 540/540E/1000/1000E EXCHANGEABLE SHAFT 12.00% 2800KG FRONT LINKAGE 12.00% FRONT LOADER PROVISION 12.00% RADIO, AM/FM, CD PLAYER 12.00% AIR SUSPENDED SEAT 12.00% TELESCOPIC WIDE ANGLE MIRRORS 12.00% STANDARD CAB ROOF WITH ROOF HATCH 12.00% OPTIRIDE PASSIVE MECHANICAL CAB SUSPENSION 12.00% 121 LBS FRONT WEIGHTS (12)12.00% 551 LBS REAR WHEEL WEIGHTS, SET OF (2)12.00% 551 LBS REAR WHEEL WEIGHTS, SET OF (4)12.00% ENGINE BLOCK HEATER 12.00% DUAL ROOF MOUNTED BEACONS 12.00% EXTREMITY LIGHTING 12.00% WIDE FENDER WITH REAR EXTENSIONS 12.00% EXTRA WIDE FENDER WITH REAR EXTENSION 12.00% WATER SEPARATOR 12.00% QUICK HITCH CATEGORY 3/3N 12.00% State Term Contract No. 25101900-21-STC Agriculture and Lawn Equipment Page 1 of 2 This Contract is between the State of Florida, Department of Management Services (Department), an agency of the State of Florida, and Ring Power Corporation (Contractor), collectively referred to herein as the “Parties.” Accordingly, the Parties agree as follows: I. Initial Contract Term. The Initial Contract Term shall be for three (3) years. The Initial Contract Term shall begin on January 1, 2021, or on the last date it is signed by all Parties, whichever is later. The Contract shall expire on December 31, 2023, unless terminated earlier in accordance with the Special Contract Conditions. II. Renewal Term. Upon mutual written agreement, the Parties may renew this Contract, in whole or in part, for a Renewal Term not to exceed the Initial Contract Term, pursuant to the incorporated Special Contract Conditions. III. Contract. As used in this document, “Contract” (whether or not capitalized) shall, unless the context requires otherwise, include this document and all incorporated Attachments, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Contract must be in writing and signed by all Parties. All Attachments listed below are incorporated in their entirety into, and form part of, this Contract. The Contract Attachments shall have priority in the order listed: a) Attachment 2, Scope of Work b) Attachment 7, Contractor’s Submitted Product Group Discount Sheet (Attachment C) from ITB No. 20-25101900-ITB) c) Attachment 8, Contractor’s Submitted MSRP List d) Attachment 5, Preferred Pricing Affidavit e) Attachment 6, Contractor’s Submitted Price Sheet f) Attachment 1, Special Contract Conditions g) Attachment 3, Price Quote Form h) Attachment 4, Acknowledgement of Order DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 2 of 2 IV. Contract Management. Department’s Contract Manager: Shaveon Nelson Division of State Purchasing Florida Department of Management Services 4050 Esplanade Way, Suite 370.1X Tallahassee, Florida 32399-0950 Telephone: (850) 922-1214 Email: Shaveon.Nelson@dms.fl.gov Contractor’s Contract Manager: Alan Thomas Ring Power Corporation 10421 Fern Hill Drive Riverview, FL 33578 Telephone: (813) 671-3700 Email: alan.thomas@ringpower.com IN WITNESS THEREOF, the Parties hereto have caused this Contract, which includes the incorporated Attachments, to be executed by their undersigned officials as duly authorized. This Contract is not valid and binding until signed and dated by the Parties. Ring Power Corporation STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES _____________________________ _______________________________ [Name] Tami Fillyaw, Chief of Staff _____________________________ _______________________________ Date: Date: DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862 12/29/2020 | 1:28 PM PST Jay Lusk DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB 12/29/2020 | 5:50 PM EST SP approved version 7‐1‐2019 1  ATTACHMENT 1 SPECIAL CONTRACT CONDITIONS JULY 1, 2019 VERSION Table of Contents SECTION 1. DEFINITION. .......................................................................................................................... 2  SECTION 2. CONTRACT TERM AND TERMINATION. ................................................................................ 2  SECTION 3. PAYMENT AND FEES. ............................................................................................................ 3  SECTION 4. CONTRACT MANAGEMENT. ................................................................................................. 4  SECTION 5. COMPLIANCE WITH LAWS. ................................................................................................... 6  SECTION 6. MISCELLANEOUS. ................................................................................................................. 7  SECTION 7. LIABILITY AND INSURANCE…………………………………………………………………………………………….. 9   SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL  PROPERTY. ............................................................................................................................................. 10  SECTION 9. DATA SECURITY. ................................................................................................................. 12  SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. ......................................................... 13  SECTION 11. CONTRACT MONITORING. ............................................................................................... 14  SECTION 12. CONTRACT AUDITS. .......................................................................................................... 15  SECTION 13. BACKGROUND SCREENING AND SECURITY. ..................................................................... 16  SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. ................................................... 17  In accordance with Rule 60A-1.002(7), F.A.C., Form PUR 1000 is included herein by reference but is superseded in its entirety by these Special Contract Conditions. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 2  SECTION 1. DEFINITION. The following definition applies in addition to the definitions in Chapter 287, Florida Statutes (F.S.), and Rule Chapter 60A-1, Florida Administrative Code (F.A.C.): 1.1 Customer. The agency or eligible user that purchases commodities or contractual services pursuant to the Contract. SECTION 2. CONTRACT TERM AND TERMINATION. 2.1 Initial Term. The initial term will begin on the date set forth in the Contract documents or on the date the Contract is signed by all Parties, whichever is later. 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(13), F.S. 2.3 Suspension of Work and Termination. 2.3.1 Suspension of Work. The Department may, at its sole discretion, suspend any or all activities under the Contract, at any time, when it is in the best interest of the State of Florida to do so. The Customer may suspend a resulting contract or purchase order, at any time, when in the best interest of the Customer to do so. The Department or Customer will provide the Contractor written notice outlining the particulars of the suspension. After receiving a suspension notice, the Contractor must comply with the notice and will cease the performance of the Contract or purchase order. Suspension of work will not entitle the Contractor to any additional compensation. The Contractor will not resume performance of the Contract or purchase order until so authorized by the Department. 2.3.2 Termination for Convenience. The Contract may be terminated by the Department in whole or in part at any time, in the best interest of the State of Florida. If the Contract is terminated before performance is completed, the Contractor will be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the Contract price as the amount of work satisfactorily performed. All work in progress will become the property of the Customer and will be turned over promptly by the Contractor. 2.3.3 Termination for Cause. If the performance of the Contractor is not in compliance with the Contract requirements or the Contractor has defaulted, the Department may: (a) immediately terminate the Contract; (b) notify the Contractor of the noncompliance or default, require correction, and specify the date by which the correction must be completed before the Contract is terminated; or (c) take other action deemed appropriate by the Department. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 3  SECTION 3. PAYMENT AND FEES. 3.1 Pricing. The Contractor will not exceed the pricing set forth in the Contract documents. 3.2 Price Decreases. The following price decrease terms will apply to the Contract: 3.2.1 Quantity Discounts. Contractor may offer additional discounts for one-time delivery of large single orders; 3.2.2 Preferred Pricing. The Contractor guarantees that the pricing indicated in this Contract is a maximum price. Additionally, Contractor’s pricing will not exceed the pricing offered under comparable contracts. Comparable contracts are those that are similar in size, scope, and terms. In compliance with section 216.0113, F.S., Contractor must annually submit an affidavit from the Contractor’s authorized representative attesting that the Contract complies with this clause. 3.2.3 Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, the Contractor may conduct sales promotions involving price reductions for a specified lesser period. The Contractor must submit documentation identifying the proposed: (1) starting and ending dates of the promotion, (2) commodities or contractual services involved, and (3) promotional prices compared to then-authorized prices. 3.3 Payment Invoicing. The Contractor will be paid upon submission of invoices to the Customer after delivery and acceptance of commodities or contractual services is confirmed by the Customer. Invoices must contain sufficient detail for an audit and contain the Contract Number and the Contractor’s Federal Employer Identification Number. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.5 Travel. Travel expenses are not reimbursable unless specifically authorized by the Customer in writing and may be reimbursed only in accordance with section 112.061, F.S. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 4  3.6 Annual Appropriation. Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an agency for the purchase of services or tangible personal property for a period in excess of one fiscal year, the State of Florida’s performance and obligation to pay under the Contract is contingent upon an annual appropriation by the Legislature. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(22), F.S. All payments issued by Customers to registered Vendors for purchases of commodities or contractual services will be assessed Transaction Fees as prescribed by rule 60A-1.031, F.A.C., or as may otherwise be established by law. Vendors must pay the Transaction Fees and agree to automatic deduction of the Transaction Fees when automatic deduction becomes available. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or reporting of transactions will constitute grounds for declaring the Vendor in default and subject the Vendor to exclusion from business with the State of Florida. 3.8 Taxes. Taxes, customs, and tariffs on commodities or contractual services purchased under the Contract will not be assessed against the Customer or Department unless authorized by Florida law. 3.9 Return of Funds. Contractor will return any overpayments due to unearned funds or funds disallowed pursuant to the terms of the Contract that were disbursed to the Contractor. The Contractor must return any overpayment within forty (40) calendar days after either discovery by the Contractor, its independent auditor, or notification by the Department or Customer of the overpayment. SECTION 4. CONTRACT MANAGEMENT. 4.1 Composition and Priority. The Contractor agrees to provide commodities or contractual services to the Customer as specified in the Contract. Additionally, the terms of the Contract supersede the terms of all prior agreements between the Parties on this subject matter. 4.2 Notices. All notices required under the Contract must be delivered to the designated Contract Manager in a manner identified by the Department. 4.3 Department’s Contract Manager. The Department’s Contract Manager, who is primarily responsible for the Department’s oversight of the Contract, will be identified in a separate writing to the Contractor upon Contract signing in the following format: Department’s Contract Manager Name DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 5  Department’s Name Department’s Physical Address Department’s Telephone # Department’s Email Address If the Department changes the Contract Manager, the Department will notify the Contractor. Such a change does not require an amendment to the Contract. 4.4 Contractor’s Contract Manager. The Contractor’s Contract Manager, who is primarily responsible for the Contractor’s oversight of the Contract performance, will be identified in a separate writing to the Department upon Contract signing in the following format: Contractor’s Contract Manager Name Contractor’s Name Contractor’s Physical Address Contractor’s Telephone # Contractor’s Email Address If the Contractor changes its Contract Manager, the Contractor will notify the Department. Such a change does not require an amendment to the Contract. 4.5 Diversity. 4.5.1 Office of Supplier Diversity. The State of Florida supports its diverse business community by creating opportunities for woman-, veteran-, and minority-owned small business enterprises to participate in procurements and contracts. The Department encourages supplier diversity through certification of woman-, veteran-, and minority-owned small business enterprises and provides advocacy, outreach, and networking through regional business events. For additional information, please contact the Office of Supplier Diversity (OSD) at osdinfo@dms.myflorida.com. 4.5.2 Diversity Reporting. Upon request, the Contractor will report to the Department its spend with business enterprises certified by the OSD. These reports must include the time period covered, the name and Federal Employer Identification Number of each business enterprise utilized during the period, commodities and contractual services provided by the business enterprise, and the amount paid to the business enterprise on behalf of each agency purchasing under the Contract. 4.6 RESPECT. Subject to the agency determination provided for in section 413.036, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413, FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 413.036(1) AND (2), FLORIDA STATUTES; DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 6  AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED. Additional information about RESPECT and the commodities or contractual services it offers is available at https://www.respectofflorida.org. 4.7 PRIDE. Subject to the agency determination provided for in sections 287.042(1) and 946.515, F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S., IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 946.515(2) AND (4), F.S.; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESS ENTITY CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED. Additional information about PRIDE and the commodities or contractual services it offers is available at https://www.pride-enterprises.org. SECTION 5. COMPLIANCE WITH LAWS. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)-(c), and (g), F.S., are hereby incorporated by reference. 5.2 Dispute Resolution, Governing Law, and Venue. Any dispute concerning performance of the Contract shall be decided by the Department's designated Contract Manager, who will reduce the decision to writing and serve a copy on the Contractor. The decision of the Contract Manager shall be final and conclusive. Exhaustion of this administrative remedy is an absolute condition precedent to the Contractor's ability to pursue legal action related to the Contract or any other form of dispute resolution. The laws of the State of Florida govern the Contract. The Parties submit to the jurisdiction of the courts of the State of Florida exclusively for any legal action related to the Contract. Further, the Contractor hereby waives all privileges and rights relating to venue it may have under Chapter 47, F.S., and all such venue privileges and rights it may have under any other statute, rule, or case law, including, but not limited to, those based on convenience. The Contractor hereby submits to venue in the county chosen by the Department. 5.3 Department of State Registration. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 7  Consistent with Title XXXVI, F.S., the Contractor and any subcontractors that assert status, other than a sole proprietor, must provide the Department with conclusive evidence of a certificate of status, not subject to qualification, if a Florida business entity, or of a certificate of authorization if a foreign business entity. 5.4 Suspended, Convicted, and Discriminatory Vendor Lists. In accordance with sections 287.042, 287.133, and 287.134, F.S., an entity or affiliate who is on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Suspended Vendor List, Convicted Vendor List, or Discriminatory Vendor List during the term of the Contract. 5.5 Scrutinized Companies - Termination by the Department. The Department may, at its option, terminate the Contract if the Contractor is found to have submitted a false certification as provided under section 287.135(5), F.S., or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, or to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel. 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. SECTION 6. MISCELLANEOUS. 6.1 Subcontractors. The Contractor will not subcontract any work under the Contract without prior written consent of the Department. The Contractor is fully responsible for satisfactory completion of all its subcontracted work. The Department supports diversity in its procurements and contracts, and requests that the Contractor offer subcontracting opportunities to certified woman-, veteran-, and minority-owned small businesses. The DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 8  Contractor may contact the OSD at osdhelp@dms.myflorida.com for information on certified small business enterprises available for subcontracting opportunities. 6.2 Assignment. The Contractor will not sell, assign, or transfer any of its rights, duties, or obligations under the Contract without the prior written consent of the Department. However, the Contractor may waive its right to receive payment and assign same upon notice to the Department. In the event of any assignment, the Contractor remains responsible for performance of the Contract, unless such responsibility is expressly waived by the Department. The Department may assign the Contract with prior written notice to the Contractor. 6.3 Independent Contractor. The Contractor and its employees, agents, representatives, and subcontractors are independent contractors and not employees or agents of the State of Florida and are not entitled to State of Florida benefits. The Department and Customer will not be bound by any acts or conduct of the Contractor or its employees, agents, representatives, or subcontractors. The Contractor agrees to include this provision in all its subcontracts under the Contract. 6.4 Inspection and Acceptance of Commodities. 6.4.1 Risk of Loss. Matters of inspection and acceptance are addressed in section 215.422, F.S. Until acceptance, risk of loss or damage will remain with the Contractor. The Contractor will be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer will: record any evidence of visible damage on all copies of the delivering carrier’s bill of lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s bill of lading and damage inspection report. 6.4.2 Rejected Commodities. When a Customer rejects a commodity, Contractor will remove the commodity from the premises within ten (10) calendar days after notification of rejection, and the risk of loss will remain with the Contractor. Commodities not removed by the Contractor within ten (10) calendar days will be deemed abandoned by the Contractor, and the Customer will have the right to dispose of such commodities. Contractor will reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected commodities. 6.5 Safety Standards. Performance of the Contract for all commodities or contractual services must comply with requirements of the Occupational Safety and Health Act and other applicable State of Florida and federal requirements. 6.6 Ombudsman. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this office are found in section 215.422, F.S., which include disseminating information relative to prompt payment and assisting contractors in receiving their payments in a timely manner from a Customer. The Vendor Ombudsman may be contacted at (850) 413-5516. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 9  6.7 Time is of the Essence. Time is of the essence regarding every obligation of the Contractor under the Contract. Each obligation is deemed material, and a breach of any such obligation (including a breach resulting from untimely performance) is a material breach. 6.8 Waiver. The delay or failure by the Department or the Customer to exercise or enforce any rights under the Contract will not constitute waiver of such rights. 6.9 Modification and Severability. The Contract may only be modified by written agreement between the Department and the Contractor. Should a court determine any provision of the Contract is invalid, the remaining provisions will not be affected, and the rights and obligations of the Parties will be construed and enforced as if the Contract did not contain the provision held invalid. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(5), F.A.C. SECTION 7. LIABILITY AND INSURANCE. 7.1 Workers’ Compensation Insurance. The Contractor shall maintain workers’ compensation insurance as required under the Florida Workers’ Compensation Law or the workers’ compensation law of another jurisdiction where applicable. The Contractor must require all subcontractors to similarly provide workers’ compensation insurance for all of the latter’s employees. In the event work is being performed by the Contractor under the Contract and any class of employees performing the work is not protected under Workers’ Compensation statutes, the Contractor must provide, and cause each subcontractor to provide, adequate insurance satisfactory to the Department, for the protection of employees not otherwise protected.   7.2 General Liability Insurance. The Contractor must secure and maintain Commercial General Liability Insurance, including bodily injury, property damage, products, personal and advertising injury, and completed operations. This insurance must provide coverage for all claims that may arise from performance of the Contract or completed operations, whether by the Contractor or anyone directly or indirectly employed by the Contractor. Such insurance must include the State of Florida as an additional insured for the entire length of the resulting contract. The Contractor is responsible for determining the minimum limits of liability necessary to provide reasonable financial protections to the Contractor and the State of Florida under the resulting contract. 7.3 Florida Authorized Insurers. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 10  All insurance shall be with insurers authorized and eligible to transact the applicable line of insurance business in the State of Florida. The Contractor shall provide Certification(s) of Insurance evidencing that all appropriate coverage is in place and showing the Department to be an additional insured. 7.4 Performance Bond. Unless otherwise prohibited by law, the Department may require the Contractor to furnish, without additional cost to the Department, a performance bond or irrevocable letter of credit or other form of security for the satisfactory performance of work hereunder. The Department shall determine the type and amount of security.   7.5 Indemnification. To the extent permitted by Florida law, the Contractor agrees to indemnify, defend, and hold the Customer and the State of Florida, its officers, employees, and agents harmless from all fines, claims, assessments, suits, judgments, or damages, including consequential, special, indirect, and punitive damages, including court costs and attorney’s fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, or intellectual property right or out of any acts, actions, breaches, neglect, or omissions of the Contractor, its employees, agents, subcontractors, assignees, or delegates related to the Contract, as well as for any determination arising out of or related to the Contract that the Contractor or Contractor’s employees, agents, subcontractors, assignees, or delegates are not independent contractors in relation to the Customer. The Contract does not constitute a waiver of sovereign immunity or consent by the Customer or the State of Florida or its subdivisions to suit by third parties. Without limiting this indemnification, the Customer may provide the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor’s sole expense, and (3) assistance in defending the action at Contractor’s sole expense. 7.6 Limitation of Liability. Unless otherwise specifically enumerated in the Contract or in the purchase order, neither the Department nor the Customer shall be liable for special, indirect, punitive, or consequential damages, including lost data or records (unless the Contract or purchase order requires the Contractor to back-up data or records), even if the Department or Customer has been advised that such damages are possible. Neither the Department nor the Customer shall be liable for lost profits, lost revenue, or lost institutional operating savings. The Department or Customer may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs, and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State. SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT, AND INTELLECTUAL PROPERTY. 8.1 Public Records. 8.1.1 Termination of Contract. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 11  The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F. S., made or received by the Contractor in conjunction with the Contract. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: 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 THE TELEPHONE NUMBER, EMAIL ADDRESS, AND MAILING ADDRESS PROVIDED IN THE RESULTING CONTRACT OR PURCHASE ORDER. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. (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 time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the 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. 8.2 Protection of Trade Secrets or Otherwise Confidential Information. 8.2.1 Contractor Designation of Trade Secrets or Otherwise Confidential Information. If the Contractor considers any portion of materials to be trade secret under section 688.002 or 812.081, F.S., or otherwise confidential under Florida or federal law, the Contractor must clearly designate that portion of the materials as trade secret or otherwise confidential when submitted to the Department. The Contractor will be DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 12  responsible for responding to and resolving all claims for access to Contract-related materials it has designated trade secret or otherwise confidential. 8.2.2 Public Records Requests. If the Department receives a public records request for materials designated by the Contractor as trade secret or otherwise confidential under Florida or federal law, the Contractor will be responsible for taking the appropriate legal action in response to the request. If the Contractor fails to take appropriate and timely action to protect the materials designated as trade secret or otherwise confidential, the Department will provide the materials to the requester. 8.2.3 Indemnification Related to Confidentiality of Materials. The Contractor will protect, defend, indemnify, and hold harmless the Department for claims, costs, fines, and attorney’s fees arising from or relating to its designation of materials as trade secret or otherwise confidential. 8.3 Document Management. The Contractor must retain sufficient documentation to substantiate claims for payment under the Contract and all other records, electronic files, papers, and documents that were made in relation to this Contract. The Contractor must retain all documents related to the Contract for five (5) years after expiration of the Contract or, if longer, the period required by the General Records Schedules maintained by the Florida Department of State available at the Department of State’s Records Management website. 8.4 Intellectual Property. 8.4.1 Ownership. Unless specifically addressed otherwise in the Contract, the State of Florida shall be the owner of all intellectual property rights to all property created or developed in connection with the Contract. 8.4.2 Patentable Inventions or Discoveries. Any inventions or discoveries developed in the course, or as a result, of services in connection with the Contract that are patentable pursuant to 35 U.S.C. § 101 are the sole property of the State of Florida. Contractor must inform the Customer of any inventions or discoveries developed or made through performance of the Contract, and such inventions or discoveries will be referred to the Florida Department of State for a determination on whether patent protection will be sought. The State of Florida will be the sole owner of all patents resulting from any invention or discovery made through performance of the Contract. 8.4.3 Copyrightable Works. Contractor must notify the Department or State of Florida of any publications, artwork, or other copyrightable works developed in connection with the Contract. All copyrights created or developed through performance of the Contract are owned solely by the State of Florida. SECTION 9. DATA SECURITY. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 13  The Contractor will maintain the security of State of Florida data including, but not limited to, maintaining a secure area around any displayed visible data and ensuring data is stored and secured when not in use. The Contractor and subcontractors will not perform any of the services from outside of the United States, and the Contractor will not allow any State of Florida data to be sent by any medium, transmitted, or accessed outside the United States due to Contractor’s action or inaction. In the event of a security breach involving State of Florida data, the Contractor shall give notice to the Customer and the Department within one business day. “Security breach” for purposes of this section will refer to a confirmed event that compromises the confidentiality, integrity, or availability of data. Once a data breach has been contained, the Contractor must provide the Department with a post-incident report documenting all containment, eradication, and recovery measures taken. The Department reserves the right in its sole discretion to enlist a third party to audit Contractor’s findings and produce an independent report, and the Contractor will fully cooperate with the third party. The Contractor will also comply with all HIPAA requirements and any other state and federal rules and regulations regarding security of information. SECTION 10. GRATUITIES, LOBBYING, AND COMMUNICATIONS. 10.1 Gratuities. The Contractor will not, in connection with this Contract, directly or indirectly (1) offer, give, or agree to give anything of value to anyone as consideration for any State of Florida officer’s or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone anything of value for the benefit of, or at the direction or request of, any State of Florida officer or employee. 10.2 Lobbying. In accordance with sections 11.062 and 216.347, F.S., Contract funds are not to be used for the purpose of lobbying the Legislature, the judicial branch, or the Department. Pursuant to section 287.058(6), F.S., the Contract does not prohibit the Contractor from lobbying the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding the Contract after the Contract is executed and during the Contract term. 10.3 Communications. 10.3.1 Contractor Communication or Disclosure. The Contractor shall not make any public statements, press releases, publicity releases, or other similar communications concerning the Contract or its subject matter or otherwise disclose or permit to be disclosed any of the data or other information obtained or furnished in compliance with the Contract, without first notifying the Customer’s Contract Manager and securing the Customer’s prior written consent. 10.3.2 Use of Customer Statements. The Contractor shall not use any statement attributable to the Customer or its employees for the Contractor’s promotions, press releases, publicity releases, marketing, corporate communications, or other similar communications, without first notifying the Customer’s Contract Manager and securing the Customer’s prior written consent. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 14  SECTION 11. CONTRACT MONITORING. 11.1 Performance Standards. The Contractor agrees to perform all tasks and provide deliverables as set forth in the Contract. The Department and the Customer will be entitled at all times, upon request, to be advised as to the status of work being done by the Contractor and of the details thereof. 11.2 Performance Deficiencies and Financial Consequences of Non-Performance. 11.2.1 Proposal of Corrective Action Plan. In addition to the processes set forth in the Contract (e.g., service level agreements), if the Department or Customer determines that there is a performance deficiency that requires correction by the Contractor, then the Department or Customer will notify the Contractor. The correction must be made within a time-frame specified by the Department or Customer. The Contractor must provide the Department or Customer with a corrective action plan describing how the Contractor will address all performance deficiencies identified by the Department or Customer. 11.2.2 Retainage for Unacceptable Corrective Action Plan or Plan Failure. If the corrective action plan is unacceptable to the Department or Customer, or implementation of the plan fails to remedy the performance deficiencies, the Department or Customer will retain ten percent (10%) of the total invoice amount. The retainage will be withheld until the Contractor resolves the performance deficiencies. If the performance deficiencies are resolved, the Contractor may invoice the Department or Customer for the retained amount. If the Contractor fails to resolve the performance deficiencies, the retained amount will be forfeited to compensate the Department or Customer for the performance deficiencies. 11.3 Performance Delay. 11.3.1 Notification. The Contractor will promptly notify the Department or Customer upon becoming aware of any circumstances that may reasonably be expected to jeopardize the timely and successful completion (or delivery) of any commodity or contractual service. The Contractor will use commercially reasonable efforts to avoid or minimize any delays in performance and will inform the Department or the Customer of the steps the Contractor is taking or will take to do so, and the projected actual completion (or delivery) time. If the Contractor believes a delay in performance by the Department or the Customer has caused or will cause the Contractor to be unable to perform its obligations on time, the Contractor will promptly so notify the Department and use commercially reasonable efforts to perform its obligations on time notwithstanding the Department’s delay. 11.3.2 Liquidated Damages. The Contractor acknowledges that delayed performance will damage the DepartmentCustomer, but by their nature such damages are difficult to ascertain. Accordingly, the liquidated damages provisions stated in the Contract documents will apply. Liquidated damages are not intended to be a penalty and are solely intended to compensate for damages. 11.4 Force Majeure, Notice of Delay, and No Damages for Delay. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 15  The Contractor will not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay, and the delay is due directly to fire, explosion, earthquake, windstorm, flood, radioactive or toxic chemical hazard, war, military hostilities, terrorism, civil emergency, embargo, riot, strike, violent civil unrest, or other similar cause wholly beyond the Contractor’s reasonable control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. The foregoing does not excuse delay which could have been avoided if the Contractor implemented any risk mitigation required by the Contract. In case of any delay the Contractor believes is excusable, the Contractor will notify the Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (10) calendar days after the cause that created or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) calendar days after the date the Contractor first had reason to believe that a delay could result. The foregoing will constitute the Contractor’s sole remedy or excuse with respect to delay. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages will be asserted by the Contractor. The Contractor will not be entitled to an increase in the Contract price or payment of any kind from the Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor will perform at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State of Florida or to Customers, in which case the Department may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers and the Department with respect to commodities or contractual services subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the commodity or contractual services that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. SECTION 12. CONTRACT AUDITS. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, the Office of the Auditor General also have authority to perform audits and inspections. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 16  12.2 Payment Audit. Records of costs incurred under terms of the Contract will be maintained in accordance with section 8.3 of these Special Contract Conditions. Records of costs incurred will include the Contractor’s general accounting records, together with supporting documents and records of the Contractor and all subcontractors performing work, and all other records of the Contractor and subcontractors considered necessary by the Department, the State of Florida’s Chief Financial Officer, or the Office of the Auditor General. SECTION 13. BACKGROUND SCREENING AND SECURITY. 13.1 Background Check. The Department or Customer may require the Contractor to conduct background checks of its employees, agents, representatives, and subcontractors as directed by the Department or Customer. The cost of the background checks will be borne by the Contractor. The Department or Customer may require the Contractor to exclude the Contractor’s employees, agents, representatives, or subcontractors based on the background check results. In addition, the Contractor must ensure that all persons have a responsibility to self-report to the Contractor within three (3) calendar days any arrest for any disqualifying offense. The Contractor must notify the Contract Manager within twenty-four (24) hours of all details concerning any reported arrest. Upon the request of the Department or Customer, the Contractor will re-screen any of its employees, agents, representatives, and subcontractors during the term of the Contract. 13.2 E-Verify. The Contractor must use the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired during the term of the Contract for the services specified in the Contract. The Contractor must also include a requirement in subcontracts that the subcontractor must utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. In order to implement this provision, the Contractor must provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within five (5) calendar days of Contract execution. If the Contractor is not enrolled in DHS E-Verify System, it will do so within five (5) calendar days of notice of Contract award and provide the Contract Manager a copy of its MOU within five (5) calendar days of Contract execution. The link to E-Verify is https://www.uscis.gov/e-verify. Upon each Contractor or subcontractor new hire, the Contractor must provide a statement within five (5) calendar days to the Contract Manager identifying the new hire with its E-Verify case number. 13.3 Disqualifying Offenses. If at any time it is determined that a person has been found guilty of a misdemeanor or felony offense as a result of a trial or has entered a plea of guilty or nolo contendere, regardless of whether adjudication was withheld, within the last six (6) years from the date of the court’s determination for the crimes listed below, or their equivalent in any jurisdiction, the Contractor is required to immediately remove that person from any position with access to State of Florida data or directly performing services under the Contract. The disqualifying offenses are as follows: (a) Computer related crimes; (b) Information technology crimes; DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB SP approved version 7‐1‐2019 17  (c) Fraudulent practices; (d) False pretenses; (e) Frauds; (f) Credit card crimes; (g) Forgery; (h) Counterfeiting; (i) Violations involving checks or drafts; (j) Misuse of medical or personnel records; and (k) Felony theft. 13.4 Confidentiality. The Contractor must maintain confidentiality of all confidential data, files, and records related to the commodities or contractual services provided pursuant to the Contract and must comply with all state and federal laws, including, but not limited to sections 381.004, 384.29, 392.65, and 456.057, F.S. The Contractor’s confidentiality procedures must be consistent with the most recent version of the Department security policies, protocols, and procedures. The Contractor must also comply with any applicable professional standards with respect to confidentiality of information. SECTION 14. WARRANTY OF CONTRACTOR’S ABILITY TO PERFORM. The Contractor warrants that, to the best of its 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 Contractor’s ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the Suspended Vendor List, Convicted Vendor List, or the Discriminatory Vendor List, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Department in writing if its ability to perform is compromised in any manner during the term of the Contract. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 1 of 16 Attachment 2 Scope of Work 1. Purpose To provide Customers with Agriculture and Lawn Equipment on a statewide basis, pursuant to the terms set forth in this Scope of Work. 2. Definitions Accessory(ies) – A part or object used for convenience, attractiveness, safety, etc. to improve Base Equipment capability which meet the requirements, specifications, terms, and conditions herein, and may be installed to, uninstalled from, or provided with or separately from the Base Equipment by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable, and prudent in the industry. Base Equipment – A Manufacturer’s Base Agriculture and Lawn Equipment without the inclusion of OEM or Non-OEM Options, Parts, Accessories, and Implements. Base Equipment may be identified by a combination of the Manufacturer’s name, trade name, brand name, make name, model name, model number or catalog number. Business Day – Monday through Friday, inclusive, except for those holidays specified in section 110.117, F.S., from 8:00 a.m. to 5:00 p.m. at the Customer’s location. Commodity(ies) – As defined in section 287.012 F.S. Commodities may include Base Equipment; OEM and Non-OEM Options, Parts, Accessories, and Implements; and other products available through this Contract. Commodities may also be referred to throughout as “Agriculture and Lawn Equipment”. Commodity Code – The State’s numeric code for classifying Commodities which meet specific requirements, specifications, terms, and conditions herein. Florida has adopted the United Nations Standard Products and Services Code (UNSPSC) for classifying Commodities. Contract – The written agreement between the Department and the Contractor. Contractor – A Vendor that enters a Contract with the Department as a result of the ITB. Customer – A state agency or eligible user. Dealer – A Manufacturer’s certified representative who has been authorized by the Manufacturer to market, sell, provide, and service the Commodities of the Manufacturer that are responsive to the Contract. Dealers may be Contractor-owned and -controlled (in whole or in part), or independently owned and controlled. Department – The Department of Management Services, a State Agency. Group – A series of Commodities with applicable Commodity Codes which are described in the Product Group Discount Sheet. A Group may or may not include Sub-Groups. Implement(s) – A tool, utensil, or other piece of equipment, especially as used for a particular purpose or to improve Base Equipment capability which meet the requirements, specifications, DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 2 of 16 terms, and conditions herein, and may be installed to, uninstalled from, or provided with or separately from the Base Equipment by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable, and prudent in the industry. Manufacturer – The producer or provider of Agriculture and Lawn Equipment which possess the minimum quality, reliability, service, and value required by the Department and Customers. May be used interchangeably with Brand Name. Manufacturer’s Suggested Retail Price (MSRP) – The MSRP represents the Manufacturer’s recommended retail selling price, list price, published price, or other usual and customary price that would be paid by the Customer for specific Commodities without the benefit of a Contract resulting from this solicitation. It must be publicly listed, available, and verifiable by the Department. MSRP Credit – The MSRP price of OEM and Non-OEM Options, Parts, Accessory(ies) or Implements that are deducted from the Base Equipment price paid by the Customer if removed from the Base Equipment. MSRP List – The Manufacturer’s Suggested Retail Price List, a collection of MSRPs and related information broken down by specific Commodities. In the priority listed below, only the following are acceptable sources of current and revised MSRPs and MSRP Lists for use under the resulting Contract: • Manufacturer’s Annual U.S. Price Book, • Manufacturer’s official website or dealer software; and • Autodata, Inc. d/b/a Chrome Data’sTM Carbook Pro Fleet Edition. Net Price – The final price paid by the Customer after applying all MSRP discounts and MSRP Credits. The Net Price for Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features, equipment, and components shall include all charges for the Commodity, including but not limited to packing, handling, freight, distribution, transportation, startup, pre-delivery, delivery, inspection, installation, construction, assembly, title, and registration. Additional charges for a Commodity shall not be charged outside of the Net Price unless expressly provided within the Scope of Work. Non-OEM – Produced by a manufacturer or party other than the OEM. Options – Options requested by the Customer specifically for the Agriculture and Lawn Base Equipment which meet the requirements, specifications, terms, and conditions herein, and may be installed to, uninstalled from, or provided with or separately from the Base Equipment by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable, and prudent in the industry. Original Equipment Manufacturer (OEM) – The original Manufacturer of a Commodity. Parts – Repair or service parts for Base Equipment which meet the requirements, specifications, terms, and conditions herein, and may be installed to, uninstalled from, or provided with or separately from the Base Equipment by the Manufacturer or Dealer, as specified, ordered, legal, customary, reasonable, and prudent in the industry. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 3 of 16 Sub-Group – A specific series of Commodities within a Group which are described in the Product Group Discount Sheet. A Group may or may not include Sub-Groups. State – The State of Florida. 3. Scope of Work 3.1 Commodity Specifications and Standards All Commodities, including all Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features, equipment, and components, shall meet the following minimum requirements: 1. All Commodities shall be designed, constructed, equipped, assembled (except as specified in the Transportation and Delivery section), and installed to be fully suitable for their intended use, purpose, and service. The Contractor is not required to install Parts purchased by the Customer unless specifically agreed to by the Customer and Contractor; 2. All Commodities shall be new and unused (except as specified in the Transportation and Delivery section), for the current Manufacturer’s model year or later, of current or recent production, and of the latest design and construction; 3. All Commodities shall be biodiesel (B-20), compressed natural gas (“CNG”), diesel, electric, gasoline (E-10 to E-85), liquefied petroleum gas (“LPG”), natural gas, or propane powered. 4. All Commodities shall include all OEM standard features, equipment, and components, Manufacturer or Dealer installed according to the Manufacturer’s standard procedures, requirements, and specifications; 5. All Commodities shall be free of damage and / or rust which may affect appearance or serviceability; 6. All Commodities shall be professionally designed, manufactured, installed, and serviced pursuant to the industry standard of care; 7. All Commodities shall comply with required state and federal laws, including but not limited to: motor vehicle, mobile equipment, safety, and environmental laws; and 8. All Commodities shall meet the requirements, specifications, terms, and conditions herein. Contactor shall ensure that no Contractor or Dealer advertising or identification (name, logos, etc.) is on the Commodities, including Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features, equipment, and components. Manufacturer advertising or identification (name, model, logos, etc.) shall be permitted on the respective Commodities if such advertising or identification is a Manufacturer’s standard on the specific Commodity. The Department, in its sole discretion, shall determine what is Contractor or Dealer advertising or identification, what is Commodity Manufacturer’s advertising or identification, and what advertising or identification is acceptable. The Contractor shall be responsible for removing, without damage, all unacceptable advertising or identification. The Contractor may engage Dealers in accordance with the terms herein to provide sales and support for the awarded Commodities offered under this Contract. In the event the Contractor elects to use Dealers, the Contractor shall remain fully accountable for ensuring that the Dealer complies with the terms of this Contract. In the event the Dealers fail to comply with the terms of this Contract, the Contractor shall remain fully liable. The DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 4 of 16 Contractor shall ensure that Dealers remain current with the Contractor’s authorized Commodities and MSRP List. The Contractor shall remain responsible for receiving purchase orders and shall remain responsible for invoicing the Customer for payment. All invoices shall remain in the name of the Contractor. The Contractor may not utilize Dealers until receiving express authorization from the Department. Information regarding the Contractor’s addition of Dealers can be found at the following link: https://www.dms.myflorida.com/business_operations/state_purchasing/vendor_resources/s ubcontractor_dealer_reseller_forms. 3.2 Federal and State Standards It is the intent of the Department 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 being provided. This includes, but is not limited to: Federal Motor Vehicle Safety Standards (“FMVSS”), Occupational Safety and Health Administration (“OSHA”), Environmental Protection Agency (“EPA”) Standards, and State of Florida laws, requirements, and regulations that apply to the type and class of Commodities being provided. In addition, the Contractor is responsible for complying with any applicable federal or State legislation that becomes effective during the term of the Contract upon the legislation’s effectiveness. The Contractor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the Contractor, regardless of whether it’s the Manufacturer or Dealer, shall contact the DMS Contract Manager immediately. 3.3 Testing Samples of delivered Commodities may be selected at random by Customers or Department and tested for compliance with the requirements, specifications, terms, and conditions. 3.4 Warranty The Manufacturer’s standard warranty shall cover all Commodities of the Contract. The Manufacturer’s standard warranty is required to provide coverage against defective material, workmanship, and failure to perform in accordance with the specifications and required performance criteria. The Manufacturer’s standard warranty coverage shall be identical to or exceed the most inclusive of those normally provided for the Commodities specified herein that are sold to any federal, state, or local governments. The Manufacturer’s standard warranty shall have a minimum term of one year from the Customer’s acceptance, as specified in the ‘Acceptance’ section, and shall begin only at the time of acceptance by the Customer. Should the Manufacturer’s standard warranty conflict with any requirements, specifications, terms, or conditions of the Contract, then the Contract requirements, specifications, terms, and conditions shall prevail. The Manufacturer’s standard warranty terms and conditions are not part of the Contract requirements, specifications, terms, and conditions. 3.5 Commodities Recall In the event there is a recall of any of the Commodities, any of its components, or any parts incorporating the equipment ("Recalled Equipment"), the Contractor shall provide reasonable assistance to the Department in developing a recall strategy and shall cooperate with the Department and the Customers in monitoring the recall operation and in preparing such DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 5 of 16 reports as may be required. Each Contractor shall, at the request of the Department or any Customer, give the Department and each Customer all reasonable assistance in locating and recovering any equipment or Recalled Equipment. Each Contractor shall immediately notify and provide copies to the Department of any communications, whether relating to recalls or otherwise, with any Customer. The Contractor shall ensure defective Recalled Equipment are rectified, replaced and/or destroyed in compliance with all applicable laws, rules or regulations and the Department's reasonable instructions. All Contractor efforts relating to Recalled Equipment shall be at Contractor’s own expense. 3.6 Commodity Compliance and Compatibility It is the Contractor’s responsibility to ensure that the Commodities supplied are compliant with the Contract requirements, specifications, terms, and conditions. Additionally, the Contractor shall ensure that all Commodities ordered by the Customer are fully compatible with each other and with any associated pre-existing Commodity possessed by the Customer and disclosed to the Contractor by the Customer. The Contractor’s acceptance of the Customer’s order shall indicate that the Contractor agrees to deliver a Commodity that is fully compliant and compatible with the Customer’s order requirements, specifications, terms, and conditions. In the event any ordered Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features, equipment, and components are found by the Customer to be missing, incorrect, defective, damaged, non- compatible, or non-compliant, the Contractor shall, at the Customer’s discretion, be required to complete one of the following: • Install or repair the Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s), and their respective features, equipment, and components; • Replace the Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features, equipment, and components; • Refund the purchase price of the Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features, equipment, and components to the Customer. Any changes necessary after the delivery of the Customer’s order that are required to bring a Commodity into compliance or compatibility due to an incorrect order fulfillment by the Contractor shall be accomplished at the Contractor’s expense. 3.7 Commodities Title and Registration Agriculture and Lawn Equipment delivered under the Contract shall be titled and registered by the Contractor in accordance with Florida law, including Chapters 319 and 320, Florida Statutes. The Contractor shall send any necessary form(s) that shall be signed by an authorized representative of the Customer with the awarded Commodity upon delivery, and the Contractor shall obtain any necessary signatures and complete the titling and registration process for the Customer in a timely manner. In the event the Customer is permitted by law or policy to obtain title and registration independent of the Contractor, and chooses to obtain title and registration independent of the Contractor, the Customer will notify the Contractor in writing of this decision no later than three Business Days following receipt of the Acknowledgement of Order form. However, the DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 6 of 16 Customer shall then be obligated to title and register the awarded Commodity and the Contractor shall provide any documents necessary for the Customer to do so. Customers may elect to transfer an existing license plate or may choose to obtain a new license plate. • Transferring an existing license plate is the standard default order type and does not require specific notation on the Purchase Order. All related fees associated with transferring an existing license plate are included in the Base Equipment Net Price a) When obtaining a new license plate, the Customer should include a notation on the Customer Order and an additional amount to cover the cost of a new license plate. The Contractor is not required to obtain a new license plate for the Customer unless there is a notation and a new license plate fee is included on the Customer Order. All related fees except for the new license plate cost are included in the Base Equipment Net Price. The Customer’s order notation for a new license plate shall include the request for a new license plate, the type of license plate required, and a contact person’s name, title, and telephone number. b) The Contractor may obtain special plates such as “State”, “County”, or “City” from most county tax offices, but agency plates such as “DOT”, “DC”, “DNR”, etc. shall be obtained from the Department of Highway Safety and Motor Vehicles, Division of Motor Vehicles, in Tallahassee, Florida. 3.8 Transportation and Delivery Transportation and Delivery shall be FOB Destination to any point statewide as follows: 1. Customers shall be notified within two Business Days when Commodities are not in stock or unavailable from the Manufacturer at the time of order. Commodities must be delivered within 180 Calendar Days after receipt of order, unless otherwise agreed to by the Customer. As soon as Commodities are back in stock, the Commodities must be delivered within 14 Calendar Days to the Customer. For any delivery not made within the 180 and 14 Calendar Days’ timeframes, the Department’s Contract Manager must be notified and given a copy of the Customer’s order. The Contractor must provide the Department’s Contract Manager any requested information and timeframe for completion of the order. 2. Commodities in stock must be delivered within 14 Calendar Days after receipt of order or the receipt of the Commodities from the Manufacturer, with one exception – Commodities requiring post-Manufacturer or Dealer installed OEM or Non-OEM Options, Parts, Accessories, and Implements shall be delivered within 30 Calendar Days after receipt of the Commodities from the Manufacturer(s). Delivery of the awarded Commodity is defined as receipt of the Commodity at the Customer’s place of business or designated location. Delivery does not constitute the Customer’s acceptance. The Contractor shall give the Customer a minimum of one Business Day notice prior to delivery. Commodities shall be delivered as stipulated by the Customer. The Contractor shall deliver Commodities by either private or common carrier transport. Where deliveries may be accomplished by driving the self-propelled, street-legal, Commodity three road miles or less, the self-propelled, street-legal Commodity may be driven to the DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 7 of 16 delivery location at Contractor’s sole risk and expense. The Contractor shall comply with the Manufacturer’s break-in requirements and all applicable traffic laws. All self-propelled, operator-occupied Commodities delivered by the Contractor to the Customer shall contain no less than one-quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. At the Customer’s option, Commodities with less than one- quarter (1/4) tank of fuel at delivery may be rejected or a $3.00 per gallon or gallon equivalent up to one-quarter of the Commodity’s fuel tank capacity may be deducted from the invoice and payment. The Contractor shall perform the standard Manufacturer’s pre-delivery inspection and is responsible for delivering a Commodity that is properly serviced, clean, and in first class operating condition. The Contractor is required to perform the following, at a minimum, as part of its pre-delivery service: 1. Completely lubricate operating chassis, engine, and mechanisms with Manufacturer’s recommended grades of lubricants; 2. Check and fill all fluid levels to ensure proper fill; 3. Adjust engine(s) to proper operating condition(s); 4. Inflate tires to proper pressure; 5. Ensure proper operation of all accessories, gauges, lights, and mechanical and hydraulic features; 6. Clean equipment, if necessary, and remove all unnecessary and prohibited tags, stickers, papers, etc.; 7. Ensure that the awarded Commodity is completely assembled (unless otherwise noted in the following sub-section) including Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features, equipment, and components and OEM Options, Parts, Accessories, and Implements, are thoroughly tested and ready for immediate operation upon delivery; and 8. Where applicable, ensure that the product is packaged in a manner which ensures safe delivery to the destination. Packaging shall comply with all federal, state, and local laws including but not limited to the requirements of section 403.7191, Florida Statutes. The Contractor shall mark each package to include the name of the Contractor, the State Term Contract number, the purchase or Customer Order number, and a brief description of the contents. The Contractor shall deliver all Commodities with each of the following completed documents: 1. Copy of the Manufacturer’s pre-delivery inspection form, which meets or exceeds the requirement herein; 2. Copy of the ordering Customer’s order; 3. Copy of the applicable Manufacturer specification(s); 4. Copy of the Manufacturer’s invoice(s) (prices may be deleted or obscured) for each Commodity, including individual Base Equipment, OEM and Non-OEM Option(s), Part(s), Accessory(ies), and Implement(s); and their respective features, equipment, and components and OEM Options, Parts, Accessories, and Implements in the shipment; 5. Manufacturer’s window sticker(s), if applicable; 6. Manufacturer’s ‘certificate of origin’, if applicable; 7. Manufacturer’s ‘operator manual’, and (if not included in the operator manual) one (1) each of the Manufacturer’s lubrication and maintenance instructions; DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 8 of 16 8. Copy of the Manufacturer’s standard warranty certifications; 9. Sales tax exemption form, if applicable; 10. Temporary tag and twenty (20) day extension tag, if applicable; and 11. DHSMV82040, Application for Certificate of Title and/or Vehicle Registration, if applicable. Deliveries that do not include the above applicable forms and documents, or that have forms that have been altered, or are not properly completed, may be refused. Repeated failures by the Contractor to include the above properly completed forms and publications, or that have submitted altered forms, to the ordering Customers may be cause for default proceedings and/or Contract termination. These Transportation and Delivery requirements, terms, and conditions also apply to the re-delivery of a Commodity that was previously rejected upon initial delivery. 3.9 Price Quote Form For all Customer orders, the Contractor shall complete and submit a Price Quote Form (PQF) (Attachment 3) to the Customer for the requested Commodities. All Commodities shall be itemized on the PQF and include applicable brand, model, and pricing information. The price quoted for Commodities shall not exceed the current Contract’s Net Price to Customers. The PQF shall be completed by the Contractor and returned to the Customer within two Business Days of the Contractor’s receipt of the Customer’s request for a quote. Customers are encouraged to seek more than one quote from the identified awarded Contractors, where available. Customers may negotiate with the Contractor to establish a lower price through a greater discount percentage off MSRP. 3.10 Acknowledgement of Order Form For each order, the Contractor shall provide the ordering Customer with a fully completed Acknowledgement of Order Form (Attachment 4) within five Business Days of receiving the Customer’s order. The Contractor must use the Acknowledgment of Order Form and must not make any alterations. Failure to timely provide the Customer with the Acknowledgement of Order Form shall be deemed acceptance of the order, which, if necessary, shall require the Contractor to provide the newest model of the Commodity which meets the prices, discounts, requirements, specifications, terms, and conditions herein. When the Contractor receives an order and does not have the ordered Commodities in stock and cannot deliver the Commodities to the Customer within 14 calendar days, the Contractor shall notify the ordering Customer on the Acknowledgement of Order Form. When providing the Acknowledgment of Order Form the Contractor shall provide the Customer with the Manufacturer’s order confirmation information and estimated delivery date. Submission of the Acknowledgement of Order Form is the responsibility of the Contractor without prompting or notification by the Contract Manager or Customer. Repeated failures by the Contractor to timely submit completed Acknowledgement of Order Forms to the ordering Customers may be cause for default proceedings and Contract termination. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 9 of 16 3.11 Acceptance The Customer, within three Business Days of delivery, will inspect the Commodity received for acceptability. The Customer should compare the physical Commodity delivered; contract prices, discounts, requirements, specifications, terms, and conditions; Customer order; and Manufacturer’s Window Sticker / Manufacturer’s Invoice(s) to ensure the Commodity received meets or exceeds the requirements, specifications, terms, and conditions of the Contract and Customer order. Additionally, the Customer should inspect the Commodity for any damage. The Contractor is obligated to correct any errors or damage. Failure by the Customer to discover an error or damage in the Commodity shall not relieve the Contractor from its obligation to correct the error or damage in the event it is found any time after the Commodity is delivered. The Parties agree that inspection and acceptance shall be the Customer’s responsibility and occur at the location of the Customer. Title and risk of loss or damage to all Commodities shall be the responsibility of the Contractor until accepted by the Customer. The Contractor shall be responsible for filing, processing, and collecting all damage claims. The Customer shall assist the Contractor by: • Recording any evidence of visible damage on all copies of the delivering carrier’s bill of lading; • Reporting any known visible and concealed damage to the carrier and the Contractor; • Confirming said reports in writing within fifteen Business Days of delivery, requesting that the carrier inspect the damaged merchandise; and • Providing the Contractor with a copy of the carrier’s bill of lading and damage inspection report. Transportation and delivery of the Commodity does not constitute acceptance for the purpose of payment. Acceptance and authorization of payment shall be given by the Customer only after a thorough inspection indicates that the Commodity is undamaged and meets the Contract requirements, specifications, terms, and conditions. Should the delivered Commodity be damaged or differ in any respect from the Contract requirements, specifications, terms, and conditions, payment shall be withheld until such time as the Contractor completes the required, Customer-approved, corrective action. Should the Commodity require service or adjustments as part of the Customer-approved corrective action(s), the Contractor shall either remedy the defect or be responsible for reimbursing the Manufacturer’s local service Dealer or others selected by the Customer to remedy the defect. The Contractor shall initiate such required service or adjustments within two Business Days following notification by the Customer. The Commodity shall not be accepted until all service or adjustments are satisfactory and the Commodity is re-delivered in acceptable condition. The costs of any transportation and delivery required as part of the initial or any re-deliveries due to error or damage are the responsibility of the Contractor. The Customer shall notify the Department of any Contract deviation that it cannot resolve with the Contractor. The Department and Customer shall develop a corrective action plan related to the Contract deviation, which may include the Customer’s permanent refusal to accept the Commodity, in which case the Commodity shall remain the property of the Contractor, and the Customer and the State shall not be liable for payment for any portion thereof. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 10 of 16 3.12 Installation When installation is required, the Contractor shall be responsible for placing and installing the Commodities or parts in the required locations at no additional charge. All materials used in the installation shall be of good quality and shall be free of defects that would diminish the appearance of the Commodity or render it structurally or operationally unsound. Installation includes the furnishing of any equipment, tools, rigging, labor, and materials required to install or replace the Commodities or parts in the proper location. Contractor shall protect the site from damage and shall repair damages or injury caused during installation by Contractor or its employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve installation, the Contractor shall promptly restore the structure or site to its original condition. Contractor shall perform installation work so as to cause the least inconvenience and interference with Customers and with proper consideration of others on site. Upon completion of the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order. 3.13 Full-Service Repair Facilities The Contractor agrees to maintain at least one factory-authorized service station or servicing Dealer within the State of Florida to perform warranty repairs and adjustments throughout the Contract term. The Contractor shall promptly notify the Department of any changes thereto. The Contractor shall be responsible for all service performed, regardless of whether the Contractor or its approved Dealer actually performed the service. Notwithstanding the foregoing, the Contractor may offer Customers “after warranty” service agreements for the maintenance and repair of goods after the initial warranty expires. The Contractor shall list this additional service as a separate item on the invoice. 3.14 Holidays The Contractor shall provide Customers all Commodities during Business Days. The following days are observed as holidays by state agencies in accordance with section 110.117, F.S.: • New Year’s Day • Birthday of Martin Luther King, Jr., third Monday in January • Memorial Day • Independence Day • Labor Day • Veterans’ Day, November 11 • Thanksgiving Day • Friday after Thanksgiving • Christmas Day If any of these holidays falls on Saturday, the preceding Friday shall be observed as a holiday. If any of these holidays falls on Sunday, the following Monday shall be observed as a holiday. Customers may have additional holiday(s) observed specifically by the Customer which will be detailed in the Customer’s order. 3.15 Purchasing Card The State has implemented a purchasing card program using the Visa platform. The Contractor may receive payments via the state’s Purchasing Card in the same manner as any other Visa purchases. Purchasing Card acceptance for purchase is a mandatory requirement for the Contract but is not the exclusive method of payment. If the State changes its DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 11 of 16 Purchasing Card platform during the term of Contract, the Contractor shall make any necessary changes to accommodate the State ‘s new Purchasing Card platform within 30 calendar days of notification of such change. 3.16 Punchout Catalog and Electronic Invoicing The Contractor is encouraged to provide a MFMP punchout catalog. The punchout catalog provides an alternative mechanism for suppliers to offer the State access to Products awarded under the Contract. The punchout catalog also allows for direct communication between the MFMP eProcurement System and a supplier’s Enterprise Resource Planning (ERP) system, which can reflect real-time Product inventory/availability information. Through utilization of the punchout catalog model, a Florida buyer will “punch out” to a supplier’s website. Using the search tools on the supplier’s Florida punchout catalog site, the user selects the desired Products. When complete, the user exits the supplier’s punchout catalog site and the shopping cart (full of Products) is “brought back” to MFMP. No orders are sent to a supplier when the user exits the supplier’s punchout catalog site. Instead, the chosen Products are “brought back” to MFMP as line items in a purchase order. The user can then proceed through the normal workflow steps, which may include adding/editing the Products (i.e., line items) in the purchase order. An order is not submitted to a supplier until the user approves and submits the purchase order, at which point the supplier receives an email with the order details. The Contractor may supply electronic invoices in lieu of paper-based invoices for those transactions processed through MFMP. Electronic invoices may be submitted to the agency through one of the mechanisms as listed below: 1) EDI (Electronic Data Interchange) This standard establishes the data contents of the Invoice Transaction Set (810) for use within the context of an Electronic Data Interchange (EDI) environment. This transaction set can be used for invoicing via the Ariba Network (AN) for catalog and non-catalog goods and services. 2) PO Flip via AN This online process allows Contractors to submit invoices via the AN for catalog and non-catalog goods and services. Contractors have the ability to create an invoice directly from their inbox in their AN account by simply "flipping" the PO into an invoice. This option does not require any special software or technical capabilities. The Contractor warrants and represents that it is authorized and empowered to and hereby grants the State and the third-party provider of MFMP, a State contractor, the right and license to use, reproduce, transmit, distribute, and publicly display within MFMP. In addition, the Contractor warrants and represents that it is authorized and empowered to and hereby grants the State and the third-party provider the right and license to reproduce and display within MFMP the Contractor's trademarks, system marks, logos, trade dress, or other branding designation that identifies the products made available by the Contractor under the Contract. The Contractor will work with the MFMP management team to obtain specific requirements for the electronic invoicing if needed. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 12 of 16 3.17 Contract Reporting The Contractor shall report information on orders received from Customers associated with this Contract. No revised MSRP lists or price adjustments will be considered for any Contractor who has outstanding reports, or any other documentation required under this Contract. The Contractor shall submit reports in accordance with the following schedule: Report Period Covered Due Date MFMP Transaction Fee Report Calendar month 15 calendar days after the end of each month Quarterly Sales Report State’s Fiscal Quarter 30 calendar days after close of the period Diversity Report (submitted to the Customer) State Fiscal Year 30 Business Days after close of the period Preferred Pricing Affidavit (in accordance with section 3.2.2. of the Special Contract Conditions) Annual Contract Anniversary Date 3.18 MFMP Transaction Fee Report The Contractor is required to submit monthly MFMP Transaction Fee Reports in the Department’s electronic format. Reports are due 15 calendar days after the end of the reporting period. For information on how to submit Transaction Fee Reports online, please reference the detailed fee reporting instructions and vendor training presentations available online at the “Transaction Fee & Reporting” section and “Training for Vendors” subsections under the “Vendors” tab on the MFMP website. Assistance with Transaction Fee Reporting is also available from the MFMP Customer Service Desk by email at: VendorHelp@ myfloridamarketplace.com or telephone 866-FLA-EPRO (866-352-3776) from 8:00 a.m. to 6:00 p.m. Eastern Time. 3.19 Quarterly Sales Reports The Contractor shall submit a quarterly sales report electronically, in the required format, to the Department’s Contract Manager within thirty (30) calendar days after close of each quarter. The quarterly sales report can be found here: https://www.dms.myflorida.com/business_operations/ state_purchasing/vendor_resources/quarterly_sales_report_format. Failure to provide the quarterly sales report will result in the imposition of financial consequences and may result in the Contractor being found in default and the termination of the Contract. Initiation and submission of the quarterly sales report are the responsibility of the Contractor without prompting or notification by the Department. Sales will be reviewed on a quarterly basis. If no sales are recorded during the period, the Contractor must submit a report stating that there was no activity. If no sales are recorded in two consecutive quarters, the Contractor may be placed in probationary status or the Department may terminate the Contract. Quarter 1 – (July-September) – due 30 calendar days after the close of the period DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 13 of 16 Quarter 2 – (October-December) – due 30 calendar days after the close of the period Quarter 3 – (January-March) – due 30 calendar days after the close of the period Quarter 4 – (April-June) due 30 calendar days after the close of the period 3.20 Diversity Report The Contractor shall report to each Customer, spend with certified and other minority business enterprises. These reports shall include the period covered, the name, minority code and Federal Employer Identification Number of each minority business utilized during the period, Commodities provided by the minority business enterprise, and the amount paid to each minority business on behalf of each purchasing agency ordering under the terms of this Contract. 3.21 Ad Hoc Reports The Department or Customer may require additional Contract information such as copies of purchase orders or ad hoc sales reports. The Contractor shall submit information in response to these specific ad hoc requests for reports within the specified amount of time as requested by the Department or Customer. 3.22 Business Review Meetings In order to maintain the relationship between the Department and the Contractor, each quarter the Department may request a business review meeting. The business review meeting may include, but is not limited to, the following: • Successful completion of deliverables • Review of the Contractor’s performance • Review of minimum required reports • Addressing of any elevated Customer issues • Review of continuous improvement ideas that may help lower total costs and/or improve business efficiencies. 3.23 Financial Consequences Financial Consequences will be assessed for failure to timely perform or submit a report as required by the Contract and shall be paid via check or money order in US Dollars, and made out to the Department of Management Services or the specific Customer, where applicable. Financial Consequences will be assessed daily for each individual failure until the performance or submittal is accomplished to the Department’s or Customer’s satisfaction, unless stated otherwise. For the submissions of reports, financial consequences will apply to each target period beginning with the first full month or quarter of the Contract’s performance and each month and quarter thereafter. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 14 of 16 The Department and Customers reserve the right to, in addition to withholding payment, implementing other appropriate remedies, such as Contract termination or non-renewal. 3.24 MSRP List and Product Adjustments The Contractor shall submit a complete MSRP List that includes all Commodities (i.e. Base Equipment; OEM Options, Parts, Accessories, and Implements; and Non-OEM Options, Parts, Accessories, and Implements) for each Manufacturer/ Brand Name and Sub-Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor received an award; the Commodities listed on the MSRP must match the Commodities listed on the price sheet. The MSRP List is subject to the Department’s approval. The MSRP List shall include the following for each Commodity: The Manufacturer/Brand Model Number, the Manufacturer/Brand Item Description, and the MSRP. The Contractor shall include a cover page, which shall provide the applicable Group, Sub-Group (for Groups that include Sub-Groups), Manufacturer/Brand Name, and MSRP List date. The Department shall be the final arbiter of MSRPs if an MSRP on the Contractor’s MSRP List differs from the published MSRP. The Contractor shall be responsible for removing all non-eligible and unacceptable Commodities under the Contract from the Contractor’s MSRP List. The Contractor may add products to the MSRP List at any time during the life of the Contract by submitting a complete and revised MSRP List. Products added must be from a Manufacturer/Brand Name for which the Contractor received an award and fall within the scope Deliverable Performance Metric Performan ce Due Date Financial Consequence for Non-Performance Contractor will timely submit completed Quarterly Sales Reports All Quarterly Sales Reports will be submitted timely with the required information Reports are due on or before the 30th calendar day after the close of each State fiscal quarter $250 per Calendar Day late/not received by the Contract Manager Contractor will timely submit completed MFMP Transaction Fee Reports All MFMP Transaction Fee Reports will be submitted timely with the required information Reports are due on or before the 15th calendar day after the close of each month $100 per Calendar Day late/not received by the Contract Manager Contractor will provide accurate Price Quote Forms to Customers All Price Quote Forms will be provided to Customers with accurate information Upon Customer request $25 per order DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 15 of 16 of a Sub-Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor received an award. The Contractor shall be responsible for removing all non-eligible and unacceptable Commodities under the Contract from the Contractor’s MSRP List. The Contractor may update existing product’s MSRPs on the MSRP List to match the MSRPs published by the Manufacturer no earlier than twelve (12) months after the start date of the Contract and, thereafter, or no earlier than twelve (12) months after the date of the previous MSRP update. The Contractor may update the existing product’s MSRPs on the MSRP List by submitting a complete and revised MSRP List for Department review and approval. Revised MSRP Lists, regardless of whether the Contractor is adding products or updating existing product’s MSRPs, must be accompanied by a revised price sheet, as described in the ‘Price Sheet and Price Adjustments’ section of the Scope of Work, as well as a list of all changes made from the previously submitted version of the MSRP List. 3.25 Price Sheet and Price Adjustments The Contractor shall submit a complete price sheet to include the following Commodities (i.e. Base Equipment and OEM Options, Parts, Accessories) for each Brand/Manufacturer and Sub- Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor received an award; the Commodities listed on the price sheet must match the Commodities listed on the MSRP List. The price sheet is subject to the Department’s approval. The price sheet shall be provided in Excel format and include a separate tab for each Sub-Group (or Group, for Groups that do not include Sub-Groups). Each tab shall include, at minimum, the following information for each Commodity offered under that Sub-Group (or Group, for Groups that do not include Sub- Groups): • Manufacturer/Brand Name (as shown on the Product Group Discount Sheet); • Commodity Type (i.e. Base Equipment and OEM Option, Part, Accessory, or Implement); • Model number or other identifier that Customers can use to locate the Commodity on the Brand/Manufacturer’s website; • Description; • MSRP (as shown on the current MSRP List); • Discount (as shown on the Product Group Discount Sheet for the Commodity type, as submitted in the Bid); and • Net Price to the Customer. The Contractor may add products to the price sheet at any time during the life of the Contract by submitting a complete and revised price sheet. Products added must be from a Brand/ Manufacturer Name for which the Contractor received an award and fall within the scope of a Sub-Group (or Group, for Groups that do not include Sub-Groups) for which the Contractor received an award. The Contractor shall be responsible for removing all non-eligible and unacceptable Commodities under the Contract from the Contractor’s price sheet. The Contractor may update the MSRPs and Net Prices to the Customer on the price sheet to match the MSRPs published by the Manufacturer no earlier than twelve (12) months after the start date of the Contract and, thereafter, or no earlier than twelve (12) months after the date of the previous MSRP update. The Contractor may update the MSRPs and Net Prices to the Customer on the price sheet by submitting a complete and revised price sheet. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB Page 16 of 16 Revised price sheets, regardless of whether the Contractor is adding products or updating the MSRPs and Net Prices to the Customer, must be accompanied by a revised MSRP List, as described in the ‘MSRP List and Product Adjustments’ section, as well as a list of all changes made from the previously submitted version of the price sheet. 3.26 E-Verify The following replaces section 13.2 of Attachment 1: The Contractor (and its subcontractors) have an obligation to utilize the U.S. Department of Homeland Security’s (DHS) E-Verify system for all newly hired employees. By executing this Contract, the Contractor certifies that it is registered with, and uses, the E-Verify system for all newly hired employees. The Contractor must obtain an affidavit from its subcontractors in accordance with paragraph (2)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. In order to implement this provision, the Vendor shall provide a copy of its DHS Memorandum of Understanding (MOU) to the Contract Manager within five days of Contract execution. This section serves as notice to the Contractor regarding the requirements of section 448.095, F.S., specifically sub-paragraph (2)(c)1, and the Department’s obligation to terminate the Contract if it has a good faith belief that the Contractor has knowingly violated section 448.09(1), F.S. If terminated for such reason, the Contractor will not be eligible for award of a public contract for at least one year after the date of such termination. The Department reserves the right to order the immediate termination of any contract between the Contractor and a subcontractor performing work on its behalf should the Department develop a good faith belief that the subcontractor has knowingly violated section 448.095(1), F.S. DocuSign Envelope ID: 3827635E-4E89-402F-9F7D-A883C68EF862DocuSign Envelope ID: 9BD76305-579B-4A8C-A604-71F74FAE92FB CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment Rev. 11/2/22 This Contract Amendment to Contract No. 25101900-21-STC (“Contract”) is made by the State of Florida, Department of Management Services (“Department”) and Ring Power Corporation (“Contractor”), with its principal place of business located at 500 World Commerce Pkwy., St. Augustine, FL 32092, collectively referred to herein as the “Parties.” WHEREAS the Parties entered into the Contract which became effective on January 1, 2021 for the provision of Agriculture and Lawn Equipment; WHEREAS the Parties agree to renew the Contract as provided for in Attachment 1, Special Contract Conditions, subsection 2.2, Renewal; and WHEREAS the Parties agreed that the Contract may be amended by mutual agreement as provided in Attachment 1, Special Contract Conditions, subsection 6.9, Modification and Severability. ACCORDINGLY, and in consideration of the mutual promises contained in the Contract documents, the Parties agree as follows: I. Contract Amendment. Contract Attachment 9, Additional Special Contract Conditions, is hereby added and attached, which is incorporated into the Contract by reference herein. II. Contract Renewal. The Contract is renewed for a period of three years pursuant to the same terms and conditions of the contract and any executed written amendments, with a new Contract expiration date of December 31, 2026. III. The Contract is hereby amended to modify Section III, Contract, as follows: Contract. As used in this document, “Contract” (whether or not capitalized) shall, unless the context requires otherwise, include this document and all incorporated Attachments, which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Contract must be in writing and signed by all Parties. All Attachments listed below are incorporated in their entirety into, and form part of, this Contract. The Contract Attachments shall have priority in the order listed: a) Attachment 2, Scope of Work b) Attachment 7, Contractor’s Submitted Product Group Discount Sheet (Attachment C) from ITB No. 20-25101900-ITB) c) Attachment 8, Contractor’s Submitted MSRP List d) Attachment 5, Preferred Pricing Affidavit e) Attachment 6, Contractor’s Submitted Price Sheet f) Attachment 9, Additional Special Contract Conditions DocuSign Envelope ID: 98F5203E-1C7B-4FCB-B687-312714D0F4E8 CONTRACT AMENDMENT NO. 2 Contract No.: 25101900-21-STC Contract Name: Agriculture and Lawn Equipment Rev. 11/2/22 g) Attachment 1, Special Contract Conditions h) Attachment 3, Price Quote Form i) Attachment 4, Acknowledgement of Order IV. Warranty of Authority. Each person signing this Amendment warrants that he or she is duly authorized to do so and to bind the respective party. V. Conflict. To the extent any of the terms of this Amendment conflict with the terms of the Contract, the terms of this Amendment shall control. VI. Effect. Unless otherwise modified by this Amendment, all terms and conditions contained in the Contract shall continue in full force and effect. This Amendment is effective when signed by both Parties. IN WITNESS WHEREOF, the Parties have executed this Amendment by their duly authorized representatives. State of Florida: Department of Management Services Contractor: Ring Power Corporation By: _____________________________ By: _____________________________ Name: Tom Berger Name: Sarah Griffith Title: Deputy Secretary of Business Operations Title: Contract Administrator Date: Date: DocuSign Envelope ID: 98F5203E-1C7B-4FCB-B687-312714D0F4E8 9/27/2023 | 4:11 AM PDT9/27/2023 | 9:29 AM EDT 1 ATTACHMENT 9 ADDITIONAL SPECIAL CONTRACT CONDITIONS A. Special Contract Conditions revisions: the corresponding subsections of the Special Contract Conditions referenced below are replaced in their entirety with the following: 2.2 Renewal. Upon written agreement, the Department and the Contractor may renew the Contract in whole or in part only as set forth in the Contract documents, and in accordance with section 287.057(14), F.S. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract and, if applicable, the Contractor must provide commodities or contractual services pursuant to purchase orders. Purchase orders issued pursuant to the Contract must be received by the Contractor no later than the close of business on the last day of the Contract’s term. The Contractor is required to accept timely purchase orders specifying delivery schedules that extend beyond the Contract term even when such extended delivery will occur after expiration of the Contract. Purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the Contract shall survive the termination or expiration of the Contract and apply to the Contractor’s performance. The duration of purchase orders for recurring deliverables shall not exceed the expiration of the Contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Any purchase order terms and conditions conflicting with these Special Contract Conditions shall not become a part of the Contract. 3.7 Transaction Fees. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287.057(24), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), or as may otherwise be established by law, which the vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the vendor. If automatic deduction is not possible, the vendor shall pay the Transaction Fee pursuant to subsection 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The vendor shall receive a credit for any Transaction Fee paid by the vendor for the purchase of any item(s) if such item(s) are returned to the vendor through no fault, act, or omission of the vendor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item DocuSign Envelope ID: 98F5203E-1C7B-4FCB-B687-312714D0F4E8 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) is rejected or returned, or declined, due to the vendor’s failure to perform or comply with specifications or requirements of the agreement. Vendors will submit any monthly reports required pursuant to the rule. All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or submission of required reporting of transactions shall constitute grounds for declaring the Vendor in default. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example, the Contractor must comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, if applicable, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. The provisions of subparagraphs 287.058(1)(a)- (c) and (g), F.S., are hereby incorporated by reference. Nothing contained within this Contract shall be construed to prohibit the Contractor from disclosing information relevant to performance of the Contract or purchase order to members or staff of the Florida Senate or Florida House of Representatives. Pursuant to section 287.057(26), F.S., the Contractor shall answer all questions of, and ensure a representative will be available to, a continuing oversight team. The Contractor will comply with all applicable disclosure requirements set forth in section 286.101, F.S. In the event the Department of Financial Services issues the Contractor a final order determining a third or subsequent violation pursuant to section 286.101(7)(c), F.S., the Contractor shall immediately notify the Department and applicable Customers and shall be disqualified from Contract eligibility. 5.4 Convicted, Discriminatory, Antitrust Violator, and Suspended Vendor Lists. In accordance with sections 287.133, 287.134, and 287.137, F.S., the Contractor is hereby informed of the provisions of sections 287.133(2)(a), 287.134(2)(a), and 287.137(2)(a), F.S. For purposes of this Contract, a person or affiliate who is on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the Convicted Vendor List, the Discriminatory Vendor List, or the Antitrust Violator Vendor List during the term of the Contract. In accordance with section 287.1351, F.S., a vendor placed on the Suspended Vendor List may not enter into or renew a contract to provide any goods or services to an agency after its placement on the Suspended Vendor List. A firm or individual placed on the Suspended Vendor List pursuant to section 287.1351, F.S., the Convicted Vendor List pursuant to section 287.133, F.S., the Antitrust Violator Vendor List pursuant to section 287.137, F.S., or the Discriminatory Vendor List pursuant to section 287.134, F.S., is immediately disqualified from Contract eligibility. DocuSign Envelope ID: 98F5203E-1C7B-4FCB-B687-312714D0F4E8 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) 5.6 Cooperation with Inspector General and Records Retention. Pursuant to section 20.055(5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official, the Contractor must provide any information the Inspector General deems relevant. Such information may include, but will not be limited to, the Contractor's business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor will retain such records for the longer of five years after the expiration or termination of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State, at the Department of State’s Records Management website. The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractor's compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include but will not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor agrees to impose the same obligations to cooperate with the Inspector General and retain records on any subcontractors used to provide goods or services under the Contract. 6.10 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, governmental entities that are not Customers may make purchases under the terms and conditions contained herein, if agreed to by Contractor. Such purchases are independent of the Contract between the Department and the Contractor, and the Department is not a party to these transactions. Agencies seeking to make purchases under this Contract are required to follow the requirements of Rule 60A-1.045(6), F.A.C. 8.1.1 Termination of Contract. The Department may terminate the Contract for refusal by the Contractor to comply with this section by not allowing access to all public records, as defined in Chapter 119, F.S., made or received by the Contractor in conjunction with the Contract unless the records are exempt from s. 24(a) of Art. I of the State Constitution and section 119.071(1), F.S. 8.1.2 Statutory Notice. Pursuant to section 119.0701(2)(a), F.S., for contracts for services with a contractor acting on behalf of a public agency, as defined in section 119.011(2), F.S., the following applies: 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 DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT PUBLICRECORDS@DMS.FL.GOV, (850) 487-1082 OR 4050 ESPLANADE WAY, SUITE 160, TALLAHASSEE, FLORIDA 32399-0950. Pursuant to section 119.0701(2)(b), F.S., for contracts for services with a contractor acting on behalf of a public agency as defined in section 119.011(2), F.S., the Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service. DocuSign Envelope ID: 98F5203E-1C7B-4FCB-B687-312714D0F4E8 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) (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 time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law for the duration of the Contract term and following the 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. 12.1 Performance or Compliance Audits. The Department may conduct or have conducted performance and/or compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor’s and subcontractors’ data and records that directly relate to the Contract. To the extent necessary to verify the Contractor’s fees and claims for payment under the Contract, the Contractor’s agreements or contracts with subcontractors, partners, or agents of the Contractor, pertaining to the Contract, may be inspected by the Department upon fifteen (15) calendar days’ notice, during normal working hours and in accordance with the Contractor’s facility access procedures where facility access is required. Release statements from its subcontractors, partners, or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor’s contracts relating to this Contract. The Inspector General, in accordance with section 5.6, the State of Florida’s Chief Financial Officer, and the Office of the Auditor General shall also have authority to perform audits and inspections. 13.2 E-Verify. The Contractor and its subcontractors shall register with and use the U.S. Department of Homeland Security’s (DHS) E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor in accordance with section 448.095, F.S. The Contractor shall obtain an affidavit from its subcontractors in accordance with paragraph (5)(b) of section 448.095, F.S., and maintain a copy of such affidavit for the duration of the Contract. B. Special Contract Conditions additions: the following subsection is added to the Special Contract Conditions: 12.3 Document Inspection. In accordance with section 216.1366, F.S., the Department or a state agency is authorized to inspect the: (a) financial records, papers, and documents of the Contractor that are directly related to the performance of the Contract or the expenditure of state funds; and (b) DocuSign Envelope ID: 98F5203E-1C7B-4FCB-B687-312714D0F4E8 Additional Special Contract Conditions (approved by State Purchasing, 7/25/2023) programmatic records, papers, and documents of the Contractor which the Department or state agency determines are necessary to monitor the performance of the Contract or to ensure that the terms of the Contract are being met. The Contractor shall provide such records, papers, and documents requested by the Department or a state agency within 10 Business Days after the request is made. DocuSign Envelope ID: 98F5203E-1C7B-4FCB-B687-312714D0F4E8 Rush Trucks #032824-RTG Pricing for contract #032824-RTG offers Sourcewell participating agencies the following discounts: • Ford Motor Company: 1.5% - 7% discount off MSRP • Hino: 10% - 15% discount off MSRP • Isuzu: 10% - 15% discount off MSRP • In addition, a volume discount may be considered when purchasing 10 or more units 032824-RTG Rev. 3/2022 1 Solicitation Number: RFP #032824 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and Rush Truck Centers of Texas, L.P., 555 IH-35 South Ste. 500, New Braunfels, TX 78130 (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 Class 4-8 Chassis and Cabs 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 located in the United States 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 July 9, 2028, 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.            032824-RTG 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, subject to the Notice of Security Interest attached hereto as Exhibit A for Participating Entities with deferred payment terms. Any warranties on any Equipment and Products sold by Rush are limited only to any printed warranty provided by the applicable manufacturer of the Equipment or Product. Supplier agrees to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Supplier warrants that all services performed by Supplier for a Participating Entity, including repair, maintenance, and installation services (“Services”), will be performed in a good and workmanlike manner in accordance with industry standards (“Services Warranty”). The Services Warranty is valid for a period of ninety (90) days from the date the Service is completed. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Equipment, Products and Services will be offered for sale to Participating Entities through Supplier and its affiliates as stated in Supplier’s Proposal. 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            032824-RTG Rev. 3/2022 3 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, 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.            032824-RTG Rev. 3/2022 4 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: 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 located in the United States 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.            032824-RTG Rev. 3/2022 5 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 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:            032824-RTG Rev. 3/2022 6 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. 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;            032824-RTG Rev. 3/2022 7 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. 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            032824-RTG Rev. 3/2022 8 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. 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, brought or alleged by unaffiliated third parties arising out of any negligent 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 the negligent act or omission of Supplier relating to the Equipment, Products, or Services provided by Supplier under this Contract. 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            032824-RTG Rev. 3/2022 9 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: 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.            032824-RTG Rev. 3/2022 10 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. 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            032824-RTG Rev. 3/2022 11 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. 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:            032824-RTG Rev. 3/2022 12 $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 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 Failure of Supplier 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, 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 ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. 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. The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds.            032824-RTG Rev. 3/2022 13 D. WAIVER OF SUBROGATION. Supplier 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 Supplier 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 Supplier or its subcontractors. Where permitted by law, Supplier 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. 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. 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            032824-RTG Rev. 3/2022 14 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 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).            032824-RTG Rev. 3/2022 15 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. 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.            032824-RTG Rev. 3/2022 16 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. 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            032824-RTG Rev. 3/2022 17 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 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.            032824-RTG Rev. 3/2022 18 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 Rush Truck Centers of Texas, L.P. By: __________________________ By: __________________________ Jeremy Schwartz Michael Lyons Title: Chief Procurement Officer Title: Associate General Counsel Date: ________________________ Date: ________________________                    032824-RTG Rev. 3/2022 19 Exhibit A Notice of Security Interest            5)3&ODVV&KDVVLVDQG&DEVZLWK5HODWHG (TXLSPHQW$FFHVVRULHVDQG6HUYLFHV  9HQGRU'HWDLOV &RPSDQ\1DPH 5XVK(QWHUSULVHV 'RHV\RXUFRPSDQ\FRQGXFW EXVLQHVVXQGHUDQ\RWKHUQDPH",I \HVSOHDVHVWDWH 5XVK7UXFN&HQWHUVRI7H[DV/3 $GGUHVV ,+6 1HZ%UDXQIHOV7H[DV &RQWDFW &ROWRQ.UXVH (PDLO NUXVHF#UXVKHQWHUSULVHVFRP 3KRQH +67  6XEPLVVLRQ'HWDLOV &UHDWHG2Q 6DWXUGD\0DUFK 6XEPLWWHG2Q 7KXUVGD\0DUFK 6XEPLWWHG%\ &ROWRQ.UXVH (PDLO NUXVHF#UXVKHQWHUSULVHVFRP 7UDQVDFWLRQDDHDHEDHFIDEGHGI 6XEPLWWHU V,3$GGUHVV  Bid Number: RFP 032824 Vendor Name: Rush Enterprises            6SHFLILFDWLRQV 7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV *HQHUDO,QVWUXFWLRQV DSSOLHVWRDOO7DEOHV 6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ'RQRWPHUHO\DWWDFKDGGLWLRQDOGRFXPHQWVWR\RXUUHVSRQVHZLWKRXWDOVR SURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNUHVSRQG³1$´LIWKHTXHVWLRQGRHVQRWDSSO\WR\RX SUHIHUDEO\ZLWKDQH[SODQDWLRQ   /LQH,WHP 4XHVWLRQ 5HVSRQVH  3URSRVHUௐ/HJDOௐ1DPHௐ RQHௐOHJDOௐHQWLW\ௐRQO\ ௐௐ ,QௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFWௐDVௐ6XSSOLHU 5XVKௐ7UXFNௐ&HQWHUVௐRIௐ7H[DVௐ/3  ,GHQWLI\ௐDOOௐVXEVLGLDU\ௐHQWLWLHVௐRIௐWKHௐ3URSRVHUௐZKRVHௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHVௐDUHௐLQFOXGHGௐLQௐWKHௐ3URSRVDO5XVKௐ7UXFNௐ&HQWHUVௐRIௐ7H[DVௐ/3ௐ 57&ௐ7H[DV ௐLVௐDௐOLPLWHGௐSDUWQHUVKLSௐIRUPHGௐLQௐWKHௐVWDWHௐRIௐ7H[DVௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ7H[DVௐ/3ௐKDVௐWZRௐSDUWQHUVௐ5XVKWH[ௐ,QFௐ Dௐ'HODZDUHௐFRUSRUDWLRQ ௐLVௐWKHௐ*HQHUDOௐ3DUWQHUௐDQGௐ5XVKFRௐ,QFௐ Dௐ'HODZDUHௐFRUSRUDWLRQ ௐLVௐWKHௐ/LPLWHGௐ3DUWQHUௐ5XVKWH[ௐ,QFௐDQGௐ5XVKFRௐ,QFௐDUHௐZKROO\ௐRZQHGௐVXEVLGLDULHVௐRIௐ 5XVKௐ(QWHUSULVHVௐ,QFௐ5XVKௐ(QWHUSULVHVௐDௐSXEOLFௐFRPSDQ\ௐWUDGHGௐRQௐ1$6'$4ௐXQGHUௐWKHௐV\PEROVௐ586+$ௐDQGௐ586+%ௐEHJDQௐRSHUDWLRQVௐLQௐ7H[DVௐLQௐௐௐ5XVKௐ(QWHUSULVHVௐRSHUDWHVௐLWVௐGHDOHUௐQHWZRUNௐWKURXJKௐVWDWHEDVHGௐOHJDOௐHQWLWLHVௐ$ௐVHSDUDWHௐOHJDOௐHQWLW\ௐKDVௐEHHQௐHVWDEOLVKHGௐIRUௐHDFKௐVWDWHௐLQௐZKLFKௐ5XVKௐRSHUDWHVௐHDFKௐRIௐZKLFKௐLVௐDௐ ZKROO\RZQHGௐVXEVLGLDU\ௐRIௐ5XVKௐ(QWHUSULVHV 7KHௐIROORZLQJௐLVௐDௐOLVWௐRIௐDIILOLDWHVௐRIௐ57&ௐ7H[DVௐWKDWௐZLOOௐEHௐXWLOL]HGௐWRௐVHUYHௐ3DUWLFLSDWLQJௐ'HDOHUVௐRXWVLGHௐRIௐ7H[DVௐ XQGHUௐDௐUHVXOWLQJௐFRQWUDFW 5XVKௐ7UXFNௐ&HQWHUVௐRIௐ$ODEDPDௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ$UL]RQDௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ$UNDQVDVௐ,QFௐ5XVKௐ 0'ௐ7UXFNௐ&HQWHUVௐRIௐ&DOLIRUQLDௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ&DOLIRUQLDௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ&RORUDGRௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ)ORULGDௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ*HRUJLDௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ,GDKRௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ,OOLQRLVௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ,QGLDQDௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ.DQVDVௐ,QFௐ5XVKௐ7UXFNௐ &HQWHUVௐRIௐ.HQWXFN\ௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ0LVVRXULௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ1HYDGDௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ1HZௐ0H[LFRௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ1RUWKௐ&DUROLQDௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ2KLRௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ2NODKRPDௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ7HQQHVVHHௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ8WDKௐ,QFௐ5XVKௐ7UXFNௐ&HQWHUVௐRIௐ9LUJLQLDௐ,QF   ,GHQWLI\ௐDOOௐDSSOLFDEOHௐDVVXPHGௐQDPHVௐRUௐ'%$ௐQDPHVௐRIௐWKHௐ 3URSRVHUௐRUௐ3URSRVHU VௐVXEVLGLDULHVௐLQௐ/LQHௐௐRUௐ/LQHௐௐDERYH 5XVKௐ7UXFNௐ&HQWHUௐ3KRHQL[ௐ5XVKௐ7UXFNௐ&HQWHUௐ7XFVRQௐ5XVKௐ7UXFNௐ&HQWHUௐ/RZHOOௐ5XVKௐ7UXFNௐ&HQWHUௐ&HUHVௐ5XVKௐ 7UXFNௐ&HQWHUௐ)RQWDQDௐ0HGLXPௐ'XW\ௐ5XVKௐ7UXFNௐ&HQWHUௐ/RVௐ$QJHOHVௐ5XVKௐ7UXFNௐ&HQWHUௐ6DQௐ'LHJRௐ5XVKௐ7UXFNௐ&HQWHUௐ:KLWWLHUௐ5XVKௐ7UXFNௐ&HQWHUௐ'HQYHUௐ0HGLXPௐ'XW\ௐ5XVKௐ7UXFNௐ&HQWHUௐ'HQYHUௐ5XVKௐ7UXFNௐ&HQWHUௐ-DFNVRQYLOOHௐ5XVKௐ7UXFNௐ&HQWHUௐ2UODQGRௐ5XVKௐ7UXFNௐ&HQWHUௐ2UODQGRௐ/LJKWௐ ௐ0HGLXPௐ'XW\ௐ5XVKௐ7UXFNௐ&HQWHUௐ2UODQGRௐ1RUWKௐ5XVKௐ7UXFNௐ&HQWHUௐ2UODQGRௐ6RXWKௐ5XVKௐ7UXFNௐ&HQWHUௐ$WODQWDௐ5XVKௐ7UXFNௐ&HQWHUௐ&ROXPEXVௐ5XVKௐ7UXFNௐ&HQWHUௐ 'RUDYLOOHௐ5XVKௐ7UXFNௐ&HQWHUௐ6P\UQDௐ5XVKௐ7UXFNௐ&HQWHUௐ7LIWRQௐ5XVKௐ,QW Oௐ7UXFNௐ&HQWHUௐ%RLVHௐ5XVKௐ,QW Oௐ7UXFNௐ&HQWHUௐ7ZLQௐ)DOOVௐ5XVKௐ7UXFNௐ&HQWHUௐ%ORRPLQJWRQௐ5XVKௐ7UXFNௐ&HQWHUௐ&KLFDJRௐ/LJKWௐ ௐ0HGLXPௐ'XW\ௐ5XVKௐ7UXFNௐ&HQWHUௐ(ONௐ*URYHௐ5XVKௐ7UXFNௐ&HQWHUௐ2ODWKHௐ5XVKௐ7UXFNௐ&HQWHUௐ6SULQJILHOGௐ5XVKௐ7UXFNௐ&HQWHUௐ/DVௐ9HJDVௐ5XVKௐ,QW Oௐ7UXFNFௐ &HQWHUௐ&KDUORWWHௐ5XVKௐ7UXFNௐ&HQWHUௐ&LQFLQQDWLௐ5XVKௐ7UXFNௐ&HQWHUௐ&ROXPEXVௐ5XVKௐ7UXFNௐ&HQWHUௐ'D\WRQௐ5XVKௐWUXFNௐ&HQWHUௐ2NODKRPDௐ&LW\ௐ5XVKௐ7UXFNௐ&HQWHUௐ7XOVDௐ5XVKௐ7UXFNௐ&HQWHUௐ0HPSKLVௐ5XVKௐ7UXFNௐ&HQWHUௐ$PDULOORௐ5XVKௐ7UXFNௐ&HQWHUௐ$XVWLQௐ5XVKௐ7UXFNௐ&HQWHUௐ&ROOHJHௐ6WDWLRQௐ5XVKௐ7UXFNௐ&HQWHUௐ&RUSXVௐ&KULVWLௐ5XVKௐ7UXFNௐ&HQWHUௐ 'DOODVௐ/LJKWௐ ௐ0HGLXPௐ'XW\ௐ5XVKௐ7UXFNௐ&HQWHUௐ'DOODVௐ0HGLXPௐ'XW\ௐ5XVKௐ7UXFNௐ&HQWHUௐ(Oௐ3DVRௐ5XVKௐ7UXFNௐ&HQWHUௐ+RXVWRQௐ5XVKௐ7UXFNௐ&HQWHUௐ+RXVWRQௐ0HGLXPௐ'XW\ௐ5XVKௐ7UXFNௐ&HQWHUௐ+RXVWRQௐ1RUWKZHVWௐ5XVKௐ7UXFNௐ&HQWHUௐ/DUHGRௐ5XVKௐWUXFNௐ&HQWHUௐ/XEERFNௐ5XVKௐ7UXFNௐ&HQWHUௐ3KDUUௐ5XVKௐ7UXFNௐ&HQWHUௐ6DQௐ$QWRQLRௐ5XVKௐ7UXFNௐ&HQWHUௐ 6HDO\ௐ5XVKௐ7UXFNௐ&HQWHUௐ7H[DUNDQDௐ5XVKௐ7UXFNௐ&HQWHUௐ:DFRௐ5XVKௐ7UXFNௐ&HQWHUௐ&KHVWHU 2WKHUௐ5XVKௐORFDWLRQVௐWKDWௐFDQௐVXSSRUWௐDQFLOODU\ௐSDUWVௐDQGௐVHUYLFHௐQHHGVௐDUH 5XVKௐ7UXFNௐ&HQWHUௐ&KLFDJRௐ5XVKௐ7UXFNௐ&HQWHUௐ&OHYHODQGௐ5XVKௐ7UXFNௐ&HQWHUௐ&RORUDGRௐ6SULQJVௐ5XVKௐ7UXFNௐ&HQWHUௐ&RWXOODௐ5XVKௐ7UXFNௐ&HQWHUௐ'DOKDUWௐ5XVKௐ7UXFNௐ&HQWHUௐ'DOODVௐ5XVKௐ7UXFNௐ&HQWHUௐ'DOODVௐ6RXWKௐ5XVKௐ7UXFNௐ&HQWHUௐ (IILQJKDPௐ5XVKௐ7UXFNௐ&HQWHUௐ)DUPLQJWRQௐ5XVKௐ7UXFNௐ&HQWHUௐ)ODJVWDIIௐ5XVKௐ7UXFNௐ&HQWHUௐ)RQWDQDௐ5XVKௐ7UXFNௐ&HQWHUௐ)RQWDQDௐ0'ௐ5XVKௐ7UXFNௐ&HQWHUௐ)RQWDQDௐ9RFDWLRQDOௐ5XVKௐ7UXFNௐ&HQWHUௐ)Wௐ:RUWKௐ5XVKௐ7UXFNௐ&HQWHUௐ*DLQHVYLOOHௐௐ5XVKௐ7UXFNௐ&HQWHUௐ*DU\ௐ5XVKௐ7UXFNௐ&HQWHUௐ*UHHOH\ௐ5XVKௐ7UXFNௐ&HQWHUௐ+DLQHVௐ&LW\ௐௐ5XVKௐ7UXFNௐ &HQWHUௐ+LFNRU\ௐ5XVKௐ7UXFNௐ&HQWHUௐ+RXVWRQௐ5XVKௐ7UXFNௐ&HQWHUௐ+RXVWRQௐ0'ௐ5XVKௐ7UXFNௐ&HQWHUௐ+RXVWRQௐ1:ௐ5XVKௐ7UXFNௐ&HQWHUௐ+XQWOH\ௐ5XVKௐ7UXFNௐ&HQWHUௐ,GDKRௐ)DOOVௐௐ5XVKௐ7UXFNௐ&HQWHUௐ,QGLDQDSROLVௐ5XVKௐ7UXFNௐ&HQWHUௐ-DFNVRQYLOOHௐ(DVWௐ5XVKௐ7UXFNௐ&HQWHUௐ-HIIHUVRQௐ&LW\ௐ5XVKௐ7UXFNௐ&HQWHUௐ-ROLHWௐ5XVKௐ7UXFNௐ&HQWHUௐ-RQHVERURௐ5XVKௐ7UXFNௐ&HQWHUௐ-RSOLQௐ5XVKௐ7UXFNௐ&HQWHUௐ.DQVDVௐ&LW\ௐௐ5XVKௐ7UXFNௐ&HQWHUௐ/DNHௐ&LW\ௐ5XVKௐ7UXFNௐ&HQWHUௐ/DVௐ&UXFHVௐ 5XVKௐ7UXFNௐ&HQWHUௐ/HZLVWRQௐ5XVKௐ7UXFNௐ&HQWHUௐ/LPDௐ5XVKௐ7UXFNௐ&HQWHUௐ/RQJௐ%HDFKௐ5XVKௐ7UXFNௐ&HQWHUௐ/XINLQௐ5XVKௐ7UXFNௐ&HQWHUௐ0DFRQௐ5XVKௐ7UXFNௐ&HQWHUௐ0HPSKLVௐ:HVWௐ5XVKௐ7UXFNௐ&HQWHUௐ0RELOHௐ5XVKௐ7UXFNௐ&HQWHUௐ1DVKYLOOHௐ5XVKௐ7UXFNௐ&HQWHUௐ1RUWKௐ/LWWOHௐ5RFNௐ5XVKௐ7UXFNௐ&HQWHUௐ2GHVVDௐ5XVKௐ7UXFNௐ&HQWHUௐ2JGHQௐ5XVKௐ7UXFNௐ &HQWHUௐ2ODWKHௐ5XVKௐ7UXFNௐ&HQWHUௐ2WD\ௐ0HVDௐ5XVKௐ7UXFNௐ&HQWHUௐ3KRHQL[ௐ(DVWௐ5XVKௐ7UXFNௐ&HQWHUௐ3RQWRRQௐ%HDFKௐ5XVKௐ7UXFNௐ&HQWHUௐ3XHEORௐ5XVKௐ7UXFNௐ&HQWHUௐ4XLQF\ௐ5XVKௐ7UXFNௐ&HQWHUௐ5LFKPRQGௐ5XVKௐ7UXFNௐ&HQWHUௐ5XVVHOOYLOOHௐ5XVKௐ7UXFNௐ&HQWHUௐ6DLQWௐ-RVHSKௐ5XVKௐ7UXFNௐ&HQWHUௐ6DOLQDௐ5XVKௐ7UXFNௐ&HQWHUௐ6DOWௐ/DNHௐ&LW\ௐ5XVKௐ7UXFNௐ&HQWHUௐ 6HGDOLDௐௐ7UXFNௐ&HQWHUௐ6SULQJILHOGௐ,/ௐ5XVKௐ7UXFNௐ&HQWHUௐ6SULQJYLOOHௐ5XVKௐ7UXFNௐ&HQWHUௐ6Wௐ*HRUJHௐ5XVKௐ7UXFNௐ&HQWHUௐ6Wௐ3HWHUVௐ5XVKௐ7UXFNௐ&HQWHUௐ6\OPDUௐ5XVKௐ7UXFNௐ&HQWHUௐ7DPSDௐ5XVKௐ7UXFNௐ&HQWHUௐ7RSHNDௐ5XVKௐ7UXFNௐ&HQWHUௐ7\OHUௐ5XVKௐ7UXFNௐ&HQWHUௐ9DOGRVWDௐ5XVKௐ7UXFNௐ&HQWHUௐ9HQWXUDௐ5XVKௐ7UXFNௐ&HQWHUௐ9LFWRULDௐ5XVKௐ7UXFNௐ &HQWHUௐ9LFWRUYLOOHௐ5XVKௐ7UXFNௐ&HQWHUௐ:HVWௐ3ODLQVௐ5XVKௐ7UXFNௐ&HQWHUௐ:LFKLWDௐ5XVKௐ7UXFNௐ&HQWHUௐ:LFKLWDௐ)DOOVௐ5XVKௐ7UXFNௐ&HQWHUௐ<XPD   3URYLGHௐ\RXUௐ&$*(ௐFRGHௐRUௐ8QLTXHௐ(QWLW\ௐ,GHQWLILHUௐ 6$0  57&ௐ'DOODVௐ/LJKWௐ ௐ0HGLXPௐ'XW\ௐௐ/<'%7&-.89657&ௐ6DQௐ$QWRQLRௐௐ/.91-:(*9)0 /LVWௐRIௐ&$*(ௐ&RGHV8(,VௐIRUௐDOOௐRWKHUௐ5XVKௐORFDWLRQVௐZLWKௐDௐ6$0ௐDFFRXQWௐLVௐDYDLODEOHௐRQௐUHTXHVW   3URSRVHUௐ3K\VLFDOௐ$GGUHVV ௐ,+ௐௐ6RXWKௐ6WHௐௐ1HZௐ%UDXQIHOVௐ7H[DVௐ  3URSRVHUௐZHEVLWHௐDGGUHVVௐ RUௐDGGUHVVHV ZZZUXVKWUXFNFHQWHUVFRP   3URSRVHU Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH ௐ 7KHௐUHSUHVHQWDWLYHௐPXVWௐKDYHௐDXWKRULW\ௐWRௐVLJQௐWKHௐ³3URSRVHU¶Vௐ$VVXUDQFHௐRIௐ&RPSOLDQFH´ௐRQௐEHKDOIௐRIௐWKHௐ 3URSRVHUௐDQGௐLQௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐEHௐH[SHFWHGௐWRௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFW  :KLWWௐ0LFKDHO6HQLRUௐ'LUHFWRUௐRIௐ0HGLXPௐ'XW\ௐ6DOHVௐ,+ௐ6RXWKௐ6WHௐௐ1HZௐ%UDXQIHOVௐ7H[DVௐ PLFKDHOZ#UXVKHQWHUSULVHVFRP  ௐ   3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐSURSRVDOௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH &ROWRQௐ.UXVH1DWLRQDOௐ$FFRXQWௐ6DOHVௐ0DQDJHUௐ,+ௐ6RXWKௐ6WHௐௐ1HZௐ%UDXQIHOVௐ7H[DVௐ NUXVHF#UXVKHQWHUSULVHVFRP  ௐ   3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐSURSRVDOௐLIௐDQ\ௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH 1$ Bid Number: RFP 032824 Vendor Name: Rush Enterprises            7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐLQFOXGLQJௐ\RXUௐFRPSDQ\¶VௐFRUHௐYDOXHVௐEXVLQHVVௐSKLORVRSK\ௐDQGௐLQGXVWU\ௐ ORQJHYLW\ௐUHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHV 5XVKௐ7UXFNௐ&HQWHUVௐRIௐ7H[DVௐ/3ௐ 57&ௐ7H[DV ௐLVௐDௐOLPLWHGௐSDUWQHUVKLSௐIRUPHGௐLQௐWKHௐVWDWHௐRIௐ7H[DVௐ5XVK7UXFNௐ&HQWHUVௐRIௐ7H[DVௐ/3ௐKDVௐWZRௐSDUWQHUVௐ5XVKWH[ௐ,QFௐ Dௐ'HODZDUHௐFRUSRUDWLRQ ௐLVௐWKHௐ*HQHUDO 3DUWQHUௐDQGௐ5XVKFRௐ,QFௐ Dௐ'HODZDUHௐFRUSRUDWLRQ ௐLVௐWKHௐ/LPLWHGௐ3DUWQHUௐ5XVKWH[ௐ,QFௐDQGௐ5XVKFRௐ,QFDUHௐZKROO\ௐRZQHGௐVXEVLGLDULHVௐRIௐ5XVKௐ(QWHUSULVHVௐ,QFௐ 5XVKௐ(QWHUSULVHVௐ,QFௐZDVௐIRXQGHGௐLQௐௐZLWKௐ  ௐ*0&ௐGHDOHUVKLSௐLQௐ+RXVWRQௐ7H[DVௐௐ7RGD\ௐZHௐDUHௐSXEOLFO\ௐWUDGHGௐ ZLWKௐRYHUௐ  ௐORFDWLRQVௐUHSUHVHQWLQJௐ  ௐ2(0VௐQDWLRQZLGHௐௐ$FURVVௐWKRVHௐORFDWLRQVௐ5XVKௐ7UXFNௐ&HQWHUVௐHPSOR\VௐRYHUௐௐSHRSOHௐKHOSLQJௐXVௐWRௐDFKLHYHௐDQௐDQQXDOௐUHYHQXHௐRIௐ%ௐDWௐWKHௐFORVHௐRIௐௐௐ5XVKௐ(QWHUSULVHVௐLVௐௐWUDGHGௐRQௐ1$6'$4ௐXQGHUௐWKHௐV\PEROVௐ586+$ௐDQGௐ586+% 3URGXFWLYLW\ௐIDLUQHVVௐSRVLWLYHௐDWWLWXGHௐH[FHOOHQFHௐDQGௐLQWHJULW\ௐDUHௐWKHௐFRUHௐYDOXHVௐWKDWௐ5XVKௐ7UXFNௐ&HQWHUVௐSXVKHVௐHDFKௐHPSOR\HHௐWRௐHPERG\ௐHYHU\ௐGD\ௐௐ:HௐZRUNௐWRௐFRQWLQXDOO\ௐPDNHௐVXUHௐWKDWௐRXUௐVDOHVௐSDUWVௐVHUYLFHௐ ௐDGPLQௐWHDPVௐ KDYHௐDQ\ௐDQGௐDOOௐWRROVௐQHFHVVDU\ௐWRௐDFFRPSOLVKௐWKLVௐPLVVLRQௐXOWLPDWHO\ௐUHVXOWLQJௐLQௐWKHௐEHVWௐFXVWRPHUௐH[SHULHQFHௐSRVVLEOH $Wௐ5XVKௐ7UXFNௐ&HQWHUVௐRXUௐEXVLQHVVௐSKLORVRSK\ௐLVௐWRௐWUXO\ௐFUHDWHௐDௐZHOFRPHௐDWPRVSKHUHௐZKHUHௐRXUௐLQGXVWU\ௐH[SHUWVௐDQGௐFDQௐKHOSௐFXVWRPHUVௐSXUFKDVHௐHTXLSPHQWௐDQGௐNHHSௐWKHLUௐHTXLSPHQWௐRQௐWKHௐURDGௐௐ:HௐDLPௐWRௐGRௐWKDWௐWKURXJKௐWRSௐQRWFKௐFXVWRPHUௐVHUYLFHௐDVௐZHOOௐDVௐH[SDQGLQJௐRXUௐQDWLRQDOௐGHDOHUௐQHWZRUNௐWRௐDGGௐPRUHௐORFDWLRQVௐWRௐEHWWHUௐVHUYLFHௐRXUௐ FXVWRPHUௐEDVHௐௐ:HௐDUHௐDOZD\VௐORRNLQJௐIRUௐRSSRUWXQLWLHVௐWRௐJURZௐDQGௐH[SDQG   :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐHYHQWௐRIௐDQௐDZDUG" ,IௐDZDUGHGௐ5XVKௐ7UXFNௐ&HQWHUVௐLQWHQGVௐWRௐVKRZFDVHௐWKHௐDZDUGௐWRௐDOOௐRIௐRXUௐPXQLFLSDOௐHGXFDWLRQௐDQGௐQRWௐIRUௐSURILWௐ FXVWRPHUVௐௐ$VௐRXUௐVDOHVௐSDUWVௐ ௐVHUYLFHௐWHDPVௐJRௐRXWௐDQGௐFDOOௐRQௐWKLVௐEXVLQHVVௐVHFWRUௐZHௐZLOOௐXVHௐRXUௐLQGXVWU\ௐNQRZOHGJHௐDQGௐH[SHULHQFHௐWRௐSURYLGHௐDௐVLQJOHௐVRXUFHௐVROXWLRQௐRSWLRQௐWRௐWKHௐFXVWRPHUௐEDVHௐௐ7KHௐFDSDELOLW\ௐRIௐEULQJLQJௐWKHௐHDVHௐRIௐSXUFKDVHௐWKURXJKௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐZLWKௐWKHௐFXVWRPHUௐEDVHௐZKLOHௐRIIHULQJௐ5XVK VௐWRSௐWLHUௐLQGXVWU\ௐ H[SHULHQFHௐZLOOௐPDNHௐWKLVௐDௐZLQௐZLQௐIRUௐDQ\ௐRIௐRXUௐFOLHQWV   'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐVWDELOLW\ௐZLWKௐPHDQLQJIXOௐ GDWDௐ7KLVௐFRXOGௐLQFOXGHௐVXFKௐLWHPVௐDVௐILQDQFLDOௐVWDWHPHQWVௐ6(&ௐILOLQJVௐFUHGLWௐDQGௐERQGௐUDWLQJVௐOHWWHUVௐRIௐFUHGLWௐDQGௐGHWDLOHGௐUHIHUHQFHௐOHWWHUVௐ8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐ DVௐDSSOLFDEOH ௐLQௐ WKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 5XVKௐ7UXFNௐ&HQWHUVௐLVௐSXEOLFO\ௐWUDGHGௐRQௐWKHௐ1DVGDTௐLQௐௐ5XVKௐ(QWHUSULVHVௐUHSRUWHGௐ%ௐLQௐUHYHQXHௐௐ:HௐKDYHௐ DWWDFKHGௐRXUௐPRVWௐUHFHQWௐ6(&ௐILOLQJௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQ  :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐWKDWௐ\RXௐDUHௐ SURSRVLQJ" 7KHௐRYHUDOOௐPDUNHWௐVKDUHௐLQௐௐIRUௐ5XVKௐ7UXFNௐ&HQWHUVௐZDVௐௐRIௐWKHௐ&ODVVௐௐ86ௐ7UXFNௐ0DUNHWௐDQGௐௐRIௐWKHௐ &ODVVௐௐ86ௐ7UXFNௐ0DUNHW  :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐWKDWௐ\RXௐ DUHௐSURSRVLQJ" 5XVKௐ7UXFNௐ&HQWHUVௐLVௐQRWௐFXUUHQWO\ௐSURSRVLQJௐDௐVROXWLRQௐIRUௐWKHௐ&DQDGLDQௐPDUNHW  +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐEDQNUXSWF\ௐSURWHFWLRQ"ௐ,Iௐ VRௐH[SODLQௐLQௐGHWDLO 1R   +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐLWௐDௐPDQXIDFWXUHUௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐRUௐDௐVHUYLFHௐSURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐTXHVWLRQௐ HLWKHUௐD ௐRUௐE ௐMXVWௐEHORZ ௐEHVWௐDSSOLHVௐWRௐ\RXUௐRUJDQL]DWLRQ D ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐVLPLODUௐHQWLW\ ௐSURYLGHௐ\RXUௐZULWWHQௐ DXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐRIௐWKHௐSURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,IௐDSSOLFDEOHௐLVௐ\RXUௐGHDOHUௐQHWZRUNௐLQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG" E ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐPDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ\RXUௐUHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐ VHUYLFHௐIRUFHௐDQGௐZLWKௐ\RXUௐGHDOHUௐQHWZRUNௐLQௐGHOLYHULQJௐWKHௐSURGXFWVௐDQGௐVHUYLFHVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ$UHௐWKHVHௐLQGLYLGXDOVௐ\RXUௐHPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐSDUW\" 5XVKௐ7UXFNௐ&HQWHUVௐLVௐEHVWௐGHVFULEHGௐDVௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKLVௐSURSRVDOௐௐ5XVKௐLVௐDௐFRQWUDFWHGௐIUDQFKLVHHௐ RIௐWKHௐVSHFLILFௐPDQXIDFWXUHUVௐUHSUHVHQWHGௐRQௐWKLVௐSURSRVDO   ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐRXWOLQLQJௐWKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐDUHௐERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐ KHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐ LQFOXGLQJௐWKLUGௐSDUWLHVௐDQGௐVXEFRQWUDFWRUVௐWKDWௐ\RXௐXVH ௐLQௐSXUVXLWௐRIௐWKHௐEXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ5)3 7KHௐ5XVKௐHQWLWLHVௐOLVWHGௐLQௐLWHPௐௐDUHௐOLFHQVHGௐLQௐHDFKௐDSSOLFDEOHௐVWDWHௐDVௐDௐUHSUHVHQWDWLYHௐRIௐWKHௐPDQXIDFWXUHUVௐSUHVHQWHGௐLQௐWKLVௐSURSRVDOௐௐ,QௐDGGLWLRQௐZHௐKDYHௐIUDQFKLVHௐFRQWUDFWVௐLQௐSODFHௐZLWKௐHDFKௐRIௐWKHௐPDQXIDFWXUHUVௐRQௐWKLVௐ SURSRVDO  3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐLQIRUPDWLRQௐWKDWௐKDVௐDSSOLHGௐWRௐ\RXUௐRUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ\HDUV'RHVௐQRWௐDSSO\ 7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐUHFRJQLWLRQௐWKDWௐ\RXUௐ FRPSDQ\ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐILYHௐ\HDUV 5XVKௐ7UXFNௐ&HQWHUVௐKDVௐEHHQௐUHFRJQL]HGௐE\ௐHDFKௐRIௐWKHௐPDQXIDFWXUHUVௐUHSUHVHQWHGௐIRUௐSHUIRUPDQFHௐDQGௐFXVWRPHUௐ VHUYLFHௐOHYHOV  :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐJRYHUQPHQWDOௐVHFWRUௐLQௐ WKHௐSDVWௐWKUHHௐ\HDUV $SSUR[LPDWHO\ௐௐPDUNHWௐGHSHQGHQW  :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐHGXFDWLRQௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV $SSUR[LPDWHO\ௐௐPDUNHWௐGHSHQGHQW  /LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐWKDWௐ\RXௐKROGௐ :KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" %X\ERDUGௐERWKௐ6WDWHௐ ௐ1DWLRQDOௐ ௐ+*$&ௐFRPSULVHௐEHWZHHQௐௐXQLWVௐSHUௐ\HDUௐIRUௐDQௐDQQXDOௐUHYHQXHௐLQௐௐRIௐ00  /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐDQGௐ6XSSO\ௐ$UUDQJHPHQWVௐ 626$ ௐWKDWௐ\RXௐKROGௐ :KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV" 5XVKௐGRHVௐQRWௐKDYHௐDQ\ௐIRUPDOௐFRQWUDFWVௐLQௐSODFHௐZLWKௐWKHௐ*6$  Bid Number: RFP 032824 Vendor Name: Rush Enterprises            7DEOH5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU &LW\ௐRIௐ$XVWLQௐ7H[DV -DQHWௐ2SKHLP  ௐ &LW\ௐRIௐ(XOHVVௐ7H[DV .\OHௐ0F$GDPV  ௐ &LW\ௐRIௐ'H6RWRௐ7H[DV :DGHௐ:LOOLDPV  ௐ &LW\ௐRIௐ&HGDUௐ+LOOௐ7H[DV .HQQHWKௐ$WNLQV  ௐௐH[Wௐ &LW\ௐRIௐ+RXVWRQௐ7H[DV 'DQLHOௐ'DYLV  ௐ 7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUV HQWLW\QDPHLVRSWLRQDO LQFOXGLQJHQWLW\W\SHWKHVWDWHRUSURYLQFHWKHHQWLW\LVORFDWHGLQVFRSH RIWKHSURMHFW V VL]HRIWUDQVDFWLRQ V DQGGROODUYROXPHVIURPWKHSDVWWKUHH\HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH <HDUV &LW\ௐRIௐ$XVWLQ *RYHUQPHQW 7H[DV7; 3URYLGHGௐFKDVVLVௐDQGௐERGLHGௐXSௐHTXLSPHQWௐWRௐWKHௐ&LW\ௐRIௐ$XVWLQ  &LW\ௐRIௐ3KRHQL[ *RYHUQPHQW $UL]RQD$= 3URYLGHGௐFKDVVLVௐDQGௐERGLHGௐXSௐHTXLSPHQWௐWRௐWKHௐ&LW\ௐRIௐ3KRHQL[  9LUJLQLDௐ'HSDUWPHQWௐRIௐ7UDQVSRUWDWLRQ *RYHUQPHQW 9LUJLQLD9$ 3URYLGHGௐFKDVVLVௐDQGௐERGLHGௐXSௐHTXLSPHQWௐWRௐWKHௐ9LUJLQLDௐ'HSDUWPHQWௐRIௐ7UDQVSRUWDWLRQ  ,OOLQRLVௐ'HSDUWPHQWௐRIௐ7UDQVSRUWDWLRQ *RYHUQPHQW ,OOLQRLV,/ 3URYLGHGௐFKDVVLVௐDQGௐERGLHGௐXSௐHTXLSPHQWௐWRௐWKHௐWRௐWKHௐ,OOLQRLௐ'HSDUWPHQWௐRIௐ7UDQVSRUWDWLRQ  2KLRௐ'HSDUWPHQWௐRIௐ7UDQVSRUWDWLRQ *RYHUQPHQW 2KLR2+ 3URYLGHGௐFKDVVLVௐDQGௐERGLHGௐXSௐHTXLSPHQWௐWRௐWKHௐ2KLRௐ'HSDUWPHQWௐRIௐ7UDQVSRUWDWLRQ  7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH <RXUUHVSRQVHVKRXOGDGGUHVVLQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHURIZRUNHUV IXOOWLPHHTXLYDOHQWV LQYROYHGLQHDFK VHFWRUZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHV RUHPSOR\HHVRIDWKLUGSDUW\ DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6DOHVௐIRUFH 5XVKௐ7UXFNௐ&HQWHUVௐKDVௐDௐQDWLRQZLGHௐWUXFNௐVDOHVௐVWDIIௐRIௐDSSUR[LPDWHO\ௐௐSHRSOHௐZKRௐPDLQWDLQௐGLUHFWௐFRQWDFWௐZLWKௐRXUௐFXVWRPHUVௐௐ7KHௐVDOHVௐWHDPௐLVௐVXSSRUWHGௐE\ௐDௐWHDPௐZLWKLQௐHDFKௐGHDOHUVKLSௐWKDWௐKDQGOHVௐILQDQFHௐWLWOHௐZRUNௐDVௐZHOOௐ DVௐRWKHUௐDGPLQLVWUDWLYHௐGXWLHVௐVRௐWKDWௐWKHௐVDOHVௐWHDPௐFDQௐVWD\ௐFXVWRPHUௐIRFXVHGௐ 5XVKௐ7UXFNௐ&HQWHUVௐDOVRௐPDLQWDLQVௐYHU\ௐFORVHௐUHODWLRQVKLSVௐZLWKௐRXUௐYHQGRUVௐWRௐSURYLGHௐQHZௐDQGௐXVHGௐYHKLFOHVௐDVௐZHOOௐ DVௐSDUWVௐ ௐVHUYLFHௐVROXWLRQVௐWRௐRXUௐFXVWRPHUௐEDVHௐௐ7KLVௐLQFOXGHVௐRUJDQL]DWLRQVௐOLNHௐ.QDSKHLGHௐ0DQXIDFWXULQJௐ)HGHUDOௐ6LJQDOௐ:DEDVKௐ0RUJDQௐ&RUSRUDWLRQௐDQGௐ5HDGLQJௐ7UXFNௐ%RG\ௐWRௐQDPHௐDௐIHZ   'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐPHWKRGV :LWKௐRYHUௐௐORFDWLRQVௐDFURVVௐWKHௐQDWLRQௐ5XVK VௐFDSDELOLW\ௐWRௐVHUYLFHௐFXVWRPHUVௐLQௐWKHௐ86ௐLVௐXQSDUDOOHOHGௐLQௐWKHௐLQGXVWU\ௐௐ5XVKௐ7UXFNௐ&HQWHUVௐPDLQWDLQVௐ00ௐLQௐRQௐKDQGௐSDUWVௐLQYHQWRU\ௐQDWLRQZLGHௐௐ7KLVௐSURYLGHVௐWKHௐDELOLW\ௐWKHௐPRYHௐSDUWVௐDFURVVௐWKHௐQDWLRQௐEHWZHHQௐRXUௐORFDWLRQVௐDVௐQHHGHGௐௐ%H\RQGௐWKDWௐEHLQJௐDௐ+LQRௐ'HQQLVௐ(DJOHௐ)RUGௐ ௐ ,VX]XௐIUDQFKLVHGௐGHDOHUௐZHௐDOVRௐKDYHௐWKHௐDELOLW\ௐWRௐXWLOL]HௐWKHௐRYHUDOOௐ2(0ௐGHDOHUௐQHWZRUNௐIRUௐZDUUDQW\ௐUHSDLUVௐ ௐVHUYLFHௐVKRXOGௐRFFDVLRQௐFDOOௐIRUௐLW   6HUYLFHௐIRUFH 5XVKௐ7UXFNௐ&HQWHUVௐDORQHௐFXUUHQWO\ௐKDVௐRYHUௐௐWHFKQLFLDQVௐQDWLRQZLGHௐDQGௐRYHUௐௐRXWVLGHௐSDUWVௐDQGௐVHUYLFHௐSHUVRQQHOௐWKDWௐDFWLYHO\ௐZRUNௐWRௐNHHSௐRXUௐFXVWRPHU VௐHTXLSPHQWௐRQௐWKHௐURDGௐௐ$Wௐ5XVKௐZHௐZRUNௐWLUHOHVVO\ௐWRௐPDNHௐVXUHௐWKDWௐRXUௐWHFKQLFLDQVVHUYLFHௐWHDPVௐKDYHௐWKHௐPRVWௐXSௐWRௐGDWHௐWUDLQLQJௐHTXLSPHQWௐDQGௐWRROLQJௐLQௐDQௐHIIRUWௐWRௐPLQLPL]Hௐ FXVWRPHUௐGRZQௐWLPHௐௐ2XWVLGHௐRIௐWKHௐ5XVKௐGHDOHUௐQHWZRUNௐZHௐDOVRௐPDLQWDLQௐYHU\ௐFORVHௐUHODWLRQVKLSVௐZLWKௐRXUௐ2(0VௐWRௐPDNHௐVXUHௐWKDWௐRXUௐFXVWRPHUVௐFDQௐEHௐVHUYLFHGௐDQ\ZKHUHௐLQௐWKHௐQDWLRQ   'HVFULEHௐWKHௐRUGHULQJௐSURFHVVௐ,IௐRUGHUVௐZLOOௐEHௐKDQGOHGௐE\ௐGLVWULEXWRUVௐGHDOHUVௐRUௐRWKHUVௐH[SODLQௐWKHௐUHVSHFWLYHௐUROHVௐRIௐWKHௐ3URSRVHUௐDQGௐRWKHUV 5XVKௐ7UXFNௐ&HQWHUVௐEHOLHYHVௐLQௐDௐERRWVௐRQௐWKHௐJURXQGௐDSSURDFKௐௐ:HௐWDVNௐRXUௐVDOHVௐSDUWVௐ ௐVHUYLFHௐWHDPVௐWRௐDFWLYHO\ௐFDOOௐRQௐFXVWRPHUVௐWRௐXQGHUVWDQGௐWKHLUௐEXVLQHVVௐDQGௐWRௐSURYLGHௐVROXWLRQVௐIRUௐWKHௐLVVXHVௐWKDWௐWKH\ௐKDYHௐௐ:KHQௐDௐPHPEHUௐRIௐWKHௐVDOHVௐWHDPௐJDLQVௐDQௐRSSRUWXQLW\ௐWRௐTXRWHௐDௐ6RXUFHZHOOௐPHPEHUௐWKHௐORFDOௐVDOHVSHUVRQௐZLOOௐJDWKHUௐDOOௐRIௐWKHௐ GHWDLOVௐDQGௐEXLOGௐDௐVSHFௐWKDWௐZLOOௐEHVWௐZRUNௐIRUௐWKHௐFXVWRPHUௐEDVHGௐRQௐWKHௐFXVWRPHU VௐQHHGVௐௐௐ,IௐWKHUHௐLVௐDௐQHHGௐIRUௐDௐERG\ௐRUௐXSILWௐ5XVKௐZLOOௐHQJDJHௐRXUௐSDUWQHUVௐWRௐIDFLOLWDWHௐWKHௐUHTXHVWௐRUௐZRUNௐZLWKௐWKHௐFXVWRPHU VௐUHTXHVWHGௐXSILWWHUௐௐ)URPௐWKHUHௐWKHௐORFDOௐUHSUHVHQWDWLYHௐZLOOௐZRUNௐZLWKௐRXUௐFRUSRUDWHௐWHDPௐWRௐEXLOGௐDௐ6RXUFHZHOOௐFRPSOLDQWௐTXRWHௐIRUௐWKHௐ FXVWRPHUௐௐ2QFHௐDSSURYHGௐIRUௐSXUFKDVHௐDQGௐDௐ32ௐLVௐUHFHLYHGௐ5XVKௐZLOOௐSURFHVVௐWKHௐ32ௐLPPHGLDWHO\ௐDQGௐZLOOௐZRUNௐWRௐJHWௐWKHௐXQLWSDUWௐRUௐVHUYLFHௐUHTXHVWHGௐGHOLYHUHGௐDVௐTXLFNO\ௐDVௐSRVVLEOH   'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐSURFHGXUHௐRIௐ\RXUௐFXVWRPHUௐVHUYLFHௐSURJUDPௐLIௐDSSOLFDEOH ,QFOXGHௐ\RXUௐUHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐFRPPLWPHQWVௐDVௐZHOOௐDVௐDQ\ௐLQFHQWLYHVௐWKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐVHUYLFHௐJRDOVௐRUௐSURPLVHV 5XVKௐ7UXFNௐ&HQWHUVௐSULGHVௐLWVHOIௐLQௐEHLQJௐWLPHO\ௐௐ2XUௐVDOHVௐSDUWVௐDQGௐVHUYLFHௐWHDPVௐZLOOௐZRUNௐWRௐJHWௐTXRWHVௐEDFNௐIURPௐYHQGRUVௐDQGௐPDNHௐVXUHௐWKDWௐWKHௐFXVWRPHUௐKDVௐWKHௐILQDOௐQXPEHUVௐDVௐTXLFNO\ௐDVௐSRVVLEOHௐௐ:HௐXWLOL]HௐRXUௐSUHIHUUHGௐYHQGRUௐSDUWQHUVKLSVௐWRௐPDLQWDLQௐWKHௐVKRUWHVWௐOHDGௐWLPHVௐSRVVLEOHௐIRUௐERWKௐTXRWHVௐDQGௐGHOLYHULHVௐௐ'XULQJௐWKHௐSXUFKDVLQJௐ SURFHVVௐRXUௐVDOHVௐSDUWVௐDQGௐVHUYLFHௐWHDPVௐZLOOௐZRUNௐWRௐNHHSௐWKHௐFXVWRPHUௐLQIRUPHGௐRIௐXQLW VௐVWDWXVௐDVௐLWௐPRYHVௐWKURXJKௐWKHௐYDULRXVௐVWDJHVௐRIௐFRPSOHWLRQௐSULRUௐWRௐGHOLYHU\ௐௐ8VLQJௐRXUௐFXVWRPHUௐILUVWௐSKLORVRSK\ௐZHௐVWULYHௐWRௐSURYLGHௐWKHௐEHVWௐFXVWRPHUௐVHUYLFHௐLQௐWKHௐLQGXVWU\   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHௐ8QLWHGௐ 6WDWHV 5XVKௐ7UXFNௐ&HQWHUVௐLVௐSUHSDUHGௐWRௐRIIHUௐSURGXFWVௐDQGௐVHUYLFHVௐQDWLRQZLGHௐௐ:HௐKDYHௐDௐQDWLRQDOௐDFFRXQWௐSUHVHQFHௐZLWKௐVHYHUDOௐODUJHௐIOHHWVௐWKDWௐRSHUDWHௐHTXLSPHQWௐDFURVVௐWKHௐ8QLWHGௐ6WDWHVௐௐ5XVKௐ7UXFNௐ&HQWHUVௐLQWHQGVௐWRௐXVHௐWKDWௐVDPHௐ EXVLQHVVௐPRGHOௐWRௐVHUYLFHௐ6RXUFHZHOOௐFOLHQWVௐUHJDUGOHVVௐRIௐWKHLUௐJHRJUDSKLFDOௐORFDWLRQௐLQௐWKHௐ8QLWHGௐ6WDWHVௐௐ3ULPDULO\ௐXWLOL]LQJௐWKHௐPRUHௐWKDQௐௐVDOHVௐSDUWVௐDQGௐVHUYLFHௐSHUVRQQHOௐWKDWௐDUHௐHPSOR\HGௐE\ௐ5XVKௐ7UXFNௐ&HQWHUVௐQDWLRQZLGH   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ&DQDGD$WௐWKLVௐWLPHௐZHௐDUHௐQRWௐSUHSDUHGௐWRௐH[SDQGௐWKHVHௐSURSRVHGௐVROXWLRQVௐLQWRௐ&DQDGD  ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ&DQDGDௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW5XVKௐLVௐXQLTXHO\ௐSRVLWLRQHGௐWRௐVHUYLFHௐDOOௐJRYHUQPHQWௐHGXFDWLRQௐDQGௐQRWௐIRUௐSURILWௐFXVWRPHUVௐLQௐWKHௐ8QLWHGௐ6WDWHVௐௐ(DFKௐFXVWRPHUௐZLOOௐEHௐWDNHQௐFDUHௐRIௐE\ௐRQHௐRIௐRXUௐLQGXVWU\ௐH[SHUWVௐGHSHQGLQJௐRQௐWKHLUௐJHRJUDSKLFௐORFDWLRQௐDQGௐQHHG  ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐVHFWRUVௐ LHௐJRYHUQPHQWௐHGXFDWLRQௐQRWIRUSURILW ௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW ([SODLQௐLQௐGHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐFRPSDQ\ௐKDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐ OLPLWௐ\RXUௐDELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW" ([FHSWௐIRUௐWKHௐ)HGHUDOௐJRYHUQPHQWௐDVௐGLVFXVVHGௐEHORZௐ5XVKௐ7UXFNௐ&HQWHUVௐLVௐZLOOLQJௐWRௐVHUYHௐDOOௐSDUWLFLSDWLQJௐHQWLW\ௐVHFWRUVௐௐ$VௐZHௐFXUUHQWO\ௐKROGௐ%X\ERDUGௐ ௐ+*$&ௐFRQWUDFWVௐZHௐGRௐQRWௐKDYHௐDQ\ௐW\SHௐRIௐH[FOXVLYLW\ௐDJUHHPHQWௐLQௐSODFHௐௐ5XVK VௐSUHVHQFHௐLVௐQDWLRQDOௐDQGௐRXUௐJRDOௐLVௐWRௐVHUYHௐHYHU\ௐFXVWRPHUௐSRVVLEOHௐLQௐWKHௐ8QLWHGௐ6WDWHVௐௐ%HLQJௐ DZDUGHGௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐZRXOGௐRSHQௐDQRWKHUௐDYHQXHௐIRUௐ5XVKௐ7UXFNௐ&HQWHUVௐWRௐGRௐMXVWௐWKDW 5HJDUGLQJௐWKHௐ)HGHUDOௐJRYHUQPHQWௐRXUௐDELOLW\ௐWRௐVHUYHௐ)HGHUDOௐDJHQFLHVௐZLOOௐEHௐGHWHUPLQHGௐE\ௐ5XVKௐRQௐDௐFDVHE\ FDVHௐDVௐWKHUHௐPD\ௐEHௐFHUWDLQௐ)HGHUDOௐUHTXLUHPHQWVௐWKDWௐ5XVKௐRUௐLWVௐVXSSOLHUVௐFDQQRWௐPHHW   'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐUHVWULFWLRQVௐWKDWௐ ZRXOGௐDSSO\ௐWRௐRXUௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐDQGௐLQௐ86ௐ7HUULWRULHV /RJLVWLFDO7UDQVSRUWDWLRQௐFRVWௐZLOOௐEHௐDௐOLPLWLQJௐIDFWRUௐௐ$VௐHTXLSPHQWௐLVௐPRYHGௐWRௐSRUWVௐWKHUHௐDUHௐORDGLQJௐIHHVௐIUHLJKWௐ FRVWVௐDQGௐRWKHUௐORJLVWLFDOௐH[SHQVHVௐWKDWௐZRXOGௐEHௐLQFXUUHGௐWRௐGHOLYHUௐXQLWVௐWRௐ$ODVNDௐ+DZDLLௐDQGௐRWKHUௐ86ௐ7HUULWRULHVௐௐ7KHVHௐFRVWVௐZRXOGௐRIௐFRXUVHௐQHHGௐWRௐEHௐIDFWRUHGௐLQWRௐVDOHVௐSULFHௐRIௐWKHௐYHKLFOHௐGXULQJௐWKHௐTXRWHௐSURFHVV Bid Number: RFP 032824 Vendor Name: Rush Enterprises            7DEOH0DUNHWLQJ3ODQ /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐSURPRWLQJௐWKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ8SORDGௐUHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐPDUNHWLQJௐ PDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 2XUௐPDUNHWLQJௐVWUDWHJ\ௐLVௐPXOWLIDFHWHGௐௐ:HௐUHO\ௐKHDYLO\ௐRQௐGLJLWDOௐPDUNHWLQJௐWKURXJKௐRXUௐZHEVLWHௐHEODVWௐVRFLDOௐPHGLDௐSODWIRUPVௐWRௐUHDFKௐRXUௐFXVWRPHUௐEDVHௐௐ:KLOHௐDOVRௐXVLQJௐPRUHௐWUDGLWLRQDOௐIRUPVௐRIௐPDUNHWLQJௐVXFKௐDVௐPDLOHUVௐSULQWௐ DGGVௐLQௐPDJD]LQHVௐ1$6&$5ௐVSRQVRUVKLSVௐHYHQௐZUDSSLQJௐRXUௐPRELOHௐWUXFNVௐDVௐZHOOௐDVௐPDQ\ௐRWKHUௐPHGLDௐWRௐHQVXUHௐZHௐDUHௐUHDFKLQJௐDVௐPDQ\ௐSURVSHFWVௐDVௐSRVVLEOHௐௐ7KLVௐEURDGVSHFWUXPௐDSSURDFKௐLVௐXOWLPDWHO\ௐDQFKRUHGௐE\ௐRXUௐPRVWௐLPSRUWDQWௐDVVHWௐRXUௐSHRSOHௐWKDWௐHQVXUHௐWKDWௐWKHௐSHUVRQDOௐWRXFKௐDQGௐVXSSRUWௐUHPDLQௐLQௐWKHௐVDOHVௐSURFHVVௐZLWKௐRXUௐFXVWRPHUVௐZKLOHௐGHOLYHULQJௐWKHௐPHVVDJHௐRIௐWKHௐFDSDELOLWLHVௐWKDWௐ5XVKௐ7UXFNௐ&HQWHUVௐKDVௐWRௐRIIHUௐௐ:HௐKDYHௐIRXQGௐWKDWௐ WKURXJKௐWKLVௐSURFHVVௐZHௐUHDFKௐDௐUHODWLYHO\ௐEURDGௐGHPRJUDSKLFௐRIௐFOLHQWHOHௐFUHDWLQJௐDௐZHOOGLYHUVLILHGௐSRUWIROLRௐRIௐFXVWRPHUV   'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐGLJLWDOௐGDWDௐ HJௐVRFLDOௐPHGLDௐPHWDGDWDௐXVDJH ௐWRௐHQKDQFHௐPDUNHWLQJௐHIIHFWLYHQHVV5XVKௐ7UXFNௐ&HQWHUVௐXVHVௐDௐKRVWௐRIௐVRFLDOௐPHGLDௐSODWIRUPVௐWRௐUHDFKௐQHZSURVSHFWLYHௐFOLHQWVௐௐ3ODWIRUPVௐVXFKௐDVௐ/LQNHG,Qௐ)DFHERRNௐDQGௐRWKHUVௐDOORZௐXVௐWRௐERWKௐUHDFKௐRXWௐWRௐFXVWRPHUVௐGLUHFWO\ௐYLDௐGLUHFWௐPHVVDJHௐDVௐZHOOௐDVௐWKURXJKௐEURDGHUௐPDUNHWLQJௐVWUDWHJLHVௐVXFKௐDVௐJRYHUQPHQWHGXFDWLRQDOQRWௐIRUௐSURILWௐVSHFLILFௐSRVWVௐௐ:HௐDOVRௐPRQLWRUௐFRPPHQWVௐ DQGௐPHVVDJHVௐRQௐWKHVHௐSODWIRUPVௐWRௐHLWKHUௐIDFLOLWDWHௐUHTXHVWVௐRUௐUHVSRQGௐWRௐTXHVWLRQVௐWKDWௐFOLHQWVௐPD\ௐKDYHௐௐ7KHௐJRDOௐRIௐRXUௐPDUNHWLQJௐFDPSDLJQVௐLVௐWRௐPD[LPL]HௐFOLFNௐWKURXJKௐௐ5XVKௐKDVௐIRXQGௐWKDWௐRIIHULQJௐDௐPRUHௐWDUJHWHGௐPDUNHWLQJௐDSSURDFKௐRIIHUVௐWKHௐEHVWௐUHVXOWVௐZKHUHௐHYHQௐRXUௐHEODVWVௐDUHௐWDLORUHGௐWRௐWKHௐEXVLQHVVௐVHJPHQWௐZHௐVHUYHௐௐ7KLVௐ DSSURDFKௐHQVXUHVௐWKDWௐRXUௐPHVVDJHௐLVௐUHOHYDQWௐWRௐWKHௐVSHFLILFௐFOLHQWVௐWKDWௐZHௐDUHௐWDUJHWLQJ   ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐLQௐSURPRWLQJௐFRQWUDFWVௐ DULVLQJௐRXWௐRIௐWKLVௐ5)3"ௐ +RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ6RXUFHZHOODZDUGHGௐFRQWUDFWௐLQWRௐ\RXUௐ VDOHVௐSURFHVV" 6RXUFHZHOOௐLVௐDௐYHU\ௐZHOOௐNQRZQௐSXUFKDVLQJௐFRRSHUDWLYHௐHQWLW\ௐDQGௐLVௐWUXVWHGௐE\ௐPDQ\ௐRIௐWKHௐPXQLFLSDOௐDQGௐQRWௐIRUௐ SURILWௐRUJDQL]DWLRQVௐLQௐWKHௐ86ௐௐ,IௐDZDUGHGௐ5XVKௐLQWHQGVௐWRௐVKRZFDVHௐWKHௐDZDUGௐWRௐDOOௐRIௐRXUௐFOLHQWVௐWKURXJKௐHPDLOௐFDPSDLJQVௐWUDGHௐVKRZVௐLQௐSHUVRQௐPHHWLQJVௐDVௐZHOOௐDVௐWKURXJKௐRXUௐYHQGRUௐUHODWLRQVKLSVௐௐ,QௐVKRUWௐ6RXUFHZHOO VௐPHPEHUVௐWUXVWௐWKHௐFRRSHUDWLYHௐDQGௐDUHௐOR\DOௐௐ5XVKௐDLPVௐWRௐEXLOGௐXSRQௐWKHௐEUDQGௐUHFRJQLWLRQௐ6RXUFHZHOOௐEULQJVௐWKURXJKௐ FRPPXQLFDWLRQௐZLWKௐRXUௐLQGXVWU\ௐH[SHUWVௐKLJKOLJKWLQJௐRXUௐFRPSOHWHௐRIIHULQJௐRIௐVHUYLFHௐFDSDELOLWLHVௐௐ$OORZLQJௐ6RXUFHZHOOௐPHPEHUVௐWRௐZRUNௐZLWKௐRXUௐLQGXVWU\ௐH[SHUWVௐIRUௐWKHLUௐIOHHWௐQHHGVௐZKLOHௐRIIHULQJௐFXVWRPHUVௐWKHௐIOH[LELOLW\ௐRIௐSXUFKDVLQJௐWKURXJKௐDௐFRRSHUDWLYHௐFRQWUDFWௐௐ5XVKௐ(QWHUSULVHVௐJRDOௐLIௐDZDUGHGௐLVௐWRௐFRPELQHGௐ6RXUFHZHOOௐ RQHௐRIௐWKHௐODUJHVWௐ SXUFKDVLQJௐFRRSHUDWLYHௐLQௐWKHௐQDWLRQ ௐZLWKௐWKHௐODUJHVWௐFRPPHUFLDOௐWUXFNௐGHDOHUௐJURXSௐLQௐWKHௐQDWLRQௐWRௐSURYLGHௐVLQJOHௐVRXUFHௐVROXWLRQVௐWRௐDVௐPDQ\ௐJRYHUQPHQWௐHGXFDWLRQௐDQGௐQRWௐIRUௐSURILWௐHQWLWLHVௐDVௐSRVVLEOH   $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDYDLODEOHௐWKURXJKௐDQௐHSURFXUHPHQWௐRUGHULQJௐSURFHVV"ௐ ,IௐVRௐGHVFULEHௐ\RXUௐHSURFXUHPHQWௐV\VWHPௐDQGௐKRZௐJRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐFXVWRPHUVௐKDYHௐXVHGௐLW 'XHௐWRௐWKHௐYDULDQFHௐLQௐVSHFLILFDWLRQVௐLQௐWKHௐYHKLFOHVௐWKDWௐZHௐSURYLGHௐ5XVKௐSUHIHUVௐHDFKௐFOLHQWௐUHTXHVWௐEHௐKDQGOHGௐE\ௐRQHௐRIௐRXUௐLQGXVWU\ௐH[SHUWVௐWRௐHQVXUHௐWKHௐULJKWௐSURGXFWௐLVௐSURYLGHGௐIRUௐWKHௐDSSOLFDWLRQௐௐ7KLVௐDSSURDFKௐDOORZVௐ5XVKௐWRௐKDYHௐPRUHௐLQWHUDFWLRQௐZLWKௐWKHௐFXVWRPHUௐWRௐRIIHUௐVROXWLRQVௐWKDWௐWKH\ௐPD\ௐQRWௐNQRZௐLVௐDYDLODEOHௐWRௐWKHPௐௐ2XUௐVDOHVௐ WHDPVௐDUHௐWUDLQHGௐWRௐEHௐVROXWLRQௐPLQGHGௐDQGௐWRௐPDNHௐVXUHௐZHௐRIIHUௐFXVWRPHUVௐDOOௐSRWHQWLDOௐVROXWLRQVௐWKDWௐZHௐIHHOௐPD\ௐKHOSௐWKHLUௐEXVLQHVVௐWKLVௐLVௐEHVWௐDFFRPSOLVKHGௐZLWKௐSHUVRQDOௐLQWHUDFWLRQௐௐ,QௐVXSSRUWௐRIௐWKLVௐFXVWRPHUௐEDVHௐZHௐGRௐRIIHUௐDQௐHFRPPHUFHௐVROXWLRQௐWRௐVRXUFLQJௐSDUWVௐDQGௐUHFHLYLQJௐVHUYLFHௐIURPௐRXUௐORFDWLRQVௐDURVVௐWKHௐ8QLWHGௐ6WDWHVௐௐ7KLVௐ FXVWRPHUEDVHGௐVROXWLRQVௐDOORZVௐIRUௐFRPSUHKHQVLYHௐSDUWVௐSULFLQJௐVRXUFLQJௐDQGௐUHVHDUFKௐௐ,QௐDGGLWLRQௐZHௐRIIHUௐDQௐH[WHQVLYHௐVHUYLFHௐLQFLGHQWௐPDQDJHPHQWௐSODWIRUPௐIRUௐPDQDJLQJௐYHKLFOHVௐWKDWௐDUHௐEHLQJௐVHUYLFHGௐDQGௐUHSDLUHGௐLQௐRXUௐGHDOHUVKLSVௐௐ5HDOWLPHௐVWDWXVௐXSGDWHVௐHVWLPDWHௐUHYLHZௐDQGௐDSSURYDOௐDQGௐKLVWRULFDOௐUHSDLUௐUHIHUHQFHௐDUHௐMXVWௐVRPHௐRIௐ WKHௐIHDWXUHVௐRIௐWKLVௐSODWIRUPௐWKDWௐDUHௐDYDLODEOHௐWRௐ6RXUFHZHOOௐPHPEHUVௐWRௐDVVLVWௐZLWKௐWKHLUௐIOHHWௐPDQDJHPHQW  7DEOH9DOXH$GGHG$WWULEXWHV /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐPDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐSURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐ ,QFOXGHௐGHWDLOVௐVXFKௐDVௐZKHWKHUௐWUDLQLQJௐLVௐVWDQGDUGௐRUௐRSWLRQDOௐZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐFRVWVௐWKDWௐDSSO\ 5XVKௐZRUNVௐFORVHO\ௐZLWKௐRXUௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHUVௐDVௐZHOOௐDVௐERG\ௐXSILWWHUVௐDQGௐYHQGRUVௐWRௐSURYLGHௐDௐFRPSUHKHQVLYHௐWUDLQLQJௐVWUDWHJ\ௐIRUௐYHKLFOHVௐDQGௐHTXLSPHQWௐSURYLGHGௐௐ7KHVHௐSURJUDPVௐDUHௐWDLORUHGௐWRௐPHHWௐWKHௐVSHFLILFௐQHHGVௐRIௐWKHௐ6RXUFHZHOOௐPHPEHUௐDQGௐZLOOௐEHௐGHYHORSHGௐDVௐUHTXHVWHGௐௐ$Q\ௐDVVRFLDWHGௐFRVWVௐIRUௐWKLVௐWUDLQLQJௐ ZLOOௐEHௐGLVFXVVHGௐXSIURQWௐDIWHUௐPD[LPL]LQJௐVXSSRUWௐIURPௐDOOௐLQYROYHG   'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐDGYDQFHVௐWKDWௐ\RXUௐSURSRVHGௐSURGXFWVௐRUௐVHUYLFHVௐRIIHU:RUNLQJௐLQௐFRQFHUWௐZLWKௐRXUௐUHSUHVHQWHGௐ2(0 VௐLQௐDGYDQFLQJௐIOHHWௐPDQDJHPHQWௐWHFKQRORJLHVௐ5XVKௐ7UXFNௐ&HQWHUVௐZRUNVௐWRௐVLPSOLI\ௐWKHௐDSSOLFDWLRQௐRIௐWKHVHௐWHFKQRORJLHVௐIRUௐWKHௐ6RXUFHZHOOௐPHPEHUௐௐ7KURXJKௐWKHௐGHYHORSPHQWௐRIௐRXUௐ5XVK&DUHௐV\VWHPௐZHௐRIIHUௐUHDOWLPHௐFRPPXQLFDWLRQௐSODWIRUPVௐWKDWௐDUHௐRIWHQௐFRPPXQLFDWLQJௐZLWKௐWKHௐWHFKQRORJLHVௐ LQFRUSRUDWHGௐLQௐWKHௐHTXLSPHQWௐSURYLGHGௐௐ0RQLWRUHGௐE\ௐRXUௐௐFDOOௐFHQWHUௐZHௐDLGௐFXVWRPHUVௐLQௐSUHGLFWLYHௐLQFLGHQWௐDQGௐSUHYHQWDWLYHௐPDLQWHQDQFHௐRIௐWKHLUௐIOHHWVௐௐ7KURXJKௐRXUௐGHGLFDWHGௐWHOHPDWLFVௐGLYLVLRQௐ5XVKௐUHPDLQVௐRQௐWKHௐIRUHIURQWௐRIௐQHZௐDQGௐHPHUJLQJௐWHFKQRORJLHVௐHQVXULQJௐPD[LPXPௐXSWLPHௐIRUௐRXUௐFXVWRPHUVௐDQGௐVROXWLRQVௐIRUௐWKHLUௐIOHHWௐQHHGV   'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐWKDWௐUHODWHௐWRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDQGௐLQFOXGHௐDௐOLVWௐRIௐWKHௐFHUWLI\LQJௐ DJHQF\ௐIRUௐHDFK %HLQJௐDௐOHDGHUௐLQௐHPHUJLQJௐWHFKQRORJLHVௐ5XVKௐDJDLQௐOHGௐWKHௐLQGXVWU\ௐLQௐWKHௐDGRSWLRQௐRIௐDOWHUQDWHIXHOௐYHKLFOHVௐDQGௐHQYLURQPHQWDOO\IRFXVHGௐGHDOHUௐRSHUDWLRQVௐௐ7KLVௐZDVௐHYLGHQWௐRIௐWKHௐHDUO\ௐGHYHORSPHQWௐRIௐLW VௐRZQௐ&1*ௐIXHOௐV\VWHPVௐ LQFRUSRUDWLQJௐWKHPௐLQWRௐWKHௐYHKLFOHVௐSURYLGHGௐWRௐVLPDUO\PLQGHGௐFXVWRPHUVௐௐ,WௐFRQWLQXHVௐZLWKௐWKHௐGHGLFDWLRQௐWRௐWKHௐHOHFWULFௐLQLWLDWLYHVௐLQௐVXSSRUWௐRIௐWKHௐDGRSWLRQௐRIௐWKHVHௐYHKLFOHVௐLQௐWKHௐPDUNHWௐE\ௐSURYLGLQJௐEDWWHU\ௐFKDUJLQJௐVWDWLRQVௐDWௐRXUௐIDFLOLWLHVௐVXSSRUWHGௐE\ௐVRODUௐSDQHOௐEDVHGௐHQHUJ\ௐVWRUDJHௐDQGௐGHOLYHU\ௐV\VWHPVௐௐ,QௐIDFWௐWKHௐGHGLFDWLRQௐWRௐWKLVௐ LQLWLDWLYHௐLVௐHYLGHQWௐE\ௐRSHUDWLQJௐHOHFWULFௐYHKLFOHVௐLQௐRXUௐRZQௐGHOLYHU\ௐIOHHWௐௐ2XUௐFRPPLWPHQWௐWRௐWKHVHௐHQYLURQPHQWDOEDVHGௐWHFKQRORJLHVௐZLOOௐUHPDLQௐDௐIRFXVௐDQGௐZLOOௐFRQWLQXHௐWRௐH[SDQGௐDVௐPRUHௐRSSRUWXQLWLHVௐDULVH   ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFRODEHOVௐUDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐWKHௐHTXLSPHQWௐRUௐSURGXFWVௐLQFOXGHGௐLQௐ\RXUௐ3URSRVDOௐUHODWHGௐWRௐHQHUJ\ௐHIILFLHQF\ௐRUௐ FRQVHUYDWLRQௐOLIHF\FOHௐGHVLJQௐ FUDGOHWRFUDGOH ௐRUௐRWKHUௐJUHHQVXVWDLQDELOLW\ௐIDFWRUV 5DWLQJVௐDQGௐFHUWLILFDWLRQVௐIRUௐWKHௐSURGXFWVௐLQFOXGHGௐLQௐWKHௐSURSRVDOௐDUHௐW\SLFDOO\ௐDWWDLQHGௐDQGௐPDQDJHGௐDWௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHUௐOHYHOௐௐ$VௐDௐGLVWULEXWRUௐWKDWௐUHSUHVHQWVௐWKHVHௐPDQXIDFWXUHUVௐZHௐIXOO\ௐVXSSRUWௐWKHௐLQLWLDWLYHVௐVHWௐIRUWKௐWRௐDFFRPSOLVKௐDQGௐPDLQWDLQௐWKHVHௐVXVWDLQDELOLW\ௐUHFRJQLWLRQV  'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ%XVLQHVVௐ(QWLW\ௐ :0%( ௐ6PDOOௐ%XVLQHVVௐ(QWLW\ௐ 6%( ௐRUௐYHWHUDQௐRZQHGௐEXVLQHVVௐFHUWLILFDWLRQVௐWKDWௐ\RXUௐFRPSDQ\ௐRUௐ+8%ௐSDUWQHUVௐKDYHௐREWDLQHGௐ8SORDGௐ GRFXPHQWDWLRQௐRIௐFHUWLILFDWLRQௐ DVௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 5XVKௐ7UXFNௐ&HQWHUVௐGRHVௐQRWௐKROGௐDQ\ௐRIௐWKHVHௐFHUWLILFDWLRQV   :KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐFRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐVHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV"ௐ:KDWௐPDNHVௐ\RXUௐSURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ\RXUௐLQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV" %HLQJௐWKHௐODUJHVWௐFRPPHUFLDOௐWUXFNௐGHDOHUௐJURXSௐLQௐWKHௐQDWLRQௐ5XVKௐ7UXFNௐ&HQWHUVௐRIIHUVௐDQௐH[SDQVLYHௐVDOHVௐSDUWVௐVHUYLFHௐDQGௐDGPLQLVWUDWLYHௐWHDPௐWKDWௐRIIHUVௐWRSௐWLHUௐFXVWRPHUௐVHUYLFHௐௐ:HௐSULGHௐRXUVHOYHVௐRQௐEHLQJௐDௐGHGLFDWHGௐFRPPHUFLDOௐGHDOHUௐJURXSௐWKDWௐKDVௐH[WHQVLYHௐNQRZOHGJHௐRIௐFRPPHUFLDOௐYHKLFOHௐFDSDELOLWLHVௐDORQJௐZLWKௐWKHௐLQGXVWU\ௐ H[SHUWLVHௐWKDWௐRXUௐERG\XSILWௐSDUWQHUVௐSURYLGHௐௐ&OLHQWVௐZLOOௐKDYHௐDௐZHDOWKௐRIௐLQGXVWU\ௐNQRZOHGJHௐDWௐWKHLUௐGLVSRVDOௐZKLOHௐZRUNLQJௐZLWKௐRXUௐH[SHUWௐWHDPV  Bid Number: RFP 032824 Vendor Name: Rush Enterprises            7DEOH$:DUUDQW\ 'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUHDQGRYHUDOOVWUXFWXUH <RXPD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOV LIDSSOLFDEOH LQWKHGRFXPHQWXSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWRUHVSRQGLQJWRWKHTXHVWLRQVEHORZ /LQH,WHP 4XHVWLRQ 5HVSRQVH  'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐODERU" $OOௐSURGXFWௐZDUUDQW\ௐFRYHUDJHVௐLQௐUHIHUHQFHௐWRௐWKLVௐSURSRVDOௐDUHௐSURYLGHGௐWRௐWKHௐHQGௐXVHUௐE\ௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHUௐRUௐXSILWWHUௐௐ:HௐKDYHௐDWWDFKHGௐFRSLHVௐRIௐWKHௐVWDQGDUGௐZDUUDQW\ௐFRYHUDJHௐIRUௐHDFKௐ2(0ௐWKDWௐZHௐDUHௐRIIHULQJௐRQௐWKLVௐSURSRVDO   'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐRWKHUௐOLPLWDWLRQVௐ WKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH" (DFKௐ2(0ௐZDUUDQW\ௐKDVௐGLIIHUHQWௐXVDJHௐUHVWULFWLRQVௐDQGௐOLPLWDWLRQVௐௐ:HௐKDYHௐDWWDFKHGௐWKHௐVWDQGDUGௐZDUUDQW\ௐFRYHUDJHௐ IRUௐHDFKௐRIௐWKHௐPDQXIDFWXUHUVௐZHௐDUHௐRIIHULQJௐRQௐWKLVௐSURSRVDO  'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐWHFKQLFLDQV¶ௐWUDYHOௐWLPHௐ DQGௐPLOHDJHௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV" &DVHௐGHSHQGHQWௐW\SLFDOO\ௐWKHௐZDUUDQW\ௐFRYHUDJHௐRIIHUHGௐE\ௐWKHௐ2(0ௐGRHVௐQRWௐLQFOXGHௐWUDYHOௐRUௐPLOHDJHௐLIௐPRELOHௐ VHUYLFHௐLVௐUHTXHVWHGௐௐ$Q\ௐDVVRFLDWHGௐFRVWVௐZLWKௐWKHVHௐVHUYLFHVௐZLOOௐEHௐSUHVHQWHGௐSULRUௐWRௐDQ\ௐVHUYLFHVௐEHLQJௐSHUIRUPHGௐௐ,QௐWHUPVௐRIௐWRZLQJௐVRPHௐ2(0VௐZLOOௐFRYHUௐWKHௐH[SHQVHௐRIௐDௐWRZௐLQWRௐWKHௐFORVHVWௐIDFWRU\ௐFHUWLILHGௐZDUUDQW\ௐIDFLOLW\ௐLIௐWKHௐXQLWௐLVௐXQGULYDEOH   $UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ&DQDGDௐ DVௐDSSOLFDEOH ௐIRUௐZKLFKௐ\RXௐFDQQRWௐSURYLGHௐDௐFHUWLILHGௐ WHFKQLFLDQௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV"ௐௐ +RZௐZLOOௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHVHௐUHJLRQVௐEHௐSURYLGHGௐVHUYLFHௐIRUௐZDUUDQW\ௐUHSDLU" $Q\ௐSRWHQWLDOௐJHRJUDSKLFௐUHVWULFWLRQVௐZLOOௐEHௐGLVFXVVHGௐZLWKௐWKHௐFOLHQWௐDWௐWKHௐWLPHௐRIௐTXRWHௐWRௐHQVXUHௐWKDWௐWKHௐYHKLFOHௐFDQௐEHௐSURSHUO\ௐVHUYLFHGௐDQGௐPDLQWDLQHGௐIRUௐWKHௐ6RXUFHZHOOௐPHPEHUௐௐ:HௐZLOOௐZRUNௐWRௐVSHFௐHTXLSPHQWௐWKDWௐPD[LPL]HVௐ RSHUDWLQJௐFDSDELOLW\ௐEXWௐDOVRௐPD[LPL]HVௐDFFHVVௐWRௐVHUYLFHௐVXSSRUWௐIRUௐWKHௐFOLHQWௐZKHWKHUௐWKURXJKௐWKHௐ2(0ௐQHWZRUNௐRUௐRXUௐQHWZRUNௐRIௐ5XVKௐ(QWHUSULVHVௐORFDWLRQV  :LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐRWKHUௐ PDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐRUௐDUHௐWKHVHௐZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU" $OOௐZDUUDQW\ௐFRYHUDJHௐLVௐSDVVHGௐRQௐIURPௐWKHௐ2(0   :KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐSURJUDPVௐDQGௐSROLFLHV"5XVKௐ7UXFNௐ&HQWHUVௐGRHVௐQRWௐRIIHUௐDQௐH[FKDQJHௐRUௐUHWXUQௐSROLF\  'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐLWHPVௐLQFOXGHGௐLQௐ\RXUௐSURSRVDO([WHQGHGௐVHUYLFHௐFRQWUDFWVௐDUHௐRIIHUHGௐWKURXJKௐ2(ௐSURJUDPVௐDVௐZHOOௐDVௐIURPௐ5XVKௐWKURXJKௐRXUௐWKLUGSDUW\ௐSDUWQHUVௐௐ+RZHYHUௐWKHVHௐH[WHQGHGௐVHUYLFHௐFRQWUDFWVௐDUHௐVRPHZKDWௐFXVWRPL]DEOHௐDQGௐQHHGௐWRௐEHௐGLVFXVVHGௐTXRWHGௐDQGௐ HYDOXDWHGௐZLWKௐHDFKௐFOLHQWௐRQௐDௐFDVHE\FDVHௐEDVLV  7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSD\PHQWௐWHUPVௐDQGௐDFFHSWHGௐSD\PHQWௐPHWKRGV 5XVKௐ7UXFNௐ&HQWHUVௐGRHVௐRIIHUௐ1(7ௐWHUPVௐIURPௐWKHௐGDWHௐRIௐGHOLYHU\ௐ XSRQௐFUHGLWௐULVNௐDSSURYDOௐE\ௐWKHௐ5XVKௐFUHGLWௐWHDP   'HVFULEHௐDQ\ௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐDYDLODEOHௐIRUௐXVHௐE\ௐHGXFDWLRQDOௐRUௐJRYHUQPHQWDOௐHQWLWLHV5XVKௐ(QWHUSULVHVௐGRHVௐRIIHUௐPXQLFLSDOௐOHDVLQJௐDQGௐILQDQFLQJௐRSWLRQVௐWKURXJKௐRXUௐWKLUGSDUW\ௐOHQGLQJௐSDUWQHUVௐௐ$WௐWKHௐWLPHௐWKHௐYHKLFOHௐLVௐTXRWHGௐZHௐZLOOௐJODGO\ௐUHYLHZௐWKHVHௐRSWLRQVௐZLWKௐ6RXUFHZHOOௐPHPEHUVௐWRௐILQGௐWKHௐEHVWௐRSWLRQௐIRUௐWKHPௐௐ$Q\ௐOHDVLQJௐRUௐILQDQFLQJௐWHUPVௐZRXOGௐEHௐDJUHHGௐWRௐVHSDUDWHO\ௐE\ௐWKHௐFXVWRPHUௐDQGௐWKHௐOHDVLQJILQDQFLQJௐ FRPSDQ\   'HVFULEHௐDQ\ௐVWDQGDUGௐWUDQVDFWLRQௐGRFXPHQWVௐWKDWௐ\RXௐSURSRVHௐWRௐ XVHௐLQௐFRQQHFWLRQௐZLWKௐDQௐDZDUGHGௐFRQWUDFWௐ RUGHUௐIRUPVௐWHUPVௐDQGௐFRQGLWLRQVௐVHUYLFHௐOHYHOௐDJUHHPHQWVௐHWF ௐ8SORDGௐDௐVDPSOHௐRIௐHDFKௐ DVௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH 5XVKௐ7UXFNௐ&HQWHUVௐUHTXLUHVௐDௐ5HWDLOௐ6DOHVௐ2UGHUௐ'HOLYHU\ௐ5HFHLSWௐDQGௐDௐ&$5%ௐ$WWHVWDWLRQௐIRUPௐௐ7KHௐ6WDWHௐRIௐ $WWHVWDWLRQ'RPLFLOHௐIRUPௐLVௐUHTXLUHGௐE\ௐ5XVKௐWRௐEHௐVLJQHGௐE\ௐWKHௐFXVWRPHUௐWRௐPDNHௐVXUHௐWKDWௐQRQ&DOLIRUQLDௐFRPSOLDQWௐWUXFNVௐXOWLPDWHO\ௐZRQ WௐUHJLVWHUHGௐRUௐSULPDULO\ௐRSHUDWHGௐLQௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐGXHௐWRௐQHZௐ&$5%ௐ$&7ௐ$&)ௐDQGௐ/RZௐ1R[ௐ2PQLEXVௐUHJXODWLRQVௐௐ2WKHUௐIRUPVௐPD\ௐLQFOXGHௐZDUUDQW\ௐVWDUWௐIRUPVௐGHSHQGLQJௐRQௐWKHௐ2(0   'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐSURFHVV"ௐ ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV" 5XVKௐ7UXFNௐ&HQWHUVௐGRHVௐH[FHSWௐ3FDUGVௐIRUௐSD\PHQWௐRQௐSDUWVௐDQGௐVHUYLFHௐZLWKRXWௐDௐFUHGLWௐFDUGௐSURFHVVLQJௐIHH  Bid Number: RFP 032824 Vendor Name: Rush Enterprises            7DEOH3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQEHPDGHGXULQJWKHWHUPRIDQDZDUGHG&RQWUDFWDV GHVFULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW&KDQJH5HTXHVW)RUP /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐ HJௐOLQHLWHPௐGLVFRXQWVௐRUௐSURGXFWFDWHJRU\ௐGLVFRXQWV ௐ 3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐ LQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐSULFLQJௐ DQGௐWKHௐ6RXUFHZHOOௐGLVFRXQWHGௐSULFH ௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐZDQWௐ6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ,IௐDSSOLFDEOHௐSURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ 8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 5XVKௐ7UXFNௐ&HQWHUVௐZLOOௐRIIHUௐDௐGLVFRXQWௐRIIௐRIௐ/LVW0653ௐIRUௐௐRIௐWKHௐௐ2(0VௐLQFOXGHGௐLQௐWKLVௐSURSRVDOௐWKHௐ2(0ௐWKDWௐZLOOௐQRWௐVKRZௐDௐGLVFRXQWௐRIIௐRIௐSULFLQJௐLVௐ'HQQLVௐ(DJOHௐZKLFKௐGRHVௐQRWௐKDYHௐDௐ/LVWௐ3ULFHௐRUௐ0653ௐௐ,QௐWKHௐFDVHௐRIௐ'HQQLVௐ(DJOHௐWKHௐSULFLQJௐVKRZQௐLVௐWKHௐ6RXUFZHOOௐPHPEHU VௐSULFHௐEHIRUHௐDQ\ௐYROXPHௐGLVFRXQWVௐDUHௐDSSOLHGௐௐ3OHDVHௐQRWHௐWKLVௐLVௐIRUௐWKHௐFKDVVLVௐRQO\ௐDVௐDQ\ௐXSILWௐWKDWௐLVௐUHTXHVWHGௐRUௐQHHGHGௐZLOOௐQHHGௐWRௐEHௐDGGHGௐWRௐWKHௐTXRWHௐWRௐ SURYLGHௐDௐFRPSOHWHௐSULFHௐIRUௐWKHௐFXVWRPHU  4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐSURSRVDOௐLQௐWKLVௐUHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ\RXUௐUHVSRQVHௐUHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ0653ௐRUௐOLVWௐVWDWHௐWKHௐ SHUFHQWDJHௐRUௐSHUFHQWDJHௐUDQJH 5XVKௐ7UXFNௐ&HQWHUVௐLVௐSUHSDUHGௐWRௐRIIHUௐWKHௐIROORZLQJௐPLQLPXPௐGLVFRXQWௐUDQJHௐRIIௐRIௐ/LVW0653ௐSHUௐ2(0)RUGௐ0RWRUௐ&RPSDQ\ௐௐWRௐ+LQRௐௐWRௐ ,VX]XௐௐWRௐ'HQQLVௐ(DJOHௐௐDVௐ'HQQLVௐ(DJOHௐGRHVௐQRWௐKDYHௐDௐ/LVW0653   'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐSURJUDPVௐWKDWௐ\RXௐRIIHU$Q\ௐ6RXUFHZHOOௐPHPEHUௐORRNLQJௐWRௐSXUFKDVHௐௐRUௐPRUHௐXQLWVௐSOHDVHௐFRQWDFWௐXVௐIRUௐDGGLWLRQDOௐSULFHௐFRQFHVVLRQ  3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐUHODWHGௐVHUYLFHVௐZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐPDUNHW´ௐLWHPVௐRUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐPD\ௐVXSSO\ௐVXFKௐ LWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐSHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐDௐTXRWHௐIRUௐHDFKௐVXFKௐUHTXHVW 3URGXFWVௐRUௐ*RRGVௐVRXUFHGௐWKURXJKௐRSHQௐPDUNHWௐFKDQQHOVௐZLOOௐEHௐTXRWHGௐZLWKௐDGGLWLRQDOௐPDUNXSௐQRWௐWRௐH[FHHGௐௐRIௐWKHௐ0653ௐRIௐWKHௐJRRGVௐ3URGXFWVௐRUௐ*RRGVௐTXRWHGௐWRௐ5XVKௐ7UXFNௐ&HQWHUV  ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ127ௐLQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ 7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐSXUFKDVHௐWKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐIUHLJKWௐRUௐVKLSSLQJௐFKDUJHVௐ)RUௐH[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUHGHOLYHU\ௐLQVSHFWLRQௐ LQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐRUௐLQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐFRVWVௐDQGௐWKHLUௐUHODWLRQVKLSௐWRௐWKHௐ3URSRVHU )URPௐDௐFKDVVLVௐSHUVSHFWLYHௐZHௐKDYHௐLQFOXGHGௐDOOௐDSSOLFDEOHௐFKDUJHVௐLQௐRXUௐDWWDFKHGௐSULFLQJௐOLVWௐௐ,IௐWKHUHௐLVௐDௐVSHFLILFௐQHHGௐWUDLQLQJௐRUௐVSHFLDOௐLQVWDOODWLRQௐZHௐZLOOௐLQFOXGHௐWKDWௐZLWKௐWKHௐXSILWௐSRUWLRQௐRIௐWKHௐTXRWHௐWRௐWKHௐ6RXUFZHOOௐPHPEHUV   ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐFRPSOHWHௐ IUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐSURJUDP 6RPHௐRIௐWKHௐ2(0VௐDOORZௐIRUௐFRXUWHV\ௐGHOLYHU\ௐE\ௐRWKHUௐGHDOHUVௐLQௐWKHௐ2(0ௐGHDOHUௐQHWZRUNௐWRௐPLQLPL]HௐDQ\ௐDGGLWLRQDOௐIUHLJKWௐFRVWௐௐ,IௐWKLVௐUHVRXUFHௐLVௐDYDLODEOHௐWKURXJKௐWKHௐVSHFLILFௐ2(0ௐTXRWHGௐRUௐLIௐWKHௐHTXLSPHQWௐTXRWHGௐGRHVQ WௐUHTXLUHௐ DQ\ௐXSILWௐDQGௐZH UHௐDEOHௐWRௐVKLSௐGLUHFWO\ௐWRௐWKHௐHQGௐXVHUௐIURPௐWKHௐIDFWRU\ௐZHௐZLOOௐFHUWDLQO\ௐGRௐVRௐௐ+RZHYHUௐLIௐWKHௐXQLWௐUHTXLUHVௐDGGLWLRQDOௐHTXLSPHQWௐWRௐEHௐDGGHGௐRUௐDQௐXSILWௐSULRUௐWRௐGHOLYHU\ௐWKHQௐWKHUHௐZLOOௐEHௐIUHLJKWௐFRVWௐLQFXUUHGௐWRௐPRYHௐWKHௐXQLWௐIURPௐWKHௐERG\ௐFRPSDQ\ௐWRௐWKHௐGHDOHUVKLSௐRUௐLWVௐILQDOௐGHVWLQDWLRQ   6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐSURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐRIIVKRUHௐ GHOLYHU\ 6KLSSLQJௐWRௐ$ODVNDௐ+DZDLLௐ&DQDGDௐDQGௐRWKHUௐRIIௐVKRUHௐHQWLWLHVௐSUHVHQWௐVHYHUDOௐORJLVWLFDOௐKXUGOHVௐWKDWௐZLOOௐUHTXLUHௐDGGLWLRQDOௐH[SHQVHௐVXFKௐDVௐSRUWௐIHHVௐORDGLQJௐIHHVௐHWFௐௐ7KHVHௐDGGLWLRQDOௐH[SHQVHVௐZLOOௐEHௐOLVWHGௐRXWௐRQௐWKHௐ FXVWRPHU VௐTXRWHௐIRUௐWKHLUௐUHYLHZ   'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐ RSWLRQVௐRIIHUHGௐLQௐ\RXUௐSURSRVDO ,QௐDGGLWLRQௐWRௐZRUNLQJௐZLWKௐWKHௐIUDQFKLVHGௐGHDOHUௐQHWZRUNௐRIௐWKHௐUHSUHVHQWHGௐ2(0Vௐ5XVKௐZLOOௐXWLOL]HௐLWVௐH[WHQVLYHௐ QHWZRUNௐRIௐGHDOHUVKLSVௐWRௐRSWLPL]HௐGHOLYHU\ௐWRௐWKHௐ6RXUFHZHOOௐPHPEHUௐZKLOHௐPLQLPL]LQJௐDVVRFLDWHGௐFRVWV 7DEOH3ULFLQJ2IIHUHG /LQH ,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV  FEHWWHUWKDQWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJGHSDUWPHQWV 5XVKௐ7UXFNௐ&HQWHUVௐLVௐRIIHULQJௐ6RXUFHZHOOௐSULFLQJௐWKDWௐLVௐPRUHௐ DJJUHVVLYHௐWKDQௐZH YHௐSULFHGௐRQௐRWKHUௐFRRSHUDWLYHௐFRQWUDFWV 7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐSODQௐWRௐHPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐ ZLWKௐ6RXUFHZHOOௐ 7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐ HQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐWKDWௐWKHௐ9HQGRUௐUHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ9HQGRUௐUHPLWVௐWKHௐSURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐ 3URYLGHௐVXIILFLHQWௐGHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐVDOHVௐWRௐ6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ&RQWUDFWௐWHPSODWH 5XVKௐ7UXFNௐ&HQWHUVௐKDVௐDௐVWULFWௐVHOIDXGLWௐSURFHVVௐLQௐSODFHௐWRௐKHOSௐHQVXUHௐFRPSOLDQFHௐWRௐQRWௐRQO\ௐFRPSDQ\ௐSROLF\ௐDQGௐSURFHGXUHVௐEXWௐDOVRௐWRௐUHTXLUHPHQWVௐRIௐFRQWUDFWVௐZLWKௐRXUௐFXVWRPHUௐEDVHௐௐ7KLVௐRYHUVLJKWௐLVௐSURYLGHGௐE\ௐRXUௐLQWHUQDOௐ DXGLWௐVWDIIௐLQௐRXUௐDFFRXQWLQJௐGHSDUWPHQWௐDVௐZHOOௐDVௐDXGLWRUVௐIURPௐRXUௐ(WKLFVௐDQGௐ&RPSOLDQFHௐGLYLVLRQௐEDVHGௐDWௐFRUSRUDWHௐKHDGTXDUWHUVௐௐ7KHௐ5XVKௐ6DOHVௐ2SHUDWLRQVௐJURXSௐZLOOௐDOVRௐKHOSௐHQVXUHௐFRPSOLDQFHௐZLWKௐWKHௐEXVLQHVVௐUHTXLUHPHQWVௐRIௐWKHௐFRQWUDFWௐLQௐSODFHௐDVௐZHOOௐDVௐSURYLGLQJௐUHSRUWLQJௐEDVHGௐRQௐWKHௐWHUPVௐUHTXHVWHGௐLQௐWKHௐFRQWUDFW  ,Iௐ\RXௐDUHௐDZDUGHGௐDௐFRQWUDFWௐSURYLGHௐDௐIHZௐH[DPSOHVௐRIௐLQWHUQDOௐPHWULFVௐWKDWௐZLOOௐEHௐWUDFNHGௐWRௐPHDVXUHௐZKHWKHUௐ\RXௐDUHௐKDYLQJௐ VXFFHVVௐZLWKௐWKHௐFRQWUDFW 7KLVௐ6DOHVௐ2SHUDWLRQௐ7HDPௐZLOOௐWUDFNௐWKHௐSHUIRUPDQFHௐRIௐWKHௐFRQWUDFWௐLQௐSODFHௐௐ:KLOHௐXVLQJௐDௐEURDGௐGLVWULEXWLRQௐPRGHOௐWRௐDSSURDFKௐWKLVௐRSSRUWXQLW\ௐWKHௐPDQDJHPHQWௐRIௐWKHௐFRQWUDFWௐZLOOௐEHௐKDQGOHGௐFHQWUDOO\ௐE\ௐWKHௐUHVSRQVLEOHௐUHSUHVHQWDWLYHௐ DVVLJQHGௐWRௐWKHௐFRQWUDFWௐZLWKௐVHQLRUௐOHDGHUVKLSௐRYHUVLJKWௐௐ([WHQVLYHௐUHSRUWLQJௐWRROVௐDUHௐLQௐSODFHௐWRௐDVVLVWௐZLWKௐWKLVௐPDQDJHPHQW   ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ6RXUFHZHOOௐIRUௐIDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ\RXௐDUHௐDZDUGHGௐDௐ &RQWUDFWௐ7KLVௐIHHௐLVௐW\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐDௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ0HPEHU¶VௐFRVWௐRIௐJRRGVௐ 6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐDGGLWLRQDOௐGHWDLOV 5XVKௐLVௐSUHSDUHGௐWRௐRIIHUௐDௐSHUௐXQLWௐIHHௐRIௐIRUௐDOOௐXQLWVௐFODVVௐௐIRUௐDOOௐXQLWVௐFODVVௐ  Bid Number: RFP 032824 Vendor Name: Rush Enterprises            7DEOH$'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV 3URSRVHUVVXEPLWWLQJDSURSRVDOLQ&DWHJRU\DVGHILQHGKHUHLQZLOOEHVXEPLWWLQJLQWKHEURDGFDWHJRU\WKDWLQFOXGHVDOOW\SHVRIHQJLQHVIXHODQGSURSXOVLRQV\VWHPV)RUH[DPSOHLID 3URSRVHURIIHUVFKDVVLVDQGFDEVZLWK,QWHUQDO&RPEXVWLRQ(QJLQHV ,&( DVZHOODVFKDVVLVDQGFDEVZLWKHOHFWULFSURSXOVLRQV\VWHPVWKH3URSRVHUVKRXOGGHVLJQDWHLWLVVHHNLQJDQDZDUG LQ&DWHJRU\RQO\3URSRVHUVVHHNLQJDQDZDUGLQ&DWHJRU\DVGHILQHGKHUHLQPXVWLQFOXGHDWOHDVWRQHVROXWLRQRIIHUHGZLWKLQWKHVFRSHRI&DWHJRU\IRUHOHFWULFSURSXOVLRQV\VWHPV RQO\ /LQH,WHP &DWHJRU\6HOHFWLRQ  &DWHJRU\$OOHQJLQHVIXHODQGSURSXOVLRQW\SHFKDVVLVDQGFDEV  7DEOH%'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV /LQH,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐHTXLSPHQWௐSURGXFWVௐDQGௐVHUYLFHVௐWKDWௐ\RXௐDUHௐRIIHULQJௐLQௐ\RXUௐSURSRVDO5XVKௐ7UXFNௐ&HQWHUVௐLVௐRIIHULQJௐ  ௐ2(0VௐRQௐWKLVௐSURSRVDOௐFRPSULVLQJௐRIௐ  ௐLQGLYLGXDOௐPRGHOVௐZLWKௐHYHQௐPRUHௐVSHFLILFௐRUGHUௐFRGHVௐXQGHUௐHDFKௐPRGHOௐௐ:HௐDUHௐDOVRௐRIIHULQJௐDௐUDQJHௐRIௐXSILWௐRSWLRQVௐIURPௐVSUD\ௐLQௐEHGௐOLQHUVௐDQGௐWRROER[HVௐWRௐVHUYLFHௐERGLHVௐUHIXVHௐHTXLSPHQWௐDQGௐVHZHUௐLQVSHFWLRQௐHTXLSPHQWௐௐ7RௐSURYLGHௐDௐFRPSOHWHௐVROXWLRQௐWRௐPHHWௐWKHௐ FXVWRPHU VௐQHHGVௐ5XVKௐ(QWHUSULVHVௐZLOOௐZRUNௐZLWKௐRXUௐH[WHQVLYHௐOLVWௐRIௐYHQGRUVௐDQGௐHYHQௐZRUNௐZLWKௐYHQGRUVௐVSHFLILFDOO\ௐUHTXHVWHGௐE\ௐWKHௐ6RXUFHZHOOௐPHPEHUௐ RQFHௐDSSURYHGௐE\ௐ5XVKௐ7UXFNௐ&HQWHUVௐULVNௐWHDP    :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐVXEFDWHJRULHVௐRIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐWLWOHVௐWKDWௐEHVWௐGHVFULEHௐ\RXUௐSURGXFWVௐDQGௐVHUYLFHV 2XUௐVXEFDWHJRULHVௐZLOOௐEHௐEURNHQௐGRZQௐE\ௐ0DNHௐ0RGHOௐDQGௐWULPௐOHYHOௐ ZKHUHௐDSSOLFDEOH   'HVFULEHௐDQ\ௐPDQXIDFWXULQJௐSURFHVVHVௐRUௐPDWHULDOVௐXWLOL]HGௐWKDWௐFRQWULEXWHௐWRௐFKDVVLVௐVWUHQJWKௐFDEௐVWUHQJWKௐRYHUDOOௐGXUDELOLW\ௐ GULYHUௐVDIHW\ 5XVKௐ7UXFNௐ&HQWHUVௐKDVௐWKHௐXWPRVWௐFRQILGHQFHௐLQௐWKHௐPDQXIDFWXUHUVௐZHௐUHSUHVHQWௐWRௐSURGXFHௐWKHௐKLJKHVWௐTXDOLW\ௐSURGXFWVௐDYDLODEOHௐRQௐWKHௐPDUNHW  'HVFULEHௐDQ\ௐGLIIHUHQWLDWLQJௐVHUYLFHDELOLW\ௐDWWULEXWHVௐ UHPRWHௐ GLDJQRVWLFVௐHWF ௐ\RXUௐSURSRVDOௐRIIHUV $VௐGHWDLOHGௐDERYHௐ5XVKௐ7UXFNௐ&HQWHUVௐRIIHUVௐDௐXQLTXHௐEXVLQHVVௐFDVHௐWRௐ6RXUFHZHOOௐPHPEHUVௐௐ,WVௐQHWZRUNௐDQGௐIRUZDUG ORRNLQJௐDSSURDFKௐWRௐVROXWLRQVௐWHFKQRORJLHVௐSRVLWLRQVௐ5XVKௐWRௐRIIHUௐSURGXFWVௐDQGௐVHUYLFHVௐDWௐDௐFXVWRPL]DEOHOHYHOௐWRௐPHHWௐDQ\ௐWUDQVSRUWDWLRQௐQHHGௐSURSRVHGௐௐ%HWZHHQௐWKHௐWRROVௐGHYHORSHGௐDQGௐDYDLODEOHௐWRௐWKHௐ6RXUFHZHOOௐPHPEHUௐEDVHௐDQGௐWKHௐWHDPௐRIௐH[SHUWVௐDVVHPEOHGௐWRௐSURYLGHௐWKHௐVROXWLRQVௐ5XVKௐLVௐDௐGLIIHUHQWLDWRUௐLQௐWKHௐLQGXVWU\ௐௐ:KHWKHUௐLWௐEHௐWKHௐZLGHO\ௐ DYDLODEOHௐSUHXSILWWHGௐTXLFNௐGHOLYHU\ௐLQYHQWRU\ௐRIௐYHKLFOHVௐH[WHQVLYHௐDQGௐGLYHUVHௐSDUWVௐLQYHQWRU\ௐRUௐDYDLODEOHௐVHUYLFHௐED\VௐDWௐRXUௐVWDWHRIWKHDUWௐIDFLOLWLHVௐVXSSRUWHGௐE\ௐDௐIOHHWௐRIௐௐPRELOHௐVHUYLFHௐWHFKQLFLDQVௐ5XVKௐ7UXFNௐ&HQWHUVௐLVௐSUHSDUHGௐWRௐRIIHUௐVROXWLRQVௐWRௐ6RXUFHZHOOௐ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ௐௐFKDVVLV <HV 1R ,QWHUQDO&RPEXVWLRQ(QJLQHIXHOW\SHV ,&( 7KHௐ2(0Vௐ5XVKௐLVௐRIIHULQJௐFXUUHQWO\ௐRQO\ௐRIIHUௐ,&(ௐVROXWLRQVௐIRUௐWKHௐFODVVௐௐVSDFH  &ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV ,&(DQG%(9 1RQHௐRIௐWKHௐ2(0Vௐ5XVKௐLVௐRIIHULQJௐFXUUHQWO\ௐRIIHUௐ%(9ௐVROXWLRQVௐIRUௐWKHௐFODVVௐௐVSDFHௐௐ+RZHYHUௐ,VX]XௐLVௐUHOHDVLQJௐDௐ%(9ௐFODVVௐௐWKDWௐLVௐSURMHFWHGௐWRௐEHௐDYDLODEOHௐLQௐௐௐ:HௐDUHௐORRNLQJௐWRௐRIIHUௐWKDWௐ SURGXFWௐRQFHௐSULFLQJௐLVௐSXEOLVKHGௐDQGௐDEOHௐWRௐEHௐRUGHUHG   &ODVVௐௐFKDVVLV <HV 1R ,QWHUQDO&RPEXVWLRQ(QJLQHIXHOW\SHV ,&( 1RQHௐRIௐWKHௐ2(0Vௐ5XVKௐLVௐRIIHULQJௐFXUUHQWO\ௐRIIHUௐ%(9ௐVROXWLRQVௐIRUௐ WKHௐFODVVௐௐVSDFHௐௐ$OWKRXJKௐ+LQRௐLVௐSURMHFWLQJௐWRௐDQQRXQFHௐDௐFODVVௐௐ%(9ௐLQௐௐDWௐZKLFKௐWLPHௐZHௐZLOOௐZRUNௐZLWKௐ6RXUFZHOOௐWRௐKDYHௐWKHௐSURGXFWௐDGGHGௐWRௐWKHௐFRQWUDFW   &ODVVௐௐFKDVVLV <HV 1R ,QWHUQDO&RPEXVWLRQ(QJLQHIXHOW\SHV ,&( 1RQHௐRIௐWKHௐ2(0Vௐ5XVKௐLVௐRIIHULQJௐFXUUHQWO\ௐRIIHUௐ%(9ௐVROXWLRQVௐIRUௐWKHௐFODVVௐௐVSDFHௐௐ$OWKRXJKௐ+LQRௐLVௐSURMHFWLQJௐWRௐDQQRXQFHௐDௐFODVVௐ ௐ%(9ௐLQௐௐDWௐZKLFKௐWLPHௐZHௐZLOOௐZRUNௐZLWKௐ6RXUFZHOOௐWRௐKDYHௐWKHௐSURGXFWௐDGGHGௐWRௐWKHௐFRQWUDFW   &ODVVௐௐFKDVVLV <HV 1R ,QWHUQDO&RPEXVWLRQ(QJLQHIXHOW\SHV ,&( 1RQHௐRIௐWKHௐ2(0Vௐ5XVKௐLVௐRIIHULQJௐRQௐWKLVௐSURSRVDOௐRIIHUௐ%(9ௐVROXWLRQVௐIRUௐWKHௐFODVVௐௐVSDFH  5HODWHGௐHTXLSPHQWௐDFFHVVRULHVௐ SDUWVௐXSILWWLQJௐVHUYLFHVௐXVHGௐFKDVVLVௐDQGௐ&ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV ,&(DQG%(9 7KURXJKௐ)RUGௐ5XVKௐLVௐRIIHULQJௐERWKௐ,&(ௐ ௐ%(9ௐRQௐWKHௐ7UDQVLWௐ7ௐ ௐ7ௐLQௐWKHௐFODVVௐௐVSDFHௐௐ7KHௐ6XSHUௐ'XW\ௐOLQHௐPRUHௐVSHFLILFDOO\ௐ)ௐ ௐ)ௐDUHௐRIIHUHGௐDVௐ,&(ௐRQO\ Bid Number: RFP 032824 Vendor Name: Rush Enterprises            Table 16: Category 2 - Depth and Breadth of Offered Equipment Products and Services Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box provided, as necessary. Proposers seeking an award in Category 2, as defined herein, must include at least one solution offered within the scope of Category 2 for electric propulsion systems only. See RFP Section II. B. 1 for details. We will not be submitting for Table 16: Category 2 - Depth and Breadth of Offered Equipment Products and Services LineItem Category or Type Offered *Comments 80 Battery Electric Vehicle (BEV) Class 4 Chassis Yes No Rush Truck Centers is not offering an OEM that has a BEV vehicle for the class 4 space. 81 Battery Electric Vehicle (BEV)Class 5 Chassis Yes No Isuzu is looking to offer a BEV class 5 unit towards the end of 2024/beginning of 2025. Although pricing isn tcurrently available, once made available to Rush Truck Centers, we intend to work with Sourcwell to have this model added to the contract. 82 Battery Electric Vehicle (BEV) Class 6 Chassis Yes No Rush Truck Centers is not offering an OEM that has a BEV vehicle for the class 6 space on. 83 Battery Electric Vehicle (BEV)Class 7 Chassis Yes No Rush Truck Centers is not offering an OEM that has a BEV vehicle for the class 7 space. 84 Battery Electric Vehicle (BEV)Class 8 Chassis Yes No Rush Truck Centers is not offering an OEM that has a BEV vehicle for the class 8 space. 85 Related equipment, accessories, parts, upfitting,services, used chassis and Class 3 chassis Yes No Rush Truck Centers is offering the Ford E-Transit line which we are offering on this proposal. 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." Pricing - MSRP Pricing.zip - Thursday March 28, 2024 13:53:27 Financial Strength and Stability - 2023 10-K Final.pdf - Tuesday March 26, 2024 10:49:33 Marketing Plan/Samples (optional) WMBE/MBE/SBE or Related Certificates (optional) Warranty Information - Exhibit C - Rush Limited Warranty.pdf - Thursday March 28, 2024 12:41:37 Standard Transaction Document Samples - Sourcewell Docs Example.pdf - Thursday March 28, 2024 14:24:57 Requested Exceptions - RFP_033824_Class_4-8_Chassis_&_Cabs_Contract_Template_Rush revisions.docx - Tuesday March 26, 2024 11:39:46 Upload Additional Document - Additional Documents.zip - Thursday March 28, 2024 12:40:50 Bid Number: RFP 032824 Vendor Name: Rush Enterprises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¶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³6SHFLDOO\'HVLJQDWHG1DWLRQDOVDQG%ORFNHG3HUVRQV´OLVWPDLQWDLQHGE\WKH2IILFHRI)RUHLJQ$VVHWV&RQWURORIWKH8QLWHG6WDWHV'HSDUWPHQWRIWKH7UHDVXU\ IRXQGDWKWWSVZZZWUHDVXU\JRYRIDFGRZQORDGVVGQOLVWSGI   ,QFOXGHGRQWKHJRYHUQPHQWZLGHH[FOXVLRQVOLVWVLQWKH8QLWHG6WDWHV6\VWHPIRU$ZDUG0DQDJHPHQWIRXQGDWKWWSVVDPJRY6$0RU   3UHVHQWO\GHEDUUHGVXVSHQGHGSURSRVHGIRUGHEDUPHQWGHFODUHGLQHOLJLEOHRUYROXQWDULO\H[FOXGHGIURPSURJUDPVRSHUDWHGE\WKH6WDWHRI0LQQHVRWDWKH8QLWHG6WDWHVIHGHUDO JRYHUQPHQWRUWKH&DQDGLDQJRYHUQPHQWDVDSSOLFDEOHRUDQ\3DUWLFLSDWLQJ(QWLW\9HQGRUFHUWLILHVDQGZDUUDQWVWKDWQHLWKHULWQRULWVSULQFLSDOVKDYHEHHQFRQYLFWHGRIDFULPLQDO RIIHQVHUHODWHGWRWKHVXEMHFWPDWWHURIWKLVVROLFLWDWLRQ %\FKHFNLQJWKLVER[,DFNQRZOHGJHWKDW,DPERXQGE\WKHWHUPVRIWKH3URSRVHU¶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id Number: RFP 032824 Vendor Name: Rush Enterprises            )LOH1DPH ,KDYHUHYLHZHGWKHEHORZDGGHQGXPDQGDWWDFKPHQWV LI DSSOLFDEOH 3DJHV $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B 7KX0DUFK$0  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B :HG0DUFK30  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B0RQ0DUFK30  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B:HG0DUFK$0  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B:HG)HEUXDU\30  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B:HG)HEUXDU\30  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B7KX)HEUXDU\30  Bid Number: RFP 032824 Vendor Name: Rush Enterprises            SOURCEWELL STATE OF MINNESOTA Member ____________ moved the adoption of the following Resolution: RESOLUTION TO APPROVE SOLICITATION AND/OR RE-SOLICITATION OF CATEGORIES 1/16/2024 Resolution No. 2024_01 WHEREAS, Sourcewell desires to issue a solicitation, and is seeking permission from the Board to issue a solicitation, for the categories listed on Appendix A, which is attached and incorporated. WHEREAS, through the Sourcewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Sourcewell’s cooperative purchasing and contracting program; and WHEREAS, the Chief Procurement Officer recommends approval of categories detailed above. NOW THEREFORE BE IT RESOLVED that the Board of Directors hereby approves the solicitation of categories. The motion for the adoption of the foregoing resolution was duly seconded by Member ______________ and the following voted in favor: (list names here) and the following voted against: (list names here or “NONE”) whereupon said resolution was declared duly passed and adopted. ATTEST: _________________________________ Clerk to the Board of Directors DocuSign Envelope ID: EC22438C-5CC1-417C-BB80-3F7B41350645 Zylka, Nagel, Thiel, Barrows, Arts, Kircher, Kicker, Dahlberg Kicker Dahlberg NONE APPENDIX A SOURCEWELL PROCUREMENT DEPARTMENT BOARD ITEMS ‐ January 2024 None Requesting Board permission to Re‐Solicit the following categories: NEW CONTRACTS Supplier Name Contract Number Solicitation Title Dasco Storage Solutions 110923‐DASCO "Physical Storage Systems and Equipment with Related Software  and Services" DeBourgh Mfg. Co. 110923‐DBM "Physical Storage Systems and Equipment with Related Software  and Services" Kardex Remstar 110923‐KRS "Physical Storage Systems and Equipment with Related Software  and Services" Spacefile International Corp.110923‐SPCFI "Physical Storage Systems and Equipment with Related Software  and Services" Spacesaver Corp.110923‐SPC "Physical Storage Systems and Equipment with Related Software  and Services" Curbtender 110223‐CRB "Refuse Collection Vehicles with Related Equipment, Accessories  and Services" Labrie Enviroquip Group 110223‐LEG "Refuse Collection Vehicles with Related Equipment, Accessories  and Services" McNeilus Truck & Mfg. 110223‐MCN "Refuse Collection Vehicles with Related Equipment, Accessories  and Services" Scranton Mfg. Co. 110223‐NWY "Refuse Collection Vehicles with Related Equipment, Accessories  and Services" The Heil Co.110223‐THC "Refuse Collection Vehicles with Related Equipment, Accessories  and Services" CONTRACT EXTENSIONS Supplier Name Contract Number Solicitation Title Ford Motor Company 101520‐FMC "OEM Automotive Parts and Supplies" Clark Equip. dba Bobcat‐Doosan Construction 040319‐CEC "Medium Duty and Compact Construction Equipment with Related  Attachments, Accessories and Supplies" Gradall Industries 040319‐GRD "Medium Duty and Compact Construction Equipment with Related  Attachments, Accessories and Supplies" JCB, Inc. 040319‐JCB "Medium Duty and Compact Construction Equipment with Related  Attachments, Accessories and Supplies" Kubota Tractor Corp. 040319‐KBA "Medium Duty and Compact Construction Equipment with Related  Attachments, Accessories and Supplies" CNH Industrial America 032119‐CNH "Heavy Construction Equipment with Related Accessories,  Attachments, and Supplies" Hyundai Construction Equipment Americas 032119‐HCE "Heavy Construction Equipment with Related Accessories,  Attachments, and Supplies" Volvo Group North America 032119‐VCE "Heavy Construction Equipment with Related Accessories,  Attachments, and Supplies" NEW IDIQ CONTRACTS Company Name Contract Number Region ‐ Type of Work None IDIQ Contract Extensions Company Name Contract Number Ohio Paving and Construction Company, Inc. OH‐R2‐PA02‐102021‐OPC McDaniel's Construction Corp., Inc. OH‐MBE‐R3‐GC01‐102021‐MCC McDaniel's Construction Corp., Inc. OH‐MBE‐R3‐CC01‐102021‐MCC The Lusk Group OH‐R2‐C01‐102021‐LUS McDaniel's Construction Corp., Inc. OH‐MBE‐R4‐GC01‐102021‐MCC Air Force One OH‐R4‐HVAC02‐102021‐AFOCONSENT AGENDA ITEMSEquipment Rental Solutions with Related ServicesCONSENT AGENDA ITEMSRequesting Board permission to Solicit the following categories: Class 4‐8 Chassis with Related Equipment, Accessories, and Services APPENDIX A Continued Johnson‐Laux Construction, LLC OH‐R4‐GC06‐102021‐JLC F.H. Paschen, S.N. Nielsen & Associates, LLC OH‐R5‐GC02‐102021‐FHP Air Force One OH‐R2‐HVAC02‐102021‐AFO The Lusk Group OH‐R1‐PA01‐102021‐LUS The Lusk Group OH‐R2‐RW01‐102021‐LUS The Lusk Group OH‐R2‐GC07‐102021‐LUS The Lusk Group OH‐R2‐PA01‐102021‐LUS The Lusk Group OH‐R3‐CC01‐102021‐LUS Centennial Contractors Enterprises, Inc. OH‐R2‐GC02‐102021‐CCE Centennial Contractors Enterprises, Inc. OH‐R4‐GC02‐102021‐CCE The Lusk Group OH‐R1‐RW01‐102021‐LUS McDaniel's Construction Corp., Inc. OH‐MBE‐R4‐CC01‐102021‐MCC Genesis 1 Construction OH‐R2‐GC06‐102021‐GNS Centennial Contractors Enterprises, Inc. OH‐R1‐GC04‐102021‐CCE The Lusk Group OH‐R1‐CC01‐102021‐LUS The Lusk Group OH‐R3‐GC05‐102021‐LUS The Lusk Group OH‐R3‐RW01‐102021‐LUS The Lusk Group OH‐R4‐E02‐102021‐LUS The Lusk Group OH‐R4‐PA01‐102021‐LUS Place Services, Inc. OH‐R1‐E01‐102021‐PLA F.H. Paschen, S.N. Nielsen & Associates, LLC OH‐R3‐GC03‐102021‐FHP The Lusk Group OH‐R3‐E02‐102021‐LUS Place Services, Inc. OH‐R4‐E01‐102021‐PLA Triton Services, Inc. OH‐R4‐GC08‐102021‐TRS The Lusk Group OH‐R4‐RW01‐102021‐LUS The Lusk Group OH‐R5‐C01‐102021‐LUS The Lusk Group OH‐R5‐CC01‐102021‐LUS The Lusk Group OH‐R2‐CC01‐102021‐LUS The Lusk Group OH‐R4‐C01‐102021‐LUS The Lusk Group OH‐R5‐RW01‐102021‐LUS Air Force One OH‐R1‐HVAC02‐102021‐AFO Air Force One OH‐R5‐HVAC02‐102021‐AFO The K Company, Inc. OH‐R2‐HVAC01‐102021‐TKC Ohio Paving and Construction Company, Inc. OH‐R2‐C02‐102021‐OPC Place Services, Inc. OH‐R1‐GC03‐102021‐PLA Place Services, Inc. OH‐R2‐E01‐102021‐PLA Place Services, Inc. OH‐R2‐GC04‐102021‐PLA Place Services, Inc. OH‐R3‐E01‐102021‐PLA Regency Construction Services Inc OH‐R2‐GC08‐102021‐REG The K Company, Inc. OH‐R4‐HVAC01‐102021‐TKC McDaniel's Construction Corp., Inc. OH‐MBE‐R5‐GC01‐102021‐MCC Universal Contracting Corporation OH‐R4‐GC05‐102021‐UCC F.H. Paschen, S.N. Nielsen & Associates, LLC OH‐R4‐GC03‐102021‐FHP Air Force One OH‐R3‐HVAC02‐102021‐AFO The K Company, Inc. OH‐R3‐HVAC01‐102021‐TKC Place Services, Inc. OH‐R3‐GC04‐102021‐PLA Place Services, Inc. OH‐R4‐GC04‐102021‐PLA Place Services, Inc. OH‐R5‐GC03‐102021‐PLA Place Services, Inc. OH‐R5‐E01‐102021‐PLA The K Company, Inc. OH‐R1‐HVAC01‐102021‐TKC Centennial Contractors Enterprises, Inc. OH‐R3‐GC02‐102021‐CCE The Lusk Group OH‐R4‐CC01‐102021‐LUS The Lusk Group OH‐R5‐GC05‐102021‐LUS The Lusk Group OH‐R5‐PA01‐102021‐LUS Johnson‐Laux Construction, LLC OH‐R3‐GC06‐102021‐JLC McDaniel's Construction Corp., Inc. OH‐MBE‐R5‐CC01‐102021‐MCC Johnson‐Laux Construction, LLC OH‐R1‐GC05‐102021‐JLC The K Company, Inc. OH‐R5‐HVAC01‐102021‐TKC The Lusk Group OH‐R1‐C01‐102021‐LUS The Lusk Group OH‐R3‐PA01‐102021‐LUS The Lusk Group OH‐R3‐C01‐102021‐LUS F.H. Paschen, S.N. Nielsen & Associates, LLC OH‐R1‐GC02‐102021‐FHP F.H. Paschen, S.N. Nielsen & Associates, LLC OH‐R2‐GC03‐102021‐FHP Johnson‐Laux Construction, LLC OH‐R2‐GC05‐102021‐JLC The Lusk Group OH‐R5‐E02‐102021‐LUS Johnson‐Laux Construction, LLC OH‐R5‐GC04‐102021‐JLC APPENDIX A Continued G & B Electric Co. OH‐R2‐E02‐102021‐GBE The Lusk Group OH‐R1‐GC06‐102021‐LUS The Lusk Group OH‐R1‐E02‐102021‐LUS Lee Construction and Maintenance Company TX‐NT‐EC‐101619‐LCM G2 General Contractors TX‐NT‐APC‐101619‐GGC G2 General Contractors TX‐NT‐P‐101619‐GGC G2 General Contractors TX‐NT‐W‐101619‐GGC Centennial Contractors Enterprises, Inc. TX‐NT‐GC‐101619‐CCE Gomez Floor Covering, Inc. dba GFC Contracting TX‐NT‐F‐101619‐GFC CORE Construction Services of Texas, Inc. TX‐NT‐APC‐101619‐CCT CORE Construction Services of Texas, Inc. TX‐NT‐P‐101619‐CCT Lee Construction and Maintenance Company TX‐NT‐P‐101619‐LCM Gomez Floor Covering, Inc. dba GFC Contracting TX‐NT‐P‐101619‐GFC Lee Construction and Maintenance Company TX‐NT‐GC‐101619‐LCM WR Construction Inc. TX‐PH‐GC‐101619‐WRC CORE Construction Services of Texas, Inc. TX‐PH‐GC‐101619‐CCT CORE Construction Services of Texas, Inc. TX‐PH‐APC‐101619‐CCT CORE Construction Services of Texas, Inc. TX‐PH‐P‐101619‐CCT Tri‐State General Contracting Group, Inc. TX‐PH‐GC‐101619‐JRT G2 General Contractors TX‐NT‐GC‐101619‐GGC G2 General Contractors TX‐NT‐RC‐101619‐GGC Freedom Construction‐a series of tFg Companies, LLC TX‐NT‐GC‐101619‐FRC Teinert Construction TX‐PH‐GC‐101619‐TCB SDB, Inc. TX‐PH‐GC‐101619‐SDB Lee Construction and Maintenance Company TX‐NT‐F‐101619‐LCM Teinert Construction TX‐NT‐GC‐101619‐TCB CORE Construction Services of Texas, Inc. TX‐NT‐GC‐101619‐CCT Henthorn Commercial Construction, LLC TX‐NT‐GC‐101619‐HCL CORE Construction Services of Texas, Inc. TX‐PH‐F‐101619‐CCT F.H. Paschen, S.N. Nielsen & Associates, LLC TX‐NT‐GC‐101619‐FHP SDB, Inc. TX‐NT‐GC‐101619‐SDB CORE Construction Services of Texas, Inc. TX‐NT‐F‐101619‐CCT F.H. Paschen, S.N. Nielsen & Associates, LLC TX‐PH‐GC‐101619‐FHP Nouveau Construction and Technology Services, LP TX‐NT‐GC‐101619‐NCT Henthorn Commercial Construction, LLC TX‐PH‐GC‐101619‐HCL David Mancini & Sons, Inc. FL‐R1‐CC01‐111821‐DMS Astra Group, LLC FL‐R1‐CC02‐111821‐ACS Amici Engineering Contractors FL‐R1‐CC03‐111821‐AME Nichols Contracting, Inc. FL‐R1‐E01‐111821‐NIC Advanced Roofing, Inc. FL‐R1‐E02‐111821‐ADR Jewel of the South FL‐R1‐GC01‐111821‐JOS F.H. Paschen, S.N. Nielsen & Associates, LLC FL‐R1‐GC02‐111821‐FHP Place Services, Inc. FL‐R1‐GC03‐111821‐PLA JOC Construction FL‐R1‐GC04‐111821‐LRI Nichols Contracting, Inc. FL‐R1‐GC05‐111821‐NIC Johnson‐Laux Construction, LLC FL‐R1‐GC06‐111821‐JLC Advanced Roofing, Inc. FL‐R1‐GC07‐111821‐ADR RAM Construction & Development FL‐R1‐GC08‐111821‐RAM Millers Plumbing & Mechanical, Inc. FL‐R1‐HVAC01‐111821‐MPM Advanced Roofing, Inc. FL‐R1‐HVAC02‐111821‐ADR Mechanical Services of Central Florida, Inc. FL‐R1‐HVAC03‐111821‐MSF Astra Group, LLC FL‐R1‐PAC01‐111821‐ACS David Mancini & Sons, Inc. FL‐R1‐PAC02‐111821‐DMS Advanced Roofing, Inc. FL‐R1‐RW01‐111821‐ADR David Mancini & Sons, Inc. FL‐R2‐CC01‐111821‐DMS Astra Group, LLC FL‐R2‐CC02‐111821‐ACS Amici Engineering Contractors FL‐R2‐CC03‐111821‐AME Advanced Roofing, Inc. FL‐R2‐E01‐111821‐ADR Integrated Fire & Security Solutions Inc FL‐R2‐E02‐111821‐IFS Jewel of the South FL‐R2‐GC01‐111821‐JOS F.H. Paschen, S.N. Nielsen & Associates, LLC FL‐R2‐GC02‐111821‐FHP Place Services, Inc. FL‐R2‐GC03‐111821‐PLA JOC Construction FL‐R2‐GC04‐111821‐LRI Advanced Roofing, Inc. FL‐R2‐GC05‐111821‐ADR Johnson‐Laux Construction, LLC FL‐R2‐GC06‐111821‐JLC RAM Construction & Development FL‐R2‐GC07‐111821‐RAM APPENDIX A Continued HCR Construction, Inc. FL‐R2‐GC08‐111821‐HCR Millers Plumbing & Mechanical, Inc. FL‐R2‐HVAC01‐111821‐MPM Advanced Roofing, Inc. FL‐R2‐HVAC02‐111821‐ADR Mechanical Services of Central Florida, Inc. FL‐R2‐HVAC03‐111821‐MSF Astra Group, LLC FL‐R2‐PAC02‐111821‐ACS Amici Engineering Contractors FL‐R2‐PAC03‐111821‐AME David Mancini & Sons, Inc. FL‐R2‐PAC03‐111821‐DMS Advanced Roofing, Inc. FL‐R2‐RW01‐111821‐ADR David Mancini & Sons, Inc. FL‐R3‐CC01‐111821‐DMS Astra Group, LLC FL‐R3‐CC02‐111821‐ACS Amici Engineering Contractors FL‐R3‐CC03‐111821‐AME Advanced Roofing, Inc. FL‐R3‐E01‐111821‐ADR Jewel of the South FL‐R3‐GC01‐111821‐JOS F.H. Paschen, S.N. Nielsen & Associates, LLC FL‐R3‐GC02‐111821‐FHP Place Services, Inc. FL‐R3‐GC03‐111821‐PLA JOC Construction FL‐R3‐GC04‐111821‐LRI Advanced Roofing, Inc. FL‐R3‐GC05‐111821‐ADR Johnson‐Laux Construction, LLC FL‐R3‐GC06‐111821‐JLC RAM Construction & Development FL‐R3‐GC07‐111821‐RAM HCR Construction, Inc. FL‐R3‐GC08‐111821‐HCR Millers Plumbing & Mechanical, Inc. FL‐R3‐HVAC01‐111821‐MPM Advanced Roofing, Inc. FL‐R3‐HVAC02‐111821‐ADR Mechanical Services of Central Florida, Inc. FL‐R3‐HVAC03‐111821‐MSF Astra Group, LLC FL‐R3‐PAC01‐111821‐ACS David Mancini & Sons, Inc. FL‐R3‐PAC02‐111821‐DMS Amici Engineering Contractors FL‐R3‐PAC03‐111821‐AME Advanced Roofing, Inc. FL‐R3‐RW01‐111821‐ADR Amici Engineering Contractors FL‐R4‐CC01‐111821‐AME David Mancini & Sons, Inc. FL‐R4‐CC02‐111821‐DMS Astra Group, LLC FL‐R4‐CC03‐111821‐ACS Advanced Roofing, Inc. FL‐R4‐E01‐111821‐ADR Nichols Contracting, Inc. FL‐R4‐E02‐111821‐NIC Jewel of the South FL‐R4‐GC01‐111821‐JOS F.H. Paschen, S.N. Nielsen & Associates, LLC FL‐R4‐GC02‐111821‐FHP Place Services, Inc. FL‐R4‐GC03‐111821‐PLA JOC Construction FL‐R4‐GC04‐111821‐LRI Advanced Roofing, Inc. FL‐R4‐GC05‐111821‐ADR Nichols Contracting, Inc. FL‐R4‐GC06‐111821‐NIC Johnson‐Laux Construction, LLC FL‐R4‐GC07‐111821‐JLC David Mancini & Sons, Inc. FL‐R4‐GC08‐111821‐DMS HCR Construction, Inc. FL‐R4‐GC09‐111821‐HCR Astra Group, LLC FL‐R4‐GC10‐111821‐ACS Millers Plumbing & Mechanical, Inc. FL‐R4‐HVAC01‐111821‐MPM Advanced Roofing, Inc. FL‐R4‐HVAC02‐111821‐ADR Mechanical Services of Central Florida, Inc. FL‐R4‐HVAC03‐111821‐MSF Amici Engineering Contractors FL‐R4‐PAC01‐111821‐AME Astra Group, LLC FL‐R4‐PAC02‐111821‐ACS David Mancini & Sons, Inc. FL‐R4‐PAC03‐111821‐DMS Advanced Roofing, Inc. FL‐R4‐RW01‐111821‐ADR David Mancini & Sons, Inc. FL‐R5‐CC01‐111821‐DMS Astra Group, LLC FL‐R5‐CC02‐111821‐ACS Amici Engineering Contractors FL‐R5‐CC03‐111821‐AME Advanced Roofing, Inc. FL‐R5‐E01‐111821‐ADR Nichols Contracting, Inc. FL‐R5‐E02‐111821‐NIC Jewel of the South FL‐R5‐GC01‐111821‐JOS F.H. Paschen, S.N. Nielsen & Associates, LLC FL‐R5‐GC02‐111821‐FHP Place Services, Inc. FL‐R5‐GC03‐111821‐PLA JOC Construction FL‐R5‐GC04‐111821‐LRI Advanced Roofing, Inc. FL‐R5‐GC05‐111821‐ADR Nichols Contracting, Inc. FL‐R5‐GC06‐111821‐NIC Johnson‐Laux Construction, LLC FL‐R5‐GC07‐111821‐JLC David Mancini & Sons, Inc. FL‐R5‐GC08‐111821‐DMS Millers Plumbing & Mechanical, Inc. FL‐R5‐HVAC01‐111821‐MPM Advanced Roofing, Inc. FL‐R5‐HVAC02‐111821‐ADR Mechanical Services of Central Florida, Inc. FL‐R5‐HVAC03‐111821‐MSF David Mancini & Sons, Inc. FL‐R5‐PAC01‐111821‐DMS APPENDIX A Continued Astra Group, LLC FL‐R5‐PAC02‐111821‐ACS Amici Engineering Contractors FL‐R5‐PAC03‐111821‐AME Advanced Roofing, Inc. FL‐R5‐RW01‐111821‐ADR David Mancini & Sons, Inc. FL‐R6‐CC01‐111821‐DMS Astra Group, LLC FL‐R6‐CC02‐111821‐ACS Amici Engineering Contractors FL‐R6‐CC03‐111821‐AME Advanced Roofing, Inc. FL‐R6‐E01‐111821‐ADR Nichols Contracting, Inc. FL‐R6‐E02‐111821‐NIC Integrated Fire & Security Solutions Inc FL‐R6‐E03‐111821‐IFS Jewel of the South FL‐R6‐GC01‐111821‐JOS F.H. Paschen, S.N. Nielsen & Associates, LLC FL‐R6‐GC02‐111821‐FHP Shiff Construction & Development, Inc. FL‐R6‐GC03‐111821‐SCD Advanced Roofing, Inc. FL‐R6‐GC04‐111821‐ADR JOC Construction FL‐R6‐GC05‐111821‐LRI Place Services, Inc. FL‐R6‐GC06‐111821‐PLA Centennial Contractors Enterprises, Inc. FL‐R6‐GC07‐111821‐CCE Ovation Construction Company FL‐R6‐GC08‐111821‐OCC Hall Mechanical and Air Conditioning LLC FL‐R6‐HVAC01‐111821‐HMA Advanced Roofing, Inc. FL‐R6‐HVAC02‐111821‐ADR Mechanical Services of Central Florida, Inc. FL‐R6‐HVAC03‐111821‐MSF David Mancini & Sons, Inc. FL‐R6‐PAC01‐111821‐DMS Astra Group, LLC FL‐R6‐PAC02‐111821‐ACS Amici Engineering Contractors FL‐R6‐PAC03‐111821‐AME Advanced Roofing, Inc. FL‐R6‐RW01‐111821‐ADR David Mancini & Sons, Inc. FL‐R7‐CC01‐111821‐DMS Astra Group, LLC FL‐R7‐CC02‐111821‐ACS Amici Engineering Contractors FL‐R7‐CC03‐111821‐AME Advanced Roofing, Inc. FL‐R7‐E01‐111821‐ADR Nichols Contracting, Inc. FL‐R7‐E02‐111821‐NIC Integrated Fire & Security Solutions Inc FL‐R7‐E03‐111821‐IFS Jewel of the South FL‐R7‐GC01‐111821‐JOS F.H. Paschen, S.N. Nielsen & Associates, LLC FL‐R7‐GC02‐111821‐FHP Shiff Construction & Development, Inc. FL‐R7‐GC03‐111821‐SCD Advanced Roofing, Inc. FL‐R7‐GC04‐111821‐ADR JOC Construction FL‐R7‐GC05‐111821‐LRI Place Services, Inc. FL‐R7‐GC06‐111821‐PLA Nichols Contracting, Inc. FL‐R7‐GC07‐111821‐NIC Amici Engineering Contractors FL‐R7‐GC08‐111821‐AME Hall Mechanical and Air Conditioning LLC FL‐R7‐HVAC01‐111821‐HMA Advanced Roofing, Inc. FL‐R7‐HVAC02‐111821‐ADR Mechanical Services of Central Florida, Inc. FL‐R7‐HVAC03‐111821‐MSF David Mancini & Sons, Inc. FL‐R7‐PAC01‐111821‐DMS Astra Group, LLC FL‐R7‐PAC02‐111821‐ACS Amici Engineering Contractors FL‐R7‐PAC03‐111821‐AME Advanced Roofing, Inc. FL‐R7‐RW01‐111821‐ADR David Mancini & Sons, Inc. FL‐R8‐CC01‐111821‐DMS Astra Group, LLC FL‐R8‐CC02‐111821‐ACS Amici Engineering Contractors FL‐R8‐CC04‐111821‐AME Advanced Roofing, Inc. FL‐R8‐E01‐111821‐ADR Nichols Contracting, Inc. FL‐R8‐E02‐111821‐NIC Integrated Fire & Security Solutions Inc FL‐R8‐E03‐111821‐IFS Harbour Construction, Inc. FL‐R8‐GC01‐111821‐HBC Jewel of the South FL‐R8‐GC02‐111821‐JOS F.H. Paschen, S.N. Nielsen & Associates, LLC FL‐R8‐GC03‐111821‐FHP Shiff Construction & Development, Inc. FL‐R8‐GC04‐111821‐SCD David Mancini & Sons, Inc. FL‐R8‐GC05‐111821‐DMS Advanced Roofing, Inc. FL‐R8‐GC06‐111821‐ADR Centennial Contractors Enterprises, Inc. FL‐R8‐GC07‐111821‐CCE JOC Construction FL‐R8‐GC08‐111821‐LRI Place Services, Inc. FL‐R8‐GC09‐111821‐PLA Nichols Contracting, Inc. FL‐R8‐GC10‐111821‐NIC Hall Mechanical and Air Conditioning LLC FL‐R8‐HVAC01‐111821‐HMA Advanced Roofing, Inc. FL‐R8‐HVAC02‐111821‐ADR Mechanical Services of Central Florida, Inc. FL‐R8‐HVAC03‐111821‐MSF David Mancini & Sons, Inc. FL‐R8‐PAC01‐111821‐DMS Astra Group, LLC FL‐R8‐PAC02‐111821‐ACS APPENDIX A Continued Amici Engineering Contractors FL‐R8‐PAC04‐111821‐AME Advanced Roofing, Inc. FL‐R8‐RW01‐111821‐ADR David Mancini & Sons, Inc. FL‐R9‐CC01‐111821‐DMS Astra Group, LLC FL‐R9‐CC02‐111821‐ACS Amici Engineering Contractors FL‐R9‐CC03‐111821‐AME Advanced Roofing, Inc. FL‐R9‐E01‐111821‐ADR Nichols Contracting, Inc. FL‐R9‐E02‐111821‐NIC Integrated Fire & Security Solutions Inc FL‐R9‐E03‐111821‐IFS Shiff Construction & Development, Inc. FL‐R9‐GC01‐111821‐SCD Jewel of the South FL‐R9‐GC02‐111821‐JOS F.H. Paschen, S.N. Nielsen & Associates, LLC FL‐R9‐GC03‐111821‐FHP David Mancini & Sons, Inc. FL‐R9‐GC04‐111821‐DMS Advanced Roofing, Inc. FL‐R9‐GC05‐111821‐ADR Place Services, Inc. FL‐R9‐GC06‐111821‐PLA JOC Construction FL‐R9‐GC07‐111821‐LRI Centennial Contractors Enterprises, Inc. FL‐R9‐GC08‐111821‐CCE Hall Mechanical and Air Conditioning LLC FL‐R9‐HVAC01‐111821‐HMA Advanced Roofing, Inc. FL‐R9‐HVAC02‐111821‐ADR Mechanical Services of Central Florida, Inc. FL‐R9‐HVAC03‐111821‐MSF David Mancini & Sons, Inc. FL‐R9‐PAC01‐111821‐DMS Astra Group, LLC FL‐R9‐PAC02‐111821‐ACS Amici Engineering Contractors FL‐R9‐PAC03‐111821‐AME Advanced Roofing, Inc. FL‐R9‐RW01‐111821‐ADR Salomon Construction & Roofing FL‐R9‐RW02‐111821‐SCR David Mancini & Sons, Inc. FL‐R10‐CC01‐111821‐DMS Lanzo Construction Co., Florida FL‐R10‐CC02‐111821‐LCC Astra Group, LLC FL‐R10‐CC03‐111821‐ACS Amici Engineering Contractors FL‐R10‐CC04‐111821‐AME Advanced Roofing, Inc. FL‐R10‐E01‐111821‐ADR Nichols Contracting, Inc. FL‐R10‐E02‐111821‐NIC Harbour Construction, Inc. FL‐R10‐GC01‐111821‐HBC Shiff Construction & Development, Inc. FL‐R10‐GC02‐111821‐SCD Team Contracting, Inc. FL‐R10‐GC03‐111821‐TCI David Mancini & Sons, Inc. FL‐R10‐GC04‐111821‐DMS Advanced Roofing, Inc. FL‐R10‐GC05‐111821‐ADR Jewel of the South FL‐R10‐GC06‐111821‐JOS F.H. Paschen, S.N. Nielsen & Associates, LLC FL‐R10‐GC07‐111821‐FHP Place Services, Inc. FL‐R10‐GC08‐111821‐PLA Nichols Contracting, Inc. FL‐R10‐GC09‐111821‐NIC Amici Engineering Contractors FL‐R10‐GC10‐111821‐AME Johnson‐Laux Construction, LLC FL‐R10‐GC11‐111821‐JLC Centennial Contractors Enterprises, Inc. FL‐R10‐GC12‐111821‐CCE Hall Mechanical and Air Conditioning LLC FL‐R10‐HVAC01‐111821‐HMA Advanced Roofing, Inc. FL‐R10‐HVAC02‐111821‐ADR Mechanical Services of Central Florida, Inc. FL‐R10‐HVAC03‐111821‐MSF David Mancini & Sons, Inc. FL‐R10‐PAC01‐111821‐DMS Lanzo Construction Co., Florida FL‐R10‐PAC02‐111821‐LCC Astra Group, LLC FL‐R10‐PAC03‐111821‐ACS Amici Engineering Contractors FL‐R10‐PAC04‐111821‐AME Advanced Roofing, Inc. FL‐R10‐RW01‐111821‐ADR Salomon Construction & Roofing FL‐R10‐RW02‐111821‐SCR SOURCEWELL STATE OF MINNESOTA Member ____________ moved the adoption of the following Resolution: RESOLUTION TO APPROVE SOLICITATION AND/OR RE-SOLICITATION OF CATEGORIES 7/16/2024 Resolution No. 2024_23 WHEREAS, Sourcewell desires to issue a solicitation, and is seeking permission from the Board to issue a solicitation, for the categories listed on Appendix A, which is attached and incorporated. WHEREAS, through the Sourcewell Procurement Policy, the Board designated the Chief Procurement Officer to administer Sourcewell’s cooperative purchasing and contracting program; and WHEREAS, the Chief Procurement Officer recommends approval of categories detailed above. NOW THEREFORE BE IT RESOLVED that the Board of Directors hereby approves the solicitation of categories. The motion for the adoption of the foregoing resolution was duly seconded by Member ______________ and the following voted in favor: (list names here) and the following voted against: (list names here or “NONE”) whereupon said resolution was declared duly passed and adopted. ATTEST: _________________________________ Clerk to the Board of Directors Docusign Envelope ID: 41DD8BD9-B84A-4450-952C-FC4CDF471B6C Thiel Zylka, Thiel, Barrows, Arts, Kicker, Dahlberg Kicker NONE APPENDIX A SOURCEWELL PROCUREMENT DEPARTMENT BOARD ITEMS - July 2024 Risk Management, Employee Benefits, and Insurance Consulting Services Requesting Board permission to Re-Solicit the following categories: Contract Extensions Supplier Name Contract Number Solicitation Title Multiforce Systems 092920-MTF "Aboveground Fuel and Fluid Storage with Related Hardware, Software and Services" Gilbarco 092920-GVR "Aboveground Fuel and Fluid Storage with Related Hardware, Software and Services" Syn-tech Systems 092920-SYS "Aboveground Fuel and Fluid Storage with Related Hardware, Software and Services" E.J. Ward 092920-EJW "Aboveground Fuel and Fluid Storage with Related Hardware, Software and Services" JF Petroleum Group 092920-JFA "Aboveground Fuel and Fluid Storage with Related Hardware, Software and Services" Western Global 092920-WST "Aboveground Fuel and Fluid Storage with Related Hardware, Software and Services" Graco 092920-GRC "Aboveground Fuel and Fluid Storage with Related Hardware, Software and Services" NAPA 032521-GPC "Aftermarket Vehicle Parts and Supplies" Peterbilt 060920-PMC "Class 4-8 Chassis with Related Equipment, Accessories and Services" Shaw Integrated and Turf Solutions 080819-SII "Flooring Materials with Related Supplies and Services" New Contracts Supplier Name Contract Number Solicitation Title TK Elevator Corporation 050224-TKE "Elevators, Escalators, and Moving Walks with Related Equipment, Services and Supplies" Schindler Elevator Corporation 050224-SCH "Elevators, Escalators, and Moving Walks with Related Equipment, Services and Supplies" Transel Elevator & Electric, Inc.050224-TRL "Elevators, Escalators, and Moving Walks with Related Equipment, Services and Supplies" National Auto Fleet Group 032824-NAF "Class 4-8 Chassis and Cabs with Related Equipment and Services" Truckcorp, LLC 032824-TRK "Class 4-8 Chassis and Cabs with Related Equipment and Services" Olathe Ford Sales 032824-OLA "Class 4-8 Chassis and Cabs with Related Equipment and Services" Navistar 032824-NVS "Class 4-8 Chassis and Cabs with Related Equipment and Services" Nikola Corporation 032824-NKA "Class 4-8 Chassis and Cabs with Related Equipment and Services" Peterbilt Motors Company 032824-PMC "Class 4-8 Chassis and Cabs with Related Equipment and Services" Kenworth Truck Company 032824-KTC "Class 4-8 Chassis and Cabs with Related Equipment and Services" The Lion Electric Company/Lion Buses, Inc.032824-LON "Class 4-8 Chassis and Cabs with Related Equipment and Services" Electric Vehicle Conversions 032824-ELV "Class 4-8 Chassis and Cabs with Related Equipment and Services" Roundtrip EV Solutions 032824-RDT "Class 4-8 Chassis and Cabs with Related Equipment and Services" Certified Stainless Service dba West-Mark 032824-CER "Class 4-8 Chassis and Cabs with Related Equipment and Services" Rush Truck Centers of Texas/Rush Enterprises 032824-RTG "Class 4-8 Chassis and Cabs with Related Equipment and Services" Workhorse Technologies 032824-WKH "Class 4-8 Chassis and Cabs with Related Equipment and Services"CONSENT AGENDA ITEMSAfter Market Parts and SuppliesCONSENT AGENDA ITEMSTax Exempt Municipal Leasing with Related Services Requesting Board permission to Solicit the following categories: Indefinite Delivery Indefinite Quantity - Florida Body Armor with Related Accessories, Equipment, and Services APPENDIX A Continued Daimler Trucks North America 032824-DAI "Class 4-8 Chassis and Cabs with Related Equipment and Services" Battle Motors 032824-CRN "Class 4-8 Chassis and Cabs with Related Equipment and Services" Autocar Truck/Autocar Industries 032824-ATC "Class 4-8 Chassis and Cabs with Related Equipment and Services" Mack Trucks 032824-MAK "Class 4-8 Chassis and Cabs with Related Equipment and Services" NEW IDIQ CONTRACTS Company Name Contract Number Region - Type of Work none Company Name Contract Number IDIQ CONTRACT EXTENSIONS Adrian L. Merton, Inc. MD-R5-HVAC02-052621-ALM Skyline Roofing, Inc.MD-R1-RW01-052621-SKY Skyline Roofing, Inc.MD-R2-RW01-052621-SKY Skyline Roofing, Inc.MD-R3-RW01-052621-SKY Vigil Contracting, Inc.MD-R2-GC01-052621-VGL Centennial Contractors Enterprises, Inc.MD-R6-GC04-052621-CCE Centennial Contractors Enterprises, Inc.MD-R5-GC04-052621-CCE S-Works Construction Corporation MD-R4-GC04-052621-SWC Paige Industrial Services, Inc.MD-R6-GC03-052621-PAI Paige Industrial Services, Inc.MD-R3-GC03-052621-PAI Paige Industrial Services, Inc.MD-R3-E02-052621-PAI Paige Industrial Services, Inc.MD-R3-RW02-052621-PAI Paige Industrial Services, Inc.MD-R6-HVAC02-052621-PAI Paige Industrial Services, Inc.MD-R5-RW02-052621-PAI Paige Industrial Services, Inc.MD-R6-RW02-052621-PAI Adrian L. Merton, Inc. MD-R4-HVAC02-052621-ALM Paige Industrial Services, Inc.MD-R6-PAC02-052621-PAI F.H. Paschen, S.N. Nielsen & Associates, LLC MD-R1-GC02-052621-FHP Skyline Roofing, Inc.MD-R5-RW01-052621-SKY Vigil Contracting, Inc.MD-R4-E02-052621-VGL S-Works Construction Corporation MD-R2-GC03-052621-SWC Vigil Contracting, Inc.MD-R4-GC01-052621-VGL Vigil Contracting, Inc.MD-R2-HVAC01-052621-VGL Vigil Contracting, Inc.MD-R6-E02-052621-VGL Nichols Contracting, Inc.MD-R5-GC01-052621-NIC Adrian L. Merton, Inc. MD-R3-HVAC02-052621-ALM Vigil Contracting, Inc.MD-R5-E02-052621-VGL Centennial Contractors Enterprises, Inc.MD-R3-GC02-052621-CCE Paige Industrial Services, Inc.MD-R3-PAC01-052621-PAI Paige Industrial Services, Inc.MD-R5-PAC02-052621-PAI Adrian L. Merton, Inc. MD-R2-HVAC02-052621-ALM Centennial Contractors Enterprises, Inc.MD-R4-GC02-052621-CCE Johnson-Laux Construction, LLC MD-R1-GC04-052621-JLC Centennial Contractors Enterprises, Inc.MD-R1-GC03-052621-CCE Step 1 Enterprises, LLC MD-R1-GC01-052621-S1E Vigil Contracting, Inc.MD-R5-GC02-052621-VGL The Matthews Group MD-R2-GC04-052621-TMG Vigil Contracting, Inc.MD-R3-GC04-052621-VGL Vigil Contracting, Inc.MD-R3-HVAC01-052621-VGL Nichols Contracting, Inc.MD-R3-GC01-052621-NIC Vigil Contracting, Inc.MD-R5-HVAC01-052621-VGL Vigil Contracting, Inc.MD-R2-E02-052621-VGL Paige Industrial Services, Inc.MD-R5-GC03-052621-PAI Vigil Contracting, Inc.MD-R6-GC01-052621-VGL Vigil Contracting, Inc.MD-R6-HVAC01-052621-VGL Vigil Contracting, Inc.MD-R4-HVAC01-052621-VGL Mans Construction Company NM-R1-E-060222-MCO National Roofing Company, Inc.NM-R1-R-060222-NRC National Roofing Company, Inc.NM-R2-R-060222-NRC National Roofing Company, Inc.NM-R5-R-060222-NRC APPENDIX A Continued Mans Construction Company NM-R4-R-060222-MCO Ross Wes Electrical Services NM-R5-E-060222-RWE Junior Builders NM-R4-GC-060222-JUB Junior Builders NM-R4-P-060222-JUB Junior Builders NM-R3-GC-060222-JUB Junior Builders NM-R3-P-060222-JUB HB Construction, Inc.NM-R5-GC-060222-HCO GM Builders, Inc.NM-R5-GC-060222-GMB GM Builders, Inc.NM-R2-GC-060222-GMB Mans Construction Company NM-R4-E-060222-MCO Mans Construction Company NM-R5-R-060222-MCO White Sands Construction Inc.NM-R5-GC-060222-WSC GM Builders, Inc.NM-R5-R-060222-GMB National Construction, Inc.NM-R4-GC-060222-NCI Jim Sena Construction Co., Inc.NM-R3-GC-060222-JSC GM Builders, Inc.NM-R2-R-060222-GMB GM Builders, Inc.NM-R3-R-060222-GMB WWRC, Inc.NM-R3-P-060222-WRI Jim Sena Construction Co., Inc.NM-R3-R-060222-JSC WWRC, Inc.NM-R2-HVAC-060222-WRI GM Builders, Inc.NM-R1-R-060222-GMB HB Construction, Inc.NM-R1-GC-060222-HCO WWRC, Inc.NM-R3-R-060222-WRI WWRC, Inc.NM-R4-GC-060222-WRI WWRC, Inc.NM-R4-P-060222-WRI WWRC, Inc.NM-R4-R-060222-WRI Jim Sena Construction Co., Inc.NM-R4-R-060222-JSC GM Builders, Inc.NM-R4-R-060222-GMB HB Construction, Inc.NM-R2-GC-060222-HCO Ross Wes Electrical Services NM-R1-E-060222-RWE WWRC, Inc.NM-R3-HVAC-060222-WRI Jim Sena Construction Co., Inc.NM-R4-GC-060222-JSC Mans Construction Company NM-R5-E-060222-MCO Consolidated Builders of NM NM-R3-GC-060222-COB Consolidated Builders of NM NM-R4-GC-060222-COB CORE Construction Services of Texas, Inc.NM-R5-GC-060222-CCT DKG & Associates, Inc.NM-R2-R-060222-DKG Ross Wes Electrical Services NM-R2-E-060222-RWE GM Builders, Inc.NM-R1-GC-060222-GMB Dallago Corporation NM-R1-P-060222-DCO CORE Construction Services of Texas, Inc.NM-R1-GC-060222-CCT Dallago Corporation NM-R1-HVAC-060222-DCO DKG & Associates, Inc.NM-R4-R-060222-DKG DKG & Associates, Inc.NM-R5-R-060222-DKG Consolidated Builders of NM NM-R1-GC-060222-COB Consolidated Builders of NM NM-R2-GC-060222-COB CORE Construction Services of Texas, Inc.NM-R2-GC-060222-CCT Mans Construction Company NM-R3-E-060222-MCO WWRC, Inc.NM-R4-HVAC-060222-WRI Mans Construction Company NM-R1-GC-060222-MCO Mans Construction Company NM-R2-E-060222-MCO Consolidated Builders of NM NM-R5-GC-060222-COB DKG & Associates, Inc.NM-R1-R-060222-DKG Smith Roofing, Inc.NM-R5-R-060222-SMR WWRC, Inc.NM-R2-GC-060222-WRI WWRC, Inc.NM-R2-P-060222-WRI WWRC, Inc.NM-R2-R-060222-WRI Triton Services, Inc.KY-NC-HVAC01-062420-TRS The Lusk Group KY-NC-GC05-062420-LMC The Lusk Group KY-E-GC03-062420-LMC Place Services, Inc.KY-W-GC01-062420-PLS Place Services, Inc.KY-E-E01-062420-PLS The Lusk Group KY-W-HVAC01-062420-LMC The Lusk Group KY-NC-HVAC02-062420-LMC The Lusk Group KY-NC-E02-062420-LMC The Lusk Group KY-W-RW01-062420-LMC F.H. Paschen, S.N. Nielsen & Associates, LLC KY-NC-GC04-062420-FHP APPENDIX A Continued F.H. Paschen, S.N. Nielsen & Associates, LLC KY-W-GC02-062420-FHP F.H. Paschen, S.N. Nielsen & Associates, LLC KY-E-GC02-062420-FHP The Lusk Group KY-W-E02-062420-LMC Tecta America Corp KY-W-RW02-062420-TEA Place Services, Inc.KY-NC-GC03-062420-PLS Place Services, Inc.KY-NC-E01-062420-PLS Tecta America Corp KY-NC-RW02-062420-TEA Tecta America Corp KY-E-RW02-062420-TEA The Lusk Group KY-NC-RW01-062420-LMC The Lusk Group KY-W-GC03-062420-LMC The Lusk Group KY-E-HVAC01-062420-LMC The Lusk Group KY-E-E02-062420-LMC Place Services, Inc.KY-E-GC01-062420-PLS Calhoun Construction Services KY-NC-GC02-062420-CAC Place Services, Inc.KY-W-E01-062420-PLS The Lusk Group KY-E-RW01-062420-LMC Triton Services, Inc.KY-NC-GC01-062420-TRS COMMENT AND REVIEW to the REQUEST FOR PROPOSAL (RFP) #032824 Entitled Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services The following advertisement was placed February 8, 2024 in USA Today, in South Carolina’s The State, and on the Sourcewell website www.sourcewell-mn.gov, Sourcewell Procurement Portal https://proportal.sourcewell- mn.gov, Biddingo, Merx, PublicPurchase.com, The New York State Contract Reporter www.nyscr.ny.gov, February 9, 2024 in Oregon’s Daily Journal of Commerce, and February 8 and February 14, 2024 in The Oklahoman: Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than March 28, 2024, at 4:30 p.m. Central Time, and late proposals will not be considered. The solicitation process was conducted through the Sourcewell Procurement Portal. The following parties expressed interest in the solicitation by registering for this opportunity within the portal: 72 HOUR, LLC dba National Auto Fleet Group Kenworth Truck Company, Division of PACCAR, Inc. Acela, Inc. Lion Buses, Inc. (The Lion Electric Company) Amthor International LOS ANGELES TRUCK CENTERS (VVG Holdings, LLC) Aria Contracting Sales & Services, Inc. Mack Trucks, Inc. Autocar Truck, LLC Mall Chevrolet Battle Motors, Inc. Merlin Ford Lincoln Betts Platinum Group, LLC Midwest Bus Parts, Inc. Bollinger Motors, Inc. Mohawk Electric Trucks Boucher Group Inc. Motiv Power Systems, Inc. Broadway Ford Truck MTECH Incorporated Buyers Products Company, Inc. Navistar, Inc. (International Truck) BYD Motors, LLC Nikola Corporation CAM CLARK FORD SALES, LTD 2012 North Central International dba Hoglund Bus Co. Campbell Freightliner of Orange County, LLC Olathe Ford Sales, Inc.           Sourcewell Page 2 of 7 Campbell Freightliner, LLC Pacifico Ford, Inc. CARL BLACK OF ORLANDO, LLC Par-Kan Company, LLC Certified Stainless Service, Inc. dba West- Mark Peterbilt Motors - MD Sales Colonial Equipment Company Pioneer Truckweld, Inc. Computer Design Center, LLC R Noble & Sons, Inc. Concord Road Equipment Mfg., LLC REE Automotive USA, Inc. Creative Bus Sales, Inc. Ricart Properties, Inc. Daimler Trucks North America, LLC RIDE MOBILITY, LLC Dennis Eagle, Inc. Roundtrip EV Solutions, Inc. Dobbs Ford, Inc. Rush Enterprises (Rush Truck Centers of Texas, L.P.) Ed Murdock Superstores, Inc. dba Lavonia Ford Rush Truck Centers of Illinois, Inc. Electric Vehicle Conversions, LLC dba Electric Vehicle Choice (EVC) Rush Truck Centers of Oklahoma, Inc. Emerald Transportation Solutions, LLC Southland International Trucks, Ltd. Endera Motors Stellar Industries, Inc. Expertec Van Systems, Inc. Stinar, LLC Garber Highland, Inc. Stykemain Chevrolet, LLC GCL Diesel Injection Service TEC Equipment GENERAL BODY MANUFACTURING CO., INC. The Fab Shop, LLC Gincor Industries Truck Country of Wisconsin GovZERO Truckcorp, LLC GreenPower Motor Company, Inc. VALLEY FORD OF HURON, INC. (Valley Truck Centers) Gregory Poole Equipment Company Vector Fleet Management Harlow's Bus Sales, Inc. Viking Cives Midwest, Inc. Hino Motors Sales U.S.A., Inc. Village of Lowville Ice Glen Holdings, Inc. Certified Stainless Service, Inc. dba West-Mark Isuzu Commercial Truck of America Whites Welding, LLC JOE AHRENS, INC. Workhorse Technologies, Inc. John Grappone, Inc. Zeus Electric Chassis, Inc. Ken Garff Ford All Proposals remained sealed within the Sourcewell Procurement Portal until the scheduled due date and time. Proposals were electronically opened, and the list of all Proposers was made publicly available on the Sourcewell Procurement Portal, on March 28, 2024, at 4:30 pm CT. Proposals were received from the following: 72 HOUR, LLC dba National Auto Fleet Group Amthor International Autocar Truck, LLC Battle Motors, Inc. Bollinger Motors, Inc. Buyers Products Company, Inc. BYD Motors, LLC Certified Stainless Service, Inc. dba West-Mark Daimler Trucks North America, LLC           Sourcewell Page 3 of 7 Dennis Eagle, Inc. Ed Murdock Superstores, Inc. dba Lavonia Ford Electric Vehicle Conversions, LLC dba Electric Vehicle Choice (EVC) Emerald Transportation Solutions, LLC Expertec Van Systems, Inc. GreenPower Motor Company, Inc. Hino Motors Sales U.S.A., Inc. Kenworth Truck Company, Division of PACCAR, Inc. Lion Buses, Inc. (The Lion Electric Company) LOS ANGELES TRUCK CENTERS (VVG Holdings, LLC) Mack Trucks, Inc. Navistar, Inc. (International Truck) Nikola Corporation North Central International dba Hoglund Bus Co. Olathe Ford Sales, Inc. Par-Kan Company, LLC Peterbilt Motors - MD Sales REE Automotive USA, Inc. Roundtrip EV Solutions, Inc. Rush Enterprises (Rush Truck Centers of Texas, L.P.) Stellar Industries, Inc. Stykemain Chevrolet, LLC Truck Country of Wisconsin Truckcorp, LLC VALLEY FORD OF HURON, INC. (Valley Truck Centers) Workhorse Technologies, Inc. Proposals were reviewed by the Proposal Evaluation Committee: James Voelker, CPCM, CFCM, Procurement Manager Ginger Line, MPA, NIGP-CPP, CPPB, Senior Procurement Analyst Carol Jackson, Procurement Analyst Michael Muñoz, CPPB, Senior Procurement Analyst The findings of the Proposal Evaluation Committee are summarized as follows: The Proposal Evaluation Committee applied the Sourcewell RFP evaluation criteria and determined that the products and services offered in the proposal responses from Expertec Van Systems, Inc., and Par-Kan Company, LLC fall outside of the Requested Equipment, Products, or Services of the RFP. All other proposals were found to meet the scope and mandatory submittal requirements and were evaluated. Autocar Truck, LLC is a medium and heavy-duty truck manufacturer selling and servicing Class 7 and 8 chassis. They bring multiple product lines in various configurations, including options for CNG. Their dealer network has a presence in all states and provinces and their products are backed by a solid warranty. Autocar Truck is offering Sourcewell participating entities competitively discounted pricing.           Sourcewell Page 4 of 7 Battle Motors, Inc. is a manufacturer offering 20 different medium and heavy-duty models. Their presence includes 37 dealers with 144 locations in the United States. Battle Motors offers a true low entry chassis. They are offering competitive discounts off MSRP pricing to Sourcewell participating entities. Certified Stainless Service, Inc. dba West-Mark, is offering their full line of Class 4-8 chassis, as well as turn-key truck solutions including D.O.T. tanks, vacuum tanks and specialty equipment of all types in stainless steel, aluminum, and mild steel. They provide customer service to Sourcewell participating entities in the United States and Canada. West-Mark offers a significant discount on their products along with volume discounts. Daimler Trucks North America manufacturers Class 6-8 commercial vehicles. They sell and service their products through their network of over 400 sales locations and approximately 150 parts and service locations. They provide a solid warranty for their large number of configurations available. Daimler offers a solid price discount to all Sourcewell participating entities. Electric Vehicle Conversions, LLC is a manufacturer offering battery electric, hydrogen fuel cell electric vehicles along with fleet electrification products. With their factory direct sales force and 800 sales representatives and 2200 DOT/ASE certified technicians, they can cover all the United States and Canada. They offer different kinds of training at no cost with vehicle purchase. They are offering competitive discounts off MSRP pricing to Sourcewell participating entities. Kenworth Truck Company offers truck chassis in Class 5-8 that are available at over 400 dealers in the United States and Canada. Their advanced technology includes increased safety, improved fuel economy, navigation systems, diagnostic tools, and proactive diagnostic and repair planning before the truck reaches the shop. Kenworth Truck Company is offering Sourcewell participating entities a solid discount off their list pricing. Lion Buses, Inc. is a zero-emission heavy-duty battery electric truck and bus manufacturer, that has a proven track record with vehicle ranges up to 250 miles per charge. Their trucks feature a tight turning radius, and optimization of visibility to enhance safety. Lion offers Sourcewell participating entities volume discounts along with their substantial discounted list pricing. Mack Trucks, Inc. includes truck chassis alternatives in Class 6-8 with sales through 432 dealer locations in the United States and Canada. They have a dedicated UpTime Center staffed with over 600 people providing live support 24/7/365. All Mack powered trucks come standard with connectivity and remote monitoring of the Mack engine, transmission, and after-treatment systems. Sourcewell participating entities will have access to a variety of financing and leasing options, competitive discounts, and extended service plans. National Auto Fleet Group is offering Class 4-8 chassis from 11 different manufacturers including Ford, RAM FCA, Chevrolet, HINO, ISUZU, International, Volvo, Freightliner/Western Star, MACK, Kenworth, and Peterbilt. Through their direct sales force and dealerships, as well as their manufacturer partner dealer networks, they can sell and service across the United States and Canada. Sourcewell participating entities will receive a significant discount off MSRP. Navistar, Inc. manufactures and offers a large selection of Class 4-8 chassis models to fulfill Sourcewell participating entity needs. Navistar is offering Sourcewell participating entities a solid discount. Their extensive dealer network is positioned to serve the needs of Sourcewell participating entities across North America.           Sourcewell Page 5 of 7 Nikola Corporation is a manufacturer of battery-electric and hydrogen fuel cell electric Class 8 vehicles. With their factory direct sales force and 175 authorized dealers, they can cover all the United States. Their focus and commitment to sustainability is present in what they build and how they do it. They are offering competitive discounts off list pricing to Sourcewell participating entities. Olathe Ford Sales, Inc. has been in business for over 100 years. They are offering numerous models in Classes 3-7 from multiple manufacturers. With their large direct sales force and vast partner network, they can serve and sell across the United States and Canada. Their offering includes ICE as well as a fully electric offering. Olathe is offering Sourcewell participating entities a solid discount off their list pricing. Peterbilt Motors Company is medium and heavy-duty Class 6-8 truck manufacturer that has been around for over 80 years. Their dealer network consists of 432 locations along with 7 parts distribution centers. Some of the advances they offer are their configurable digital display, Smart Nav, SmartAir, collision mitigation, driver information display, stability control, Zinc coated frame rails, and Allison FuelSense, among others. Peterbilt offers Sourcewell participating entities substantial discounts from list pricing. Roundtrip EV Solutions, Inc. provides Class 4-8 electric chassis focusing on the refuse industry along with various maintenance and repair options along with charging infrastructure. They are offering equipment interoperability, charger interoperability, integrated software, 96% guaranteed charger uptime, and an energy management system. Their “Full-Service Lease” is a program offered to all Sourcewell participating entities which includes necessary services along with the chassis. Sourcewell participating entities will have access to significant discounts, and extended service plans. Rush Truck Centers of Texas has been serving truck buyers for almost 70 years with over 140 locations in the United States. They are offering Class 4-8 chassis from eight different manufacturers. Their offering includes multiple ICE drivetrains with one BEV option as well. Participating entities will receive a solid discount off MSRP with a volume discount at 10 units. Truckcorp, LLC was founded in 1971 and has grown to 65 locations with more locations included with their partner networks. They offer 16 options of Class 4-8 chassis along with a myriad of upfitting options for various industries’ models to fulfill Sourcewell participating entity needs. Truckcorp is offering a considerable discount. Their dealer network can serve Sourcewell participating entities across the United States and Canada. Workhorse Technologies, Inc. is offering a line of Class 4-6 electric chassis and stepvan options to further their mission of pioneering the transition to zero-emission commercial vehicles. Workhorse offers sales and service through 12 dealers in 17 states. They provide service to Sourcewell participating entities in the United States. Workhorse offers a significant discount on their products along with a retroactive volume discount. For these reasons, the Sourcewell Proposal Evaluation Committee recommends award of Sourcewell Contract #032824 to: Autocar Truck LLC #032824-ATC Battle Motors, Inc. #032824-CRN Certified Stainless Service, Inc. dba West-Mark #032824-CER Daimler Trucks North America #032824-DAI Electric Vehicle Conversions, LLC #032824-ELV Kenworth Truck Company #032824-KTC           Sourcewell Page 6 of 7 Lion Buses, Inc. #032824-LON Mack Trucks, Inc. #032824-MAK National Auto Fleet Group #032824-NAF Navistar, Inc #032824-NVS Nikola Corporation #032824-NKA Olathe Ford Sales, Inc. #032824-OLA Peterbilt Motors Company #032824-PMC Roundtrip EV Solutions, Inc. #032824-RDT Rush Truck Centers of Texas #032824-RTG Truckcorp, LLC #032824-TRK Workhorse Technologies, Inc. #032824-WKH The preceding recommendations were approved on June 20, 2024. ____________________________________________ James Voelker, CPCM, CFCM, Procurement Manager _____________________________________________________ Ginger Line, MPA, NIGP-CPP, CPPB, Senior Procurement Analyst _______________________________ Carol Jackson, Procurement Analyst II __________________________________________ Michael Muñoz, CPPB, Senior Procurement Analyst           Sourcewell Page 7 of 7 STATEMENT OF COMPLIANCE As Chief Procurement Officer for Sourcewell, I have reviewed the recommendation of the Evaluation Committee and the accompanying support materials documenting the process followed for RFP #032824 for Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services. The committee accepted, deemed responsive, evaluated, and recommended proposals for award. Under authority granted to the Chief Procurement Officer in Sourcewell’s bylaws, the recommendations set forth above are approved. I hereby certify: 1. Sourcewell is a government agency, created and authorized by Minnesota law to provide cooperative procurement contracts. 2. The procurement process and resulting contracts have been awarded in compliance with the laws of the State of Minnesota (Minnesota Statutes Chapter 471 and Minnesota Statutes Section 123A.21), and in conformity to Sourcewell’s Procurement Policy. __ Jeremy Schwartz, CSSBB, CPPO, NIGP-CPP Sourcewell Chief Procurement Officer           The New York State Contract Reporter This document printed Thursday, 02/08/2024 NYS' official source of contracting opportunities Bringing business and government together Contracting Opportunity Title:Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Agency:Sourcewell Division:Procurement Department Contract Number:032824 CR Number:2106365 Contract Term:4 years Date of Issue:02/08/2024 Due Date/Time:03/28/2024 4:30 PM Central Time County(ies):All NYS counties Classification:Vehicles & Equipment - Commodities Opportunity Type:General Entered By:Tara Wolff Description:Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal .sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than March 28, 2024, at 4:30 p.m. Central Time, and late proposals will not be considered. Service-Disabled Veteran-Owned Set Aside: No Business entities awarded an identical or substantially similar procurement contract within the past five years: Autocar Truck Certified Stainless dba West-Mark Crane Carrier (Battle Motors) Kenworth 1 of 5 Lion Electric Co. Mack Trucks National Auto Fleet Navistar (International Truck) Peterbilt   2 of 5 Contact Information Primary contact:Sourcewell Procurement Department Tara Wolff Procurement Manager 202 12th Street NE P.O. Box 219 Staples, MN 56479 United States Ph: 218-541-5362 rfp@sourcewell-mn.gov Submit to contact:Sourcewell Procurement Department Tara Wolff Procurement Manager 202 12th Street NE P.O. Box 219 Staples, MN 56479 United States Ph: 218-541-5362 rfp@sourcewell-mn.gov 3 of 5 Bid Results Bid Results have not been entered 4 of 5 Awards Awards have not been entered     © 2024, Empire State Development http://www.esd.ny.gov/ 5 of 5 Daily Journal of Commerce 1618 SW First Ave., Suite 400 Portland, OR, 97201 Phone: 503-226-1311 Fax: 503-222-5358 Affidavit of Publication To:Sourcewell - Carol Jackson Po Box 219 Staples, MN, 564790219 Re:Legal Notice 2580077, CLASS 4-8 CHASSIS AND CABS WITH RELATED EQUIPMENT, ACCESSORIES, AND SERVICES State of OR } }SS: County of Multnomah } I, Michelle A. Ropp, being duly sworn, depose and say that I am the Principal Clerk of the Daily Journal of Commerce, a newspaper of general circulation in the counties of CLACKAMAS, MULTNOMAH, and WASHINGTON as defined by ORS 193.101 and 193.020, published in Portland in the aforesaid County and State; that I know from my personal knowledge that the notice described as: CLASS 4-8 CHASSIS AND CABS WITH RELATED EQUIPMENT, ACCESSORIES, AND SERVICES SOURCEWELL a printed copy of which is hereto annexed, was published in the entire issue of said newspaper 1 time(s) in the following issues: 02/09/2024. SEE EXHIBIT A State of Oregon County of Multnomah SIGNED OR ATTESTED BEFORE ME ON 12th day of February 2024 Page 1 of 2 By: Michelle A. Ropp By: Nicholas Bjork Notary Public, State of OR No. 1044188 My commission expires on January 10, 2028 EXHIBIT A Page 2 of 2 AFFIDAVIT OF PUBLICATION Account #Order Number Identification Order PO Amount Cols Depth 34474 517679 Print Legal Ad-IPL01584420 - IPL0158442 $160.64 1 18 L SOURCEWELL PO BOX 219 STAPLES, MN 56479 Attention:Carol Jackson carol.jackson@sourcewell-mn.gov State of South Carolina County of Richland I, Tara Pennington, makes oath that the advertisment, was published in The State, a newspaper published in the City of Columbia, State and County aforesaid, in the issue(s) of 1 insertion(s) published on: 02/08/24 Tara Pennington Sworn to and subscribed before me this 14th day of February in the year of 2024 Notary Public in and for the state of Texas, residing in Dallas County Errors- the liability of the publisher on account of errors in or omissions from any advertisement will in no way exceed the amount of the charge for the space occupied by the item in error, and then only for the first incorrect insertion.” Extra charge for lost or duplicate affidavits. Legal document please do not destroy! 4C ❚THURSDAY FEBRUARY 8, 2024 ❚USA TODAY SPORTS To view more Classified listings, visit: classifieds.usatoday.com To advertise in USA TODAY, call: 1-800-397-0070 The Interlocal Purchasing System (TIPS) has posted procurement solicitations at www.tips-usa.com for the following categories: • 240201 Renewable Energy and Solar Solutions (2 Part with JOC) • 240202 Portable Modular Buildings (2 Part with JOC) • 240203 Fire, Firearm, and Active Shooter Safety and Security Solutions (2 Part with JOC) Proposal is due and will be opened on March 15, 2024, at 3:00 pm local time. Call 866-839-8477 for problems with website or questions. NOTICES PUBLIC NOTICE I FOUND A WAY TO POT’L EARN $500 PER DAY! That’s Pot’l $182k a year. Not mlm. No forex. No crypto.FREE 7 Min Video www.YourPersonalClosingTeam.com Call our Hotline 24/7 @ 1-800-995-0795 BUSINESS BUSINESS OPPORTUNITIESSourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal https://proportal.sourcewell-mn.gov Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than March 28, 2024, at 4:30 p.m. Central Time, and late proposals will not be considered. PUBLIC NOTICE Pet Industry - Recurring Revenue Business Partner wanted to help launch and grow our uniquely designed disposable cat litter system, target market more than 58 million pet cats in America. Equity and shared revenue for expertise and limited financial investment. Contact Roy: 416-292-8291 Place your advertisement in USA TODAY! Call: 800-397-0070 TRAVEL CAMPGROUNDS Boulder Creek Lodge in beautiful southwest Montana islocatedbetweentwomountainrangesthatmake up the Northern Rocky Mountains. Located 11 miles north of Philipsburg, Mt or midway between Glacier National Forest and Yellowstone. During your visit plan on fishing, sapphire mining, visiting ghost towns, and visiting a famous candy store. Destinations within a short drive of the resort: Phillipsburg, Butte, Deer Lodge, Anaconda, Missoula, and Helena, Montana. Resort features: Cabins, Glamping Tipis and Conestoga Wagon,RVPark,restaurantandfreestrongwifi. BoulderCreekLodgeMontana Call 406-859-3190 www.bouldercreeklodgemontana.com Celebrate this year at Boulder Creek Lodge Montana “The Happiest Place in Montana” Plan Your 2024 Vacation Now! Think Montana 4 Boulder Creek Road, Hall, Montana 59837 The NCAA scored first against the Tennessee attorney general in hopes of upholding its rules regarding name, im- age and likeness (NIL) benefits for col- lege athletes. A federal judge denied a requested temporary restraining order Tuesday, creating a speed bump for the states of Tennessee and Virginia in their quest to pause NCAA rules regarding name, im- age and likeness benefits for college athletes. But don’t mistake the NCAA’s early lead for the final result. Here’s what the ruling means for the federal lawsuit and the University of Tennessee: NCAA won first battle but not war This is a small victory for the NCAA because it keeps NIL rules in place, at least for a few more days. But there’s no time for the NCAA to celebrate. There will be an injunction hearing in Greeneville, Tenn., on Feb. 13, when NIL rules could be frozen until the case is decided. Judge Clifton Corker made that dis- tinction clear in his order. “The court addresses only plaintiffs’ request for a (temporary restraining or- der) at this stage of the proceeding,” he wrote. Tennessee Attorney General Jona- than Skrmetti requested emergency re- lief to halt NIL rules before Wednesday, the start of the Division I football reg- ular signing period, when recruits can sign a letter of intent with a university. But Corker said those requirements for urgency were not met. If the injunction is granted, however, it would be a much bigger loss for the NCAA and make this restraining order obsolete. But if the NCAA also fends off the injunction, it will compound the states’ losses. Judge pointed to obstacles ahead for NCAA Speaking of that injunction, Corker appeared to indicate the NCAA faces an uphill battle to win the next round, spe- cifically against charges that its NIL rules violate antitrust laws. “Considering the evidence currently before the court, plaintiffs are likely to succeed on the merits of their claim un- der the Sherman Act (antitrust),” Corker wrote. He said the “NCAA’s NIL-recruiting ban likely harms competition” and therefore is “anticompetitive.” Further- more, he said the rules in question “like- ly foster economic exploitation of stu- dent-athletes.” Those are harsh words and a high hurdle for the NCAA to clear. The suit also asserts the NCAA’s NIL rules are unfair because athletes aren’t allowed to negotiate NIL contracts or communicate with schools directly about NIL opportunities before enroll- ing or signing a letter of intent. Corker agreed. “The NCAA’s NIL-recruiting ban is, in effect, ‘an agreement among competi- tors to refuse to discuss prices with (recruit) until after negotiations have resulted in the initial selection of (an in- stitution),” Corker wrote. “… It appears to be anticompetitive.” NCAA investigation into Tennessee moves forward Although the Tennessee attorney general’s lawsuit was never tied directly to the NCAA’s investigation into allega- tions that UT broke NIL rules, they were always related. Since the NCAA held off this assault, at least for another week, UT should ex- pect the investigation to continue. But the direction of the probe could hang in the balance. If the injunction is denied, the NCAA could be emboldened to continue its in- vestigation. But if the injunction is granted, don’t be shocked if the NCAA pauses its probe or suddenly reduces its focus to minor allegations. After all, would the NCAA seek to punish UT for breaking rules in the past that are unenforceable in the present? It certainly could, but that would be bold. UT acknowledged the investigation exists, but it has not received a notice of inquiry. So there’s still time for the investiga- tion to heat up or cool down. ANALYSIS Don’t mistake NCAA win for final result Adam Sparks Knoxville (Tenn.) News Sentinel USA TODAY Network The Tennessee football team runs through the T during a game against Tennessee Tech in 2021. BRIANNA PACIORKA/KNOXVILLE NEWS SENTINEL Lionel Messi entered in the second half of a soccer match in Tokyo on Wednesday and nearly scored in 30 minutes of action, salvaging the end of Inter Miami’s worldwide preseason on a positive note. Messi entered in the 60th minute of Inter Miami’s match against Japanese champion Vissel Kobe at Japan Nation- al Stadium and appeared close to full strength from his adductor injury, which caused him to miss a match in Hong Kong on Sunday. Inter Miami’s match with Vissel Kobe ended in a scoreless draw, but both sides participated in penalty kicks to decide the game. Vissel Kobe won 4-3 with Messi not participating. Messi nearly found the back of the net in the 78th minute, but his shot was blocked by the goalie. And his rebound nearly entered the net before another defender kicked it away. Messi also had several sequences where he dribbled into the penalty area in attempts to fa- cilitate for his teammates. Goal or not, Messi delivered on the pitch in Tokyo after his absence due to injury in Hong Kong on Sunday, which left fans and local officials feeling duped despite watching him participate in a practice with local children one day ear- lier. Big business turned into a bout of bad business, forcing Messi to clear the air in a press conference Tuesday and play in Tokyo on Wednesday. Inter Miami made stops in El Salva- dor, Dallas, Saudi Arabia, Hong Kong and Tokyo to capitalize on Messi’s mys- tique during its preseason. But Messi’s absence in Hong Kong was a blow to the brands of Messi, Inter Miami, and the MLS. Messi was listed on Inter Miami’s roster and announced in the stadium as a substitute for the match. But Messi was not among his teammates warming up for the match before the game. When the second half began, Messi came back out of the locker room wear- ing a heavy jacket and long warmup pants, but wearing cleats instead of sneakers. He began warming up on the sideline as the second half began, much to the pleasure of the fans inside Japan National Stadium. It appeared the rest seemed to help Messi, who entered in the 60th minute and told Gregor to keep the captain’s arm band. It was distinctly different from his brief appearance last Wednes- day in Saudi Arabia where he was test- ing out his injury and played conserva- tively. Messi ran at a fast pace and his feet were engaged, dribbling into crowds of defenders as he tried to facilitate for teammates in the penalty area in his first five minutes. It appeared Messi ended the match unscathed. But the same couldn’t be said for his fellow Barcelona teammates Sergio Busquets, who slowly walked off in the 25th minute with a left ankle injury, and Jordi Alba, who finished the match de- spite aggravating his right groin muscle. Luis Suarez, who missed the Hong Kong match due to knee inflammation, started in Tokyo and attempted a bicy- cle kick in the 72rh minute, but his left- footed shot was close to the net. He came off in the 75th minute. Inter Miami had some tough deci- sions to make at halftime. Should Messi even play after Busquets and Alba suf- fered injuries? It would seem logical for Inter Miami to remain careful to the world’s best player. But the pressures of that decision after the backlash Messi and Inter Miami faced after he sat out in Hong Kong made the judgment call murky. Messi left the pitch after giving away his jersey, waving to fans on his way to the locker rooms. After two weeks in the Middle East and Asia, Inter Miami is heading home to South Florida and will complete its travels clocking in at more than 25,000 miles in the air – enough to circle the globe once. What is Messi’s next match, Inter Miami’s upcoming schedule? Inter Miami returned home after its match in Tokyo on Wednesday. One week later, it will host its final preseason match against Argentine club Newell’s Old Boys, Messi’s home- town team, on Feb. 15 at DRV PNK Stadi- um. Inter Miami begins the 2024 MLS season at home against Real Salt Lake on Feb. 21 and will travel to face the Los Angeles Galaxy on Feb. 25. Messi plays in Tokyo to end Inter Miami world tour Safid Deen USA TODAY Inter Miami's Lionel Messi controls the ball during the friendly match Wednesday against Vissel Kobe at the National Stadium in Tokyo.EUGENE HOSHIKO/AP Rev. 3/2022 Sourcewell RFP #032824 Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Page 1 RFP #032824 REQUEST FOR PROPOSALS for Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Proposal Due Date: March 28, 2024, 4:30 p.m., Central Time Sourcewell, a State of Minnesota local government unit and service cooperative, is requesting proposals for Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services to result in a contracting solution for use by its Participating Entities. Sourcewell Participating Entities include thousands of governmental, higher education, K-12 education, nonprofit, tribal government, and other public agencies located in the United States and Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than March 28, 2024, at 4:30 p.m. Central Time, and late proposals will not be considered. SOLICITATION SCHEDULE Public Notice of RFP Published: February 8, 2024 Pre-proposal Conference: February 28, 2024, 10:00 a.m., Central Time Question Submission Deadline: March 20, 2024, 4:30 p.m., Central Time Proposal Due Date: March 28, 2024, 4:30 p.m., Central Time Late responses will not be considered. Opening: March 28, 2024, 4:30 p.m., Central Time See RFP Section V.G. “Opening” Rev. 3/2022 Sourcewell RFP #032824 Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Page 2 I. ABOUT SOURCEWELL A. SOURCEWELL 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 facilitates a competitive public solicitation and contract award process for the benefit of its 50,000+ participating entities across the United States and Canada. Sourcewell’s solicitation process complies with State of Minnesota law and policies, conforms to Canadian trade agreements (including Canadian Free Trade Agreement, Ontario-Quebec Trade and Cooperation Agreement, and Canada-European Union Comprehensive Economic and Trade Agreement, as applicable), and results in cooperative purchasing solutions from which Sourcewell’s Participating Entities procure equipment, products, and services. Cooperative purchasing provides participating entities and suppliers increased administrative efficiencies and the power of combined purchasing volume that result in overall cost savings. At times, Sourcewell also partners with other purchasing cooperatives to combine the purchasing volume of their membership into a single solicitation and contract expanding the reach of contracted suppliers’ potential pool of end users. Sourcewell uses a website-based platform, the Sourcewell Procurement Portal, through which all proposals to this RFP must be submitted. B. USE OF RESULTING CONTRACTS In the United States, Sourcewell’s contracts are available for use by: • Federal and state government entities1; • Cities, towns, and counties/parishes; • Education service cooperatives; • K-12 and higher education entities; • Tribal government entities; • Some nonprofit entities; and • Other public entities. In Canada, Sourcewell’s contracts are available for use by: • Provincial and territorial government departments, ministries, agencies, boards, councils, committees, commissions, and similar agencies; • Indigenous self-governing bodies; • Regional, local, district, and other forms of municipal government, municipal organizations, school boards, and publicly funded academic, health, and social service 1 Pursuant to HAR §3-128-2, the State of Hawaii, Department of Accounting and General Services, State Procurement Office, on behalf of the State of Hawaii and participating jurisdictions, has provided notice of its Intent to Participate in the solicitation as a participating entity. Rev. 3/2022 Sourcewell RFP #032824 Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Page 3 entities referred to as MASH sector (this should be construed to include but not be limited to the Cities of Calgary, Edmonton, Toronto, Ottawa, and Winnipeg), as well as any corporation or entity owned or controlled by one or more of the preceding entities; • Crown corporations, government enterprises, and other entities that are owned or controlled by these entities through ownership interest; and • Members of the Canoe procurement group of Canada, and their partner associations: Canoe members are regional, local, district or other forms of municipal government, school boards, publicly-funded academic, health and social service entities in Alberta and across Canada, as well as any corporation or entity owned or controlled by one or more of the preceding entities – as well as partner associations, including Saskatchewan Association of Rural Municipalities, Association of Manitoba Municipalities, Local Authorities Services/Association of Municipalities Ontario, Nova Scotia Federation of Municipalities, Federation of Prince Edward Island Municipalities, Municipalities Newfoundland Labrador, Union of New Brunswick Municipalities, North West Territories Association of Communities, CivicInfo BC, and their members. For a listing of current United States and Canadian Participating Entities visit Sourcewell’s website (note: there is a tab for each country): https://www.sourcewell-mn.gov/sourcewell-for- vendors/agency-locator. Participating Entities typically access contracted equipment, products, or services through a purchase order issued directly to the contracted supplier. A Participating Entity may request additional terms or conditions related to a purchase. Use of Sourcewell contracts is voluntary and Participating Entities retain the right to obtain similar equipment, products, or services from other sources. To meet Participating Entities’ needs, Sourcewell broadly publishes public notice of all solicitation opportunities, including this RFP. In addition, where applicable, other purchasing cooperatives and procurement officials receive notice and are encouraged to re-post the solicitation opportunity. Proof of publication will be available at the conclusion of the solicitation process. II. SOLICITATION DETAILS A. SOLUTIONS-BASED SOLICITATION This RFP and contract award process is a solutions-based solicitation; meaning that Sourcewell is seeking equipment, products, or services that meet the general requirements of the scope of this RFP and that are commonly desired or are required by law or industry standards. Rev. 3/2022 Sourcewell RFP #032824 Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Page 4 B. REQUESTED EQUIPMENT, PRODUCTS, OR SERVICES It is expected that proposers will offer a wide array of equipment, products, or services at lower prices and with better value than what they would ordinarily offer to a single government entity, a school district, or a regional cooperative. 1. Sourcewell is seeking proposals for Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services. Awards under this solicitation for Class 4-8 chassis and cabs2 will be in two (2) categories. Proposers submitting a proposal in Category 1 as defined herein will be submitting in the broad category that includes all types of engines, fuel, and propulsion systems. For example, if a Proposer offers chassis and cabs with Internal Combustion Engines (ICE) as well as chassis and cabs with electric propulsion systems the Proposer should designate it is seeking an award in Category 1 only. Proposers seeking an award in Category 2, as defined herein, must include at least one solution offered within the scope of Category 2 for electric propulsion systems only. Category 1: All engines, fuel, and propulsion type chassis and cabs: a. Internal Combustion Engine fuel types including but not limited to: Gasoline, Diesel, Propane Autogas, CNG, Biodiesel, or other alternative fuels for the following class chassis: i. Class 4; ii. Class 5; iii. Class 6; iv. Class 7; v. Class 8. b. Battery Electric Vehicle (BEV), Fuel Cell Electric Vehicle, Hybrid Electric Vehicle, or other alternative Electric Propulsion Systems for the following class chassis: i. Class 4; ii. Class 5; iii. Class 6; iv. Class 7; v. Class 8. Proposers may include related equipment, accessories, parts, upfitting, services, and Class 3 chassis to the extent that these solutions are ancillary or complementary to the equipment or products being proposed in Category 1 above. 2 The vehicle weight classes are defined by the Federal Highway Administration (FHWA) and are used consistently throughout the industry. These classes, 1-8, are based on gross vehicle weight rating (GVWR), the maximum weight of the vehicle, as specified by the manufacturer. Rev. 3/2022 Sourcewell RFP #032824 Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Page 5 Category 2: Electric Propulsion Systems only chassis and cabs: a. Battery Electric Vehicle (BEV), Fuel Cell Electric Vehicle, or other alternative Electric Propulsion Systems for the following class chassis: i. Class 4, ii. Class 5, iii. Class 6, iv. Class 7, v. Class 8. Proposers may include related equipment, accessories, parts, upfitting, services, and Class 3 chassis to the extent that these solutions are ancillary or complementary to the equipment or products being proposed in Category 2 above. 2. The primary focus of this solicitation is on Class 4-8 Chassis and Cabs. This solicitation should NOT be construed to include services-only, or transit bus solutions. 3. This solicitation does not include those equipment, products, or services covered under categories included in pending or planned Sourcewell solicitations, or in contracts currently maintained by Sourcewell, identified below: a. Automobiles, Vans, SUVs, and Light Trucks with Related Equipment, Accessories, and Services (RFP #091521); and b. School Buses with Related Accessories, Supplies, Parts, and Services (RFP #061023) Generally, the solutions for Participating Entities are turn-key solutions, providing a combination of equipment, products and services, delivery, and installation to a properly operating status. However, equipment-only or products-only solutions may be appropriate for situations where Participating Entities possess the ability, either in-house or through local third- party contractors, to properly install and bring to operation the equipment or products being proposed. Sourcewell prefers suppliers that provide a sole source of responsibility for the equipment, products, and services provided under a resulting contract. If proposer is including the equipment, products, and services of its subsidiary entities, the proposer must also identify all included subsidiaries in its proposal. If proposer requires the use of distributors, dealers, resellers, or subcontractors to provide the equipment, products, or services, the proposal must address how the equipment, products or services will be provided to Participating Entities, and describe the network of distributors, dealers, resellers, and/or subcontractors that will be available to serve Participating Entities under a resulting contract. Sourcewell encourages suppliers to offer the broadest possible selection of equipment, products, and services being proposed over the largest possible geographic area and to the largest possible cross-section of Sourcewell current and future Participating Entities. Rev. 3/2022 Sourcewell RFP #032824 Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Page 6 C. REQUIREMENTS It is expected that proposers have knowledge of all applicable industry standards, laws, and regulations and possess an ability to market and distribute the equipment, products, or services to Participating Entities. 1. Safety Requirements. All items proposed must comply with current applicable safety or regulatory standards or codes. 2. Deviation from Industry Standard. Deviations from industry standards must be identified with an explanation of how the equipment, products, and services will provide equivalent function, coverage, performance, and/or related services. 3. New Equipment and Products. Proposed equipment and products must be for new, current model; however, proposer may offer certain close-out equipment or products if it is specifically noted in the Pricing proposal. 4. Delivered and operational. Unless clearly noted in the proposal, equipment and products must be delivered to the Participating Entity as operational. 5. Warranty. All equipment, products, supplies, and services must be covered by a warranty that is the industry standard or better. D. PROSPECTIVE CONTRACT TERM The term of any resulting contract(s) awarded by Sourcewell under this solicitation will be four years. Sourcewell and supplier may agree to up to three additional one-year extensions based on the best interests of Sourcewell and its Participating Entities. Sourcewell retains the right to consider additional extensions beyond seven years as required under exceptional circumstances. E. ESTIMATED CONTRACT VALUE AND USAGE Based on past volume of similar contracts, the estimated annual value of all transactions from contracts resulting from this RFP are anticipated to be USD $250 Million; therefore, proposers are expected to propose volume pricing. Sourcewell anticipates considerable activity under the contract(s) awarded from this RFP; however, sales and sales volume from any resulting contract are not guaranteed. F. MARKETING PLAN Proposer’s sales force will be the primary source of communication with Participating Entities. The proposer’s Marketing Plan should demonstrate proposer’s ability to deploy a sales force or dealer network to Participating Entities, as well as proposer’s sales and service capabilities. It is expected that proposer will promote and market any contract award. Rev. 3/2022 Sourcewell RFP #032824 Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Page 7 G. ADDITIONAL CONSIDERATIONS 1. Contracts will be awarded to proposers able to best meet the need of Participating Entities. Proposers should submit their complete line of equipment, products, or services that are applicable to the scope of this RFP. 2. A proposer may submit only one proposal. If related, affiliated, or subsidiary entities elect to submit separate proposals, rather than a single parent-entity proposal, each such proposal must be prepared independently and without cooperation, collaboration, or collusion. 3. If a proposer works with a consultant on its proposal, the consultant (an individual or company) may not assist any other entity with a proposal for this solicitation. 4. Proposers should include all relevant information in its proposal, since Sourcewell cannot consider information that is not included in the proposal. Sourcewell reserves the right to verify proposer’s information and may request clarification from a proposer, including samples of the proposed equipment or products. 5. Depending upon the responses received in a given category, Sourcewell may need to organize responses into subcategories in order to provide the broadest coverage of the requested equipment, products, or services to Participating Entities. Awards may be based on a subcategory. 6. A proposer’s documented negative past performance with Sourcewell or its Participating Entities occurring under a previously awarded Sourcewell contract may be considered in the evaluation of a proposal. III. PRICING A. REQUIREMENTS All proposed pricing must be: 1. Either Line-Item Pricing or Percentage Discount from Catalog Pricing, or a combination of these: a. Line-item Pricing is pricing based on each individual product or services. Each line must indicate the proposer’s published “List Price,” as well as the “Contract Price.” b. Percentage Discount from Catalog or Category is based on a percentage discount from a catalog or list price, defined as a published Manufacturer’s Suggested Retail Price (MSRP) for the products or services. Individualized percentage discounts can be applied to any number of defined product groupings. Proposers will be responsible for providing and maintaining current published MSRP with Sourcewell, and this pricing must be included in its proposal and provided throughout the term of any contract resulting from this RFP. 2. The proposer’s not to exceed price. A not to exceed price is the highest price for which equipment, products, or services may be billed to a Participating Entity. However, it is permissible for suppliers to sell at a price that is lower than the contracted price. 3. Stated in U.S. and Canadian dollars (as applicable). Rev. 3/2022 Sourcewell RFP #032824 Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Page 8 4. Clearly understandable, complete, and fully describe the total cost of acquisition (e.g., the cost of the proposed equipment, products, and services delivered and operational for its intended purpose in the Participating Entity’s location). Proposers should clearly identify any costs that are NOT included in the proposed product or service pricing. This may include items such as installation, set up, mandatory training, or initial inspection. Include identification of any parties that impose such costs and their relationship to the proposer. Additionally, proposers should clearly describe any unique distribution and/or delivery methods or options offered in the proposal. B. ADMINISTRATIVE FEES Proposers awarded a contract are expected to pay to Sourcewell an administrative fee in exchange for Sourcewell facilitating the resulting contracts. The administrative fee is normally calculated as a percentage of the total sales to Participating Entities for all contracted equipment, products, or services made during a calendar quarter, and is typically one percent (1%) to two percent (2%). In some categories, a flat fee may be an acceptable alternative. IV. CONTRACT Proposers awarded a contract will be required to execute a contract with Sourcewell (see attached template). Only those modifications the proposer indicates in its proposal will be available for discussion. Much of the language in the Contract reflects Minnesota legal requirements and cannot be altered. Numerous and/or onerous exceptions that contradict Minnesota law may result in the proposal being disqualified from further review and evaluation. To identify any exception, or to request any modification, to Sourcewell’s standard Contract terms, conditions, or specifications, a proposer must submit the proposed exception(s) or requested modification(s) via redline in the Contract Template provided in the “Documents” section of the “Bid Details” page on the Sourcewell Procurement Portal and uploaded as part of its response. Only those exceptions noted at the time of the proposal submission will be considered. Exceptions must: 1. Clearly identify the affected article and section. 2. Clearly note the requested modification; and as applicable, provide requested alternative language. Unclear requests will be automatically denied. Only those exceptions that have been accepted by Sourcewell will be included in the contract document provided to the awarded supplier for signature. Rev. 3/2022 Sourcewell RFP #032824 Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Page 9 If a proposer receives a contract award resulting from this solicitation it will have up to 30 days to sign and return the contract. After that time, at Sourcewell’s sole discretion, the contract award may be revoked. V. RFP PROCESS A. PRE-PROPOSAL CONFERENCE Sourcewell will hold an optional, non-mandatory pre-proposal conference via webcast on the date and time noted in the Solicitation Schedule for this RFP and on the Sourcewell Procurement Portal. The purpose of this conference is to allow potential proposers to ask questions regarding this RFP and Sourcewell’s competitive contracting process. Information about the webcast will be sent to all entities that have registered for this solicitation opportunity through their Sourcewell Procurement Portal Vendor Account. Pre-proposal conference attendance is optional. B. QUESTIONS REGARDING THIS RFP AND ORAL COMMUNICATION All questions regarding this RFP must be submitted through the Sourcewell Procurement Portal. The deadline for submission of questions is found in the Solicitation Schedule and on the Sourcewell Procurement Portal. Answers to questions will be issued through an addendum to this RFP. Repetitive questions will be summarized into a single answer and identifying information will be removed from the submitted questions. All questions, whether specific to a proposer or generally related to the RFP, must be submitted using this process. Do not contact individual Sourcewell staff to ask questions or request information as this may disqualify the proposer from responding to this RFP. Sourcewell will not respond to questions submitted after the deadline. C. ADDENDA Sourcewell may modify this RFP at any time prior to the proposal due date by issuing an addendum. Addenda issued by Sourcewell become a part of the RFP and will be delivered to potential proposers through the Sourcewell Procurement Portal. Sourcewell accepts no liability in connection with the delivery of any addenda. Before a proposal will be accepted through the Sourcewell Procurement Portal, all addenda, if any, must be acknowledged by the proposer by checking the box for each addendum. It is the responsibility of the proposer to check for any addenda that may have been issued up to the solicitation due date and time. If an addendum is issued after a proposer submitted its proposal, the Sourcewell Procurement Portal will WITHDRAW the submission and change the proposer’s proposal status to Rev. 3/2022 Sourcewell RFP #032824 Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Page 10 INCOMPLETE. The proposer can view this status change in the “MY BIDS” section of the Sourcewell Procurement Portal Vendor Account. The proposer is solely responsible to check the “MY BIDS” section of the Sourcewell Procurement Portal Vendor Account periodically after submitting its proposal (and up to the Proposal Due Date). If the proposer’s proposal status has changed to INCOMPLETE, the proposer is solely responsible to: i) make any required adjustments to its proposal; ii) acknowledge the addenda; and iii) ensure the re-submitted proposal is received through the Sourcewell Procurement Portal no later than the Proposal Due Date and time shown in the Solicitation Schedule above. D. PROPOSAL SUBMISSION Proposer’s complete proposal must be submitted through the Sourcewell Procurement Portal no later than the date and time specified in the Solicitation Schedule. Any other form of proposal submission, whether electronic, paper, or otherwise, will not be considered by Sourcewell. Late proposals will not be considered. It is the proposer’s sole responsibility to ensure that the proposal is received on time. It is recommended that proposers allow sufficient time to upload the proposal and to resolve any issues that may arise. The time and date that a proposal is received by Sourcewell is solely determined by the Sourcewell Procurement Portal web clock. In the event of problems with the Sourcewell Procurement Portal, follow the instructions for technical support posted in the portal. It may take up to 24 hours to respond to certain issues. Upon successful submission of a proposal, the Sourcewell Procurement Portal will automatically generate a confirmation email to the proposer. If the proposer does not receive a confirmation email, contact Sourcewell’s support provider at support@bidsandtenders.ca. To ensure receipt of the latest information and updates via email regarding this solicitation, or if the proposer has obtained this solicitation document from a third party, the onus is on the proposer to create a Sourcewell Procurement Portal Vendor Account and register for this solicitation opportunity. Within the Sourcewell Procurement Portal, all proposals must be digitally acknowledged by an authorized representative of the proposer attesting that the information contained in in the proposal is true and accurate. By submitting a proposal, proposer warrants that the information provided is true, correct, and reliable for purposes of evaluation for potential contract award. The submission of inaccurate, misleading, or false information is grounds for disqualification from a contract award and may subject the proposer to remedies available by law. Rev. 3/2022 Sourcewell RFP #032824 Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Page 11 E. GENERAL PROPOSAL REQUIREMENTS Proposals must be: • In substantial compliance with the requirements of this RFP or it will be considered nonresponsive and be rejected. • Complete. A proposal will be rejected if it is conditional or incomplete. • Submitted in English. • Valid and irrevocable for 90 days following the Proposal Due Date. Any and all costs incurred in responding to this RFP will be borne by the proposer. F. PROPOSAL WITHDRAWAL Prior to the proposal deadline, a proposer may withdraw its proposal. G. OPENING The Opening of proposals will be conducted in the Sourcewell Procurement Portal immediately following the proposal due date and time. To view the list of proposers resulting from the opening, verify that the Sourcewell Procurement Portal opportunities list search is set to “All” or “Closed.” Members of the public may attend the Opening at Sourcewell’s office located at 202 12th Street NE, Staples, MN to hear the results. VI. EVALUATION AND AWARD A. EVALUATION It is the intent of Sourcewell to award one or more contracts to responsive and responsible proposers offering the best overall quality, selection of equipment, products, and services, and price that meet the commonly requested specifications of Sourcewell and its Participating Entities. The award(s) will be limited to the number of proposers that Sourcewell determines is necessary to meet the needs of its Participating Entities. Factors to be considered in determining the number of contracts to be awarded in any category may include the following: • Total evaluation scores (giving consideration to natural breaks in the scoring of responsive proposals); • The number and geographic location of highest-scoring proposers that offer: o A comprehensive selection of the requested equipment, products, or services; o A sales and service network ensuring availability and coverage for Participating Entities’ use; and Rev. 3/2022 Sourcewell RFP #032824 Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Page 12 o Other attributes of the proposer or contents of its proposal that assist Participating Entities in achieving environmental and social requirements, and goals. Information submitted as part of a proposal should be as specific as possible when responding to the RFP. Do not assume Sourcewell has any knowledge about a specific supplier or product. B. AWARD(S) Award(s) will be made to the highest-scoring proposer(s) whose proposal conforms to all conditions and requirements of the RFP, and consistent with the award criteria defined in this RFP. Sourcewell may request written clarification of a proposal at any time during the evaluation process. Proposal evaluation will be based on the following scoring criteria and the Sourcewell Evaluator Scoring Guide (a copy is available in the Sourcewell Procurement Portal): Conformance to RFP Requirements 50 Financial Viability and Marketplace Success 75 Ability to Sell and Deliver Service 100 Marketing Plan 50 Value Added Attributes 75 Warranty 50 Depth and Breadth of Offered Equipment, Products, or Services 200 Pricing 400 TOTAL POINTS 1000 C. PROTESTS OF AWARDS Any protest made under this RFP by a proposer must be in writing, addressed to Sourcewell’s Executive Director, and delivered to the Sourcewell office located at 202 12th Street NE, P.O. Box 219, Staples, MN 56479. All documents that comprise the complete protest package must be received, and time stamped at the Sourcewell office by 4:30 p.m., Central Time, no later than 10 calendar days following Sourcewell’s notice of contract award(s) or non-award. A protest must allege a procedural, technical, or legal defect, with supporting documentation. A protest that merely requests a re-evaluation of a proposal’s content will not be entertained A protest must include the following items: • The name, address, and telephone number of the protester; • Identification of the solicitation by RFP number; • A precise statement of the relevant facts; • Identification of the alleged procedural, technical, or legal defect; Rev. 3/2022 Sourcewell RFP #032824 Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Page 13 • Analysis of the basis for the protest; • Any additional supporting documentation; • The original signature of the protester or its representative; and • Protest bond in the amount of $20,000 (except where prohibited by law or treaty). Protests that do not address these elements will not be reviewed. D. RIGHTS RESERVED This RFP does not commit Sourcewell to award any contract, and a proposal may be rejected if it is nonresponsive, conditional, incomplete, conflicting, or misleading. Proposals that contain false statements or do not support an attribute or condition stated by the proposer may be rejected. Sourcewell reserves the right to: • Modify or cancel this RFP at any time; • Reject any and all proposals received; • Reject proposals that do not comply with the provisions of this RFP; • Select, for contracts or for discussion, a proposal other than that with the lowest cost; • Independently verify any information provided in a proposal; • Disqualify any proposer that does not meet the requirements of this RFP, is debarred or suspended by the United States or Canada, State of Minnesota, Participating Entity’s state or province; has an officer, or other key personnel, who have been charged with a serious crime; or is bankrupt, insolvent, or where bankruptcy or insolvency are a reasonable prospect; • Waive or modify any informalities, irregularities, or inconsistencies in the proposals received; • Clarify any part of a proposal and discuss any aspect of the proposal with any proposer; and negotiate with more than one proposer; • Award a contract if only one responsive proposal is received if it is in the best interest of Participating Entities; and • Award a contract to one or more proposers if it is in the best interest of Participating Entities. E. DISPOSITION OF PROPOSALS All materials submitted in response to this RFP will become property of Sourcewell and will become public record in accordance with Minnesota Statutes Section 13.591, after negotiations are complete. Sourcewell considers that negotiations are complete upon execution of a resulting contract. It is the proposer’s responsibility to clearly identify any data submitted that it considers to be protected. Proposer must also include a justification for the classification citing the applicable Minnesota law. Sourcewell may reject proposals that are marked confidential or nonpublic, either substantially or in their entirety. Rev. 3/2022 Sourcewell RFP #032824 Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Page 14 Sourcewell will not consider the prices submitted by the proposer to be confidential, proprietary, or trade secret materials. Financial information, including financial statements, provided by a proposer is not considered trade secret under the statutory definition. 02/8/2024 Addendum No. 1 Solicitation Number: RFP 032824 Solicitation Name: Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Consider the following Amendment to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. RFP Amendment: Table 18, Line Item 87 in the Sourcewell Procurement Portal has been updated, and is now Table 17, Line Item 86. End of Addendum Acknowledgement of this Addendum to RFP 032824 posted to the Sourcewell Procurement Portal on 02/8/2024, is required at the time of proposal submittal. 02/14/2024 Addendum No. 2 Solicitation Number: RFP 032824 Solicitation Name: Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Does a manufacturer’s dealer qualify as a proposer or is there a requirement that the proposer be a manufacturer of the equipment? Answer 1: This RFP is not limited to manufactures only; each proposal is evaluated based on the criteria stated in RFP section VI. Evaluation and Award. End of Addendum Acknowledgement of this Addendum to RFP 032824 posted to the Sourcewell Procurement Portal on 02/14/2024, is required at the time of proposal submittal. 02/21/2024 Addendum No. 3 Solicitation Number: RFP 032824 Solicitation Name: Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Consider the following to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. For purposes of clarification, RFP Section II. B. 1 has been amended as follows to include used chassis within the ancillary or complementary equipment or products sections for both category 1 and category 2. New RFP Section II. B. 1 Language: “Sourcewell is seeking proposals for Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services. Awards under this solicitation for Class 4-8 chassis and cabs1 will be in two (2) categories. Proposers submitting a proposal in Category 1 as defined herein will be submitting in the broad category that includes all types of engines, fuel, and propulsion systems. For example, if a Proposer offers chassis and cabs with Internal Combustion Engines (ICE) as well as chassis and cabs with electric propulsion systems the Proposer should designate it is seeking an award in Category 1 only. Proposers seeking an award in Category 2, as defined herein, must include at least one solution offered within the scope of Category 2 for electric propulsion systems only. Category 1: All engines, fuel, and propulsion type chassis and cabs: a. Internal Combustion Engine fuel types including but not limited to: Gasoline, Diesel, Propane Autogas, CNG, Biodiesel, or other alternative fuels for the following class chassis: i. Class 4; ii. Class 5; iii. Class 6; 1 The vehicle weight classes are defined by the Federal Highway Administration (FHWA) and are used consistently throughout the industry. These classes, 1-8, are based on gross vehicle weight rating (GVWR), the maximum weight of the vehicle, as specified by the manufacturer. iv. Class 7; v. Class 8. b. Battery Electric Vehicle (BEV), Fuel Cell Electric Vehicle, Hybrid Electric Vehicle, or other alternative Electric Propulsion Systems for the following class chassis: i. Class 4; ii. Class 5; iii. Class 6; iv. Class 7; v. Class 8. Proposers may include related equipment, accessories, parts, upfitting, services, used chassis, and Class 3 chassis to the extent that these solutions are ancillary or complementary to the equipment or products being proposed in Category 1 above. Category 2: Electric Propulsion Systems only chassis and cabs: a. Battery Electric Vehicle (BEV), Fuel Cell Electric Vehicle, or other alternative Electric Propulsion Systems for the following class chassis: i. Class 4, ii. Class 5, iii. Class 6, iv. Class 7, v. Class 8. Proposers may include related equipment, accessories, parts, upfitting, services, used chassis, and Class 3 chassis to the extent that these solutions are ancillary or complementary to the equipment or products being proposed in Category 2 above.” End of Addendum Acknowledgement of this Addendum to RFP 032824 posted to the Sourcewell Procurement Portal on 02/21/2024, is required at the time of proposal submittal. 03/6/2024 Addendum No. 4 Solicitation Number: RFP 032824 Solicitation Name: Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: When Sourcewell requests a quote and/or invoice, will the currency be in correspondence to the respective participant's country, or still remain as $USD? Answer 1: See Contract Template Section 5 and Section 6 for information regarding a participating entities access to and use of the resulting contract. Specifically, section 6 states, “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”. Section III. A. of the RFP document provides all respondents guidance on pricing proposals, sub-part 3 of that section states all proposed pricing must be, “stated in U.S. and Canadian dollars (as applicable)”. End of Addendum Acknowledgement of this Addendum to RFP 032824 posted to the Sourcewell Procurement Portal on 03/6/2024, is required at the time of proposal submittal. 03/18/2024 Addendum No. 5 Solicitation Number: RFP 032824 Solicitation Name: Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: We would like some more clarification on question number 71 : Within this RFP category there may be subcategories of solutions. List subcategory titles that best describe your products and services. We would like to make sure we are answering it correctly so more information would be great. Answer 1: In the competitive process, Sourcewell cannot advise a proposer on the content of the proposal. It is left to the discretion of the proposer to identify subcategory descriptors that may be relevant to the proposer’s offered equipment, products, and services. End of Addendum Acknowledgement of this Addendum to RFP 032824 posted to the Sourcewell Procurement Portal on 03/18/2024, is required at the time of proposal submittal. 03/20/2024 Addendum No. 6 Solicitation Number: RFP 032824 Solicitation Name: Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Consider the following Questions and Answers to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Could you please clarify question - 77 Related equipment, accessories, parts, upfitting, services, used chassis and Class 3 chassis? Answer 1: See RFP Section II. B. 1 - Proposers may include related equipment, accessories, parts, upfitting, services, and Class 3 chassis to the extent that these solutions are ancillary or complementary to the equipment or products being proposed in Category 1. Question 2: Portal Questionnaire | TAB 1: Proposer Identity & AuthRe [SIC]: # 4: Provide CAGE code or Unique Entity Identifier (SAM): Questions: If the participating bidder is in process of obtaining a CAGE code or Unique Entity Identifier (UEI) SAM, will this disqualify the bidder? Is this required to bid? Answer 2: A CAGE or Unique Entity Identifier (SAM) code is not required to be considered for or awarded a Sourcewell contract. Proposals are evaluated based on the criteria as stated in the RFP. Refer to the General Instructions above Questionnaire Table 1. Respond “N/A” if a question does not apply (preferably with an explanation). Question 3: Page. 6 | E. Estimated Contract Value and Usage: Based on past volume of similar contracts, the estimated annual value of all transactions from contracts resulting from this RFP are anticipated to be USD $250 Million; therefore, proposers are expected to propose volume pricing. Sourcewell anticipates considerable activity under the contract(s) awarded from this RFP; however, sales and sales volume from any resulting contract are not guaranteed. Question: Please provide raw data on the statement provided in this section? Answer 3: This RFP’s anticipated volume is an estimate based on past volumes of similar Sourcewell contracts. It is an estimate only, and no sales or sales volume are guaranteed. Question 4: Page.6 | F. Marketing Plan: Proposer’s sales force will be the primary source of communication with Participating Entities. The proposer’s Marketing Plan should demonstrate proposer’s ability to deploy a sales force or dealer network to Participating Entities, as well as proposer’s sales and service capabilities. It is expected that proposer will promote and market any contract award. Question: Can the agency please clarify this request, is the agency asking how the supplier plans to market the cooperative agreement; can the agency provide detail on what the agency is seeking on this Marketing Plan? Answer 4: In the competitive process, Sourcewell will not advise a proposer on the content of the proposal, so it is left to the discretion of each proposer to articulate a marketing plan within the Questionnaire Table 7 (line Item 36-39) that aligns with its business methods and satisfies all the requirements of RFP Section II. F. - Marketing Plan. The solicitation is a competitive process and proposals are evaluated on the criteria stated in the RFP. Question 5: Page.7 | III Pricing: B. Administrative Fees. Proposers awarded a contract are expected to pay to Sourcewell an administrative fee in exchange for Sourcewell facilitating the resulting contracts. The administrative fee is normally calculated as a percentage of the total sales to Participating Entities for all contracted equipment, products, or services made during a calendar quarter, and is typically one percent (1%) to two percent (2%). In some categories, a flat fee may be an acceptable alternative. Question: is the agency focused on the 1% -2% fee or can the bidder offer their administrative fee? Answer 5: It is left to the discretion of each proposer to determine and propose an administrative fee that is consistent with its business and its industry. Within the Questionnaire tables, Table 13, Line Item 68, provides the respondent the opportunity to Identify a proposed administrative fee that you will pay to Sourcewell. Question 6: Page 8. | IV. Contract: Contract. [SIC] Question: Will agency accept redlines, if yes, prior or with the submission of the bid response? Answer 6: See Questionnaire, Step 1, Table 18, Line Item 86 - Exceptions to Terms, Conditions, or Specifications Form. “To identify any exception, or to request any modification, to Sourcewell standard Contract terms, conditions, or specifications, a Proposer must submit the proposed exception(s) or requested modification(s) via redline in the Contract Template provided in the “Bid Documents” section. Proposer must upload the redline in the “Requested Exceptions” upload field. All exceptions and/or proposed modifications are subject to review and approval by Sourcewell and will not automatically be included in the Contract. Question 7: Is an organization allowed to provide their own submission, while also being part of another company's submission (for the same Sourcewell RFP)? Answer 7: See RFP Section II. G - Additional Considerations - 2. "A proposer may submit only one proposal. If related, affiliated, or subsidiary entities elect to submit separate proposals, rather than a single parent-entity proposal, each such proposal must be prepared independently and without cooperation, collaboration, or collusion." End of Addendum Acknowledgement of this Addendum to RFP 032824 posted to the Sourcewell Procurement Portal on 03/20/2024, is required at the time of proposal submittal. 03/21/2024 Addendum No. 7 Solicitation Number: RFP 032824 Solicitation Name: Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services Consider the following Question and Answer to be part of the above-titled solicitation documents. The remainder of the documents remain unchanged. Question 1: Are we required to submit Vehicle Specifications and Pricing for this initial RFP 032824 Class 4-8 Chassis and Cabs. I don't find this information anywhere in the Document we are working on to Submit. [SIC] Answer 1: Proposers should include all relevant information in its proposal. See RFP Section III. Pricing and RFP Section II. B. Requested Equipment, Product, or Services, for details. The RFP Questionnaire has tables specific to Pricing and Requested Equipment, Products, or Services under Step 1 and document uploads are allowed in Step 2 of the proposal preparation process. End of Addendum Acknowledgement of this Addendum to RFP 032824 posted to the Sourcewell Procurement Portal on 03/21/2024, is required at the time of proposal submittal. PO'S / Direct Pay Contract / Sole source / Small Dollar PO/Micro/P-card Environmental Products Group INC 120,000.00$ City of St Pete EFE Inc dba Everglades Farm Equipment 20,000.00$ City of St Pete Fleet Asquisitions LLC dba Fleet Products 240,000.00$ City of St Pete Fleet Pride 10,000.00$ City of St Pete Florida Kenworth 55,000.00$ City of St Pete S McNeilus Financial LLC 7,000.00$ City of St Pete Original Equipment Company 7,000.00$ City of St Pete RDK Assets 25,000.00$ City of St Pete Ring Power Corporation 20,000.00$ City of St Pete Southern Sewer Equipment Sales 80,000.00$ City of St Pete TPH Acquisition LLLP (The Parts House/Marubeni)120,000.00$ City of St Pete Tampa Crane & Body Acquisition LLC 2,000.00$ City of St Pete Walker Ford 180,000.00$ City of St Pete Total 886,000.00$ Sun State International Trucks LLC 30,000.00$ Hillsborough County Public Schools 20204-DST-KJ (03/09/22) with three (3), one (1) renewals Tampa Spring Company 25,000.00$ Hillsborough County Public Schools 20204-DST-KJ (03/09/22) with three (3), one (1) renewals Total 55,000.00$ Agility Fuel Systems 7,000.00$ Small Dollar PO Altec Industries Inc 5,000.00$ Small Dollar PO Bobcat (Mascap Dealer Holdings LLC)40,000.00$ Small Dollar PO Chic-1 AC Plus 10,000.00$ Small Dollar PO Container Systems 20,000.00$ Small Dollar PO Cookson Enterprises 10,000.00$ Small Dollar PO Cycle Springs / Team Savage 10,000.00$ Small Dollar PO Dayton Andrews 2,000.00$ Small Dollar PO DHS 2,000.00$ Small Dollar PO Dimmitt 15,000.00$ Small Dollar PO E & N Distributing 30,000.00$ Small Dollar PO Equipmentshare.com Inc 10,000.00$ Small Dollar PO Genuine Parts CO - NAPA 10,000.00$ Small Dollar PO H Barber 50,000.00$ Small Dollar PO Kussmaul 5,000.00$ Small Dollar PO Onesource Parts LLC 15,000.00$ Small Dollar PO PB Parent HoldCo, LP 15,000.00$ Small Dollar PO Pats Pump and Blower 8,000.00$ Small Dollar PO Smith Equipment 5,000.00$ Small Dollar PO 0566-06611-550600-519 Vendor FY 24 PO'S / Direct Pay Contract / Sole source / Small Dollar PO/Micro/P-card 0566-06611-550600-519 Vendor FY 24 Stewart & Stevenson FDDA LLC (DETROIT DIESEL)10,000.00$ Small Dollar PO Wastebuilt 5,000.00$ Small Dollar PO Total 284,000.00$ Atmax 20,000.00$ Sole Source Broyhill 25,000.00$ Sole Source Rush Truck 210,000.00$ Sole Source Southport Truck 8,000.00$ Sole Source Ten-8 80,000.00$ Sole Source Wesco 85,000.00$ Sole Source Total 428,000.00$ Advance Auto Parts (Advanced Stores Co)3,000.00$ Micro Purchase / P-card Amazon 15,000.00$ Micro Purchase / P-card American CNG 4,000.00$ Micro Purchase / P-card Autoway Parts Center 6,000.00$ Micro Purchase / P-card Bill Curie Ford 2,000.00$ Micro Purchase / P-card Embankscape Equipment LLC 4,000.00$ Micro Purchase / P-card Grainger 3,000.00$ Micro Purchase / P-card Maher Chevrolet 1,000.00$ Micro Purchase / P-card Mynatt Truck & Equipment 6,000.00$ Micro Purchase / P-card Vermeer Southeast Sales & Service Inc 3,000.00$ Micro Purchase / P-card Total 47,000.00$ 1,700,000.00$Total Requested for 23-24 Fiscal Year ORG OBJECT DESCRIPTION YEAR EFF DATE POST DATE PO/REF2 REFERENCE AMOUNT 5666611 550600 Vehicle Parts 2024 07/31/2024 08/01/2024 901974 4537 2,334.00 5666611 550600 Vehicle Parts 2024 04/17/2024 04/24/2024 901974 2443 911.62 5666611 550600 Vehicle Parts 2024 11/16/2023 11/29/2023 901974 9438 2,336.07 5666611 550600 Vehicle Parts 2024 11/16/2023 11/29/2023 901974 9438 2,394.90 5666611 550600 Vehicle Parts 2024 06/20/2024 06/25/2024 901974 3717 482.70 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 321.80 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 482.70 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 482.70 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 482.70 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 482.70 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 711.60 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 1,162.15 5666611 550600 Vehicle Parts 2024 05/03/2024 05/07/2024 901974 2837 8,732.80 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 479.40 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 72.04 5666611 550600 Vehicle Parts 2024 12/13/2023 12/28/2023 901974 69 1,063.35 5666611 550600 Vehicle Parts 2024 12/07/2023 12/15/2023 901974 9945 989.56 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 525.10 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 264.93 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 108.71 5666611 550600 Vehicle Parts 2024 05/03/2024 05/07/2024 901974 2837 133.31 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 166.00 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 76.52 5666611 550600 Vehicle Parts 2024 07/31/2024 08/01/2024 901974 4538 56.60 5666611 550600 Vehicle Parts 2024 07/31/2024 08/01/2024 901974 4535 31.49 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 66.58 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 29.25 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 53.43 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 14.98 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 35.86 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 132.94 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 26.75 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 7.90 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD -14.98 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 94.99 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 38.41 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 13.26 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 22.99 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 13.98 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 59.94 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 59.00 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 47.98 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 76.64 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 19.16 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 150.00 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 59.99 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 7.99 5666611 550600 Vehicle Parts 2024 07/31/2024 PCARD 33.33 5666611 550600 Vehicle Parts 2024 06/30/2024 07/12/2024 901974 4172 23.18 5666611 550600 Vehicle Parts 2024 06/30/2024 07/12/2024 901974 4172 19.99 5666611 550600 Vehicle Parts 2024 06/30/2024 07/12/2024 901974 4172 27.69 5666611 550600 Vehicle Parts 2024 06/30/2024 07/12/2024 901974 4172 18.99 5666611 550600 Vehicle Parts 2024 06/30/2024 07/12/2024 901974 4172 26.86 5666611 550600 Vehicle Parts 2024 06/30/2024 07/12/2024 901974 4172 39.90 5666611 550600 Vehicle Parts 2024 06/30/2024 07/12/2024 901974 4172 10.50 5666611 550600 Vehicle Parts 2024 06/30/2024 07/12/2024 901974 4167 32.06 5666611 550600 Vehicle Parts 2024 06/30/2024 07/12/2024 901974 4174 78.00 5666611 550600 Vehicle Parts 2024 06/30/2024 07/12/2024 901974 4174 14.59 5666611 550600 Vehicle Parts 2024 06/30/2024 07/12/2024 901974 4174 12.97 5666611 550600 Vehicle Parts 2024 06/30/2024 07/08/2024 901974 4044 1,399.99 5666611 550600 Vehicle Parts 2024 06/30/2024 07/08/2024 901974 4044 57.60 5666611 550600 Vehicle Parts 2024 06/30/2024 07/08/2024 901974 4044 14.99 5666611 550600 Vehicle Parts 2024 06/30/2024 07/08/2024 901974 4043 114.00 5666611 550600 Vehicle Parts 2024 06/30/2024 07/08/2024 901974 4043 41.18 5666611 550600 Vehicle Parts 2024 06/30/2024 07/08/2024 901974 4043 166.30 5666611 550600 Vehicle Parts 2024 06/30/2024 07/08/2024 901974 4042 40.97 5666611 550600 Vehicle Parts 2024 06/30/2024 07/08/2024 901974 4042 13.99 5666611 550600 Vehicle Parts 2024 06/30/2024 07/08/2024 901974 4042 85.73 5666611 550600 Vehicle Parts 2024 06/30/2024 07/08/2024 901974 4042 89.90 5666611 550600 Vehicle Parts 2024 06/30/2024 07/01/2024 901974 3937 79.00 5666611 550600 Vehicle Parts 2024 06/30/2024 07/01/2024 901974 3937 131.13 5666611 550600 Vehicle Parts 2024 06/30/2024 07/01/2024 901974 3937 86.15 5666611 550600 Vehicle Parts 2024 06/30/2024 06/26/2024 901974 3847 157.77 5666611 550600 Vehicle Parts 2024 06/30/2024 06/26/2024 901974 3847 84.54 5666611 550600 Vehicle Parts 2024 06/30/2024 06/26/2024 901974 3847 18.79 5666611 550600 Vehicle Parts 2024 06/30/2024 06/26/2024 901974 3847 153.99 5666611 550600 Vehicle Parts 2024 06/30/2024 06/26/2024 901974 3847 113.97 5666611 550600 Vehicle Parts 2024 06/30/2024 06/26/2024 901974 3847 152.95 5666611 550600 Vehicle Parts 2024 06/30/2024 06/26/2024 901974 3846 9.88 5666611 550600 Vehicle Parts 2024 06/30/2024 06/26/2024 901974 3846 59.09 5666611 550600 Vehicle Parts 2024 06/30/2024 06/26/2024 901974 3846 43.15 5666611 550600 Vehicle Parts 2024 06/30/2024 06/26/2024 901974 3846 -98.08 5666611 550600 Vehicle Parts 2024 05/31/2024 06/21/2024 901974 3742 78.36 5666611 550600 Vehicle Parts 2024 05/31/2024 06/21/2024 901974 3742 15.83 5666611 550600 Vehicle Parts 2024 05/31/2024 06/21/2024 901974 3742 -46.38 5666611 550600 Vehicle Parts 2024 05/31/2024 06/21/2024 901974 3742 339.96 5666611 550600 Vehicle Parts 2024 05/31/2024 06/21/2024 901974 3742 275.76 5666611 550600 Vehicle Parts 2024 05/31/2024 06/21/2024 901974 3742 37.98 5666611 550600 Vehicle Parts 2024 05/31/2024 06/21/2024 901974 3742 21.99 5666611 550600 Vehicle Parts 2024 05/31/2024 06/21/2024 901974 3743 70.20 5666611 550600 Vehicle Parts 2024 05/31/2024 06/21/2024 901974 3743 52.04 5666611 550600 Vehicle Parts 2024 05/31/2024 06/21/2024 901974 3743 37.77 5666611 550600 Vehicle Parts 2024 05/31/2024 06/12/2024 901974 3600 109.08 5666611 550600 Vehicle Parts 2024 05/31/2024 06/12/2024 901974 3600 48.59 5666611 550600 Vehicle Parts 2024 05/31/2024 06/12/2024 901974 3599 18.75 5666611 550600 Vehicle Parts 2024 05/31/2024 06/12/2024 901974 3601 211.84 5666611 550600 Vehicle Parts 2024 05/31/2024 06/12/2024 901974 3601 152.94 5666611 550600 Vehicle Parts 2024 05/31/2024 06/12/2024 901974 3601 42.96 5666611 550600 Vehicle Parts 2024 05/31/2024 05/24/2024 901974 3255 14.02 5666611 550600 Vehicle Parts 2024 05/31/2024 05/24/2024 901974 3255 239.98 5666611 550600 Vehicle Parts 2024 05/31/2024 05/24/2024 901974 3255 103.96 5666611 550600 Vehicle Parts 2024 05/31/2024 05/24/2024 901974 3255 14.39 5666611 550600 Vehicle Parts 2024 05/31/2024 05/24/2024 901974 3256 174.00 5666611 550600 Vehicle Parts 2024 05/31/2024 05/24/2024 901974 3256 209.98 5666611 550600 Vehicle Parts 2024 05/31/2024 05/24/2024 901974 3257 39.99 5666611 550600 Vehicle Parts 2024 05/31/2024 05/24/2024 901974 3257 46.38 5666611 550600 Vehicle Parts 2024 05/31/2024 05/24/2024 901974 3257 27.58 5666611 550600 Vehicle Parts 2024 04/30/2024 05/24/2024 901974 3251 36.42 5666611 550600 Vehicle Parts 2024 04/30/2024 05/24/2024 901974 3251 342.94 5666611 550600 Vehicle Parts 2024 04/30/2024 05/24/2024 901974 3251 378.26 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3130 9.99 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3131 30.95 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3131 20.38 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3131 24.54 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3132 7.99 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3132 9.16 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3132 24.99 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3132 16.55 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3132 51.28 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3132 57.60 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3134 146.95 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3136 39.54 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3128 489.98 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3128 19.99 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3128 69.98 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3128 17.98 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3128 31.98 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3128 68.76 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3128 53.90 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3128 6.17 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3128 44.82 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3126 15.65 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3126 1,499.00 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3126 26.95 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3126 201.08 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3126 135.53 5666611 550600 Vehicle Parts 2024 04/30/2024 05/20/2024 901974 3126 34.80 5666611 550600 Vehicle Parts 2024 03/31/2024 04/29/2024 901974 2702 1,039.49 5666611 550600 Vehicle Parts 2024 03/31/2024 04/25/2024 901974 2636 365.00 5666611 550600 Vehicle Parts 2024 03/31/2024 04/25/2024 901974 2636 21.94 5666611 550600 Vehicle Parts 2024 03/31/2024 04/25/2024 901974 2636 159.00 5666611 550600 Vehicle Parts 2024 03/31/2024 04/25/2024 901974 2636 176.62 5666611 550600 Vehicle Parts 2024 03/31/2024 04/25/2024 901974 2636 246.95 5666611 550600 Vehicle Parts 2024 03/31/2024 04/25/2024 901974 2636 24.69 5666611 550600 Vehicle Parts 2024 03/31/2024 04/25/2024 901974 2636 55.16 5666611 550600 Vehicle Parts 2024 03/31/2024 04/25/2024 901974 2636 37.15 5666611 550600 Vehicle Parts 2024 03/31/2024 04/25/2024 901974 2636 229.99 5666611 550600 Vehicle Parts 2024 03/31/2024 04/25/2024 901974 2636 402.28 5666611 550600 Vehicle Parts 2024 03/31/2024 04/25/2024 901974 2641 179.29 5666611 550600 Vehicle Parts 2024 03/31/2024 04/17/2024 901974 2416 35.99 5666611 550600 Vehicle Parts 2024 03/31/2024 04/17/2024 901974 2415 82.92 5666611 550600 Vehicle Parts 2024 03/31/2024 04/17/2024 901974 2415 38.97 5666611 550600 Vehicle Parts 2024 03/31/2024 04/17/2024 901974 2415 16.68 5666611 550600 Vehicle Parts 2024 03/31/2024 04/17/2024 901974 2415 65.98 5666611 550600 Vehicle Parts 2024 03/31/2024 04/17/2024 901974 2412 31.98 5666611 550600 Vehicle Parts 2024 03/31/2024 04/17/2024 901974 2412 26.15 5666611 550600 Vehicle Parts 2024 03/31/2024 04/17/2024 901974 2412 58.99 5666611 550600 Vehicle Parts 2024 03/31/2024 04/17/2024 901974 2412 75.88 5666611 550600 Vehicle Parts 2024 03/31/2024 04/17/2024 901974 2412 24.37 5666611 550600 Vehicle Parts 2024 03/31/2024 04/17/2024 901974 2412 113.97 5666611 550600 Vehicle Parts 2024 03/31/2024 04/17/2024 901974 2412 15.70 5666611 550600 Vehicle Parts 2024 03/31/2024 04/17/2024 901974 2407 68.97 5666611 550600 Vehicle Parts 2024 03/31/2024 04/15/2024 901974 2363 50.99 5666611 550600 Vehicle Parts 2024 03/31/2024 04/15/2024 901974 2363 50.98 5666611 550600 Vehicle Parts 2024 03/31/2024 04/15/2024 901974 2363 139.99 5666611 550600 Vehicle Parts 2024 03/31/2024 04/15/2024 901974 2363 13.99 5666611 550600 Vehicle Parts 2024 03/31/2024 04/15/2024 901974 2363 228.25 5666611 550600 Vehicle Parts 2024 03/31/2024 04/15/2024 901974 2363 20.80 5666611 550600 Vehicle Parts 2024 03/31/2024 03/29/2024 901974 2119 47.98 5666611 550600 Vehicle Parts 2024 03/31/2024 03/29/2024 901974 2119 39.99 5666611 550600 Vehicle Parts 2024 03/31/2024 03/29/2024 901974 2119 39.47 5666611 550600 Vehicle Parts 2024 03/31/2024 03/29/2024 901974 2118 125.72 5666611 550600 Vehicle Parts 2024 02/29/2024 03/22/2024 901974 1983 54.09 5666611 550600 Vehicle Parts 2024 02/29/2024 03/22/2024 901974 1983 10.69 5666611 550600 Vehicle Parts 2024 02/29/2024 03/22/2024 901974 1983 39.77 5666611 550600 Vehicle Parts 2024 02/29/2024 03/22/2024 901974 1983 35.94 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1710 48.59 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1710 75.95 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1710 7.69 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1710 54.64 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1710 18.57 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1710 15.58 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1709 15.55 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1709 29.65 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1709 15.55 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1709 28.90 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1709 147.94 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1709 44.10 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1709 14.90 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1711 30.99 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1711 37.99 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1711 41.97 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1711 150.36 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1711 26.98 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1711 30.95 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1711 52.49 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1708 21.57 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1707 21.97 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1707 229.99 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1706 36.95 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1706 239.98 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1706 23.95 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1706 36.94 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1706 25.54 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1706 69.99 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1706 38.15 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1712 16.86 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1712 251.90 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1705 33.99 5666611 550600 Vehicle Parts 2024 02/29/2024 03/04/2024 901974 1560 178.99 5666611 550600 Vehicle Parts 2024 02/29/2024 03/04/2024 901974 1560 72.31 5666611 550600 Vehicle Parts 2024 01/31/2024 02/15/2024 901974 1230 76.18 5666611 550600 Vehicle Parts 2024 01/31/2024 02/15/2024 901974 1230 34.88 5666611 550600 Vehicle Parts 2024 01/31/2024 02/15/2024 901974 1230 39.24 5666611 550600 Vehicle Parts 2024 01/31/2024 02/15/2024 901974 1231 107.90 5666611 550600 Vehicle Parts 2024 01/31/2024 02/15/2024 901974 1231 44.99 5666611 550600 Vehicle Parts 2024 01/31/2024 02/06/2024 901974 1006 137.72 5666611 550600 Vehicle Parts 2024 01/31/2024 02/06/2024 901974 1006 140.07 5666611 550600 Vehicle Parts 2024 01/31/2024 02/06/2024 901974 1006 88.27 5666611 550600 Vehicle Parts 2024 01/31/2024 02/06/2024 901974 1006 28.74 5666611 550600 Vehicle Parts 2024 01/31/2024 02/06/2024 901974 1006 37.99 5666611 550600 Vehicle Parts 2024 01/31/2024 02/06/2024 901974 1005 30.58 5666611 550600 Vehicle Parts 2024 01/31/2024 02/06/2024 901974 1005 25.31 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 833 139.99 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 833 41.02 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 833 244.73 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 833 44.24 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 833 69.76 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 832 14.94 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 832 17.99 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 832 37.24 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 834 51.95 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 834 59.98 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 834 35.62 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 834 389.59 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 834 36.94 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 834 18.96 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 834 101.56 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 835 26.98 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 836 164.64 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 836 78.47 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 836 576.17 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 836 19.99 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 836 44.64 5666611 550600 Vehicle Parts 2024 01/31/2024 01/24/2024 901974 763 28.96 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 829 272.79 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 829 24.96 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 829 15.99 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 829 272.79 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 829 12.99 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 829 44.97 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 829 29.98 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 829 177.00 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 827 134.99 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 826 18.20 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 826 26.00 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 826 71.98 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 826 65.13 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 826 16.98 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 826 11.29 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 825 49.94 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 825 37.06 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 825 62.80 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 825 -44.94 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 824 14.99 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 824 15.67 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 824 239.98 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 824 47.08 5666611 550600 Vehicle Parts 2024 12/31/2023 01/02/2024 901974 352 18.98 5666611 550600 Vehicle Parts 2024 12/31/2023 01/02/2024 901974 352 13.99 5666611 550600 Vehicle Parts 2024 11/30/2023 12/21/2023 901974 206 21.98 5666611 550600 Vehicle Parts 2024 11/30/2023 12/21/2023 901974 206 -32.88 5666611 550600 Vehicle Parts 2024 11/30/2023 12/21/2023 901974 208 27.98 5666611 550600 Vehicle Parts 2024 11/30/2023 12/21/2023 901974 208 26.98 5666611 550600 Vehicle Parts 2024 11/30/2023 12/21/2023 901974 208 34.93 5666611 550600 Vehicle Parts 2024 11/30/2023 12/21/2023 901974 210 119.96 5666611 550600 Vehicle Parts 2024 11/30/2023 12/21/2023 901974 210 90.94 5666611 550600 Vehicle Parts 2024 11/30/2023 12/21/2023 901974 210 18.98 5666611 550600 Vehicle Parts 2024 11/30/2023 12/14/2023 901974 88 305.64 5666611 550600 Vehicle Parts 2024 11/30/2023 12/14/2023 901974 88 155.94 5666611 550600 Vehicle Parts 2024 11/30/2023 12/14/2023 901974 88 203.88 5666611 550600 Vehicle Parts 2024 11/30/2023 12/14/2023 901974 88 22.66 5666611 550600 Vehicle Parts 2024 11/30/2023 12/14/2023 901974 88 63.96 5666611 550600 Vehicle Parts 2024 11/30/2023 12/14/2023 901974 88 31.99 5666611 550600 Vehicle Parts 2024 11/30/2023 12/13/2023 901974 50 19.98 5666611 550600 Vehicle Parts 2024 11/30/2023 12/13/2023 901974 50 44.94 5666611 550600 Vehicle Parts 2024 11/30/2023 12/13/2023 901974 50 132.99 5666611 550600 Vehicle Parts 2024 11/30/2023 12/07/2023 901974 9912 31.78 5666611 550600 Vehicle Parts 2024 11/30/2023 12/07/2023 901974 9912 22.98 5666611 550600 Vehicle Parts 2024 11/30/2023 12/07/2023 901974 9912 45.40 5666611 550600 Vehicle Parts 2024 11/30/2023 12/04/2023 901974 9801 71.32 5666611 550600 Vehicle Parts 2024 11/30/2023 12/04/2023 901974 9799 174.00 5666611 550600 Vehicle Parts 2024 11/30/2023 11/27/2023 901974 9605 28.37 5666611 550600 Vehicle Parts 2024 11/30/2023 11/27/2023 901974 9605 28.99 5666611 550600 Vehicle Parts 2024 11/30/2023 11/27/2023 901974 9605 -32.90 5666611 550600 Vehicle Parts 2024 11/30/2023 11/27/2023 901974 9605 74.95 5666611 550600 Vehicle Parts 2024 11/30/2023 11/27/2023 901974 9604 24.99 5666611 550600 Vehicle Parts 2024 11/30/2023 11/27/2023 901974 9604 346.16 5666611 550600 Vehicle Parts 2024 11/30/2023 11/27/2023 901974 9604 65.56 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 129.99 5666611 550600 Vehicle Parts 2024 06/20/2024 06/26/2024 901974 3717 562.12 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 694.20 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 884.88 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 327.44 5666611 550600 Vehicle Parts 2024 06/20/2024 06/25/2024 901974 3717 1,362.35 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 338.00 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 1,991.22 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 162.94 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 2,321.69 5666611 550600 Vehicle Parts 2024 02/21/2024 03/04/2024 901974 1331 2,122.58 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 1,203.09 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 1,132.95 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 454.17 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 256.41 5666611 550600 Vehicle Parts 2024 04/26/2024 04/26/2024 901974 CRED MEMO -149.62 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 49.75 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 29.53 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 108.88 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 151.09 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 212.76 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 12.20 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 8.30 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 157.07 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 159.07 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 294.03 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 861.77 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 167.05 5666611 550600 Vehicle Parts 2024 06/21/2024 06/26/2024 901974 3751 4,329.82 5666611 550600 Vehicle Parts 2024 05/31/2024 06/05/2024 901974 3335 312.30 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 1,333.17 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 3,680.95 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 284.27 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 42.78 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 515.83 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 325.89 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 44.02 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 4,505.56 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 57.61 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 150.09 5666611 550600 Vehicle Parts 2024 02/14/2024 02/21/2024 901974 1175 150.09 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 405.14 5666611 550600 Vehicle Parts 2024 07/02/2024 07/09/2024 901974 3951 2,795.00 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 25.00 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 178.00 5666611 550600 Vehicle Parts 2024 08/12/2024 08/14/2024 901974 4735 90.00 5666611 550600 Vehicle Parts 2024 08/12/2024 08/14/2024 901974 4735 396.00 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 65.00 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 32.00 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 425.00 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 445.00 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 200.00 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 135.00 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 214.46 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 289.00 5666611 550600 Vehicle Parts 2024 07/01/2024 07/03/2024 901974 3927 343.00 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 510.00 5666611 550600 Vehicle Parts 2024 06/20/2024 06/25/2024 901974 3717 433.00 5666611 550600 Vehicle Parts 2024 06/20/2024 06/25/2024 901974 3717 562.00 5666611 550600 Vehicle Parts 2024 06/20/2024 06/25/2024 901974 3717 320.00 5666611 550600 Vehicle Parts 2024 05/31/2024 06/05/2024 901974 3335 290.00 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 298.00 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 402.00 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 975.00 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 102.00 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 252.00 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 1,020.00 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 640.00 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 684.00 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 598.50 5666611 550600 Vehicle Parts 2024 05/03/2024 05/07/2024 901974 2837 220.00 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 269.00 5666611 550600 Vehicle Parts 2024 03/13/2024 03/15/2024 901974 1742 107.25 5666611 550600 Vehicle Parts 2024 03/13/2024 03/15/2024 901974 1742 202.00 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 196.02 5666611 550600 Vehicle Parts 2024 02/13/2024 02/15/2024 901974 1153 108.00 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 89.00 5666611 550600 Vehicle Parts 2024 01/03/2024 01/08/2024 901974 399 1,265.00 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 307.00 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 234.00 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 222.00 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 352.59 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 53.00 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 72.22 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 343.45 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 343.48 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 335.48 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 343.45 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 343.45 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 786.66 5666611 550600 Vehicle Parts 2024 06/05/2024 06/11/2024 901974 3440 509.53 5666611 550600 Vehicle Parts 2024 05/31/2024 06/04/2024 901974 CRED MEMO -1,123.79 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 1,123.79 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 696.39 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 326.57 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 1,123.74 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 174.20 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 341.06 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 341.06 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 338.11 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 86.78 5666611 550600 Vehicle Parts 2024 02/13/2024 02/14/2024 901974 1153 1,154.75 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 349.55 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 430.54 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 505.28 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 94.22 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 430.51 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 94.50 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 505.55 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 1,128.91 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 75.84 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 2,974.65 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 2,946.04 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 577.30 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 169.98 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 2,251.55 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 785.95 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 189.59 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 470.70 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 135.98 5666611 550600 Vehicle Parts 2024 07/01/2024 07/03/2024 901974 3927 534.95 5666611 550600 Vehicle Parts 2024 07/01/2024 07/03/2024 901974 3927 69.99 5666611 550600 Vehicle Parts 2024 06/20/2024 06/26/2024 901974 3717 28.84 5666611 550600 Vehicle Parts 2024 06/20/2024 06/26/2024 901974 3717 617.75 5666611 550600 Vehicle Parts 2024 06/06/2024 06/13/2024 901974 CRED MEMO -211.19 5666611 550600 Vehicle Parts 2024 06/05/2024 06/13/2024 901974 3440 189.59 5666611 550600 Vehicle Parts 2024 06/05/2024 06/13/2024 901974 3440 764.74 5666611 550600 Vehicle Parts 2024 06/05/2024 06/13/2024 901974 3440 214.98 5666611 550600 Vehicle Parts 2024 06/05/2024 06/13/2024 901974 3440 102.32 5666611 550600 Vehicle Parts 2024 06/05/2024 06/13/2024 901974 3440 123.21 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 899.94 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 1,576.74 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 1,309.34 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 254.39 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 133.98 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 450.48 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 1,286.99 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 490.78 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 364.64 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 756.73 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 13.79 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 3,027.66 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 84.14 5666611 550600 Vehicle Parts 2024 02/23/2024 03/05/2024 901974 1389 36.74 5666611 550600 Vehicle Parts 2024 02/23/2024 03/05/2024 901974 1389 280.49 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 96.30 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 528.58 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 1,234.41 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 120.68 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 10.47 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 258.81 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 569.00 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 35.01 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 148.82 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 144.23 5666611 550600 Vehicle Parts 2024 11/08/2023 11/29/2023 901974 9279 303.02 5666611 550600 Vehicle Parts 2024 11/08/2023 11/29/2023 901974 9279 371.44 5666611 550600 Vehicle Parts 2024 11/08/2023 11/29/2023 901974 9279 808.75 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 444.75 5666611 550600 Vehicle Parts 2024 05/31/2024 06/04/2024 901974 3335 26.14 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 946.50 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 226.50 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 311.25 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 1,203.75 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 384.75 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 31.20 5666611 550600 Vehicle Parts 2024 12/19/2023 02/05/2024 901974 CRED MEMO -48.75 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 7.04 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 337.50 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 329.31 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 48.75 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 122.25 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 334.98 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 999.98 5666611 550600 Vehicle Parts 2024 07/01/2024 07/03/2024 901974 3927 1,366.17 5666611 550600 Vehicle Parts 2024 06/20/2024 06/25/2024 901974 3717 67.73 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 370.16 5666611 550600 Vehicle Parts 2024 04/12/2024 04/15/2024 901974 2344 313.00 5666611 550600 Vehicle Parts 2024 03/27/2024 04/05/2024 901974 2059 98.80 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 373.40 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 373.40 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 1,045.80 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 37.50 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 101.04 5666611 550600 Vehicle Parts 2024 07/26/2024 08/01/2024 901974 4460 70.07 5666611 550600 Vehicle Parts 2024 07/26/2024 08/01/2024 901974 4460 6.64 5666611 550600 Vehicle Parts 2024 07/26/2024 08/01/2024 901974 4460 101.04 5666611 550600 Vehicle Parts 2024 07/26/2024 08/01/2024 901974 4460 188.83 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 72.37 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 158.74 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 476.90 5666611 550600 Vehicle Parts 2024 07/01/2024 07/03/2024 901974 3927 476.90 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 60.07 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 7.26 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 104.88 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 125.23 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 101.04 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 99.60 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 75.05 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 33.82 5666611 550600 Vehicle Parts 2024 05/03/2024 05/07/2024 901974 2837 46.21 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 51.42 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 186.74 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 339.40 5666611 550600 Vehicle Parts 2024 03/27/2024 04/05/2024 901974 2059 47.25 5666611 550600 Vehicle Parts 2024 03/27/2024 04/05/2024 901974 2059 551.34 5666611 550600 Vehicle Parts 2024 03/28/2024 03/28/2024 901974 CRED MEMO -50.00 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 20.41 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 417.92 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 227.96 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 28.08 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 131.44 5666611 550600 Vehicle Parts 2024 02/13/2024 02/15/2024 901974 1153 82.21 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 225.41 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 327.19 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 781.11 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 15.15 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 19.54 5666611 550600 Vehicle Parts 2024 02/02/2024 02/02/2024 901974 CRED MEMO -50.00 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 203.01 5666611 550600 Vehicle Parts 2024 01/03/2024 01/08/2024 901974 399 26.46 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 1,499.24 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 750.00 5666611 550600 Vehicle Parts 2024 12/18/2023 12/19/2023 901974 CRED MEMO -50.00 5666611 550600 Vehicle Parts 2024 12/07/2023 12/15/2023 901974 9945 370.04 5666611 550600 Vehicle Parts 2024 12/07/2023 12/15/2023 901974 9945 154.35 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 47.13 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 293.32 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 154.35 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 763.28 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 14.77 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 62.14 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 499.20 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 94.80 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 89.77 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 43.26 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 159.37 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 70.30 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 22.96 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 120.00 5666611 550600 Vehicle Parts 2024 07/31/2024 08/01/2024 901974 4535 251.82 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 449.85 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 511.80 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 811.70 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 749.75 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 1,079.85 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 299.90 5666611 550600 Vehicle Parts 2024 07/01/2024 07/03/2024 901974 3927 1,173.55 5666611 550600 Vehicle Parts 2024 07/01/2024 07/03/2024 901974 3927 61.95 5666611 550600 Vehicle Parts 2024 07/01/2024 07/03/2024 901974 3927 1,079.85 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 899.85 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 1,079.85 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 899.70 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 449.85 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 61.95 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 1,199.60 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 61.95 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 449.85 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 61.95 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 149.95 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 449.85 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 224.95 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 299.90 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 61.95 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 349.95 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 599.80 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 61.95 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 149.95 5666611 550600 Vehicle Parts 2024 02/23/2024 03/05/2024 901974 1389 1,199.60 5666611 550600 Vehicle Parts 2024 02/13/2024 02/15/2024 901974 1153 61.95 5666611 550600 Vehicle Parts 2024 02/13/2024 02/15/2024 901974 1153 1,199.60 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 61.95 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 449.85 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 1,199.60 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 299.90 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 349.95 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 599.80 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 1,199.60 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 61.95 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 61.95 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 749.75 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 61.95 5666611 550600 Vehicle Parts 2024 12/13/2023 12/18/2023 901974 69 61.95 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 449.85 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 899.70 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 61.95 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 599.80 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 839.85 5666611 550600 Vehicle Parts 2024 06/30/2024 07/23/2024 901974 4355 225.00 5666611 550600 Vehicle Parts 2024 07/30/2024 07/30/2024 901974 CRED MEMO -1,512.79 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 91.27 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 129.15 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 331.16 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 81.25 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 18.35 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 76.30 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 1,567.13 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 1,319.64 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 1,575.34 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 100.12 5666611 550600 Vehicle Parts 2024 07/10/2024 07/10/2024 901974 CRED MEMO -579.61 5666611 550600 Vehicle Parts 2024 07/01/2024 07/05/2024 901974 3927 69.97 5666611 550600 Vehicle Parts 2024 07/01/2024 07/05/2024 901974 3927 257.64 5666611 550600 Vehicle Parts 2024 07/01/2024 07/05/2024 901974 3927 1,364.10 5666611 550600 Vehicle Parts 2024 07/01/2024 07/05/2024 901974 3927 42.95 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 1,803.12 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 671.43 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 289.21 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 422.85 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 91.27 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 101.08 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 134.35 5666611 550600 Vehicle Parts 2024 05/31/2024 06/04/2024 901974 3335 16.52 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 879.41 5666611 550600 Vehicle Parts 2024 04/03/2024 04/03/2024 901974 CRED MEMO -128.57 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 61.23 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 25.20 5666611 550600 Vehicle Parts 2024 03/27/2024 04/05/2024 901974 2059 232.84 5666611 550600 Vehicle Parts 2024 03/27/2024 04/05/2024 901974 2059 47.52 5666611 550600 Vehicle Parts 2024 03/21/2024 04/05/2024 901974 1947 215.80 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 92.16 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 299.84 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 605.81 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 119.38 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 102.50 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 166.33 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 168.72 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 381.76 5666611 550600 Vehicle Parts 2024 12/05/2023 12/20/2023 901974 9835 185.22 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 51.98 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 214.18 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 422.17 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 1,561.37 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 15.00 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 15.00 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 15.00 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 15.00 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 15.00 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 15.00 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 15.00 5666611 550600 Vehicle Parts 2024 03/27/2024 04/05/2024 901974 2059 15.00 5666611 550600 Vehicle Parts 2024 03/27/2024 04/05/2024 901974 2059 15.00 5666611 550600 Vehicle Parts 2024 02/29/2024 03/05/2024 901974 1502 15.00 5666611 550600 Vehicle Parts 2024 02/23/2024 03/05/2024 901974 1389 15.00 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 32.42 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 15.00 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 15.00 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1959 389.32 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1959 272.62 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1959 57.27 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 666.25 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 413.27 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 664.59 5666611 550600 Vehicle Parts 2024 07/01/2024 07/05/2024 901974 3927 496.34 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 761.82 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 2,563.15 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 1,251.72 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 140.11 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 1,932.67 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 1,166.66 5666611 550600 Vehicle Parts 2024 04/30/2024 05/01/2024 901974 2725 1,079.31 5666611 550600 Vehicle Parts 2024 04/30/2024 05/01/2024 901974 2725 1,358.69 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 729.23 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 1,708.76 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 71.32 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 421.22 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 206.67 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 422.94 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 27,244.08 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 1,944.20 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 257.80 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 3,364.46 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 794.23 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 2,866.69 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 1,972.26 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 514.27 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 2,061.04 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 1,645.53 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 2,182.41 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 284.26 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 93.64 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 2,105.35 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 479.31 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 70.98 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 1,602.95 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 2,996.44 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 108.92 5666611 550600 Vehicle Parts 2024 05/03/2024 05/07/2024 901974 2837 1,175.59 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 82.02 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 494.76 5666611 550600 Vehicle Parts 2024 01/03/2024 01/08/2024 901974 399 104.10 5666611 550600 Vehicle Parts 2024 01/03/2024 01/08/2024 901974 399 657.60 5666611 550600 Vehicle Parts 2024 01/03/2024 01/08/2024 901974 399 568.08 5666611 550600 Vehicle Parts 2024 05/03/2024 05/07/2024 901974 2837 315.52 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 157.69 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1959 1,079.68 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 18,101.06 5666611 550600 Vehicle Parts 2024 06/12/2024 06/13/2024 901974 3607 20,386.76 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 21,570.29 5666611 550600 Vehicle Parts 2024 04/12/2024 04/15/2024 901974 2344 25,728.96 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 16,621.61 5666611 550600 Vehicle Parts 2024 02/02/2024 02/05/2024 901974 947 18,576.93 5666611 550600 Vehicle Parts 2024 01/11/2024 01/19/2024 901974 537 24,045.59 5666611 550600 Vehicle Parts 2024 12/14/2023 12/18/2023 901974 94 31,173.32 5666611 550600 Vehicle Parts 2024 11/21/2023 11/29/2023 901974 9519 41,390.52 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 266.48 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 828.56 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 133.24 5666611 550600 Vehicle Parts 2024 08/05/2024 08/05/2024 901974 CRED MEMO -80.00 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 23.39 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 342.32 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 116.88 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 30.54 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 614.79 5666611 550600 Vehicle Parts 2024 06/20/2024 06/25/2024 901974 3717 20.05 5666611 550600 Vehicle Parts 2024 06/20/2024 06/25/2024 901974 3717 945.60 5666611 550600 Vehicle Parts 2024 06/05/2024 06/11/2024 901974 3440 10.94 5666611 550600 Vehicle Parts 2024 05/31/2024 06/04/2024 901974 3335 6.43 5666611 550600 Vehicle Parts 2024 05/31/2024 06/04/2024 901974 3335 32.15 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 12.01 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 114.60 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 130.56 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 322.32 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 652.52 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 114.60 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 24.16 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 945.60 5666611 550600 Vehicle Parts 2024 04/30/2024 05/01/2024 901974 2725 97.12 5666611 550600 Vehicle Parts 2024 04/30/2024 05/01/2024 901974 2725 24.16 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 185.07 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 18.12 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 38.54 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 229.20 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 945.60 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 400.00 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 38.54 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 1,891.20 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 522.05 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 423.55 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 128.58 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 33.78 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 306.99 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 202.67 5666611 550600 Vehicle Parts 2024 02/13/2024 02/15/2024 901974 1153 945.60 5666611 550600 Vehicle Parts 2024 02/13/2024 02/15/2024 901974 1153 41.84 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 549.60 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 193.72 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 160.62 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 97.38 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 912.00 5666611 550600 Vehicle Parts 2024 01/03/2024 01/08/2024 901974 399 92.88 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 296.72 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 117.81 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 405.00 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 85.77 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 289.57 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 211.40 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 398.90 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 442.80 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 114.34 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 114.57 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 702.27 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 114.57 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 187.13 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 125.43 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 811.66 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 218.13 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 CRED MEMO -2,306.14 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 336.60 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 2,306.14 5666611 550600 Vehicle Parts 2024 06/26/2024 06/26/2024 901974 CRED MEMO -145.00 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 4,132.69 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 86.83 5666611 550600 Vehicle Parts 2024 05/31/2024 06/05/2024 901974 3335 13.64 5666611 550600 Vehicle Parts 2024 05/31/2024 06/05/2024 901974 3335 91.12 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 908.03 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 471.01 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 109.01 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 90.95 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 3,716.30 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 388.24 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 779.70 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 217.12 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 177.70 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 629.94 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 2,161.43 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 387.46 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 292.02 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 1,254.56 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 71.77 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 13.65 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 561.23 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 329.61 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 9.78 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 240.81 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 177.72 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 18.28 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 55.39 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 1,484.52 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 336.60 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 877.68 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 274.34 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 1,898.32 5666611 550600 Vehicle Parts 2024 02/29/2024 03/05/2024 901974 1502 221.48 5666611 550600 Vehicle Parts 2024 02/23/2024 03/05/2024 901974 1389 756.86 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 411.11 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 535.77 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 58.82 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 246.78 5666611 550600 Vehicle Parts 2024 02/13/2024 02/14/2024 901974 1153 897.30 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 75.00 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 1,831.66 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 42.88 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 70.72 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 498.64 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 114.57 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 142.96 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 195.87 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 1,293.34 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 59.42 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 977.96 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 30.47 5666611 550600 Vehicle Parts 2024 12/13/2023 12/18/2023 901974 69 31.83 5666611 550600 Vehicle Parts 2024 12/13/2023 12/18/2023 901974 69 280.50 5666611 550600 Vehicle Parts 2024 12/13/2023 12/18/2023 901974 69 336.60 5666611 550600 Vehicle Parts 2024 12/13/2023 12/18/2023 901974 69 567.12 5666611 550600 Vehicle Parts 2024 12/13/2023 12/18/2023 901974 69 868.62 5666611 550600 Vehicle Parts 2024 11/16/2023 11/29/2023 901974 9438 1,087.06 5666611 550600 Vehicle Parts 2024 11/16/2023 11/29/2023 901974 9438 1,076.80 5666611 550600 Vehicle Parts 2024 11/16/2023 11/29/2023 901974 9438 260.04 5666611 550600 Vehicle Parts 2024 11/14/2023 11/29/2023 901974 9387 280.50 5666611 550600 Vehicle Parts 2024 11/14/2023 11/29/2023 901974 9387 945.56 5666611 550600 Vehicle Parts 2024 03/21/2024 03/21/2024 901974 CRED MEMO -300.00 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 1,958.64 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 194.43 5666611 550600 Vehicle Parts 2024 02/13/2024 02/14/2024 901974 1153 1,177.64 5666611 550600 Vehicle Parts 2024 12/29/2023 02/15/2024 901974 CRED MEMO -113.35 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 113.35 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 46.40 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 24.40 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 193.98 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 81.98 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 475.63 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 24.88 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 8.23 5666611 550600 Vehicle Parts 2024 07/26/2024 08/07/2024 901974 4460 38.34 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 117.24 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 19.17 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 23.98 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 34.33 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 21.64 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 45.30 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 116.07 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 50.23 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 21.30 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 10.42 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 5.41 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 21.64 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 225.58 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 18.66 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 24.88 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 17.49 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 22.32 5666611 550600 Vehicle Parts 2024 07/01/2024 07/05/2024 901974 3927 22.35 5666611 550600 Vehicle Parts 2024 07/01/2024 07/05/2024 901974 3927 25.79 5666611 550600 Vehicle Parts 2024 07/01/2024 07/05/2024 901974 3927 29.23 5666611 550600 Vehicle Parts 2024 07/01/2024 07/05/2024 901974 3927 39.99 5666611 550600 Vehicle Parts 2024 07/01/2024 07/05/2024 901974 3927 24.88 5666611 550600 Vehicle Parts 2024 07/02/2024 07/03/2024 901974 CRED MEMO -39.99 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 CRED MEMO -43.70 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 23.98 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 11.99 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 52.60 5666611 550600 Vehicle Parts 2024 06/20/2024 06/25/2024 901974 3717 82.02 5666611 550600 Vehicle Parts 2024 06/20/2024 06/25/2024 901974 3717 43.70 5666611 550600 Vehicle Parts 2024 06/20/2024 06/25/2024 901974 3717 15.43 5666611 550600 Vehicle Parts 2024 06/05/2024 06/11/2024 901974 3440 46.36 5666611 550600 Vehicle Parts 2024 06/05/2024 06/11/2024 901974 3440 26.98 5666611 550600 Vehicle Parts 2024 06/05/2024 06/11/2024 901974 3440 55.14 5666611 550600 Vehicle Parts 2024 05/31/2024 06/04/2024 901974 3335 18.80 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 11.73 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 18.66 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 8.94 5666611 550600 Vehicle Parts 2024 05/30/2024 05/30/2024 901974 CRED MEMO -9.84 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 6.58 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 8.87 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 35.05 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 9.84 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 18.66 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 6.76 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 59.98 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 80.95 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 1.94 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 31.13 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 63.44 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 43.57 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 6.23 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 6.23 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 35.97 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 3.72 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 59.68 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 69.36 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 195.96 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 108.25 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 10.34 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 15.99 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 53.88 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 139.53 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 20.68 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 4.92 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 23.86 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 52.62 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 8.87 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 18.66 5666611 550600 Vehicle Parts 2024 04/17/2024 04/24/2024 901974 2443 75.98 5666611 550600 Vehicle Parts 2024 04/17/2024 04/24/2024 901974 2443 23.18 5666611 550600 Vehicle Parts 2024 04/17/2024 04/24/2024 901974 2443 46.36 5666611 550600 Vehicle Parts 2024 04/17/2024 04/24/2024 901974 2443 53.52 5666611 550600 Vehicle Parts 2024 04/17/2024 04/24/2024 901974 2443 24.03 5666611 550600 Vehicle Parts 2024 04/17/2024 04/24/2024 901974 2443 27.66 5666611 550600 Vehicle Parts 2024 04/17/2024 04/24/2024 901974 2443 117.24 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 28.92 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 10.52 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 88.48 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 53.88 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 14.21 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 8.94 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 6.71 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 6.22 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 34.77 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 20.45 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 3.54 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 350.70 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 211.24 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 30.70 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 144.85 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 97.49 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 39.64 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 12.44 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 146.00 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 99.40 5666611 550600 Vehicle Parts 2024 02/23/2024 02/23/2024 901974 CRED MEMO -146.00 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 7.98 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 132.72 5666611 550600 Vehicle Parts 2024 02/13/2024 02/14/2024 901974 1153 273.36 5666611 550600 Vehicle Parts 2024 02/13/2024 02/14/2024 901974 1153 22.14 5666611 550600 Vehicle Parts 2024 02/13/2024 02/14/2024 901974 1153 22.14 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 28.97 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 77.24 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 273.36 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 117.04 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 15.52 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 195.96 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 15.52 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 112.00 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 83.90 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 3.55 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 106.51 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 65.28 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 15.12 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 175.38 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 64.19 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 117.04 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 16.38 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 137.00 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 CRED MEMO -4.20 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 17.78 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 87.78 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 75.98 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 13.34 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 12.46 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 32.82 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 37.99 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 17.38 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 99.28 5666611 550600 Vehicle Parts 2024 12/29/2023 01/02/2024 901974 CRED MEMO -34.99 5666611 550600 Vehicle Parts 2024 12/29/2023 01/02/2024 901974 CRED MEMO -0.19 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 2.85 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 135.13 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 34.99 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 171.23 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 103.29 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 6.22 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 11.59 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 137.00 5666611 550600 Vehicle Parts 2024 12/07/2023 12/15/2023 901974 9945 4.90 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 66.00 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 92.19 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 11.38 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 1.80 5666611 550600 Vehicle Parts 2024 11/17/2023 11/17/2023 901974 CRED MEMO -0.74 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 704.16 5666611 550600 Vehicle Parts 2024 04/17/2024 04/23/2024 901974 2443 86.22 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 415.08 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 103.77 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 207.54 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 352.08 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 72.78 5666611 550600 Vehicle Parts 2024 01/03/2024 01/08/2024 901974 399 201.44 5666611 550600 Vehicle Parts 2024 01/03/2024 01/08/2024 901974 399 20.20 5666611 550600 Vehicle Parts 2024 01/03/2024 01/08/2024 901974 399 352.08 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 352.08 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 465.40 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 722.70 5666611 550600 Vehicle Parts 2024 07/01/2024 07/05/2024 3927 31.64 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 138.48 5666611 550600 Vehicle Parts 2024 06/20/2024 06/25/2024 901974 3717 103.60 5666611 550600 Vehicle Parts 2024 06/05/2024 06/11/2024 901974 3440 116.00 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 116.00 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 42.18 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 736.20 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 42.18 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 8.07 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 155.04 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 131.76 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 736.20 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 73.27 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 52.95 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 91.18 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 25.27 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 317.77 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 26.75 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 86.67 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 109.45 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 95.28 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 46.86 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 393.20 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 393.20 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 37.84 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 153.12 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 11.88 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 12.66 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 14.94 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 98.88 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 42.40 5666611 550600 Vehicle Parts 2024 02/15/2024 02/15/2024 901974 CRED MEMO -109.45 5666611 550600 Vehicle Parts 2024 02/15/2024 02/15/2024 901974 CRED MEMO -393.20 5666611 550600 Vehicle Parts 2024 04/30/2024 05/24/2024 901974 3250 2,462.70 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 1,672.23 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 1,673.70 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 54.45 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 488.31 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 303.83 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 526.07 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 3,854.77 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 4,869.50 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 12,349.22 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 26,554.26 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 433.27 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1959 402.25 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1959 4,121.09 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 305.72 5666611 550600 Vehicle Parts 2024 01/31/2024 01/29/2024 901974 836 38.53 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 1,923.80 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 774.43 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 774.43 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 1,016.06 5666611 550600 Vehicle Parts 2024 11/30/2023 12/07/2023 901974 9912 43.55 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1959 224.99 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 43.82 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 80.76 5666611 550600 Vehicle Parts 2024 07/30/2024 07/30/2024 901974 CRED MEMO -100.00 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 1,562.28 5666611 550600 Vehicle Parts 2024 06/21/2024 06/21/2024 901974 CRED MEMO -50.00 5666611 550600 Vehicle Parts 2024 06/05/2024 06/11/2024 901974 3440 781.12 5666611 550600 Vehicle Parts 2024 05/02/2024 05/03/2024 901974 CRED MEMO -2,000.00 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 5,859.24 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 379.12 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 17.38 5666611 550600 Vehicle Parts 2024 02/23/2024 02/23/2024 901974 CRED MEMO -125.00 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 1,091.69 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 105.00 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 122.26 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 63.23 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 12,393.19 5666611 550600 Vehicle Parts 2024 06/14/2024 06/17/2024 901974 3642 13,822.10 5666611 550600 Vehicle Parts 2024 06/12/2024 06/13/2024 901974 3607 9,945.18 5666611 550600 Vehicle Parts 2024 04/25/2024 05/02/2024 901974 2642 13,372.09 5666611 550600 Vehicle Parts 2024 04/25/2024 05/02/2024 901974 2642 14,345.61 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1789 15,886.70 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 10,150.83 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 9,114.22 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 1,651.97 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 73.56 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 78.93 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 311.78 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 267.84 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 82.62 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 109.40 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 24.71 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 471.00 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 30.47 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 446.30 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 500.16 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 49.42 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 156.74 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 134.48 5666611 550600 Vehicle Parts 2024 06/20/2024 06/25/2024 901974 3717 309.95 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 5,386.72 5666611 550600 Vehicle Parts 2024 05/31/2024 06/05/2024 901974 3335 214.82 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 1,777.56 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 975.00 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 92.77 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 721.74 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 1,246.90 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 316.90 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 1,177.64 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 73.74 5666611 550600 Vehicle Parts 2024 05/16/2024 05/22/2024 901974 3083 407.08 5666611 550600 Vehicle Parts 2024 05/03/2024 05/07/2024 901974 2837 135.15 5666611 550600 Vehicle Parts 2024 05/03/2024 05/07/2024 901974 2837 93.07 5666611 550600 Vehicle Parts 2024 05/03/2024 05/07/2024 901974 2837 2,016.50 5666611 550600 Vehicle Parts 2024 05/03/2024 05/07/2024 901974 2837 195.90 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 1,079.12 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 217.97 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 47.50 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 646.87 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 95.14 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 40.83 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 86.41 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 586.52 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 181.29 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 44.59 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 895.52 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 86.62 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 46.74 5666611 550600 Vehicle Parts 2024 02/29/2024 03/05/2024 901974 1502 155.87 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 594.89 5666611 550600 Vehicle Parts 2024 02/13/2024 02/15/2024 901974 1153 85.99 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 161.61 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 445.17 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 37.74 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 754.26 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 604.16 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 1,270.20 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 605.02 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 25.24 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 634.24 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 34.23 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 4,651.65 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 1,075.25 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 606.74 5666611 550600 Vehicle Parts 2024 12/07/2023 12/18/2023 901974 9945 547.28 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 768.62 5666611 550600 Vehicle Parts 2024 12/07/2023 12/07/2023 901974 CRED MEMO -45.20 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 1,625.99 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 122.79 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 2,150.99 5666611 550600 Vehicle Parts 2024 11/15/2023 11/29/2023 901974 9417 172.68 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 153.21 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 106.50 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 1,887.14 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 359.10 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 432.10 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 200.50 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 6,313.92 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 534.53 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 399.04 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 598.56 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 534.45 5666611 550600 Vehicle Parts 2024 04/16/2024 04/19/2024 901974 2389 786.19 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 343.97 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 786.49 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 2,328.30 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 913.58 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1959 418.87 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 1,161.93 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 37.20 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 161.33 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 624.24 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 534.55 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 152.98 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 594.86 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 516.26 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 23.53 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 60.81 5666611 550600 Vehicle Parts 2024 06/11/2024 06/12/2024 CRED MEMO -107.50 5666611 550600 Vehicle Parts 2024 06/11/2024 06/12/2024 CRED MEMO -215.00 5666611 550600 Vehicle Parts 2024 06/11/2024 06/12/2024 CRED MEMO -17.15 5666611 550600 Vehicle Parts 2024 06/11/2024 06/12/2024 CRED MEMO -496.25 5666611 550600 Vehicle Parts 2024 06/11/2024 06/12/2024 CRED MEMO -205.80 5666611 550600 Vehicle Parts 2024 06/11/2024 06/12/2024 CRED MEMO -390.00 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 80.16 5666611 550600 Vehicle Parts 2024 05/03/2024 05/07/2024 901974 2837 1,195.00 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 27.36 5666611 550600 Vehicle Parts 2024 04/17/2024 04/23/2024 901974 2443 38.28 5666611 550600 Vehicle Parts 2024 04/17/2024 04/23/2024 901974 2443 37.20 5666611 550600 Vehicle Parts 2024 04/17/2024 04/23/2024 901974 2443 52.20 5666611 550600 Vehicle Parts 2024 04/17/2024 04/23/2024 901974 2443 7.10 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 492.21 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 207.94 5666611 550600 Vehicle Parts 2024 02/26/2024 02/26/2024 901974 CRED MEMO -34.30 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 506.05 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 52.20 5666611 550600 Vehicle Parts 2024 02/02/2024 02/02/2024 901974 CRED MEMO -17.15 5666611 550600 Vehicle Parts 2024 02/02/2024 02/02/2024 901974 CRED MEMO -17.15 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 73.04 5666611 550600 Vehicle Parts 2024 12/07/2023 12/18/2023 901974 9945 125.85 5666611 550600 Vehicle Parts 2024 12/07/2023 12/18/2023 901974 9945 169.92 5666611 550600 Vehicle Parts 2024 04/17/2024 04/23/2024 901974 2443 15,782.91 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 1,728.18 5666611 550600 Vehicle Parts 2024 01/03/2024 01/08/2024 901974 399 3,656.51 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 725.72 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 1,121.75 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 1,470.00 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 1,876.50 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 2,701.50 5666611 550600 Vehicle Parts 2024 05/31/2024 06/05/2024 901974 3335 1,129.50 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 4,231.50 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 2,765.00 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 2,072.50 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 3,070.00 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 2,677.00 5666611 550600 Vehicle Parts 2024 01/30/2024 01/31/2024 901974 861 2,440.00 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 3,315.00 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 339.25 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 144.51 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 158.81 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 80.55 5666611 550600 Vehicle Parts 2024 12/31/2023 01/29/2024 901974 829 65.55 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 525.50 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 1,708.10 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 448.50 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 895.90 5666611 550600 Vehicle Parts 2024 07/01/2024 07/03/2024 901974 3927 399.00 5666611 550600 Vehicle Parts 2024 06/21/2024 06/26/2024 901974 3751 1,493.40 5666611 550600 Vehicle Parts 2024 06/21/2024 06/26/2024 901974 3751 1,650.60 5666611 550600 Vehicle Parts 2024 06/21/2024 06/26/2024 901974 3751 285.10 5666611 550600 Vehicle Parts 2024 06/20/2024 06/26/2024 901974 3717 441.31 5666611 550600 Vehicle Parts 2024 06/20/2024 06/26/2024 901974 3717 1,750.00 5666611 550600 Vehicle Parts 2024 06/20/2024 06/26/2024 901974 3717 351.15 5666611 550600 Vehicle Parts 2024 06/20/2024 06/26/2024 901974 3717 182.00 5666611 550600 Vehicle Parts 2024 05/31/2024 06/13/2024 901974 3335 213.95 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 352.00 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 1,207.75 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 531.60 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 1,884.30 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 564.80 5666611 550600 Vehicle Parts 2024 03/29/2024 04/05/2024 901974 2103 1,068.00 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 342.45 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 255.40 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 455.60 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 127.70 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 615.90 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 704.13 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 94.39 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 487.05 5666611 550600 Vehicle Parts 2024 02/29/2024 03/06/2024 901974 1502 68.70 5666611 550600 Vehicle Parts 2024 02/23/2024 03/05/2024 901974 1389 194.90 5666611 550600 Vehicle Parts 2024 02/23/2024 03/05/2024 901974 1389 115.40 5666611 550600 Vehicle Parts 2024 02/13/2024 02/14/2024 901974 1153 830.00 5666611 550600 Vehicle Parts 2024 02/13/2024 02/14/2024 901974 1153 137.40 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 580.00 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 469.74 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 1,164.00 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 217.26 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 93.45 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 141.60 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 384.51 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 384.51 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 595.49 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 146.65 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 210.00 5666611 550600 Vehicle Parts 2024 01/04/2024 01/09/2024 901974 424 233.08 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 295.00 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 86.60 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 337.90 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 848.00 5666611 550600 Vehicle Parts 2024 12/07/2023 12/15/2023 901974 9945 117.00 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 875.00 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 404.95 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 268.50 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 126.50 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 180.00 5666611 550600 Vehicle Parts 2024 11/30/2023 12/01/2023 901974 CRED MEMO -180.00 5666611 550600 Vehicle Parts 2024 11/16/2023 11/29/2023 901974 9438 456.60 5666611 550600 Vehicle Parts 2024 11/16/2023 11/29/2023 901974 9438 692.00 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 268.50 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 420.00 5666611 550600 Vehicle Parts 2024 08/13/2024 08/13/2024 901974 CRED MEMO -247.83 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 144.56 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 58.77 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 242.97 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 103.99 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 127.13 5666611 550600 Vehicle Parts 2024 06/20/2024 06/25/2024 901974 3717 540.00 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 2,169.14 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 1,099.19 5666611 550600 Vehicle Parts 2024 05/29/2024 06/04/2024 901974 3295 104.41 5666611 550600 Vehicle Parts 2024 05/03/2024 05/07/2024 901974 2837 311.40 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 92.55 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 635.96 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 91.16 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 620.99 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 13.48 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 240.04 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 56.90 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 210.48 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 210.48 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 372.40 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 725.00 5666611 550600 Vehicle Parts 2024 07/30/2024 07/30/2024 901974 CRED MEMO -73.15 5666611 550600 Vehicle Parts 2024 07/30/2024 07/30/2024 901974 CRED MEMO -465.50 5666611 550600 Vehicle Parts 2024 07/30/2024 07/30/2024 901974 CRED MEMO -97.85 5666611 550600 Vehicle Parts 2024 07/30/2024 07/30/2024 901974 CRED MEMO -13.30 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 3,587.77 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 123.34 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 835.00 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 95.06 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 3,472.19 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 43.45 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 96.56 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 525.66 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 241.29 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 43.96 5666611 550600 Vehicle Parts 2024 07/12/2024 07/12/2024 901974 CRED MEMO -226.10 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 CRED MEMO -13.30 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 635.68 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 1,482.55 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 781.30 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 112.54 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 582.47 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 677.73 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 549.08 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 766.23 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 292.29 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 231.13 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 95.60 5666611 550600 Vehicle Parts 2024 07/10/2024 07/12/2024 901974 4109 497.84 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 230.76 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 338.27 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 292.29 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 356.73 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 276.70 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 465.94 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 97.90 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 598.02 5666611 550600 Vehicle Parts 2024 07/09/2024 07/12/2024 901974 4051 231.13 5666611 550600 Vehicle Parts 2024 07/10/2024 07/10/2024 901974 CRED MEMO -99.75 5666611 550600 Vehicle Parts 2024 07/10/2024 07/10/2024 901974 CRED MEMO -266.00 5666611 550600 Vehicle Parts 2024 06/25/2024 06/25/2024 901974 CRED MEMO -528.80 5666611 550600 Vehicle Parts 2024 06/25/2024 06/25/2024 901974 CRED MEMO -13.30 5666611 550600 Vehicle Parts 2024 06/25/2024 06/25/2024 901974 CRED MEMO -511.77 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 518.24 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 742.50 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 383.72 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 3,084.57 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 63.03 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 120.00 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 346.78 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 856.70 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 511.77 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 204.32 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 840.88 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 1,610.93 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 518.25 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 97.89 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 528.80 5666611 550600 Vehicle Parts 2024 06/05/2024 06/11/2024 901974 3440 302.78 5666611 550600 Vehicle Parts 2024 06/05/2024 06/11/2024 901974 3440 409.75 5666611 550600 Vehicle Parts 2024 06/05/2024 06/11/2024 901974 3440 284.62 5666611 550600 Vehicle Parts 2024 06/05/2024 06/11/2024 901974 3440 582.86 5666611 550600 Vehicle Parts 2024 06/06/2024 06/07/2024 901974 CRED MEMO -598.50 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 CRED MEMO -665.00 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 CRED MEMO -875.00 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 CRED MEMO -465.50 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 1,914.57 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 1,888.50 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 216.02 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 248.88 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 685.00 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 295.00 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 2,492.45 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 360.00 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 468.41 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 385.32 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 210.91 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 28.90 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 455.63 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 81.57 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 115.00 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 180.93 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 606.62 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 3,560.75 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 387.22 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 5,501.08 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 1,307.78 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 875.00 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 742.50 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 248.88 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 276.80 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 858.09 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 907.30 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 476.18 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 956.98 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 446.45 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 780.36 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 44.36 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 139.85 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 675.00 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 118.49 5666611 550600 Vehicle Parts 2024 05/31/2024 06/03/2024 901974 3335 1,121.77 5666611 550600 Vehicle Parts 2024 05/31/2024 05/31/2024 901974 CRED MEMO -276.80 5666611 550600 Vehicle Parts 2024 05/31/2024 05/31/2024 901974 CRED MEMO -665.00 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 196.50 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 1,151.29 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 2,567.68 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 840.00 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 800.15 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 623.13 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 2,139.98 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 497.76 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 58.02 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 1,460.90 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 1,123.24 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 94.90 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 57.50 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 986.23 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 20.14 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 175.00 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 2,139.99 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 105.38 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 175.00 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 838.56 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 2,984.04 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 144.43 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 270.00 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 2,139.99 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 103.80 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 290.00 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 5,501.08 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 340.00 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 701.50 5666611 550600 Vehicle Parts 2024 04/18/2024 04/18/2024 901974 CRED MEMO -266.00 5666611 550600 Vehicle Parts 2024 04/18/2024 04/18/2024 901974 CRED MEMO -299.25 5666611 550600 Vehicle Parts 2024 03/27/2024 04/04/2024 901974 2059 956.98 5666611 550600 Vehicle Parts 2024 03/29/2024 04/04/2024 901974 2103 571.90 5666611 550600 Vehicle Parts 2024 03/29/2024 04/04/2024 901974 2103 77.90 5666611 550600 Vehicle Parts 2024 03/29/2024 04/04/2024 901974 2103 1,573.87 5666611 550600 Vehicle Parts 2024 03/27/2024 04/04/2024 901974 2059 3,246.05 5666611 550600 Vehicle Parts 2024 03/27/2024 04/04/2024 901974 2059 1,746.44 5666611 550600 Vehicle Parts 2024 03/27/2024 04/04/2024 901974 2059 97.89 5666611 550600 Vehicle Parts 2024 03/27/2024 04/04/2024 901974 2059 1,925.60 5666611 550600 Vehicle Parts 2024 03/27/2024 04/04/2024 901974 2059 510.75 5666611 550600 Vehicle Parts 2024 03/27/2024 04/04/2024 901974 2059 662.44 5666611 550600 Vehicle Parts 2024 03/29/2024 03/29/2024 901974 CRED MEMO -465.50 5666611 550600 Vehicle Parts 2024 03/29/2024 03/29/2024 901974 CRED MEMO -266.00 5666611 550600 Vehicle Parts 2024 03/28/2024 03/28/2024 901974 CRED MEMO -465.50 5666611 550600 Vehicle Parts 2024 03/28/2024 03/28/2024 901974 CRED MEMO -465.50 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 26.58 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 65.69 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 1,082.31 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 220.00 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 1,262.76 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 1,682.12 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 383.72 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 3,246.05 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 107.65 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 5.62 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 152.18 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 72.11 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 840.00 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 488.95 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 485.49 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 933.12 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 371.76 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 2,512.60 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 210.67 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 179.91 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 51.11 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 100.74 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 1,526.35 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 300.00 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 1,040.00 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 267.74 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 66.90 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 73.90 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 265.00 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 265.00 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 222.62 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 167.70 5666611 550600 Vehicle Parts 2024 02/23/2024 02/23/2024 901974 CRED MEMO -399.00 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 408.93 5666611 550600 Vehicle Parts 2024 02/13/2024 02/15/2024 901974 1153 63.90 5666611 550600 Vehicle Parts 2024 02/13/2024 02/15/2024 901974 1153 275.40 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 315.69 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 1,616.77 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 494.24 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 687.08 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 48.20 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 133.65 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 305.00 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 355.00 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 517.62 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 1,030.00 5666611 550600 Vehicle Parts 2024 02/02/2024 02/02/2024 901974 CRED MEMO -13.30 5666611 550600 Vehicle Parts 2024 02/02/2024 02/02/2024 901974 CRED MEMO -355.00 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 145.00 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 730.76 5666611 550600 Vehicle Parts 2024 01/23/2024 01/31/2024 901974 719 115.00 5666611 550600 Vehicle Parts 2024 01/24/2024 01/24/2024 901974 CRED MEMO -115.00 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 1,101.65 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 702.46 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 570.00 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 257.86 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 71.70 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 441.29 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 199.00 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 200.00 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 776.10 5666611 550600 Vehicle Parts 2024 01/19/2024 01/19/2024 901974 CRED MEMO -226.10 5666611 550600 Vehicle Parts 2024 01/19/2024 01/19/2024 901974 CRED MEMO -266.00 5666611 550600 Vehicle Parts 2024 01/19/2024 01/19/2024 901974 CRED MEMO -931.00 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 1,707.00 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 5,098.81 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 2,531.69 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 CRED MEMO -226.10 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 5.78 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 992.16 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 3,780.00 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 57.90 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 429.68 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 1,171.77 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 1,060.00 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 945.00 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 719.80 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 5,843.68 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 295.00 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 1,480.00 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 615.00 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 7.99 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 776.10 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 155.80 5666611 550600 Vehicle Parts 2024 01/09/2024 01/09/2024 901974 CRED MEMO -465.50 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 104.64 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 367.60 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 70.90 5666611 550600 Vehicle Parts 2024 12/29/2023 01/02/2024 901974 CRED MEMO -931.00 5666611 550600 Vehicle Parts 2024 12/29/2023 01/02/2024 901974 CRED MEMO -359.10 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 235.00 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 581.90 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 2,528.20 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 320.00 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 475.00 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 790.11 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 615.00 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 307.70 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 394.92 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 1,354.10 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 1,231.68 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 315.80 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 5,439.92 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 88.90 5666611 550600 Vehicle Parts 2024 12/07/2023 12/18/2023 901974 9945 1,586.55 5666611 550600 Vehicle Parts 2024 12/07/2023 12/18/2023 901974 9945 595.00 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 627.74 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 470.00 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 377.30 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 557.70 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 173.90 5666611 550600 Vehicle Parts 2024 12/13/2023 12/18/2023 901974 69 685.00 5666611 550600 Vehicle Parts 2024 12/13/2023 12/18/2023 901974 69 72.01 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 772.20 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 239.80 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 514.80 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 470.00 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 1,151.70 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 627.74 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 53.80 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 545.70 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 250.00 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 1,007.48 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 815.00 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 330.00 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 694.87 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 115.00 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 794.18 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 387.98 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 170.00 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 495.00 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 2,266.00 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 3,684.82 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 3,469.82 5666611 550600 Vehicle Parts 2024 11/09/2023 11/13/2023 901974 CRED MEMO -665.00 5666611 550600 Vehicle Parts 2024 11/09/2023 11/13/2023 901974 CRED MEMO -665.00 5666611 550600 Vehicle Parts 2024 11/09/2023 11/13/2023 901974 CRED MEMO -266.00 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 4,140.00 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 4,140.00 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 4,140.00 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 4,140.00 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 679.17 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 42.67 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 3,418.75 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 2,545.02 5666611 550600 Vehicle Parts 2024 06/04/2024 06/11/2024 901974 3423 766.64 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 1,640.07 5666611 550600 Vehicle Parts 2024 03/27/2024 04/05/2024 901974 2059 1,174.58 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 1,945.23 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 1,555.54 5666611 550600 Vehicle Parts 2024 02/22/2024 03/11/2024 901974 1368 434.75 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 3,866.20 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 3,569.07 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 2,741.38 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 727.24 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 1,293.57 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 2,609.13 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 433.41 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 527.63 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 1,173.33 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 228.40 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 209.50 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 312.70 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 292.90 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 31.48 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 942.83 5666611 550600 Vehicle Parts 2024 04/17/2024 04/23/2024 901974 2443 269.64 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 32.67 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 31.70 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 45.88 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 9.93 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 9.93 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 722.83 5666611 550600 Vehicle Parts 2024 01/24/2024 01/31/2024 901974 772 393.32 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 23.66 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 196.66 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 118.06 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 43.29 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 214.78 5666611 550600 Vehicle Parts 2024 06/26/2024 07/23/2024 901974 CRED MEMO -43.20 5666611 550600 Vehicle Parts 2024 06/05/2024 06/11/2024 901974 3440 1,813.31 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 817.10 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 83.84 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 503.19 5666611 550600 Vehicle Parts 2024 04/16/2024 04/18/2024 901974 2389 850.78 5666611 550600 Vehicle Parts 2024 03/27/2024 04/05/2024 901974 2059 1,775.35 5666611 550600 Vehicle Parts 2024 03/08/2024 03/13/2024 901974 1660 1,410.50 5666611 550600 Vehicle Parts 2024 03/08/2024 03/13/2024 901974 1660 38.91 5666611 550600 Vehicle Parts 2024 03/08/2024 03/13/2024 901974 1660 82.90 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 118.16 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 858.96 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 361.24 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 279.01 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 276.76 5666611 550600 Vehicle Parts 2024 07/30/2024 07/30/2024 901974 CRED MEMO -95.00 5666611 550600 Vehicle Parts 2024 07/30/2024 07/30/2024 901974 CRED MEMO -96.31 5666611 550600 Vehicle Parts 2024 07/30/2024 07/30/2024 901974 CRED MEMO -400.00 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 1,402.28 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 952.94 5666611 550600 Vehicle Parts 2024 07/22/2024 07/23/2024 901974 4322 379.95 5666611 550600 Vehicle Parts 2024 07/12/2024 07/12/2024 901974 CRED MEMO -240.64 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 149.00 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 1,099.60 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 304.72 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 264.90 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 550.63 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 1,599.85 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 256.51 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 319.32 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 858.96 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 627.28 5666611 550600 Vehicle Parts 2024 06/05/2024 06/11/2024 901974 3440 37.84 5666611 550600 Vehicle Parts 2024 06/05/2024 06/11/2024 901974 3440 28.84 5666611 550600 Vehicle Parts 2024 06/04/2024 06/11/2024 901974 3423 57.68 5666611 550600 Vehicle Parts 2024 06/04/2024 06/11/2024 901974 3423 78.28 5666611 550600 Vehicle Parts 2024 06/04/2024 06/11/2024 901974 3423 343.80 5666611 550600 Vehicle Parts 2024 06/04/2024 06/11/2024 901974 3423 75.68 5666611 550600 Vehicle Parts 2024 06/04/2024 06/11/2024 901974 3423 35.94 5666611 550600 Vehicle Parts 2024 06/04/2024 06/11/2024 901974 3423 858.96 5666611 550600 Vehicle Parts 2024 06/04/2024 06/11/2024 901974 3423 2,520.61 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 1,089.96 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 858.96 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 118.52 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 284.94 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 858.96 5666611 550600 Vehicle Parts 2024 04/17/2024 04/23/2024 901974 2443 1,178.28 5666611 550600 Vehicle Parts 2024 04/17/2024 04/23/2024 901974 2443 1,402.28 5666611 550600 Vehicle Parts 2024 04/17/2024 04/23/2024 901974 2443 141.55 5666611 550600 Vehicle Parts 2024 04/17/2024 04/23/2024 901974 2443 370.89 5666611 550600 Vehicle Parts 2024 04/17/2024 04/23/2024 901974 2443 1,047.33 5666611 550600 Vehicle Parts 2024 03/14/2024 03/20/2024 901974 1774 357.78 5666611 550600 Vehicle Parts 2024 03/14/2024 03/19/2024 901974 1774 71.88 5666611 550600 Vehicle Parts 2024 03/01/2024 03/01/2024 901974 CRED MEMO -786.02 5666611 550600 Vehicle Parts 2024 02/23/2024 03/04/2024 901974 1389 678.54 5666611 550600 Vehicle Parts 2024 02/21/2024 03/04/2024 901974 1331 224.99 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 102.66 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 858.96 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 1,544.28 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 138.38 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 393.01 5666611 550600 Vehicle Parts 2024 01/24/2024 01/31/2024 901974 772 572.62 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 289.24 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 13.16 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 393.01 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 501.06 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 357.90 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 193.80 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 150.09 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 900.83 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 257.38 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 982.89 5666611 550600 Vehicle Parts 2024 01/10/2024 01/10/2024 901974 CRED MEMO -264.00 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 858.96 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 99.49 5666611 550600 Vehicle Parts 2024 12/07/2023 12/18/2023 901974 9945 893.18 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 528.93 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 54.88 5666611 550600 Vehicle Parts 2024 11/08/2023 12/04/2023 901974 9279 1,272.42 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 45.62 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 1,070.49 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 101.93 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 67.34 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 309.04 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 2,053.56 5666611 550600 Vehicle Parts 2024 06/04/2024 06/11/2024 901974 3423 165.14 5666611 550600 Vehicle Parts 2024 06/04/2024 06/11/2024 901974 3423 2,754.37 5666611 550600 Vehicle Parts 2024 04/17/2024 04/23/2024 901974 2443 2,754.37 5666611 550600 Vehicle Parts 2024 02/29/2024 03/13/2024 901974 1502 2,754.37 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 207.15 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 251.33 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 909.29 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 179.08 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 44.33 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 142.01 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 687.80 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 340.32 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 321.39 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 68.40 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 400.95 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 176.62 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 256.21 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 12,891.47 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 271.57 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 762.99 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 160.76 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 342.04 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 769.55 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 670.56 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 2,026.96 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 1,290.10 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 1,153.53 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 654.30 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 89.30 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 366.95 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 815.06 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 26.69 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 176.43 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 2,165.33 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 420.53 5666611 550600 Vehicle Parts 2024 07/11/2024 07/12/2024 901974 4132 109.66 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 395.96 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 71.62 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 182.00 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 546.92 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 1,686.82 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 183.54 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 315.89 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 6,661.73 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 1,639.43 5666611 550600 Vehicle Parts 2024 06/04/2024 06/12/2024 901974 3423 546.92 5666611 550600 Vehicle Parts 2024 06/04/2024 06/12/2024 901974 3423 45.71 5666611 550600 Vehicle Parts 2024 06/04/2024 06/12/2024 901974 3423 30.32 5666611 550600 Vehicle Parts 2024 06/04/2024 06/12/2024 901974 3423 2,369.23 5666611 550600 Vehicle Parts 2024 06/04/2024 06/12/2024 901974 3423 566.55 5666611 550600 Vehicle Parts 2024 06/04/2024 06/12/2024 901974 3423 5,249.50 5666611 550600 Vehicle Parts 2024 06/04/2024 06/12/2024 901974 3423 150.52 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 280.48 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 638.42 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 188.09 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 1,256.73 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 475.10 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 499.23 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 189.97 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 681.57 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 2,026.96 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 226.62 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 832.66 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 236.85 5666611 550600 Vehicle Parts 2024 05/01/2024 05/03/2024 901974 2760 664.09 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 1,110.86 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 1,110.64 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 5,131.37 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 677.16 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 321.24 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 1,333.09 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 199.52 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 1,464.98 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 204.71 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 904.50 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 776.12 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 41.93 5666611 550600 Vehicle Parts 2024 03/13/2024 03/15/2024 901974 1742 323.20 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 904.50 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 94.61 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 488.04 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 587.55 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 85.22 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 1,986.01 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 501.44 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 37.36 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 3,524.96 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 116.76 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 986.69 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 9,871.58 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 853.97 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 279.11 5666611 550600 Vehicle Parts 2024 02/14/2024 02/16/2024 901974 1175 215.94 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 1,557.88 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 6,357.57 5666611 550600 Vehicle Parts 2024 02/01/2024 02/05/2024 901974 911 165.24 5666611 550600 Vehicle Parts 2024 01/24/2024 01/31/2024 901974 772 400.03 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 49.34 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 78.52 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 64.35 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 2,495.68 5666611 550600 Vehicle Parts 2024 01/11/2024 01/19/2024 901974 537 479.64 5666611 550600 Vehicle Parts 2024 01/11/2024 01/19/2024 901974 537 1,226.02 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 586.64 5666611 550600 Vehicle Parts 2024 12/27/2023 01/02/2024 901974 273 72.97 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 340.18 5666611 550600 Vehicle Parts 2024 12/07/2023 12/18/2023 901974 9945 1,107.19 5666611 550600 Vehicle Parts 2024 12/07/2023 12/18/2023 901974 9945 242.25 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 178.17 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 317.94 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 752.19 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 36.47 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 35.06 5666611 550600 Vehicle Parts 2024 11/16/2023 12/04/2023 901974 9438 872.56 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 243.25 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 784.96 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 27.64 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 246.66 5666611 550600 Vehicle Parts 2024 05/29/2024 06/05/2024 901974 3295 1,825.37 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1959 586.90 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1959 45.32 5666611 550600 Vehicle Parts 2024 06/30/2024 07/08/2024 901974 4043 1,961.86 5666611 550600 Vehicle Parts 2024 11/30/2023 12/13/2023 901974 50 1,808.80 5666611 550600 Vehicle Parts 2024 07/22/2024 07/24/2024 901974 4322 139.58 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 2,790.05 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1959 288.10 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1959 229.16 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1959 95.06 5666611 550600 Vehicle Parts 2024 12/05/2023 12/21/2023 901974 9835 355.68 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 43.13 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 315.26 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 23.63 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 26.82 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 20.68 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 109.00 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 85.40 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 176.33 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 4.85 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 104.93 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 27.72 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 145.68 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 79.33 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 421.30 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 13.26 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 100.32 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 265.10 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 131.86 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 931.17 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 104.61 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 179.90 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 112.20 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 8.08 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 177.65 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 4.88 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 14.08 5666611 550600 Vehicle Parts 2024 07/26/2024 08/01/2024 901974 4460 119.00 5666611 550600 Vehicle Parts 2024 07/26/2024 08/01/2024 901974 4460 31.00 5666611 550600 Vehicle Parts 2024 07/26/2024 08/01/2024 901974 4460 228.80 5666611 550600 Vehicle Parts 2024 07/26/2024 08/01/2024 901974 4460 171.00 5666611 550600 Vehicle Parts 2024 07/26/2024 08/01/2024 901974 4460 453.54 5666611 550600 Vehicle Parts 2024 07/26/2024 08/01/2024 901974 4460 31.46 5666611 550600 Vehicle Parts 2024 07/26/2024 08/01/2024 901974 4460 577.36 5666611 550600 Vehicle Parts 2024 07/26/2024 08/01/2024 901974 4460 553.33 5666611 550600 Vehicle Parts 2024 07/30/2024 07/30/2024 901974 CRED MEMO -14.08 5666611 550600 Vehicle Parts 2024 07/30/2024 07/30/2024 901974 CRED MEMO -56.87 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 21.68 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 23.55 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 200.38 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 4.85 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 9.08 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 824.19 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 292.96 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 269.19 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 28.38 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 44.00 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 170.32 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 53.66 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 20.40 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 207.70 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 166.20 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 123.72 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 122.76 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 53.40 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 56.87 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 334.40 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 12.98 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 16.61 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 48.62 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 17.32 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 20.40 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 88.11 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 91.04 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 148.53 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 166.20 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 402.00 5666611 550600 Vehicle Parts 2024 07/24/2024 07/24/2024 901974 CRED MEMO -100.00 5666611 550600 Vehicle Parts 2024 07/24/2024 07/24/2024 901974 CRED MEMO -53.40 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 1,439.68 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 46.17 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 27.30 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 413.82 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 212.30 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 37.30 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 114.00 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 205.70 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 833.30 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 50.59 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 130.28 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 50.59 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 201.00 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 155.38 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 123.75 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 410.64 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 53.48 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 276.10 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 79.63 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 362.76 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 635.73 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 175.20 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 8,691.60 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 968.30 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 23.91 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 22.88 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 266.20 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 129.93 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 23.10 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 84.90 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 112.20 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 434.00 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 212.30 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 241.84 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 20.40 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 178.00 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 199.96 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 48.84 5666611 550600 Vehicle Parts 2024 07/15/2024 07/15/2024 901974 CRED MEMO -16.50 5666611 550600 Vehicle Parts 2024 07/15/2024 07/15/2024 901974 CRED MEMO -70.00 5666611 550600 Vehicle Parts 2024 07/15/2024 07/15/2024 901974 CRED MEMO -70.56 5666611 550600 Vehicle Parts 2024 06/24/2024 06/27/2024 901974 3778 233.04 5666611 550600 Vehicle Parts 2024 06/26/2024 06/26/2024 901974 CRED MEMO -61.60 5666611 550600 Vehicle Parts 2024 06/26/2024 06/26/2024 901974 CRED MEMO -70.00 5666611 550600 Vehicle Parts 2024 06/26/2024 06/26/2024 901974 CRED MEMO -34.65 5666611 550600 Vehicle Parts 2024 06/26/2024 06/26/2024 901974 CRED MEMO -1,335.50 5666611 550600 Vehicle Parts 2024 06/26/2024 06/26/2024 901974 CRED MEMO -34.65 5666611 550600 Vehicle Parts 2024 06/26/2024 06/26/2024 901974 CRED MEMO -116.00 5666611 550600 Vehicle Parts 2024 06/26/2024 06/26/2024 901974 CRED MEMO -31.79 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 165.29 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 445.79 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 295.44 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 261.00 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 32.23 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 391.60 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 20.40 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 20.68 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 52.98 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 44.00 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 171.00 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 48.17 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 79.63 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 20.40 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 676.72 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 83.88 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 262.09 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 23.35 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 87.89 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 40.35 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 48.51 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 19.00 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 173.68 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 125.00 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 166.20 5666611 550600 Vehicle Parts 2024 06/24/2024 06/25/2024 901974 3778 303.00 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 129.40 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 886.20 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 148.68 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 56.87 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 60.28 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 220.00 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 44.66 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 1,254.00 5666611 550600 Vehicle Parts 2024 06/21/2024 06/25/2024 901974 3751 257.29 5666611 550600 Vehicle Parts 2024 06/06/2024 06/10/2024 901974 CRED MEMO -35.00 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 69.30 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 25.70 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 1,335.50 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 68.42 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 405.70 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 126.45 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 54.60 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 708.97 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 420.48 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 174.76 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 153.89 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 221.54 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 31.40 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 6.08 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 7.70 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 153.45 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 54.32 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 195.80 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 224.30 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 799.98 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 20.37 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 325.88 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 15.40 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 1,209.01 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 101.08 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 81.99 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 182.51 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 166.20 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 67.14 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 58.40 5666611 550600 Vehicle Parts 2024 06/04/2024 06/10/2024 901974 3423 306.81 5666611 550600 Vehicle Parts 2024 06/06/2024 06/07/2024 901974 CRED MEMO -107.20 5666611 550600 Vehicle Parts 2024 05/30/2024 05/30/2024 901974 CRED MEMO -70.00 5666611 550600 Vehicle Parts 2024 05/30/2024 05/30/2024 901974 CRED MEMO -100.00 5666611 550600 Vehicle Parts 2024 05/30/2024 05/30/2024 901974 CRED MEMO -400.00 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 42.00 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 96.80 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 495.00 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 27.50 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 62.48 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 112.80 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 31.79 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 107.20 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 51.70 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 332.02 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 92.19 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 72.60 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 57.97 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 24.20 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 326.46 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 76.35 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 730.00 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 40.00 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 23.90 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 43.84 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 137.28 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 165.29 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 295.44 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 262.30 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 171.38 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 118.49 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 1,477.78 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 19.16 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 61.65 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 34.25 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 35.37 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 253.00 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 456.43 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 58.30 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 16.14 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 73.10 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 13.44 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 39.99 5666611 550600 Vehicle Parts 2024 05/02/2024 05/03/2024 901974 2808 54.52 5666611 550600 Vehicle Parts 2024 05/02/2024 05/03/2024 901974 2808 4.05 5666611 550600 Vehicle Parts 2024 05/02/2024 05/03/2024 901974 2808 104.59 5666611 550600 Vehicle Parts 2024 05/02/2024 05/03/2024 901974 2808 5.50 5666611 550600 Vehicle Parts 2024 05/02/2024 05/03/2024 901974 2808 133.40 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 690.70 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 1,089.62 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 377.25 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 111.10 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 1,132.60 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 165.08 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 13.42 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 127.81 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 30.58 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 19.80 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 24.20 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 70.05 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 74.33 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 126.76 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 471.31 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 526.20 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 192.50 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 249.80 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 234.76 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 111.10 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 92.55 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 463.10 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 364.10 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 30.73 5666611 550600 Vehicle Parts 2024 04/23/2024 04/25/2024 901974 CRED MEMO -71.72 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 99.00 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 560.84 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 360.88 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 86.39 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 156.00 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 34.96 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 267.94 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 560.84 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 16.14 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 258.28 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 360.88 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 232.00 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 145.99 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 231.99 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 34.10 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 1,154.42 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 87.01 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 71.72 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 374.00 5666611 550600 Vehicle Parts 2024 04/17/2024 04/25/2024 901974 2443 13.24 5666611 550600 Vehicle Parts 2024 04/22/2024 04/22/2024 901974 CRED MEMO -88.68 5666611 550600 Vehicle Parts 2024 03/29/2024 04/04/2024 901974 2103 460.18 5666611 550600 Vehicle Parts 2024 03/29/2024 04/04/2024 901974 2103 309.10 5666611 550600 Vehicle Parts 2024 03/29/2024 04/04/2024 901974 2103 344.09 5666611 550600 Vehicle Parts 2024 03/29/2024 04/04/2024 901974 2103 55.00 5666611 550600 Vehicle Parts 2024 03/29/2024 04/04/2024 901974 2103 560.84 5666611 550600 Vehicle Parts 2024 03/29/2024 04/04/2024 901974 2103 38.39 5666611 550600 Vehicle Parts 2024 03/29/2024 04/04/2024 901974 2103 22.11 5666611 550600 Vehicle Parts 2024 03/29/2024 04/04/2024 901974 2103 327.58 5666611 550600 Vehicle Parts 2024 03/27/2024 04/04/2024 901974 2059 199.96 5666611 550600 Vehicle Parts 2024 03/27/2024 04/04/2024 901974 2059 466.19 5666611 550600 Vehicle Parts 2024 03/27/2024 04/04/2024 901974 2059 709.50 5666611 550600 Vehicle Parts 2024 03/27/2024 04/04/2024 901974 2059 346.69 5666611 550600 Vehicle Parts 2024 03/27/2024 04/04/2024 901974 2059 744.45 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1947 255.20 5666611 550600 Vehicle Parts 2024 03/19/2024 03/20/2024 901974 CRED MEMO -139.65 5666611 550600 Vehicle Parts 2024 03/15/2024 03/20/2024 901974 1805 444.20 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 199.96 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 59.69 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 623.70 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 54.66 5666611 550600 Vehicle Parts 2024 03/15/2024 03/15/2024 901974 CRED MEMO -400.00 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 350.90 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 113.54 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 44.55 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 512.60 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 139.27 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 86.79 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 209.66 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 255.20 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 20.40 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 95.38 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 77.00 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 27.89 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 3.23 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 8.16 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 58.21 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 13.42 5666611 550600 Vehicle Parts 2024 02/29/2024 03/01/2024 901974 1502 163.99 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 1,861.15 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 79.87 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 73.36 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 116.60 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 142.34 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 181.50 5666611 550600 Vehicle Parts 2024 02/23/2024 03/01/2024 901974 1389 360.88 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 3,639.23 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 56.17 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 188.54 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 144.10 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 79.13 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 531.30 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 17.42 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 37.51 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 112.86 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 78.76 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 286.72 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 554.96 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 99.44 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 8.10 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 48.61 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 22.11 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 194.08 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 640.66 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 286.36 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 103.84 5666611 550600 Vehicle Parts 2024 02/21/2024 03/01/2024 901974 1331 388.16 5666611 550600 Vehicle Parts 2024 02/23/2024 02/23/2024 901974 CRED MEMO -1,000.00 5666611 550600 Vehicle Parts 2024 02/23/2024 02/23/2024 901974 CRED MEMO -300.00 5666611 550600 Vehicle Parts 2024 02/23/2024 02/23/2024 901974 CRED MEMO -71.72 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 335.83 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 1,366.25 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 279.62 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 41.14 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 554.96 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 517.20 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 178.37 5666611 550600 Vehicle Parts 2024 02/06/2024 02/15/2024 901974 1022 48.95 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 10.78 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 1,366.25 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 71.72 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 144.10 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 79.64 5666611 550600 Vehicle Parts 2024 02/07/2024 02/07/2024 901974 CRED MEMO -1,366.25 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 203.50 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 16.39 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 421.30 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 27.50 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 554.96 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 51.56 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 79.75 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 303.60 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 350.90 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 28.66 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 362.46 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 463.10 5666611 550600 Vehicle Parts 2024 01/24/2024 01/31/2024 901974 772 745.48 5666611 550600 Vehicle Parts 2024 01/24/2024 01/31/2024 901974 772 164.20 5666611 550600 Vehicle Parts 2024 01/24/2024 01/31/2024 901974 772 250.80 5666611 550600 Vehicle Parts 2024 01/24/2024 01/31/2024 901974 772 166.32 5666611 550600 Vehicle Parts 2024 01/24/2024 01/31/2024 901974 772 731.50 5666611 550600 Vehicle Parts 2024 01/18/2024 01/22/2024 901974 642 144.10 5666611 550600 Vehicle Parts 2024 01/18/2024 01/22/2024 901974 642 501.12 5666611 550600 Vehicle Parts 2024 01/18/2024 01/22/2024 901974 642 165.41 5666611 550600 Vehicle Parts 2024 01/18/2024 01/22/2024 901974 642 202.36 5666611 550600 Vehicle Parts 2024 01/18/2024 01/22/2024 901974 642 72.14 5666611 550600 Vehicle Parts 2024 01/18/2024 01/22/2024 901974 642 112.96 5666611 550600 Vehicle Parts 2024 01/18/2024 01/22/2024 901974 642 157.00 5666611 550600 Vehicle Parts 2024 01/17/2024 01/22/2024 901974 607 525.20 5666611 550600 Vehicle Parts 2024 01/17/2024 01/22/2024 901974 607 554.96 5666611 550600 Vehicle Parts 2024 01/17/2024 01/22/2024 901974 607 101.19 5666611 550600 Vehicle Parts 2024 01/17/2024 01/22/2024 901974 607 164.78 5666611 550600 Vehicle Parts 2024 01/17/2024 01/22/2024 901974 607 360.62 5666611 550600 Vehicle Parts 2024 01/17/2024 01/22/2024 901974 607 69.30 5666611 550600 Vehicle Parts 2024 01/17/2024 01/22/2024 901974 607 3.44 5666611 550600 Vehicle Parts 2024 01/17/2024 01/22/2024 901974 607 268.54 5666611 550600 Vehicle Parts 2024 01/17/2024 01/22/2024 901974 607 246.62 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 126.72 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 20.70 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 185.72 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 24.20 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 19.80 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 67.12 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 106.04 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 286.72 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 286.72 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 31.30 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 25.26 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 105.66 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 69.80 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 599.41 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 269.50 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 35.68 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 311.36 5666611 550600 Vehicle Parts 2024 01/10/2024 01/10/2024 901974 CRED MEMO -70.00 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 653.40 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 51.56 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 36.62 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 13.29 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 30.23 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 388.16 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 7.19 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 54.66 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 289.30 5666611 550600 Vehicle Parts 2024 01/05/2024 01/05/2024 901974 CRED MEMO -9.11 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 128.54 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 138.71 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 8.28 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 19.66 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 4.08 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 127.18 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 40.37 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 12.08 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 6.40 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 398.46 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 1.52 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 286.72 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 2.07 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 422.59 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 15.40 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 65.56 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 398.18 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 145.20 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 152.24 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 7.40 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 60.74 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 53.68 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 427.77 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 6.73 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 22.55 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 271.57 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 69.30 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 33.00 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 291.50 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 326.61 5666611 550600 Vehicle Parts 2024 12/18/2023 12/19/2023 901974 CRED MEMO -400.00 5666611 550600 Vehicle Parts 2024 12/18/2023 12/19/2023 901974 CRED MEMO -500.00 5666611 550600 Vehicle Parts 2024 12/18/2023 12/19/2023 901974 CRED MEMO -700.00 5666611 550600 Vehicle Parts 2024 12/18/2023 12/19/2023 901974 CRED MEMO -172.92 5666611 550600 Vehicle Parts 2024 12/18/2023 12/19/2023 901974 CRED MEMO -1,335.50 5666611 550600 Vehicle Parts 2024 12/07/2023 12/15/2023 901974 9945 10.42 5666611 550600 Vehicle Parts 2024 12/07/2023 12/15/2023 901974 9945 408.62 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 229.90 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 84.70 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 84.70 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 297.33 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 145.20 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 74.64 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 134.51 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 297.90 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 172.92 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 1,013.50 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 1,351.89 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 8.40 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 225.50 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 121.00 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 66.57 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 303.54 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 701.80 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 35.31 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 606.94 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 111.10 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 14.04 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 92.51 5666611 550600 Vehicle Parts 2024 12/05/2023 12/15/2023 901974 9835 18.04 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 198.00 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 332.60 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 136.90 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 194.12 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 360.88 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 411.29 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 86.39 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 194.08 5666611 550600 Vehicle Parts 2024 12/07/2023 12/08/2023 901974 CRED MEMO -75.00 5666611 550600 Vehicle Parts 2024 12/07/2023 12/08/2023 901974 CRED MEMO -35.00 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 49.80 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 20.68 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 211.67 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 50.20 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 34.10 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 158.49 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 762.50 5666611 550600 Vehicle Parts 2024 11/30/2023 12/01/2023 901974 CRED MEMO -250.00 5666611 550600 Vehicle Parts 2024 11/30/2023 12/01/2023 901974 CRED MEMO -49.80 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 71.82 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 45.64 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 18.34 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 84.70 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 557.16 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 41.24 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 103.21 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 72.05 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 138.71 5666611 550600 Vehicle Parts 2024 11/16/2023 11/28/2023 901974 9438 14.08 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 16.00 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 94.97 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 67.24 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 275.94 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 206.60 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 144.21 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 7.65 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 78.89 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 30.62 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 48.82 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 372.00 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 317.36 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 126.59 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 15.18 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 453.85 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 355.42 5666611 550600 Vehicle Parts 2024 11/14/2023 11/28/2023 901974 9387 74.15 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 79.64 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 544.73 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 21.08 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 45.64 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 69.30 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 128.70 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 31.79 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 1,594.33 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 94.97 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 308.00 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 5,395.00 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 32.11 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 192.82 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 53.90 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 298.13 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 158.62 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 138.04 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 17.88 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 17.88 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 78.40 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 1,297.60 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 363.18 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 91.91 5666611 550600 Vehicle Parts 2024 11/08/2023 11/28/2023 901974 9279 97.20 5666611 550600 Vehicle Parts 2024 11/15/2023 11/16/2023 901974 CRED MEMO -1,000.00 5666611 550600 Vehicle Parts 2024 11/15/2023 11/16/2023 901974 CRED MEMO -16.00 5666611 550600 Vehicle Parts 2024 11/15/2023 11/16/2023 901974 CRED MEMO -94.97 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 540.01 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 701.94 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 660.36 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 20.28 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 273.12 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 1,174.56 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 490.87 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 291.90 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 28.10 5666611 550600 Vehicle Parts 2024 07/26/2024 08/02/2024 901974 4460 519.34 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 37.08 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 1,535.59 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 241.19 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 387.36 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 280.48 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 694.83 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 181.02 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 881.09 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 180.73 5666611 550600 Vehicle Parts 2024 07/23/2024 07/26/2024 901974 4363 474.50 5666611 550600 Vehicle Parts 2024 07/12/2024 07/17/2024 901974 4148 152.60 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 227.49 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 173.04 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 239.13 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 60.35 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 829.43 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 76.35 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 1.10 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 61.71 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 10.12 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 179.15 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 147.02 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 60.82 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 377.64 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 205.56 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 145.50 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 374.31 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 205.96 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 320.24 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 211.61 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 209.12 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 517.20 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 127.04 5666611 550600 Vehicle Parts 2024 07/12/2024 07/15/2024 901974 4148 53.79 5666611 550600 Vehicle Parts 2024 06/24/2024 06/26/2024 901974 3778 86.32 5666611 550600 Vehicle Parts 2024 06/24/2024 06/26/2024 901974 3778 1,554.85 5666611 550600 Vehicle Parts 2024 06/24/2024 06/26/2024 901974 3778 901.84 5666611 550600 Vehicle Parts 2024 06/24/2024 06/26/2024 901974 3778 920.79 5666611 550600 Vehicle Parts 2024 06/24/2024 06/26/2024 901974 3778 1,359.40 5666611 550600 Vehicle Parts 2024 06/24/2024 06/26/2024 901974 3778 104.83 5666611 550600 Vehicle Parts 2024 06/24/2024 06/26/2024 901974 3778 681.44 5666611 550600 Vehicle Parts 2024 06/24/2024 06/26/2024 901974 3778 860.29 5666611 550600 Vehicle Parts 2024 06/24/2024 06/26/2024 901974 3778 347.42 5666611 550600 Vehicle Parts 2024 06/24/2024 06/26/2024 901974 3778 640.28 5666611 550600 Vehicle Parts 2024 06/24/2024 06/26/2024 901974 3778 1,177.22 5666611 550600 Vehicle Parts 2024 06/24/2024 06/26/2024 901974 3778 16.42 5666611 550600 Vehicle Parts 2024 06/24/2024 06/26/2024 901974 3778 14.65 5666611 550600 Vehicle Parts 2024 06/24/2024 06/26/2024 901974 3778 130.70 5666611 550600 Vehicle Parts 2024 06/24/2024 06/26/2024 901974 3778 138.78 5666611 550600 Vehicle Parts 2024 06/21/2024 06/26/2024 901974 3751 141.04 5666611 550600 Vehicle Parts 2024 06/21/2024 06/26/2024 901974 3751 36.79 5666611 550600 Vehicle Parts 2024 06/21/2024 06/26/2024 901974 3751 67.12 5666611 550600 Vehicle Parts 2024 06/21/2024 06/26/2024 901974 3751 64.77 5666611 550600 Vehicle Parts 2024 06/21/2024 06/26/2024 901974 3751 263.11 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 768.54 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 120.64 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 1,425.35 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 1,083.86 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 160.28 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 2,569.56 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 23.97 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 472.05 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 25.58 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 14.65 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 20.12 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 1,216.08 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 429.76 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 284.50 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 25.28 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 197.66 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 582.52 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 62.48 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 136.00 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 574.91 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 54.76 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 680.21 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 752.39 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 194.98 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 764.77 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 144.62 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 758.64 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 234.99 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3440 9.24 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 285.10 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 623.58 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 585.48 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 24.35 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 55.33 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 222.34 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 241.45 5666611 550600 Vehicle Parts 2024 05/07/2024 05/14/2024 901974 2874 101.24 5666611 550600 Vehicle Parts 2024 05/02/2024 05/07/2024 901974 2808 498.59 5666611 550600 Vehicle Parts 2024 05/02/2024 05/07/2024 901974 2808 42.96 5666611 550600 Vehicle Parts 2024 05/02/2024 05/07/2024 901974 2808 218.63 5666611 550600 Vehicle Parts 2024 05/02/2024 05/07/2024 901974 2808 15.22 5666611 550600 Vehicle Parts 2024 05/02/2024 05/03/2024 901974 2808 214.75 5666611 550600 Vehicle Parts 2024 05/02/2024 05/03/2024 901974 2808 265.45 5666611 550600 Vehicle Parts 2024 05/02/2024 05/03/2024 901974 2808 171.28 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 248.98 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 130.99 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 1,334.42 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 199.64 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 744.31 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 703.20 5666611 550600 Vehicle Parts 2024 04/30/2024 05/02/2024 901974 2725 507.63 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 297.93 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 367.50 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 84.57 5666611 550600 Vehicle Parts 2024 04/25/2024 04/30/2024 901974 2642 122.94 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 206.78 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 108.12 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 31.69 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 107.19 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 98.02 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 552.32 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 120.76 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 1,584.90 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 255.47 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 947.43 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 6,342.82 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 367.51 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 198.11 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 724.13 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 315.44 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 363.93 5666611 550600 Vehicle Parts 2024 04/19/2024 04/25/2024 901974 2533 104.73 5666611 550600 Vehicle Parts 2024 03/29/2024 04/04/2024 901974 2103 185.71 5666611 550600 Vehicle Parts 2024 03/29/2024 04/04/2024 901974 2103 912.52 5666611 550600 Vehicle Parts 2024 03/27/2024 04/04/2024 901974 2059 193.73 5666611 550600 Vehicle Parts 2024 03/27/2024 04/04/2024 901974 2059 80.91 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 281.88 5666611 550600 Vehicle Parts 2024 03/15/2024 03/19/2024 901974 1805 168.89 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 94.46 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 591.16 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 273.12 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 1.83 5666611 550600 Vehicle Parts 2024 03/14/2024 03/15/2024 901974 1774 2.34 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 957.66 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 573.15 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 201.21 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 82.12 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 602.15 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 60.67 5666611 550600 Vehicle Parts 2024 03/12/2024 03/13/2024 901974 1725 136.93 5666611 550600 Vehicle Parts 2024 02/29/2024 03/05/2024 901974 1502 122.69 5666611 550600 Vehicle Parts 2024 02/29/2024 03/05/2024 901974 1502 2,002.58 5666611 550600 Vehicle Parts 2024 02/29/2024 03/05/2024 901974 1502 600.76 5666611 550600 Vehicle Parts 2024 02/23/2024 03/05/2024 901974 1389 579.54 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 305.30 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 469.57 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 452.90 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 52.40 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 121.30 5666611 550600 Vehicle Parts 2024 02/21/2024 03/05/2024 901974 1331 1,108.18 5666611 550600 Vehicle Parts 2024 02/29/2024 03/05/2024 901974 1502 645.72 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 212.45 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 60.41 5666611 550600 Vehicle Parts 2024 02/14/2024 02/20/2024 901974 1175 40.12 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 503.02 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 214.33 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 61.94 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 82.81 5666611 550600 Vehicle Parts 2024 02/06/2024 02/14/2024 901974 1022 231.34 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 433.37 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 89.39 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 87.96 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 155.10 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 167.71 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 126.36 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 542.45 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 529.75 5666611 550600 Vehicle Parts 2024 02/01/2024 02/06/2024 901974 911 245.97 5666611 550600 Vehicle Parts 2024 01/24/2024 01/31/2024 901974 772 27.83 5666611 550600 Vehicle Parts 2024 01/24/2024 01/31/2024 901974 772 340.28 5666611 550600 Vehicle Parts 2024 01/24/2024 01/31/2024 901974 772 496.18 5666611 550600 Vehicle Parts 2024 01/24/2024 01/31/2024 901974 772 172.61 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 561.21 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 295.66 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 206.00 5666611 550600 Vehicle Parts 2024 01/18/2024 01/19/2024 901974 642 130.72 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 417.61 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 461.16 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 396.45 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 955.16 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 2,160.76 5666611 550600 Vehicle Parts 2024 01/17/2024 01/19/2024 901974 607 172.61 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 520.52 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 5.13 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 501.86 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 7.91 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 703.80 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 707.26 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 64.33 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 679.89 5666611 550600 Vehicle Parts 2024 01/09/2024 01/19/2024 901974 491 39.04 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 54.51 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 518.41 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 460.31 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 455.37 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 1,132.43 5666611 550600 Vehicle Parts 2024 01/04/2024 01/08/2024 901974 424 1,037.24 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 1,735.04 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 28.19 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 458.84 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 894.67 5666611 550600 Vehicle Parts 2024 12/28/2023 01/02/2024 901974 297 136.72 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 127.09 5666611 550600 Vehicle Parts 2024 12/19/2023 12/22/2023 901974 156 987.77 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 67.77 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 36.80 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 206.38 5666611 550600 Vehicle Parts 2024 12/15/2023 12/20/2023 901974 131 390.68 5666611 550600 Vehicle Parts 2024 12/07/2023 12/18/2023 901974 9945 2,707.38 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 1,436.24 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 156.03 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 161.81 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 126.10 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 69.18 5666611 550600 Vehicle Parts 2024 12/05/2023 12/18/2023 901974 9835 160.00 5666611 550600 Vehicle Parts 2024 12/07/2023 12/15/2023 901974 9945 682.06 5666611 550600 Vehicle Parts 2024 12/07/2023 12/15/2023 901974 9945 109.09 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 266.64 5666611 550600 Vehicle Parts 2024 12/13/2023 12/15/2023 901974 69 57.46 5666611 550600 Vehicle Parts 2024 12/07/2023 12/08/2023 901974 CRED MEMO -161.81 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 20.69 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 116.41 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 45.89 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 10.16 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 107.99 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 346.99 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 214.84 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 392.38 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 189.98 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 586.74 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 138.52 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 102.45 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 228.43 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 199.49 5666611 550600 Vehicle Parts 2024 11/29/2023 12/04/2023 901974 9674 3.66 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 17.98 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 150.12 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 666.03 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 64.63 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 43.20 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 52.97 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 185.28 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 48.99 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 357.90 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 26.10 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 1,110.57 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 366.90 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 814.53 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 756.62 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 186.75 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 232.50 5666611 550600 Vehicle Parts 2024 11/15/2023 11/28/2023 901974 9417 729.97 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 45.35 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 47.31 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 398.40 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 162.95 5666611 550600 Vehicle Parts 2024 05/23/2024 05/30/2024 901974 3222 17.00 5666611 550600 Vehicle Parts 2024 05/22/2024 05/24/2024 901974 3179 14.00 5666611 550600 Vehicle Parts 2024 03/27/2024 04/05/2024 901974 2059 25.00 5666611 550600 Vehicle Parts 2024 03/21/2024 03/22/2024 901974 1959 30.00 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 941.65 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 1,869.49 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 121.80 5666611 550600 Vehicle Parts 2024 08/05/2024 08/07/2024 901974 4589 69.65 5666611 550600 Vehicle Parts 2024 08/01/2024 08/07/2024 901974 4543 1,214.49 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 2,063.65 5666611 550600 Vehicle Parts 2024 06/05/2024 06/10/2024 901974 3473 1,603.93 5666611 550600 Vehicle Parts 2024 02/21/2024 03/04/2024 901974 1331 282.88 CHECK NO VDR NAME/ITEM DESC COMMENTS 0 COOKSON ENTERPRISES LLC G4503 RUBBER EDGE BUCKET AND T 713221 COOKSON ENTERPRISES LLC G5061 SKID STEER W/72" BUCKET, 708201 COOKSON ENTERPRISES LLC G4095 RUBBER EDGE BUCKET AND T 708201 COOKSON ENTERPRISES LLC G5103 RUBBER EDGE BUCKET AND T 715498 ADVANCED STORES COMPANY, INCORPORATED STOCK 90 TOWEL CANISTER 714515 ADVANCED STORES COMPANY, INCORPORATED STOCK 90 TOWEL CANISTER (20) 713143 ADVANCED STORES COMPANY, INCORPORATED STOCK 90 TOWEL CANISTER 711871 ADVANCED STORES COMPANY, INCORPORATED STOCK 90 TOWEL CANISTER (30) 710700 ADVANCED STORES COMPANY, INCORPORATED STOCK 90 TOWEL CANISTER (30) 710700 ADVANCED STORES COMPANY, INCORPORATED STOCK 90 TOWEL CANISTER (30) 715059 AGILITY FUEL SYSTEMS STOCK FILTER ELEMENT KIT (15) 714328 AGILITY FUEL SYSTEMS G4326 RUBBER ISOLATOR (10), ST 714035 AGILITY FUEL SYSTEMS G4322 CNG CYLINDER, VALVE, MOU 712501 AGILITY FUEL SYSTEMS STOCK FILTER ELEMENT KIT (10) 710701 AGILITY FUEL SYSTEMS STOCK VENT CAP TUBING 708955 AGILITY FUEL SYSTEMS STOCK 3600PSI FILTERS AND FILT 708488 AGILITY FUEL SYSTEMS STOCK FILTER ELEMENT KIT AND V 714517 ALTEC INDUSTRIES INC G5439 OUTRIGGER PAD (4) 714230 ALTEC INDUSTRIES INC G5347 OUTIRGGER PAD (2) 714332 ALTEC INDUSTRIES INC G5347 ROTARY PADDLE 714038 ALTEC INDUSTRIES INC G4682 LED BEACON LIGHT 711219 ALTEC INDUSTRIES INC G4941 PLATFORM COMPONENT; COVE 711219 ALTEC INDUSTRIES INC G4941 PLATFORM COMPONENT TOOL 0 AMAZON COM INC G5008 AJC BATTERY (2) 0 AMAZON COM INC G4329 EXHAUST ELBOW 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC STOCK AIR FILTER (2) 0 AMAZON COM INC G5299 SHOCK DAMPER STRUT 0 AMAZON COM INC G4667 CARBURETOR 0 AMAZON COM INC G4281 REAR AC BLOCK OFF KIT LI 0 AMAZON COM INC G4565 7-PIN CUSTOM RV BLADE 0 AMAZON COM INC G5241 FRONT LEFT/RIGHT BRAKE C 0 AMAZON COM INC G4329 OIL FILLER DIPSTICK 0 AMAZON COM INC G2811 HEADLIGHT RESTORATION KI 0 AMAZON COM INC G2789 FORKLIFT MASTER CYLINDER 0 AMAZON COM INC G5056 AIR FILTER 0 AMAZON COM INC G3405 RETAINING SNAP RINGS 0 AMAZON COM INC G4617 INTAKE MANIFOLD 0 AMAZON COM INC STOCK CAR STEREO 0 AMAZON COM INC G4136 CARBURETOR 0 AMAZON COM INC G5066 RH & LH SIDE DOOR MIRROR 0 AMAZON COM INC STOCK PISTOL GRIP GREASE GUN ( 0 AMAZON COM INC G4667 MOTION CABLE 0 AMAZON COM INC G5236 WHEEL LUG NUTS AND WHEEL 0 AMAZON COM INC G4329 SMALL ENGINE HOUR METER 0 AMAZON COM INC STOCK BRUSH AND DUST PAN SET ( 0 AMAZON COM INC G5241 ROTOR DISC BRAKE (2) 0 AMAZON COM INC G2789 BRAKE WHEEL CYLINDER (2) 0 AMAZON COM INC STOCK - STARTER 0 AMAZON COM INC G2789 FORKLIFT MASTER CYLINDER 0 AMAZON COM INC HEATSHIELD ARMOR KIT 0 AMAZON COM INC FIBER FLAME GUARD BLANKET 0 AMAZON COM INC G2279 CARBURETOR 0 AMAZON COM INC G4667 CABLE 0 AMAZON COM INC STOCK LED BULBS (3) 0 AMAZON COM INC G4565 3IN PINTLE HOOK 0 AMAZON COM INC G4758 FUEL PUMP 0 AMAZON COM INC G4692 FUSE RELAY BLOCK 0 AMAZON COM INC STOCK CABIN AIR FILTER (6) 0 AMAZON COM INC STOCK REFUND OF MASSAGING STEE 0 AMAZON COM INC STOCK STARTER REPLACEMENT 0 AMAZON COM INC G4735 DTP TERMINAL KIT 0 AMAZON COM INC STOCK REFUND OF PISTOL GREASE 0 AMAZON COM INC G4483 IGNITION COIL (2) 0 AMAZON COM INC STOCK LUBE & TRANSMISSION FLUI 0 AMAZON COM INC STOCK PISTOL GRIP GREASE GUN ( 0 AMAZON COM INC G5300 TAILGATE ASSIST SHOCK DA 0 AMAZON COM INC G4735 POWER SEAL 0 AMAZON COM INC STOCK SET OF 12 AIR FRESHENER 0 AMAZON COM INC STOCK BACK UP ALARM 0 AMAZON COM INC STOCK MASSAGING STEERING WHEEL 0 AMAZON COM INC STOCK LIGHT BAR 0 AMAZON COM INC STOCK DIESEL ONLY DECAL (3) 0 AMAZON COM INC STOCK LED HEADLIGHT (2) 0 AMAZON COM INC STOCK STEERING WHEEL COVER (6) 0 AMAZON COM INC STOCK DIESEL AIR FILTER (2) 0 AMAZON COM INC STOCK HITCH PIN (2) 0 AMAZON COM INC STOCK ENGINE HEATER (2) 0 AMAZON COM INC STOCK TARP CRANK W/FRICTION BR 0 AMAZON COM INC STOCK TRAILER COUPLER 0 AMAZON COM INC STOCK DEF FILTER (6) 0 AMAZON COM INC STOCK PUSHER-PULLER FAN 0 AMAZON COM INC STOCK 6 PACK ODOR ELIMINATOR / 0 AMAZON COM INC STOCK PISTOL GRIP GREASE GUN ( 0 AMAZON COM INC STOCK SWIVEL HITCH PIN (2) 0 AMAZON COM INC STOCK MALE PIPE IDICATOR GAUGE 0 AMAZON COM INC G5184 AIR FILTERS, FUEL FILTER 0 AMAZON COM INC STOCK TRANS SPEED SENSOR (2) 0 AMAZON COM INC G4330 IGNITION COIL ASSEMBLY 0 AMAZON COM INC G3036 2-WIRE COIL CORD 0 AMAZON COM INC G2655 CAPACITOR 0 AMAZON COM INC G2880 AIR FILTER W/PRE FILTER 0 AMAZON COM INC G2880 FUEL FILTER 0 AMAZON COM INC G0584 FUEL CAP 0 AMAZON COM INC STOCK AIR FILTER SET 0 AMAZON COM INC G4330 IGNITION CONTROL BOX 0 AMAZON COM INC STOCK AIR FILTER (2) 0 AMAZON COM INC STOCK CAR STEREO (2) 0 AMAZON COM INC G4866 WEATHERTECH FLOOR LINERS 0 AMAZON COM INC G2655 DAMPER PUMP AND CARBURE 0 AMAZON COM INC G3706 HANDLE WELDMENT 0 AMAZON COM INC G5267 LED WARNING LIGHTS (4-PA 0 AMAZON COM INC G3706 BUSHING W/BOLT KIT (2) 0 AMAZON COM INC G2735 BLIND RIVETS (2) 0 AMAZON COM INC G5267 BRAKE TAIL LIGHT (2) 0 AMAZON COM INC STOCK BALL MOUNT ADAPTER (3) 0 AMAZON COM INC G4330 CARBURETOR (2) 0 AMAZON COM INC G4550 RADIATOR DRAIN PLUG 0 AMAZON COM INC STOCK AIR FRESHENER (2) 0 AMAZON COM INC G3706 MUFFLER 0 AMAZON COM INC G4004 18 HP ENGINE 0 AMAZON COM INC G3706 STARTER 0 AMAZON COM INC STOCK SPEAKER 0 AMAZON COM INC G4655 PROPANE TANK CYLINDER 0 AMAZON COM INC G3514 MUFFLER EXHAUST DEFLECTO 0 AMAZON COM INC G4858 BTU AIR CONDITIONER 0 AMAZON COM INC G4858 ROOF VENT WITH THERMOSTA 0 AMAZON COM INC G4707 PUSH MOUNT CABLE 0 AMAZON COM INC G4525 POWER INVERTER 0 AMAZON COM INC G4858 A/C GASKET, HEAT STRIP U 0 AMAZON COM INC STOCK AIR FRESHENER AND BATTER 0 AMAZON COM INC G4489 5 PANEL MIRROR FOR GOLF 0 AMAZON COM INC G5120 MUFFLER DEFLECTOR (4) 0 AMAZON COM INC G5111 WEATHERPROOF IN USE COVE 0 AMAZON COM INC G4090 WIRELESS BACKUP CAMERA 0 AMAZON COM INC STOCK SPEAKER (2) 0 AMAZON COM INC G5315 UNIVERSAL MIRROR SET 0 AMAZON COM INC STOCK HOT WATER NOZZLE BUNDLE 0 AMAZON COM INC G5236 EMERGENCY STROBE LIGHTS 0 AMAZON COM INC G5269 RED LED TRAILER BRAKE TU 0 AMAZON COM INC G4758 FUEL PUMP 0 AMAZON COM INC G5311 EMERGENCY STROBE LIGHTS 0 AMAZON COM INC G5272 REAR VIEW MIRROR 0 AMAZON COM INC STOCK AIR FRESHENER 0 AMAZON COM INC STOCK LED HEADLIGHT 0 AMAZON COM INC G5241 PRESSURE WASHER ATTACHME 0 AMAZON COM INC STOCK MINI BRUSH & DUST PAN SE 0 AMAZON COM INC STOCK LED BULBS 0 AMAZON COM INC STOCK AIR COMPRESSOR SAFETY RE 0 AMAZON COM INC G5498 100FT ELECTRICAL WIRE (3 0 AMAZON COM INC G4340 09/16-18 X 2-5/16 TRAILE 0 AMAZON COM INC G5274 5 PANEL MIRROR AND REAR 0 AMAZON COM INC G4614 WIRELESS BACKUP CAMERA 0 AMAZON COM INC G3846 INDICATOR LIGHT 0 AMAZON COM INC G3970 AIR HOSE REEL 0 AMAZON COM INC G3406 LED LICENSE PLATE LIGHTS 0 AMAZON COM INC G5048 CABLE WIRES 0 AMAZON COM INC G4503 HOSE PROTECTOR 0 AMAZON COM INC STOCK AIR FILTER (2) 0 AMAZON COM INC STOCK RUBBER CAR FLOOR MATS (4 0 AMAZON COM INC G4965 FUEL CAP (2) 0 AMAZON COM INC G1844 REPLACEMENT PAPER FILTER 0 AMAZON COM INC G5397 BOAT TRAILER WINCH 0 AMAZON COM INC G1844 CARBURETOR RECOIL STARTE 0 AMAZON COM INC STOCK LED LIGHT BAR COMBO 0 AMAZON COM INC G2243 ALTERNATOR 0 AMAZON COM INC G1844 STEEL NIPPLE 0 AMAZON COM INC STOCK GREASE GUN-PISTOL 0 AMAZON COM INC G3706 FUEL VALVE 0 AMAZON COM INC G5322 SOLENOID RELAY 0 AMAZON COM INC STOCK AIR FILTER 0 AMAZON COM INC G4524 CRANE BREATHER 0 AMAZON COM INC STOCK AIR FILTER 0 AMAZON COM INC G2243 AMP FUSE 0 AMAZON COM INC STOCK AIR FILTERS, STEERING WH 0 AMAZON COM INC G4941 NYLON HEX BOLTS (5) 0 AMAZON COM INC G4941 HEX NUTS (2) 0 AMAZON COM INC G5498 UNIVERSAL SIDE MIRRORS 0 AMAZON COM INC G5241 STARTER SOLENOID RELAY ( 0 AMAZON COM INC REAR VIEW MIRROR 0 AMAZON COM INC G3706 OEM MOUNT-VIBRATION 0 AMAZON COM INC G4332 CARBURETOR 0 AMAZON COM INC G4966 CARBURETOR 0 AMAZON COM INC G1844 AIR COMPRESSOR 0 AMAZON COM INC G4941 ZIP TIES 0 AMAZON COM INC G2491 CARBURETOR 0 AMAZON COM INC G4102 WIRELESS BACKUP CAMERA 0 AMAZON COM INC G4005 STARTER 0 AMAZON COM INC STOCK ENGINE HEATER 0 AMAZON COM INC STOCK 5-PACK DUCT TAPE 0 AMAZON COM INC G3905 CARBURETOR RECOIL FOR ST 0 AMAZON COM INC STOCK 10 AMP BLADE FUSE 0 AMAZON COM INC G5222 BRAKE CALIPER 0 AMAZON COM INC STOCK WATER PIPE SEALING AND F 0 AMAZON COM INC G5322 STARTER 0 AMAZON COM INC G5421 WEATHERTECH FLOOR LINERS 0 AMAZON COM INC STOCK LED TAIL LIGHT 0 AMAZON COM INC G5500 BED STORAGE BOX 0 AMAZON COM INC G5473 CAM LOCK FITTINGS 0 AMAZON COM INC STOCK ELECTRICAL TAPE AAND MIN 0 AMAZON COM INC G5121 OIL DRAIN VALVE STRAIGHT 0 AMAZON COM INC G5175 CAR BATTERY CHARGER 0 AMAZON COM INC G3405 ACTUATOR 0 AMAZON COM INC G5500 SIDE MIRROR 0 AMAZON COM INC G3405 REPLACEMENT LIGHT BULBS 0 AMAZON COM INC G4963 CARBURETOR 0 AMAZON COM INC G5500 FIRE EXT MOUNT BRACKET, 0 AMAZON COM INC G4963 FUEL AND LUBE TUBING 0 AMAZON COM INC G5222 STARTER SOLENOID 0 AMAZON COM INC G4348 TRAILER HITCH RECEIVER T 0 AMAZON COM INC G4977 HOOK AND EYE TURNBUCKLE 0 AMAZON COM INC G4615 WIRELESS BACKUP CAMERA 0 AMAZON COM INC G5122 FILTER KIT (2) 0 AMAZON COM INC G5485 REARVIEW MIRRORS, BED ST 0 AMAZON COM INC G4031 CAR BATTERY CHARGER 0 AMAZON COM INC STOCK WIX AIR FILTER (4) 0 AMAZON COM INC G3905 CARBURETOR GASKET 0 AMAZON COM INC G3905 CARBURETOR FLOAT BOWL GA 0 AMAZON COM INC G4660 1/2" HOSE ELBOW FUEL FIT 0 AMAZON COM INC G4609 CONTACTOR BRACKET 0 AMAZON COM INC STOCK CAR STEREO 0 AMAZON COM INC STOCK POLARIS AIR FILTERS (2) 0 AMAZON COM INC G4446 INTAKE MANIFOLD 0 AMAZON COM INC G4212 CARBURETOR RECOIL STARTE 0 AMAZON COM INC G3969 SPOOL MECHANICS WIRE 0 AMAZON COM INC G5485 LED EMERGENCY STROBE LIG 0 AMAZON COM INC G4813 EXTENSION HANDLE GRIPS S 0 AMAZON COM INC G5020 BOAT TRAILER CARPET 0 AMAZON COM INC G4263 TRUCK WINCH REMOTE 0 AMAZON COM INC G4526 TRUCK TOOLBOX 0 AMAZON COM INC G5020 HEAVY DUTY STAPLES 0 AMAZON COM INC G5020 HEX HEAD LAG SCREWS (3) 0 AMAZON COM INC G3906 CARBURETOR 0 AMAZON COM INC G4205 PINTLE MOUNTS 0 AMAZON COM INC G2737 ROOF VENT COVER 0 AMAZON COM INC G5365 AIR FILTER INTAKE MANIFO 0 AMAZON COM INC G4730 PINTLE MOUNTS 0 AMAZON COM INC G2243 HEALIGHT HEAD LIGHT SWIT 0 AMAZON COM INC G3870 SOLENOIDS 0 AMAZON COM INC G2243 RETRACTABLE SEAT BELTS 0 AMAZON COM INC STOCK D-RING ANCHOR (6) 0 AMAZON COM INC G4667 WHEEL & TIRE 0 AMAZON COM INC STOCK MINI BRUSH & DUST PAN SE 0 AMAZON COM INC G4004 DC POWER SOLENOID 0 AMAZON COM INC G3241 8OZ SPECIAL GREASE COMPO 0 AMAZON COM INC STOCK AIR FRESHENER (3) 0 AMAZON COM INC STOCK AIR FILTER 0 AMAZON COM INC G3616 GAS TANK SHUT OFF VALVE 0 AMAZON COM INC G3036 BATTERY CHARGER 0 AMAZON COM INC G4093 ROCKER SWITCH BOX 0 AMAZON COM INC STOCK STENS PRE-FILTER 0 AMAZON COM INC REFUND ON ORDER 114-4629422-97 0 AMAZON COM INC G4758 OIL FILLER DIPSTICK 0 AMAZON COM INC G3269 CARBURETOR KIT 0 AMAZON COM INC STOCK ENGINE HEATER (2) 0 AMAZON COM INC G5043 10 GAUGE COPPER BAOT CAB 0 AMAZON COM INC G2243 HYDRAULIC PLUG 0 AMAZON COM INC G2243 FUEL CAP 0 AMAZON COM INC G4032 SOLAR CHARGED CONTROLLER 0 AMAZON COM INC REFUND OF 2 PCAK AIR FILTER RE 0 AMAZON COM INC G4595 2-WAY EVAP CONNECTOR 0 AMAZON COM INC G4331 CARBURETOR 0 AMAZON COM INC G4668 CARBON MONOXIDE DETECTOR 0 AMAZON COM INC G3269 ROUND END FILLER SPUN GA 0 AMAZON COM INC G4502 FLOW CONTROL VALVE 0 AMAZON COM INC G3831 AIR FLOW TOOL VALVE 0 AMAZON COM INC STOCK LED SURFACE MOUNT LIGHT 0 AMAZON COM INC STOCK STEERING WHEEL COVER (6) 0 AMAZON COM INC STOCK OFF ROAD TRANSMISSION FL 0 AMAZON COM INC G3269 CARBURETOR KIT 0 AMAZON COM INC G5265 LED TRAILER BRAKE TURN L 0 AMAZON COM INC STOCK DIESEL ONLY FUEL TANK SI 0 AMAZON COM INC G4682 BEARING BALLS 0 AMAZON COM INC G3036 BETTERY TENDER 0 AMAZON COM INC G4459 LIQUID LEAK DETECTOR 0 AMAZON COM INC G4491 AIR HOSE 0 AMAZON COM INC G5263 RED LED STOP BRAKE TURN 0 AMAZON COM INC STOCK MAGNETIC STRIP 0 AMAZON COM INC STOCK BALL MOUNT ADAPTER (4) 0 AMAZON COM INC STOCK DEF FILTER (6) 0 AMAZON COM INC STOCK AIR FRESHENER REFILL CAN 0 AMAZON COM INC G4689 RECIPROCATING SAW BLADE 0 AMAZON COM INC G4667 REFUND OF REPLACEMENT SP 0 AMAZON COM INC STOCK CABIN AIR FILTER (5) 0 AMAZON COM INC STOCK CHRISTMAS SCENTED AIR FR 0 AMAZON COM INC G5163 UTV TIRES 0 AMAZON COM INC G4942 ALTERNATOR, IGNITION COI 714231 AMERICAN CNG LLC G3828 FUEL RECEPTACLE 715561 ARAMSCO, INC G5330 INNER JACK POST 716429 ATMAX EQUIPMENT CO G4668 DOUBLE SIDED BOLTS AND C 716301 ATMAX EQUIPMENT CO G4692 MUFFLER AND MUFFLER BAND 715608 ATMAX EQUIPMENT CO G4692 FUSE / RELAY BLOCK 715502 ATMAX EQUIPMENT CO G4669 GEN 1 CAB SEAT 714783 ATMAX EQUIPMENT CO G4669 SEAT BELT ASSEMBLY 714783 ATMAX EQUIPMENT CO G4692 INNER AND OUTER BLADE BA 714521 ATMAX EQUIPMENT CO G4669 BEARING 714237 ATMAX EQUIPMENT CO G4669 NUTS, BOLTS, U-JOINTS ET 711330 ATMAX EQUIPMENT CO G4668 TRIPLE 17CC GEAR PUMPS 710825 ATMAX EQUIPMENT CO G4668 EXHAUST PIPE , MUFFLER A 710825 ATMAX EQUIPMENT CO STOCK CHARGE PUMP (6), FUEL/WA 710825 ATMAX EQUIPMENT CO G4668 BEARING (2), LOCKING PLA 714636 AUTOWAY PARTS CENTER G4366 INSULATION & BUSHING 714636 AUTOWAY PARTS CENTER CM INV# 4311408 - G4737 GRILLE 713029 AUTOWAY PARTS CENTER G4515 FINISHER 713029 AUTOWAY PARTS CENTER G4413 ROD HOOD 713029 AUTOWAY PARTS CENTER G4919 HOSE FLEX 709647 AUTOWAY PARTS CENTER G4737 GRILLE 709760 AUTOWAY PARTS CENTER G4737 HARNESS 708867 AUTOWAY PARTS CENTER G4271 GROMMET 708867 AUTOWAY PARTS CENTER G4275 BRACKET 708960 AUTOWAY PARTS CENTER G4275 SHOCK ABSORBER 708768 AUTOWAY PARTS CENTER G4275 FINISHER 707940 AUTOWAY PARTS CENTER G5018 RE-COVER (2) 707940 AUTOWAY PARTS CENTER G4275 LINK CONNECTORS, SOCKETS 716230 BROYHILL EQUIPMENT LLC G5288 NEUTRAL SAFETY SWITCH 715702 BROYHILL EQUIPMENT LLC G5287 BRAKE, DRIVE SPROCKETS, 714983 BROYHILL EQUIPMENT LLC G5288 NEUTRAL SAFETY SWITCH (2 713153 BROYHILL EQUIPMENT LLC G5287 ALLEN HEAD BOLTS, DRIER 713035 BROYHILL EQUIPMENT LLC G5287 SMALL PIPE GRIP ASSEMBLY 712188 BROYHILL EQUIPMENT LLC G5288 KEY SWITCH W/KEYS 710712 BROYHILL EQUIPMENT LLC G5288 FRONT LEFT TOP COVER MOU 710712 BROYHILL EQUIPMENT LLC G5287 DRIER W/BINARY SWITCH, C 710712 BROYHILL EQUIPMENT LLC G5287 EXHAUST PIPE, CLAMP, MOU 710712 BROYHILL EQUIPMENT LLC G5288 HANDLE 710712 BROYHILL EQUIPMENT LLC G4944 DRIVE SPROCKETS, COMPACT 715769 CARLISLE MOTORS, LLC G5123 MASTER SWITCH 711410 CARLISLE MOTORS, LLC G4795 KEY FOB 710826 CARLISLE MOTORS, LLC G4855 SPARE KEY 708595 CENTURY INDUSTRIES LLC G4818 REMOTE RICON LIFT 715998 CERTEX USA G4837 OVERHAUL BALL 714923 CERTEX USA G4158 THIMBLE EYE 714923 CERTEX USA G4158 NON-ROT WIRE ROPE ASSEMB 0 CHIC-1 AC PLUS G5023 AC SENSOR 0 CHIC-1 AC PLUS G4735 BARRIER FITTINGS 0 CHIC-1 AC PLUS STOCK NEW DRIER (2) 716949 CHIC-1 AC PLUS G3864 BARRIER FITTING 716949 CHIC-1 AC PLUS STOCK AC BLOWERS (2) 716733 CHIC-1 AC PLUS G3864 AC EVAP TEST (2) & FITTI 716817 CHIC-1 AC PLUS G3864 BARRIER SPLICER FITTING, 716733 CHIC-1 AC PLUS G3864 BARRIER FITTING 10X10, 1 716583 CHIC-1 AC PLUS STOCK NEW AC BLOWER 716311 CHIC-1 AC PLUS G5014 EZ CLIPS, REDUCER FITTIN 716234 CHIC-1 AC PLUS G4503 BARRIER FITTINGS VARIOUS 715920 CHIC-1 AC PLUS G5014 AC COMPRESSOR AND BARRIE 715706 CHIC-1 AC PLUS G4503 SPLICERS, HOSE FITTINGS 715706 CHIC-1 AC PLUS G3405 SPAL FANS, CONNECTORS, S 715782 CHIC-1 AC PLUS STOCK AC CABIN FILTERS (4) 715072 CHIC-1 AC PLUS STOCK AC CONDENSATE PUMP 714790 CHIC-1 AC PLUS G4735 NEW MODULE 715176 CHIC-1 AC PLUS STOCK AC BLOWERS (2) 714643 CHIC-1 AC PLUS STOCK COMPRESSOR 714527 CHIC-1 AC PLUS STOCK CABIN AIR FILTERS (2) 714643 CHIC-1 AC PLUS G4668 DRIER AND CONDENSER 714350 CHIC-1 AC PLUS STOCK CABIN FILTERS, COMPRESSO 714350 CHIC-1 AC PLUS G3405 BARRIER HOAE (150) 714643 CHIC-1 AC PLUS G3406 BARRIER FITTINGS 714474 CHIC-1 AC PLUS G4735 BARRIER HOSES 714051 CHIC-1 AC PLUS G4668 INLET TUBE ASSEMBLY 713038 CHIC-1 AC PLUS G3725 SPAL FAN, CONNECTOR,SEAL 711779 CHIC-1 AC PLUS G4503 EZ CLIP SEAL PACKAGES AN 712253 CHIC-1 AC PLUS G3405 EZ CLIP FITTINGS 711415 CHIC-1 AC PLUS G4503 AC MUFFLER WITH #10 NIPP 711078 CHIC-1 AC PLUS G3405 EZ CLIP FITTINGS 710266 CHIC-1 AC PLUS G5024 NEW HIGH SIDE TRANSDUCER 709300 CHIC-1 AC PLUS STOCK AC COMPRESSOR AND CONDEN 707955 CHIC-1 AC PLUS G4735 NEW MODULE 707955 CHIC-1 AC PLUS G4735 SPAL FANS, CONNECTORS, S 707955 CHIC-1 AC PLUS G4735 HIGH SIDE TRANSDUCERS (2 710716 CHOO CHOO LAWN EQUIPMENT G5455 RAZOR CUTTING DISC (3) 712796 CLEARWATER TOYOTA G4625 FRONT SEALS 707959 CLEARWATER TOYOTA G4223 SUB VALVE 717052 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK POWER STEERING FILTER (6 717052 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK POWER STEERING FILTER (6 715792 CONTAINER SYSTEMS & EQUIPMENT CO INC G4610 SEAT BELT ASSEMBLY 715516 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK POWER STEERING FILTER (6 715516 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK POWER STEERING FILTER (6 715516 CONTAINER SYSTEMS & EQUIPMENT CO INC G4468 LH INNER DOOR PANEL 715075 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK 5 ELEMENT HYDRAULIC FILT 714806 CONTAINER SYSTEMS & EQUIPMENT CO INC CM INV # 0088267-IN - G4611 IF 714806 CONTAINER SYSTEMS & EQUIPMENT CO INC G4611 IFM CONTROLLER / CREDIT 714806 CONTAINER SYSTEMS & EQUIPMENT CO INC G4611 SLAVE CONTROLLER 714249 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK BLOWER MOTOR ASSEMBLY 714249 CONTAINER SYSTEMS & EQUIPMENT CO INC G4611 CONTROLLER 713044 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK AC CABIN FILTER (6) 713044 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK POWER STEERING FILTER (6 713044 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK POWER STEERING FILTER (6 711705 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK BLOWER MOTOR ASSEMBLY 711234 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK HORN BUTTON (2) 710845 CONTAINER SYSTEMS & EQUIPMENT CO INC G4100 DRIVER SIDE SEAT ASSY 710271 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK POWER STEERING FILTER (6 710096 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK POWER STEERING FILTER (6 710096 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK 5 MICRON HYD FILTER ELEM 710096 CONTAINER SYSTEMS & EQUIPMENT CO INC G4455 LH DOOR LATCH 710096 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK POWER STEERING FILTER (6 710096 CONTAINER SYSTEMS & EQUIPMENT CO INC G4169 DOOR LATCH LH 710096 CONTAINER SYSTEMS & EQUIPMENT CO INC STOCK HYD FILTER ELEMENT (4) 710096 CONTAINER SYSTEMS & EQUIPMENT CO INC G4169 CONTROLLER AND LIGHT DIS 710096 CONTAINER SYSTEMS & EQUIPMENT CO INC G5066 WASHER RESERVOIR & LID 708602 CONTAINER SYSTEMS & EQUIPMENT CO INC FRONT PTO PUMP/EXCEL 707962 CONTAINER SYSTEMS & EQUIPMENT CO INC G4611 FRONT PTO PUMP / EXCEL 714250 CUES INC G4858 ROOFTOP ANTENNA 0 CYCLE SPRINGS POWERSPORTS LLC G5321 DRIVE-BELT (2) 0 CYCLE SPRINGS POWERSPORTS LLC G5222 GEARCASE, HALFSHAFT ETC 716957 CYCLE SPRINGS POWERSPORTS LLC G5321 FRONT PROPSHAFT, BRAKE H 716586 CYCLE SPRINGS POWERSPORTS LLC G5221 BRAKE CALIPER 716448 CYCLE SPRINGS POWERSPORTS LLC G5236 WHEEL STUDS, WHEEL BEARI 716448 CYCLE SPRINGS POWERSPORTS LLC G5221 BRAKE ROTOR (2) 715924 CYCLE SPRINGS POWERSPORTS LLC G5311 SCREW (4) & SEAT SLIDE A 715924 CYCLE SPRINGS POWERSPORTS LLC G5221 DUAL BRAKE PAD KIT 715517 CYCLE SPRINGS POWERSPORTS LLC G5322 BUSHING & SPACER TUBE 715794 CYCLE SPRINGS POWERSPORTS LLC G5311 SEAT BACK TUBE, BRACKET 715076 CYCLE SPRINGS POWERSPORTS LLC CM INV # 779546 - G5221 FRONT 715076 CYCLE SPRINGS POWERSPORTS LLC G5221 ASM BRAKE CALIPER 715076 CYCLE SPRINGS POWERSPORTS LLC G5221 FRONT DISC BRAKE (2), RE 715185 CYCLE SPRINGS POWERSPORTS LLC G5221 BRAKE CALIPER AND FRONT 715076 CYCLE SPRINGS POWERSPORTS LLC G5221 STAT O SEAL (8) 715185 CYCLE SPRINGS POWERSPORTS LLC G5322 BRAKE TORSION SPRING AND 714534 CYCLE SPRINGS POWERSPORTS LLC G5311 BRAKE ROTOR (2), BRAKE C 714356 CYCLE SPRINGS POWERSPORTS LLC G5236 FRONT GEARCASE 714356 CYCLE SPRINGS POWERSPORTS LLC G5311 FRONT HALFSHAFT, FRONT & 714356 CYCLE SPRINGS POWERSPORTS LLC G5236 PROPSHAFT 714251 CYCLE SPRINGS POWERSPORTS LLC G5236 K-BRAKE PAD (2) 714356 CYCLE SPRINGS POWERSPORTS LLC G5236 FRONT HALFSHAFT (2) 713692 CYCLE SPRINGS POWERSPORTS LLC G5322 MAIN HARNESS 713047 CYCLE SPRINGS POWERSPORTS LLC G5322 JUMPER HARNESS AND ECU S 713047 CYCLE SPRINGS POWERSPORTS LLC G5222 ASM BRAKE CALIPER (2) 713047 CYCLE SPRINGS POWERSPORTS LLC G5222 TRIPLE SEAL, PROPSHAFT E 713047 CYCLE SPRINGS POWERSPORTS LLC G5322 NYLOCK NUT 713047 CYCLE SPRINGS POWERSPORTS LLC G5241 HALFSHAFT, PROPSHAFT, GR 713318 CYCLE SPRINGS POWERSPORTS LLC G5322 SVC-MAN 711517 CYCLE SPRINGS POWERSPORTS LLC G5222 SCREWS AND SHIFTER KNOB 711517 CYCLE SPRINGS POWERSPORTS LLC G5322 1CYL STARTER 711423 CYCLE SPRINGS POWERSPORTS LLC G5236 DRIVE-BELT 711423 CYCLE SPRINGS POWERSPORTS LLC G5222 REAR DISC BRAKE (2), SHI 711423 CYCLE SPRINGS POWERSPORTS LLC G5241 ASM WEIGHT SHIFT (3) ASM 710847 CYCLE SPRINGS POWERSPORTS LLC G5222 STAT SEAL(12) NYLOCK NUT 710847 CYCLE SPRINGS POWERSPORTS LLC G5241 NUT FLEXLOC (3) 710847 CYCLE SPRINGS POWERSPORTS LLC G5241 SHIFT WEIGHT BOLT (3) AS 710847 CYCLE SPRINGS POWERSPORTS LLC G5241 FLIP DOWN ACCESSORY WIND 710847 CYCLE SPRINGS POWERSPORTS LLC G5322 SEALED STARTER SOLENOID 710847 CYCLE SPRINGS POWERSPORTS LLC G5222 FRONT BRAKE DISC (2) 708978 CYCLE SPRINGS POWERSPORTS LLC G5321 BELL CRANK, SNAP BUSHING 707964 CYCLE SPRINGS POWERSPORTS LLC G5241 DISC BRAKE CALIPER ASSEM 707964 CYCLE SPRINGS POWERSPORTS LLC G5241 FRONT SHOCK (2) 707964 CYCLE SPRINGS POWERSPORTS LLC G5241 FRONT, REAR AND MID PROP 716643 DAYTON ANDREWS INC G4266 BLOWER MOTOR AND MODULE 715077 DAYTON ANDREWS INC G5030 BOOT STEER 714994 DAYTON ANDREWS INC G5030 LOWER ARM (2), INNER KIT 714810 DAYTON ANDREWS INC G5030 END SUPPORT (2) 714536 DAYTON ANDREWS INC G5030 FRONT AND REAR BRAKE PAD 714357 DAYTON ANDREWS INC G5029 BRAKE ROTORS, PADS ETC 714252 DAYTON ANDREWS INC G5029 STRUTS 714252 DAYTON ANDREWS INC G4592 GLASS MIRROR 714252 DAYTON ANDREWS INC CM 10.01.23-09.30.24: FLEET I 708203 DAYTON ANDREWS INC G4373 HEX-BOLT (2) 707966 DAYTON ANDREWS INC G4373 FUEL INJECTOR (3) 707966 DAYTON ANDREWS INC G4373 SPARK PLUGS, OXYGEN SENS 707966 DAYTON ANDREWS INC G4373 PAD KIT 707966 DAYTON ANDREWS INC G4373 PAD KIT 716452 DHS EQUIPMENT G3834 COMPLETE STARTER AND PUL 716110 DHS EQUIPMENT G3832 WIDE SCRAPER (4) AND PUM 715797 DHS EQUIPMENT G3832 NARROW SCRAPER (2), DISP 715519 DHS EQUIPMENT G3991 ADAPTER AND O-RING SEAL 713492 DHS EQUIPMENT G3794 RUBBER COVER & THROTTLE 712890 DHS EQUIPMENT G3992 CARBURETOR GASKET (2) AN 712524 DHS EQUIPMENT G3833 FUEL TANK CAP, VALVE AND 711996 DHS EQUIPMENT G3833 RUBBER STRIP, FAN COVER 711996 DHS EQUIPMENT G3834 COLLAR RING, PLOW BOLT E 711710 DHS EQUIPMENT G4966 BRACKET, GROMMET. SHUTOF 711237 DHS EQUIPMENT G4965 FUEL TANK CAP 0 DIMMITT CHEVROLET INC G4679 MOUNT 717142 DIMMITT CHEVROLET INC G4639 SENSOR 717142 DIMMITT CHEVROLET INC G4866 GASKET 717142 DIMMITT CHEVROLET INC G4866 MOUNT 717142 DIMMITT CHEVROLET INC G4281 CONDENSER 716958 DIMMITT CHEVROLET INC G4178 CABLE 716824 DIMMITT CHEVROLET INC G4153 SENSOR (2) 716453 DIMMITT CHEVROLET INC G4178 SENSOR AND MODULE KIT 715925 DIMMITT CHEVROLET INC G4178 PUMP AND SENSOR 715629 DIMMITT CHEVROLET INC G4520 NUTS, BOLTS PINS ETC 715520 DIMMITT CHEVROLET INC G4824 CAP 715713 DIMMITT CHEVROLET INC G4238 RECEIVED AND DEHYDRATOR 714537 DIMMITT CHEVROLET INC G5034 GASKET, MOUNT AND BOLTS 714651 DIMMITT CHEVROLET INC G4865 MOUNT 714360 DIMMITT CHEVROLET INC G4639 MOUNT 714360 DIMMITT CHEVROLET INC G4639 CAP 714360 DIMMITT CHEVROLET INC G4639 SEALS 714063 DIMMITT CHEVROLET INC G4865 CONNECTOR KIT 713830 DIMMITT CHEVROLET INC G4865 PUMPS & GROMMET 713909 DIMMITT CHEVROLET INC G4865 ABSORBER & MOUNT 713049 DIMMITT CHEVROLET INC G4865 WHEEL 712525 DIMMITT CHEVROLET INC G4419 WIRE (5) 712525 DIMMITT CHEVROLET INC G4419 LAMP 712525 DIMMITT CHEVROLET INC CM INV# 222334 - G4419 LAMP 712338 DIMMITT CHEVROLET INC G4419 BLOCK 712257 DIMMITT CHEVROLET INC G4419 LATCH, COVER AND PANELS 711611 DIMMITT CHEVROLET INC G4423 LATCH, GASKET AND MOUNTS 711711 DIMMITT CHEVROLET INC G4423 SEALS 711785 DIMMITT CHEVROLET INC G4423 LATCH 711085 DIMMITT CHEVROLET INC G4027 HOSE 710850 DIMMITT CHEVROLET INC G4518 HOSE 710850 DIMMITT CHEVROLET INC G4518 HOSE AND CONDENSER 710553 DIMMITT CHEVROLET INC G4421 HEADLAMP 710454 DIMMITT CHEVROLET INC G4869 SOCKET 710725 DIMMITT CHEVROLET INC G4518 TUBE 710553 DIMMITT CHEVROLET INC CM INV#220817 - G4421 HEADLAMP 709929 DIMMITT CHEVROLET INC G4518 MANIFOLD 709309 DIMMITT CHEVROLET INC G4518 VALVES AND SEALS 708981 DIMMITT CHEVROLET INC G4518 GASKETS, BOLTS,PIPES ETC 708981 DIMMITT CHEVROLET INC G5352 STEP PACKAGE 708701 DIMMITT CHEVROLET INC CM 10.01.23-09.30.24: FLEET I 708701 DIMMITT CHEVROLET INC G4280 ABSORBER (2) 708777 DIMMITT CHEVROLET INC G4518 DUCT 708517 DIMMITT CHEVROLET INC G4240 VALVE 708517 DIMMITT CHEVROLET INC G4240 SENSOR 708517 DIMMITT CHEVROLET INC G4422 DUCT 708517 DIMMITT CHEVROLET INC G4422 HEADLAMP 708517 DIMMITT CHEVROLET INC G4422 DUCT AND SOCKET 708345 DIMMITT CHEVROLET INC G4522 SENSOR 708345 DIMMITT CHEVROLET INC G4149 GASKETS, SEALS, PUMPS ET 707968 DIMMITT CHEVROLET INC G4421 SPARK PLUG (8) 707968 DIMMITT CHEVROLET INC G4153 PAD KIT 707968 DIMMITT CHEVROLET INC G4821 PUMPS 707968 DIMMITT CHEVROLET INC G4421 SENSORS, SPARK PLUGS, LI 707968 DIMMITT CHEVROLET INC G4421 SENSOR, SPARK PLUGS AND 707968 DIMMITT CHEVROLET INC G4421 WIRE 707968 DIMMITT CHEVROLET INC G4421 SENSOR PACKAGE (4) 0 DITCH WITCH SALES INC G5370 MOD STYLE WHEEL 0 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (3) 717245 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (3) 716747 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (5) & 11 716961 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (5) 716747 E & N DISTRIBUTING, INC G4456 SC31DS YELLOW TOP BATTER 716458 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY 715933 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (7) & 11 715933 E & N DISTRIBUTING, INC G5049 11UIL BATTERY 715933 E & N DISTRIBUTING, INC G3968 OPTIMA YELLOW TOP BATTER 715534 E & N DISTRIBUTING, INC G4644 AGM GROUP 31 DEEP CYCLE 715716 E & N DISTRIBUTING, INC G3969 OPTIMA YELLOW TOP GRIP ( 715716 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (6) 715191 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (3) 714815 E & N DISTRIBUTING, INC G4330 11UIL BATTERY 714815 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (8) 715000 E & N DISTRIBUTING, INC G4483 IIUIL BATTERY 714368 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (3) 713701 E & N DISTRIBUTING, INC G5459 IIUIL BATTERY 713701 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY 713162 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (3) 713412 E & N DISTRIBUTING, INC G4159 9A78DT BATTERY 713412 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (2) 713412 E & N DISTRIBUTING, INC G4158 11UIL BATTERY 713412 E & N DISTRIBUTING, INC G4663 ODYSSEY 34M BATTERY 712195 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (4) 711903 E & N DISTRIBUTING, INC G4170 11UIL BATTERY 711903 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY 711624 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (8) 711096 E & N DISTRIBUTING, INC G5122 11UIL BATTERY 711096 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (8) 710853 E & N DISTRIBUTING, INC G4967 11UIL BATTERY 710853 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (3) 710555 E & N DISTRIBUTING, INC STOCK 1131 MF (8) 710309 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (2) 710034 E & N DISTRIBUTING, INC G4859 ODYSSEY 34M BATTERY 710034 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (4) 709770 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (8) 709312 E & N DISTRIBUTING, INC G2902 11UIL BATTERY 708999 E & N DISTRIBUTING, INC G4769 11UIL BATTERY 708624 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (5) 708624 E & N DISTRIBUTING, INC G5050 11U1L BATTERY 708780 E & N DISTRIBUTING, INC G5049 11UIL BATTERY 708780 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (3) 708211 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (6) 708211 E & N DISTRIBUTING, INC G4179 11VIL BATTERY 708004 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (4) 708004 E & N DISTRIBUTING, INC G4792 AGM31-E BATTERY (3) 0 EBAY- WRINBOTANG G2811 ANTI LOCK BRAKE PART ASS 18988 EFE INC CM INV # P0367736 - G4914 FUEL 0 EFE INC G4354 POTENTIOMETER 0 EFE INC STOCK FILTER ELEMENTS 0 EFE INC G4942 BOLTS, HANDLES, STOPS ET 19000 EFE INC G4354 SEDIMENT BOWL 19000 EFE INC G4914 SCREW AND BUSHING 19000 EFE INC G4658 SEALS, BEARING CONES, BE 18988 EFE INC G4914 FUEL TANK 18959 EFE INC G4658 COMPRESSOR, DRYER-RECEIV 18959 EFE INC G4914 FUEL TANK, STRAP, CAP SC 18959 EFE INC G4913 SWITCH (2) 18934 EFE INC CM INV # P0362283 - G4355 WIRI 18953 EFE INC G5458 CABLES 18953 EFE INC STOCK FILTER ELEMENTS 18953 EFE INC G4914 DEF TANK HEADER 18959 EFE INC STOCK OIL FILTER AND FILTER EL 18919 EFE INC G4355 WIRING HARNESS AND ELECT 18934 EFE INC G4355 WIRING HARNESS 18934 EFE INC G5103 STRAPS, STEP, SCREWS ETC 18934 EFE INC G3893 TANK, FILLER CAP, SENSOR 18902 EFE INC G4355 POTENTIOMETER 18902 EFE INC G4355 WIRING HARNESS 18902 EFE INC STOCK FILTER ELEMENTS 18878 EFE INC G4913 BEARING 18803 EFE INC G5458 TIRE ASSEMBLY (6) 18703 EFE INC CM INV# P0289201 - G5235 SWITC 18716 EFE INC G4913 SENSOR 18711 EFE INC G5235 WARNING LIGHT 18703 EFE INC G5235 SWITCH (2), HEADLIGHT AN 18703 EFE INC STOCK FILLER CAP (2) 18691 EFE INC G4913 STEP (4) 18691 EFE INC G5103 CAP 18639 EFE INC STOCK FILTER ELEMENTS AND HYDR 18639 EFE INC G4914 CHEMICAL SENSOR 18561 EFE INC G4913 STEP, LOCK NUTS, SCREWS 18560 EFE INC G4914 STEP (2) 18502 EFE INC G5235 UNIVERSAL WELD (3) 18502 EFE INC G4688 GASKETS (4) 18507 EFE INC STOCK FILTER ELEMENTS AND HYDR 18450 EFE INC G4913 WET CHARGED BATTERY 18450 EFE INC G5235 UNIVERSAL WELD 18436 EFE INC G4942 PULLEY 18750 EJ WARD INC DUAL HOSE MODULE KIT ANTENNA 18796 EJ WARD INC STOCK FUEL TAG KIT (20) 18752 EJ WARD INC G5410 PARTS SHIPPING & HANDLIN 18752 EJ WARD INC G5429 SHIPPING & HANDLING FOR 18752 EJ WARD INC G5411 SHIPPING & HANDLING FOR 18752 EJ WARD INC G5409 SHIPPING & HANDLING FOR 18752 EJ WARD INC G5283 SHIPPING & HANDLING FOR 18752 EJ WARD INC G5423 SHIPPING & HANDLING FOR 18757 EJ WARD INC G5453 SHIPPING & HANDLING FOR 18697 EJ WARD INC G5331 SHIPPING ON PARTS 18697 EJ WARD INC G4282 SHIPPING FOR PARTS 18628 EJ WARD INC G5421 SHIPPING & HANDLING FOR 18628 EJ WARD INC G5260 PARTS SHIPPING & HANDLIN 18559 EJ WARD INC G5359 GO9 GPS DEVICE 708006 EJ WARD INC G5337 PARTS SHIPPING T HARNESS 708006 EJ WARD INC G5349 PARTS SHIPPING T HARNESS 712132 EMBANKSCAPE EQUIPMENT LLC G5122 SMALL IDLER ARM, MOWER B 712132 EMBANKSCAPE EQUIPMENT LLC G5122 PTO BELT, MOWER BLADE, S 712132 EMBANKSCAPE EQUIPMENT LLC G5122 TRANSAXLE DRIVE BELT 0 ENVIRONMENTAL PRODUCTS GROUP INC G5353 REAR SKIRT (2) AND 60" P 717160 ENVIRONMENTAL PRODUCTS GROUP INC G5353 SIDE SKIRT (2) 716654 ENVIRONMENTAL PRODUCTS GROUP INC G4690 WATER MANIFOLD 715934 ENVIRONMENTAL PRODUCTS GROUP INC G4691 BEACON WELDMENT AND GUAR 715717 ENVIRONMENTAL PRODUCTS GROUP INC G4688 HORIZONTAL PULL (2) 715536 ENVIRONMENTAL PRODUCTS GROUP INC G4688 CYLINDER, CABLES, PULLEY 714816 ENVIRONMENTAL PRODUCTS GROUP INC G4691 WATER PUMP, WATER FILTER 714816 ENVIRONMENTAL PRODUCTS GROUP INC G4688 TUBING (8) 714371 ENVIRONMENTAL PRODUCTS GROUP INC G5353 4M DIRT SHOE 714257 ENVIRONMENTAL PRODUCTS GROUP INC G5184 SCREW SOCKETS & SKATE FO 713704 ENVIRONMENTAL PRODUCTS GROUP INC G5353 CLEVIS PIN, CURTAINS, SK 713496 ENVIRONMENTAL PRODUCTS GROUP INC G4691 OUTLET WELDMENT (3) 712667 ENVIRONMENTAL PRODUCTS GROUP INC G4691 PLATE, GUTTER BROOM HUB 712559 ENVIRONMENTAL PRODUCTS GROUP INC G5178 CHECK VALVE 2" & 3" 712261 ENVIRONMENTAL PRODUCTS GROUP INC G5353 ELBOW (6) 711245 ENVIRONMENTAL PRODUCTS GROUP INC STOCK HYDRAULIC FILTERS (3) 711350 ENVIRONMENTAL PRODUCTS GROUP INC G4660 HOSE END WELD AND TOGGLE 711350 ENVIRONMENTAL PRODUCTS GROUP INC G5353 CONV SIDE SKIRT (2) 710854 ENVIRONMENTAL PRODUCTS GROUP INC G4660 CALMPS. DEBRIS HOSE, EXH 710731 ENVIRONMENTAL PRODUCTS GROUP INC G4689 RADIATOR JD 710731 ENVIRONMENTAL PRODUCTS GROUP INC G4689 INLET DEFLECTORS AND SAF 710731 ENVIRONMENTAL PRODUCTS GROUP INC G4689 CENTER BOARD, FRONT CURT 710731 ENVIRONMENTAL PRODUCTS GROUP INC G5353 CONV SIDE SKIRT (4) 710731 ENVIRONMENTAL PRODUCTS GROUP INC G5353 SHOE ASSEMBLY, TOW BAR L 710731 ENVIRONMENTAL PRODUCTS GROUP INC G4690 WATER PUMP (2) 710991 ENVIRONMENTAL PRODUCTS GROUP INC G4690 WLEDMENT AND BEACON WELD 710731 ENVIRONMENTAL PRODUCTS GROUP INC G4692 SUCTION HOSE, AIR BEAR P 710731 ENVIRONMENTAL PRODUCTS GROUP INC G5183 BAGLESS SYSTEM AND ASM L 710731 ENVIRONMENTAL PRODUCTS GROUP INC G4660 DUST BOX ASSEMBLY, 6" CO 710731 ENVIRONMENTAL PRODUCTS GROUP INC G4691 CAMERA 710731 ENVIRONMENTAL PRODUCTS GROUP INC G5353 WASHERS (4) AND SCREWS ( 710731 ENVIRONMENTAL PRODUCTS GROUP INC G4660 DUST BOX ASSEMBLY, 6" CL 710731 ENVIRONMENTAL PRODUCTS GROUP INC G4660 RH ARROW BOARD 710731 ENVIRONMENTAL PRODUCTS GROUP INC G4689 ROD COOLPACK ST (2) 716233 EQUIPMENTSHARE.COM INC G3925 SEAT CUSHION, SEAT ACCES 716233 EQUIPMENTSHARE.COM INC G4726 CONDENSER, FUEL COOLER E 714526 EQUIPMENTSHARE.COM INC STOCK GASKET (2) AND SCREEN FI 714050 EQUIPMENTSHARE.COM INC STOCK CASE BOLT (5), U-JOINT ( 710443 EQUIPMENTSHARE.COM INC G4243 CASE CAP FILLER 710092 EQUIPMENTSHARE.COM INC STOCK ENGINE FILTER, CAB FILTE 709456 EQUIPMENTSHARE.COM INC STOCK CASE - HYDRAULIC FILTER 709456 EQUIPMENTSHARE.COM INC G4076 TRANSMISSION AND HYDRAUL 709456 EQUIPMENTSHARE.COM INC G4076 NUTS, BOLTS AND EDGE CUT 714084 FLASH EQUIPMENT G4838 RED LED WARNING LIGHT 713240 FLASH EQUIPMENT G4503 REPLACEMENT TURN SIGNAL 712086 FLASH EQUIPMENT G5500 FULL FUNCTION CONTROL HE 716247 FLEET ACQUISITIONS LLC 10.01.23 - 09.30.24: FLEET VE 715202 FLEET ACQUISITIONS LLC 10.01.23 - 09.30.24: FLEET VE 714259 FLEET ACQUISITIONS LLC 10.01.23 - 09.30.24: FLEET VE 712896 FLEET ACQUISITIONS LLC 10.01.23 - 09.30.24: FLEET VE 711911 FLEET ACQUISITIONS LLC 10.01.23-09.30.24: FLEET VEHI 710740 FLEET ACQUISITIONS LLC 10.01.23-09.30.24: FLEET VEHI 709689 FLEET ACQUISITIONS LLC 10.01.23-09.30.24: FLEET VEHI 708633 FLEET ACQUISITIONS LLC 10.01.23-09.30.24: FLEET VEHI 708014 FLEET ACQUISITIONS LLC 10.01.23-09.30.24: FLEET VEHI 717251 FLEETPRIDE INC STOCK PURGE VALVE (2) 717080 FLEETPRIDE INC STOCK PIN HOLE STEER AXLE (6) 717251 FLEETPRIDE INC STOCK PURGE VALVE KIT 717080 FLEETPRIDE INC CM INV # 118419153 - STOCK PIN 716751 FLEETPRIDE INC STOCK GLADHAND W/DUST COVER 716751 FLEETPRIDE INC STOCK ENGINE CRANKCASE FILTER 716657 FLEETPRIDE INC STOCK DIESEL KLEEN + CERTANE B 716464 FLEETPRIDE INC STOCK T-BOLT CLAMP (6) 715539 FLEETPRIDE INC G4466 STARTER MOUNT 715539 FLEETPRIDE INC STOCK HYDRAULIC FILTER ELEMENT 715539 FLEETPRIDE INC STOCK DIESEL EXHAUST FLUID (96 715096 FLEETPRIDE INC G4735 HYDRAULIC SERVICE PART 715005 FLEETPRIDE INC STOCK CLEVIS GRAB HOOK 715005 FLEETPRIDE INC STOCK 3/8" CLEVIS GRAB HOOK (5 714821 FLEETPRIDE INC STOCK PTO BEARING CAP GASKET 715005 FLEETPRIDE INC STOCK DIESEL KLEEN - CETANE BO 714821 FLEETPRIDE INC G4771 U-JOINT STANDARD 714377 FLEETPRIDE INC STOCK ENGINE CRANKCASE FILTER 714377 FLEETPRIDE INC STOCK A/D KIT 713916 FLEETPRIDE INC STOCK DIESEL KLEEN & CETANE BO 713838 FLEETPRIDE INC STOCK DRAIN COCK (4) 713916 FLEETPRIDE INC STOCK DIESEL EXHAUST FLUID (96 713709 FLEETPRIDE INC STOCK AIR BREATHER SPIN-ON FIL 713499 FLEETPRIDE INC STOCK DRAIN COCK (4) 713499 FLEETPRIDE INC STOCK 14OZ GUNK NON-CHLOR BRAK 713499 FLEETPRIDE INC STOCK DRAIN COCK (3) 713164 FLEETPRIDE INC G3846 MARINE PUSH-PULL SWITC\H 713081 FLEETPRIDE INC STOCK DIESEL KLEEN (24) 713081 FLEETPRIDE INC STOCK DIESEL EXHAUST FLUID 2.5 713164 FLEETPRIDE INC G3827 AIR SPRING (2) 713164 FLEETPRIDE INC G3846 PUSH / PULL SWITCH 712561 FLEETPRIDE INC STOCK DIESEL EXHAUST FLUID 2.5 712673 FLEETPRIDE INC STOCK DIESEL EXHAUST FLUID 2.5 712673 FLEETPRIDE INC STOCK DIESEL EXHAUST FLUID 2.5 712474 FLEETPRIDE INC G5471 RATCHET LOAD BINDER (3) 712355 FLEETPRIDE INC G5177 SPRING TAB KIT 711252 FLEETPRIDE INC G4218 CONTITECH AIR SPRING 711630 FLEETPRIDE INC G5177 U-JOINTS AND FLANGE YOKE 711105 FLEETPRIDE INC STOCK DIESEL EXHAUST FLUID (96 710864 FLEETPRIDE INC STOCK T-BOLT CLAMP (4) 710312 FLEETPRIDE INC STOCK ENGINE CRANKCASE FILTER 710202 FLEETPRIDE INC STOCK AIR D CARTRIDGE 709690 FLEETPRIDE INC STOCK PRESSURE SWITCH ASSEMBLY 709690 FLEETPRIDE INC G4455 RADIAL SEAL AIR ELEMENT 709690 FLEETPRIDE INC STOCK DIESEL EXHAUST FLUIOD 2. 709319 FLEETPRIDE INC G4320 CONT VALVE BASIC 708786 FLEETPRIDE INC STOCK RELOCATED PIN HOLE STEER 708786 FLEETPRIDE INC STOCK HYDRAULIC ELEMENT 708218 FLEETPRIDE INC G3827 AIR SPRING (2) 708361 FLEETPRIDE INC STOCK AIR BREATHER SPIN-ON FIL 708132 FLEETPRIDE INC STOCK DIESEL KLEEN (23) 708015 FLEETPRIDE INC STOCK FILTER REPLACEMENT 708015 FLEETPRIDE INC STOCK ENGINE CRANKCASE FILTER 708015 FLEETPRIDE INC STOCK REPLACEMENT FILTER (2) 708015 FLEETPRIDE INC STOCK SPEED SENSOR 0 FLORIDA KENWORTH LLC G4464 CRUISE CONTROL SWITCH 717253 FLORIDA KENWORTH LLC G4652 ENGINE OUT PIPE 717164 FLORIDA KENWORTH LLC STOCK ROCKER SWITCH 717164 FLORIDA KENWORTH LLC G4161 HOSE REFRIGERANT 717164 FLORIDA KENWORTH LLC G4981 GLASS ONLY RH 716848 FLORIDA KENWORTH LLC G4161 AC COIL, AC TUBE, HOSE E 716591 FLORIDA KENWORTH LLC G4458 AUTOCAR COND AND DRIER 716147 FLORIDA KENWORTH LLC CM INV # 053P282518 - RUBBER B 716465 FLORIDA KENWORTH LLC STOCK 15W40 3/1 GAL (18) 716147 FLORIDA KENWORTH LLC RUBBER BUSHING AND TRANS SUPPO 715543 FLORIDA KENWORTH LLC CM INV # 053P283912 715543 FLORIDA KENWORTH LLC G4460 ENGINE HARNESS 715203 FLORIDA KENWORTH LLC G4326 SHUTOFF VALVE MANIFOLD 715098 FLORIDA KENWORTH LLC G4459 PIN STRIKER 715098 FLORIDA KENWORTH LLC STOCK PUMP W/GROMMET - WASHER 714822 FLORIDA KENWORTH LLC G4464 CONTROL ASSEMBLY - HEATE 714822 FLORIDA KENWORTH LLC G4464 RESERVOIR & BRACKET 714822 FLORIDA KENWORTH LLC G4464 DRYER - RECEIVER 714822 FLORIDA KENWORTH LLC G4464 LINEAR POWER MODULE 714381 FLORIDA KENWORTH LLC G4169 TRANS COOLER TUBE, REAR 714381 FLORIDA KENWORTH LLC G4162 WINDOW REGULATOR 714381 FLORIDA KENWORTH LLC G4457 DCM DRIVER & CORE FOR RE 714381 FLORIDA KENWORTH LLC G4321 ALUMINIUM CAB STEP 713714 FLORIDA KENWORTH LLC G4458 RUBBER BUSHING (2) 713714 FLORIDA KENWORTH LLC STOCK IGNITION COIL (3) 713714 FLORIDA KENWORTH LLC G4460 STEER AXLE HARNESS 713714 FLORIDA KENWORTH LLC G4162 LH WINDOW REGULATOR 713714 FLORIDA KENWORTH LLC STOCK SPARK PLUG KIT (6), GASK 713502 FLORIDA KENWORTH LLC STOCK CCV FILTER (3), THERMOST 713714 FLORIDA KENWORTH LLC G3976 COOL HOSE 713166 FLORIDA KENWORTH LLC G4326 3/8" BEAD TO 5/8" FITTIN 713082 FLORIDA KENWORTH LLC G4326 TANK ASSEMBLY 713082 FLORIDA KENWORTH LLC G4807 CABLE ASSM, CABLE POS AN 713082 FLORIDA KENWORTH LLC STOCK RING (2) 713082 FLORIDA KENWORTH LLC G4807 SPRING, BREATHER AND FUE 713082 FLORIDA KENWORTH LLC STOCK ELEMENT, LUBE FILTER, RI 713082 FLORIDA KENWORTH LLC G4807 COOLANT (2) 713166 FLORIDA KENWORTH LLC G4326 IGNITION SWITCH 713328 FLORIDA KENWORTH LLC STOCK CCV FILTER (3), SPARK PL 712477 FLORIDA KENWORTH LLC STOCK 15W40 3/1 GAL (18) 712356 FLORIDA KENWORTH LLC STOCK GAS FILTER (12) 711912 FLORIDA KENWORTH LLC G4464 AC HOSE (2) 711800 FLORIDA KENWORTH LLC G4460 ELECTRICAL HARNESS 711727 FLORIDA KENWORTH LLC G4460 CONTROL WIRING HARNESS A 711634 FLORIDA KENWORTH LLC G5217 RADIATOR 711463 FLORIDA KENWORTH LLC G4979 PDM_CAB DIAGNOSTIC 711463 FLORIDA KENWORTH LLC G4457 A/C COMPRESSOR, RECEIVER 711463 FLORIDA KENWORTH LLC G3830 OIL PAN GASKET 711463 FLORIDA KENWORTH LLC G4979 SWITCH WIP (2) 710997 FLORIDA KENWORTH LLC STOCK CCV FILTER (3) 710865 FLORIDA KENWORTH LLC G4652 OVERNIGHT FREIGHT FOR IN 710742 FLORIDA KENWORTH LLC G4652 ELECTRONIC CONTROL HARNE 710480 FLORIDA KENWORTH LLC STOCK AIR FILTER (4) 710560 FLORIDA KENWORTH LLC G4325 AIR TANK BRACKET (2) 710204 FLORIDA KENWORTH LLC G4981 WINDOW REGULATOR 710315 FLORIDA KENWORTH LLC G3829 ROCKER SWITCH 710042 FLORIDA KENWORTH LLC STOCK WINDOW REGULATOR 709232 FLORIDA KENWORTH LLC G3831 WATER PUMP KIT 709232 FLORIDA KENWORTH LLC G4981 RH LUMBAR SEAT 709232 FLORIDA KENWORTH LLC STOCK MOLDED HOSE (2) 708637 FLORIDA KENWORTH LLC G3830 LEGACY SEAT 708637 FLORIDA KENWORTH LLC G4807 RELAY 708789 FLORIDA KENWORTH LLC STOCK RECIRC AIR FILTER (3) 708789 FLORIDA KENWORTH LLC STOCK 15W40 3/1 GALLON 708789 FLORIDA KENWORTH LLC STOCK 15W30 3/1 GAL (18) 708789 FLORIDA KENWORTH LLC STOCK SPARK PLUG KITS 708789 FLORIDA KENWORTH LLC STOCK CCV FILTER (3) 708135 FLORIDA KENWORTH LLC G4457 SPEAKER AND LEGACY SEAT 708135 FLORIDA KENWORTH LLC G4807 INJECTOR, GASKET, COVER 708017 FLORIDA KENWORTH LLC G4807 10W HYDO SAE (2) 708017 FLORIDA KENWORTH LLC STOCK 15W40 3/1 GAL (15) 708017 FLORIDA KENWORTH LLC STOCK FUEL FILTER (6), GASKET 0 GAS FUEL SYSTEMS INC CM INV # 21467 - G5032 REGULAT 711346 GAS FUEL SYSTEMS INC G5032 REGULATOR- LH 711236 GAS FUEL SYSTEMS INC G5032 ACCESS DOOR PANEL, SIDE 710723 GAS FUEL SYSTEMS INC G3984 REGULATOR 710723 GAS FUEL SYSTEMS INC CM FY23 VEHICLE PARTS INV 1924 707963 GAS FUEL SYSTEMS INC G4792 SIDE MOUNT ASSEMBLY 0 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER & HYDRAULIC F 0 GENUINE PARTS CO - NAPA AUTO G5359 AIR FILTER 0 GENUINE PARTS CO - NAPA AUTO STOCK FAN (2) 717256 GENUINE PARTS CO - NAPA AUTO G5008 3MO BATTERY WARRANTY (2) 717256 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (3) 717256 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (4) 717256 GENUINE PARTS CO - NAPA AUTO G4612 HYDRAULIC FILTER 717167 GENUINE PARTS CO - NAPA AUTO G4162 SWITCH (2) 717167 GENUINE PARTS CO - NAPA AUTO G4358 1YR BATTERY WARRANTY 717167 GENUINE PARTS CO - NAPA AUTO G4162 SWITCH 717167 GENUINE PARTS CO - NAPA AUTO STOCK OUTLET (2) 717167 GENUINE PARTS CO - NAPA AUTO G4650 HVAC VACUUM TANK 716849 GENUINE PARTS CO - NAPA AUTO STOCK DUST CAP (4) 716970 GENUINE PARTS CO - NAPA AUTO STOCK CIRCUIT BREAKER 716754 GENUINE PARTS CO - NAPA AUTO G4329 MARINE FLOOD BATTERY 716754 GENUINE PARTS CO - NAPA AUTO G4859 FLUSH MOUNT 716754 GENUINE PARTS CO - NAPA AUTO STOCK CABIN AIR FILTER (2) 716970 GENUINE PARTS CO - NAPA AUTO G1772 CHUCK 716662 GENUINE PARTS CO - NAPA AUTO G3342 DUST CAP 716662 GENUINE PARTS CO - NAPA AUTO STOCK DUST CAP (4) 716470 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (2) 716470 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (3) 716470 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (4) 716251 GENUINE PARTS CO - NAPA AUTO G5234 14FT 1500LB GREEN RATCHE 716251 GENUINE PARTS CO - NAPA AUTO G5161 PENETRANT OIL (2) 715944 GENUINE PARTS CO - NAPA AUTO G5014 SERPENTINE BELT 716020 GENUINE PARTS CO - NAPA AUTO G5014 SERPENTINE BELT 716020 GENUINE PARTS CO - NAPA AUTO G5014 SERPENTINE BELT 715944 GENUINE PARTS CO - NAPA AUTO G4494 WHEEL BEARING (CM SENT T 715944 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (4) 715846 GENUINE PARTS CO - NAPA AUTO CM INV # 2339-756621 - G4494 W 715547 GENUINE PARTS CO - NAPA AUTO CM INV # 2339-755592 - STOCK O 715547 GENUINE PARTS CO - NAPA AUTO STOCK OUTLET (2) 715547 GENUINE PARTS CO - NAPA AUTO STOCK OUTLET 715547 GENUINE PARTS CO - NAPA AUTO G3979 EXTENSION (10) 715846 GENUINE PARTS CO - NAPA AUTO G5227 3MO BATTERY WARANTY 715547 GENUINE PARTS CO - NAPA AUTO STOCK OIL FILTER (2) 715547 GENUINE PARTS CO - NAPA AUTO G5282 AIR FILTER 715208 GENUINE PARTS CO - NAPA AUTO STOCK FUEL FILTER (4) 715208 GENUINE PARTS CO - NAPA AUTO G4298 1OZ BOTTLE OIL DYE (2) 715208 GENUINE PARTS CO - NAPA AUTO G3975 SUPPORT (2) 715101 GENUINE PARTS CO - NAPA AUTO STOCK BATTERY CABLE TERMINAL ( 714827 GENUINE PARTS CO - NAPA AUTO G4574 OIL PUMP 714827 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (3) 715007 GENUINE PARTS CO - NAPA AUTO G4968 OIL FILTER 714576 GENUINE PARTS CO - NAPA AUTO CM INV # 2339-752779 - G4289 T 714827 GENUINE PARTS CO - NAPA AUTO G4366 STRAP 714672 GENUINE PARTS CO - NAPA AUTO STOCK CABIN AIR FILTER 714576 GENUINE PARTS CO - NAPA AUTO STOCK PRESTO PIN (5) 714576 GENUINE PARTS CO - NAPA AUTO G4289 TEES (2) 714576 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (3) 714576 GENUINE PARTS CO - NAPA AUTO G4483 SPARK PLUG (2) 714827 GENUINE PARTS CO - NAPA AUTO GREASE GUN (2) 714827 GENUINE PARTS CO - NAPA AUTO CASTERS (5) 714385 GENUINE PARTS CO - NAPA AUTO G4735 HOSE CLAMP (2) 714385 GENUINE PARTS CO - NAPA AUTO G3561 HYDRAULIC FILTER 714385 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTERS 714385 GENUINE PARTS CO - NAPA AUTO G3408 HYDRAULIC FILTER 714385 GENUINE PARTS CO - NAPA AUTO G4289 T REDUCER CONTOR 714385 GENUINE PARTS CO - NAPA AUTO G4289 T REDUCER CONTOR 714385 GENUINE PARTS CO - NAPA AUTO STOCK P OUTLETS 714385 GENUINE PARTS CO - NAPA AUTO G4184 FORD OIL DRAIN PLUG 713920 GENUINE PARTS CO - NAPA AUTO G5184 HYDRAULIC FILTER 713992 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (3) 713720 GENUINE PARTS CO - NAPA AUTO STOCK HYDRAULIC FILTER (2) 713720 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTERS & SHOP CARPE 713720 GENUINE PARTS CO - NAPA AUTO STOCK HYDRAULIC FILTER 713503 GENUINE PARTS CO - NAPA AUTO G4799 AIR FILTER AND CABIN AIR 713503 GENUINE PARTS CO - NAPA AUTO G2802 3MO BATTERY WARRANTY 713503 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTERS 713503 GENUINE PARTS CO - NAPA AUTO STOCK HYDRAULIC FILTER (2) 713503 GENUINE PARTS CO - NAPA AUTO G4448 TEES 713333 GENUINE PARTS CO - NAPA AUTO G4158 AIR FILTER, SPARK PLUG ( 713333 GENUINE PARTS CO - NAPA AUTO STOCK BALDWIN FILTER (2) 713333 GENUINE PARTS CO - NAPA AUTO G4685 CABIN AIR FILTER 713333 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (3) 713243 GENUINE PARTS CO - NAPA AUTO G3516 DUALDUROMETER SEAL (2) 713243 GENUINE PARTS CO - NAPA AUTO STOCK FUEL FILTER (2) 713243 GENUINE PARTS CO - NAPA AUTO STOCK FUEL FILTER (4) 713243 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER 713333 GENUINE PARTS CO - NAPA AUTO STOCK HYDRAULIC FILTER (3) 713333 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (2) 713333 GENUINE PARTS CO - NAPA AUTO 1 YR BATTERY WARRANTY 712674 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (3) 712743 GENUINE PARTS CO - NAPA AUTO G4775 HI POWER V BELT 712362 GENUINE PARTS CO - NAPA AUTO STOCK MARINE ADH FAST CURE (4) 712362 GENUINE PARTS CO - NAPA AUTO G0967 3MO BATTERY WARRANTY 712201 GENUINE PARTS CO - NAPA AUTO G5233 ENGINE OIL & AIR FILTER 712201 GENUINE PARTS CO - NAPA AUTO G5111 OIL FILTER 712090 GENUINE PARTS CO - NAPA AUTO G3653 BAT CABLE 712005 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER 711916 GENUINE PARTS CO - NAPA AUTO STOCK FUEL FILTER (3) 711804 GENUINE PARTS CO - NAPA AUTO G4282 AIR AND CABIN FILTER 711804 GENUINE PARTS CO - NAPA AUTO G5151 FUEL FILTER (2) 711538 GENUINE PARTS CO - NAPA AUTO G2416 3VALVE DASH 711538 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTERS 711260 GENUINE PARTS CO - NAPA AUTO G4518 HEATER CONNECTOR AND QUI 711260 GENUINE PARTS CO - NAPA AUTO G4362 2 YR BATTERY / WARRANTY 711260 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTERS AND AIR FILT 711360 GENUINE PARTS CO - NAPA AUTO G4944 EXHAUST WRAP (2) 711360 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (2) 711260 GENUINE PARTS CO - NAPA AUTO G2243 3MO BATTERY WARRANTY 711637 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER 711260 GENUINE PARTS CO - NAPA AUTO CM INV#2339-738701 - G4118 BAT 710871 GENUINE PARTS CO - NAPA AUTO STOCK FUEL FILTER (3) 710871 GENUINE PARTS CO - NAPA AUTO STOCK MARINE ADH FAST CURE (6) 710871 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER PANEL(2) HYDR 711260 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER 711260 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER 710747 GENUINE PARTS CO - NAPA AUTO STOCK RUBBER HOOD CATCH (2), A 710656 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTERS AND SPARK PL 710318 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER PANEL (2) AND 710318 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (2) 710482 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER 710482 GENUINE PARTS CO - NAPA AUTO STOCK HYDRAULIC FILTER (2) 710562 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER 710562 GENUINE PARTS CO - NAPA AUTO G5087 BRAKE ROTOR (2) 710207 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (2) 710207 GENUINE PARTS CO - NAPA AUTO G4526 ENGINE OIL FILTER 710207 GENUINE PARTS CO - NAPA AUTO G4897 6 MO WARRANTY BATTERY 710207 GENUINE PARTS CO - NAPA AUTO STOCK HYDRAULIC, FUEL AND AIR 709951 GENUINE PARTS CO - NAPA AUTO G3969 19 GAUGE 50 FT STAINLESS 709951 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER PANEL (2) 709776 GENUINE PARTS CO - NAPA AUTO G1772 TIRE VALVE - CREDIT FOR 709834 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (2) 710045 GENUINE PARTS CO - NAPA AUTO G3725 PIPE LOCTITE SEALANT 210 710045 GENUINE PARTS CO - NAPA AUTO G4118 BATTERY W/ 3 MO WARRANTY 709776 GENUINE PARTS CO - NAPA AUTO G1772 TIRE VALVE - CM INV#2339 709697 GENUINE PARTS CO - NAPA AUTO G5118 CABIN AIR FILTER 709697 GENUINE PARTS CO - NAPA AUTO STOCK CABIN & AIR FILTERS 709697 GENUINE PARTS CO - NAPA AUTO G4605 DUALDUROMETER SEAL (2) 709697 GENUINE PARTS CO - NAPA AUTO G4442 TEES (2) 709697 GENUINE PARTS CO - NAPA AUTO G4442 REDUCER CONTOR (2) 709697 GENUINE PARTS CO - NAPA AUTO STOCK CARPET HEADLINER (2) 709697 GENUINE PARTS CO - NAPA AUTO G4605 DUALDUROMETER SEAL 709697 GENUINE PARTS CO - NAPA AUTO STOCK HOOD CATCH RUBBER (2) 709697 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER AND AIR FILTE 709101 GENUINE PARTS CO - NAPA AUTO CM 10.01.23-09.30.24: FLEET I 709101 GENUINE PARTS CO - NAPA AUTO CM 10.01.23-09.30.24: FLEET I 709101 GENUINE PARTS CO - NAPA AUTO STOCK FUEL FILTER - TAX REFUND 709238 GENUINE PARTS CO - NAPA AUTO STOCK OIL FILTER, FAN AND HOSE 709101 GENUINE PARTS CO - NAPA AUTO G3036 BATTERY MAINT - FULL REF 709014 GENUINE PARTS CO - NAPA AUTO STOCK CABIN, HYDRAULIC AND AIR 709101 GENUINE PARTS CO - NAPA AUTO 18MO WARRANTY BATTERY 708903 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER 709014 GENUINE PARTS CO - NAPA AUTO G4412 AIR FILTER 708903 GENUINE PARTS CO - NAPA AUTO G2244 3MO WARRANTY BATTERY 708715 GENUINE PARTS CO - NAPA AUTO G3616 ENGINE OIL FILTER 708531 GENUINE PARTS CO - NAPA AUTO STOCK HYDRAULIC FILTERS 708531 GENUINE PARTS CO - NAPA AUTO G2611 FUEL AND AIR FILTER 708021 GENUINE PARTS CO - NAPA AUTO STOCK FUEL FILTER (4) - TAX CR 708137 GENUINE PARTS CO - NAPA AUTO G4449 MICRO FUSE (3) 708021 GENUINE PARTS CO - NAPA AUTO CM 10.01.23-09.30.24: FLEET I 713769 GEORGE KEITH RUCKER STOCK TORO TF 60" & 72" QWIKCH 713358 GEORGE KEITH RUCKER G5459 CENTER MOTOR DEFLECTOR 711295 GEORGE KEITH RUCKER G5460 DEFLECTOR MOTOR (4) 711295 GEORGE KEITH RUCKER G5458 DEFLECTOR MOTOR 710060 GEORGE KEITH RUCKER G5459 DEFLECTOR MOTOR (2) 710060 GEORGE KEITH RUCKER STOCK TORO TF 60" & 72" QWIKCH 710060 GEORGE KEITH RUCKER G5458 SAFETY SWITCH (3) 709518 GEORGE KEITH RUCKER G5235 UNIV DEFLECTOR (4) 709518 GEORGE KEITH RUCKER G4964 FUEL LINE (10) 709518 GEORGE KEITH RUCKER STOCK 60" & 72" QWIKCHUTE 708054 GEORGE KEITH RUCKER STOCK TORO TF 60" & 72" QWIKCH 717035 GRAINGER G4605 10FT ROLLER CHAIN 716757 GRAINGER G4320 ABSORBENT PAD (10) 715946 GRAINGER G4657 ENCLOSED POWER RELAY (2) 715643 GRAINGER STOCK CLEANER / DEGREASER (12) 715848 GRAINGER STOCK HOT/COLD WATER NOZZLE (8 715102 GRAINGER G3288 COGGED V-BELT (2) 714829 GRAINGER G3288 COGGED V-BELT (2) 713923 GRAINGER STOCK DOCK / BODY BUMPER (6) 713506 GRAINGER G4460 ABSORBENT PAD, UNIVERSAL 713086 GRAINGER STOCK DOCK/BODY BUMPER 713086 GRAINGER G3406 STRAIGHT CONNECTOR CONVE 712676 GRAINGER STOCK RUST PREVENTATIVE SPRAY, 712202 GRAINGER G4169 MINIATURE LIMIT SWITCH 712202 GRAINGER G5077 UNIVERSAL ABSORBENT PAD 712202 GRAINGER G5120 INLINE STRAINER 711539 GRAINGER STOCK AIR REGULATOR (3) 711639 GRAINGER STOCK PRESSURE SWITCH 711362 GRAINGER STOCK STEEL HITCH PIN (7) 711262 GRAINGER G4005 HYDRAULIC OIL 5 GAL 711262 GRAINGER G2786 VACUUM GAUGE 1/4 710873 GRAINGER G3101 RODENTICIDE, GREEN CHUNK 710873 GRAINGER G4798 PLASTIC RESERVOIR KIT 710873 GRAINGER STOCK CLEANER/DEGREASER (12) 710873 GRAINGER STOCK DOCK/BODY BUMPER (6) 710873 GRAINGER STOCK PRESSURE SWITCH (2) 710873 GRAINGER STOCK PRESSURE SWITCH (2) 710873 GRAINGER STOCK 10 IN WHISK HANDLE BROOM 710873 GRAINGER STOCK BLACK RUST PREVENTATIVE 710873 GRAINGER G5351 6 CONNECTION ROCKER SWIT 710873 GRAINGER G5351 ROCKER SWITCH (2) 710873 GRAINGER G4694 PLASTIC BUMPER STOP 710873 GRAINGER STOCK CLEANER/DEGREASER (12) 710873 GRAINGER G4161 SECURITY SEAL 711003 GRAINGER CM INV#9975406696 - G4798 PLAS 711003 GRAINGER CM INV #9907437264 - STOCK PRE 0 GTE PARTNERS LLC G3877 - CONNECTING ROD ASSY, D 717257 H BARBER & SONS INC G3516 HYDRAULIC MOTOR AND DIRT 716975 H BARBER & SONS INC G4914 DRAWBAR (2), HITCH PIN ( 713723 H BARBER & SONS INC G4044 SPRING LATCH (2) 713090 H BARBER & SONS INC G3516 HITCH PIN WITH COTTER (2 713090 H BARBER & SONS INC G3516 SIFTING SKID SHOE (2), B 710877 H BARBER & SONS INC G4605 CYLINDER 710877 H BARBER & SONS INC G3516 LOCKING NUTS, WASHERS, C 710877 H BARBER & SONS INC G4044 ROLLER ASSEMBLIES, SIFTI 710877 H BARBER & SONS INC G4044 CAP SCREWS, FLAT WASHERS 710877 H BARBER & SONS INC G4605 OFFSET CHAIN, CONVEYER B 715549 H D INDUSTRIES G3794 IGNITION MODULE HARNESS 712095 H D INDUSTRIES G3794 SPOILS BIN DOOR 712095 H D INDUSTRIES G3794 CONVEYOR KIT HARD SURFAC 716553 HAULOTTE US INC G4724 CONTACTOR KIT (2) 0 HOME DEPOT CREDIT SERVICES G5020 WEATHERSHIELD AND DECK S 716651 ILLINOIS TOOL WORKS INC G4329 MACHINE CONTROL CABLE AS 716167 KUSSMAUL ELECTRONICS CO STOCK 12V AC REMOTE W/DISPLAY 716167 KUSSMAUL ELECTRONICS CO STOCK 12V AC REMOTE W/DISPLAY 710327 KUSSMAUL ELECTRONICS CO STOCK WEATHERPROOF COVERS ETC 0 LAZZAR FURNITURE COMPANY G3831 AIR MOTOR SEAL KIT 712105 LOKEY NISSAN, INC G4736 GENUINE BATTERY 0 MAHER CHEVROLET INC G4518 HOSE 0 MAHER CHEVROLET INC G4518 HOSE 0 MAHER CHEVROLET INC CM INV # 351696 - G4420 HEADLA 0 MAHER CHEVROLET INC G4420 HEADLAMP (2) 715349 MAHER CHEVROLET INC CM INV # 348933 - G4421 HEADLA 715349 MAHER CHEVROLET INC G4421 HEADLAMP 0 MAHER CHEVROLET INC CM INV # 345205 - G4423 REMAN 713182 MAHER CHEVROLET INC G4423 REMAN TRA 712583 MAHER CHEVROLET INC G5116 MIRROR 712583 MAHER CHEVROLET INC G5116 CONVEX LOWER GLASS 712583 MAHER CHEVROLET INC CM INV#339912 - G4679 HEADLAMP 710332 MAHER CHEVROLET INC G4679 HEADLAMP 710573 MAHER CHEVROLET INC G4157 CAMERA 709029 MAHER CHEVROLET INC G4518 GASKET AND INJECTOR 708032 MAHER CHEVROLET INC STOCK SENSOR 717109 MARUBENI AMERICA CORP 10.01.23 - 09.30.24: FLEET VE 715270 MARUBENI AMERICA CORP 10.01.23 - 09.30.24: FLEET VE 715143 MARUBENI AMERICA CORP 10.01.23 - 09.30.24: FLEET VE 713612 MARUBENI AMERICA CORP 10.01.23 - 09.30.24: FLEET VE 713612 MARUBENI AMERICA CORP 10.01.23 - 09.30.24: FLEET VE 711856 MARUBENI AMERICA CORP 10.01.23 - 09.30.24: FLEET VE 711856 MARUBENI AMERICA CORP 10.01.23 - 09.30.24: FLEET VE 711856 MARUBENI AMERICA CORP 10.01.23 - 09.30.24: FLEET VE 0 MASCAP DEALER HOLDINGS LLC G4958 BUSHINGS, LIP SEALS, THR 0 MASCAP DEALER HOLDINGS LLC G4958 SENSOR 716960 MASCAP DEALER HOLDINGS LLC G4269 DRIVE BELT 716960 MASCAP DEALER HOLDINGS LLC G4269 MOUNT (2), ISOLATOR (4), 716960 MASCAP DEALER HOLDINGS LLC G4269 ARM PINTLE (2) 716649 MASCAP DEALER HOLDINGS LLC G4878 PIVOT PIN & NUTS (8) 716649 MASCAP DEALER HOLDINGS LLC G4269 ROD END (2), ARM PINTLE 716456 MASCAP DEALER HOLDINGS LLC G4872 BOBTACH UPR KIT 716328 MASCAP DEALER HOLDINGS LLC STOCK HYDRAULIC FILTERS, CAPS 716328 MASCAP DEALER HOLDINGS LLC G4879 NUT (2) 716245 MASCAP DEALER HOLDINGS LLC G5172 GLASS DOOR & DOOR SEAL 715715 MASCAP DEALER HOLDINGS LLC STOCK OIL WH (6) 715632 MASCAP DEALER HOLDINGS LLC G4872 BOBTACH UPPER KIT (2) 715632 MASCAP DEALER HOLDINGS LLC G4873 CAST WASHER (2) & DOOR H 715533 MASCAP DEALER HOLDINGS LLC STOCK FEMALE COUPLER AND MALE 715533 MASCAP DEALER HOLDINGS LLC G4879 HARNESS SENSOR 715190 MASCAP DEALER HOLDINGS LLC G4269 LIP SEALS, TRACK IDLERS, 715093 MASCAP DEALER HOLDINGS LLC G4960 ROD END (4) 714999 MASCAP DEALER HOLDINGS LLC G5072 TRACK (2) 714814 MASCAP DEALER HOLDINGS LLC G4723 M-DOOR 714814 MASCAP DEALER HOLDINGS LLC G4960 UNIVERSAL JOINT 714661 MASCAP DEALER HOLDINGS LLC G4146 SEAT KIT, BACKREST KIT, 714566 MASCAP DEALER HOLDINGS LLC G4147 WEAR PADS, WEAR ASSEMBLI 714367 MASCAP DEALER HOLDINGS LLC STOCK HYDRAULIC AND FUEL FILTE 714367 MASCAP DEALER HOLDINGS LLC G4269 TRACK (2) 714367 MASCAP DEALER HOLDINGS LLC G5061 FILTER COVER 714367 MASCAP DEALER HOLDINGS LLC STOCK FUEL AND AIR FILTERS 714079 MASCAP DEALER HOLDINGS LLC G4872 FUEL SENSOR 714079 MASCAP DEALER HOLDINGS LLC G4147 GAS SPRING 714079 MASCAP DEALER HOLDINGS LLC G4723 ROLLER TRACK (2), IDLER 714169 MASCAP DEALER HOLDINGS LLC G4723 GUIDE & BOLT (6), 713910 MASCAP DEALER HOLDINGS LLC G4723 ROLLER TRACK & WIPER ARM 713910 MASCAP DEALER HOLDINGS LLC STOCK AC FILTERS 713910 MASCAP DEALER HOLDINGS LLC G5320 BOBTACH UPR KIT (2) 713989 MASCAP DEALER HOLDINGS LLC G4723 REAR IDLER & BOLTS 713700 MASCAP DEALER HOLDINGS LLC G4764 BUCKET TOOTH (3), FLEX P 713700 MASCAP DEALER HOLDINGS LLC G4764 BUCKET TOOTH & FLEX PIN 713700 MASCAP DEALER HOLDINGS LLC G4722 TUBELINE 713700 MASCAP DEALER HOLDINGS LLC STOCK HYD FILTER (2), FUEL FIL 713700 MASCAP DEALER HOLDINGS LLC G5069 NUT, WASHER, BUSHING ETC 713834 MASCAP DEALER HOLDINGS LLC G5069 PIN & PIN RUE RING 713074 MASCAP DEALER HOLDINGS LLC STOCK HYD FILTERS, FUEL FILTER 713074 MASCAP DEALER HOLDINGS LLC STOCK HYDRAULIC CAP (2) 713074 MASCAP DEALER HOLDINGS LLC G4872 HYDRAULIC FILTER 711792 MASCAP DEALER HOLDINGS LLC G5154 SWITCH BRAKE 711456 MASCAP DEALER HOLDINGS LLC G5072 KIT ATTACH CONT 710990 MASCAP DEALER HOLDINGS LLC G5153 BEARING NEEDLE 710852 MASCAP DEALER HOLDINGS LLC STOCK FILTER KIT, AC /RECIR FI 710852 MASCAP DEALER HOLDINGS LLC STOCK HYDRAULIC CAP, AC FILTER 710852 MASCAP DEALER HOLDINGS LLC G5153 ENGINE OIL FILTER (2) 710852 MASCAP DEALER HOLDINGS LLC G5153 DRIVE BELT, WINDSHIELD K 710729 MASCAP DEALER HOLDINGS LLC STOCK OIL (6) 0 MASCAP DEALER HOLDINGS LLC G5060 33X15.5 RIM (4) 710308 MASCAP DEALER HOLDINGS LLC STOCK HYD FILTER, AIR FILTERS 709769 MASCAP DEALER HOLDINGS LLC G5060 SPACER TUBE 709769 MASCAP DEALER HOLDINGS LLC G4879 NUTS, BOTLS, CYLINDER SH 709226 MASCAP DEALER HOLDINGS LLC G5060 HYDRAULIC CAP 709090 MASCAP DEALER HOLDINGS LLC G5060 BREATHER VENT, SPACER TU 708779 MASCAP DEALER HOLDINGS LLC G4007 HOUSING, CAM BRAKE, SEAL 708998 MASCAP DEALER HOLDINGS LLC G4007 STEERING SHAFT AND CAM B 708622 MASCAP DEALER HOLDINGS LLC G5130 FRONT PROPSHAFT AND SPRI 708622 MASCAP DEALER HOLDINGS LLC STOCK AIR FILTERS, AC RECEIVER 708622 MASCAP DEALER HOLDINGS LLC CM 10.01.23-09.30.24: FLEET I 708210 MASCAP DEALER HOLDINGS LLC G5172 POLY BRUSH (42) AND POLY 708277 MASCAP DEALER HOLDINGS LLC G5060 HYDRAULIC HOSE 708277 MASCAP DEALER HOLDINGS LLC G4873 DOOR ASSEMBLY 708003 MASCAP DEALER HOLDINGS LLC G4959 CASTLE NUT (2) AND KEY ( 708125 MASCAP DEALER HOLDINGS LLC G4146 FUEL AND GASKET SENDER 708125 MASCAP DEALER HOLDINGS LLC G5060 HYDRAULIC HOSE 708125 MASCAP DEALER HOLDINGS LLC G4872 IDLER ASSEMBLY (2) 708003 MASCAP DEALER HOLDINGS LLC G4872 GUIDE (2) 708003 MASCAP DEALER HOLDINGS LLC G4767 STARTER 708003 MASCAP DEALER HOLDINGS LLC G5130 IGNITION KEY (10) 708003 MASCAP DEALER HOLDINGS LLC G4872 REAR IDLER (2), ROLLER T 717183 MCNEILUS TRUCK & MANUFACTURING STOCK FILTER ELEMENT (8) 715559 MCNEILUS TRUCK & MANUFACTURING STOCK PROX SWITCH (4) 714854 MCNEILUS TRUCK & MANUFACTURING STOCK PROX SWITCH (6) 714854 MCNEILUS TRUCK & MANUFACTURING STOCK FILTER ELEMENT (8) 713102 MCNEILUS TRUCK & MANUFACTURING STOCK FILTER ELEMENT (12) 708910 MCNEILUS TRUCK & MANUFACTURING STOCK WHISKER LIMIT (2) 708813 MCNEILUS TRUCK & MANUFACTURING STOCK ELEMENT FILTERS (12) 708034 MCNEILUS TRUCK & MANUFACTURING STOCK PROX SWITCH (4), 3MM SWI 712015 MYNATT TRUCK & EQUIPMENT G3829 SEAL KIT HPX DRIVE (2) 712114 ORANGE COUNTY THERMAL INDUSTRIES INC STOCK TOP HEAT BLANKET 717267 ORIGINAL EQUIPMENT COMPANY STOCK BRAKE FLUID 717267 ORIGINAL EQUIPMENT COMPANY STOCK GREEN AF 50/501G 717267 ORIGINAL EQUIPMENT COMPANY STOCK 75X140QT 716999 ORIGINAL EQUIPMENT COMPANY STOCK BRAKE FLUID ETC 717097 ORIGINAL EQUIPMENT COMPANY STOCK BRAKE FLUID 716777 ORIGINAL EQUIPMENT COMPANY G4286 MOTORCRAFT DISC BRAKE RO 716678 ORIGINAL EQUIPMENT COMPANY STOCK BRAKE FLUID 716490 ORIGINAL EQUIPMENT COMPANY STOCK MOT BRF (6) 716366 ORIGINAL EQUIPMENT COMPANY STOCK RAPID SEAL KIT 715868 ORIGINAL EQUIPMENT COMPANY STOCK BLUE GLASS CLEAN 8OZ 715464 ORIGINAL EQUIPMENT COMPANY CM INV # 799943 - BATTERY 715464 ORIGINAL EQUIPMENT COMPANY CM INV # 810292/810036 - BATTE 715464 ORIGINAL EQUIPMENT COMPANY CM INV # 813994 - BATTERY 65FL 715464 ORIGINAL EQUIPMENT COMPANY CM INV #745292,810292,810036,8 715464 ORIGINAL EQUIPMENT COMPANY CM MULTIPLE INVOICES - BATTERY 715464 ORIGINAL EQUIPMENT COMPANY CM - PER VENDOR ON ACCOUNT CRE 714693 ORIGINAL EQUIPMENT COMPANY STOCK BLUE GLASS CLEANER ETC 714200 ORIGINAL EQUIPMENT COMPANY STOCK 30LB FREON (5) 713760 ORIGINAL EQUIPMENT COMPANY STOCK GL-5 80W90 QT (6) 713261 ORIGINAL EQUIPMENT COMPANY STOCK QT HD30 (12) 713445 ORIGINAL EQUIPMENT COMPANY STOCK GREEN AF 50/501G 713261 ORIGINAL EQUIPMENT COMPANY STOCK BLUE GLASS CLEAN (12) 713261 ORIGINAL EQUIPMENT COMPANY G4423 GASKET 712689 ORIGINAL EQUIPMENT COMPANY G5087 BRAKE PAD SET AND ROTOR 712388 ORIGINAL EQUIPMENT COMPANY STOCK BRAKE FLUID, BLUE GLASS 712388 ORIGINAL EQUIPMENT COMPANY CM INV#805155 & #805896 - BATT 710577 ORIGINAL EQUIPMENT COMPANY G5087 BRAKE PAD SET (2) 710784 ORIGINAL EQUIPMENT COMPANY STOCK BLUE GLASS CLEANER (12) 710577 ORIGINAL EQUIPMENT COMPANY CM INV#814267 - BATTERY 48GHRA 710577 ORIGINAL EQUIPMENT COMPANY CM INV#814605 - BATTERY 26GA 709258 ORIGINAL EQUIPMENT COMPANY STOCK BREAK FLUID 32OZ ETC 708741 ORIGINAL EQUIPMENT COMPANY STOCK BLUE GLASS CLEANER 708817 ORIGINAL EQUIPMENT COMPANY STOCK BREAK CLEAN 14OZ (48) 713264 PATS PUMP AND BLOWER G4492 DRUM FILTER, TANK HOSE, 712842 PATS PUMP AND BLOWER G4492 VACUUM VALVE RELIEF (3) 709337 PATS PUMP AND BLOWER G4492 OIL SEAL, O-RINGS, INTER 708820 PATS PUMP AND BLOWER STOCK FILTERS, HYDRAULIC FILTE 708237 PATS PUMP AND BLOWER G4492 BLOWER INLET ELEMENT CAR 0 PB PARENT HOLDCO, LP STOCK FIRE EXTINGUISHERS 716784 PB PARENT HOLDCO, LP STOCK ANNUAL FIRE EXTINGUISHER 715873 PB PARENT HOLDCO, LP STOCK ANNUAL FIRE EXTINGUISHER 715127 PB PARENT HOLDCO, LP STOCK FIRE EXTINGUISHERS 714881 PB PARENT HOLDCO, LP STOCK FIRE EXTINGUISHERS 714419 PB PARENT HOLDCO, LP STOCK FIRE EXTINGUISHERS 714419 PB PARENT HOLDCO, LP STOCK FIRE EXTINGUISHERS 713939 PB PARENT HOLDCO, LP STOCK ANNUAL FIRE EXTINGUISHER 712129 PB PARENT HOLDCO, LP STOCK STORED PRESSURE EXT 710232 PB PARENT HOLDCO, LP STOCK ANNUAL FIRE EXTINGUISHER 708241 PB PARENT HOLDCO, LP STOCK FIRE EXTINGUISHERS & INS 717208 PECK ENTERPRISES LLC G4456 90 DEGREE ELBOW (6) 717107 PECK ENTERPRISES LLC G4456 3/8" PARALLEL THREAD POS 717208 PECK ENTERPRISES LLC G4456 BENT TUBE WITH NF SETS 716702 PECK ENTERPRISES LLC G4162 3/8" BENT TUBING 0 PERMAGREEN DRIVE BELT, AND IDLER PULLEY W 717193 RDK ASSETS, INC G4465 FRONT ARM TUBE ASSEMBLY 716604 RDK ASSETS, INC STOCK OEM ROLL-OFFCABLE (3), 7 716604 RDK ASSETS, INC STOCK EZ PACK TAILGATE (3) 716275 RDK ASSETS, INC G4075 HYD VALVE HANDLE ASSY, S 715973 RDK ASSETS, INC G4457 REAR ROLLER AND SHAFT 715749 RDK ASSETS, INC G4325 SHEAVE, FRONT SHEAVE PIN 715673 RDK ASSETS, INC STOCK 7/8" CABLE BUTTON, WEDGE 715673 RDK ASSETS, INC STOCK RAT TAIL LIMIT SWITCH (2 715879 RDK ASSETS, INC G5066 DUCT FLAP ACTUATOR (3) 715879 RDK ASSETS, INC STOCK 9" TOUCH SCREEN MONITOR 715573 RDK ASSETS, INC G4456 SEAL KIT (7), SEAL KIT I 715573 RDK ASSETS, INC STOCK BREATHER & FILTER ELEMEN 715129 RDK ASSETS, INC STOCK OIL TANK RETURN FILTER ( 714882 RDK ASSETS, INC STOCK CABLE EYE SWIVEL (4) 714882 RDK ASSETS, INC G4611 STREET SIDE STEP, CURB S 714882 RDK ASSETS, INC STOCK BLOWER MOTOR ASSEMBLY 714015 RDK ASSETS, INC STOCK ROLL OFF CABLE, BUTTON 7 712763 RDK ASSETS, INC G4320 HYD VALVE HANDLE ASSEMBL 712763 RDK ASSETS, INC G4321 MANUAL SEAL KIT(6) & HYD 712398 RDK ASSETS, INC G4322 HYD VALVE HANDLE ASSY (3 712398 RDK ASSETS, INC G4458 MANUAL SEAL KIT (4) 712398 RDK ASSETS, INC G4321 ELECTRIC VALVE SEAL KIT 712398 RDK ASSETS, INC G4458 MANUAL VALVE SEAL KIT (2 712133 RDK ASSETS, INC G4456 SHAFT FOR REAR ROLLER, R 712023 RDK ASSETS, INC G4458 HYD VALVE (6) SEAL KIT(6 711835 RDK ASSETS, INC STOCK MAC VALVE (2) 712133 RDK ASSETS, INC STOCK TAILGATE SEAL EZ PACK (3 711661 RDK ASSETS, INC STOCK PIN TAILGATE LOCK WITH O 711564 RDK ASSETS, INC G5216 10" SHEAVE AND FRONT SHE 711564 RDK ASSETS, INC G4097 82" CHANNEL TAILGATE SEA 711032 RDK ASSETS, INC STOCK SYSTEM 5" MONITOR/CAMERA 711138 RDK ASSETS, INC G4324 PIN TAILGATE LOCK WITH O 710908 RDK ASSETS, INC G4327 MINI PLOY FENDER (4) 710908 RDK ASSETS, INC G4100 3-PRONG COIL LOADMASTER( 710680 RDK ASSETS, INC G4327 SHAFT FOR REAR ROLLER, R 710415 RDK ASSETS, INC G4165 HYDRAULIC TUBE ARM (2) 710234 RDK ASSETS, INC G4457 SPRING FRONT LOCK (3) 710234 RDK ASSETS, INC G4160 PROX SWITCH (2) 710234 RDK ASSETS, INC STOCK EZ PACK TAILGATE SEAL (3 710062 RDK ASSETS, INC STOCK TAILGATE EZ PACK (3) 710062 RDK ASSETS, INC G3969 DIRECT PUMP MOUNT 7/8" 710062 RDK ASSETS, INC G4169 JOYSTICK SINGLE LEVEL 709723 RDK ASSETS, INC STOCK ROLL OFF DIAPER 6 X 8 (3 709421 RDK ASSETS, INC G5063 144" CONTROL CABLE 709421 RDK ASSETS, INC STOCK RETURN ELEMENT 709266 RDK ASSETS, INC STOCK OIL TANK RETURN FILTER 709421 RDK ASSETS, INC STOCK 4-WAY SINGLE VALVE 708830 RDK ASSETS, INC G4167 JOYSTICK SMALL ROUND BAS 708745 RDK ASSETS, INC G4168 MERCURY SWITCH EZ PACK ( 708558 RDK ASSETS, INC STOCK 9" TOUCH SCREEN MONITOR 708666 RDK ASSETS, INC G4168 TUBE ASSEMBLY (2) 708830 RDK ASSETS, INC STOCK FILTER ELEMENT (3) 708308 RDK ASSETS, INC G4322 SEAL KIT (2) 708308 RDK ASSETS, INC STOCK 65FT VIDEO CABLE (3) 708308 RDK ASSETS, INC CM 10.01.23-09.30.24: FLEET I 708055 RDK ASSETS, INC G4458 HYD VALVE HANDLE ASSEMBL 708055 RDK ASSETS, INC STOCK HYD RETURN ELEMENT (8) 708055 RDK ASSETS, INC STOCK FILTER ELEMENT (3) 708055 RDK ASSETS, INC G4327 LEFT AND RIGHT LIGHT BAR 0 RING POWER CORP CM INV # 20PL9721354 - G3611 S 717194 RING POWER CORP G4268 FILTER 716184 RING POWER CORP G3611 GAS SPRING 716184 RING POWER CORP G3611 SHOCK ABSORBER 716184 RING POWER CORP G3275 LP FILTER, RETURN, O-RIN 715574 RING POWER CORP STOCK FUEL FILTERS 715750 RING POWER CORP STOCK SOS KIT CTR/TUBE 714884 RING POWER CORP G4807 BOLTS, NUTS, WASHERS ETC 714884 RING POWER CORP G3275 VAPORIZER 714884 RING POWER CORP G3611 RETURN FILTER, STRAINER 714611 RING POWER CORP G3275 SEAL KIT, GAS SPRING, DI 717274 RUSH TRUCK CENTERS OF FL G4792 ENGINE FAN OVER RIDE SWI 717198 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT AND BREAT 717198 RUSH TRUCK CENTERS OF FL G4792 CRUISE CONTROL SWITCH 717198 RUSH TRUCK CENTERS OF FL G4948 UNION LONG ROTARY AND UN 717099 RUSH TRUCK CENTERS OF FL G3964 AFM DEVICE GASKET 717038 RUSH TRUCK CENTERS OF FL STOCK FILTER KIT (2) 717099 RUSH TRUCK CENTERS OF FL G4168 DUAL HORN LANYARD VALVE 717099 RUSH TRUCK CENTERS OF FL STOCK FILTER KIT (2) 717099 RUSH TRUCK CENTERS OF FL STOCK FILTER KIT (2) 717038 RUSH TRUCK CENTERS OF FL STOCK HOSE KIT-CAC SERVICE 717038 RUSH TRUCK CENTERS OF FL G4096 HVAC CAB CONTROL 717038 RUSH TRUCK CENTERS OF FL CM INV # 3037757410 - G5023 FU 717038 RUSH TRUCK CENTERS OF FL CM INV # 3037925103 - G3827 WI 717038 RUSH TRUCK CENTERS OF FL CM INV # 3037873678 - G5023 EX 717038 RUSH TRUCK CENTERS OF FL CM INV # 3037990685 - G3827 PO 716786 RUSH TRUCK CENTERS OF FL G3827 WIRING HARNESS, IGNITION 716693 RUSH TRUCK CENTERS OF FL G5024 O RING SEAL (4) & FUEL I 716786 RUSH TRUCK CENTERS OF FL G4165 CONDENSER ASSEMBLY 717038 RUSH TRUCK CENTERS OF FL STOCK PRESSURE SENSOR 717038 RUSH TRUCK CENTERS OF FL G3846 ELECTRONIC CONTROL MODUL 717038 RUSH TRUCK CENTERS OF FL G5023 V BANC CLAMP 717038 RUSH TRUCK CENTERS OF FL G4165 CLOSED VALVE SOLENOID 717038 RUSH TRUCK CENTERS OF FL STOCK FILTER KIT, IGNITION COI 717038 RUSH TRUCK CENTERS OF FL STOCK COOLANT LEVEL SENSOR 717038 RUSH TRUCK CENTERS OF FL G3827 POSITION SENSOR 716499 RUSH TRUCK CENTERS OF FL CM INV # 3037835584 - G4688 NI 716373 RUSH TRUCK CENTERS OF FL CM INV # 3037837434 - G4690 PR 716606 RUSH TRUCK CENTERS OF FL STOCK FILTER KIT, SPARK PLUG K 716693 RUSH TRUCK CENTERS OF FL G5023 EXH COOLER AND THERMOSTA 716499 RUSH TRUCK CENTERS OF FL G4168 CASE AND PLATE GASKET 716693 RUSH TRUCK CENTERS OF FL STOCK THERMOSTAT (2) 716693 RUSH TRUCK CENTERS OF FL G5023 FUEL PUMP 716499 RUSH TRUCK CENTERS OF FL G4165 EVAP COIL, THERMAL EXP V 716499 RUSH TRUCK CENTERS OF FL G4786 WINDOW REGULATOR 716499 RUSH TRUCK CENTERS OF FL G4688 NITROGEN OXIDE AND SENSO 716185 RUSH TRUCK CENTERS OF FL STOCK IGNITION COIL 716185 RUSH TRUCK CENTERS OF FL G4490 WATER PUMP KIT 716185 RUSH TRUCK CENTERS OF FL STOCK VACTUATOR VALVE (4) 716499 RUSH TRUCK CENTERS OF FL G4786 PUMP W/GROMMET, SELF-CAN 716277 RUSH TRUCK CENTERS OF FL STOCK THERMOSTAT, GASKET ETC 716277 RUSH TRUCK CENTERS OF FL STOCK PSR TEMPERATURE SENSOR 716185 RUSH TRUCK CENTERS OF FL STOCK IGNITION COIL 716185 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT AND IGNIT 716185 RUSH TRUCK CENTERS OF FL G3969 WIRING HARNESS 716373 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT AND BREAT 716373 RUSH TRUCK CENTERS OF FL G4690 PRS TEMP SENSOR AND PRES 716185 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT, IGNITION 716185 RUSH TRUCK CENTERS OF FL G4490 WATER PUMP KIT 716185 RUSH TRUCK CENTERS OF FL CM INV # 3037621515 - G4100 AI 716185 RUSH TRUCK CENTERS OF FL CM INV # 3037661475 - G4343 TU 715576 RUSH TRUCK CENTERS OF FL CM INV # 3037481882 - G4464 ST 715576 RUSH TRUCK CENTERS OF FL CM INV # 3037554330 - G4690 PR 715576 RUSH TRUCK CENTERS OF FL CM INV # 3037538710 - G4096 WI 715576 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT, AIR FILT 715576 RUSH TRUCK CENTERS OF FL G4096 AFTERMARKET CHARGE AIR C 715576 RUSH TRUCK CENTERS OF FL STOCK BREATHER HOUSING AND SPA 715881 RUSH TRUCK CENTERS OF FL G4343 TURBOCHARGER ACTUATOR AN 715881 RUSH TRUCK CENTERS OF FL G4168 V BAND CLAMP 715751 RUSH TRUCK CENTERS OF FL STOCK PRIMARY AIR FILTER 715674 RUSH TRUCK CENTERS OF FL STOCK CRANKCASE AND SPARK PLUG 715674 RUSH TRUCK CENTERS OF FL G4100 AIR COMPRESSOR REPAIR KI 715751 RUSH TRUCK CENTERS OF FL G4096 WINDOW CHANNEL LIFT ASSE 715576 RUSH TRUCK CENTERS OF FL G3831 MASS FLOWER SENSOR 715576 RUSH TRUCK CENTERS OF FL G4098 BATTERY BOX COVER ASSEMB 715576 RUSH TRUCK CENTERS OF FL STOCK BREATHER HOUSING AND IGN 715576 RUSH TRUCK CENTERS OF FL G4096 WINDOW REGULATOR, GLASS 715576 RUSH TRUCK CENTERS OF FL G4690 PRS TEMPERATURE SENSOR A 715576 RUSH TRUCK CENTERS OF FL G4464 STARTER / CREDIT SENT TO 715250 RUSH TRUCK CENTERS OF FL STOCK FILTER ELEMENT 715250 RUSH TRUCK CENTERS OF FL STOCK PRESSURE SWITCH AND 60 P 715250 RUSH TRUCK CENTERS OF FL STOCK IGNITION COIL 715250 RUSH TRUCK CENTERS OF FL STOCK CAC SERVICE HOSE KIT & I 715131 RUSH TRUCK CENTERS OF FL CM INV # 3037343364 - G4657 ST 714705 RUSH TRUCK CENTERS OF FL CM INV # 3037163742 - G4096 EL 714705 RUSH TRUCK CENTERS OF FL CM INV # 3037104894 - G4097 CH 714705 RUSH TRUCK CENTERS OF FL CM INV # 3037080879 - G4466 IG 715131 RUSH TRUCK CENTERS OF FL STOCK AIR FILTERS, SPARK PLUGS 715131 RUSH TRUCK CENTERS OF FL G4657 STEERING GEARS 715032 RUSH TRUCK CENTERS OF FL STOCK THERMOSTAT & GASKET 715032 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (6) 715131 RUSH TRUCK CENTERS OF FL G4324 MIRROR SENSOR 715131 RUSH TRUCK CENTERS OF FL STOCK FILTER ELEMENT 715032 RUSH TRUCK CENTERS OF FL G3831 WIRING HARNESS 715032 RUSH TRUCK CENTERS OF FL G4097 SEARS SEAT 715032 RUSH TRUCK CENTERS OF FL G4465 TRACKING ROD BRACKET 714887 RUSH TRUCK CENTERS OF FL G4464 OXYGEN SENSOR 714887 RUSH TRUCK CENTERS OF FL STOCK CRANKCASE AND FILTER KIT 714887 RUSH TRUCK CENTERS OF FL G4097 THREADED ROD 714705 RUSH TRUCK CENTERS OF FL G4097 THREADED ROD AND BATTERY 714705 RUSH TRUCK CENTERS OF FL G4735 WATER INLET TUBE 714705 RUSH TRUCK CENTERS OF FL G3406 HEATED CONVEX MIRROR 714705 RUSH TRUCK CENTERS OF FL STOCK BYPASS LATCH 714705 RUSH TRUCK CENTERS OF FL G4466 STARTER 714705 RUSH TRUCK CENTERS OF FL G4466 IGNITION CONTROL MODULE, 714705 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KITS, AFM GAS 714705 RUSH TRUCK CENTERS OF FL G4096 ELECTRONIC CONTROL MODUL 714705 RUSH TRUCK CENTERS OF FL STOCK BREATHER HOUSING, SPARK 714705 RUSH TRUCK CENTERS OF FL G4097 CHARGE AIR COOLER LOWER 714705 RUSH TRUCK CENTERS OF FL G4467 CHARGE AIR COOLER LOWER 714887 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT 714705 RUSH TRUCK CENTERS OF FL STOCK IGNITION COIL 714705 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT, BREATHER 714705 RUSH TRUCK CENTERS OF FL STOCK IGNITION COIL EXTENSION, 714705 RUSH TRUCK CENTERS OF FL G4657 O RING SEAL, COVER PLATE 714705 RUSH TRUCK CENTERS OF FL G4168 RADIATOR MOUNTING KIT AN 714705 RUSH TRUCK CENTERS OF FL G4657 SHROUD RING ASSEMBLY 714705 RUSH TRUCK CENTERS OF FL G4097 BATTERY BOX COVER AND TH 714705 RUSH TRUCK CENTERS OF FL G4735 WATER INLET TUBES 714705 RUSH TRUCK CENTERS OF FL G4460 REAR COVER, REAR GASKET 714705 RUSH TRUCK CENTERS OF FL G3406 MOTO HEAD MIRROR 714705 RUSH TRUCK CENTERS OF FL G4657 GEAR COVER AND FRONT COV 714705 RUSH TRUCK CENTERS OF FL G4735 WIRING HARNESS 714705 RUSH TRUCK CENTERS OF FL CM INV # 3036841836 - STOCK IG 717038 RUSH TRUCK CENTERS OF FL CM INV # 3036588073 - G4168 EL 714122 RUSH TRUCK CENTERS OF FL G4166 LUB OIL DRAIN TUBE 714016 RUSH TRUCK CENTERS OF FL G4735 ACCUMULATOR & CRANKCASE 714122 RUSH TRUCK CENTERS OF FL G4735 PARTICULATE FILTER KIT 714210 RUSH TRUCK CENTERS OF FL STOCK W/S GLASS (4) 714122 RUSH TRUCK CENTERS OF FL STOCK COOLANT LEVEL SENSOR PRO 714122 RUSH TRUCK CENTERS OF FL G4735 TUBE INJECTOR FUEL SUPPL 713941 RUSH TRUCK CENTERS OF FL G4098 RH DOOR MIRROR 713941 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (12) 713773 RUSH TRUCK CENTERS OF FL G4657 RECTANGULAR RING SEAL (6 713521 RUSH TRUCK CENTERS OF FL STOCK IGNITION COIL AND EXTENS 713521 RUSH TRUCK CENTERS OF FL G3976 RADIATOR MOUNT, MOUNTING 713773 RUSH TRUCK CENTERS OF FL G3976 HOSE-COOL 713773 RUSH TRUCK CENTERS OF FL G3976 STOP CABLE HOOD 713773 RUSH TRUCK CENTERS OF FL G4657 DUST SEAL, VALVE COVER G 713521 RUSH TRUCK CENTERS OF FL STOCK VACTUATOR VALVE 713360 RUSH TRUCK CENTERS OF FL G4158 AIR ASSY CLEANER 713360 RUSH TRUCK CENTERS OF FL G4168 RH DOOR MIRROR 713360 RUSH TRUCK CENTERS OF FL G4168 CONSTANT TORQUE CLAMPS 713360 RUSH TRUCK CENTERS OF FL G4467 STEP-FUEL TANK 713360 RUSH TRUCK CENTERS OF FL STOCK BREATHER HOUSING, SPARK 713360 RUSH TRUCK CENTERS OF FL G4165 TRANS OIL COOLER 713360 RUSH TRUCK CENTERS OF FL G4458 O RING SEAL, REAR COVER 713360 RUSH TRUCK CENTERS OF FL STOCK BUTTON-HORN (2) 713360 RUSH TRUCK CENTERS OF FL G4168 RH MIRROR DOOR 713360 RUSH TRUCK CENTERS OF FL STOCK 4.00 ID X 6.5 OAL 713360 RUSH TRUCK CENTERS OF FL STOCK VACUATOR VALVE AND PRESS 713360 RUSH TRUCK CENTERS OF FL G4168 ELECTRONIC CONTROL MODUL 713360 RUSH TRUCK CENTERS OF FL G4168 GLASS DOOR DROP WINDOW 713360 RUSH TRUCK CENTERS OF FL G3405 SLEEVE ASSY, GASKET, ROC 713360 RUSH TRUCK CENTERS OF FL CM INV# 3036541471 - G3794 TUR 713360 RUSH TRUCK CENTERS OF FL CM INV# 3036529997 - G3864 INJ 712597 RUSH TRUCK CENTERS OF FL G4168 RADIATOR MOUNTING KIT & 712851 RUSH TRUCK CENTERS OF FL STOCK OAL 3.5" ID, HOSE KIT ET 712851 RUSH TRUCK CENTERS OF FL G4096 HOSE ASSEMBLY - HUMP RDC 712698 RUSH TRUCK CENTERS OF FL G3794 TURBOCHARGER ACTUATOR KI 712598 RUSH TRUCK CENTERS OF FL G3984 IGNITION CONTROL MODULE 712598 RUSH TRUCK CENTERS OF FL G3864 INJECTOR KIT, PRESSURE S 712598 RUSH TRUCK CENTERS OF FL G3864 PRESSURE SENSOR 712598 RUSH TRUCK CENTERS OF FL G4167 FRONT ENGINE SUPPORT 712698 RUSH TRUCK CENTERS OF FL G4693 HUMIDITY SENSOR 712598 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KITS, GASKETS 712598 RUSH TRUCK CENTERS OF FL CM INV# 3036495957 - G3984 IG 712400 RUSH TRUCK CENTERS OF FL CM INV# 3036500841 - G5024 TUR 712400 RUSH TRUCK CENTERS OF FL CM INV# 3036338113 - G4460 IGN 712698 RUSH TRUCK CENTERS OF FL CM INV# 3036334687 - G4096 IGN 712400 RUSH TRUCK CENTERS OF FL STOCK CONNECTION GASEKT 712400 RUSH TRUCK CENTERS OF FL STOCK V RIBBED BELT 712490 RUSH TRUCK CENTERS OF FL STOCK BREATHER HOUSING, SPARK 712400 RUSH TRUCK CENTERS OF FL STOCK FUEL FILTER HEAD ASSEMBL 712400 RUSH TRUCK CENTERS OF FL STOCK IGNITION COIL (6) 712400 RUSH TRUCK CENTERS OF FL G5024 TURBOCHARGER & ACTUATOR 712400 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT, BREATHER 712400 RUSH TRUCK CENTERS OF FL G4096 IGNITION CONTROL MODULE 712294 RUSH TRUCK CENTERS OF FL G4503 THERMOSTAT AND HOUSING G 712400 RUSH TRUCK CENTERS OF FL G3830 O RING SEAL 712025 RUSH TRUCK CENTERS OF FL G3830 REAR COVER GASKET, O RIN 712400 RUSH TRUCK CENTERS OF FL G4503 THERMOSTAT 712223 RUSH TRUCK CENTERS OF FL STOCK W/S GLASS 712223 RUSH TRUCK CENTERS OF FL STOCK TEMP SENSORS, BREATHER H 712135 RUSH TRUCK CENTERS OF FL G3831 CONNECTION GASKET, OXY S 712135 RUSH TRUCK CENTERS OF FL G4343 CONTROL HARNESS 712025 RUSH TRUCK CENTERS OF FL G5077 OIL PAN GASKET 711958 RUSH TRUCK CENTERS OF FL G4460 IGNITION CONTROL MODULE 711958 RUSH TRUCK CENTERS OF FL G4074 LUB OIL DRAIN TUBE 711958 RUSH TRUCK CENTERS OF FL G3830 FLEXPLATE 711837 RUSH TRUCK CENTERS OF FL G4343 FUEL SUPPLY TUBE 711837 RUSH TRUCK CENTERS OF FL G4343 FUEL SUPPLY TUBING 711837 RUSH TRUCK CENTERS OF FL G4096 MASS FLOW SENSOR 711662 RUSH TRUCK CENTERS OF FL STOCK MOLDED RADIATOR HOSE (2) 711565 RUSH TRUCK CENTERS OF FL G4096 AIR COMPRESSOR HEAD KIT 711565 RUSH TRUCK CENTERS OF FL G3976 3/8" BEAD FITTING AND TA 711480 RUSH TRUCK CENTERS OF FL G3969 PRESSURE VALVE PROTECTIO 711565 RUSH TRUCK CENTERS OF FL G3968 WINDOW DRIVER SWITCH 711297 RUSH TRUCK CENTERS OF FL STOCK FILTER ELEMENT 711297 RUSH TRUCK CENTERS OF FL STOCK FILTER ELEMENT 711384 RUSH TRUCK CENTERS OF FL STOCK PRESSURE SENSOR AND FILT 711297 RUSH TRUCK CENTERS OF FL STOCK 4.00 ID X 6.5 OAL (3) 711033 RUSH TRUCK CENTERS OF FL CM INV#3035489171 - G4343 INJE 711033 RUSH TRUCK CENTERS OF FL G3969 CAB AIR MANIFOLD 711033 RUSH TRUCK CENTERS OF FL G4503 RIBBED V-BELT 710909 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (6) ETC 710909 RUSH TRUCK CENTERS OF FL STOCK FILTER KIT, CRANKCASE AN 710509 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT, BREATHER 710509 RUSH TRUCK CENTERS OF FL G4324 RH CAB DOOR HINGE 710340 RUSH TRUCK CENTERS OF FL STOCK IGNITION COIL AND SPARK 710340 RUSH TRUCK CENTERS OF FL G3792 POSITION SENSOR (2) 710417 RUSH TRUCK CENTERS OF FL G4324 MIRROR TUBING BRACKET 710793 RUSH TRUCK CENTERS OF FL G4098 ALTERNATOR 710682 RUSH TRUCK CENTERS OF FL G4098 ALTERNATOR 710793 RUSH TRUCK CENTERS OF FL STOCK OXYGEN SENSOR AND FILTER 710682 RUSH TRUCK CENTERS OF FL G4611 AIR CONTROL VALVE 710340 RUSH TRUCK CENTERS OF FL CM INV#3035700336 - G3792 POSI 710682 RUSH TRUCK CENTERS OF FL CM INV#3035804270 - G4098 ALTE 710236 RUSH TRUCK CENTERS OF FL G4343 INJECTOR FUEL SUPPLY TUB 710237 RUSH TRUCK CENTERS OF FL STOCK AIR FILTER; PRIMARY AND 710237 RUSH TRUCK CENTERS OF FL G4343 INJECTOR FUEL TUBE SUPPL 710237 RUSH TRUCK CENTERS OF FL G4343 INJECTOR FUEL TUBE SUPPL 709985 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT, GASKET A 710063 RUSH TRUCK CENTERS OF FL G4167 SPEEDOMETER GAUGE 710063 RUSH TRUCK CENTERS OF FL G4166 FLEX EXHAUST PIPE 710063 RUSH TRUCK CENTERS OF FL G4343 CPR WATER INLET TUBE (2) 710063 RUSH TRUCK CENTERS OF FL STOCK FRESH AIR FILTER (3) 709867 RUSH TRUCK CENTERS OF FL G3725 OIL SUPPLY TUBING, GASKE 709985 RUSH TRUCK CENTERS OF FL G4644 HOOD BUMBER SUPPORT (2) 709867 RUSH TRUCK CENTERS OF FL G3831 SEAL KIT 709794 RUSH TRUCK CENTERS OF FL G4735 NITROGEN OXIDE SENSOR 709794 RUSH TRUCK CENTERS OF FL G4735 NITROGEN OXIDE SENSOR CM 709985 RUSH TRUCK CENTERS OF FL G4735 TURBO CHARGER KIT CM INV 709985 RUSH TRUCK CENTERS OF FL G3725 TURBO CHARGER KIT CM INV 709985 RUSH TRUCK CENTERS OF FL G4735 TURBO CHARGER KIT 709985 RUSH TRUCK CENTERS OF FL G3725 TURBO CHARGER KIT 709866 RUSH TRUCK CENTERS OF FL STOCK IGNITION COILS, BREATHER 709794 RUSH TRUCK CENTERS OF FL G4735 NITROGEN OXIDE SENSOR CM 709728 RUSH TRUCK CENTERS OF FL G4343 O RING SEAL (2) 709794 RUSH TRUCK CENTERS OF FL STOCK BREATHER HOUSING, RIBBED 709794 RUSH TRUCK CENTERS OF FL G4097 DRYER-AD IS OVERLFOW 709794 RUSH TRUCK CENTERS OF FL G3831 THREAD LOCKING COMPOUND 709794 RUSH TRUCK CENTERS OF FL STOCK IGNITION COIL (2) 709728 RUSH TRUCK CENTERS OF FL STOCK IGNITION COILS (3) AND S 709728 RUSH TRUCK CENTERS OF FL G4657 BATTERY BOX COVER 709728 RUSH TRUCK CENTERS OF FL G4657 AIR COMPRESSOR HEAD KIT 709728 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (12), WIN 709728 RUSH TRUCK CENTERS OF FL G4343 INJECTOR SEALS, NUTS, O- 709728 RUSH TRUCK CENTERS OF FL G4657 ALTERNTAOR 709728 RUSH TRUCK CENTERS OF FL G4611 MASS FLOW SENSOR 709728 RUSH TRUCK CENTERS OF FL STOCK W/S GLASS (3) 709728 RUSH TRUCK CENTERS OF FL G3831 EXPANSION PLUG 709728 RUSH TRUCK CENTERS OF FL G3998 NITROGEN OXIDE SENSORS ( 709728 RUSH TRUCK CENTERS OF FL G4343 O RING SEALS, SEAL KIT A 709520 RUSH TRUCK CENTERS OF FL CM 10.01.23-09.30.24: FLEET I 709520 RUSH TRUCK CENTERS OF FL G4657 FRONT COVER AND OIL SEAL 709520 RUSH TRUCK CENTERS OF FL G4657 SHOCK ABSSORBER (4) 709520 RUSH TRUCK CENTERS OF FL G3831 SEAL KIT 709124 RUSH TRUCK CENTERS OF FL CM 10.01.23-09.30.24: FLEET I 709124 RUSH TRUCK CENTERS OF FL CM 10.01.23-09.30.24: FLEET I 709341 RUSH TRUCK CENTERS OF FL G3831 WATER PUMP KIT 709341 RUSH TRUCK CENTERS OF FL G4691 NITROGEN OXIDE SENSOR 709341 RUSH TRUCK CENTERS OF FL G4611 IGNITION CONTROL MODULE 709269 RUSH TRUCK CENTERS OF FL STOCK FUEL SHUTOFF VALVE , AIR 709269 RUSH TRUCK CENTERS OF FL STOCK FUEL SHUTOFF VALVE 709269 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT, MOLDED H 709269 RUSH TRUCK CENTERS OF FL STOCK IGNITION COIL 709269 RUSH TRUCK CENTERS OF FL G4657 BYPASS LATCH, DOOR CAB L 709269 RUSH TRUCK CENTERS OF FL G5024 SPEED SENDOR KIT AND MOU 709124 RUSH TRUCK CENTERS OF FL G4691 NITROGEN OXIDE SENSORS A 709047 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT, IGNITION 709047 RUSH TRUCK CENTERS OF FL G3792 OIL SUPPLY TUBE, DRAIN E 709047 RUSH TRUCK CENTERS OF FL G3792 TURBOCHARGER, REGULAR ET 709047 RUSH TRUCK CENTERS OF FL G4456 PRESSURE SENSOR 708747 RUSH TRUCK CENTERS OF FL G3792 WIRING HARNESS, CRANKCAS 708747 RUSH TRUCK CENTERS OF FL STOCK COOLANT LEVEL SENSOR PRO 708669 RUSH TRUCK CENTERS OF FL G4643 TANK ASSEMBLY AND FITTIN 708669 RUSH TRUCK CENTERS OF FL G4457 PACCAR ALTERNATOR 708669 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KITS 708669 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (13) 708669 RUSH TRUCK CENTERS OF FL PUMP W/GROMMET WASHER BOTTLE ( 708834 RUSH TRUCK CENTERS OF FL G3977 STARTER 708834 RUSH TRUCK CENTERS OF FL G3792 O RING SEALS, VIBRATION 708834 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (18) 708243 RUSH TRUCK CENTERS OF FL STOCK V-RIBBED BELT. SPARK PLU 708392 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT 708392 RUSH TRUCK CENTERS OF FL G4097 PACCAR ALTERNATOR 708164 RUSH TRUCK CENTERS OF FL STOCK FRESH AIR FILTER (3) AND 708164 RUSH TRUCK CENTERS OF FL G4792 TANK ASSEMBLY AND 3/8" B 708057 RUSH TRUCK CENTERS OF FL STOCK TEMPERATURE SENSOR (2) 708164 RUSH TRUCK CENTERS OF FL STOCK CRANKCASE FILTER AND SPA 708057 RUSH TRUCK CENTERS OF FL G4117 WATER INLET TUBE (2) 708057 RUSH TRUCK CENTERS OF FL STOCK FILTER KITS, CRANKCASE E 708057 RUSH TRUCK CENTERS OF FL STOCK CRANKCASE BREATHER 708057 RUSH TRUCK CENTERS OF FL STOCK FILTER KIT (3) 708057 RUSH TRUCK CENTERS OF FL G5014 TIMING PIN, FUEL PUMP AN 708057 RUSH TRUCK CENTERS OF FL STOCK AIR PRIMARY FILTER 708057 RUSH TRUCK CENTERS OF FL G4792 STRUTS 708057 RUSH TRUCK CENTERS OF FL G3998 O RING SEALS. RECT SEAL 708057 RUSH TRUCK CENTERS OF FL G4096 HORN ASSEMBLY 708057 RUSH TRUCK CENTERS OF FL G5014 FUEL KIT MANIFOLD 708057 RUSH TRUCK CENTERS OF FL G4168 BRAZED VACUUM AIR COOLER 708057 RUSH TRUCK CENTERS OF FL G4652 ELECTRONIC CONTROL MODUL 708057 RUSH TRUCK CENTERS OF FL G4980 ELECTRONIC CONTROL MODUL 708057 RUSH TRUCK CENTERS OF FL CM 10.01.23-09.30.24: FLEET I 708057 RUSH TRUCK CENTERS OF FL CM 10.01.23-09.30.24: FLEET I 708057 RUSH TRUCK CENTERS OF FL CM 10.01.23-09.30.24: FLEET V 715884 SMITH EQUIPMENT & SUPPLY CO G4691 ELGIN GUTTER BROOM SEGME 713781 SMITH EQUIPMENT & SUPPLY CO G4690 ELGIN GUTTER BROOM SEGME 710067 SMITH EQUIPMENT & SUPPLY CO G4688 ELGIN GUTTER BROOM SEGME 708312 SMITH EQUIPMENT & SUPPLY CO G4688 ELGIN BROOM SEGMENT (120 0 SOUTHERN SEWER EQUIPMENT SALES STOCK RUBBER BUMPER (40) 716874 SOUTHERN SEWER EQUIPMENT SALES G4320 PUMP COIL HARNESS (2) 716191 SOUTHERN SEWER EQUIPMENT SALES G5642 SERV ASSY, ASSY ROLLER E 716504 SOUTHERN SEWER EQUIPMENT SALES G4980 SPILL SHIELD (3), JOYSTI 715035 SOUTHERN SEWER EQUIPMENT SALES STOCK CAMERA AND CAMERA CABLE 714617 SOUTHERN SEWER EQUIPMENT SALES G4162 SERVICE ASSEMBLY ROLLER 712603 SOUTHERN SEWER EQUIPMENT SALES G4320 JOYSTICK AND JOYSTICK DE 712029 SOUTHERN SEWER EQUIPMENT SALES G4458 SOLENOID, GRIPPER ARM ET 712142 SOUTHERN SEWER EQUIPMENT SALES G4162 TAILGATE SEAL, RETAINERS 711961 SOUTHERN SEWER EQUIPMENT SALES G4980 ARM CONTROLLER HARNESS ( 710913 SOUTHERN SEWER EQUIPMENT SALES G4460 SERVICE ASSY ROLLER (2), 711039 SOUTHERN SEWER EQUIPMENT SALES G4978 TAILGATE CYLINDER (2) 710345 SOUTHERN SEWER EQUIPMENT SALES G4321 PUMP SEAL KIT (2) AND SH 709274 SOUTHERN SEWER EQUIPMENT SALES G4458 ROLLER BEARING SERVICE A 709274 SOUTHERN SEWER EQUIPMENT SALES G4322 JOYSTICK SERVICE ASSEMBL 709130 SOUTHERN SEWER EQUIPMENT SALES G4460 SPILL SHIELD (6) AND SOL 708674 SOUTHERN SEWER EQUIPMENT SALES STOCK CAMERA CABLE (4) 708841 SOUTHERN SEWER EQUIPMENT SALES STOCK RUBBER BUMPERS (30) 708396 SOUTHERN SEWER EQUIPMENT SALES G4321 NYLOCKS, RETAINER, BUSHI 0 SOUTHPORT TRUCK GROUP G2416 5IN MUFFLER & 5IN CLAMP 717101 SOUTHPORT TRUCK GROUP G4691 LH PLASTIC END BUMPER 716280 SOUTHPORT TRUCK GROUP G4690 SHIFT CONTROL CABLE 714021 SOUTHPORT TRUCK GROUP G3831 PNEUMATIC ABS, PNDB CONF 714021 SOUTHPORT TRUCK GROUP G3831 POWER ENGINE LABEL - WAR 714021 SOUTHPORT TRUCK GROUP G3831 ELECTRONIC CONTROL UNIT 713277 SOUTHPORT TRUCK GROUP G3846 HVAC CONTROL 712406 SOUTHPORT TRUCK GROUP G5177 CLAMP KIT 712143 SOUTHPORT TRUCK GROUP G3794 TREADPLATE 711758 SOUTHPORT TRUCK GROUP G2416 3/8MPT X 1/4 TEES 711843 SOUTHPORT TRUCK GROUP G2416 3/8MPT 1/2PC GRAY TEE 711962 SOUTHPORT TRUCK GROUP G2416 3/8MPT TEE 711843 SOUTHPORT TRUCK GROUP G4414 SSI HEADER 710240 SOUTHPORT TRUCK GROUP STOCK HYDRAULIC LATCH (2) 709872 SOUTHPORT TRUCK GROUP G3831 CLIP RETAINER (2) 710068 SOUTHPORT TRUCK GROUP STOCK HYDRAULIC CAB LATCH 709523 SOUTHPORT TRUCK GROUP G3831 ELBOW HOSE (2) AND PLUG 717103 STEWART & STEVENSON, LLC G3405 GASKET 716565 STEWART & STEVENSON, LLC G3406 SPROCKET AND COUPLING 716565 STEWART & STEVENSON, LLC CM INV # 70164086 - G3406 F PU 715135 STEWART & STEVENSON, LLC G4611 TRANS CONTROL MODULE 713872 STEWART & STEVENSON, LLC STOCK TRANSMISSION SHIFTER & P 713130 STEWART & STEVENSON, LLC G3406 COVER 713130 STEWART & STEVENSON, LLC G3406 F PUMP/ ASM 713130 STEWART & STEVENSON, LLC STOCK TRANS PUSH BUTTON SHIFTE 712607 STEWART & STEVENSON, LLC G3864 TRANSMISSION CONTROL MOD 711762 STEWART & STEVENSON, LLC STOCK TRANS SHIFTER (2) FILL T 711762 STEWART & STEVENSON, LLC G3405 O-RING (2) AND GASKET 711762 STEWART & STEVENSON, LLC STOCK PUSH BUTTON (2) 0 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FILTER ELEMENT ASSEMBLY, 717207 SUN STATE INTERNATIONAL TRUCKS LLC STOCK NATURAL FILTER (12) 717015 SUN STATE INTERNATIONAL TRUCKS LLC G4660 CRANKCASE BREATHER 717015 SUN STATE INTERNATIONAL TRUCKS LLC STOCK SERVICE ELEMENT FILTER ( 717015 SUN STATE INTERNATIONAL TRUCKS LLC STOCK CAP OIL FILLER TUBE (4) 717015 SUN STATE INTERNATIONAL TRUCKS LLC CM INV # X100615522:01 - G4490 717015 SUN STATE INTERNATIONAL TRUCKS LLC CM INV # X100614921:01 - G466 717015 SUN STATE INTERNATIONAL TRUCKS LLC CM INV # X100614921:02 - G4660 717015 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REM KITS 716789 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FUEL MODULE (6), LUBE FI 716789 SUN STATE INTERNATIONAL TRUCKS LLC STOCK SERVICE ELEMENT FILTER ( 716514 SUN STATE INTERNATIONAL TRUCKS LLC CM INV # X100616025:01 - STOCK 716611 SUN STATE INTERNATIONAL TRUCKS LLC STOCK LF PAC (2) 716514 SUN STATE INTERNATIONAL TRUCKS LLC STOCK LUBE OIL FILTER (4) ETC 716611 SUN STATE INTERNATIONAL TRUCKS LLC STOCK LF PAC (2) & LUBE FILTER 716195 SUN STATE INTERNATIONAL TRUCKS LLC G4490 A/C PRESS SWITCH ETC 716281 SUN STATE INTERNATIONAL TRUCKS LLC G4490 REMAN HEATER CONTROL 716195 SUN STATE INTERNATIONAL TRUCKS LLC G4660 GEAR BOX 716195 SUN STATE INTERNATIONAL TRUCKS LLC G4660 AC HOSE AND INTERNATIONA 716514 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FUEL SPIN-ON FILTER (6) 715591 SUN STATE INTERNATIONAL TRUCKS LLC STOCK NATURAL FILTER (12) 715754 SUN STATE INTERNATIONAL TRUCKS LLC G4490 AC COMPRESSOR, DRYER ETC 715261 SUN STATE INTERNATIONAL TRUCKS LLC G4526 BOTTOM STEP SUPPORT 715261 SUN STATE INTERNATIONAL TRUCKS LLC G4526 NUT SPEED U-NUT (4) 715136 SUN STATE INTERNATIONAL TRUCKS LLC G4526 BOTTOM STEP SUPPORT, HEX 715136 SUN STATE INTERNATIONAL TRUCKS LLC G4526 SPECIAL BOLT (3), ALL SE 715136 SUN STATE INTERNATIONAL TRUCKS LLC G4526 STEP FUEL TANK, METRIC H 715136 SUN STATE INTERNATIONAL TRUCKS LLC G4526 BOTTOM STEP SUPPORT (2) 715136 SUN STATE INTERNATIONAL TRUCKS LLC STOCK W/S WIPER BLADE (2) 715038 SUN STATE INTERNATIONAL TRUCKS LLC STOCK NATURAL FILTER (12) 715038 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REM KITS (12) & BATTERY 714132 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FS PAC (3) & CRANK CASE 713949 SUN STATE INTERNATIONAL TRUCKS LLC STOCK NATURAL FILTER (12) 713875 SUN STATE INTERNATIONAL TRUCKS LLC G4490 MOTOR CONTROL RESISTOR 713788 SUN STATE INTERNATIONAL TRUCKS LLC G4660 CONNECTOR CONTROL 713527 SUN STATE INTERNATIONAL TRUCKS LLC STOCK NATURAL FILTER (12) 713285 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FUEL FILTER (6), NAT FIL 713285 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REM KITS & BATTERY 713285 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FILTER ELEMENT ASSY, REC 713285 SUN STATE INTERNATIONAL TRUCKS LLC G4525 MOTOR CONTROL MODE (2), 713373 SUN STATE INTERNATIONAL TRUCKS LLC STOCK BATTERY (3) 712230 SUN STATE INTERNATIONAL TRUCKS LLC STOCK SERVICE & FUEL FILTER 712156 SUN STATE INTERNATIONAL TRUCKS LLC STOCK W/S WIPER BLADES (4) 711572 SUN STATE INTERNATIONAL TRUCKS LLC CM INV#X100594168:01 & X100594 711572 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FUEL MODULE (6) NANONET 711572 SUN STATE INTERNATIONAL TRUCKS LLC G4785 WATER PUMP KIT 710920 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REPLACES FR HYDRAULIC (3 710520 SUN STATE INTERNATIONAL TRUCKS LLC STOCK NATURAL FILTER (12) 710592 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REM KITS (12) 710520 SUN STATE INTERNATIONAL TRUCKS LLC STOCK CAP OIL FILLER TUBE (2) 710346 SUN STATE INTERNATIONAL TRUCKS LLC G4947 ELECTRONIC CONTROL 710244 SUN STATE INTERNATIONAL TRUCKS LLC STOCK SERVICE ELEMENT FILTER A 710069 SUN STATE INTERNATIONAL TRUCKS LLC G4947 ELECTRONIC CONTROL 709800 SUN STATE INTERNATIONAL TRUCKS LLC STOCK GROMMET SEAL (4) 709887 SUN STATE INTERNATIONAL TRUCKS LLC G4947 ELECTRONIC CONTROL PANEL 709995 SUN STATE INTERNATIONAL TRUCKS LLC STOCK NATURAL FILTERS (7) 709995 SUN STATE INTERNATIONAL TRUCKS LLC STOCK NATURAL FILTER (5) 709800 SUN STATE INTERNATIONAL TRUCKS LLC STOCK SPEED SENSOR ASSEMBLY 709800 SUN STATE INTERNATIONAL TRUCKS LLC G5237 PRESSURE SENSOR 709739 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REM KITS (7) 709739 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REM KITS (2) 709739 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REM KITS (12) 709739 SUN STATE INTERNATIONAL TRUCKS LLC CM 10.01.23-09.30.24: FLEET I 709347 SUN STATE INTERNATIONAL TRUCKS LLC STOCK NATURAL FILTER (12) 708844 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FILTER KIT 708755 SUN STATE INTERNATIONAL TRUCKS LLC STOCK NATURAL FILTER (12) & HO 708844 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FILTER KITS, GASKETS ETC 708252 SUN STATE INTERNATIONAL TRUCKS LLC G5024 POLY BELT 708252 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REM KITS 708070 SUN STATE INTERNATIONAL TRUCKS LLC G4502 HIGH PRESSURE AIR VALVE 708173 SUN STATE INTERNATIONAL TRUCKS LLC STOCK HEAD FUEL FILTER, GILTER 708173 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FUEL FILTER / HEAD ASSEM 708070 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REPLACED HYDRAULIC FILTE 708070 SUN STATE INTERNATIONAL TRUCKS LLC STOCK SPEED SENSOR ASSEMBLY 708070 SUN STATE INTERNATIONAL TRUCKS LLC STOCK BATTERY (6) 715140 TAMPA CRANE & BODY ACQUISITION LLC G4778 KEY HANDLE 715041 TAMPA SPRING COMPANY G3827 LOWER CONTROL ARM REPLAC 713288 TAMPA SPRING COMPANY G3827 LOWER CONTROL ARM KIT 711763 TAMPA SPRING COMPANY G4099 LOWER CONTROL ARM 709802 TAMPA SPRING COMPANY STOCK CAB MOUNT (5) 0 TEN-8 FIRE EQUIPMENT INC G3406 PROXIMITY SWITCH, ACTUAT 0 TEN-8 FIRE EQUIPMENT INC G3792 TURN SIGNAL AND WIPER FO 717277 TEN-8 FIRE EQUIPMENT INC G4503 LED LIGHT AND FLANGE 717277 TEN-8 FIRE EQUIPMENT INC G5023 HVAC TEMPERATURE SENSOR 717277 TEN-8 FIRE EQUIPMENT INC G3998 ENGINE OIL DIPSTICK 717277 TEN-8 FIRE EQUIPMENT INC G5023 REPLACEMENT RIB AND HAND 717277 TEN-8 FIRE EQUIPMENT INC G3998 3PT SEAT BELT 717215 TEN-8 FIRE EQUIPMENT INC STOCK POWER STEERING RES (6) & 717022 TEN-8 FIRE EQUIPMENT INC G5023 STOP LATCH HANDLE (2) & 717108 TEN-8 FIRE EQUIPMENT INC G5023 SET OF SIDE RAILS (2) 717108 TEN-8 FIRE EQUIPMENT INC G5023 16" SIDE SEAL (2) 717022 TEN-8 FIRE EQUIPMENT INC G4503 DOOR HINGE 716708 TEN-8 FIRE EQUIPMENT INC G3406 HYDRAULIC ELEVATION CYLI 716879 TEN-8 FIRE EQUIPMENT INC G3965 LATCH LIFT & TURN TOP OF 717022 TEN-8 FIRE EQUIPMENT INC STOCK LOW COOLANT PROBE (5) 716879 TEN-8 FIRE EQUIPMENT INC G4117 ENGINE OIL FILL TUBE 716708 TEN-8 FIRE EQUIPMENT INC G3864 SEAT BELT 716708 TEN-8 FIRE EQUIPMENT INC G3864 IDLER WHEEL KIT (14) 716793 TEN-8 FIRE EQUIPMENT INC G5023 EXHAUST BELLOWS 716569 TEN-8 FIRE EQUIPMENT INC G3792 ELECTRONIC BUTTERFLY ACT 716284 TEN-8 FIRE EQUIPMENT INC G3964 ICP BAR, SEAT BELT & BOT 716284 TEN-8 FIRE EQUIPMENT INC G3406 POWER MODULE 716284 TEN-8 FIRE EQUIPMENT INC G3864 3-POINT SEAT BELT AND IC 716284 TEN-8 FIRE EQUIPMENT INC G3864 CABLE BUCKLE AND WINDOW 716284 TEN-8 FIRE EQUIPMENT INC STOCK VALVE SUB ASSEMBLY (2) 716284 TEN-8 FIRE EQUIPMENT INC G3406 HYDRAULIC CYLINDER 716284 TEN-8 FIRE EQUIPMENT INC G3964 TOOL HOLDING CLIP 716520 TEN-8 FIRE EQUIPMENT INC G3864 LADDER BRACKET 716520 TEN-8 FIRE EQUIPMENT INC G3864 UPPER AND LOWER BALL JOI 716520 TEN-8 FIRE EQUIPMENT INC G5024 FRONT SECTION EXHAUST BL 716284 TEN-8 FIRE EQUIPMENT INC G3405 CLAMP (3) 715681 TEN-8 FIRE EQUIPMENT INC G3405 6 DEGREE TIE CONTROL LIN 715681 TEN-8 FIRE EQUIPMENT INC G4117 OIL FILL TUBE CAP 715681 TEN-8 FIRE EQUIPMENT INC G4503 INDUCTIVE SWITCH 715597 TEN-8 FIRE EQUIPMENT INC G4476 AIR / COMP 12V 715597 TEN-8 FIRE EQUIPMENT INC G4479 LEFT AND RIGHT STRUT 715597 TEN-8 FIRE EQUIPMENT INC G4503 INDUCTIVE SWITCH 715597 TEN-8 FIRE EQUIPMENT INC G4503 3-POINT SEAT BELT 715597 TEN-8 FIRE EQUIPMENT INC G3405 STABILIZER CONTROL BOX A 715894 TEN-8 FIRE EQUIPMENT INC G4476 COMPLETE BOARD CONTROL 715045 TEN-8 FIRE EQUIPMENT INC G4838 AIR / COMP 715045 TEN-8 FIRE EQUIPMENT INC G5014 LED MARKER LIGHT 715045 TEN-8 FIRE EQUIPMENT INC G4735 SUPER LED LIGHT 715045 TEN-8 FIRE EQUIPMENT INC G3792 5" NO-ACTUATOR VALVE AND 715045 TEN-8 FIRE EQUIPMENT INC G2776 VERNIER ELECTRONIC THROT 715045 TEN-8 FIRE EQUIPMENT INC G4117 PRIMER PUMP AND MOTOR AS 715045 TEN-8 FIRE EQUIPMENT INC STOCK CHROME LUG NUT COVER (20 714716 TEN-8 FIRE EQUIPMENT INC G4503 BEZEL 714451 TEN-8 FIRE EQUIPMENT INC G4503 DEF TANK 714626 TEN-8 FIRE EQUIPMENT INC G4503 WHELEN LIGHT 714139 TEN-8 FIRE EQUIPMENT INC G5023 RELIEF VALVE 714218 TEN-8 FIRE EQUIPMENT INC G3792 ROCK ON/OFF SWITCH (2) 714218 TEN-8 FIRE EQUIPMENT INC G5023 WHELEN LIGHT (2) 714139 TEN-8 FIRE EQUIPMENT INC STOCK VALVE SUB ASSY 1.5" SWG 714028 TEN-8 FIRE EQUIPMENT INC G3998 BOTTOM SEAT CUSHION ASSE 714139 TEN-8 FIRE EQUIPMENT INC G3792 ACTUATOR ELEC BUTTERFLY 714028 TEN-8 FIRE EQUIPMENT INC G3792 ROCK ON-OFF SWITCH 714028 TEN-8 FIRE EQUIPMENT INC G4343 HOOD COWL 714028 TEN-8 FIRE EQUIPMENT INC G4343 ENGINE OIL DIPSTICK & WI 714028 TEN-8 FIRE EQUIPMENT INC G3792 BOTTOM SEAT CUSHION ASSE 713378 TEN-8 FIRE EQUIPMENT INC G3864 HANDS FREE SMARTDOCK 713467 TEN-8 FIRE EQUIPMENT INC G3998 HANDS FREE SMARTDOCK 713378 TEN-8 FIRE EQUIPMENT INC G4117 BATTERY HARNESS 713378 TEN-8 FIRE EQUIPMENT INC G3998 BOTTOM SEAT CUSHION 713378 TEN-8 FIRE EQUIPMENT INC G3405 ROLLER ASSEMBLY 713378 TEN-8 FIRE EQUIPMENT INC G3998 BOTTOM CUSHION SEAT (2) 713378 TEN-8 FIRE EQUIPMENT INC STOCK UNDER LID NUT (8) & POWE 713378 TEN-8 FIRE EQUIPMENT INC G3405 FILTER RETAINER (3), 300 712414 TEN-8 FIRE EQUIPMENT INC STOCK AIR INTAKE EVAP FILTER ( 712414 TEN-8 FIRE EQUIPMENT INC G3864 HOSEBED NET 712618 TEN-8 FIRE EQUIPMENT INC G3405 SWITCH OUTRIGGER JOYSTIC 712301 TEN-8 FIRE EQUIPMENT INC G3864 WINDOW SWITCH 712045 TEN-8 FIRE EQUIPMENT INC G3864 CAB HANDLE 712162 TEN-8 FIRE EQUIPMENT INC G3864 HOSEBED BOLTS 711972 TEN-8 FIRE EQUIPMENT INC G5237 TRACK PLATE (5) WASHER ( 711972 TEN-8 FIRE EQUIPMENT INC G3725 IR VALVE 711672 TEN-8 FIRE EQUIPMENT INC G5014 LOWER STEERING SHAFT 711672 TEN-8 FIRE EQUIPMENT INC G3725 STRIKER BOLT (2) 711579 TEN-8 FIRE EQUIPMENT INC G4503 91-SERIES SHOCK ABSORBER 711579 TEN-8 FIRE EQUIPMENT INC G4735 SWITCH ASSEMBLY 711487 TEN-8 FIRE EQUIPMENT INC G3864 DATALINK LOCK (10) 711394 TEN-8 FIRE EQUIPMENT INC G3405 CHARGE AIR COLOR ASSY 711315 TEN-8 FIRE EQUIPMENT INC G4503 12PK2290 BELT 711315 TEN-8 FIRE EQUIPMENT INC G4503 TOE CONTROL ADJUST LINK 711315 TEN-8 FIRE EQUIPMENT INC G4503 TAK-4 NEW STYLE SEALED B 711315 TEN-8 FIRE EQUIPMENT INC G3405 SCENELIGHT. FOCUS 750W 710808 TEN-8 FIRE EQUIPMENT INC G3725 CAB DOOR HINGE (2) 710808 TEN-8 FIRE EQUIPMENT INC G3998 TRANS OIL DIPSTICK 710808 TEN-8 FIRE EQUIPMENT INC G3725 SUSPENSION FOR UPGRADE R 710527 TEN-8 FIRE EQUIPMENT INC G3864 PUMP PANEL HARNESS 710527 TEN-8 FIRE EQUIPMENT INC STOCK SUB ASSEMBLY 710247 TEN-8 FIRE EQUIPMENT INC STOCK LOW COOLANT PROBE (3) 709803 TEN-8 FIRE EQUIPMENT INC G3998 TOOL HOLDING CLIP (5) 709894 TEN-8 FIRE EQUIPMENT INC G4343 CAB DOOR LATCH ASSEMBLY 710070 TEN-8 FIRE EQUIPMENT INC STOCK HOOD SUPPORT GAS STRUT ( 710000 TEN-8 FIRE EQUIPMENT INC G3725 HYDRAULIC CAB CYLINDER ( 709745 TEN-8 FIRE EQUIPMENT INC G2776 3-POINT SEAT BELT (2) 709745 TEN-8 FIRE EQUIPMENT INC G4503 PTO KEYED 1.25D 709745 TEN-8 FIRE EQUIPMENT INC G5014 LUMA BAR LIGHT 709139 TEN-8 FIRE EQUIPMENT INC G3792 CAB TILT CONTROL CLIP (3 708849 TEN-8 FIRE EQUIPMENT INC G4838 AIR HORN COMPLETE PASSEN 708681 TEN-8 FIRE EQUIPMENT INC G5024 FLANGED ANODE ASSEMBLY 4 708849 TEN-8 FIRE EQUIPMENT INC G5024 FILLER NECK AND DEF TANK 708849 TEN-8 FIRE EQUIPMENT INC G5014 6 WAY SEAT POWER UNIT SW 708253 TEN-8 FIRE EQUIPMENT INC G3264 ROLL UP DOOR ROLLER ASSE 708253 TEN-8 FIRE EQUIPMENT INC G2776 3-PT SEALT BELT (2), 3-P 708253 TEN-8 FIRE EQUIPMENT INC G5024 CHROME FLANGED LUG NUT ( 708321 TEN-8 FIRE EQUIPMENT INC G3964 WINDOW SWITCH 708253 TEN-8 FIRE EQUIPMENT INC G4117 MIRROR HEAD 708077 TEN-8 FIRE EQUIPMENT INC G5023 NECK FILLER W/MAGNET AND 708077 TEN-8 FIRE EQUIPMENT INC G4343 HOSEBED NET 708077 TEN-8 FIRE EQUIPMENT INC G4735 ROUND EVAPORATOR LOUVER 708077 TEN-8 FIRE EQUIPMENT INC G3793 ROCK, ON, OFF SWITCH 714765 TENNANT SALES AND SERVICE COMPANY G4923 RETAINER, PANEL FILTER E 712164 THOMPSON PUMP AND MANUFACTURING COMPANY, INC G5173 DIAPHRAGM (2) 45X80X10 S 712164 THOMPSON PUMP AND MANUFACTURING COMPANY, INC G5173 48 X 85 X 10 LIP SEAL 0 TMS EQUIPMENT SERVICES SPRING SLEEVE (24), FLANGED BU 0 TMS EQUIPMENT SERVICES PIVOT ASSEMBLIES, SPRINGS, BO 716570 TOTAL TRUCK PARTS INC G4948 OUTER WHEEL END HOSE (2) 716619 VERMEER SOUTHEAST SALES & SERVICE INC G5170 CLUTCH ASSEMBLY, CLUTCH 712172 VERMEER SOUTHEAST SALES & SERVICE INC G5170 TOOTH CUTTER (10) 712172 VERMEER SOUTHEAST SALES & SERVICE INC STOCK FUEL WATER ELEMENTS, FIL 712172 VERMEER SOUTHEAST SALES & SERVICE INC G4870 BLOWER BELT 708857 VERMEER SOUTHEAST SALES & SERVICE INC G5170 FLASHED COMP & REMOTE - 0 WALKER FORD COMPANY INC G5128 HANDLE 0 WALKER FORD COMPANY INC STOCK HOUSING, BRACKET AND INS 0 WALKER FORD COMPANY INC G4544 GUIDE AND SEAL ASSEMBLY 0 WALKER FORD COMPANY INC G4318 GASKETS 0 WALKER FORD COMPANY INC G4847 INDICATOR 0 WALKER FORD COMPANY INC G4335 SENSOR 0 WALKER FORD COMPANY INC G4355 SENSOR 717281 WALKER FORD COMPANY INC G4683 BUSHINGS, VALVE ASSEMBLI 717281 WALKER FORD COMPANY INC G4318 W-NUT 717281 WALKER FORD COMPANY INC G4568 COVER ASSEMBLY 717281 WALKER FORD COMPANY INC G4637 BRACKET 717281 WALKER FORD COMPANY INC G4410 LINK (2) 717281 WALKER FORD COMPANY INC G5128 SHIELD 717281 WALKER FORD COMPANY INC G4568 SENSOR 717281 WALKER FORD COMPANY INC G4650 NUT AND BOLT 717281 WALKER FORD COMPANY INC G4568 F-KIT 717281 WALKER FORD COMPANY INC G4568 SENSOR 717281 WALKER FORD COMPANY INC G4568 SENSOR 717281 WALKER FORD COMPANY INC G4545 AXLE 717281 WALKER FORD COMPANY INC G4318 CIP AND SEPERATOR 717281 WALKER FORD COMPANY INC STOCK WHEEL ASSEMBLY 717030 WALKER FORD COMPANY INC STOCK INSULATOR 717030 WALKER FORD COMPANY INC G4039 BOLT (4) 717030 WALKER FORD COMPANY INC G3765 WHEEL ASSEMBLY 717115 WALKER FORD COMPANY INC STOCK GASKET (2) 717030 WALKER FORD COMPANY INC G4637 BRACKET 717224 WALKER FORD COMPANY INC G4650 ROD ASSEMBLY 717224 WALKER FORD COMPANY INC G4847 SENSOR 717224 WALKER FORD COMPANY INC G4568 PIPE ASSEMBLY 717224 WALKER FORD COMPANY INC G4410 HUB ASSEMBLY 717224 WALKER FORD COMPANY INC G4847 ADAPTOR (2) 717224 WALKER FORD COMPANY INC G4637 BRACKET 717224 WALKER FORD COMPANY INC G4650 RETAINER, BRAKE KIT, JOI 717030 WALKER FORD COMPANY INC G4858 HEADLAMP 717030 WALKER FORD COMPANY INC CM INV # 179365 - G4637 BRACKE 717030 WALKER FORD COMPANY INC CM INV # 179327 - G4604 INSULA 717030 WALKER FORD COMPANY INC G4637 NUT (5) & BRACKET 717030 WALKER FORD COMPANY INC G3791 BOLT (15) 717030 WALKER FORD COMPANY INC G4411 MOTOR ASSEMBLY 717030 WALKER FORD COMPANY INC G4306 NUT 716886 WALKER FORD COMPANY INC STOCK GASKET 717030 WALKER FORD COMPANY INC G4039 UNIT ASSEMBLY 716800 WALKER FORD COMPANY INC STOCK INSULATORS 716800 WALKER FORD COMPANY INC G3764 WHEEL ASSEMBLY AND MOULD 716800 WALKER FORD COMPANY INC G3764 COVER ASSEMBLY 716800 WALKER FORD COMPANY INC G4935 SWITCH 716800 WALKER FORD COMPANY INC G4850 COVER, SPARK PLUGS, SEAL 716886 WALKER FORD COMPANY INC G3791 BOLT AND PAN ASSEMBLY 717030 WALKER FORD COMPANY INC G4411 BUSHINGS 717030 WALKER FORD COMPANY INC G4255 LINK, BUSHINGS AND KNUCK 717030 WALKER FORD COMPANY INC G4544 SHOCK ASSEMBLY 717030 WALKER FORD COMPANY INC G4544 GASKETS, CAP AND PUMP AS 717030 WALKER FORD COMPANY INC STOCK NUT (8) & BRACKET 717030 WALKER FORD COMPANY INC G3791 BOLT (3) 717030 WALKER FORD COMPANY INC G4604 INSULATOR 717030 WALKER FORD COMPANY INC STOCK HOUSING AND INSULATOR 716886 WALKER FORD COMPANY INC G4550 GUIDE 717030 WALKER FORD COMPANY INC G4850 TUBE ASSEMBLY 717030 WALKER FORD COMPANY INC G4411 RELAY 717030 WALKER FORD COMPANY INC G4550 BOLTS 717030 WALKER FORD COMPANY INC G4550 BUSHINGS 717030 WALKER FORD COMPANY INC G3791 SEPERATOR 716886 WALKER FORD COMPANY INC G4850 GASKET AND COVER 716886 WALKER FORD COMPANY INC G4550 GASKETS, SEAL ASSEMBLIES 716886 WALKER FORD COMPANY INC G4550 SHOCK ASSEMBLY (2) 716886 WALKER FORD COMPANY INC G4550 ARM ASSEMBLIES 717030 WALKER FORD COMPANY INC CM INV # 179204 - G4039 UNIT A 717030 WALKER FORD COMPANY INC CM INV # 179045 - G3791 BOLT ( 716716 WALKER FORD COMPANY INC G4637 O RING, SHUTTER AND COMP 716716 WALKER FORD COMPANY INC G4841 CYLINDER 716716 WALKER FORD COMPANY INC G4394 SENSOR 716716 WALKER FORD COMPANY INC STOCK HOUSING (3) AND GASKET ( 716716 WALKER FORD COMPANY INC G4931 TUBE ASSEMBLY 716528 WALKER FORD COMPANY INC G4637 ACCUMULATOR 716528 WALKER FORD COMPANY INC G3884 W-KIT 716528 WALKER FORD COMPANY INC G4637 TUBE ASSEMBLY 716528 WALKER FORD COMPANY INC STOCK WHEEL ASSEMBLY (2) 716528 WALKER FORD COMPANY INC G5259 T KIT 716528 WALKER FORD COMPANY INC G4637 BOLTS, GASKETS ETC 716528 WALKER FORD COMPANY INC G5259 T KIT 716528 WALKER FORD COMPANY INC G4401 MOTOR ASSEMBLY 716292 WALKER FORD COMPANY INC G4740 LAMP ASSEMBLY 716292 WALKER FORD COMPANY INC STOCK NUT AND BOLT (7), BRACKE 716292 WALKER FORD COMPANY INC G4617 INJECTORS, MANIFOLDS AND 716292 WALKER FORD COMPANY INC G4862 MODULE 716292 WALKER FORD COMPANY INC G4301 SENSOR 716292 WALKER FORD COMPANY INC G5080 SHIELD 716292 WALKER FORD COMPANY INC G4301 SENSOR (3) 716292 WALKER FORD COMPANY INC G4410 BUSHINGS, GASKETS, SEAL 716292 WALKER FORD COMPANY INC G5080 SHOCK ASSEMBLY (2) 716292 WALKER FORD COMPANY INC G4637 TURBOCHARGER ETC 716292 WALKER FORD COMPANY INC G4637 TURBOCHARGER 716292 WALKER FORD COMPANY INC STOCK BRAKE KITS, HOUSING AND 716292 WALKER FORD COMPANY INC G4410 GASKET 716395 WALKER FORD COMPANY INC G4862 A- KIT 716395 WALKER FORD COMPANY INC G4545 CANNISTOR AND R CAP 716528 WALKER FORD COMPANY INC G4637 BOLT (6) 716528 WALKER FORD COMPANY INC G4931 LATCH 716528 WALKER FORD COMPANY INC STOCK INSULATOR 716620 WALKER FORD COMPANY INC G4859 CANNISTOR 716620 WALKER FORD COMPANY INC G4859 TUBE ASSEMBLY 716620 WALKER FORD COMPANY INC G4301 SENSOR (2) 716620 WALKER FORD COMPANY INC G4398 BUSHINGS 716620 WALKER FORD COMPANY INC G4301 INJECTOR 716716 WALKER FORD COMPANY INC STOCK GRILLE 716716 WALKER FORD COMPANY INC G4266 RELAY (2) 716292 WALKER FORD COMPANY INC CM INV # 177180 - G4637 TURBOC 716292 WALKER FORD COMPANY INC CM INV # 176590 - G4070 SEAL A 716292 WALKER FORD COMPANY INC CM INV # 176646 - G4617 INJECT 715762 WALKER FORD COMPANY INC G3966 HOUSING 715602 WALKER FORD COMPANY INC CM INV # 175769 - G4530 BUSHIN 715602 WALKER FORD COMPANY INC CM INV # 174199 - G4574 CONVER 715602 WALKER FORD COMPANY INC CM INV # 175158-1 - G4047 BUMP 715602 WALKER FORD COMPANY INC CM INV # 175352 - G4047 SCREEN 715602 WALKER FORD COMPANY INC CM INV # 175158 - G4047 V-BELT 715602 WALKER FORD COMPANY INC CM INV # 175539 - G4731 END AS 715602 WALKER FORD COMPANY INC CM INV # 174489 - G4823 SUPPOR 715903 WALKER FORD COMPANY INC STOCK GRILLE 715903 WALKER FORD COMPANY INC G5259 MOULDIN 715903 WALKER FORD COMPANY INC STOCK INSULATORS 715903 WALKER FORD COMPANY INC G4183 CORE CHARGE 715903 WALKER FORD COMPANY INC G4070 GASKET 715762 WALKER FORD COMPANY INC G4637 G KIT 715762 WALKER FORD COMPANY INC G4700 BUSHINGS 715762 WALKER FORD COMPANY INC G4700 GASKET 715762 WALKER FORD COMPANY INC G4567 LIFT ASSEMBLIES 715762 WALKER FORD COMPANY INC G4580 WIRE ASSEMBLY 715691 WALKER FORD COMPANY INC G4530 HUB ASSEMBLY 715691 WALKER FORD COMPANY INC G3966 SENSOR 715602 WALKER FORD COMPANY INC G5308 SHIELD 715602 WALKER FORD COMPANY INC G4705 BUSHINGS 715602 WALKER FORD COMPANY INC G4617 GASKET, SENDER, SEPERATO 715602 WALKER FORD COMPANY INC G3966 GASKETS AND HOSE ASSEMBL 715602 WALKER FORD COMPANY INC STOCK BRACKET AND GRILLE 715602 WALKER FORD COMPANY INC G5300 SEAL AND GASKET 715602 WALKER FORD COMPANY INC G3966 WIRE ASSEMBLY AND SENSOR 715602 WALKER FORD COMPANY INC G4705 GASKETS AND SEAL ASSEMBL 715602 WALKER FORD COMPANY INC G4530 SENSOR 715602 WALKER FORD COMPANY INC G3966 GASKET (5) 715602 WALKER FORD COMPANY INC G4705 SHOCK ASSEMBLY (2) 715691 WALKER FORD COMPANY INC G3979 END 715691 WALKER FORD COMPANY INC G4378 SHOCK ASSEMBLY (2) 715691 WALKER FORD COMPANY INC G4565 BOOSTER 715903 WALKER FORD COMPANY INC G4530 BUSHINGS AND KNUCKLE 715903 WALKER FORD COMPANY INC G4070 SEAL ASSEMBLY AND CONVER 715602 WALKER FORD COMPANY INC G4062 GASKET AND THROTTLE 715602 WALKER FORD COMPANY INC G4604 INSULATOR 715602 WALKER FORD COMPANY INC G4530 BRAKE KIT 715602 WALKER FORD COMPANY INC G4604 CABLE ASSEMBLY 715602 WALKER FORD COMPANY INC G4047 BUMPER 715602 WALKER FORD COMPANY INC G4530 BUSHINGS, ARM ASSEMBLIES 715602 WALKER FORD COMPANY INC G4604 BOLTS, GASEKTS, SEAL ASS 715151 WALKER FORD COMPANY INC CM INV # 175313 - G4140 STARTE 715282 WALKER FORD COMPANY INC G4047 BUMPER (2) 715282 WALKER FORD COMPANY INC G4929 V-BELT 715282 WALKER FORD COMPANY INC G4047 SCREEN & CORE 715282 WALKER FORD COMPANY INC G4695 CONTROL AND CLIP 715282 WALKER FORD COMPANY INC G4731 END ASSY, DAMPER, TUBE E 715282 WALKER FORD COMPANY INC G4731 S-END 715282 WALKER FORD COMPANY INC G4675 VALVE 715282 WALKER FORD COMPANY INC G4298 JOINT ASSEMBLY, BRACKET 715282 WALKER FORD COMPANY INC G5197 WHEEL ASSEMBLY AND T-KIT 715282 WALKER FORD COMPANY INC G4635 CABLE AND LOCK ASSEMBLIE 715151 WALKER FORD COMPANY INC G4047 V-BELTS, BRACKET AND BUM 715053 WALKER FORD COMPANY INC G4932 SHOCK ASSEMBLY (2) 715053 WALKER FORD COMPANY INC G4574 SENSOR 715053 WALKER FORD COMPANY INC G4771 QUAN MIN 4 BOLT (4) 715053 WALKER FORD COMPANY INC G3960 SOCKET 715053 WALKER FORD COMPANY INC STOCK WHEEL ASSEMBLY 715053 WALKER FORD COMPANY INC G4574 OIL ASSEMBLY (8) 715053 WALKER FORD COMPANY INC G4564 SHOCK ASSEMBLY (2) 715053 WALKER FORD COMPANY INC G4771 SEALS, SEAL ASSY AND LIN 715053 WALKER FORD COMPANY INC G4560 GASKETS, NUTS, TUBE ASSE 715053 WALKER FORD COMPANY INC G4574 OIL ASSEMBLY (3) 715053 WALKER FORD COMPANY INC STOCK MOULDINS 715151 WALKER FORD COMPANY INC G4695 RELAY 715053 WALKER FORD COMPANY INC G4463 ARM ASSEMBLIES AND GASKE 715053 WALKER FORD COMPANY INC G3446 LAMP ASSEMBLY AND CONNEC 715053 WALKER FORD COMPANY INC STOCK MOULDIN 715053 WALKER FORD COMPANY INC STOCK MOULDINS 715053 WALKER FORD COMPANY INC G4394 SHOCK ASSEMBLY 715151 WALKER FORD COMPANY INC G5197 LATCH 715151 WALKER FORD COMPANY INC G3639 GAS CAP AND COVER 715151 WALKER FORD COMPANY INC G4140 STARTER, BOLT AND FLYWHE 714920 WALKER FORD COMPANY INC CM INV # 174480 - G4823 NUT (2 714633 WALKER FORD COMPANY INC CM INV # 173399 - G4255 SEAL, 714633 WALKER FORD COMPANY INC CM INV # 172378 - G4082 MODULE 714633 WALKER FORD COMPANY INC CM INV # 172152 - G4838 GEAR & 714920 WALKER FORD COMPANY INC G4574 GASKET, SEAL, NUTS AND S 714920 WALKER FORD COMPANY INC STOCK BRACKET 714920 WALKER FORD COMPANY INC G4929 COMPRESSOR 714920 WALKER FORD COMPANY INC G4560 RELAY 714721 WALKER FORD COMPANY INC G4823 HOUSING 714721 WALKER FORD COMPANY INC G4823 NUT (20) 714721 WALKER FORD COMPANY INC G4823 SUPPORT 714721 WALKER FORD COMPANY INC G4823 NUT (20) 714721 WALKER FORD COMPANY INC G4140 CABLE ASSEMBLY 714721 WALKER FORD COMPANY INC G4893 COVER ASSEMBLY 714721 WALKER FORD COMPANY INC G4929 V-BELT & PULLEY 714633 WALKER FORD COMPANY INC G4140 TUBE 714633 WALKER FORD COMPANY INC G4574 HOSE ASSEMBLY 714633 WALKER FORD COMPANY INC G4297 RELAY 714633 WALKER FORD COMPANY INC STOCK HOUSING AND GRILLE 714633 WALKER FORD COMPANY INC G4113 SEAT BELT 714633 WALKER FORD COMPANY INC G4574 CONVERTOR 714633 WALKER FORD COMPANY INC STOCK J - KIT (4) 714633 WALKER FORD COMPANY INC G5188 SWITCH 714633 WALKER FORD COMPANY INC G4695 MOULDING 714633 WALKER FORD COMPANY INC G4184 BUMPER (2) 714633 WALKER FORD COMPANY INC STOCK GRILLE 714633 WALKER FORD COMPANY INC STOCK INSULATORS 714633 WALKER FORD COMPANY INC G4012 CONTROL 714633 WALKER FORD COMPANY INC G4113 WHEEL ASSEMBLY 714633 WALKER FORD COMPANY INC G4289 SPARK PLUG (8), GASKET A 714633 WALKER FORD COMPANY INC G4140 ARM ASSEMBLY (30), GASKE 714633 WALKER FORD COMPANY INC G4336 CAP 714633 WALKER FORD COMPANY INC G4936 HANDLES 714633 WALKER FORD COMPANY INC G4566 SEAL AND THERMOSTAT 714633 WALKER FORD COMPANY INC G4861 SOCKET AND ACTUATOR 714150 WALKER FORD COMPANY INC STOCK HOUSING 714150 WALKER FORD COMPANY INC G4255 SEAL, CONVERTOR AND RETA 714032 WALKER FORD COMPANY INC G4431 CABLE ASSEMBLY 714150 WALKER FORD COMPANY INC G4850 SEAL (2) 714150 WALKER FORD COMPANY INC G4850 BRAKE KIT 714226 WALKER FORD COMPANY INC G4255 SEALS 714150 WALKER FORD COMPANY INC G4597 BRAKE KIT 713890 WALKER FORD COMPANY INC G4312 CAMERA 713957 WALKER FORD COMPANY INC G4649 NUT 713957 WALKER FORD COMPANY INC G4067 LAMP ASSEMBLY 714032 WALKER FORD COMPANY INC G4534 SOCKET 713957 WALKER FORD COMPANY INC STOCK BRAKE KIT 713810 WALKER FORD COMPANY INC G4082 MODULE 713810 WALKER FORD COMPANY INC G4318 TENSION, SEALS, PULLEYS 713810 WALKER FORD COMPANY INC G4318 S-PAD & COVER ASSEMBLY 713810 WALKER FORD COMPANY INC G4550 TUBE ASSEMBLY 713810 WALKER FORD COMPANY INC G4838 GEAR & SHAFT ASSEMBLY 713810 WALKER FORD COMPANY INC STOCK GRILLE 713810 WALKER FORD COMPANY INC G4318 HOSE ASSEMBLY 713810 WALKER FORD COMPANY INC G4247 GASKETS, SEAL ASSEMBLY & 713810 WALKER FORD COMPANY INC G4318 WIRE ASSEMBLY 713810 WALKER FORD COMPANY INC G4838 BOLT 713810 WALKER FORD COMPANY INC G4082 RELAY 713810 WALKER FORD COMPANY INC G4584 GLASS ASSEMBLY 713810 WALKER FORD COMPANY INC G4937 MOULDIN 713810 WALKER FORD COMPANY INC G3962 HOSE ASSEMBLY 713810 WALKER FORD COMPANY INC STOCK HOUSING, INSULATOR AND G 713890 WALKER FORD COMPANY INC G4993 PANEL 713890 WALKER FORD COMPANY INC G4312 INJECTOR 713810 WALKER FORD COMPANY INC G3962 HOSE & FAN 713532 WALKER FORD COMPANY INC G4893 S-PAD AND COVER ASSEMBLY 713532 WALKER FORD COMPANY INC G4550 TUBE ASSEMBLY 713532 WALKER FORD COMPANY INC G4067 LAMP ASSEMBLY 713532 WALKER FORD COMPANY INC G3962 EVAPORATOR 713532 WALKER FORD COMPANY INC G4550 TUBE ASSEMBLY 713532 WALKER FORD COMPANY INC G4448 GASKET 713392 WALKER FORD COMPANY INC CM INV # 169057 - G4687 BRACKE 713392 WALKER FORD COMPANY INC G4838 TUBE ASSEMBLY 713392 WALKER FORD COMPANY INC G4403 MOULDINS AND GRILLE 713392 WALKER FORD COMPANY INC STOCK MOULDIN 713392 WALKER FORD COMPANY INC STOCK MOULDIN 713392 WALKER FORD COMPANY INC G4391 MOTOR ASSEMBLY 713392 WALKER FORD COMPANY INC G4838 PLATE 713392 WALKER FORD COMPANY INC G5186 ROTOR ASSEMBLY (2) AND B 713392 WALKER FORD COMPANY INC STOCK MOULDIN AND GRILLE 713392 WALKER FORD COMPANY INC G4513 SEAL 713392 WALKER FORD COMPANY INC G4409 RADIATOR 713392 WALKER FORD COMPANY INC STOCK MOULDIN 713392 WALKER FORD COMPANY INC G4306 CONDENSOR 713392 WALKER FORD COMPANY INC G4550 GASKETS, SEAL ASSEMBLIES 713392 WALKER FORD COMPANY INC G4551 SB & SELECTO 713392 WALKER FORD COMPANY INC G4306 HOSE ASSEMBLY 713392 WALKER FORD COMPANY INC G4838 COVER ASSEMBLY, PADS ETC 713392 WALKER FORD COMPANY INC G4557 S-BAR 713392 WALKER FORD COMPANY INC G4687 BRACKET 713392 WALKER FORD COMPANY INC G4205 SENDER 713392 WALKER FORD COMPANY INC G4752 SUPPORT 713392 WALKER FORD COMPANY INC CM INV# 169242 - G4204 SENDER 712870 WALKER FORD COMPANY INC G4752 S-PAD AND COVER ASSEMBLY 712709 WALKER FORD COMPANY INC G4476 TUBE AND SEPERATOR 712709 WALKER FORD COMPANY INC STOCK HOUSING & GRILLE 712709 WALKER FORD COMPANY INC G4065 SWITCH 712870 WALKER FORD COMPANY INC STOCK MOULDINS AND GRILLE 712870 WALKER FORD COMPANY INC G3970 GASKET 712870 WALKER FORD COMPANY INC G4391 RELAY 712870 WALKER FORD COMPANY INC G5186 ROTOR ASSEMBLIES & BRAKE 712709 WALKER FORD COMPANY INC STOCK GRILLE 712709 WALKER FORD COMPANY INC G5085 LAMP ASSEMBLY 712709 WALKER FORD COMPANY INC G3970 BOLTS, VALVE ASSEMBLY, G 712629 WALKER FORD COMPANY INC G4517 R - PAD (2) 712629 WALKER FORD COMPANY INC G4037 JUMPER & EVAPORATOR 712498 WALKER FORD COMPANY INC G4090 CONDENSOR 712307 WALKER FORD COMPANY INC CM INV #169528 - STOCK INSULAT 712307 WALKER FORD COMPANY INC STOCK INSULATORS AND BOLT 712425 WALKER FORD COMPANY INC STOCK GRILLE 712425 WALKER FORD COMPANY INC G4204 LIFT ASSEMBLIES 712307 WALKER FORD COMPANY INC G4204 CABLE ASSEMBLY 712307 WALKER FORD COMPANY INC STOCK BOLT 711981 WALKER FORD COMPANY INC CM INV #168283 - G4389 GEAR AN 712175 WALKER FORD COMPANY INC G4696 SOCKET 712175 WALKER FORD COMPANY INC G4204 SENDER AND TANK ASSYS 712175 WALKER FORD COMPANY INC G4517 SEALS AND OIL DIPSTICK 712051 WALKER FORD COMPANY INC G4617 EVAPORATOR 711981 WALKER FORD COMPANY INC G4263 WEATHERTECH 711981 WALKER FORD COMPANY INC G4530 HOSE ASSY 711981 WALKER FORD COMPANY INC STOCK HOUSING AND GASKET 711981 WALKER FORD COMPANY INC STOCK BRACKET AND INSULATOR 711981 WALKER FORD COMPANY INC G4551 BUSHING 711981 WALKER FORD COMPANY INC STOCK BUCKLE 712175 WALKER FORD COMPANY INC G4687 BRACKET 712175 WALKER FORD COMPANY INC G4617 MOTOR ASSY AND CAM 711681 WALKER FORD COMPANY INC G3641 RETAINER 711681 WALKER FORD COMPANY INC STOCK GASKET (4) 711681 WALKER FORD COMPANY INC G4925 MOTOR ASSEMBLY 711981 WALKER FORD COMPANY INC G4336 HOSE ASSEMBLY 711981 WALKER FORD COMPANY INC G4576 GASKETS, SEAL ASSEMBLIES 711681 WALKER FORD COMPANY INC G4389 GEAR AND BUSHINGS 711681 WALKER FORD COMPANY INC G3785 COVER ASSEMBLY 711681 WALKER FORD COMPANY INC G4717 SEAL (2) 711585 WALKER FORD COMPANY INC G4820 CONTROL 711585 WALKER FORD COMPANY INC G4039 BRACKET & HOUSING 711585 WALKER FORD COMPANY INC G4820 CONTROL 711585 WALKER FORD COMPANY INC STOCK MOULDINS 711401 WALKER FORD COMPANY INC G4618 SENSORS, CLAMP, CONVERT 711495 WALKER FORD COMPANY INC G5331 HANDLE, SCREWS AND CABLE 711324 WALKER FORD COMPANY INC STOCK HOSE AND HOUSING 711324 WALKER FORD COMPANY INC STOCK HOUSING 711324 WALKER FORD COMPANY INC G4929 GASKETS AND SENSOR 711324 WALKER FORD COMPANY INC G4618 STEP ASSEMBLY 711401 WALKER FORD COMPANY INC G4548 PAD 711401 WALKER FORD COMPANY INC G4406 RELAY 711324 WALKER FORD COMPANY INC G3970 SWITCH AND SEPARATOR 711324 WALKER FORD COMPANY INC G4800 RESERVOIR 711324 WALKER FORD COMPANY INC STOCK INSULATORS 711324 WALKER FORD COMPANY INC STOCK MOULDINS AND GRILLE 711324 WALKER FORD COMPANY INC G4480 HOSE 711324 WALKER FORD COMPANY INC G4318 P-PAD 711324 WALKER FORD COMPANY INC G4739 R-KIT 711324 WALKER FORD COMPANY INC G4560 RELAY 711324 WALKER FORD COMPANY INC STOCK GRILLE 711324 WALKER FORD COMPANY INC G4072 CORE AND INSTRUMENT 711324 WALKER FORD COMPANY INC G4572 BOOSTER 711324 WALKER FORD COMPANY INC STOCK HOSE AND KIT 711324 WALKER FORD COMPANY INC STOCK GRILLE 711324 WALKER FORD COMPANY INC CM INV#16678 - ACCOUNTING CORR 711324 WALKER FORD COMPANY INC CM INV#166700 - G4072 COMMENT 711324 WALKER FORD COMPANY INC CM INV#166525 - G4843 BRACKET 711324 WALKER FORD COMPANY INC STOCK COVER AND MOULDIN 710938 WALKER FORD COMPANY INC ACCOUNTING CORRECTION - CM ATT 710938 WALKER FORD COMPANY INC STOCK BRAKE KIT AND HOUSING 710938 WALKER FORD COMPANY INC G4446 SENSOR 710938 WALKER FORD COMPANY INC STOCK MOULDIN AND COMMENT 710938 WALKER FORD COMPANY INC G5128 LAMP ASSEMBLY 710938 WALKER FORD COMPANY INC STOCK MOULDIN (2) 710938 WALKER FORD COMPANY INC G4560 HOUSING 710938 WALKER FORD COMPANY INC G4560 SENSOR 710938 WALKER FORD COMPANY INC G4409 BEZEL & CORE 710818 WALKER FORD COMPANY INC G4843 BRACKET 710938 WALKER FORD COMPANY INC STOCK HOUSING 710938 WALKER FORD COMPANY INC G4843 BRACKET 710938 WALKER FORD COMPANY INC CM INV#166507 - G4409 BEZEL & 710535 WALKER FORD COMPANY INC G4843 SHAFT (2) 710535 WALKER FORD COMPANY INC G4380 RELAY 710535 WALKER FORD COMPANY INC G4445 SENSOR 710429 WALKER FORD COMPANY INC G4198 RELAY 710535 WALKER FORD COMPANY INC STOCK MOULDIN AND GRILLE 710535 WALKER FORD COMPANY INC G4855 LIFT ASSEMBLIES 710604 WALKER FORD COMPANY INC G3979 SENSOR 710604 WALKER FORD COMPANY INC G4205 TUBE ASSEMBLY 710604 WALKER FORD COMPANY INC G4564 SOCKET 710604 WALKER FORD COMPANY INC G4608 RELECTOR 710693 WALKER FORD COMPANY INC STOCK COMMENT, MOULDIN AND GRI 710818 WALKER FORD COMPANY INC G4072 EVAPORATOR 710255 WALKER FORD COMPANY INC G4564 TRACK ASSEMBLY 710166 WALKER FORD COMPANY INC STOCK ROTOR ASSEMBLY 710354 WALKER FORD COMPANY INC G4445 SEPERATOR 710354 WALKER FORD COMPANY INC G4431 WIRE ASSEMBLY (8) 710354 WALKER FORD COMPANY INC G3912 SEAT ASSEMBLY 710076 WALKER FORD COMPANY INC STOCK HOUSING 710076 WALKER FORD COMPANY INC G3975 HITCH ASSEMBLY 710076 WALKER FORD COMPANY INC G4083 COMMENT AND GLASS ASSEMB 710076 WALKER FORD COMPANY INC G4615 T KIT 710076 WALKER FORD COMPANY INC G4987 MOULDIN 710076 WALKER FORD COMPANY INC G4987 MOULDIN 710076 WALKER FORD COMPANY INC STOCK BRAKE KIT 710008 WALKER FORD COMPANY INC G4590 BRAKE KIT AND ROTOR ASSE 710008 WALKER FORD COMPANY INC STOCK MOULDIN AND GRILLE 710008 WALKER FORD COMPANY INC G4247 CLIP, SCREW AND VISOR AS 710008 WALKER FORD COMPANY INC G4675 TUBE ASSEMBLY AND MANIFO 710008 WALKER FORD COMPANY INC STOCK MOULDINS 709901 WALKER FORD COMPANY INC G4387 RELAY 709806 WALKER FORD COMPANY INC G4399 BOLT 709806 WALKER FORD COMPANY INC G4992 INSULATOR 709901 WALKER FORD COMPANY INC G4992 CARPET 709752 WALKER FORD COMPANY INC G4992 GRILLE 709752 WALKER FORD COMPANY INC G4391 WIRE ASSEMBLY 709752 WALKER FORD COMPANY INC G4531 EXTENSION 709752 WALKER FORD COMPANY INC G5217 WASHER (4) 709752 WALKER FORD COMPANY INC G4401 COMMENT AND BOLT (4) 709806 WALKER FORD COMPANY INC G3975 COMMENT, P-KIT AND B-KIT 709806 WALKER FORD COMPANY INC G3975 BUMPERS (4) 709806 WALKER FORD COMPANY INC STOCK INSULATORS (12) 709806 WALKER FORD COMPANY INC STOCK INSULATORS (12) 709806 WALKER FORD COMPANY INC G4675 WIRE ASSEMBLY 709752 WALKER FORD COMPANY INC G4188 CONNECTOR AND TUBE ASSEM 709752 WALKER FORD COMPANY INC STOCK WHEEL ASSEMBLY 709752 WALKER FORD COMPANY INC G4753 SSEAL (2) 709752 WALKER FORD COMPANY INC G4646 CLIPS, PINS, LAMP ASSEMB 709752 WALKER FORD COMPANY INC G4683 T-KIT 709752 WALKER FORD COMPANY INC G4188 CONNECTORS, TUBE ASSEMBL 709752 WALKER FORD COMPANY INC STOCK WHEEL ASSEMBLY AND GRILL 709541 WALKER FORD COMPANY INC CM 10.01.23-09.30.24: FLEET I 709541 WALKER FORD COMPANY INC G4715 MODULE AND CONTROL 709541 WALKER FORD COMPANY INC G4614 LIFT ASSEMBLIES 709541 WALKER FORD COMPANY INC G3444 LAMP ASSEMBLY 709541 WALKER FORD COMPANY INC G4531 PLUG 709541 WALKER FORD COMPANY INC G3860 LAMP ASSEMBLY 709541 WALKER FORD COMPANY INC STOCK GRILLE (2) 709541 WALKER FORD COMPANY INC G4531 PLUG AND WASHER 709359 WALKER FORD COMPANY INC STOCK BOLT (6) 709359 WALKER FORD COMPANY INC STOCK HOUSING AND INSULATOR 709359 WALKER FORD COMPANY INC CM 10.01.23-09.30.24: FLEET I 709289 WALKER FORD COMPANY INC STOCK ARM ASSEMBLY 709289 WALKER FORD COMPANY INC G4531 BOLT,GASKET,SEAL AND PUM 709289 WALKER FORD COMPANY INC G4294 NUTS (4) 709289 WALKER FORD COMPANY INC G4165 WIRING (2) 709289 WALKER FORD COMPANY INC STOCK GASKET (2) 709289 WALKER FORD COMPANY INC STOCK ROTOR ASSEMBLY (2) 709289 WALKER FORD COMPANY INC G4715 HOSE ASSEMBLY 709289 WALKER FORD COMPANY INC G4480 HANDLE 709289 WALKER FORD COMPANY INC G4682 CAP 709289 WALKER FORD COMPANY INC STOCK HOUSING AND ROTOR ASSEMB 709289 WALKER FORD COMPANY INC G4294 RETAINER 709289 WALKER FORD COMPANY INC STOCK INSULATORS 709289 WALKER FORD COMPANY INC G4294 NUT 709289 WALKER FORD COMPANY INC G4447 GASKET, SCREEN AND CONVE 709359 WALKER FORD COMPANY INC G4040 SOCKET 709359 WALKER FORD COMPANY INC STOCK GASKET 709359 WALKER FORD COMPANY INC G5013 WHEEL ASSEMBLY 709359 WALKER FORD COMPANY INC G4697 PIPE ASSEMBLY 709067 WALKER FORD COMPANY INC G4206 MOTOR ASSEMBLY AND RADIA 709067 WALKER FORD COMPANY INC G3765 SEAL 709067 WALKER FORD COMPANY INC G4261 INJECTORS, O-RINGS ETC 709067 WALKER FORD COMPANY INC G4447 SOLENOID (2) 709067 WALKER FORD COMPANY INC G4480 COVER ASSEMBLY AND PADS 709067 WALKER FORD COMPANY INC G3765 SEAL 709067 WALKER FORD COMPANY INC G3791 TUBE ASSEMBLY 709147 WALKER FORD COMPANY INC G4294 S-ENDS AND NUTS 709147 WALKER FORD COMPANY INC G4389 RELAY 709147 WALKER FORD COMPANY INC G3101 SENSOR 709067 WALKER FORD COMPANY INC STOCK ARM ASSEMBLY 709067 WALKER FORD COMPANY INC STOCK HOUSING AND MOULDIN 709067 WALKER FORD COMPANY INC CM 10.01.23-09.30.24: FLEET I 709067 WALKER FORD COMPANY INC CM 10.01.23-09.30.24: FLEET I 709067 WALKER FORD COMPANY INC CM 10.01.23-09.30.24: FLEET I 709067 WALKER FORD COMPANY INC CM 10.01.23-09.30.24: FLEET I 709067 WALKER FORD COMPANY INC CM 10.01.23-09.30.24: FLEET I 709067 WALKER FORD COMPANY INC G4188 CONNECTOR 709067 WALKER FORD COMPANY INC STOCK WIRE ASSEMBLY AND MOULDI 708581 WALKER FORD COMPANY INC G4379 HOUSING AND INSULATOR 708581 WALKER FORD COMPANY INC G4378 HOUSING 708581 WALKER FORD COMPANY INC G4259 HOUSING 708581 WALKER FORD COMPANY INC STOCK HOSUING AND INSULATOR 708581 WALKER FORD COMPANY INC G4378 INSULATOR 708581 WALKER FORD COMPANY INC G4262 SEALS AND GASKETS 708581 WALKER FORD COMPANY INC G4532 GASKETS, SEAL AND PUMP A 708581 WALKER FORD COMPANY INC G4294 END ASSEMBLY, ROD, DAMPE 708581 WALKER FORD COMPANY INC G4614 VALVE ASSEMBLY (6) 708581 WALKER FORD COMPANY INC G4394 HVAC CONTROL 708581 WALKER FORD COMPANY INC G4394 FCIM AND RELAY 708581 WALKER FORD COMPANY INC G4532 BOLTS 708581 WALKER FORD COMPANY INC G4894 PUMP ASSEMBLY 708581 WALKER FORD COMPANY INC G3915 TUBE ASSEMBLY 708581 WALKER FORD COMPANY INC G4188 SEAL, TUBE ASSEMBLY, THE 708690 WALKER FORD COMPANY INC G4614 T-KIT 708690 WALKER FORD COMPANY INC G4476 SENSORS AND BOOSTER 708690 WALKER FORD COMPANY INC G4476 RING AND GASKETS 708690 WALKER FORD COMPANY INC G4476 GASKETS, HOSE ASSEMBLY A 708690 WALKER FORD COMPANY INC G4476 SEPERATOR 708690 WALKER FORD COMPANY INC G4431 NUTS AND STUDS 708690 WALKER FORD COMPANY INC G4553 BUCKLE 708690 WALKER FORD COMPANY INC G4476 GASKET 709067 WALKER FORD COMPANY INC G4838 CONDENSOR 709067 WALKER FORD COMPANY INC G4394 SENSOR 709067 WALKER FORD COMPANY INC G4448 LATCH AND HANDLE 709067 WALKER FORD COMPANY INC G4188 SEAL, TUBE AND MANIFOLD 709067 WALKER FORD COMPANY INC STOCK MOULDINS 709067 WALKER FORD COMPANY INC G4838 GRILLE 709067 WALKER FORD COMPANY INC STOCK MOULDIN 709067 WALKER FORD COMPANY INC STOCK GRILLE 708581 WALKER FORD COMPANY INC CM 10.01.23-09.30.24: FLEET I 708581 WALKER FORD COMPANY INC CM 10.01.23-09.30.24: FLEET I 708258 WALKER FORD COMPANY INC G4595 WIRE ASSEMBLY - CREDIT A 708581 WALKER FORD COMPANY INC G4262 GASKET 708330 WALKER FORD COMPANY INC G3101 CAP AND TANK ASSEMBLY 708258 WALKER FORD COMPANY INC G4479 SEAL AND T-KIT 708258 WALKER FORD COMPANY INC G4479 HOSE ASSEMBLY 708258 WALKER FORD COMPANY INC G4547 PLUG AND INSULATOR 708258 WALKER FORD COMPANY INC G4431 RADIO 708185 WALKER FORD COMPANY INC CM 10.01.23-09.30.24: FLEET I 708185 WALKER FORD COMPANY INC CM 10.01.23-09.30.24: FLEET I 708185 WALKER FORD COMPANY INC G4510 GLASS ASSEMBLY 708086 WALKER FORD COMPANY INC G4391 ACTUATOR 708086 WALKER FORD COMPANY INC G4479 SEAL ASSEMBLY (2) 708086 WALKER FORD COMPANY INC G4261 HOUSING 708086 WALKER FORD COMPANY INC G4479 DIFFERENTIAL 708185 WALKER FORD COMPANY INC G4431 MANIFOLD, GASKET AND NUT 708185 WALKER FORD COMPANY INC G4431 MANIFOLD 708185 WALKER FORD COMPANY INC G3774 HOSE AND LIFT ASSEMBLIES 708185 WALKER FORD COMPANY INC G4547 BOLT, GASKET, SEAL AND P 708185 WALKER FORD COMPANY INC G4311 GASKET 708086 WALKER FORD COMPANY INC TO OFFSET CM157548 CORE FIX 708086 WALKER FORD COMPANY INC G2125 REMOTE (2) 708086 WALKER FORD COMPANY INC G3775 BOLT AND PAN ASSEMBLY 708086 WALKER FORD COMPANY INC G4565 T-KIT 708086 WALKER FORD COMPANY INC G4306 STARTER 708086 WALKER FORD COMPANY INC G4565 LAMP ASSEMBLY 708086 WALKER FORD COMPANY INC G3775 GASKET 708086 WALKER FORD COMPANY INC G4188 HOSE 708086 WALKER FORD COMPANY INC G4089 HOSE ASSEMBLY 708086 WALKER FORD COMPANY INC G4180 COVER ASSEMBLY 708086 WALKER FORD COMPANY INC G3966 ALTERNATOR 708086 WALKER FORD COMPANY INC G3785 COVER ASSEMBLY 708086 WALKER FORD COMPANY INC G4394 SEAT BELT 708086 WALKER FORD COMPANY INC G4479 PIPE ASSEMBLY 708086 WALKER FORD COMPANY INC G4479 CAP ASSEMBLY, SEPERATOR 708086 WALKER FORD COMPANY INC G4188 COVER ASSEMBLY AND S PAD 708086 WALKER FORD COMPANY INC G4479 T KIT 708086 WALKER FORD COMPANY INC G4391 LINK ASSEMBLIES 708086 WALKER FORD COMPANY INC G4706 LAMP ASSEMBLY 708086 WALKER FORD COMPANY INC G4550 HANDLE 708086 WALKER FORD COMPANY INC G4838 ACTUATOR 708086 WALKER FORD COMPANY INC G4989 SWITCH 708086 WALKER FORD COMPANY INC G5242 INSULATOR 708086 WALKER FORD COMPANY INC G4068 GASKET 708086 WALKER FORD COMPANY INC G3775 TURBOCHARGER 708086 WALKER FORD COMPANY INC G2125 REMOTES (2) 708086 WALKER FORD COMPANY INC G3966 CONDENSER AND CONTROL 708086 WALKER FORD COMPANY INC G4637 AUTOMATIC TRANSMISSION 708086 WALKER FORD COMPANY INC G3775 CONNECTOR AND TUBE 708086 WALKER FORD COMPANY INC STOCK GRILLE 708086 WALKER FORD COMPANY INC G4559 HOUSING 708086 WALKER FORD COMPANY INC G3966 CONDENSER CORE 708086 WALKER FORD COMPANY INC G4391 SHOCK ASSEMBLY 708086 WALKER FORD COMPANY INC G3775 GASKETS, TUBE ASSEMBLIES 708086 WALKER FORD COMPANY INC G4637 SEAL AND O-RING 708086 WALKER FORD COMPANY INC G4637 SEAL AND O-RING 708086 WALKER FORD COMPANY INC G4180 HOSE ASSEMBLY 708086 WALKER FORD COMPANY INC G4254 GEAR ASSEMBLY 708086 WALKER FORD COMPANY INC G4714 MOULDIN 708086 WALKER FORD COMPANY INC G4386 BUCKLE 708086 WALKER FORD COMPANY INC G4755 SPARK PLUG (10) 708086 WALKER FORD COMPANY INC CM 10.01.23-09.30.24: FLEET I 708086 WALKER FORD COMPANY INC CM 10.01.23-09.30.24: FLEET I 708086 WALKER FORD COMPANY INC CM 10.01.23-09.30.24: FLEET I 0 WESCO TURF INC G4887 STEERING TILT COLUMN 0 WESCO TURF INC G4663 O-RING, SPINDLE SHAFT AS 0 WESCO TURF INC G4887 STEERING VALVE ASM 0 WESCO TURF INC G5266 SPRING EXHAUST (2) 717282 WESCO TURF INC G5266 COOLANT PIPE WELDMENT 717282 WESCO TURF INC G5266 HALFSHAFT (2), 2PASS CAB 717282 WESCO TURF INC G5266 EXHAUST PIPE, GASKET ETC 717117 WESCO TURF INC G4489 HOC CAP ASM (4) 717031 WESCO TURF INC G4489 SPACER (10) 717031 WESCO TURF INC G4880 VALVE SOLENOID (2) 717031 WESCO TURF INC G5339 BOLT-BLADE (12) 716889 WESCO TURF INC G5157 DECK BELT-DRIVE, RUBBER 717031 WESCO TURF INC G5157 DECK BELT-DRIVE & HOC CA 717031 WESCO TURF INC G4880 VAVLE SOLENOID (2), SEAL 717031 WESCO TURF INC G5391 4-TIRE PLY (2) 716717 WESCO TURF INC G4885 ALTERNATOR 716717 WESCO TURF INC G4774 ROLLER (2) & SHAFT ROLLE 716717 WESCO TURF INC G5271 UPRIGHT BRAKE, HALFSHAFT 716717 WESCO TURF INC G5273 MASTER CYLINDER 716717 WESCO TURF INC G4606 FRONT COIL COVER (2) 716622 WESCO TURF INC G4362 HYDRAULIC HOSE (2) 716717 WESCO TURF INC G5391 5 GALL HYPR OIL 716622 WESCO TURF INC G5012 MED BLADE (3), CUP-SCALP 716717 WESCO TURF INC G4170 HANDLE GRIP (2) & ASM FO 716622 WESCO TURF INC G5391 DEFLECTOR 716622 WESCO TURF INC G4880 V-BELTS AND WHEEL TIRE-S 716529 WESCO TURF INC G5270 OIL SEAL PLUG (5) 716397 WESCO TURF INC G4606 COPPER WASHER (2) 716529 WESCO TURF INC G5270 PARK BRAKE CABLE 716529 WESCO TURF INC G4636 FLANGE BOLT (2) 716293 WESCO TURF INC G4880 REAR SHAFT ROLLER (5), D 716293 WESCO TURF INC G4880 REAR SHAFT ROLLER (5) & 716293 WESCO TURF INC G4774 PTO SWITCH (2) 716293 WESCO TURF INC G4433 SPACER ARM LINKAGE (6), 716293 WESCO TURF INC G4883 ATOMIC ROTARY BLADE (6) 716293 WESCO TURF INC G4880 DECK ROLLER (6) 716293 WESCO TURF INC G4885 GROMMET (4), BREATHER, E 716293 WESCO TURF INC G4885 HYDRAULC HOSE 716293 WESCO TURF INC G5163 WHEEL AND TIRE ASM 716293 WESCO TURF INC G5262 V-BELT (2) AND BELT VARI 716293 WESCO TURF INC G4774 SCREW (6), FUEL CAP (4) 716293 WESCO TURF INC G4885 GROMMET (2), HYDRAULIC H 716293 WESCO TURF INC G5270 PARK BRAKE CALIPER 716397 WESCO TURF INC G5161 ASM THERMOSTAT, GASKET E 715693 WESCO TURF INC G4636 HEX FLANGE PLUG (2) & WA 715764 WESCO TURF INC G4636 EXHAUST PIPE, TRAIL LINK 715603 WESCO TURF INC G4433 RUBBER BUMPER (12), REAR 715603 WESCO TURF INC G4433 TINE-SOLID SOUTHERN GREE 715603 WESCO TURF INC G4433 REAR GUARD ASM 715603 WESCO TURF INC G4774 COVER ASM 715603 WESCO TURF INC G4775 STARTER 715603 WESCO TURF INC G5270 HALFSHAFT (2), DRAIN PLU 715603 WESCO TURF INC G4885 HOC CAP ASM (4), SPACER 715603 WESCO TURF INC G4636 WEAR CLIP (8), PIPE EXHA 715603 WESCO TURF INC G4433 COMPRESSION SPRING (12), 715603 WESCO TURF INC G4883 T-BAR (6) 715603 WESCO TURF INC G4733 SWITCH W/BOOT 715693 WESCO TURF INC G5068 GS OVERFLOW HOSE ASM AND 715603 WESCO TURF INC G5068 HIGH BLADE-FLOW (3), HEX 715603 WESCO TURF INC G5273 KIT INBOARD BOOT FRONT ( 715603 WESCO TURF INC G5262 IGNITION SWITCH 715603 WESCO TURF INC G5150 OIL FILTER MOUNT, ADAPTE 715904 WESCO TURF INC G5381 BLADES (3) 715904 WESCO TURF INC G4433 LINKAGE SPACER ARMS, LIN 715286 WESCO TURF INC G4606 FRONT PROPSHAFT, CALIPER 715152 WESCO TURF INC G4362 10LB LAP COMPOUND REEL S 715152 WESCO TURF INC G5270 DRAIN PLUG SSEMBLY (12), 715054 WESCO TURF INC G4489 HYD CYLINDER ASM (2) 715054 WESCO TURF INC G5268 RADIATOR CAP (2), PRESSU 715054 WESCO TURF INC G5049 ENGINE PACKED SINGLE CAR 715054 WESCO TURF INC G4489 GASKET & O-RINGS 715054 WESCO TURF INC G4783 O-RING, OIL SEALS ETC 715054 WESCO TURF INC G4783 BLEED SCREW (2) 715054 WESCO TURF INC G5159 SWITCH W/BOOT 715054 WESCO TURF INC G5265 STEEL BUSHING (2), SOFT 715054 WESCO TURF INC G5268 TWIN STUDS (4), NON PRES 715054 WESCO TURF INC G3892 SHIFT-BOOT, ASM SHIFT AN 715054 WESCO TURF INC G5267 INJECTION PIPE (3) 714963 WESCO TURF INC G4648 AIR CLEANER BRACKET 714963 WESCO TURF INC G4363 COOLANT RESERVOIR, RAD C 715152 WESCO TURF INC G5269 HALFSHAFT (2) 715054 WESCO TURF INC G3990 LONG AND SHORT BELLOWS 715054 WESCO TURF INC G5273 FRONT OUTBOARD & INBOARD 714963 WESCO TURF INC G4885 O-RINGS, BALL JOINTS ETC 714963 WESCO TURF INC G5240 IGNITION SWITCH ASM 714963 WESCO TURF INC G4489 PRESSURE SENSOR 714963 WESCO TURF INC G3561 CYLINDER ASSEMBLY 714963 WESCO TURF INC G4775 LH COVER PLATE, CASTER A 714963 WESCO TURF INC G5269 AWD-BELT (2), FRONT PROP 714963 WESCO TURF INC G4880 SPST SWITCH (3) 714963 WESCO TURF INC G5015 CARBURETOR (2) 714963 WESCO TURF INC G4433 COMPRESSION SPRING (5) & 714963 WESCO TURF INC G4433 SOLID TINE 12MM X 12.20" 714151 WESCO TURF INC G5162 SHIFT ASM 714033 WESCO TURF INC G4775 PLUG (2), WASHER (2) ETC 714033 WESCO TURF INC G4775 CASTER FORK AND WHEEL AS 714033 WESCO TURF INC G4010 SHIFT-BOOT 714151 WESCO TURF INC G4880 SPST SWITCH 714227 WESCO TURF INC G5391 WHEEL ASM (3) 714151 WESCO TURF INC G5433 SEMS SCREWS (12), HEX BU 714151 WESCO TURF INC G5268 LOWER YOKE KITPREC (2) 713959 WESCO TURF INC G4433 COMPRESSION SPRING (7) E 713959 WESCO TURF INC G3653 ALTERNATOR AND BOLTS 713891 WESCO TURF INC G3653 ALTERNATOR (2), COLLAR ( 713959 WESCO TURF INC G3653 O-RING 713616 WESCO TURF INC G5012 ASM CENTER CHAMBER 713616 WESCO TURF INC G4010 SHIFT ASM 713959 WESCO TURF INC STOCK FUEL / WATER SEPERATOR 713813 WESCO TURF INC G4236 LOWER BOOT SHIFT (2) 713813 WESCO TURF INC G4010 LOWER BOOT-SHIFT 713813 WESCO TURF INC G4433 TINE-SIDE EJECT (36) 713813 WESCO TURF INC G4882 FRONT CASTER SPACER (9) 713813 WESCO TURF INC G4882 CASTER WHEEL BEARING KIT 713813 WESCO TURF INC G5267 CYLINDER GASKET, CONNECT 713813 WESCO TURF INC G5162 BUMPER 713533 WESCO TURF INC G5240 WIRE HARNESS, PROX SWITC 713533 WESCO TURF INC G5274 AWD ROPS KIT 713533 WESCO TURF INC G5267 SEAT BELT BUCKLE (3), CY 713533 WESCO TURF INC G5328 FUEL FILTER (2) 713393 WESCO TURF INC G4883 SKID-BUMPER, ROTARY BLAD 713393 WESCO TURF INC G5328 FUEL FILTER (4) 713393 WESCO TURF INC G5267 SEAT BELT BUCKLE 713393 WESCO TURF INC G5274 FRONT FENDER 713393 WESCO TURF INC G4883 PIN-HOC (12) 713393 WESCO TURF INC G5434 RECYCLER BLADE (15) 713393 WESCO TURF INC G5434 RECYCLER BLADE (3) 713393 WESCO TURF INC G4235 SHIFT BOOT, BEARINGS, BA 713393 WESCO TURF INC G4235 MOUNT-PIVOT, W/BUSHINGS 713393 WESCO TURF INC G5265 COOLANT PIPE, DIESEL PIP 713393 WESCO TURF INC G5274 KUBOTA ENGINE, ASMTOP RO 713393 WESCO TURF INC G3653 ALTERNATOR, DRAINCOCK AS 713393 WESCO TURF INC G3653 O-RING, GEARCASE GASKET 713393 WESCO TURF INC G4885 V-BELT (6) , BEARING (10 713393 WESCO TURF INC G4885 HUB (5) 713393 WESCO TURF INC G3897 INNER SLEEVE (4), BUSHIN 713393 WESCO TURF INC G3897 LONG BELLOWS, SHORT BELL 712710 WESCO TURF INC G5273 PARK BRAKE FOOT PEDAL 712871 WESCO TURF INC G4775 BACKREST CUSHION ASM AND 712631 WESCO TURF INC G5272 FRONT PROPSHAFT 712631 WESCO TURF INC G5315 GLOVE BOX DOOR (2) 712241 WESCO TURF INC G3892 CABLE CLUTCH (2) 712241 WESCO TURF INC G5265 PARK BRAKE CALIPER AND B 712241 WESCO TURF INC G4607 LINK DRAG AND INNER SLEE 712241 WESCO TURF INC G4607 ALLOY WHEEL (2), LINK DR 712052 WESCO TURF INC G5265 COOLANT PIPE (2) EXHAUST 712052 WESCO TURF INC G5266 LOCKING CAP NUT 712052 WESCO TURF INC G4607 FLANGE NUT (2) 711982 WESCO TURF INC G4759 ALLOY WHEEL (4) 711982 WESCO TURF INC G5265 EXHAUST PIPE, EXHAUST GA 711866 WESCO TURF INC G4883 FLANGE BUSHING, RETAINER 711866 WESCO TURF INC G4607 4-LINK BUSHING (10), INN 711982 WESCO TURF INC G4236 SPACERS, SEAT ASM, SHIFT 711866 WESCO TURF INC G4883 PLAIN SPACER AND NO STEP 711866 WESCO TURF INC G5151 COVERPLATE, DRAIN PLUG A 711682 WESCO TURF INC STOCK FUEL FILTER (2) 711586 WESCO TURF INC G5012 DRIVEN SPINDLES, ROLLERS 711682 WESCO TURF INC G3892 SEAT ASM (2) 711586 WESCO TURF INC G4759 FLAG PATCH (4), FRONT CO 711496 WESCO TURF INC G4885 CASTER - BRACKET (2) 711496 WESCO TURF INC G4890 REMOTE ASM 711496 WESCO TURF INC G5053 MUFFLER, MUFFLER GASKET 711496 WESCO TURF INC G5033 MUFLER PLATE-MOUNT AND C 711496 WESCO TURF INC G5053 WELDED ASM CABLE MOUNT 711496 WESCO TURF INC G4759 BEARINGS, BOLTS, COIL CO 711682 WESCO TURF INC G5012 DEFLECTOR AND LH CHAMBER 711057 WESCO TURF INC G5150 EXHAUST PIPE, GASKET ETC 711057 WESCO TURF INC G5432 FRONT BRACKET SUPPORT 711057 WESCO TURF INC G4418 CYLINDER HEAD GASKET 710819 WESCO TURF INC G5150 DIESEL EXHAUST PIPE, GAS 710939 WESCO TURF INC G5432 FRONT BRACKET, FORNT AND 710939 WESCO TURF INC G5052 SWITCH-TEMPERATURE, WATE 710819 WESCO TURF INC G4732 48V KEY SWITCH ASM 710939 WESCO TURF INC G5272 PARK BRAKE FOOT PEDAL AN 710819 WESCO TURF INC STOCK FILTER SEPERATOR (2) AND 710538 WESCO TURF INC G4348 FUEL GUAGE SENDING UNIT 710696 WESCO TURF INC G5263 CABLE FNR 2PASS CLUB 710605 WESCO TURF INC G4348 LOWER FLOOR BOARD AND DR 710538 WESCO TURF INC G5266 ASM REAR WHEEL CLUB, WAS 710538 WESCO TURF INC G4733 BATTERY GAUGE (2) 710538 WESCO TURF INC G5051 LCD DISPLY ASM 710538 WESCO TURF INC G4607 STEERING RACK, HEX NUTS 710431 WESCO TURF INC STOCK FUEL/WATER SEPERATOR (6) 710167 WESCO TURF INC G4607 NON PRESSURE RADIATOR CA 710167 WESCO TURF INC G3892 REAR FENDER 710167 WESCO TURF INC G4607 FLANGE BOLT (4), FRONT C 710167 WESCO TURF INC G5272 FRONT PROPSHAFT 710077 WESCO TURF INC G5272 BRAKE PAD SET (2), PROPS 712427 WESCO TURF INC G4607 COOLANT PIPE 710077 WESCO TURF INC G3892 CABLE ACCELERATOR 710077 WESCO TURF INC G4607 DIESEL EXHAUST PIPE AND 709807 WESCO TURF INC G4648 22 AND 90 TOOTH SPROCKET 709902 WESCO TURF INC G4607 ROTORS (4), BRAKE PAD KI 709902 WESCO TURF INC G4607 EXHAUST GASKET, EXHAUST 709807 WESCO TURF INC G4607 ALL TERRAIN TIRE (4) 709902 WESCO TURF INC G4607 HALFSHAFT, DIFFERENTIAL 709902 WESCO TURF INC G4607 FRONT PROPSHAFT 709754 WESCO TURF INC G4648 LH BOOM 709754 WESCO TURF INC G4362 HAIR PIN (3) 709754 WESCO TURF INC G4880 NUT-LOCK, HH BOLT, ROLLE 709754 WESCO TURF INC G4648 KNOB W/SEAL 709754 WESCO TURF INC G4648 REGULATING ACTUATOR KIT 709754 WESCO TURF INC G4648 RH BOOM, FUEL TANK TUBE 709754 WESCO TURF INC G4648 FUEL TANK STRAP (2) 709754 WESCO TURF INC G5270 FRONT WHEEL HUB, CALIPER 709754 WESCO TURF INC G4880 SPANNER TUBES, AND ROLLE 709361 WESCO TURF INC G4006 IDLER PULLEY 709361 WESCO TURF INC G3648 REAR ROLLER ASM, MOUNT R 709361 WESCO TURF INC G4734 ACCELERATOR PEDAL 709361 WESCO TURF INC G3648 STANDARD CONTROL MODULE 709361 WESCO TURF INC G4234 IDLER ARM, PITMAN ARM ET 709361 WESCO TURF INC G4234 ASM SEAT (2) AND REAR FE 709291 WESCO TURF INC G5270 BRAKE PAD SET, CALIPERS 709291 WESCO TURF INC G5268 SEAT BELT BUCKLE 709148 WESCO TURF INC G4234 SHIFT ASM, LOWER SHIFT B 709148 WESCO TURF INC G4234 SPINDLE NUT, BEARING ETC 709148 WESCO TURF INC G5272 CABLE FNR 2PASS CLUB (2) 709068 WESCO TURF INC G5264 DIESEL EXHAUST PIPE AND 709068 WESCO TURF INC G4163 RADIATOR 708862 WESCO TURF INC G4733 INDICATOR LIGHT (2) 709068 WESCO TURF INC G5268 LOWER BUSHING/SLEEVE ETC 708953 WESCO TURF INC G4667 STEERING SHAFT ASM 708953 WESCO TURF INC G5264 EXHAUST PIPE, SPRING EXH 708862 WESCO TURF INC G4760 HALFSHAFTS, PROPSHAFT, R 708691 WESCO TURF INC G5270 TIRE ALL TERRAIN (6) 708691 WESCO TURF INC G5265 FRONT INBOARD BOOT KIT ( 708691 WESCO TURF INC G4733 BRAKE CALIPER ASM RH 708691 WESCO TURF INC G5263 EXHAUST PIPE AND GASKET 708691 WESCO TURF INC G5263 TWIN RADIATOR ISOLATOR ( 708691 WESCO TURF INC G4348 GRAY BENCH BACK SEAT 708691 WESCO TURF INC G5162 TIRE (4) 708691 WESCO TURF INC G5052 EXHAUST TUBE 708862 WESCO TURF INC G4006 V-BELTS, BALL BEARINGS E 708862 WESCO TURF INC G4733 INDICATOR LIGHTS AND SWI 708408 WESCO TURF INC CM 10.01.23-09.30.24: FLEET I 708260 WESCO TURF INC G5055 GROMMET (2), NO-STEP DEC 708260 WESCO TURF INC G5263 THROTTLE CABLE AND RIGHT 708260 WESCO TURF INC G4348 DIESEL FUEL ASM CAP (2) 708260 WESCO TURF INC G3647 NORMALLY CLOSED SWITCH 708260 WESCO TURF INC G5055 ROLLER AND ROLLER SHAFT 708260 WESCO TURF INC G4733 BANJO WASHER (4), RIGHT 708333 WESCO TURF INC G5263 LOWER BUSHING, LOWER SLE 708333 WESCO TURF INC G5263 SPRING EXHAUST (4), AWD 708333 WESCO TURF INC G5263 FRONT PROPSHAFT 708333 WESCO TURF INC G5263 ROTOR DISCBRAKE (4), BRA 708333 WESCO TURF INC G5263 FRONT BOOT KIT (2), INBO 708333 WESCO TURF INC G5055 COVER-DECK, LH, DECAL-NO 708408 WESCO TURF INC G5265 FRONT BOOT KIT (2), TWIN 708408 WESCO TURF INC G5265 ROTOR DISCBRAKE (4) 708408 WESCO TURF INC G4348 LATCH KEEPER 708087 WESCO TURF INC G5068 OIL FILTER CAP (2) 708087 WESCO TURF INC G4006 CABLE ASM 708087 WESCO TURF INC G5163 TIRE (4) 708087 WESCO TURF INC G3855 LYNCH PIN (4) CLEVIS PIN 708087 WESCO TURF INC G5054 GASKET (3) AND HEAT SEAL 708087 WESCO TURF INC G4883 CONTROL LEVER (2) 708087 WESCO TURF INC G4885 WHEEL ASM 708087 WESCO TURF INC G4348 12V DIESEL KEYSWITCH 708087 WESCO TURF INC G4885 WHEEL ASM (3) 708087 WESCO TURF INC G4883 THROTTLE CABLE 708087 WESCO TURF INC G5052 RADIATOR AND RADIATOR SC 708087 WESCO TURF INC G4883 THROTTLE CABLE, BLADE BO 708087 WESCO TURF INC G4886 STEERING VALVE ASM AND B 708087 WESCO TURF INC G4886 STEERING VALVE ASM, BALL 708087 WESCO TURF INC G4885 WHEEL ASM 708087 WESCO TURF INC G3892 WHEEL (12X10.50, BLACK) 708087 WESCO TURF INC G4886 BEDKNIFE, BEDKNIFE SCREW 714964 WESTHEFFER COMPANY G4330 12" LID AND RING 714964 WESTHEFFER COMPANY G4330 8" TANK LID AND 8" LID R 714964 WESTHEFFER COMPANY G5120 COMPLETE KIT, GAUGE AND 714964 WESTHEFFER COMPANY G5120 REPAIR KIT (2) 714634 WIZARD SAFE & LOCK INC G4304 2 KEYS 714634 WIZARD SAFE & LOCK INC G5385 4 PADLOCK KEYS 712712 WIZARD SAFE & LOCK INC G4951 REKEY FORD IGNITION KEY 712177 WIZARD SAFE & LOCK INC G4923 3 KEYS MADE FROM BROKEN 714965 XYLEM DEWATERING SOLUTIONS INC G4341 JCB PRIMEGUARD HARNESS 715057 XYLEM DEWATERING SOLUTIONS INC G5175 FT4 UNIT HEAD 717285 ZIMMERMAN INDUSTRIES INC G4694 IDLER SPROCKET (4) 0 ZIMMERMAN INDUSTRIES INC G4694 #50 SPROCKET 717120 ZIMMERMAN INDUSTRIES INC G4694 SPROCKET, DRIVE TRAIN JA 715058 ZIMMERMAN INDUSTRIES INC G4694 PRESSURE WASHER, BUSHING 714967 ZIMMERMAN INDUSTRIES INC G4694 PSI GAUGE, SEAL KITS ETC 711403 ZIMMERMAN INDUSTRIES INC G4694 12" AUGER, RUBBER SWING ORG OBJECT DESCRIPTIONYEAR EFF DATE POST DATE PO/REF2 REFERENCE AMOUNT 5666611 550600 Vehicle Parts 2025 07/25/2025 139.45 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 80.89 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902204 9289 566.48 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 463.90 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 186.16 5666611 550600 Vehicle Parts 2025 11/18/2024 11/26/2024 902204 6768 711.60 5666611 550600 Vehicle Parts 2025 11/07/2024 11/08/2024 902204 6559 1,038.21 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 228.70 5666611 550600 Vehicle Parts 2025 05/05/2025 05/08/2025 902204 346 9.21 5666611 550600 Vehicle Parts 2025 05/05/2025 05/08/2025 902204 346 352.26 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 917.58 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 68.34 5666611 550600 Vehicle Parts 2025 04/10/2025 04/11/2025 902204 9851 109.48 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 272.88 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 53.32 5666611 550600 Vehicle Parts 2025 01/21/2025 01/23/2025 902204 8082 93.70 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 22.20 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 413.39 5666611 550600 Vehicle Parts 2025 11/01/2024 11/05/2024 902204 6446 328.60 5666611 550600 Vehicle Parts 2025 10/23/2024 11/01/2024 902204 6188 328.60 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 14.87 5666611 550600 Vehicle Parts 2025 07/31/2025 07/22/2025 902204 2006 50.36 5666611 550600 Vehicle Parts 2025 07/31/2025 07/22/2025 902204 2005 87.47 5666611 550600 Vehicle Parts 2025 07/31/2025 07/22/2025 902204 2005 149.95 5666611 550600 Vehicle Parts 2025 07/31/2025 07/22/2025 902204 2005 21.00 5666611 550600 Vehicle Parts 2025 07/31/2025 07/22/2025 902204 2005 150.00 5666611 550600 Vehicle Parts 2025 07/31/2025 07/22/2025 902204 2005 23.77 5666611 550600 Vehicle Parts 2025 07/31/2025 07/22/2025 902204 2005 46.99 5666611 550600 Vehicle Parts 2025 07/31/2025 07/22/2025 902204 2005 69.99 5666611 550600 Vehicle Parts 2025 07/31/2025 07/22/2025 902204 2005 19.90 5666611 550600 Vehicle Parts 2025 07/31/2025 PCARD 7.99 5666611 550600 Vehicle Parts 2025 07/31/2025 PCARD 24.95 5666611 550600 Vehicle Parts 2025 07/31/2025 PCARD 57.44 5666611 550600 Vehicle Parts 2025 07/31/2025 PCARD 22.99 5666611 550600 Vehicle Parts 2025 07/31/2025 PCARD 33.27 5666611 550600 Vehicle Parts 2025 07/31/2025 PCARD 24.95 5666611 550600 Vehicle Parts 2025 07/31/2025 PCARD 43.96 5666611 550600 Vehicle Parts 2025 07/31/2025 PCARD 9.99 5666611 550600 Vehicle Parts 2025 06/30/2025 07/14/2025 902204 1767 225.39 5666611 550600 Vehicle Parts 2025 06/30/2025 07/14/2025 902204 1768 91.18 5666611 550600 Vehicle Parts 2025 06/30/2025 07/14/2025 902204 1768 66.28 5666611 550600 Vehicle Parts 2025 06/30/2025 07/14/2025 902204 1768 8.89 5666611 550600 Vehicle Parts 2025 06/30/2025 07/14/2025 902204 1768 10.99 5666611 550600 Vehicle Parts 2025 06/30/2025 07/14/2025 902204 1768 32.34 5666611 550600 Vehicle Parts 2025 06/30/2025 07/14/2025 902204 1768 84.99 5666611 550600 Vehicle Parts 2025 06/30/2025 07/07/2025 902204 1616 70.02 5666611 550600 Vehicle Parts 2025 06/30/2025 07/07/2025 902204 1616 11.50 5666611 550600 Vehicle Parts 2025 06/30/2025 07/07/2025 902204 1616 78.39 5666611 550600 Vehicle Parts 2025 06/30/2025 07/02/2025 902204 1555 12.71 5666611 550600 Vehicle Parts 2025 06/30/2025 07/02/2025 902204 1555 12.71 5666611 550600 Vehicle Parts 2025 06/30/2025 07/02/2025 902204 1554 38.77 5666611 550600 Vehicle Parts 2025 06/30/2025 07/02/2025 902204 1554 34.97 5666611 550600 Vehicle Parts 2025 06/30/2025 07/02/2025 902204 1553 103.95 5666611 550600 Vehicle Parts 2025 06/30/2025 06/25/2025 902204 1429 44.37 5666611 550600 Vehicle Parts 2025 06/30/2025 06/25/2025 902204 1429 12.97 5666611 550600 Vehicle Parts 2025 06/30/2025 06/25/2025 902204 1429 6.99 5666611 550600 Vehicle Parts 2025 06/30/2025 06/25/2025 902204 1429 3.99 5666611 550600 Vehicle Parts 2025 06/30/2025 06/25/2025 902204 1429 68.95 5666611 550600 Vehicle Parts 2025 05/31/2025 06/13/2025 902204 1148 35.45 5666611 550600 Vehicle Parts 2025 05/31/2025 06/13/2025 902204 1149 -57.81 5666611 550600 Vehicle Parts 2025 05/31/2025 06/13/2025 902204 1149 57.81 5666611 550600 Vehicle Parts 2025 05/31/2025 06/09/2025 902204 1082 47.45 5666611 550600 Vehicle Parts 2025 05/31/2025 06/09/2025 902204 1082 14.86 5666611 550600 Vehicle Parts 2025 05/31/2025 06/09/2025 902204 1082 79.95 5666611 550600 Vehicle Parts 2025 05/31/2025 06/09/2025 902204 1082 40.67 5666611 550600 Vehicle Parts 2025 05/31/2025 06/09/2025 902204 1088 13.99 5666611 550600 Vehicle Parts 2025 05/31/2025 06/09/2025 902204 1088 59.00 5666611 550600 Vehicle Parts 2025 05/31/2025 06/09/2025 902204 1088 56.98 5666611 550600 Vehicle Parts 2025 05/31/2025 06/09/2025 902204 1088 106.48 5666611 550600 Vehicle Parts 2025 05/31/2025 06/09/2025 902204 1088 387.16 5666611 550600 Vehicle Parts 2025 05/31/2025 06/05/2025 902204 1013 70.02 5666611 550600 Vehicle Parts 2025 05/31/2025 06/05/2025 902204 1013 26.61 5666611 550600 Vehicle Parts 2025 05/31/2025 06/05/2025 902204 1011 14.96 5666611 550600 Vehicle Parts 2025 05/31/2025 06/05/2025 902204 1011 20.97 5666611 550600 Vehicle Parts 2025 05/31/2025 05/28/2025 902204 805 429.90 5666611 550600 Vehicle Parts 2025 05/31/2025 05/28/2025 902204 807 40.67 5666611 550600 Vehicle Parts 2025 05/31/2025 05/28/2025 902204 808 58.69 5666611 550600 Vehicle Parts 2025 05/31/2025 05/28/2025 902204 808 33.97 5666611 550600 Vehicle Parts 2025 05/31/2025 05/28/2025 902204 808 166.36 5666611 550600 Vehicle Parts 2025 04/30/2025 05/06/2025 902204 364 17.99 5666611 550600 Vehicle Parts 2025 04/30/2025 05/06/2025 902204 364 371.31 5666611 550600 Vehicle Parts 2025 04/30/2025 05/06/2025 902204 364 182.98 5666611 550600 Vehicle Parts 2025 04/30/2025 05/06/2025 902204 364 87.97 5666611 550600 Vehicle Parts 2025 04/30/2025 05/06/2025 902204 364 106.01 5666611 550600 Vehicle Parts 2025 04/30/2025 05/05/2025 902204 314 87.90 5666611 550600 Vehicle Parts 2025 04/30/2025 05/05/2025 902204 313 37.60 5666611 550600 Vehicle Parts 2025 04/30/2025 04/28/2025 902204 179 80.00 5666611 550600 Vehicle Parts 2025 04/30/2025 04/28/2025 902204 179 143.55 5666611 550600 Vehicle Parts 2025 04/30/2025 04/28/2025 902204 179 49.50 5666611 550600 Vehicle Parts 2025 04/30/2025 04/28/2025 902204 179 242.99 5666611 550600 Vehicle Parts 2025 04/30/2025 04/28/2025 902204 179 49.20 5666611 550600 Vehicle Parts 2025 04/30/2025 04/28/2025 902204 179 73.16 5666611 550600 Vehicle Parts 2025 04/30/2025 04/28/2025 902204 179 299.95 5666611 550600 Vehicle Parts 2025 04/30/2025 04/22/2025 902204 71 25.99 5666611 550600 Vehicle Parts 2025 04/30/2025 04/21/2025 902204 37 91.16 5666611 550600 Vehicle Parts 2025 04/30/2025 04/21/2025 902204 37 19.95 5666611 550600 Vehicle Parts 2025 04/30/2025 04/21/2025 902204 39 53.80 5666611 550600 Vehicle Parts 2025 04/30/2025 04/21/2025 902204 39 11.27 5666611 550600 Vehicle Parts 2025 04/30/2025 04/21/2025 902204 39 70.99 5666611 550600 Vehicle Parts 2025 04/30/2025 04/21/2025 902204 39 13.99 5666611 550600 Vehicle Parts 2025 04/30/2025 04/21/2025 902204 40 11.27 5666611 550600 Vehicle Parts 2025 03/31/2025 04/07/2025 902204 9723 35.98 5666611 550600 Vehicle Parts 2025 03/31/2025 04/07/2025 902204 9723 86.95 5666611 550600 Vehicle Parts 2025 03/31/2025 04/07/2025 902204 9723 28.99 5666611 550600 Vehicle Parts 2025 03/31/2025 04/07/2025 902204 9727 59.97 5666611 550600 Vehicle Parts 2025 03/31/2025 04/07/2025 902204 9727 50.98 5666611 550600 Vehicle Parts 2025 03/31/2025 04/07/2025 902204 9727 245.99 5666611 550600 Vehicle Parts 2025 03/31/2025 04/07/2025 902204 9728 89.10 5666611 550600 Vehicle Parts 2025 03/31/2025 04/02/2025 902204 9649 11.00 5666611 550600 Vehicle Parts 2025 03/31/2025 04/02/2025 902204 9649 139.41 5666611 550600 Vehicle Parts 2025 03/31/2025 04/02/2025 902204 9649 309.49 5666611 550600 Vehicle Parts 2025 03/31/2025 04/02/2025 902204 9649 309.49 5666611 550600 Vehicle Parts 2025 03/31/2025 04/02/2025 902204 9649 309.49 5666611 550600 Vehicle Parts 2025 03/31/2025 04/02/2025 902204 9645 34.99 5666611 550600 Vehicle Parts 2025 03/31/2025 04/02/2025 902204 9645 49.95 5666611 550600 Vehicle Parts 2025 03/31/2025 04/02/2025 902204 9645 26.49 5666611 550600 Vehicle Parts 2025 03/31/2025 04/02/2025 902204 9644 19.91 5666611 550600 Vehicle Parts 2025 03/31/2025 04/02/2025 902204 9644 62.73 5666611 550600 Vehicle Parts 2025 03/31/2025 04/02/2025 902204 9644 59.99 5666611 550600 Vehicle Parts 2025 03/31/2025 03/24/2025 902204 9423 14.86 5666611 550600 Vehicle Parts 2025 03/31/2025 03/24/2025 9423 250.40 5666611 550600 Vehicle Parts 2025 03/31/2025 03/24/2025 902204 9423 22.99 5666611 550600 Vehicle Parts 2025 03/31/2025 03/24/2025 902204 9423 47.50 5666611 550600 Vehicle Parts 2025 03/31/2025 03/24/2025 902204 9423 70.53 5666611 550600 Vehicle Parts 2025 03/31/2025 03/24/2025 902204 9423 46.55 5666611 550600 Vehicle Parts 2025 03/31/2025 03/24/2025 902204 9423 40.99 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9419 49.00 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9419 14.97 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9418 68.38 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9418 7.36 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9417 108.81 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9417 203.85 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9417 47.18 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9417 15.95 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9417 39.99 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9417 23.99 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9417 25.28 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9416 157.00 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9415 169.98 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9415 95.94 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9415 21.99 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9415 60.81 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9415 46.99 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9415 39.95 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9415 35.90 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9414 23.49 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9414 199.90 5666611 550600 Vehicle Parts 2025 01/31/2025 02/12/2025 902204 8616 32.39 5666611 550600 Vehicle Parts 2025 01/31/2025 02/03/2025 902204 8369 44.24 5666611 550600 Vehicle Parts 2025 01/31/2025 01/30/2025 902204 8287 265.00 5666611 550600 Vehicle Parts 2025 01/31/2025 01/30/2025 902204 8287 16.87 5666611 550600 Vehicle Parts 2025 01/31/2025 01/30/2025 902204 8288 298.50 5666611 550600 Vehicle Parts 2025 01/31/2025 01/30/2025 902204 8289 34.96 5666611 550600 Vehicle Parts 2025 01/31/2025 01/30/2025 902204 8289 25.19 5666611 550600 Vehicle Parts 2025 01/31/2025 01/30/2025 902204 8289 63.93 5666611 550600 Vehicle Parts 2025 01/31/2025 01/30/2025 902204 8289 26.28 5666611 550600 Vehicle Parts 2025 01/31/2025 01/30/2025 902204 8289 16.69 5666611 550600 Vehicle Parts 2025 01/31/2025 01/30/2025 902204 8289 25.75 5666611 550600 Vehicle Parts 2025 01/31/2025 01/30/2025 902204 8289 47.97 5666611 550600 Vehicle Parts 2025 01/31/2025 01/14/2025 902204 7930 94.99 5666611 550600 Vehicle Parts 2025 01/31/2025 01/14/2025 902204 7930 298.50 5666611 550600 Vehicle Parts 2025 01/31/2025 01/14/2025 902204 7929 34.64 5666611 550600 Vehicle Parts 2025 01/31/2025 01/14/2025 902204 7929 158.00 5666611 550600 Vehicle Parts 2025 01/31/2025 01/14/2025 902204 7928 94.25 5666611 550600 Vehicle Parts 2025 01/31/2025 01/14/2025 902204 7928 19.99 5666611 550600 Vehicle Parts 2025 12/31/2024 01/23/2025 902204 8143 64.50 5666611 550600 Vehicle Parts 2025 12/31/2024 01/23/2025 902204 8143 23.99 5666611 550600 Vehicle Parts 2025 12/31/2024 01/23/2025 902204 8144 25.38 5666611 550600 Vehicle Parts 2025 12/31/2024 01/06/2025 902204 7725 39.95 5666611 550600 Vehicle Parts 2025 12/31/2024 01/06/2025 902204 7725 39.95 5666611 550600 Vehicle Parts 2025 12/31/2024 12/30/2024 902204 7633 193.57 5666611 550600 Vehicle Parts 2025 12/31/2024 12/30/2024 902204 7633 38.77 5666611 550600 Vehicle Parts 2025 12/31/2024 12/30/2024 902204 7633 258.72 5666611 550600 Vehicle Parts 2025 12/31/2024 12/30/2024 902204 7633 77.71 5666611 550600 Vehicle Parts 2025 12/31/2024 12/30/2024 902204 7633 18.99 5666611 550600 Vehicle Parts 2025 12/31/2024 12/26/2024 902204 7567 68.22 5666611 550600 Vehicle Parts 2025 12/31/2024 12/26/2024 902204 7566 30.54 5666611 550600 Vehicle Parts 2025 12/31/2024 12/26/2024 902204 7566 17.67 5666611 550600 Vehicle Parts 2025 12/31/2024 12/26/2024 902204 7566 17.90 5666611 550600 Vehicle Parts 2025 12/31/2024 12/26/2024 902204 7565 58.41 5666611 550600 Vehicle Parts 2025 12/31/2024 12/26/2024 902204 7565 19.99 5666611 550600 Vehicle Parts 2025 12/31/2024 12/26/2024 902204 7565 79.93 5666611 550600 Vehicle Parts 2025 12/31/2024 12/26/2024 902204 7565 15.89 5666611 550600 Vehicle Parts 2025 12/31/2024 12/26/2024 902204 7565 33.98 5666611 550600 Vehicle Parts 2025 12/31/2024 12/26/2024 902204 7564 35.59 5666611 550600 Vehicle Parts 2025 12/31/2024 12/26/2024 902204 7564 989.76 5666611 550600 Vehicle Parts 2025 12/31/2024 12/26/2024 902204 7564 14.97 5666611 550600 Vehicle Parts 2025 11/30/2024 12/10/2024 902204 7316 9.99 5666611 550600 Vehicle Parts 2025 11/30/2024 12/10/2024 902204 7316 23.95 5666611 550600 Vehicle Parts 2025 11/30/2024 12/10/2024 902204 7316 47.90 5666611 550600 Vehicle Parts 2025 11/30/2024 12/09/2024 902204 7262 99.50 5666611 550600 Vehicle Parts 2025 11/30/2024 12/09/2024 902204 7262 29.00 5666611 550600 Vehicle Parts 2025 11/30/2024 12/09/2024 902204 7262 37.56 5666611 550600 Vehicle Parts 2025 11/30/2024 12/09/2024 902204 7262 127.59 5666611 550600 Vehicle Parts 2025 11/30/2024 12/09/2024 902204 7262 5.99 5666611 550600 Vehicle Parts 2025 11/30/2024 12/02/2024 902204 7076 15.99 5666611 550600 Vehicle Parts 2025 11/30/2024 12/02/2024 902204 7074 15.11 5666611 550600 Vehicle Parts 2025 11/30/2024 12/02/2024 902204 7074 209.60 5666611 550600 Vehicle Parts 2025 11/30/2024 12/02/2024 902204 7073 45.00 5666611 550600 Vehicle Parts 2025 11/30/2024 12/02/2024 902204 7073 119.96 5666611 550600 Vehicle Parts 2025 11/30/2024 12/02/2024 902204 7072 133.76 5666611 550600 Vehicle Parts 2025 11/30/2024 12/02/2024 902204 7077 49.27 5666611 550600 Vehicle Parts 2025 10/31/2024 11/08/2024 902204 6589 23.67 5666611 550600 Vehicle Parts 2025 10/31/2024 11/08/2024 902204 6589 925.00 5666611 550600 Vehicle Parts 2025 10/31/2024 11/08/2024 902204 6589 203.90 5666611 550600 Vehicle Parts 2025 10/31/2024 11/01/2024 902204 6432 89.28 5666611 550600 Vehicle Parts 2025 10/31/2024 11/01/2024 902204 6432 20.85 5666611 550600 Vehicle Parts 2025 10/31/2024 11/01/2024 902204 6432 63.20 5666611 550600 Vehicle Parts 2025 10/31/2024 11/01/2024 902204 6433 23.79 5666611 550600 Vehicle Parts 2025 10/31/2024 11/01/2024 902204 6435 47.90 5666611 550600 Vehicle Parts 2025 10/31/2024 11/01/2024 902204 6435 20.97 5666611 550600 Vehicle Parts 2025 10/31/2024 11/01/2024 902204 6436 17.14 5666611 550600 Vehicle Parts 2025 05/31/2025 06/05/2025 902204 1013 1,500.00 5666611 550600 Vehicle Parts 2025 11/30/2024 12/02/2024 902204 7074 219.00 5666611 550600 Vehicle Parts 2025 07/14/2025 07/14/2025 902204 CRED MEMO -540.96 5666611 550600 Vehicle Parts 2025 07/10/2025 07/11/2025 902204 1723 540.96 5666611 550600 Vehicle Parts 2025 07/10/2025 07/11/2025 902204 1723 264.78 5666611 550600 Vehicle Parts 2025 06/25/2025 06/25/2025 902204 1438 1,678.70 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 281.76 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 569.28 5666611 550600 Vehicle Parts 2025 11/22/2024 11/27/2024 902204 6924 9,076.82 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9414 359.00 5666611 550600 Vehicle Parts 2025 12/31/2024 01/23/2025 902204 8143 359.00 5666611 550600 Vehicle Parts 2025 06/10/2025 06/11/2025 902204 1091 38.25 5666611 550600 Vehicle Parts 2025 06/25/2025 07/16/2025 902204 1438 520.55 5666611 550600 Vehicle Parts 2025 06/17/2025 07/07/2025 902204 1262 467.66 5666611 550600 Vehicle Parts 2025 12/13/2024 12/30/2024 902204 7341 530.96 5666611 550600 Vehicle Parts 2025 07/17/2025 07/18/2025 902204 1885 976.28 5666611 550600 Vehicle Parts 2025 07/17/2025 07/18/2025 902204 1885 426.84 5666611 550600 Vehicle Parts 2025 03/04/2025 03/07/2025 902204 9018 2,759.56 5666611 550600 Vehicle Parts 2025 07/08/2025 07/11/2025 902204 1645 55.00 5666611 550600 Vehicle Parts 2025 06/27/2025 07/11/2025 902204 1482 147.00 5666611 550600 Vehicle Parts 2025 06/25/2025 06/27/2025 902204 1438 62.50 5666611 550600 Vehicle Parts 2025 06/25/2025 06/27/2025 902204 1438 580.00 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 333.00 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 314.00 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 558.00 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 299.00 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 1,605.00 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 55.00 5666611 550600 Vehicle Parts 2025 03/13/2025 03/14/2025 902204 9221 1,280.00 5666611 550600 Vehicle Parts 2025 02/27/2025 03/06/2025 902204 8915 55.00 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 529.00 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 285.00 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 378.00 5666611 550600 Vehicle Parts 2025 01/27/2025 01/30/2025 902204 8227 285.00 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 142.55 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 1,035.00 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 1,020.00 5666611 550600 Vehicle Parts 2025 12/02/2024 12/03/2024 902204 7081 1,020.00 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6968 150.00 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6968 813.00 5666611 550600 Vehicle Parts 2025 11/18/2024 11/27/2024 902204 6768 210.00 5666611 550600 Vehicle Parts 2025 11/18/2024 11/27/2024 902204 6768 225.00 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 320.00 5666611 550600 Vehicle Parts 2025 11/07/2024 11/08/2024 902204 6559 20.00 5666611 550600 Vehicle Parts 2025 11/07/2024 11/08/2024 902204 6559 824.00 5666611 550600 Vehicle Parts 2025 10/23/2024 11/01/2024 902204 6188 538.00 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 218.00 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 901828 1125 1,593.71 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 901828 1125 780.93 5666611 550600 Vehicle Parts 2025 03/31/2025 04/02/2025 902204 9648 920.89 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902204 9289 371.18 5666611 550600 Vehicle Parts 2025 01/16/2025 01/23/2025 902204 8029 47.44 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 409.31 5666611 550600 Vehicle Parts 2025 03/12/2025 03/14/2025 902204 9180 62.19 5666611 550600 Vehicle Parts 2025 07/31/2025 07/22/2025 902204 2005 2,344.17 5666611 550600 Vehicle Parts 2025 03/31/2025 04/07/2025 902204 9727 2,476.02 5666611 550600 Vehicle Parts 2025 03/31/2025 04/02/2025 902204 9648 2,394.00 5666611 550600 Vehicle Parts 2025 01/31/2025 01/30/2025 902204 8287 2,275.17 5666611 550600 Vehicle Parts 2025 11/30/2024 12/02/2024 902204 7073 2,334.00 5666611 550600 Vehicle Parts 2025 07/21/2025 07/22/2025 902204 1966 140.99 5666611 550600 Vehicle Parts 2025 07/21/2025 07/22/2025 902204 1966 17.96 5666611 550600 Vehicle Parts 2025 07/08/2025 07/11/2025 902204 1645 832.92 5666611 550600 Vehicle Parts 2025 07/08/2025 07/11/2025 902204 1645 832.92 5666611 550600 Vehicle Parts 2025 06/10/2025 06/11/2025 902204 1091 2,025.61 5666611 550600 Vehicle Parts 2025 06/10/2025 06/11/2025 902204 1091 125.96 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 2,590.98 5666611 550600 Vehicle Parts 2025 05/02/2025 05/09/2025 902204 277 215.88 5666611 550600 Vehicle Parts 2025 05/02/2025 05/09/2025 902204 277 262.69 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 94.47 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 469.70 5666611 550600 Vehicle Parts 2025 03/25/2025 03/27/2025 902204 9440 424.64 5666611 550600 Vehicle Parts 2025 03/25/2025 03/27/2025 902204 9440 868.40 5666611 550600 Vehicle Parts 2025 02/27/2025 03/06/2025 902204 8915 1,029.42 5666611 550600 Vehicle Parts 2025 12/20/2024 12/30/2024 902204 7539 365.42 5666611 550600 Vehicle Parts 2025 12/12/2024 12/17/2024 902204 7323 584.99 5666611 550600 Vehicle Parts 2025 12/02/2024 12/03/2024 902204 7081 747.82 5666611 550600 Vehicle Parts 2025 11/07/2024 11/08/2024 902204 6559 178.48 5666611 550600 Vehicle Parts 2025 11/07/2024 11/08/2024 902204 6559 1,349.59 5666611 550600 Vehicle Parts 2025 11/07/2024 11/08/2024 902204 6559 1,727.63 5666611 550600 Vehicle Parts 2025 10/28/2024 11/01/2024 902204 6329 350.05 5666611 550600 Vehicle Parts 2025 10/28/2024 11/01/2024 902204 6329 650.93 5666611 550600 Vehicle Parts 2025 10/28/2024 11/01/2024 902204 6329 1,089.49 5666611 550600 Vehicle Parts 2025 10/28/2024 11/01/2024 902204 6329 2,027.22 5666611 550600 Vehicle Parts 2025 10/28/2024 11/01/2024 902204 6329 195.49 5666611 550600 Vehicle Parts 2025 06/27/2025 06/27/2025 902204 CRED MEMO -75.00 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 870.00 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 772.50 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 489.00 5666611 550600 Vehicle Parts 2025 05/05/2025 05/08/2025 902204 346 128.25 5666611 550600 Vehicle Parts 2025 05/07/2025 05/07/2025 902204 CRED MEMO -741.75 5666611 550600 Vehicle Parts 2025 05/07/2025 05/07/2025 902204 CRED MEMO -200.00 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 1,783.30 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 927.00 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 741.75 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 88.50 5666611 550600 Vehicle Parts 2025 04/08/2025 04/09/2025 902204 9770 216.00 5666611 550600 Vehicle Parts 2025 03/27/2025 03/27/2025 902204 CRED MEMO -112.50 5666611 550600 Vehicle Parts 2025 03/27/2025 03/27/2025 902204 CRED MEMO -232.50 5666611 550600 Vehicle Parts 2025 03/27/2025 03/27/2025 902204 CRED MEMO -120.00 5666611 550600 Vehicle Parts 2025 03/25/2025 03/27/2025 902204 9440 873.75 5666611 550600 Vehicle Parts 2025 03/25/2025 03/27/2025 902204 9440 1,305.00 5666611 550600 Vehicle Parts 2025 02/27/2025 03/05/2025 902204 8915 436.50 5666611 550600 Vehicle Parts 2025 01/16/2025 01/24/2025 902204 8029 1,953.75 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 749.89 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 459.66 5666611 550600 Vehicle Parts 2025 05/05/2025 05/08/2025 902204 346 514.99 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 136.37 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 429.59 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 279.56 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 225.68 5666611 550600 Vehicle Parts 2025 07/21/2025 07/22/2025 902204 1966 115.52 5666611 550600 Vehicle Parts 2025 07/14/2025 07/16/2025 902204 1769 140.46 5666611 550600 Vehicle Parts 2025 07/14/2025 07/16/2025 902204 1769 62.67 5666611 550600 Vehicle Parts 2025 07/14/2025 07/16/2025 902204 1769 12.48 5666611 550600 Vehicle Parts 2025 07/08/2025 07/10/2025 902204 1645 286.38 5666611 550600 Vehicle Parts 2025 07/08/2025 07/10/2025 902204 1645 286.38 5666611 550600 Vehicle Parts 2025 07/08/2025 07/10/2025 902204 1645 52.50 5666611 550600 Vehicle Parts 2025 07/25/2025 62.67 5666611 550600 Vehicle Parts 2025 06/27/2025 07/07/2025 902204 1482 80.90 5666611 550600 Vehicle Parts 2025 06/25/2025 06/26/2025 902204 1438 159.90 5666611 550600 Vehicle Parts 2025 06/10/2025 06/11/2025 902204 1091 429.86 5666611 550600 Vehicle Parts 2025 06/10/2025 06/11/2025 902204 1091 63.00 5666611 550600 Vehicle Parts 2025 06/10/2025 06/11/2025 902204 1091 163.20 5666611 550600 Vehicle Parts 2025 06/10/2025 06/11/2025 902204 1091 27.63 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 80.90 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 140.60 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 339.51 5666611 550600 Vehicle Parts 2025 05/21/2025 06/02/2025 902204 686 47.53 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 149.70 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 85.72 5666611 550600 Vehicle Parts 2025 05/05/2025 05/08/2025 902204 346 147.26 5666611 550600 Vehicle Parts 2025 05/05/2025 05/08/2025 902204 346 1,117.97 5666611 550600 Vehicle Parts 2025 05/02/2025 05/06/2025 902204 277 266.21 5666611 550600 Vehicle Parts 2025 05/02/2025 05/06/2025 902204 277 63.00 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 5.94 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 80.00 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 1,109.78 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 5.53 5666611 550600 Vehicle Parts 2025 04/21/2025 04/21/2025 902204 CRED MEMO -136.76 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 43.76 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 235.58 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 187.53 5666611 550600 Vehicle Parts 2025 03/25/2025 03/27/2025 902204 9440 763.35 5666611 550600 Vehicle Parts 2025 03/25/2025 03/27/2025 902204 9440 47.13 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 149.70 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 15.07 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 859.38 5666611 550600 Vehicle Parts 2025 03/12/2025 03/14/2025 902204 9180 39.78 5666611 550600 Vehicle Parts 2025 02/27/2025 03/05/2025 902204 8915 106.12 5666611 550600 Vehicle Parts 2025 02/27/2025 03/05/2025 902204 8915 74.85 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 106.87 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 331.71 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 31.20 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 122.35 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 227.22 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 100.47 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 297.11 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 1,216.37 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 50.56 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 41.51 5666611 550600 Vehicle Parts 2025 01/24/2025 01/24/2025 902204 CRED MEMO -50.00 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 131.54 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 319.25 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 149.70 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 35.16 5666611 550600 Vehicle Parts 2025 12/20/2024 12/30/2024 902204 7539 82.28 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 479.81 5666611 550600 Vehicle Parts 2025 12/12/2024 12/16/2024 902204 7323 128.96 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 10.77 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 108.32 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 17.14 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 263.56 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 153.90 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 256.77 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 76.85 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 256.77 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9419 383.90 5666611 550600 Vehicle Parts 2025 07/21/2025 07/22/2025 902204 1966 434.85 5666611 550600 Vehicle Parts 2025 07/10/2025 07/11/2025 902204 1723 579.80 5666611 550600 Vehicle Parts 2025 07/08/2025 07/11/2025 902204 1645 434.85 5666611 550600 Vehicle Parts 2025 06/25/2025 06/27/2025 902204 1438 724.75 5666611 550600 Vehicle Parts 2025 06/25/2025 06/27/2025 902204 1438 384.95 5666611 550600 Vehicle Parts 2025 06/10/2025 06/11/2025 902204 1091 351.85 5666611 550600 Vehicle Parts 2025 05/27/2025 06/03/2025 902204 798 61.95 5666611 550600 Vehicle Parts 2025 05/21/2025 06/03/2025 902204 686 434.85 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 434.85 5666611 550600 Vehicle Parts 2025 05/05/2025 05/09/2025 902204 346 496.80 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 1,076.60 5666611 550600 Vehicle Parts 2025 04/28/2025 04/28/2025 902204 173 384.95 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 434.85 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902204 9289 61.95 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902204 9289 739.90 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 384.95 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 384.95 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 61.95 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 1,946.30 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 897.00 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 289.90 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 359.95 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 579.80 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 384.95 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 144.95 5666611 550600 Vehicle Parts 2025 12/20/2024 12/30/2024 902204 7539 1,076.60 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 579.80 5666611 550600 Vehicle Parts 2025 12/05/2024 12/06/2024 902204 7187 349.95 5666611 550600 Vehicle Parts 2025 12/02/2024 12/03/2024 902204 7081 496.80 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 351.85 5666611 550600 Vehicle Parts 2025 11/01/2024 11/08/2024 902204 6446 1,138.55 5666611 550600 Vehicle Parts 2025 11/01/2024 11/08/2024 902204 6446 434.85 5666611 550600 Vehicle Parts 2025 10/28/2024 11/01/2024 902204 6329 389.95 5666611 550600 Vehicle Parts 2025 10/28/2024 11/01/2024 902204 6329 1,079.85 5666611 550600 Vehicle Parts 2025 10/28/2024 11/01/2024 902204 6329 1,111.60 5666611 550600 Vehicle Parts 2025 07/21/2025 07/22/2025 902204 1966 400.10 5666611 550600 Vehicle Parts 2025 07/21/2025 07/22/2025 902204 1966 43.11 5666611 550600 Vehicle Parts 2025 07/21/2025 07/22/2025 902204 1966 154.35 5666611 550600 Vehicle Parts 2025 07/17/2025 07/18/2025 902204 1885 116.41 5666611 550600 Vehicle Parts 2025 07/17/2025 07/18/2025 902204 1885 169.77 5666611 550600 Vehicle Parts 2025 07/17/2025 07/18/2025 902204 1885 25.87 5666611 550600 Vehicle Parts 2025 07/17/2025 07/18/2025 902204 1885 49.48 5666611 550600 Vehicle Parts 2025 07/25/2025 97.51 5666611 550600 Vehicle Parts 2025 06/27/2025 07/07/2025 902204 1482 44.84 5666611 550600 Vehicle Parts 2025 06/25/2025 06/27/2025 902204 1438 12.07 5666611 550600 Vehicle Parts 2025 06/25/2025 06/26/2025 902204 1438 240.19 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 47.52 5666611 550600 Vehicle Parts 2025 06/12/2025 06/13/2025 902204 CRED MEMO -75.00 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 35.93 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 250.65 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 486.15 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 418.52 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 73.40 5666611 550600 Vehicle Parts 2025 05/02/2025 05/07/2025 902204 277 278.92 5666611 550600 Vehicle Parts 2025 05/02/2025 05/07/2025 902204 277 1,707.96 5666611 550600 Vehicle Parts 2025 05/02/2025 05/07/2025 902204 277 98.96 5666611 550600 Vehicle Parts 2025 04/28/2025 04/28/2025 902204 173 1,610.34 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 115.48 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 335.01 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 218.82 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 192.00 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 150.56 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 619.02 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 710.70 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 91.87 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 278.40 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 47.12 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 66.48 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 553.44 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 273.46 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 60.34 5666611 550600 Vehicle Parts 2025 03/25/2025 03/27/2025 902204 9440 105.79 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 18.24 5666611 550600 Vehicle Parts 2025 02/27/2025 03/05/2025 902204 8915 118.94 5666611 550600 Vehicle Parts 2025 02/27/2025 03/05/2025 902204 8915 21.10 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 1,099.62 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 174.82 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 340.34 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 286.66 5666611 550600 Vehicle Parts 2025 02/10/2025 02/10/2025 902204 CRED MEMO -340.34 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 61.66 5666611 550600 Vehicle Parts 2025 01/27/2025 01/30/2025 902204 8227 114.10 5666611 550600 Vehicle Parts 2025 01/27/2025 01/30/2025 902204 8227 204.96 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 211.38 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 299.58 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 47.12 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 99.12 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 919.48 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 967.87 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 58.28 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 370.06 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 683.30 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 45.93 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 158.80 5666611 550600 Vehicle Parts 2025 12/02/2024 12/03/2024 902204 7081 45.14 5666611 550600 Vehicle Parts 2025 11/18/2024 11/26/2024 902204 6768 1,307.92 5666611 550600 Vehicle Parts 2025 11/01/2024 11/05/2024 902204 6446 610.62 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 179.80 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 1,563.28 5666611 550600 Vehicle Parts 2025 03/25/2025 03/27/2025 902204 9440 4,756.45 5666611 550600 Vehicle Parts 2025 02/28/2025 03/07/2025 902204 8946 131.02 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 1,560.73 5666611 550600 Vehicle Parts 2025 12/12/2024 12/17/2024 902204 7323 420.67 5666611 550600 Vehicle Parts 2025 12/12/2024 12/17/2024 902204 7323 80.74 5666611 550600 Vehicle Parts 2025 12/12/2024 12/17/2024 902204 7323 5,777.26 5666611 550600 Vehicle Parts 2025 12/05/2024 12/06/2024 902204 7187 1,561.37 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 84.05 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 214.53 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 156.47 5666611 550600 Vehicle Parts 2025 12/30/2024 12/31/2024 902204 7626 274.00 5666611 550600 Vehicle Parts 2025 07/21/2025 07/22/2025 902204 1966 13,813.85 5666611 550600 Vehicle Parts 2025 07/14/2025 07/16/2025 902204 1769 618.58 5666611 550600 Vehicle Parts 2025 06/12/2025 06/13/2025 902204 CRED MEMO -538.71 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 2,047.05 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 1,976.64 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 6,641.93 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 153.82 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 1,364.95 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 1,076.35 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 2,548.52 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 276.44 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 592.54 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902204 9289 977.12 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 200.39 5666611 550600 Vehicle Parts 2025 03/12/2025 03/14/2025 902204 9180 152.20 5666611 550600 Vehicle Parts 2025 02/27/2025 03/05/2025 902204 8915 2,967.28 5666611 550600 Vehicle Parts 2025 02/27/2025 03/05/2025 902204 8915 94.81 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 358.69 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 1,060.17 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 1,715.22 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 656.69 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 6,948.76 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 1,844.74 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 587.79 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 270.00 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 414.24 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 446.64 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 3,192.54 5666611 550600 Vehicle Parts 2025 12/12/2024 12/16/2024 902204 7323 785.59 5666611 550600 Vehicle Parts 2025 11/01/2024 11/05/2024 902204 6446 2,849.68 5666611 550600 Vehicle Parts 2025 11/01/2024 11/05/2024 902204 6446 7,860.28 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 40.02 5666611 550600 Vehicle Parts 2025 07/02/2025 07/11/2025 902332 1562 170.57 5666611 550600 Vehicle Parts 2025 05/02/2025 05/09/2025 902204 277 120.30 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 207.37 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 347.60 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 971.82 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 286.98 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 59.92 5666611 550600 Vehicle Parts 2025 01/21/2025 01/23/2025 902204 8082 488.92 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 161.79 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 444.64 5666611 550600 Vehicle Parts 2025 12/13/2024 12/17/2024 902204 7341 5.82 5666611 550600 Vehicle Parts 2025 12/13/2024 12/17/2024 902204 7341 50.96 5666611 550600 Vehicle Parts 2025 12/13/2024 12/17/2024 902204 7341 332.16 5666611 550600 Vehicle Parts 2025 12/13/2024 12/17/2024 902204 7341 1,642.67 5666611 550600 Vehicle Parts 2025 03/31/2025 04/02/2025 INV MOD -114.52 5666611 550600 Vehicle Parts 2025 03/28/2025 04/02/2025 INV MOD -60.61 5666611 550600 Vehicle Parts 2025 02/28/2025 03/06/2025 902203 8946 60.61 5666611 550600 Vehicle Parts 2025 01/27/2025 01/30/2025 902203 8227 114.52 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 216.44 5666611 550600 Vehicle Parts 2025 05/20/2025 05/21/2025 902204 CRED MEMO -14.90 5666611 550600 Vehicle Parts 2025 05/20/2025 05/21/2025 902204 CRED MEMO -155.00 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 169.90 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 509.90 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 1,319.24 5666611 550600 Vehicle Parts 2025 02/27/2025 03/06/2025 902204 8915 536.28 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 3,419.64 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 1,286.26 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 274.90 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 157.24 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 114.90 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 1,722.18 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 216.83 5666611 550600 Vehicle Parts 2025 10/28/2024 11/01/2024 902204 6329 293.58 5666611 550600 Vehicle Parts 2025 07/16/2025 07/17/2025 902204 1840 20,035.47 5666611 550600 Vehicle Parts 2025 06/17/2025 06/24/2025 902204 1262 27,792.66 5666611 550600 Vehicle Parts 2025 05/05/2025 05/09/2025 902204 346 25,098.54 5666611 550600 Vehicle Parts 2025 04/03/2025 04/04/2025 902204 9657 21,493.59 5666611 550600 Vehicle Parts 2025 03/12/2025 03/13/2025 902204 9180 30,001.45 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 21,845.91 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 10,644.85 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 16,870.67 5666611 550600 Vehicle Parts 2025 11/07/2024 11/08/2024 902204 6559 16,834.83 5666611 550600 Vehicle Parts 2025 06/27/2025 07/07/2025 902204 1482 117.48 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 167.25 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 106.68 5666611 550600 Vehicle Parts 2025 03/25/2025 03/27/2025 902204 9440 38.18 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 69.45 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 120.21 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 72.17 5666611 550600 Vehicle Parts 2025 12/02/2024 12/03/2024 902204 7081 30.88 5666611 550600 Vehicle Parts 2025 11/18/2024 11/26/2024 902204 6768 7.81 5666611 550600 Vehicle Parts 2025 11/18/2024 11/26/2024 902204 6768 554.03 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 945.60 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 36.14 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 116.88 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 14.51 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 10.76 5666611 550600 Vehicle Parts 2025 07/23/2025 07/23/2025 902204 CRED MEMO -824.94 5666611 550600 Vehicle Parts 2025 07/21/2025 07/22/2025 902204 1966 824.94 5666611 550600 Vehicle Parts 2025 07/21/2025 07/22/2025 902204 1966 231.05 5666611 550600 Vehicle Parts 2025 07/17/2025 07/18/2025 902204 1885 766.73 5666611 550600 Vehicle Parts 2025 07/08/2025 07/11/2025 902204 1645 288.63 5666611 550600 Vehicle Parts 2025 07/25/2025 1,182.22 5666611 550600 Vehicle Parts 2025 06/27/2025 07/11/2025 902204 1482 299.20 5666611 550600 Vehicle Parts 2025 06/27/2025 07/11/2025 902204 1482 609.08 5666611 550600 Vehicle Parts 2025 06/20/2025 06/20/2025 902204 CRED MEMO -370.88 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 844.99 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 370.88 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 164.84 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 305.88 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 186.29 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 139.91 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 220.28 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 28.78 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 39.21 5666611 550600 Vehicle Parts 2025 05/27/2025 06/03/2025 902204 798 414.55 5666611 550600 Vehicle Parts 2025 05/27/2025 06/03/2025 902204 798 454.44 5666611 550600 Vehicle Parts 2025 05/27/2025 06/03/2025 902204 798 363.84 5666611 550600 Vehicle Parts 2025 05/21/2025 06/03/2025 902204 686 759.22 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 25.56 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 245.03 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 12.78 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 1,064.97 5666611 550600 Vehicle Parts 2025 04/21/2025 04/21/2025 902204 CRED MEMO -870.00 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 128.15 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 704.68 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 934.83 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 280.50 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 1,818.09 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 346.39 5666611 550600 Vehicle Parts 2025 03/04/2025 03/14/2025 902204 9018 2,825.22 5666611 550600 Vehicle Parts 2025 02/28/2025 03/06/2025 902204 8946 623.22 5666611 550600 Vehicle Parts 2025 02/27/2025 03/06/2025 902204 8915 311.61 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 46.26 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 934.83 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 330.10 5666611 550600 Vehicle Parts 2025 02/03/2025 02/03/2025 902204 CRED MEMO -183.72 5666611 550600 Vehicle Parts 2025 02/03/2025 02/03/2025 902204 CRED MEMO -2,994.73 5666611 550600 Vehicle Parts 2025 01/31/2025 02/05/2025 902204 8331 2,994.73 5666611 550600 Vehicle Parts 2025 01/31/2025 02/05/2025 902204 8331 183.72 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 173.32 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 1,790.05 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 505.57 5666611 550600 Vehicle Parts 2025 12/05/2024 12/06/2024 902204 7187 46.68 5666611 550600 Vehicle Parts 2025 12/02/2024 12/03/2024 902204 7081 642.18 5666611 550600 Vehicle Parts 2025 11/22/2024 11/27/2024 902204 6924 246.62 5666611 550600 Vehicle Parts 2025 11/22/2024 11/27/2024 902204 6924 416.13 5666611 550600 Vehicle Parts 2025 11/18/2024 11/27/2024 902204 6768 166.66 5666611 550600 Vehicle Parts 2025 11/18/2024 11/27/2024 902204 6768 231.41 5666611 550600 Vehicle Parts 2025 11/18/2024 11/27/2024 902204 6768 113.08 5666611 550600 Vehicle Parts 2025 11/01/2024 11/08/2024 902204 6446 336.60 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 21.48 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 92.11 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 177.70 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 336.60 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 144.21 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 21.48 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 192.08 5666611 550600 Vehicle Parts 2025 05/27/2025 06/03/2025 902204 798 267.57 5666611 550600 Vehicle Parts 2025 05/27/2025 06/03/2025 902204 798 189.28 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 1,723.25 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 25.44 5666611 550600 Vehicle Parts 2025 07/14/2025 07/16/2025 902204 1769 5.54 5666611 550600 Vehicle Parts 2025 07/14/2025 07/16/2025 902204 1769 163.94 5666611 550600 Vehicle Parts 2025 07/08/2025 07/10/2025 902204 1645 9.99 5666611 550600 Vehicle Parts 2025 07/08/2025 07/10/2025 902204 1645 98.99 5666611 550600 Vehicle Parts 2025 07/08/2025 07/10/2025 902204 1645 74.84 5666611 550600 Vehicle Parts 2025 07/25/2025 25.44 5666611 550600 Vehicle Parts 2025 07/25/2025 35.63 5666611 550600 Vehicle Parts 2025 07/25/2025 226.25 5666611 550600 Vehicle Parts 2025 07/25/2025 125.91 5666611 550600 Vehicle Parts 2025 07/25/2025 5.37 5666611 550600 Vehicle Parts 2025 06/27/2025 07/08/2025 902204 1482 19.08 5666611 550600 Vehicle Parts 2025 06/27/2025 07/08/2025 902204 1482 36.05 5666611 550600 Vehicle Parts 2025 06/27/2025 07/08/2025 902204 1482 25.44 5666611 550600 Vehicle Parts 2025 06/27/2025 07/07/2025 902204 1482 31.28 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 13.50 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 7.61 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 10.88 5666611 550600 Vehicle Parts 2025 06/06/2025 06/09/2025 902204 CRED MEMO -92.32 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 92.32 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 15.92 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 16.44 5666611 550600 Vehicle Parts 2025 05/02/2025 05/06/2025 902204 277 45.30 5666611 550600 Vehicle Parts 2025 05/02/2025 05/06/2025 902204 277 46.19 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 12.51 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 14.40 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 13.99 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 116.10 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 24.48 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 1,800.00 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 14.61 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 24.88 5666611 550600 Vehicle Parts 2025 03/25/2025 03/31/2025 902204 9440 8.53 5666611 550600 Vehicle Parts 2025 03/25/2025 03/31/2025 902204 9440 15.43 5666611 550600 Vehicle Parts 2025 03/13/2025 03/21/2025 902204 9221 15.54 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902204 9289 117.24 5666611 550600 Vehicle Parts 2025 03/12/2025 03/19/2025 902204 9180 5.81 5666611 550600 Vehicle Parts 2025 03/12/2025 03/19/2025 902204 9180 18.66 5666611 550600 Vehicle Parts 2025 03/04/2025 03/07/2025 902204 9018 8.90 5666611 550600 Vehicle Parts 2025 02/28/2025 03/06/2025 902204 8946 24.88 5666611 550600 Vehicle Parts 2025 02/28/2025 03/06/2025 902204 8946 45.30 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 4.85 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 88.03 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 18.66 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 45.30 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 24.88 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 8.90 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 13.99 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 8.90 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 8.01 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 24.88 5666611 550600 Vehicle Parts 2025 01/03/2025 01/08/2025 902204 7715 105.26 5666611 550600 Vehicle Parts 2025 01/03/2025 01/08/2025 902204 7715 8.94 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 18.66 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 26.58 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 28.14 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 95.92 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 180.92 5666611 550600 Vehicle Parts 2025 12/12/2024 12/16/2024 902204 7323 14.04 5666611 550600 Vehicle Parts 2025 12/06/2024 12/09/2024 902204 7212 12.49 5666611 550600 Vehicle Parts 2025 12/06/2024 12/09/2024 902204 7212 24.88 5666611 550600 Vehicle Parts 2025 12/03/2024 12/04/2024 902204 7096 71.50 5666611 550600 Vehicle Parts 2025 12/03/2024 12/04/2024 902204 7096 149.14 5666611 550600 Vehicle Parts 2025 11/22/2024 11/26/2024 902204 6924 10.66 5666611 550600 Vehicle Parts 2025 11/22/2024 11/26/2024 902204 6924 7.93 5666611 550600 Vehicle Parts 2025 11/18/2024 11/26/2024 902204 6768 55.63 5666611 550600 Vehicle Parts 2025 11/18/2024 11/26/2024 902204 6768 24.88 5666611 550600 Vehicle Parts 2025 11/18/2024 11/26/2024 902204 6768 5.32 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 125.91 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 34.69 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 29.57 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 8.79 5666611 550600 Vehicle Parts 2025 11/01/2024 11/06/2024 902204 6446 181.94 5666611 550600 Vehicle Parts 2025 11/01/2024 11/06/2024 902204 6446 13.05 5666611 550600 Vehicle Parts 2025 11/01/2024 11/06/2024 902204 6446 6.36 5666611 550600 Vehicle Parts 2025 11/01/2024 11/06/2024 902204 6446 11.66 5666611 550600 Vehicle Parts 2025 11/01/2024 11/06/2024 902204 6446 18.66 5666611 550600 Vehicle Parts 2025 11/04/2024 11/04/2024 902204 CRED MEMO -18.00 5666611 550600 Vehicle Parts 2025 10/23/2024 11/01/2024 902204 6188 45.77 5666611 550600 Vehicle Parts 2025 10/23/2024 11/01/2024 902204 6188 17.38 5666611 550600 Vehicle Parts 2025 10/23/2024 11/01/2024 902204 6188 495.00 5666611 550600 Vehicle Parts 2025 10/23/2024 11/01/2024 902204 6188 159.45 5666611 550600 Vehicle Parts 2025 10/23/2024 11/01/2024 902204 6188 34.98 5666611 550600 Vehicle Parts 2025 10/23/2024 11/01/2024 902204 6188 23.48 5666611 550600 Vehicle Parts 2025 10/23/2024 11/01/2024 902204 6188 149.14 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 145.74 5666611 550600 Vehicle Parts 2025 12/12/2024 12/16/2024 902204 7323 113.38 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 26.66 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902205 1125 185.00 5666611 550600 Vehicle Parts 2025 10/28/2024 11/01/2024 902204 6329 310.12 5666611 550600 Vehicle Parts 2025 05/27/2025 06/03/2025 902204 798 146.00 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 35.20 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 105.99 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 105.99 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 105.99 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 105.99 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 105.99 5666611 550600 Vehicle Parts 2025 06/10/2025 06/11/2025 902204 1091 2,982.92 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 5,224.96 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 2,893.23 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 2,024.92 5666611 550600 Vehicle Parts 2025 01/27/2025 01/30/2025 902204 8227 1,367.29 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 7,058.47 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 656.18 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 96.67 5666611 550600 Vehicle Parts 2025 06/30/2025 07/14/2025 902204 1766 389.72 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902073 1728 5,252.01 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902073 1262 5,420.84 5666611 550600 Vehicle Parts 2025 05/09/2025 05/13/2025 902073 452 1,825.32 5666611 550600 Vehicle Parts 2025 04/03/2025 04/04/2025 902073 9657 1,194.92 5666611 550600 Vehicle Parts 2025 03/12/2025 03/14/2025 902073 9180 2,074.65 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902073 8482 4,327.90 5666611 550600 Vehicle Parts 2025 01/09/2025 01/14/2025 902073 7836 7,829.70 5666611 550600 Vehicle Parts 2025 12/04/2024 12/06/2024 902073 7118 2,184.52 5666611 550600 Vehicle Parts 2025 11/15/2024 11/26/2024 902073 6752 7,138.47 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 229.74 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 552.60 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 1,079.28 5666611 550600 Vehicle Parts 2025 04/30/2025 04/22/2025 902204 69 447.55 5666611 550600 Vehicle Parts 2025 03/31/2025 04/10/2025 902204 9823 473.06 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 303.57 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 1,416.81 5666611 550600 Vehicle Parts 2025 10/28/2024 11/01/2024 902204 6329 1,401.17 5666611 550600 Vehicle Parts 2025 06/10/2025 06/11/2025 902204 1091 1,538.14 5666611 550600 Vehicle Parts 2025 06/10/2025 06/11/2025 902204 1091 2,332.90 5666611 550600 Vehicle Parts 2025 07/14/2025 07/16/2025 902204 1769 37.85 5666611 550600 Vehicle Parts 2025 07/10/2025 07/11/2025 902204 1723 94.74 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 299.88 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 808.49 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 9.46 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 322.72 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 113.22 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 89.99 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902204 9289 122.05 5666611 550600 Vehicle Parts 2025 03/17/2025 03/17/2025 902204 CRED MEMO -250.00 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 52.85 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 163.55 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 152.36 5666611 550600 Vehicle Parts 2025 03/13/2025 03/14/2025 902204 9221 239.09 5666611 550600 Vehicle Parts 2025 02/27/2025 03/06/2025 902204 8915 644.15 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 158.55 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 10.73 5666611 550600 Vehicle Parts 2025 01/09/2025 01/10/2025 902204 CRED MEMO -44.22 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 80.84 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 44.22 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 79.89 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 304.09 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 133.16 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 97.16 5666611 550600 Vehicle Parts 2025 12/13/2024 12/17/2024 902204 7341 1,841.25 5666611 550600 Vehicle Parts 2025 12/13/2024 12/17/2024 902204 7341 166.22 5666611 550600 Vehicle Parts 2025 12/16/2024 12/16/2024 902204 CRED MEMO -500.00 5666611 550600 Vehicle Parts 2025 06/27/2025 07/08/2025 902204 1482 939.58 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 607.79 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 491.89 5666611 550600 Vehicle Parts 2025 02/07/2025 02/07/2025 902204 CRED MEMO -400.00 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 2,550.09 5666611 550600 Vehicle Parts 2025 12/13/2024 12/13/2024 902204 CRED MEMO -125.00 5666611 550600 Vehicle Parts 2025 12/05/2024 12/06/2024 902204 7187 1,117.79 5666611 550600 Vehicle Parts 2025 12/05/2024 12/06/2024 902204 7187 149.70 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 126.69 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 53.97 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 1,091.69 5666611 550600 Vehicle Parts 2025 10/23/2024 11/01/2024 902204 6188 145.10 5666611 550600 Vehicle Parts 2025 10/25/2024 10/25/2024 902204 CRED MEMO -125.00 5666611 550600 Vehicle Parts 2025 07/22/2025 07/24/2025 902204 1982 22,502.52 5666611 550600 Vehicle Parts 2025 06/18/2025 06/20/2025 902204 1322 19,213.61 5666611 550600 Vehicle Parts 2025 05/15/2025 05/19/2025 902204 565 15,393.36 5666611 550600 Vehicle Parts 2025 04/16/2025 04/17/2025 902204 9962 18,378.34 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902204 9289 9,963.43 5666611 550600 Vehicle Parts 2025 02/26/2025 02/27/2025 902204 8871 18,431.54 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 13,645.87 5666611 550600 Vehicle Parts 2025 12/19/2024 12/20/2024 902204 7492 18,771.39 5666611 550600 Vehicle Parts 2025 11/15/2024 11/26/2024 902204 6752 23,085.06 5666611 550600 Vehicle Parts 2025 07/21/2025 07/22/2025 902204 1966 804.76 5666611 550600 Vehicle Parts 2025 07/21/2025 07/22/2025 902204 1966 465.27 5666611 550600 Vehicle Parts 2025 07/21/2025 07/22/2025 902204 1966 215.61 5666611 550600 Vehicle Parts 2025 07/14/2025 07/16/2025 902204 1769 228.01 5666611 550600 Vehicle Parts 2025 07/08/2025 07/11/2025 902204 1645 209.87 5666611 550600 Vehicle Parts 2025 07/08/2025 07/11/2025 902204 1645 27.74 5666611 550600 Vehicle Parts 2025 07/08/2025 07/11/2025 902204 1645 6,036.27 5666611 550600 Vehicle Parts 2025 07/08/2025 07/11/2025 902204 1645 173.49 5666611 550600 Vehicle Parts 2025 07/08/2025 07/11/2025 902204 1645 156.30 5666611 550600 Vehicle Parts 2025 06/27/2025 07/11/2025 902204 1482 156.30 5666611 550600 Vehicle Parts 2025 06/25/2025 06/27/2025 902204 1438 526.25 5666611 550600 Vehicle Parts 2025 06/25/2025 06/27/2025 902204 1438 2,231.42 5666611 550600 Vehicle Parts 2025 06/25/2025 06/27/2025 902204 1438 171.73 5666611 550600 Vehicle Parts 2025 06/25/2025 06/27/2025 902204 1438 544.78 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 277.89 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 7,198.00 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 88.54 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 686.89 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 328.03 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 84.32 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 1,362.17 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 83.76 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 574.86 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 268.85 5666611 550600 Vehicle Parts 2025 05/21/2025 06/02/2025 902204 686 166.10 5666611 550600 Vehicle Parts 2025 05/02/2025 05/09/2025 902204 277 342.16 5666611 550600 Vehicle Parts 2025 05/02/2025 05/09/2025 902204 277 278.63 5666611 550600 Vehicle Parts 2025 05/02/2025 05/09/2025 902204 277 350.31 5666611 550600 Vehicle Parts 2025 05/05/2025 05/09/2025 902204 346 38.42 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 433.44 5666611 550600 Vehicle Parts 2025 04/24/2025 04/28/2025 902204 144 1,486.30 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 404.74 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 152.56 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 928.08 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 85.58 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 2,269.46 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 268.52 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 138.31 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 212.21 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 278.79 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 1,281.87 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 351.32 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 98.88 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 684.77 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 900.00 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 80.37 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 198.23 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 427.51 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 1,400.96 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 418.19 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 244.75 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 353.15 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 60.76 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 957.11 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 106.54 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 236.10 5666611 550600 Vehicle Parts 2025 12/20/2024 12/30/2024 902204 7539 9.99 5666611 550600 Vehicle Parts 2025 12/20/2024 12/30/2024 902204 7539 65.17 5666611 550600 Vehicle Parts 2025 12/20/2024 12/30/2024 902204 7539 465.90 5666611 550600 Vehicle Parts 2025 12/20/2024 12/30/2024 902204 7539 121.29 5666611 550600 Vehicle Parts 2025 12/12/2024 12/17/2024 902204 7323 236.80 5666611 550600 Vehicle Parts 2025 12/12/2024 12/17/2024 902204 7323 277.49 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 290.75 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 1,590.05 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 428.67 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 15.41 5666611 550600 Vehicle Parts 2025 12/05/2024 12/06/2024 902204 7187 299.51 5666611 550600 Vehicle Parts 2025 12/02/2024 12/03/2024 902204 7081 381.03 5666611 550600 Vehicle Parts 2025 12/02/2024 12/03/2024 902204 7081 8,219.91 5666611 550600 Vehicle Parts 2025 12/02/2024 12/03/2024 902204 7081 92.24 5666611 550600 Vehicle Parts 2025 12/02/2024 12/03/2024 902204 7081 4,950.07 5666611 550600 Vehicle Parts 2025 12/02/2024 12/03/2024 902204 7081 29.85 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 215.18 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 230.70 5666611 550600 Vehicle Parts 2025 11/07/2024 11/08/2024 902204 6559 3,950.72 5666611 550600 Vehicle Parts 2025 11/07/2024 11/08/2024 902204 6559 76.59 5666611 550600 Vehicle Parts 2025 11/07/2024 11/08/2024 902204 6559 385.38 5666611 550600 Vehicle Parts 2025 11/01/2024 11/08/2024 902204 6446 2,966.78 5666611 550600 Vehicle Parts 2025 11/01/2024 11/08/2024 902204 6446 1,343.22 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 470.62 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 146.12 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 103.54 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 397.33 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 231.12 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 967.42 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 131.48 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 121.29 5666611 550600 Vehicle Parts 2025 10/25/2024 10/25/2024 902204 CRED MEMO -73.29 5666611 550600 Vehicle Parts 2025 10/23/2024 11/01/2024 902204 6188 1,025.23 5666611 550600 Vehicle Parts 2025 06/30/2025 07/02/2025 902204 1553 52.53 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 140.00 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 76.00 5666611 550600 Vehicle Parts 2025 07/17/2025 07/18/2025 902204 1885 169.59 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 52.80 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 67.49 5666611 550600 Vehicle Parts 2025 07/08/2025 07/10/2025 902204 1645 22.96 5666611 550600 Vehicle Parts 2025 07/08/2025 07/10/2025 902204 1645 15.18 5666611 550600 Vehicle Parts 2025 07/25/2025 93.00 5666611 550600 Vehicle Parts 2025 07/25/2025 134.98 5666611 550600 Vehicle Parts 2025 07/25/2025 92.52 5666611 550600 Vehicle Parts 2025 07/25/2025 34.44 5666611 550600 Vehicle Parts 2025 06/27/2025 07/08/2025 902204 1482 85.90 5666611 550600 Vehicle Parts 2025 06/27/2025 07/08/2025 902204 1482 15.18 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 327.40 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 67.49 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 41.39 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 79.01 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 124.17 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 107.98 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 34.56 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 22.80 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 52.80 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 5.06 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 15.18 5666611 550600 Vehicle Parts 2025 04/10/2025 04/11/2025 902204 9851 215.96 5666611 550600 Vehicle Parts 2025 04/08/2025 04/09/2025 902204 9770 30.36 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 92.88 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 437.51 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 15.18 5666611 550600 Vehicle Parts 2025 03/25/2025 03/27/2025 902204 9440 13.91 5666611 550600 Vehicle Parts 2025 03/25/2025 03/27/2025 902204 9440 323.94 5666611 550600 Vehicle Parts 2025 03/25/2025 03/27/2025 902204 9440 280.80 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902204 9289 15.18 5666611 550600 Vehicle Parts 2025 03/04/2025 03/07/2025 902204 9018 662.79 5666611 550600 Vehicle Parts 2025 02/28/2025 03/06/2025 902204 8946 340.56 5666611 550600 Vehicle Parts 2025 02/27/2025 03/06/2025 902204 8915 5.06 5666611 550600 Vehicle Parts 2025 02/27/2025 03/06/2025 902204 8915 51.96 5666611 550600 Vehicle Parts 2025 02/27/2025 03/06/2025 902204 8915 15.18 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 68.72 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 280.80 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 15.18 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 251.84 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 367.20 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 15.18 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 92.72 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 151.29 5666611 550600 Vehicle Parts 2025 12/30/2024 12/31/2024 902204 7626 50.43 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 93.77 5666611 550600 Vehicle Parts 2025 12/26/2024 12/26/2024 902204 CRED MEMO -72.45 5666611 550600 Vehicle Parts 2025 12/12/2024 12/18/2024 902204 7323 40.92 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 56.53 5666611 550600 Vehicle Parts 2025 12/06/2024 12/09/2024 902204 7212 141.62 5666611 550600 Vehicle Parts 2025 12/03/2024 12/04/2024 902204 7096 757.82 5666611 550600 Vehicle Parts 2025 12/03/2024 12/04/2024 902204 7096 12.04 5666611 550600 Vehicle Parts 2025 11/22/2024 11/26/2024 902204 6924 657.71 5666611 550600 Vehicle Parts 2025 11/22/2024 11/26/2024 902204 6924 23.53 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 80.52 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 558.87 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 422.16 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 190.03 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 53.99 5666611 550600 Vehicle Parts 2025 10/23/2024 11/01/2024 902204 6188 41.58 5666611 550600 Vehicle Parts 2025 10/23/2024 11/01/2024 902204 6188 36.12 5666611 550600 Vehicle Parts 2025 10/25/2024 10/25/2024 902204 CRED MEMO -53.99 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902020 160 1,778.00 5666611 550600 Vehicle Parts 2025 03/25/2025 03/27/2025 902020 9440 1,778.00 5666611 550600 Vehicle Parts 2025 02/27/2025 03/05/2025 902020 8915 1,963.75 5666611 550600 Vehicle Parts 2025 02/27/2025 03/05/2025 902020 8915 1,963.75 5666611 550600 Vehicle Parts 2025 02/27/2025 03/05/2025 902020 8915 1,039.50 5666611 550600 Vehicle Parts 2025 02/27/2025 03/05/2025 902020 8915 2,465.23 5666611 550600 Vehicle Parts 2025 01/03/2025 01/08/2025 902020 7715 940.00 5666611 550600 Vehicle Parts 2025 01/03/2025 01/08/2025 902020 7715 2,351.55 5666611 550600 Vehicle Parts 2025 12/19/2024 12/20/2024 902020 7492 1,541.99 5666611 550600 Vehicle Parts 2025 12/19/2024 12/20/2024 902020 7492 2,667.00 5666611 550600 Vehicle Parts 2025 12/19/2024 12/20/2024 902020 7492 1,867.60 5666611 550600 Vehicle Parts 2025 12/19/2024 12/20/2024 902020 7492 1,052.10 5666611 550600 Vehicle Parts 2025 11/19/2024 11/27/2024 902020 6785 889.00 5666611 550600 Vehicle Parts 2025 11/19/2024 11/27/2024 902020 6785 889.00 5666611 550600 Vehicle Parts 2025 11/19/2024 11/27/2024 902020 6785 889.00 5666611 550600 Vehicle Parts 2025 11/19/2024 11/27/2024 902020 6785 550.00 5666611 550600 Vehicle Parts 2025 11/19/2024 11/27/2024 902020 6785 3,311.34 5666611 550600 Vehicle Parts 2025 11/06/2024 11/08/2024 902020 6548 3,056.37 5666611 550600 Vehicle Parts 2025 11/06/2024 11/08/2024 902020 6548 925.05 5666611 550600 Vehicle Parts 2025 11/06/2024 11/08/2024 902020 6548 2,667.00 5666611 550600 Vehicle Parts 2025 11/06/2024 11/08/2024 902020 6548 4,897.17 5666611 550600 Vehicle Parts 2025 11/06/2024 11/08/2024 902020 6548 1,241.55 5666611 550600 Vehicle Parts 2025 11/06/2024 11/08/2024 902020 6548 1,963.75 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 973.20 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 3,227.00 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902204 9289 733.00 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 3,177.00 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 4,119.00 5666611 550600 Vehicle Parts 2025 12/06/2024 12/09/2024 902204 7212 3,254.50 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 715.00 5666611 550600 Vehicle Parts 2025 10/28/2024 11/01/2024 902204 6329 2,787.00 5666611 550600 Vehicle Parts 2025 04/03/2025 04/08/2025 902204 9657 1,777.82 5666611 550600 Vehicle Parts 2025 12/13/2024 12/16/2024 902204 7341 436.60 5666611 550600 Vehicle Parts 2025 12/13/2024 12/16/2024 902204 7341 194.98 5666611 550600 Vehicle Parts 2025 04/30/2025 04/22/2025 902204 68 1,558.13 5666611 550600 Vehicle Parts 2025 04/30/2025 04/21/2025 902204 39 749.00 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9419 294.90 5666611 550600 Vehicle Parts 2025 11/30/2024 12/02/2024 902204 7073 948.37 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 567.00 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 835.48 5666611 550600 Vehicle Parts 2025 07/10/2025 07/11/2025 902204 1723 250.80 5666611 550600 Vehicle Parts 2025 07/08/2025 07/11/2025 902204 1645 92.20 5666611 550600 Vehicle Parts 2025 07/08/2025 07/11/2025 902204 1645 285.70 5666611 550600 Vehicle Parts 2025 07/08/2025 07/11/2025 902204 1645 969.50 5666611 550600 Vehicle Parts 2025 07/25/2025 1,750.00 5666611 550600 Vehicle Parts 2025 06/27/2025 07/11/2025 902204 1482 2,217.19 5666611 550600 Vehicle Parts 2025 06/27/2025 07/10/2025 902204 1482 1,864.00 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 1,230.00 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 605.05 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 969.50 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 1,060.00 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 57.70 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 325.00 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 154.10 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 5,553.06 5666611 550600 Vehicle Parts 2025 06/13/2025 06/13/2025 902204 CRED MEMO -1,060.00 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 995.46 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 687.80 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 330.00 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 149.18 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 153.00 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 1,060.00 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 950.00 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 290.00 5666611 550600 Vehicle Parts 2025 05/21/2025 06/02/2025 902204 686 453.60 5666611 550600 Vehicle Parts 2025 05/02/2025 05/09/2025 902204 277 228.00 5666611 550600 Vehicle Parts 2025 05/05/2025 05/09/2025 902204 346 1,310.73 5666611 550600 Vehicle Parts 2025 04/10/2025 04/15/2025 902204 9851 137.20 5666611 550600 Vehicle Parts 2025 04/10/2025 04/15/2025 902204 9851 530.00 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 744.10 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 477.07 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 1,687.31 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 385.00 5666611 550600 Vehicle Parts 2025 03/25/2025 03/27/2025 902204 9440 969.50 5666611 550600 Vehicle Parts 2025 03/25/2025 03/27/2025 902204 9440 312.45 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 623.70 5666611 550600 Vehicle Parts 2025 03/03/2025 03/06/2025 902204 8975 675.00 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 510.30 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 1,120.00 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 724.00 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 86.60 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 703.43 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 1,120.00 5666611 550600 Vehicle Parts 2025 12/30/2024 12/31/2024 902204 7626 226.50 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 876.00 5666611 550600 Vehicle Parts 2025 12/03/2024 12/04/2024 902204 7096 79.91 5666611 550600 Vehicle Parts 2025 12/03/2024 12/04/2024 902204 7096 1,750.00 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6947 116.38 5666611 550600 Vehicle Parts 2025 11/25/2024 11/25/2024 902204 CRED MEMO -2,822.76 5666611 550600 Vehicle Parts 2025 11/25/2024 11/25/2024 902204 CRED MEMO -482.14 5666611 550600 Vehicle Parts 2025 11/12/2024 11/14/2024 902204 6635 516.50 5666611 550600 Vehicle Parts 2025 11/01/2024 11/08/2024 902204 6446 123.60 5666611 550600 Vehicle Parts 2025 11/01/2024 11/08/2024 902204 6446 114.30 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 165.00 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 2,500.00 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 156.45 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 6,663.06 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 321.45 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 350.40 5666611 550600 Vehicle Parts 2025 07/08/2025 07/10/2025 902204 1645 719.05 5666611 550600 Vehicle Parts 2025 07/08/2025 07/10/2025 902204 1645 296.94 5666611 550600 Vehicle Parts 2025 07/25/2025 488.21 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 1,810.39 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 1,093.52 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 495.21 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 39.92 5666611 550600 Vehicle Parts 2025 02/27/2025 03/06/2025 902204 8915 171.68 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 994.06 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 94.80 5666611 550600 Vehicle Parts 2025 12/17/2024 12/17/2024 7436 82.30 5666611 550600 Vehicle Parts 2025 12/17/2024 12/17/2024 CRED MEMO -82.30 5666611 550600 Vehicle Parts 2025 12/12/2024 12/16/2024 902204 7323 900.00 5666611 550600 Vehicle Parts 2025 11/18/2024 11/26/2024 902204 6768 428.14 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 59.36 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 501.83 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 160.99 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 1,022.00 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 412.40 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 1,022.00 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 95.18 5666611 550600 Vehicle Parts 2025 11/04/2024 11/04/2024 902204 CRED MEMO -374.98 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 144.62 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 134.73 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 133.05 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 502.04 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 2,064.30 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 1,267.29 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 82.30 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 257.71 5666611 550600 Vehicle Parts 2025 10/25/2024 10/25/2024 902204 CRED MEMO -151.79 5666611 550600 Vehicle Parts 2025 07/18/2025 07/21/2025 902204 1918 317.21 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 35.95 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 1,774.78 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 56.42 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 784.60 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 188.97 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 940.00 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 30.86 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 39.30 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 99.76 5666611 550600 Vehicle Parts 2025 07/11/2025 07/11/2025 902204 CRED MEMO -299.25 5666611 550600 Vehicle Parts 2025 07/08/2025 07/10/2025 902204 1645 617.76 5666611 550600 Vehicle Parts 2025 07/08/2025 07/10/2025 902204 1645 245.45 5666611 550600 Vehicle Parts 2025 07/08/2025 07/10/2025 902204 1645 41.27 5666611 550600 Vehicle Parts 2025 07/08/2025 07/10/2025 902204 1645 97.60 5666611 550600 Vehicle Parts 2025 07/01/2025 07/01/2025 902204 CRED MEMO -465.30 5666611 550600 Vehicle Parts 2025 07/25/2025 108.40 5666611 550600 Vehicle Parts 2025 07/25/2025 68.26 5666611 550600 Vehicle Parts 2025 07/25/2025 77.63 5666611 550600 Vehicle Parts 2025 07/25/2025 939.49 5666611 550600 Vehicle Parts 2025 06/27/2025 07/09/2025 902204 1482 230.00 5666611 550600 Vehicle Parts 2025 06/27/2025 07/09/2025 902204 1482 29.40 5666611 550600 Vehicle Parts 2025 06/27/2025 07/09/2025 902204 1482 67.05 5666611 550600 Vehicle Parts 2025 06/27/2025 07/08/2025 902204 1482 228.60 5666611 550600 Vehicle Parts 2025 06/27/2025 07/08/2025 902204 1482 1,281.89 5666611 550600 Vehicle Parts 2025 06/27/2025 07/08/2025 902204 1482 164.96 5666611 550600 Vehicle Parts 2025 06/27/2025 07/08/2025 902204 1482 9.20 5666611 550600 Vehicle Parts 2025 06/27/2025 07/08/2025 902204 1482 394.80 5666611 550600 Vehicle Parts 2025 06/27/2025 07/08/2025 902204 1482 8.10 5666611 550600 Vehicle Parts 2025 06/27/2025 07/08/2025 902204 1482 908.29 5666611 550600 Vehicle Parts 2025 06/27/2025 07/08/2025 902204 1482 465.30 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 11.43 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 406.93 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 385.00 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 79.94 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 1,189.21 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 57.09 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 1,580.92 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 812.43 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 151.60 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 1,442.21 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 50.22 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 32.84 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 16.74 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 170.53 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 99.76 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 871.15 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 12.84 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 267.62 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 946.75 5666611 550600 Vehicle Parts 2025 05/21/2025 06/02/2025 902204 686 393.94 5666611 550600 Vehicle Parts 2025 05/21/2025 06/02/2025 902204 686 61.02 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 81.15 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 95.49 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 267.62 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 650.00 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 97.37 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 19.26 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 110.00 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 110.00 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 812.43 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 585.65 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 16.32 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 260.85 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 742.69 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 55.06 5666611 550600 Vehicle Parts 2025 05/16/2025 05/19/2025 902204 583 784.60 5666611 550600 Vehicle Parts 2025 05/09/2025 05/09/2025 902204 CRED MEMO -665.00 5666611 550600 Vehicle Parts 2025 05/05/2025 05/08/2025 902204 346 1,362.37 5666611 550600 Vehicle Parts 2025 05/05/2025 05/08/2025 902204 346 74.95 5666611 550600 Vehicle Parts 2025 05/05/2025 05/08/2025 902204 346 380.00 5666611 550600 Vehicle Parts 2025 05/05/2025 05/08/2025 902204 346 736.90 5666611 550600 Vehicle Parts 2025 05/05/2025 05/08/2025 902204 346 234.63 5666611 550600 Vehicle Parts 2025 05/02/2025 05/06/2025 902204 277 360.00 5666611 550600 Vehicle Parts 2025 05/02/2025 05/06/2025 902204 277 82.35 5666611 550600 Vehicle Parts 2025 05/02/2025 05/06/2025 902204 277 27.75 5666611 550600 Vehicle Parts 2025 05/02/2025 05/06/2025 902204 277 283.90 5666611 550600 Vehicle Parts 2025 04/28/2025 04/28/2025 902204 173 19.59 5666611 550600 Vehicle Parts 2025 04/28/2025 04/28/2025 902204 173 13.08 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 164.96 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 638.18 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 15.74 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 708.85 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 1,517.28 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 71.74 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 108.35 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 104.99 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 1,868.28 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 3,546.85 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 391.98 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 2,750.40 5666611 550600 Vehicle Parts 2025 04/01/2025 04/03/2025 902204 9592 629.88 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 394.83 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 784.62 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 12.84 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 59.47 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 1,450.01 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 6.67 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 625.71 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 551.46 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 585.00 5666611 550600 Vehicle Parts 2025 03/27/2025 03/31/2025 902204 9525 763.96 5666611 550600 Vehicle Parts 2025 03/31/2025 03/31/2025 902204 CRED MEMO -226.10 5666611 550600 Vehicle Parts 2025 03/31/2025 03/31/2025 902204 CRED MEMO -226.10 5666611 550600 Vehicle Parts 2025 03/31/2025 03/31/2025 902204 CRED MEMO -226.10 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902204 9289 446.85 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 38.07 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 504.78 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 646.90 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 1,737.96 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 1,590.12 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 763.96 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 763.96 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 237.67 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 178.15 5666611 550600 Vehicle Parts 2025 03/12/2025 03/14/2025 902204 9180 48.96 5666611 550600 Vehicle Parts 2025 03/12/2025 03/14/2025 902204 9180 650.00 5666611 550600 Vehicle Parts 2025 03/12/2025 03/14/2025 902204 9180 619.68 5666611 550600 Vehicle Parts 2025 03/12/2025 03/14/2025 902204 9180 1,111.71 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 590.30 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 772.85 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 1,974.52 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 314.53 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 106.25 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 465.30 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 1,548.04 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 266.50 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 191.64 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 589.92 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 43.90 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 4,349.55 5666611 550600 Vehicle Parts 2025 03/05/2025 03/05/2025 902204 CRED MEMO -665.00 5666611 550600 Vehicle Parts 2025 03/05/2025 03/05/2025 902204 CRED MEMO -589.92 5666611 550600 Vehicle Parts 2025 03/05/2025 03/05/2025 902204 CRED MEMO -266.00 5666611 550600 Vehicle Parts 2025 03/05/2025 03/05/2025 902204 CRED MEMO -465.50 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 139.15 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 96.90 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 95.50 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 1,027.37 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 579.72 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 7,289.30 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 134.72 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 382.66 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 1,247.28 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 1,702.95 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 85.36 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 289.86 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 289.86 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 800.50 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 155.00 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 701.18 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 166.86 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 400.00 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 42.68 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 669.24 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 221.91 5666611 550600 Vehicle Parts 2025 02/12/2025 02/12/2025 902204 CRED MEMO -266.00 5666611 550600 Vehicle Parts 2025 02/12/2025 02/12/2025 902204 CRED MEMO -266.00 5666611 550600 Vehicle Parts 2025 02/07/2025 02/07/2025 902204 CRED MEMO -13.30 5666611 550600 Vehicle Parts 2025 02/07/2025 02/07/2025 902204 CRED MEMO -299.25 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 138.54 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 115.40 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 1,847.01 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 5.86 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 463.40 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 3,359.69 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 464.10 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 217.85 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 95.62 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 1,583.85 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 310.71 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 1,352.81 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 980.19 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 150.06 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 90.95 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 237.67 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 73.16 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 99.90 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 145.46 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 588.36 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 1,690.75 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 402.25 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 1,008.88 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 617.76 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 496.32 5666611 550600 Vehicle Parts 2025 01/29/2025 02/04/2025 902204 8261 308.88 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 43.90 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 446.85 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 104.99 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 73.16 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 544.26 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 465.30 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 902.65 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 289.86 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 2,740.00 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 54.79 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 102.58 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 70.90 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 245.34 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 574.20 5666611 550600 Vehicle Parts 2025 01/03/2025 01/08/2025 902204 7715 191.18 5666611 550600 Vehicle Parts 2025 01/06/2025 01/06/2025 902204 CRED MEMO -266.00 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 287.10 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 180.55 5666611 550600 Vehicle Parts 2025 12/30/2024 12/31/2024 902204 7626 335.00 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 690.00 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 303.22 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 439.79 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 70.90 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 460.00 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 3,471.71 5666611 550600 Vehicle Parts 2025 12/12/2024 12/16/2024 902204 7323 477.68 5666611 550600 Vehicle Parts 2025 12/12/2024 12/16/2024 902204 7323 135.00 5666611 550600 Vehicle Parts 2025 12/12/2024 12/13/2024 902204 CRED MEMO -13.30 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 802.95 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 512.60 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 126.36 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 43.96 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 722.16 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 438.36 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 10.88 5666611 550600 Vehicle Parts 2025 12/05/2024 12/05/2024 902204 CRED MEMO -266.00 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 535.83 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 385.32 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 162.57 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 549.08 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 1,278.89 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 220.06 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 105.27 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 1,310.00 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 732.10 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6947 385.32 5666611 550600 Vehicle Parts 2025 11/25/2024 11/26/2024 902204 6947 385.32 5666611 550600 Vehicle Parts 2025 11/25/2024 11/26/2024 902204 6947 310.00 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 282.75 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 61.90 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 359.96 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 262.83 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 55.96 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 165.34 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 42.09 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 161.80 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 2,703.74 5666611 550600 Vehicle Parts 2025 11/25/2024 11/25/2024 902204 CRED MEMO -399.00 5666611 550600 Vehicle Parts 2025 11/25/2024 11/25/2024 902204 CRED MEMO -66.50 5666611 550600 Vehicle Parts 2025 11/13/2024 11/15/2024 902204 6679 7,907.72 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 478.05 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 11.74 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 28.74 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 226.19 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 165.34 5666611 550600 Vehicle Parts 2025 11/13/2024 11/13/2024 902204 CRED MEMO -99.75 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 861.12 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 533.76 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 1,373.62 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 862.25 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 92.64 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 425.16 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 603.00 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 439.79 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 1,526.37 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 514.08 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 296.66 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 739.02 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 495.64 5666611 550600 Vehicle Parts 2025 11/01/2024 11/07/2024 902204 6446 149.68 5666611 550600 Vehicle Parts 2025 11/04/2024 11/04/2024 902204 CRED MEMO -266.00 5666611 550600 Vehicle Parts 2025 11/04/2024 11/04/2024 902204 CRED MEMO -80.42 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 519.22 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 1,666.51 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 310.08 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 405.46 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 60.96 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 2,340.00 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 42.06 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 411.91 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 2,060.59 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 64.85 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 2,655.26 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 42.06 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 3,831.83 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 279.05 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 2,512.62 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 439.85 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 1,608.33 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 287.10 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 43.96 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 438.36 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 152.18 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 80.42 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 51.00 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 200.54 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 359.99 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 80.42 5666611 550600 Vehicle Parts 2025 10/23/2024 10/30/2024 902204 6188 279.05 5666611 550600 Vehicle Parts 2025 10/24/2024 10/24/2024 902204 CRED MEMO -13.30 5666611 550600 Vehicle Parts 2025 10/24/2024 10/24/2024 902204 CRED MEMO -465.50 5666611 550600 Vehicle Parts 2025 05/21/2025 06/02/2025 902204 686 4,140.00 5666611 550600 Vehicle Parts 2025 02/14/2025 02/18/2025 902204 8675 4,140.00 5666611 550600 Vehicle Parts 2025 01/16/2025 01/23/2025 902204 8029 4,140.00 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 820.50 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 644.98 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 1,045.62 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 3,686.39 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 3,417.60 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 3,164.99 5666611 550600 Vehicle Parts 2025 06/05/2025 06/09/2025 902204 1018 735.84 5666611 550600 Vehicle Parts 2025 05/21/2025 06/02/2025 902204 686 382.14 5666611 550600 Vehicle Parts 2025 05/02/2025 05/06/2025 902204 277 1,648.25 5666611 550600 Vehicle Parts 2025 05/02/2025 05/06/2025 902204 277 2,156.83 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 2,334.10 5666611 550600 Vehicle Parts 2025 03/04/2025 03/07/2025 902204 9018 967.24 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 1,175.20 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 1,119.31 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 3,384.72 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 394.26 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 1,625.14 5666611 550600 Vehicle Parts 2025 12/30/2024 12/31/2024 902204 7626 2,543.72 5666611 550600 Vehicle Parts 2025 12/30/2024 12/31/2024 902204 7626 1,191.67 5666611 550600 Vehicle Parts 2025 12/19/2024 12/20/2024 902204 7492 864.95 5666611 550600 Vehicle Parts 2025 12/12/2024 12/16/2024 902204 7323 90.28 5666611 550600 Vehicle Parts 2025 11/27/2024 12/03/2024 902204 7035 2,578.57 5666611 550600 Vehicle Parts 2025 11/27/2024 12/03/2024 902204 7035 1,078.38 5666611 550600 Vehicle Parts 2025 11/27/2024 12/03/2024 902204 7035 2,758.06 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 1,128.17 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 3,388.66 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 1,549.42 5666611 550600 Vehicle Parts 2025 06/16/2025 06/16/2025 902204 CRED MEMO -47.52 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 47.52 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 68.97 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 17.12 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 17.12 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 366.64 5666611 550600 Vehicle Parts 2025 12/12/2024 12/13/2024 902204 CRED MEMO -76.03 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 76.03 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 36.37 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 514.08 5666611 550600 Vehicle Parts 2025 12/05/2024 12/05/2024 902204 CRED MEMO -211.44 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 1,083.14 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 215.32 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 211.44 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 127.27 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 169.60 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 556.59 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 261.88 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 84.80 5666611 550600 Vehicle Parts 2025 06/10/2025 06/11/2025 902204 1091 264.00 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902204 9289 504.16 5666611 550600 Vehicle Parts 2025 03/17/2025 03/17/2025 902204 CRED MEMO -127.02 5666611 550600 Vehicle Parts 2025 03/17/2025 03/17/2025 902204 CRED MEMO -202.50 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 2,064.67 5666611 550600 Vehicle Parts 2025 03/12/2025 03/13/2025 902204 9180 127.18 5666611 550600 Vehicle Parts 2025 02/28/2025 03/06/2025 902204 8946 273.91 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 76.76 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 2.15 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 182.98 5666611 550600 Vehicle Parts 2025 12/13/2024 12/16/2024 902204 7341 235.89 5666611 550600 Vehicle Parts 2025 06/30/2025 07/14/2025 902204 1768 199.90 5666611 550600 Vehicle Parts 2025 05/31/2025 05/28/2025 902204 808 149.90 5666611 550600 Vehicle Parts 2025 07/18/2025 07/21/2025 902204 1918 933.65 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 533.33 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 228.57 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 620.84 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 390.59 5666611 550600 Vehicle Parts 2025 06/20/2025 06/25/2025 902204 1356 98.53 5666611 550600 Vehicle Parts 2025 06/17/2025 06/25/2025 902204 1262 341.64 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 378.15 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 566.41 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 151.13 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 350.00 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 497.95 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 119.77 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 174.68 5666611 550600 Vehicle Parts 2025 05/21/2025 06/02/2025 902204 686 1,396.44 5666611 550600 Vehicle Parts 2025 05/21/2025 06/02/2025 902204 686 196.41 5666611 550600 Vehicle Parts 2025 05/21/2025 06/02/2025 902204 686 283.62 5666611 550600 Vehicle Parts 2025 05/21/2025 06/02/2025 902204 686 57.73 5666611 550600 Vehicle Parts 2025 04/21/2025 04/21/2025 902204 CRED MEMO -62.50 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 98.53 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 719.79 5666611 550600 Vehicle Parts 2025 04/10/2025 04/11/2025 902204 9851 45.55 5666611 550600 Vehicle Parts 2025 04/10/2025 04/11/2025 902204 9851 52.60 5666611 550600 Vehicle Parts 2025 04/10/2025 04/11/2025 902204 9851 591.10 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 1,685.37 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 835.62 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 2,334.20 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 995.82 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 65.38 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 583.10 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 267.62 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 645.44 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 821.44 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 668.92 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 492.92 5666611 550600 Vehicle Parts 2025 03/05/2025 03/05/2025 902204 CRED MEMO -668.92 5666611 550600 Vehicle Parts 2025 03/05/2025 03/05/2025 902204 CRED MEMO -821.44 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 72.44 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 1,080.65 5666611 550600 Vehicle Parts 2025 02/03/2025 02/03/2025 902204 CRED MEMO -1,008.48 5666611 550600 Vehicle Parts 2025 02/03/2025 02/03/2025 902204 CRED MEMO -319.64 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 331.74 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 651.38 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 264.50 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 334.46 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 1,008.48 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 132.06 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 319.64 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 378.15 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 3,285.80 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 295.36 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 500.35 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 865.68 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 20.20 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 571.74 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 780.21 5666611 550600 Vehicle Parts 2025 05/23/2025 06/02/2025 902204 759 1,014.68 5666611 550600 Vehicle Parts 2025 05/23/2025 06/02/2025 902204 759 1,453.04 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 278.14 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 326.01 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 5,674.00 5666611 550600 Vehicle Parts 2025 05/23/2025 06/02/2025 902204 759 1,764.32 5666611 550600 Vehicle Parts 2025 05/05/2025 05/08/2025 902204 346 566.52 5666611 550600 Vehicle Parts 2025 04/28/2025 04/28/2025 902204 173 11,348.00 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 1,535.76 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 330.47 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 1,626.92 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 1,890.44 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 119.97 5666611 550600 Vehicle Parts 2025 07/02/2025 07/08/2025 1562 72.42 5666611 550600 Vehicle Parts 2025 07/18/2025 07/21/2025 902204 1918 301.23 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 402.24 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 2,143.48 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 206.15 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 367.51 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 52.32 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 878.20 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 208.15 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 294.83 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 913.34 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 813.08 5666611 550600 Vehicle Parts 2025 07/02/2025 07/08/2025 902204 1562 1,569.59 5666611 550600 Vehicle Parts 2025 07/02/2025 07/08/2025 902204 1562 5,792.65 5666611 550600 Vehicle Parts 2025 07/02/2025 07/08/2025 902204 1562 738.14 5666611 550600 Vehicle Parts 2025 07/02/2025 07/08/2025 902204 1562 5,811.74 5666611 550600 Vehicle Parts 2025 07/02/2025 07/08/2025 902204 1562 75.42 5666611 550600 Vehicle Parts 2025 07/25/2025 837.17 5666611 550600 Vehicle Parts 2025 07/25/2025 577.41 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 1,030.06 5666611 550600 Vehicle Parts 2025 06/11/2025 06/18/2025 902204 1125 181.30 5666611 550600 Vehicle Parts 2025 06/11/2025 06/18/2025 902204 1125 208.59 5666611 550600 Vehicle Parts 2025 06/11/2025 06/18/2025 902204 1125 2,521.74 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 36.34 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 516.13 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 5,034.66 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 98.35 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 467.88 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 2,030.79 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 959.81 5666611 550600 Vehicle Parts 2025 05/23/2025 06/02/2025 902204 759 482.64 5666611 550600 Vehicle Parts 2025 05/23/2025 06/02/2025 902204 759 1,184.67 5666611 550600 Vehicle Parts 2025 05/23/2025 06/02/2025 902204 759 1,184.67 5666611 550600 Vehicle Parts 2025 05/23/2025 06/02/2025 902204 759 301.23 5666611 550600 Vehicle Parts 2025 05/23/2025 06/02/2025 902204 759 46.76 5666611 550600 Vehicle Parts 2025 05/05/2025 05/08/2025 902204 346 257.07 5666611 550600 Vehicle Parts 2025 05/02/2025 05/08/2025 902204 277 473.63 5666611 550600 Vehicle Parts 2025 05/02/2025 05/07/2025 902204 277 1,092.85 5666611 550600 Vehicle Parts 2025 04/28/2025 04/28/2025 902204 173 537.54 5666611 550600 Vehicle Parts 2025 04/28/2025 04/28/2025 902204 173 258.95 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 5,378.35 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 1,647.93 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 2,972.01 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 405.49 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 159.04 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 49.81 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 122.54 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 1,845.01 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 417.68 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 428.80 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 1,885.83 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 1,564.59 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 2,116.10 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 253.16 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 593.01 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 905.36 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902204 9289 247.90 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 98.35 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 380.52 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 369.40 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 130.29 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 451.79 5666611 550600 Vehicle Parts 2025 03/04/2025 03/07/2025 902204 9018 644.05 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 91.33 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 319.99 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 253.86 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 2,271.77 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 2,551.07 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 434.99 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 729.89 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 1,197.11 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 3,177.06 5666611 550600 Vehicle Parts 2025 02/03/2025 02/04/2025 902204 8356 835.50 5666611 550600 Vehicle Parts 2025 02/03/2025 02/04/2025 902204 8356 1,033.36 5666611 550600 Vehicle Parts 2025 02/03/2025 02/04/2025 902204 8356 498.01 5666611 550600 Vehicle Parts 2025 02/03/2025 02/04/2025 902204 8356 730.44 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 333.75 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 761.35 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 205.16 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 90.03 5666611 550600 Vehicle Parts 2025 01/14/2025 01/14/2025 902204 CRED MEMO -4,150.04 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 4,150.04 5666611 550600 Vehicle Parts 2025 01/10/2025 01/14/2025 902204 7894 311.70 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 430.04 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 126.86 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 376.41 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 189.48 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 1,222.23 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 788.83 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 783.92 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 61.11 5666611 550600 Vehicle Parts 2025 12/24/2024 12/30/2024 902204 7573 5,200.52 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 781.91 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 562.64 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 46.23 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 209.57 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 271.20 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 61.14 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 410.22 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 372.37 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 686.83 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 425.28 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6947 55.75 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 162.83 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 232.51 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 144.59 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 143.33 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 785.48 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 3,814.03 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 178.93 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 976.53 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 2,431.33 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 354.08 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 174.89 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 393.41 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 354.30 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 556.74 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 156.07 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 271.54 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 940.19 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 113.22 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 649.97 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 2,122.09 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 337.13 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 304.75 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 99.65 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 421.40 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 73.54 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 1,811.07 5666611 550600 Vehicle Parts 2025 02/03/2025 02/04/2025 902204 8356 1,652.38 5666611 550600 Vehicle Parts 2025 02/03/2025 02/04/2025 902204 8356 59.76 5666611 550600 Vehicle Parts 2025 12/30/2024 12/31/2024 902204 7626 248.19 5666611 550600 Vehicle Parts 2025 12/30/2024 12/31/2024 902204 7626 82.94 5666611 550600 Vehicle Parts 2025 11/12/2024 11/14/2024 902204 6635 3,993.97 5666611 550600 Vehicle Parts 2025 11/12/2024 11/14/2024 902204 6635 449.44 5666611 550600 Vehicle Parts 2025 12/31/2024 12/26/2024 902204 7567 274.51 5666611 550600 Vehicle Parts 2025 12/31/2024 12/26/2024 902204 7564 2,062.28 5666611 550600 Vehicle Parts 2025 07/02/2025 07/10/2025 902204 1562 261.06 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 1,121.22 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 333.69 5666611 550600 Vehicle Parts 2025 06/11/2025 06/16/2025 902204 1125 17.06 5666611 550600 Vehicle Parts 2025 06/03/2025 06/09/2025 902204 944 59.51 5666611 550600 Vehicle Parts 2025 05/27/2025 06/09/2025 902204 798 1,485.20 5666611 550600 Vehicle Parts 2025 05/27/2025 06/09/2025 902204 798 10.55 5666611 550600 Vehicle Parts 2025 05/27/2025 06/09/2025 902204 798 80.04 5666611 550600 Vehicle Parts 2025 05/05/2025 05/08/2025 902204 346 19.17 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 42.72 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 14.02 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902165 9289 13.32 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902165 9289 119.28 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 93.92 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 35.30 5666611 550600 Vehicle Parts 2025 12/02/2024 12/03/2024 902204 7081 95.34 5666611 550600 Vehicle Parts 2025 12/02/2024 12/03/2024 902204 7081 10.64 5666611 550600 Vehicle Parts 2025 11/22/2024 11/26/2024 902204 6924 40.18 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 131.31 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 28.22 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 2.39 5666611 550600 Vehicle Parts 2025 10/22/2024 11/01/2024 902204 6166 440.55 5666611 550600 Vehicle Parts 2025 07/18/2025 07/21/2025 902204 1918 327.86 5666611 550600 Vehicle Parts 2025 07/18/2025 07/21/2025 902204 1918 89.94 5666611 550600 Vehicle Parts 2025 07/18/2025 07/21/2025 902204 1918 82.72 5666611 550600 Vehicle Parts 2025 07/18/2025 07/21/2025 902204 1918 194.80 5666611 550600 Vehicle Parts 2025 07/18/2025 07/21/2025 902204 1918 88.10 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 24.31 5666611 550600 Vehicle Parts 2025 07/15/2025 07/17/2025 902204 1814 46.79 5666611 550600 Vehicle Parts 2025 07/15/2025 07/15/2025 902204 CRED MEMO -1,000.00 5666611 550600 Vehicle Parts 2025 07/15/2025 07/15/2025 902204 CRED MEMO -94.94 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 484.24 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 365.20 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 15.44 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 169.40 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 89.87 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 730.47 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 40.04 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 84.88 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 129.68 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 118.44 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 118.19 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 74.95 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 145.70 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 47.04 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 27.73 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 4.68 5666611 550600 Vehicle Parts 2025 07/02/2025 07/11/2025 902204 1562 38.28 5666611 550600 Vehicle Parts 2025 07/02/2025 07/11/2025 902204 1562 1,400.00 5666611 550600 Vehicle Parts 2025 07/02/2025 07/11/2025 902204 1562 54.92 5666611 550600 Vehicle Parts 2025 07/02/2025 07/11/2025 902204 1562 283.15 5666611 550600 Vehicle Parts 2025 07/02/2025 07/11/2025 902204 1562 102.55 5666611 550600 Vehicle Parts 2025 07/02/2025 07/11/2025 902204 1562 137.91 5666611 550600 Vehicle Parts 2025 07/02/2025 07/10/2025 902204 1562 10.66 5666611 550600 Vehicle Parts 2025 07/02/2025 07/10/2025 902204 1562 200.22 5666611 550600 Vehicle Parts 2025 07/02/2025 07/10/2025 902204 1562 95.29 5666611 550600 Vehicle Parts 2025 07/02/2025 07/10/2025 902204 1562 127.05 5666611 550600 Vehicle Parts 2025 07/02/2025 07/10/2025 902204 1562 69.00 5666611 550600 Vehicle Parts 2025 07/02/2025 07/10/2025 902204 1562 43.24 5666611 550600 Vehicle Parts 2025 07/02/2025 07/10/2025 902204 1562 54.69 5666611 550600 Vehicle Parts 2025 07/02/2025 07/10/2025 902204 1562 293.42 5666611 550600 Vehicle Parts 2025 07/02/2025 07/10/2025 902204 1562 201.70 5666611 550600 Vehicle Parts 2025 07/02/2025 07/10/2025 902204 1562 47.28 5666611 550600 Vehicle Parts 2025 07/02/2025 07/10/2025 902204 1562 282.30 5666611 550600 Vehicle Parts 2025 07/02/2025 07/10/2025 902204 1562 356.68 5666611 550600 Vehicle Parts 2025 07/03/2025 07/03/2025 902204 CRED MEMO -102.55 5666611 550600 Vehicle Parts 2025 07/03/2025 07/03/2025 902204 CRED MEMO -282.30 5666611 550600 Vehicle Parts 2025 07/03/2025 07/03/2025 902204 CRED MEMO -200.00 5666611 550600 Vehicle Parts 2025 07/25/2025 392.29 5666611 550600 Vehicle Parts 2025 07/25/2025 402.01 5666611 550600 Vehicle Parts 2025 07/25/2025 201.39 5666611 550600 Vehicle Parts 2025 07/25/2025 80.72 5666611 550600 Vehicle Parts 2025 07/25/2025 60.58 5666611 550600 Vehicle Parts 2025 07/25/2025 287.33 5666611 550600 Vehicle Parts 2025 07/25/2025 83.37 5666611 550600 Vehicle Parts 2025 07/25/2025 177.27 5666611 550600 Vehicle Parts 2025 07/25/2025 125.30 5666611 550600 Vehicle Parts 2025 07/25/2025 168.30 5666611 550600 Vehicle Parts 2025 07/25/2025 390.55 5666611 550600 Vehicle Parts 2025 07/25/2025 56.10 5666611 550600 Vehicle Parts 2025 06/25/2025 07/17/2025 902204 1438 170.50 5666611 550600 Vehicle Parts 2025 06/25/2025 07/17/2025 902204 1438 43.24 5666611 550600 Vehicle Parts 2025 06/25/2025 07/17/2025 902204 1438 39.17 5666611 550600 Vehicle Parts 2025 06/25/2025 07/17/2025 902204 1438 50.28 5666611 550600 Vehicle Parts 2025 06/25/2025 07/17/2025 902204 1438 123.75 5666611 550600 Vehicle Parts 2025 06/25/2025 07/17/2025 902204 1438 98.69 5666611 550600 Vehicle Parts 2025 06/25/2025 07/17/2025 902204 1438 28.29 5666611 550600 Vehicle Parts 2025 06/25/2025 07/17/2025 902204 1438 460.81 5666611 550600 Vehicle Parts 2025 06/25/2025 07/17/2025 902204 1438 113.36 5666611 550600 Vehicle Parts 2025 06/25/2025 07/17/2025 902204 1438 61.17 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 154.95 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 233.12 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 23.20 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 95.89 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 202.40 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 55.98 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 364.13 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 2.34 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 342.14 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 99.69 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 1,000.77 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 287.10 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 84.52 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 17.07 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 7.70 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 510.80 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 146.57 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 132.70 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 108.72 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 273.94 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 38.28 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 860.45 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 31.74 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 91.74 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 31.90 5666611 550600 Vehicle Parts 2025 06/17/2025 06/20/2025 902204 1262 509.55 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 195.52 5666611 550600 Vehicle Parts 2025 06/13/2025 06/13/2025 902204 CRED MEMO -500.00 5666611 550600 Vehicle Parts 2025 06/13/2025 06/13/2025 902204 CRED MEMO -94.94 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 115.50 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 166.10 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 1,269.55 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 576.27 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 636.74 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 37.22 5666611 550600 Vehicle Parts 2025 05/23/2025 06/05/2025 902204 759 47.98 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 139.13 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 91.74 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 365.20 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 195.52 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 154.00 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 85.80 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 325.69 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 5.60 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 91.74 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 175.42 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 451.45 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 123.68 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 828.67 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 55.44 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 76.13 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 55.44 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 365.20 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 250.25 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 172.96 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 153.35 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 16.39 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 83.75 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 201.70 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 290.54 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 180.48 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 3,834.24 5666611 550600 Vehicle Parts 2025 05/27/2025 06/02/2025 902204 798 43.95 5666611 550600 Vehicle Parts 2025 05/02/2025 05/09/2025 902204 277 63.70 5666611 550600 Vehicle Parts 2025 05/02/2025 05/09/2025 902204 277 2.38 5666611 550600 Vehicle Parts 2025 05/02/2025 05/09/2025 902204 277 556.90 5666611 550600 Vehicle Parts 2025 05/02/2025 05/09/2025 902204 277 246.73 5666611 550600 Vehicle Parts 2025 05/02/2025 05/09/2025 902204 277 89.32 5666611 550600 Vehicle Parts 2025 05/09/2025 05/09/2025 902204 CRED MEMO -234.34 5666611 550600 Vehicle Parts 2025 05/05/2025 05/09/2025 902204 346 509.83 5666611 550600 Vehicle Parts 2025 05/05/2025 05/09/2025 902204 346 130.90 5666611 550600 Vehicle Parts 2025 05/02/2025 05/08/2025 902204 277 199.96 5666611 550600 Vehicle Parts 2025 05/02/2025 05/08/2025 902204 277 17.05 5666611 550600 Vehicle Parts 2025 05/02/2025 05/06/2025 902204 277 96.80 5666611 550600 Vehicle Parts 2025 05/06/2025 05/06/2025 902204 CRED MEMO -96.80 5666611 550600 Vehicle Parts 2025 04/29/2025 04/29/2025 902204 CRED MEMO -24.53 5666611 550600 Vehicle Parts 2025 04/28/2025 04/28/2025 902204 173 284.26 5666611 550600 Vehicle Parts 2025 04/28/2025 04/28/2025 902204 173 199.96 5666611 550600 Vehicle Parts 2025 04/28/2025 04/28/2025 902204 173 37.32 5666611 550600 Vehicle Parts 2025 04/28/2025 04/28/2025 902204 173 105.75 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 56.99 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 146.30 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 51.23 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 637.61 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 6.88 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 234.34 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 80.52 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 141.48 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 97.02 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 118.99 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 66.66 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 251.90 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 80.44 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 539.55 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 228.80 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 361.27 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 266.53 5666611 550600 Vehicle Parts 2025 04/21/2025 04/21/2025 902204 CRED MEMO -83.28 5666611 550600 Vehicle Parts 2025 04/21/2025 04/21/2025 902204 CRED MEMO -85.62 5666611 550600 Vehicle Parts 2025 04/21/2025 04/21/2025 902204 CRED MEMO -500.00 5666611 550600 Vehicle Parts 2025 04/21/2025 04/21/2025 902204 CRED MEMO -100.00 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 27.83 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 77.82 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 809.71 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 172.54 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 88.48 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 2.34 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 191.48 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 25.85 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 395.31 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 266.97 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 490.88 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 66.55 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 440.66 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 25.38 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 51.70 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 7.78 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 15.08 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 25.62 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 83.28 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 85.62 5666611 550600 Vehicle Parts 2025 04/10/2025 04/11/2025 902204 9851 116.56 5666611 550600 Vehicle Parts 2025 04/10/2025 04/11/2025 902204 9851 189.48 5666611 550600 Vehicle Parts 2025 04/10/2025 04/11/2025 902204 9851 52.97 5666611 550600 Vehicle Parts 2025 04/10/2025 04/11/2025 902204 9851 165.44 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 392.92 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 255.90 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 201.30 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 6,059.52 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 55.86 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 106.59 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 30.24 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 170.64 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 137.97 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 19.86 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 97.46 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 392.37 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 178.71 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 91.96 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 186.00 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 81.10 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 99.00 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 661.88 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 4.05 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 50.60 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 186.00 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 13.64 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 112.20 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 23.43 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 333.33 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 25.08 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 36.30 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 452.90 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 189.75 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 9592 205.43 5666611 550600 Vehicle Parts 2025 03/19/2025 03/20/2025 902204 9322 172.02 5666611 550600 Vehicle Parts 2025 03/19/2025 03/20/2025 902204 9322 4.70 5666611 550600 Vehicle Parts 2025 03/19/2025 03/20/2025 902204 9322 15.11 5666611 550600 Vehicle Parts 2025 03/18/2025 03/19/2025 902204 9289 20.13 5666611 550600 Vehicle Parts 2025 03/17/2025 03/17/2025 902204 CRED MEMO -3.58 5666611 550600 Vehicle Parts 2025 03/17/2025 03/17/2025 902204 CRED MEMO -91.08 5666611 550600 Vehicle Parts 2025 03/17/2025 03/17/2025 902204 CRED MEMO -25.63 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 13.30 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 97.79 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 189.75 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 194.37 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 186.00 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 18.43 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 3.58 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 20.68 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 653.96 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 27.26 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 152.67 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 80.52 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 20.46 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 93.61 5666611 550600 Vehicle Parts 2025 03/13/2025 03/17/2025 902204 9221 365.20 5666611 550600 Vehicle Parts 2025 03/13/2025 03/14/2025 902204 9221 423.50 5666611 550600 Vehicle Parts 2025 03/13/2025 03/14/2025 902204 9221 25.63 5666611 550600 Vehicle Parts 2025 03/13/2025 03/14/2025 902204 9221 91.08 5666611 550600 Vehicle Parts 2025 03/13/2025 03/14/2025 902204 9221 14.68 5666611 550600 Vehicle Parts 2025 03/13/2025 03/14/2025 902204 9221 15.14 5666611 550600 Vehicle Parts 2025 03/13/2025 03/14/2025 902204 9221 112.46 5666611 550600 Vehicle Parts 2025 03/13/2025 03/14/2025 902204 9221 59.41 5666611 550600 Vehicle Parts 2025 03/13/2025 03/14/2025 902204 9221 138.15 5666611 550600 Vehicle Parts 2025 03/12/2025 03/14/2025 902204 9180 18.59 5666611 550600 Vehicle Parts 2025 03/12/2025 03/14/2025 902204 9180 401.92 5666611 550600 Vehicle Parts 2025 03/12/2025 03/14/2025 902204 9180 91.96 5666611 550600 Vehicle Parts 2025 03/12/2025 03/14/2025 902204 9180 52.98 5666611 550600 Vehicle Parts 2025 03/12/2025 03/13/2025 902204 9180 97.79 5666611 550600 Vehicle Parts 2025 03/04/2025 03/07/2025 902204 9018 262.30 5666611 550600 Vehicle Parts 2025 03/04/2025 03/07/2025 902204 9018 539.92 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 209.39 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 850.43 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 24.26 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 365.20 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 51.70 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 175.09 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 70.00 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 9.12 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 48.04 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 2.75 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 34.16 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 111.80 5666611 550600 Vehicle Parts 2025 03/05/2025 03/05/2025 902204 CRED MEMO -100.00 5666611 550600 Vehicle Parts 2025 03/05/2025 03/05/2025 902204 CRED MEMO -9.12 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 296.24 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 40.92 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 260.95 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 22.66 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 50.90 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 25.08 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 287.10 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 255.90 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 23.10 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 488.78 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 5.25 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 51.70 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 514.50 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 606.24 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 59.51 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 9.12 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 91.96 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 62.35 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 7.45 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 217.36 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 124.00 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 49.07 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 365.20 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 231.39 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 25.08 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 759.90 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 233.20 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 274.70 5666611 550600 Vehicle Parts 2025 02/12/2025 02/12/2025 902204 CRED MEMO -100.00 5666611 550600 Vehicle Parts 2025 02/12/2025 02/12/2025 902204 CRED MEMO -25.08 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 27.13 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 105.55 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 100.65 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 91.96 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 22.66 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 225.50 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 119.04 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 141.70 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 804.76 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 20.13 5666611 550600 Vehicle Parts 2025 02/06/2025 02/10/2025 902204 8482 325.60 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 260.28 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 22.66 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 157.08 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 293.10 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 29.50 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 114.40 5666611 550600 Vehicle Parts 2025 02/05/2025 02/06/2025 902204 8453 335.32 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 33.00 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 420.92 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 431.73 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 21.58 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 50.59 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 490.88 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 60.50 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 519.75 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 107.32 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 306.90 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 91.74 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 1,100.00 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 602.80 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 91.96 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 48.82 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 52.97 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 80.52 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 160.28 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 19.86 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 148.84 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 26.95 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 130.20 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 189.53 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 9.81 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 34.96 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 31.68 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 553.84 5666611 550600 Vehicle Parts 2025 01/31/2025 02/04/2025 902204 8331 7.16 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 182.78 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 17.05 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 25.08 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 25.08 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 40.96 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 186.60 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 129.03 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 462.00 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 567.38 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 253.84 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 419.87 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 116.03 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 277.90 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 190.01 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 51.01 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 23.91 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 223.30 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 94.60 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 162.01 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 64.13 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 91.48 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 127.03 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 7.58 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 361.00 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 42.10 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 22.33 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 338.00 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 22.66 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 194.79 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 833.30 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 91.74 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 292.09 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 105.49 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 118.80 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 21.72 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 19.86 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 25.62 5666611 550600 Vehicle Parts 2025 01/09/2025 01/10/2025 902204 CRED MEMO -50.00 5666611 550600 Vehicle Parts 2025 01/09/2025 01/10/2025 902204 CRED MEMO -66.88 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 101.18 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 123.52 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 689.88 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 124.30 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 519.75 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 91.98 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 19.86 5666611 550600 Vehicle Parts 2025 01/06/2025 01/08/2025 902204 7760 225.58 5666611 550600 Vehicle Parts 2025 01/06/2025 01/08/2025 902204 7760 66.88 5666611 550600 Vehicle Parts 2025 01/06/2025 01/08/2025 902204 7760 374.00 5666611 550600 Vehicle Parts 2025 01/06/2025 01/08/2025 902204 7760 74.25 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 148.08 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 32.78 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 138.60 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 950.00 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 66.00 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 11.89 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 7.65 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 162.47 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 276.88 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 326.00 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 324.52 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 59.82 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 100.58 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 4.15 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 24.86 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 23.10 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 103.62 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 293.10 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 293.10 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 59.69 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 979.11 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 283.80 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 13.75 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 50.82 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 143.00 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 52.98 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 356.04 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 62.70 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 249.96 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 155.10 5666611 550600 Vehicle Parts 2025 12/30/2024 12/31/2024 902204 7626 397.52 5666611 550600 Vehicle Parts 2025 12/30/2024 12/31/2024 902204 7626 77.36 5666611 550600 Vehicle Parts 2025 12/30/2024 12/31/2024 902204 7626 50.90 5666611 550600 Vehicle Parts 2025 12/12/2024 12/16/2024 902204 7323 101.89 5666611 550600 Vehicle Parts 2025 12/12/2024 12/16/2024 902204 7323 96.80 5666611 550600 Vehicle Parts 2025 12/12/2024 12/16/2024 902204 7323 97.79 5666611 550600 Vehicle Parts 2025 12/12/2024 12/16/2024 902204 7323 313.74 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 145.75 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 55.88 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 49.07 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 1.79 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 168.38 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 96.38 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 89.36 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 108.35 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 75.16 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 220.32 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 7.16 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 150.59 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 81.20 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 60.10 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 199.29 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 18.51 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 371.80 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 19.10 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 132.92 5666611 550600 Vehicle Parts 2025 12/05/2024 12/05/2024 902204 CRED MEMO -1,000.00 5666611 550600 Vehicle Parts 2025 12/05/2024 12/05/2024 902204 CRED MEMO -91.10 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 202.40 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 137.94 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 195.90 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 4.24 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 194.26 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6947 406.32 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6947 1,139.60 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6947 407.21 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6947 174.75 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6947 134.70 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6947 13.64 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6947 335.00 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6947 47.00 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6947 177.65 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 491.16 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 59.74 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 33.78 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 75.99 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 177.10 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 194.45 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 371.80 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 9.68 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 103.95 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 242.50 5666611 550600 Vehicle Parts 2025 11/19/2024 11/26/2024 902204 6785 125.55 5666611 550600 Vehicle Parts 2025 11/25/2024 11/25/2024 902204 CRED MEMO -335.00 5666611 550600 Vehicle Parts 2025 11/19/2024 11/19/2024 902204 CRED MEMO -1,250.00 5666611 550600 Vehicle Parts 2025 11/14/2024 11/15/2024 902204 CRED MEMO -344.60 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 344.60 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 192.94 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 189.53 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 91.74 5666611 550600 Vehicle Parts 2025 11/13/2024 11/14/2024 902204 6679 1,341.25 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 19.85 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 229.86 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 129.66 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 19.86 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 177.10 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 421.30 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 19.86 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 20.68 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 12.22 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 22.90 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 765.91 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 5,948.92 5666611 550600 Vehicle Parts 2025 11/12/2024 11/13/2024 902204 6635 192.39 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 295.36 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 48.60 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 5.44 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 17.14 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 19.86 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 224.96 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 71.60 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 24.75 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 14.04 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 12.23 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 65.17 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 12.50 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 368.22 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 34.63 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 195.00 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 124.00 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 188.17 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 57.60 5666611 550600 Vehicle Parts 2025 11/06/2024 11/06/2024 902204 CRED MEMO -57.60 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 273.73 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 312.13 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 371.00 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 392.46 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 50.88 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 91.74 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 264.99 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 19.86 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 52.22 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 92.09 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 713.27 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 183.70 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 212.40 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 178.67 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 24.42 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 108.79 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 97.79 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 19.86 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 63.00 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 209.64 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 27.48 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 7.70 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 229.86 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 84.18 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 223.40 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 284.66 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 19.86 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 173.46 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 91.74 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 127.15 5666611 550600 Vehicle Parts 2025 10/24/2024 10/30/2024 902204 6222 38.93 5666611 550600 Vehicle Parts 2025 10/25/2024 10/25/2024 902204 CRED MEMO -27.48 5666611 550600 Vehicle Parts 2025 12/31/2024 01/23/2025 902204 8141 721.09 5666611 550600 Vehicle Parts 2025 12/31/2024 01/23/2025 902204 8143 -46.78 5666611 550600 Vehicle Parts 2025 07/18/2025 07/21/2025 902204 1918 911.80 5666611 550600 Vehicle Parts 2025 07/18/2025 07/21/2025 902204 1918 968.54 5666611 550600 Vehicle Parts 2025 07/18/2025 07/21/2025 902204 1918 496.67 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 339.41 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 263.87 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 117.22 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 33.78 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 94.70 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 413.85 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 625.84 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 97.68 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 703.19 5666611 550600 Vehicle Parts 2025 07/11/2025 07/14/2025 902204 1728 246.56 5666611 550600 Vehicle Parts 2025 07/02/2025 07/11/2025 902204 1562 100.69 5666611 550600 Vehicle Parts 2025 07/02/2025 07/11/2025 902204 1562 619.80 5666611 550600 Vehicle Parts 2025 07/02/2025 07/11/2025 902204 1562 183.68 5666611 550600 Vehicle Parts 2025 07/02/2025 07/11/2025 902204 1562 287.94 5666611 550600 Vehicle Parts 2025 06/25/2025 07/17/2025 902204 1438 331.87 5666611 550600 Vehicle Parts 2025 06/25/2025 07/17/2025 902204 1438 74.06 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 634.99 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 1,559.31 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 255.83 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 1,336.31 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 32.71 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 190.07 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 2,324.89 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 483.87 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 166.99 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 902204 1125 644.32 5666611 550600 Vehicle Parts 2025 06/09/2025 06/10/2025 902204 1057 4,569.76 5666611 550600 Vehicle Parts 2025 05/27/2025 06/03/2025 902204 798 138.08 5666611 550600 Vehicle Parts 2025 05/27/2025 06/03/2025 902204 798 366.82 5666611 550600 Vehicle Parts 2025 05/23/2025 06/03/2025 902204 759 19.12 5666611 550600 Vehicle Parts 2025 05/23/2025 06/03/2025 902204 759 75.56 5666611 550600 Vehicle Parts 2025 05/23/2025 06/03/2025 902204 759 49.78 5666611 550600 Vehicle Parts 2025 05/23/2025 06/03/2025 902204 759 174.69 5666611 550600 Vehicle Parts 2025 05/23/2025 06/03/2025 902204 759 390.34 5666611 550600 Vehicle Parts 2025 05/23/2025 06/03/2025 902204 759 2,543.23 5666611 550600 Vehicle Parts 2025 05/23/2025 06/03/2025 902204 759 536.59 5666611 550600 Vehicle Parts 2025 05/23/2025 06/03/2025 902204 759 617.26 5666611 550600 Vehicle Parts 2025 05/23/2025 06/03/2025 902204 759 790.42 5666611 550600 Vehicle Parts 2025 05/23/2025 06/03/2025 902204 759 964.89 5666611 550600 Vehicle Parts 2025 05/23/2025 06/03/2025 902204 759 83.06 5666611 550600 Vehicle Parts 2025 05/23/2025 06/03/2025 902204 759 130.74 5666611 550600 Vehicle Parts 2025 05/02/2025 05/09/2025 902204 277 643.28 5666611 550600 Vehicle Parts 2025 05/02/2025 05/09/2025 902204 277 1,486.45 5666611 550600 Vehicle Parts 2025 04/25/2025 04/28/2025 902204 160 444.90 5666611 550600 Vehicle Parts 2025 04/28/2025 04/28/2025 902204 173 427.39 5666611 550600 Vehicle Parts 2025 04/28/2025 04/28/2025 902204 173 498.53 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 252.72 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 331.30 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 74.99 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 197.17 5666611 550600 Vehicle Parts 2025 04/17/2025 04/21/2025 902204 9975 324.67 5666611 550600 Vehicle Parts 2025 04/10/2025 04/15/2025 902204 9851 2,664.70 5666611 550600 Vehicle Parts 2025 04/10/2025 04/15/2025 902204 9851 158.45 5666611 550600 Vehicle Parts 2025 04/10/2025 04/11/2025 902204 9851 12.99 5666611 550600 Vehicle Parts 2025 04/10/2025 04/11/2025 902204 9851 54.97 5666611 550600 Vehicle Parts 2025 04/10/2025 04/11/2025 902204 9851 827.64 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 143.19 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 506.01 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 198.61 5666611 550600 Vehicle Parts 2025 04/08/2025 04/10/2025 902204 9770 124.19 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 102.27 5666611 550600 Vehicle Parts 2025 04/04/2025 04/08/2025 902204 9696 780.96 5666611 550600 Vehicle Parts 2025 04/02/2025 04/04/2025 902204 9621 979.03 5666611 550600 Vehicle Parts 2025 04/02/2025 04/04/2025 902204 9621 49.40 5666611 550600 Vehicle Parts 2025 04/02/2025 04/04/2025 902204 9621 802.30 5666611 550600 Vehicle Parts 2025 04/02/2025 04/04/2025 902204 9621 42.50 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 159.60 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 291.81 5666611 550600 Vehicle Parts 2025 04/01/2025 04/04/2025 902204 9592 49.03 5666611 550600 Vehicle Parts 2025 03/19/2025 03/20/2025 902204 9322 217.46 5666611 550600 Vehicle Parts 2025 03/04/2025 03/07/2025 902204 9018 432.98 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 479.08 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 780.30 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 864.86 5666611 550600 Vehicle Parts 2025 03/03/2025 03/05/2025 902204 8975 228.01 5666611 550600 Vehicle Parts 2025 02/24/2025 02/25/2025 902204 8804 2,474.30 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 120.59 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 1,347.10 5666611 550600 Vehicle Parts 2025 02/18/2025 02/21/2025 902204 8695 313.99 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 2,429.20 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 891.11 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 1,976.82 5666611 550600 Vehicle Parts 2025 02/11/2025 02/14/2025 902204 8568 193.24 5666611 550600 Vehicle Parts 2025 02/03/2025 02/04/2025 902204 8356 1,051.11 5666611 550600 Vehicle Parts 2025 02/03/2025 02/04/2025 902204 8356 218.04 5666611 550600 Vehicle Parts 2025 02/03/2025 02/04/2025 902204 8356 1,234.76 5666611 550600 Vehicle Parts 2025 02/03/2025 02/04/2025 902204 8356 195.98 5666611 550600 Vehicle Parts 2025 02/03/2025 02/04/2025 902204 8356 1,500.54 5666611 550600 Vehicle Parts 2025 02/03/2025 02/04/2025 902204 8356 201.16 5666611 550600 Vehicle Parts 2025 02/03/2025 02/04/2025 902204 8356 405.93 5666611 550600 Vehicle Parts 2025 02/03/2025 02/04/2025 902204 8356 170.16 5666611 550600 Vehicle Parts 2025 02/03/2025 02/04/2025 902204 8356 101.70 5666611 550600 Vehicle Parts 2025 01/24/2025 01/24/2025 902204 CRED MEMO -216.41 5666611 550600 Vehicle Parts 2025 01/24/2025 01/24/2025 902204 CRED MEMO -41.69 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 774.35 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 218.61 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 500.18 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 2,062.40 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 264.73 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 2.04 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 1,064.39 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 272.55 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 308.50 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 57.40 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 97.67 5666611 550600 Vehicle Parts 2025 01/14/2025 01/16/2025 902204 7923 195.86 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 492.56 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 2.04 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 29.08 5666611 550600 Vehicle Parts 2025 01/07/2025 01/08/2025 902204 7793 100.55 5666611 550600 Vehicle Parts 2025 01/03/2025 01/08/2025 902204 7715 41.69 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 8.17 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 1,214.62 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 1,067.35 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 97.67 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 447.14 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 3.60 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 25.50 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 614.35 5666611 550600 Vehicle Parts 2025 12/30/2024 01/02/2025 902204 7626 571.06 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 4,088.07 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 318.32 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 3,602.20 5666611 550600 Vehicle Parts 2025 12/10/2024 12/13/2024 902204 7269 1,566.02 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 741.39 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 189.66 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 162.87 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 134.70 5666611 550600 Vehicle Parts 2025 12/04/2024 12/05/2024 902204 7118 22.68 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6947 2,127.04 5666611 550600 Vehicle Parts 2025 11/25/2024 11/27/2024 902204 6947 672.23 5666611 550600 Vehicle Parts 2025 11/19/2024 11/27/2024 902204 6785 55.56 5666611 550600 Vehicle Parts 2025 11/14/2024 11/15/2024 902204 6719 117.33 5666611 550600 Vehicle Parts 2025 11/14/2024 11/15/2024 902204 6719 31.12 5666611 550600 Vehicle Parts 2025 11/14/2024 11/15/2024 902204 6719 472.88 5666611 550600 Vehicle Parts 2025 11/14/2024 11/15/2024 902204 6719 232.99 5666611 550600 Vehicle Parts 2025 11/14/2024 11/15/2024 902204 6719 57.15 5666611 550600 Vehicle Parts 2025 11/14/2024 11/15/2024 902204 6719 762.92 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 318.24 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 158.17 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 34.16 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 230.32 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 84.76 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 8.40 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 400.85 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 95.43 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 13.18 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 190.10 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 749.94 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 389.65 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 82.56 5666611 550600 Vehicle Parts 2025 11/04/2024 11/07/2024 902204 6463 3.66 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 5.64 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 882.36 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 741.83 5666611 550600 Vehicle Parts 2025 10/24/2024 11/01/2024 902204 6222 1,184.17 5666611 550600 Vehicle Parts 2025 02/28/2025 03/24/2025 902204 9418 163.52 5666611 550600 Vehicle Parts 2025 06/25/2025 07/17/2025 902204 1438 19.00 5666611 550600 Vehicle Parts 2025 06/11/2025 06/20/2025 1125 30.50 5666611 550600 Vehicle Parts 2025 01/22/2025 01/23/2025 902204 8109 1,918.11 5666611 550600 Vehicle Parts 2025 01/02/2025 01/03/2025 902204 7671 5,718.29 5666611 550600 Vehicle Parts 2025 01/15/2025 01/16/2025 902204 7996 272.20 CHECK NO VDR NAME/ITEM DESC COMMENTS 0 ADVANCED SYSTEMS TECHNOLOGY SPRAYER DEPOT LLC G3832 SHURFLO PUMP 725532 ADVANCED SYSTEMS TECHNOLOGY SPRAYER DEPOT LLC G4330 30 AND 50 MESH SCREEN ST 725166 AGILITY FUEL SYSTEMS LLC STOCK FILTER ELEMENT KIT (12) 724202 AGILITY FUEL SYSTEMS LLC STOCK OMNITEK FILTER (10) 722863 AGILITY FUEL SYSTEMS LLC STOCK FILTER KIT ELEMENT (4) 720849 AGILITY FUEL SYSTEMS LLC STOCK FILTER ELEMENT (15) 720524 AGILITY FUEL SYSTEMS LLC G5214 FUEL DELIVERY MODULE 719990 AGILITY FUEL SYSTEMS LLC STOCK FILTER ELEMENT (5) 727050 ALTEC INDUSTRIES INC G4904 RETAINING RING AND MACHI 726730 ALTEC INDUSTRIES INC G4904 TRIGGER PLUNGER, HANDLE 726448 ALTEC INDUSTRIES INC G4905 WASHERS, LOWER BOOM WELD 726251 ALTEC INDUSTRIES INC G5347 FIXED STRAP; ANCHOR 726026 ALTEC INDUSTRIES INC G3204 PLATFORM COMPONENT COVER 725560 ALTEC INDUSTRIES INC G5439 OUTRIGGER PAD (2) 723544 ALTEC INDUSTRIES INC G4941 CONTROLLER BOOT CAP, PLA 722999 ALTEC INDUSTRIES INC G4904 3/8 CAPSCREW KIT 720769 ALTEC INDUSTRIES INC G4682 MACHINE SCREWS & THREADE 720527 ALTEC INDUSTRIES INC G4682 SPIRAL RETAINING RING, U 720240 ALTEC INDUSTRIES INC G4904 TORSION BAR 719993 ALTEC INDUSTRIES INC G4904 OEM TORSION BAR 719993 ALTEC INDUSTRIES INC G4905 SINGLE HANDLE CONTROLLER 0 AMAZON COM INC COUPLER SLEEVE (6) 0 AMAZON COM INC STOCK STARTER 0 AMAZON COM INC G5535 PORTABLE JUMPSTART BATTE 0 AMAZON COM INC STOCK HOOD BUMPER SUPPORT 0 AMAZON COM INC G4427 CAR POWER INVERTER 0 AMAZON COM INC G3840 GASKET MAKING MATERIAL 0 AMAZON COM INC G4609 SOLENOID VALVE COIL 0 AMAZON COM INC G5068 FUEL PUMP MODULE 0 AMAZON COM INC G4325 WIRE CLAMP (2) 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC 0 AMAZON COM INC G5008 MOUSE REPELLENT POUCHES 0 AMAZON COM INC G4326 MOUSE REPELLENT POUCHES 0 AMAZON COM INC STOCK GARDEN HOSE (2) 0 AMAZON COM INC STOCK FIRE EXTINGUISHER STICKE 0 AMAZON COM INC G3406 CAB MARKER LIGHT 0 AMAZON COM INC G4674 TRAILER CABLE ASSEMBLY 0 AMAZON COM INC G4326 CAB ROOF MARKER LIGHT 0 AMAZON COM INC STOCK GARDEN HOSE (2) 0 AMAZON COM INC G5125 WIRE HARNESS CONNECTOR 0 AMAZON COM INC STOCK SPEAKER 0 AMAZON COM INC G5622 AIR FILTER 0 AMAZON COM INC G5622 AIR FILTER 0 AMAZON COM INC G5056 IGNITION COIL 0 AMAZON COM INC STOCK LED TAIL LIGHT KIT 0 AMAZON COM INC STOCK WATER HOSE (3) 0 AMAZON COM INC STOCK BALL MOUNT ADAPTER (3) 0 AMAZON COM INC G4471 AIR FILTER 0 AMAZON COM INC G5552 TRAILER ADAPTER 0 AMAZON COM INC G4455 FIXED RESISTOR 0 AMAZON COM INC G5056 VOLTAGE REGULATOR 0 AMAZON COM INC G4465 HIGH AND LOW PRESSURE GA 0 AMAZON COM INC CREDIT FOR SEAL KIT 0 AMAZON COM INC SEAL KIT / RETURNED FOR CREDIT 0 AMAZON COM INC STOCK CABIN AIR FILTER (5) 0 AMAZON COM INC STOCK STICKERS FOR FUEL TANK ( 0 AMAZON COM INC G5430 RED LED TRAILER STOP BRA 0 AMAZON COM INC G4679 HEATER HOSE CONNECTORS 0 AMAZON COM INC STOCK FILTER CLEANER 0 AMAZON COM INC G4179 CARBURETOR 0 AMAZON COM INC STOCK FOG LIGHTS 0 AMAZON COM INC G4183 INTERFACE MODULE FOR LIG 0 AMAZON COM INC G4324 BOX OF 25CT CUTTING RODS 0 AMAZON COM INC STOCK HEAVY DUTY HOSE (2) 0 AMAZON COM INC STOCK DUSTPAN AND BROOM SET (3 0 AMAZON COM INC G4807 20 PACK IGNITION KEYS 0 AMAZON COM INC STOCK ELECTRICAL TAPE (3) 0 AMAZON COM INC G5379 HEAVY DUTY T-HARNESS (10 0 AMAZON COM INC G4680 HEATER HOSE CONNECTORS 0 AMAZON COM INC G4455 BRACKET 0 AMAZON COM INC G3490 TEMPERATURE SWITCH (2) 0 AMAZON COM INC G3985 FUEL SHUTDOWN SOLENOID 0 AMAZON COM INC STOCK WINDSHIELD WIPER ARM BLA 0 AMAZON COM INC G4525 SOLENOID (3) 0 AMAZON COM INC G5711 TURN SIGNAL KIT W/HORN, 0 AMAZON COM INC G5711 SIDE MIRROR AND EXTENSIO 0 AMAZON COM INC G4455 AIR SPRING VALVE (2) 0 AMAZON COM INC BATTERY DISCONNECT/ BIG SWITCH 0 AMAZON COM INC CLIP ON MICROPHONE (2) 0 AMAZON COM INC G4466 REPLACEMENT BLOWER MOTOR 0 AMAZON COM INC STOCK TRANSMISSION SPEED SENSO 0 AMAZON COM INC G5525 THREADED VENTED LID AND 0 AMAZON COM INC G5121 HOSE REEL 0 AMAZON COM INC G5496 FIFTH WHEEL SLIDE SWITCH 0 AMAZON COM INC G5150 PULL START ASSEMBLY (4) 0 AMAZON COM INC G4777 INVERTER 0 AMAZON COM INC STOCK CLEVIS HOOKS WITH SAFETY 0 AMAZON COM INC STOCK TRACTOR LIGHT POD (4) 0 AMAZON COM INC G5025 DISC BRAKE 0 AMAZON COM INC G4161 WINDSHIELD WIPER SWITCH 0 AMAZON COM INC G5648 AMP FLANGED INLET 0 AMAZON COM INC STOCK LED WORK LIGHT FLOOD LAM 0 AMAZON COM INC STOCK 2 PACK MOUSEPAD W/SUPPOR 0 AMAZON COM INC G5648 POWER INLET PLUG 0 AMAZON COM INC BRAKE PRESSURE SWITCH (2) 0 AMAZON COM INC G5391 SET OF 2 WHEEL 0 AMAZON COM INC G5268 CONNECTOR PIN AND SOCKET 0 AMAZON COM INC PISTOL GRIP GREASE GUN (3) 0 AMAZON COM INC STOCK CAR STEREO W/BLUETOOTH 0 AMAZON COM INC G4948 CONTRACTOR TOOLBOX 0 AMAZON COM INC STOCK STEERING WHEEL COVER (5) 0 AMAZON COM INC G5608 FUEL PUMP KIT 0 AMAZON COM INC STOCK - STARTER 0 AMAZON COM INC G5655 VEHICLE LAPTOP MOUNT 0 AMAZON COM INC G5289 VEHICLE LAPTOP MOUNT 0 AMAZON COM INC G5404 VEHICLE LAPTOP MOUNT 0 AMAZON COM INC G4117 ORIGINAL ELEC IND 0 AMAZON COM INC G4858 WINCH CABLE 0 AMAZON COM INC G4758 DC CONTACTOR 0 AMAZON COM INC G5263 LED STROBE LIGHTS 0 AMAZON COM INC STOCK THROTTLE SPEED SENSOR 0 AMAZON COM INC G5182 CARBURETOR 0 AMAZON COM INC STOCK FUEL TANK STICKERS 0 AMAZON COM INC STOCK AIR FILTER FITS AND JW S 0 AMAZON COM INC AIR FILTER 0 AMAZON COM INC G5268 SIDE MIRRORS 0 AMAZON COM INC STOCK LIGHT POD (3) 0 AMAZON COM INC G2569 FORKLIFT MASTER CYLINDER 0 AMAZON COM INC G4858 SELF LEVELING CAULKING 0 AMAZON COM INC G4809 SOLENOID RELAY SWITCH 0 AMAZON COM INC STOCK - GLADE SPRAY REFILL 0 AMAZON COM INC G5652 SIDE MIRRORS (2) 0 AMAZON COM INC STOCK BRUSH AND DUSTPAN 0 AMAZON COM INC G3985 FUEL SHUTOFF SOLENOID 0 AMAZON COM INC G5222 LEFT / RIGHT BRAKE CALIP 0 AMAZON COM INC G5222 FRONT WHEEL BEARINGS (2) 0 AMAZON COM INC G5221 REAR PAD BRAKE SET 0 AMAZON COM INC G5221 FRONT BRAKE ROTORS 0 AMAZON COM INC G3406 3 PACK 80 AMP CIRCUIT BR 0 AMAZON COM INC STOCK HEAVY DUTY PIN AND CLIP 0 AMAZON COM INC G3965 DIESEL EXHAUST FLUID PUM 0 AMAZON COM INC G5311 POLARIS SENSOR (2) 0 AMAZON COM INC G5272 LED TRAILER BRAKE LIGHT 0 AMAZON COM INC G5122 MINI BLADE FUSES 0 AMAZON COM INC G5469 AIR FILTER COMBO AND REC 0 AMAZON COM INC G4311 FRONT PASSENGER SIDE WIN 0 AMAZON COM INC G5646 ON-BOARD CAR BATTERY CHA 0 AMAZON COM INC G3985 FUEL SHUTOFF SOLENOID 0 AMAZON COM INC G4263 REARVIEW CAMERA 0 AMAZON COM INC STOCK TRANSMISSION FLUID (10) 0 AMAZON COM INC G5652 SIDE MIRRORS 0 AMAZON COM INC STOCK HEAVY DUTY PIN AND CLIP 0 AMAZON COM INC G4341 SOLAR BATTERY CHARGER 0 AMAZON COM INC G4965 FUEL LINE TUBING AND FUE 0 AMAZON COM INC STOCK SOLAR BATTERY CHARGER 0 AMAZON COM INC G4792 WIRELESS HARNESS FOR HEA 0 AMAZON COM INC G5652 - WIRE EXTENSION CABLE 2 0 AMAZON COM INC G3122 - ROOF VENT HATCH (2) 0 AMAZON COM INC G3122 - LAP SEALANT (2) 0 AMAZON COM INC G2803 - CARBURETOR 0 AMAZON COM INC G3970 HANGER 0 AMAZON COM INC G5263 LED TRAILER STOP BRAKE T 0 AMAZON COM INC STOCK LEVEL TARP 0 AMAZON COM INC STOCK BATTERY CHARGER 0 AMAZON COM INC STOCK HAMMER LOCK LINK 0 AMAZON COM INC G3868 UREA PUMP 0 AMAZON COM INC G3241 WATERPROOF BATTERY CHARG 0 AMAZON COM INC G5267 LED EMERGENCY STROBE LIG 0 AMAZON COM INC STOCK - BALL MOUNT ADAPTER (3) 0 AMAZON COM INC STOCK - AIR FILTER 0 AMAZON COM INC G4075 SNAP ACTION REPLACEMENT 0 AMAZON COM INC G5498 ONBOARD CAR BATTERY CHAR 0 AMAZON COM INC G5497 ONBOARD CAR BATTERY CHAR 0 AMAZON COM INC G4537 STRUT AND COIL ASSEMBLY 0 AMAZON COM INC G5120 RELAY SWITCH 0 AMAZON COM INC G5652 STROBE LIGHTS, STORAGE B 0 AMAZON COM INC G3830 AC RECOVERY & RECYCLING 0 AMAZON COM INC G4810 TURNBUCKLES 0 AMAZON COM INC G5044 TRAILER TONGUE JACK 0 AMAZON COM INC STOCK 6-PIN ROUND TRAILER WIRI 0 AMAZON COM INC G5211 AIR FILTER COMBO 0 AMAZON COM INC G5265 SIDE MIRROR 0 AMAZON COM INC G3405 ROCKER ARM SHAFT 0 AMAZON COM INC G5241 LED EMERGENCY STROBE 0 AMAZON COM INC STOCK STARTER 0 AMAZON COM INC STOCK TRAILER COUPLER PIN 0 AMAZON COM INC G5211 PULL START ASSEMBLY (2) 0 AMAZON COM INC STOCK CABIN AIR FILTERS (5) 0 AMAZON COM INC G4633 VESTIL JIB CRANE, 2000 L 0 AMAZON COM INC STOCK AIR FRESHENER REFILL 0 AMAZON COM INC G4913 IGNITION KEY FOR JOHN DE 0 AMAZON COM INC G5225 CARBURETOR STARTER ASSEM 0 AMAZON COM INC G3906 CARBURETOR RECOIL STARTE 0 AMAZON COM INC STOCK BATTERY CHARGER MAINTAIN 0 AMAZON COM INC G3793 TRIANGULAR RECEPTACLE MA 0 AMAZON COM INC STOCK STEERING WHEEL COVER (6) 0 AMAZON COM INC G4668 CAR STEREO / DVD PLAYER 0 AMAZON COM INC G3906 AIR HOSE TUBE WATER PIPE 0 AMAZON COM INC G4194 TRAILER REMOTE CONTROL 0 AMAZON COM INC G2453 THERMOSTAT 0 AMAZON COM INC STOCK - SPEAKER 0 AMAZON COM INC G5241 REAR BRAKE ROTOR (2) 0 AMAZON COM INC STOCK AIR FILTER AND FOG REPLA 0 AMAZON COM INC STOCK STARTER 0 AMAZON COM INC G5468 SLOTTED FUSE ASSORTMENT 0 AMAZON COM INC STOCK RUBBER TRAILER HOOD LATC 0 AMAZON COM INC G3101 OIL PUMP 0 AMAZON COM INC STOCK JW SPEAKER 0 AMAZON COM INC STOCK - BLUETOOTH STEREO (3) 0 AMAZON COM INC G1097 FUEL PUMP 0 AMAZON COM INC STOCK - HEAVY DUTY PIN AND CLI 0 AMAZON COM INC G3998 QUICK CONNECT AIR FITTIN 0 AMAZON COM INC G3193 CARBURETOR RECOIL STARTE 0 AMAZON COM INC G3193 CARBURETOR 0 AMAZON COM INC G4076 IGNITION KEYS (2) 0 APOGEE AUTO WORKS LLC G4777 CONDUCTOR PLATE 0 ASL SECURITY INC G5369 REPLACEMENT HITCH FOR SO 0 ATMAX EQUIPMENT CO CR INV # IN023253 - STOCK FUEL 728882 ATMAX EQUIPMENT CO STOCK FUEL / WATER SEPERATOR - 728882 ATMAX EQUIPMENT CO STOCK FUEL / WATER SEPERATOR ( 728508 ATMAX EQUIPMENT CO G4692 SPINDLE / HUB ASSEMBLY 724208 ATMAX EQUIPMENT CO G4669 DOUBLE SIDED AXE BLADE, 723904 ATMAX EQUIPMENT CO STOCK HYDROTASTIC CHARGE PUMP 721001 ATMAX EQUIPMENT CO G4692 OUTER BOOM, DECK MOTOR 0 AUSTIN & SON AUTO ELECTRIC CO G4652 REBUILT STARTER 0 AUSTIN & SON AUTO ELECTRIC CO G4321 REBUILT STARTER 727843 BAR G ENTERPRISES INC STOCK BRAKE STOP SQUEAL (5) 729100 BRIGGS EQUIPMENT INC STOCK FUEL FILTER, AIR FILTER 728718 BRIGGS EQUIPMENT INC STOCK FUEL FILTER (2) AND CCV 721923 BRIGGS EQUIPMENT INC STOCK AIR FILTER, FUEL FILTER 0 BROYHILL EQUIPMENT LLC G5287 COMPRESSOR, DRIER W/BIN 0 BROYHILL EQUIPMENT LLC G5287 BACK UP CAMERA 724765 BROYHILL EQUIPMENT LLC G5287 AUSCO BRAKE 4 BOLT (2) 729014 CHIC-1 AC PLUS STOCK NEW DRIER 728894 CHIC-1 AC PLUS STOCK CAB AIR FILTER (3) 728577 CHIC-1 AC PLUS G3964 10 X 10 STRAIGHT FEMALE 728577 CHIC-1 AC PLUS STOCK CONDENSATE PUMP (2) 728373 CHIC-1 AC PLUS G3264 MALE INSERT O-RINGS, FEM 728373 CHIC-1 AC PLUS STOCK CONDENSATE PUMP, DRIER A 727372 CHIC-1 AC PLUS G3725 SPAL FANS, NEW CONNECTOR 726585 CHIC-1 AC PLUS G5014 BARRIER FITTINGS, BULKHE 726585 CHIC-1 AC PLUS G3998 EVAPORATOR CORE AND MESH 726336 CHIC-1 AC PLUS STOCK NEW DRIER 724952 CHIC-1 AC PLUS G5014 CONDENSATE DRIP TRAY, RE 724452 CHIC-1 AC PLUS STOCK NEW DRIER 724217 CHIC-1 AC PLUS G4117 SPAL FAN (2), CONNECTORS 724217 CHIC-1 AC PLUS G4343 SEALED ACTUATOR (2) 723730 CHIC-1 AC PLUS G4343 SEALED ACTUATORS (2) 723281 CHIC-1 AC PLUS G3998 SEALED ACTUATOR (2) 722158 CHIC-1 AC PLUS G4838 FEMALE O-RING (4) AND BU 722158 CHIC-1 AC PLUS G4343 STRAIGHT SPLICERS, FEMAL 722095 CHIC-1 AC PLUS STOCK DRIER & COMPRESSOR 721278 CHIC-1 AC PLUS STOCK DRIER AND AC COMPRESSOR 721278 CHIC-1 AC PLUS G3405 BARRIER FITTINGS, O-RING 721278 CHIC-1 AC PLUS G3964 SPAL FANS, CONNECTORS, S 721007 CHIC-1 AC PLUS G4838 BARRIER AND BULKHEAD FIT 721007 CHIC-1 AC PLUS G4117 BARRIER FITTING SPLICERS 720677 CHIC-1 AC PLUS STOCK AC CABIN FILTERS (4) 720535 CHIC-1 AC PLUS STOCK NEW DRIER 720677 CHIC-1 AC PLUS G3405 REDUCED BARRIER FITTINGS 720002 CHIC-1 AC PLUS G3998 SPAL FANS, CONNECTORS AN 720002 CHIC-1 AC PLUS STOCK FLOAT SWITCHES (2) 728288 CINTAS CORPORATION NO. 2 STOCK FIRE EXTINGUISHER INSPEC 728288 CINTAS CORPORATION NO. 2 FIRE EXTINGUISHER INSPECTION 0 CLEARWATER TOYOTA G5585 KEY FAUB W/BLADE (2) 725297 CLEARWATER TOYOTA G5585 PASSENGER WINDOW GLASS 722755 CLEARWATER TOYOTA G4043 CAP ASSEMBLY 725665 CONTAINER SYSTEMS & EQUIPMENT CO INC G5065 CAB LIFT CYLINDER 724622 CONTAINER SYSTEMS & EQUIPMENT CO INC G4609 CONVEX SIDE MIRROR 0 COOKSON ENTERPRISES LLC G4095 RUBBER EDGE BUCKET, T BO 0 COOKSON ENTERPRISES LLC G4973 RUBBEREDGE BUCKET AND T- 0 COOKSON ENTERPRISES LLC G5103 RUBBER EDGE W/ T BOLT AS 0 COOKSON ENTERPRISES LLC G4095 RUBBER EDGE BUCKET AND T 0 COOKSON ENTERPRISES LLC G5103 RUBBER EDGE BUCKET AND T 0 CYCLE SPRINGS POWERSPORTS LLC G5683 30 AMP BATTERY & FL BATT 729379 CYCLE SPRINGS POWERSPORTS LLC G5438 SPRING PIN (10) 729115 CYCLE SPRINGS POWERSPORTS LLC G5322 SUSPENSION BUSHINGS, LOW 729115 CYCLE SPRINGS POWERSPORTS LLC G5321 FLANGED NUTS, LOCK WASHE 728119 CYCLE SPRINGS POWERSPORTS LLC G5311 DRIVE BELT, DISC BRAKES, 728119 CYCLE SPRINGS POWERSPORTS LLC G5438 FRONT SEAL, BOX CAB AND 727266 CYCLE SPRINGS POWERSPORTS LLC G5438 FRONT GEARCASE, FRONT DR 726833 CYCLE SPRINGS POWERSPORTS LLC STOCK FRONT DRIVE OIL 726833 CYCLE SPRINGS POWERSPORTS LLC G5322 EXHAUST SPRING, SOCKET S 726340 CYCLE SPRINGS POWERSPORTS LLC G5321 ASM-WEIGHT SHIFT (3) 726480 CYCLE SPRINGS POWERSPORTS LLC G5241 CRANKSHAFT SEAL, DRIVE B 725570 CYCLE SPRINGS POWERSPORTS LLC G5321 EXHAUST SPRINGS, HEX SOC 725570 CYCLE SPRINGS POWERSPORTS LLC G5321 DRIVE BELT, CLUTCH AND S 724624 CYCLE SPRINGS POWERSPORTS LLC G5221 PROPSHAFT, DRIVE BELT ET 722003 CYCLE SPRINGS POWERSPORTS LLC G5236 PROPSHAFT, BELT DRIVE ET 721791 CYCLE SPRINGS POWERSPORTS LLC G5311 FLIP DOWN WINDSHIELD 721376 CYCLE SPRINGS POWERSPORTS LLC G5241 NYLOCK NUTS, BALL JOINTS 720685 CYCLE SPRINGS POWERSPORTS LLC G5312 BRAKE SWITCH (2) 720262 CYCLE SPRINGS POWERSPORTS LLC G5241 REAR DISC BRAKES, BRAKE 720541 CYCLE SPRINGS POWERSPORTS LLC G5241 NYLOCK NUTS, HALFSHAFT E 720007 CYCLE SPRINGS POWERSPORTS LLC G5236 SEAT LATCH PIN (2), SEAT 720007 CYCLE SPRINGS POWERSPORTS LLC G5322 PEDAL BUSHINGS, SPACER T 720007 CYCLE SPRINGS POWERSPORTS LLC G5500 STAT SEALS, REAR DISC BR 720262 CYCLE SPRINGS POWERSPORTS LLC G5322 DRIVE SHAFT (2). GEARCAS 720262 CYCLE SPRINGS POWERSPORTS LLC G5500 BRAKE CALIPER 0 DAYTON ANDREWS INC CR INV # 748700 - G5030 STARTE 727607 DAYTON ANDREWS INC G4374 INSTRUMENT BEZEL 727439 DAYTON ANDREWS INC G4374 PANEL ASSEMBLY 727439 DAYTON ANDREWS INC G5030 STARTER 727439 DAYTON ANDREWS INC G4374 SCREEN 727439 DAYTON ANDREWS INC CR INV # 748291 - G4374 PANEL 727439 DAYTON ANDREWS INC CR INV # 748329 - G4373 CONVER 726397 DAYTON ANDREWS INC G4373 CONVERTER,EXH CLAMP, HEX 726341 DAYTON ANDREWS INC G5029 WHEEL COVER (4) 726341 DAYTON ANDREWS INC G4374 PANEL ASSEMBLY 726481 DAYTON ANDREWS INC G4373 OXYGEN SENSOR 726145 DAYTON ANDREWS INC G4374 SUPPORT END (2) 725433 DAYTON ANDREWS INC CR INV # 748007 - G5030 LAMP & 725433 DAYTON ANDREWS INC CR INV # 748007 - G5030 LAMP & 725433 DAYTON ANDREWS INC CR INV # 748029 - G5030 LAMP 725433 DAYTON ANDREWS INC G5030 LAMP 725433 DAYTON ANDREWS INC G5030 LAMP & WIRING 724551 DAYTON ANDREWS INC G4592 AIR DAM AND SHIELD 722759 DAYTON ANDREWS INC G5029 LAMP 728295 DHS EQUIPMENT G4179 LIFTING CYLINDER AND CAR 727182 DHS EQUIPMENT G3905 CARBURETOR ASSY, GASKET, 726974 DHS EQUIPMENT G3706 GUIDE HANDLE W/MOUNTING 724225 DHS EQUIPMENT G5469 TRAVEL LEVER 723824 DHS EQUIPMENT G3992 CARBURETOR, FUEL VALVE E 723738 DHS EQUIPMENT G4970 WATER TANK VALVE, WATER 723738 DHS EQUIPMENT G4965 THROTTLE CONTROL BRACKET 0 DIMMITT CHEVROLET INC G4422 SENSOR AND LINK 0 DIMMITT CHEVROLET INC G4155 HOSES 729454 DIMMITT CHEVROLET INC G4155 GASKETS AND SEALS 729454 DIMMITT CHEVROLET INC G4155 VALVE 728904 DIMMITT CHEVROLET INC G4824 MOUNTS 728904 DIMMITT CHEVROLET INC G4155 MOUNTS (2) 728904 DIMMITT CHEVROLET INC G4155 CONNECTOR KIT 0 DIMMITT CHEVROLET INC G4867 GASKETS AND SEALS 728730 DIMMITT CHEVROLET INC G4868 CAP 728516 DIMMITT CHEVROLET INC G4868 SEAL, FILTER, GEAR OIL A 728124 DIMMITT CHEVROLET INC G4869 TRIM 728035 DIMMITT CHEVROLET INC STOCK LUBRICANT (10) 728209 DIMMITT CHEVROLET INC G4519 SENSOR (2) 728209 DIMMITT CHEVROLET INC G4014 CONNECTOR 727940 DIMMITT CHEVROLET INC G5026 CAP 727786 DIMMITT CHEVROLET INC G4639 RETAINER AND REGULATOR 727940 DIMMITT CHEVROLET INC G5087 GENERATOR 727514 DIMMITT CHEVROLET INC G5036 MODULE 727440 DIMMITT CHEVROLET INC G4679 SENSOR (2) 727267 DIMMITT CHEVROLET INC G5087 CALIPER 727067 DIMMITT CHEVROLET INC G4680 HOSES 727067 DIMMITT CHEVROLET INC G4518 BRACKETS, RADIATOR, BELT 726835 DIMMITT CHEVROLET INC G5025 PAD KITS AND LUBRICANT 726975 DIMMITT CHEVROLET INC STOCK LUBRICANT 726675 DIMMITT CHEVROLET INC G4052 PIN 726675 DIMMITT CHEVROLET INC G4052 SENSOR PACKAGE (2) 726342 DIMMITT CHEVROLET INC G4052 BOLTS, INJECTOR KIT AND 726592 DIMMITT CHEVROLET INC G4052 GASKET 726342 DIMMITT CHEVROLET INC CR INV # 229464 - G4518 VALVE 726342 DIMMITT CHEVROLET INC G4419 SEALS AND STUDS 725937 DIMMITT CHEVROLET INC G4865 BELT KIT, VALVE KIT AND 725848 DIMMITT CHEVROLET INC G4518 VALVE AND HOSES 725434 DIMMITT CHEVROLET INC G4824 SEALS, VALVE KITS ETC 725571 DIMMITT CHEVROLET INC G4345 VALVE 725035 DIMMITT CHEVROLET INC G4680 SENSOR (2) 725035 DIMMITT CHEVROLET INC G4680 SEAL 725035 DIMMITT CHEVROLET INC G4680 BELT KIT, VALVE KIT, COM 724965 DIMMITT CHEVROLET INC G4423 GASKETS AND CLAMP 724625 DIMMITT CHEVROLET INC G4520 CONTAINER, GROMMET, SENS 724625 DIMMITT CHEVROLET INC G4519 SENSOR 724380 DIMMITT CHEVROLET INC G4423 BLOCK 723998 DIMMITT CHEVROLET INC G4866 WIRE AND SPARK PLUG KIT 724110 DIMMITT CHEVROLET INC G4866 SWITCH 724110 DIMMITT CHEVROLET INC G3876 SENSOR KIT 723916 DIMMITT CHEVROLET INC G3876 MODULE KIT 723916 DIMMITT CHEVROLET INC G5357 F-LAMP AND CONNECTOR KIT 723916 DIMMITT CHEVROLET INC G5357 F-LAMP, FRAME AND CONNEC 723825 DIMMITT CHEVROLET INC G4638 INJECTOR KIT (8), GASKET 723574 DIMMITT CHEVROLET INC G4638 CONNECTOR KIT 723392 DIMMITT CHEVROLET INC G5357 SWITCH 722881 DIMMITT CHEVROLET INC CR INV # 227886 - G4013 LAMP 723027 DIMMITT CHEVROLET INC G4280 OUTLET AND SENSOR 722881 DIMMITT CHEVROLET INC G4013 LAMP 722681 DIMMITT CHEVROLET INC G4680 SENSOR (2) 722544 DIMMITT CHEVROLET INC G5087 SENSOR 721935 DIMMITT CHEVROLET INC G4639 OUTLET 722099 DIMMITT CHEVROLET INC G4639 BOLT, WHEEL, CAP 721792 DIMMITT CHEVROLET INC G4638 MOUNT 721792 DIMMITT CHEVROLET INC G4602 HOSE 721683 DIMMITT CHEVROLET INC G4602 NUT AND LAMP 721792 DIMMITT CHEVROLET INC G4149 COVER 720786 DIMMITT CHEVROLET INC G5357 CABLE & STARTER 720786 DIMMITT CHEVROLET INC G5357 CABLE 720010 DIMMITT CHEVROLET INC G4419 STARTER 720010 DIMMITT CHEVROLET INC G4904 BELT & TENSIONER 720010 DIMMITT CHEVROLET INC G4680 STARTER 0 DITCH WITCH SALES INC G5370 V-BELT (2) 0 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (3) 729328 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (4) 729037 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (3) 728734 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (5) 728734 E & N DISTRIBUTING, INC G4663 ODYSSEY BATTERY 728311 E & N DISTRIBUTING, INC 1131 MF BATTERY (2) & 10UIL BA 727788 E & N DISTRIBUTING, INC STOCK 11UIL BATTERY 727613 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (3) 727271 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (3) 727082 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (3) 726615 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (7) & II 726837 E & N DISTRIBUTING, INC ODYSSEY 34M 725853 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (3) 725305 E & N DISTRIBUTING, INC STOCK 11UIL BATTERY 725305 E & N DISTRIBUTING, INC G4052 ODYSSEY BATTERY (2) 724465 E & N DISTRIBUTING, INC G5449 ODX-AGM34M BATTERY 724465 E & N DISTRIBUTING, INC G5450 ODXAGM34M BATTERY 724465 E & N DISTRIBUTING, INC STOCK IIUIL BATTERY 724132 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (13) & 1 724132 E & N DISTRIBUTING, INC G4670 USE1DC BATTERY (3) 723830 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (2) 723594 E & N DISTRIBUTING, INC G3261 PC-1750 ODYSSEY BATTERY 723594 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (4) 722885 E & N DISTRIBUTING, INC G4423 ODYSSEY BATTERY 34M 722103 E & N DISTRIBUTING, INC 1131 MF BATTERY 725949 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (7) 721799 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (4) 721578 E & N DISTRIBUTING, INC G4316 PC1500 ODYSSEY BATTERY 721295 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (3) & 11 720792 E & N DISTRIBUTING, INC STOCK 1131 MF & 11UIL BATTERIE 720544 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (7) & 11 720276 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (3) 720022 E & N DISTRIBUTING, INC ODYSSEY 34M BATTERY 720022 E & N DISTRIBUTING, INC G4164 OPTIMA YELLOW TOP BATTER 720022 E & N DISTRIBUTING, INC STOCK 1131 MF BATTERY (7), 11U 0 EFE INC G5235 CARBURETOR AND CARB SPAC 0 EFE INC G4691 V-BELT 0 EFE INC G4691 BELT TENSIONER 0 EFE INC G4355 FUEL SENDER 0 EFE INC G4355 SOCKET HEAD SCREWS, SUPP 0 EFE INC STOCK FILTER ELEMENT 0 EFE INC STOCK FILTER ELEMENT 0 EFE INC G4355 GAS OPERATED CYLINDER 20196 EFE INC G5235 BATTERY PLATE AND KNOB 20159 EFE INC G4095 KNOB 20171 EFE INC G5589 BELT TENSIONER AND PULLE 20105 EFE INC STOCK FILLER CAP (2) 20105 EFE INC CR INV # P0599311 - G3491 GASK 20105 EFE INC G5460 IDLER SPRING (2) 19969 EFE INC G4095 GAS OPERATED CYLINDER 19977 EFE INC G3491 GASKET, INSERT AND WATER 19969 EFE INC G3893 FAN 19999 EFE INC G4914 SWIVELS, BRACKETS,STUD, 19928 EFE INC G4416 TANK 19928 EFE INC G4914 OIL LINES AND WHEELS 19928 EFE INC G5356 PINS, RETAINERS AND QUIC 19913 EFE INC G4095 STRAPS, WASHERS, STEP, E 19902 EFE INC STOCK WIPER BLADE, FILTER ELEM 19902 EFE INC G5103 STEP, STRAPS, SCREWS, ET 19902 EFE INC G4095 HY-GARD TM (2) 19902 EFE INC G4914 STUDS AND FLANGE NUTS 19902 EFE INC G4354 QUICK LOCK PINS, PIN FAS 19902 EFE INC G4229 EVAPORATOR, VALVE, TANK 19847 EFE INC STOCK FILTER ELEMENTS, OIL FIL 19870 EFE INC G5671 ELECTRIC MOTOR 19870 EFE INC G5561 HYDRAULIC OIL (2) 19870 EFE INC STOCK FILTER ELEMENT 19870 EFE INC STOCK BREATHER (2) 19828 EFE INC G5348 AIR FILTERS, HYDRAULIC F 19789 EFE INC G5458 JOYSTICK 19789 EFE INC G4118 PIN (2), RETAINER (2) AN 19744 EFE INC STOCK FILLER CAP (2) & FILTER 19717 EFE INC G5348 SCREW, WASHERS AND SEALI 19658 EFE INC G5366 KILL SWITCH AND 66" BELT 19658 EFE INC G5152 SEAL AND SPACER 19631 EFE INC G5152 COVER, GASKET AND FILTER 19631 EFE INC G5152 HANDBRAKE LEVER, QUICK L 19586 EFE INC G5103 HINGE (2) 19586 EFE INC G5103 CAB WINDOW HINGE (2) 19586 EFE INC CR INV # P0529253 - G5103 HING 19566 EFE INC G4691 SENSOR 19553 EFE INC G5366 CONTROL THROTTLE & REEL 19553 EFE INC STOCK FILTER ELEMENT (4) 19510 EFE INC G5460 CONTRL MODULE 19517 EFE INC G3893 NUT, FITTING PLUG, VALVE 19517 EFE INC STOCK FILTER ELEMENT 19503 EFE INC G4354 TOGGLE / ROCKER 19503 EFE INC G4354 SEAT 19448 EFE INC G4355 SEAT 19448 EFE INC G4355 PIN (2) 19448 EFE INC STOCK FILTER ELEMENTS, OIL FIL 19448 EFE INC G5634 TV40 KIT AND HARNESS 19474 EFE INC G5671 BUSHING (8) 19474 EFE INC G5235 CONTROL MODULE 19397 EFE INC STOCK FILLER CAP (2) 19354 EFE INC G5103 VIDEO CAMERA, FAN AND GU 19303 EFE INC G4416 TUBE, PACKING, OIL COOLE 19289 EFE INC STOCK OIL FILTERS, SEALS ETC 20065 EJ WARD INC STOCK FUEL TAG KIT (20) 19728 EJ WARD INC STOCK TAG KIT (20) CANCEIVER K 19603 EJ WARD INC G5390 HD GREEN CABLE 19532 EJ WARD INC STOCK TAG KIT (20) 19373 EJ WARD INC G1772 DUAL MODULE HOSE KIT & A 19395 EJ WARD INC G5156- T-HARNESS KIT 19408 EJ WARD INC STOCK CANCIEVER WIFI KIT (18) 19395 EJ WARD INC STOCK FUEL TAG KIT (20) 727129 EMBANKSCAPE EQUIPMENT LLC G5122 RIGHT SPINDLE DRIVE BELT 723248 EMBANKSCAPE EQUIPMENT LLC G5122 TRANSMITTER CHARGER (3) 723248 EMBANKSCAPE EQUIPMENT LLC G5122 DRIVE BELT & EMERGENCY S 722053 EMBANKSCAPE EQUIPMENT LLC G5122 PTO BELT AND DRIVE BELT 0 ENVIRONMENTAL PRODUCTS GROUP INC G4690 PULLEYS, BELTS ETC 729467 ENVIRONMENTAL PRODUCTS GROUP INC G4691 HOSE BARBS, NUT RETAINER 728938 ENVIRONMENTAL PRODUCTS GROUP INC CR INV # P32660 - G5353 RH PIV 727274 ENVIRONMENTAL PRODUCTS GROUP INC G4689 WATER PUMP (2) 726346 ENVIRONMENTAL PRODUCTS GROUP INC G4690 HORIZONTAL PULLEY, CYLIN 726346 ENVIRONMENTAL PRODUCTS GROUP INC G4689 DUST SEPERATOR ASSY 726398 ENVIRONMENTAL PRODUCTS GROUP INC G4690 .125 DIA CABLE (2) 726057 ENVIRONMENTAL PRODUCTS GROUP INC G5353 60" POLY STRIPS, 60" MAN 725745 ENVIRONMENTAL PRODUCTS GROUP INC G5353 TOW BAR LINK, PIN, NO EN 725745 ENVIRONMENTAL PRODUCTS GROUP INC G5353 SUPPORT BAR, PIN, WELDME 725952 ENVIRONMENTAL PRODUCTS GROUP INC STOCK HYDRAULIC FILTER (2) 725489 ENVIRONMENTAL PRODUCTS GROUP INC G5353 RH 4M DS WELDMENT 724887 ENVIRONMENTAL PRODUCTS GROUP INC G4690 DUST FAN (2) AND SUCTION 725040 ENVIRONMENTAL PRODUCTS GROUP INC G4690 AY SENSOR/SW 724790 ENVIRONMENTAL PRODUCTS GROUP INC G5353 PROX SENSOR AND EXT REAC 724383 ENVIRONMENTAL PRODUCTS GROUP INC G5353 RH PIVOT ASSY, PIN, WASH 724470 ENVIRONMENTAL PRODUCTS GROUP INC G5353 DRIVE LOCK PIN (2) & PIV 724383 ENVIRONMENTAL PRODUCTS GROUP INC G4690 3 SEC INTERVAL (2) 724135 ENVIRONMENTAL PRODUCTS GROUP INC G5353 BROOM 724135 ENVIRONMENTAL PRODUCTS GROUP INC G4690 FAN INLET (2) 723932 ENVIRONMENTAL PRODUCTS GROUP INC G4690 WATER MANIFOLD 723597 ENVIRONMENTAL PRODUCTS GROUP INC G4690 SUCTION GASKET, SUCTION 723222 ENVIRONMENTAL PRODUCTS GROUP INC G4691 SUCTION HOSE AND WLDT SU 723304 ENVIRONMENTAL PRODUCTS GROUP INC G5177 DOOR SEAL 723402 ENVIRONMENTAL PRODUCTS GROUP INC STOCK HYDRAULIC FILTER (2) 723134 ENVIRONMENTAL PRODUCTS GROUP INC G5353 CONV SIDE SKIRT (2) 722553 ENVIRONMENTAL PRODUCTS GROUP INC G4691 AIR CYLINDER 722387 ENVIRONMENTAL PRODUCTS GROUP INC G4691 HYDRAULIC MOTOR AND DIRT 721801 ENVIRONMENTAL PRODUCTS GROUP INC G4689 AY-TOW BAR (4) 720195 ENVIRONMENTAL PRODUCTS GROUP INC G4691 PULLEY, HORIZONTAL PULLE 720277 ENVIRONMENTAL PRODUCTS GROUP INC G4691 DEFLECTOR, INLET ETC 720023 ENVIRONMENTAL PRODUCTS GROUP INC G4689 PIN KIT (2)-DELIVERED 10 728889 EQUIPMENTSHARE.COM INC G4120 ROCKER SWITCH (2) 726827 EQUIPMENTSHARE.COM INC STOCK FUEL FILTER (2) 726455 EQUIPMENTSHARE.COM INC G4076 CAB GLASS 725030 EQUIPMENTSHARE.COM INC G4726 HYDRAULIC TUBES 725030 EQUIPMENTSHARE.COM INC G4726 GROOVED PIN, FITTING RED 724215 EQUIPMENTSHARE.COM INC G3925 RING SNAP (6) & CASE PIN 723560 EQUIPMENTSHARE.COM INC G4076 CASE - COVER 723011 EQUIPMENTSHARE.COM INC G4726 CAB GLASS, SENSOR, SEAT 722156 EQUIPMENTSHARE.COM INC G4076 GLASS CAB 722331 EQUIPMENTSHARE.COM INC G5635 CABIN FILTERS 721555 EQUIPMENTSHARE.COM INC G4076 SPACER (2) 721555 EQUIPMENTSHARE.COM INC G4076 SPACER (6). NUT FLANGE ( 721555 EQUIPMENTSHARE.COM INC G4076 SHIM, HEX SCREW (2), SEN 721555 EQUIPMENTSHARE.COM INC G4120 SEAT BACK, CUSHION SSEAT 723405 FASTENER SUPPLY & TOOL TC 724675 FASTENER SUPPLY & TOOL RE TIES ETC 724675 FASTENER SUPPLY & TOOL LOCK WASHERS, FLAT WASHERS, WI 723405 FASTENER SUPPLY & TOOL HEX NUTS, WIRE TIES, WASHERS E 727719 FLASH EQUIPMENT INCORPORATED STOCK SPEAKER 100 WATT BLACK P 727188 FLASH EQUIPMENT INCORPORATED CR INV # 100255 - G5023 COMBO 727188 FLASH EQUIPMENT INCORPORATED CR INV # 100255 - G5023 WHELEN 727088 FLASH EQUIPMENT INCORPORATED G5023 WHELEN 600 SERIES LED LI 727188 FLASH EQUIPMENT INCORPORATED G5023 COMBO TURN 604T WHELEN M 725860 FLASH EQUIPMENT INCORPORATED G5014 8-LIGHT DOMINATOR 724386 FLASH EQUIPMENT INCORPORATED G4343 STRIP LITE, XL TANK STAT 724017 FLASH EQUIPMENT INCORPORATED G4476 FLOOD / SPOT DUAL PANEL 723604 FLASH EQUIPMENT INCORPORATED G3793 SINGLE FOOD LIGHT AND RE 723492 FLASH EQUIPMENT INCORPORATED G4343 XL TANK STATUS STRIP-LIT 723309 FLASH EQUIPMENT INCORPORATED G5024 ENDCAP LENS CLEAR FREEDO 722776 FLASH EQUIPMENT INCORPORATED G3791 LED DUAL COLOR STROBE 722107 FLASH EQUIPMENT INCORPORATED G3964 12V FLOOD LIGHT (2) 722019 FLASH EQUIPMENT INCORPORATED STOCK 100 WATT SPEAKER 720024 FLASH EQUIPMENT INCORPORATED G4343 FLANGE KIT AND CLEAR OUT 729232 FLEET ACQUISITIONS LLC 10.01.24-09.30.25: FLEET VEHI 728391 FLEET ACQUISITIONS LLC 10.01.24-09.30.25: FLEET VEHI 726989 FLEET ACQUISITIONS LLC 10.01.24-09.30.25: FLEET VEHI 725961 FLEET ACQUISITIONS LLC 10.01.24-09.30.25: FLEET VEHI 724796 FLEET ACQUISITIONS LLC 10.01.24-09.30.25: FLEET VEHI 723605 FLEET ACQUISITIONS LLC 10.01.24-09.30.25: FLEET VEHI 722562 FLEET ACQUISITIONS LLC 10.01.24-09.30.25: FLEET VEHI 721504 FLEET ACQUISITIONS LLC 10.01.24-09.30.25: FLEET VEHI 720548 FLEET ACQUISITIONS LLC 10.01.24-09.30.25: FLEET VEHI 728741 FLEETPRIDE INC STOCK DIESEL KLEEN + CETANE BO 727952 FLEETPRIDE INC STOCK DIESEL KLEEN AN AB HOSE 726152 FLEETPRIDE INC STOCK DIESEL KLEEN + CETANE BO 725310 FLEETPRIDE INC G3725 DOT FITTING (2) 721944 FLEETPRIDE INC STOCK CLEVIS GRAB HOOK (5) 721944 FLEETPRIDE INC STOCK DIESEL KLEEN AND CLEVIS 721805 FLEETPRIDE INC STOCK U-JOINT KIT 721301 FLEETPRIDE INC G5323 3" BLACK FIBERGLASS ANTE 720918 FLEETPRIDE INC G5468 SLOTTED FUSE 720918 FLEETPRIDE INC RDKJAW1 SPIN ON BRACKETS, SPEC 720703 FLEETPRIDE INC STOCK DIESEL EXHAUST FLUID 2.5 720798 FLEETPRIDE INC G4793 OTR DOUBLE SPRING KIT WI 720199 FLEETPRIDE INC STOCK DIESEL KLEEN (12) 720025 FLEETPRIDE INC STOCK PTO BEARING CAP GASKET 720025 FLEETPRIDE INC STOCK 1/2" X 24" AB HOSE 3/8" 0 FLORIDA KENWORTH LLC CR INV # 053P342719 - RETRN - 0 FLORIDA KENWORTH LLC RETRN - NITROGEN OXIDE SENSOR 0 FLORIDA KENWORTH LLC G4793 AIR DRYER RESERVOIR 0 FLORIDA KENWORTH LLC G5125 EVAP COIL 729127 FLORIDA KENWORTH LLC G5125 EXPANSION VALVE, RECEIVE 0 FLORIDA KENWORTH LLC STOCK HYDRAULIC CAB LATCH (2) 728941 FLORIDA KENWORTH LLC STOCK 15W40 (16) 728941 FLORIDA KENWORTH LLC G5552 SINGLE PANE MIRROR ASSEM 728523 FLORIDA KENWORTH LLC CR INV # 053P338042 - RIGHT SI 728456 FLORIDA KENWORTH LLC G4325 LEGACY SEAT 728523 FLORIDA KENWORTH LLC RIGHT SIDE SINGLE GLASS (2) RE 728523 FLORIDA KENWORTH LLC STOCK VOLVO 5PK GLASS (2) 728523 FLORIDA KENWORTH LLC G5380 RIGHT SIDE SINGLE GLASS 728215 FLORIDA KENWORTH LLC G4321 REMOTE WASHER 728215 FLORIDA KENWORTH LLC G5552 HOOD MIRROR 728315 FLORIDA KENWORTH LLC G5552 LOWER CONVEX GLASS MIRRO 727953 FLORIDA KENWORTH LLC G5214 WASHER NOZZLE (2) 727793 FLORIDA KENWORTH LLC STOCK RECIRC AIR FILTER (3) 727721 FLORIDA KENWORTH LLC G4321 LED FRONT RETRO ASSEMBLY 727793 FLORIDA KENWORTH LLC G4321 ENGINE MOUNT BUSHINGS 727721 FLORIDA KENWORTH LLC G4321 CAB STEP GRATE 727618 FLORIDA KENWORTH LLC G3356 CAB HVAC CONTROL 727284 FLORIDA KENWORTH LLC STOCK GASKET (4) 727090 FLORIDA KENWORTH LLC G5494 SENSOR ASSEMBLY 727284 FLORIDA KENWORTH LLC STOCK GASKET (2) 727452 FLORIDA KENWORTH LLC STOCK CCV FILTER (3) 727090 FLORIDA KENWORTH LLC CR INV # 053P326514 - G4458 RE 727090 FLORIDA KENWORTH LLC G5213 SENSOR KIT 727090 FLORIDA KENWORTH LLC G4327 HVAC CAB CONTROL 726064 FLORIDA KENWORTH LLC STOCK CCV FILTER (3) 725759 FLORIDA KENWORTH LLC STOCK 15W40 PREMIUM BLUE DIESE 725677 FLORIDA KENWORTH LLC G4458 REBUILT STEERING GEAR 725677 FLORIDA KENWORTH LLC G4459 POWER STEERING RESERVOIR 724680 FLORIDA KENWORTH LLC FUEL TANK ASSEMBLY, TANK STRAP 724798 FLORIDA KENWORTH LLC STOCK CCV FILTER (2) 724680 FLORIDA KENWORTH LLC STOCK CCV FILTER (3) 724476 FLORIDA KENWORTH LLC STOCK GASKET (6) 723608 FLORIDA KENWORTH LLC STOCK CCV FILTER (3) 723749 FLORIDA KENWORTH LLC STOCK COOLANT LEVEL SENSOR (2) 723608 FLORIDA KENWORTH LLC CR INV # 053P317278 - G4457 OV 723608 FLORIDA KENWORTH LLC CR INV # 053P317282 - FUEL TAN 723608 FLORIDA KENWORTH LLC FUEL TANK STRAP ASSY, TANK STR 723608 FLORIDA KENWORTH LLC G4457 OVERDOOR LAMP / RFC 723608 FLORIDA KENWORTH LLC G4457 OVERDOOR LAMP 723608 FLORIDA KENWORTH LLC G4652 ECU MODULE 721946 FLORIDA KENWORTH LLC G4326 DRIVER DOOR CONTROL MODU 721390 FLORIDA KENWORTH LLC STOCK RECIRC AIR FILTER (4) 721390 FLORIDA KENWORTH LLC G5217 WINDOW REGULATOR CONTROL 721030 FLORIDA KENWORTH LLC G3829 RESERVOIR BRACKET AND TH 721030 FLORIDA KENWORTH LLC G4979 MAIN MIRROR HEAD 721030 FLORIDA KENWORTH LLC G4457 CONDENSER 721030 FLORIDA KENWORTH LLC G3829 2 QT RESERVOIR 721030 FLORIDA KENWORTH LLC G3830 CRUISE CONTROL ROCKER SW 720381 FLORIDA KENWORTH LLC STOCK 15W40 PREM BLUE (18) 720100 FLORIDA KENWORTH LLC STOCK GASKET (3) 720285 FLORIDA KENWORTH LLC HEATED LH, GLASS ONLY 720026 FLORIDA KENWORTH LLC G4323 RUBBER BUSHING (2) 720026 FLORIDA KENWORTH LLC STOCK 15W40 PREM BLUE (18) 720026 FLORIDA KENWORTH LLC G4981 LED DOME LAMP (3) 720026 FLORIDA KENWORTH LLC STOCK GASKET (3) 728207 GAS FUEL SYSTEMS INC STOCK VERIFLO FILTER ELEMENT 727685 GAS FUEL SYSTEMS INC G4458 MAINSTAY SWITCH 727685 GAS FUEL SYSTEMS INC STOCK FILTER ELEMENT KIT (4) 725845 GAS FUEL SYSTEMS INC G4459 REGULATOR 729474 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (4) 729474 GENUINE PARTS CO - NAPA AUTO G1338 OIL FILTER 729474 GENUINE PARTS CO - NAPA AUTO G4726 BATTERY 729048 GENUINE PARTS CO - NAPA AUTO G3964 3.5 OZ OZIUM 728943 GENUINE PARTS CO - NAPA AUTO STOCK FAN 728943 GENUINE PARTS CO - NAPA AUTO G4468 HYDRAULIC FILTER 0 GENUINE PARTS CO - NAPA AUTO STOCK IR FILTER (4) 0 GENUINE PARTS CO - NAPA AUTO G5732 CONTROL 0 GENUINE PARTS CO - NAPA AUTO STOCK HYDRAULIC FILTER (5) 0 GENUINE PARTS CO - NAPA AUTO G4652 BATTERY W /3MO WARRANTY 0 GENUINE PARTS CO - NAPA AUTO G4495 NOE TEES 728816 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (3) 728816 GENUINE PARTS CO - NAPA AUTO STOCK HOSE CLAMP (5) 728816 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (4) 728746 GENUINE PARTS CO - NAPA AUTO STOCK HOSE CLAMP (4) 728526 GENUINE PARTS CO - NAPA AUTO G5711 ADHEDION PROMOTER (5) 728526 GENUINE PARTS CO - NAPA AUTO G4656 AIR FILTER 728462 GENUINE PARTS CO - NAPA AUTO G5086 TRANSFER PUMP 728462 GENUINE PARTS CO - NAPA AUTO CR INV # 790754 - G4179 IMPACT 728462 GENUINE PARTS CO - NAPA AUTO G4179 IMPACT SOCKET & SUPPORT 727959 GENUINE PARTS CO - NAPA AUTO G5315 BATTERY CABLE LUG (2) 727622 GENUINE PARTS CO - NAPA AUTO STOCK LIGHTER RECEP KIT (2) 726848 GENUINE PARTS CO - NAPA AUTO STOCK CIRCUIT BREAKER 726911 GENUINE PARTS CO - NAPA AUTO G4681 SUPPORT 726067 GENUINE PARTS CO - NAPA AUTO STOCK DRAIN PLUG (3) 725764 GENUINE PARTS CO - NAPA AUTO STOCK HOSE CLAMP (20) 725865 GENUINE PARTS CO - NAPA AUTO G4401 1OZ BOTTLE OIL DYE 725764 GENUINE PARTS CO - NAPA AUTO STOCK HOSE CLAMP (20) 725865 GENUINE PARTS CO - NAPA AUTO G4155 BRAKE CALIPER HARDWARE ( 725764 GENUINE PARTS CO - NAPA AUTO STOCK REFRIGERANT 725967 GENUINE PARTS CO - NAPA AUTO G4518 HEATER CONNECTOR 725967 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (4) 725597 GENUINE PARTS CO - NAPA AUTO G4738 CABIN AIR FILTER 725597 GENUINE PARTS CO - NAPA AUTO G5098 AIR AND CABIN AIR FILTER 724977 GENUINE PARTS CO - NAPA AUTO STOCK NCB JB WELD (2) 725223 GENUINE PARTS CO - NAPA AUTO G4358 BATTERY W/WARRANTY 724893 GENUINE PARTS CO - NAPA AUTO G5182 FUEL SHUT-OFF VALVE 724977 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (3) 724804 GENUINE PARTS CO - NAPA AUTO G4712 INSTANT SHUDDER FIX 724804 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (4) 724804 GENUINE PARTS CO - NAPA AUTO STOCK CIRCUIT BREAKER 724146 GENUINE PARTS CO - NAPA AUTO G2969 6 HOSE CONNECTOR 723940 GENUINE PARTS CO - NAPA AUTO G3824 BLOWER MOTOR W/WHEEL 723841 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (3) 723754 GENUINE PARTS CO - NAPA AUTO STOCK CIRCUIT BREAKER 723228 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (4) 723228 GENUINE PARTS CO - NAPA AUTO G4050 INSTANT SHUDDER FIX 723067 GENUINE PARTS CO - NAPA AUTO G4312 1-OZ BOTTLE OIL DYE 723067 GENUINE PARTS CO - NAPA AUTO G4547 INSTANT SHUDDER FIX 722784 GENUINE PARTS CO - NAPA AUTO G4153 CABIN AIR FILTER 722571 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (4) 722571 GENUINE PARTS CO - NAPA AUTO BATTERY W/WARRANTY 722571 GENUINE PARTS CO - NAPA AUTO G5111 OIL FILTER 722344 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (3) 722392 GENUINE PARTS CO - NAPA AUTO G3405 U-JOINT (2) 721948 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (2) 722022 GENUINE PARTS CO - NAPA AUTO G4043 SENSOR (4) 722022 GENUINE PARTS CO - NAPA AUTO BATTERY W/ ONE YEAR WARRANTY 721810 GENUINE PARTS CO - NAPA AUTO G4334 HUB NUT (12) 721698 GENUINE PARTS CO - NAPA AUTO G4735 THREAD ROD 721396 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (4) 721098 GENUINE PARTS CO - NAPA AUTO STOCK PRESTO PIN (10) 721396 GENUINE PARTS CO - NAPA AUTO G4908 BATTERY W/ 2YR WARRANTY 721032 GENUINE PARTS CO - NAPA AUTO G4625 AIR FILTER 721032 GENUINE PARTS CO - NAPA AUTO G4804 V-BELT 721032 GENUINE PARTS CO - NAPA AUTO G1772 TIRE VALVE 721032 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (4) 720924 GENUINE PARTS CO - NAPA AUTO G4261 OIL DRAIN PLUG 720803 GENUINE PARTS CO - NAPA AUTO G4356 BATTERY W/3 MO WARRANTY 720620 GENUINE PARTS CO - NAPA AUTO G2453 AIR FILTER 720552 GENUINE PARTS CO - NAPA AUTO G4606 IGNITION LOCK CYLINDER 720620 GENUINE PARTS CO - NAPA AUTO G4012 INSTANT SHUDDER FIX 720386 GENUINE PARTS CO - NAPA AUTO G4076 3 YEAR BATTERY / WARRANT 720289 GENUINE PARTS CO - NAPA AUTO G5174 UNIVERSAL STARTER KEYS 720289 GENUINE PARTS CO - NAPA AUTO STOCK BATTERY CABLE TERMINAL ( 720289 GENUINE PARTS CO - NAPA AUTO G5235 AIR FILTER 720289 GENUINE PARTS CO - NAPA AUTO STOCK AIR FILTER (3) 720386 GENUINE PARTS CO - NAPA AUTO CM INV # 770389 - G4076 3 YEAR 720103 GENUINE PARTS CO - NAPA AUTO G4973 AIR FILTER 720103 GENUINE PARTS CO - NAPA AUTO STOCK RUBBER HOOD CATCH (2) 720031 GENUINE PARTS CO - NAPA AUTO STOCK REFRIGERANT 720031 GENUINE PARTS CO - NAPA AUTO G5039 2 YR BATTERY / WARRANTY 720031 GENUINE PARTS CO - NAPA AUTO STOCK BATTERY TERMINAL (2) 720031 GENUINE PARTS CO - NAPA AUTO G5143 CABIN AIR FILTER AND AIR 720031 GENUINE PARTS CO - NAPA AUTO G4911 2 YR BATTERY / WARRANTY 722912 GEORGE KEITH RUCKER G4943 18" X 15/16" REPLACEMENT 721849 GEORGE KEITH RUCKER G4667 SPREADER SPINNER (2) 720411 GEORGE KEITH RUCKER G5459 AC CARTRIDGE FILTER AND 728058 GLASS SERVICE 8, INC G5287 1/4" GREEN LAMINATED GLA 720032 GLOBAL TRAFFIC TECHNOLOGIES LLC STOCK LOW PROFILE EMITTER RECE 727623 GTE PARTNERS LLC G4432 2V BELT 727095 GTE PARTNERS LLC G4432 EXTENSION SPRING (2) 727095 GTE PARTNERS LLC G4005 STUDS AND HEX NUTS 727095 GTE PARTNERS LLC G4761 STUDS AND HEX NUTS 727095 GTE PARTNERS LLC G4004 HEX NUTS AND STUDS 727095 GTE PARTNERS LLC G4432 STUDS AND HEX NUTS 727095 GTE PARTNERS LLC G4175 STUDS AND HEX NUTS 727887 H BARBER & SONS INC G4044 SPINDLE UNITS, HALF LINK 725972 H BARBER & SONS INC G3516 TINE (500), CHAIN AND CO 725771 H BARBER & SONS INC G4044 OUTSIDE, CENTER, INSIDE 723619 H BARBER & SONS INC G4605 TINES (200) 723071 H BARBER & SONS INC G4044 BUSHING, SPROCKET & PUMP 720805 H BARBER & SONS INC G4044 TINE (700) 723621 H.D. INDUSTRIES, INC.G3794 CARRIER BEARING AGITATOR 722114 H.D. INDUSTRIES, INC.G3794 REAR AUGER BEARING BRACK 0 HOME DEPOT CREDIT SERVICES G4225 WOOD FOR TRAILER REPAIR 729137 HOSE & HYDRAULICS INC ITB 13-24: HYDRAULIC PARTS JU 728222 HOSE & HYDRAULICS INC ITB 13-24: HYDRAULIC PARTS MA 726995 HOSE & HYDRAULICS INC ITB 13-24: HYDRAULIC PARTS AP 725976 HOSE & HYDRAULICS INC ITB 13-24: HYDRAULIC PARTS MA 724811 HOSE & HYDRAULICS INC ITB 13-24: HYDRAULIC PARTS FE 723623 HOSE & HYDRAULICS INC ITB 13-24: HYDRAULIC PARTS JA 722481 HOSE & HYDRAULICS INC ITB 13-24: HYDRAULIC PARTS DE 721400 HOSE & HYDRAULICS INC ITB 13-24: HYDRAULIC PARTS NO 720931 HOSE & HYDRAULICS INC ITB 13-24: HYDRAULIC PARTS OC 723763 JET-VAC EQUIPMENT COMPANY LLC FLOW CONTROL VALVE 19907 JOSEPH T RYERSON & SON INC G4459 CARB BAR (8) - SEE NOTE 19907 JOSEPH T RYERSON & SON INC G4815 CARB DOM TUBE 0 KASCAR LLC G4111 FUEL FILTER, FLUID ENGIN 0 KASCAR LLC RADIATOR CAP, HOSE CLAMPS,THER 727109 KUSSMAUL ELECTRONICS COMPANY LLC STOCK WEATHERPROOF COVER, YELL 726163 KUSSMAUL ELECTRONICS COMPANY LLC G3406 SMART CHARGER 720040 KUSSMAUL ELECTRONICS COMPANY LLC STOCK AUTO CHARGER 727894 LIQUIDSPRING LLC G4318 STRUT ASSEMBLIES AND COM 727894 LIQUIDSPRING LLC G4318 PM SERVICE KIT 0 LOKEY NISSAN, INC G5092 ANTENNA 729346 LOKEY NISSAN, INC G4919 DUCT AIR ASSEMBLY 728070 LOKEY NISSAN, INC G4122 SWITCH ASSEMBLY 727970 LOKEY NISSAN, INC G4122 MODULE ASSEMBLY 727547 LOKEY NISSAN, INC G4122 REAR SOCKET ASSEMBLY (2) 727735 LOKEY NISSAN, INC G4368 SWITCH ASSEMBLY 725687 LOKEY NISSAN, INC G4352 GASKET ROCKER COVER AND 725687 LOKEY NISSAN, INC G4121 TIRE SENSOR 725239 LOKEY NISSAN, INC G4736 TORQUE ROD ASSY 725058 LOKEY NISSAN, INC CR INV # 15075400 - G4273 FRON 725058 LOKEY NISSAN, INC G4919 TUBE WATER HEATER 725239 LOKEY NISSAN, INC G4412 THERMOSTAT ASSY AND VALV 725239 LOKEY NISSAN, INC G4368 REAR LAMP COMB RH 725058 LOKEY NISSAN, INC G4919 AIR FLOW SENSOR 724698 LOKEY NISSAN, INC G4273 FRONT EXHAUST TUBE 723428 LOKEY NISSAN, INC G4274 WINDSHIELD TANK ASSY 723087 LOKEY NISSAN, INC G4737 HOSE-WASHER 722593 LOKEY NISSAN, INC CR INV # 15074732 - G4917 LAMP 722593 LOKEY NISSAN, INC G4917 LAMP LICENCE (2) 722593 LOKEY NISSAN, INC G4917 LAMP ASSY LICENCE 721953 LOKEY NISSAN, INC G4375 WATER INLET GASKET, THER 721953 LOKEY NISSAN, INC G4368 PACKING FUEL GAUGE & PUM 721953 LOKEY NISSAN, INC G4375 O-RING SEAL AND FLEX HOS 721953 LOKEY NISSAN, INC G4368 FUEL SENDER UNIT 721603 LOKEY NISSAN, INC G4352 STUD, STUD EXHAUST, GASK 721712 LOKEY NISSAN, INC G4626 CONTROLLER - LOCK 721603 LOKEY NISSAN, INC CR INV # 15074125 - G4352 STUD 728827 MAHER CHEVROLET INC G5115 SENSOR (2) 728230 MAHER CHEVROLET INC G5114 DEF SENSOR 727308 MAHER CHEVROLET INC G5116 PRESSURE SENSOR 723429 MAHER CHEVROLET INC CR INV # 363832 - G4638 SEALS 723429 MAHER CHEVROLET INC G4638 SEALS AND CONVERTER 721714 MAHER CHEVROLET INC CR INV # 360656 - G4519 HEADLA 721714 MAHER CHEVROLET INC G4519 HEADLAMP 721409 MAHER CHEVROLET INC G4639 TIRE PRESSURE SENSOR (2) 720813 MAHER CHEVROLET INC G5115 TRANSMITTER 720813 MAHER CHEVROLET INC G4866 LINK 720211 MAHER CHEVROLET INC G4638 HEADLAMP 720042 MAHER CHEVROLET INC G4518 DEFLECTOR 720211 MAHER CHEVROLET INC CM INV # 357615 - G4638 HEADLA 729519 MARUBENI AMERICA CORP 10.01.24-09.30.25: FLEET VEHI 728257 MARUBENI AMERICA CORP 10.01.24-09.30.25: FLEET VEHI 727146 MARUBENI AMERICA CORP 10.01.24-09.30.25: FLEET VEHI 726109 MARUBENI AMERICA CORP 10.01.24-09.30.25: FLEET VEHI 727035 MARUBENI AMERICA CORP 10.01.24-09.30.25: FLEET VEHI 724187 MARUBENI AMERICA CORP 10.01.24-09.30.25: FLEET VEHI 722641 MARUBENI AMERICA CORP 10.01.24-09.30.25: FLEET VEHI 721748 MARUBENI AMERICA CORP 10.01.24-09.30.25: FLEET VEHI 720984 MARUBENI AMERICA CORP 10.01.24-09.30.25: FLEET VEHI 0 MASCAP DEALER HOLDINGS LLC G5061 HYDRAULIC FITTING, COUPL 0 MASCAP DEALER HOLDINGS LLC STOCK FILTER ELEMENTS, FUEL FI 0 MASCAP DEALER HOLDINGS LLC G4959 AIR FILTER ASSEMBLY 729465 MASCAP DEALER HOLDINGS LLC G5623 BOX LONG PANEL 728935 MASCAP DEALER HOLDINGS LLC G4147 POLY BUSHING, PIN,NUT ET 728935 MASCAP DEALER HOLDINGS LLC STOCK HYDRAULIC FILTER (2) 728935 MASCAP DEALER HOLDINGS LLC G4873 DRIVE SPROCKETS, CAP SCR 729120 MASCAP DEALER HOLDINGS LLC G4872 SIGHT GAUGE AND DRIVE BE 729120 MASCAP DEALER HOLDINGS LLC STOCK FILTER ELEMENT (3) 728935 MASCAP DEALER HOLDINGS LLC STOCK ELEMENT FILTER (3) 728632 MASCAP DEALER HOLDINGS LLC STOCK HYD CAP, AC FILTERS, FUE 728632 MASCAP DEALER HOLDINGS LLC G4147 X-CHANGE, BUSHINGS, SEAL 728733 MASCAP DEALER HOLDINGS LLC STOCK AIR FILTER 728733 MASCAP DEALER HOLDINGS LLC G4872 STARTER 728044 MASCAP DEALER HOLDINGS LLC G5632 PLATFORM 728044 MASCAP DEALER HOLDINGS LLC G5672 BOLTS, WASHERS AND TOOL 727948 MASCAP DEALER HOLDINGS LLC G4723 RH LOUVER 727948 MASCAP DEALER HOLDINGS LLC G5632 FEM H/F COUPLER, FEMALE 727948 MASCAP DEALER HOLDINGS LLC STOCK HYD CAP, AC FILTERS ETC 727787 MASCAP DEALER HOLDINGS LLC G4872 AC VALVE BLOCK 727787 MASCAP DEALER HOLDINGS LLC G4872 GREASE CYLINDER 727713 MASCAP DEALER HOLDINGS LLC G4723 SPRINGS, WASHERS, BOLTS 727713 MASCAP DEALER HOLDINGS LLC G4872 ROLLER TRACK AND GREASE 727713 MASCAP DEALER HOLDINGS LLC STOCK AC FILTER AND HYDRAULIC 727531 MASCAP DEALER HOLDINGS LLC STOCK COOLANT (5) 726980 MASCAP DEALER HOLDINGS LLC STOCK CANISTER CAP, HYD FILTER 726980 MASCAP DEALER HOLDINGS LLC G4146 CYLINDER SHIELD, SPACER 726980 MASCAP DEALER HOLDINGS LLC G4146 ENGINE MOUNT (4) AND MOU 726755 MASCAP DEALER HOLDINGS LLC G4146 BOLT (4) 726695 MASCAP DEALER HOLDINGS LLC STOCK HYD CAP, AC FILTER, CANI 726755 MASCAP DEALER HOLDINGS LLC G4872 DRIVE SPROCKET, CAP SCRE 726343 MASCAP DEALER HOLDINGS LLC G4146 COOLING FAN, FAN GUARD, 726508 MASCAP DEALER HOLDINGS LLC STOCK HYDRAULIC FILTER (2) 725852 MASCAP DEALER HOLDINGS LLC G4723 SPROCKET (2) 725852 MASCAP DEALER HOLDINGS LLC G4146 GREASE FITTING (2) 725743 MASCAP DEALER HOLDINGS LLC G4872 DOOR ASSEMBLY 725587 MASCAP DEALER HOLDINGS LLC G4723 HYDRAULIC HOSES 724230 MASCAP DEALER HOLDINGS LLC STOCK FUEL FILTER (2) 724230 MASCAP DEALER HOLDINGS LLC G4269 AIR FILTER 724230 MASCAP DEALER HOLDINGS LLC G5462 HARNESS 723929 MASCAP DEALER HOLDINGS LLC G5672 CARBIDE TOOTH (10) 723929 MASCAP DEALER HOLDINGS LLC G5632 BAND CLAMP, SPACER, BOLT 723829 MASCAP DEALER HOLDINGS LLC G5130 HYDRAULIC CAP (2) 723400 MASCAP DEALER HOLDINGS LLC STOCK HYDRAULIC FILTER, AIR FI 723593 MASCAP DEALER HOLDINGS LLC STOCK WARM CLIMATE HYDRAULIC F 723400 MASCAP DEALER HOLDINGS LLC G4872 SPRING GAS 723219 MASCAP DEALER HOLDINGS LLC G5130 BELT DRIVE 723219 MASCAP DEALER HOLDINGS LLC G5130 REAR PROPSHAFT 723056 MASCAP DEALER HOLDINGS LLC G5172 JOYSTICK 722884 MASCAP DEALER HOLDINGS LLC G4722 BOBTACH WEDGE (2), ROLL 723056 MASCAP DEALER HOLDINGS LLC G5172 FIRE EXTINGUISHER KIT 722884 MASCAP DEALER HOLDINGS LLC STOCK OIL FILTERS, AIR AND FUE 722884 MASCAP DEALER HOLDINGS LLC G4722 BOOM STOP KNOB (4) 722884 MASCAP DEALER HOLDINGS LLC G5361 GRAPPLE FORK (3), SPACER 722102 MASCAP DEALER HOLDINGS LLC G4878 HYDARULIC HOSE 722386 MASCAP DEALER HOLDINGS LLC G5514 HOSES 722011 MASCAP DEALER HOLDINGS LLC G5069 FUEL CAP 722011 MASCAP DEALER HOLDINGS LLC G5072 COUPLER 721937 MASCAP DEALER HOLDINGS LLC G5633 PLOW EDGE, BOLTS, NUTS 721937 MASCAP DEALER HOLDINGS LLC G5072 MALE AND FEMALE COUPLER 721798 MASCAP DEALER HOLDINGS LLC STOCK COUPLERS (2) 721798 MASCAP DEALER HOLDINGS LLC G5060 RIM WHEEL 721798 MASCAP DEALER HOLDINGS LLC G4487 72" EDGE SWEEPER 721691 MASCAP DEALER HOLDINGS LLC G4487 BRISTLE KIT, DRIVE CHAIN 721691 MASCAP DEALER HOLDINGS LLC G4723 GLASS DOOR AND SEAL 721691 MASCAP DEALER HOLDINGS LLC G4960 FUEL CAP 721577 MASCAP DEALER HOLDINGS LLC G4959 MALE AND FEMALE COUPLERS 721294 MASCAP DEALER HOLDINGS LLC STOCK AC FILTERS, HYD FILTERS 721083 MASCAP DEALER HOLDINGS LLC G4960 ROLLER ASSEMBLIES, IDLER 721294 MASCAP DEALER HOLDINGS LLC G4879 WASHERS, PINS, BUSHINGS 721193 MASCAP DEALER HOLDINGS LLC G4871 SPROCKETS, TRACK ROLLERS 721383 MASCAP DEALER HOLDINGS LLC G4879 AC BELT 720791 MASCAP DEALER HOLDINGS LLC G5672 SM DRUM MULCHER 720791 MASCAP DEALER HOLDINGS LLC G5632 COIL, RADIATOR GUARD AND 720697 MASCAP DEALER HOLDINGS LLC G4723 ROLLER TRACKS, REAR IDLE 720697 MASCAP DEALER HOLDINGS LLC G4960 HYD PRES SWITCH 720543 MASCAP DEALER HOLDINGS LLC STOCK FUEL FILTERS, AC FILTERS 720275 MASCAP DEALER HOLDINGS LLC G4269 LIFT ARM, LIFT PIN ETC 720275 MASCAP DEALER HOLDINGS LLC G5172 HD BRISTLE KIT 720021 MASCAP DEALER HOLDINGS LLC STOCK AIR FILTERS, HYDRAULIC O 720099 MASCAP DEALER HOLDINGS LLC G5320 WEDGE PIVOT (4) 720021 MASCAP DEALER HOLDINGS LLC G4873 REAR LIGHT ASSEMBLY 720021 MASCAP DEALER HOLDINGS LLC STOCK AIR FILTER, HYDRAULIC OI 720021 MASCAP DEALER HOLDINGS LLC G4269 WASHERS, PINS AND BOLTS 720021 MASCAP DEALER HOLDINGS LLC G5172 CONTROLLER - DELIVERED 1 720021 MASCAP DEALER HOLDINGS LLC G4958 MALE & FEMALE COUPLER 720021 MASCAP DEALER HOLDINGS LLC G4958 MALE & FEMALE COUPLER 720021 MASCAP DEALER HOLDINGS LLC CM INV # PK3054 - STOCK AIR FI 720043 MCNEILUS TRUCK & MANUFACTURING STOCK PROX SWITCH (10) 0 MOUSER ELECTRONICS DISTRIBUTOR G5043 ROCKER SWITCH 724831 MUNICIPAL EQUIPMENT COMPANY LLC STOCK 6" ZINC SUCTION SCREEN ( 725063 NIFTYLIFT INC G5225 FLOW SWITCH 0 ORIGINAL EQUIPMENT COMPANY STOCK DISC BRAKE SET (3) 0 ORIGINAL EQUIPMENT COMPANY STOCK SAE 80W90 LUBRICANT (12) 729417 ORIGINAL EQUIPMENT COMPANY STOCK FUEL FILTER 729065 ORIGINAL EQUIPMENT COMPANY STOCK GREEN AF 50/50 (4) 729149 ORIGINAL EQUIPMENT COMPANY STOCK PAG 46 UV DYE (3) 0 ORIGINAL EQUIPMENT COMPANY STOCK 75W140 SYN (12) 0 ORIGINAL EQUIPMENT COMPANY STOCK FORD FUEL WATER SEPERATO 0 ORIGINAL EQUIPMENT COMPANY STOCK 75W90 SYN (12) 0 ORIGINAL EQUIPMENT COMPANY STOCK WIPER BLADE (3) 728831 ORIGINAL EQUIPMENT COMPANY STOCK MOTORCRAFT CABIN FILTER 728831 ORIGINAL EQUIPMENT COMPANY STOCK OIL DYE (3) 728238 ORIGINAL EQUIPMENT COMPANY STOCK AW 68 (10) 728238 ORIGINAL EQUIPMENT COMPANY STOCK FUEL FILTER 727816 ORIGINAL EQUIPMENT COMPANY STOCK TPMS SENSOR 727816 ORIGINAL EQUIPMENT COMPANY STOCK TIRE PRESSURE MONITORING 727743 ORIGINAL EQUIPMENT COMPANY STOCK TIRE PRESSURE MONITORING 727316 ORIGINAL EQUIPMENT COMPANY STOCK BRAKE ROTOR (2) 727403 ORIGINAL EQUIPMENT COMPANY STOCK BATTERY TERMINAL PROTECT 727470 ORIGINAL EQUIPMENT COMPANY STOCK ANTIFREEZE / COOLANT 727470 ORIGINAL EQUIPMENT COMPANY STOCK GEAR LUBRICANT 726708 ORIGINAL EQUIPMENT COMPANY STOCK PAG 46 +UV DYE 726423 ORIGINAL EQUIPMENT COMPANY STOCK OIL W/UV DYE (3) 726298 ORIGINAL EQUIPMENT COMPANY STOCK BRAKE PADS (4) 726168 ORIGINAL EQUIPMENT COMPANY STOCK OIL W/UV DYE (6) 726085 ORIGINAL EQUIPMENT COMPANY STOCK SYNTHETIC 75W140 (12) 726085 ORIGINAL EQUIPMENT COMPANY G4397 FORD CONTROL ARMS ETC 725992 ORIGINAL EQUIPMENT COMPANY STOCK PAG 46 + UV DYE (3) 725382 ORIGINAL EQUIPMENT COMPANY STOCK MOTOCRAFT AIR FILTER 725382 ORIGINAL EQUIPMENT COMPANY STOCK REAR BRAKE ROTOR (6) 725621 ORIGINAL EQUIPMENT COMPANY STOCK REAR BRAKE ROTOR (4) 725326 ORIGINAL EQUIPMENT COMPANY STOCK UV DYE (3) 724707 ORIGINAL EQUIPMENT COMPANY STOCK MOTORCRAFT BRAKE PADS 724836 ORIGINAL EQUIPMENT COMPANY STOCK MOTORCRAFT BRAKE ROTOR ( 724707 ORIGINAL EQUIPMENT COMPANY STOCK AC REFRIGERANT OIL 724497 ORIGINAL EQUIPMENT COMPANY STOCK GEAR OIL (12) 724497 ORIGINAL EQUIPMENT COMPANY STOCK VICOSITY OIL (3) 724497 ORIGINAL EQUIPMENT COMPANY STOCK MOTORCRAFT AIR FILTER (4 724407 ORIGINAL EQUIPMENT COMPANY STOCK REAR DISC BRAKE (4) 723953 ORIGINAL EQUIPMENT COMPANY STOCK OIL W/UV DYE (3) 723660 ORIGINAL EQUIPMENT COMPANY STOCK FRONT AND REAR BRAKE PAD 723660 ORIGINAL EQUIPMENT COMPANY STOCK FRONT BRAKE ROTORS (4) 722706 ORIGINAL EQUIPMENT COMPANY STOCK REFRIGERANT OIL (3) 722706 ORIGINAL EQUIPMENT COMPANY G4929 SHOCK ABSORBER 722355 ORIGINAL EQUIPMENT COMPANY G4420 SENSOR (3) 722275 ORIGINAL EQUIPMENT COMPANY G4423 SENSOR 721960 ORIGINAL EQUIPMENT COMPANY STOCK 75W140 SYNTHETIC (12) 721960 ORIGINAL EQUIPMENT COMPANY CR INV # 69732 - G2450 ALTERN 721842 ORIGINAL EQUIPMENT COMPANY STOCK 50/50 ORANGE (6) 721722 ORIGINAL EQUIPMENT COMPANY STOCK BRAKE PADS 721722 ORIGINAL EQUIPMENT COMPANY G2450 ALTERNATOR 721417 ORIGINAL EQUIPMENT COMPANY STOCK BRAKE PADS 721229 ORIGINAL EQUIPMENT COMPANY STOCK GREEN AF 50/501G (2) 721042 ORIGINAL EQUIPMENT COMPANY STOCK ROTORS 721042 ORIGINAL EQUIPMENT COMPANY STOCK RAPID SEAL KIT 720728 ORIGINAL EQUIPMENT COMPANY STOCK BRAKE FLUID (12) 720728 ORIGINAL EQUIPMENT COMPANY STOCK BRAKE PADS 720573 ORIGINAL EQUIPMENT COMPANY STOCK ENGINE OIL & BRAKE PAD ( 720112 ORIGINAL EQUIPMENT COMPANY G4638 MODULE KIT 720049 ORIGINAL EQUIPMENT COMPANY BRAKE PADS 720049 ORIGINAL EQUIPMENT COMPANY STOCK LEAK DETECTOR (3) - RECE 720049 ORIGINAL EQUIPMENT COMPANY STOCK GREEN ANTIFREEZE (6) 720049 ORIGINAL EQUIPMENT COMPANY CM INV # 34376 - BRAKE PADS 19842 PALMDALE INTERMEDIATE LLC CASTROL VECTON MULTI-FUEL 55 G 19763 PALMDALE INTERMEDIATE LLC 800 CNG/LNG SAE 15W40 - DRUM 19594 PALMDALE INTERMEDIATE LLC CITGO SYNDURANCE 668 ATF 55 GA 19594 PALMDALE INTERMEDIATE LLC CITGO SYNDURANCE 668 ATF 55 GA 19594 PALMDALE INTERMEDIATE LLC TEXSTAR SYNTHETIC 5W30 SPGF-6A 19594 PALMDALE INTERMEDIATE LLC CAM2 PROMAX AW68 HYD - BULK 19489 PALMDALE INTERMEDIATE LLC TEXSTAR 15W40 CK-4 SYN BLEND 19489 PALMDALE INTERMEDIATE LLC CAM2 PROMAX AW68 HYD 19402 PALMDALE INTERMEDIATE LLC CAM2 PROMAX AW68 HYD - BULK 19402 PALMDALE INTERMEDIATE LLC CITGARD 800 CNG/LNG SAE 15W40 19439 PALMDALE INTERMEDIATE LLC CAM2 PROMAX AW68 HYD - BULK 19439 PALMDALE INTERMEDIATE LLC TEXSTAR SYNTHETIC 5W20 SP/GF/6 19357 PALMDALE INTERMEDIATE LLC CNG/LNG 15W40 1 155DRUM 19357 PALMDALE INTERMEDIATE LLC CNG/LNG SAE 15W40 1 155 DRUM 19357 PALMDALE INTERMEDIATE LLC CNG/LNG 15W40 1 155DRUM 19357 PALMDALE INTERMEDIATE LLC CAM2 DEXRON / MERCON ARF 55 GA 19357 PALMDALE INTERMEDIATE LLC CAM2 PROMAX AW68 HYD - BULK 19264 PALMDALE INTERMEDIATE LLC CAM2 PROMAX AW68 HYD BULK 19264 PALMDALE INTERMEDIATE LLC TEXSTAR SYNTHETIC 5W20 OIL BUL 19292 PALMDALE INTERMEDIATE LLC CITGARD 800 CNG/LNG SAE 15W40 19292 PALMDALE INTERMEDIATE LLC CAM2 PROMAX AW68 HYD - BULK 19325 PALMDALE INTERMEDIATE LLC CAM2 PROMAX AW68 HYD - BULK 19325 PALMDALE INTERMEDIATE LLC CITGO SYNDURANCE 668 ATF 55 GA 720408 PATS PUMP AND BLOWER G4502 HOSE CLAMP (2). BOOM HOS 726000 PB PARENT HOLDCO, LP STOCK ANNUAL FIRE EXTINGUISHER 725139 PB PARENT HOLDCO, LP STOCK STORED PRESSURE EXTINGUI 724329 PB PARENT HOLDCO, LP STOCK ANNUAL FIRE EXTINGUISHER 723107 PB PARENT HOLDCO, LP STOCK ANNUAL FIRE EXTINGUISHER 721524 PB PARENT HOLDCO, LP STOCK FIRE EXTINGUISHERS 720327 PB PARENT HOLDCO, LP STOCK FIRE EXTINGUISHER STOCK 720063 PB PARENT HOLDCO, LP STOCK FIRE EXTINGUISHERS (38) 725695 PETERSEN INDUSTRIES INC G4464 HYDRAULIC MOTOR - SEE NO 721613 PETERSEN INDUSTRIES INC G4781 SOLENOID VALVE (2) 721613 PETERSEN INDUSTRIES INC G4781 JOYSTICK HANDLE ASSEMBLY 0 PHOENIX TRANSMISSION PARTS INC G4414 PISTONS, MODULES ETC 0 PHOENIX TRANSMISSION PARTS INC OVERHAUL KIT, FILTER & REMANUF 0 PHOENIX TRANSMISSION PARTS INC G4293 OVERHAUL KIT & FILTER 0 PHOENIX TRANSMISSION PARTS INC G4422 FRICTION MODULE, FILTERS 729423 RDK ASSETS, INC STOCK RETURN ELEMENT (10) 729499 RDK ASSETS, INC STOCK HYDRAULIC FILTER (4) 729353 RDK ASSETS, INC G4812 COIL 12 VOLT (2) 728964 RDK ASSETS, INC G4468 HORN ROLLER KIT 728964 RDK ASSETS, INC G4323 HYD VALVE HANDLE ASSY (2 729071 RDK ASSETS, INC STOCK 30MM PROX SWITCH (10) 0 RDK ASSETS, INC STOCK 9" TOUCH SCREEN MONITOR 728964 RDK ASSETS, INC G3828 LM CURB SIDE STEP, SIDE 728964 RDK ASSETS, INC G4320 PROGRAMABLE ECM MODULE 728482 RDK ASSETS, INC STOCK 7/8" X 80" ROLL-OFF CABL 728342 RDK ASSETS, INC G5488 PLOY MOUNTING FENDER KIT 728342 RDK ASSETS, INC STOCK NEW WAY 30MM PROXIMITY S 728342 RDK ASSETS, INC G4455 COMPUTER CONTROLLER 728169 RDK ASSETS, INC G4324 CHANNEL 82" TAILGATE SEA 728342 RDK ASSETS, INC G4326 SPRING FRONT LOCK (10) 728342 RDK ASSETS, INC STOCK CABLE 15 METER 4 PIN AND 728412 RDK ASSETS, INC G4610 PAINTED PASSENGER DOOR 728342 RDK ASSETS, INC CR INV # X101027892:01 - G4455 727904 RDK ASSETS, INC G4323 PGV VALVE SOLENOID 727984 RDK ASSETS, INC STOCK PROX SWITCH (4) 727984 RDK ASSETS, INC STOCK COLOR CAMERA (2), CAMERA 727752 RDK ASSETS, INC G4610 MIRROR ARM ASSEMBLY 727752 RDK ASSETS, INC STOCK HVAC AIR FILTER (6) 727644 RDK ASSETS, INC G4455 COMPUTER CONTROLLER 727752 RDK ASSETS, INC G4327 DUAL ROD END BLOCK 727820 RDK ASSETS, INC G4321 FENDER DROP PLOY (2) 727559 RDK ASSETS, INC STOCK HYD RETURN ELEMENT (8) 726933 RDK ASSETS, INC G5552 ROLL OFF DIAPER 6 X 8 (3 727130 RDK ASSETS, INC G3968 SEAL KIT AND SHAFT OBRIA 726307 RDK ASSETS, INC STOCK CABLE 20 METER 4PIN (4) 726307 RDK ASSETS, INC G4326 RIGHT AND LEFT LIGHT BAR 725801 RDK ASSETS, INC STOCK HYD RETURN ELEMENT NS (8 725801 RDK ASSETS, INC G5032 CNG PROX SWITCH (4) 725893 RDK ASSETS, INC G5126 NEW MODULE 726001 RDK ASSETS, INC STOCK VALVE SECT 725386 RDK ASSETS, INC STOCK NEW WAY 30MM PROXIMITY S 725386 RDK ASSETS, INC G4099 D/S WIPER MOTOR 725262 RDK ASSETS, INC STOCK HYD RETURN ELEMENT (11) 724718 RDK ASSETS, INC STOCK FILTER ELEMENT (3) & TAI 724413 RDK ASSETS, INC HYDRAULIC RETURN FILTER (9) 723958 RDK ASSETS, INC STOCK AIR VALVE ASSEMBLY 723868 RDK ASSETS, INC STOCK CABLE 20 METER 4PIN D TA 723109 RDK ASSETS, INC G5217 SPRING FRONT LOCK (2) 722820 RDK ASSETS, INC STOCK OIL TANK RETURN FILTER A 722913 RDK ASSETS, INC STOCK AIR VALVE ASSEMBLY 722820 RDK ASSETS, INC STOCK FILTER ELEMENT (3) 722282 RDK ASSETS, INC RDKEFLI RETURN FILTER ELEMENT 722820 RDK ASSETS, INC STOCK SEAL GRESEN O-RING FOR F 722820 RDK ASSETS, INC STOCK 9" TOUCH SCREEN MONITOR 722820 RDK ASSETS, INC G4165 MERCURY SWITCH EZ PACK C 722820 RDK ASSETS, INC CR INV # X101023640:01 - CC208 722282 RDK ASSETS, INC CR INV # X101023640:01 - CC208 720742 RDK ASSETS, INC STOCK FILTER ELEMENTS (3) & CO 720328 RDK ASSETS, INC STOCK RAT TAIL LIMIT SWITCH 720495 RDK ASSETS, INC G3827 LEFT SIDE DOOR LATCH (2) 720221 RDK ASSETS, INC CC2083 - APEX SOCKET 2.8 WIRE 719968 RDK ASSETS, INC G3827 POWER STEERING GEAR BOX 720064 RDK ASSETS, INC RDKFEL2 - BATTERY BOX COVER 720064 RDK ASSETS, INC CC2083 - BRACKET, HARNESS, TEM 720064 RDK ASSETS, INC RDKFEL3 - GREEN TINT GLASS WIN 720118 RDK ASSETS, INC CC2083 - 2.8 WIRE SOCKET (2) A 729072 RING POWER CORP G4807 ACCUMULATOR, LOCK AS, DO 728966 RING POWER CORP G4807 BEARING (2) 0 RING POWER CORP STOCK LUBE FILTER, AIR FILTER 728343 RING POWER CORP G4807 BEARINGS, SHIMS, BOLTS, 726309 RING POWER CORP G4807 DOOR GLASS, DOOR SEAL AN 725804 RING POWER CORP G4094 BREATHER KIT 725703 RING POWER CORP STOCK FILTER ELEMENT 724583 RING POWER CORP G5436 PLATE ASSEMBLY 724268 RING POWER CORP G5436 BREATHER, CAB FILTER, EL 722720 RING POWER CORP G4807 FUEL CAP (2) 721853 RING POWER CORP FY24 STOCK FUEL ELEMENT 721853 RING POWER CORP CR INV # 20PL9919797 - FY24 ST 721853 RING POWER CORP STOCK CTR/TUBE KIT 720964 RING POWER CORP G4912 BOLTS, NUTS, WASHERS ETC 720743 RING POWER CORP G4974 BLADE ASSEMBLY 720743 RING POWER CORP STOCK CABIN FILTERS, FUEL ELEM 720578 RING POWER CORP G4975 VALVE KIT 720329 RING POWER CORP G3974 BOLTS, NUTS, CUTTING EDG 720578 RING POWER CORP STOCK FUEL AND CAB FILTERS 720329 RING POWER CORP G4973 NUTS, BOLTS END EDGE CUT 720329 RING POWER CORP G4911 STOP SWITCH AND PUSH RIV 720120 RING POWER CORP CM INV # 20PL0115931 - G4911 F 720120 RING POWER CORP STOCK FUEL ELEMENT, LUBE FILTE 720120 RING POWER CORP STOCK FILTER, ELEMENT ASSY AND 720120 RING POWER CORP STOCK CABIN FILTERS (2) 720120 RING POWER CORP G4973 FENDER AND EXTENSION 720120 RING POWER CORP G4911 FILTER ASSYS, FUEL ELEME 720065 RING POWER CORP G4973 PLATE ASSY, BELTS ETC 719971 RING POWER CORP G4911 FUEL ELEMENT 719971 RING POWER CORP G4501 BATTERY 720120 RING POWER CORP CM INV # 20PL0115931 - G4911 F 0 RUSH TRUCK CENTERS OF FL STOCK 4 PSI PRESSURE SWITCH 729355 RUSH TRUCK CENTERS OF FL STOCK GASKET 729503 RUSH TRUCK CENTERS OF FL G3998 WIRING HARNESS & TURBOCH 729503 RUSH TRUCK CENTERS OF FL G3998 WIRING HARNESS 0 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT AND BREAT 729355 RUSH TRUCK CENTERS OF FL G4163 OUTSIDE AIR TEMP SENSOR 729355 RUSH TRUCK CENTERS OF FL G4163 FOAM CUSHION AND TRIM 729272 RUSH TRUCK CENTERS OF FL G3964 DEBRIS SHIELD 729272 RUSH TRUCK CENTERS OF FL STOCK GASKETS (3) 729272 RUSH TRUCK CENTERS OF FL STOCK THERMOSTAT 728967 RUSH TRUCK CENTERS OF FL CR INV # 3041855397 - G3964 IN 728967 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (12) 729073 RUSH TRUCK CENTERS OF FL G3793 OIL SEALL, VIBRATION ISO 729272 RUSH TRUCK CENTERS OF FL G3964 OIL SEAL 729272 RUSH TRUCK CENTERS OF FL STOCK AIR SECONDARY FILTER 728846 RUSH TRUCK CENTERS OF FL CR INV # 3042042927 - G4466 WI 0 RUSH TRUCK CENTERS OF FL STOCK CRANKCASE 0 RUSH TRUCK CENTERS OF FL G4323 OIL GASKET CONNECTION AN 0 RUSH TRUCK CENTERS OF FL G3793 THERMOSTAT, CONNECTION G 0 RUSH TRUCK CENTERS OF FL STOCK SECONDARY AIR FILTER AND 728846 RUSH TRUCK CENTERS OF FL G4466 MOTOR ASSEMBLY 728846 RUSH TRUCK CENTERS OF FL STOCK AFM DEVICE GASKET AND EX 728846 RUSH TRUCK CENTERS OF FL STOCK AFM DEVICE GASKET (5) 728846 RUSH TRUCK CENTERS OF FL G4657 OIL PAN GASKET 728846 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (12) AND 728846 RUSH TRUCK CENTERS OF FL STOCK BELT TENSIONER 728846 RUSH TRUCK CENTERS OF FL STOCK CONNECTION GASKET (2) 728846 RUSH TRUCK CENTERS OF FL STOCK OXYGEN SENSOR 728846 RUSH TRUCK CENTERS OF FL STOCK O RING SEAL (2) 728846 RUSH TRUCK CENTERS OF FL G4326 OIL DRAIN GASKET, LOCK N 728846 RUSH TRUCK CENTERS OF FL G4466 WINDOW REGULATOR CABLE 728547 RUSH TRUCK CENTERS OF FL STOCK GAS GASKET 728547 RUSH TRUCK CENTERS OF FL STOCK HOSE KIT CAC SERVICE 728547 RUSH TRUCK CENTERS OF FL STOCK HARDLINE ASSY-HVAC 728484 RUSH TRUCK CENTERS OF FL STOCK THERMOSTAT AND CONNECTIO 728484 RUSH TRUCK CENTERS OF FL G4657 MOUNTING KIT RADIATOR CO 728345 RUSH TRUCK CENTERS OF FL STOCK THERMOSTAT 728173 RUSH TRUCK CENTERS OF FL G3964 INJECTOR KIT AND COOLER 728079 RUSH TRUCK CENTERS OF FL STOCK CRANKCASE BREATHER 728079 RUSH TRUCK CENTERS OF FL G3264 ID X 6.50" OAL (4) 728242 RUSH TRUCK CENTERS OF FL G3964 EXH RCN COOLER KIT 728345 RUSH TRUCK CENTERS OF FL STOCK ADAPTERS 728242 RUSH TRUCK CENTERS OF FL G5024 PRS TEMPERATURE SENSOR 728484 RUSH TRUCK CENTERS OF FL G3964 CARRIER SEAL 728414 RUSH TRUCK CENTERS OF FL G3964 SEAL KIT 727905 RUSH TRUCK CENTERS OF FL STOCK THERMOSTAT 727905 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT, GASKETS 727987 RUSH TRUCK CENTERS OF FL G4321 CONNECTION GASKET 727987 RUSH TRUCK CENTERS OF FL G3998 SPEED SENSOR KIT 727987 RUSH TRUCK CENTERS OF FL G3694 WIRING HARNESS 727560 RUSH TRUCK CENTERS OF FL G4166 520 RIGHT FRONT SKIRT 727560 RUSH TRUCK CENTERS OF FL G3998 OIL PAN GASKET 727754 RUSH TRUCK CENTERS OF FL G3964 PRS TEMPERATURE SENSOR 727754 RUSH TRUCK CENTERS OF FL STOCK PRESSURE SENSOR 727648 RUSH TRUCK CENTERS OF FL G3998 SPEED SENSOR KIT 727648 RUSH TRUCK CENTERS OF FL G4465 PB GAUGE TACHOMETER 727225 RUSH TRUCK CENTERS OF FL G4325 WATER BYPASS TUBE 727133 RUSH TRUCK CENTERS OF FL STOCK O RING SEAL (6) 727225 RUSH TRUCK CENTERS OF FL G4657 WIPER MOTOR 727331 RUSH TRUCK CENTERS OF FL G4644 SILICONE RUBBER ELBOW 727331 RUSH TRUCK CENTERS OF FL STOCK CRANKCASE BREATHER 727331 RUSH TRUCK CENTERS OF FL G3998 WIRING HARNESS, WIRE RET 727485 RUSH TRUCK CENTERS OF FL G2776 HEX FLANGE HEAD SCREW (2 727485 RUSH TRUCK CENTERS OF FL STOCK AIR SWITCH 727485 RUSH TRUCK CENTERS OF FL G3964 WIRING HARNESS, OIL SEAL 727485 RUSH TRUCK CENTERS OF FL G3964 WIRE RETAINING CLIP AND 727485 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KITS AND BREA 727021 RUSH TRUCK CENTERS OF FL CR INV # 3040829949 - G4320 EL 727133 RUSH TRUCK CENTERS OF FL STOCK O-RING SEAL, THERMOSTAT 727133 RUSH TRUCK CENTERS OF FL G4168 STUD KIT 727021 RUSH TRUCK CENTERS OF FL G4168 SLACK ADJUSTER KIT (2) 727133 RUSH TRUCK CENTERS OF FL G4643 ACTUATOR 727133 RUSH TRUCK CENTERS OF FL STOCK O RING SEAL, THERMSOSTAT 727021 RUSH TRUCK CENTERS OF FL G4168 HARDLINE LIQUID ASSY 727021 RUSH TRUCK CENTERS OF FL G5023 V RIBBED BELT 727021 RUSH TRUCK CENTERS OF FL G2776 HEX FLANGE SCREWS 727021 RUSH TRUCK CENTERS OF FL G4326 FILLER CAP (5) 727021 RUSH TRUCK CENTERS OF FL G2776 SEALING WASHER (2) 726715 RUSH TRUCK CENTERS OF FL G2776 SEALING WASHER (2) & FUE 726369 RUSH TRUCK CENTERS OF FL STOCK BELT TENSIONER 726715 RUSH TRUCK CENTERS OF FL STOCK DOOR CHECK STRAP, ADAPTE 726311 RUSH TRUCK CENTERS OF FL STOCK HORN CONTACT PLATE 726544 RUSH TRUCK CENTERS OF FL G2776 TRANSIENT SUPPRESSOR AND 726432 RUSH TRUCK CENTERS OF FL STOCK PRIMARY AND SECONDARY AI 726172 RUSH TRUCK CENTERS OF FL G3725 THERMOSTAT AND RING SEAL 725805 RUSH TRUCK CENTERS OF FL G3968 SEAL KIT 725805 RUSH TRUCK CENTERS OF FL STOCK CRANKCASE 725805 RUSH TRUCK CENTERS OF FL G3725 CONNECTION GASKETS, HARN 725706 RUSH TRUCK CENTERS OF FL G4320 ELECTRONIC MODULE CONTRO 725805 RUSH TRUCK CENTERS OF FL G4158 CAB AIR MANIFOLD 725805 RUSH TRUCK CENTERS OF FL STOCK W/S GLASS 725805 RUSH TRUCK CENTERS OF FL STOCK GASKET AND SPARK PLUG KI 725805 RUSH TRUCK CENTERS OF FL STOCK OXYGEN SENSOR 725631 RUSH TRUCK CENTERS OF FL STOCK BREATHER HOUSING (2) AND 725522 RUSH TRUCK CENTERS OF FL G4343 CONNECTION GASKET 725522 RUSH TRUCK CENTERS OF FL G3792 GASKET 725331 RUSH TRUCK CENTERS OF FL G3792 EXHAUST COOLER, GASKET 725331 RUSH TRUCK CENTERS OF FL G3792 SEALING WASHER 725331 RUSH TRUCK CENTERS OF FL G5014 TEMPERATURE SENSOR 725522 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (13) 725522 RUSH TRUCK CENTERS OF FL G4643 PEDAL THROTTLE ASSY 725522 RUSH TRUCK CENTERS OF FL G4117 NITROGEN OXIDE SENSOR 725331 RUSH TRUCK CENTERS OF FL CR INV # 3040873472 - G4690 NI 725522 RUSH TRUCK CENTERS OF FL CR INV # 3041002614 - G4117 NI 725331 RUSH TRUCK CENTERS OF FL CR INV # 3040842993 - G4690 NI 725331 RUSH TRUCK CENTERS OF FL G4098 WATER PUMP AND O-RING SE 725002 RUSH TRUCK CENTERS OF FL STOCK RECIRC AIR FILTER (3) 725002 RUSH TRUCK CENTERS OF FL G4643 DRIVER DOOR CONTROL MODU 725070 RUSH TRUCK CENTERS OF FL G3969 SURGE TANK ASSY AND FITT 725070 RUSH TRUCK CENTERS OF FL STOCK BREATHER HOUSING, IGNITI 725002 RUSH TRUCK CENTERS OF FL STOCK IGNITION COIL AND SPARK 725070 RUSH TRUCK CENTERS OF FL G4690 NITROGEN OXIDE SENSOR 725143 RUSH TRUCK CENTERS OF FL G4690 NITROGEN OXIDE SENSOR 725143 RUSH TRUCK CENTERS OF FL G4097 O RING SEAL AND OIL GASK 725143 RUSH TRUCK CENTERS OF FL STOCK CRANKCASE AND THERMOSTAT 724927 RUSH TRUCK CENTERS OF FL G4643 MALE UNION (2) 724721 RUSH TRUCK CENTERS OF FL G4466 STARTER 725002 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KITS AND GASK 724847 RUSH TRUCK CENTERS OF FL G4643 AIR COMPRESSOR HEAD KIT 724721 RUSH TRUCK CENTERS OF FL STOCK WINDOW REGULATOR AND SWI 724721 RUSH TRUCK CENTERS OF FL STOCK BREATHER HOUSING 724721 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (12), CRA 724585 RUSH TRUCK CENTERS OF FL STOCK OIL SEAL AND SPARK PLUG 724721 RUSH TRUCK CENTERS OF FL STOCK WINDOW SWITCH DRIVER LIF 724721 RUSH TRUCK CENTERS OF FL STOCK ELECTRIC WINDOW REGULATO 724721 RUSH TRUCK CENTERS OF FL G4464 HOUSING REPAIR KIT AND O 724721 RUSH TRUCK CENTERS OF FL STOCK 60 PSI SWITCH (2) 724507 RUSH TRUCK CENTERS OF FL G4643 ANTIPOLISHIN RING (6) 724585 RUSH TRUCK CENTERS OF FL G4117 FUEL PUMP 724585 RUSH TRUCK CENTERS OF FL STOCK FREIGHTLINER CAC COLD SI 724721 RUSH TRUCK CENTERS OF FL G4117 O RING SEAL AND FUEL PUM 724331 RUSH TRUCK CENTERS OF FL CR INV # 3040542409 - G4643 UP 724585 RUSH TRUCK CENTERS OF FL CR INV # 3040684936 - G4117 FU 724331 RUSH TRUCK CENTERS OF FL CR INV # 3040572579 - G4117 TU 724721 RUSH TRUCK CENTERS OF FL CR INV # 3040701700 - G4117 O 724416 RUSH TRUCK CENTERS OF FL G4343 HEX FLANGE SCREW AND SEA 724416 RUSH TRUCK CENTERS OF FL STOCK SECONDARY AIR FILTER 724416 RUSH TRUCK CENTERS OF FL STOCK PRESSURE SENSOR 724416 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (6) AND B 724416 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (12) 724331 RUSH TRUCK CENTERS OF FL G4643 UPPER ENGINE GASKET KIT 724416 RUSH TRUCK CENTERS OF FL G4343 DEBRIS SHIELD AND SEAL K 724416 RUSH TRUCK CENTERS OF FL G4643 FRACTURE RESISTANT SCREW 724416 RUSH TRUCK CENTERS OF FL STOCK IGNITION COIL (4) AND EX 724269 RUSH TRUCK CENTERS OF FL G4117 TURBOCHARGER ACTUATOR KI 724176 RUSH TRUCK CENTERS OF FL G4343 FILLER CAP (2) 724269 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (6) 724269 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (6) 724269 RUSH TRUCK CENTERS OF FL G4324 HVAC CAB CONTROL 724176 RUSH TRUCK CENTERS OF FL STOCK WINDOW SWITCH 724176 RUSH TRUCK CENTERS OF FL STOCK HOUSING BREATHER AND SPA 724176 RUSH TRUCK CENTERS OF FL STOCK BREATHER HOUSING (2) 724061 RUSH TRUCK CENTERS OF FL STOCK HOSE ASSEMBLY 724061 RUSH TRUCK CENTERS OF FL G3998 FILLER CAP 723960 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (13) 723960 RUSH TRUCK CENTERS OF FL STOCK PRIMARY AND SECONDARY AI 723671 RUSH TRUCK CENTERS OF FL CR INV # 3040399931 - G3968 TU 723671 RUSH TRUCK CENTERS OF FL CR INV # 3040335721 - G4690 TU 723671 RUSH TRUCK CENTERS OF FL CR INV # 3040366112 - G3965 VA 723671 RUSH TRUCK CENTERS OF FL CR INV # 3040399044 - G3965 IN 723671 RUSH TRUCK CENTERS OF FL G3965 VALVE COVER GASKET AND P 723671 RUSH TRUCK CENTERS OF FL G3965 REAR COVER AND REAR COVE 723671 RUSH TRUCK CENTERS OF FL G3965 CONNECTION GASKETS, O-RI 723783 RUSH TRUCK CENTERS OF FL G3965 EXPANSION PLUG 723783 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KITS, CRANKCA 723671 RUSH TRUCK CENTERS OF FL G3968 TURBOCHARGER KIT, LOCK N 723671 RUSH TRUCK CENTERS OF FL STOCK FLUID LEVEL SENSOR ASSY 723671 RUSH TRUCK CENTERS OF FL G3965 VALVE COVER GASKET, HEX 723671 RUSH TRUCK CENTERS OF FL G3965 OIL PAN GASKET AND OIL S 723671 RUSH TRUCK CENTERS OF FL G3965 INJECTOR KIT AND O-RING 723671 RUSH TRUCK CENTERS OF FL G3968 TEMPERATURE SENSOR 723671 RUSH TRUCK CENTERS OF FL G4164 RADIATOR, MOUNTING KIT 723671 RUSH TRUCK CENTERS OF FL G4466 RADIATOR, MOUNTING KIT 723671 RUSH TRUCK CENTERS OF FL G4643 PRESSURE SENSOR 723671 RUSH TRUCK CENTERS OF FL G4456 SHUTOFF VALVE 723671 RUSH TRUCK CENTERS OF FL G4098 OIL PAN GASKET AND O-RIN 723671 RUSH TRUCK CENTERS OF FL STOCK THERMOSTAT 723671 RUSH TRUCK CENTERS OF FL G4164 COOL BLUE HOSE 723671 RUSH TRUCK CENTERS OF FL G4324 TEMPERATURE SENSOR 723444 RUSH TRUCK CENTERS OF FL STOCK ELEMENT FILTER AND SPARK 723444 RUSH TRUCK CENTERS OF FL G4690 TURBOCHARGER KIT 723444 RUSH TRUCK CENTERS OF FL STOCK BREATHER HOUSING AND AIR 723444 RUSH TRUCK CENTERS OF FL G4098 AIR COMPRESSOR HEAD KIT 723444 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT 723348 RUSH TRUCK CENTERS OF FL G4643 WINDOW CONTROL REGULATOR 723348 RUSH TRUCK CENTERS OF FL STOCK SPAK PLUG KIT 723163 RUSH TRUCK CENTERS OF FL STOCK HUMP HOSE AIR COOLER 723163 RUSH TRUCK CENTERS OF FL G5032 WATER PUMP AND O-RING SE 723163 RUSH TRUCK CENTERS OF FL STOCK CRANKCASE 723112 RUSH TRUCK CENTERS OF FL STOCK THERMOSTAT 723112 RUSH TRUCK CENTERS OF FL STOCK DOOR RELAY CONTROL MODUL 722985 RUSH TRUCK CENTERS OF FL STOCK DOOR RELAY CONTROL AND D 722915 RUSH TRUCK CENTERS OF FL G4466 FLEXPLATE 723112 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (6) 722824 RUSH TRUCK CENTERS OF FL G4324 EXH RCN COOLER KIT 722824 RUSH TRUCK CENTERS OF FL G4324 V BAND CLAMP 722824 RUSH TRUCK CENTERS OF FL STOCK SOLENOID VALVE 722824 RUSH TRUCK CENTERS OF FL G4792 BYPASS VALVE 722824 RUSH TRUCK CENTERS OF FL STOCK COOLANT LEVEL JUMPER SEN 722622 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (12) 722622 RUSH TRUCK CENTERS OF FL G4464 PLAIN HOSE 722284 RUSH TRUCK CENTERS OF FL CR INV # 3039877487 - G4465 TU 722361 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (6) 722422 RUSH TRUCK CENTERS OF FL G4466 SEAL KIT, HOUSING SEAL E 722284 RUSH TRUCK CENTERS OF FL G3977 HEDLIGHT 722056 RUSH TRUCK CENTERS OF FL G4465 CHARGE AIR COOLER 722056 RUSH TRUCK CENTERS OF FL G4465 TEMPERATURE SENSOR 722056 RUSH TRUCK CENTERS OF FL STOCK RH WINDOW REGULATOR 721972 RUSH TRUCK CENTERS OF FL G3976 FRONT SPRING CAB SUPPORT 721972 RUSH TRUCK CENTERS OF FL G4168 BRAKE PEDAL ASSY 721972 RUSH TRUCK CENTERS OF FL G4465 TURBOCHARGER KIT, TEMP S 721855 RUSH TRUCK CENTERS OF FL STOCK TURN SIGNAL SWITCH AND O 721855 RUSH TRUCK CENTERS OF FL G3969 HEADLIGHT SWITCH POLE W/ 721477 RUSH TRUCK CENTERS OF FL CR INV # 3039641010 - G3793 PO 721623 RUSH TRUCK CENTERS OF FL STOCK IGNITION COIL, SPARK PLU 721623 RUSH TRUCK CENTERS OF FL STOCK DOOR RELAY CONTROL & DRI 721623 RUSH TRUCK CENTERS OF FL G3793 CPR WATER OUTLET TUBE 721477 RUSH TRUCK CENTERS OF FL G3793 POSITION SENSOR 721477 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT & FILTER 721855 RUSH TRUCK CENTERS OF FL G3977 WATER PUMP AND O-RING SE 721728 RUSH TRUCK CENTERS OF FL G3793 ELECTRICAL CONNECTOR 721245 RUSH TRUCK CENTERS OF FL CR INV # 3039507522 - G3829 TU 721423 RUSH TRUCK CENTERS OF FL G4657 THROTTLE PEDAL SPACER 721245 RUSH TRUCK CENTERS OF FL STOCK OXYGEN SENSOR 721327 RUSH TRUCK CENTERS OF FL STOCK BELT TENSIONER 721245 RUSH TRUCK CENTERS OF FL G3968 WINDOW REGULATOR 721327 RUSH TRUCK CENTERS OF FL G3793 WIRE CLIP, VALVE COVER G 721423 RUSH TRUCK CENTERS OF FL STOCK PRESSURE SENSOR AND AIR 721327 RUSH TRUCK CENTERS OF FL G3969 SEAL KIT 721423 RUSH TRUCK CENTERS OF FL G4657 THROTTLE PEDAL 721245 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT, FILTER E 721045 RUSH TRUCK CENTERS OF FL STOCK OXYGEN SENSOR 721132 RUSH TRUCK CENTERS OF FL STOCK OXYGEN SENSOR 721045 RUSH TRUCK CENTERS OF FL G3968 TURN SIGNAL LAMP (2) 720966 RUSH TRUCK CENTERS OF FL G3829 TEMPERATURE SENSOR, EXHA 720966 RUSH TRUCK CENTERS OF FL G4163 FILTER COVER 720966 RUSH TRUCK CENTERS OF FL G4324 SEARS SEAT 720966 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT AND IGNIT 720966 RUSH TRUCK CENTERS OF FL G4457 FILLER CAP 720966 RUSH TRUCK CENTERS OF FL STOCK BYPASS LATCH 720966 RUSH TRUCK CENTERS OF FL G3829 TURBO GASKET, OIL GASKET 720966 RUSH TRUCK CENTERS OF FL RDKJAW2 WATER PUMP 720966 RUSH TRUCK CENTERS OF FL G3829 TURBOCHARGER KIT 720966 RUSH TRUCK CENTERS OF FL CR INV # 3039405681 - G4735 CY 720828 RUSH TRUCK CENTERS OF FL CR INV # 3039405681 - G4735 CY 720744 RUSH TRUCK CENTERS OF FL G4735 CYLINDER HEAD, EXHAUST K 720966 RUSH TRUCK CENTERS OF FL G4465 CRANKCASE BREATHER AND P 720744 RUSH TRUCK CENTERS OF FL STOCK GASKET 720744 RUSH TRUCK CENTERS OF FL G4735 INJECTOR SEALS AND O-RIN 720966 RUSH TRUCK CENTERS OF FL G3830 CPR WATER OUTLET TUBES 720828 RUSH TRUCK CENTERS OF FL STOCK BYPASS LATCH 720499 RUSH TRUCK CENTERS OF FL CR INV # 3039272386 - RDKFEL2 720744 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KITS (18) 720641 RUSH TRUCK CENTERS OF FL STOCK BREATHER HOUSING, SPARK 720744 RUSH TRUCK CENTERS OF FL STOCK GASKETS, CCV FILTERS ETC 720499 RUSH TRUCK CENTERS OF FL RDKFEL2 DOSER INJECTOR AND AFT 720499 RUSH TRUCK CENTERS OF FL G3830 PRESSURE SENSOR 720416 RUSH TRUCK CENTERS OF FL STOCK IGNITION COIL (2) 720416 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KIT (12) 720332 RUSH TRUCK CENTERS OF FL STOCK WINDOW REGULATOR 720579 RUSH TRUCK CENTERS OF FL G3830 MASS FLOW SENSOR 720499 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KITS (6) AND 720332 RUSH TRUCK CENTERS OF FL STOCK IGNITION COIL AND SPARK 720332 RUSH TRUCK CENTERS OF FL G4644 STRUT LOCKING HOOD AND S 720332 RUSH TRUCK CENTERS OF FL STOCK FLUID LEVEL SENSOR AND S 720332 RUSH TRUCK CENTERS OF FL G4160 REAR COVER AND GASKET 720121 RUSH TRUCK CENTERS OF FL CM INV # 3039187340 - G4691 TU 720121 RUSH TRUCK CENTERS OF FL CM INV # 3039165935 - G4465 PR 719973 RUSH TRUCK CENTERS OF FL G4166 LEFT, TOP, RIGHT COVERIN 720121 RUSH TRUCK CENTERS OF FL G4691 TURBOCHARGER ACTUATOR 720121 RUSH TRUCK CENTERS OF FL G4163 PSR TEMPERATURE SENSOR 720222 RUSH TRUCK CENTERS OF FL STOCK MOLDED RADIATOR HOSE AND 720121 RUSH TRUCK CENTERS OF FL STOCK 4.00 ID X 6.5 OAL TUBE ( 720222 RUSH TRUCK CENTERS OF FL G4615 LH DOOR MIRROR 719973 RUSH TRUCK CENTERS OF FL G3792 FILLER CAP 719973 RUSH TRUCK CENTERS OF FL G4165 KING PIN KIT 719973 RUSH TRUCK CENTERS OF FL G4165 AXLE 719973 RUSH TRUCK CENTERS OF FL G4168 HUMP HOSES 719973 RUSH TRUCK CENTERS OF FL STOCK IGNITION COILS (8) AND S 719973 RUSH TRUCK CENTERS OF FL G3792 FILLER CAP 719973 RUSH TRUCK CENTERS OF FL G4166 LEFT, TOP, AND RIGHT COV 719973 RUSH TRUCK CENTERS OF FL STOCK 4 PSI PRESSURE SWITCH 719973 RUSH TRUCK CENTERS OF FL G4323 IGNITION CONTROL MODULE 719973 RUSH TRUCK CENTERS OF FL STOCK WINDOW REGULATOR CABLE 719973 RUSH TRUCK CENTERS OF FL STOCK IGNITION COILS, SPARK PL 719973 RUSH TRUCK CENTERS OF FL STOCK SPARK PLUG KITS (6) 719973 RUSH TRUCK CENTERS OF FL G3827 POSITION SENSOR 719973 RUSH TRUCK CENTERS OF FL G4164 WATER PUMP AND O-RING SE 719973 RUSH TRUCK CENTERS OF FL G4323 REAR COVER GASKET, REAR 720066 RUSH TRUCK CENTERS OF FL G4465 PRESSURE SENSOR 720066 RUSH TRUCK CENTERS OF FL G4323 O RING SEAL (12) 720121 RUSH TRUCK CENTERS OF FL G3998 CPR WATER INLET TUBES 720121 RUSH TRUCK CENTERS OF FL G4467 SEARS SEAT 720066 RUSH TRUCK CENTERS OF FL G4465 PRESSURE SENSOR 720066 RUSH TRUCK CENTERS OF FL STOCK 4 PSI PRESSURE SWITCH 719973 RUSH TRUCK CENTERS OF FL CM INV # 3039119841 - G3827 PO 719973 RUSH TRUCK CENTERS OF FL CM INV # 3039005463 - G4323 IG 727565 SMITH EQUIPMENT & SUPPLY CO G4689 ELGIN GUTTER BROOM SEGME 724178 SMITH EQUIPMENT & SUPPLY CO G5353 ELGIN GUTTER BROOM (120) 722830 SMITH EQUIPMENT & SUPPLY CO G4690 ELGIN GUTTER BROOM SEGME 729427 SOUTHERN SEWER EQUIPMENT SALES STOCK RUBBER GRIPPER BUMPER (5 729505 SOUTHERN SEWER EQUIPMENT SALES STOCK MONITOR 729427 SOUTHERN SEWER EQUIPMENT SALES G5557 WATER TANK STEPS / CLAMP 728488 SOUTHERN SEWER EQUIPMENT SALES G4652 BLOCK OFF PLUG ASSEMBLY 728488 SOUTHERN SEWER EQUIPMENT SALES G4162 CENTER BEARING (4) 728247 SOUTHERN SEWER EQUIPMENT SALES G4074 SPRING SHAFT, FLANGED BU 727826 SOUTHERN SEWER EQUIPMENT SALES G4981 SERVICE ASSEMBLY ROLLER 727567 SOUTHERN SEWER EQUIPMENT SALES G4978 VERTICAL, OUTER SPACER B 727027 SOUTHERN SEWER EQUIPMENT SALES G4074 JOYSTICK 726870 SOUTHERN SEWER EQUIPMENT SALES G4978 MASTER INNER ASSY 726551 SOUTHERN SEWER EQUIPMENT SALES G4074 BODY CONTROL BOX 724727 SOUTHERN SEWER EQUIPMENT SALES STOCK CAMERA AND CAMERA CABLE 723450 SOUTHERN SEWER EQUIPMENT SALES G5126 JOYSTICK 723167 SOUTHERN SEWER EQUIPMENT SALES STOCK CAMERA AND CABLES 723167 SOUTHERN SEWER EQUIPMENT SALES G4980 ASL & GARBAGE PACK TRUCK 722831 SOUTHERN SEWER EQUIPMENT SALES G4978 PACK CYL BOLSTER (2), CY 722831 SOUTHERN SEWER EQUIPMENT SALES G4458 GRIPPER BASE 722129 SOUTHERN SEWER EQUIPMENT SALES G4978 FOLLOWER ASSEMBLY 722129 SOUTHERN SEWER EQUIPMENT SALES G4652 JOYSTICK, DECAL, PLATE E 721978 SOUTHERN SEWER EQUIPMENT SALES G4161 ARM VALVE SOLENOID 721860 SOUTHERN SEWER EQUIPMENT SALES G4161 PROX TRIGGER, ASL GRIPPE 721331 SOUTHERN SEWER EQUIPMENT SALES G5127 CAM ROLLERS, ARM GUARDS 721331 SOUTHERN SEWER EQUIPMENT SALES G4162 SHAFT (4) AND CLEANOUT D 721428 SOUTHERN SEWER EQUIPMENT SALES G5127 6X6 SERV ASSY GRIPPER CH 720070 SOUTHERN SEWER EQUIPMENT SALES G4981 BODY CONTROLLER 720340 SOUTHERN SEWER EQUIPMENT SALES G4074 CONTROL ARMS, CARLING SW 725530 SOUTHERN STATES MATERIAL HANDLING, INC G3408 MASTER CYLINDER, SEAL, D 728350 SOUTHPORT TRUCK GROUP CR INV # X101376472:01 - G4690 728350 SOUTHPORT TRUCK GROUP G4690 FUEL FILTER ELEMENT 728350 SOUTHPORT TRUCK GROUP G4690 WATER PROBE SENSOR ASSEM 726648 SOUTHPORT TRUCK GROUP G5178 EVAPORATOR PROBE SERVICE 725710 SOUTHPORT TRUCK GROUP G5177 EVAPORATOR PROBE SERVICE 724728 SOUTHPORT TRUCK GROUP G5178 QTR FENDER 721478 SOUTHPORT TRUCK GROUP CR INV # X101334573:01 - G4690 721478 SOUTHPORT TRUCK GROUP G4690 SPOT MIRROR 721478 SOUTHPORT TRUCK GROUP G4690 REINFORCEMENT 721861 SOUTHPORT TRUCK GROUP G5323 FREIGHTLINER RADIO 721332 SOUTHPORT TRUCK GROUP CR INV # X101333621:01 - G5323 721332 SOUTHPORT TRUCK GROUP G3794 RADIATOR 721252 SOUTHPORT TRUCK GROUP G5323 AIR FILTER SERVICE PART 721332 SOUTHPORT TRUCK GROUP G5323 ANTENNA CABLE KIT 720834 SOUTHPORT TRUCK GROUP G3846 BLOWER MOTOR 720644 SOUTHPORT TRUCK GROUP G3868 UNDER BOX BRACKET (2) 720421 SOUTHPORT TRUCK GROUP G5353 STAINLESS STEEL CLAMPS, 720421 SOUTHPORT TRUCK GROUP RDKJAW3 SURGE TANK 720503 SOUTHPORT TRUCK GROUP G3868 UNDER BOX AIR BRACKET 20024 STEWART & STEVENSON, LLC G4098 COOLANT LEVEL SENSOR (3) 725011 STEWART & STEVENSON, LLC G3405 ACTUATOR KIT 724855 STEWART & STEVENSON, LLC CR INV # 70196518 - G3405 VALV 724855 STEWART & STEVENSON, LLC CR INV # 70196518 - G3405 VALV 724855 STEWART & STEVENSON, LLC G3405 VALVE ASM, PIPE, CLAMP E 724732 STEWART & STEVENSON, LLC G3405 SENSOR 724732 STEWART & STEVENSON, LLC G3405 HARNESS ASSEMBLY 723680 STEWART & STEVENSON, LLC G3405 RING (2) & WASHER (2) 723680 STEWART & STEVENSON, LLC G3405 RING SEAL 722633 STEWART & STEVENSON, LLC G3405 SEAL (2) 721529 STEWART & STEVENSON, LLC G3405 GASKET KIT & GASKETS 0 SUMMIT RACING EQUIPMENT G4652 BEARING (10) 0 SUMMIT RACING EQUIPMENT G4074 BEARING (10) 0 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FUEL FILTER, HYD FILTER 729509 SUN STATE INTERNATIONAL TRUCKS LLC STOCK CNG FUEL FILTER (7) 729436 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FUEL FILTER (3) 729170 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FUEL MODULE AND FUEL FIL 729077 SUN STATE INTERNATIONAL TRUCKS LLC G4694 POWER STEERING PUMP 728423 SUN STATE INTERNATIONAL TRUCKS LLC G2989 ENGINE ELEMENT AIR FILTE 728490 SUN STATE INTERNATIONAL TRUCKS LLC STOCK DEF FILTER REPLACES MER 728249 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FUEL FILTER (3) 728179 SUN STATE INTERNATIONAL TRUCKS LLC G5076 7 GAL HEAD UNIT SENSOR 728179 SUN STATE INTERNATIONAL TRUCKS LLC STOCK ENGINE AIR FILTER, OIL F 727908 SUN STATE INTERNATIONAL TRUCKS LLC G4490 ADAPTER FITTING AND FUEL 727660 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FUEL FILTER HEAD, LUBE F 727759 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FUEL FILTER HEAD 727759 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FLEETRITE DIESEL EXHAUST 727569 SUN STATE INTERNATIONAL TRUCKS LLC STOCK BATTERY (4) 727569 SUN STATE INTERNATIONAL TRUCKS LLC STOCK A/C FILTER RECIR (3) & D 727569 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FLEETRITE DIESEL EXHAUST 727569 SUN STATE INTERNATIONAL TRUCKS LLC STOCK HVAC RECIRC FILTER AND F 726178 SUN STATE INTERNATIONAL TRUCKS LLC CR INV # X100640281:01 - G4524 726556 SUN STATE INTERNATIONAL TRUCKS LLC STOCK ENGINE ELEMENT AIR FILTE 726556 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FUEL (3) AND DEF FILTER 726241 SUN STATE INTERNATIONAL TRUCKS LLC G4904 POWER STEERING FILTER 726178 SUN STATE INTERNATIONAL TRUCKS LLC STOCK OIL & AIR FILTER AND WIN 726241 SUN STATE INTERNATIONAL TRUCKS LLC G4785 DOOR LATCH ASSEMBLY AND 726178 SUN STATE INTERNATIONAL TRUCKS LLC G4904 STEERING GEAR ASSEMBLY 726103 SUN STATE INTERNATIONAL TRUCKS LLC STOCK DEF FILTER (3)& FUEL FIL 726012 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FUEL FILTER (2) AND BATT 725712 SUN STATE INTERNATIONAL TRUCKS LLC STOCK LUBE FILTER (3), FUEL MO 725533 SUN STATE INTERNATIONAL TRUCKS LLC G3204 LIGHT DOME DRAWBRIDGE 725012 SUN STATE INTERNATIONAL TRUCKS LLC STOCK HYDRAULIC (2) AND DEF FI 725079 SUN STATE INTERNATIONAL TRUCKS LLC G4490 SPEED SENSOR KIT 724594 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REM KIT (4) AND FUEL MOD 724594 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REM KITS (4) AND FUEL MO 724733 SUN STATE INTERNATIONAL TRUCKS LLC REM KIT (4) 724733 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REM KIT (4) 724733 SUN STATE INTERNATIONAL TRUCKS LLC CR INV # X100641886:02 - REM K 724594 SUN STATE INTERNATIONAL TRUCKS LLC CR INV # X100641886:01 - STOCK 724273 SUN STATE INTERNATIONAL TRUCKS LLC G4902 MIRROR KIT 723882 SUN STATE INTERNATIONAL TRUCKS LLC G4524 EXH VALVE KIT, CONNECTIO 723355 SUN STATE INTERNATIONAL TRUCKS LLC CR INV # X100638498:01 - REMAN 723682 SUN STATE INTERNATIONAL TRUCKS LLC CR INV # X100638567:01 - SHOCK 723355 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FILTER KIT (3) 723451 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REM KIT (8) 723451 SUN STATE INTERNATIONAL TRUCKS LLC G5630 KEY BLANK (2) AND CUT KE 723451 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REM KIT (2) 723355 SUN STATE INTERNATIONAL TRUCKS LLC REMAN BENDIX SHOE KIT (8) / RF 723682 SUN STATE INTERNATIONAL TRUCKS LLC G4491 SPRING (2) 723682 SUN STATE INTERNATIONAL TRUCKS LLC G4491 SHOCK ABSORBER (2) 723682 SUN STATE INTERNATIONAL TRUCKS LLC STOCK SERVICE ELEMENT WITH SE 722990 SUN STATE INTERNATIONAL TRUCKS LLC STOCK REM KIT AND BATTERY 721256 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FILTER PAC ETC 720978 SUN STATE INTERNATIONAL TRUCKS LLC G2259 MOTOR STARTING 12V DEL 720584 SUN STATE INTERNATIONAL TRUCKS LLC STOCK NATURAL FILTER (12) 720584 SUN STATE INTERNATIONAL TRUCKS LLC G4907 LOW COOLANT SENSOR 720072 SUN STATE INTERNATIONAL TRUCKS LLC STOCK FUEL FILTER (6) FS PAC ( 727764 TAMPA CRANE & BODY ACQUISITION LLC G5142 QUADRATURE SENSOR, SENSO 727570 TAMPA CRANE & BODY ACQUISITION LLC G4490 HYD POWER UNIT 727570 TAMPA CRANE & BODY ACQUISITION LLC G4525 HYD POWER UNIT AND BREAT 721635 TAMPA CRANE & BODY ACQUISITION LLC G5142 OPEN LOAD HOOK BOLT ON & 721432 TAMPA CRANE & BODY ACQUISITION LLC G4778 ROTATION STOP ARM, BEARI 727661 TAMPA SPRING COMPANY G4610 LOWER CONTROL AMR REPLAC 727573 TAMPA SPRING COMPANY STOCK AUX SPRING KIT (2) & BOL 727141 TAMPA SPRING COMPANY STOCK CAB MOUNT (12) 726801 TAMPA SPRING COMPANY G4611 LOWER CONTROL ARM PLACEM 726722 TAMPA SPRING COMPANY STOCK BOLSTER KIT (4) 725903 TAMPA SPRING COMPANY STOCK CAB MOUNT (7) 723884 TAMPA SPRING COMPANY STOCK BOLSTER SPRING KIT (4) 722638 TAMPA SPRING COMPANY STOCK BOLSTER KIT (4) AND CAB 722846 TAMPA SPRING COMPANY STOCK ENGINE MOUNT KIT / REAR 728856 TEMPACO INC G5056 TWIN STAGE REGULATOR 0 TEN-8 FIRE EQUIPMENT INC STOCK TILT SWITCH 0 TEN-8 FIRE EQUIPMENT INC G3793 CABLE PUMP SHIFT DENTED 0 TEN-8 FIRE EQUIPMENT INC G3406 TIE AND TOE CONTROL LINK 0 TEN-8 FIRE EQUIPMENT INC G5024 6 WAY SEAT POWER UNIT SW 0 TEN-8 FIRE EQUIPMENT INC G5024 CAB HINGE (2) 0 TEN-8 FIRE EQUIPMENT INC G3406 RED LED MARKER LIGHT 20201 TEN-8 FIRE EQUIPMENT INC G3792 SEAT BELT AND ICP BAR 20210 TEN-8 FIRE EQUIPMENT INC G5024 6 WAY SEAT POWER UNIT 20201 TEN-8 FIRE EQUIPMENT INC G3998 ENGINE OIL TUBE, OIL HOS 20220 TEN-8 FIRE EQUIPMENT INC G3964 SWITCH ASSEMBLY 0 TEN-8 FIRE EQUIPMENT INC G5237 BOTTOM SEAT CUSHION 20181 TEN-8 FIRE EQUIPMENT INC STOCK 60MM PSI C1 GAUGE (9) 20155 TEN-8 FIRE EQUIPMENT INC G3793 O-RING GASKET KIT AND IM 20155 TEN-8 FIRE EQUIPMENT INC G5024 EXHAUST BELLOW CLAMPS 20155 TEN-8 FIRE EQUIPMENT INC G3998 IMPELLER SHAFT ASSY AND 20163 TEN-8 FIRE EQUIPMENT INC G4318 CONNECTOR KIT 0 TEN-8 FIRE EQUIPMENT INC G3998 BOTTOM SEAT CUSHION 0 TEN-8 FIRE EQUIPMENT INC G5014 FUEL COOLER BRACKETS 20144 TEN-8 FIRE EQUIPMENT INC G3964 CAB WEB STRAP AND HOOD C 20125 TEN-8 FIRE EQUIPMENT INC G3998 LFT SWITCH POD HOUSING W 20144 TEN-8 FIRE EQUIPMENT INC G5024 HANDLE GRAB MOULDED BLAC 20144 TEN-8 FIRE EQUIPMENT INC G3998 WHELEN LIGHT 20112 TEN-8 FIRE EQUIPMENT INC G4318 SWITCH SET 3/8" WITH SCR 20084 TEN-8 FIRE EQUIPMENT INC G3406 STABILIZER JACK (2) 20025 TEN-8 FIRE EQUIPMENT INC G3725 5" ACTUATOR VALVE & ELEC 20037 TEN-8 FIRE EQUIPMENT INC STOCK HOOD SUPPORT (2) 20025 TEN-8 FIRE EQUIPMENT INC G4503 TIE CONTROL 6 DEGREE BEN 20037 TEN-8 FIRE EQUIPMENT INC G3793 INTAKE GAUGE ,HAND WHEEL 20044 TEN-8 FIRE EQUIPMENT INC G4735 ACTUATOR 20003 TEN-8 FIRE EQUIPMENT INC G3964 ENGINE OIL TUBE & DIPSTI 19975 TEN-8 FIRE EQUIPMENT INC G3998 TOGGLE AIR CLAMP 19975 TEN-8 FIRE EQUIPMENT INC G3725 TOGGLE AIR CLAMP 19975 TEN-8 FIRE EQUIPMENT INC STOCK TILT COLUMN SWITCH 19975 TEN-8 FIRE EQUIPMENT INC G3998 ROCK SWITCH 19864 TEN-8 FIRE EQUIPMENT INC G3792 FOLDING LADDER 19939 TEN-8 FIRE EQUIPMENT INC G3793 CAB LATCH ASSY AND STRIK 19852 TEN-8 FIRE EQUIPMENT INC STOCK INPUT MODULE 19908 TEN-8 FIRE EQUIPMENT INC G3793 ENGINE OIL DIPSTICK AND 19908 TEN-8 FIRE EQUIPMENT INC G3405 BLOCK TERMINAL 6 CONDUCT 19908 TEN-8 FIRE EQUIPMENT INC G5237 SEALED BALL JOINT KIT (4 19908 TEN-8 FIRE EQUIPMENT INC STOCK VALVE KIT (5), WASHER SE 19852 TEN-8 FIRE EQUIPMENT INC G5023 WINDSHIELD 19864 TEN-8 FIRE EQUIPMENT INC G3725 FLAT WASHER, BOLT BUMPER 19875 TEN-8 FIRE EQUIPMENT INC G4735 ENGINE OIL DIPSTICK 19852 TEN-8 FIRE EQUIPMENT INC G3725 RING GASKET (2) 19844 TEN-8 FIRE EQUIPMENT INC G3725 SUPER LED WHITE LIGHT (5 19875 TEN-8 FIRE EQUIPMENT INC G3725 UPPER INSULATION TUBE AN 19875 TEN-8 FIRE EQUIPMENT INC G5023 RUBBER WINDOW TRIM 75FT 19864 TEN-8 FIRE EQUIPMENT INC G3725 3PT SEAT BELT 19824 TEN-8 FIRE EQUIPMENT INC G3406 JOYSTICK CONTROLLER 19824 TEN-8 FIRE EQUIPMENT INC STOCK 60MM C1 PSI GAUGE (9) 19737 TEN-8 FIRE EQUIPMENT INC G4735 3IN GEAR VALVE 19824 TEN-8 FIRE EQUIPMENT INC G3725 PUMP GAUGE AND GREEN HAN 19796 TEN-8 FIRE EQUIPMENT INC G3725 SMALL TRIDENT HANDWHEEL 19810 TEN-8 FIRE EQUIPMENT INC G3965 CROWN FENDER 19737 TEN-8 FIRE EQUIPMENT INC G3725 4-WAY SOLENOID VALVE 19704 TEN-8 FIRE EQUIPMENT INC STOCK GAS STRUT HOOD SUPPORT ( 19704 TEN-8 FIRE EQUIPMENT INC G5014 VALVE HEIGHT CONTROL NEW 19704 TEN-8 FIRE EQUIPMENT INC G3965 MUD FLAP 24 X 16 PIERCE 19704 TEN-8 FIRE EQUIPMENT INC G3965 DEF NON-LOCKING FILLER C 19694 TEN-8 FIRE EQUIPMENT INC G3998 3PT DUAL SEAT BELT 19671 TEN-8 FIRE EQUIPMENT INC G3965 IDLER WHEEL ASSEMBLY W/O 19651 TEN-8 FIRE EQUIPMENT INC G3965 ONE SIDE IDLER WHEEL ASS 19662 TEN-8 FIRE EQUIPMENT INC G4117 NEEDLE VALVE 19651 TEN-8 FIRE EQUIPMENT INC G5014 ENGINE OIL DIPSTICK 19637 TEN-8 FIRE EQUIPMENT INC STOCK MODULE INPUT / OUTPUT (2 19612 TEN-8 FIRE EQUIPMENT INC G5237 IVZ VELOCITY WINDSHIELD 19612 TEN-8 FIRE EQUIPMENT INC G5237 RUBBER WINDOW TRIM (75) 19612 TEN-8 FIRE EQUIPMENT INC G4735 O-RING (2) & ANODE SUB A 19596 TEN-8 FIRE EQUIPMENT INC G3965 IDLER WHEEL KIT (20) 19589 TEN-8 FIRE EQUIPMENT INC G4476 PM SERVICE KIT, LIQUID S 19569 TEN-8 FIRE EQUIPMENT INC G3965 SEAT BELT (2) 19557 TEN-8 FIRE EQUIPMENT INC STOCK 30MM PROX SWITCH (10) 19542 TEN-8 FIRE EQUIPMENT INC G5014 WIN PERIMETER SEAL ASSY 19537 TEN-8 FIRE EQUIPMENT INC G3405 BOTTOM CUSHION 19528 TEN-8 FIRE EQUIPMENT INC G3793 NEEDLE VALVE 19516 TEN-8 FIRE EQUIPMENT INC G3792 BOTTOM SEAT CUSHION ASSY 19516 TEN-8 FIRE EQUIPMENT INC G4343 ENGINE TUBE OIL FILLER A 19516 TEN-8 FIRE EQUIPMENT INC G4318 CHROME VENT 19460 TEN-8 FIRE EQUIPMENT INC CR INV # 1310056795 - G3793 ST 19460 TEN-8 FIRE EQUIPMENT INC G3793 STEERING GEAR 19506 TEN-8 FIRE EQUIPMENT INC G3405 SEAT BELT 19460 TEN-8 FIRE EQUIPMENT INC G3792 SEAT BELT 19443 TEN-8 FIRE EQUIPMENT INC G3792 CABLE BUCKLE 19460 TEN-8 FIRE EQUIPMENT INC G5014 CAB REGULATOR 19451 TEN-8 FIRE EQUIPMENT INC G4838 TRACK ROD ASSY 19451 TEN-8 FIRE EQUIPMENT INC G4343 TOE CONTROL ADJUST LINK 19435 TEN-8 FIRE EQUIPMENT INC G4343 CAB REGULATOR 19424 TEN-8 FIRE EQUIPMENT INC G4735 O-RING GASKETS, HOUSINGS 19424 TEN-8 FIRE EQUIPMENT INC G4735 RING LANTERN 19424 TEN-8 FIRE EQUIPMENT INC G3793 GEAR AND CRATE 19403 TEN-8 FIRE EQUIPMENT INC G4503 MIRROR COVER 19414 TEN-8 FIRE EQUIPMENT INC G4735 GLAND HALF (4), UNBALANC 19414 TEN-8 FIRE EQUIPMENT INC G3998 SPACER (12) 19414 TEN-8 FIRE EQUIPMENT INC G3793 AIR PUMP VALVE 19414 TEN-8 FIRE EQUIPMENT INC G5237 REPLACEMENT ROLLER ASSEM 19370 TEN-8 FIRE EQUIPMENT INC G4735 ROCK SWITCH 19387 TEN-8 FIRE EQUIPMENT INC G3793 ACTUATOR ASSEMBLY VALVE 19379 TEN-8 FIRE EQUIPMENT INC G3964 CAB STRAP (3) & STRAP W/ 19379 TEN-8 FIRE EQUIPMENT INC G4503 BOLT-ON EYE TOW (2) 19379 TEN-8 FIRE EQUIPMENT INC G3793 DOOR CAB MODULE 19359 TEN-8 FIRE EQUIPMENT INC G4735 AIR RESTRIC SEND 19351 TEN-8 FIRE EQUIPMENT INC G3864 DEFROSTER FILTER 19351 TEN-8 FIRE EQUIPMENT INC G4735 CLAMP V BAND AND EXHAUST 19338 TEN-8 FIRE EQUIPMENT INC G5014 MUD FLAP (2) 19338 TEN-8 FIRE EQUIPMENT INC G4503 MUD FLAP (2) 19338 TEN-8 FIRE EQUIPMENT INC G3792 MIRROR COVER 19338 TEN-8 FIRE EQUIPMENT INC G4503 FRONT MOUNT DISPLAY 19293 TEN-8 FIRE EQUIPMENT INC STOCK FUEL TANK CAP 19282 TEN-8 FIRE EQUIPMENT INC G3793 REPLACEMENT RIB, RIB SEA 19282 TEN-8 FIRE EQUIPMENT INC G3793 LUMA BAR LIGHT (2), AIR 19282 TEN-8 FIRE EQUIPMENT INC G3965 EXHAUST INSULATION BLANK 19282 TEN-8 FIRE EQUIPMENT INC G5014 HEX FLANGE BOLT (30) 19282 TEN-8 FIRE EQUIPMENT INC G3998 ELECTRIC CAB REGULATOR 19245 TEN-8 FIRE EQUIPMENT INC G3965 EXHAUST INSULATION BLANK 19245 TEN-8 FIRE EQUIPMENT INC STOCK LOW COOLANT PROBE SEND ( 19245 TEN-8 FIRE EQUIPMENT INC STOCK FUEL TANK CAP 19245 TEN-8 FIRE EQUIPMENT INC G3965 HEATED PRESSURE HOSE ASS 19268 TEN-8 FIRE EQUIPMENT INC G3973 PROX SWITCH (2) SEAT BEL 19268 TEN-8 FIRE EQUIPMENT INC G3793 NYLON END CAP (14) 19249 TEN-8 FIRE EQUIPMENT INC G3792 DEF TANK HEADER 19268 TEN-8 FIRE EQUIPMENT INC G3792 ROSCO MIRROR 19293 TEN-8 FIRE EQUIPMENT INC STOCK DIESEL FUEL TANK CAP (2) 19293 TEN-8 FIRE EQUIPMENT INC STOCK TILT COLUMN SWITCH 729080 TENNANT SALES AND SERVICE COMPANY G4923 HOSE CLAMP AND REPLACEME 725537 TENNANT SALES AND SERVICE COMPANY G4923 MOTOR AND DOOR SEAL 724524 THOMPSON PUMP AND MANUFACTURING COMPANY, INC G3491 12MM KEYWAY BUSHING 724189 THOMPSON PUMP AND MANUFACTURING COMPANY, INC G3491 FLANGE BUSHING AND COUPL 723262 THOMPSON PUMP AND MANUFACTURING COMPANY, INC G3491 T50 PUMP, SPACER, GASKET 723694 THOMPSON PUMP AND MANUFACTURING COMPANY, INC G3491 SIMPLE VAC GASKET 722071 THOMPSON PUMP AND MANUFACTURING COMPANY, INC G3491 TENSIONER BELT 722071 THOMPSON PUMP AND MANUFACTURING COMPANY, INC G3490 HOSE GASKETS, COVER ETC 720513 THOMPSON PUMP AND MANUFACTURING COMPANY, INC G3689 CONECTOR RODS, PLATE GAS 720513 THOMPSON PUMP AND MANUFACTURING COMPANY, INC G3689 2D 3D 4D NEOPRENE NO MAR 0 TMS EQUIPMENT SERVICES G4334 TRAILER BATTERY CHARGER 0 TMS EQUIPMENT SERVICES G4334 BUSHINGS, WASHERS, HEX N 728992 VERMEER SOUTHEAST SALES & SERVICE INC STOCK FUEL FILTER, YANMAR TIER 724279 VERMEER SOUTHEAST SALES & SERVICE INC G5170 TOOTH CUTTERS 723173 VERMEER SOUTHEAST SALES & SERVICE INC G4787 LEFT & RIGHT CURTAIN / L 20118 W.W. GRAINGER, INC.G5115 ROCKERSWITCH 20067 W.W. GRAINGER, INC.STOCK DOCK/BODY BUMPER (11) 20030 W.W. GRAINGER, INC.UNIVERSAL ABSORBENT PAD PK200 20017 W.W. GRAINGER, INC.G4490 TELEPHONE SLIDE (5) 20042 W.W. GRAINGER, INC.STOCK BLACK SPRAY PAINT (12) 19952 W.W. GRAINGER, INC.STOCK MOUNTING CENTER LEVEL GA 726283 W.W. GRAINGER, INC.STOCK DOCK/BODY BUMPER (8) 725969 W.W. GRAINGER, INC.STOCK PRESSURE GAUGE 725047 W.W. GRAINGER, INC.G5366 KEYSTOCK 725226 W.W. GRAINGER, INC.STOCK SPRAY PAINT 723149 W.W. GRAINGER, INC.STOCK DOCK/BODY BUMPER (6), WA 722394 W.W. GRAINGER, INC.STOCK AIR REGULATOR (2) 721201 W.W. GRAINGER, INC.STOCK RUST PREVENTATIVE SPRAY 721100 W.W. GRAINGER, INC.G4804 GROUP U1 BATTERY BOX 721034 W.W. GRAINGER, INC.STOCK DOCK BODY BUMBER (7) 720711 W.W. GRAINGER, INC.COUNTER SALE, NO G# V-BELT (3) 720035 W.W. GRAINGER, INC.STOCK PRESSURE GAUGE (2) 720035 W.W. GRAINGER, INC.G5120 STEEL HANGING STRAP 720035 W.W. GRAINGER, INC.STOCK MOMENTARY FOOTSWITCH AND 0 WALKER FORD COMPANY INC G4476 ALTERNATOR 0 WALKER FORD COMPANY INC G5414 GLASS 0 WALKER FORD COMPANY INC G2450 SENSOR (2) 0 WALKER FORD COMPANY INC G5247 SHOCK ASSEMBLY (2) 0 WALKER FORD COMPANY INC G4857 GASKET AND SCREEN 729524 WALKER FORD COMPANY INC G3775 GASKET 729524 WALKER FORD COMPANY INC G5082 SWITCH 729524 WALKER FORD COMPANY INC CR INV # 204500 - G4853 FORD B 729524 WALKER FORD COMPANY INC CR INV # 204140 - G5203 TUBE A 729089 WALKER FORD COMPANY INC G4934 WEATHER STRIP AND FAN 729089 WALKER FORD COMPANY INC G4932 TUBE ASSEMBLIES (2) 729089 WALKER FORD COMPANY INC G4932 BUMPER COVER 729089 WALKER FORD COMPANY INC G4391 SELECTOR SHAFT ASSEMBLY 729089 WALKER FORD COMPANY INC STOCK BRACKET 729089 WALKER FORD COMPANY INC G4555 ARM/PUMP ASSEMBLIES, GAS 729524 WALKER FORD COMPANY INC G3775 GASKET AND SEAL ASSEMBLY 729524 WALKER FORD COMPANY INC G4555 SEALS (10) 729524 WALKER FORD COMPANY INC G4555 COVER ASSEMBLY 729524 WALKER FORD COMPANY INC G4825 NUTS AND OUTER AND INNER 729524 WALKER FORD COMPANY INC G4553 LINKS, BUSHINGS AND NUTS 729524 WALKER FORD COMPANY INC STOCK WASHER NOZZLE (5) 729524 WALKER FORD COMPANY INC G4839 PUMP ASSEMBLY 729524 WALKER FORD COMPANY INC G4696 WIRE ASSEMBLY 729524 WALKER FORD COMPANY INC G5199 V-BELT 729524 WALKER FORD COMPANY INC G4553 TIE ROD LOCK NUT (2) 728993 WALKER FORD COMPANY INC G4843 TRANSMISSION FLUID (6) 728993 WALKER FORD COMPANY INC G4853 FORD BEZEL 728993 WALKER FORD COMPANY INC G5500 HOUSING 728993 WALKER FORD COMPANY INC G4441 GLASS 728993 WALKER FORD COMPANY INC G5000 MOTOR 728993 WALKER FORD COMPANY INC G4932 GASKET, SCREEN ETC 728993 WALKER FORD COMPANY INC G5140 HANDLE 728993 WALKER FORD COMPANY INC G5331 CANNISTOR 728993 WALKER FORD COMPANY INC G4066 SEAL ASSEMBLY, RETAINER 728993 WALKER FORD COMPANY INC G5000 SHAFT 728993 WALKER FORD COMPANY INC G5000 FORD MOUNT KIT (2) 728993 WALKER FORD COMPANY INC G4853 SOLENOID 728993 WALKER FORD COMPANY INC G4838 MOULDIN 728993 WALKER FORD COMPANY INC G4843 GASKETS, SCREEN ETC 728993 WALKER FORD COMPANY INC STOCK GRILLE 728993 WALKER FORD COMPANY INC G5000 MOTOR ASSEMBLY 728993 WALKER FORD COMPANY INC G4496 CAMERA 728993 WALKER FORD COMPANY INC G4713 HUB ASSEMBLY (2) 728993 WALKER FORD COMPANY INC CR INV # 204448 - G5000 MOTOR 728993 WALKER FORD COMPANY INC CR INV # 203447 - G4496 CAMERA 728993 WALKER FORD COMPANY INC CR INV # 203054 - G4378 BUSHIN 0 WALKER FORD COMPANY INC G4683 PAD AND COVER ASSEMBLY 0 WALKER FORD COMPANY INC G4893 WEATHERSHIELD DOOR SEALS 0 WALKER FORD COMPANY INC G2450 SPARK PLUGS, SHOCK ASSEM 0 WALKER FORD COMPANY INC G4995 SHIELD 0 WALKER FORD COMPANY INC G5196 SEAT BELT 0 WALKER FORD COMPANY INC G4437 MIRROR 0 WALKER FORD COMPANY INC G4683 SEAL KIT 0 WALKER FORD COMPANY INC G4476 SENSORS 0 WALKER FORD COMPANY INC G4039 LAMP ASSEMBLY 0 WALKER FORD COMPANY INC G4893 FORD DOOR SEALS 0 WALKER FORD COMPANY INC G4476 FLEX PROBE KIT 0 WALKER FORD COMPANY INC G4315 GASKET AND SCREEN 729524 WALKER FORD COMPANY INC G4838 MOULDIN 729524 WALKER FORD COMPANY INC G4852 SOLENOID 729524 WALKER FORD COMPANY INC G4838 PLATE 729524 WALKER FORD COMPANY INC G4839 V-BELT AND SEALS 729524 WALKER FORD COMPANY INC G4838 COVER ASSEMBLY 729524 WALKER FORD COMPANY INC G5199 PINS AND SHIELD 729524 WALKER FORD COMPANY INC G3775 GASKETS 0 WALKER FORD COMPANY INC G4838 SENSOR 0 WALKER FORD COMPANY INC G5414 SCREEN AND GASKET 0 WALKER FORD COMPANY INC G4858 LIFT ASSEMBLIES 728265 WALKER FORD COMPANY INC G4671 CONTROL AND FAN 728265 WALKER FORD COMPANY INC G4407 MOTOR ASSEMBLY 728265 WALKER FORD COMPANY INC G4838 SENSOR 728265 WALKER FORD COMPANY INC G3970 MOULDIN 728265 WALKER FORD COMPANY INC STOCK TUBE ASSEMBLY 728265 WALKER FORD COMPANY INC G4187 GASKETS AND SEAL 728265 WALKER FORD COMPANY INC G4847 END ASSY, TUBE ASSY ETC 728364 WALKER FORD COMPANY INC G4847 NUT 728364 WALKER FORD COMPANY INC G4596 LAMP ASSEMBLY 728364 WALKER FORD COMPANY INC G5062 SOLENOID AND VALVE 728364 WALKER FORD COMPANY INC G4548 V-BELTS, LINKS, BUSHINGS 728265 WALKER FORD COMPANY INC G4369 HEATER 728265 WALKER FORD COMPANY INC G4529 GLASS ASSEMBLY 728265 WALKER FORD COMPANY INC G4513 BOLTS 728364 WALKER FORD COMPANY INC G4286 SOCKET 728364 WALKER FORD COMPANY INC G4784 PANEL ASSEMBLY 728364 WALKER FORD COMPANY INC G4847 BRAKE PAD, SEAL, GASKET, 728364 WALKER FORD COMPANY INC G4799 SHIELD 728364 WALKER FORD COMPANY INC STOCK INSULATOR 728433 WALKER FORD COMPANY INC G5086 TRANS FLUID, SCREEN, GAS 728433 WALKER FORD COMPANY INC G5086 TRANSMISSION FLUID (6) 728501 WALKER FORD COMPANY INC G5062 GASKET AND TANK ASSEMBLY 728560 WALKER FORD COMPANY INC G5331 BLADE ASSEMBLY (2) 728560 WALKER FORD COMPANY INC STOCK HOUSING 728501 WALKER FORD COMPANY INC G5086 OIL ASSEMBLY (5) 728560 WALKER FORD COMPANY INC G5203 TUBE ASSEMBLY (2), SHAFT 728265 WALKER FORD COMPANY INC G4554 INSULATOR AND SHOCK ASSE 728009 WALKER FORD COMPANY INC CR INV# 202385 - G4617 CONVERT 728009 WALKER FORD COMPANY INC CR INV # 202465 - G5081 SHAFT 728009 WALKER FORD COMPANY INC G5081 SHAFT 728009 WALKER FORD COMPANY INC G5129 CONTROL 727914 WALKER FORD COMPANY INC G4300 NOX MOD AND SENSORS 727914 WALKER FORD COMPANY INC G5081 GASKET, SHAFT AND AXLE A 728009 WALKER FORD COMPANY INC G4378 BUSHINGS, SEALS, GASKETS 728009 WALKER FORD COMPANY INC G4838 O RING AND THERMOSTAT 727772 WALKER FORD COMPANY INC G4934 LINK 727580 WALKER FORD COMPANY INC G4710 CANNISTOR 727580 WALKER FORD COMPANY INC STOCK HOUSING 727580 WALKER FORD COMPANY INC G5194 TUBE ASSEMBLY (2) 727580 WALKER FORD COMPANY INC G4396 INSULATOR AND SHOCK ASSE 727580 WALKER FORD COMPANY INC G5234 INTERCOOLER PIPE 727835 WALKER FORD COMPANY INC G4934 SHIELD 727580 WALKER FORD COMPANY INC G4531 BUSHINGS, SEALS, GASKETS 727580 WALKER FORD COMPANY INC G4838 SEAL 727580 WALKER FORD COMPANY INC STOCK HOUSING 727580 WALKER FORD COMPANY INC G4112 SEAT BELTS 727580 WALKER FORD COMPANY INC G4937 BRAKE PAD KITS AND ROTOR 727580 WALKER FORD COMPANY INC G4838 SENSOR AND WIRE ASSEMBLY 727580 WALKER FORD COMPANY INC G4187 SEALS, GASKETS, PUMP ASS 727580 WALKER FORD COMPANY INC G4730 LIFT ASSEMBLIES (2) 727580 WALKER FORD COMPANY INC G4937 SHIELD 727580 WALKER FORD COMPANY INC G4496 CONTROL 727580 WALKER FORD COMPANY INC G5081 TUBE ASSEMBLIES (2) 727580 WALKER FORD COMPANY INC G4187 HUB ASSEMBLY 727580 WALKER FORD COMPANY INC G5081 SHOCK ASSEMBLY (2) 727580 WALKER FORD COMPANY INC G4676 PRETENSE 727580 WALKER FORD COMPANY INC G4479 CONTROL 727580 WALKER FORD COMPANY INC G5129 SHIELD 727773 WALKER FORD COMPANY INC STOCK GRILLE 727773 WALKER FORD COMPANY INC G5082 WHEEL ASSEMBLY 727773 WALKER FORD COMPANY INC G5081 SHAFT (2) 727773 WALKER FORD COMPANY INC G4617 CONVERTER, NUTS, STUDS 727773 WALKER FORD COMPANY INC G4617 CLAMPS AND BOLTS 726879 WALKER FORD COMPANY INC G4712 MOTOR ASSEMBLY 726879 WALKER FORD COMPANY INC G4087 SEALS 727044 WALKER FORD COMPANY INC G5285 ROTOR ASSY, BRAKE PAD ET 727044 WALKER FORD COMPANY INC G4112 FUSE AND WHEEL ASSEMBLY 727044 WALKER FORD COMPANY INC G5198 LIFT ASSEMBLIES 726815 WALKER FORD COMPANY INC CR INV # 200041 - G4567 WHEEL 727154 WALKER FORD COMPANY INC G4838 SEAL, GASKETS, SENSOR ET 727154 WALKER FORD COMPANY INC G4065 TUBE ASSEMBLY 726879 WALKER FORD COMPANY INC STOCK GRILLE 726945 WALKER FORD COMPANY INC STOCK BOLT 726945 WALKER FORD COMPANY INC G4318 SEPERATOR 726945 WALKER FORD COMPANY INC CR INV # 200319 - G4318 SEPERA 726440 WALKER FORD COMPANY INC CR INV # 199408 - G4969 V-BELT 726879 WALKER FORD COMPANY INC G4712 CAMERA 726879 WALKER FORD COMPANY INC STOCK GRILLE 726815 WALKER FORD COMPANY INC G4513 CLIP (12) 726815 WALKER FORD COMPANY INC STOCK HOSE (5) 726657 WALKER FORD COMPANY INC G4721 AERIAL ANTENNA (2) 726657 WALKER FORD COMPANY INC G4564 HOSE KIT 726657 WALKER FORD COMPANY INC G4382 SWITCH 726657 WALKER FORD COMPANY INC G4615 MOTOR ASSEBMLY, RADIATOR 726657 WALKER FORD COMPANY INC G4615 CAM ADJUSTER 726657 WALKER FORD COMPANY INC G4567 WHEEL ASSEMBLY 726657 WALKER FORD COMPANY INC STOCK GASKET (4) 726657 WALKER FORD COMPANY INC G5305 DEFLECTOR 726657 WALKER FORD COMPANY INC G4838 SEPERATOR 726657 WALKER FORD COMPANY INC G5305 PIN, SCREWS AND SHIELD 726727 WALKER FORD COMPANY INC G4247 SEAL ASSY AND KIT 726727 WALKER FORD COMPANY INC G4479 AIR CONDITIONING EVAP 726727 WALKER FORD COMPANY INC G4318 SENSOR 726727 WALKER FORD COMPANY INC STOCK WHEEL ASSEMBLY (3) 726727 WALKER FORD COMPANY INC G3858 WHEEL ASSEMBLY 726815 WALKER FORD COMPANY INC G3858 SENDER AND GASKET 726815 WALKER FORD COMPANY INC G4564 HOUSING, ENGINE MOUNT AN 726321 WALKER FORD COMPANY INC CR INV # 199411 - G4580 TIE RO 726321 WALKER FORD COMPANY INC CR INV # 199339 - STOCK TIE RO 726187 WALKER FORD COMPANY INC CR INV # 198940 - G4838 EXHAUS 726187 WALKER FORD COMPANY INC CR INV # 198360 - G4425 HOSE A 726321 WALKER FORD COMPANY INC G4037 GASKET 726321 WALKER FORD COMPANY INC G4969 V-BELTS AND CHECK ASSEMB 726440 WALKER FORD COMPANY INC G4697 AXLE 726383 WALKER FORD COMPANY INC G4754 BOLTS AND SHAFT ASSEMBLY 726321 WALKER FORD COMPANY INC G4580 FORD TIE ROD 726321 WALKER FORD COMPANY INC G4580 NUT 726321 WALKER FORD COMPANY INC G4676 INSULATOR AND SHOCK ASSE 726383 WALKER FORD COMPANY INC G4580 VALVE ASSEMBLY 726383 WALKER FORD COMPANY INC G4703 V-BELT AND COMPRESSOR 726383 WALKER FORD COMPANY INC STOCK HOUSING, BRACKET ETC 726383 WALKER FORD COMPANY INC G5593 STEP ASSEMBLY 726383 WALKER FORD COMPANY INC G4037 CAP AND TANK ASSEMBLY 726383 WALKER FORD COMPANY INC G4731 GASKETS, TUBE ASSEMBLY A 726383 WALKER FORD COMPANY INC G4203 V-BELT 726383 WALKER FORD COMPANY INC STOCK HOSE ASSEMBLY 726383 WALKER FORD COMPANY INC G4731 GASKET (2) 726572 WALKER FORD COMPANY INC G4479 AC SYSTEM KIT (2) 726572 WALKER FORD COMPANY INC STOCK NUT AND BOLTS 726321 WALKER FORD COMPANY INC G4580 TIE ROD END 726321 WALKER FORD COMPANY INC STOCK TIE ROD END AND NUT 726247 WALKER FORD COMPANY INC G4701 CANNISTOR 726247 WALKER FORD COMPANY INC G4701 BOLTS AND HUB ASSEMBLY 726321 WALKER FORD COMPANY INC G4580 LIFT ASSEMBLIES 726247 WALKER FORD COMPANY INC G4838 SENSOR 726187 WALKER FORD COMPANY INC G4742 COMPRESSOR 726187 WALKER FORD COMPANY INC G4615 COVER ASSEMBLY AND PAD 726187 WALKER FORD COMPANY INC G4838 SENSOR 726187 WALKER FORD COMPANY INC G4838 EXHAUST FILTER, SENSORS 726187 WALKER FORD COMPANY INC G4397 FEMALE NUT & SPINDLE ROD 726119 WALKER FORD COMPANY INC STOCK TRANSMISSION MOUNT 726119 WALKER FORD COMPANY INC STOCK AIR FILTER ELEMENT (2) 726022 WALKER FORD COMPANY INC G4936 SEALS, THERMOSTAT AND PU 725915 WALKER FORD COMPANY INC STOCK TIRE PRESSURE SENSOR KIT 725915 WALKER FORD COMPANY INC G4401 BUSHINGS 725915 WALKER FORD COMPANY INC G4560 BRACKET 725915 WALKER FORD COMPANY INC G4998 V-BELT AND TUBE ASSEMBLI 725647 WALKER FORD COMPANY INC G4529 BOLTS, GASKETS, SEAL ASS 725647 WALKER FORD COMPANY INC STOCK BRACKET 725551 WALKER FORD COMPANY INC G4697 HUB ASSEMBLY 725551 WALKER FORD COMPANY INC G4838 SENSOR 725551 WALKER FORD COMPANY INC G4838 SEPERATOR 725647 WALKER FORD COMPANY INC G5017 SEAL, TUBE ASSEMBLY, GAS 725551 WALKER FORD COMPANY INC G4649 H - NUT 725551 WALKER FORD COMPANY INC G4578 SENDER 725551 WALKER FORD COMPANY INC G4697 HUB ASSEMBLY 725647 WALKER FORD COMPANY INC G4597 INDICATOR 725647 WALKER FORD COMPANY INC G4390 S BAR 725647 WALKER FORD COMPANY INC G4529 SEAL 725717 WALKER FORD COMPANY INC G4376 CAMERA 725830 WALKER FORD COMPANY INC G4065 RELAY 725830 WALKER FORD COMPANY INC G5080 HOSE ASSEMBLY 725830 WALKER FORD COMPANY INC G4425 HOSE ASSEMBLIES AND CALI 725915 WALKER FORD COMPANY INC STOCK BRACKET AND INSULATOR 725646 WALKER FORD COMPANY INC G5584 CUT AND PROGAMMED KEY 725278 WALKER FORD COMPANY INC G5234 CONDENSOR AND A KIT 725340 WALKER FORD COMPANY INC G4381 SEAL (2) 725278 WALKER FORD COMPANY INC G4716 SEAL AND THERMOSTAT 725340 WALKER FORD COMPANY INC G4389 GASKET 725022 WALKER FORD COMPANY INC CR INV # 196636 - G4697 NUTS A 725084 WALKER FORD COMPANY INC CR INV # 196729 - G4969 COVER 725084 WALKER FORD COMPANY INC CR INV # 196864 - G4697 GUIDE 725022 WALKER FORD COMPANY INC G4081 HOSE ASSEMBLY 725022 WALKER FORD COMPANY INC STOCK INSULATOR 725022 WALKER FORD COMPANY INC STOCK INSULATOR AND BRACKET 725022 WALKER FORD COMPANY INC G4967 HUB ASSEMBLY 725022 WALKER FORD COMPANY INC G4967 HUB ASSEMBLY 725278 WALKER FORD COMPANY INC G4697 GUIDE AND BOLT 725084 WALKER FORD COMPANY INC NUT (2) 725084 WALKER FORD COMPANY INC G4379 GASKET 725022 WALKER FORD COMPANY INC G4697 NUTS AND TUBE ASSEMBLY 725084 WALKER FORD COMPANY INC G4697 BUSHINGS AND VALVE ASSEM 725022 WALKER FORD COMPANY INC G4697 BOLTS, GASKETS, SEAL ASS 725084 WALKER FORD COMPANY INC STOCK GASKET (4) 725084 WALKER FORD COMPANY INC STOCK J KIT 725084 WALKER FORD COMPANY INC G4697 COVER 725022 WALKER FORD COMPANY INC G4935 TUBE ASSEMBLIES 725084 WALKER FORD COMPANY INC G3885 STEP BAR 725084 WALKER FORD COMPANY INC G4697 GUIDE AND BOLT 725084 WALKER FORD COMPANY INC G4969 COVER 725161 WALKER FORD COMPANY INC G4581 SEAL (2) 725161 WALKER FORD COMPANY INC G4389 SEAL AND THERMOSTAT 725278 WALKER FORD COMPANY INC G4039 S-PAD 725084 WALKER FORD COMPANY INC G5089 SEAT BELT 725084 WALKER FORD COMPANY INC G4741 LATCH ASSEMBLY 724940 WALKER FORD COMPANY INC G4540 HOSE 725022 WALKER FORD COMPANY INC G4927 CAMERA AND TUBE ASSEMBLI 724940 WALKER FORD COMPANY INC STOCK BRACKET 724940 WALKER FORD COMPANY INC G4429 LIFT ASSEMBLIES (2) 724940 WALKER FORD COMPANY INC STOCK INSULATOR 724870 WALKER FORD COMPANY INC G4754 BOOSTER 724870 WALKER FORD COMPANY INC G5124 SHOCK ASSEMBLY AND TUBE 724745 WALKER FORD COMPANY INC G4529 BUSHING, HOUSING AND INS 724745 WALKER FORD COMPANY INC G4664 CLAMP, VALVE ASSEMBLY, R 724530 WALKER FORD COMPANY INC G4573 SENSOR 724530 WALKER FORD COMPANY INC G4928 TUBE ASSEMBLIES (2) 724530 WALKER FORD COMPANY INC G4707 HOSE ASSEMBLY 724530 WALKER FORD COMPANY INC G4389 BOLTS, GASKETS, SEAL ASS 724530 WALKER FORD COMPANY INC G4664 TUBE ASSEMBLY 724342 WALKER FORD COMPANY INC G4599 PLUG 724601 WALKER FORD COMPANY INC G3742 LIFT ASSEMBLY 724601 WALKER FORD COMPANY INC G4476 SEALING 724745 WALKER FORD COMPANY INC STOCK NUT AND BOLT 724745 WALKER FORD COMPANY INC G5186 LINK (2) 724530 WALKER FORD COMPANY INC CR INV # 195409 - G4928 BRAKE 724342 WALKER FORD COMPANY INC CR INV # 195004 - G4599 PLUG 724530 WALKER FORD COMPANY INC G4928 BRAKE DISC CALIPERS (2) 724433 WALKER FORD COMPANY INC STOCK FORD WASHER NOZZLE (4) 724433 WALKER FORD COMPANY INC G4293 GASKETS,SENSORS,WIRE ASS 724433 WALKER FORD COMPANY INC G4399 RELAY 724433 WALKER FORD COMPANY INC G5086 V-BELT 724433 WALKER FORD COMPANY INC G4058 RELAY 724433 WALKER FORD COMPANY INC G4559 HEATER 724433 WALKER FORD COMPANY INC G4572 COVER ASSEMBLY AND FORD 724433 WALKER FORD COMPANY INC STOCK SOCKET (3) 724280 WALKER FORD COMPANY INC G4707 HOUSING, BOLTS, SEALS, G 724280 WALKER FORD COMPANY INC G4707 BOLT 724342 WALKER FORD COMPANY INC G4706 HOSE ASSEMBLY 724280 WALKER FORD COMPANY INC G4707 LINKS, BUSHINGS, ARM ASS 724280 WALKER FORD COMPANY INC G4698 LINKS, BUSHINGS, ARM ASS 724280 WALKER FORD COMPANY INC G4378 SOLENOID 724199 WALKER FORD COMPANY INC G4599 OIL DRAIN PLUG 724280 WALKER FORD COMPANY INC STOCK BRACKET 724199 WALKER FORD COMPANY INC G4593 LOCK ASSEMBLY 724199 WALKER FORD COMPANY INC G4937 V-BELT 724086 WALKER FORD COMPANY INC G4085 WHEEL ASSEMBLY 724199 WALKER FORD COMPANY INC G4543 CANNISTOR 723972 WALKER FORD COMPANY INC G4286 SEAT BELT 723972 WALKER FORD COMPANY INC G5078 TUBE ASSEMBLY 723972 WALKER FORD COMPANY INC G3857 BRAKE PAD AND ROTORS 723706 WALKER FORD COMPANY INC G4393 RELAY 723972 WALKER FORD COMPANY INC G4921 CLAMPS, RADIATOR, EVAPOR 724086 WALKER FORD COMPANY INC G4921 CABIN AIR INTAKE DUCT 724086 WALKER FORD COMPANY INC G4937 ACCUMULATOR AND COMPRESS 723706 WALKER FORD COMPANY INC CR INV # 193853 - G4743 HOSE A 723706 WALKER FORD COMPANY INC CR DINV # 193881 - G4393 RELAY 723893 WALKER FORD COMPANY INC G4255 CHECK STRAP AND PIN 723893 WALKER FORD COMPANY INC G4753 FORD TRUCK BAR 723893 WALKER FORD COMPANY INC STOCK GASKET (5) 723893 WALKER FORD COMPANY INC STOCK BRACKET 723893 WALKER FORD COMPANY INC G4379 RELAY 723893 WALKER FORD COMPANY INC G3857 WHEEL ASSEMBLY 723893 WALKER FORD COMPANY INC G4038 HANDLE 723893 WALKER FORD COMPANY INC G4473 SWITCHES 723893 WALKER FORD COMPANY INC G4860 COMPRESSOR, VALVE ASSEMB 723893 WALKER FORD COMPANY INC STOCK GASKET 723893 WALKER FORD COMPANY INC G4921 HOUSING AND SOLENOID 723706 WALKER FORD COMPANY INC G4894 WHEEL ASSEMBLY 723706 WALKER FORD COMPANY INC G4393 RELAY 723706 WALKER FORD COMPANY INC STOCK HOSE AND WINDSHIELD WASH 723805 WALKER FORD COMPANY INC STOCK INSULATORS 723706 WALKER FORD COMPANY INC G4794 SPEAKER 723805 WALKER FORD COMPANY INC G4473 OIL COOLANT 723805 WALKER FORD COMPANY INC G4476 GASKETS, SENSORS AND SEP 723706 WALKER FORD COMPANY INC G4931 W-NUT (5) 723706 WALKER FORD COMPANY INC G4994 TUBE AND ARM ASSEMBLY 723706 WALKER FORD COMPANY INC G4743 HOSE ASSY, WASHERS AND C 723706 WALKER FORD COMPANY INC G4603 BUSHING (2) 723706 WALKER FORD COMPANY INC G5414 TIRE PRESSURE MONITOR KI 723706 WALKER FORD COMPANY INC G4860 STEP ASSEMBLY 723706 WALKER FORD COMPANY INC G4603 INSULATOR 723706 WALKER FORD COMPANY INC G4437 STEP ASSEMBLY 723370 WALKER FORD COMPANY INC G4425 GASKET, VALVE ASSEMBLY A 723370 WALKER FORD COMPANY INC G4530 CONTROL MODULE 723370 WALKER FORD COMPANY INC STOCK HOUSING 723370 WALKER FORD COMPANY INC G4530 LAMP ASSEMBLY 723370 WALKER FORD COMPANY INC G4479 GASKET, TANK AND TUBE AS 723370 WALKER FORD COMPANY INC STOCK BRACKET 723370 WALKER FORD COMPANY INC G4603 GASKETS AND SEAL ASSEMBL 723370 WALKER FORD COMPANY INC G4431 LIFT ASSEMBLY 723458 WALKER FORD COMPANY INC STOCK GASKET (4) 723458 WALKER FORD COMPANY INC G4594 LAMP ASSEMBLY 723458 WALKER FORD COMPANY INC G4684 BUSHINGS 723458 WALKER FORD COMPANY INC G4425 GASKETS AND CONTROL 723458 WALKER FORD COMPANY INC G4425 WIRE ASSEMBLY 723458 WALKER FORD COMPANY INC G4716 CANNISTOR 723458 WALKER FORD COMPANY INC STOCK HOUSING AND INSULATOR 723458 WALKER FORD COMPANY INC G4407 BOLT 723533 WALKER FORD COMPANY INC G4479 PLATE 723533 WALKER FORD COMPANY INC G4335 SENSOR 723533 WALKER FORD COMPANY INC G4716 LAMP ASSEMBLY 723533 WALKER FORD COMPANY INC G4407 NUT (4) 723123 WALKER FORD COMPANY INC G5197 NUTS, SCREWS, PINS & DEF 723174 WALKER FORD COMPANY INC G4498 SEAL 723174 WALKER FORD COMPANY INC G4297 RELAY 723174 WALKER FORD COMPANY INC G4448 SOLENOID 723174 WALKER FORD COMPANY INC G5093 GASKET (8) 723174 WALKER FORD COMPANY INC G5201 SHOCK ASSEMBLY (2) 723174 WALKER FORD COMPANY INC G4312 CAP ASSEMBLY AND COVER 723174 WALKER FORD COMPANY INC G4470 STEP ASSEMBLY 723174 WALKER FORD COMPANY INC G4476 SWITCHES, MODULE AND HOU 723265 WALKER FORD COMPANY INC STOCK WHEEL CAP COVER (4) 723265 WALKER FORD COMPANY INC G4509 COVER AND MIRROR 723265 WALKER FORD COMPANY INC G4312 TUBE ASSEMBLIES & SHIELD 723265 WALKER FORD COMPANY INC G5302 V-BELT AND PULLEY 723265 WALKER FORD COMPANY INC G4407 BUSHINGS, VALVE ASSEMBLI 723123 WALKER FORD COMPANY INC G4195 CABLE ASSEMBLY & LEVER 723174 WALKER FORD COMPANY INC G4770 GASKET AND SEAL 722925 WALKER FORD COMPANY INC G4632 MODULE 722925 WALKER FORD COMPANY INC G4595 MOUNT BRACKET ADJUSTER ( 722925 WALKER FORD COMPANY INC G4498 GASKETS, SEAL ASSEMBLIES 722925 WALKER FORD COMPANY INC G4498 SEAL ASSEMBLY AND KIT 722994 WALKER FORD COMPANY INC G4675 SHIELD 722994 WALKER FORD COMPANY INC G4770 SENSORS, GASKETS ETC 723123 WALKER FORD COMPANY INC G4564 NUTS 722856 WALKER FORD COMPANY INC G4318 CONTROL 722856 WALKER FORD COMPANY INC G3916 SWITCH 722856 WALKER FORD COMPANY INC G4510 FUEL INJECTOR O-RING KIT 722856 WALKER FORD COMPANY INC G4595 LAMP ASSEMBLY (2) 722856 WALKER FORD COMPANY INC G4388 RELAY 722734 WALKER FORD COMPANY INC G4695 WHEEL ASSEMBLY 722856 WALKER FORD COMPANY INC STOCK WHEEL ASSEMBLY (2) 722856 WALKER FORD COMPANY INC STOCK HOUSING 722856 WALKER FORD COMPANY INC G4318 MOULDIN (2) 722856 WALKER FORD COMPANY INC G4632 HOSE ASSEMBLY 722856 WALKER FORD COMPANY INC G4632 FORD INLET DUCT 722925 WALKER FORD COMPANY INC G4564 BUSHING (2) 722925 WALKER FORD COMPANY INC G4542 BUSHING (2) 722925 WALKER FORD COMPANY INC STOCK NUT AND WASHER HEX ASSEM 722653 WALKER FORD COMPANY INC CR INV # 191486 - G4697 BOLT A 722653 WALKER FORD COMPANY INC CR INV # 191661 - G4695 WIRE A 722734 WALKER FORD COMPANY INC G4614 TIRE PRESSURE SENSOR KIT 722734 WALKER FORD COMPANY INC G4554 BOOT AND SEAL 722734 WALKER FORD COMPANY INC G4510 LIFT ASSEMBLY AND MANIFO 722734 WALKER FORD COMPANY INC G4318 WIRE ASSEMBLY 722653 WALKER FORD COMPANY INC G5255 STEP ASSEMBLY 722734 WALKER FORD COMPANY INC STOCK TIRE PRESSOR SENSOR KIT 722734 WALKER FORD COMPANY INC G4388 BUSHINGS 722653 WALKER FORD COMPANY INC STOCK NUT (6) & GRILLE 722653 WALKER FORD COMPANY INC G4695 WIRE ASSEMBLY 722653 WALKER FORD COMPANY INC G4595 SOCKET 722653 WALKER FORD COMPANY INC STOCK HOSE (3) 722437 WALKER FORD COMPANY INC G4998 DEFLECTOR AND NUT 722437 WALKER FORD COMPANY INC G4700 ARM ASSEMBLY 722311 WALKER FORD COMPANY INC G4569 INJECTOR 722437 WALKER FORD COMPANY INC G4614 ROTOR AND HUB ASSEMBLY 722437 WALKER FORD COMPANY INC G4539 HOSE ASSEMBLY 722511 WALKER FORD COMPANY INC G4318 SEALS 722511 WALKER FORD COMPANY INC G4838 GASKET 722653 WALKER FORD COMPANY INC G5196 HEADRESS AND SEAT BELT 722653 WALKER FORD COMPANY INC G4777 CAMERA 722653 WALKER FORD COMPANY INC G4695 SENDER 722653 WALKER FORD COMPANY INC G4697 BOLT AND CALIPER 722077 WALKER FORD COMPANY INC G4397 MOULDIN 722077 WALKER FORD COMPANY INC G5501 COVER ASSY 722077 WALKER FORD COMPANY INC G5602 BULB 722137 WALKER FORD COMPANY INC G3774 HOSE AND J KIT 722311 WALKER FORD COMPANY INC G5013 SEAL 722137 WALKER FORD COMPANY INC G4180 BUMPER 722137 WALKER FORD COMPANY INC STOCK INSULATORS 722137 WALKER FORD COMPANY INC STOCK INSULATORS 722077 WALKER FORD COMPANY INC G3765 LIFT ASSY 722077 WALKER FORD COMPANY INC COVER (11) 722077 WALKER FORD COMPANY INC G5664 FORD MOBILE CHARGER 722077 WALKER FORD COMPANY INC G4554 GUIDE 722077 WALKER FORD COMPANY INC G4554 TUBE ASSEMBLY 722077 WALKER FORD COMPANY INC G5664 WALL WIRE ASSEMBLY 722077 WALKER FORD COMPANY INC G4587 LIFT ASSEMBLY (2) 722077 WALKER FORD COMPANY INC COVERS (4) 722077 WALKER FORD COMPANY INC G4554 TUBE ASSEMBLY 722077 WALKER FORD COMPANY INC G3601 BRAKE PAD KITS AND ROTOR 722077 WALKER FORD COMPANY INC G3601 WHEEL ASSEMBLY 722077 WALKER FORD COMPANY INC G5602 LAMP ASSEMBLY 722077 WALKER FORD COMPANY INC G5416 GLASS ASSEMBLY 722077 WALKER FORD COMPANY INC G5301 V-BELT 721874 WALKER FORD COMPANY INC G4778 LAMP ASSEMBLY 721874 WALKER FORD COMPANY INC G3775 SEPERATOR 721874 WALKER FORD COMPANY INC STOCK INSULATOR 721874 WALKER FORD COMPANY INC G4921 LIFT ASSEMBLIES AND GLAS 721756 WALKER FORD COMPANY INC G4079 GRILLE 721648 WALKER FORD COMPANY INC G2450 SENSOR 721648 WALKER FORD COMPANY INC G4087 SEAT BELT 721484 WALKER FORD COMPANY INC G4316 SCREW 721484 WALKER FORD COMPANY INC STOCK MOULDIN 721538 WALKER FORD COMPANY INC STOCK MOULDIN 721874 WALKER FORD COMPANY INC G4554 BUSHINGS, GASKETS AND SE 721874 WALKER FORD COMPANY INC STOCK GASKETS AND SOCKET 721874 WALKER FORD COMPANY INC G4396 BUSHINGS AND TUBE ASSY 721874 WALKER FORD COMPANY INC G4560 THROTTLE AND GASKET 721874 WALKER FORD COMPANY INC G5191 PIN (4) 721874 WALKER FORD COMPANY INC G4271 MOTOR ASSY AND REGULATOR 721874 WALKER FORD COMPANY INC G3966 HOSES 721874 WALKER FORD COMPANY INC G4476 TUBE ASSEMBLY 721874 WALKER FORD COMPANY INC G5191 PIN, SCREW ASSY AND DEFL 721874 WALKER FORD COMPANY INC G3824 GROMMET AND ELBOW 721874 WALKER FORD COMPANY INC G5191 TUBE ASSEMBLIES 721756 WALKER FORD COMPANY INC G4721 MOTOR ASSEMBLY 721756 WALKER FORD COMPANY INC G4396 GASKET, SEAL ASSY ETC 721270 WALKER FORD COMPANY INC CR INV # 187826 - G4681 BEZEL 721270 WALKER FORD COMPANY INC CR INV # 188299 - G4102 V-BELT 721270 WALKER FORD COMPANY INC STOCK TUBE ASSEMBLY 721349 WALKER FORD COMPANY INC G3824 BUSHINGS 721270 WALKER FORD COMPANY INC G5255 LAMP ASSEMBLY 721349 WALKER FORD COMPANY INC G4926 WASHER (4) 721270 WALKER FORD COMPANY INC G4926 MOTOR ASSEMBLY (2) 721149 WALKER FORD COMPANY INC G4926 MIRROR & TUBE ASSEMBLIES 721270 WALKER FORD COMPANY INC G4924 TUBE ASSEMBLY 721051 WALKER FORD COMPANY INC G5079 SCREW ASSEMBLY, PINS, DE 721051 WALKER FORD COMPANY INC G5308 PINS, SCREWS ETC 721051 WALKER FORD COMPANY INC G4102 V-BELTS & PULLEYS 721051 WALKER FORD COMPANY INC G4194 HOSE ASSEMBLY 721051 WALKER FORD COMPANY INC G5079 ARM ASSEMBLY 721149 WALKER FORD COMPANY INC G5079 ARM ASSEMBLY 721149 WALKER FORD COMPANY INC G4191 WHEEL ASSEMBLY 720992 WALKER FORD COMPANY INC G4291 SHUTTER 720992 WALKER FORD COMPANY INC G4261 MOULDIN 720992 WALKER FORD COMPANY INC G5331 BLADE ASSEMBLIES 720992 WALKER FORD COMPANY INC G4744 HANDLE 721051 WALKER FORD COMPANY INC G5331 AIR CLEANSER ASSEMBLY 721051 WALKER FORD COMPANY INC G5079 MOULDIN 721051 WALKER FORD COMPANY INC G5203 TUBE ASSEMBLIES 721051 WALKER FORD COMPANY INC G5079 VALVE ASSEMBLY 720992 WALKER FORD COMPANY INC G4291 ACTUATOR 720992 WALKER FORD COMPANY INC G4709 WEATHERSTRIP 720992 WALKER FORD COMPANY INC G4079 GRILLE 721051 WALKER FORD COMPANY INC CR INV # 188196 - G5079 ARM AS 720845 WALKER FORD COMPANY INC CR INV # 187039 - G3639 TRANSM 720845 WALKER FORD COMPANY INC CR INV # 187719 - STOCK HOUSIN 720845 WALKER FORD COMPANY INC STOCK HOUSING AND INSULATOR 720845 WALKER FORD COMPANY INC STOCK HOUSING AND HOSE ASSEMBL 720845 WALKER FORD COMPANY INC STOCK HOUSING AND INSULATOR 720845 WALKER FORD COMPANY INC STOCK HOUSING 720992 WALKER FORD COMPANY INC G4681 BEZEL 720653 WALKER FORD COMPANY INC G3639 SEALS AND NUTS 720653 WALKER FORD COMPANY INC G4297 MIRROR 720595 WALKER FORD COMPANY INC G4546 HEX NUTS AND SPINDLE ROD 720595 WALKER FORD COMPANY INC G4247 BUSHINGS 720595 WALKER FORD COMPANY INC G4682 SEPERATOR 720595 WALKER FORD COMPANY INC G4682 SENSOR 720653 WALKER FORD COMPANY INC G4393 BUSHINGS (2) 720845 WALKER FORD COMPANY INC G4537 GASKET 720845 WALKER FORD COMPANY INC G3639 SEAL (2) 720845 WALKER FORD COMPANY INC G3101 RELAY 720845 WALKER FORD COMPANY INC STOCK HOUSING. BRACKET, GRILLE 720595 WALKER FORD COMPANY INC G3639 TRANSMISSION 720845 WALKER FORD COMPANY INC STOCK HOUSING AND GASKETS 720432 WALKER FORD COMPANY INC G4196 MIRROR 720522 WALKER FORD COMPANY INC G5078 SENSOR 720522 WALKER FORD COMPANY INC STOCK O-RING (2) 720595 WALKER FORD COMPANY INC G4559 DEFLECTOR 720595 WALKER FORD COMPANY INC G4546 BUSHINGS (2) 720595 WALKER FORD COMPANY INC STOCK GASKET, HOUSING ETC 720356 WALKER FORD COMPANY INC G4397 SOLENOID 720356 WALKER FORD COMPANY INC G4559 GUIDE 720356 WALKER FORD COMPANY INC G5196 RELAY PIN (3) 720356 WALKER FORD COMPANY INC G3229 FRONT BEARING 720356 WALKER FORD COMPANY INC G4635 RETAINER, BEARING, CUP E 720356 WALKER FORD COMPANY INC G4838 SEAL (2) 720356 WALKER FORD COMPANY INC G4635 RETAINER, CUPS, BEARING 720432 WALKER FORD COMPANY INC G4635 SHIELD ETC 720522 WALKER FORD COMPANY INC G5078 SHAFTS (2) 720522 WALKER FORD COMPANY INC G4678 CANNISTER 720522 WALKER FORD COMPANY INC G5078 SCREW ASSEMBLY, DEFLECTO 720356 WALKER FORD COMPANY INC G4397 SOLENOID 720356 WALKER FORD COMPANY INC CM INV # 186531 - G4397 SOLENO 720079 WALKER FORD COMPANY INC G4559 GASKETS (2) AND RADIATOR 720079 WALKER FORD COMPANY INC G4895 MIRROR 720079 WALKER FORD COMPANY INC G5124 COMPRESSOR 720125 WALKER FORD COMPANY INC STOCK MOULDINS AND GRILLE 720125 WALKER FORD COMPANY INC G4559 SEAL (6) 719988 WALKER FORD COMPANY INC STOCK HOUSING 720079 WALKER FORD COMPANY INC G4752 LAMP ASSEMBLY 720125 WALKER FORD COMPANY INC G4711 BUSHINGS (2) 720356 WALKER FORD COMPANY INC STOCK - O-RING AND WIRE ASSEMB 720232 WALKER FORD COMPANY INC G4559 SWITCHES, GASKETS AND BO 720232 WALKER FORD COMPANY INC G4838 V-BELT, SEALS AND RADIAT 720356 WALKER FORD COMPANY INC STOCK HOUSING AND BRACKET 720356 WALKER FORD COMPANY INC G4838 MODULE 720079 WALKER FORD COMPANY INC G4929 PINS, SCREWS, NUTS AND D 720079 WALKER FORD COMPANY INC G4257 RELAY 719988 WALKER FORD COMPANY INC STOCK HOUSING AND BOLT 719988 WALKER FORD COMPANY INC STOCK INSULATOR 719988 WALKER FORD COMPANY INC G4559 BUSHINGS (2) 719988 WALKER FORD COMPANY INC G5083 SWITCH 719988 WALKER FORD COMPANY INC G4559 BOLTS, GASKETS ETC 719988 WALKER FORD COMPANY INC G4559 COVER (6) 719988 WALKER FORD COMPANY INC G3229 SOCKET 719988 WALKER FORD COMPANY INC G4391 BUSHINGS , HUB ASSEMBLY 719988 WALKER FORD COMPANY INC G5124 ACCUMULATOR, V-BELT ETC 719988 WALKER FORD COMPANY INC G5124 CONTROL AND RADIATOR 719988 WALKER FORD COMPANY INC G3775 HEADLAMP 719988 WALKER FORD COMPANY INC G4716 BUSHINGS (2) 719988 WALKER FORD COMPANY INC G4390 BUSHINGS, GASKETS ETC 719988 WALKER FORD COMPANY INC STOCK HOUSING 719988 WALKER FORD COMPANY INC G4041 CLIP AND REMOTE 719988 WALKER FORD COMPANY INC G4186 SEAT BELT 719988 WALKER FORD COMPANY INC CM INV # 185352-1 - G4559 COVE 0 WALTER CODY QUIRK TRACKBAR SYSTEM 3 PACK 0 WALTER CODY QUIRK REFUND OF TAX FOR TRACK BAR SY 0 WESCO TURF INC G4886 BEDKNIFE SCREWS, REEL ET 0 WESCO TURF INC G5271 BOWTIE CLIPS, LOCK NUTS, 0 WESCO TURF INC G5338 WIRELESS BLUETOOTH KIT 729306 WESCO TURF INC G5276 WHEEL AND TIRE ASM 729306 WESCO TURF INC G2648 FLANGE BEARING 729306 WESCO TURF INC G5052 GASKET (3), ASM OVER FLO 729187 WESCO TURF INC G5156 LATCH WRENCH (3) 729090 WESCO TURF INC G5052 CYLINDER, BOLT HEAD (8) 729187 WESCO TURF INC G4489 CLEVIS PIN (6), HAIR PIN 729090 WESCO TURF INC G4636 DIESEL HARNESS 729090 WESCO TURF INC G4883 ATOMIC ROTARY BLADE (3) 729090 WESCO TURF INC G5156 WHEEL ASM, HOC CAP (6), 729090 WESCO TURF INC G5156 CASTER FORK 728996 WESCO TURF INC G5052 OIL CAPS AND O-RINGS (2) 728996 WESCO TURF INC G3867 ASM CARBURETOR 728996 WESCO TURF INC G2648 FLANGE BEARINGS, SCREW-S 728996 WESCO TURF INC G2648 EXTENSION SPRINGS, COTTE 729525 WESCO TURF INC G5338 HYDRO FILTER AND OIL 729306 WESCO TURF INC G5052 OVER FLOW PIPE ASM 728266 WESCO TURF INC G5052 WATER PUMP, GASKET, HEAD 728266 WESCO TURF INC G4885 ALTERNATOR, HYD FILTER A 728266 WESCO TURF INC G5430 REAR CALIPER (2) 728266 WESCO TURF INC G5264 REAR CALIPER (2), ROTOR 728266 WESCO TURF INC G4887 DRAIN PLUG AND SEAL WASH 728266 WESCO TURF INC G5052 HEAD GASKET CYLINDER AND 728434 WESCO TURF INC G5269 DIFFERENTIAL, HALFSHAFT 728266 WESCO TURF INC G4885 MVP BLADE PACK KIT (3) 728434 WESCO TURF INC G5430 12V DIESEL KEYSWITCH (5) 728266 WESCO TURF INC G4775 MVP BLADE KIT PACK (4) 727915 WESCO TURF INC G5430 HALFSHAFT, PROPSHAFT, CO 727776 WESCO TURF INC G5643 B45 BELT & B162 CUSTOM B 727669 WESCO TURF INC G5272 MUFFLER AND HOMOLOGATION 727669 WESCO TURF INC G5270 FLANGED BOLT (4) 727669 WESCO TURF INC G5265 FLANGED BOLT (4), LINK D 727669 WESCO TURF INC G5265 TIE ROD END (2) 727669 WESCO TURF INC G4880 DRIVEN-PULLEY HIGH 727669 WESCO TURF INC G5272 MUFFLER AWD HOMOLOGATION 727669 WESCO TURF INC G5265 FRONT DIFF, STEERING RAC 727669 WESCO TURF INC G5270 STEERING RACK, TIE ROD E 727669 WESCO TURF INC G4880 LOW DRIVEN PULLEY, HIGH 727669 WESCO TURF INC G4489 PRESSURE SENSOR 727669 WESCO TURF INC G4886 VALVE-RELIEF SOLENOID (2 727669 WESCO TURF INC G4775 V-BELT (3) 727669 WESCO TURF INC G4775 UPPER AND LOWER RADIATOR 726880 WESCO TURF INC G4775 SEAL KIT (5) 726880 WESCO TURF INC G4606 CARRIER LOCKER 726573 WESCO TURF INC G5403 RH FRONT SUPPORT ASM 726816 WESCO TURF INC G5407 BLADE (14) 726816 WESCO TURF INC G515 HIGH FLOW ROTARY BLADE (1 726322 WESCO TURF INC G4892 HD TINE 3/4 MT (24) 726385 WESCO TURF INC G5156 ROTARY BLADE, HIGH FLOW 726441 WESCO TURF INC G5643 B45 BELT (2) 726188 WESCO TURF INC G5268 FRONT PROPSHAFT 726573 WESCO TURF INC G5159 V-BELT (2) 726188 WESCO TURF INC G4489 V-BELT DECK (6), FLAT PU 726248 WESCO TURF INC G5049 CUSHION COVER AND CAP SW 726188 WESCO TURF INC G5049 SWITCH - BAIL 726188 WESCO TURF INC G5643 EXT SPRING 1 OD X 6 (2) 726188 WESCO TURF INC G4489 STEERING TILT COLUMN, PL 726121 WESCO TURF INC G5162 FUEL PUMP 726188 WESCO TURF INC G4606 LOWER CONTROL ARM MANIFO 726188 WESCO TURF INC G4666 BLADE SERVICE PACK , 27 726188 WESCO TURF INC G5382 6-PACK BLADE, 20.5 HIGH 726023 WESCO TURF INC G5403 STOP/TURN REAR TAIL LIGH 726023 WESCO TURF INC G5271 BRAKE PAD KIT, ROTORS ET 725831 WESCO TURF INC G4886 ES REEL AND LH LD SIDE P 725552 WESCO TURF INC G4880 BUSHING (15) 725552 WESCO TURF INC G4886 HYD MOTOR ASM 725552 WESCO TURF INC G5068 GREASE CAP (4) 725916 WESCO TURF INC G5643 CUSTOM B162 BELT (2) 725916 WESCO TURF INC G5161 REAR FENDER, ROD END AND 725648 WESCO TURF INC G5049 THROTTLE CABLE KIT 725342 WESCO TURF INC G5268 REAR NO SPLN PROPSHAFT 724748 WESCO TURF INC G5328 SOLENOID ASM 724748 WESCO TURF INC G5050 TOOL BAR ASM 724748 WESCO TURF INC G5050 SCARIFIER TINE/SCREW (15 724748 WESCO TURF INC G4885 V-BELT, CASTER FORKS ETC 724748 WESCO TURF INC G5163 INJECTOR 724532 WESCO TURF INC G5163 ECU WIRE HARNESS 724087 WESCO TURF INC G4886 LYNCH PIN (12), THRUST W 724201 WESCO TURF INC G5272 EXCHANGER ENGINE COOLANT 724201 WESCO TURF INC G5263 UPPER FLOORBOARD, SIDE S 723894 WESCO TURF INC G5163 FRONT AND REAR WIRE HARN 723973 WESCO TURF INC G5012 MEDIUM FLOW BLADES, SCRE 723973 WESCO TURF INC G5268 FRONT AND PASSENGER FEND 723973 WESCO TURF INC G5391 CASTER FORK, WHEEL AND T 723460 WESCO TURF INC G4666 REAR ROLLER ASM (3), FLE 723266 WESCO TURF INC G5270 FUEL-HOUR GAUGE (2) 723371 WESCO TURF INC G4886 TIE ROD ASM (2), BALL JO 723266 WESCO TURF INC STOCK FILTER ELEMENT (3) 723371 WESCO TURF INC G4887 HYD MOTOR ASM, COVER ASM 723267 WESCO TURF INC G3867 REAR LINE BRAKE ASSEMBLY 723266 WESCO TURF INC G4362 PROX SWITCH ASM (3) 723537 WESCO TURF INC STOCK FUEL / WATER SEPERATOR F 723708 WESCO TURF INC G5328 SEALED PTO SWITCH (2) 723175 WESCO TURF INC CR INV # 41248202 - G3867 COPP 722858 WESCO TURF INC CR INV # 41246155 - G5269 STEE 723124 WESCO TURF INC G4885 STEERING TILT COLUMN 722926 WESCO TURF INC G3867 COPPER WASHER (4) 723175 WESCO TURF INC G5271 LH AND RH REAR CALIPER 723175 WESCO TURF INC G5270 FRONT, REAR PROPSHAFT, J 722926 WESCO TURF INC G5406 AI NOZZLE (12) 722926 WESCO TURF INC G4775 HEX NUT 723124 WESCO TURF INC G5150 HOSE FORMED OIL, ASM TAN 722926 WESCO TURF INC G5267 LOCKING CAP NUTS, BELLEV 722735 WESCO TURF INC G4883 ROTARY BLADE (9) 722735 WESCO TURF INC G4882 THROTTLE CABLE (2) 722858 WESCO TURF INC G5161 REAR-LIGHT (2) 722858 WESCO TURF INC G4433 SCREW SET (18) 722656 WESCO TURF INC G4890 ASM REMOTE 722512 WESCO TURF INC G4775 HEX NUT 722656 WESCO TURF INC G5150 HOSE FORMED OIL 5/16" (2 722656 WESCO TURF INC G5157 3/3 V BELT & CLUTCH STOP 722512 WESCO TURF INC G5269 LOWER YOKE WANDA CLUB 724201 WESCO TURF INC G4775 HEX NUTS (4) 722138 WESCO TURF INC G4775 HYDRAULIC MOTOR AND CAST 724201 WESCO TURF INC G5269 STEERING RACK, HEX NUTS 724201 WESCO TURF INC G5325 REAR TAIL LIGHT (2) 723371 WESCO TURF INC G4433 SIDE EJECTOR TINES (12) 723371 WESCO TURF INC G4886 SCREWS, NUTS ETC 723371 WESCO TURF INC G5265 LOCKNUTS (15) 723371 WESCO TURF INC G4433 SHIELD BRACKET, SCREW SE 723371 WESCO TURF INC G5159 DRIVESHAFT ASM 721485 WESCO TURF INC G5267 FRONT PROPSHAFT, BOLT KI 721650 WESCO TURF INC G4775 HYDRAULIC HOSE 721758 WESCO TURF INC G5265 CALIPERS, BRACEKTS, BRAK 721758 WESCO TURF INC G4775 V-BELTS, KEEPER LATCHES, 721350 WESCO TURF INC G4884 SUSPENSION SEAT KIT 721350 WESCO TURF INC G5497 MASTER CYLINDER AND FILL 721350 WESCO TURF INC G5163 FUEL PUMP 721271 WESCO TURF INC G4882 FLAT IDLER PULLEY (3) 721271 WESCO TURF INC G4882 HH BOLT (4) 721052 WESCO TURF INC G4881 ASM WHEEL CASTERS, DRIVE 721052 WESCO TURF INC G4882 ROLLERS, ROLLER SPACERS, 720993 WESCO TURF INC G5240 PROXIMITY PLATE 720846 WESCO TURF INC G4892 HYDRAULIC TUBE AND CONTR 720846 WESCO TURF INC G4882 BRAKE HARDWARE KIT 720846 WESCO TURF INC G5240 DECK FOLD CYLINDER ASM 720764 WESCO TURF INC G5159 ROLLER SCALP, WHEEL SPAC 720846 WESCO TURF INC G4362 SQUARE KEY (4) 720846 WESCO TURF INC G4888 HYDRAULIC PUMP ASSEMBLY 720523 WESCO TURF INC G5159 CASTOR WRENCH, V-BELTS ( 720523 WESCO TURF INC G4888 SEAL KIT, SCREWS, LENS T 720523 WESCO TURF INC STOCK FUEL FILTER (2) 720433 WESCO TURF INC STOCK OIL FILTERS, FUEL / WATE 720357 WESCO TURF INC G4606 BOLT, REAR BRAKE LINE ET 720357 WESCO TURF INC G5272 BOWTIE CLIP (4) 720357 WESCO TURF INC G3895 WATER PUMP, WATER PUMP G 720357 WESCO TURF INC G5159 ENGINE MOUNT AND SCREWS 720357 WESCO TURF INC G5382 PLASTIC PLUGS (24) 720357 WESCO TURF INC G5382 INTAKE SCREEN 720357 WESCO TURF INC G3895 WHITE UNIVERSAL SUN SHAD 720357 WESCO TURF INC G5161 TEMPERATURE SENSOR AND S 720357 WESCO TURF INC G5049 SOLENOID (2) 720357 WESCO TURF INC G5272 WASHER AND BOWTIE CLIPS 720126 WESCO TURF INC G5272 BOLTS (4) 720126 WESCO TURF INC G4606 REAR PROPSHAFT, LATERAL 720080 WESCO TURF INC G4883 DRIVESHAFT ASM 720080 WESCO TURF INC G5272 HALFSHAFT, BRAKE PAD SET 0 WHATEVER IT TAKES TRANSMISSIONS AND PARTS, INC.G4293 ZIP KIT 729307 WIZARD SAFE & LOCK INC G4947 IGNITION KEY (2) 728268 WIZARD SAFE & LOCK INC G2656 IGNITION KEY AND EXTRA K 722861 XYLEM DEWATERING SOLUTIONS INC G4342 STARTER, HARNESS, INLET/ 722080 XYLEM DEWATERING SOLUTIONS INC G4341 VALVE ASSEMBLY, FLANGES 722662 ZIMMERMAN INDUSTRIES INC G4694 AUGER LATCH TURNBUCKLE W VDR NAME/ITEM DESC Sum of AMOUNT ADVANCED SYSTEMS TECHNOLOGY SPRAYER DEPOT LLC 220.34 PB CITY OF ST. PETERSBURG AGILITY FUEL SYSTEMS LLC 3,195.05 Can continue as micro ALTEC INDUSTRIES INC 2,984.43 AMAZON COM INC 15,747.81 PB valid through 1/18/26. Has renewal options through 1/18/28 APOGEE AUTO WORKS LLC 1,500.00 ASL SECURITY INC 219.00 ATMAX EQUIPMENT CO 11,871.34 AUSTIN & SON AUTO ELECTRIC CO 718.00 BAR G ENTERPRISES INC 38.25 BRIGGS EQUIPMENT INC 1,519.17 BROYHILL EQUIPMENT LLC 4,162.68 CHIC-1 AC PLUS 13,356.05 CINTAS CORPORATION NO. 2 2,374.64 CLEARWATER TOYOTA 1,339.51 CONTAINER SYSTEMS & EQUIPMENT CO INC 471.50 COOKSON ENTERPRISES LLC 11,823.36 CYCLE SPRINGS POWERSPORTS LLC 19,199.65 DAYTON ANDREWS INC 9,103.55 DHS EQUIPMENT 2,795.74 DIMMITT CHEVROLET INC 12,914.84 DITCH WITCH SALES INC 383.90 E & N DISTRIBUTING, INC 19,482.25 EFE INC 18,210.04 Need new PB EJ WARD INC 15,851.52 EMBANKSCAPE EQUIPMENT LLC 729.05 ENVIRONMENTAL PRODUCTS GROUP INC 63,994.81 EQUIPMENTSHARE.COM INC 5,291.52 Parts now being purchased off SS maintenance & repair contract FASTENER SUPPLY & TOOL 0.00 FLASH EQUIPMENT INCORPORATED 10,067.39 FLEET ACQUISITIONS LLC 190,617.97 City of Tampa 25-P-00312 FLEETPRIDE INC 2,408.03 Can continue as micro FLORIDA KENWORTH LLC 22,523.24 Need PB GAS FUEL SYSTEMS INC 2,372.18 GENUINE PARTS CO - NAPA AUTO 5,771.41 Can continue as micro GEORGE KEITH RUCKER 285.78 GLASS SERVICE 8, INC 185.00 GLOBAL TRAFFIC TECHNOLOGIES LLC 310.12 GTE PARTNERS LLC 711.15 H BARBER & SONS INC 21,551.79 H.D. INDUSTRIES, INC.752.85 HOME DEPOT CREDIT SERVICES 389.72 HOSE & HYDRAULICS INC 37,248.33 JET-VAC EQUIPMENT COMPANY LLC 229.74 JOSEPH T RYERSON & SON INC 1,631.88 KASCAR LLC 920.61 KUSSMAUL ELECTRONICS COMPANY LLC 3,121.55 LIQUIDSPRING LLC 3,871.04 LOKEY NISSAN, INC 5,272.29 MAHER CHEVROLET INC 6,624.29 Can continue as micro MARUBENI AMERICA CORP 159,385.12 Need PB MASCAP DEALER HOLDINGS LLC 67,673.56 MCNEILUS TRUCK & MANUFACTURING 1,025.23 Can continue as micro MOUSER ELECTRONICS DISTRIBUTOR 52.53 MUNICIPAL EQUIPMENT COMPANY LLC 140.00 NIFTYLIFT INC 76.00 ORIGINAL EQUIPMENT COMPANY 8,497.28 PALMDALE INTERMEDIATE LLC 42,687.70 PATS PUMP AND BLOWER 973.20 PB PARENT HOLDCO, LP 18,012.50 PETERSEN INDUSTRIES INC 2,409.40 PHOENIX TRANSMISSION PARTS INC 3,550.40 RDK ASSETS, INC 45,794.36 Need PB RING POWER CORP 14,864.95 Can PB DMS 22100000-21-STC for Construction & Industrial Equipment RUSH TRUCK CENTERS OF FL 158,116.98 Can PB Sourcewell contract #032824-RTG SMITH EQUIPMENT & SUPPLY CO 12,420.00 SOUTHERN SEWER EQUIPMENT SALES 44,325.57 SOUTHERN STATES MATERIAL HANDLING, INC 1,549.42 SOUTHPORT TRUCK GROUP 3,518.90 STEWART & STEVENSON, LLC 3,402.18 SUMMIT RACING EQUIPMENT 349.80 SUN STATE INTERNATIONAL TRUCKS LLC 25,454.49 Need PB TAMPA CRANE & BODY ACQUISITION LLC 3,852.08 Can continue as micro TAMPA SPRING COMPANY 24,856.40 Need PB TEMPACO INC 72.42 TEN-8 FIRE EQUIPMENT INC 108,442.17 TENNANT SALES AND SERVICE COMPANY 521.05 THOMPSON PUMP AND MANUFACTURING COMPANY, INC 8,371.29 TMS EQUIPMENT SERVICES 2,336.79 VERMEER SOUTHEAST SALES & SERVICE INC 1,715.97 W.W. GRAINGER, INC.2,738.72 Can continue as micro WALKER FORD COMPANY INC 103,223.77 Need PB WALTER CODY QUIRK 674.31 WESCO TURF INC 87,652.76 WHATEVER IT TAKES TRANSMISSIONS AND PARTS, INC.163.52 WIZARD SAFE & LOCK INC 49.50 XYLEM DEWATERING SOLUTIONS INC 7,636.40 ZIMMERMAN INDUSTRIES INC 272.20 Grand Total 1,523,223.28 PB CITY OF ST. PETERSBURG PB OMNIA SINGLE SOURCE MICRO PURCHASE OVER 10K PB valid through 1/18/26. Has renewal options through 1/18/28 Parts now being purchased off SS maintenance & repair contract City of Tampa 25-P-00312 Can PB DMS 22100000-21-STC for Construction & Industrial Equipment DMS 25101900-21-STC for Agriculture & Lawn Equipment. Can PB Sourcewell contract #032824-RTG DMS 25101900-21-STC for Agriculture & Lawn Equipment.Single source for CAT/Cummins engines Vendor Sum of Gross Amount EFE INC 20631.17 FLORIDA KENWORTH LLC 26437.19 MARUBENI AMERICA CORP 185078.02 RDK ASSETS, INC 49536.75 SUN STATE INTERNATIONAL 27299.93 TAMPA SPRING COMPANY 24856.4 WALKER FORD 119445.72 Grand Total 453285.18 Invoice Number Posted Status Vendor Document C0529253-1CM TRUE PAID EFE INC 352531 P0467389 TRUE PAID EFE INC 337922 P0467451 TRUE PAID EFE INC 339436 P0480679 TRUE PAID EFE INC 341343 P0496557 TRUE PAID EFE INC 343319 P0504245 TRUE PAID EFE INC 346709 P0504285 TRUE PAID EFE INC 346710 P0504994 TRUE PAID EFE INC 346775 P0505081 TRUE PAID EFE INC 346712 P0506634 TRUE PAID EFE INC 346711 P0507329 TRUE PAID EFE INC 346774 P0515781 TRUE PAID EFE INC 348592 P0516621 TRUE PAID EFE INC 348591 P0517493 TRUE PAID EFE INC 348926 P0519616 TRUE PAID EFE INC 348927 P0520846 TRUE PAID EFE INC 350532 P0522122 TRUE PAID EFE INC 348928 P0528744 TRUE PAID EFE INC 350531 P0529253 TRUE PAID EFE INC 352345 P0532571 TRUE PAID EFE INC 351527 P0534043 TRUE PAID EFE INC 352347 P0542422 TRUE PAID EFE INC 354040 P0542455 TRUE PAID EFE INC 354044 P0547012 TRUE PAID EFE INC 354581 P0547996 TRUE PAID EFE INC 354580 P0552788 TRUE PAID EFE INC 356161 P0562090 TRUE PAID EFE INC 358781 P0567554 TRUE PAID EFE INC 359574 P0569166 TRUE PAID EFE INC 359572 P0572462 TRUE PAID EFE INC 361238 P0575137 TRUE PAID EFE INC 364735 P0578348 TRUE PAID EFE INC 362583 P0580977 TRUE PAID EFE INC 363811 P0581286 TRUE PAID EFE INC 362638 P0581841 TRUE PAID EFE INC 362632 P0582306 TRUE PAID EFE INC 363706 P0583757 TRUE PAID EFE INC 362634 P0583843 TRUE PAID EFE INC 363700 P0583898 TRUE PAID EFE INC 362636 P0585424 TRUE PAID EFE INC 363703 P0585486 TRUE PAID EFE INC 363705 P0588293 TRUE PAID EFE INC 363698 P0588370 TRUE PAID EFE INC 363702 P0589801 TRUE PAID EFE INC 364734 P0589955 TRUE PAID EFE INC 364733 P0591606 TRUE PAID EFE INC 367754 P0593392 TRUE PAID EFE INC 366070 P0594184 TRUE PAID EFE INC 366068 P0597011 TRUE PAID EFE INC 366075 P0599311 TRUE PAID EFE INC 366072 P0604113CM TRUE PAID EFE INC 370564 P0617407 TRUE PAID EFE INC 370137 P0620456 TRUE PAID EFE INC 372150 P0627820 TRUE PAID EFE INC 371987 P0631856 TRUE PAID EFE INC 371982 P0639139 TRUE PAID EFE INC 375272 P0645768 TRUE PAID EFE INC 374950 P0646148 TRUE PAID EFE INC 374951 P0648656 TRUE PAID EFE INC 374947 P0652419 TRUE PAID EFE INC 374952 P0652438 TRUE PAID EFE INC 375273 P0654270 TRUE PAID EFE INC 375982 P0658547 TRUE PAID EFE INC 375274 P0663785 TRUE APPROVED EFE INC 377347 P0666212 TRUE APPROVED EFE INC 378117 P0667045 TRUE APPROVED EFE INC 377348 P0668394 TRUE APPROVED EFE INC 378118 P0670640 TRUE PAID EFE INC 378405 P0677867 TRUE APPROVED EFE INC 379916 P0678075 TRUE APPROVED EFE INC 379918 P0679964 TRUE APPROVED EFE INC 379919 P0686581 TRUE APPROVED EFE INC 379988 W15662 TRUE PAID EFE INC 351384 W15838 TRUE PAID EFE INC 351382 053P303564 TRUE PAID FLORIDA KENWORTH LLC 337730 053P303588 TRUE PAID FLORIDA KENWORTH LLC 337729 053P304326 TRUE PAID FLORIDA KENWORTH LLC 337728 053P305254 TRUE PAID FLORIDA KENWORTH LLC 337731 053P305257 TRUE PAID FLORIDA KENWORTH LLC 337925 053P305560 TRUE PAID FLORIDA KENWORTH LLC 337926 053P306803 TRUE PAID FLORIDA KENWORTH LLC 339438 053P309206 TRUE PAID FLORIDA KENWORTH LLC 341374 053P309348 TRUE PAID FLORIDA KENWORTH LLC 341373 053P309422 TRUE PAID FLORIDA KENWORTH LLC 341372 053P309456 TRUE PAID FLORIDA KENWORTH LLC 342303 053P309539 TRUE PAID FLORIDA KENWORTH LLC 342300 053P311150 TRUE PAID FLORIDA KENWORTH LLC 343329 053P311213 TRUE PAID FLORIDA KENWORTH LLC 343717 053P313703 TRUE PAID FLORIDA KENWORTH LLC 346716 053P317278 TRUE PAID FLORIDA KENWORTH LLC 351534 053P317282 TRUE PAID FLORIDA KENWORTH LLC 351533 053P318379 TRUE PAID FLORIDA KENWORTH LLC 351538 053P319344CM TRUE PAID FLORIDA KENWORTH LLC 351725 053P319345 TRUE PAID FLORIDA KENWORTH LLC 351536 053P319346CM TRUE PAID FLORIDA KENWORTH LLC 351728 053P319347 TRUE PAID FLORIDA KENWORTH LLC 355305 053P319616 TRUE PAID FLORIDA KENWORTH LLC 352196 053P319854 TRUE PAID FLORIDA KENWORTH LLC 352198 053P322488 TRUE PAID FLORIDA KENWORTH LLC 354052 053P323069 TRUE PAID FLORIDA KENWORTH LLC 354587 053P323132 TRUE PAID FLORIDA KENWORTH LLC 355052 053P326487 TRUE PAID FLORIDA KENWORTH LLC 359277 053P326514 TRUE PAID FLORIDA KENWORTH LLC 359579 053P327048 TRUE PAID FLORIDA KENWORTH LLC 359576 053P327202CM TRUE PAID FLORIDA KENWORTH LLC 363127 053P327401 TRUE PAID FLORIDA KENWORTH LLC 360800 053P328334 TRUE PAID FLORIDA KENWORTH LLC 361243 053P328891 TRUE PAID FLORIDA KENWORTH LLC 362588 053P332477 TRUE PAID FLORIDA KENWORTH LLC 366399 053P333062 TRUE PAID FLORIDA KENWORTH LLC 366400 053P333072 TRUE PAID FLORIDA KENWORTH LLC 366398 053P334101 TRUE PAID FLORIDA KENWORTH LLC 366401 053P334389 TRUE PAID FLORIDA KENWORTH LLC 366941 053P334958 TRUE PAID FLORIDA KENWORTH LLC 367852 053P335026 TRUE PAID FLORIDA KENWORTH LLC 370141 053P335146 TRUE PAID FLORIDA KENWORTH LLC 367851 053P335161 TRUE PAID FLORIDA KENWORTH LLC 367850 053P335459 TRUE PAID FLORIDA KENWORTH LLC 368782 053P336049 TRUE PAID FLORIDA KENWORTH LLC 368781 053P336879 TRUE PAID FLORIDA KENWORTH LLC 370142 053P337210 TRUE PAID FLORIDA KENWORTH LLC 370143 053P337342 TRUE PAID FLORIDA KENWORTH LLC 372162 053P338034 TRUE PAID FLORIDA KENWORTH LLC 371062 053P338042 TRUE PAID FLORIDA KENWORTH LLC 371063 053P338270 TRUE PAID FLORIDA KENWORTH LLC 371064 053P338328CM TRUE PAID FLORIDA KENWORTH LLC 371389 053P338329 TRUE PAID FLORIDA KENWORTH LLC 371065 053P339206 TRUE PAID FLORIDA KENWORTH LLC 372161 053P339982 TRUE PAID FLORIDA KENWORTH LLC 373475 053P340703 TRUE PAID FLORIDA KENWORTH LLC 374954 053P341734 TRUE PAID FLORIDA KENWORTH LLC 376345 053P342672 TRUE PAID FLORIDA KENWORTH LLC 375276 053P342719 TRUE PAID FLORIDA KENWORTH LLC 375275 053P342725CM TRUE PAID FLORIDA KENWORTH LLC 375813 053P343434 TRUE PAID FLORIDA KENWORTH LLC 375987 053P344057 TRUE PAID FLORIDA KENWORTH LLC 377464 053P345256 TRUE PAID FLORIDA KENWORTH LLC 378353 053P345394 TRUE PAID FLORIDA KENWORTH LLC 378351 053P346645 TRUE APPROVED FLORIDA KENWORTH LLC 379991 053P347339 TRUE APPROVED FLORIDA KENWORTH LLC 379992 053S535611 TRUE PAID FLORIDA KENWORTH LLC 355054 053S536966 TRUE PAID FLORIDA KENWORTH LLC 368780 053S536996 TRUE PAID FLORIDA KENWORTH LLC 358792 053S540583 TRUE APPROVED FLORIDA KENWORTH LLC 379989 Jul-25 FALSE PENDING APPROVALMARUBENI AMERICA CORP 379592 Apr-25 TRUE PAID MARUBENI AMERICA CORP 366039 Dec-24 TRUE PAID MARUBENI AMERICA CORP 348308 Feb-25 TRUE PAID MARUBENI AMERICA CORP 356454 Jan-25 TRUE PAID MARUBENI AMERICA CORP 354416 Jun-25 TRUE PAID MARUBENI AMERICA CORP 375344 Mar-25 TRUE PAID MARUBENI AMERICA CORP 362313 May-25 TRUE PAID MARUBENI AMERICA CORP 371341 Nov-24 TRUE PAID MARUBENI AMERICA CORP 345694 Oct-24 TRUE PAID MARUBENI AMERICA CORP 341224 X101023506:01 TRUE PAID RDK ASSETS, INC 337815 X101023626:01 TRUE PAID RDK ASSETS, INC 337814 X101023640:01 TRUE PAID RDK ASSETS, INC 337816 X101023730:01 TRUE PAID RDK ASSETS, INC 337820 X101023730:02 TRUE PAID RDK ASSETS, INC 337930 X101023738:01 TRUE PAID RDK ASSETS, INC 337818 X101023768:01CM TRUE PAID RDK ASSETS, INC 342433 X101023769:01CM TRUE PAID RDK ASSETS, INC 342436 X101023839:01 TRUE PAID RDK ASSETS, INC 339448 X101023929:01 TRUE PAID RDK ASSETS, INC 339449 X101024177:01 TRUE PAID RDK ASSETS, INC 340607 X101024426:01 TRUE PAID RDK ASSETS, INC 342337 X101024572:01 TRUE PAID RDK ASSETS, INC 343367 X101024643:01 TRUE PAID RDK ASSETS, INC 343368 X101024768:01 TRUE PAID RDK ASSETS, INC 344458 X101025142:01 TRUE PAID RDK ASSETS, INC 346940 X101025329:01 TRUE PAID RDK ASSETS, INC 348599 X101025430:01 TRUE PAID RDK ASSETS, INC 348600 X101025526:01 TRUE PAID RDK ASSETS, INC 348932 X101025982:01 TRUE PAID RDK ASSETS, INC 352351 X101026020:01 TRUE PAID RDK ASSETS, INC 352659 X101026306:01 TRUE PAID RDK ASSETS, INC 354061 X101026389:01 TRUE PAID RDK ASSETS, INC 355121 X101026613:01 TRUE PAID RDK ASSETS, INC 356170 X101026707:01 TRUE PAID RDK ASSETS, INC 358802 X101026708:01 TRUE PAID RDK ASSETS, INC 358803 X101026784:01 TRUE PAID RDK ASSETS, INC 359591 X101026834:01 TRUE PAID RDK ASSETS, INC 359592 X101026868:01 TRUE PAID RDK ASSETS, INC 359590 X101026923:01 TRUE PAID RDK ASSETS, INC 359679 X101027047:01 TRUE PAID RDK ASSETS, INC 361672 X101027057:01 TRUE PAID RDK ASSETS, INC 361673 X101027332:1 TRUE PAID RDK ASSETS, INC 365349 X101027351:01 TRUE PAID RDK ASSETS, INC 364741 X101027534:01 TRUE PAID RDK ASSETS, INC 367910 X101027534:01CM TRUE PAID RDK ASSETS, INC 370804 X101027623:01 TRUE PAID RDK ASSETS, INC 367906 X101027635:01 TRUE PAID RDK ASSETS, INC 370611 X101027650:01 TRUE PAID RDK ASSETS, INC 366958 X101027677:01 TRUE PAID RDK ASSETS, INC 367914 X101027693:01 TRUE PAID RDK ASSETS, INC 367911 X101027728:01 TRUE PAID RDK ASSETS, INC 369376 X101027735:01 TRUE PAID RDK ASSETS, INC 367908 X101027769:01 TRUE PAID RDK ASSETS, INC 378121 X101027784:01 TRUE PAID RDK ASSETS, INC 369379 X101027785:01 TRUE PAID RDK ASSETS, INC 369378 X101027867:01 TRUE PAID RDK ASSETS, INC 370154 X101027880:01 TRUE PAID RDK ASSETS, INC 370149 X101027892:01 TRUE PAID RDK ASSETS, INC 370152 X101027920:01 TRUE PAID RDK ASSETS, INC 370156 X101027924:01 TRUE PAID RDK ASSETS, INC 370157 X101027945:01 TRUE PAID RDK ASSETS, INC 370150 X101028003:01 TRUE PAID RDK ASSETS, INC 373483 X101028009:01 TRUE PAID RDK ASSETS, INC 371070 X101028078:01 TRUE PAID RDK ASSETS, INC 372172 X101028114:01 TRUE PAID RDK ASSETS, INC 372171 X101028205:01 TRUE PAID RDK ASSETS, INC 373482 X101028212:01 TRUE PAID RDK ASSETS, INC 373801 X101028226:01 TRUE PAID RDK ASSETS, INC 374548 X101028259:01 TRUE PAID RDK ASSETS, INC 373485 X101028260:01 TRUE PAID RDK ASSETS, INC 374550 X101028490:01 TRUE PAID RDK ASSETS, INC 376003 X101028618:01 TRUE PAID RDK ASSETS, INC 376349 X101028749:01 TRUE PAID RDK ASSETS, INC 378120 X101028953:01 TRUE APPROVED RDK ASSETS, INC 379999 X101028985:01 TRUE APPROVED RDK ASSETS, INC 379997 X100627242:01 TRUE PAID SUN STATE INTERNATIONAL 337946 X100629806:01 TRUE PAID SUN STATE INTERNATIONAL 339555 X100629920:01 TRUE PAID SUN STATE INTERNATIONAL 339554 X100630993:01 TRUE PAID SUN STATE INTERNATIONAL 340827 X100632243:01 TRUE PAID SUN STATE INTERNATIONAL 343450 X100637585:01 TRUE PAID SUN STATE INTERNATIONAL 348937 X100637976:01 TRUE PAID SUN STATE INTERNATIONAL 351581 X100638498:01 TRUE PAID SUN STATE INTERNATIONAL 351583 X100638553:01 TRUE PAID SUN STATE INTERNATIONAL 351579 X100638567:01 TRUE PAID SUN STATE INTERNATIONAL 351586 X100638629:01 TRUE PAID SUN STATE INTERNATIONAL 351580 X100638629:02 TRUE PAID SUN STATE INTERNATIONAL 351582 X100639109:01CM TRUE PAID SUN STATE INTERNATIONAL 351731 X100639474:01 TRUE PAID SUN STATE INTERNATIONAL 351585 X100639550:01CM TRUE PAID SUN STATE INTERNATIONAL 351733 X100639568:01 TRUE PAID SUN STATE INTERNATIONAL 351587 X100640281:01 TRUE PAID SUN STATE INTERNATIONAL 352663 X100641261:01 TRUE PAID SUN STATE INTERNATIONAL 353465 X100641344:01CM TRUE PAID SUN STATE INTERNATIONAL 363128 X100641886:01 TRUE PAID SUN STATE INTERNATIONAL 355156 X100641886:02 TRUE PAID SUN STATE INTERNATIONAL 355152 X100642378:01CM TRUE PAID SUN STATE INTERNATIONAL 355391 X100642379:01 TRUE PAID SUN STATE INTERNATIONAL 355155 X100642762:01CM TRUE PAID SUN STATE INTERNATIONAL 355390 X100642763:01 TRUE PAID SUN STATE INTERNATIONAL 355154 X100643415:01 TRUE PAID SUN STATE INTERNATIONAL 356182 X100643869:01 TRUE PAID SUN STATE INTERNATIONAL 356184 X100644897:01 TRUE PAID SUN STATE INTERNATIONAL 359684 X100645462:01 TRUE PAID SUN STATE INTERNATIONAL 359683 X100646214:01 TRUE PAID SUN STATE INTERNATIONAL 360819 X100646469:01 TRUE PAID SUN STATE INTERNATIONAL 361251 X100646555:01 TRUE PAID SUN STATE INTERNATIONAL 361675 X100646555:02 TRUE PAID SUN STATE INTERNATIONAL 371435 X100646605:01 TRUE PAID SUN STATE INTERNATIONAL 361248 X100646820:01 TRUE PAID SUN STATE INTERNATIONAL 362645 X100647005:01 TRUE PAID SUN STATE INTERNATIONAL 361676 X100647077:01 TRUE PAID SUN STATE INTERNATIONAL 361674 X100648240:01 TRUE PAID SUN STATE INTERNATIONAL 362646 X100650052:01 TRUE PAID SUN STATE INTERNATIONAL 366968 X100650555:01 TRUE PAID SUN STATE INTERNATIONAL 366969 X100650881:01 TRUE PAID SUN STATE INTERNATIONAL 366970 X100651352:01 TRUE PAID SUN STATE INTERNATIONAL 366971 X100651970:01 TRUE PAID SUN STATE INTERNATIONAL 367920 X100651970:02 TRUE PAID SUN STATE INTERNATIONAL 367921 X100652187:01 TRUE PAID SUN STATE INTERNATIONAL 369402 X100652223:01 TRUE PAID SUN STATE INTERNATIONAL 367922 X100653349:01 TRUE PAID SUN STATE INTERNATIONAL 370549 X100653402:01 TRUE PAID SUN STATE INTERNATIONAL 370548 X100653771:01 TRUE PAID SUN STATE INTERNATIONAL 370547 X100654396:01 TRUE PAID SUN STATE INTERNATIONAL 371080 X100656033:01 TRUE PAID SUN STATE INTERNATIONAL 373820 X100656462:01 TRUE PAID SUN STATE INTERNATIONAL 373819 X100656471:01 TRUE PAID SUN STATE INTERNATIONAL 375554 X100656946:01 TRUE PAID SUN STATE INTERNATIONAL 374566 X100656946:02 TRUE PAID SUN STATE INTERNATIONAL 374565 X100657527:01 TRUE PAID SUN STATE INTERNATIONAL 375057 X100660086:01 TRUE PAID SUN STATE INTERNATIONAL 378361 173672 TRUE PAID TAMPA SPRING COMPANY 348610 173709 TRUE PAID TAMPA SPRING COMPANY 348611 174493 TRUE PAID TAMPA SPRING COMPANY 352352 175973 TRUE PAID TAMPA SPRING COMPANY 359686 176704 TRUE PAID TAMPA SPRING COMPANY 363761 176742 TRUE PAID TAMPA SPRING COMPANY 364031 177006 TRUE PAID TAMPA SPRING COMPANY 365333 177330 TRUE PAID TAMPA SPRING COMPANY 367164 177495 TRUE PAID TAMPA SPRING COMPANY 367924 184913 TRUE PAID WALKER FORD 338283 185047 TRUE PAID WALKER FORD 338287 185051 TRUE PAID WALKER FORD 338282 185078 TRUE PAID WALKER FORD 338284 185084 TRUE PAID WALKER FORD 338242 185098 TRUE PAID WALKER FORD 338286 185240 TRUE PAID WALKER FORD 338281 185263 TRUE PAID WALKER FORD 338279 185310 TRUE PAID WALKER FORD 338269 185311 TRUE PAID WALKER FORD 338272 185318 TRUE PAID WALKER FORD 338278 185318-1 TRUE PAID WALKER FORD 338257 185350 TRUE PAID WALKER FORD 338271 185351 TRUE PAID WALKER FORD 338270 185352 TRUE PAID WALKER FORD 338273 185352-1 TRUE PAID WALKER FORD 338274 185355 TRUE PAID WALKER FORD 338280 185391 TRUE PAID WALKER FORD 338275 185438 TRUE PAID WALKER FORD 338244 185523 TRUE PAID WALKER FORD 338252 185543 TRUE PAID WALKER FORD 338255 185554 TRUE PAID WALKER FORD 338253 185655 TRUE PAID WALKER FORD 338256 185750 TRUE PAID WALKER FORD 338258 185750-1 TRUE PAID WALKER FORD 344380 185784 TRUE PAID WALKER FORD 338259 185878 TRUE PAID WALKER FORD 338247 185949 TRUE PAID WALKER FORD 338245 185958 TRUE PAID WALKER FORD 338248 186064 TRUE PAID WALKER FORD 338249 186142 TRUE PAID WALKER FORD 338250 186146 TRUE PAID WALKER FORD 339545 186204 TRUE PAID WALKER FORD 338251 186239 TRUE PAID WALKER FORD 339544 186284 TRUE PAID WALKER FORD 339543 186375 TRUE PAID WALKER FORD 339541 186376 TRUE PAID WALKER FORD 339546 186390 TRUE PAID WALKER FORD 339542 186531 TRUE PAID WALKER FORD 339552 186535 TRUE PAID WALKER FORD 339539 186544 TRUE PAID WALKER FORD 339547 186576 TRUE PAID WALKER FORD 339540 186799 TRUE PAID WALKER FORD 339536 186855 TRUE PAID WALKER FORD 339548 186864 TRUE PAID WALKER FORD 339551 186880 TRUE PAID WALKER FORD 339549 186920 TRUE PAID WALKER FORD 339550 186966 TRUE PAID WALKER FORD 339535 187036 TRUE PAID WALKER FORD 339538 187039 TRUE PAID WALKER FORD 340639 187047 TRUE PAID WALKER FORD 339537 187092 TRUE PAID WALKER FORD 340622 187109 TRUE PAID WALKER FORD 340628 187139 TRUE PAID WALKER FORD 340629 187174 TRUE PAID WALKER FORD 340630 187302 TRUE PAID WALKER FORD 340620 187315 TRUE PAID WALKER FORD 340621 187330 TRUE PAID WALKER FORD 340631 187368 TRUE PAID WALKER FORD 340633 187401 TRUE PAID WALKER FORD 340635 187441 TRUE PAID WALKER FORD 340637 187445 TRUE PAID WALKER FORD 340632 187475 TRUE PAID WALKER FORD 340640 187563 TRUE PAID WALKER FORD 340850 187719 TRUE PAID WALKER FORD 340849 187764 TRUE PAID WALKER FORD 340851 187777 TRUE PAID WALKER FORD 340854 187814 TRUE PAID WALKER FORD 341430 187826 TRUE PAID WALKER FORD 340856 187856 TRUE PAID WALKER FORD 341431 187920 TRUE PAID WALKER FORD 341433 187957 TRUE PAID WALKER FORD 344376 188017 TRUE PAID WALKER FORD 341419 188023 TRUE PAID WALKER FORD 341422 188040 TRUE PAID WALKER FORD 341417 188052 TRUE PAID WALKER FORD 341423 188069 TRUE PAID WALKER FORD 341420 188172 TRUE PAID WALKER FORD 342344 188174 TRUE PAID WALKER FORD 341425 188193 TRUE PAID WALKER FORD 341426 188194 TRUE PAID WALKER FORD 341429 188196 TRUE PAID WALKER FORD 342348 188260 TRUE PAID WALKER FORD 342347 188291 TRUE PAID WALKER FORD 342345 188294 TRUE PAID WALKER FORD 342349 188299 TRUE PAID WALKER FORD 342346 188400 TRUE PAID WALKER FORD 342350 188411 TRUE PAID WALKER FORD 342343 188442 TRUE PAID WALKER FORD 342342 188568 TRUE PAID WALKER FORD 343460 188612 TRUE PAID WALKER FORD 343462 188665 TRUE PAID WALKER FORD 343458 188679 TRUE PAID WALKER FORD 343463 188824 TRUE PAID WALKER FORD 343459 189192 TRUE PAID WALKER FORD 344379 189341 TRUE PAID WALKER FORD 344381 189354 TRUE PAID WALKER FORD 344505 189404 TRUE PAID WALKER FORD 344378 189423 TRUE PAID WALKER FORD 344377 189584 TRUE PAID WALKER FORD 344515 189625 TRUE PAID WALKER FORD 344518 189641 TRUE PAID WALKER FORD 344510 189686 TRUE PAID WALKER FORD 344519 189736 TRUE PAID WALKER FORD 344517 189750 TRUE PAID WALKER FORD 344500 189773 TRUE PAID WALKER FORD 344513 189775 TRUE PAID WALKER FORD 344502 189793 TRUE PAID WALKER FORD 347120 189832 TRUE PAID WALKER FORD 344493 189833 TRUE PAID WALKER FORD 344494 189834 TRUE PAID WALKER FORD 344497 189888 TRUE PAID WALKER FORD 344509 189912 TRUE PAID WALKER FORD 344782 189916 TRUE PAID WALKER FORD 344781 190015 TRUE PAID WALKER FORD 347099 190083 TRUE PAID WALKER FORD 344783 190124 TRUE PAID WALKER FORD 344780 190271 TRUE PAID WALKER FORD 347101 190276 TRUE PAID WALKER FORD 347098 190363 TRUE PAID WALKER FORD 347104 190381 TRUE PAID WALKER FORD 347102 190412 TRUE PAID WALKER FORD 347116 190414 TRUE PAID WALKER FORD 347117 190424 TRUE PAID WALKER FORD 347105 190427 TRUE PAID WALKER FORD 347114 190465 TRUE PAID WALKER FORD 347124 190467 TRUE PAID WALKER FORD 347129 190532 TRUE PAID WALKER FORD 347122 190562 TRUE PAID WALKER FORD 347127 190595 TRUE PAID WALKER FORD 347131 190751 TRUE PAID WALKER FORD 347134 190777 TRUE PAID WALKER FORD 347132 190968 TRUE PAID WALKER FORD 347110 190976 TRUE PAID WALKER FORD 347113 191090 TRUE PAID WALKER FORD 347112 191099 TRUE PAID WALKER FORD 347107 191128 TRUE PAID WALKER FORD 347108 191218 TRUE PAID WALKER FORD 347328 191242 TRUE PAID WALKER FORD 347330 191244 TRUE PAID WALKER FORD 347326 191246 TRUE PAID WALKER FORD 347327 191249 TRUE PAID WALKER FORD 347347 191287 TRUE PAID WALKER FORD 347329 191459 TRUE PAID WALKER FORD 347349 191475 TRUE PAID WALKER FORD 347345 191486 TRUE PAID WALKER FORD 347350 191508 TRUE PAID WALKER FORD 347346 191531 TRUE PAID WALKER FORD 348257 191532 TRUE PAID WALKER FORD 347348 191661 TRUE PAID WALKER FORD 348235 191693 TRUE PAID WALKER FORD 348236 191713 TRUE PAID WALKER FORD 348258 191718 TRUE PAID WALKER FORD 348259 191729 TRUE PAID WALKER FORD 348685 191741 TRUE PAID WALKER FORD 348234 191746 TRUE PAID WALKER FORD 348237 191763 TRUE PAID WALKER FORD 348260 191791 TRUE PAID WALKER FORD 348254 191850 TRUE PAID WALKER FORD 348681 191852 TRUE PAID WALKER FORD 348680 191867 TRUE PAID WALKER FORD 348262 191875 TRUE PAID WALKER FORD 348261 191921 TRUE PAID WALKER FORD 348684 191948 TRUE PAID WALKER FORD 348674 191982 TRUE PAID WALKER FORD 348687 192002 TRUE PAID WALKER FORD 348686 192038 TRUE PAID WALKER FORD 348688 192050 TRUE PAID WALKER FORD 348678 192073 TRUE PAID WALKER FORD 348675 192077 TRUE PAID WALKER FORD 348942 192098 TRUE PAID WALKER FORD 348677 192110 TRUE PAID WALKER FORD 348679 192159 TRUE PAID WALKER FORD 348690 192202 TRUE PAID WALKER FORD 348692 192274 TRUE PAID WALKER FORD 348941 192332 TRUE PAID WALKER FORD 348943 192335 TRUE PAID WALKER FORD 348944 192345 TRUE PAID WALKER FORD 348945 192441 TRUE PAID WALKER FORD 348946 192546 TRUE PAID WALKER FORD 349458 192610 TRUE PAID WALKER FORD 348947 192637 TRUE PAID WALKER FORD 349472 192706 TRUE PAID WALKER FORD 349462 192737 TRUE PAID WALKER FORD 349463 192780 TRUE PAID WALKER FORD 349464 192786 TRUE PAID WALKER FORD 349466 192808 TRUE PAID WALKER FORD 349465 192815 TRUE PAID WALKER FORD 349474 192821 TRUE PAID WALKER FORD 349470 192847 TRUE PAID WALKER FORD 349475 192882 TRUE PAID WALKER FORD 349468 192890 TRUE PAID WALKER FORD 349478 192894 TRUE PAID WALKER FORD 349473 192910 TRUE PAID WALKER FORD 349480 192983 TRUE PAID WALKER FORD 351481 192993 TRUE PAID WALKER FORD 349481 193002 TRUE PAID WALKER FORD 349483 193031 TRUE PAID WALKER FORD 351484 193047 TRUE PAID WALKER FORD 351480 193061 TRUE PAID WALKER FORD 351492 193073 TRUE PAID WALKER FORD 351483 193080 TRUE PAID WALKER FORD 351482 193111 TRUE PAID WALKER FORD 351493 193162 TRUE PAID WALKER FORD 351485 193183 TRUE PAID WALKER FORD 351486 193207 TRUE PAID WALKER FORD 351488 193230 TRUE PAID WALKER FORD 351489 193247 TRUE PAID WALKER FORD 351490 193375 TRUE PAID WALKER FORD 351491 193390 TRUE PAID WALKER FORD 351494 193391 TRUE PAID WALKER FORD 351503 193416 TRUE PAID WALKER FORD 351496 193428 TRUE PAID WALKER FORD 351501 193441 TRUE PAID WALKER FORD 351498 193476 TRUE PAID WALKER FORD 351502 193511 TRUE PAID WALKER FORD 351508 193568 TRUE PAID WALKER FORD 351479 193642 TRUE PAID WALKER FORD 351471 193644 TRUE PAID WALKER FORD 351477 193655 TRUE PAID WALKER FORD 351475 193701 TRUE PAID WALKER FORD 351472 193753 TRUE PAID WALKER FORD 351476 193800 TRUE PAID WALKER FORD 351478 193824 TRUE PAID WALKER FORD 352205 193853 TRUE PAID WALKER FORD 351474 193881 TRUE PAID WALKER FORD 352672 193896 TRUE PAID WALKER FORD 352210 193906 TRUE PAID WALKER FORD 352208 194022 TRUE PAID WALKER FORD 352216 194084 TRUE PAID WALKER FORD 352220 194089 TRUE PAID WALKER FORD 352371 194096 TRUE PAID WALKER FORD 352372 194111 TRUE PAID WALKER FORD 352214 194145 TRUE PAID WALKER FORD 352218 194159 TRUE PAID WALKER FORD 352375 194222 TRUE PAID WALKER FORD 352370 194264 TRUE PAID WALKER FORD 352364 194269 TRUE PAID WALKER FORD 352373 194279 TRUE PAID WALKER FORD 352367 194290 TRUE PAID WALKER FORD 352365 194297 TRUE PAID WALKER FORD 352366 194369 TRUE PAID WALKER FORD 352368 194370 TRUE PAID WALKER FORD 352369 194416 TRUE PAID WALKER FORD 352669 194418 TRUE PAID WALKER FORD 352668 194426 TRUE PAID WALKER FORD 352671 194502 TRUE PAID WALKER FORD 352674 194533 TRUE PAID WALKER FORD 352676 194561 TRUE PAID WALKER FORD 352675 194689 TRUE PAID WALKER FORD 353508 194699 TRUE PAID WALKER FORD 353509 194757 TRUE PAID WALKER FORD 353510 194833 TRUE PAID WALKER FORD 353511 194993 TRUE PAID WALKER FORD 353503 195004 TRUE PAID WALKER FORD 355167 195011 TRUE PAID WALKER FORD 353506 195128 TRUE PAID WALKER FORD 353497 195143 TRUE PAID WALKER FORD 353501 195156 TRUE PAID WALKER FORD 353502 195158 TRUE PAID WALKER FORD 354136 195175 TRUE PAID WALKER FORD 353482 195186 TRUE PAID WALKER FORD 353483 195187 TRUE PAID WALKER FORD 353500 195208 TRUE PAID WALKER FORD 354140 195313 TRUE PAID WALKER FORD 354137 195325 TRUE PAID WALKER FORD 354133 195359 TRUE PAID WALKER FORD 354134 195375 TRUE PAID WALKER FORD 354128 195409 TRUE PAID WALKER FORD 354125 195411 TRUE PAID WALKER FORD 354127 195510 TRUE PAID WALKER FORD 354132 195638 TRUE PAID WALKER FORD 355164 195653 TRUE PAID WALKER FORD 355163 195658 TRUE PAID WALKER FORD 355162 195677 TRUE PAID WALKER FORD 355165 195729 TRUE PAID WALKER FORD 355166 195811 TRUE PAID WALKER FORD 355168 195832 TRUE PAID WALKER FORD 355169 195861 TRUE PAID WALKER FORD 355161 195925 TRUE PAID WALKER FORD 355159 195929 TRUE PAID WALKER FORD 355171 196013 TRUE PAID WALKER FORD 355170 196100 TRUE PAID WALKER FORD 356074 196135 TRUE PAID WALKER FORD 355312 196230 TRUE PAID WALKER FORD 355311 196336 TRUE PAID WALKER FORD 356073 196395 TRUE PAID WALKER FORD 356076 196431 TRUE PAID WALKER FORD 356071 196485 TRUE PAID WALKER FORD 356070 196564 TRUE PAID WALKER FORD 356194 196567 TRUE PAID WALKER FORD 356193 196577 TRUE PAID WALKER FORD 356196 196587 TRUE PAID WALKER FORD 356221 196602 TRUE PAID WALKER FORD 356227 196604 TRUE PAID WALKER FORD 356204 196612 TRUE PAID WALKER FORD 356197 196632 TRUE PAID WALKER FORD 356198 196636 TRUE PAID WALKER FORD 356202 196658 TRUE PAID WALKER FORD 356216 196661 TRUE PAID WALKER FORD 356200 196686 TRUE PAID WALKER FORD 356206 196687 TRUE PAID WALKER FORD 356201 196688 TRUE PAID WALKER FORD 356209 196729 TRUE PAID WALKER FORD 356223 196737 TRUE PAID WALKER FORD 356217 196745 TRUE PAID WALKER FORD 356203 196774 TRUE PAID WALKER FORD 356211 196846 TRUE PAID WALKER FORD 356219 196864 TRUE PAID WALKER FORD 356222 196953 TRUE PAID WALKER FORD 356199 196993 TRUE PAID WALKER FORD 356224 197002 TRUE PAID WALKER FORD 356226 197133 TRUE PAID WALKER FORD 356571 197176 TRUE PAID WALKER FORD 356572 197247 TRUE PAID WALKER FORD 356573 197368 TRUE PAID WALKER FORD 356524 197510 TRUE PAID WALKER FORD 359701 197560 TRUE PAID WALKER FORD 359699 197583 TRUE PAID WALKER FORD 359694 197736 TRUE PAID WALKER FORD 362604 197788 TRUE PAID WALKER FORD 359697 197796 TRUE PAID WALKER FORD 359695 197804 TRUE PAID WALKER FORD 359700 197854 TRUE PAID WALKER FORD 359698 197913 TRUE PAID WALKER FORD 359692 197930 TRUE PAID WALKER FORD 359704 197940 TRUE PAID WALKER FORD 359702 197941 TRUE PAID WALKER FORD 359703 197959 TRUE PAID WALKER FORD 359693 198099 TRUE PAID WALKER FORD 359705 198245 TRUE PAID WALKER FORD 359706 198246 TRUE PAID WALKER FORD 359707 198360 TRUE PAID WALKER FORD 359708 198408 TRUE PAID WALKER FORD 359709 198429 TRUE PAID WALKER FORD 359599 198483 TRUE PAID WALKER FORD 359598 198510 TRUE PAID WALKER FORD 359600 198514 TRUE PAID WALKER FORD 359595 198558 TRUE PAID WALKER FORD 359596 198709 TRUE PAID WALKER FORD 360827 198801 TRUE PAID WALKER FORD 360828 198940 TRUE PAID WALKER FORD 361258 198940-1 TRUE PAID WALKER FORD 361257 198957 TRUE PAID WALKER FORD 361260 199015 TRUE PAID WALKER FORD 361254 199025 TRUE PAID WALKER FORD 361253 199063 TRUE PAID WALKER FORD 361677 199168 TRUE PAID WALKER FORD 361678 199198 TRUE PAID WALKER FORD 361679 199293 TRUE PAID WALKER FORD 361680 199339 TRUE PAID WALKER FORD 362660 199342 TRUE PAID WALKER FORD 362610 199343 TRUE PAID WALKER FORD 362614 199406 TRUE PAID WALKER FORD 362612 199408 TRUE PAID WALKER FORD 362603 199411 TRUE PAID WALKER FORD 362659 199421 TRUE PAID WALKER FORD 362606 199423 TRUE PAID WALKER FORD 362602 199431 TRUE PAID WALKER FORD 362608 199432 TRUE PAID WALKER FORD 362607 199447 TRUE PAID WALKER FORD 362609 199452 TRUE PAID WALKER FORD 362611 199470 TRUE PAID WALKER FORD 362613 199473 TRUE PAID WALKER FORD 362615 199571 TRUE PAID WALKER FORD 362616 199580 TRUE PAID WALKER FORD 362617 199613 TRUE PAID WALKER FORD 362605 199795 TRUE PAID WALKER FORD 362658 199973 TRUE PAID WALKER FORD 363778 199980 TRUE PAID WALKER FORD 363780 200002 TRUE PAID WALKER FORD 362656 200038 TRUE PAID WALKER FORD 363777 200041 TRUE PAID WALKER FORD 363782 200064 TRUE PAID WALKER FORD 363779 200115 TRUE PAID WALKER FORD 363785 200117 TRUE PAID WALKER FORD 363786 200130 TRUE PAID WALKER FORD 363784 200139 TRUE PAID WALKER FORD 363783 200140 TRUE PAID WALKER FORD 363781 200170 TRUE PAID WALKER FORD 363788 200175 TRUE PAID WALKER FORD 363793 200223 TRUE PAID WALKER FORD 363790 200233 TRUE PAID WALKER FORD 363787 200248 TRUE PAID WALKER FORD 363789 200295 TRUE PAID WALKER FORD 363791 200319 TRUE PAID WALKER FORD 364766 200376 TRUE PAID WALKER FORD 363792 200404 TRUE PAID WALKER FORD 364036 200506 TRUE PAID WALKER FORD 364037 200565 TRUE PAID WALKER FORD 364034 200566 TRUE PAID WALKER FORD 364756 200568 TRUE PAID WALKER FORD 364035 200633 TRUE PAID WALKER FORD 364755 200642 TRUE PAID WALKER FORD 364759 200656 TRUE PAID WALKER FORD 364763 200745 TRUE PAID WALKER FORD 364754 200915 TRUE PAID WALKER FORD 364760 200968 TRUE PAID WALKER FORD 365347 201018 TRUE PAID WALKER FORD 364762 201111 TRUE PAID WALKER FORD 367936 201226 TRUE PAID WALKER FORD 365343 201227 TRUE PAID WALKER FORD 367934 201292 TRUE PAID WALKER FORD 367935 201483 TRUE PAID WALKER FORD 367937 201502 TRUE PAID WALKER FORD 367938 201525 TRUE PAID WALKER FORD 367939 201530 TRUE PAID WALKER FORD 367940 201566 TRUE PAID WALKER FORD 367944 201568 TRUE PAID WALKER FORD 367941 201622 TRUE PAID WALKER FORD 367943 201660 TRUE PAID WALKER FORD 367946 201696 TRUE PAID WALKER FORD 367945 201813 TRUE PAID WALKER FORD 367932 201828 TRUE PAID WALKER FORD 367933 201908 TRUE PAID WALKER FORD 367949 201927 TRUE PAID WALKER FORD 367947 202058 TRUE PAID WALKER FORD 367952 202059 TRUE PAID WALKER FORD 367948 202060 TRUE PAID WALKER FORD 367951 202100 TRUE PAID WALKER FORD 367954 202168 TRUE PAID WALKER FORD 367953 202352 TRUE PAID WALKER FORD 367956 202385 TRUE PAID WALKER FORD 367958 202465 TRUE PAID WALKER FORD 367957 202573 TRUE PAID WALKER FORD 367955 202608 TRUE PAID WALKER FORD 369412 202610 TRUE PAID WALKER FORD 367959 202760 TRUE PAID WALKER FORD 367931 202777 TRUE PAID WALKER FORD 369410 202794 TRUE PAID WALKER FORD 369414 202872 TRUE PAID WALKER FORD 369408 202897 TRUE PAID WALKER FORD 369417 203054 TRUE PAID WALKER FORD 369416 203149 TRUE PAID WALKER FORD 370555 203151 TRUE PAID WALKER FORD 370554 203177 TRUE PAID WALKER FORD 370553 203224 TRUE PAID WALKER FORD 370552 203331 TRUE PAID WALKER FORD 370559 203431 TRUE PAID WALKER FORD 370556 203432 TRUE PAID WALKER FORD 370574 203435 TRUE PAID WALKER FORD 370557 203447 TRUE PAID WALKER FORD 372829 203464 TRUE PAID WALKER FORD 370561 203476 TRUE PAID WALKER FORD 370565 203537 TRUE PAID WALKER FORD 370558 203558 TRUE PAID WALKER FORD 370563 203562 TRUE PAID WALKER FORD 370568 203672 TRUE PAID WALKER FORD 370567 203675 TRUE PAID WALKER FORD 370569 203684 TRUE PAID WALKER FORD 370571 203738 TRUE PAID WALKER FORD 370572 203743 TRUE PAID WALKER FORD 370575 203780 TRUE PAID WALKER FORD 370617 203798 TRUE PAID WALKER FORD 370578 203808 TRUE PAID WALKER FORD 370576 203847 TRUE PAID WALKER FORD 370622 203912 TRUE PAID WALKER FORD 370620 204057 TRUE PAID WALKER FORD 371083 204137 TRUE PAID WALKER FORD 371086 204138 TRUE PAID WALKER FORD 371085 204140 TRUE PAID WALKER FORD 371084 204187 TRUE PAID WALKER FORD 372815 204234 TRUE PAID WALKER FORD 372816 204277 TRUE PAID WALKER FORD 372819 204287 TRUE PAID WALKER FORD 372818 204302 TRUE PAID WALKER FORD 372817 204397 TRUE PAID WALKER FORD 372827 204448 TRUE PAID WALKER FORD 372835 204485 TRUE PAID WALKER FORD 372821 204499 TRUE PAID WALKER FORD 372822 204500 TRUE PAID WALKER FORD 372832 204520 TRUE PAID WALKER FORD 372824 204581 TRUE PAID WALKER FORD 372830 204583 TRUE PAID WALKER FORD 372834 204649 TRUE PAID WALKER FORD 372826 204686 TRUE PAID WALKER FORD 372831 204746 TRUE PAID WALKER FORD 372833 204924 TRUE PAID WALKER FORD 372836 204924-1 TRUE PAID WALKER FORD 373836 204997 TRUE PAID WALKER FORD 373839 205011 TRUE PAID WALKER FORD 373842 205083 TRUE PAID WALKER FORD 373840 205133 TRUE PAID WALKER FORD 373844 205323 TRUE PAID WALKER FORD 373845 205323-1 TRUE PAID WALKER FORD 373849 205443 TRUE PAID WALKER FORD 373848 205460 TRUE PAID WALKER FORD 373846 205573 TRUE PAID WALKER FORD 373850 205689 TRUE PAID WALKER FORD 373851 205733 TRUE PAID WALKER FORD 373852 205747 TRUE PAID WALKER FORD 373853 205753 TRUE PAID WALKER FORD 373854 205779 TRUE PAID WALKER FORD 373856 205782 TRUE PAID WALKER FORD 373855 205830 TRUE PAID WALKER FORD 374585 205836 TRUE PAID WALKER FORD 374579 205844 TRUE PAID WALKER FORD 374584 205917 TRUE PAID WALKER FORD 374582 205928 TRUE PAID WALKER FORD 374581 205944 TRUE PAID WALKER FORD 376037 205946 TRUE PAID WALKER FORD 374580 205986 TRUE PAID WALKER FORD 374583 206070 TRUE PAID WALKER FORD 374586 206085 TRUE PAID WALKER FORD 374571 206092 TRUE PAID WALKER FORD 375066 206095 TRUE PAID WALKER FORD 374573 206132 TRUE PAID WALKER FORD 374587 206164 TRUE PAID WALKER FORD 374588 206261 TRUE PAID WALKER FORD 376033 206277 TRUE PAID WALKER FORD 375064 206290 TRUE PAID WALKER FORD 375073 206304 TRUE PAID WALKER FORD 375071 206362 TRUE PAID WALKER FORD 376034 206384 TRUE PAID WALKER FORD 375069 206408 TRUE PAID WALKER FORD 376035 206436 TRUE PAID WALKER FORD 376041 206447 TRUE PAID WALKER FORD 376038 206499 TRUE PAID WALKER FORD 376042 206506 TRUE PAID WALKER FORD 376039 206507 TRUE PAID WALKER FORD 376032 206538 TRUE PAID WALKER FORD 376040 206580 TRUE PAID WALKER FORD 376043 206670 TRUE PAID WALKER FORD 376044 206708 TRUE PAID WALKER FORD 376390 206953 TRUE PAID WALKER FORD 376389 207074 TRUE PAID WALKER FORD 376385 207167 TRUE PAID WALKER FORD 376386 207208 TRUE PAID WALKER FORD 376387 207210 TRUE PAID WALKER FORD 377472 207214 TRUE PAID WALKER FORD 376388 207328 TRUE PAID WALKER FORD 377471 207451 TRUE PAID WALKER FORD 377473 207501 TRUE PAID WALKER FORD 377477 207539 TRUE PAID WALKER FORD 377474 207552 TRUE PAID WALKER FORD 377476 207589 TRUE PAID WALKER FORD 378131 207893 TRUE PAID WALKER FORD 378130 207949 TRUE PAID WALKER FORD 378368 207951 TRUE PAID WALKER FORD 378367 208004 TRUE PAID WALKER FORD 378370 208046 TRUE PAID WALKER FORD 379194 208051 TRUE PAID WALKER FORD 378363 208064 TRUE PAID WALKER FORD 378365 208181 TRUE PAID WALKER FORD 379190 208223 TRUE PAID WALKER FORD 379209 208236 TRUE PAID WALKER FORD 379210 208289 TRUE APPROVED WALKER FORD 379216 208294 TRUE APPROVED WALKER FORD 379220 208322 TRUE APPROVED WALKER FORD 379218 208495 TRUE APPROVED WALKER FORD 379835 208496 TRUE APPROVED WALKER FORD 379833 208524 TRUE APPROVED WALKER FORD 379859 208526 TRUE APPROVED WALKER FORD 379836 208534 TRUE APPROVED WALKER FORD 379840 208537 TRUE APPROVED WALKER FORD 379838 208538 TRUE APPROVED WALKER FORD 379858 208560 TRUE APPROVED WALKER FORD 380032 208561 TRUE APPROVED WALKER FORD 379860 208566 TRUE APPROVED WALKER FORD 379881 208570 TRUE APPROVED WALKER FORD 379879 208584 TRUE APPROVED WALKER FORD 379877 208601 TRUE APPROVED WALKER FORD 379884 208601-1 TRUE APPROVED WALKER FORD 380030 208627 TRUE APPROVED WALKER FORD 379839 208663 TRUE APPROVED WALKER FORD 379882 208739 TRUE APPROVED WALKER FORD 379873 208747 TRUE APPROVED WALKER FORD 379874 208840 TRUE APPROVED WALKER FORD 379876 208858 TRUE APPROVED WALKER FORD 380054 208863 TRUE APPROVED WALKER FORD 380052 208884 TRUE APPROVED WALKER FORD 380033 208894 TRUE APPROVED WALKER FORD 380057 208927 TRUE APPROVED WALKER FORD 380058 208951 TRUE APPROVED WALKER FORD 380034 208963 TRUE APPROVED WALKER FORD 380053 209029 TRUE APPROVED WALKER FORD 380055 209068 TRUE APPROVED WALKER FORD 380060 209096 TRUE APPROVED WALKER FORD 380056 209135 TRUE APPROVED WALKER FORD 380059 CM185352-1CM TRUE PAID WALKER FORD 338366 CM186531CM TRUE PAID WALKER FORD 339818 CM187039CM TRUE PAID WALKER FORD 341707 CM187719CM TRUE PAID WALKER FORD 340928 CM187826CM TRUE PAID WALKER FORD 343558 CM188196CM TRUE PAID WALKER FORD 342443 CM188299CM TRUE PAID WALKER FORD 343559 CM191486CM TRUE PAID WALKER FORD 348401 CM191661CM TRUE PAID WALKER FORD 348403 CM193853CM TRUE PAID WALKER FORD 352808 CM193881CM TRUE PAID WALKER FORD 352810 CM195004CM TRUE PAID WALKER FORD 355380 CM195409CM TRUE PAID WALKER FORD 355378 CM196636CM TRUE PAID WALKER FORD 356334 CM196729CM TRUE PAID WALKER FORD 356337 CM196864CM TRUE PAID WALKER FORD 356338 CM198360CM TRUE PAID WALKER FORD 363125 CM198940CM TRUE PAID WALKER FORD 363124 CM199339CM TRUE PAID WALKER FORD 363123 CM199408CM TRUE PAID WALKER FORD 364141 CM199411CM TRUE PAID WALKER FORD 363122 CM200041CM TRUE PAID WALKER FORD 365670 CM200319CM TRUE PAID WALKER FORD 365168 CM202385CM TRUE PAID WALKER FORD 370800 CM202465CM TRUE PAID WALKER FORD 370803 CM203054CM TRUE PAID WALKER FORD 372964 CM203447CM TRUE PAID WALKER FORD 372963 CM204140CM TRUE PAID WALKER FORD 374534 CM204448CM TRUE PAID WALKER FORD 372961 CM204499CM TRUE PAID WALKER FORD 376452 CM204500CM TRUE PAID WALKER FORD 374529 CM206277CM TRUE PAID WALKER FORD 376451 CM206290CM TRUE PAID WALKER FORD 377610 CM206670CM TRUE PAID WALKER FORD 377609 CM207208CM TRUE PAID WALKER FORD 377611 CM208004CM TRUE PAID WALKER FORD 380082 F0CS248938 TRUE PAID WALKER FORD 367237 Description Journal Number Journal Year CR INV # P0529253 - G5103 HINGE (2)0 2025 STOCK OIL FILTERS, SEALS ETC 0 2025 G4416 TUBE, PACKING, OIL COOLER AND GASKET 0 2025 G5103 VIDEO CAMERA, FAN AND GUARD 0 2025 STOCK FILLER CAP (2)0 2025 G4355 SEAT 0 2025 G4355 PIN (2)0 2025 G5235 CONTROL MODULE 0 2025 G5634 TV40 KIT AND HARNESS 0 2025 STOCK FILTER ELEMENTS, OIL FILTER AND SEAL 0 2025 G5671 BUSHING (8)0 2025 G4354 SEAT 0 2025 G4354 TOGGLE / ROCKER 0 2025 G5460 CONTRL MODULE 0 2025 G3893 NUT, FITTING PLUG, VALVE 0 2025 G5366 CONTROL THROTTLE & REEL BELT 0 2025 STOCK FILTER ELEMENT 0 2025 STOCK FILTER ELEMENT (4)0 2025 G5103 HINGE (2)0 2025 G4691 SENSOR 0 2025 G5103 CAB WINDOW HINGE (2)0 2025 G5152 COVER, GASKET AND FILTER KIT 0 2025 G5152 HANDBRAKE LEVER, QUICK LOCK PIN ETC 0 2025 G5152 SEAL AND SPACER 0 2025 G5366 KILL SWITCH AND 66" BELT 0 2025 G5348 SCREW, WASHERS AND SEALING WASHER 0 2025 STOCK FILLER CAP (2) & FILTER ELEMENT 0 2025 G4118 PIN (2), RETAINER (2) AND QUICK LOCK PIN (2)0 2025 G5458 JOYSTICK 0 2025 G5348 AIR FILTERS, HYDRAULIC FILTERS ETC 0 2025 G4914 OIL LINES AND WHEELS 0 2025 STOCK FILTER ELEMENTS, OIL FILTERS, HYD FILTERS 0 2025 G4095 STRAPS, WASHERS, STEP, ETC 0 2025 STOCK BREATHER (2)0 2025 G5671 ELECTRIC MOTOR 0 2025 G4229 EVAPORATOR, VALVE, TANK AND O-RINGS 0 2025 G5561 HYDRAULIC OIL (2)0 2025 G5103 STEP, STRAPS, SCREWS, ETC 0 2025 STOCK FILTER ELEMENT 0 2025 G4914 STUDS AND FLANGE NUTS 0 2025 G4354 QUICK LOCK PINS, PIN FASTENERS AND RETAINERS 0 2025 STOCK WIPER BLADE, FILTER ELEMENT ETC 0 2025 G4095 HY-GARD TM (2)0 2025 G4416 TANK 0 2025 G5356 PINS, RETAINERS AND QUICK LOCK PINS 0 2025 G5460 IDLER SPRING (2)0 2025 G4095 GAS OPERATED CYLINDER 0 2025 G3893 FAN 0 2025 G4914 SWIVELS, BRACKETS,STUD, WASHER AND NUT 0 2025 G3491 GASKET, INSERT AND WATER PUMP 0 2025 CR INV # P0599311 - G3491 GASKET, INSERT AND WATER 0 2025 STOCK FILLER CAP (2)0 2025 G5235 BATTERY PLATE AND KNOB 0 2025 G4095 KNOB 0 2025 G5589 BELT TENSIONER AND PULLEY 0 2025 G5235 CARBURETOR AND CARB SPACER 0 2025 G4355 SOCKET HEAD SCREWS, SUPPORT, PIN ETC 0 2025 STOCK FILTER ELEMENT 0 2025 G4355 FUEL SENDER 0 2025 STOCK FILTER ELEMENT 0 2025 G4691 V-BELT 0 2025 G4355 GAS OPERATED CYLINDER 0 2025 G4691 BELT TENSIONER 0 2025 G4355 SENSOR (2)0 2025 G4355 INSTRUMENT CLUSTER 0 2025 STOCK FILTER ELEMENT 0 2025 STOCK FILLER CAP 0 2025 MNT G5479 4 GALLONS OF COOLANT 0 2025 G5168 OIL AND HYDRAULIC FILTER 0 2025 STOCK FILTER ELEMENTS 0 2025 STOCK FILLER CAPS AND FILTER ELEMENT 0 2025 G4691 FILTER ELEMENT, SENSOR AND SEDIMENT BOWL 0 2025 G4914 REMOVED AND REPLACED GEAR SELECTOR ETC 0 2025 G5670 CLEANDED PARK BRAKE ASSEMBLY ETC 0 2025 G4981 LED DOME LAMP (3)0 2025 STOCK 15W40 PREM BLUE (18)0 2025 G4323 RUBBER BUSHING (2)0 2025 STOCK GASKET (3)0 2025 STOCK GASKET (3)0 2025 HEATED LH, GLASS ONLY 0 2025 STOCK 15W40 PREM BLUE (18)0 2025 G3830 CRUISE CONTROL ROCKER SWITCH 0 2025 G3829 2 QT RESERVOIR 0 2025 G4457 CONDENSER 0 2025 G4979 MAIN MIRROR HEAD 0 2025 G3829 RESERVOIR BRACKET AND THREAD FASTENERS 0 2025 G5217 WINDOW REGULATOR CONTROL 0 2025 STOCK RECIRC AIR FILTER (4)0 2025 G4326 DRIVER DOOR CONTROL MODULE 0 2025 G4457 OVERDOOR LAMP / RFC 0 2025 FUEL TANK STRAP ASSY, TANK STRAP ANCHOR ETC / RFC 0 2025 G4652 ECU MODULE 0 2025 CR INV # 053P317278 - G4457 OVERDOOR LAMP / RFC 0 2025 G4457 OVERDOOR LAMP 0 2025 CR INV # 053P317282 - FUEL TANK STRAP ASSY, TANK S 0 2025 FUEL TANK ASSEMBLY, TANK STRAP ANCHOR ETC 0 2025 STOCK CCV FILTER (3)0 2025 STOCK COOLANT LEVEL SENSOR (2)0 2025 STOCK GASKET (6)0 2025 STOCK CCV FILTER (3)0 2025 STOCK CCV FILTER (2)0 2025 G4459 POWER STEERING RESERVOIR 0 2025 G4458 REBUILT STEERING GEAR 0 2025 STOCK 15W40 PREMIUM BLUE DIESEL ENGINE OIL (15)0 2025 CR INV # 053P326514 - G4458 REBUILT STEERING GEAR 0 2025 STOCK CCV FILTER (3)0 2025 G4327 HVAC CAB CONTROL 0 2025 G5213 SENSOR KIT 0 2025 G5494 SENSOR ASSEMBLY 0 2025 STOCK GASKET (2)0 2025 STOCK GASKET (4)0 2025 STOCK CCV FILTER (3)0 2025 G3356 CAB HVAC CONTROL 0 2025 G4321 CAB STEP GRATE 0 2025 G4321 REMOTE WASHER 0 2025 G4321 ENGINE MOUNT BUSHINGS 0 2025 G4321 LED FRONT RETRO ASSEMBLY 0 2025 STOCK RECIRC AIR FILTER (3)0 2025 G5214 WASHER NOZZLE (2)0 2025 G5552 HOOD MIRROR 0 2025 G5552 LOWER CONVEX GLASS MIRROR 0 2025 G5552 SINGLE PANE MIRROR ASSEMBLY 0 2025 G4325 LEGACY SEAT 0 2025 RIGHT SIDE SINGLE GLASS (2) RETURN FOR CREDIT 0 2025 STOCK VOLVO 5PK GLASS (2)0 2025 CR INV # 053P338042 - RIGHT SIDE SINGLE GLASS (2)0 2025 G5380 RIGHT SIDE SINGLE GLASS (2)0 2025 STOCK 15W40 (16)0 2025 G5125 EXPANSION VALVE, RECEIVER DRIER ETC 0 2025 G5125 EVAP COIL 0 2025 G4326 PTO HOT SHIFT SWITCH 0 2025 G4793 AIR DRYER RESERVOIR 0 2025 RETRN - NITROGEN OXIDE SENSOR 0 2025 CR INV # 053P342719 - RETRN - NITROGEN OXIDE SENSO 0 2025 STOCK HYDRAULIC CAB LATCH (2)0 2025 STOCK VOLVO 5PK GLASS 0 2025 G4327 PAD/PEDAL CLUTCH BRAKE 0 2025 STOCK VOLVO 5PK GLASS 0 2025 G4160 CONTROL ELECTRIC WINDOW 0 2025 G4326 RADIATOR 0 2025 G5214 PIN TO PIN OVERLAY ETC 0 2025 G4652 REMOVE AND REPLACE OLD VALVES W NEW ETC 0 2025 G4652 POSSIBLE IFM FAILURE / LABOR CHARGE 0 2025 G4611 REPLACED SENSOR FROM INTAKE TEMP CIRCUIT 0 2025 10.01.24-09.30.25: FLEET VEHICLE PARTS JULY 2025 0 2025 10.01.24-09.30.25: FLEET VEHICLE PARTS APRIL 2025 0 2025 10.01.24-09.30.25: FLEET VEHICLE PARTS DEC 2024 0 2025 10.01.24-09.30.25: FLEET VEHICLE PARTS FEB 2025 0 2025 10.01.24-09.30.25: FLEET VEHICLE PARTS JAN 2025 0 2025 10.01.24-09.30.25: FLEET VEHICLE PARTS JUNE 2025 0 2025 10.01.24-09.30.25: FLEET VEHICLE PARTS MARCH 2025 0 2025 10.01.24-09.30.25: FLEET VEHICLE PARTS MAY 2025 0 2025 10.01.24-09.30.25: FLEET VEHICLE PARTS NOV 2024 0 2025 10.01.24-09.30.25: FLEET VEHIICLE PARTS OCT 2024 0 2025 RDKFEL2 - BATTERY BOX COVER 0 2025 G3827 POWER STEERING GEAR BOX 0 2025 CC2083 - BRACKET, HARNESS, TEMP SENSOR ETC 0 2025 CC2083 - 2.8 WIRE SOCKET (2) AND PRESSURE SENS 0 2025 CC2083 - APEX SOCKET 2.8 WIRE (10)0 2025 RDKFEL3 - GREEN TINT GLASS WINDSHIELD 0 2025 CR INV # X101023640:01 - CC2083 - BRACKET, HARNESS 0 2025 CR INV # X101023640:01 - CC2083 - BRACKET, HARNESS 0 2025 STOCK RAT TAIL LIMIT SWITCH 0 2025 G3827 LEFT SIDE DOOR LATCH (2)0 2025 STOCK FILTER ELEMENTS (3) & COLOR CAMERA (2)0 2025 G4165 MERCURY SWITCH EZ PACK CFL (2)0 2025 STOCK SEAL GRESEN O-RING FOR FILTER 0 2025 STOCK 9" TOUCH SCREEN MONITOR (2)0 2025 RDKEFLI RETURN FILTER ELEMENT (3)0 2025 STOCK FILTER ELEMENT (3)0 2025 STOCK OIL TANK RETURN FILTER AND HYD RETURN ELE 0 2025 STOCK AIR VALVE ASSEMBLY 0 2025 G5217 SPRING FRONT LOCK (2)0 2025 STOCK CABLE 20 METER 4PIN D TARP 0 2025 STOCK AIR VALVE ASSEMBLY 0 2025 HYDRAULIC RETURN FILTER (9)0 2025 STOCK FILTER ELEMENT (3) & TAILGATE SEAL (3)0 2025 STOCK HYD RETURN ELEMENT (11)0 2025 STOCK NEW WAY 30MM PROXIMITY SWITCH (10)0 2025 G4099 D/S WIPER MOTOR 0 2025 G5032 CNG PROX SWITCH (4)0 2025 G5126 NEW MODULE 0 2025 STOCK HYD RETURN ELEMENT NS (8), RETURN ELEMENT NW 0 2025 STOCK VALVE SECT 0 2025 G4326 RIGHT AND LEFT LIGHT BAR ASSEMBLY 0 2025 STOCK CABLE 20 METER 4PIN (4)0 2025 G3968 SEAL KIT AND SHAFT OBRIAN 0 2025 G5552 ROLL OFF DIAPER 6 X 8 (3)0 2025 G4455 COMPUTER CONTROLLER 0 2025 CR INV # X101027892:01 - G4455 COMPUTER CONTROLLER 0 2025 G4610 MIRROR ARM ASSEMBLY 0 2025 G4610 PAINTED PASSENGER DOOR 0 2025 STOCK HYD RETURN ELEMENT (8)0 2025 G4321 FENDER DROP PLOY (2)0 2025 G4327 DUAL ROD END BLOCK 0 2025 G4323 PGV VALVE SOLENOID 0 2025 STOCK HVAC AIR FILTER (6)0 2025 G4467 COVER PLATE MAC BLANK W/PRESS 0 2025 STOCK COLOR CAMERA (2), CAMERA CABLES ETC 0 2025 STOCK PROX SWITCH (4)0 2025 G4324 CHANNEL 82" TAILGATE SEAL (2)0 2025 G5488 PLOY MOUNTING FENDER KIT 0 2025 G4455 COMPUTER CONTROLLER 0 2025 G4326 SPRING FRONT LOCK (10)0 2025 STOCK CABLE 15 METER 4 PIN AND 20 METER 4 PIN 0 2025 STOCK NEW WAY 30MM PROXIMITY SWITCH (10)0 2025 G4323 HYD VALVE HANDLE ASSY (2)0 2025 STOCK 7/8" X 80" ROLL-OFF CABLE OEM (3)0 2025 G4320 PROGRAMABLE ECM MODULE 0 2025 G3828 LM CURB SIDE STEP, SIDE STEP ETC 0 2025 G4468 HORN ROLLER KIT 0 2025 G4812 COIL 12 VOLT (2)0 2025 STOCK RETURN ELEMENT (10)0 2025 STOCK 30MM PROX SWITCH (10)0 2025 STOCK HYDRAULIC FILTER (4)0 2025 STOCK 9" TOUCH SCREEN MONITOR (2)0 2025 G5066 COMPLETE HVAC ASSEMBLY 0 2025 G4610 LH WINDSHIELD REGULATOR 0 2025 STOCK 30MM PROX SWITCH (7)0 2025 G3827 RH DOOR LATCH AND DOOR STRIKER PIN 0 2025 STOCK FUEL FILTER (6) FS PAC (3)0 2025 G4907 LOW COOLANT SENSOR 0 2025 STOCK NATURAL FILTER (12)0 2025 G2259 MOTOR STARTING 12V DEL 0 2025 STOCK FILTER PAC ETC 0 2025 STOCK REM KIT AND BATTERY 0 2025 G5630 KEY BLANK (2) AND CUT KEY (2)0 2025 REMAN BENDIX SHOE KIT (8) / RFC 0 2025 STOCK FILTER KIT (3)0 2025 G4491 SHOCK ABSORBER (2)0 2025 STOCK REM KIT (8)0 2025 STOCK REM KIT (2)0 2025 CR INV # X100638498:01 - REMAN BENDIX SHOE KIT (8)0 2025 G4491 SPRING (2)0 2025 CR INV # X100638567:01 - SHOCK ABSORBER / RFC 0 2025 STOCK SERVICE ELEMENT WITH SE (3)0 2025 G4524 EXH VALVE KIT, CONNECTION GASKET ETC 0 2025 G4902 MIRROR KIT 0 2025 CR INV # X100640281:01 - G4524 EXH VALVE KIT, CONN 0 2025 STOCK REM KITS (4) AND FUEL MODULE (RFC)0 2025 REM KIT (4)0 2025 CR INV # X100641886:01 - STOCK REM KITS AND FUEL M 0 2025 STOCK REM KIT (4) AND FUEL MODULE 0 2025 CR INV # X100641886:02 - REM KIT (4)0 2025 STOCK REM KIT (4)0 2025 STOCK HYDRAULIC (2) AND DEF FILTER (3)0 2025 G4490 SPEED SENSOR KIT 0 2025 G3204 LIGHT DOME DRAWBRIDGE 0 2025 STOCK LUBE FILTER (3), FUEL MODULE (5) ETC 0 2025 STOCK FUEL FILTER (2) AND BATTERY (6)0 2025 STOCK DEF FILTER (3)& FUEL FILTER (6)0 2025 STOCK OIL & AIR FILTER AND WINDSHIELD WIPER 0 2025 G2989 ENGINE ELEMENT AIR FILTER 0 2025 G4904 STEERING GEAR ASSEMBLY 0 2025 STOCK ENGINE ELEMENT AIR FILTER 0 2025 G4785 DOOR LATCH ASSEMBLY AND DRIVER DOOR CONTROL 0 2025 G4904 POWER STEERING FILTER 0 2025 STOCK FUEL (3) AND DEF FILTER (2)0 2025 STOCK BATTERY (4)0 2025 STOCK A/C FILTER RECIR (3) & DEF FILTER 0 2025 STOCK FLEETRITE DIESEL EXHAUST (2)0 2025 STOCK HVAC RECIRC FILTER AND FUEL FILTER 0 2025 STOCK FUEL FILTER HEAD, LUBE FILTER AND DIESEL EXH 0 2025 STOCK FUEL FILTER HEAD 0 2025 G4490 ADAPTER FITTING AND FUEL FILTER 0 2025 STOCK FLEETRITE DIESEL EXHAUST AND FUEL FILTER 0 2025 STOCK ENGINE AIR FILTER, OIL FILTER AND WW WIPER 0 2025 G5076 7 GAL HEAD UNIT SENSOR 0 2025 STOCK FUEL FILTER (3)0 2025 STOCK DEF FILTER REPLACES MER (2)0 2025 G4694 POWER STEERING PUMP 0 2025 STOCK FUEL MODULE AND FUEL FILTER HEAD 0 2025 SOFTWARE BUNDLE 0 2025 STOCK FUEL FILTER (3)0 2025 STOCK CNG FUEL FILTER (7)0 2025 STOCK FUEL FILTER, HYD FILTER & DEF FILTER 0 2025 STOCK DEF FILTER (2)0 2025 STOCK BOLSTER KIT (4) AND CAB MOUNT (6)0 2025 STOCK ENGINE MOUNT KIT / REAR HIGH TEMP 0 2025 STOCK BOLSTER SPRING KIT (4)0 2025 STOCK CAB MOUNT (7)0 2025 STOCK BOLSTER KIT (4)0 2025 G4611 LOWER CONTROL ARM PLACEMENT KIT (4)0 2025 STOCK CAB MOUNT (12)0 2025 STOCK AUX SPRING KIT (2) & BOLSTER SPRING KIT HEND 0 2025 G4610 LOWER CONTROL AMR REPLACEMENT KIT (2)0 2025 G4390 BUSHINGS, GASKETS ETC 0 2025 G4186 SEAT BELT 0 2025 G4716 BUSHINGS (2)0 2025 STOCK HOUSING 0 2025 STOCK HOUSING 0 2025 G4041 CLIP AND REMOTE 0 2025 G3775 HEADLAMP 0 2025 G3229 SOCKET 0 2025 STOCK HOUSING AND BOLT 0 2025 G5083 SWITCH 0 2025 G5124 ACCUMULATOR, V-BELT ETC 0 2025 G5124 COMPRESSOR 0 2025 G4559 BUSHINGS (2)0 2025 STOCK INSULATOR 0 2025 G4559 BOLTS, GASKETS ETC 0 2025 G4559 COVER (6)0 2025 G5124 CONTROL AND RADIATOR 0 2025 G4391 BUSHINGS , HUB ASSEMBLY ETC 0 2025 G4752 LAMP ASSEMBLY 0 2025 G4929 PINS, SCREWS, NUTS AND DEFLECTOR 0 2025 G4895 MIRROR 0 2025 G4559 GASKETS (2) AND RADIATOR 0 2025 G4257 RELAY 0 2025 STOCK MOULDINS AND GRILLE 0 2025 STOCK MOULDIN 0 2025 G4559 SEAL (6)0 2025 STOCK - O-RING AND WIRE ASSEMBLY 0 2025 G4711 BUSHINGS (2)0 2025 G4559 SWITCHES, GASKETS AND BOLTS 0 2025 G4838 V-BELT, SEALS AND RADIATOR 0 2025 STOCK HOUSING AND BRACKET 0 2025 G4635 RETAINER, CUPS, BEARING ETC 0 2025 G4838 MODULE 0 2025 G4838 SEAL (2)0 2025 G4635 RETAINER, BEARING, CUP ETC 0 2025 G5196 RELAY PIN (3)0 2025 G4635 SHIELD ETC 0 2025 G3229 FRONT BEARING 0 2025 G4397 SOLENOID 0 2025 G4397 SOLENOID 0 2025 G4196 MIRROR 0 2025 G4559 GUIDE 0 2025 G4559 DEFLECTOR 0 2025 G5078 SENSOR 0 2025 G5078 SCREW ASSEMBLY, DEFLECTOR ETC 0 2025 G5078 SHAFTS (2)0 2025 G4678 CANNISTER 0 2025 STOCK O-RING (2)0 2025 STOCK GASKET, HOUSING ETC 0 2025 G3639 TRANSMISSION 0 2025 G4546 BUSHINGS (2)0 2025 G4546 HEX NUTS AND SPINDLE ROD END 0 2025 G4247 BUSHINGS 0 2025 G4682 SEPERATOR 0 2025 G4682 SENSOR 0 2025 G3639 SEALS AND NUTS 0 2025 G4297 MIRROR 0 2025 G4393 BUSHINGS (2)0 2025 G3639 SEAL (2)0 2025 G3101 RELAY 0 2025 STOCK HOUSING. BRACKET, GRILLE ETC 0 2025 G4537 GASKET 0 2025 STOCK HOUSING AND GASKETS 0 2025 STOCK HOUSING AND HOSE ASSEMBLIES 0 2025 STOCK HOUSING AND INSULATOR 0 2025 STOCK HOUSING AND INSULATOR 0 2025 STOCK HOUSING 0 2025 G4291 ACTUATOR 0 2025 G4681 BEZEL 0 2025 G4709 WEATHERSTRIP 0 2025 G4079 GRILLE 0 2025 G4079 GRILLE 0 2025 G4261 MOULDIN 0 2025 G4744 HANDLE 0 2025 G4291 SHUTTER 0 2025 G5331 AIR CLEANSER ASSEMBLY 0 2025 G5331 BLADE ASSEMBLIES 0 2025 G5079 SCREW ASSEMBLY, PINS, DEFLECTOR ETC 0 2025 G5079 MOULDIN 0 2025 G5203 TUBE ASSEMBLIES 0 2025 G5079 VALVE ASSEMBLY 0 2025 G5079 ARM ASSEMBLY 0 2025 G4194 HOSE ASSEMBLY 0 2025 G5308 PINS, SCREWS ETC 0 2025 G5079 ARM ASSEMBLY 0 2025 G4102 V-BELTS & PULLEYS 0 2025 G4191 WHEEL ASSEMBLY 0 2025 G4924 TUBE ASSEMBLY 0 2025 G4926 MIRROR & TUBE ASSEMBLIES 0 2025 G4926 MOTOR ASSEMBLY (2)0 2025 STOCK TUBE ASSEMBLY 0 2025 G5255 LAMP ASSEMBLY 0 2025 G3824 BUSHINGS 0 2025 G4926 WASHER (4)0 2025 G4316 SCREW 0 2025 STOCK MOULDIN 0 2025 G4271 MOTOR ASSY AND REGULATOR 0 2025 G4087 SEAT BELT 0 2025 G2450 SENSOR 0 2025 G3824 GROMMET AND ELBOW 0 2025 G4721 MOTOR ASSEMBLY 0 2025 G4476 TUBE ASSEMBLY 0 2025 G4396 GASKET, SEAL ASSY ETC 0 2025 G5191 TUBE ASSEMBLIES 0 2025 G4560 THROTTLE AND GASKET 0 2025 G5191 PIN, SCREW ASSY AND DEFLECTOR 0 2025 G5191 PIN (4)0 2025 G4554 GUIDE 0 2025 G4554 BUSHINGS, GASKETS AND SEAL ASSEMBLIES 0 2025 STOCK GASKETS AND SOCKET 0 2025 G4396 BUSHINGS AND TUBE ASSY 0 2025 G3966 HOSES 0 2025 STOCK INSULATOR 0 2025 G3775 SEPERATOR 0 2025 G5416 GLASS ASSEMBLY 0 2025 G4921 LIFT ASSEMBLIES AND GLASS 0 2025 G4778 LAMP ASSEMBLY 0 2025 G5301 V-BELT 0 2025 G5602 LAMP ASSEMBLY 0 2025 G5501 COVER ASSY 0 2025 G4397 MOULDIN 0 2025 COVER (11)0 2025 G5664 FORD MOBILE CHARGER 0 2025 G5602 BULB 0 2025 G3765 LIFT ASSY 0 2025 G5664 WALL WIRE ASSEMBLY 0 2025 COVERS (4)0 2025 G4554 TUBE ASSEMBLY 0 2025 G4587 LIFT ASSEMBLY (2)0 2025 G4554 TUBE ASSEMBLY 0 2025 G3601 WHEEL ASSEMBLY 0 2025 G3601 BRAKE PAD KITS AND ROTORS 0 2025 G4180 BUMPER 0 2025 STOCK INSULATORS 0 2025 STOCK INSULATORS 0 2025 G3774 HOSE AND J KIT 0 2025 G5013 SEAL 0 2025 G4569 INJECTOR 0 2025 G4539 HOSE ASSEMBLY 0 2025 G4998 DEFLECTOR AND NUT 0 2025 G4700 ARM ASSEMBLY 0 2025 G5196 HEADRESS AND SEAT BELT 0 2025 G4614 ROTOR AND HUB ASSEMBLY 0 2025 G4695 SENDER 0 2025 G4318 SEALS 0 2025 G4697 BOLT AND CALIPER 0 2025 G4838 GASKET 0 2025 G4554 BOOT AND SEAL 0 2025 G4777 CAMERA 0 2025 G4695 WIRE ASSEMBLY 0 2025 G4595 SOCKET 0 2025 G4510 LIFT ASSEMBLY AND MANIFOLD 0 2025 G4318 WIRE ASSEMBLY 0 2025 G4318 MOULDIN (2)0 2025 STOCK NUT (6) & GRILLE 0 2025 STOCK HOSE (3)0 2025 G5255 STEP ASSEMBLY 0 2025 G4614 TIRE PRESSURE SENSOR KIT (2)0 2025 STOCK WHEEL ASSEMBLY (2)0 2025 G4695 WHEEL ASSEMBLY 0 2025 G4388 BUSHINGS 0 2025 STOCK TIRE PRESSOR SENSOR KIT (2)0 2025 STOCK HOUSING 0 2025 G4318 CONTROL 0 2025 G4632 FORD INLET DUCT 0 2025 G4632 HOSE ASSEMBLY 0 2025 G4564 BUSHING (2)0 2025 G4595 LAMP ASSEMBLY (2)0 2025 G3916 SWITCH 0 2025 G4595 MOUNT BRACKET ADJUSTER (2)0 2025 G4510 FUEL INJECTOR O-RING KIT 0 2025 G4388 RELAY 0 2025 G4542 BUSHING (2)0 2025 STOCK NUT AND WASHER HEX ASSEMBLY (6)0 2025 G4632 MODULE 0 2025 G4498 GASKETS, SEAL ASSEMBLIES & PUMP ASSEMBLIES 0 2025 G4498 SEAL ASSEMBLY AND KIT 0 2025 G4675 SHIELD 0 2025 G4770 SENSORS, GASKETS ETC 0 2025 G4195 CABLE ASSEMBLY & LEVER 0 2025 G4564 NUTS 0 2025 G4312 CAP ASSEMBLY AND COVER 0 2025 G5197 NUTS, SCREWS, PINS & DEFLECTOR 0 2025 G4770 GASKET AND SEAL 0 2025 G4498 SEAL 0 2025 G4448 SOLENOID 0 2025 G4297 RELAY 0 2025 G4476 SWITCHES, MODULE AND HOUSING 0 2025 G5201 SHOCK ASSEMBLY (2)0 2025 STOCK WHEEL CAP COVER (4)0 2025 G5093 GASKET (8)0 2025 G4509 COVER AND MIRROR 0 2025 G4470 STEP ASSEMBLY 0 2025 G4312 TUBE ASSEMBLIES & SHIELDS 0 2025 G4530 CONTROL MODULE 0 2025 G5302 V-BELT AND PULLEY 0 2025 G4407 BUSHINGS, VALVE ASSEMBLIES, GASKETS ETC 0 2025 G4479 GASKET, TANK AND TUBE ASSEMBLY 0 2025 G4425 GASKET, VALVE ASSEMBLY AND SENSOR 0 2025 G4425 GASKETS AND CONTROL 0 2025 G4530 LAMP ASSEMBLY 0 2025 STOCK HOUSING 0 2025 G4425 WIRE ASSEMBLY 0 2025 STOCK BRACKET 0 2025 G4603 GASKETS AND SEAL ASSEMBLY 0 2025 G4431 LIFT ASSEMBLY 0 2025 STOCK GASKET (4)0 2025 G4594 LAMP ASSEMBLY 0 2025 G4684 BUSHINGS 0 2025 G4716 CANNISTOR 0 2025 G4716 LAMP ASSEMBLY 0 2025 STOCK HOUSING AND INSULATOR 0 2025 G4479 PLATE 0 2025 G4407 BOLT 0 2025 G4335 SENSOR 0 2025 G4407 NUT (4)0 2025 G4437 STEP ASSEMBLY 0 2025 G4931 W-NUT (5)0 2025 G4860 STEP ASSEMBLY 0 2025 G4603 BUSHING (2)0 2025 G4994 TUBE AND ARM ASSEMBLY 0 2025 G5414 TIRE PRESSURE MONITOR KIT 0 2025 G4603 INSULATOR 0 2025 G4894 WHEEL ASSEMBLY 0 2025 G4743 HOSE ASSY, WASHERS AND CALIPER 0 2025 G4393 RELAY 0 2025 STOCK HOSE AND WINDSHIELD WASHER NOZZLE 0 2025 G4393 RELAY 0 2025 G4794 SPEAKER 0 2025 G4476 GASKETS, SENSORS AND SEPERATOR 0 2025 G4473 SWITCHES 0 2025 G4860 COMPRESSOR, VALVE ASSEMBLY AND ACCUMULATOR 0 2025 STOCK INSULATORS 0 2025 G4473 OIL COOLANT 0 2025 G4921 HOUSING AND SOLENOID 0 2025 G4038 HANDLE 0 2025 G4255 CHECK STRAP AND PIN 0 2025 STOCK GASKET 0 2025 STOCK BRACKET 0 2025 G4753 FORD TRUCK BAR 0 2025 STOCK GASKET (5)0 2025 G4379 RELAY 0 2025 G3857 WHEEL ASSEMBLY 0 2025 G5078 TUBE ASSEMBLY 0 2025 G4286 SEAT BELT 0 2025 G3857 BRAKE PAD AND ROTORS 0 2025 G4921 CLAMPS, RADIATOR, EVAPORATOR ETC 0 2025 G4937 ACCUMULATOR AND COMPRESSOR 0 2025 G4921 CABIN AIR INTAKE DUCT 0 2025 G4593 LOCK ASSEMBLY 0 2025 G4937 V-BELT 0 2025 G4085 WHEEL ASSEMBLY 0 2025 G4543 CANNISTOR 0 2025 G4599 OIL DRAIN PLUG 0 2025 G4599 PLUG 0 2025 STOCK BRACKET 0 2025 G4706 HOSE ASSEMBLY 0 2025 G4698 LINKS, BUSHINGS, ARM ASSEMBLIES ETC 0 2025 G4378 SOLENOID 0 2025 G4559 HEATER 0 2025 G4707 HOUSING, BOLTS, SEALS, GASKETS ETC 0 2025 G4707 BOLT 0 2025 G4707 LINKS, BUSHINGS, ARM ASSEMBLIES ETC 0 2025 STOCK SOCKET (3)0 2025 G4572 COVER ASSEMBLY AND FORD PAD SEAT CUSHION 0 2025 G5086 V-BELT 0 2025 G4058 RELAY 0 2025 G4293 GASKETS,SENSORS,WIRE ASSEMBLIES ETC 0 2025 G4928 BRAKE DISC CALIPERS (2)0 2025 STOCK FORD WASHER NOZZLE (4)0 2025 G4399 RELAY 0 2025 G4707 HOSE ASSEMBLY 0 2025 G4928 TUBE ASSEMBLIES (2)0 2025 G4573 SENSOR 0 2025 G4389 BOLTS, GASKETS, SEAL ASSEMBLIES ETC 0 2025 G4664 TUBE ASSEMBLY 0 2025 G3742 LIFT ASSEMBLY 0 2025 G4476 SEALING 0 2025 G4664 CLAMP, VALVE ASSEMBLY, RADIATOR & EVAPORATOR 0 2025 G4529 BUSHING, HOUSING AND INSULATOR 0 2025 G5186 LINK (2)0 2025 STOCK NUT AND BOLT 0 2025 G4540 HOSE 0 2025 G5124 SHOCK ASSEMBLY AND TUBE ASSEMBLIES 0 2025 G4754 BOOSTER 0 2025 G4429 LIFT ASSEMBLIES (2)0 2025 STOCK INSULATOR 0 2025 STOCK BRACKET 0 2025 G4927 CAMERA AND TUBE ASSEMBLIES 0 2025 STOCK INSULATOR 0 2025 G4081 HOSE ASSEMBLY 0 2025 STOCK INSULATOR AND BRACKET 0 2025 G3885 STEP BAR 0 2025 G4039 S-PAD 0 2025 G4697 BOLTS, GASKETS, SEAL ASSYS ETC 0 2025 G4967 HUB ASSEMBLY 0 2025 G4967 HUB ASSEMBLY 0 2025 G4697 NUTS AND TUBE ASSEMBLY 0 2025 G4935 TUBE ASSEMBLIES 0 2025 NUT (2)0 2025 STOCK GASKET (4)0 2025 G4379 GASKET 0 2025 STOCK J KIT 0 2025 G4969 COVER 0 2025 G5089 SEAT BELT 0 2025 G4697 BUSHINGS AND VALVE ASSEMBLY 0 2025 G4697 COVER 0 2025 G4741 LATCH ASSEMBLY 0 2025 G4697 GUIDE AND BOLT 0 2025 G4697 GUIDE AND BOLT 0 2025 G4581 SEAL (2)0 2025 G4389 SEAL AND THERMOSTAT 0 2025 G5234 CONDENSOR AND A KIT 0 2025 G4381 SEAL (2)0 2025 G4716 SEAL AND THERMOSTAT 0 2025 G4389 GASKET 0 2025 G4697 HUB ASSEMBLY 0 2025 G4649 H - NUT 0 2025 G4697 HUB ASSEMBLY 0 2025 G4697 AXLE 0 2025 G4838 SEPERATOR 0 2025 G4838 SENSOR 0 2025 G4578 SENDER 0 2025 G5017 SEAL, TUBE ASSEMBLY, GASKETS ETC 0 2025 G4529 BOLTS, GASKETS, SEAL ASSEMBLIES ETC 0 2025 G4529 SEAL 0 2025 G4597 INDICATOR 0 2025 G4390 S BAR 0 2025 STOCK BRACKET 0 2025 G4376 CAMERA 0 2025 G4065 RELAY 0 2025 G5080 HOSE ASSEMBLY 0 2025 G4425 HOSE ASSEMBLIES AND CALIPERS 0 2025 STOCK BRACKET AND INSULATOR 0 2025 G4560 BRACKET 0 2025 G4401 BUSHINGS 0 2025 G4998 V-BELT AND TUBE ASSEMBLIES (2)0 2025 G4936 SEALS, THERMOSTAT AND PUMP ASSY 0 2025 STOCK TIRE PRESSURE SENSOR KIT (3)0 2025 STOCK TRANSMISSION MOUNT 0 2025 STOCK AIR FILTER ELEMENT (2)0 2025 G4838 EXHAUST FILTER, SENSORS 0 2025 G4838 SENSOR 0 2025 G4397 FEMALE NUT & SPINDLE ROD 0 2025 G4615 COVER ASSEMBLY AND PAD 0 2025 G4742 COMPRESSOR 0 2025 G4838 SENSOR 0 2025 G4701 CANNISTOR 0 2025 G4701 BOLTS AND HUB ASSEMBLY 0 2025 G4580 LIFT ASSEMBLIES 0 2025 STOCK TIE ROD END AND NUT 0 2025 G4703 V-BELT AND COMPRESSOR 0 2025 G4731 GASKETS, TUBE ASSEMBLY AND RING 0 2025 G5593 STEP ASSEMBLY 0 2025 G4969 V-BELTS AND CHECK ASSEMBLY 0 2025 G4580 TIE ROD END 0 2025 G4580 FORD TIE ROD 0 2025 G4037 GASKET 0 2025 G4676 INSULATOR AND SHOCK ASSEMBLY 0 2025 G4580 NUT 0 2025 G4580 VALVE ASSEMBLY 0 2025 STOCK HOUSING, BRACKET ETC 0 2025 G4037 CAP AND TANK ASSEMBLY 0 2025 G4203 V-BELT 0 2025 STOCK HOSE ASSEMBLY 0 2025 G4731 GASKET (2)0 2025 G4754 BOLTS AND SHAFT ASSEMBLY 0 2025 STOCK NUT AND BOLTS 0 2025 G4564 HOSE KIT 0 2025 G4615 MOTOR ASSEBMLY, RADIATOR AND EVAPORATOR 0 2025 G4479 AC SYSTEM KIT (2)0 2025 G4721 AERIAL ANTENNA (2)0 2025 G4567 WHEEL ASSEMBLY 0 2025 G4382 SWITCH 0 2025 G4838 SEPERATOR 0 2025 G5305 PIN, SCREWS AND SHIELD 0 2025 G5305 DEFLECTOR 0 2025 STOCK GASKET (4)0 2025 G4615 CAM ADJUSTER 0 2025 G4479 AIR CONDITIONING EVAP 0 2025 G4564 HOUSING, ENGINE MOUNT AND INSULATOR 0 2025 STOCK WHEEL ASSEMBLY (3)0 2025 G4247 SEAL ASSY AND KIT 0 2025 G4318 SENSOR 0 2025 G3858 WHEEL ASSEMBLY 0 2025 G4318 SEPERATOR 0 2025 G3858 SENDER AND GASKET 0 2025 G4513 CLIP (12)0 2025 STOCK HOSE (5)0 2025 G4712 CAMERA 0 2025 G4712 MOTOR ASSEMBLY 0 2025 STOCK GRILLE 0 2025 STOCK GRILLE 0 2025 G4087 SEALS 0 2025 G5198 LIFT ASSEMBLIES 0 2025 STOCK BOLT 0 2025 G5285 ROTOR ASSY, BRAKE PAD ETC 0 2025 G4065 TUBE ASSEMBLY 0 2025 G4112 FUSE AND WHEEL ASSEMBLY 0 2025 G4112 SEAT BELTS 0 2025 G4838 SEAL, GASKETS, SENSOR ETC 0 2025 G4838 SEAL 0 2025 STOCK HOUSING 0 2025 G4937 BRAKE PAD KITS AND ROTOR ASSYS 0 2025 G4838 SENSOR AND WIRE ASSEMBLY 0 2025 G5234 INTERCOOLER PIPE 0 2025 STOCK HOUSING 0 2025 G4187 SEALS, GASKETS, PUMP ASSEMBLIES ETC 0 2025 G5194 TUBE ASSEMBLY (2)0 2025 G4396 INSULATOR AND SHOCK ASSEMBLY (2)0 2025 G4937 SHIELD 0 2025 G4730 LIFT ASSEMBLIES (2)0 2025 G4710 CANNISTOR 0 2025 G4531 BUSHINGS, SEALS, GASKETS AND THROTTLE 0 2025 G4187 HUB ASSEMBLY 0 2025 G4496 CONTROL 0 2025 G4676 PRETENSE 0 2025 G5081 TUBE ASSEMBLIES (2)0 2025 G5081 SHOCK ASSEMBLY (2)0 2025 G5129 SHIELD 0 2025 G4479 CONTROL 0 2025 G5082 WHEEL ASSEMBLY 0 2025 G4617 CONVERTER, NUTS, STUDS 0 2025 G5081 SHAFT (2)0 2025 STOCK GRILLE 0 2025 G4300 NOX MOD AND SENSORS 0 2025 G4617 CLAMPS AND BOLTS 0 2025 G4934 SHIELD 0 2025 G5129 CONTROL 0 2025 G5081 GASKET, SHAFT AND AXLE ASSEMBLY 0 2025 G5081 SHAFT 0 2025 G4838 O RING AND THERMOSTAT 0 2025 G4378 BUSHINGS, SEALS, GASKETS, RELAY AND MODULE 0 2025 G4838 SENSOR 0 2025 G4407 MOTOR ASSEMBLY 0 2025 G4671 CONTROL AND FAN 0 2025 G4554 INSULATOR AND SHOCK ASSEMBLY 0 2025 G4529 GLASS ASSEMBLY 0 2025 G3970 MOULDIN 0 2025 G4784 PANEL ASSEMBLY 0 2025 STOCK TUBE ASSEMBLY 0 2025 G4496 CAMERA 0 2025 G4513 BOLTS 0 2025 G4847 END ASSY, TUBE ASSY ETC 0 2025 G4369 HEATER 0 2025 G4187 GASKETS AND SEAL 0 2025 G4596 LAMP ASSEMBLY 0 2025 G4847 NUT 0 2025 G5062 SOLENOID AND VALVE 0 2025 G4548 V-BELTS, LINKS, BUSHINGS ETC 0 2025 G4286 SOCKET 0 2025 G4847 BRAKE PAD, SEAL, GASKET, BOLT ETC 0 2025 G5086 TRANS FLUID, SCREEN, GASKETS ETC 0 2025 STOCK INSULATOR 0 2025 G4799 SHIELD 0 2025 G5062 GASKET AND TANK ASSEMBLY 0 2025 G5086 TRANSMISSION FLUID (6)0 2025 G5086 OIL ASSEMBLY (5)0 2025 STOCK HOUSING 0 2025 G5331 BLADE ASSEMBLY (2)0 2025 G5203 TUBE ASSEMBLY (2), SHAFT 0 2025 G5140 HANDLE 0 2025 G5331 CANNISTOR 0 2025 G5000 FORD MOUNT KIT (2)0 2025 G5000 SHAFT 0 2025 G4066 SEAL ASSEMBLY, RETAINER AND GASKET 0 2025 G5000 MOTOR ASSEMBLY 0 2025 G5000 MOTOR 0 2025 G4853 SOLENOID 0 2025 G4838 MOULDIN 0 2025 G4853 FORD BEZEL 0 2025 G4843 GASKETS, SCREEN ETC 0 2025 G4713 HUB ASSEMBLY (2)0 2025 G4441 GLASS 0 2025 STOCK GRILLE 0 2025 G4843 TRANSMISSION FLUID (6)0 2025 G5500 HOUSING 0 2025 G4932 GASKET, SCREEN ETC 0 2025 G4934 WEATHER STRIP AND FAN 0 2025 G4932 TUBE ASSEMBLIES (2)0 2025 G4391 SELECTOR SHAFT ASSEMBLY 0 2025 G4932 BUMPER COVER 0 2025 STOCK BRACKET 0 2025 G4555 ARM/PUMP ASSEMBLIES, GASKETS 0 2025 G4555 COVER ASSEMBLY 0 2025 G4555 SEALS (10)0 2025 G3775 GASKET AND SEAL ASSEMBLY 0 2025 G4825 NUTS AND OUTER AND INNER TIE RODS 0 2025 G4553 LINKS, BUSHINGS AND NUTS 0 2025 STOCK WASHER NOZZLE (5)0 2025 G4839 PUMP ASSEMBLY 0 2025 G4696 WIRE ASSEMBLY 0 2025 G4553 TIE ROD LOCK NUT (2)0 2025 G5199 V-BELT 0 2025 G3775 GASKETS 0 2025 G4838 MOULDIN 0 2025 G5199 PINS AND SHIELD 0 2025 G4839 V-BELT AND SEALS 0 2025 G4838 PLATE 0 2025 G5196 SEAT BELT 0 2025 G4852 SOLENOID 0 2025 G4838 COVER ASSEMBLY 0 2025 G4838 SENSOR 0 2025 G3775 GASKET 0 2025 G5414 GLASS 0 2025 G5082 SWITCH 0 2025 G5414 SCREEN AND GASKET 0 2025 G4858 LIFT ASSEMBLIES 0 2025 G4893 WEATHERSHIELD DOOR SEALS 0 2025 G4476 ALTERNATOR 0 2025 G4857 GASKET AND SCREEN 0 2025 G5247 SHOCK ASSEMBLY (2)0 2025 G2450 SPARK PLUGS, SHOCK ASSEMBLIES AND DAMPER 0 2025 G2450 SENSOR (2)0 2025 G4995 SHIELD 0 2025 G4039 LAMP ASSEMBLY 0 2025 G4437 MIRROR 0 2025 G4893 FORD DOOR SEALS 0 2025 G4683 SEAL KIT 0 2025 G4683 PAD AND COVER ASSEMBLY 0 2025 G4476 SENSORS 0 2025 G4476 FLEX PROBE KIT 0 2025 G4315 GASKET AND SCREEN / SEE NOTE FOR CREDIT ISS 0 2025 G4683 RETAINERS, SCREWS ETC 0 2025 G4495 COVER 0 2025 G4714 BOLTS, GASKETS, SEAL ASSY'S ETC 0 2025 G4823 REGULATOR 0 2025 G4567 ROTOR ASSY, BRAKE KIT ETC 0 2025 G4632 SEALS AND HOSE ASSEMBLIES 0 2025 G2771 CONNECTOR 0 2025 G4059 CONTROL 0 2025 G4632 BRACKET 0 2025 G4596 LAMP SUPPORT (2)0 2025 G4714 HOUSING, GASKETS, BRACKETS ETC 0 2025 G4430 LIFT SUPPORTS 0 2025 STOCK INSULATOR ASSEMBLY 0 2025 G4600 GASKET AND SCREEN 0 2025 G4618 GASKET AND SCREEN 0 2025 G4335 RESERVOIR AND SEAL 0 2025 G4618 ROTOR ASSY, BRAKE KIT, HOSE ASSY ETC 0 2025 G4952 MIRROR AND EVAPORATOR 0 2025 G4618 WASHER (4)0 2025 G4618 BRACKET 0 2025 G4952 MOTOR BLEND DOOR ACTUATOR AND CAM 0 2025 STOCK BRACKET 0 2025 STOCK T - KIT (2)0 2025 G4078 SEAT BELT 0 2025 G3857 SENSOR, SOLENOIDS, SEALS AND GASKETS 0 2025 G4078 HOSES AND J-KITS 0 2025 G4696 BULB AND GRILLE 0 2025 G4696 BULB WIRE ASSY 0 2025 G5583 BUMPER BRACKET (3)0 2025 G4336 SENSOR 0 2025 STOCK HOUSING, BRACKET ETC 0 2025 STOCK HOSE (3)0 2025 G4528 SHOCK ASSEMBLIES, BUSHINGS, HOUSINGS ETC 0 2025 G4998 SWITCH AND FORD PEDAL 0 2025 STOCK FORD UPPER AND LOWER INSULATORS 0 2025 G4704 MOTOR 0 2025 G5095 FORD AC COMPRESSOR 0 2025 G4704 LINK, BUSHINGS, ARM ASSY ETC 0 2025 STOCK HOUSING, INSULATOR AND BRACKET 0 2025 STOCK FORD MOUNT 0 2025 G4704 BOLTS, GASKETS, SEALS, SEAL ASSY ETC 0 2025 G5191 GASKET AND SCREEN 0 2025 G5095 MOTOR ASSY, EVAP, CAM ETC 0 2025 G5095 BOLT 0 2025 G0595 SEAL KIT 0 2025 G4704 HOSE 0 2025 G4707 HOSE 0 2025 STOCK NUT AND BOLT (6)0 2025 G4696 LINK, SOCKETS, SHAFT ETC 0 2025 G4650 O RING, GASKET, SENSOR, TUBE ASSY ETC 0 2025 STOCK TPMS KIT (4)0 2025 G4551 V-BELT, SENSORS, BUCKLE, ARM ASSY ETC 0 2025 STOCK BOLT 0 2025 G4551 GASKETS, NUTS, EXHAUST AND CONVERTOR 0 2025 G4854 COVER, PANEL ASSY AND LIFT ASSY 0 2025 G4479 SENSORS 0 2025 CM INV # 185352-1 - G4559 COVER 0 2025 CM INV # 186531 - G4397 SOLENOID 0 2025 CR INV # 187039 - G3639 TRANSMISSION 0 2025 CR INV # 187719 - STOCK HOUSING AND INSULATOR 0 2025 CR INV # 187826 - G4681 BEZEL 0 2025 CR INV # 188196 - G5079 ARM ASSEMBLY 0 2025 CR INV # 188299 - G4102 V-BELTS & PULLEYS 0 2025 CR INV # 191486 - G4697 BOLT AND CALIPER 0 2025 CR INV # 191661 - G4695 WIRE ASSEMBLY 0 2025 CR INV # 193853 - G4743 HOSE ASSY, WASHERS AND CAL 0 2025 CR DINV # 193881 - G4393 RELAY 0 2025 CR INV # 195004 - G4599 PLUG 0 2025 CR INV # 195409 - G4928 BRAKE DISC CALIPERS (2)0 2025 CR INV # 196636 - G4697 NUTS AND TUBE ASSEMBLY 0 2025 CR INV # 196729 - G4969 COVER 0 2025 CR INV # 196864 - G4697 GUIDE AND BOLT 0 2025 CR INV # 198360 - G4425 HOSE ASSEMBLIES AND CALIPE 0 2025 CR INV # 198940 - G4838 EXHAUST FILTER, SENSORS 0 2025 CR INV # 199339 - STOCK TIE ROD END AND NUT 0 2025 CR INV # 199408 - G4969 V-BELTS AND CHECK ASSEMBLY 0 2025 CR INV # 199411 - G4580 TIE ROD END 0 2025 CR INV # 200041 - G4567 WHEEL ASSEMBLY 0 2025 CR INV # 200319 - G4318 SEPERATOR 0 2025 CR INV# 202385 - G4617 CONVERTER, NUTS, STUDS 0 2025 CR INV # 202465 - G5081 SHAFT (2)0 2025 CR INV # 203054 - G4378 BUSHINGS, SEALS, GASKETS,0 2025 CR INV # 203447 - G4496 CAMERA 0 2025 CR INV # 204140 - G5203 TUBE ASSEMBLY (2), SHAFT 0 2025 CR INV # 204448 - G5000 MOTOR 0 2025 CR INV # 204499 - G4838 MOULDIN 0 2025 CR INV # 204500 - G4853 FORD BEZEL 0 2025 CR INV # 206277 - G4476 ALTERNATOR 0 2025 CR INV # 206290 - G4857 GASKET AND SCREEN 0 2025 CR INV # 206670 G4315 GASKET AND SCREEN / SEE NOTE 0 2025 CR INV # 207208 - G4567 ROTOR ASSY, BRAKE KIT ETC 0 2025 CR INV # 208004 - G4618 ROTOR ASSY, BRAKE KIT, HOS 0 2025 G4934 LINK 0 2025 Journal Period Purchase Order Contract Department Voucher Gross Amount Tax Amount 5 902204 GS - FLEET -340.34 0 1 902204 GS - FLEET 179.8 0 2 902204 GS - FLEET 610.62 0 2 902204 GS - FLEET 1,307.92 0 3 902204 GS - FLEET 45.14 0 3 902204 GS - FLEET 967.87 0 3 902204 GS - FLEET 58.28 0 3 902204 GS - FLEET 158.8 0 3 902204 GS - FLEET 683.3 0 3 902204 GS - FLEET 370.06 0 3 902204 GS - FLEET 45.93 0 4 902204 GS - FLEET 919.48 0 4 902204 GS - FLEET 99.12 0 4 902204 GS - FLEET 211.38 0 4 902204 GS - FLEET 299.58 0 4 902204 GS - FLEET 114.1 0 4 902204 GS - FLEET 47.12 0 4 902204 GS - FLEET 204.96 0 5 902204 GS - FLEET 340.34 0 4 902204 GS - FLEET 61.66 0 5 902204 GS - FLEET 286.66 0 5 902204 GS - FLEET 1,099.62 0 5 902204 GS - FLEET 174.82 0 5 902204 GS - FLEET 21.1 0 5 902204 GS - FLEET 118.94 0 6 902204 GS - FLEET 18.24 0 6 902204 GS - FLEET 105.79 0 7 902204 GS - FLEET 60.34 0 7 902204 GS - FLEET 273.46 0 7 902204 GS - FLEET 553.44 0 8 902204 GS - FLEET 1,707.96 0 7 902204 GS - FLEET 710.7 0 7 902204 GS - FLEET 1,610.34 0 7 902204 GS - FLEET 66.48 0 7 902204 GS - FLEET 91.87 0 7 902204 GS - FLEET 619.02 0 7 902204 GS - FLEET 278.4 0 7 902204 GS - FLEET 335.01 0 7 902204 GS - FLEET 47.12 0 7 902204 GS - FLEET 192 0 7 902204 GS - FLEET 150.56 0 7 902204 GS - FLEET 115.48 0 7 902204 GS - FLEET 218.82 0 8 902204 GS - FLEET 278.92 0 8 902204 GS - FLEET 98.96 0 8 902204 GS - FLEET 35.93 0 8 902204 GS - FLEET 250.65 0 8 902204 GS - FLEET 418.52 0 8 902204 GS - FLEET 73.4 0 8 902204 GS - FLEET 486.15 0 9 902204 GS - FLEET -75 0 9 902204 GS - FLEET 47.52 0 9 902204 GS - FLEET 44.84 0 9 902204 GS - FLEET 12.07 0 9 902204 GS - FLEET 240.19 0 10 902204 GS - FLEET 400.1 0 10 902204 GS - FLEET 169.77 0 10 902204 GS - FLEET 25.87 0 10 902204 GS - FLEET 116.41 0 10 902204 GS - FLEET 49.48 0 10 902204 GS - FLEET 43.11 0 10 902204 GS - FLEET 97.51 0 10 902204 GS - FLEET 154.35 0 11 902204 GS - FLEET 253.5 0 11 902204 GS - FLEET 415.25 0 11 902204 GS - FLEET 58.11 0 11 902204 GS - FLEET 21.44 0 11 PUBLIC UTILITIES 69.32 0 11 902204 GS - FLEET 186.35 0 11 902204 GS - FLEET 96.41 0 11 902204 GS - FLEET 100.99 0 11 902204 GS - FLEET 189.58 0 4 GS - FLEET 874.24 0 4 GS - FLEET 155.94 0 1 902204 GS - FLEET 144.21 0 1 902204 GS - FLEET 336.6 0 1 902204 GS - FLEET 177.7 0 1 902204 GS - FLEET 21.48 0 1 902204 GS - FLEET 21.48 0 1 902204 GS - FLEET 92.11 0 2 902204 GS - FLEET 336.6 0 2 902204 GS - FLEET 113.08 0 2 902204 GS - FLEET 231.41 0 2 902204 GS - FLEET 166.66 0 2 902204 GS - FLEET 416.13 0 2 902204 GS - FLEET 246.62 0 3 902204 GS - FLEET 642.18 0 3 902204 GS - FLEET 46.68 0 3 902204 GS - FLEET 505.57 0 4 902204 GS - FLEET 183.72 0 4 902204 GS - FLEET 2,994.73 0 4 902204 GS - FLEET 1,790.05 0 5 902204 GS - FLEET -183.72 0 4 902204 GS - FLEET 173.32 0 5 902204 GS - FLEET -2,994.73 0 6 902204 GS - FLEET 2,825.22 0 5 902204 GS - FLEET 934.83 0 5 902204 GS - FLEET 330.1 0 5 902204 GS - FLEET 46.26 0 5 902204 GS - FLEET 311.61 0 5 902204 GS - FLEET 623.22 0 6 902204 GS - FLEET 346.39 0 7 902204 GS - FLEET 1,818.09 0 7 902204 GS - FLEET 280.5 0 7 902204 GS - FLEET -870 0 7 902204 GS - FLEET 934.83 0 7 902204 GS - FLEET 704.68 0 7 902204 GS - FLEET 128.15 0 8 902204 GS - FLEET 245.03 0 8 902204 GS - FLEET 12.78 0 8 902204 GS - FLEET 25.56 0 8 902204 GS - FLEET 1,064.97 0 8 902204 GS - FLEET 759.22 0 8 902204 GS - FLEET 363.84 0 9 902204 GS - FLEET 186.29 0 8 902204 GS - FLEET 454.44 0 8 902204 GS - FLEET 414.55 0 9 902204 GS - FLEET 39.21 0 9 902204 GS - FLEET 28.78 0 9 902204 GS - FLEET 139.91 0 9 902204 GS - FLEET 220.28 0 9 902204 GS - FLEET 609.08 0 9 902204 GS - FLEET 844.99 0 9 902204 GS - FLEET 370.88 0 9 902204 GS - FLEET 164.84 0 9 902204 GS - FLEET -370.88 0 9 902204 GS - FLEET 305.88 0 9 902204 GS - FLEET 299.2 0 10 902204 GS - FLEET 288.63 0 10 902204 GS - FLEET 766.73 0 10 902204 GS - FLEET 134.15 0 10 902204 GS - FLEET 231.05 0 10 902204 GS - FLEET 824.94 0 10 902204 GS - FLEET -824.94 0 10 902204 GS - FLEET 1,182.22 0 11 902204 GS - FLEET 82.42 0 11 902204 GS - FLEET 35.53 0 11 902204 GS - FLEET 82.42 0 11 902204 GS - FLEET 642.53 0 11 902204 GS - FLEET 603.96 0 5 GS - FLEET 319 0 9 GS - FLEET 352 0 6 GS - FLEET 338.25 0 11 GS - FLEET 1,323.69 0 11 902204 GS - FLEET 25,692.90 0 8 902204 GS - FLEET 15,393.36 0 4 902204 GS - FLEET 13,645.87 0 6 902204 GS - FLEET 9,963.43 0 5 902204 GS - FLEET 18,431.54 0 10 902204 GS - FLEET 22,502.52 0 7 902204 GS - FLEET 18,378.34 0 9 902204 GS - FLEET 19,213.61 0 3 902204 GS - FLEET 18,771.39 0 2 902204 GS - FLEET 23,085.06 0 1 902204 GS - FLEET 156.45 0 1 902204 GS - FLEET 2,500.00 0 1 902204 GS - FLEET 6,663.06 0 1 902204 GS - FLEET 350.4 0 1 902204 GS - FLEET 165 0 1 902204 GS - FLEET 321.45 0 2 902204 GS - FLEET -2,822.76 0 2 902204 GS - FLEET -482.14 0 2 902204 GS - FLEET 123.6 0 2 902204 GS - FLEET 114.3 0 2 902204 GS - FLEET 516.5 0 2 902204 GS - FLEET 116.38 0 3 902204 GS - FLEET 79.91 0 3 902204 GS - FLEET 1,750.00 0 3 902204 GS - FLEET 876 0 3 902204 GS - FLEET 226.5 0 4 902204 GS - FLEET 703.43 0 4 902204 GS - FLEET 1,120.00 0 4 902204 GS - FLEET 86.6 0 5 902204 GS - FLEET 724 0 5 902204 GS - FLEET 1,120.00 0 5 902204 GS - FLEET 510.3 0 6 902204 GS - FLEET 675 0 6 902204 GS - FLEET 623.7 0 6 902204 GS - FLEET 969.5 0 6 902204 GS - FLEET 312.45 0 7 902204 GS - FLEET 477.07 0 7 902204 GS - FLEET 1,687.31 0 7 902204 GS - FLEET 744.1 0 7 902204 GS - FLEET 385 0 7 902204 GS - FLEET 530 0 7 902204 GS - FLEET 137.2 0 8 902204 GS - FLEET 1,310.73 0 8 902204 GS - FLEET 228 0 8 902204 GS - FLEET 1,060.00 0 9 902204 GS - FLEET -1,060.00 0 8 902204 GS - FLEET 149.18 0 9 902204 GS - FLEET 5,553.06 0 8 902204 GS - FLEET 453.6 0 8 902204 GS - FLEET 290 0 8 902204 GS - FLEET 950 0 9 902204 GS - FLEET 995.46 0 8 902204 GS - FLEET 153 0 11 902204 GS - FLEET 138.98 0 9 902204 GS - FLEET 330 0 9 902204 GS - FLEET 687.8 0 9 902204 GS - FLEET 57.7 0 9 902204 GS - FLEET 605.05 0 9 902204 GS - FLEET 1,060.00 0 9 902204 GS - FLEET 325 0 9 902204 GS - FLEET 154.1 0 9 902204 GS - FLEET 969.5 0 10 902204 GS - FLEET 285.7 0 9 902204 GS - FLEET 1,230.00 0 9 902204 GS - FLEET 1,864.00 0 9 902204 GS - FLEET 2,217.19 0 10 902204 GS - FLEET 92.2 0 10 902204 GS - FLEET 250.8 0 10 902204 GS - FLEET 567 0 10 902204 GS - FLEET 969.5 0 10 902204 GS - FLEET 835.48 0 10 902204 GS - FLEET 1,750.00 0 10 902204 GS - FLEET 2,505.21 0 11 902204 GS - FLEET 348 0 11 902204 GS - FLEET 678.65 0 11 902204 GS - FLEET 71.55 0 1 902204 GS - FLEET 571.74 0 2 902204 GS - FLEET 20.2 0 2 902204 GS - FLEET 865.68 0 2 902204 GS - FLEET 500.35 0 3 902204 GS - FLEET 295.36 0 4 902204 GS - FLEET 3,285.80 0 4 902204 GS - FLEET 264.5 0 4 902204 GS - FLEET 1,008.48 0 4 902204 GS - FLEET 331.74 0 4 902204 GS - FLEET 319.64 0 4 902204 GS - FLEET 651.38 0 4 902204 GS - FLEET 334.46 0 5 902204 GS - FLEET -1,008.48 0 4 902204 GS - FLEET 132.06 0 5 902204 GS - FLEET -319.64 0 4 902204 GS - FLEET 378.15 0 5 902204 GS - FLEET 1,080.65 0 5 902204 GS - FLEET 72.44 0 7 902204 GS - FLEET -62.5 0 6 902204 GS - FLEET 821.44 0 6 902204 GS - FLEET 668.92 0 6 902204 GS - FLEET -821.44 0 6 902204 GS - FLEET 645.44 0 6 902204 GS - FLEET -668.92 0 6 902204 GS - FLEET 492.92 0 6 902204 GS - FLEET 583.1 0 6 902204 GS - FLEET 267.62 0 7 902204 GS - FLEET 65.38 0 7 902204 GS - FLEET 995.82 0 7 902204 GS - FLEET 2,334.20 0 7 902204 GS - FLEET 835.62 0 7 902204 GS - FLEET 52.6 0 9 902204 GS - FLEET 98.53 0 7 902204 GS - FLEET 1,685.37 0 7 902204 GS - FLEET 98.53 0 7 902204 GS - FLEET 591.1 0 7 902204 GS - FLEET 45.55 0 7 902204 GS - FLEET 719.79 0 8 902204 GS - FLEET 1,396.44 0 8 902204 GS - FLEET 196.41 0 8 902204 GS - FLEET 283.62 0 8 902204 GS - FLEET 57.73 0 8 902204 GS - FLEET 497.95 0 8 902204 GS - FLEET 119.77 0 9 902204 GS - FLEET 350 0 8 902204 GS - FLEET 174.68 0 9 902204 GS - FLEET 151.13 0 9 902204 GS - FLEET 566.41 0 9 902204 GS - FLEET 378.15 0 9 902204 GS - FLEET 341.64 0 10 902204 GS - FLEET 390.59 0 10 902204 GS - FLEET 620.84 0 10 GENERAL SUPPORT SERVICES 1,484.70 0 10 902204 GS - FLEET 228.57 0 10 902204 GS - FLEET 533.33 0 10 902204 GS - FLEET 933.65 0 11 902204 GS - FLEET 360.74 0 4 902204 GS - FLEET 1,890.44 0 4 902204 GS - FLEET 119.97 0 5 902204 GS - FLEET 1,626.92 0 7 902204 GS - FLEET 330.47 0 7 902204 GS - FLEET 1,535.76 0 7 902204 GS - FLEET 11,348.00 0 8 902204 GS - FLEET 566.52 0 8 902204 GS - FLEET 1,764.32 0 8 902204 GS - FLEET 5,674.00 0 1 902204 GS - FLEET 173.46 0 1 902204 GS - FLEET 38.93 0 1 902204 GS - FLEET 19.86 0 1 902204 GS - FLEET 91.74 0 1 902204 GS - FLEET 91.74 0 1 902204 GS - FLEET 127.15 0 1 902204 GS - FLEET 284.66 0 1 902204 GS - FLEET 7.7 0 1 902204 GS - FLEET 108.79 0 1 902204 GS - FLEET 63 0 1 902204 GS - FLEET 84.18 0 1 902204 GS - FLEET 371 0 1 902204 GS - FLEET 19.86 0 1 902204 GS - FLEET 97.79 0 1 902204 GS - FLEET 209.64 0 1 902204 GS - FLEET 27.48 0 1 902204 GS - FLEET 223.4 0 1 902204 GS - FLEET 229.86 0 1 902204 GS - FLEET 264.99 0 1 902204 GS - FLEET 178.67 0 1 902204 GS - FLEET 312.13 0 1 902204 GS - FLEET 273.73 0 1 902204 GS - FLEET 24.42 0 1 902204 GS - FLEET 392.46 0 3 902204 GS - FLEET 168.38 0 1 902204 GS - FLEET 50.88 0 1 902204 GS - FLEET 52.22 0 1 902204 GS - FLEET 19.86 0 1 902204 GS - FLEET 92.09 0 1 902204 GS - FLEET 713.27 0 1 902204 GS - FLEET 183.7 0 2 902204 GS - FLEET 368.22 0 1 902204 GS - FLEET 212.4 0 2 902204 GS - FLEET 12.5 0 2 902204 GS - FLEET 65.17 0 2 902204 GS - FLEET 14.04 0 2 902204 GS - FLEET 34.63 0 2 902204 GS - FLEET 12.23 0 2 902204 GS - FLEET 57.6 0 2 902204 GS - FLEET 71.6 0 2 902204 GS - FLEET 295.36 0 2 902204 GS - FLEET 24.75 0 2 902204 GS - FLEET 17.14 0 2 902204 GS - FLEET 48.6 0 2 902204 GS - FLEET 188.17 0 2 902204 GS - FLEET 195 0 2 902204 GS - FLEET 124 0 2 902204 GS - FLEET 5.44 0 2 902204 GS - FLEET 224.96 0 2 902204 GS - FLEET 5,948.92 0 2 902204 GS - FLEET 19.86 0 2 902204 GS - FLEET 129.66 0 2 902204 GS - FLEET 19.86 0 2 902204 GS - FLEET 177.1 0 2 902204 GS - FLEET 421.3 0 2 902204 GS - FLEET 19.85 0 2 902204 GS - FLEET 229.86 0 2 902204 GS - FLEET 19.86 0 2 902204 GS - FLEET 12.22 0 2 902204 GS - FLEET 22.9 0 2 902204 GS - FLEET 765.91 0 2 902204 GS - FLEET 20.68 0 2 902204 GS - FLEET 192.39 0 2 902204 GS - FLEET 192.94 0 2 902204 GS - FLEET 344.6 0 2 902204 GS - FLEET 189.53 0 2 902204 GS - FLEET 91.74 0 2 902204 GS - FLEET 103.95 0 2 902204 GS - FLEET 1,341.25 0 2 902204 GS - FLEET 242.5 0 2 902204 GS - FLEET 125.55 0 3 902204 GS - FLEET 145.75 0 2 902204 GS - FLEET 59.74 0 2 902204 GS - FLEET 75.99 0 2 902204 GS - FLEET 491.16 0 2 902204 GS - FLEET 177.1 0 2 902204 GS - FLEET 33.78 0 2 902204 GS - FLEET 407.21 0 2 902204 GS - FLEET 194.45 0 2 902204 GS - FLEET 371.8 0 2 902204 GS - FLEET 9.68 0 2 902204 GS - FLEET 335 0 2 902204 GS - FLEET 13.64 0 2 902204 GS - FLEET 174.75 0 2 902204 GS - FLEET 47 0 2 902204 GS - FLEET 134.7 0 2 902204 GS - FLEET 177.65 0 2 902204 GS - FLEET 1,139.60 0 2 902204 GS - FLEET 406.32 0 3 902204 GS - FLEET 194.26 0 3 902204 GS - FLEET 202.4 0 3 902204 GS - FLEET 195.9 0 3 902204 GS - FLEET 137.94 0 3 902204 GS - FLEET 4.24 0 3 902204 GS - FLEET 1.79 0 3 902204 GS - FLEET 96.38 0 3 902204 GS - FLEET 150.59 0 3 902204 GS - FLEET 49.07 0 3 902204 GS - FLEET 55.88 0 3 902204 GS - FLEET 18.51 0 3 902204 GS - FLEET 19.1 0 3 902204 GS - FLEET 60.1 0 3 902204 GS - FLEET 132.92 0 3 902204 GS - FLEET 371.8 0 3 902204 GS - FLEET 220.32 0 3 902204 GS - FLEET 199.29 0 3 902204 GS - FLEET 7.16 0 3 902204 GS - FLEET 13.75 0 3 902204 GS - FLEET 89.36 0 3 902204 GS - FLEET 108.35 0 3 902204 GS - FLEET 75.16 0 3 902204 GS - FLEET 81.2 0 3 902204 GS - FLEET 97.79 0 3 902204 GS - FLEET 96.8 0 3 902204 GS - FLEET 77.36 0 3 902204 GS - FLEET 313.74 0 3 902204 GS - FLEET 101.89 0 3 902204 GS - FLEET 50.9 0 3 902204 GS - FLEET 397.52 0 3 902204 GS - FLEET 100.58 0 3 902204 GS - FLEET 59.82 0 3 902204 GS - FLEET 979.11 0 3 902204 GS - FLEET 283.8 0 3 902204 GS - FLEET 4.15 0 3 902204 GS - FLEET 59.69 0 3 902204 GS - FLEET 143 0 3 902204 GS - FLEET 356.04 0 3 902204 GS - FLEET 50.82 0 3 902204 GS - FLEET 52.98 0 3 902204 GS - FLEET 62.7 0 3 902204 GS - FLEET 155.1 0 3 902204 GS - FLEET 249.96 0 3 902204 GS - FLEET 103.62 0 3 902204 GS - FLEET 293.1 0 3 902204 GS - FLEET 293.1 0 3 902204 GS - FLEET 24.86 0 3 902204 GS - FLEET 23.1 0 4 902204 GS - FLEET 138.6 0 4 902204 GS - FLEET 66 0 4 902204 GS - FLEET 148.08 0 4 902204 GS - FLEET 32.78 0 4 902204 GS - FLEET 162.47 0 4 902204 GS - FLEET 950 0 4 902204 GS - FLEET 326 0 4 902204 GS - FLEET 11.89 0 4 902204 GS - FLEET 324.52 0 4 902204 GS - FLEET 7.65 0 4 902204 GS - FLEET 123.52 0 4 902204 GS - FLEET 276.88 0 4 902204 GS - FLEET 66.88 0 4 902204 GS - FLEET 374 0 4 902204 GS - FLEET 689.88 0 4 902204 GS - FLEET 124.3 0 4 902204 GS - FLEET 292.09 0 4 902204 GS - FLEET 225.58 0 4 902204 GS - FLEET 74.25 0 4 902204 GS - FLEET 519.75 0 4 902204 GS - FLEET 101.18 0 4 902204 GS - FLEET 833.3 0 4 902204 GS - FLEET 194.79 0 4 902204 GS - FLEET 19.86 0 4 902204 GS - FLEET 91.98 0 4 902204 GS - FLEET 91.74 0 4 902204 GS - FLEET 361 0 4 902204 GS - FLEET 118.8 0 4 902204 GS - FLEET 105.49 0 4 902204 GS - FLEET 21.72 0 4 902204 GS - FLEET 338 0 4 902204 GS - FLEET 42.1 0 4 902204 GS - FLEET 94.6 0 4 902204 GS - FLEET 22.33 0 4 902204 GS - FLEET 22.66 0 4 902204 GS - FLEET 19.86 0 4 902204 GS - FLEET 25.62 0 4 902204 GS - FLEET 223.3 0 4 902204 GS - FLEET 162.01 0 4 902204 GS - FLEET 64.13 0 4 902204 GS - FLEET 91.48 0 4 902204 GS - FLEET 127.03 0 4 902204 GS - FLEET 51.01 0 4 902204 GS - FLEET 7.58 0 4 902204 GS - FLEET 129.03 0 4 902204 GS - FLEET 182.78 0 4 902204 GS - FLEET 23.91 0 4 902204 GS - FLEET 17.05 0 4 902204 GS - FLEET 25.08 0 4 902204 GS - FLEET 25.08 0 4 902204 GS - FLEET 567.38 0 4 902204 GS - FLEET 186.6 0 4 902204 GS - FLEET 253.84 0 4 902204 GS - FLEET 40.96 0 4 902204 GS - FLEET 419.87 0 4 902204 GS - FLEET 462 0 4 902204 GS - FLEET 116.03 0 4 902204 GS - FLEET 306.9 0 4 902204 GS - FLEET 277.9 0 4 902204 GS - FLEET 190.01 0 4 902204 GS - FLEET 602.8 0 4 902204 GS - FLEET 107.32 0 4 902204 GS - FLEET 148.84 0 4 902204 GS - FLEET 1,100.00 0 4 902204 GS - FLEET 91.74 0 4 902204 GS - FLEET 26.95 0 4 902204 GS - FLEET 91.96 0 4 902204 GS - FLEET 48.82 0 4 902204 GS - FLEET 52.97 0 4 902204 GS - FLEET 80.52 0 4 902204 GS - FLEET 160.28 0 4 902204 GS - FLEET 19.86 0 4 902204 GS - FLEET 130.2 0 4 902204 GS - FLEET 553.84 0 4 902204 GS - FLEET 189.53 0 4 902204 GS - FLEET 34.96 0 4 902204 GS - FLEET 9.81 0 4 902204 GS - FLEET 31.68 0 4 902204 GS - FLEET 7.16 0 4 902204 GS - FLEET 519.75 0 4 902204 GS - FLEET 33 0 4 902204 GS - FLEET 490.88 0 4 902204 GS - FLEET 21.58 0 4 902204 GS - FLEET 420.92 0 4 902204 GS - FLEET 50.59 0 4 902204 GS - FLEET 60.5 0 5 902204 GS - FLEET 260.28 0 4 902204 GS - FLEET 431.73 0 5 902204 GS - FLEET 25.08 0 5 902204 GS - FLEET 157.08 0 5 902204 GS - FLEET 22.66 0 5 902204 GS - FLEET 29.5 0 5 902204 GS - FLEET 335.32 0 5 902204 GS - FLEET 141.7 0 5 902204 GS - FLEET 804.76 0 5 902204 GS - FLEET 293.1 0 5 902204 GS - FLEET 114.4 0 5 902204 GS - FLEET 325.6 0 5 902204 GS - FLEET 119.04 0 5 902204 GS - FLEET 27.13 0 5 902204 GS - FLEET 20.13 0 5 902204 GS - FLEET 91.96 0 5 902204 GS - FLEET 105.55 0 5 902204 GS - FLEET 100.65 0 5 902204 GS - FLEET 22.66 0 5 902204 GS - FLEET 225.5 0 5 902204 GS - FLEET 365.2 0 5 902204 GS - FLEET 49.07 0 5 902204 GS - FLEET 231.39 0 5 902204 GS - FLEET 759.9 0 5 902204 GS - FLEET 274.7 0 5 902204 GS - FLEET 233.2 0 5 902204 GS - FLEET 62.35 0 5 902204 GS - FLEET 7.45 0 5 902204 GS - FLEET 217.36 0 5 902204 GS - FLEET 124 0 5 902204 GS - FLEET 9.12 0 6 902204 GS - FLEET 9.12 0 5 902204 GS - FLEET 91.96 0 5 902204 GS - FLEET 51.7 0 5 902204 GS - FLEET 606.24 0 5 902204 GS - FLEET 59.51 0 5 902204 GS - FLEET 287.1 0 5 902204 GS - FLEET 488.78 0 5 902204 GS - FLEET 5.25 0 5 902204 GS - FLEET 514.5 0 5 902204 GS - FLEET 23.1 0 5 902204 GS - FLEET 255.9 0 5 902204 GS - FLEET 50.9 0 5 902204 GS - FLEET 25.08 0 5 902204 GS - FLEET 260.95 0 5 902204 GS - FLEET 296.24 0 5 902204 GS - FLEET 40.92 0 5 902204 GS - FLEET 22.66 0 6 902204 GS - FLEET 51.7 0 6 902204 GS - FLEET 365.2 0 6 902204 GS - FLEET 24.26 0 6 902204 GS - FLEET 175.09 0 6 902204 GS - FLEET 70 0 6 902204 GS - FLEET 48.04 0 6 902204 GS - FLEET 2.75 0 6 902204 GS - FLEET 850.43 0 6 902204 GS - FLEET 209.39 0 6 902204 GS - FLEET 111.8 0 6 902204 GS - FLEET 34.16 0 6 902204 GS - FLEET 18.59 0 6 902204 GS - FLEET 539.92 0 6 902204 GS - FLEET 262.3 0 6 902204 GS - FLEET 52.98 0 6 902204 GS - FLEET 97.79 0 6 902204 GS - FLEET 91.96 0 6 902204 GS - FLEET 401.92 0 6 902204 GS - FLEET 97.79 0 6 902204 GS - FLEET 13.3 0 6 902204 GS - FLEET 189.75 0 6 902204 GS - FLEET 423.5 0 6 902204 GS - FLEET 112.46 0 6 902204 GS - FLEET 152.67 0 6 902204 GS - FLEET 194.37 0 6 902204 GS - FLEET 186 0 6 902204 GS - FLEET 653.96 0 6 902204 GS - FLEET 365.2 0 6 902204 GS - FLEET 3.58 0 6 902204 GS - FLEET 80.52 0 6 902204 GS - FLEET 20.68 0 6 902204 GS - FLEET 20.46 0 6 902204 GS - FLEET 91.08 0 6 902204 GS - FLEET 59.41 0 6 902204 GS - FLEET 27.26 0 6 902204 GS - FLEET 93.61 0 6 902204 GS - FLEET 138.15 0 6 902204 GS - FLEET 25.63 0 6 902204 GS - FLEET 18.43 0 6 902204 GS - FLEET 14.68 0 6 902204 GS - FLEET 15.14 0 6 902204 GS - FLEET 172.02 0 6 902204 GS - FLEET 4.7 0 6 902204 GS - FLEET 15.11 0 6 902204 GS - FLEET 20.13 0 7 902204 GS - FLEET 186 0 7 902204 GS - FLEET 4.05 0 7 902204 GS - FLEET 186 0 7 902204 GS - FLEET 809.71 0 7 902204 GS - FLEET 99 0 7 902204 GS - FLEET 81.1 0 7 902204 GS - FLEET 50.6 0 7 902204 GS - FLEET 661.88 0 7 902204 GS - FLEET 178.71 0 7 902204 GS - FLEET 23.43 0 7 902204 GS - FLEET 13.64 0 7 902204 GS - FLEET 112.2 0 7 902204 GS - FLEET 91.96 0 7 902204 GS - FLEET 333.33 0 7 902204 GS - FLEET 25.08 0 7 902204 GS - FLEET 36.3 0 7 902204 GS - FLEET 452.9 0 7 902204 GS - FLEET 189.75 0 7 902204 GS - FLEET 97.46 0 7 902204 GS - FLEET 19.86 0 7 902204 GS - FLEET 392.37 0 7 902204 GS - FLEET 170.64 0 7 902204 GS - FLEET 137.97 0 7 902204 GS - FLEET 106.59 0 7 902204 GS - FLEET 30.24 0 7 902204 GS - FLEET 6,059.52 0 7 902204 GS - FLEET 201.3 0 7 902204 GS - FLEET 55.86 0 7 902204 GS - FLEET 255.9 0 7 902204 GS - FLEET 392.92 0 7 902204 GS - FLEET 165.44 0 7 902204 GS - FLEET 116.56 0 7 902204 GS - FLEET 189.48 0 7 902204 GS - FLEET 52.97 0 7 902204 GS - FLEET 85.62 0 7 902204 GS - FLEET 395.31 0 7 902204 GS - FLEET 440.66 0 7 902204 GS - FLEET 490.88 0 7 902204 GS - FLEET 77.82 0 7 902204 GS - FLEET 83.28 0 7 902204 GS - FLEET 88.48 0 7 902204 GS - FLEET 27.83 0 7 902204 GS - FLEET 191.48 0 7 902204 GS - FLEET 2.34 0 7 902204 GS - FLEET 25.85 0 7 902204 GS - FLEET 266.97 0 7 902204 GS - FLEET 66.55 0 7 902204 GS - FLEET 25.38 0 7 902204 GS - FLEET 51.7 0 7 902204 GS - FLEET 7.78 0 7 902204 GS - FLEET 172.54 0 7 902204 GS - FLEET 25.62 0 7 902204 GS - FLEET 146.3 0 7 902204 GS - FLEET 637.61 0 7 902204 GS - FLEET 15.08 0 7 902204 GS - FLEET 56.99 0 7 902204 GS - FLEET 234.34 0 7 902204 GS - FLEET 51.23 0 7 902204 GS - FLEET 97.02 0 7 902204 GS - FLEET 118.99 0 7 902204 GS - FLEET 141.48 0 7 902204 GS - FLEET 80.52 0 7 902204 GS - FLEET 6.88 0 7 902204 GS - FLEET 251.9 0 7 902204 GS - FLEET 266.53 0 7 902204 GS - FLEET 539.55 0 7 902204 GS - FLEET 66.66 0 7 902204 GS - FLEET 80.44 0 7 902204 GS - FLEET 228.8 0 8 902204 GS - FLEET 96.8 0 7 902204 GS - FLEET 361.27 0 7 902204 GS - FLEET 37.32 0 7 902204 GS - FLEET 105.75 0 7 902204 GS - FLEET 284.26 0 8 902204 GS - FLEET 63.7 0 7 902204 GS - FLEET 199.96 0 8 902204 GS - FLEET 199.96 0 8 902204 GS - FLEET 2.38 0 8 902204 GS - FLEET 89.32 0 8 902204 GS - FLEET 17.05 0 8 902204 GS - FLEET 556.9 0 8 902204 GS - FLEET 130.9 0 8 902204 GS - FLEET 246.73 0 8 902204 GS - FLEET 175.42 0 8 902204 GS - FLEET 509.83 0 8 902204 GS - FLEET 5.6 0 8 902204 GS - FLEET 91.74 0 8 902204 GS - FLEET 451.45 0 8 902204 GS - FLEET 123.68 0 8 902204 GS - FLEET 154 0 8 902204 GS - FLEET 91.74 0 8 902204 GS - FLEET 828.67 0 8 902204 GS - FLEET 365.2 0 8 902204 GS - FLEET 195.52 0 8 902204 GS - FLEET 76.13 0 8 902204 GS - FLEET 55.44 0 8 902204 GS - FLEET 139.13 0 8 902204 GS - FLEET 325.69 0 8 902204 GS - FLEET 250.25 0 8 902204 GS - FLEET 55.44 0 8 902204 GS - FLEET 153.35 0 8 902204 GS - FLEET 365.2 0 8 902204 GS - FLEET 172.96 0 8 902204 GS - FLEET 83.75 0 8 902204 GS - FLEET 16.39 0 8 902204 GS - FLEET 290.54 0 8 902204 GS - FLEET 3,834.24 0 8 902204 GS - FLEET 180.48 0 8 902204 GS - FLEET 201.7 0 9 902204 GS - FLEET 1,269.55 0 8 902204 GS - FLEET 43.95 0 8 902204 GS - FLEET 85.8 0 9 902204 GS - FLEET 166.1 0 9 902204 GS - FLEET 576.27 0 9 902204 GS - FLEET 115.5 0 9 902204 GS - FLEET 37.22 0 9 902204 GS - FLEET 636.74 0 9 902204 GS - FLEET 23.2 0 9 902204 GS - FLEET 233.12 0 9 902204 GS - FLEET 154.95 0 9 902204 GS - FLEET 195.52 0 9 902204 GS - FLEET 84.52 0 9 902204 GS - FLEET 95.89 0 9 902204 GS - FLEET 510.8 0 9 902204 GS - FLEET 202.4 0 10 902204 GS - FLEET 282.3 0 9 902204 GS - FLEET 17.07 0 9 902204 GS - FLEET 364.13 0 9 902204 GS - FLEET 287.1 0 9 902204 GS - FLEET 55.98 0 9 902204 GS - FLEET 342.14 0 9 902204 GS - FLEET 2.34 0 9 902204 GS - FLEET 99.69 0 9 902204 GS - FLEET 1,000.77 0 9 902204 GS - FLEET 7.7 0 9 902204 GS - FLEET 146.57 0 9 902204 GS - FLEET 273.94 0 9 902204 GS - FLEET 108.72 0 9 902204 GS - FLEET 132.7 0 9 902204 GS - FLEET 860.45 0 9 902204 GS - FLEET 38.28 0 9 902204 GS - FLEET 31.9 0 9 902204 GS - FLEET 91.74 0 9 902204 GS - FLEET 31.74 0 9 902204 GS - FLEET 509.55 0 10 902204 GS - FLEET 10.66 0 10 902204 GS - FLEET 200.22 0 10 902204 GS - FLEET 69 0 10 902204 GS - FLEET 127.05 0 10 902204 GS - FLEET 95.29 0 10 902204 GS - FLEET 47.28 0 10 902204 GS - FLEET 102.55 0 10 902204 GS - FLEET 43.24 0 10 902204 GS - FLEET 54.69 0 10 902204 GS - FLEET 1,400.00 0 10 902204 GS - FLEET 293.42 0 10 902204 GS - FLEET 356.68 0 10 902204 GS - FLEET 283.15 0 10 902204 GS - FLEET 201.7 0 10 902204 GS - FLEET 38.28 0 10 902204 GS - FLEET 54.92 0 10 902204 GS - FLEET 137.91 0 10 902204 GS - FLEET 484.24 0 10 902204 GS - FLEET 365.2 0 10 902204 GS - FLEET 169.4 0 10 902204 GS - FLEET 15.44 0 10 902204 GS - FLEET 89.87 0 10 902204 GS - FLEET 730.47 0 10 902204 GS - FLEET 129.68 0 10 902204 GS - FLEET 84.88 0 10 902204 GS - FLEET 40.04 0 10 902204 GS - FLEET 118.44 0 10 902204 GS - FLEET 118.19 0 10 902204 GS - FLEET 74.95 0 10 902204 GS - FLEET 145.7 0 10 902204 GS - FLEET 47.04 0 10 902204 GS - FLEET 4.68 0 10 902204 GS - FLEET 27.73 0 9 902204 GS - FLEET 28.29 0 9 902204 GS - FLEET 170.5 0 9 902204 GS - FLEET 98.69 0 9 902204 GS - FLEET 50.28 0 9 902204 GS - FLEET 39.17 0 10 902204 GS - FLEET 60.58 0 9 902204 GS - FLEET 43.24 0 9 902204 GS - FLEET 123.75 0 9 902204 GS - FLEET 460.81 0 10 902204 GS - FLEET 24.31 0 10 902204 GS - FLEET 89.94 0 10 902204 GS - FLEET 46.79 0 9 902204 GS - FLEET 113.36 0 9 902204 GS - FLEET 61.17 0 10 902204 GS - FLEET 402.01 0 10 902204 GS - FLEET 327.86 0 10 902204 GS - FLEET 88.1 0 10 902204 GS - FLEET 194.8 0 10 902204 GS - FLEET 201.39 0 10 902204 GS - FLEET 82.72 0 10 902204 GS - FLEET 80.72 0 10 902204 GS - FLEET 125.3 0 10 902204 GS - FLEET 287.33 0 10 902204 GS - FLEET 168.3 0 10 902204 GS - FLEET 83.37 0 10 902204 GS - FLEET 392.29 0 10 902204 GS - FLEET 177.27 0 10 902204 GS - FLEET 365 0 10 902204 GS - FLEET 56.1 0 10 902204 GS - FLEET 402.66 0 10 902204 GS - FLEET 8.67 0 10 902204 GS - FLEET 194.86 0 10 902204 GS - FLEET 61.18 0 10 902204 GS - FLEET 822.23 0 11 902204 GS - FLEET 250.54 0 10 902204 GS - FLEET 44.32 0 11 902204 GS - FLEET 63.84 0 11 902204 GS - FLEET 9.35 0 11 902204 GS - FLEET 8.34 0 11 902204 GS - FLEET 1,402.60 0 11 902204 GS - FLEET 61.17 0 11 902204 GS - FLEET 108.72 0 11 902204 GS - FLEET 80.06 0 11 902204 GS - FLEET 63.14 0 11 902204 GS - FLEET 333.58 0 11 902204 GS - FLEET 829.14 0 11 902204 GS - FLEET 1,338.18 0 11 902204 GS - FLEET 3.96 0 11 902204 GS - FLEET 98.12 0 11 902204 GS - FLEET 27.4 0 11 902204 GS - FLEET 89.87 0 11 902204 GS - FLEET 86.46 0 11 902204 GS - FLEET 34.56 0 11 902204 GS - FLEET 365.73 0 11 902204 GS - FLEET 49.73 0 11 902204 GS - FLEET 182.09 0 11 902204 GS - FLEET 54.51 0 11 902204 GS - FLEET 16.5 0 11 902204 GS - FLEET 64.81 0 11 902204 GS - FLEET 194.26 0 11 902204 GS - FLEET 89.67 0 11 902204 GS - FLEET 532.03 0 11 902204 GS - FLEET 77.52 0 11 902204 GS - FLEET 342.18 0 11 902204 GS - FLEET 110.64 0 11 902204 GS - FLEET 450.26 0 11 902204 GS - FLEET 1,068.01 0 11 902204 GS - FLEET 194.26 0 11 902204 GS - FLEET 108.72 0 11 902204 GS - FLEET 195.21 0 11 902204 GS - FLEET 103.08 0 11 902204 GS - FLEET 563.87 0 11 902204 GS - FLEET 2.2 0 11 902204 GS - FLEET 10.34 0 11 902204 GS - FLEET 44.4 0 11 902204 GS - FLEET 95.88 0 11 902204 GS - FLEET 30.54 0 11 902204 GS - FLEET 1,334.52 0 11 902204 GS - FLEET 160.04 0 11 902204 GS - FLEET 172.92 0 11 902204 GS - FLEET 778.01 0 11 902204 GS - FLEET 20.35 0 11 902204 GS - FLEET 2,537.40 0 11 902204 GS - FLEET 368.29 0 11 902204 GS - FLEET 97.8 0 1 902204 GS - FLEET -27.48 0 2 902204 GS - FLEET -57.6 0 2 902204 GS - FLEET -1,250.00 0 2 902204 GS - FLEET -344.6 0 3 902204 GS - FLEET -1,000.00 0 2 902204 GS - FLEET -335 0 3 902204 GS - FLEET -91.1 0 4 902204 GS - FLEET -50 0 4 902204 GS - FLEET -66.88 0 5 902204 GS - FLEET -100 0 5 902204 GS - FLEET -25.08 0 6 902204 GS - FLEET -9.12 0 6 902204 GS - FLEET -100 0 6 902204 GS - FLEET -3.58 0 6 902204 GS - FLEET -91.08 0 6 902204 GS - FLEET -25.63 0 7 902204 GS - FLEET -100 0 7 902204 GS - FLEET -500 0 7 902204 GS - FLEET -85.62 0 7 902204 GS - FLEET -24.53 0 7 902204 GS - FLEET -83.28 0 8 902204 GS - FLEET -234.34 0 8 902204 GS - FLEET -96.8 0 9 902204 GS - FLEET -500 0 9 902204 GS - FLEET -94.94 0 10 902204 GS - FLEET -200 0 10 902204 GS - FLEET -282.3 0 10 902204 GS - FLEET -94.94 0 10 902204 GS - FLEET -102.55 0 10 902204 GS - FLEET -54.69 0 10 902204 GS - FLEET -1,000.00 0 10 902204 GS - FLEET -75 0 11 902204 GS - FLEET -32.88 0 11 902204 GS - FLEET -23.22 0 11 902204 GS - FLEET -100 0 11 902204 GS - FLEET -100 0 8 902204 GS - FLEET 47.98 0 Discount Amount Net Amount Invoice Date Due Date Discount Date Received Date -340.34 2/4/2025 2/28/2025 2/10/2025 179.8 10/21/2024 11/20/2024 10/24/2024 610.62 10/25/2024 11/24/2024 11/1/2024 1,307.92 11/14/2024 12/14/2024 11/18/2024 45.14 11/26/2024 12/26/2024 12/2/2024 967.87 12/16/2024 1/15/2025 12/24/2024 58.28 12/16/2024 1/15/2025 12/24/2024 158.8 12/23/2024 1/22/2025 12/24/2024 683.3 12/17/2024 1/16/2025 12/24/2024 370.06 12/16/2024 1/15/2025 12/24/2024 45.93 12/23/2024 1/22/2025 12/24/2024 919.48 1/7/2025 2/6/2025 1/10/2025 99.12 1/7/2025 2/6/2025 1/10/2025 211.38 1/8/2025 2/7/2025 1/15/2025 299.58 1/10/2025 2/9/2025 1/15/2025 114.1 1/22/2025 2/21/2025 1/27/2025 47.12 1/10/2025 2/9/2025 1/15/2025 204.96 1/22/2025 2/21/2025 1/27/2025 340.34 1/29/2025 2/28/2025 2/6/2025 61.66 1/28/2025 2/27/2025 1/31/2025 286.66 2/4/2025 3/6/2025 2/6/2025 1,099.62 2/18/2025 3/20/2025 2/24/2025 174.82 2/18/2025 3/20/2025 2/24/2025 21.1 2/25/2025 3/27/2025 2/27/2025 118.94 2/25/2025 3/27/2025 2/27/2025 18.24 3/10/2025 4/9/2025 3/13/2025 105.79 3/14/2025 4/14/2025 3/25/2025 60.34 3/27/2025 4/26/2025 4/1/2025 273.46 3/27/2025 4/26/2025 4/1/2025 553.44 4/3/2025 5/3/2025 4/8/2025 1,707.96 4/28/2025 5/28/2025 5/2/2025 710.7 4/9/2025 5/9/2025 4/17/2025 1,610.34 4/24/2025 5/24/2025 4/28/2025 66.48 4/15/2025 5/15/2025 4/17/2025 91.87 4/15/2025 5/15/2025 4/17/2025 619.02 4/22/2025 5/22/2025 4/24/2025 278.4 4/15/2025 5/15/2025 4/17/2025 335.01 4/21/2025 5/21/2025 4/24/2025 47.12 4/15/2025 5/15/2025 4/17/2025 192 4/22/2025 5/22/2025 4/24/2025 150.56 4/22/2025 5/22/2025 4/24/2025 115.48 4/21/2025 5/21/2025 4/24/2025 218.82 4/21/2025 5/21/2025 4/24/2025 278.92 4/28/2025 5/28/2025 5/2/2025 98.96 4/28/2025 5/28/2025 5/2/2025 35.93 5/19/2025 6/18/2025 5/27/2025 250.65 5/5/2025 6/4/2025 5/15/2025 418.52 5/5/2025 6/4/2025 5/15/2025 73.4 5/13/2025 6/12/2025 5/15/2025 486.15 5/7/2025 6/6/2025 5/15/2025 -75 5/13/2025 5/14/2025 6/12/2025 47.52 6/2/2025 7/2/2025 6/11/2025 44.84 6/23/2025 7/23/2025 6/27/2025 12.07 6/13/2025 7/13/2025 6/25/2025 240.19 6/17/2025 7/17/2025 6/25/2025 400.1 7/14/2025 8/13/2025 7/21/2025 169.77 7/14/2025 8/13/2025 7/17/2025 25.87 7/14/2025 8/13/2025 7/17/2025 116.41 7/14/2025 8/13/2025 7/17/2025 49.48 7/14/2025 8/13/2025 7/17/2025 43.11 7/15/2025 8/14/2025 7/21/2025 97.51 7/18/2025 8/17/2025 7/25/2025 154.35 7/18/2025 8/17/2025 7/21/2025 253.5 7/28/2025 8/27/2025 8/1/2025 415.25 7/30/2025 8/29/2025 8/7/2025 58.11 7/29/2025 8/28/2025 8/1/2025 21.44 7/30/2025 8/29/2025 8/7/2025 69.32 8/31/2025 8/31/2025 8/11/2025 186.35 8/11/2025 9/10/2025 8/20/2025 96.41 8/11/2025 9/10/2025 8/20/2025 100.99 8/12/2025 9/11/2025 8/20/2025 189.58 8/19/2025 9/18/2025 8/21/2025 874.24 1/24/2025 2/23/2025 1/30/2025 155.94 1/23/2025 2/22/2025 1/30/2025 144.21 10/8/2024 11/7/2024 10/22/2024 336.6 10/1/2024 10/31/2024 10/22/2024 177.7 10/4/2024 11/3/2024 10/22/2024 21.48 10/16/2024 11/15/2024 10/22/2024 21.48 10/18/2024 11/17/2024 10/24/2024 92.11 10/22/2024 11/21/2024 10/24/2024 336.6 10/28/2024 11/27/2024 11/1/2024 113.08 11/14/2024 12/14/2024 11/18/2024 231.41 11/14/2024 12/14/2024 11/18/2024 166.66 11/14/2024 12/14/2024 11/18/2024 416.13 11/15/2024 12/15/2024 11/22/2024 246.62 11/15/2024 12/15/2024 11/22/2024 642.18 11/26/2024 12/26/2024 12/2/2024 46.68 11/27/2024 12/27/2024 12/5/2024 505.57 12/16/2024 1/15/2025 12/24/2024 183.72 1/15/2025 2/14/2025 1/31/2025 2,994.73 1/16/2025 2/15/2025 1/31/2025 1,790.05 1/30/2025 3/1/2025 1/31/2025 -183.72 1/29/2025 2/14/2025 2/3/2025 173.32 1/29/2025 2/28/2025 1/31/2025 -2,994.73 1/29/2025 2/15/2025 1/29/2025 2,825.22 1/29/2025 2/28/2025 3/4/2025 934.83 1/31/2025 3/2/2025 2/5/2025 330.1 2/3/2025 3/5/2025 2/5/2025 46.26 2/20/2025 3/22/2025 2/24/2025 311.61 2/25/2025 3/27/2025 2/27/2025 623.22 2/27/2025 3/29/2025 2/28/2025 346.39 3/24/2025 4/23/2025 3/27/2025 1,818.09 3/24/2025 4/23/2025 4/1/2025 280.5 3/25/2025 4/24/2025 4/1/2025 -870 3/26/2025 3/27/2025 4/21/2025 934.83 4/1/2025 5/1/2025 4/4/2025 704.68 4/3/2025 5/3/2025 4/8/2025 128.15 4/11/2025 5/11/2025 4/17/2025 245.03 5/2/2025 6/1/2025 5/16/2025 12.78 5/7/2025 6/6/2025 5/16/2025 25.56 5/8/2025 6/7/2025 5/16/2025 1,064.97 5/14/2025 6/13/2025 5/16/2025 759.22 5/15/2025 6/14/2025 5/21/2025 363.84 5/20/2025 6/19/2025 5/27/2025 186.29 5/29/2025 6/28/2025 6/11/2025 454.44 5/22/2025 6/21/2025 5/27/2025 414.55 5/21/2025 6/20/2025 5/27/2025 39.21 5/23/2025 6/22/2025 6/3/2025 28.78 5/28/2025 6/27/2025 6/3/2025 139.91 6/3/2025 7/3/2025 6/11/2025 220.28 6/5/2025 7/5/2025 6/11/2025 609.08 6/13/2025 7/13/2025 6/27/2025 844.99 6/11/2025 7/11/2025 6/17/2025 370.88 6/12/2025 7/12/2025 6/17/2025 164.84 6/12/2025 7/12/2025 6/17/2025 -370.88 6/12/2025 7/12/2025 6/20/2025 305.88 6/12/2025 7/12/2025 6/17/2025 299.2 6/19/2025 7/19/2025 6/27/2025 288.63 6/30/2025 7/30/2025 7/8/2025 766.73 7/11/2025 8/10/2025 7/17/2025 134.15 7/22/2025 8/21/2025 7/28/2025 231.05 7/15/2025 8/14/2025 7/21/2025 824.94 7/16/2025 8/15/2025 7/21/2025 -824.94 7/16/2025 8/15/2025 7/23/2025 1,182.22 7/21/2025 8/20/2025 7/25/2025 82.42 7/25/2025 8/24/2025 8/4/2025 35.53 8/4/2025 9/3/2025 8/11/2025 82.42 8/5/2025 9/4/2025 8/11/2025 642.53 8/15/2025 9/14/2025 8/21/2025 603.96 8/19/2025 9/18/2025 8/21/2025 319 11/29/2024 12/29/2024 2/28/2025 352 4/15/2025 5/15/2025 6/3/2025 338.25 2/20/2025 3/22/2025 3/25/2025 1,323.69 8/15/2025 9/14/2025 8/21/2025 25,692.90 7/31/2025 8/30/2025 8/18/2025 15,393.36 4/30/2025 5/30/2025 5/15/2025 13,645.87 12/31/2024 1/30/2025 1/8/2025 9,963.43 2/28/2025 3/30/2025 3/18/2025 18,431.54 1/31/2025 3/2/2025 2/26/2025 22,502.52 6/30/2025 7/30/2025 7/22/2025 18,378.34 3/31/2025 4/30/2025 4/16/2025 19,213.61 5/30/2025 6/29/2025 6/18/2025 18,771.39 11/29/2024 12/29/2024 12/19/2024 23,085.06 10/31/2024 11/30/2024 11/15/2024 156.45 10/15/2024 11/14/2024 10/23/2024 2,500.00 10/7/2024 11/6/2024 10/23/2024 6,663.06 10/15/2024 11/14/2024 10/23/2024 350.4 10/17/2024 11/16/2024 10/23/2024 165 10/21/2024 11/20/2024 10/24/2024 321.45 10/16/2024 11/15/2024 10/23/2024 -2,822.76 10/17/2024 10/18/2024 11/25/2024 -482.14 10/17/2024 10/18/2024 10/17/2024 123.6 10/24/2024 11/23/2024 11/1/2024 114.3 10/29/2024 11/28/2024 11/1/2024 516.5 11/5/2024 12/5/2024 11/12/2024 116.38 11/15/2024 12/15/2024 11/25/2024 79.91 11/26/2024 12/26/2024 12/3/2024 1,750.00 11/26/2024 12/26/2024 12/3/2024 876 12/4/2024 1/3/2025 12/10/2024 226.5 12/23/2024 1/22/2025 12/30/2024 703.43 1/8/2025 2/7/2025 1/10/2025 1,120.00 1/9/2025 2/8/2025 1/10/2025 86.6 1/14/2025 2/13/2025 1/15/2025 724 2/5/2025 3/7/2025 2/6/2025 1,120.00 2/6/2025 3/8/2025 2/11/2025 510.3 2/19/2025 3/21/2025 2/24/2025 675 2/26/2025 3/28/2025 3/3/2025 623.7 3/11/2025 4/10/2025 3/13/2025 969.5 3/17/2025 4/16/2025 3/25/2025 312.45 3/17/2025 4/16/2025 3/25/2025 477.07 3/26/2025 4/25/2025 4/1/2025 1,687.31 3/27/2025 4/26/2025 4/1/2025 744.1 3/26/2025 4/25/2025 4/1/2025 385 3/31/2025 4/30/2025 4/2/2025 530 4/8/2025 5/8/2025 4/10/2025 137.2 4/8/2025 5/8/2025 4/10/2025 1,310.73 5/1/2025 5/31/2025 5/7/2025 228 4/28/2025 5/28/2025 5/2/2025 1,060.00 5/19/2025 6/18/2025 5/28/2025 -1,060.00 5/27/2025 7/3/2025 5/27/2025 149.18 5/21/2025 6/20/2025 5/28/2025 5,553.06 6/9/2025 7/9/2025 6/12/2025 453.6 5/16/2025 6/15/2025 5/21/2025 290 5/22/2025 6/21/2025 5/28/2025 950 5/20/2025 6/19/2025 5/28/2025 995.46 5/23/2025 6/22/2025 6/9/2025 153 5/21/2025 6/20/2025 5/28/2025 138.98 7/31/2025 8/30/2025 8/7/2025 330 5/27/2025 6/26/2025 6/9/2025 687.8 5/27/2025 6/26/2025 6/9/2025 57.7 6/2/2025 7/2/2025 6/11/2025 605.05 6/5/2025 7/5/2025 6/11/2025 1,060.00 6/3/2025 7/3/2025 6/11/2025 325 6/5/2025 7/5/2025 6/11/2025 154.1 6/5/2025 7/5/2025 6/11/2025 969.5 6/6/2025 7/6/2025 6/11/2025 285.7 6/23/2025 7/23/2025 7/8/2025 1,230.00 6/11/2025 7/11/2025 6/17/2025 1,864.00 6/19/2025 7/19/2025 6/27/2025 2,217.19 6/20/2025 7/20/2025 6/27/2025 92.2 6/25/2025 7/25/2025 7/8/2025 250.8 7/3/2025 8/2/2025 7/10/2025 567 7/7/2025 8/6/2025 7/15/2025 969.5 6/27/2025 7/27/2025 7/8/2025 835.48 7/8/2025 8/7/2025 7/15/2025 1,750.00 7/16/2025 8/15/2025 7/25/2025 2,505.21 7/23/2025 8/22/2025 7/28/2025 348 7/31/2025 8/30/2025 8/7/2025 678.65 8/12/2025 9/11/2025 8/21/2025 71.55 8/13/2025 9/12/2025 8/21/2025 571.74 10/7/2024 11/6/2024 10/24/2024 20.2 10/30/2024 11/29/2024 11/4/2024 865.68 10/31/2024 11/30/2024 11/4/2024 500.35 11/8/2024 12/8/2024 11/13/2024 295.36 11/20/2024 12/20/2024 12/4/2024 3,285.80 1/13/2025 2/12/2025 1/15/2025 264.5 1/23/2025 2/22/2025 1/31/2025 1,008.48 1/22/2025 2/21/2025 1/31/2025 331.74 1/22/2025 2/21/2025 1/31/2025 319.64 1/27/2025 2/26/2025 1/31/2025 651.38 1/23/2025 2/22/2025 1/31/2025 334.46 1/23/2025 2/22/2025 1/31/2025 -1,008.48 1/27/2025 2/21/2025 1/29/2025 132.06 1/29/2025 2/28/2025 1/31/2025 -319.64 1/30/2025 2/26/2025 2/26/2025 378.15 1/30/2025 3/1/2025 1/31/2025 1,080.65 2/5/2025 3/7/2025 2/11/2025 72.44 2/13/2025 3/15/2025 2/18/2025 -62.5 2/13/2025 2/14/2025 4/21/2025 821.44 2/21/2025 3/23/2025 3/3/2025 668.92 2/26/2025 3/28/2025 3/3/2025 -821.44 2/24/2025 3/23/2025 3/5/2025 645.44 2/24/2025 3/26/2025 3/3/2025 -668.92 2/26/2025 3/28/2025 3/5/2025 492.92 2/26/2025 3/28/2025 3/3/2025 583.1 3/4/2025 4/3/2025 3/13/2025 267.62 3/7/2025 4/6/2025 3/13/2025 65.38 3/18/2025 4/17/2025 4/2/2025 995.82 3/24/2025 4/23/2025 4/2/2025 2,334.20 3/31/2025 4/30/2025 4/4/2025 835.62 4/2/2025 5/2/2025 4/8/2025 52.6 4/3/2025 5/3/2025 4/10/2025 98.53 4/3/2025 5/3/2025 6/20/2025 1,685.37 4/4/2025 5/4/2025 4/8/2025 98.53 4/16/2025 5/16/2025 4/17/2025 591.1 4/7/2025 5/7/2025 4/10/2025 45.55 4/7/2025 5/7/2025 4/10/2025 719.79 4/16/2025 5/16/2025 4/17/2025 1,396.44 5/2/2025 6/1/2025 5/21/2025 196.41 5/7/2025 6/6/2025 5/21/2025 283.62 5/9/2025 6/8/2025 5/21/2025 57.73 5/14/2025 6/13/2025 5/21/2025 497.95 5/19/2025 6/18/2025 5/28/2025 119.77 5/20/2025 6/19/2025 5/28/2025 350 5/23/2025 6/22/2025 6/9/2025 174.68 5/21/2025 6/20/2025 5/28/2025 151.13 6/2/2025 7/2/2025 6/12/2025 566.41 6/2/2025 7/2/2025 6/12/2025 378.15 6/4/2025 7/4/2025 6/12/2025 341.64 6/10/2025 7/10/2025 6/17/2025 390.59 6/25/2025 7/25/2025 7/11/2025 620.84 6/30/2025 7/30/2025 7/11/2025 1,484.70 7/31/2025 7/31/2025 7/22/2025 228.57 7/7/2025 8/6/2025 7/15/2025 533.33 7/8/2025 8/7/2025 7/15/2025 933.65 7/10/2025 8/9/2025 7/18/2025 360.74 8/4/2025 9/3/2025 8/11/2025 1,890.44 1/3/2025 2/2/2025 1/10/2025 119.97 1/7/2025 2/6/2025 1/10/2025 1,626.92 2/5/2025 3/7/2025 2/6/2025 330.47 3/27/2025 4/26/2025 4/2/2025 1,535.76 4/21/2025 5/21/2025 4/25/2025 11,348.00 4/22/2025 5/22/2025 4/28/2025 566.52 5/1/2025 5/31/2025 5/7/2025 1,764.32 5/13/2025 6/12/2025 5/23/2025 5,674.00 5/19/2025 6/18/2025 5/28/2025 173.46 10/1/2024 10/31/2024 10/24/2024 38.93 10/3/2024 11/2/2024 10/24/2024 19.86 10/2/2024 11/1/2024 10/24/2024 91.74 10/2/2024 11/1/2024 10/24/2024 91.74 10/2/2024 11/1/2024 10/24/2024 127.15 10/3/2024 11/2/2024 10/24/2024 284.66 10/4/2024 11/3/2024 10/24/2024 7.7 10/14/2024 11/13/2024 10/24/2024 108.79 10/7/2024 11/6/2024 10/24/2024 63 10/7/2024 11/6/2024 10/24/2024 84.18 10/14/2024 11/13/2024 10/24/2024 371 10/16/2024 11/15/2024 10/24/2024 19.86 10/7/2024 11/6/2024 10/24/2024 97.79 10/7/2024 11/6/2024 10/24/2024 209.64 10/7/2024 11/6/2024 10/24/2024 27.48 10/14/2024 11/13/2024 10/24/2024 223.4 10/14/2024 11/13/2024 10/24/2024 229.86 10/14/2024 11/13/2024 10/24/2024 264.99 10/15/2024 11/14/2024 10/24/2024 178.67 10/15/2024 11/14/2024 10/24/2024 312.13 10/15/2024 11/14/2024 10/24/2024 273.73 10/15/2024 11/14/2024 10/24/2024 24.42 10/16/2024 11/15/2024 10/24/2024 392.46 10/17/2024 11/16/2024 10/24/2024 168.38 11/27/2024 12/27/2024 12/10/2024 50.88 10/17/2024 11/16/2024 10/24/2024 52.22 10/22/2024 11/21/2024 10/24/2024 19.86 10/18/2024 11/17/2024 10/24/2024 92.09 10/21/2024 11/20/2024 10/24/2024 713.27 10/21/2024 11/20/2024 10/24/2024 183.7 10/22/2024 11/21/2024 10/24/2024 368.22 10/23/2024 11/22/2024 11/4/2024 212.4 10/22/2024 11/21/2024 10/24/2024 12.5 10/23/2024 11/22/2024 11/4/2024 65.17 10/23/2024 11/22/2024 11/4/2024 14.04 10/24/2024 11/23/2024 11/4/2024 34.63 10/28/2024 11/27/2024 11/4/2024 12.23 10/24/2024 11/23/2024 11/4/2024 57.6 10/25/2024 11/24/2024 11/4/2024 71.6 10/25/2024 11/24/2024 11/4/2024 295.36 10/28/2024 11/27/2024 11/4/2024 24.75 10/25/2024 11/24/2024 11/4/2024 17.14 10/31/2024 11/30/2024 11/4/2024 48.6 10/29/2024 11/28/2024 11/4/2024 188.17 10/30/2024 11/29/2024 11/4/2024 195 10/30/2024 11/29/2024 11/4/2024 124 10/30/2024 11/29/2024 11/4/2024 5.44 10/30/2024 11/29/2024 11/4/2024 224.96 10/31/2024 11/30/2024 11/4/2024 5,948.92 10/31/2024 11/30/2024 11/12/2024 19.86 10/31/2024 11/30/2024 11/4/2024 129.66 10/31/2024 11/30/2024 11/12/2024 19.86 11/1/2024 12/1/2024 11/12/2024 177.1 11/1/2024 12/1/2024 11/12/2024 421.3 11/1/2024 12/1/2024 11/12/2024 19.85 11/4/2024 12/4/2024 11/12/2024 229.86 11/4/2024 12/4/2024 11/12/2024 19.86 11/4/2024 12/4/2024 11/12/2024 12.22 11/5/2024 12/5/2024 11/12/2024 22.9 11/5/2024 12/5/2024 11/12/2024 765.91 11/5/2024 12/5/2024 11/12/2024 20.68 11/5/2024 12/5/2024 11/12/2024 192.39 11/6/2024 12/6/2024 11/12/2024 192.94 11/7/2024 12/7/2024 11/13/2024 344.6 11/8/2024 12/8/2024 11/13/2024 189.53 11/8/2024 12/8/2024 11/13/2024 91.74 11/8/2024 12/8/2024 11/13/2024 103.95 11/12/2024 12/12/2024 11/19/2024 1,341.25 11/11/2024 12/11/2024 11/13/2024 242.5 11/12/2024 12/12/2024 11/19/2024 125.55 11/12/2024 12/12/2024 11/19/2024 145.75 12/3/2024 1/2/2025 12/10/2024 59.74 11/13/2024 12/13/2024 11/19/2024 75.99 11/13/2024 12/13/2024 11/19/2024 491.16 11/13/2024 12/13/2024 11/19/2024 177.1 11/14/2024 12/14/2024 11/19/2024 33.78 11/13/2024 12/13/2024 11/19/2024 407.21 11/15/2024 12/15/2024 11/25/2024 194.45 11/14/2024 12/14/2024 11/19/2024 371.8 11/14/2024 12/14/2024 11/19/2024 9.68 11/14/2024 12/14/2024 11/19/2024 335 11/15/2024 12/15/2024 11/25/2024 13.64 11/15/2024 12/15/2024 11/25/2024 174.75 11/15/2024 12/15/2024 11/25/2024 47 11/18/2024 12/18/2024 11/25/2024 134.7 11/15/2024 12/15/2024 11/25/2024 177.65 11/18/2024 12/18/2024 11/25/2024 1,139.60 11/19/2024 12/19/2024 11/25/2024 406.32 11/18/2024 12/18/2024 11/25/2024 194.26 11/20/2024 12/20/2024 12/4/2024 202.4 11/20/2024 12/20/2024 12/4/2024 195.9 11/20/2024 12/20/2024 12/4/2024 137.94 11/21/2024 12/21/2024 12/4/2024 4.24 11/22/2024 12/22/2024 12/4/2024 1.79 11/26/2024 12/26/2024 12/10/2024 96.38 11/29/2024 12/29/2024 12/10/2024 150.59 12/6/2024 1/5/2025 12/10/2024 49.07 12/2/2024 1/1/2025 12/10/2024 55.88 12/2/2024 1/1/2025 12/10/2024 18.51 12/5/2024 1/4/2025 12/10/2024 19.1 12/4/2024 1/3/2025 12/10/2024 60.1 12/5/2024 1/4/2025 12/10/2024 132.92 12/4/2024 1/3/2025 12/10/2024 371.8 12/5/2024 1/4/2025 12/10/2024 220.32 12/6/2024 1/5/2025 12/10/2024 199.29 12/5/2024 1/4/2025 12/10/2024 7.16 12/6/2024 1/5/2025 12/10/2024 13.75 12/5/2024 1/4/2025 12/13/2024 89.36 12/6/2024 1/5/2025 12/10/2024 108.35 12/6/2024 1/5/2025 12/10/2024 75.16 12/6/2024 1/5/2025 12/10/2024 81.2 12/6/2024 1/5/2025 12/10/2024 97.79 12/6/2024 1/5/2025 12/12/2024 96.8 12/6/2024 1/5/2025 12/12/2024 77.36 12/12/2024 1/11/2025 12/30/2024 313.74 12/10/2024 1/9/2025 12/12/2024 101.89 12/11/2024 1/10/2025 12/12/2024 50.9 12/12/2024 1/11/2025 12/30/2024 397.52 12/12/2024 1/11/2025 12/30/2024 100.58 12/12/2024 1/11/2025 12/13/2024 59.82 12/12/2024 1/11/2025 12/12/2024 979.11 12/13/2024 1/12/2025 12/30/2024 283.8 12/13/2024 1/12/2025 12/13/2024 4.15 12/13/2024 1/12/2025 12/13/2024 59.69 12/13/2024 1/12/2025 12/13/2024 143 12/16/2024 1/15/2025 12/16/2024 356.04 12/16/2024 1/15/2025 12/16/2024 50.82 12/13/2024 1/12/2025 12/16/2024 52.98 12/16/2024 1/15/2025 12/16/2024 62.7 12/17/2024 1/16/2025 12/17/2024 155.1 12/18/2024 1/17/2025 12/18/2024 249.96 12/17/2024 1/16/2025 12/18/2024 103.62 12/19/2024 1/18/2025 12/19/2024 293.1 12/19/2024 1/18/2025 12/19/2024 293.1 12/20/2024 1/19/2025 12/30/2024 24.86 12/20/2024 1/19/2025 12/23/2024 23.1 12/23/2024 1/22/2025 12/23/2024 138.6 12/23/2024 1/22/2025 12/26/2024 66 12/27/2024 1/26/2025 12/27/2024 148.08 12/26/2024 1/25/2025 12/26/2024 32.78 12/26/2024 1/25/2025 12/26/2024 162.47 12/31/2024 1/30/2025 12/31/2024 950 12/26/2024 1/25/2025 12/26/2024 326 12/31/2024 1/30/2025 12/31/2024 11.89 12/30/2024 1/29/2025 12/30/2024 324.52 12/31/2024 1/30/2025 1/2/2025 7.65 12/30/2024 1/29/2025 12/30/2024 123.52 1/6/2025 2/5/2025 1/8/2025 276.88 12/31/2024 1/30/2025 12/31/2024 66.88 1/3/2025 2/2/2025 1/7/2025 374 1/3/2025 2/2/2025 1/7/2025 689.88 1/6/2025 2/5/2025 1/8/2025 124.3 1/6/2025 2/5/2025 1/8/2025 292.09 1/7/2025 2/6/2025 1/14/2025 225.58 1/3/2025 2/2/2025 1/7/2025 74.25 1/3/2025 2/2/2025 1/7/2025 519.75 1/3/2025 2/2/2025 1/8/2025 101.18 1/6/2025 2/5/2025 1/8/2025 833.3 1/7/2025 2/6/2025 1/14/2025 194.79 1/6/2025 2/5/2025 1/14/2025 19.86 1/6/2025 2/5/2025 1/8/2025 91.98 1/6/2025 2/5/2025 1/8/2025 91.74 1/7/2025 2/6/2025 1/14/2025 361 1/8/2025 2/7/2025 1/14/2025 118.8 1/7/2025 2/6/2025 1/14/2025 105.49 1/7/2025 2/6/2025 1/14/2025 21.72 1/9/2025 2/8/2025 1/14/2025 338 1/8/2025 2/7/2025 1/14/2025 42.1 1/8/2025 2/7/2025 1/14/2025 94.6 1/10/2025 2/9/2025 1/15/2025 22.33 1/8/2025 2/7/2025 1/14/2025 22.66 1/8/2025 2/7/2025 1/14/2025 19.86 1/9/2025 2/8/2025 1/14/2025 25.62 1/9/2025 2/8/2025 1/14/2025 223.3 1/10/2025 2/9/2025 1/15/2025 162.01 1/10/2025 2/9/2025 1/15/2025 64.13 1/10/2025 2/9/2025 1/15/2025 91.48 1/13/2025 2/12/2025 1/15/2025 127.03 1/13/2025 2/12/2025 1/15/2025 51.01 1/15/2025 2/14/2025 1/22/2025 7.58 1/14/2025 2/13/2025 1/15/2025 129.03 1/16/2025 2/15/2025 1/22/2025 182.78 1/15/2025 2/14/2025 1/22/2025 23.91 1/16/2025 2/15/2025 1/22/2025 17.05 1/16/2025 2/15/2025 1/22/2025 25.08 1/17/2025 2/16/2025 1/22/2025 25.08 1/16/2025 2/15/2025 1/22/2025 567.38 1/17/2025 2/16/2025 1/22/2025 186.6 1/16/2025 2/15/2025 1/22/2025 253.84 1/20/2025 2/19/2025 1/22/2025 40.96 1/17/2025 2/16/2025 1/22/2025 419.87 1/20/2025 2/19/2025 1/22/2025 462 1/17/2025 2/16/2025 1/22/2025 116.03 1/20/2025 2/19/2025 1/22/2025 306.9 1/21/2025 2/20/2025 1/31/2025 277.9 1/20/2025 2/19/2025 1/22/2025 190.01 1/20/2025 2/19/2025 1/22/2025 602.8 1/22/2025 2/21/2025 1/31/2025 107.32 1/21/2025 2/20/2025 1/31/2025 148.84 1/24/2025 2/23/2025 1/31/2025 1,100.00 1/22/2025 2/21/2025 1/31/2025 91.74 1/21/2025 2/20/2025 1/31/2025 26.95 1/24/2025 2/23/2025 1/31/2025 91.96 1/22/2025 2/21/2025 1/31/2025 48.82 1/22/2025 2/21/2025 1/31/2025 52.97 1/22/2025 2/21/2025 1/31/2025 80.52 1/23/2025 2/22/2025 1/31/2025 160.28 1/23/2025 2/22/2025 1/31/2025 19.86 1/24/2025 2/23/2025 1/31/2025 130.2 1/24/2025 2/23/2025 1/31/2025 553.84 1/27/2025 2/26/2025 1/31/2025 189.53 1/24/2025 2/23/2025 1/31/2025 34.96 1/27/2025 2/26/2025 1/31/2025 9.81 1/24/2025 2/23/2025 1/31/2025 31.68 1/27/2025 2/26/2025 1/31/2025 7.16 1/27/2025 2/26/2025 1/31/2025 519.75 1/28/2025 2/27/2025 1/31/2025 33 1/30/2025 3/1/2025 1/31/2025 490.88 1/29/2025 2/28/2025 1/31/2025 21.58 1/29/2025 2/28/2025 1/31/2025 420.92 1/30/2025 3/1/2025 1/31/2025 50.59 1/29/2025 2/28/2025 1/31/2025 60.5 1/29/2025 2/28/2025 1/31/2025 260.28 1/31/2025 3/2/2025 2/5/2025 431.73 1/30/2025 3/1/2025 1/31/2025 25.08 1/30/2025 3/1/2025 2/11/2025 157.08 1/30/2025 3/1/2025 2/5/2025 22.66 1/30/2025 3/1/2025 2/5/2025 29.5 1/31/2025 3/2/2025 2/5/2025 335.32 2/3/2025 3/5/2025 2/5/2025 141.7 2/5/2025 3/7/2025 2/6/2025 804.76 2/4/2025 3/6/2025 2/6/2025 293.1 2/3/2025 3/5/2025 2/5/2025 114.4 2/3/2025 3/5/2025 2/5/2025 325.6 2/4/2025 3/6/2025 2/6/2025 119.04 2/5/2025 3/7/2025 2/6/2025 27.13 2/5/2025 3/7/2025 2/6/2025 20.13 2/4/2025 3/6/2025 2/6/2025 91.96 2/4/2025 3/6/2025 2/6/2025 105.55 2/4/2025 3/6/2025 2/6/2025 100.65 2/5/2025 3/7/2025 2/6/2025 22.66 2/5/2025 3/7/2025 2/6/2025 225.5 2/5/2025 3/7/2025 2/6/2025 365.2 2/6/2025 3/8/2025 2/11/2025 49.07 2/6/2025 3/8/2025 2/11/2025 231.39 2/6/2025 3/8/2025 2/11/2025 759.9 2/7/2025 3/9/2025 2/11/2025 274.7 2/10/2025 3/12/2025 2/11/2025 233.2 2/10/2025 3/12/2025 2/11/2025 62.35 2/11/2025 3/13/2025 2/18/2025 7.45 2/11/2025 3/13/2025 2/18/2025 217.36 2/10/2025 3/12/2025 2/18/2025 124 2/11/2025 3/13/2025 2/18/2025 9.12 2/12/2025 3/14/2025 2/18/2025 9.12 2/12/2025 3/14/2025 3/3/2025 91.96 2/13/2025 3/15/2025 2/18/2025 51.7 2/17/2025 3/19/2025 2/18/2025 606.24 2/14/2025 3/16/2025 2/18/2025 59.51 2/14/2025 3/16/2025 2/18/2025 287.1 2/18/2025 3/20/2025 2/24/2025 488.78 2/14/2025 3/16/2025 2/18/2025 5.25 2/14/2025 3/16/2025 2/18/2025 514.5 2/14/2025 3/16/2025 2/18/2025 23.1 2/18/2025 3/20/2025 2/24/2025 255.9 2/18/2025 3/20/2025 2/24/2025 50.9 2/18/2025 3/20/2025 2/24/2025 25.08 2/18/2025 3/20/2025 2/24/2025 260.95 2/19/2025 3/21/2025 2/24/2025 296.24 2/20/2025 3/22/2025 2/24/2025 40.92 2/18/2025 3/20/2025 2/24/2025 22.66 2/19/2025 3/21/2025 2/24/2025 51.7 2/21/2025 3/23/2025 3/3/2025 365.2 2/21/2025 3/23/2025 3/3/2025 24.26 2/21/2025 3/23/2025 3/3/2025 175.09 2/21/2025 3/23/2025 3/3/2025 70 2/21/2025 3/23/2025 3/3/2025 48.04 2/24/2025 3/26/2025 3/3/2025 2.75 2/24/2025 3/26/2025 3/3/2025 850.43 2/25/2025 3/27/2025 3/3/2025 209.39 2/25/2025 3/27/2025 3/3/2025 111.8 2/26/2025 3/28/2025 3/3/2025 34.16 2/26/2025 3/28/2025 3/3/2025 18.59 3/3/2025 4/2/2025 3/12/2025 539.92 2/28/2025 3/30/2025 3/4/2025 262.3 2/28/2025 3/30/2025 3/4/2025 52.98 3/3/2025 4/2/2025 3/12/2025 97.79 3/3/2025 4/2/2025 3/12/2025 91.96 3/3/2025 4/2/2025 3/12/2025 401.92 3/4/2025 4/3/2025 3/12/2025 97.79 3/5/2025 4/4/2025 3/13/2025 13.3 3/5/2025 4/4/2025 3/13/2025 189.75 3/5/2025 4/4/2025 3/13/2025 423.5 3/6/2025 4/5/2025 3/13/2025 112.46 3/11/2025 4/10/2025 3/13/2025 152.67 3/5/2025 4/4/2025 3/13/2025 194.37 3/5/2025 4/4/2025 3/13/2025 186 3/5/2025 4/4/2025 3/13/2025 653.96 3/5/2025 4/4/2025 3/13/2025 365.2 3/5/2025 4/4/2025 3/13/2025 3.58 3/6/2025 4/5/2025 3/13/2025 80.52 3/6/2025 4/5/2025 3/13/2025 20.68 3/6/2025 4/5/2025 3/13/2025 20.46 3/6/2025 4/5/2025 3/13/2025 91.08 3/6/2025 4/5/2025 3/13/2025 59.41 3/7/2025 4/6/2025 3/13/2025 27.26 3/6/2025 4/5/2025 3/13/2025 93.61 3/6/2025 4/5/2025 3/13/2025 138.15 3/7/2025 4/6/2025 3/13/2025 25.63 3/7/2025 4/6/2025 3/13/2025 18.43 3/11/2025 4/10/2025 3/13/2025 14.68 3/10/2025 4/9/2025 3/13/2025 15.14 3/10/2025 4/9/2025 3/13/2025 172.02 3/11/2025 4/10/2025 3/19/2025 4.7 3/13/2025 4/12/2025 3/19/2025 15.11 3/12/2025 4/11/2025 3/19/2025 20.13 3/13/2025 4/12/2025 3/18/2025 186 3/17/2025 4/16/2025 4/2/2025 4.05 3/17/2025 4/16/2025 4/2/2025 186 3/17/2025 4/16/2025 4/2/2025 809.71 4/14/2025 5/14/2025 4/17/2025 99 3/19/2025 4/18/2025 4/2/2025 81.1 3/19/2025 4/18/2025 4/2/2025 50.6 3/19/2025 4/18/2025 4/2/2025 661.88 3/20/2025 4/19/2025 4/2/2025 178.71 3/20/2025 4/19/2025 4/2/2025 23.43 3/20/2025 4/19/2025 4/2/2025 13.64 3/20/2025 4/19/2025 4/2/2025 112.2 3/20/2025 4/19/2025 4/2/2025 91.96 3/21/2025 4/20/2025 4/2/2025 333.33 3/24/2025 4/23/2025 4/2/2025 25.08 3/25/2025 4/24/2025 4/2/2025 36.3 3/26/2025 4/25/2025 4/2/2025 452.9 3/26/2025 4/25/2025 4/2/2025 189.75 3/27/2025 4/26/2025 4/2/2025 97.46 3/28/2025 4/27/2025 4/1/2025 19.86 3/28/2025 4/27/2025 4/1/2025 392.37 3/28/2025 4/27/2025 4/1/2025 170.64 3/31/2025 4/30/2025 4/1/2025 137.97 3/28/2025 4/27/2025 4/1/2025 106.59 4/1/2025 5/1/2025 4/4/2025 30.24 4/1/2025 5/1/2025 4/4/2025 6,059.52 4/3/2025 5/3/2025 4/8/2025 201.3 4/4/2025 5/4/2025 4/8/2025 55.86 4/3/2025 5/3/2025 4/8/2025 255.9 4/3/2025 5/3/2025 4/8/2025 392.92 4/4/2025 5/4/2025 4/8/2025 165.44 4/7/2025 5/7/2025 4/10/2025 116.56 4/7/2025 5/7/2025 4/10/2025 189.48 4/7/2025 5/7/2025 4/10/2025 52.97 4/8/2025 5/8/2025 4/10/2025 85.62 4/9/2025 5/9/2025 4/17/2025 395.31 4/10/2025 5/10/2025 4/17/2025 440.66 4/10/2025 5/10/2025 4/17/2025 490.88 4/10/2025 5/10/2025 4/17/2025 77.82 4/9/2025 5/9/2025 4/17/2025 83.28 4/9/2025 5/9/2025 4/17/2025 88.48 4/9/2025 5/9/2025 4/17/2025 27.83 4/9/2025 5/9/2025 4/17/2025 191.48 4/9/2025 5/9/2025 4/17/2025 2.34 4/9/2025 5/9/2025 4/17/2025 25.85 4/10/2025 5/10/2025 4/17/2025 266.97 4/10/2025 5/10/2025 4/17/2025 66.55 4/10/2025 5/10/2025 4/17/2025 25.38 4/10/2025 5/10/2025 4/17/2025 51.7 4/11/2025 5/11/2025 4/17/2025 7.78 4/11/2025 5/11/2025 4/17/2025 172.54 4/11/2025 5/11/2025 4/17/2025 25.62 4/15/2025 5/15/2025 4/17/2025 146.3 4/17/2025 5/17/2025 4/25/2025 637.61 4/17/2025 5/17/2025 4/25/2025 15.08 4/16/2025 5/16/2025 4/17/2025 56.99 4/17/2025 5/17/2025 4/25/2025 234.34 4/18/2025 5/18/2025 4/25/2025 51.23 4/17/2025 5/17/2025 4/25/2025 97.02 4/17/2025 5/17/2025 4/25/2025 118.99 4/17/2025 5/17/2025 4/25/2025 141.48 4/17/2025 5/17/2025 4/25/2025 80.52 4/18/2025 5/18/2025 4/25/2025 6.88 4/18/2025 5/18/2025 4/25/2025 251.9 4/21/2025 5/21/2025 4/25/2025 266.53 4/22/2025 5/22/2025 4/25/2025 539.55 4/21/2025 5/21/2025 4/25/2025 66.66 4/21/2025 5/21/2025 4/25/2025 80.44 4/21/2025 5/21/2025 4/25/2025 228.8 4/21/2025 5/21/2025 4/25/2025 96.8 4/28/2025 5/28/2025 5/2/2025 361.27 4/22/2025 5/22/2025 4/25/2025 37.32 4/23/2025 5/23/2025 4/28/2025 105.75 4/23/2025 5/23/2025 4/28/2025 284.26 4/24/2025 5/24/2025 4/28/2025 63.7 4/25/2025 5/25/2025 5/2/2025 199.96 4/24/2025 5/24/2025 4/28/2025 199.96 4/25/2025 5/25/2025 5/2/2025 2.38 4/25/2025 5/25/2025 5/2/2025 89.32 4/29/2025 5/29/2025 5/2/2025 17.05 4/28/2025 5/28/2025 5/2/2025 556.9 4/30/2025 5/30/2025 5/2/2025 130.9 5/2/2025 6/1/2025 5/7/2025 246.73 4/30/2025 5/30/2025 5/2/2025 175.42 5/5/2025 6/4/2025 5/28/2025 509.83 5/2/2025 6/1/2025 5/7/2025 5.6 5/5/2025 6/4/2025 5/28/2025 91.74 5/5/2025 6/4/2025 5/28/2025 451.45 5/7/2025 6/6/2025 5/28/2025 123.68 5/7/2025 6/6/2025 5/28/2025 154 5/7/2025 6/6/2025 5/28/2025 91.74 5/7/2025 6/6/2025 5/28/2025 828.67 5/8/2025 6/7/2025 5/28/2025 365.2 5/7/2025 6/6/2025 5/28/2025 195.52 5/8/2025 6/7/2025 5/28/2025 76.13 5/9/2025 6/8/2025 5/28/2025 55.44 5/9/2025 6/8/2025 5/28/2025 139.13 5/12/2025 6/11/2025 5/28/2025 325.69 5/12/2025 6/11/2025 5/28/2025 250.25 5/14/2025 6/13/2025 5/28/2025 55.44 5/13/2025 6/12/2025 5/28/2025 153.35 5/15/2025 6/14/2025 5/28/2025 365.2 5/14/2025 6/13/2025 5/28/2025 172.96 5/15/2025 6/14/2025 5/28/2025 83.75 5/14/2025 6/13/2025 5/28/2025 16.39 5/15/2025 6/14/2025 5/28/2025 290.54 5/20/2025 6/19/2025 5/28/2025 3,834.24 5/20/2025 6/19/2025 5/28/2025 180.48 5/20/2025 6/19/2025 5/28/2025 201.7 5/20/2025 6/19/2025 5/28/2025 1,269.55 5/21/2025 6/20/2025 6/9/2025 43.95 5/21/2025 6/20/2025 5/28/2025 85.8 5/22/2025 6/21/2025 5/28/2025 166.1 5/27/2025 6/26/2025 6/9/2025 576.27 5/23/2025 6/22/2025 6/9/2025 115.5 5/27/2025 6/26/2025 6/9/2025 37.22 5/28/2025 6/27/2025 6/9/2025 636.74 5/28/2025 6/27/2025 6/9/2025 23.2 5/29/2025 6/28/2025 6/12/2025 233.12 5/29/2025 6/28/2025 6/12/2025 154.95 5/29/2025 6/28/2025 6/12/2025 195.52 5/30/2025 6/29/2025 6/12/2025 84.52 6/4/2025 7/4/2025 6/12/2025 95.89 6/3/2025 7/3/2025 6/12/2025 510.8 6/6/2025 7/6/2025 6/12/2025 202.4 6/3/2025 7/3/2025 6/12/2025 282.3 6/4/2025 7/4/2025 7/2/2025 17.07 6/4/2025 7/4/2025 6/12/2025 364.13 6/4/2025 7/4/2025 6/12/2025 287.1 6/4/2025 7/4/2025 6/12/2025 55.98 6/4/2025 7/4/2025 6/12/2025 342.14 6/5/2025 7/5/2025 6/12/2025 2.34 6/5/2025 7/5/2025 6/12/2025 99.69 6/5/2025 7/5/2025 6/12/2025 1,000.77 6/5/2025 7/5/2025 6/12/2025 7.7 6/6/2025 7/6/2025 6/12/2025 146.57 6/6/2025 7/6/2025 6/12/2025 273.94 6/9/2025 7/9/2025 6/12/2025 108.72 6/6/2025 7/6/2025 6/12/2025 132.7 6/6/2025 7/6/2025 6/12/2025 860.45 6/10/2025 7/10/2025 6/12/2025 38.28 6/9/2025 7/9/2025 6/12/2025 31.9 6/11/2025 7/11/2025 6/17/2025 91.74 6/12/2025 7/12/2025 6/17/2025 31.74 6/12/2025 7/12/2025 6/17/2025 509.55 6/12/2025 7/12/2025 6/17/2025 10.66 6/13/2025 7/13/2025 7/2/2025 200.22 6/13/2025 7/13/2025 7/2/2025 69 6/16/2025 7/16/2025 7/2/2025 127.05 6/13/2025 7/13/2025 7/2/2025 95.29 6/13/2025 7/13/2025 7/2/2025 47.28 6/18/2025 7/18/2025 7/2/2025 102.55 6/19/2025 7/19/2025 7/2/2025 43.24 6/17/2025 7/17/2025 7/2/2025 54.69 6/17/2025 7/17/2025 7/2/2025 1,400.00 6/19/2025 7/19/2025 7/2/2025 293.42 6/17/2025 7/17/2025 7/2/2025 356.68 6/19/2025 7/19/2025 7/2/2025 283.15 6/19/2025 7/19/2025 7/2/2025 201.7 6/18/2025 7/18/2025 7/2/2025 38.28 6/19/2025 7/19/2025 7/2/2025 54.92 6/20/2025 7/20/2025 7/2/2025 137.91 6/23/2025 7/23/2025 7/2/2025 484.24 6/24/2025 7/24/2025 7/11/2025 365.2 6/24/2025 7/24/2025 7/11/2025 169.4 6/25/2025 7/25/2025 7/11/2025 15.44 6/25/2025 7/25/2025 7/11/2025 89.87 6/25/2025 7/25/2025 7/11/2025 730.47 6/27/2025 7/27/2025 7/11/2025 129.68 7/1/2025 7/31/2025 7/11/2025 84.88 6/30/2025 7/30/2025 7/11/2025 40.04 6/30/2025 7/30/2025 7/11/2025 118.44 7/1/2025 7/31/2025 7/11/2025 118.19 7/2/2025 8/1/2025 7/11/2025 74.95 7/2/2025 8/1/2025 7/11/2025 145.7 7/3/2025 8/2/2025 7/11/2025 47.04 7/3/2025 8/2/2025 7/11/2025 4.68 7/3/2025 8/2/2025 7/11/2025 27.73 7/3/2025 8/2/2025 7/11/2025 28.29 7/7/2025 8/6/2025 7/15/2025 170.5 7/8/2025 8/7/2025 7/15/2025 98.69 7/7/2025 8/6/2025 7/15/2025 50.28 7/8/2025 8/7/2025 7/15/2025 39.17 7/8/2025 8/7/2025 7/15/2025 60.58 7/15/2025 8/14/2025 7/25/2025 43.24 7/8/2025 8/7/2025 7/15/2025 123.75 7/8/2025 8/7/2025 7/15/2025 460.81 7/10/2025 8/9/2025 7/15/2025 24.31 7/9/2025 8/8/2025 7/15/2025 89.94 7/14/2025 8/13/2025 7/18/2025 46.79 7/9/2025 8/8/2025 7/15/2025 113.36 7/10/2025 8/9/2025 7/15/2025 61.17 7/10/2025 8/9/2025 7/15/2025 402.01 7/15/2025 8/14/2025 7/25/2025 327.86 7/11/2025 8/10/2025 7/18/2025 88.1 7/11/2025 8/10/2025 7/18/2025 194.8 7/12/2025 8/11/2025 7/18/2025 201.39 7/15/2025 8/14/2025 7/25/2025 82.72 7/14/2025 8/13/2025 7/18/2025 80.72 7/15/2025 8/14/2025 7/25/2025 125.3 7/16/2025 8/16/2025 7/25/2025 287.33 7/15/2025 8/14/2025 7/25/2025 168.3 7/16/2025 8/15/2025 7/25/2025 83.37 7/15/2025 8/14/2025 7/25/2025 392.29 7/18/2025 8/17/2025 7/25/2025 177.27 7/16/2025 8/15/2025 7/25/2025 365 7/16/2025 8/15/2025 7/25/2025 56.1 7/17/2025 8/16/2025 7/25/2025 402.66 7/22/2025 8/21/2025 7/28/2025 8.67 7/22/2025 8/21/2025 7/28/2025 194.86 7/23/2025 8/22/2025 7/28/2025 61.18 7/24/2025 8/23/2025 7/28/2025 822.23 7/24/2025 8/23/2025 7/28/2025 250.54 7/25/2025 8/24/2025 8/4/2025 44.32 7/24/2025 8/23/2025 7/28/2025 63.84 7/25/2025 8/24/2025 8/4/2025 9.35 7/28/2025 8/27/2025 8/4/2025 8.34 7/29/2025 8/28/2025 8/4/2025 1,402.60 7/29/2025 8/28/2025 8/4/2025 61.17 7/29/2025 8/28/2025 8/4/2025 108.72 8/1/2025 8/31/2025 8/7/2025 80.06 8/1/2025 8/31/2025 8/7/2025 63.14 8/4/2025 9/3/2025 8/11/2025 333.58 8/5/2025 9/4/2025 8/11/2025 829.14 8/4/2025 9/3/2025 8/11/2025 1,338.18 8/6/2025 9/5/2025 8/14/2025 3.96 8/5/2025 9/4/2025 8/11/2025 98.12 8/5/2025 9/4/2025 8/11/2025 27.4 8/6/2025 9/5/2025 8/14/2025 89.87 8/6/2025 9/5/2025 8/14/2025 86.46 8/6/2025 9/5/2025 8/14/2025 34.56 8/7/2025 9/6/2025 8/14/2025 365.73 8/7/2025 9/6/2025 8/14/2025 49.73 8/7/2025 9/6/2025 8/14/2025 182.09 8/11/2025 9/10/2025 8/20/2025 54.51 8/12/2025 9/11/2025 8/20/2025 16.5 8/12/2025 9/11/2025 8/20/2025 64.81 8/11/2025 9/10/2025 8/20/2025 194.26 8/12/2025 9/11/2025 8/20/2025 89.67 8/11/2025 9/10/2025 8/20/2025 532.03 8/12/2025 9/11/2025 8/20/2025 77.52 8/15/2025 9/14/2025 8/21/2025 342.18 8/12/2025 9/11/2025 8/20/2025 110.64 8/13/2025 9/12/2025 8/20/2025 450.26 8/13/2025 9/12/2025 8/20/2025 1,068.01 8/12/2025 9/11/2025 8/20/2025 194.26 8/13/2025 9/12/2025 8/20/2025 108.72 8/15/2025 9/14/2025 8/21/2025 195.21 8/12/2025 9/11/2025 8/20/2025 103.08 8/13/2025 9/12/2025 8/20/2025 563.87 8/13/2025 9/12/2025 8/20/2025 2.2 8/13/2025 9/12/2025 8/20/2025 10.34 8/14/2025 9/13/2025 8/20/2025 44.4 8/18/2025 9/17/2025 8/21/2025 95.88 8/18/2025 9/17/2025 8/21/2025 30.54 8/15/2025 9/14/2025 8/21/2025 1,334.52 8/19/2025 9/18/2025 8/21/2025 160.04 8/19/2025 9/18/2025 8/21/2025 172.92 8/15/2025 9/14/2025 8/21/2025 778.01 8/15/2025 9/14/2025 8/21/2025 20.35 8/18/2025 9/17/2025 8/21/2025 2,537.40 8/18/2025 9/17/2025 8/21/2025 368.29 8/19/2025 9/18/2025 8/21/2025 97.8 8/19/2025 9/18/2025 8/21/2025 -27.48 10/22/2024 11/13/2024 10/25/2024 -57.6 10/30/2024 11/24/2024 11/5/2024 -1,250.00 11/12/2024 11/13/2024 11/19/2024 -344.6 11/8/2024 12/8/2024 11/14/2024 -1,000.00 11/15/2024 11/16/2024 12/5/2024 -335 11/18/2024 12/15/2024 11/18/2024 -91.1 11/18/2024 11/19/2024 12/5/2024 -50 1/2/2025 1/30/2025 1/9/2025 -66.88 1/3/2025 2/2/2025 1/9/2025 -100 2/3/2025 3/1/2025 2/4/2025 -25.08 2/3/2025 3/1/2025 2/3/2025 -9.12 2/13/2025 3/14/2025 3/5/2025 -100 2/21/2025 3/22/2025 3/5/2025 -3.58 3/5/2025 4/4/2025 3/13/2025 -91.08 3/10/2025 4/5/2025 3/13/2025 -25.63 3/10/2025 4/6/2025 3/10/2025 -100 3/27/2025 3/28/2025 4/21/2025 -500 4/7/2025 4/8/2025 4/21/2025 -85.62 4/10/2025 5/9/2025 4/21/2025 -24.53 4/15/2025 4/16/2025 4/29/2025 -83.28 4/10/2025 5/9/2025 4/21/2025 -234.34 4/22/2025 4/23/2025 5/9/2025 -96.8 4/29/2025 5/28/2025 5/6/2025 -500 5/21/2025 5/22/2025 6/13/2025 -94.94 5/27/2025 5/28/2025 6/13/2025 -200 5/30/2025 5/31/2025 7/3/2025 -282.3 6/9/2025 7/4/2025 7/3/2025 -94.94 6/17/2025 6/18/2025 7/15/2025 -102.55 6/20/2025 7/19/2025 7/3/2025 -54.69 7/8/2025 7/9/2025 7/14/2025 -1,000.00 6/20/2025 6/21/2025 7/15/2025 -75 7/14/2025 7/15/2025 7/29/2025 -32.88 7/23/2025 7/24/2025 8/5/2025 -23.22 7/23/2025 7/24/2025 8/5/2025 -100 7/28/2025 8/23/2025 8/5/2025 -100 8/5/2025 8/6/2025 8/22/2025 47.98 5/15/2025 6/14/2025 5/23/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1016 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 6.6 SUBJECT/RECOMMENDATION: Authorize purchase orders to Municipal Emergency Services (MES) of Pinellas Park, FL, Ten-8 Fire Equipment (Ten-8) of Bradenton, FL, and North American Fire Equipment Co., Inc. (NAFECO) of Decatur, AL for the purchase of personal protective equipment (PPE), tools and equipment, communication system, self-contained breathing apparatus (SCBA) parts, and miscellaneous items in a cumulative not-to-exceed amount of $940,000.00, for term October 1, 2025 through September 30, 2026, pursuant to Section 2.563 (1)(c), Piggyback, and authorize the appropriate officials to execute same. SUMMARY: Authorization is requested to issue purchase orders to MES, Ten-8, and NAFECO for the procurement of essential equipment and supplies for Clearwater Fire and Rescue and the Clearwater Police Department. Purchases will include a new communication system, replacement PPE bunker gear, safety shoes, hose and nozzle replacements, SCBA annual parts and calibrations, Hurst extrication tools and annual service, gas meters, and other necessary items. These acquisitions will be made through available piggyback contracts. Of the total requested amount: ·$915,000.00 will be allocated to Clearwater Fire & Rescue for PPE bunker gear, SCBA air tank parts, Hurst extrication tools and repairs, uniforms (pants/shorts), annual foam, hose, communication system, advanced cleaning and bunker gear inspections and repairs. ·$25,000.00 will be allocated to the Clearwater Police Department for miscellaneous equipment and supplies as needed. The Fire Department budgets for PPE and equipment purchases in capital project M2507 - Fire Equipment Replacement. This project provides funding for the following: ·Purchase of original (new staff) and replacement bunker gear, boots, gloves, and helmets. PPE provides essential protection and safety features for firefighters and carries a 10-year shelf life under NFPA Standard 1851. Currently, CFR issues one set of gear at hire and a second set five years later; moving forward, CFR is implementing the issuance of two sets for new hires while continuing replacements for current personnel. ·Replacement and upgrade of vehicle extrication and rescue tools in alignment with NFPA recommendations. These tools are essential for complex rescues involving vehicles, heavy equipment, and machinery. ·SCBA upgrade kits and calibrations to maintain compliance with NFPA standards. Expenses are reimbursed annually by Pinellas County under the Fire Agreement and the ALS First Responder Agreement to cover unincorporated area services. Approval is requested to piggyback Lake County Contract No. 22-730G, No. 22-730I and No. 22-730K, Fire Page 1 City of Clearwater Printed on 10/10/2025 File Number: ID#25-1016 Equipment, Supplies, and Services, valid through July 31, 2027, with one two-year renewal option available. APPROPRIATION CODE AND AMOUNT: Funding for purchases for the Fire Department is available in various operating codes (uniforms, equipment, supplies, etc.) and in project M2507, Fire Equipment Replacement. Funding for purchases for the Police Department is available in various operating codes (uniforms, equipment and supplies). The operating and capital budgets of the Police and Fire Departments are funded by revenue from the General Fund. USE OF RESERVE FUNDS: N/A STRATEGIC PRIORITY: Foster safe and healthy communities through first-class public safety and emergency response services. Page 2 City of Clearwater Printed on 10/10/2025 Agenda Item Clearwater Fire and Rescue Contract Allocation FY '25/26 Purchase MES TEN-8 NAFECO Funding Source PPE 407,253.70 6,000.00 Capital Air Tank Parts (SCBA)117,206.80 Operating Extrication Tools & Repairs (Hurst)50,315.00 Capital Pants/Shorts - Annual Allocation 115,324.50 Operating Annual Foam 10,000.00 Operating Communication System 6,500.00 Operating Hose 50,000.00 Capital Advanced Cleaning/Inspection Bunker Gear 62,400.00 Operating Bunker Gear Repairs 25,000.00 Operating Safety Boots 15,000.00 Operating Cushion for Unforeseen/Misc Items 25,000.00 25,000.00 Operating 781,600.00 118,400.00 15,000.00 Fire Department 915,000.00 Police Department 25,000.00 Total Request 940,000.00 TABLE OF CONTENTS TABLE OF CONTENTS ......................................................................................................................... 1 DEFINITIONS ......................................................................................................................................... 1 INSTRUCTIONS TO VENDORS ........................................................................................................... 1 PREPARATION OF PROPOSALS ......................................................................................................... 2 COLLUSION ............................................................................................................................................ 2 PROHIBITION AGAINST CONTINGENT FEES ................................................................................. 2 CONTRACTING WITH COUNTY EMPLOYEES ................................................................................ 3 INCURRED EXPENSES ......................................................................................................................... 3 AWARD ................................................................................................................................................... 3 GRANT FUNDING .................................................................................................................................. 3 STATE REGISTRATION REQUIREMENTS ........................................................................................ 4 PRIME CONTRACTOR .......................................................................................................................... 4 SUBCONTRACTING .............................................................................................................................. 4 DISADVANTAGED BUSINESSES ....................................................................................................... 4 GENERAL CONTRACT CONDITIONS ................................................................................................ 4 GOVERNING LAW ................................................................................................................................ 4 COMPLIANCE OF LAWS, REGULATIONS, AND LICENSES .......................................................... 4 CONTRACT EXTENSION ..................................................................................................................... 5 MODIFICATION OF CONTRACT ........................................................................................................ 5 ASSIGNMENT......................................................................................................................................... 5 NON-EXCLUSIVITY .............................................................................................................................. 5 OTHER AGENCIES ................................................................................................................................ 5 CONTINUATION OF WORK................................................................................................................. 5 WARRANTY ........................................................................................................................................... 5 DEFICIENCIES IN WORK TO BE CORRECTED BY THE CONTRACTOR .................................... 5 COUNTY IS TAX-EXEMPT................................................................................................................... 6 SHIPPING TERMS, F.O.B. DESTINATION .......................................................................................... 6 ACCEPTANCE OF GOODS OR SERVICES ......................................................................................... 6 ESTIMATED QUANTITIES ................................................................................................................... 6 PURCHASE OF OTHER ITEMS ............................................................................................................ 7 SAFETY ................................................................................................................................................... 7 MATERIAL SAFETY DATA SHEET (MSDS) ..................................................................................... 7 TOBACCO PRODUCTS ......................................................................................................................... 7 CLEAN-UP ............................................................................................................................................... 7 PROTECTION OF PROPERTY .............................................................................................................. 8 CERTIFICATE OF COMPETENCY/LICENSURE, PERMITS, AND FEES ....................................... 8 TRUTH IN NEGOTIATION CERTIFICATE ......................................................................................... 8 COMPETENCY OF VENDORS AND ASSOCIATED SUBCONTRACTORS.................................... 8 RESPONSIBILITY AS EMPLOYER ...................................................................................................... 8 MINIMUM WAGES ................................................................................................................................ 9 PRICE REDETERMINATIONS.............................................................................................................. 9 INDEMNIFICATION .............................................................................................................................. 9 TERMINATION FOR CONVENIENCE ................................................................................................ 9 LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Version 05.06.2021 TERMINATION DUE TO UNAVAILABILITY OF CONTINUING FUNDING................................. 9 TERMINATION FOR DEFAULT ........................................................................................................... 9 FRAUD AND MISREPRESENTATION .............................................................................................. 10 RIGHT TO AUDIT ................................................................................................................................ 10 PROPRIETARY/CONFIDENTIAL INFORMATION .......................................................................... 10 PUBLIC RECORDS LAW ..................................................................................................................... 10 COPYRIGHTS ....................................................................................................................................... 12 SOVEREIGN IMMUNITY .................................................................................................................... 12 COMPLIANCE WITH FEDERAL STANDARDS ............................................................................... 12 E-VERIFY .............................................................................................................................................. 12 HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) ....................... 12 FORCE MAJEURE ................................................................................................................................ 13 NO CLAIM FOR DAMAGES ............................................................................................................... 13 CERTIFICATION REGARDING SCRUTINIZED COMPANIES ...................................................... 13 ANTI-TRAFFICKING RELATED ACTIVITIES ................................................................................. 13 NOTICES ............................................................................................................................................... 14 LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 1 of 14 Version 05.06.2021 DEFINITIONS Contract: The agreement to perform the services set forth in a document signed by both parties with any attachments specifically incorporated. Contractor: The Vendor to whom award has been made. County: Lake County, Florida, a political subdivision of the State of Florida. Proposal: Any offer submitted in response to a solicitation. Solicitation: The written document requesting bids, quotes, or proposals from the marketplace. Vendor: Any entity responding to a solicitation or performing under any resulting contract. INSTRUCTIONS TO VENDORS A. Vendor Qualification: The County requires Vendors provide evidence of compliance with the requirements below upon request: 1. Disclosure of Employment. 2. Disclosure of Ownership. 3. Drug-Free Workplace. 4. W-9 and 8109 Forms – as required by the Internal Revenue Service. 5. Americans with Disabilities Act (ADA). 6. Conflict of Interest. 7. Debarment Disclosure Affidavit. 8. Nondiscrimination. 9. Family Leave. 10. Antitrust Laws – By acceptance of any contract, the Vendor agrees to comply with all applicable antitrust laws. B. Public Entity Crimes: Pursuant to Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction of a public entity crime may not be awarded or perform work as a contractor, supplier, subcontractor, or contractor under a contract with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. C. Contents of Solicitation and Vendors’ Responsibilities: The Vendor shall be thoroughly familiar with the requirements of this solicitation. Ignorance of these matters by the Vendor will not be accepted as a basis for varying the requirements of the County, or the compensation to be paid. E. Restricted Discussions: From the date of solicitation issuance until final County action, Vendors will not discuss any part of the solicitation with any employee, agent, or other representative of the County except as expressly authorized by the designated procurement representative. The only communications that will be considered pertinent to a solicitation are appropriately signed written documents from the Vendor to the designated procurement representative and any relevant written document promulgated by the designated procurement representative. F. Changes to Proposal: Prior to the scheduled due date, a Vendor may change its Proposal by submitting a new one with a letter on the firm’s letterhead, signed by an authorized agent stating that the new submittal replaces the original. The new submittal must contain the letter and all information as required in the solicitation. G. Withdrawal of Proposal: A Proposal will be irrevocable unless it is withdrawn as provided in a solicitation. A Proposal may be withdrawn, either physically or by written notice, at any time prior to solicitation award. If withdrawn by written notice, that notice must be addressed to, and received LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 2 of 14 Version 05.06.2021 by, the designated procurement representative. The letter must be on company letterhead and signed by an authorized agent of the Vendor. H. Conflicts within the Solicitation: Where there appears to be a conflict between the General Terms and Conditions, Special Conditions, the Technical Specifications, the Pricing Section, or any addendum issued, the order of precedence will be: the last addendum issued, the Proposal Price Section, the Technical Specifications, the Special Conditions, and then the General Terms and Conditions. It is incumbent upon the Vendor to identify such conflicts to the designated procurement representative prior to the Proposal due date. I. Prompt Payment Terms: Payment for all purchases by County agencies will be made in a timely manner and interest payments will be made on late payments in accordance with Part VII, Chapter 218, Florida Statutes, known as the Florida Prompt Payment Act. The Vendor may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during Proposal evaluation. PREPARATION OF PROPOSALS A. The pricing section of a solicitation defines requirements of items to be purchased and must be completed and submitted with the Proposal. Use of any other form or alteration of the form may result in rejection of the Proposal. B. The Proposal submitted must be legible. Vendors shall type or use an ink to complete the Proposal. All changes must be crossed out and initialed in ink. Failure to comply with these requirements may cause the bid to be rejected. C. An authorized agent of the Vendor’s firm must sign the Proposal. The County may reject any Proposal not signed by an authorized agent. D. The Vendor may submit alternate Proposals for the same solicitation provided that such offer is allowable under the terms and conditions. The alternate Proposal must meet or exceed the minimum requirements and be submitted as a separate Proposal marked “Alternate Proposal.” E. When there is a discrepancy between the unit prices and any extended prices, the unit prices will prevail. The County reserves the right to allow for clarification of questionable entries and the correction of obvious mistakes. F. Any Proposal received after the designated receipt date will be considered late and will not be considered for award. COLLUSION Where two (2) or more related parties each submit a Proposal for the same contract, such Proposals will be presumed to be collusive. Furthermore, any prior understanding, agreement, or connection between two (2) or more corporations, firms, or persons submitting a Proposal for the same materials, supplies, services, or equipment will also be presumed to be collusive. Proposals found to be collusive will be rejected. Vendors which have been found to have engaged in collusion may be considered non- responsible and may be suspended or debarred. Any contract resulting from collusive bidding may be terminated for default. PROHIBITION AGAINST CONTINGENT FEES The Vendor warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the Vendor to solicit or secure the Contract and that they have not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Vendor, any consideration contingent upon or resulting from the award or making of the Contract. LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 3 of 14 Version 05.06.2021 CONTRACTING WITH COUNTY EMPLOYEES Any County employee or immediate family member seeking to contract with the County shall seek a conflict of interest opinion from the County Attorney prior to submittal of a Proposal. The affected employee shall disclose the employee’s assigned function within the County and interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract. INCURRED EXPENSES A solicitation does not commit the County to make an award nor will the County be responsible for any cost or expense which may be incurred by any Vendor in preparing and submitting a Proposal, or any cost or expense incurred by any Vendor prior to the execution of a purchase order or contract. AWARD A. The Contract resulting from a solicitation may be awarded to the responsible Vendor which submits a Proposal determined to provide the best value to the County with price, technical, and other applicable factors considered. The County reserves the right to reject any and all Proposals, to waive irregularities or technicalities, and to re-advertise for all or any part of this solicitation as deemed in its best interest. The County will be the sole judge of its best interest. B. When there are multiple line items in a solicitation, the County reserves the right to award on an individual item basis, any combination of items, total low bid, or in whichever manner deemed in the best interest of the County. This provision specifically supersedes any method of award criteria stated in the solicitation when such action is necessary to protect the best interests of the County. C. The County reserves the right to reject any and all Proposals if it is determined that prices are excessive or determined to be unreasonable, or it is otherwise determined to be in the County’s best interest to do so. D. The County reserves the right to reject offers containing terms or conditions contradictory to the County’s. E. Award of a solicitation will be made to firms satisfying all necessary legal requirements to do business with the County. The County may conduct a pre-award inspection of the Vendor’s site or hold a pre-award qualification hearing to determine if the Vendor can perform the requirements of a solicitation. F. The Vendor’s performance as a Contractor or subcontractor on previous County contracts will be considered in evaluating the responsibility of the Vendor. G. Any tie situations will be resolved in consonance with current written County procedure. H. The County has imposed a reciprocal match local vendor preference practice to ensure an equal procurement environment for all potential vendors unless prohibited by the funding source. More information is available on Section 2-222, Local Vendor Preference. I. Award of the contract resulting from this solicitation may be predicated on compliance with and submittal of all required documents as stipulated in the solicitation. J. A Vendor wishing to protest any award decision resulting from a solicitation may do so per the Procurement Protest Procedures site. GRANT FUNDING In the event any part of a Contract is to be funded by federal, state, or other local agency monies, the Vendor hereby agrees to comply with all requirements of the funding entity applicable to the use of the monies, including full application of requirements involving the use of minority firms, women's business enterprises, and labor surplus area firms. Contractors are advised that payments under the Contract may LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 4 of 14 Version 05.06.2021 be withheld pending completion and submission of all required forms and documents required of the Contractor pursuant to the grant funding requirements. STATE REGISTRATION REQUIREMENTS Any entity conducting business in Florida shall either be registered or have applied for registration with the Florida Department of State in accordance with Florida law, unless exempt from registration. A copy of the registration may be required prior to award of a Contract. Additional information is available by visiting the Florida Department of State home page. PRIME CONTRACTOR The Vendor awarded a Contract shall act as the Prime Contractor and will assume full responsibility for the successful performance under the Contract. The Awarded Vendor (Contractor) will be considered the sole point of contact regarding meeting all requirements of the Contract. All subcontractors may be subject to advance review by the County regarding competency and security concerns. No change in subcontractors may be made without the consent of the County after the award of the Contract. Contractor will be responsible for all insurance, permits, licenses, and related matters for any and all subcontractors. County may require the Contractor to provide any insurance certificates required by the work to be performed even if the subcontractor is self-insured. SUBCONTRACTING Unless otherwise stipulated in a solicitation, the Contractor shall not subcontract any portion of the work without the prior written consent of the County. Subcontracting without the prior consent of the County may result in termination of the Contract for default. DISADVANTAGED BUSINESSES The County has adopted policies which assure and encourage the full participation of Disadvantaged Business Enterprises (DBE) in the provision of goods and services. The County encourages joint ventures between majority-owned firms and qualified disadvantaged/minority/women-owned firms. GENERAL CONTRACT CONDITIONS The Contract will be binding upon and will inure to the benefit of each of the parties and respective successors and permitted assigns. The Contract may not be amended, released, discharged, rescinded or abandoned, except by a written instrument duly executed by the parties. The failure of any party at any time to enforce any of the provisions of the Contract will in no way constitute or be construed as a waiver of such provision or of any other provision of the Contract, nor in any way affect the validity of, or the right to enforce, each and every provision of the Contract. Any dispute arising during Contract performance that is not readily rectified by coordination between the Contractor and the County user department will be referred to Procurement Services. GOVERNING LAW The interpretation, effect, and validity of any contract will be governed by the laws and regulations of the State of Florida, and Lake County, Florida. Venue of any court action will be solely in Lake County, Florida. The Contractor hereby waives its right to a jury trial. COMPLIANCE OF LAWS, REGULATIONS, AND LICENSES The Contractor shall comply with all federal, state, and local laws and regulations applicable to provision of the goods or services specified in a solicitation. During the term of a Contract, the Contractor assures that it is in compliance with Title VII of the 1964 Civil Rights Act, as amended, and the Florida Civil Rights Act of 1992, in that the Contractor does not on the grounds of race, color, national origin, religion, sex, age, disability or marital status, discriminate in any form or manner against its employees or LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 5 of 14 Version 05.06.2021 applicants for employment. The Contractor understands that any Contract is conditioned upon the veracity of this statement. CONTRACT EXTENSION The County has the unilateral option to extend a Contract for up to ninety (90) calendar days beyond the current Contract period. In such event, the County will notify the Contractor in writing of such extensions. The Contract may be extended beyond the initial ninety (90) day extension upon mutual agreement between the County and the Contractor. Exercise of the above options requires the prior approval of the Procurement Services Director. MODIFICATION OF CONTRACT Any Contract resulting from a solicitation may be modified by mutual consent of duly authorized parties, in writing through the issuance of a modification to the Contract or purchase order as appropriate. This presumes the modification itself complies with all applicable County procedures. ASSIGNMENT The Contractor shall not assign or transfer any Contract resulting from a solicitation, including any rights, title or interest in the Contract, or its power to execute such Contract to any entity without the prior written consent of the County. This provision includes any acquisition or hostile takeover of the Contractor. Failure to comply may result in termination of the Contract for default. NON-EXCLUSIVITY It is the intent of the County to enter into an agreement that will satisfy its needs as described within a solicitation. However, the County reserves the right to perform, or cause to be performed, all or any of the work and services described in a solicitation in the manner deemed to represent its best interests. In no case will the County be liable for billings in excess of the quantity of goods or services provided under the Contract. OTHER AGENCIES Other governmental agencies may make purchases in accordance with the Contract with Contractor consent. Purchases are governed by the Contract’s terms and conditions except for the change in agency name. Each agency will be responsible and liable for its own purchases for materials or services received. CONTINUATION OF WORK Any work that commences prior to, and will extend, beyond the expiration date of any Contract period must, unless terminated by mutual written agreement between the County and the Contractor, continue until completion without change to the then current prices, terms and conditions. WARRANTY All warranties express and implied, must be made available to the County for goods and services covered by a solicitation. All goods furnished must be fully guaranteed by the Contractor against factory defects and workmanship. They will be covered by the most favorable commercial warranty given for comparable quantities of products or services and the rights and remedies provided in the Contract will be in addition to the warranty and do not limit any right afforded to the County by any other provision of a solicitation. Contractor shall correct any and all apparent and latent defects that may occur within the manufacturer’s standard warranty period at no expense to the County. The special conditions of a solicitation may supersede the manufacturer’s standard warranty. DEFICIENCIES IN WORK TO BE CORRECTED BY THE CONTRACTOR Contractor shall promptly correct all apparent and latent deficiencies or defects in work, or any work that fails to conform to the Contract documents regardless of project completion status. All corrections LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 6 of 14 Version 05.06.2021 must be made within seven (7) calendar days after such rejected defects, deficiencies, or non- conformances are verbally reported to the Contractor by the County's project administrator. Contractor must bear all costs of correcting such rejected work. If the Contractor fails to correct the work within the period specified, the County may, at its discretion, notify the Contractor, in writing, that the Contractor is subject to contractual default provisions if the corrections are not completed to the satisfaction of the County within seven (7) calendar days of receipt of the notice. If the Contractor fails to correct the work within the period specified in the notice, the County may place the Contractor in default, obtain the services of another Contractor to correct the deficiencies, and charge the incumbent Contractor for these costs, either through a deduction from the final payment owed to the Contractor or through invoicing. If the Contractor fails to honor this invoice or credit memo, the County may terminate the contract for default. COUNTY IS TAX-EXEMPT When purchasing on a direct basis, the County is generally exempt from Federal Excise Taxes and all State of Florida sales and use taxes (85-8013874700C-1). Visit Lake County Tax Exemption Certificate page to print a copy of the certificate. Except for items specifically identified by the Contractor and accepted by the County for direct County purchase under the Sales Tax Recovery Program, Contractors doing business with the County are not exempt from paying sales tax to their suppliers for materials to fulfill contractual obligations with the County, nor will any Contractor be authorized to use any of the County’s Tax Exemptions in securing such materials. SHIPPING TERMS, F.O.B. DESTINATION The F.O.B. point for any product ordered will be F.O.B.: DESTINATION – Inside Delivery, FREIGHT ALLOWED. The County will not consider any Proposal showing a F.O.B. point other than F.O.B.: Destination – Inside Delivery. ACCEPTANCE OF GOODS OR SERVICES The products delivered as a result of a solicitation will remain the property of the Contractor, and services rendered under the Contract will not be deemed complete, until a physical inspection and actual usage of the products or services is accepted by the County and is in compliance with the terms in the contract. Any goods or services purchased as a result of a solicitation or Contract may be tested/inspected for compliance with specifications. In the event that any aspect of the goods or services provided is found to be defective or does not conform to the specifications, the County reserves the right to terminate the Contract or initiate corrective action on the part of the Contractor, to include return of any non-compliant goods to the Contractor at the Contractor’s expense, requiring the Contractor to either provide a direct replacement for the item, or a full credit for the returned item. The Contractor shall not assess any additional charges for any conforming action taken by the County under this clause. The County will not be responsible to pay for any product or service that does not conform to the Contract specifications. In addition, any defective product or service or any product or service not delivered or performed by the date specified in a purchase order or Contract, may be procured by the County on the open market, and any increase in cost may be charged against the Contractor. Any cost incurred by the County in any re-procurement plus any increased product or service cost will be withheld from any monies owed to the Contractor by the County for any Contract or financial obligation. ESTIMATED QUANTITIES Estimated quantities or dollars are for the Vendor’s guidance only and may be used in the award evaluation process. No guarantee is expressed or implied as to quantities or dollar value that will be used during the Contract period. The County is not obligated to place any order for a given amount subsequent LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 7 of 14 Version 05.06.2021 to the award of a solicitation. In no event will the County be liable for payments in excess of the amount due for quantities of goods or services actually ordered. PURCHASE OF OTHER ITEMS While the County has listed all major items within a solicitation, there may be ancillary or similar items purchased by the County during the term of a Contract. The Contractor will provide a price quote for the ancillary items. The County may request price quotes from all Contractors under Contract if there are multiple Contracts. The County reserves the right to award these ancillary items to the primary Contractor, another Contract Contractor based on the lowest price quoted, or to acquire the items through a separate solicitation. Although a Contract may identify specific locations to be serviced, it is hereby agreed and understood that any County department or facility may be added or deleted to the Contract at the option of the County. The location change will be addressed by formal Contract modification. The County may obtain price quotes for the additional facilities from other Vendors if fair and reasonable pricing is not obtained from the Contractor, or for other reasons at the County’s discretion. It is hereby agreed and understood that the County may delete service locations when such service is no longer required, upon fourteen (14) calendar days’ written notice to the Contractor. SAFETY The Contractor will be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work and for complying with all requirements of the Occupational Safety and Health Administration Act (OSHA). The Contractor shall take all necessary precautions for the safety of and shall provide the necessary protection to prevent damage, injury, or loss to persons or property. The Contractor shall provide all standard equipment, work operations, safety equipment, personal protective equipment, and lighting required or mandated by State, Federal, OSHA, or Americans with Disabilities Act of 1990 (ADA) regulations. The Contractor shall designate a competent person of its organization whose duty will be the prevention of accidents at the site. This person must be literate and able to communicate fully in the English language because of the necessity to read job instructions and signs, as well as the need for conversing with County personnel. This person must be the Contractor’s superintendent unless otherwise designated in writing by the Contractor to the Contract Manager. MATERIAL SAFETY DATA SHEET (MSDS) The Contractor is responsible to ensure the County has received the latest version of any MSDS required by 29 C.F.R. Section 1910.1200 with the first shipment of any hazardous material. The Contractor shall promptly provide a new MSDS to the County with the new information relevant to the specific material at any time the content of an MSDS is revised. TOBACCO PRODUCTS Tobacco use, including both smoke and smokeless tobacco, is prohibited on County owned property. CLEAN-UP If applicable, all unusable materials and debris must be removed from the premises at the end of each workday and disposed of in an appropriate manner. The Contractor shall thoroughly clean up all areas where work has been involved as mutually agreed with the associated user department’s project manager upon final completion. LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 8 of 14 Version 05.06.2021 PROTECTION OF PROPERTY All existing structures, utilities, services, roads, trees, shrubbery, and property in which the County has an interest must always be protected against damage or interrupted services by the Contractor during the term of a Contract. The Contractor will be held responsible for repairing or replacing property to the satisfaction of the County which is damaged by reason of the Contractor’s operation on the property. In the event the Contractor fails to comply with these requirements, the County reserves the right to secure the required services and charge the costs of such services back to the Contractor. CERTIFICATE OF COMPETENCY/LICENSURE, PERMITS, AND FEES Any Vendor that submits an offer in response to a County solicitation shall, at the time of such offer if required, hold a valid Certificate of Competency or appropriate current license issued by the State or County Examining Board qualifying the Vendor to perform the work proposed. If work for other trades is required in conjunction with a solicitation, and such work will be performed by subcontractors hired by the Vendor, an applicable Certificate of Competency/license issued to the subcontractors must be submitted with the Vendor’s offer. The County may at its option and in its best interest, allow the Vendor to supply the subcontractors certificate/license to the County during the offer evaluation period. The Contractor is responsible to ensure that all required licenses, permits, and fees (to include any inspection fees) required for a project are obtained and paid for, and shall comply with all laws, ordinances, regulations, and building or other code requirements applicable to the work contemplated in a solicitation. Damages, penalties, or fines imposed on the County or the Contractor for failure to obtain required licenses, permits, inspection or other fees, or inspections will be borne by the Contractor. TRUTH IN NEGOTIATION CERTIFICATE Any organization awarded a Contract must execute a truth-in-negotiation certificate stating that the wage rates and other factual unit costs are accurate, complete, and current, at the time of contracting for each Contract that exceeds $195,000.00. Any Contract requiring this certificate will contain a provision that the original Contract price and any additions will be adjusted to exclude any significant sums by which the County determines the Contract price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such Contract adjustments will be made within one (1) year following the end of the Contract. COMPETENCY OF VENDORS AND ASSOCIATED SUBCONTRACTORS Proposals will be considered from firms which are regularly engaged in the business of providing or distributing the goods or services described in the solicitation, and who can produce evidence of a consistent satisfactory record of performance. The County may consider any evidence available to it of the financial, technical, and other qualifications and abilities of any Vendor responding under a solicitation, including past performance with the County. Vendors must have sufficient financial support and organization to ensure satisfactory delivery under the stated solicitation terms and conditions of any Contract awarded. In the event the Vendor intends to subcontract any part of its work or will obtain the goods specifically offered under the Contract from another source of supply, the Vendor may be required to verify the competency of its subcontractor or supplier. The County reserves the right, before awarding the Contract, to require a Vendor to submit such evidence of its or its subcontractor’s qualifications. RESPONSIBILITY AS EMPLOYER The employees of the Contractor will always be considered its employees, and not an employees or agents of the County. The Contractor shall provide employees capable of performing the work as required. The County may require the Contractor to remove any employee it deems unacceptable. All employees of the Contractor may be required to wear appropriate identification. LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 9 of 14 Version 05.06.2021 MINIMUM WAGES Under the Contract, the wage rate paid to all laborers, mechanics and apprentices employed by the Contractor for the work under the Contract, must not be less than the prevailing wage rates for similar classifications of work as established by the Federal Government and enforced by the U.S. Department of Labor, Wages and Hours Division, and Florida’s Minimum Wage requirements in Article X, Section 24 (f) of the Florida Constitution and enforced by the Florida Legislature by statute or the State Agency for Workforce Innovation by rule, whichever is higher. PRICE REDETERMINATIONS Contractor may petition for a price redetermination with documented increases in the cost of wages, fuel, or materials within 30 calendar days of the anniversary date of the Contract. Price redeterminations will be based upon changes documented by the applicable Employment Cost Index (ECI) or Producer Price Index (PPI) as published on the Bureau of Labor Statistics site here. Contractor may petition for price redetermination for Contractor’s minimum wage employees should the minimum wage increase during the Contract. Upon verification, the County may grant an increase matching the minimum wage increase. INDEMNIFICATION To the extent permitted by law, the Contractor shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys’ fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the Contract by the Contractor or its employees, agents, servants, partners, principals or subcontractors. The Contractor shall pay all claims and losses in connection with those claims and losses, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys’ fees which may be incurred. The Contractor expressly understands and agrees that any insurance protection required by the Contract or otherwise provided by the Contractor will in no way limit the responsibility to indemnify, keep and hold harmless and defend the County or its officers, employees, agents and instrumentalities as provided in a solicitation or any Contract arising from a solicitation. TERMINATION FOR CONVENIENCE The County, at its sole discretion, reserves the right to terminate the Contract upon thirty (30) days’ written notice. Upon receipt of such notice, the Contractor shall not incur any additional costs under the Contract. The County will be liable only for reasonable costs incurred by the Contractor prior to notice of termination. The County will be the sole judge of “reasonable costs.” TERMINATION DUE TO UNAVAILABILITY OF CONTINUING FUNDING When funds are not appropriated or otherwise made available to support continuation of performance in a current or subsequent fiscal year, the Contract will be cancelled, and the Contractor will be reimbursed for the reasonable value of any non-recurring costs incurred amortized in the price of the supplies or services/tasks delivered under the contract. TERMINATION FOR DEFAULT The County reserves the right to terminate any Contract arising from a solicitation, in part or in whole, or affect other appropriate remedy in the event the Contractor fails to perform in accordance with the terms and conditions stated in the Contract. The County further reserves the right to suspend or debar the Contractor in accordance with the County’s ordinances, resolutions and administrative orders. The Contractor will be notified by letter of the County’s intent to terminate and the Contractor will be given LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 10 of 14 Version 05.06.2021 ten (10) calendar days to cure the breach. In the event of termination for default, the County may procure the required goods and services from any source and use any method deemed in its best interest. All re-procurement costs will be borne by the Contractor. FRAUD AND MISREPRESENTATION Any individual, corporation or other entity that attempts to meet its contractual obligations through fraud, misrepresentation or other material misstatement, may be debarred for up to five (5) years. The County as a further sanction may terminate or cancel any other Contracts with such individual, corporation or entity with such Contractor held responsible for all direct or indirect costs associated with termination or cancellation, including attorneys’ fees. RIGHT TO AUDIT The County reserves the right to require the Contractor to submit to an audit, by any auditor of the County’s choosing. The Contractor shall provide access to all of its records, which relate directly or indirectly to the contract at its place of business during regular business hours. The Contractor shall retain all records pertaining to the contract and upon request make them available to the County for three (3) complete calendar years following expiration of the contract. The Contractor agrees to provide such assistance as may be necessary to facilitate the review or audit by the County to ensure compliance with applicable accounting and financial standards. If the Contractor provides technology services, the Contractor must provide Statement of Standards for Attestations Engagements (SSAE) 16 or 18 and System and Service Organization Control (SOC) reports upon request by the County. The SOC reports must be full Type II reports that include the Contractor’s description of control processes, and the independent auditor’s evaluation of the design and operating effectiveness of controls. The cost of the reports will be paid by the Contractor. If an audit inspection or examination pursuant to this section discloses overpricing or overcharges of any nature by the Contractor to the County in excess of one percent (1%) of the total contract billings, in addition to making adjustments for the overcharges, the reasonable actual cost of the County’s audit must be reimbursed to the County by the Contractor. Any adjustments or payments which must be made as a result of any such audit or inspection of the Contractor’s invoices or records must be made within a reasonable amount of time, but in no event may the time exceed ninety (90) calendar days, from presentation of the County’s audit findings to the Contractor. This provision is hereby considered to be included within, and applicable to, any subcontractor agreement entered into by the Contractor in performance of any work under the contract. PROPRIETARY/CONFIDENTIAL INFORMATION Vendors are hereby notified that all information submitted as part of a Proposal will be available for public inspection in compliance with Chapter 119 of the Florida Statutes (the “Public Record Act”). The Vendor should not submit any information in response to a solicitation which the Vendor considers proprietary or confidential. The submission of any information to the County in connection with a solicitation will be deemed a waiver from release of the submitted information unless such information is exempt or confidential under the Public Records Act. PUBLIC RECORDS LAW Pursuant to section 119.0701(2)(a), Florida Statutes, the County is required to provide Contractor with this statement and establish the following requirements as contractual obligations pursuant to the contract: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 11 of 14 Version 05.06.2021 TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 352-343-9839, PURCHASING@LAKECOUNTYFL.GOV, BY MAIL, OFFICE OF PROCUREMENT SERVICES, ATTN: RON FALANGA, P.O. BOX 7800 TAVARES, FL 32778. By entering into the Contract, Contractor acknowledges and agrees that any records maintained, generated, received, or kept in connection with, or related to the performance of services provided under, the Contract are public records subject to the public records disclosure requirements of section 119.07(1), Florida Statutes, and Article I, section 24 of the Florida Constitution. Pursuant to section 119.0701, Florida Statutes, any Contractor entering into a contract for services with the County is required to: A. Keep and maintain public records required by the County to perform the services and work provided pursuant to the Contract. B. Upon request from the County’s custodian of public records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. C. 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 Contract term and following completion or termination of the Contract if the Contractor does not transfer the records to the County. D. Upon completion or termination of the Contract, transfer, at no cost, to the County all public records in the possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion or termination 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 or termination of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County’s custodian of public records, in a format that is compatible with the information technology systems of the County. Requests to inspect or copy public records relating to the County’s Contract for services must be made directly to the County. If Contractor receives any such request, Contractor shall instruct the requestor to contact the County. If the County does not possess the records requested, the County shall immediately notify the Contractor of such request, and the Contractor must provide the records to the County or otherwise allow the records to be inspected or copied within a reasonable time. Contractor acknowledges that failure to provide the public records to the County within a reasonable time may be subject to penalties under section 119.10, Florida Statutes. Contractor further agrees not to release any records that are statutorily confidential or otherwise exempt from disclosure without first receiving prior written authorization from the County. Contractor shall indemnify, defend, and hold the County harmless for and against any and all claims, damage awards, and causes of action arising from the Contractor’s failure to comply with the public records disclosure requirements of section 119.07(1), Florida Statutes, or by Contractor’s failure to maintain public records that are exempt or confidential and exempt from the public records disclosure requirements, including, but not limited to, any third party claims or awards for attorney’s fees and costs arising therefrom. Contractor authorizes County to seek LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 12 of 14 Version 05.06.2021 declaratory, injunctive, or other appropriate relief against Contractor from a Circuit Court in Lake County on an expedited basis to enforce the requirements of this section. COPYRIGHTS Any copyright derived from a Contract will belong to the author. The author and the Contractor shall expressly assign to the County nonexclusive, royalty free rights to use any and all information provided by the Contractor in any deliverable or report for the County’s use which may include publishing in County documents and distribution as the County deems to be in its best interests. If anything included in any deliverable limits the rights of the County to use the information, the deliverable will be considered defective and not acceptable and the Contractor will not be eligible for any compensation. The County owns and retains all proprietary rights in its logos, trademarks, trade names, and copyrighted images (Intellectual Property). As such, nothing in any solicitation permits or shall be construed as authorizing Vendor or Contractor to use or display County's Intellectual Property. The County has the right to redact the County Logo displayed on any submission. SOVEREIGN IMMUNITY County expressly retains all rights, benefits and immunities of sovereign immunity in accordance with Section 768.28, Florida Statutes. Nothing will be deemed as a waiver of immunity or the limitations of liability of County beyond any statutory limited waiver of immunity or limits of liability. Nothing will inure to the benefit of any third party for the purpose of allowing any claim against County, which would otherwise be barred under the law. COMPLIANCE WITH FEDERAL STANDARDS All items to be purchased under a Contract must be in accordance with all governmental standards to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). E-VERIFY Upon award of a Contract, the Contractor shall utilize the U.S. Department of Homeland Security’s E-Verify system in accordance with the terms governing use of the system to confirm the employment eligibility of all new persons hired by the Contractor during the term of the Contract. The Contractor shall include in all contracts with subcontractors performing work pursuant to any Contract, an express requirement that subcontractors utilize the U.S. Department of Homeland Security’s E-Verify system in accordance with the terms governing use of the system to confirm the employment eligibility of all new employees hired by subcontractors during the term of the subcontract. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) The Contractor may be required to execute a Business Associate Agreement, pursuant to the Health Insurance Portability and Accountability Act of 1996 (P.L. 104-191) (codified at 42 U.S.C. Section 1320d, et. seq.), and regulations contained in 45 C.F.R. Parts 160 and 164. If the Contractor obtains any information governed by 42 U.S.C. Section 290dd-2 and the regulations implemented by the Substance Abuse and Mental Health Services Administration at 42 C.F.R. Part 2 (collectively referred to as the “SAMHSA regulations”), whether from the County or another source, while providing services to the County under the contract, the Contractor shall only use or disclose that information pursuant to the SAMHSA regulations. LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 13 of 14 Version 05.06.2021 The Contractor will also comply with any and all laws under the State of Florida governing the confidentiality of health information, including but not limited to records or other documents containing medical, mental health, or substance abuse information. FORCE MAJEURE The parties will exercise every reasonable effort to meet respective obligations under the Contract but will not be liable for delayed performance or nonperformance resulting from a force majeure. A party that becomes aware of a force majeure that will significantly delay performance will notify the other party promptly, within 15 calendar days, after if discovers the force majeure. If a force majeure occurs, the parties may execute a contract modification or change order to extend the performance schedule or make accommodations that are reasonable under the circumstances. NO CLAIM FOR DAMAGES No claim for damages or any claim other than for an extension of time may be made or asserted against the County because of any delays. No interruption, interference, inefficiency, suspension, or delay in the commencement or progress of the work will relieve the Contractor of duty to perform or give rise to any right to damages or additional compensation from the County. The Contractor’s sole remedy will be the right to seek an extension to the Contract time. However, this provision will not preclude recovery of damages by the Contractor for hindrances or delays due solely to fraud, bad faith, or active interference on the part of the County. CERTIFICATION REGARDING SCRUTINIZED COMPANIES The Contractor hereby certifies that, pursuant to Section 287.135, Florida Statutes, it is not listed on the Scrutinized Companies that Boycott Israel and is not participating in a boycott of Israel. The Contractor understands that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject it to civil penalties, attorneys’ fees, and costs. The Contractor further understands that any contract with the County for goods or services may be terminated at the option of the County if the Contractor is found to have submitted a false certification or has been listed on the Scrutinized Companies that Boycott Israel list or is participating in a boycott of Israel. For purchases of $1 million or more: By submitting a response to any solicitation, the Contractor hereby certifies that, pursuant to Section 287.135, Florida Statutes, it is not listed on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies with Activities in Sudan List, is not listed on the Scrutinized Companies that Boycott Israel and is not participating in a boycott of Israel, and is not engaged in business operations in Cuba or Syria. The Contractor understands that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject it to civil penalties, attorneys’ fees, and costs. The Contractor further understands that any contract with the County for goods or services of $1 million or more may be terminated at the option of the County if the Contractor is found to have submitted a false certification or has been listed on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies with Activities in Sudan List, is listed on the Scrutinized Companies that Boycott Israel list or is participating in a boycott of Israel, or is engaged in business operations in Cuba or Syria. ANTI-TRAFFICKING RELATED ACTIVITIES The U.S. Government has adopted a policy prohibiting trafficking in persons including the trafficking-related activities listed below. These prohibitions specifically apply to come federally funded contracts and prohibit contractors, contractor employees, and their agents from: A. Engaging in severe forms of trafficking in persons during the period of performance of the contract; LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 14 of 14 Version 05.06.2021 B. Procuring commercial sex acts during the period of performance of the contract; C. Using forced labor in the performance of the contract; D. Destroying, concealing, confiscating, or otherwise denying access by an employee to the employee's identity or immigration documents, such as passports or drivers' licenses, regardless of issuing authority; E. Using misleading or fraudulent practices during the recruitment of employees; F. Charging employees or potential employees recruitment fees; G. Failing to provide return transportation or paying for the cost of return transportation upon the end of employment for certain employees; H. Providing or arrange housing that fails to meet the host country housing and safety standards; or I. Failing to provide an employment contract, recruitment agreement, or other required work documents in writing, as required by law or contract. NOTICES All notices given by one party to the other party under a contract must be delivered to the receiving party’s address set forth on the Contract either by hand, qualified courier, or e-mail and will be deemed received the day after it is transmitted. For County, it must be addressed to the Office of Procurement Services, Post Office Box 7800, 315 West Main Street, Suite 441, Tavares, Florida, 32778 or emailed to purchasing@lakecountyfl.gov. [The remainder of this page intentionally left blank] PROCUREMENT SERVICES –DIVISION OFOFFICE OFMANAGEMENT AND BUDGET SERVICES P.O. BOX7800• 315 W. MAINST.,TAVARES, FL32778•P352.343.9839• F352.343.9473 Board of County Commissioners • www.lakecountyfl.gov MODIFICATION OF CONTRACT Modification Number:Nine (9) Effective Date: 8/1/2025 Contract Number: 22-730K Title: Fire Equipment, Supplies, and Service Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel E-mail: gbechtel@lakecountyfl.gov Telephone Number: 352-343-9765 Contractor Name and Address: Name: Ten-8 Fire and Safety, LLC Address: 2950 59th Ave Drive East City: Bradenton, FL 34203 ATTENTION: debouwer@ten8fire.com; cmorgan@ten8fire.com Issued By:Procurement Services Lake County Administration Building 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to renew the agreement for two annual terms to expire on 07/31/2027 or until new contract is awarded. CONTRACTOR SIGNATURE BLOCK Signature: _______________________________________ Print Name: ______________________________________ Title: ____________________________________________ Date: ____________________________________________ E-mail: ___________________________________________ Secondary E-mail: __________________________________ LAKE COUNTY SIGNATURE BLOCK Signature: Print Name: Title: Date: _________________________________________ Distribution: Original – Bid FileCopy – ContractorContracting Officer Cindy Morgan VP of Equipment and Rescue Sales 2/18/2025 cmorgan@ten8fire.com cpike@ten8fire.com ATTACHMENT 2A -PRICING SHEET 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES Ten-8 Fire & Safety, LLC ITEM# SA VE AND SUBMIT AS AN EXCEL FILE 1 www .ten8fire.com SHOP LOCATION 2a 2950 59th Ave Dr E, Bradenton, FL 34203 2b Mike Ferguson, 800-228-8368, mferguson@ten8fire.com (Pierce) Cory Scott 941-757-2925 MSAservice@ten8fire.com (MSA) 2c Labor for Equipment Repair (not under warranty) $156.66 per hour 2d Pickup or delivery services offered? Yes 2e Pick up I delivery fee for Equipment $75 .00-/hourlperson per call The following information is required for price redetermination consideration. Assuming prices quoted include costs for vehicles, maintenance, repair, insurance, fuel, wages, insurances, other employee benefits, materials, overhead, operating expenses, etc., NIA what percentage of the rate is directly attributed to the cost of fuel? Which does the firm use: Diesel fuel or Gasoline? Both Assuming prices quoted include costs for vehicles, maintenance, repair, insurance, fuel, wages, materials, overhead, operating expenses, etc., what percentage of the rate is directly NIA attributed to the cost of wages? Assuming prices quoted include costs for vehicles, maintenance, fuel, wages, insurances, other employee benefits, materials, overhead, operating expenses, etc., what percentage of NIA the rate is directly attributed to the cost of materials? Lake County is exempt from all taxes (Federal, State, Local). A Tax Exemption Certificate will be furnished upon request for any direct purchasing. Contractor will be responsible for payment of taxes on all materials purchased by the Contractor for the project. LIST MANUFACTURER SUPPORTED. Factory 3 MANUFACTURER Hourly Service Rate Authorized Service Center? YES/NO $156.66 Yes $207.02 Yes $179.04 Yes $279.75 Yes 8% of labor Yes 1.50/mile Yes $90.00 Yes $35.00 Yes $35.00 Yes Pierce -At Vendor Facility, 8AM - 5PM, Mon - Fri Pierce - At Vendor Facility, outside of hours mentioned above Pierce - Off Site Location, 8AM - 5PM, Mon - Fri Pierce - Off Site Location, outside of hours mentioned above Pierce - Shop supply fee MSA Service Travel Fee MSA SCBA Annual Flow Test MSA Annual Quantitative Facepiece Leak Testin_g MSA Personnel Facepiece Fit Testing MSA Labor Rate $150.00 Yes Lake County 22-730K Contract Equipment Bid Discount off List Stocking Distributor? Freight Included?Website 3 M Company N/A Able Sho Me N/A Action 35.00%NO NO http://actioncoupling.com/ Aeroclave 0.00%YES NO http://www.aeroclave.com/ AH Stock 10.00%NO NO http://www.ahstockmfg.com/ Aim N/A Ajax 10.00%NO NO Akron Brass 38.00%YES NO http://www.akronbrass.com/ Akron Brass Parts 10.00%YES NO http://www.akronbrass.com/ All American Fire Hose N/A Allen Systems N/A Alocolite 15.00%NO NO http://www.fireladder.com/ Amerex 35.00%YES NO http://amerex-fire.com/ American Firewear by Honeywell N/A American LaFrance N/A Anchor Industries 5.00%NO NO https://www.anchorinc.com/specialty-products/ Angus 40.00%NO NO http://www.angusfire.com/ Angus Foam 12.00%NO NO http://angusfire.com/foam-concentrates/ Ansul Foam 12.00%NO NO https://www.ansul.com/en/us/pages/default.aspx Ansul Foams 12%NO NO Applecroft N/A B & B Enterprises N/A Bio Systems N/A Blackington Badges N/A Blowhard Fans 10.00%NO NO https://www.blowhardfans.com/ Boston Leather 10.00%YES NO http://www.bostonleather.com/ Bouton Co./Visonaid N/A Bullard (WILDLAND ONLY)30.00%YES NO https://www.bullard.com/ Bulldog Name Change from Angus 40.00%NO NO http://www.bulldoghose.com/ Cairns & Brother 35.00%YES NO http://us.msasafety.com/ California Mountain (CMC)0.00%NO NO http://www.cmcrescue.com/ Cast Products 10.00%NO NO http://www.getcpi.com/ CET 20.00%YES NO http://fire-pump.com/ Charkate N/A Chemguard Foam 12.00%NO NO http://www.chemguard.com/ Chubb (Foam)N/A Churchville N/A Circul Air N/A Class One (Span Instruments)10.00%YES NO Code 3 5.00%NO NO http://www.code3pse.com/ Collin Axes N/A Collins Dynamics (Rom Corp)N/A Cosmas USA 25.00%YES NO http://www.cosmasusa.com/ Council Tools 0.00%NO NO http://counciltool.com/ Cutter's Edge 10.00%YES NO http://www.cuttersedge.com/ CW Neilsen N/A Darley & Co.5.00%NO NO http://www.darley.com/ David Clark 10.00%NO NO http://www.davidclarkcompany.com/ DB Smith Indian Tanks N/A Dicke Tool N/A Door Storm 5.00%NO NO http://www.doorstorm.com/ Draeger Engineered Solutions N/A Dragon Fire Gloves 5.00%NO NO http://www.dragonfiregloves.com/ Drexel N/A Duo Safety 10.00%NO NO http://www.duosafety.com/ Edison N/A Edwards and Cromwell N/A Edwards Mfg 0.00%NO NO http://www.edwardsironworkers.com/ Elkhart Brass 40.00%YES NO http://www.elkhartbrass.com/ Ergodyne 30.00%YES NO https://www.ergodyne.com/ ESS- Parts 10.00%NO NO http://www.esseyepro.com/ ESS- product 25.00%NO NO http://www.esseyepro.com/ ETI Emergency Technology N/A Euramco Safety 10.00%NO NO http://www.euramcosafety.com/ Extenda Lite (Akron)N/A Federal Signal Corp 10.00%YES NO https://www.federalsignal.com/ Ferno 0.00%NO NO http://www.fernoems.com/ Fire Hooks Unlimited 0%YES NO http://www.firehooksunlimited.net/ Fire Power N/A Fire Research 15.00%NO NO http://www.fireresearch.com/ Firecom 15.00%YES YES http://www.firecom.com/ Firecraft Safety Products 10.00%NO NO https://www.firecraftsafety.com/ FireQuip N/A Flamefighter 20.00%YES NO http://flamefighter.com/ Fold A Tank 20.00%YES NO http://www.fol-da-tank.com/ Gemtor (formerly Atlas)15.00%YES NO http://www.gemtor.com/ Glassmaster Wehr 10.00%YES NO http://glasmaster.com/ Globe - Turnout Gear 44.00%NO NO http://globeturnoutgear.com/ Globe Boots 31.00%YES NO http://globeturnoutgear.com/ Glove Corp.N/A Gorman Rupp Pumps N/A Groves Incorporated 15.00%NO NO http://www.groves.com/ Haix Boots 15.00%YES NO https://www.haixusa.com/haix-firefighter Hale Fire Pumps 5 YES NO http://haleproducts.com/ Hannay Reels 10.00%YES NO http://www.hannay.com/ Harrington 40.00%YES NO http://www.harrinc.com/ Hazard Control N/A Hazard Control Technolgies 5.00%YES NO https://hct-world.com/ Hebert 20.00%YES NO HexArmor 15.00%YES NO https://www.hexarmor.com/ Hi-Lift Jack 5.00%NO NO https://hi-lift.com/first-responder-jack/ Holmatro N/A Honeywell Pro N/A Humat 0.00%NO NO http://www.humat.com/ Husky 20.00%YES NO http://www.huskyportable.com/ Hydra Shield N/A Hygenall 0.00%NO NO https://hygenall.com/firefighters/ Identifire 0.00%No NO identifiresafety.com Imperial Hose N/A Iowa American N/A Janesville N/A JGB Hose 5.00%YES NO https://www.jgbhose.com/ Junk Yard Dog 5.00%NO NO http://junkyarddogindustries.com/ Justrite N/A JV Manufacturing N/A Kappler N/A Kendall Products N/A Key Hose 40.00%YES NO http://keyhose.com/products.html Kochek 40.00%YES NO https://www.kochek.com/ Koehler Mfg Co N/A Kussmaul 12.00%YES NO http://www.kussmaul.com/ Lacrosse Boots N/A Lakeland Industries 25.00%No NO https://www.lakeland.com/us Leader Fans 10.00%YES NO http://www.leadernorthamerica.com/ Leatherhead Tools 35.00%YES NO http://www.leatherheadtools.com/ Lifeliners N/A Lions Uniforms N/A Louis Pryer N/A Lowell N/A Mag Instruments N/A Mann Axe N/A Mars Signal Light N/A McProducts N/A Moran (Flash)N/A Morning Pride N/A MSA MSA Helmets 35.00%YES NO http://us.msasafety.com/ MSA Instruments 15.00%YES NO http://us.msasafety.com/ MSA Parts 15.00%YES NO http://us.msasafety.com/ MSA SCBA 25.00%YES NO http://us.msasafety.com/ MSA TIC 0.00%YES NO http://us.msasafety.com/ Natale (Circle D)10.00%YES NO http://www.circledlights.com/ National Foam 12.00%YES NO http://nationalfoam.com/ North American Fire Hose N/A Nova N/A Nupla 30 YES NO http://www.nuplacorp.com/ OHD USA 0.00%NO NO http://www.ohdusa.com/ Pacific Reflex N/A Paratech N/A Partner N/A Paul Conway Shields N/A Pelican 15.00%YES NO http://www.pelican.com/ Performance Advantage Company 10.00%YES NO http://pactoolmounts.com/ Petrogen 0.00%NO NO http://www.petrogen.com/ Petzel N/A PGI 15.00%NO NO https://www.pgi-inc.com/ Pierce 0.00%YES NO Pigeon Mountain Industries N/A Plano N/A R & B Fabricators 10.00%YES NO https://www.rbfab.com/ Ranger Rubber N/A Rawhide Firehose N/A Redhead Brass http://www.redheadbrass.com/ Redhead Brass QTY. 1-9 10.00%YES NO http://www.redheadbrass.com/ Redhead Brass QTY 10-24 20.00%YES NO http://www.redheadbrass.com/ Redhead Brass QTY 25-49 30.00%YES NO http://www.redheadbrass.com/ Redhead Brass QTY 50-199 40.00%YES NO http://www.redheadbrass.com/ Reflexite N/A Rescue 42 10.00%YES NO http://rescue42.com/ Rescue Tech 5.00%NO NO http://www.rescuetech1.com/ Rice Hydro - test pumps 25.00%YES NO http://www.ricehydro.com/ Rice Hydro Accessories 10.00%YES NO http://www.ricehydro.com/ SaferStraps 0.00%YES NO https://saferstraps.com/ SCBAS 15.00%YES NO http://scbas.com/ Scott Aviation N/A Securitiex N/A Sensible Mounts 15.00%YES NO http://senpro.net/ Servus Boots N/A Shelby Wolverine 5.00%YES NO http://www.shelbyglove.com/ Signal Vehicle Products 20.00%NO NO Snaptite N/A Solutions Safety Products 0.00%NO NO https://solutionssafety.com/products/citrosqueeze South Park 20.00%YES NO http://www.spcbrass.com/ SpillArmor 10.00%YES NO http://smartvistallc.com/spillarmor/ Spumifier N/A Sterling Rope 15.00%NO NO http://www.sterlingrope.com/ Streamlight 40.00%YES NO http://www.streamlight.com/ Superior Pneumatic N/A http://www.superiorpneumatic.com/ SuperVac 25.00%YES NO http://supervac.com/ Task Force Tips 38.00%YES NO http://www.tft.com/ Task Force Tips - Parts 20.00%NO NO http://www.tft.com/ Task Force Tips G-Force 0.00%YES NO https://www.tft.com/Product-Series/G-Force Team Equipment 0.00%YES NO http://www.teamequipment.com/ TeleLite 5.00%NO NO http://www.tele-lite.com/ Tempest Fans 20.00%YES NO http://www.tempest.us.com/ Thorogood Boots 20.00%YES NO http://www.weinbrennerusa.com/ TNT Rescue Tools 0.00%YES NO http://www.tntrescue.com/ TNT Tools 0.00%NO NO http://www.tnttool.com/ Tomar 10.00%YES NO http://www.tomar.com/ Topps N/A True North 10.00%YES NO http://www.truenorthgear.com/ Turtle Plastics 10.00%YES NO http://turtleplastics.com/ Underwater Kinetics N/A Unity Lights N/A US Coupling 25.00%YES NO http://www.uscouplings.com/home/ Vanguard Safetywear 5.00%YES NO https://www.vanguardsafetywear.com/ Vanner 10.00%YES NO http://www.vanner.com/ Veridian N/A Waterax 10.00%NO NO http://www.waterax.com/ Waterous 10.00%YES NO http://www.waterousco.com/ Weldon 10.00%YES NO http://www.akronbrass.com/ Western Shelter - Crew Boss 10.00%YES NO http://westernshelter.com/ Western Shelter- tanks/shelters 0.00%NO NO http://westernshelter.com/ Whelen Engineering 10.00%YES NO http://www.whelen.com/index.php Will Burt 10.00%NO NO http://www.willburt.com/ Williams Foam 12.00%YES NO http://www.williamsfire.com/HOME.aspx Winco Generators N/A Windsol N/A Worden N/A Zephyr N/A Ziamatic/Zico 20.00%YES NO http://www.ziamatic.com/ Added in 2022 Ricochet 35.00%No No https://www.ricochet-gear.com/ Rescue Intellitech 0.00%No No https://www.rescueintellitech.com/en-us/ Added in 2023 Arctic Compressors 0.00%NO NO https://www.arcticcompressor.com/ Fire-Dex Gloves/Hoods 20.00%NO NO https://www.firedex.com/hoods/ Fast Rescue Solutions 0.00%NO NO https://www.fastrescuesolutions.com/ Darley & Co. (change in discount)0.00%NO NO http://www.darley.com/ Glassmaster Wehr (change in 0.00%YES NO http://glasmaster.com/ Groves Incorporated (change in 5.00%NO NO http://www.groves.com/ Junk Yard Dog (change in discount)0.00%NO NO http://junkyarddogindustries.com/ Rescue Tech (change in discount)0.00%NO NO http://www.rescuetech1.com/ Task Force Tips (change in discount)33.00%YES NO http://www.tft.com/ Circul-Air 0.00%NO NO https://circul-air-corp.com/ Fotokite 0.00%NO NO https://fotokite.com/ Added in 2024 AquaEye 0.00%NO NO https://vodasafe.ca/aquaeye/ Covert Armor 0.00%NO NO https://www.covertarmor.com/ Seek Thermal 0.00%YES NO https://www.thermal.com/ Added in 2025 Brimstone 5.00%NO NO https://brimstonefireprotection.com/ Ten-8 ISP 0.00%YES YES https://ten8fire.com/ Powerhawk/RescueQTec 15.00%NO NO https://www.powerhawk.com/ Turbodraft 0.00%NO NO https://www.turbodraft.net/ Edwards & Cromwell 0.00%NO NO https://edwardsandcromwell.com/products/ Petzl 10.00%NO NO https://www.petzl.com/US/en/Professional Akron Brass Parts (change discount)0.00%YES NO https://www.akronbrass.com/parts-and-accessories Elkhart Brass Parts (change discount)0.00%YES NO https://elkhartbrass.com/fastlane/ TFT Parts (change discount)0.00%YES NO https://tft.com/ PGI (change discount)10.00%YES NO https://www.pgi-inc.com/ Ram Airdryer 5.00%NO NO https://www.ramairgeardryer.com/ PROCUREMENT SERVICES –DIVISION OFOFFICE OFMANAGEMENT AND BUDGET SERVICES P.O. BOX7800• 315 W. MAINST.,TAVARES, FL32778•P352.343.9839• F352.343.9473 Board of County Commissioners • www.lakecountyfl.gov MODIFICATION OF CONTRACT Modification Number:Eight (8) Effective Date: 5/14/2024 Contract Number: 22-730K Title: Fire Equipment, Supplies, and Service Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel E-mail: gbechtel@lakecountyfl.gov Telephone Number: 352-343-9765 Contractor Name and Address: Name: Ten-8 Fire and Safety, LLC Address: 2950 59th Ave Drive East City: Bradenton, FL 34203 ATTENTION: debouwer@ten8fire.com; cmorgan@ten8fire.com Issued By:Procurement Services Lake County Administration Building 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to add quantitative fit and bench flow testing for MSA SCBA per the attached pricing sheet. CONTRACTOR SIGNATURE BLOCK Signature: _______________________________________ Print Name: ______________________________________ Title: ____________________________________________ Date: ____________________________________________ E-mail: ___________________________________________ Secondary E-mail: __________________________________ LAKE COUNTY SIGNATURE BLOCK Signature: Print Name: Title: Date: _________________________________________ Distribution: Original – Bid FileCopy – ContractorContracting Officer Cindy Morgan VP of Equipment and Rescue Sales 5/14/2024 cmorgan@ten8fire.com info@ten8fire.com ATTACHMENT 2A - PRICING SHEET 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES ITEM # 1 2a 2b 2c Labor for Equipment Repair (not under warranty)$115.00 per hour 2d Pickup or delivery services offered?Yes 2e Pick up / delivery fee for Equipment $65.00-/hour/person per call N/A Both N/A N/A 3 MANUFACTURER Hourly Service Rate Factory Authorized Service Center? YES/NO Pierce - At Vendor Facility, 8AM - 5PM, Mon - Fri $124.20 Yes Pierce - At Vendor Facility, outside of hours mentioned above $189.00 Yes Pierce - Off Site Location, 8AM - 5PM, Mon - Fri $140.40 Yes Pierce - Off Site Location, outside of hours mentioned above $243.00 Yes MSA Service Travel Fee $1.30/mile Yes MSA SCBA Annual Flow Test $69.00 Yes MSA Annual Quantitative Facepiece Fit Testing $30.00 Yes MSA Personnel Facepiece Fit Testing $30.00 Yes MSA Labor Rate $120.00 Yes LIST MANUFACTURER SUPPORTED. Ten-8 Fire & Safety, LLC SAVE AND SUBMIT AS AN EXCEL FILE www.ten8fire.com Lake County is exempt from all taxes (Federal, State, Local). A Tax Exemption Certificate will be furnished upon request for any direct purchasing. Contractor will be responsible for payment of taxes on all materials purchased by the Contractor for the project. 2950 59th Ave Dr E, Bradenton, FL 34203 Ron Ribbens, 800-228-8368, rribbens@ten8fire.com MSA Service: MSAservice@ten8fire.com SHOP LOCATION The following information is required for price redetermination consideration. Assuming prices quoted include costs for vehicles, maintenance, repair, insurance, fuel, wages, insurances, other employee benefits, materials, overhead, operating expenses, etc., what percentage of the rate is directly attributed to the cost of fuel? Which does the firm use: Diesel fuel or Gasoline? Assuming prices quoted include costs for vehicles, maintenance, repair, insurance, fuel, wages, materials, overhead, operating expenses, etc., what percentage of the rate is directly attributed to the cost of wages? Assuming prices quoted include costs for vehicles, maintenance, fuel, wages, insurances, other employee benefits, materials, overhead, operating expenses, etc., what percentage of the rate is directly attributed to the cost of materials? PROCUREMENT SERVICES – DIVISION OF OFFICE OFMANAGEMENTAND BUDGET SERVICES P.O. BOX7800• 315 W.MAIN ST., TAVARES, FL32778 • P 352.343.9839 • F 352.343.9473 Board of County Commissioners • www.lakecountyfl.gov MODIFICATION OF CONTRACT Modification Number:Seven (7) Effective Date: 2/28/2024 Contract Number: 22-730K Title: Fire Equipment, Supplies, and Service Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel E-mail: gbechtel@lakecountyfl.gov Telephone Number: 352-343-9765 Contractor Name and Address: Name: Ten-8 Fire and Safety, LLC Address: 2950 59th Ave Drive East City: Bradenton, FL 34203 ATTENTION: debouwer@ten8fire.com; cmorgan@ten8fire.com Issued By:Procurement Services Lake County Administration Building 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to add vendor to contract per the attached. CONTRACTOR SIGNATURE BLOCK Signature: _______________________________________ Print Name: ______________________________________ Title: ____________________________________________ Date: ____________________________________________ E-mail: ___________________________________________ Secondary E-mail: __________________________________ LAKE COUNTY SIGNATURE BLOCK Signature: Print Name: Title: Date: _________________________________________ Distribution: Original – Bid File Copy – Contractor Contracting Officer Cindy Morgan VP of Equipment and Rescue Sales 2/28/2024 cmorgan@ten8fire.com info@ten8fire.com Lake County 22-730K ContractEquipmentBid Discount off ListHourly RateStockingDistributor?Freight Included?WebsiteAdded in 2024AquaEye0.00%NO NOhttps://vodasafe.ca/aquaeye/Covert Armor0.00%NO NOhttps://www.covertarmor.com/Seek Thermal0.00%YES NOhttps://www.thermal.com/ PROCUREMENT SERVICES – DIVISION OF OFFICE OFMANAGEMENTAND BUDGET SERVICES P.O. BOX7800• 315 W.MAIN ST., TAVARES, FL32778 • P 352.343.9839 • F 352.343.9473 Board of County Commissioners • www.lakecountyfl.gov MODIFICATION OF CONTRACT Modification Number:Six (6) Effective Date: 2/20/2024 Contract Number: 22-730K Title: Fire Equipment, Supplies, and Service Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel E-mail: gbechtel@lakecountyfl.gov Telephone Number: 352-343-9765 Contractor Name and Address: Name: Ten-8 Fire and Safety, LLC Address: 2950 59th Ave Drive East City: Bradenton, FL 34203 ATTENTION: debouwer@ten8fire.com; cmorgan@ten8fire.com Issued By:Procurement Services Lake County Administration Building 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to add vendor to contract per the attached. CONTRACTOR SIGNATURE BLOCK Signature: _______________________________________ Print Name: ______________________________________ Title: ____________________________________________ Date: ____________________________________________ E-mail: ___________________________________________ Secondary E-mail: __________________________________ LAKE COUNTY SIGNATURE BLOCK Signature: Print Name: Title: Date: _________________________________________ Distribution: Original – Bid File Copy – Contractor Contracting Officer Cindy Morgan VP of Equipment and Rescue Sales 2/20/2024 cmorgan@ten8fire.com info@ten8fire.com Lake County 22-730K ContractEquipmentBid Discount off ListHourly RateStockingDistributor?Freight Included?WebsiteAdded in 2024AquaEye0.00%NO NOhttps://vodasafe.ca/aquaeye/Covert Armor0.00%NO NOhttps://www.covertarmor.com/ PROCUREMENT SERVICES – DIVISION OF OFFICE OFMANAGEMENTAND BUDGET SERVICES P.O. BOX7800• 315 W.MAIN ST., TAVARES, FL32778 • P 352.343.9839 • F 352.343.9473 Board of County Commissioners • www.lakecountyfl.gov MODIFICATION OF CONTRACT Modification Number:Five (5) Effective Date: 9/28/2023 Contract Number: 22-730K Title: Fire Equipment, Supplies, and Service Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel E-mail: gbechtel@lakecountyfl.gov Telephone Number: 352-343-9765 Contractor Name and Address: Name: Ten-8 Fire and Safety, LLC Address: 2950 59th Ave Drive East City: Bradenton, FL 34203 ATTENTION: debouwer@ten8fire.com; cmorgan@ten8fire.com Issued By:Procurement Services Lake County Administration Building 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to add items to contract per the attached. CONTRACTOR SIGNATURE BLOCK Signature: _______________________________________ Print Name: ______________________________________ Title: ____________________________________________ Date: ____________________________________________ E-mail: ___________________________________________ Secondary E-mail: __________________________________ LAKE COUNTY SIGNATURE BLOCK Signature: Print Name: Title: Date: _________________________________________ Distribution: Original – Bid File Copy – Contractor Contracting Officer Cindy Morgan VP of Equipment and Rescue Sales 9/28/2023 cmorgan@ten8fire.com debouwer@ten8fire.com Lake County 22-730K ContractEquipmentBid Discount off ListHourly RateStockingDistributor?Freight Included?WebsiteCircul-Air0.00%NO NOhttps://circul-air-corp.com/Fotokite0.00%NO NOhttps://fotokite.com/ PROCUREMENT SERVICES – DIVISIONOF OFFICE OFMANAGEMENT AND BUDGET SERVICES P.O. BOX7800• 315 W.MAIN ST.,TAVARES, FL32778 • P 352.343.9839 • F 352.343.9473 Board of County Commissioners • www.lakecountyfl.gov MODIFICATION OF CONTRACT Modification Number:Four (4) Effective Date: 8/1/2023 Contract Number: 22-730K Title: Fire Equipment, Supplies, and Service Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel E-mail: gbechtel@lakecountyfl.gov Telephone Number: 352-343-9765 Contractor Name and Address: Name: Ten-8 Fire and Safety, LLC Address: 2950 59th Ave Drive East City: Bradenton, FL 34203 ATTENTION: debouwer@ten8fire.com; cmorgan@ten8fire.com Issued By:Procurement Services Lake County Administration Building 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to extend the agreement for two annual terms to expire on 07/31/2025. CONTRACTOR SIGNATURE BLOCK Signature: _______________________________________ Print Name: ______________________________________ Title: ____________________________________________ Date: ____________________________________________ E-mail: ___________________________________________ Secondary E-mail: __________________________________ LAKE COUNTY SIGNATURE BLOCK Signature: Print Name: Title: Date: _________________________________________ Distribution: Original – Bid File Copy – Contractor Contracting Officer Cindy Morgan VP of Equipment and Rescue Sales 3/1/2023 cmorgan@ten8fire.com Debouwer@ten8fire.com PROCUREMENT SERVICES – DIVISIONOF OFFICE OFMANAGEMENT AND BUDGET SERVICES P.O. BOX7800• 315 W.MAIN ST.,TAVARES, FL32778 • P 352.343.9839 • F 352.343.9473 Board of County Commissioners • www.lakecountyfl.gov MODIFICATION OF CONTRACT Modification Number:Three (3) Effective Date: 1/16/2023 Contract Number: 22-730K Title: Fire Equipment, Supplies, and Service Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel E-mail: gbechtel@lakecountyfl.gov Telephone Number: 352-343-9765 Contractor Name and Address: Name: Ten-8 Fire and Safety, LLC Address: 2950 59th Ave Drive East City: Bradenton, FL 34203 ATTENTION: debouwer@ten8fire.com; cmorgan@ten8fire.com Issued By:Procurement Services Lake County Administration Building 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to add items to contract per the attached. CONTRACTOR SIGNATURE BLOCK Signature: _______________________________________ Print Name: ______________________________________ Title: ____________________________________________ Date: ____________________________________________ E-mail: ___________________________________________ Secondary E-mail: __________________________________ LAKE COUNTY SIGNATURE BLOCK Signature: Print Name: Title: Date: _________________________________________ Distribution: Original – Bid File Copy – Contractor Contracting Officer Cindy Morgan VP of Equipment and Rescue Sales 1/23/2023 cmorgan@ten8fire.com Lake County 22‐730K ContractEquipmentBid Discount off ListHourly RateStocking Distributor?Freight Included?WebsiteAdded in 2023Arctic Compressors0.00%NO NOhttps://www.arcticcompressor.com/Fire-Dex Gloves/Hoods20.00%NO NOhttps://www.firedex.com/hoods/Fast Rescue Solutions0.00%NO NOhttps://www.fastrescuesolutions.com/Darley & Co. (change in discount)0.00%NO NOhttp://www.darley.com/Glassmaster Wehr (change in discount)0.00%YES NOhttp://glasmaster.com/Groves Incorporated (change in discount)5.00%NO NOhttp://www.groves.com/Junk Yard Dog (change in discount)0.00%NO NOhttp://junkyarddogindustries.com/Rescue Tech (change in discount)0.00%NO NOhttp://www.rescuetech1.com/Task Force Tips (change in discount)33.00%YES NOhttp://www.tft.com/ PROCUREMENT SERVICES – DIVISION OF OFFICE OFMANAGEMENTAND BUDGET SERVICES P.O. BOX7800• 315 W.MAIN ST., TAVARES, FL32778 • P 352.343.9839 • F 352.343.9473 Board of County Commissioners • www.lakecountyfl.gov MODIFICATION OF CONTRACT Modification Number:Two (2) Effective Date: 9/12/2022 Contract Number: 22-730K Title: Fire Equipment, Supplies, and Service Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel E-mail: gbechtel@lakecountyfl.gov Telephone Number: 352-343-9765 Contractor Name and Address: Name: Ten-8 Fire and Safety, LLC Address: 2950 59th Ave Drive East City: Bradenton, FL 34203 ATTENTION: debouwer@ten8fire.com; cmorgan@ten8fire.com Issued By:Procurement Services Lake County Administration Building 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to add items to contract per the attached. CONTRACTOR SIGNATURE BLOCK Signature: _______________________________________ Print Name: ______________________________________ Title: ____________________________________________ Date: ____________________________________________ E-mail: ___________________________________________ Secondary E-mail: __________________________________ LAKE COUNTY SIGNATURE BLOCK Signature: Print Name: Title: Date: _________________________________________ Distribution: Original – Bid File Copy – Contractor Contracting Officer Cindy Morgan VP of Equipment and Rescue Sales 9/14/2022 cmorgan@ten8fire.com Debouwer@ten8fire.com Lake County 22730K ContractEquipmentBid Discountoff ListHourly RateStockingDistributor?FreightIncluded?WebsiteAdded in 2022Rescue Intellitech0.00%No Nohttps://www.rescueintellitech.com/enus/ PROCUREMENT SERVICES – DIVISION OF OFFICE OFMANAGEMENTAND BUDGET SERVICES P.O. BOX7800• 315 W.MAIN ST., TAVARES, FL32778 • P 352.343.9839 • F 352.343.9473 Board of County Commissioners • www.lakecountyfl.gov MODIFICATION OF CONTRACT Modification Number:One (1) Effective Date: 8/12/2022 Contract Number: 22-730K Title: Fire Equipment, Supplies, and Service Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel E-mail: gbechtel@lakecountyfl.gov Telephone Number: 352-343-9765 Contractor Name and Address: Name: Ten-8 Fire and Safety, LLC Address: 2950 59th Ave Drive East City: Bradenton, FL 34203 ATTENTION: debouwer@ten8fire.com; cmorgan@ten8fire.com Issued By:Procurement Services Lake County Administration Building 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to add items to contract per the attached. CONTRACTOR SIGNATURE BLOCK Signature: _______________________________________ Print Name: ______________________________________ Title: ____________________________________________ Date: ____________________________________________ E-mail: ___________________________________________ Secondary E-mail: __________________________________ LAKE COUNTY SIGNATURE BLOCK Signature: Print Name: Title: Date: _________________________________________ Distribution: Original – Bid File Copy – Contractor Contracting Officer Cindy Morgan VP of Equipment and Rescue Sales cmorgan@ten8fire.com 8/12/2022 inf@ten8fire.com Lake County1Lake County170606L ContractEquipmentBid Discountoff ListHourlyRateStockingDistributor?FreightIncluded?WebsiteAdded in 2022Ricochet35.00%No Nohttps://www.ricochetgear.com/ REAL FLORIDA · REAL CLOSE ADDENDUM NO. #2 22-730 E COUNTY, FL REH fLORIOA • REA CLOSE Office of Procurement Services P.O. Box 7800 • 315 W. Main St., Suite 441 • Tavares, FL 32778 SOLICTATION: Fire Equipment, Supplies, and Services 04/12/2022 Vendors are responsible for the receipt and acknowledgement of all addenda to a solicitation. Confinn acknowledgement by including an electronically completed copy of this addendum with submittal. Failure to acknowledge each addendum may prevent the submittal from being considered for award. THIS ADDENDUM DOES NOT CHANGE THE DATE FOR RECEIPT OF PROPOSALS. QUESTIONS/RESPONSES Ql. Section 5.0 Method of Award -Is it the County's intention to award to multiple vendors as they have done in the past? Rl. Per Section 5.0 Method of A ward; The County reserves the right to make awards on a lowest price basis by individual item, group of items, all or none, or a combination; with one or more Vendors Q2. Section 3.0 Delivery Requirements and Acceptance -bid calls for delivery of all products within 10 calendar days. For items in stock this is possible, but for items on order the delivery time will vary by product and brand. The delivery time can be given when a quote is requested. R2. Per Section 3.0 Delivery Requirements and Acceptance Section 3.5.1 Back order may be cancelled after the shipment period has lapsed. Cancellation of orders are at the discretion of the County. Q3. Certain manufacturers are now including a significant surcharge to our cost which is in addition to the list price. For the county to purchase these brands off this contract, a surcharge will need to be allowed. R3. The solicitation provides for percent off list price. Cost shall be in accordance with contract pricing. Any additional fees shall be borne of the vendor. ACKNOWLEDGEMENT Finn Name: Ten-8 Fire & Safety, LLC I hereby certify that my electronic signature has the same legal effect as if made under oath; that I am an authorized representative of this vendor and/or empowered to execute this submittal on behalf of the vendor. Signature of Legal Representative Submitting this Bid: ./?ic.lua-d 0<7WZJ.Cr Date: 4/26/2022 Page 1 of 2 ADDENDUM NO. #2 Print Name: Richard Downer Title: COO Primary E-mail Address: debouwer@ten8fire.com Secondary E-mail Address: cmorgan@ten8fire.com 22-730 Page 2 of2 ADDENDUM NO. #1 A LP:tE COUNTY, FL RlAL fLORIOA • REH CLOSE Office of Procurement Services P.O. Box 7800 • 315 W. Main St., Suite 441 • Tavares, FL 32778 SOLi CT ATION: Fire Equipment, Supplies, and Services 22-730 03/28/2022 Vendors are responsible for the receipt and acknowledgement of all addenda to a solicitation. Confirmacknowledgement by including an electronically completed copy of this addendum with submittal. Failure to acknowledge each addendum may prevent the submittal from being considered for award. THIS ADDENDUM DOES NOT CHANGE THE DATE FOR RECEIPT OF PROPOSALS. QUESTIONS/RESPONSES QI. I reviewed the attachments for bid 22-730 on Lake County's website and it doesn't look like the attachments have any items that need to be priced. Is there a file with the equipment and supplies you would like p1icing for? Rl. Attachments 2A and 2B -The vendor shall list manufacturer brands supported. Q2. I am looking at the Bid/RFP Number: 22-730 bid opportunity and wanted to find ifI am not seeing the Attachment 2B, properly? I have opened and downloaded, but I am not seeing any of the equipment or supplies listed. R2. Attachments 2A and 2B -The vendor shall list manufacturer brands supported. ACKNOWLEDGEMENT Finn Name: Ten-8 Fire & Safety, LLC I hereby certify that my electronic signature has the same legal effect as if made under oath; that I am an authorized representative of this vendor and/or empowered to execute this submittal on behalf of the vendor. Signature of Legal Representative Submitting this Bid: .fi/ic:ha.z,d Oowzu;.t' Date: 4/26/2022 Print Name: Richard Downer Title: COO Primary E-mail Address: debouwer@ten8fire.com Secondary E-mail Address: cmorgan@ten8fire.com Page 1 of 1 EXHIBIT A-SCOPE OF SERVICES 22-730FIRE EQUIPMENT, SUPPLIES, AND SERVICES The County is establishing a vendor pool for fire equipment, supplies, and services. The County does not guarantee a dollar amount to be expended on any resulting contract(s). 1.SCOPE OF SERVICES All items purchased shall be in accordance with all governmental standards to include, but not belimited to, those issued by the Occupational Safety and Health Administration (OSHA), theNational Institute of Occupational Safety Hazards (NIOSH), and the National Fire ProtectionAssociation (NFPA). MSDS sheets shall be provided with the shipment ofany hazardous materialsas required by 29 CFR 1910.1200. 2.CONTRACTOR'S RESPONSIBILITIES Contractor shall: 2.1. Provide a website address for product and price lists for viewing and downloading. 2.2. Provide (upon request) a downloadable file of current catalog and manufacturer's price listsfor the brands quoted. 2.3. Provide all labor, material, and equipment necessary for contract performance. 2.4. Provide an intensive training program to County staff regarding the use of the products or services supplied. 2.4.1. Contractor shall bare all costs of registration fees, manuals, texts, or instructional materials associated with the required training. 2.4.2. Training shall be at no additional cost to the County. 3.DELIVERY REQUIREMENTS AND ACCEPTANCE 3.1. Deliveries shall be FOB Destination -Inside Delivery. 3.2. Delivery will be to a county location named during order placement. 3.3. Deliveries shall be made within ten (10) calendar days and during regular business hours 3.3.1. Monday through Friday, 8:00 a.m. to 5:00 p.m. 3.3.2. Excludes County Holidays 3.4. Emergency orders shall be delivered within forty-eight (48) hours. 3.4.1. The County will advise when the order is an emergency. 3.4.2. Emergency/Disaster deliveries may be required during non-business hours. 3.5. Back orders shall be filled within ten (10) calendar days from the initial scheduled delivery. 3.5.1. Back orders may be cancelled after shipment period has lapsed. Pagelof3 EXHIBIT A -SCOPE OF SERVICES FIRE EQUIPMENT, SUPPLIES, AND SERVICES 3.6. County staff may pick-up in person if authorized in writing by supervisor. 3.6.1. Contractor shall maintain a copy of the written authorization. 22-730 3.7. County reserves the right to cancel an order after the order shipment period has lapsed. 4.REBATES AND SPECIAL PROMOTIONS 4.1. All rebates and special promotions offered by a manufacturer shall be passed on to theCounty. 4.2. Contractor shall be responsible to notify the County of rebates or special promotions. 4.3. Special promotions shall be offered to the County if pricing is lower than contract pricing. 5.REPAIR SERVICES 5.1. Hourly rates shall be straight-time and be full compensation for labor, equipment use, traveltime, and any other incidentals. 5.2. Contractor shall possess all required equipment necessary to make effective repairs. 5.3. Contractor shall be factory certified to service equipment. 5 .4. Contractor shall assume risk of loss or damage to County property until returned and accepted by County. 5.5. Contractor shall submit a written estimate for each service project. 5.5.1. The estimate shall be itemized and include: 5.5.1.1. Anticipated start date and completion date. 5.5.1.2. Number of hours at contracted hourly wages for project completion 5.5.1.3. List price of materials and discount per Attachment 2-Pricing Sheet. 5.5.1.4. Lump sum estimates are not acceptable. 5.6. No work shall commence without a written Notice to Proceed. 5.7. All materials, workmanship, and equipment shall be subject to inspection and approval. 5.8. The Contractor shall correct all deficiencies/defects in work failing to conform to standard within ten (l 0) calendar days of notification at Contractor's expense. 6.TRAINING 6.1. Contractor shall supply a minimum of one (!) comprehensive repair and parts manual. 6.1.1. Manuals shall be included with equipment upon delivery. Page 2 of3 EXHIBIT A -SCOPE OF SERVICES FIRE EQUIPMENT, SUPPLIES, AND SERVICES 6.1.2. Manuals may be electronic. 7.WARRANTY REQUIREMENTS 22-730 7 .1. The Contractor agrees that all materials shall be new, warranted for their merchantability,and fit for a particular purpose. 7.2. The Contractor agrees that the product and/or service furnished shall be covered by the most favorable commercial warranty. 7.3. Contractor shall assume the risk of loss of damage to the County's property during possession and until delivery and acceptance of property to the County. 7 .4. The Contractor shall correct all apparent or latent deficiencies, defects in work, or any work that fails to conform at the Contractor's expense within ten (IO) calendar days. [The remainder of this page intentionally left blank] Page 3 of3 EXHIBIT B -INSURANCE REQUIREMENTS 22-730 A.CONTRACTOR will purchase and maintain at all times during the term of thisContract, without cost or expense to the COUNTY, policies of insurance as indicated below, with a company or companies authorized to do business in the State of Florida, and which are acceptable to the COUNTY, insuring the CONTRACTOR against any and all claims, demands, or causes of action, for injuries received or damage to property relating to the performance of duties, services, or obligations of the CONTRACTOR under the terms and provisions of the Contract. An original certificate of insurance, indicating that CONTRACTOR has coverage in accordance with the requirements of this section must be received and accepted by the COUNTY prior to contract execution or before any work begins. It will be furnished by CONTRACTOR to the COUNTY'S Project Manager and Procurement Services Director within five working days of such request. The parties agree that the policies of insurance and confirming certificates of insurance will insure the CONTRACTOR in accordance with the following minimum limits: i.General Liability insurance on forms no more restrictive than the latest edition of theOccurrence Form Commercial General Liability policy (CG 00 01) of the Insurance Services Office or equivalent without restrictive endorsements, with the following minimum limits and coverage: Each Occurrence/General Aggregate Products-Completed Operations Personal & Adv. Injury Fire Damage Medical Expense Contractual Liability $1 ,000,000/2,000,000 $2,000,000 $1,000,000 $50,000 $5,000 Included ii.Automobile liability insurance, including owned, non-owned, and hired autos with theminimum Combined Single Limit of$1,000,000 iii.Workers' compensation insurance based on proper reporting of classification codes andpayroll amounts in accordance with Chapter 440, Florida Statutes, and any other applicable law requiring workers' compensation (Federal, maritime, etc.). If not required by law to maintain workers compensation insurance, the CONTRACTOR must provide a notarized statement that if he or she is injured, he or she will not hold the COUNTY responsible for any payment or compensation. iv.Employers Liability with the following minimum limits and coverage:Each Accident $1,000,000 Disease-Each Employer $1,000,000 Disease-Policy Limit $1,000,000 B.Lake County, a Political Subdivision of the State of Florida, and the Board of CountyCommissioners, will be named as additional insured as their interest may appear all applicable policies. Certificates of insurance must identify the RFP or 1TB number in the Description of Operations section on the Certificate. C.CONTRACTOR must provide a minimum of30 days prior written notice to the Countyof any change, cancellation, or nonrenewal of the required insurance. Pagel of 2 EXHIBIT B -INSURANCE REQUIREMENTS 22-730 D.Certificates of insurance must evidence a waiver of subrogation in favor of theCOUNTY, that coverage must be primary and noncontributory, and that each evidenced policy includes a Cross Liability or Severability of Interests provision, with no requirement of premium by the COUNTY. E.CONTRACTOR must provide a copy of all policy endorsements, reflecting the requiredcoverage, with Lake County listed as an additional insured along with all required provisions to include waiver of subrogation. Contracts cannot be completed without this required insurance documentation. A certificate of insurance (COI) will not be accepted in lieu of the policy endorsements. F.Certificate holder must be:LAKE COUNTY, A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA, AND THE BOARD OF COUNTY COMMISSIONERS. P.O. BOX 7800 TAVARES, FL 32778-7800 G.All self-insured retentions will appear on the certificates and will be subject to approvalby the COUNTY. At the option of the COUNTY, the insurer will reduce or eliminate such self­insured retentions; or CONTRACTOR will be required to procure a bond guaranteeing payment of losses and related claims expenses. H.The COUNTY will be exempt from, and in no way liable for, any sums of money,which may represent a deductible or self-insured retention in any insurance policy. The payment of such deductible or self-insured retention will be the sole responsibility of the CONTRACTOR or subcontractor providing such insurance. I.CONTRACTOR will be responsible for subcontractors and their insurance.Subcontractors are to provide Certificates of Insurance to the COUNTY evidencing coverage and terms in accordance with the CONTRACTOR'S requirements. J.Failure to obtain and maintain such insurance as set out above will be considered abreach of contract and may result in termination of the contract for default. K.Neither approval by the COUNTY of any insurance supplied by CONTRACTOR, nora failure to disapprove that insurance, will relieve CONTRACTOR of full responsibility of liability, damages, and accidents as set forth herein. [The remainder of this page is intentionally left blank.] Page 2 of2 TABLE OF CONTENTS TABLE OF CONTENTS ......................................................................................................................... 1 DEFINITIONS ......................................................................................................................................... 1 INSTRUCTIONS TO VENDORS ........................................................................................................... 1 PREPARATION OF PROPOSALS ......................................................................................................... 2 COLLUSION ............................................................................................................................................ 2 PROHIBITION AGAINST CONTINGENT FEES ................................................................................. 2 CONTRACTING WITH COUNTY EMPLOYEES ................................................................................ 3 INCURRED EXPENSES ......................................................................................................................... 3 AWARD ................................................................................................................................................... 3 GRANT FUNDING .................................................................................................................................. 3 STATE REGISTRATION REQUIREMENTS ........................................................................................ 4 PRIME CONTRACTOR .......................................................................................................................... 4 SUBCONTRACTING .............................................................................................................................. 4 DISADVANTAGED BUSINESSES ....................................................................................................... 4 GENERAL CONTRACT CONDITIONS ................................................................................................ 4 GOVERNING LAW ................................................................................................................................ 4 COMPLIANCE OF LAWS, REGULATIONS, AND LICENSES .......................................................... 4 CONTRACT EXTENSION ..................................................................................................................... 5 MODIFICATION OF CONTRACT ........................................................................................................ 5 ASSIGNMENT......................................................................................................................................... 5 NON-EXCLUSIVITY .............................................................................................................................. 5 OTHER AGENCIES ................................................................................................................................ 5 CONTINUATION OF WORK................................................................................................................. 5 WARRANTY ........................................................................................................................................... 5 DEFICIENCIES IN WORK TO BE CORRECTED BY THE CONTRACTOR .................................... 5 COUNTY IS TAX-EXEMPT................................................................................................................... 6 SHIPPING TERMS, F.O.B. DESTINATION .......................................................................................... 6 ACCEPTANCE OF GOODS OR SERVICES ......................................................................................... 6 ESTIMATED QUANTITIES ................................................................................................................... 6 PURCHASE OF OTHER ITEMS ............................................................................................................ 7 SAFETY ................................................................................................................................................... 7 MATERIAL SAFETY DATA SHEET (MSDS) ..................................................................................... 7 TOBACCO PRODUCTS ......................................................................................................................... 7 CLEAN-UP ............................................................................................................................................... 7 PROTECTION OF PROPERTY .............................................................................................................. 8 CERTIFICATE OF COMPETENCY/LICENSURE, PERMITS, AND FEES ....................................... 8 TRUTH IN NEGOTIATION CERTIFICATE ......................................................................................... 8 COMPETENCY OF VENDORS AND ASSOCIATED SUBCONTRACTORS.................................... 8 RESPONSIBILITY AS EMPLOYER ...................................................................................................... 8 MINIMUM WAGES ................................................................................................................................ 9 PRICE REDETERMINATIONS.............................................................................................................. 9 INDEMNIFICATION .............................................................................................................................. 9 TERMINATION FOR CONVENIENCE ................................................................................................ 9 LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Version 05.06.2021 TERMINATION DUE TO UNAVAILABILITY OF CONTINUING FUNDING................................. 9 TERMINATION FOR DEFAULT ........................................................................................................... 9 FRAUD AND MISREPRESENTATION .............................................................................................. 10 RIGHT TO AUDIT ................................................................................................................................ 10 PROPRIETARY/CONFIDENTIAL INFORMATION .......................................................................... 10 PUBLIC RECORDS LAW ..................................................................................................................... 10 COPYRIGHTS ....................................................................................................................................... 12 SOVEREIGN IMMUNITY .................................................................................................................... 12 COMPLIANCE WITH FEDERAL STANDARDS ............................................................................... 12 E-VERIFY .............................................................................................................................................. 12 HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) ....................... 12 FORCE MAJEURE ................................................................................................................................ 13 NO CLAIM FOR DAMAGES ............................................................................................................... 13 CERTIFICATION REGARDING SCRUTINIZED COMPANIES ...................................................... 13 ANTI-TRAFFICKING RELATED ACTIVITIES ................................................................................. 13 NOTICES ............................................................................................................................................... 14 LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 1 of 14 Version 05.06.2021 DEFINITIONS Contract: The agreement to perform the services set forth in a document signed by both parties with any attachments specifically incorporated. Contractor: The Vendor to whom award has been made. County: Lake County, Florida, a political subdivision of the State of Florida. Proposal: Any offer submitted in response to a solicitation. Solicitation: The written document requesting bids, quotes, or proposals from the marketplace. Vendor: Any entity responding to a solicitation or performing under any resulting contract. INSTRUCTIONS TO VENDORS A.Vendor Qualification: The County requires Vendors provide evidence of compliance with therequirements below upon request: 1. Disclosure of Employment.2. Disclosure of Ownership.3.Drug-Free Workplace.4. W-9 and 8109 Forms – as required by the Internal Revenue Service.5.Americans with Disabilities Act (ADA). 6. Conflict of Interest.7.Debarment Disclosure Affidavit.8. Nondiscrimination.9.Family Leave.10.Antitrust Laws – By acceptance of any contract, the Vendor agrees to comply with all applicable antitrust laws. B.Public Entity Crimes: Pursuant to Section 287.133, Florida Statutes, a person or affiliate who hasbeen placed on the convicted vendor list following a conviction of a public entity crime may not beawarded or perform work as a contractor, supplier, subcontractor, or contractor under a contract withany public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. C. Contents of Solicitation and Vendors’ Responsibilities: The Vendor shall be thoroughly familiarwith the requirements of this solicitation. Ignorance of these matters by the Vendor will not beaccepted as a basis for varying the requirements of the County, or the compensation to be paid. E.Restricted Discussions: From the date of solicitation issuance until final County action, Vendors will not discuss any part of the solicitation with any employee, agent, or other representative of theCounty except as expressly authorized by the designated procurement representative. The onlycommunications that will be considered pertinent to a solicitation are appropriately signed writtendocuments from the Vendor to the designated procurement representative and any relevant written document promulgated by the designated procurement representative. F.Changes to Proposal: Prior to the scheduled due date, a Vendor may change its Proposal bysubmitting a new one with a letter on the firm’s letterhead, signed by an authorized agent stating thatthe new submittal replaces the original. The new submittal must contain the letter and all informationas required in the solicitation. G.Withdrawal of Proposal: A Proposal will be irrevocable unless it is withdrawn as provided in a solicitation. A Proposal may be withdrawn, either physically or by written notice, at any time priorto solicitation award. If withdrawn by written notice, that notice must be addressed to, and received LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 2 of 14 Version 05.06.2021 by, the designated procurement representative. The letter must be on company letterhead and signed by an authorized agent of the Vendor. H.Conflicts within the Solicitation: Where there appears to be a conflict between the General Termsand Conditions, Special Conditions, the Technical Specifications, the Pricing Section, or anyaddendum issued, the order of precedence will be: the last addendum issued, the Proposal Price Section, the Technical Specifications, the Special Conditions, and then the General Terms and Conditions. It is incumbent upon the Vendor to identify such conflicts to the designated procurementrepresentative prior to the Proposal due date. I.Prompt Payment Terms: Payment for all purchases by County agencies will be made in a timelymanner and interest payments will be made on late payments in accordance with Part VII, Chapter 218, Florida Statutes, known as the Florida Prompt Payment Act. The Vendor may offer cash discounts for prompt payments; however, such discounts will not be considered in determining thelowest price during Proposal evaluation. PREPARATION OF PROPOSALS A.The pricing section of a solicitation defines requirements of items to be purchased and must becompleted and submitted with the Proposal. Use of any other form or alteration of the form may result in rejection of the Proposal. B.The Proposal submitted must be legible. Vendors shall type or use an ink to complete the Proposal.All changes must be crossed out and initialed in ink. Failure to comply with these requirements maycause the bid to be rejected. C. An authorized agent of the Vendor’s firm must sign the Proposal. The County may reject any Proposal not signed by an authorized agent. D.The Vendor may submit alternate Proposals for the same solicitation provided that such offer isallowable under the terms and conditions. The alternate Proposal must meet or exceed the minimumrequirements and be submitted as a separate Proposal marked “Alternate Proposal.” E.When there is a discrepancy between the unit prices and any extended prices, the unit prices will prevail. The County reserves the right to allow for clarification of questionable entries and thecorrection of obvious mistakes. F.Any Proposal received after the designated receipt date will be considered late and will not beconsidered for award. COLLUSION Where two (2) or more related parties each submit a Proposal for the same contract, such Proposals will be presumed to be collusive. Furthermore, any prior understanding, agreement, or connection between two (2) or more corporations, firms, or persons submitting a Proposal for the same materials, supplies, services, or equipment will also be presumed to be collusive. Proposals found to be collusive will be rejected. Vendors which have been found to have engaged in collusion may be considered non- responsible and may be suspended or debarred. Any contract resulting from collusive bidding may be terminated for default. PROHIBITION AGAINST CONTINGENT FEES The Vendor warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the Vendor to solicit or secure the Contract and that they have not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Vendor, any consideration contingent upon or resulting from the award or making of the Contract. LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 3 of 14 Version 05.06.2021 CONTRACTING WITH COUNTY EMPLOYEES Any County employee or immediate family member seeking to contract with the County shall seek a conflict of interest opinion from the County Attorney prior to submittal of a Proposal. The affected employee shall disclose the employee’s assigned function within the County and interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract. INCURRED EXPENSES A solicitation does not commit the County to make an award nor will the County be responsible for any cost or expense which may be incurred by any Vendor in preparing and submitting a Proposal, or any cost or expense incurred by any Vendor prior to the execution of a purchase order or contract. AWARD A.The Contract resulting from a solicitation may be awarded to the responsible Vendor which submitsa Proposal determined to provide the best value to the County with price, technical, and other applicable factors considered. The County reserves the right to reject any and all Proposals, to waive irregularities or technicalities, and to re-advertise for all or any part of this solicitation as deemed inits best interest. The County will be the sole judge of its best interest. B.When there are multiple line items in a solicitation, the County reserves the right to award on anindividual item basis, any combination of items, total low bid, or in whichever manner deemed in the best interest of the County. This provision specifically supersedes any method of award criteriastated in the solicitation when such action is necessary to protect the best interests of the County. C.The County reserves the right to reject any and all Proposals if it is determined that prices areexcessive or determined to be unreasonable, or it is otherwise determined to be in the County’s bestinterest to do so. D.The County reserves the right to reject offers containing terms or conditions contradictory to the County’s. E.Award of a solicitation will be made to firms satisfying all necessary legal requirements to dobusiness with the County. The County may conduct a pre-award inspection of the Vendor’s site orhold a pre-award qualification hearing to determine if the Vendor can perform the requirements of asolicitation. F.The Vendor’s performance as a Contractor or subcontractor on previous County contracts will beconsidered in evaluating the responsibility of the Vendor. G.Any tie situations will be resolved in consonance with current written County procedure. H.The County has imposed a reciprocal match local vendor preference practice to ensure an equalprocurement environment for all potential vendors unless prohibited by the funding source. More information is available on Section 2-222, Local Vendor Preference. I.Award of the contract resulting from this solicitation may be predicated on compliance with andsubmittal of all required documents as stipulated in the solicitation. J.A Vendor wishing to protest any award decision resulting from a solicitation may do so per the Procurement Protest Procedures site. GRANT FUNDING In the event any part of a Contract is to be funded by federal, state, or other local agency monies, the Vendor hereby agrees to comply with all requirements of the funding entity applicable to the use of the monies, including full application of requirements involving the use of minority firms, women's business enterprises, and labor surplus area firms. Contractors are advised that payments under the Contract may LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 4 of 14 Version 05.06.2021 be withheld pending completion and submission of all required forms and documents required of the Contractor pursuant to the grant funding requirements. STATE REGISTRATION REQUIREMENTS Any entity conducting business in Florida shall either be registered or have applied for registration with the Florida Department of State in accordance with Florida law, unless exempt from registration. A copy of the registration may be required prior to award of a Contract. Additional information is available by visiting the Florida Department of State home page. PRIME CONTRACTOR The Vendor awarded a Contract shall act as the Prime Contractor and will assume full responsibility for the successful performance under the Contract. The Awarded Vendor (Contractor) will be considered the sole point of contact regarding meeting all requirements of the Contract. All subcontractors may be subject to advance review by the County regarding competency and security concerns. No change in subcontractors may be made without the consent of the County after the award of the Contract. Contractor will be responsible for all insurance, permits, licenses, and related matters for any and all subcontractors. County may require the Contractor to provide any insurance certificates required by the work to be performed even if the subcontractor is self-insured. SUBCONTRACTING Unless otherwise stipulated in a solicitation, the Contractor shall not subcontract any portion of the work without the prior written consent of the County. Subcontracting without the prior consent of the County may result in termination of the Contract for default. DISADVANTAGED BUSINESSES The County has adopted policies which assure and encourage the full participation of Disadvantaged Business Enterprises (DBE) in the provision of goods and services. The County encourages joint ventures between majority-owned firms and qualified disadvantaged/minority/women-owned firms. GENERAL CONTRACT CONDITIONS The Contract will be binding upon and will inure to the benefit of each of the parties and respective successors and permitted assigns. The Contract may not be amended, released, discharged, rescinded or abandoned, except by a written instrument duly executed by the parties. The failure of any party at any time to enforce any of the provisions of the Contract will in no way constitute or be construed as a waiver of such provision or of any other provision of the Contract, nor in any way affect the validity of, or the right to enforce, each and every provision of the Contract. Any dispute arising during Contract performance that is not readily rectified by coordination between the Contractor and the County user department will be referred to Procurement Services. GOVERNING LAW The interpretation, effect, and validity of any contract will be governed by the laws and regulations of the State of Florida, and Lake County, Florida. Venue of any court action will be solely in Lake County, Florida. The Contractor hereby waives its right to a jury trial. COMPLIANCE OF LAWS, REGULATIONS, AND LICENSES The Contractor shall comply with all federal, state, and local laws and regulations applicable to provision of the goods or services specified in a solicitation. During the term of a Contract, the Contractor assures that it is in compliance with Title VII of the 1964 Civil Rights Act, as amended, and the Florida Civil Rights Act of 1992, in that the Contractor does not on the grounds of race, color, national origin, religion, sex, age, disability or marital status, discriminate in any form or manner against its employees or LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 5 of 14 Version 05.06.2021 applicants for employment. The Contractor understands that any Contract is conditioned upon the veracity of this statement. CONTRACT EXTENSION The County has the unilateral option to extend a Contract for up to ninety (90) calendar days beyond the current Contract period. In such event, the County will notify the Contractor in writing of such extensions. The Contract may be extended beyond the initial ninety (90) day extension upon mutual agreement between the County and the Contractor. Exercise of the above options requires the prior approval of the Procurement Services Director. MODIFICATION OF CONTRACT Any Contract resulting from a solicitation may be modified by mutual consent of duly authorized parties, in writing through the issuance of a modification to the Contract or purchase order as appropriate. This presumes the modification itself complies with all applicable County procedures. ASSIGNMENT The Contractor shall not assign or transfer any Contract resulting from a solicitation, including any rights, title or interest in the Contract, or its power to execute such Contract to any entity without the prior written consent of the County. This provision includes any acquisition or hostile takeover of the Contractor. Failure to comply may result in termination of the Contract for default. NON-EXCLUSIVITY It is the intent of the County to enter into an agreement that will satisfy its needs as described within a solicitation. However, the County reserves the right to perform, or cause to be performed, all or any of the work and services described in a solicitation in the manner deemed to represent its best interests. In no case will the County be liable for billings in excess of the quantity of goods or services provided under the Contract. OTHER AGENCIES Other governmental agencies may make purchases in accordance with the Contract with Contractor consent. Purchases are governed by the Contract’s terms and conditions except for the change in agency name. Each agency will be responsible and liable for its own purchases for materials or services received. CONTINUATION OF WORK Any work that commences prior to, and will extend, beyond the expiration date of any Contract period must, unless terminated by mutual written agreement between the County and the Contractor, continue until completion without change to the then current prices, terms and conditions. WARRANTY All warranties express and implied, must be made available to the County for goods and services covered by a solicitation. All goods furnished must be fully guaranteed by the Contractor against factory defects and workmanship. They will be covered by the most favorable commercial warranty given for comparable quantities of products or services and the rights and remedies provided in the Contract will be in addition to the warranty and do not limit any right afforded to the County by any other provision of a solicitation. Contractor shall correct any and all apparent and latent defects that may occur within the manufacturer’s standard warranty period at no expense to the County. The special conditions of a solicitation may supersede the manufacturer’s standard warranty. DEFICIENCIES IN WORK TO BE CORRECTED BY THE CONTRACTOR Contractor shall promptly correct all apparent and latent deficiencies or defects in work, or any work that fails to conform to the Contract documents regardless of project completion status. All corrections LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 6 of 14 Version 05.06.2021 must be made within seven (7) calendar days after such rejected defects, deficiencies, or non- conformances are verbally reported to the Contractor by the County's project administrator. Contractor must bear all costs of correcting such rejected work. If the Contractor fails to correct the work within the period specified, the County may, at its discretion, notify the Contractor, in writing, that the Contractor is subject to contractual default provisions if the corrections are not completed to the satisfaction of the County within seven (7) calendar days of receipt of the notice. If the Contractor fails to correct the work within the period specified in the notice, the County may place the Contractor in default, obtain the services of another Contractor to correct the deficiencies, and charge the incumbent Contractor for these costs, either through a deduction from the final payment owed to the Contractor or through invoicing. If the Contractor fails to honor this invoice or credit memo, the County may terminate the contract for default. COUNTY IS TAX-EXEMPT When purchasing on a direct basis, the County is generally exempt from Federal Excise Taxes and all State of Florida sales and use taxes (85-8013874700C-1). Visit Lake County Tax Exemption Certificate page to print a copy of the certificate. Except for items specifically identified by the Contractor and accepted by the County for direct County purchase under the Sales Tax Recovery Program, Contractors doing business with the County are not exempt from paying sales tax to their suppliers for materials to fulfill contractual obligations with the County, nor will any Contractor be authorized to use any of the County’s Tax Exemptions in securing such materials. SHIPPING TERMS, F.O.B. DESTINATION The F.O.B. point for any product ordered will be F.O.B.: DESTINATION – Inside Delivery, FREIGHT ALLOWED. The County will not consider any Proposal showing a F.O.B. point other than F.O.B.: Destination – Inside Delivery. ACCEPTANCE OF GOODS OR SERVICES The products delivered as a result of a solicitation will remain the property of the Contractor, and services rendered under the Contract will not be deemed complete, until a physical inspection and actual usage of the products or services is accepted by the County and is in compliance with the terms in the contract. Any goods or services purchased as a result of a solicitation or Contract may be tested/inspected for compliance with specifications. In the event that any aspect of the goods or services provided is found to be defective or does not conform to the specifications, the County reserves the right to terminate the Contract or initiate corrective action on the part of the Contractor, to include return of any non-compliant goods to the Contractor at the Contractor’s expense, requiring the Contractor to either provide a direct replacement for the item, or a full credit for the returned item. The Contractor shall not assess any additional charges for any conforming action taken by the County under this clause. The County will not be responsible to pay for any product or service that does not conform to the Contract specifications. In addition, any defective product or service or any product or service not delivered or performed by the date specified in a purchase order or Contract, may be procured by the County on the open market, and any increase in cost may be charged against the Contractor. Any cost incurred by the County in any re-procurement plus any increased product or service cost will be withheld from any monies owed to the Contractor by the County for any Contract or financial obligation. ESTIMATED QUANTITIES Estimated quantities or dollars are for the Vendor’s guidance only and may be used in the award evaluation process. No guarantee is expressed or implied as to quantities or dollar value that will be used during the Contract period. The County is not obligated to place any order for a given amount subsequent LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 7 of 14 Version 05.06.2021 to the award of a solicitation. In no event will the County be liable for payments in excess of the amount due for quantities of goods or services actually ordered. PURCHASE OF OTHER ITEMS While the County has listed all major items within a solicitation, there may be ancillary or similar items purchased by the County during the term of a Contract. The Contractor will provide a price quote for the ancillary items. The County may request price quotes from all Contractors under Contract if there are multiple Contracts. The County reserves the right to award these ancillary items to the primary Contractor, another Contract Contractor based on the lowest price quoted, or to acquire the items through a separate solicitation. Although a Contract may identify specific locations to be serviced, it is hereby agreed and understood that any County department or facility may be added or deleted to the Contract at the option of the County. The location change will be addressed by formal Contract modification. The County may obtain price quotes for the additional facilities from other Vendors if fair and reasonable pricing is not obtained from the Contractor, or for other reasons at the County’s discretion. It is hereby agreed and understood that the County may delete service locations when such service is no longer required, upon fourteen (14) calendar days’ written notice to the Contractor. SAFETY The Contractor will be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work and for complying with all requirements of the Occupational Safety and Health Administration Act (OSHA). The Contractor shall take all necessary precautions for the safety of and shall provide the necessary protection to prevent damage, injury, or loss to persons or property. The Contractor shall provide all standard equipment, work operations, safety equipment, personal protective equipment, and lighting required or mandated by State, Federal, OSHA, or Americans with Disabilities Act of 1990 (ADA) regulations. The Contractor shall designate a competent person of its organization whose duty will be the prevention of accidents at the site. This person must be literate and able to communicate fully in the English language because of the necessity to read job instructions and signs, as well as the need for conversing with County personnel. This person must be the Contractor’s superintendent unless otherwise designated in writing by the Contractor to the Contract Manager. MATERIAL SAFETY DATA SHEET (MSDS) The Contractor is responsible to ensure the County has received the latest version of any MSDS required by 29 C.F.R. Section 1910.1200 with the first shipment of any hazardous material. The Contractor shall promptly provide a new MSDS to the County with the new information relevant to the specific material at any time the content of an MSDS is revised. TOBACCO PRODUCTS Tobacco use, including both smoke and smokeless tobacco, is prohibited on County owned property. CLEAN-UP If applicable, all unusable materials and debris must be removed from the premises at the end of each workday and disposed of in an appropriate manner. The Contractor shall thoroughly clean up all areas where work has been involved as mutually agreed with the associated user department’s project manager upon final completion. LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 8 of 14 Version 05.06.2021 PROTECTION OF PROPERTY All existing structures, utilities, services, roads, trees, shrubbery, and property in which the County has an interest must always be protected against damage or interrupted services by the Contractor during the term of a Contract. The Contractor will be held responsible for repairing or replacing property to the satisfaction of the County which is damaged by reason of the Contractor’s operation on the property. In the event the Contractor fails to comply with these requirements, the County reserves the right to secure the required services and charge the costs of such services back to the Contractor. CERTIFICATE OF COMPETENCY/LICENSURE, PERMITS, AND FEES Any Vendor that submits an offer in response to a County solicitation shall, at the time of such offer if required, hold a valid Certificate of Competency or appropriate current license issued by the State or County Examining Board qualifying the Vendor to perform the work proposed. If work for other trades is required in conjunction with a solicitation, and such work will be performed by subcontractors hired by the Vendor, an applicable Certificate of Competency/license issued to the subcontractors must be submitted with the Vendor’s offer. The County may at its option and in its best interest, allow the Vendor to supply the subcontractors certificate/license to the County during the offer evaluation period. The Contractor is responsible to ensure that all required licenses, permits, and fees (to include any inspection fees) required for a project are obtained and paid for, and shall comply with all laws, ordinances, regulations, and building or other code requirements applicable to the work contemplated in a solicitation. Damages, penalties, or fines imposed on the County or the Contractor for failure to obtain required licenses, permits, inspection or other fees, or inspections will be borne by the Contractor. TRUTH IN NEGOTIATION CERTIFICATE Any organization awarded a Contract must execute a truth-in-negotiation certificate stating that the wage rates and other factual unit costs are accurate, complete, and current, at the time of contracting for each Contract that exceeds $195,000.00. Any Contract requiring this certificate will contain a provision that the original Contract price and any additions will be adjusted to exclude any significant sums by which the County determines the Contract price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such Contract adjustments will be made within one (1) year following the end of the Contract. COMPETENCY OF VENDORS AND ASSOCIATED SUBCONTRACTORS Proposals will be considered from firms which are regularly engaged in the business of providing or distributing the goods or services described in the solicitation, and who can produce evidence of a consistent satisfactory record of performance. The County may consider any evidence available to it of the financial, technical, and other qualifications and abilities of any Vendor responding under a solicitation, including past performance with the County. Vendors must have sufficient financial support and organization to ensure satisfactory delivery under the stated solicitation terms and conditions of any Contract awarded. In the event the Vendor intends to subcontract any part of its work or will obtain the goods specifically offered under the Contract from another source of supply, the Vendor may be required to verify the competency of its subcontractor or supplier. The County reserves the right, before awarding the Contract, to require a Vendor to submit such evidence of its or its subcontractor’s qualifications. RESPONSIBILITY AS EMPLOYER The employees of the Contractor will always be considered its employees, and not an employees or agents of the County. The Contractor shall provide employees capable of performing the work as required. The County may require the Contractor to remove any employee it deems unacceptable. All employees of the Contractor may be required to wear appropriate identification. LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 9 of 14 Version 05.06.2021 MINIMUM WAGES Under the Contract, the wage rate paid to all laborers, mechanics and apprentices employed by the Contractor for the work under the Contract, must not be less than the prevailing wage rates for similar classifications of work as established by the Federal Government and enforced by the U.S. Department of Labor, Wages and Hours Division, and Florida’s Minimum Wage requirements in Article X, Section 24 (f) of the Florida Constitution and enforced by the Florida Legislature by statute or the State Agency for Workforce Innovation by rule, whichever is higher. PRICE REDETERMINATIONS Contractor may petition for a price redetermination with documented increases in the cost of wages, fuel, or materials within 30 calendar days of the anniversary date of the Contract. Price redeterminations will be based upon changes documented by the applicable Employment Cost Index (ECI) or Producer Price Index (PPI) as published on the Bureau of Labor Statistics site here. Contractor may petition for price redetermination for Contractor’s minimum wage employees should the minimum wage increase during the Contract. Upon verification, the County may grant an increase matching the minimum wage increase. INDEMNIFICATION To the extent permitted by law, the Contractor shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys’ fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the Contract by the Contractor or its employees, agents, servants, partners, principals or subcontractors. The Contractor shall pay all claims and losses in connection with those claims and losses, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys’ fees which may be incurred. The Contractor expressly understands and agrees that any insurance protection required by the Contract or otherwise provided by the Contractor will in no way limit the responsibility to indemnify, keep and hold harmless and defend the County or its officers, employees, agents and instrumentalities as provided in a solicitation or any Contract arising from a solicitation. TERMINATION FOR CONVENIENCE The County, at its sole discretion, reserves the right to terminate the Contract upon thirty (30) days’ written notice. Upon receipt of such notice, the Contractor shall not incur any additional costs under the Contract. The County will be liable only for reasonable costs incurred by the Contractor prior to notice of termination. The County will be the sole judge of “reasonable costs.” TERMINATION DUE TO UNAVAILABILITY OF CONTINUING FUNDING When funds are not appropriated or otherwise made available to support continuation of performance in a current or subsequent fiscal year, the Contract will be cancelled, and the Contractor will be reimbursed for the reasonable value of any non-recurring costs incurred amortized in the price of the supplies or services/tasks delivered under the contract. TERMINATION FOR DEFAULT The County reserves the right to terminate any Contract arising from a solicitation, in part or in whole, or affect other appropriate remedy in the event the Contractor fails to perform in accordance with the terms and conditions stated in the Contract. The County further reserves the right to suspend or debar the Contractor in accordance with the County’s ordinances, resolutions and administrative orders. The Contractor will be notified by letter of the County’s intent to terminate and the Contractor will be given LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 10 of 14 Version 05.06.2021 ten (10) calendar days to cure the breach. In the event of termination for default, the County may procure the required goods and services from any source and use any method deemed in its best interest. All re-procurement costs will be borne by the Contractor. FRAUD AND MISREPRESENTATION Any individual, corporation or other entity that attempts to meet its contractual obligations through fraud, misrepresentation or other material misstatement, may be debarred for up to five (5) years. The County as a further sanction may terminate or cancel any other Contracts with such individual, corporation or entity with such Contractor held responsible for all direct or indirect costs associated with termination or cancellation, including attorneys’ fees. RIGHT TO AUDIT The County reserves the right to require the Contractor to submit to an audit, by any auditor of the County’s choosing. The Contractor shall provide access to all of its records, which relate directly or indirectly to the contract at its place of business during regular business hours. The Contractor shall retain all records pertaining to the contract and upon request make them available to the County for three (3) complete calendar years following expiration of the contract. The Contractor agrees to provide suchassistance as may be necessary to facilitate the review or audit by the County to ensure compliance with applicable accounting and financial standards. If the Contractor provides technology services, the Contractor must provide Statement of Standards for Attestations Engagements (SSAE) 16 or 18 and System and Service Organization Control (SOC) reports upon request by the County. The SOC reports must be full Type II reports that include the Contractor’s description of control processes, and the independent auditor’s evaluation of the design and operating effectiveness of controls. The cost of the reports will be paid by the Contractor. If an audit inspection or examination pursuant to this section discloses overpricing or overcharges of any nature by the Contractor to the County in excess of one percent (1%) of the total contract billings, in addition to making adjustments for the overcharges, the reasonable actual cost of the County’s audit must be reimbursed to the County by the Contractor. Any adjustments or payments which must be made as a result of any such audit or inspection of the Contractor’s invoices or records must be made within a reasonable amount of time, but in no event may the time exceed ninety (90) calendar days, from presentation of the County’s audit findings to the Contractor. This provision is hereby considered to be included within, and applicable to, any subcontractor agreement entered into by the Contractor in performance of any work under the contract. PROPRIETARY/CONFIDENTIAL INFORMATION Vendors are hereby notified that all information submitted as part of a Proposal will be available for public inspection in compliance with Chapter 119 of the Florida Statutes (the “Public Record Act”). The Vendor should not submit any information in response to a solicitation which the Vendor considers proprietary or confidential. The submission of any information to the County in connection with a solicitation will be deemed a waiver from release of the submitted information unless such information is exempt or confidential under the Public Records Act. PUBLIC RECORDS LAW Pursuant to section 119.0701(2)(a), Florida Statutes, the County is required to provide Contractor with this statement and establish the following requirements as contractual obligations pursuant to the contract: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 11 of 14 Version 05.06.2021 TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 352-343-9839, PURCHASING@LAKECOUNTYFL.GOV, BY MAIL, OFFICE OF PROCUREMENT SERVICES, ATTN: RON FALANGA, P.O. BOX 7800 TAVARES, FL 32778. By entering into the Contract, Contractor acknowledges and agrees that any records maintained, generated, received, or kept in connection with, or related to the performance of services provided under, the Contract are public records subject to the public records disclosure requirements of section 119.07(1), Florida Statutes, and Article I, section 24 of the Florida Constitution. Pursuant to section 119.0701, Florida Statutes, any Contractor entering into a contract for services with the County is required to: A.Keep and maintain public records required by the County to perform the services and work providedpursuant to the Contract. B.Upon request from the County’s custodian of public records, provide the County with a copy of therequested records or allow the records to be inspected or copied within a reasonable time at a costthat does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided bylaw. C.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 Contract term and following completion or termination of the Contract if the Contractor does not transfer the recordsto the County. D.Upon completion or termination of the Contract, transfer, at no cost, to the County all public recordsin the possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion ortermination of the Contract, the Contractor shall destroy any duplicate public records that are exemptor confidential and exempt from public records disclosure requirements. If the Contractor keeps andmaintains public records upon completion or termination of the Contract, the Contractor shall meetall applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County’s custodian of public records, in a format thatis compatible with the information technology systems of the County. Requests to inspect or copy public records relating to the County’s Contract for services must be made directly to the County. If Contractor receives any such request, Contractor shall instruct the requestor to contact the County. If the County does not possess the records requested, the County shall immediately notify the Contractor of such request, and the Contractor must provide the records to the County or otherwise allow the records to be inspected or copied within a reasonable time. Contractor acknowledges that failure to provide the public records to the County within a reasonable time may be subject to penalties under section 119.10, Florida Statutes. Contractor further agrees not to release any records that are statutorily confidential or otherwise exempt from disclosure without first receiving prior written authorization from the County. Contractor shall indemnify, defend, and hold the County harmless for and against any and all claims, damage awards, and causes of action arising from the Contractor’s failure to comply with the public records disclosure requirements of section 119.07(1), Florida Statutes, or by Contractor’s failure to maintain public records that are exempt or confidential and exempt from the public records disclosure requirements, including, but not limited to, any third party claims or awards for attorney’s fees and costs arising therefrom. Contractor authorizes County to seek LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 12 of 14 Version 05.06.2021 declaratory, injunctive, or other appropriate relief against Contractor from a Circuit Court in Lake County on an expedited basis to enforce the requirements of this section. COPYRIGHTS Any copyright derived from a Contract will belong to the author. The author and the Contractor shall expressly assign to the County nonexclusive, royalty free rights to use any and all information provided by the Contractor in any deliverable or report for the County’s use which may include publishing in County documents and distribution as the County deems to be in its best interests. If anything included in any deliverable limits the rights of the County to use the information, the deliverable will be considered defective and not acceptable and the Contractor will not be eligible for any compensation. The County owns and retains all proprietary rights in its logos, trademarks, trade names, and copyrighted images (Intellectual Property). As such, nothing in any solicitation permits or shall be construed as authorizing Vendor or Contractor to use or display County's Intellectual Property. The County has the right to redact the County Logo displayed on any submission. SOVEREIGN IMMUNITY County expressly retains all rights, benefits and immunities of sovereign immunity in accordance with Section 768.28, Florida Statutes. Nothing will be deemed as a waiver of immunity or the limitations of liability of County beyond any statutory limited waiver of immunity or limits of liability. Nothing will inure to the benefit of any third party for the purpose of allowing any claim against County, which would otherwise be barred under the law. COMPLIANCE WITH FEDERAL STANDARDS All items to be purchased under a Contract must be in accordance with all governmental standards to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). E-VERIFY Upon award of a Contract, the Contractor shall utilize the U.S. Department of Homeland Security’s E-Verify system in accordance with the terms governing use of the system to confirm the employmenteligibility of all new persons hired by the Contractor during the term of the Contract. The Contractor shall include in all contracts with subcontractors performing work pursuant to any Contract, an express requirement that subcontractors utilize the U.S. Department of Homeland Security’s E-Verify system in accordance with the terms governing use of the system to confirm the employmenteligibility of all new employees hired by subcontractors during the term of the subcontract. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) The Contractor may be required to execute a Business Associate Agreement, pursuant to the Health Insurance Portability and Accountability Act of 1996 (P.L. 104-191) (codified at 42 U.S.C. Section 1320d, et. seq.), and regulations contained in 45 C.F.R. Parts 160 and 164. If the Contractor obtains any information governed by 42 U.S.C. Section 290dd-2 and the regulations implemented by the Substance Abuse and Mental Health Services Administration at 42 C.F.R. Part 2 (collectively referred to as the “SAMHSA regulations”), whether from the County or another source, while providing services to the County under the contract, the Contractor shall only use or disclose that information pursuant to the SAMHSA regulations. LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 13 of 14 Version 05.06.2021 The Contractor will also comply with any and all laws under the State of Florida governing the confidentiality of health information, including but not limited to records or other documents containing medical, mental health, or substance abuse information. FORCE MAJEURE The parties will exercise every reasonable effort to meet respective obligations under the Contract but will not be liable for delayed performance or nonperformance resulting from a force majeure. A party that becomes aware of a force majeure that will significantly delay performance will notify the other party promptly, within 15 calendar days, after if discovers the force majeure. If a force majeure occurs, the parties may execute a contract modification or change order to extend the performance schedule or make accommodations that are reasonable under the circumstances. NO CLAIM FOR DAMAGES No claim for damages or any claim other than for an extension of time may be made or asserted against the County because of any delays. No interruption, interference, inefficiency, suspension, or delay in the commencement or progress of the work will relieve the Contractor of duty to perform or give rise to any right to damages or additional compensation from the County. The Contractor’s sole remedy will be the right to seek an extension to the Contract time. However, this provision will not preclude recovery of damages by the Contractor for hindrances or delays due solely to fraud, bad faith, or active interference on the part of the County. CERTIFICATION REGARDING SCRUTINIZED COMPANIES The Contractor hereby certifies that, pursuant to Section 287.135, Florida Statutes, it is not listed on the Scrutinized Companies that Boycott Israel and is not participating in a boycott of Israel. The Contractor understands that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject it to civil penalties, attorneys’ fees, and costs. The Contractor further understands that any contract with the County for goods or services may be terminated at the option of the County if the Contractor is found to have submitted a false certification or has been listed on the Scrutinized Companies that Boycott Israel list or is participating in a boycott of Israel. For purchases of $1 million or more: By submitting a response to any solicitation, the Contractor hereby certifies that, pursuant to Section 287.135, Florida Statutes, it is not listed on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies with Activities in Sudan List, is not listed on the Scrutinized Companies that Boycott Israel and is not participating in a boycott of Israel, and is not engaged in business operations in Cuba or Syria. The Contractor understands that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject it to civil penalties, attorneys’ fees, and costs. The Contractor further understands that any contract with the County for goods or services of $1 million or more may be terminated at the option of the County if the Contractor is found to have submitted a false certification or has been listed on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies with Activities in Sudan List, is listed on the Scrutinized Companies that Boycott Israel list or is participating in a boycott of Israel, or is engaged in business operations in Cuba or Syria. ANTI-TRAFFICKING RELATED ACTIVITIES The U.S. Government has adopted a policy prohibiting trafficking in persons including the trafficking-related activities listed below. These prohibitions specifically apply to come federally funded contracts and prohibit contractors, contractor employees, and their agents from: A.Engaging in severe forms of trafficking in persons during the period of performance of the contract; LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 14 of 14 Version 05.06.2021 B.Procuring commercial sex acts during the period of performance of the contract; C.Using forced labor in the performance of the contract; D.Destroying, concealing, confiscating, or otherwise denying access by an employee to the employee'sidentity or immigration documents, such as passports or drivers' licenses, regardless of issuingauthority; E.Using misleading or fraudulent practices during the recruitment of employees; F.Charging employees or potential employees recruitment fees; G.Failing to provide return transportation or paying for the cost of return transportation upon the end of employment for certain employees; H.Providing or arrange housing that fails to meet the host country housing and safety standards; or I.Failing to provide an employment contract, recruitment agreement, or other required workdocuments in writing, as required by law or contract. NOTICES All notices given by one party to the other party under a contract must be delivered to the receiving party’s address set forth on the Contract either by hand, qualified courier, or e-mail and will be deemed received the day after it is transmitted. For County, it must be addressed to the Office of Procurement Services, Post Office Box 7800, 315 West Main Street, Suite 441, Tavares, Florida, 32778 or emailed to purchasing@lakecountyfl.gov. [The remainder of this page intentionally left blank] ATTACHMENT 1 -SUBMITTAL FORM 22-730 The undersigned hereby declares that: Ten-8 Fire & Safety, LLC has examined and accepts the specifications, tenns, and conditions presented in this Solicitation, satisfies all legal requirements to do business with the County, and to furnish FIRE EQUIPMENT, SUPPLIES, AND SERVICES for which Submittals were advertised to be received no later than 3:00 P.M. Eastern time on the date stated in the solicitation or as noted in an addenda. Fmthermore, the undersigned is duly autho1ized to execute this document and any contracts or other transactions required by award of this Solicitation. 1.0 TERM OF CONTRACT The Contract will be awarded for an initial one (1) year tenn with the option for two (2) subsequent two (2) year renewals. Renewals are contingent upon mutual written agreement. The Contract will commence upon the first day of the next calendar month after Board approval. The Contract remains in effect until completion of the expressed and implied warranty periods. The County reserves the right to negotiate for additional services/items similar in nature not known at time of solicitation. 2.0 PAYMENT The Contractor shall email the County's using depmtment (egminer@lakecountyfl.gov) an accurate invoice within 30 calendar days after delivery. Invoices should reference the purchase/task order, ship date, tracking number, and ship-to address, list price, percent discount, and unit cost. Failure to submit invoices in the prescribed manner will delay payment. Payments will be tendered in accordance with the Florida Prompt Payment Act, Pait VII, Chapter 218, Florida Statutes. The Com1ty will remit full payment on all undisputed invoices within 45 days from receipt by the appropriate County using department. The County will pay interest not to exceed 1 % per month on all undisputed invoices not paid within 30 days after the due date. All p1icing will be FOB Destination unless otherwise specified in this solicitation document. Pricing submitted will remain valid for a ninety (90) day period. Vendor accepts MasterCard for payment: NO 3.0 CERTIFICATION REGARDING LAKE COUNTY TERMS AND CONDITIONS: I certify that I have reviewed the General Tenns and Conditions for Lake County Florida and accept the Lake County General Tenns and Conditions dated 5/6/21 as written including the Prop1ietary/Confidential Infonnation section. YES Failure to acknowledge may result in Submittal being deemed non-responsive. 4.0 CERTIFICATION REGARDING FELONY CONVICTION: Has any officer, director, or an executive perfo1ming equivalent duties, of the bidding entity been convicted of a felony during the past ten (10) years? NO 5.0 CONFLICT OF INTEREST DISCLOSURE CERTIFICATION: Except as listed below, no employee, officer, or agent of the finn has any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with this project; and, this Submittal is made without prior understanding, agreement, or connection with any Page 1 of 3 ATTACHMENT I-SUBMITTAL FORM 22-730 corporation, firm, or person submitting a proposal for the same services, and is in all respects fair and without collusion or fraud. NI A 6.0 CERTIFICATION REGARDING BACKGROUND CHECKS: Under any County Contract that involves Contractor or subcontractor personnel working in proximity to minors, the Vendor hereby confinns that any personnel so employed will have successfully completed an initial, and subsequent annual, Certified Background Check, completed by the Contractor at no additional cost to the County. The County retains the right to request and review any associated records with or without cause, and to require replacement of any Contractor employee found in violation of this requirement. Contractor shall indemnify the County in full for any adverse act of any such personnel in this regard. Additional requirements may apply in this regard as included within any specific contract award. YES 7.0 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM The County does not establish specific goals for minority set-asides however, participation by minority and non-minority qualified firms is strongly encouraged. If the firm is a minority firm or has obtained certification by the State of Florida, Office of Supplier Diversity, (OSD) (CMBE), please indicate the appropriate classification(s) not applicable not applicable and enter OSD Certification Number NI A and enter effective date NI A to date NI A 8.0 FEDERAL FUNDING REQUIREMENT: NIA 9.0 RECIPROCAL VENDOR PREFERENCE: NIA 10.0 GENERAL VENDOR INFORMATION: Firm Name: Ten-8 Fire & Safety, LLC Street Address: 2950 59th Avenue Drive East City: Bradenton State and ZIP Code: FL, 34203 Mailing Address (if different): Click or tap here to enter text. Telephone: 800-228-8368 Fax: 941-756-2598 Federal Identification Number I TIN: 59-2812764 DUNS Number: 039680376 11.0SUBMITTAL SIGNATURE: I hereby certify the infonnation indicated for this Submittal is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an authorized representative of this Vendor and/or empowered to execute this Submittal on behalf of the Vendor. I, individually and on behalf of the Vendor, acknowledge and agree to abide by all terms and conditions contained in this solicitation as well as any attachments, exhibits, or addenda. Name of Legal Representative Submitting this Proposal: /?id,1i:rd o�.,, Date: 412612022 Print Name: Richard Downer Page 2 of3 ATTACHMENT 1-SUBMITTAL FORM Title: COO Primary E-mail Address: debouwer@ten8fire.com Secondary E-mail Address: cmorgan@ten8fire.com 22-730 The individual signing this Submittal affirms that the facts stated herein are trne and that the response to this Solicitation has been submitted on behalf of the aforementioned Vendor. [The remainder of this page is intentionally blank] Page 3 of3 ATTACHMENT 2A -PRICING SHEET 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES Ten-8 Fire & Safety, LLC ITEM# SAVE AND SUBMIT AS AN EXCEL FILE 1 www.ten8fire.com SHOP LOCATION 2a 2950 59th Ave Dr E, Bradenton, FL 34203 2b Ron Ribbens, 800-228-8368, rribbens@ten8fire.com 2c Labor for Equipment Repair (not under warranty) $115.00 per hour 2d Pickup or delivery services offered? Yes 2e Pick up / delivery fee for Equipment $65.00-/hour/person per call The following information is required for price redetermination consideration. Assuming prices quoted include costs for vehicles, maintenance, repair, insurance, fuel, wages, insurances, other employee benefits, materials, overhead, operating expenses, etc., what percentage of the rate is directly attributed to the cost of fuel? NIA I Which does the firm use: Diesel fuel or Gasoline? Both Assuming prices quoted include costs for vehicles, maintenance, repair, insurance, fuel, wages, materials, overhead, operating expenses, etc., what percentage of the rate is directly attributed to the cost of wages? NIA Assuming prices quoted include costs for vehicles, maintenance, fuel, wages, insurances, NIA other employee benefits, materials, overhead, operating expenses, etc., what percentage of the rate is directly attributed to the cost of materials? . ' Lake County 1s exempt from all taxes (Federal, State, Local). A Tax Exempt10n Cert1f1cate will be furmshed upon request for any direct purchasing. Contractor will be responsible for payment of taxes on all materials purchased by the Contractor for the project. LIST MANUFACTURER SUPPORTED. Factory 3 MANUFACTURER Hourly Service Rate Authorized Service Center? YES/NO Pierce -At Vendor Facility, 8AM -5PM, Mon -Fri $124.20 Yes Pierce -At Vendor Facility, outside of hours mentioned $189.00 above Yes Pierce -Off Site Location, 8AM -5PM, Mon -Fri $140.40 Yes Pierce -Off Site Location, outside of hours mentioned $243.00 above Yes ATTACHMENT 2B - PRICING SHEET 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES www.ten8fire.com Warehouse Location(s): MANUFACTURER Percent Off List In Stock / Lead Time Freight Included WEBSITE Action 35.00%NO NO http://actioncoupling.com/Aeroclave 0.00%YES NO http://www.aeroclave.com/AH Stock 10.00%NO NO http://www.ahstockmfg.com/ Ajax 10.00%NO NO Akron Brass 38.00%YES NO http://www.akronbrass.com/ Akron Brass Parts 10.00%YES NO http://www.akronbrass.com/Alocolite 15.00%NO NO http://www.fireladder.com/ Amerex 35.00%YES NO http://amerex-fire.com/ Anchor Industries 5.00%NO NO https://www.anchorinc.com/specialty-products/ Angus 40.00%NO NO http://www.angusfire.com/ Angus Foam 12.00%NO NO http://angusfire.com/foam-concentrates/ Ansul Foam 12.00%NO NO https://www.ansul.com/en/us/pages/default.aspx Ansul Foams 12%NO NO Blowhard Fans 10.00%NO NO https://www.blowhardfans.com/Boston Leather 10.00%YES NO http://www.bostonleather.com/ Bullard (WILDLAND ONLY)30.00%YES NO https://www.bullard.com/ Bulldog Name Change from Angus 40.00%NO NO http://www.bulldoghose.com/Cairns & Brother 35.00%YES NO http://us.msasafety.com/ California Mountain (CMC)0.00%NO NO http://www.cmcrescue.com/ Cast Products 10.00%NO NO http://www.getcpi.com/ CET 20.00%YES NO http://fire-pump.com/Chemguard Foam 12.00%NO NO http://www.chemguard.com/ Class One (Span Instruments)10.00%YES NO Code 3 5.00%NO NO http://www.code3pse.com/Cosmas USA 25.00%YES NO http://www.cosmasusa.com/ Council Tools 0.00%NO NO http://counciltool.com/ Cutter's Edge 10.00%YES NO http://www.cuttersedge.com/ Darley & Co.5.00%NO NO http://www.darley.com/David Clark 10.00%NO NO http://www.davidclarkcompany.com/ Door Storm 5.00%NO NO http://www.doorstorm.com/ Ten-8 Fire & Safety, LLC SAVE AND SUBMIT AS AN EXCEL FILE List manufacturer brands supported. Bradenton, FL Contact Information For Emergency/Disaster Services (24/7) Name: Email: Emergency Phone: Ron Ribbens rribbens@ten8fire.com 941-650-8420 ATTACHMENT 2B - PRICING SHEET 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES MANUFACTURER Percent Off List In Stock / Lead Time Freight Included WEBSITE Dragon Fire Gloves 5.00%NO NO http://www.dragonfiregloves.com/Duo Safety 10.00%NO NO http://www.duosafety.com/ Edwards Mfg 0.00%NO NO http://www.edwardsironworkers.com/ Elkhart Brass 25.00%YES NO http://www.elkhartbrass.com/ Ergodyne 30.00%YES NO https://www.ergodyne.com/ESS- Parts 10.00%NO NO http://www.esseyepro.com/ ESS- product 25.00%NO NO http://www.esseyepro.com/ Euramco Safety 10.00%NO NO http://www.euramcosafety.com/ Federal Signal Corp 10.00%YES NO https://www.federalsignal.com/Ferno 0.00%NO NO http://www.fernoems.com/ Fire Hooks Unlimited 0%YES NO http://www.firehooksunlimited.net/ Fire Research 15.00%NO NO http://www.fireresearch.com/ Firecom 15.00%YES YES http://www.firecom.com/Firecraft Safety Products 10.00%NO NO https://www.firecraftsafety.com/Flamefighter 20.00%YES NO http://flamefighter.com/ Fold A Tank 20.00%YES NO http://www.fol-da-tank.com/ Gemtor (formerly Atlas)15.00%YES NO http://www.gemtor.com/Glassmaster Wehr 10.00%YES NO http://glasmaster.com/Globe - Turnout Gear 44.00%NO NO http://globeturnoutgear.com/ Globe Boots 31.00%YES NO http://globeturnoutgear.com/ Groves Incorporated 15.00%NO NO http://www.groves.com/ Haix Boots 15.00%YES NO https://www.haixusa.com/haix-firefighterHale Fire Pumps 5%YES NO http://haleproducts.com/ Hannay Reels 10.00%YES NO http://www.hannay.com/ Harrington 40.00%YES NO http://www.harrinc.com/ Hazard Control Technolgies 5.00%YES NO https://hct-world.com/ Hebert 20.00%YES NO HexArmor 15.00%YES NO https://www.hexarmor.com/ Hi-Lift Jack 5.00%NO NO https://hi-lift.com/first-responder-jack/Humat 0.00%NO NO http://www.humat.com/ Husky 20.00%YES NO http://www.huskyportable.com/ Hygenall 0.00%NO NO https://hygenall.com/firefighters/ Identifire 0.00%No NO identifiresafety.comJGB Hose 5.00%YES NO https://www.jgbhose.com/ Junk Yard Dog 5.00%NO NO http://junkyarddogindustries.com/ Key Hose 40.00%YES NO http://keyhose.com/products.html Kochek 30.00%YES NO https://www.kochek.com/Kussmaul 12.00%YES NO http://www.kussmaul.com/Lakeland Industries 25.00%No NO https://www.lakeland.com/us Leader Fans 10.00%YES NO http://www.leadernorthamerica.com/ Leatherhead Tools 35.00%YES NO http://www.leatherheadtools.com/MSA MSA Helmets 35.00%YES NO http://us.msasafety.com/ MSA Instruments 15.00%YES NO http://us.msasafety.com/ MSA Parts 15.00%YES NO http://us.msasafety.com/ MSA SCBA 25.00%YES NO http://us.msasafety.com/MSA TIC 0.00%YES NO http://us.msasafety.com/ Natale (Circle D)10.00%YES NO http://www.circledlights.com/ National Foam 5.00%YES NO http://nationalfoam.com/ Nupla 30.00%YES NO http://www.nuplacorp.com/OHD USA 0.00%NO NO http://www.ohdusa.com/ Pelican 15.00%YES NO http://www.pelican.com/ Performance Advantage Company 10.00%YES NO http://pactoolmounts.com/ ATTACHMENT 2B - PRICING SHEET 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES MANUFACTURER Percent Off List In Stock / Lead Time Freight Included WEBSITE Petrogen 0.00%NO NO http://www.petrogen.com/PGI 15.00%NO NO https://www.pgi-inc.com/ Pierce 5.00%YES NO R & B Fabricators 10.00%YES NO https://www.rbfab.com/ Redhead Brass http://www.redheadbrass.com/Redhead Brass QTY. 1-9 10.00%YES NO http://www.redheadbrass.com/ Redhead Brass QTY 10-24 20.00%YES NO http://www.redheadbrass.com/ Redhead Brass QTY 25-49 30.00%YES NO http://www.redheadbrass.com/ Redhead Brass QTY 50-199 40.00%YES NO http://www.redheadbrass.com/ Rescue 42 10.00%YES NO http://rescue42.com/ Rescue Tech 5.00%NO NO http://www.rescuetech1.com/ Rice Hydro - test pumps 25.00%YES NO http://www.ricehydro.com/Rice Hydro Accessories 10.00%YES NO http://www.ricehydro.com/SaferStraps 0.00%YES NO https://saferstraps.com/ SCBAS 15.00%YES NO http://scbas.com/ Sensible Mounts 15.00%YES NO http://senpro.net/Shelby Wolverine 5.00%YES NO http://www.shelbyglove.com/Signal Vehicle Products 20.00%NO NO Solutions Safety Products 0.00%NO NO https://solutionssafety.com/products/citrosqueeze South Park 20.00%YES NO http://www.spcbrass.com/ SpillArmor 10.00%YES NO http://smartvistallc.com/spillarmor/Sterling Rope 15.00%NO NO http://www.sterlingrope.com/ Streamlight 40.00%YES NO http://www.streamlight.com/ SuperVac 25.00%YES NO http://supervac.com/ Task Force Tips 38.00%YES NO http://www.tft.com/Task Force Tips - Parts 20.00%NO NO http://www.tft.com/ Task Force Tips G-Force 0.00%YES NO https://www.tft.com/Product-Series/G-Force Team Equipment 0.00%YES NO http://www.teamequipment.com/ TeleLite 5.00%NO NO http://www.tele-lite.com/Tempest Fans 20.00%YES NO http://www.tempest.us.com/ Thorogood Boots 20.00%YES NO http://www.weinbrennerusa.com/ TNT Rescue Tools 0.00%YES NO http://www.tntrescue.com/ TNT Tools 0.00%NO NO http://www.tnttool.com/Tomar 10.00%YES NO http://www.tomar.com/ True North 10.00%YES NO http://www.truenorthgear.com/ Turtle Plastics 10.00%YES NO http://turtleplastics.com/ US Coupling 25.00%YES NO http://www.uscouplings.com/home/Vanguard Safetywear 5.00%YES NO https://www.vanguardsafetywear.com/Vanner 10.00%YES NO http://www.vanner.com/ Waterax 10.00%NO NO http://www.waterax.com/ Waterous 10.00%YES NO http://www.waterousco.com/Weldon 10.00%YES NO http://www.akronbrass.com/ Western Shelter - Crew Boss 10.00%YES NO http://westernshelter.com/ Western Shelter- tanks/shelters 0.00%NO NO http://westernshelter.com/Whelen Engineering 10.00%YES NO http://www.whelen.com/index.php Will Burt 10.00%NO NO http://www.willburt.com/ Williams Foam 12.00%YES NO http://www.williamsfire.com/HOME.aspx Ziamatic/Zico 20.00%YES NO http://www.ziamatic.com/ PROCUREMENT SERVICES –DIVISION OFOFFICE OFMANAGEMENT AND BUDGET SERVICES P.O. BOX7800• 315 W.MAINST.,TAVARES, FL32778•P352.343.9839• F352.343.9473 Board of County Commissioners • www.lakecountyfl.gov MODIFICATION OF CONTRACT Modification Number:Five (5) Effective Date: 2/11/2025 Contract Number: 22-730G Title:Fire Equipment, Supplies, and Services Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel, CPPB E-mail: gretchen.bechtel@lakecountyfl.gov Telephone Number: 352-343-9765 Contractor Name and Address: Name: MES Service Company, LLC Address: 12 Turnberry Ln, 2nd Floor City: Sandy Hook, CT 06482 ATTENTION: jrobinson@mesfire.com; rmclester@mesfire.com Issued By:Procurement Services Lake County Administration Building 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification reassignment from Municipal Emergency Services, Inc. to MES Service Company, LLC per the attached. CONTRACTOR SIGNATURE BLOCK Signature: _______________________________________ Print Name: ______________________________________ Title: ____________________________________________ Date: ____________________________________________ E-mail: ___________________________________________ Secondary E-mail: __________________________________ LAKE COUNTY SIGNATURE BLOCK Signature: Print Name: Title: Date: Distribution: Original – Bid FileCopy – ContractorContracting Officer Jamie RobinsonRegional Vice President 03/26/2025 jrobinson@mesfire.com PROCUREMENT SERVICES –DIVISION OFOFFICE OFMANAGEMENT AND BUDGET SERVICES P.O. BOX7800• 315 W. MAINST.,TAVARES, FL32778•P352.343.9839• F352.343.9473 Board of County Commissioners • www.lakecountyfl.gov MODIFICATION OF CONTRACT Modification Number:Four (4) Effective Date: 2/14/2025 Contract Number: 22-730G Title:Fire Equipment, Supplies, and Services Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel, CPPB E-mail: gretchen.bechtel@lakecountyfl.gov Telephone Number: 352-343-9765 Contractor Name and Address: Name: Municipal Emergency Services, Inc Address: 12 Turnberry Ln, 2nd Floor City: Sandy Hook, CT 06482 ATTENTION:jrobinson@mesfire.com; rmclester@mesfire.com Issued By:Procurement Services Lake County Administration Building 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to renew the agreement for two annual terms to expire 07/31/2027 or until new contract is awarded. CONTRACTOR SIGNATURE BLOCK Signature: _______________________________________ Print Name: ______________________________________ Title: ____________________________________________ Date: ____________________________________________ E-mail: ___________________________________________ Secondary E-mail: __________________________________ LAKE COUNTY SIGNATURE BLOCK Signature: Print Name: Title: Date: Distribution: Original – Bid FileCopy – ContractorContracting Officer Jamie Robinson Regional Vice President 2/14/2025 jrobinson@mesfire.com PROCUREMENT SERVICES –DIVISION OFOFFICE OFMANAGEMENT AND BUDGET SERVICES P.O. BOX7800• 315 W. MAINST.,TAVARES, FL32778•P352.343.9839• F352.343.9473 Board of County Commissioners • www.lakecountyfl.gov MODIFICATION OF CONTRACT Modification Number:Three (3) Effective Date: 9/14/2023 Contract Number: 22-730G Title:Fire Equipment, Supplies, and Services Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel, CPPB E-mail: gretchen.bechtel@lakecountyfl.gov Telephone Number: 352-343-9765 Contractor Name and Address: Name: Municipal Emergency Services, Inc Address: 12 Turnberry Ln, 2nd Floor City: Sandy Hook, CT 06482 ATTENTION:jrobinson@mesfire.com; rmclester@mesfire.com Issued By:Procurement Services Lake County Administration Building 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to ADD additional manufacturers and services per the attached pricing sheets. CONTRACTOR SIGNATURE BLOCK Signature: _______________________________________ Print Name: ______________________________________ Title: ____________________________________________ Date: ____________________________________________ E-mail: ___________________________________________ Secondary E-mail: __________________________________ LAKE COUNTY SIGNATURE BLOCK Signature: Print Name: Title: Date: Distribution: Original – Bid FileCopy – ContractorContracting Officer Jamie Robinson Regional Vice President 9/18/2023 jrobinson@mesfire.com LNlE COUNTY, FL REAL FLORIDA · REAL CLOSE MODIFICATION OF CONTRACT Modification Number:Two (2)Contract Number: 22-730G Effective Date: 8/1/2023 Title: Fire Equipment, Supplies, and Services Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel, CPPB Contractor Name and Address: E-mail: gretchen. bechtel@lakecountyfl.gov Name: Municipal Emergency Services, IncTelephone Number: 352-343-9765 Issued By:Address: 12 Turnberry Ln, 2nd Floor Procurement Services City: Sandy Hook, CT 06482Lake County Administration Building ATTENTION:jrobinson@mesfire.com;3 15 W. Main St., Suite 441 Tavares, Florida 32778-7800 rmclester@mesfire.com INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and returnthis form to Procurement Services within ten (10) days after receigt. Once fully executed, a copy of this modification will bereturned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to extend the agreement for two annual terms to expire on07/31/2025. CONTRACTOwfrP°NA REBLOCK LAKE COUNTY SIGNATURE BLOCK Signature: iJI"'. Signature: GretchenPrint Name: Ward Petrie Print Name: Title: SVP Finance Title:Bechtel, Date: 4/10/23 Date:Contracting E-mail: wp�tri�@ms:sfir�.QQill Officer II Secondary E-mail: Distribution:Original - Bid File Copy -Contractor Contracting Officer PROCUREMENT SERVICES-DIVISION OF OFFICE OF MANAGEMENT AND BUDGET SERVICES P.O. BOX 7800 • 315 W. MAIN ST. TAVARES, FL 32778 • P 352.343.9839 • F 352.343.9473 Board o/Cormry Commissioners• 11·111w.lakecormr;j7.gor Digitally signed by Gretchen Bechtel, Contracting Officer II Date: 2023.04.11 07:59:40 -04'00' PROCUREMENT SERVICES –DIVISION OFOFFICE OFMANAGEMENT AND BUDGET SERVICES P.O. BOX7800• 315 W. MAINST.,TAVARES, FL32778•P352.343.9839• F352.343.9473 Board of County Commissioners • www.lakecountyfl.gov MODIFICATION OF CONTRACT Modification Number:One (1) Effective Date: 9/13/2022 Contract Number: 22-730G Title:Fire Equipment, Supplies, and Services Effective Date: 08/01/2022 Contracting Officer: Gretchen Bechtel, CPPB E-mail: gretchen.bechtel@lakecountyfl.gov Telephone Number: 352-343-9765 Contractor Name and Address: Name: Municipal Emergency Services, Inc Address: 12 Turnberry Ln, 2nd Floor City: Sandy Hook, CT 06482 ATTENTION:jrobinson@mesfire.com; rmclester@mesfire.com Issued By:Procurement Services Lake County Administration Building 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten (10) days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION: Contract modification to add the highlighted manufacturers and pricing per the attached. CONTRACTOR SIGNATURE BLOCK Signature: _______________________________________ Print Name: ______________________________________ Title: ____________________________________________ Date: ____________________________________________ E-mail: ___________________________________________ Secondary E-mail: __________________________________ LAKE COUNTY SIGNATURE BLOCK Signature: Print Name: Title: Date: Distribution: Original – Bid FileCopy – ContractorContracting Officer Jamie Robinson Regional Vice President 9/13/22 jrobinson@mesfire.com ATTACHMENT 2A - PRICING SHEET 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES ITEM # 1 2a 2b 2c Labor for Equipment Repair (not under warranty)per hour 2d Pickup or delivery services offered?Yes 2e Pick up / delivery fee for Equipment $0.00 per call 0 0 0 3 MANUFACTURER Hourly Service Rate Factory Authorized Service Center? YES/NO Hurst ED/EWXT/E3 service - per tool $265.00 Yes Hurst High Pressure service - per tool $155.00 Yes Hurst Low Pressure service - per tool $155.00 Yes Hurst High Pressure pump service - per pump $555.00 Yes Hurst Low Pressure pump service - per pump $555.00 Yes Hurst extension hose - flush $140.00 Yes Hurst extension hose - visual inspection $60.00 Yes Hurst cord reel - flush $225.00 Yes Hurst cord reel - visual inspection $75.00 Yes Hurst non warranty repairs - labor rate per hour $160.00 Yes Lift bag set inspection (1 regulator, 1 controller, hoses) $125.00 Yes LIST MANUFACTURER SUPPORTED. Municipal Emergency Servcies SAVE AND SUBMIT AS AN EXCEL FILE www.mesfire.com Lake County is exempt from all taxes (Federal, State, Local). A Tax Exemption Certificate will be furnished upon request for any direct purchasing. Contractor will be responsible for payment of taxes on all materials purchased by the Contractor for the project. 9843 18th Street N, Suite 150A, St. Petersburg, FL 33716 Jamie Robinson SHOP LOCATION The following information is required for price redetermination consideration. Assuming prices quoted include costs for vehicles, maintenance, repair, insurance, fuel, wages, insurances, other employee benefits, materials, overhead, operating expenses, etc., what percentage of the rate is directly attributed to the cost of fuel? Which does the firm use: Diesel fuel or Gasoline? Assuming prices quoted include costs for vehicles, maintenance, repair, insurance, fuel, wages, materials, overhead, operating expenses, etc., what percentage of the rate is directly attributed to the cost of wages? Assuming prices quoted include costs for vehicles, maintenance, fuel, wages, insurances, other employee benefits, materials, overhead, operating expenses, etc., what percentage of the rate is directly attributed to the cost of materials? ATTACHMENT 2A - PRICING SHEET 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES Lift bag service per bag (visual inspection, hydrostatic test)$75.00 Yes Compressor service per hour $110.00 Yes Scott Safety non warranty repairs - labor rate per hour $100.00 Yes SCBA cylinder hydrostatic testing $55.00 Yes Mask fit testing - per person $40.00 Yes Mask fit testing - per day $1,750.00 Yes SCBA flow testing $55.00 Yes ANY Service Call - per trip $75.00 Yes ATTACHMENT 2B - PRICING SHEET 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES FIRM'S WEBSITE: Warehouse Location(s): MANUFACTURER Percent Off List In Stock / Lead Time Freight Included WEBSITE 343 Fire List No 3M Company 15%No 5.11 10%No Able 2 Sho Me 10%No Action 25%No AH Stock 10%No Ajax 5%No Akron Brass 20%No Alcolite (Sam Carbis)10%No Amerex List No American Firewear 15%No Anchor Industries 10%No Anchor Uniform 5%No Angus 20%No Ansul Foam 15%No Armor Express Per NASPO No Avon Manufacturing 5%No B&B Enterprises 15%No BA Shields List No Bates (Wolverine)10%No Bayco/NightStick 10%No Bayly Hat Company List No Black Diamond 15%No Blackinton 10%No Blauer List No Boston Leather 20%No Bridgehill List No Bullard - helmets 20%No Bullard - other 10%No CET Pumps 15%No Chemguard 10%No Circul Air List No CMC Rescue 3%No Code 3 20%No Municipal Emergency Services SAVE AND SUBMIT AS AN EXCEL FILE List manufacturer brands supported. www.mesfire.com 9843 18th Street N, Suite 150A, St. Petersburg, FL 33716 AZ, CA, CO, CT, FL, IL, IN, MD, MI, NC, NE, NJ, NM, NY, OH, PA, TX, VA, WA Contact Information For Emergency/Disaster Services (24/7) Name: Email: Emergency Phone: Jamie Robinson Jrobinson@mesfire.com 727-686-0020 ATTACHMENT 2B - PRICING SHEET 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES Collins Dynamics (Rom Corp)22%No Condor Outdoor 5%No Council Tools 20%No Courtland Boot Jack List No Crew Boss 20%No Danner/LaCrosse 5%No Decon Systems (Saunaray)List No Dicke Tool 15%No Dragonfire (J Scott Solutions)20%No DuPont 5%No Dutyman 5%No Eastern Fire Equipment Services 5%No Edison 20%No Edwards & Cromwell 10%No Edwards Garment Company 5%No Edwards MFG 10%No Elbeco 5%No Elkhart Brass 20%No Energizer List No Ergodyne 20%No ESS 20%No Euramco 15%No EVAC Systems 5%No Fechheimer/Flying Cross 5%No Federal Signal Corp 20%No Fire Hooks Unlimited List No Fire Innovations 10%No Fire Research (FRC)15%No Fire Soaps 5%No Fire Wipes 5%No Firecom 5%No Firecraft - gloves 10%No Firecraft - Sensit 5%No Fire-Dex 10%No First Tactical 10%No Flamefighter 20%No Fol-Da-Tank 20%No Foxfire 10%No FoxFury 10%No Fresh Gear 5%No Froggy's Fog List No Flir List No FSI North America List No Gemtor 20%No Gerber List No GH Armor Per NASPO No Glassmaster Wehr 15%No Grace Industries List No Gripflex Corporation List No Groves/Ready Rack List No Hale Fire Pumps List No Hammerhead (Gear Keeper)15%No Hannay Reels 10%No Harrington 25%No Hebert List No Hero Wipes 5%No Hero's Pride 5%No HexArmor 15%No ATTACHMENT 2B - PRICING SHEET 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES Homeland 6 (H6 Tactical)10%No Honeywell - boots 10%No Honeywell - helmets & parts 10%No Honeywell Analytics List No Honeywell/Morning Pride - PPE 10%No Hope Uniform Company List No Hot Shields 5%No Hotstick List No Humat List No Hurst 5%No Husky 25%No Hydra Shield 12%No Industrial Scientific - accessories List No Industrial Scientific - monitors 10%No J-Tek/CMJ manufacturing List No Justrite 20%No Kappler List No Kochek 25%No Koehler Mfg 20%No Kroll 10%No Kussmaul List No Lakeland 10%No Leatherhead Tools 20%No Liberty Uniform Mfg Co List No Lightning X 10%No Lion Uniforms 10%No Little Giant 5%No Mag Instruments 10%No Majestic Hoods 20%No Majestic Hoods - Gore List No Makita List No Matex 15%No Mechanix Gloves 10%No Mocean 5%No Mustang Survival 10%No Natale (Circle D)15%No National Foam 5%No National River Supply (NRS)10%No Norco Gas List No NUPLA 15%No OHD List No Original Footwear 5%No Pacific Helmets 5%No Pacific Reflex 15%No Paul Conway Shields 10%No Pelican List No Performance Advantage Company (PAC)10%No Petzl 20%No PGI 5%No Pigeon Mountain Industries (PMI)10%No Plastix Plus 5%No PMI Rope 10%No Point Blank Per NASPO No Poly-Tech America List No Port West List No Premier Emblem 5%No Propper 5%No Protective Industrial Products (PIP)10%No ATTACHMENT 2B - PRICING SHEET 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES R&B Fabricators 10%No Radians 10%No RAE Systems 5%No Redback Boots 15%No Rescue 42 5%No Rescue Intellitech (Solo Rescue)List No Rescue Technology 5%No RevolveAir List No Rice Hydro 10%No Ringers List No RIT Safety Solutions 10%No Rock N Rescue 10%No Rocky Boots 5%No Rothco 5%No Royce Shields 5%No Salomon 10%No Samuel Broome 5%No San Mar 10%No Savox List No SCBAS 15%No Scott Safety- gas detection 5%No Scott Safety - SCBA, cylinders, masks 7%No Scott Safety- repair parts List No Scott Safety- thermal imager parts List No Scott Safety- thermal imagers 5%No Scotty Firefighter 15%No Seek Thermal 5%No Sensible Mounts 15%No Shelby Gloves List No Silent Partner Technologies/BioConnect IntelliView List No Simulaids List No SM Smith 5%No Smith & Warren 10%No Snap Tite/All-American/Firequip 10%No Solomon 5%No Solutions Safety (Citrosqueeze)5%No South Park 20%No Southeastern Shirt Company 5%No Spiewak 5%No Stallion Air List No Statpacks 10%No Steck 10%No Sterling Rope 15%No Stratton Hat List No Streamlight 15%No Supervac 5%No Survival Armor Per NASPO No Tactsquad 5%No Target Solutions List No Task Force Tips (TFT)5%No Task Force Tips- Blitzfire/G-Force Series List No Team Equipment List No Team Wendy List No Teledyne 5%No Telelite 5%No Tempest - VS series batteries & access.List No Tempest/Leader Fans 10%No Thorogood/Weinbrenner boots 15%No ATTACHMENT 2B - PRICING SHEET 22-730 FIRE EQUIPMENT, SUPPLIES, AND SERVICES Tingley Rubber/Alta Industries List No TNT Tools 10%No Topps List No Toxic Suppression List No True North 10%No Tru-Spec 10%No Turtle Plastics List No Tyco 10%No UltraTec Special Effects 15%No Under Armour 5%No Underwater Kinetics List No Various mfgs - compressor service parts 5%No Veridian - PPE 25%No Veridian- gloves, hoods, accessories 10%No Vetter List No VF Imagewear 5%No Vizcon List No W. Alboum Hat Company List No Warson (all brands)5%No Warthog 5%No Warrior Fire Equipment List No Waterous List No Weldon 25%No Whelen Engineering 15%No Williams Foam List No Workrite 10%No Yates 5%No Zephyr List No Ziamatic/Zico List No Custom motor trousers/breeches (MES)List No Sewing/embroidery/alterations (MES)List No ........ E COUNTY, FL R[Al FLORIDA · REAL CLOS[ CONTRACT NO. 22-730G For Fire Equipment, Supplies, and Services LAKE COUNTY, FLORIDA, a political subdivision of the State of Florida, through its Board of County Commissioners (hereinafter "County") does hereby accept, with noted modifications, if any, the bid of Municipal Emergency Services, Inc. (hereinafter "Contractor") to supply Fire Equipment, Supplies,and Services to the County pursuant to County Bid number 22-730 with any included addenda (hereinafter "Bid"), with an opening date of 4/28/2022, and Contractor's Bid response dated 4/25/2022, thereto with all County Bid provisions governing. A copy of the Contractor's signed Bid is attached hereto and incorporated herein, thus making it a pati of this Contract except that any items not awarded have been struck through. The attaclunents noted below (if any) are attached hereto and are also made a part of this Contract. ATTACHMENTS: Addendum 1 & 2, Exhibit A -Scope of Work, Exhibit B -Insurance Requirements, Attachment 1 -Submittal Fonn with General Tenns & Conditions acceptance, Attaclunent 2 -Pricing Sheet No financial obligation under this Contract shall accrue against the County until a specific purchase transaction is completed pursuant to the tenns and conditions of this Contract. Contractor shall submit the documents hereinafter listed prior to commencement of this Contract: NI A The County's Procurement Services Director shall be the sole judge as to the fact of the fulfillment of this Contract, and upon any breach thereof, shall, at his option, declare this Contract terminated, and for any loss or damage by reason of such breach, whether this Contract is terminated or not, said Contractor and their surety for any required bond shall be liable. This Contract is effective from 8/1/2022 through 7/31/2023l except the County reserves the right to tenninate this Contract immediately for cause and/or lack of funds and with thirty (30) day written notice for the convenience of the County. This Contract provides for two (2) two (2) year renewals at Lake County's sole option at the tenns noted in the Bid. Any and all modifications to this Contract must be in writing signed by the County's Procurement Services Director. Distiibution: O1iginal-Bid File Copy-Contractor Copy-Department By: Gretchen Bechtel, �� Contracting Officer II Date: 07/26/2022 PROCUREMENT SERVICES/ A DIVISION OF THE OFFICE OF MANAGEMENT AND BUDGET P 0. BOX 7800 • 315 W. MAIN ST., RM 441, TA VARES, FL 32778 • P 352.343.9839 • F 352.343.9473 Board ofCou11ty Co111111issioners • www.lakecountvll.gov ADDENDUM NO. #2 E COUNTY, FL REAL fLOAIOA • REH CLOSE Office of Procurement Services P.O. Box 7800 • 315 W. Mai11 St., Suite 441 • Tavares, FL 32778 SOLICTATION: Fire Equipment, Supplies, and Services 22-73004/12/2022 Vendors are responsible for the receipt and acknowledgement of all addenda to a solicitation. Confirm acknowledgement by including an electronically completed copy of this addendum with submittal. Failure to acknowledge each addendum may prevent the submittal from being considered for award. THIS ADDENDUM DOES NOT CHANGE THE DA TE FOR RECEIPT OF PROPOSALS. QUESTIONS/RESPONSES Ql. Section 5.0 Method of Award -Is it the County's intention to award to multiple vendors as they have done in the past? Rl. Per Section 5.0 Method of Award; The County reserves the right to make awards on a lowest price basis by individual item, group of items, all or none, or a combination; with one or more Vendors Q2. Section 3 .0 Delivery Requirements and Acceptance -bid calls for delivery of all products within 10 calendar days. For items in stock this is possible, but for items on order the delivery time will vary by product and brand. The delivery time can be given when a quote is requested. R2. Per Section 3.0 Delivery Requirements and Acceptance Section 3.5.1 Back order may be cancelled after the shipment period has lapsed. Cancellation of orders are at the discretion of the County. Q3. Ce1tain manufacturers are now including a significant surcharge to our cost which is in addition to the list price. For the county to purchase these brands off this contract, a surcharge will need to be allowed. R3. The solicitation provides for percent off list price. Cost shall be in accordance with contract pricing. Any additional fees shall be borne of the vendor. ACKNOWLEDGEMENT Firm Name: Municipal Emergency Services I hereby certify that my electronic signature has the same legal effect as if made under oath; that I am an authorized representative of this vendor and/or empowered to execute this submittal on behalf of the vendor. Signature of Legal Representative Submitting this Bid: .J/J.n:J.i4 ./?oo1.ZJ$® Date: 4/25/22 Page 1 of 2 ADDENDUM NO. #2 Print Name: Jamie Robinson Title: Regional Vice President Primary E-mail Address: jrobinson@mesfire.com Secondary E-mail Address: rmclester@mesfire.com 22-730 Page 2 of 2 TABLE OF CONTENTS TABLE OF CONTENTS ......................................................................................................................... 1 DEFINITIONS ......................................................................................................................................... 1 INSTRUCTIONS TO VENDORS ........................................................................................................... 1 PREPARATION OF PROPOSALS ......................................................................................................... 2 COLLUSION ............................................................................................................................................ 2 PROHIBITION AGAINST CONTINGENT FEES ................................................................................. 2 CONTRACTING WITH COUNTY EMPLOYEES ................................................................................ 3 INCURRED EXPENSES ......................................................................................................................... 3 AWARD ................................................................................................................................................... 3 GRANT FUNDING .................................................................................................................................. 3 STATE REGISTRATION REQUIREMENTS ........................................................................................ 4 PRIME CONTRACTOR .......................................................................................................................... 4 SUBCONTRACTING .............................................................................................................................. 4 DISADVANTAGED BUSINESSES ....................................................................................................... 4 GENERAL CONTRACT CONDITIONS ................................................................................................ 4 GOVERNING LAW ................................................................................................................................ 4 COMPLIANCE OF LAWS, REGULATIONS, AND LICENSES .......................................................... 4 CONTRACT EXTENSION ..................................................................................................................... 5 MODIFICATION OF CONTRACT ........................................................................................................ 5 ASSIGNMENT......................................................................................................................................... 5 NON-EXCLUSIVITY .............................................................................................................................. 5 OTHER AGENCIES ................................................................................................................................ 5 CONTINUATION OF WORK................................................................................................................. 5 WARRANTY ........................................................................................................................................... 5 DEFICIENCIES IN WORK TO BE CORRECTED BY THE CONTRACTOR .................................... 5 COUNTY IS TAX-EXEMPT................................................................................................................... 6 SHIPPING TERMS, F.O.B. DESTINATION .......................................................................................... 6 ACCEPTANCE OF GOODS OR SERVICES ......................................................................................... 6 ESTIMATED QUANTITIES ................................................................................................................... 6 PURCHASE OF OTHER ITEMS ............................................................................................................ 7 SAFETY ................................................................................................................................................... 7 MATERIAL SAFETY DATA SHEET (MSDS) ..................................................................................... 7 TOBACCO PRODUCTS ......................................................................................................................... 7 CLEAN-UP ............................................................................................................................................... 7 PROTECTION OF PROPERTY .............................................................................................................. 8 CERTIFICATE OF COMPETENCY/LICENSURE, PERMITS, AND FEES ....................................... 8 TRUTH IN NEGOTIATION CERTIFICATE ......................................................................................... 8 COMPETENCY OF VENDORS AND ASSOCIATED SUBCONTRACTORS.................................... 8 RESPONSIBILITY AS EMPLOYER ...................................................................................................... 8 MINIMUM WAGES ................................................................................................................................ 9 PRICE REDETERMINATIONS.............................................................................................................. 9 INDEMNIFICATION .............................................................................................................................. 9 TERMINATION FOR CONVENIENCE ................................................................................................ 9 LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Version 05.06.2021 TERMINATION DUE TO UNAVAILABILITY OF CONTINUING FUNDING................................. 9 TERMINATION FOR DEFAULT ........................................................................................................... 9 FRAUD AND MISREPRESENTATION .............................................................................................. 10 RIGHT TO AUDIT ................................................................................................................................ 10 PROPRIETARY/CONFIDENTIAL INFORMATION .......................................................................... 10 PUBLIC RECORDS LAW ..................................................................................................................... 10 COPYRIGHTS ....................................................................................................................................... 12 SOVEREIGN IMMUNITY .................................................................................................................... 12 COMPLIANCE WITH FEDERAL STANDARDS ............................................................................... 12 E-VERIFY .............................................................................................................................................. 12 HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) ....................... 12 FORCE MAJEURE ................................................................................................................................ 13 NO CLAIM FOR DAMAGES ............................................................................................................... 13 CERTIFICATION REGARDING SCRUTINIZED COMPANIES ...................................................... 13 ANTI-TRAFFICKING RELATED ACTIVITIES ................................................................................. 13 NOTICES ............................................................................................................................................... 14 LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 1 of 14 Version 05.06.2021 DEFINITIONS Contract: The agreement to perform the services set forth in a document signed by both parties with any attachments specifically incorporated. Contractor: The Vendor to whom award has been made. County: Lake County, Florida, a political subdivision of the State of Florida. Proposal: Any offer submitted in response to a solicitation. Solicitation: The written document requesting bids, quotes, or proposals from the marketplace. Vendor: Any entity responding to a solicitation or performing under any resulting contract. INSTRUCTIONS TO VENDORS A. Vendor Qualification: The County requires Vendors provide evidence of compliance with the requirements below upon request: 1. Disclosure of Employment. 2. Disclosure of Ownership. 3. Drug-Free Workplace. 4. W-9 and 8109 Forms – as required by the Internal Revenue Service. 5. Americans with Disabilities Act (ADA). 6. Conflict of Interest. 7. Debarment Disclosure Affidavit. 8. Nondiscrimination. 9. Family Leave. 10. Antitrust Laws – By acceptance of any contract, the Vendor agrees to comply with all applicable antitrust laws. B. Public Entity Crimes: Pursuant to Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction of a public entity crime may not be awarded or perform work as a contractor, supplier, subcontractor, or contractor under a contract with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. C. Contents of Solicitation and Vendors’ Responsibilities: The Vendor shall be thoroughly familiar with the requirements of this solicitation. Ignorance of these matters by the Vendor will not be accepted as a basis for varying the requirements of the County, or the compensation to be paid. E. Restricted Discussions: From the date of solicitation issuance until final County action, Vendors will not discuss any part of the solicitation with any employee, agent, or other representative of the County except as expressly authorized by the designated procurement representative. The only communications that will be considered pertinent to a solicitation are appropriately signed written documents from the Vendor to the designated procurement representative and any relevant written document promulgated by the designated procurement representative. F. Changes to Proposal: Prior to the scheduled due date, a Vendor may change its Proposal by submitting a new one with a letter on the firm’s letterhead, signed by an authorized agent stating that the new submittal replaces the original. The new submittal must contain the letter and all information as required in the solicitation. G. Withdrawal of Proposal: A Proposal will be irrevocable unless it is withdrawn as provided in a solicitation. A Proposal may be withdrawn, either physically or by written notice, at any time prior to solicitation award. If withdrawn by written notice, that notice must be addressed to, and received LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 2 of 14 Version 05.06.2021 by, the designated procurement representative. The letter must be on company letterhead and signed by an authorized agent of the Vendor. H. Conflicts within the Solicitation: Where there appears to be a conflict between the General Terms and Conditions, Special Conditions, the Technical Specifications, the Pricing Section, or any addendum issued, the order of precedence will be: the last addendum issued, the Proposal Price Section, the Technical Specifications, the Special Conditions, and then the General Terms and Conditions. It is incumbent upon the Vendor to identify such conflicts to the designated procurement representative prior to the Proposal due date. I. Prompt Payment Terms: Payment for all purchases by County agencies will be made in a timely manner and interest payments will be made on late payments in accordance with Part VII, Chapter 218, Florida Statutes, known as the Florida Prompt Payment Act. The Vendor may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during Proposal evaluation. PREPARATION OF PROPOSALS A. The pricing section of a solicitation defines requirements of items to be purchased and must be completed and submitted with the Proposal. Use of any other form or alteration of the form may result in rejection of the Proposal. B. The Proposal submitted must be legible. Vendors shall type or use an ink to complete the Proposal. All changes must be crossed out and initialed in ink. Failure to comply with these requirements may cause the bid to be rejected. C. An authorized agent of the Vendor’s firm must sign the Proposal. The County may reject any Proposal not signed by an authorized agent. D. The Vendor may submit alternate Proposals for the same solicitation provided that such offer is allowable under the terms and conditions. The alternate Proposal must meet or exceed the minimum requirements and be submitted as a separate Proposal marked “Alternate Proposal.” E. When there is a discrepancy between the unit prices and any extended prices, the unit prices will prevail. The County reserves the right to allow for clarification of questionable entries and the correction of obvious mistakes. F. Any Proposal received after the designated receipt date will be considered late and will not be considered for award. COLLUSION Where two (2) or more related parties each submit a Proposal for the same contract, such Proposals will be presumed to be collusive. Furthermore, any prior understanding, agreement, or connection between two (2) or more corporations, firms, or persons submitting a Proposal for the same materials, supplies, services, or equipment will also be presumed to be collusive. Proposals found to be collusive will be rejected. Vendors which have been found to have engaged in collusion may be considered non- responsible and may be suspended or debarred. Any contract resulting from collusive bidding may be terminated for default. PROHIBITION AGAINST CONTINGENT FEES The Vendor warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the Vendor to solicit or secure the Contract and that they have not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Vendor, any consideration contingent upon or resulting from the award or making of the Contract. LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 3 of 14 Version 05.06.2021 CONTRACTING WITH COUNTY EMPLOYEES Any County employee or immediate family member seeking to contract with the County shall seek a conflict of interest opinion from the County Attorney prior to submittal of a Proposal. The affected employee shall disclose the employee’s assigned function within the County and interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract. INCURRED EXPENSES A solicitation does not commit the County to make an award nor will the County be responsible for any cost or expense which may be incurred by any Vendor in preparing and submitting a Proposal, or any cost or expense incurred by any Vendor prior to the execution of a purchase order or contract. AWARD A. The Contract resulting from a solicitation may be awarded to the responsible Vendor which submits a Proposal determined to provide the best value to the County with price, technical, and other applicable factors considered. The County reserves the right to reject any and all Proposals, to waive irregularities or technicalities, and to re-advertise for all or any part of this solicitation as deemed in its best interest. The County will be the sole judge of its best interest. B. When there are multiple line items in a solicitation, the County reserves the right to award on an individual item basis, any combination of items, total low bid, or in whichever manner deemed in the best interest of the County. This provision specifically supersedes any method of award criteria stated in the solicitation when such action is necessary to protect the best interests of the County. C. The County reserves the right to reject any and all Proposals if it is determined that prices are excessive or determined to be unreasonable, or it is otherwise determined to be in the County’s best interest to do so. D. The County reserves the right to reject offers containing terms or conditions contradictory to the County’s. E. Award of a solicitation will be made to firms satisfying all necessary legal requirements to do business with the County. The County may conduct a pre-award inspection of the Vendor’s site or hold a pre-award qualification hearing to determine if the Vendor can perform the requirements of a solicitation. F. The Vendor’s performance as a Contractor or subcontractor on previous County contracts will be considered in evaluating the responsibility of the Vendor. G. Any tie situations will be resolved in consonance with current written County procedure. H. The County has imposed a reciprocal match local vendor preference practice to ensure an equal procurement environment for all potential vendors unless prohibited by the funding source. More information is available on Section 2-222, Local Vendor Preference. I. Award of the contract resulting from this solicitation may be predicated on compliance with and submittal of all required documents as stipulated in the solicitation. J. A Vendor wishing to protest any award decision resulting from a solicitation may do so per the Procurement Protest Procedures site. GRANT FUNDING In the event any part of a Contract is to be funded by federal, state, or other local agency monies, the Vendor hereby agrees to comply with all requirements of the funding entity applicable to the use of the monies, including full application of requirements involving the use of minority firms, women's business enterprises, and labor surplus area firms. Contractors are advised that payments under the Contract may LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 4 of 14 Version 05.06.2021 be withheld pending completion and submission of all required forms and documents required of the Contractor pursuant to the grant funding requirements. STATE REGISTRATION REQUIREMENTS Any entity conducting business in Florida shall either be registered or have applied for registration with the Florida Department of State in accordance with Florida law, unless exempt from registration. A copy of the registration may be required prior to award of a Contract. Additional information is available by visiting the Florida Department of State home page. PRIME CONTRACTOR The Vendor awarded a Contract shall act as the Prime Contractor and will assume full responsibility for the successful performance under the Contract. The Awarded Vendor (Contractor) will be considered the sole point of contact regarding meeting all requirements of the Contract. All subcontractors may be subject to advance review by the County regarding competency and security concerns. No change in subcontractors may be made without the consent of the County after the award of the Contract. Contractor will be responsible for all insurance, permits, licenses, and related matters for any and all subcontractors. County may require the Contractor to provide any insurance certificates required by the work to be performed even if the subcontractor is self-insured. SUBCONTRACTING Unless otherwise stipulated in a solicitation, the Contractor shall not subcontract any portion of the work without the prior written consent of the County. Subcontracting without the prior consent of the County may result in termination of the Contract for default. DISADVANTAGED BUSINESSES The County has adopted policies which assure and encourage the full participation of Disadvantaged Business Enterprises (DBE) in the provision of goods and services. The County encourages joint ventures between majority-owned firms and qualified disadvantaged/minority/women-owned firms. GENERAL CONTRACT CONDITIONS The Contract will be binding upon and will inure to the benefit of each of the parties and respective successors and permitted assigns. The Contract may not be amended, released, discharged, rescinded or abandoned, except by a written instrument duly executed by the parties. The failure of any party at any time to enforce any of the provisions of the Contract will in no way constitute or be construed as a waiver of such provision or of any other provision of the Contract, nor in any way affect the validity of, or the right to enforce, each and every provision of the Contract. Any dispute arising during Contract performance that is not readily rectified by coordination between the Contractor and the County user department will be referred to Procurement Services. GOVERNING LAW The interpretation, effect, and validity of any contract will be governed by the laws and regulations of the State of Florida, and Lake County, Florida. Venue of any court action will be solely in Lake County, Florida. The Contractor hereby waives its right to a jury trial. COMPLIANCE OF LAWS, REGULATIONS, AND LICENSES The Contractor shall comply with all federal, state, and local laws and regulations applicable to provision of the goods or services specified in a solicitation. During the term of a Contract, the Contractor assures that it is in compliance with Title VII of the 1964 Civil Rights Act, as amended, and the Florida Civil Rights Act of 1992, in that the Contractor does not on the grounds of race, color, national origin, religion, sex, age, disability or marital status, discriminate in any form or manner against its employees or LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 5 of 14 Version 05.06.2021 applicants for employment. The Contractor understands that any Contract is conditioned upon the veracity of this statement. CONTRACT EXTENSION The County has the unilateral option to extend a Contract for up to ninety (90) calendar days beyond the current Contract period. In such event, the County will notify the Contractor in writing of such extensions. The Contract may be extended beyond the initial ninety (90) day extension upon mutual agreement between the County and the Contractor. Exercise of the above options requires the prior approval of the Procurement Services Director. MODIFICATION OF CONTRACT Any Contract resulting from a solicitation may be modified by mutual consent of duly authorized parties, in writing through the issuance of a modification to the Contract or purchase order as appropriate. This presumes the modification itself complies with all applicable County procedures. ASSIGNMENT The Contractor shall not assign or transfer any Contract resulting from a solicitation, including any rights, title or interest in the Contract, or its power to execute such Contract to any entity without the prior written consent of the County. This provision includes any acquisition or hostile takeover of the Contractor. Failure to comply may result in termination of the Contract for default. NON-EXCLUSIVITY It is the intent of the County to enter into an agreement that will satisfy its needs as described within a solicitation. However, the County reserves the right to perform, or cause to be performed, all or any of the work and services described in a solicitation in the manner deemed to represent its best interests. In no case will the County be liable for billings in excess of the quantity of goods or services provided under the Contract. OTHER AGENCIES Other governmental agencies may make purchases in accordance with the Contract with Contractor consent. Purchases are governed by the Contract’s terms and conditions except for the change in agency name. Each agency will be responsible and liable for its own purchases for materials or services received. CONTINUATION OF WORK Any work that commences prior to, and will extend, beyond the expiration date of any Contract period must, unless terminated by mutual written agreement between the County and the Contractor, continue until completion without change to the then current prices, terms and conditions. WARRANTY All warranties express and implied, must be made available to the County for goods and services covered by a solicitation. All goods furnished must be fully guaranteed by the Contractor against factory defects and workmanship. They will be covered by the most favorable commercial warranty given for comparable quantities of products or services and the rights and remedies provided in the Contract will be in addition to the warranty and do not limit any right afforded to the County by any other provision of a solicitation. Contractor shall correct any and all apparent and latent defects that may occur within the manufacturer’s standard warranty period at no expense to the County. The special conditions of a solicitation may supersede the manufacturer’s standard warranty. DEFICIENCIES IN WORK TO BE CORRECTED BY THE CONTRACTOR Contractor shall promptly correct all apparent and latent deficiencies or defects in work, or any work that fails to conform to the Contract documents regardless of project completion status. All corrections LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 6 of 14 Version 05.06.2021 must be made within seven (7) calendar days after such rejected defects, deficiencies, or non- conformances are verbally reported to the Contractor by the County's project administrator. Contractor must bear all costs of correcting such rejected work. If the Contractor fails to correct the work within the period specified, the County may, at its discretion, notify the Contractor, in writing, that the Contractor is subject to contractual default provisions if the corrections are not completed to the satisfaction of the County within seven (7) calendar days of receipt of the notice. If the Contractor fails to correct the work within the period specified in the notice, the County may place the Contractor in default, obtain the services of another Contractor to correct the deficiencies, and charge the incumbent Contractor for these costs, either through a deduction from the final payment owed to the Contractor or through invoicing. If the Contractor fails to honor this invoice or credit memo, the County may terminate the contract for default. COUNTY IS TAX-EXEMPT When purchasing on a direct basis, the County is generally exempt from Federal Excise Taxes and all State of Florida sales and use taxes (85-8013874700C-1). Visit Lake County Tax Exemption Certificate page to print a copy of the certificate. Except for items specifically identified by the Contractor and accepted by the County for direct County purchase under the Sales Tax Recovery Program, Contractors doing business with the County are not exempt from paying sales tax to their suppliers for materials to fulfill contractual obligations with the County, nor will any Contractor be authorized to use any of the County’s Tax Exemptions in securing such materials. SHIPPING TERMS, F.O.B. DESTINATION The F.O.B. point for any product ordered will be F.O.B.: DESTINATION – Inside Delivery, FREIGHT ALLOWED. The County will not consider any Proposal showing a F.O.B. point other than F.O.B.: Destination – Inside Delivery. ACCEPTANCE OF GOODS OR SERVICES The products delivered as a result of a solicitation will remain the property of the Contractor, and services rendered under the Contract will not be deemed complete, until a physical inspection and actual usage of the products or services is accepted by the County and is in compliance with the terms in the contract. Any goods or services purchased as a result of a solicitation or Contract may be tested/inspected for compliance with specifications. In the event that any aspect of the goods or services provided is found to be defective or does not conform to the specifications, the County reserves the right to terminate the Contract or initiate corrective action on the part of the Contractor, to include return of any non-compliant goods to the Contractor at the Contractor’s expense, requiring the Contractor to either provide a direct replacement for the item, or a full credit for the returned item. The Contractor shall not assess any additional charges for any conforming action taken by the County under this clause. The County will not be responsible to pay for any product or service that does not conform to the Contract specifications. In addition, any defective product or service or any product or service not delivered or performed by the date specified in a purchase order or Contract, may be procured by the County on the open market, and any increase in cost may be charged against the Contractor. Any cost incurred by the County in any re-procurement plus any increased product or service cost will be withheld from any monies owed to the Contractor by the County for any Contract or financial obligation. ESTIMATED QUANTITIES Estimated quantities or dollars are for the Vendor’s guidance only and may be used in the award evaluation process. No guarantee is expressed or implied as to quantities or dollar value that will be used during the Contract period. The County is not obligated to place any order for a given amount subsequent LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 7 of 14 Version 05.06.2021 to the award of a solicitation. In no event will the County be liable for payments in excess of the amount due for quantities of goods or services actually ordered. PURCHASE OF OTHER ITEMS While the County has listed all major items within a solicitation, there may be ancillary or similar items purchased by the County during the term of a Contract. The Contractor will provide a price quote for the ancillary items. The County may request price quotes from all Contractors under Contract if there are multiple Contracts. The County reserves the right to award these ancillary items to the primary Contractor, another Contract Contractor based on the lowest price quoted, or to acquire the items through a separate solicitation. Although a Contract may identify specific locations to be serviced, it is hereby agreed and understood that any County department or facility may be added or deleted to the Contract at the option of the County. The location change will be addressed by formal Contract modification. The County may obtain price quotes for the additional facilities from other Vendors if fair and reasonable pricing is not obtained from the Contractor, or for other reasons at the County’s discretion. It is hereby agreed and understood that the County may delete service locations when such service is no longer required, upon fourteen (14) calendar days’ written notice to the Contractor. SAFETY The Contractor will be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work and for complying with all requirements of the Occupational Safety and Health Administration Act (OSHA). The Contractor shall take all necessary precautions for the safety of and shall provide the necessary protection to prevent damage, injury, or loss to persons or property. The Contractor shall provide all standard equipment, work operations, safety equipment, personal protective equipment, and lighting required or mandated by State, Federal, OSHA, or Americans with Disabilities Act of 1990 (ADA) regulations. The Contractor shall designate a competent person of its organization whose duty will be the prevention of accidents at the site. This person must be literate and able to communicate fully in the English language because of the necessity to read job instructions and signs, as well as the need for conversing with County personnel. This person must be the Contractor’s superintendent unless otherwise designated in writing by the Contractor to the Contract Manager. MATERIAL SAFETY DATA SHEET (MSDS) The Contractor is responsible to ensure the County has received the latest version of any MSDS required by 29 C.F.R. Section 1910.1200 with the first shipment of any hazardous material. The Contractor shall promptly provide a new MSDS to the County with the new information relevant to the specific material at any time the content of an MSDS is revised. TOBACCO PRODUCTS Tobacco use, including both smoke and smokeless tobacco, is prohibited on County owned property. CLEAN-UP If applicable, all unusable materials and debris must be removed from the premises at the end of each workday and disposed of in an appropriate manner. The Contractor shall thoroughly clean up all areas where work has been involved as mutually agreed with the associated user department’s project manager upon final completion. LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 8 of 14 Version 05.06.2021 PROTECTION OF PROPERTY All existing structures, utilities, services, roads, trees, shrubbery, and property in which the County has an interest must always be protected against damage or interrupted services by the Contractor during the term of a Contract. The Contractor will be held responsible for repairing or replacing property to the satisfaction of the County which is damaged by reason of the Contractor’s operation on the property. In the event the Contractor fails to comply with these requirements, the County reserves the right to secure the required services and charge the costs of such services back to the Contractor. CERTIFICATE OF COMPETENCY/LICENSURE, PERMITS, AND FEES Any Vendor that submits an offer in response to a County solicitation shall, at the time of such offer if required, hold a valid Certificate of Competency or appropriate current license issued by the State or County Examining Board qualifying the Vendor to perform the work proposed. If work for other trades is required in conjunction with a solicitation, and such work will be performed by subcontractors hired by the Vendor, an applicable Certificate of Competency/license issued to the subcontractors must be submitted with the Vendor’s offer. The County may at its option and in its best interest, allow the Vendor to supply the subcontractors certificate/license to the County during the offer evaluation period. The Contractor is responsible to ensure that all required licenses, permits, and fees (to include any inspection fees) required for a project are obtained and paid for, and shall comply with all laws, ordinances, regulations, and building or other code requirements applicable to the work contemplated in a solicitation. Damages, penalties, or fines imposed on the County or the Contractor for failure to obtain required licenses, permits, inspection or other fees, or inspections will be borne by the Contractor. TRUTH IN NEGOTIATION CERTIFICATE Any organization awarded a Contract must execute a truth-in-negotiation certificate stating that the wage rates and other factual unit costs are accurate, complete, and current, at the time of contracting for each Contract that exceeds $195,000.00. Any Contract requiring this certificate will contain a provision that the original Contract price and any additions will be adjusted to exclude any significant sums by which the County determines the Contract price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such Contract adjustments will be made within one (1) year following the end of the Contract. COMPETENCY OF VENDORS AND ASSOCIATED SUBCONTRACTORS Proposals will be considered from firms which are regularly engaged in the business of providing or distributing the goods or services described in the solicitation, and who can produce evidence of a consistent satisfactory record of performance. The County may consider any evidence available to it of the financial, technical, and other qualifications and abilities of any Vendor responding under a solicitation, including past performance with the County. Vendors must have sufficient financial support and organization to ensure satisfactory delivery under the stated solicitation terms and conditions of any Contract awarded. In the event the Vendor intends to subcontract any part of its work or will obtain the goods specifically offered under the Contract from another source of supply, the Vendor may be required to verify the competency of its subcontractor or supplier. The County reserves the right, before awarding the Contract, to require a Vendor to submit such evidence of its or its subcontractor’s qualifications. RESPONSIBILITY AS EMPLOYER The employees of the Contractor will always be considered its employees, and not an employees or agents of the County. The Contractor shall provide employees capable of performing the work as required. The County may require the Contractor to remove any employee it deems unacceptable. All employees of the Contractor may be required to wear appropriate identification. LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 9 of 14 Version 05.06.2021 MINIMUM WAGES Under the Contract, the wage rate paid to all laborers, mechanics and apprentices employed by the Contractor for the work under the Contract, must not be less than the prevailing wage rates for similar classifications of work as established by the Federal Government and enforced by the U.S. Department of Labor, Wages and Hours Division, and Florida’s Minimum Wage requirements in Article X, Section 24 (f) of the Florida Constitution and enforced by the Florida Legislature by statute or the State Agency for Workforce Innovation by rule, whichever is higher. PRICE REDETERMINATIONS Contractor may petition for a price redetermination with documented increases in the cost of wages, fuel, or materials within 30 calendar days of the anniversary date of the Contract. Price redeterminations will be based upon changes documented by the applicable Employment Cost Index (ECI) or Producer Price Index (PPI) as published on the Bureau of Labor Statistics site here. Contractor may petition for price redetermination for Contractor’s minimum wage employees should the minimum wage increase during the Contract. Upon verification, the County may grant an increase matching the minimum wage increase. INDEMNIFICATION To the extent permitted by law, the Contractor shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys’ fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the Contract by the Contractor or its employees, agents, servants, partners, principals or subcontractors. The Contractor shall pay all claims and losses in connection with those claims and losses, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys’ fees which may be incurred. The Contractor expressly understands and agrees that any insurance protection required by the Contract or otherwise provided by the Contractor will in no way limit the responsibility to indemnify, keep and hold harmless and defend the County or its officers, employees, agents and instrumentalities as provided in a solicitation or any Contract arising from a solicitation. TERMINATION FOR CONVENIENCE The County, at its sole discretion, reserves the right to terminate the Contract upon thirty (30) days’ written notice. Upon receipt of such notice, the Contractor shall not incur any additional costs under the Contract. The County will be liable only for reasonable costs incurred by the Contractor prior to notice of termination. The County will be the sole judge of “reasonable costs.” TERMINATION DUE TO UNAVAILABILITY OF CONTINUING FUNDING When funds are not appropriated or otherwise made available to support continuation of performance in a current or subsequent fiscal year, the Contract will be cancelled, and the Contractor will be reimbursed for the reasonable value of any non-recurring costs incurred amortized in the price of the supplies or services/tasks delivered under the contract. TERMINATION FOR DEFAULT The County reserves the right to terminate any Contract arising from a solicitation, in part or in whole, or affect other appropriate remedy in the event the Contractor fails to perform in accordance with the terms and conditions stated in the Contract. The County further reserves the right to suspend or debar the Contractor in accordance with the County’s ordinances, resolutions and administrative orders. The Contractor will be notified by letter of the County’s intent to terminate and the Contractor will be given LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 10 of 14 Version 05.06.2021 ten (10) calendar days to cure the breach. In the event of termination for default, the County may procure the required goods and services from any source and use any method deemed in its best interest. All re-procurement costs will be borne by the Contractor. FRAUD AND MISREPRESENTATION Any individual, corporation or other entity that attempts to meet its contractual obligations through fraud, misrepresentation or other material misstatement, may be debarred for up to five (5) years. The County as a further sanction may terminate or cancel any other Contracts with such individual, corporation or entity with such Contractor held responsible for all direct or indirect costs associated with termination or cancellation, including attorneys’ fees. RIGHT TO AUDIT The County reserves the right to require the Contractor to submit to an audit, by any auditor of the County’s choosing. The Contractor shall provide access to all of its records, which relate directly or indirectly to the contract at its place of business during regular business hours. The Contractor shall retain all records pertaining to the contract and upon request make them available to the County for three (3) complete calendar years following expiration of the contract. The Contractor agrees to provide such assistance as may be necessary to facilitate the review or audit by the County to ensure compliance with applicable accounting and financial standards. If the Contractor provides technology services, the Contractor must provide Statement of Standards for Attestations Engagements (SSAE) 16 or 18 and System and Service Organization Control (SOC) reports upon request by the County. The SOC reports must be full Type II reports that include the Contractor’s description of control processes, and the independent auditor’s evaluation of the design and operating effectiveness of controls. The cost of the reports will be paid by the Contractor. If an audit inspection or examination pursuant to this section discloses overpricing or overcharges of any nature by the Contractor to the County in excess of one percent (1%) of the total contract billings, in addition to making adjustments for the overcharges, the reasonable actual cost of the County’s audit must be reimbursed to the County by the Contractor. Any adjustments or payments which must be made as a result of any such audit or inspection of the Contractor’s invoices or records must be made within a reasonable amount of time, but in no event may the time exceed ninety (90) calendar days, from presentation of the County’s audit findings to the Contractor. This provision is hereby considered to be included within, and applicable to, any subcontractor agreement entered into by the Contractor in performance of any work under the contract. PROPRIETARY/CONFIDENTIAL INFORMATION Vendors are hereby notified that all information submitted as part of a Proposal will be available for public inspection in compliance with Chapter 119 of the Florida Statutes (the “Public Record Act”). The Vendor should not submit any information in response to a solicitation which the Vendor considers proprietary or confidential. The submission of any information to the County in connection with a solicitation will be deemed a waiver from release of the submitted information unless such information is exempt or confidential under the Public Records Act. PUBLIC RECORDS LAW Pursuant to section 119.0701(2)(a), Florida Statutes, the County is required to provide Contractor with this statement and establish the following requirements as contractual obligations pursuant to the contract: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 11 of 14 Version 05.06.2021 TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 352-343-9839, PURCHASING@LAKECOUNTYFL.GOV, BY MAIL, OFFICE OF PROCUREMENT SERVICES, ATTN: RON FALANGA, P.O. BOX 7800 TAVARES, FL 32778. By entering into the Contract, Contractor acknowledges and agrees that any records maintained, generated, received, or kept in connection with, or related to the performance of services provided under, the Contract are public records subject to the public records disclosure requirements of section 119.07(1), Florida Statutes, and Article I, section 24 of the Florida Constitution. Pursuant to section 119.0701, Florida Statutes, any Contractor entering into a contract for services with the County is required to: A. Keep and maintain public records required by the County to perform the services and work provided pursuant to the Contract. B. Upon request from the County’s custodian of public records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. C. 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 Contract term and following completion or termination of the Contract if the Contractor does not transfer the records to the County. D. Upon completion or termination of the Contract, transfer, at no cost, to the County all public records in the possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion or termination 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 or termination of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County’s custodian of public records, in a format that is compatible with the information technology systems of the County. Requests to inspect or copy public records relating to the County’s Contract for services must be made directly to the County. If Contractor receives any such request, Contractor shall instruct the requestor to contact the County. If the County does not possess the records requested, the County shall immediately notify the Contractor of such request, and the Contractor must provide the records to the County or otherwise allow the records to be inspected or copied within a reasonable time. Contractor acknowledges that failure to provide the public records to the County within a reasonable time may be subject to penalties under section 119.10, Florida Statutes. Contractor further agrees not to release any records that are statutorily confidential or otherwise exempt from disclosure without first receiving prior written authorization from the County. Contractor shall indemnify, defend, and hold the County harmless for and against any and all claims, damage awards, and causes of action arising from the Contractor’s failure to comply with the public records disclosure requirements of section 119.07(1), Florida Statutes, or by Contractor’s failure to maintain public records that are exempt or confidential and exempt from the public records disclosure requirements, including, but not limited to, any third party claims or awards for attorney’s fees and costs arising therefrom. Contractor authorizes County to seek LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 12 of 14 Version 05.06.2021 declaratory, injunctive, or other appropriate relief against Contractor from a Circuit Court in Lake County on an expedited basis to enforce the requirements of this section. COPYRIGHTS Any copyright derived from a Contract will belong to the author. The author and the Contractor shall expressly assign to the County nonexclusive, royalty free rights to use any and all information provided by the Contractor in any deliverable or report for the County’s use which may include publishing in County documents and distribution as the County deems to be in its best interests. If anything included in any deliverable limits the rights of the County to use the information, the deliverable will be considered defective and not acceptable and the Contractor will not be eligible for any compensation. The County owns and retains all proprietary rights in its logos, trademarks, trade names, and copyrighted images (Intellectual Property). As such, nothing in any solicitation permits or shall be construed as authorizing Vendor or Contractor to use or display County's Intellectual Property. The County has the right to redact the County Logo displayed on any submission. SOVEREIGN IMMUNITY County expressly retains all rights, benefits and immunities of sovereign immunity in accordance with Section 768.28, Florida Statutes. Nothing will be deemed as a waiver of immunity or the limitations of liability of County beyond any statutory limited waiver of immunity or limits of liability. Nothing will inure to the benefit of any third party for the purpose of allowing any claim against County, which would otherwise be barred under the law. COMPLIANCE WITH FEDERAL STANDARDS All items to be purchased under a Contract must be in accordance with all governmental standards to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). E-VERIFY Upon award of a Contract, the Contractor shall utilize the U.S. Department of Homeland Security’s E-Verify system in accordance with the terms governing use of the system to confirm the employment eligibility of all new persons hired by the Contractor during the term of the Contract. The Contractor shall include in all contracts with subcontractors performing work pursuant to any Contract, an express requirement that subcontractors utilize the U.S. Department of Homeland Security’s E-Verify system in accordance with the terms governing use of the system to confirm the employment eligibility of all new employees hired by subcontractors during the term of the subcontract. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) The Contractor may be required to execute a Business Associate Agreement, pursuant to the Health Insurance Portability and Accountability Act of 1996 (P.L. 104-191) (codified at 42 U.S.C. Section 1320d, et. seq.), and regulations contained in 45 C.F.R. Parts 160 and 164. If the Contractor obtains any information governed by 42 U.S.C. Section 290dd-2 and the regulations implemented by the Substance Abuse and Mental Health Services Administration at 42 C.F.R. Part 2 (collectively referred to as the “SAMHSA regulations”), whether from the County or another source, while providing services to the County under the contract, the Contractor shall only use or disclose that information pursuant to the SAMHSA regulations. LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 13 of 14 Version 05.06.2021 The Contractor will also comply with any and all laws under the State of Florida governing the confidentiality of health information, including but not limited to records or other documents containing medical, mental health, or substance abuse information. FORCE MAJEURE The parties will exercise every reasonable effort to meet respective obligations under the Contract but will not be liable for delayed performance or nonperformance resulting from a force majeure. A party that becomes aware of a force majeure that will significantly delay performance will notify the other party promptly, within 15 calendar days, after if discovers the force majeure. If a force majeure occurs, the parties may execute a contract modification or change order to extend the performance schedule or make accommodations that are reasonable under the circumstances. NO CLAIM FOR DAMAGES No claim for damages or any claim other than for an extension of time may be made or asserted against the County because of any delays. No interruption, interference, inefficiency, suspension, or delay in the commencement or progress of the work will relieve the Contractor of duty to perform or give rise to any right to damages or additional compensation from the County. The Contractor’s sole remedy will be the right to seek an extension to the Contract time. However, this provision will not preclude recovery of damages by the Contractor for hindrances or delays due solely to fraud, bad faith, or active interference on the part of the County. CERTIFICATION REGARDING SCRUTINIZED COMPANIES The Contractor hereby certifies that, pursuant to Section 287.135, Florida Statutes, it is not listed on the Scrutinized Companies that Boycott Israel and is not participating in a boycott of Israel. The Contractor understands that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject it to civil penalties, attorneys’ fees, and costs. The Contractor further understands that any contract with the County for goods or services may be terminated at the option of the County if the Contractor is found to have submitted a false certification or has been listed on the Scrutinized Companies that Boycott Israel list or is participating in a boycott of Israel. For purchases of $1 million or more: By submitting a response to any solicitation, the Contractor hereby certifies that, pursuant to Section 287.135, Florida Statutes, it is not listed on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies with Activities in Sudan List, is not listed on the Scrutinized Companies that Boycott Israel and is not participating in a boycott of Israel, and is not engaged in business operations in Cuba or Syria. The Contractor understands that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject it to civil penalties, attorneys’ fees, and costs. The Contractor further understands that any contract with the County for goods or services of $1 million or more may be terminated at the option of the County if the Contractor is found to have submitted a false certification or has been listed on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List or the Scrutinized Companies with Activities in Sudan List, is listed on the Scrutinized Companies that Boycott Israel list or is participating in a boycott of Israel, or is engaged in business operations in Cuba or Syria. ANTI-TRAFFICKING RELATED ACTIVITIES The U.S. Government has adopted a policy prohibiting trafficking in persons including the trafficking-related activities listed below. These prohibitions specifically apply to come federally funded contracts and prohibit contractors, contractor employees, and their agents from: A. Engaging in severe forms of trafficking in persons during the period of performance of the contract; LAKE COUNTY, FLORIDA – GENERAL TERMS AND CONDITIONS TOC Page 14 of 14 Version 05.06.2021 B. Procuring commercial sex acts during the period of performance of the contract; C. Using forced labor in the performance of the contract; D. Destroying, concealing, confiscating, or otherwise denying access by an employee to the employee's identity or immigration documents, such as passports or drivers' licenses, regardless of issuing authority; E. Using misleading or fraudulent practices during the recruitment of employees; F. Charging employees or potential employees recruitment fees; G. Failing to provide return transportation or paying for the cost of return transportation upon the end of employment for certain employees; H. Providing or arrange housing that fails to meet the host country housing and safety standards; or I. Failing to provide an employment contract, recruitment agreement, or other required work documents in writing, as required by law or contract. NOTICES All notices given by one party to the other party under a contract must be delivered to the receiving party’s address set forth on the Contract either by hand, qualified courier, or e-mail and will be deemed received the day after it is transmitted. For County, it must be addressed to the Office of Procurement Services, Post Office Box 7800, 315 West Main Street, Suite 441, Tavares, Florida, 32778 or emailed to purchasing@lakecountyfl.gov. [The remainder of this page intentionally left blank] Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1021 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Gas System Agenda Number: 6.7 SUBJECT/RECOMMENDATION: Authorize purchase orders to multiple vendors for polyethylene pipe/fitting and steel pipe/fittings in the cumulative annual not-to-exceed amount of $2,000,000.00, for the initial term of October 1, 2025 through September 30, 2026, with two, one-year renewal options pursuant to Invitation to Bid No. 52-25 and authorize the appropriate officials to execute same. SUMMARY: Procurement issued Invitation to Bid (ITB) No. 52-25, Polyethylene Pipe/Fittings & Steel Pipe/Fittings, on behalf the CGS Energy. The City received three responsive bids. Upon review both Procurement and CGS recommend award to Consolidated Pipe & Supply and General Utility Pipe and Supply, the lowest and most responsible bidders in accordance with the bid specifications. The pipe and fittings will be used for the installation of gas distribution mains, service lines and repair/maintenance work to serve customers. Award recommendation for Exhibit A: Polyethylene Pipe and Fittings: Consolidated Pipe & Supply: ·Group 2: Pipe - 4710 Resin ·Group 5: Fittings - 4710 Resin ·Group 7: Polyvalves - 2708 Resin ·Group 8: Polyvalves - 4710 Resin ·Group 9: Risers ·Group 10: Stab Fittings - 4710 Resin ·Group 12: Electrofusion Tapping Tees - 4710 Resin General Utility Pipe & Supply LLC: ·Group 1: Pipe - 2708 Resin ·Group 3: PE Excess Flow Valves - 2708 Resin ·Group 4: Fittings - 2708 Resin ·Group 6: Transitions ·Group 11: Electrofusion Tapping Tees - 2708 Resin ·Group 13: Electrofusion Couplings- 2708 Resin ·Group 14: Electrofusion Couplings- 4710 Resin ·Group 15: Electrofusion Fittings - 4710 Resin ·Group 16: PE Socket Fusion Tools Page 1 City of Clearwater Printed on 10/10/2025 File Number: ID#25-1021 ·Group 17: PE Electrofusion Tools ·Group 18: PE Squeeze Tools ·Group 19: Butt Fusion Tools ·Group 20: Miscellaneous Material Award recommendation for Exhibit B: Steel Pipe and Fittings: Consolidated Pipe & Supply: ·Group 8: Dresser Style Compression Couplings General Utility Pipe & Supply LLC ·Group 1: Epoxy Coated Steel Pipe ·Group 2: Flanges ·Group 3: Elbows ·Group 4: Tees ·Group 5: Caps ·Group 6: Reducing Couplings ·Group 7: Gas Meter Stops ·Group 9: Vegas - Stainless Steel Repair Clamps with Neoprene Sealing Gasket ·Group 10: Service Saddles ·Group 11: Wire ·Group 12: Continental Adapters, Punch Tees and Wrap Arounds ·Group 14: In-line Insulators ·Group 15: Neoprene Faced Phenolic Gasket ·Group 16: Pigs - Foam Pipeline Cleaners ·Group 17: TD Williamson ·Group 18: Valves ·Group 19: Miscellaneous Parts NOTE: Group 13 will not be awarded APPROPRIATION CODE AND AMOUNT: Funding is available in various CGS operating codes and in capital project 323-96377-Pinellas New Mains and 323-96378-Services and Pasco New Mains and Services. The operations and capital projects supporting CGS Energy are funded by revenues from the Gas Utility Enterprise Fund. USE OF RESERVE FUNDS: N/A Deliver Effective and Efficient Services by Optimizing City Assets and Resources. Objective 1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. Page 2 City of Clearwater Printed on 10/10/2025 v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 52-25 POLYETHYLENE PIPE FITTINGS AND STEEL PIPE FITTINGS NOTICE Friday, August 8, 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, September 9, 2025 to provide: The City of Clearwater is seeking sealed bids to establish term contract(s) for the supply of both polyethylene (PE) and steel pipe and fittings to support operations within the Clearwater Gas System Energy (CGSE). 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/183660. 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/183660. 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, September 9, 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/183660 to view the Procurement Division's Intent to Award postings. 2.25 ITB Timeline Dates are tentative and subject to change. Release ITB: August 8, 2025 Advertise Tampa Bay Times: August 13, 2025 Question Submission Deadline: August 30, 2025, 10:00am Due Date & Time for Submissions and Opening: September 9, 2025, 10:00am Review Bids: September 9-16, 2025 v. 7.2024 7 Council Authorization: October 2025 Contract Begins: October 2025 STANDARD TERMS AND CONDITIONS In the event of a conflict between the Standard Terms & Conditions and the Professional Services Agreement, the terms of the Professional Services Agreement shall prevail. 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 v. 7.2024 8 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 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 v. 7.2024 9 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 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: v. 7.2024 10 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 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. v. 7.2024 11 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 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 v. 7.2024 12 given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 3.18 Remedies 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. The City will not be liable for incidental, special, or consequential damages. 3.19 Breach of contract during emergency recovery periods for natural emergencies Pursuant to F. S. § 252.505, any vendor who breaches a contract for commodities or services related to an emergency response for a natural emergency during an emergency recovery period shall pay a $5,000 penalty and damages, which may be either actual and consequential damages or liquidated damages. As used in this section, the term “emergency recovery period” means a 1-year period that begins on the date that the Governor initially declared a state of emergency for a natural emergency. 3.20 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. 3.21 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. 3.22 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. 3.23 Termination for Non-Appropriation and Modification for Budgetary Constraints 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 v. 7.2024 13 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. 3.24 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. 3.25 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. 3.26 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. 3.27 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 v. 7.2024 14 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. 3.28 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. 3.29 No Guarantee of Work 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. 3.30 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. 3.31 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. 3.32 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 3.33 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. 3.34 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. 3.35 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. 3.36 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 v. 7.2024 15 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 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. 3.37 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). 3.38 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. 3.39 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. 3.40 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. 3.41 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. v. 7.2024 16 3.42 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. 3.43 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. 3.44 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. 3.45 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. 3.46 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 Scope of Work The City of Clearwater is seeking sealed bids to establish term contract(s) for the supply of both polyethylene (PE) and steel pipe fittings to support operations within the Clearwater Gas System Energy (CGSE). The estimated quantities provided are for bidding purposes only and do not represent a guaranteed purchase amount under this contract. Vendor(s) are not required to bid on all items in the Pricing Sheet, however all items within a specific Group shall be bid on in order to be considered for the award of that Group. The City reserves the right to make multiple awards if it is in the best interests of the City to do so. v. 7.2024 17 NOTE: Reference Exhibits A - C - Previous Bid Tabulations, located under Attachments, for current pricing. 4.3 Specifications Polyethylene (PE) Pipe and Fittings Specifications The awarded vendor(s) shall be responsible for providing all items in accordance with the following: General Requirements: • All products must conform to the specifications, sizes, and variations outlined in the PE Pipe and Fittings Pricing Sheet • Materials must comply with the applicable standards and codes, including: o Code of Federal Regulations (CFR) 49 o National Fire Protection Association (NFPA) 54 and 58 o American Society for Testing and Materials (ASTM) D-2513 o American National Standards Institute (ANSI) B 1.20 and B 31.8 o Canadian Standards Association (CSA) B 137.4 Material Requirements: • Resin must be 2708 or 4710 and comply with: o ASTM D-1248 o ASTM D-2513 o ASTM D-3350 o ASTM D-1505 • All piping shall be SDR-11 density , and gas-approved in accordance with CFR 49, Part 192. Markings must reflect gas compliance. Transition Fittings: • Each transition fitting shall include a minimum of 12 inches of PE pipe and 12 inches of steel pipe • Steel end must be threaded • All transitions fittings must be epoxy-coated for environmental protection Fittings and Valves: • Stab fittings must be true stab-type with an outside diameter (O.D.) seal; compression fittings are not permitted • Electrofusion fittings must: o Be compatible with Central Plastics systems o Be yellow in color o Use 4.7 mm pins v. 7.2024 18 • Polyvalves must be full port, manufactured from CGSE-approved resin, and factory-tested to 150% of CGSE’s maximum operating pressure • Risers must be anodeless, epoxy-coated to 10 mils ± 2 mils (0.25 mm ± 1.05), holiday-tested, and factory leak-tested to 150 psi Approved Brands for PE: • Uponor 2000 • PolyPipe 4810 • Performance 8100 • Electrofusion fittings must be Central Plastics. Compatible alternatives must be pre-approved by CGSE and include required adapters Training & Support: • Vendor(s) shall provide manufacturer-led training or instructional materials as required • Training must be provided for any new products, materials, or certifications required by CGSE technicians Quality Assurance: • The City reserves the right to request and retain samples at no cost for testing and verification purposes Steel Pipe and Fittings Specifications The City encourages the use of environmentally sustainable materials, including green, emission-free, or carbon-free steel, where feasible. The awarded vendor(s) shall be responsible for providing all items in accordance with the following: General Requirements: All items must conform to the specifications, dimensions, and variations outlined in the Steel Pipe and Fittings Pricing Sheet • All steel piping must comply with CFR 49, Part 192 • Pipes shall be seamless and Schedule 40 • Epoxy coating must meet or exceed 15 mils, in accordance with CFR 49, Section 192.55 • Accepted pipe specifications: API 5LX42 • All pipes must be stamped at every foot for traceability • Uncoated pipe must have a wall thickness between 0.188” and 0.250” Fittings and Couplings: v. 7.2024 19 • Weld fittings must be uncoated, beveled, suitable for natural gas service, and marked per CFR 49, Section 192.63 • Compression couplings must be steel, designed for gas service, and marked or hard stamped per CFR 49, Section 192.63 • Cast iron or mixed metal compression couplings are prohibited Valves: • All valves must be lockable in both open and closed positions Training & Support: • Vendor(s) shall provide manufacturer-led training or instructional materials as required • Training shall cover new products, material changes, or certifications relevant to CGSE operations Quality Assurance: • The City reserves the right to request and retain samples at no cost for testing and verification purposes Delivery: All deliveries shall be made to: Clearwater Gas System Energy 777 Maple Street Clearwater, Florida 33765 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 20 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, 52-25 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 21 MILESTONES 6.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from October 2025 through October 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 bid. 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 bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices for an amount for no more than the twelve months change in the Producer Price Index for 326122-3 Plastic Pipe fittings and unions & Producer Price Index for 332919-4 Metal fittings, flanges, and unions for pipe fittings, not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/ppi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. 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 at least one year and may be adjusted thereafter as outlined in the previous paragraph. 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. 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. v. 7.2024 22 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 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Polyethylene Pipe and Fittings and/or Steel Pipe and Fittings to the City of Clearwater at the price(s) stated below. 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 PE PIPE AND FITTINGS - GROUP 1: PIPE - 2708 RESIN Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1/2 INCH CTS 1,500 Foot 2 3/4 INCH IPS 1,000 Foot 3 1 INCH IPS 80,000 Foot 4 1 1/4 INCH IPS 2,000 Foot 5 2 INCH IPS 100,000 Foot 6 4 INCH IPS 250 Foot 7 6 INCH IPS 250 Foot 8 8 INCH IPS 250 Foot TOTAL PE PIPE AND FITTINGS - GROUP 2: PIPE - 4710 RESIN Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. v. 7.2024 23 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1/2 INCH CTS 250 Foot 2 3/4 INCH IPS 250 Foot 3 1 INCH IPS 250 Foot 4 1 1/4 INCH IPS 250 Foot 5 2 INCH IPS 250 Foot 6 4 INCH IPS 1,200 Foot 7 6 INCH IPS 1,200 Foot 8 8 INCH IPS 2,000 Foot 9 12 INCH IPS 480 Foot 10 14 INCH IPS 120 Foot 11 16 INCH IPS 1,000 Foot 12 18 INCH IPS 40 Foot TOTAL PE PIPE AND FITTINGS - GROUP 3: PE EXCESS FLOW VALVES - 2708 RESIN Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 5/8 INCH PE (1/2 CTS) 20 Each 2 3/4 INCH IPS 20 Each 3 1 INCH IPS 1,200 Each 4 2 INCH IPS 10 Each TOTAL v. 7.2024 24 PE PIPE AND FITTINGS - GROUP 4: FITTINGS - 2708 RESIN Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 3/4 INCH IPS SOCKET 90 ELBOW 10 Each 2 3/4 INCH IPS BUTT 90 ELBOW 1 Each 3 1 INCH IPS SOCKET 90 ELBOW 200 Each 4 1 INCH IPS BUTT 90 ELBOW 1 Each 5 1 1/4 INCH IPS SOCKET 90 ELBOW 20 Each 6 1 1/4 INCH IPS BUTT 90 ELBOW 1 Each 7 2 INCH IPS SOCKET 90 ELBOW 150 Each 8 2 INCH IPS BUTT 90 ELBOW 5 Each 9 4 INCH IPS BUTT 90 ELBOW 20 Each 10 6 INCH IPS 90 ELBOW 25 Each 11 4 INCH IPS BUTT 45 ELBOW 10 Each 13 6 INCH IPS BUTT 45 ELBOW 10 Each 14 8 INCH IPS BUTT 45 ELBOW 5 Each 15 1/2 INCH CTS SOCKET TEE 1 Each v. 7.2024 25 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 16 3/4 INCH IPS SOCKET TEE 1 Each 17 1 INCH IPS SOCKET TEE 200 Each 18 1 INCH IPS BUTT TEE 1 Each 19 1 1/4 INCH IPS SOCKET TEE 10 Each 20 1 1/4 INCH IPS BUTT TEE 1 Each 21 2 INCH IPS SOCKET TEE 45 Each 22 2 INCH IPS BUTT TEE 1 Each 23 4 INCH IPS BUTT TEE 15 Each 24 6 INCH IPS BUTT TEE 10 Each 25 8 INCH IPS BUTT TEE 3 Each 26 1/2 INCH CTS SOCKET CAP 5 Each 27 3/4 INCH IPS SOCKET CAP 5 Each 28 1 INCH IPS SOCKET CAP 100 Each 29 1 1/4 INCH IPS SOCKET CAP 10 Each 30 2 INCH IPS SOCKET CAP 200 Each v. 7.2024 26 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 31 4 INCH IPS BUTT CAP 20 Each 32 6 INCH IPS BUTT CAP 20 Each 33 8 INCH IPS BUTT CAP 5 Each 34 4 X 2 INCH IPS BUTT REDUCER 20 Each 35 6 X 4 INCH IPS BUTT REDUCER 10 Each 36 8 X 6 INCH IPS BUTT REDUCER 4 Each 37 1/2 INCH CTS SOCKET COUPLING 5 Each 38 3/4 INCH IPS SOCKET COUPLING 5 Each 39 1 INCH IPS SOCKET COUPLING 4,000 Each 40 1 1/4 INCH IPS SOCKET COUPLING 10 Each 41 2 INCH IPS SOCKET COUPLING 400 Each 42 2 X 1 INCH IPS SOCKET COUPLING 20 Each 43 2 x 1 1/4 INCH IPS SOCKET COUPLING 5 Each 44 1 1/4 x 1 INCH IPS SOCKET COUPLING 5 Each 45 1 IPS X 3/4 INCH IPS SOCKET COUPLING 20 Each v. 7.2024 27 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 46 1 IPS X 1/2 INCH IPS SOCKET COUPLING 25 Each 47 3/4 IPS X 1/2 INCH IPS SOCKET COUPLING 5 Each TOTAL PE PIPE AND FITTINGS - GROUP 5: FITTINGS - 4710 RESIN Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 4 INCH IPS BUTT 90 ELBOW 25 Each 2 6 INCH IPS BUTT 90 ELBOW 25 Each 3 8 INCH IPS BUTT 90 ELBOW 5 Each 4 4 INCH IPS BUTT 45 ELBOW 25 Each 5 6 INCH IPS BUTT 45 ELBOW 25 Each 6 8 INCH IPS BUTT 45 ELBOW 5 Each 7 4 INCH IPS BUTT TEE 10 Each 8 6 INCH IPS BUTT TEE 10 Each 9 8 INCH IPS BUTT TEE 5 Each v. 7.2024 28 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 10 4 INCH IPS BUTT CAP 20 Each 11 6 INCH IPS BUTT CAP 20 Each 12 8 INCH IPS BUTT CAP 5 Each 13 4 X 2 INCH IPS BUTT REDUCER 10 Each 14 6 X 4 INCH IPS BUTT REDUCER 10 Each 15 8 X 6 INCH IPS BUTT REDUCER 5 Each TOTAL PE PIPE AND FITTINGS - GROUP 6: TRANSITIONS Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1 INCH IPS X 1 INCH MIP (SDR-11) 5 Each 2 1 1/4 INCH IPS X 1 1/4 INCH MIP (SDR- 11) 1 Each 3 2 INCH IPS X 2 INCH MIP (SDR-11) 50 Each 4 4 INCH IPS X 4 INCH WELD (SDR- 11) 10 Each 5 6 INCH IPS X 6 INCH WELD (SDR- 11) 10 Each v. 7.2024 29 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 6 8 INCH IPS X 8 INCH WELD (SDR- 11) 5 Each TOTAL PE PIPE AND FITTINGS - GROUP 7: POLYVALVES - 2708 RESIN Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1 INCH IPS 200 Each 2 2 INCH IPS 50 Each 3 4 INCH IPS 10 Each 4 6 INCH IPS 10 Each 5 8 INCH IPS 5 Each TOTAL PE PIPE AND FITTINGS - GROUP 8: POLYVALVES - 4710 RESIN Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total 1 4 INCH IPS 10 Each 2 6 INCH IPS 10 Each 3 8 INCH IPS 5 Each TOTAL PE PIPE AND FITTINGS - GROUP 9: RISERS v. 7.2024 30 Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 3/4 INCH X 1/2 INCH CTS (SDR-11) 140 Each 2 3/4 INCH X 3/4 INCH IPS (SDR-11) 112 Each 3 1 INCH X 1 INCH IPS (SDR-11) 1,200 Each 4 1 1/4 INCH X 1 1/4 INCH IPS (SDR-11) 1 Each 5 2 INCH X 2 INCH IPS (SDR-11) 1 Each TOTAL PE PIPE AND FITTINGS - GROUP 10: STAB FITTINGS - 4710 RESIN Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1/2 INCH CTS X 1/2 INCH CTS 150 Each 2 1/2 INCH CTS X STUB CAP 100 Each 3 3/4 INCH IPS X 3/4 INCH IPS 30 Each 4 3/4 INCH IPS X STUB CAP 25 Each 5 1 INCH IPS X 1 INCH IPS 200 Each 6 1 INCH IPS X STUB CAP 100 Each v. 7.2024 31 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 7 1 1/4 INCH IPS X 1 1/4 INCH IPS 10 Each 8 1 1/4 INCH IPS X STUB CAP 10 Each 9 2 INCH IPS X 2 INCH IPS 200 Each 10 2 INCH IPS X STUB CAP 30 Each 11 1 INCH IPS X 1/2 CTS STAB FITTING 25 Each 12 1 INCH IPS X 3/4 IPS STAB FITTING 20 Each 13 1/2 INCH COPPER X 5/8 INCH CTS 10 Each TOTAL PE PIPE AND FITTINGS - GROUP 11: ELECTROFUSION TAPPING TEES -2708 RESIN Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 2 INCH IPS X 1/2 INCH CTS 10 Each 2 2 INCH IPS 3/4 INCH IPS 10 Each 3 2 INCH IPS 1 INCH IPS 1,500 Each 4 2 INCH IPS X 2 INCH IPS 125 Each 5 4 INCH IPS X 1/2 INCH CTS 1 Each v. 7.2024 32 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 6 4 INCH IPS X 1 INCH IPS 25 Each 7 4 INCH IPS X 2 INCH IPS 40 Each 8 6 INCH IPS X 1/2 INCH CTS 1 Each 9 6 INCH IPS X 1 INCH IPS 20 Each 10 6 INCH IPS X 2 INCH IPS 40 Each 11 8 INCH IPS X 1 INCH IPS 2 Each 12 8 INCH IPS X 2 INCH IPS 2 Each TOTAL PE PIPE AND FITTINGS - GROUP 12: ELECTROFUSION TAPPING TEES - 4710 RESIN Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 2 INCH IPS X 1/2 INCH CTS 1 Each 2 2 INCH IPS 3/4 INCH IPS 1 Each 3 2 INCH IPS 1 INCH IPS 5 Each 4 4 INCH IPS X 1/2 INCH CTS 1 Each 5 4 INCH IPS X 1 INCH IPS 20 Each v. 7.2024 33 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 6 6 INCH IPS X 1/2 INCH CTS 1 Each 7 6 INCH IPS X 1 INCH IPS 1 Each 8 2 INCH IPS X 2 INCH IPS 5 Each 9 4 INCH IPS X 2 INCH IPS 20 Each 10 6 INCH IPS X 2 INCH IPS 20 Each 11 8 INCH IPS X 2 INCH IPS 5 Each 12 4 INCH POLYSTOPP PE BRANCH FITTING 5 Each 13 6 INCH POLYSTOPP PE BRANCH FITTING 5 Each 14 8 INCH POLYSTOPP PE BRANCH FITTING 5 Each 15 4 INCH POLYSTOPP PE PLUG FITTING 5 Each 16 6 INCH POLYSTOPP PE PLUG FITTING 5 Each 17 8 INCH POLYSTOPP PE PLUG FITTING 5 Each TOTAL PE PIPE AND FITTINGS - GROUP 13: ELECTROFUSION COUPLINGS - 2708 RESIN Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. v. 7.2024 34 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1 INCH IPS 20 Each 2 2 INCH IPS 20 Each TOTAL PE PIPE AND FITTINGS - GROUP 14: ELECTROFUSION COUPLINGS - 4710 RESIN Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1 INCH IPS 1 Each 2 2 INCH IPS 100 Each 3 4 INCH IPS 25 Each 4 6 INCH IPS 25 Each 5 8 INCH IPS 5 Each TOTAL PE PIPE AND FITTINGS - GROUP 15: ELECTROFUSION FITTINGS - 4710 RESIN Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 4 INCH IPS 45 8 Each 2 6 INCH IPS 45 8 Each 3 8 INCH IPS 45 4 Each 4 4 INCH IPS 90 12 Each 5 6 INCH IPS 90 12 Each v. 7.2024 35 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 6 8 INCH IPS 90 4 Each 7 4 INCH IPS TEE 4 Each 8 6 INCH IPS TEE 4 Each 9 8 INCH IPS TEE 4 Each 10 4 INCH IPS CAP 4 Each 11 6 INCH IPS CAP 4 Each 12 8 INCH IPS CAP 4 Each TOTAL PE PIPE AND FITTINGS - GROUP 16: PE SOCKET FUSION TOOLS Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 SOCKET FUSION HEATER 5 Each 2 FUSION BAG 5 Each 3 3/4 INCH SOCKET FACE 6 Each 4 5/8 INCH SOCKET FACE 6 Each 5 1 INCH SOCKET FACE 10 Each 6 1 1/4 INCH SOCKET FACE 5 Each 7 2 INCH SOCKET FACE 2 Each v. 7.2024 36 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 8 3/4 INCH CHAMFERING TOOL 5 Each 9 5/8 INCH CHAMFERING TOOL 5 Each 10 1 INCH CHAMFERING TOOL 20 Each 11 1 1/4 INCH CHAMFERING TOOL 5 Each 12 2 INCH CHAMFERING TOOL 20 Each 13 3/4 INCH COLD RING 5 Each 14 5/8 INCH COLD RING 5 Each 15 1 INCH COLD RING 10 Each 16 1 1/4 INCH COLD RING 4 Each 17 2 INCH COLD RING 10 Each TOTAL PE PIPE AND FITTINGS - GROUP 17: PE ELECTROFUSION TOOLS Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 2 INCH ROTARY PEELER 5 Each v. 7.2024 37 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 2 4 INCH ROTARY PEELER 5 Each 3 6 INCH ROTARY PEELER 5 Each 4 8 INCH ROTARY PEELER 5 Each 5 SCRAPER BLADES 10 Each 6 2 INCH UNDERCLAMP 10 Each 7 4 INCH UNDERCLAMP 10 Each 8 6 INCH UNDERCLAMP 5 Each 9 8 INCH UNDERCLAMP 5 Each 10 2 INCH ELECTROFUSION COUPLING CLAMP 5 Each 11 4 INCH ELECTROFUSION COUPLING CLAMP 5 Each 12 6 INCH ELECTROFUSION COUPLING CLAMP 5 Each 13 8 INCH ELECTROFUSION COUPLING CLAMP 2 Each 14 4 INCH ELECTROFUSION 45 CLAMP 2 Each 15 6 INCH ELECTROFUSION 45 CLAMP 2 Each v. 7.2024 38 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 16 8 INCH ELECTROFUSION 45 CLAMP 2 Each 17 4 INCH ELECTROFUSION 90 CLAMP 2 Each 18 6 INCH ELECTROFUSION 90 CLAMP 2 Each 19 8 INCH ELECTROFUSION 90 CLAMP 2 Each 20 4 INCH ELECTROFUSION TEE CLAMP 2 Each 21 6 INCH ELECTROFUSION TEE CLAMP 2 Each 22 8 INCH ELECTROFUSION TEE CLAMP 2 Each TOTAL PE PIPE AND FITTINGS - GROUP 18: PE SQUEEZE TOOLS Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 GLS-26 5 Each 2 SMALL SERVICE SQUEEZE TOOL 10 Each v. 7.2024 39 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 3 MID-RANGE SERVICE SQUEEZE TOOL 5 Each 4 INDIVIDUAL VISE- GRIP SQUEEZE TOOL 5 Each 5 4 INCH MANUAL SQUEEZE TOOL (MUSTANG) 5 Each 6 6 INCH MANUAL SQUEEZE TOOL (MUSTANG) 5 Each 7 8 INCH MANUAL SQUEEZE TOOL (MUSTANG) 5 Each 8 4 INCH HYDRAULIC SQUEEZE TOOL 2 Each 9 6 INCH HYDRAULIC SQUEEZE TOOL 2 Each 10 8 INCH HYDRAULIC SQUEEZE TOOL 2 Each TOTAL PE PIPE AND FITTINGS - GROUP 19: BUTT FUSION TOOLS Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 2 INCH HEATING IRON 5 Each 2 4 INCH HEATING IRON 5 Each v. 7.2024 40 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 3 6 INCH HEATING IRON 2 Each 4 8 INCH HEATING IRON 2 Each 5 2 INCH BUTT FUSION MACHINE (McElroy) 1 Each 6 4 INCH BUTT FUSION MACHINE (McElroy) 1 Each 7 6 INCH BUTT FUSION MACHINE 1 Each 8 8 INCH BUTT FUSION MACHINE 1 Each TOTAL PE PIPE AND FITTINGS - GROUP 20: MISCELLANEOUS MATERIAL Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 1 1/2 INCH CTS STIFFENER 5 Each 2 1 INCH IPS STIFFENER 5 Each 3 1 1/4 INCH IPS STIFFENER 5 Each 4 2 INCH IPS STIFFENER 10 Each 5 4 INCH IPS STIFFENER 5 Each v. 7.2024 41 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid 6 MARKERPOLES; 2 INCH ROUND W/LABEL 1,000 Each 7 VALVE BOX- PLASTIC; COMPLETE WITH CAST IRON LID PRINTED (GAS), NON-LOCKING, EXTENSION RANGE 34" - 54" SCREW ADJUSTMENT 300 Each TOTAL STEEL PIPE AND FITTINGS - GROUP 1: EPOXY COATED STEEL PIPE Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 1 2 INCH STEEL PIPE 200 Foot 2 3 INCH STEEL PIPE 40 Foot 3 4 INCH STEEL PIPE 200 Foot 4 6 INCH STEEL PIPE 40 Foot 5 6 INCH STEEL PIPE WITH 0.280 WALL THICKNESS 40 Foot 6 8 INCH STEEL PIPE 40 Foot 7 12 INCH STEEL PIPE 200 Foot 8 16 INCH STEEL PIPE 200 Foot 9 18 INCH STEEL PIPE 40 Foot v. 7.2024 42 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price TOTAL STEEL PIPE AND FITTINGS - GROUP 2: FLANGES Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 1 1 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 5 Each 2 2 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 150 Each 3 3 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 25 Each 4 3 X 2 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 50 Each 5 4 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 10 Each 6 4 X 2 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 5 Each 7 4 X 3 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 10 Each 8 6 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 20 Each 9 6 X 4 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 5 Each 10 8 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 20 Each v. 7.2024 43 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 11 1 INCH THREADED FLANGE 125# 5 Each 12 2 INCH THREADED FLANGE 125# 20 Each 13 3 INCH THREADED FLANGE 125# 5 Each 14 3 X 2 INCH THREADED FLANGE 125# 10 Each 15 4 INCH THREADED FLANGE 125# 5 Each 16 4 X 2 INCH THREADED 125# 10 Each 17 4 X 3 INCH THREADED 125# 5 Each TOTAL STEEL PIPE AND FITTINGS - GROUP 3: ELBOWS Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 1 1 INCH STEEL 45 DEGREE ELLS 2 Each 2 2 INCH STEEL 45 DEGREE ELLS 5 Each 3 4 INCH STEEL 45 DEGREE ELLS 2 Each 4 6 INCH STEEL 45 DEGREE ELLS 2 Each 5 8 INCH STEEL 45 DEGREE ELLS 2 Each 6 1 INCH STEEL 90 DEGREE ELLS (LONG RADIUS) 10 Each v. 7.2024 44 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 7 2 INCH STEEL 90 DEGREE ELLS (LONG RADIUS) 75 Each 8 3 INCH STEEL 90 DEGREE ELLS (LONG RADIUS) 10 Each 9 4 INCH STEEL 90 DEGREE ELLS (LONG RADIUS) 10 Each 10 6 INCH STEEL 90 DEGREE ELLS (LONG RADIUS) 10 Each 11 8 INCH STEEL 90 DEGREE ELLS (LONG RADIUS) 10 Each TOTAL STEEL PIPE AND FITTINGS - GROUP 4: TEES Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total Sustainable Steel Type Unit Price 1 1 X 1 X 1 INCH STEEL TEES 10 Each 2 2 X 2 X 2 INCH STEEL TEES 20 Each 3 4 X 4 X 4 INCH STEEL TEES 5 Each 4 6 X 6 X 6 INCH STEEL TEES 5 Each 5 4 X 4 X 2 INCH STEEL TEES 5 Each 6 3 X 3 X 3 INCH STEEL TEES 5 Each 7 6 X 6 X 4 INCH STEEL TEES 5 Each TOTAL STEEL PIPE AND FITTINGS - GROUP 5: CAPS v. 7.2024 45 Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 1 2 INCH CAPS 25 Each 2 3 INCH CAPS 10 Each 3 4 INCH CAPS 10 Each 4 6 INCH CAPS 2 Each 5 8 INCH CAPS 2 Each TOTAL STEEL PIPE AND FITTINGS - GROUP 6: REDUCING COUPLINGS Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 1 2 X 1 INCH STEEL WELD REDUCING CONCENTRIC 30 Each 2 3 X 2 INCH STEEL WELD REDUCING CONCENTRIC 10 Each 3 4 X 2 INCH STEEL WELD REDUCING CONCENTRIC 10 Each 4 4 X 3 INCH STEEL WELD REDUCING CONCENTRIC 10 Each 5 6 X 4 INCH STEEL WELD REDUCING CONCENTRIC 2 Each 6 8 X 6 INCH STEEL WELD REDUCING CONCENTRIC 2 Each v. 7.2024 46 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price TOTAL STEEL PIPE AND FITTINGS - GROUP 7: GAS METER STOPS (BMI, NON-INSULATED BALL VALVES THAT DO NOT INCLUDE THE PRESSURE TAP) Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 1 3/4 INCH METER STOP 600 Each 2 1 INCH METER STOP 1,500 Each 3 1 1/4 INCH METER STOP 20 Each 4 2 INCH METER STOP 75 Each TOTAL STEEL PIPE AND FITTINGS - GROUP 8: DRESSER STYLE COMPRESSION COUPLINGS Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 1 3/4 INCH COND. COMPRESSION COUPLING DRESSER STYLE 90 20 Each 2 1 INCH COND. COMPRESSION COUPLING DRESSER STYLE 90 20 Each 3 2 INCH COND. COMPRESSION COUPLING DRESSER STYLE 90 20 Each v. 7.2024 47 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 4 1/2 IPS COND. COMPRESSION COUPLING DRESSER STYLE 90 5 Each 5 2 INCH COND. COMPRESSION COUPLING DRESSER STYLE 90 INSULATED 5 Each 6 3/4 INCH COND. COMPRESSION COUPLING DRESSER STYLE 90 CAP 10 Each 7 1 INCH COND. COMPRESSION COUPLING DRESSER STYLE 90 CAP 20 Each 8 2 INCH COND. COMPRESSION COUPLING DRESSER STYLE 90 CAP 10 Each TOTAL STEEL PIPE AND FITTINGS - GROUP 9: VEGAS-STAINLESS STEEL REPAIR CLAMP WITH NEOPRENE SEALING GASKET (NEOPRENE OR NON-NEOPRENE) Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 1 3/4 X 3 INCH STAINLESS STEEL CLAMP POWER SEAL STYLE 3151 10 Each 2 3/4 X 6 INCH STAINLESS STEEL CLAMP POWER SEAL STYLE 3151 10 Each 3 1 X 3 INCH STAINLESS STEEL CLAMP POWER SEAL STYLE 3151 10 Each 4 1 X 6 INCH STAINLESS STEEL CLAMP POWER SEAL STYLE 3151 10 Each v. 7.2024 48 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 5 2 X 3 INCH STAINLESS STEEL CLAMP POWER SEAL STYLE 3151 20 Each 6 2 X 6 INCH STAINLESS STEEL CLAMP POWER SEAL STYLE 3151 10 Each 7 2 X 12 INCH FULL CIRCLE STAIN.STEEL CLAMP 2:35-2:55 OD POWER SEAL 311OG 5 Each 8 2 X 12 INCH FULL CIRCLE STAIN.STEEL CLAMP 2:45-2:65 G POWER SEAL 311OG 10 Each 9 2 1/2 X 12 INCH FULL CIRCLE STAIN.STEEL CLAMP 2:70-2:90 OD POWER SEAL 311OG 5 Each 10 4 X 6 INCH FULL CIRCLE STAIN.STEEL CLAMP 4:50-4:80 OD POWER SEAL 311OG 5 Each 11 4 X 12 INCH FULL CIRCLE STAIN.STEEL CLAMP 4:50-4:80 OD POWER SEAL 311OG 5 Each 12 4 X 18 INCH FULL CIRCLE STAIN.STEEL CLAMP 4:50-4:80 OD POWER SEAL 311OG 5 Each 13 6 X 18 INCH STAINLESS STEEL FULL CIRCLE CLAMP 5 Each 14 8 X 12 INCH FULL CIRCLE STAIN.STEEL CLAMP 8:00-8:25 OD POWER SEAL 311OG 5 Each 15 8 X 12 INCH FULL CIRCLE STAINLESS STEEL CLAMP 8:60-9:50 POWER SEAL 3122G 5 Each TOTAL v. 7.2024 49 STEEL PIPE AND FITTINGS - GROUP 10: SERVICE SADDLES-DOUBLE STEEL STRAP WITH ROLLED THREAD DESIGN Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 1 SERVICE SADDLES 2 MAIN X 1 FPT 1 Each 2 SERVICE SADDLES 2 MAIN X 3/4 FPT 1 Each 3 SERVICE SADDLES 2 1/2 MAIN X 1 FPT 1 Each 4 SERVICE SADDLES 4 1/2 MAIN X 1 FPT 1 Each 5 SERVICE SADDLES 4 MAIN X 1 FPT 1 Each 6 SERVICE SADDLES 4 MAIN X 2 FPT 1 Each 7 SERVICE SADDLES 6 MAIN X 1 FPT 1 Each TOTAL STEEL PIPE AND FITTINGS - GROUP 11: WIRE - MUST BE "UL" LISTED, MARKED AS "CAUTION GAS PIPE" Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 1 #12 SOLID COPPER,YELLOW, TRACER WIRE (polyethylene coated) 360,000 Foot 2 #10 COPPER CLAD STEEL, YELLOW, TRACER WIRE (polyethylene coated) 90,000 Foot v. 7.2024 50 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price TOTAL STEEL PIPE AND FITTINGS - GROUP 12: CONTINENTAL ADAPTERS, PUNCH TEES AND WRAP AROUNDS Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total Sustainable Steel Type Unit Price 1 5/8 OD PE W/STIFFENER X 5/8 XTRUBE ADAPTER CONTINENTAL 0443-00-1004-00 10 Each 2 5/8 OD PE W/STIFFENER X 1/2 XTRUBE ADAPTER CONTINENTAL 0343-00-1004-00 10 Each 3 3/4 MPT X 5/8 OD PE W/STIFFENER ADAPTER CONTINENTAL 0442-00- 0913-00 20 Each 4 3/4 DRESSER X 5/8 OD PE W/STIFFENER ADAPTER CONTINENTAL 1340-00-1004-00 20 Each 5 3/4 MPT X 1/2 XTRUBE ADAPTER CONTINENTAL 0343-00-0913-00 50 Each 6 1/2 MPT X 1/2 XTRUBE ADAPTER CONTINENTAL 0343-00-0912-00 1 Each 7 5/8 INCH X 5/8 INCH XTRUBE CONTINENTAL 0443-00-1304-00 50 Each 8 1/2 INCH CONDUCTIVE STEEL TUBING ADAPTER P/N 0343-00- 1303-00 10 Each 9 1/2 INCH MIP X 1/2 INCH PE (5/8 OD) ADAPTER P/N 0442-*00-0912-00 10 Each 10 3/4 INCH PUNCH TEE X 5/8 INCH COMPRESSION TEE CONTINENTAL 10 Each 11 3/4 INCH PUNCH TEE X 3/4 INCH COMPRESSION TEE CONTINENTAL 10 Each v. 7.2024 51 Line Item Description Quantity Unit of Measure Unit Cost Total Sustainable Steel Type Unit Price 12 3/4 INCH PUNCH TEE X 1 INCH COMPRESSION OUTLET CONTININTAL 40 Each 13 3/4 INCH PUNCH TEE X 3/4 INCH WELDABLE OUTLET CONTININTAL 50 Each 14 3/4 INCH PUNCH TEE X 1 INCH WELDABLE OUTLET CONTININTAL 50 Each 15 1 INCH PUNCH TEE X 5/8 INCH COMPRESSION TEE CONTINENTAL 20 Each 16 1 INCH PUNCH TEE X 3/4 INCH COMPRESSION TEE CONTINENTAL 20 Each 17 1 INCH PUNCH TEE X 1 INCH COMPRESSION TEE CONTINENTAL 20 Each 18 1 INCH PUNCH TEE X 3/4 INCH WELDABLE OUTLET CONTINENTAL 10 Each 19 1 INCH PUNCH TEE X 1 INCH WELDABLE OUTLET CONTINENTAL 20 Each 20 3/4 X 5/8 INCH W/STIFFENER, STEEL; WRAP-A-ROUND TAP TEE 5 Each 21 1 X 5/8 INCH W/STIFFENER, STEEL WRAP-A-ROUND TAP TEE 10 Each 22 1 X 3/4 INCH W/STIFFENER, STEEL WRAP-A-ROUND TAP TEE 10 Each 23 1 X 1 INCH W/STIFFENER, STEEL WRAP-A-ROUND TAP TEE 20 Each 24 2 X 5/8 INCH W/STIFFENER, STEEL WRAP-A-ROUND TAP TEE 10 Each 25 2 X 3/4 INCH W/STIFFENER, STEEL WRAP-A-ROUND TAP TEE 10 Each 26 2 X 1 INCH W/STIFFENER, STEEL WRAP-A-ROUND TAP TEE 20 Each TOTAL STEEL PIPE AND FITTINGS - GROUP 13: DRESSER STYLE COUPLINGS, STYLE 711 Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, v. 7.2024 52 emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Cost 1 3 BOLT COMP. COUPLING 2.500 TO 2.375 5 Each 2 3 BOLT COMP. COUPLING 2.375 TO 2.375 5 Each 3 3 BOLT COMP. COUPLING 2.500 TO 2.500 5 Each 4 3 BOLT COMP. COUPLING 2.875 TO 3.2 5 Each 5 4 BOLT COMP. COUPLING 4.500 TO 2.375 5 Each 6 4 BOLT COMP. COUPLING 4.500 TO 4.800 5 Each 7 4 BOLT COMP. COUPLING 4.500 TO 4.500 5 Each 8 4 BOLT COMP. COUPLING 4.500 TO 5.00 5 Each 9 6 BOLT COMP. COUPLING 6.75 TO 5.00 5 Each 10 6 BOLT COMP. COUPLING 8.625 5 Each TOTAL STEEL PIPE AND FITTINGS - GROUP 14: IN-LINE INSULATORS Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. v. 7.2024 53 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Cost 1 1 INCH 150 # WELD X WELD 1 Each 2 EXTERNAL COATED 2 INCH 150 # WELD X WELD 1 Each 3 3 INCH 150 # WELD X WELD 1 Each 4 4 INCH 150 # WELD X WELD 1 Each 5 6 INCH 150 # WELD X WELD 1 Each 6 8 INCH 150 # WELD X WELD 1 Each TOTAL STEEL PIPE AND FITTINGS - GROUP 15: NEOPRENE FACED PHENOLIC GASKET Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 1 TYPE E, 150 SIZE 2 INCH 300 Each 2 TYPE E, 150 SIZE 3 INCH 200 Each 3 TYPE E, 150 SIZE 4 INCH 150 Each 4 TYPE E, 150 SIZE 6 INCH 50 Each 5 TYPE E, 150 SIZE 8 INCH 20 Each 6 1 INCH NEOPREVE FLANGE GASKET 30 Each 7 2 INCH E NEOPRENE FLANGE GASKETS 300 Each 8 3 INCH E NEOPRENE FLANGE GASKETS 200 Each v. 7.2024 54 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 9 4 INCH E NEOPRENE FLANGE GASKETS 100 Each 10 6 INCH E NEOPRENE FLANGE GASKETS 20 Each 11 8 INCH E NEOPRENE FLANGE GASKETS 20 Each TOTAL STEEL PIPE AND FITTINGS - GROUP 16: PIGS - FOAM PIPELINE CLEANERS Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 1 1 INCH IPS 10 Each 2 2 INCH IPS 20 Each 3 4 INCH IPS 10 Each 4 6 INCH IPS 20 Each 5 8 INCH IPS 10 Each TOTAL STEEL PIPE AND FITTINGS - GROUP 17: T D WILLIAMSON Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 1 2 INCH WILLIAMSON TEE (LOW PRESSURE) 25 Each 2 2 INCH WILLIAMSON TEE (HIGH PRESSURE) 25 Each v. 7.2024 55 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 3 3 INCH WILLIAMSON TEE (HIGH PRESSURE) 12 Each 4 4 INCH WILLIAMSON TEE (HIGH PRESSURE) 20 Each 5 6 INCH WILLIAMSON TEE (HIGH PRESSURE) 10 Each 6 8 INCH WILLIAMSON TEE (HIGH PRESSURE) 4 Each 7 2 INCH WILLIAMSON SHORT STOP 25 Each 8 3 INCH WILLIAMSON SHORT STOP 12 Each 9 4 INCH WILLIAMSON SHORT STOP 25 Each 10 6 INCH WILLIAMSON SHORT STOP 10 Each 11 8 INCH WILLIAMSON SHORT STOP 4 Each 12 2 INCH COMPLETION PLUG 10 Each 13 4 INCH COMPLETION PLUG 10 Each 14 6 INCH COMPLETION PLUG 10 Each 15 8 INCH COMPLETION PLUG 10 Each 16 2 INCH WILLIAMSON TEE (BOLT ON) 10 Each 17 4 INCH WILLIAMSON TEE (BOLT ON) 10 Each 18 6 INCH WILLIAMSON TEE (BOLT ON) 10 Each 19 8 INCH WILLIAMSON TEE (BOLT ON) 4 Each 20 2 INCH WILLIAMSON SHORT STOP (BOLT ON) 5 Each v. 7.2024 56 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 21 4 INCH WILLIAMSON SHORT STOP (BOLT ON) 5 Each 22 6 INCH WILLIAMSON SHORT STOP (BOLT ON) 5 Each 23 8 INCH WILLIAMSON SHORT STOP (BOLT ON) 2 Each TOTAL STEEL PIPE AND FITTINGS - GROUP 18: VALVES (LUBE AND NON-LUBE) Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 1 2 INCH NORDSTROM LUBE VALVES 5 Each 2 4 INCH NORDSTROM LUBE VALVES 5 Each 3 6 INCH NORDSTROM LUBE VALVES 5 Each 4 8 INCH NORDSTROM LUBE VALVES 5 Each 5 1 INCH BALON NON- LUBE VALVES (WELD) 5 Each 6 2 INCH BALON NON- LUBE VALVES (WELD) 5 Each 7 4 INCH BALON NON- LUBE VALVES (WELD) 5 Each 8 6 INCH BALON NON- LUBE VALVES (WELD) 5 Each 9 8 INCH BALON NON- LUBE VALVES (WELD) 5 Each 10 2 INCH BALON NON- LUBE VALVES (FLANGED) 5 Each v. 7.2024 57 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 11 4 INCH BALON NON- LUBE VALVES (FLANGED) 5 Each 12 6 INCH BALON NON- LUBE VALVES (FLANGED) 5 Each 13 8 INCH BALON NON- LUBE VALVES (FLANGED) 5 Each TOTAL STEEL PIPE AND FITTINGS - GROUP 19: MISCELLANEOUS PARTS Note: Vendors are not required to bid on all items, however all items within a specific Group shall be bid on in order to be considered for award of that Group. The City encourages the use of green steel, emission-free steel, or carbon-free steel. If available, please provide pricing for this under the Sustainable Column. Award of contract will not be based on pricing for these sustainable items. Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 1 2 X 18 INCH CANUSA PL-55-10 SHRINK SLEEVES 5 Each 2 4 X 18 INCH CANUSA PL-115-18 5 Each 3 6 X 18 INCH CANUSA PL-170-18 5 Each 4 8 X 18 INCH SHRINK SLEEVES 5 Each 5 (SLIDS) SUPPORT CLAMPS 12 INCH X 8 INCH 1 Each 6 (SLIDS) SUPPORT CLAMPS 12 INCH X 6 INCH 1 Each 7 CATHODIC TEST STATIONS WITH CAST IRON RING, CAST IRON LID WITH TERMINAL BLOCK 125 Each 8 3M DIRECT BURIAL SPLICE KITS 5,000 Each v. 7.2024 58 Line Item Description Quantity Unit of Measure Unit Cost Total No Bid Sustainable Steel Type Unit Price 9 METER LUBE TOOL 15 Each 10 80-B LUBE 15 Each 11 CONTROL BAR O-RING 10 Each 12 2 INCH SHORT STOP GASKETS 10 Each 13 4 INCH SHORT STOP GASKETS 10 Each 14 6 INCH SHORT STOP GASKETS 10 Each 15 8 INCH SHORT STOP GASKETS 10 Each 16 2 INCH SHORT STOP STOPPERS 50 Each 17 4 INCH SHORT STOP STOPPERS 30 Each 18 6 INCH SHORT STOP STOPPERS 30 Each 19 8 INCH SHORT STOP STOPPERS 10 Each 20 STEEL PIPE SQUEEZE TOOL PS-62B 5 Each 21 4 X 2 INCH CASING END SEAL 20 Each 22 8 X 4 INCH CASING END SEAL 20 Each 23 12 X 6 INCH CASING END SEAL 10 Each 24 16 X 8 INCH CASING END SEAL 10 Each TOTAL SUBMITTAL REQUIREMENTS 1 Exceptions* v. 7.2024 59 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" 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" v. 7.2024 60 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. 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. v. 7.2024 61 ☐ 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. 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 v. 7.2024 62 9 W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required 1) Consolidated Pipe & Supply 2) General Utility Pipe and Supply 3010 Eunice Ave 1880 Woodlands Industrial Dr Orlando, FL 32808 Trussville, AL 35173 3) ISCO Industries 100 Witherspoon Street 2West Louisville, KY 40202 ADVERTISED: TAMPA BAY TIMES 8/13/2025 POSTED:myclearwater.com 8/8/25 - 9/9/25 FOR THE CITY OF CLEARWATER Due/Opening: September 9, 2025; 10:00 a.m. INVITATION TO BID No. 52-25 Polyethylene Pipe Fittings and Steel Pipe Fittings Solicitation Response Listing September 26, 2025 NOTICE OF INTENT TO AWARD Clearwater Gas System Energy and the Procurement Division recommend award of ITB No. 52-25, Polyethylene Pipe Fittings and Steel Pipe Fittings as follows: Consolidated Pipe and Supply Company Inc. of Orlando, Florida o PE Pipe and Fittings: Group(s) No. 2, 5, 7, 8, 9, 10, and 12 o Steel Pipe and Fittings: Group No. 8 General Utility Pipe and Supply of Trussville, AL o PE Pipe and Fittings: Group(s) No. 1, 3, 4, 6, 11, 13, 14, 15, 16, 17, 18, 19, and 20 o Steel Pipe and Fittings: Group(s) No. 1, 2, 3, 4, 5, 6, 7, 9, 10, 11, 12, 14, 15, 16, 17, 18, and 19 These vendors represent the lowest, most responsible bidders overall, in accordance with the bid specifications, in the estimated annual amount of $2,000,000.00, for a period of one (1) year, with two (2), one (1) renewal options. This Award recommendation is scheduled for consideration by the City Council for its meeting on October 15, 2025, at 6:00 p.m. This meeting will be 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 milisa.harris@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Milisa Harris Milisa Harris Procurement Analyst General Utility Pipe and Supply Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 1/2 INCH CTS 1500 Foot $.28 $420.00 $.20 $300.00 No Bid No Bid 2 3/4 INCH IPS 1000 Foot $.48 $480.00 $.32 $320.00 No Bid No Bid 3 1 INCH IPS 80000 Foot $.75 $60,000.00 $.55 $44,000.00 No Bid No Bid 4 1 1/4 INCH IPS 2000 Foot $.89 $1,780.00 $.75 $1,500.00 No Bid No Bid 5 2 INCH IPS 100000 Foot $1.09 $109,000.00 $1.05 $105,000.00 No Bid No Bid 6 4 INCH IPS 250 Foot $3.37 $842.50 $3.05 $762.50 No Bid No Bid 7 6 INCH IPS 250 Foot $7.32 $1,830.00 $6.60 $1,650.00 No Bid No Bid 8 8 INCH IPS 250 Foot $12.65 $3,162.50 $11.10 $2,775.00 No Bid No Bid Total $177,515.00 $156,307.50 No Bid Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 1/2 INCH CTS 250 Foot $.32 $80.00 $.20 $50.00 No Bid No Bid 2 3/4 INCH IPS 250 Foot $.49 $122.50 $.35 $87.50 No Bid No Bid 3 1 INCH IPS 250 Foot $.83 $207.50 $.50 $125.00 No Bid No Bid 4 1 1/4 INCH IPS 250 Foot $1.00 $250.00 $.50 $125.00 No Bid No Bid 5 2 INCH IPS 250 Foot $1.31 $327.50 $.98 $245.00 No Bid No Bid 6 4 INCH IPS 1200 Foot $4.03 $4,836.00 $3.45 $4,140.00 No Bid No Bid 7 6 INCH IPS 1200 Foot $8.83 $10,596.00 $7.50 $9,000.00 No Bid No Bid 8 8 INCH IPS 2000 Foot $14.22 $28,440.00 $12.72 $25,440.00 No Bid No Bid 9 12 INCH IPS 480 Foot $20.72 $9,945.60 $26.15 $12,552.00 No Bid No Bid 10 14 INCH IPS 120 Foot $24.98 $2,997.60 $31.50 $3,780.00 No Bid No Bid 11 16 INCH IPS 1000 Foot $32.62 $32,620.00 $44.12 $44,120.00 No Bid No Bid 12 18 INCH IPS 40 Foot $41.28 $1,651.20 $50.24 $2,009.60 No Bid No Bid Total $92,073.90 $101,674.10 No Bid Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 5/8 INCH PE (1/2 CTS)20 Each $18.02 $360.40 $13.00 $260.00 No Bid No Bid 2 3/4 INCH IPS 20 Each $17.49 $349.80 $13.00 $260.00 No Bid No Bid 3 1 INCH IPS 1200 Each $22.38 $26,856.00 $19.25 $23,100.00 No Bid No Bid 4 2 INCH IPS 10 Each $54.67 $546.70 $50.00 $500.00 No Bid No Bid Total $28,112.90 $24,120.00 No Bid Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total Bid Tabulation ITB 52-25, Polyethylene Pipe Fittings and Steel Pipe Fittings PE Pipe and Fittings - Group 1: Pipe - 2708 Resin Consolidated Pipe & Supply ISCO Industries PE Pipe and Fittings - Group 2: Pipe - 4710 Resin Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries Indicates Intent to Award PE Pipe and Fittings - Group 3: PE Excess Flow Valves - 2708 Resin Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries PE Pipe and Fittings - Group 4: Fittings - 2708 Resin Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries 1 3/4 INCH IPS SOCKET 90 ELBOW 10 Each $2.06 $20.60 $2.25 $22.50 No Bid No Bid 2 3/4 INCH IPS BUTT 90 ELBOW 1 Each $3.45 $3.45 $4.10 $4.10 No Bid No Bid 3 1 INCH IPS SOCKET 90 ELBOW 200 Each $2.13 $426.00 $1.98 $396.00 No Bid No Bid 4 1 INCH IPS BUTT 90 ELBOW 1 Each $3.94 $3.94 $3.93 $3.93 No Bid No Bid 5 1 1/4 INCH IPS SOCKET 90 20 Each $2.72 $54.40 $3.10 $62.00 No Bid No Bid 6 1 1/4 INCH IPS BUTT 90 ELBOW 1 Each $4.25 $4.25 $4.46 $4.46 No Bid No Bid 7 2 INCH IPS SOCKET 90 ELBOW 150 Each $5.50 $825.00 $5.15 $772.50 No Bid No Bid 8 2 INCH IPS BUTT 90 ELBOW 5 Each $4.50 $22.50 $4.59 $22.95 No Bid No Bid 9 4 INCH IPS BUTT 90 ELBOW 20 Each $13.50 $270.00 $16.00 $320.00 No Bid No Bid 10 6 INCH IPS 90 ELBOW 25 Each $33.45 $836.25 $37.95 $948.75 No Bid No Bid 11 4 INCH IPS BUTT 45 ELBOW 10 Each $13.50 $135.00 $16.00 $160.00 No Bid No Bid 13 6 INCH IPS BUTT 45 ELBOW 10 Each $33.45 $334.50 $38.95 $389.50 No Bid No Bid 14 8 INCH IPS BUTT 45 ELBOW 5 Each $93.00 $465.00 $105.00 $525.00 No Bid No Bid 15 1/2 INCH CTS SOCKET TEE 1 Each $1.90 $1.90 $1.72 $1.72 No Bid No Bid 16 3/4 INCH IPS SOCKET TEE 1 Each $1.75 $1.75 $1.72 $1.72 No Bid No Bid 17 1 INCH IPS SOCKET TEE 200 Each $2.25 $450.00 $2.25 $450.00 No Bid No Bid 18 1 INCH IPS BUTT TEE 1 Each $4.25 $4.25 $4.76 $4.76 No Bid No Bid 19 1 1/4 INCH IPS SOCKET TEE 10 Each $3.20 $32.00 $3.50 $35.00 No Bid No Bid 20 1 1/4 INCH IPS BUTT TEE 1 Each $4.70 $4.70 $5.29 $5.29 No Bid No Bid 21 2 INCH IPS SOCKET TEE 45 Each $6.05 $272.25 $5.95 $267.75 No Bid No Bid 22 2 INCH IPS BUTT TEE 1 Each $5.00 $5.00 $4.13 $4.13 No Bid No Bid 23 4 INCH IPS BUTT TEE 15 Each $17.50 $262.50 $19.45 $291.75 No Bid No Bid 24 6 INCH IPS BUTT TEE 10 Each $43.50 $435.00 $49.50 $495.00 No Bid No Bid 25 8 INCH IPS BUTT TEE 3 Each $112.00 $336.00 $129.00 $387.00 No Bid No Bid 26 1/2 INCH CTS SOCKET CAP 5 Each $1.25 $6.25 $1.20 $6.00 No Bid No Bid 27 3/4 INCH IPS SOCKET CAP 5 Each $1.32 $6.60 $1.25 $6.25 No Bid No Bid 28 1 INCH IPS SOCKET CAP 100 Each $2.15 $215.00 $1.90 $190.00 No Bid No Bid 29 1 1/4 INCH IPS SOCKET CAP 10 Each $1.85 $18.50 $1.95 $19.50 No Bid No Bid 30 2 INCH IPS SOCKET CAP 200 Each $2.95 $590.00 $2.70 $540.00 No Bid No Bid 31 4 INCH IPS BUTT CAP 20 Each $8.15 $163.00 $10.85 $217.00 No Bid No Bid 32 6 INCH IPS BUTT CAP 20 Each $20.15 $403.00 $26.50 $530.00 No Bid No Bid 33 8 INCH IPS BUTT CAP 5 Each $35.75 $178.75 $56.00 $280.00 No Bid No Bid 34 4 X 2 INCH IPS BUTT REDUCER 20 Each $8.05 $161.00 $10.35 $207.00 No Bid No Bid 35 6 X 4 INCH IPS BUTT REDUCER 10 Each $24.10 $241.00 $29.75 $297.50 No Bid No Bid 36 8 X 6 INCH IPS BUTT REDUCER 4 Each $44.44 $177.76 $52.00 $208.00 No Bid No Bid 37 1/2 INCH CTS SOCKET COUPLING 5 Each $.90 $4.50 $.90 $4.50 No Bid No Bid 38 3/4 INCH IPS SOCKET COUPLING 5 Each $.98 $4.90 $1.13 $5.65 No Bid No Bid 39 1 INCH IPS SOCKET COUPLING 4000 Each $1.65 $6,600.00 $1.20 $4,800.00 No Bid No Bid 40 1 1/4 INCH IPS SOCKET 10 Each $1.44 $14.40 $1.65 $16.50 No Bid No Bid 41 2 INCH IPS SOCKET COUPLING 400 Each $2.50 $1,000.00 $1.75 $700.00 No Bid No Bid 42 2 X 1 INCH IPS SOCKET COUPLING 20 Each $4.25 $85.00 $3.75 $75.00 No Bid No Bid 43 2 x 1 1/4 INCH IPS SOCKET 5 Each $4.25 $21.25 $3.45 $17.25 No Bid No Bid 44 1 1/4 x 1 INCH IPS SOCKET 5 Each $3.75 $18.75 $4.40 $22.00 No Bid No Bid 45 1 IPS X 3/4 INCH IPS SOCKET 20 Each $3.32 $66.40 $3.20 $64.00 No Bid No Bid 46 1 IPS X 1/2 INCH IPS SOCKET 25 Each $3.32 $83.00 $4.10 $102.50 No Bid No Bid 47 3/4 IPS X 1/2 INCH IPS SOCKET 5 Each $3.10 $15.50 $1.90 $9.50 No Bid No Bid Total $15,280.80 $13,893.96 No Bid Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 4 INCH IPS BUTT 90 ELBOW 25 Each $14.53 $363.25 $13.50 $337.50 No Bid No Bid 2 6 INCH IPS BUTT 90 ELBOW 25 Each $34.20 $855.00 $37.50 $937.50 No Bid No Bid 3 8 INCH IPS BUTT 90 ELBOW 5 Each $90.20 $451.00 $83.30 $416.50 No Bid No Bid 4 4 INCH IPS BUTT 45 ELBOW 25 Each $14.53 $363.25 $13.50 $337.50 No Bid No Bid 5 6 INCH IPS BUTT 45 ELBOW 25 Each $32.59 $814.75 $35.25 $881.25 No Bid No Bid 6 8 INCH IPS BUTT 45 ELBOW 5 Each $86.70 $433.50 $88.00 $440.00 No Bid No Bid 7 4 INCH IPS BUTT TEE 10 Each $17.85 $178.50 $19.50 $195.00 No Bid No Bid 8 6 INCH IPS BUTT TEE 10 Each $43.65 $436.50 $46.95 $469.50 No Bid No Bid 9 8 INCH IPS BUTT TEE 5 Each $112.06 $560.30 $119.00 $595.00 No Bid No Bid 10 4 INCH IPS BUTT CAP 20 Each $9.30 $186.00 $9.75 $195.00 No Bid No Bid 11 6 INCH IPS BUTT CAP 20 Each $19.95 $399.00 $23.40 $468.00 No Bid No Bid 12 8 INCH IPS BUTT CAP 5 Each $38.00 $190.00 $36.25 $181.25 No Bid No Bid 13 4 X 2 INCH IPS BUTT REDUCER 10 Each $7.85 $78.50 $8.75 $87.50 No Bid No Bid 14 6 X 4 INCH IPS BUTT REDUCER 10 Each $24.80 $248.00 $24.50 $245.00 No Bid No Bid 15 8 X 6 INCH IPS BUTT REDUCER 5 Each $43.25 $216.25 $40.00 $200.00 No Bid No Bid Total $5,773.80 $5,986.50 No Bid Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 1 INCH IPS X 1 INCH MIP (SDR-11)5 Each $21.35 $106.75 $23.00 $115.00 No Bid No Bid 2 1 1/4 INCH IPS X 1 1/4 INCH MIP 1 Each $23.95 $23.95 $22.00 $22.00 No Bid No Bid 3 2 INCH IPS X 2 INCH MIP (SDR-11)50 Each $38.23 $1,911.50 $33.00 $1,650.00 No Bid No Bid 4 4 INCH IPS X 4 INCH WELD (SDR-10 Each $101.70 $1,017.00 $104.00 $1,040.00 No Bid No Bid 5 6 INCH IPS X 6 INCH WELD (SDR-10 Each $310.00 $3,100.00 $285.00 $2,850.00 No Bid No Bid 6 8 INCH IPS X 8 INCH WELD (SDR-5 Each $776.00 $3,880.00 $659.00 $3,295.00 No Bid No Bid Total $10,039.20 $8,972.00 No Bid PE Pipe and Fittings - Group 5: Fittings - 4710 Resin Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries PE Pipe and Fittings - Group 6: Transitions Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 1 INCH IPS 200 Each $34.45 $6,890.00 $40.50 $8,100.00 No Bid No Bid 2 2 INCH IPS 50 Each $65.30 $3,265.00 $74.00 $3,700.00 No Bid No Bid 3 4 INCH IPS 10 Each $210.00 $2,100.00 $230.00 $2,300.00 No Bid No Bid 4 6 INCH IPS 10 Each $435.00 $4,350.00 $489.00 $4,890.00 No Bid No Bid 5 8 INCH IPS 5 Each $835.90 $4,179.50 $799.00 $3,995.00 No Bid No Bid Total $20,784.50 $22,985.00 No Bid Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 4 INCH IPS 10 Each $235.25 $2,352.50 $262.00 $2,620.00 $290.90 $2,909.00 2 6 INCH IPS 10 Each $491.75 $4,917.50 $540.00 $5,400.00 $660.50 $6,605.00 3 8 INCH IPS 5 Each $956.45 $4,782.25 $1,033.00 $5,165.00 $1,146.05 $5,730.25 Total $12,052.25 $13,185.00 $15,244.25 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 3/4 INCH X 1/2 INCH CTS (SDR-140 Each $30.95 $4,333.00 $29.15 $4,081.00 No Bid No Bid 2 3/4 INCH X 3/4 INCH IPS (SDR-11)112 Each $35.98 $4,029.76 $33.95 $3,802.40 No Bid No Bid 3 1 INCH X 1 INCH IPS (SDR-11)1200 Each $36.30 $43,560.00 $37.50 $45,000.00 No Bid No Bid 4 1 1/4 INCH X 1 1/4 INCH IPS (SDR-1 Each $80.00 $80.00 $33.20 $33.20 No Bid No Bid 5 2 INCH X 2 INCH IPS (SDR-11)1 Each $150.75 $150.75 $135.00 $135.00 No Bid No Bid Total $52,153.51 $53,051.60 No Bid Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 1/2 INCH CTS X 1/2 INCH CTS 150 Each $15.98 $2,397.00 No Bid No Bid No Bid No Bid 2 1/2 INCH CTS X STUB CAP 100 Each $16.04 $1,604.00 No Bid No Bid No Bid No Bid 3 3/4 INCH IPS X 3/4 INCH IPS 30 Each $31.39 $941.70 No Bid No Bid No Bid No Bid 4 3/4 INCH IPS X STUB CAP 25 Each $28.91 $722.75 No Bid No Bid No Bid No Bid 5 1 INCH IPS X 1 INCH IPS 200 Each $54.59 $10,918.00 No Bid No Bid No Bid No Bid 6 1 INCH IPS X STUB CAP 100 Each $73.65 $7,365.00 No Bid No Bid No Bid No Bid 7 1 1/4 INCH IPS X 1 1/4 INCH IPS 10 Each $97.32 $973.20 No Bid No Bid No Bid No Bid 8 1 1/4 INCH IPS X STUB CAP 10 Each $109.21 $1,092.10 No Bid No Bid No Bid No Bid 9 2 INCH IPS X 2 INCH IPS 200 Each $126.99 $25,398.00 No Bid No Bid No Bid No Bid 10 2 INCH IPS X STUB CAP 30 Each $207.81 $6,234.30 No Bid No Bid No Bid No Bid 11 1 INCH IPS X 1/2 CTS STAB 25 Each $111.65 $2,791.25 No Bid No Bid No Bid No Bid 12 1 INCH IPS X 3/4 IPS STAB 20 Each $112.26 $2,245.20 No Bid No Bid No Bid No Bid 13 1/2 INCH COPPER X 5/8 INCH CTS 10 Each $56.35 $563.50 No Bid No Bid No Bid No Bid PE Pipe and Fittings - Group 7: Polyvalves - 2708 Resin Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries PE Pipe and Fittings - Group 8: Polyvalves - 4710 Resin Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries PE Pipe and Fittings - Group 9: Risers Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries PE Pipe and Fittings - Group 10: Stab Fittings - 4710 Resin Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries Total $63,246.00 No Bid No Bid Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 2 INCH IPS X 1/2 INCH CTS 10 Each $32.46 $324.60 $15.50 $155.00 No Bid No Bid 2 2 INCH IPS 3/4 INCH IPS 10 Each $36.75 $367.50 $15.78 $157.80 No Bid No Bid 3 2 INCH IPS 1 INCH IPS 1500 Each $36.30 $54,450.00 $21.50 $32,250.00 No Bid No Bid 4 2 INCH IPS X 2 INCH IPS 125 Each $130.15 $16,268.75 $89.00 $11,125.00 No Bid No Bid 5 4 INCH IPS X 1/2 INCH CTS 1 Each $34.60 $34.60 $15.00 $15.00 No Bid No Bid 6 4 INCH IPS X 1 INCH IPS 25 Each $35.65 $891.25 $28.00 $700.00 No Bid No Bid 7 4 INCH IPS X 2 INCH IPS 40 Each $124.47 $4,978.80 $72.00 $2,880.00 No Bid No Bid 8 6 INCH IPS X 1/2 INCH CTS 1 Each $43.15 $43.15 $32.00 $32.00 No Bid No Bid 9 6 INCH IPS X 1 INCH IPS 20 Each $44.25 $885.00 $18.00 $360.00 No Bid No Bid 10 6 INCH IPS X 2 INCH IPS 40 Each $134.85 $5,394.00 $74.00 $2,960.00 No Bid No Bid 11 8 INCH IPS X 1 INCH IPS 2 Each $53.42 $106.84 $40.00 $80.00 No Bid No Bid 12 8 INCH IPS X 2 INCH IPS 2 Each $150.41 $300.82 $80.00 $160.00 No Bid No Bid Total $84,045.31 $50,874.80 No Bid Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 2 INCH IPS X 1/2 INCH CTS 1 Each $22.58 $22.58 $15.00 $15.00 No Bid No Bid 2 2 INCH IPS 3/4 INCH IPS 1 Each $33.58 $33.58 $15.00 $15.00 No Bid No Bid 3 2 INCH IPS 1 INCH IPS 5 Each $36.30 $181.50 $15.00 $75.00 No Bid No Bid 4 4 INCH IPS X 1/2 INCH CTS 1 Each $27.83 $27.83 $15.00 $15.00 No Bid No Bid 5 4 INCH IPS X 1 INCH IPS 20 Each $29.10 $582.00 $26.95 $539.00 No Bid No Bid 6 6 INCH IPS X 1/2 INCH CTS 1 Each $33.88 $33.88 $15.00 $15.00 No Bid No Bid 7 6 INCH IPS X 1 INCH IPS 1 Each $52.28 $52.28 $15.00 $15.00 No Bid No Bid 8 2 INCH IPS X 2 INCH IPS 5 Each $92.54 $462.70 $88.00 $440.00 No Bid No Bid 9 4 INCH IPS X 2 INCH IPS 20 Each $101.48 $2,029.60 $95.00 $1,900.00 No Bid No Bid 10 6 INCH IPS X 2 INCH IPS 20 Each $102.75 $2,055.00 $98.00 $1,960.00 No Bid No Bid 11 8 INCH IPS X 2 INCH IPS 5 Each $109.63 $548.15 $102.00 $510.00 No Bid No Bid 12 4 INCH POLYSTOPP PE BRANCH 5 Each $1,119.30 $5,596.50 $1,158.80 $5,794.00 No Bid No Bid 13 6 INCH POLYSTOPP PE BRANCH 5 Each $1,454.55 $7,272.75 $1,500.00 $7,500.00 No Bid No Bid 14 8 INCH POLYSTOPP PE BRANCH 5 Each $2,086.30 $10,431.50 $2,160.00 $10,800.00 No Bid No Bid 15 4 INCH POLYSTOPP PE PLUG 5 Each $861.37 $4,306.85 $891.00 $4,455.00 No Bid No Bid 16 6 INCH POLYSTOPP PE PLUG 5 Each $1,144.00 $5,720.00 $1,184.70 $5,923.50 No Bid No Bid 17 8 INCH POLYSTOPP PE PLUG 5 Each $1,782.95 $8,914.75 $1,845.85 $9,229.25 No Bid No Bid Total $48,271.45 $49,200.75 No Bid PE Pipe and Fittings - Group 11: Electrofusion Tapping Tees -2708 ResinConsolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries PE Pipe and Fittings - Group 12: Electrofusion Tapping Tees - 4710 Resi Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries PE Pipe and Fittings - Group 13: Electrofusion Couplings - 2708 Resin Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 1 INCH IPS 20 Each $12.19 $243.80 $9.00 $180.00 No Bid No Bid 2 2 INCH IPS 20 Each $12.55 $251.00 $9.00 $180.00 No Bid No Bid Total $494.80 $360.00 No Bid Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 1 INCH IPS 1 Each $6.35 $6.35 $9.00 $9.00 $10.10 $10.10 2 2 INCH IPS 100 Each $8.20 $820.00 $7.00 $700.00 $13.10 $1,310.00 3 4 INCH IPS 25 Each $25.05 $626.25 $22.50 $562.50 $38.95 $973.75 4 6 INCH IPS 25 Each $61.25 $1,531.25 $54.75 $1,368.75 $97.65 $2,441.25 5 8 INCH IPS 5 Each $86.60 $433.00 $77.65 $388.25 $122.60 $613.00 Total $3,416.85 $3,028.50 $5,348.10 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 4 INCH IPS 45 8 Each $101.65 $813.20 $56.18 $449.44 $93.32 $746.56 2 6 INCH IPS 45 8 Each $237.10 $1,896.80 $84.25 $674.00 $149.28 $1,194.24 3 8 INCH IPS 45 4 Each $349.95 $1,399.80 $154.00 $616.00 $267.06 $1,068.24 4 4 INCH IPS 90 12 Each $101.65 $1,219.80 $50.00 $600.00 $93.42 $1,121.04 5 6 INCH IPS 90 12 Each $237.10 $2,845.20 $86.00 $1,032.00 $135.61 $1,627.32 6 8 INCH IPS 90 4 Each $349.95 $1,399.80 $162.70 $650.80 $254.40 $1,017.60 7 4 INCH IPS TEE 4 Each $232.90 $931.60 $78.55 $314.20 $132.72 $530.88 8 6 INCH IPS TEE 4 Each $254.03 $1,016.12 $117.14 $468.56 $331.46 $1,325.84 9 8 INCH IPS TEE 4 Each $423.35 $1,693.40 $161.25 $645.00 $584.08 $2,336.32 10 4 INCH IPS CAP 4 Each $65.55 $262.20 $31.70 $126.80 $53.68 $214.72 11 6 INCH IPS CAP 4 Each $165.75 $663.00 $62.00 $248.00 $126.16 $504.64 12 8 INCH IPS CAP 4 Each $300.25 $1,201.00 $66.30 $265.20 $312.65 $1,250.60 Total $15,341.92 $6,090.00 $12,938.00 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 SOCKET FUSION HEATER 5 Each No Bid No Bid $660.00 $3,300.00 $880.00 $4,400.00 2 FUSION BAG 5 Each No Bid No Bid $95.00 $475.00 $226.50 $1,132.50 3 3/4 INCH SOCKET FACE 6 Each No Bid No Bid $119.95 $719.70 $88.20 $529.20 4 5/8 INCH SOCKET FACE 6 Each No Bid No Bid $119.95 $719.70 $73.50 $441.00 5 1 INCH SOCKET FACE 10 Each No Bid No Bid $119.95 $1,199.50 $88.20 $882.00 6 1 1/4 INCH SOCKET FACE 5 Each No Bid No Bid $119.95 $599.75 $118.95 $594.75 7 2 INCH SOCKET FACE 2 Each No Bid No Bid $119.95 $239.90 $178.95 $357.90 8 3/4 INCH CHAMFERING TOOL 5 Each No Bid No Bid $72.00 $360.00 $103.85 $519.25 PE Pipe and Fittings - Group 14: Electrofusion Couplings - 4710 Resin Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries PE Pipe and Fittings - Group 15: Electrofusion Fittings - 4710 Resin Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries PE Pipe and Fittings - Group 16: PE Socket Fusion Tools Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries 9 5/8 INCH CHAMFERING TOOL 5 Each No Bid No Bid $72.00 $360.00 $103.85 $519.25 10 1 INCH CHAMFERING TOOL 20 Each No Bid No Bid $72.00 $1,440.00 $103.85 $2,077.00 11 1 1/4 INCH CHAMFERING TOOL 5 Each No Bid No Bid $71.00 $355.00 $103.85 $519.25 12 2 INCH CHAMFERING TOOL 20 Each No Bid No Bid $72.00 $1,440.00 $128.50 $2,570.00 13 3/4 INCH COLD RING 5 Each No Bid No Bid $87.20 $436.00 $152.65 $763.25 14 5/8 INCH COLD RING 5 Each No Bid No Bid $102.50 $512.50 $152.65 $763.25 15 1 INCH COLD RING 10 Each No Bid No Bid $87.20 $872.00 $152.65 $1,526.50 16 1 1/4 INCH COLD RING 4 Each No Bid No Bid $102.50 $410.00 $222.15 $888.60 17 2 INCH COLD RING 10 Each No Bid No Bid $102.50 $1,025.00 $222.15 $2,221.50 Total No Bid $14,464.05 $20,705.20 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 2 INCH ROTARY PEELER 5 Each No Bid No Bid $705.00 $3,525.00 $765.00 $3,825.00 2 4 INCH ROTARY PEELER 5 Each No Bid No Bid $780.00 $3,900.00 $826.50 $4,132.50 3 6 INCH ROTARY PEELER 5 Each No Bid No Bid $925.00 $4,625.00 $1,073.70 $5,368.50 4 8 INCH ROTARY PEELER 5 Each No Bid No Bid $985.00 $4,925.00 $1,305.30 $6,526.50 5 SCRAPER BLADES 10 Each No Bid No Bid $117.75 $1,177.50 $95.00 $950.00 6 2 INCH UNDERCLAMP 10 Each No Bid No Bid $480.00 $4,800.00 $350.00 $3,500.00 7 4 INCH UNDERCLAMP 10 Each No Bid No Bid $550.00 $5,500.00 $457.90 $4,579.00 8 6 INCH UNDERCLAMP 5 Each No Bid No Bid $565.00 $2,825.00 $523.25 $2,616.25 9 8 INCH UNDERCLAMP 5 Each No Bid No Bid $975.00 $4,875.00 $1,543.70 $7,718.50 10 2 INCH ELECTROFUSION 5 Each No Bid No Bid $211.00 $1,055.00 $183.50 $917.50 11 4 INCH ELECTROFUSION 5 Each No Bid No Bid $570.00 $2,850.00 $220.00 $1,100.00 12 6 INCH ELECTROFUSION 5 Each No Bid No Bid $675.00 $3,375.00 $260.55 $1,302.75 13 8 INCH ELECTROFUSION 2 Each No Bid No Bid $772.00 $1,544.00 $362.40 $724.80 14 4 INCH ELECTROFUSION 45 2 Each No Bid No Bid $179.68 $359.36 $227.00 $454.00 15 6 INCH ELECTROFUSION 45 2 Each No Bid No Bid $215.60 $431.20 $283.60 $567.20 16 8 INCH ELECTROFUSION 45 2 Each No Bid No Bid $230.00 $460.00 $3,685.00 $7,370.00 17 4 INCH ELECTROFUSION 90 2 Each No Bid No Bid $179.68 $359.36 $227.00 $454.00 18 6 INCH ELECTROFUSION 90 2 Each No Bid No Bid $215.60 $431.20 $293.75 $587.50 19 8 INCH ELECTROFUSION 90 2 Each No Bid No Bid $230.00 $460.00 $3,685.00 $7,370.00 20 4 INCH ELECTROFUSION TEE 2 Each No Bid No Bid $205.00 $410.00 $505.30 $1,010.60 21 6 INCH ELECTROFUSION TEE 2 Each No Bid No Bid $246.00 $492.00 $675.80 $1,351.60 22 8 INCH ELECTROFUSION TEE 2 Each No Bid No Bid $260.00 $520.00 $955.80 $1,911.60 Total No Bid $48,899.62 $64,337.80 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total PE Pipe and Fittings - Group 17: PE Electrofusion Tools Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries PE Pipe and Fittings - Group 18: PE Squeeze Tools Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries 1 GLS-26 5 Each No Bid No Bid $1,450.00 $7,250.00 $1,550.00 $7,750.00 2 SMALL SERVICE SQUEEZE TOOL 10 Each No Bid No Bid $375.00 $3,750.00 $1,075.00 $10,750.00 3 MID-RANGE SERVICE SQUEEZE 5 Each No Bid No Bid $710.00 $3,550.00 $1,850.00 $9,250.00 4 INDIVIDUAL VISE-GRIP SQUEEZE 5 Each No Bid No Bid $80.00 $400.00 $308.10 $1,540.50 5 4 INCH MANUAL SQUEEZE TOOL 5 Each No Bid No Bid $1,280.00 $6,400.00 $1,350.00 $6,750.00 6 6 INCH MANUAL SQUEEZE TOOL 5 Each No Bid No Bid $3,880.00 $19,400.00 $4,105.50 $20,527.50 7 8 INCH MANUAL SQUEEZE TOOL 5 Each No Bid No Bid $4,445.00 $22,225.00 $4,700.00 $23,500.00 8 4 INCH HYDRAULIC SQUEEZE 2 Each No Bid No Bid $7,500.00 $15,000.00 $4,525.00 $9,050.00 9 6 INCH HYDRAULIC SQUEEZE 2 Each No Bid No Bid $7,500.00 $15,000.00 $8,600.00 $17,200.00 10 8 INCH HYDRAULIC SQUEEZE 2 Each No Bid No Bid $7,500.00 $15,000.00 $9,225.00 $18,450.00 Total No Bid $107,975.00 $124,768.00 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 2 INCH HEATING IRON 5 Each No Bid No Bid $687.85 $3,439.25 $870.50 $4,352.50 2 4 INCH HEATING IRON 5 Each No Bid No Bid $687.85 $3,439.25 $1,095.00 $5,475.00 3 6 INCH HEATING IRON 2 Each No Bid No Bid $2,140.00 $4,280.00 $2,755.00 $5,510.00 4 8 INCH HEATING IRON 2 Each No Bid No Bid $4,100.00 $8,200.00 $4,477.90 $8,955.80 5 2 INCH BUTT FUSION MACHINE 1 Each No Bid No Bid $4,250.00 $4,250.00 $4,552.65 $4,552.65 6 4 INCH BUTT FUSION MACHINE 1 Each No Bid No Bid $5,921.98 $5,921.98 $6,267.50 $6,267.50 7 6 INCH BUTT FUSION MACHINE 1 Each No Bid No Bid $11,750.00 $11,750.00 $13,272.65 $13,272.65 8 8 INCH BUTT FUSION MACHINE 1 Each No Bid No Bid $28,400.00 $28,400.00 $30,717.90 $30,717.90 Total No Bid $69,680.48 $79,104.00 Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost Total Unit Cost Total 1 1/2 INCH CTS STIFFENER 5 Each $10.00 $50.00 $5.00 $25.00 No Bid No Bid 2 1 INCH IPS STIFFENER 5 Each $10.00 $50.00 $5.00 $25.00 No Bid No Bid 3 1 1/4 INCH IPS STIFFENER 5 Each $10.00 $50.00 $5.00 $25.00 No Bid No Bid 4 2 INCH IPS STIFFENER 10 Each $10.00 $100.00 $12.00 $120.00 No Bid No Bid 5 4 INCH IPS STIFFENER 5 Each $10.00 $50.00 $10.00 $50.00 No Bid No Bid 6 MARKERPOLES; 2 INCH ROUND 1000 Each $28.65 $28,650.00 $24.80 $24,800.00 No Bid No Bid 7 VALVE BOX- PLASTIC; COMPLETE 300 Each $141.00 $42,300.00 $147.00 $44,100.00 No Bid No Bid Total $71,250.00 $69,145.00 No Bid Indicates Intent to Award PE Pipe and Fittings - Group 19: Butt Fusion Tools Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries PE Pipe and Fittings - Group 20: Miscellaneous Material Consolidated Pipe & Supply General Utility Pipe and Supply ISCO Industries Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 2 INCH STEEL PIPE 200 Foot No Bid No Bid $22.50 $4,500.00 No Bid No Bid 2 3 INCH STEEL PIPE 40 Foot No Bid No Bid $28.50 $1,140.00 No Bid No Bid 3 4 INCH STEEL PIPE 200 Foot No Bid No Bid $38.50 $7,700.00 No Bid No Bid 4 6 INCH STEEL PIPE 40 Foot No Bid No Bid $49.90 $1,996.00 No Bid No Bid 5 6 INCH STEEL PIPE WITH 0.280 WALL THICKNESS 40 Foot No Bid No Bid $49.90 $1,996.00 No Bid No Bid 6 8 INCH STEEL PIPE 40 Foot No Bid No Bid $75.00 $3,000.00 No Bid No Bid 7 12 INCH STEEL PIPE 200 Foot No Bid No Bid $124.50 $24,900.00 No Bid No Bid 8 16 INCH STEEL PIPE 200 Foot No Bid No Bid $156.45 $31,290.00 No Bid No Bid 9 18 INCH STEEL PIPE 40 Foot No Bid No Bid $180.00 $7,200.00 No Bid No Bid Total No Bid $83,722.00 No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 1 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 5 Each No Bid No Bid $8.64 $43.20 No Bid No Bid 2 2 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 150 Each No Bid No Bid $9.86 $1,479.00 No Bid No Bid 3 3 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 25 Each No Bid No Bid $14.20 $355.00 No Bid No Bid 4 3 X 2 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 50 Each No Bid No Bid $36.52 $1,826.00 No Bid No Bid 5 4 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 10 Each No Bid No Bid $17.05 $170.50 No Bid No Bid 6 4 X 2 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 5 Each No Bid No Bid $37.05 $185.25 No Bid No Bid 7 4 X 3 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 10 Each No Bid No Bid $39.10 $391.00 No Bid No Bid 8 6 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 20 Each No Bid No Bid $27.30 $546.00 No Bid No Bid 9 6 X 4 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 5 Each No Bid No Bid $95.61 $478.05 No Bid No Bid 10 8 INCH WELD FLANGE (SLIP ON) 125# RAISED FACE 20 Each No Bid No Bid $56.78 $1,135.60 No Bid No Bid 11 1 INCH THREADED FLANGE 125#5 Each No Bid No Bid $15.70 $78.50 No Bid No Bid 12 2 INCH THREADED FLANGE 125#20 Each No Bid No Bid $14.76 $295.20 No Bid No Bid 13 3 INCH THREADED FLANGE 125#5 Each No Bid No Bid $16.50 $82.50 No Bid No Bid 14 3 X 2 INCH THREADED FLANGE 125# 10 Each No Bid No Bid $45.22 $452.20 No Bid No Bid 15 4 INCH THREADED FLANGE 125#5 Each No Bid No Bid $19.69 $98.45 No Bid No Bid 16 4 X 2 INCH THREADED 125#10 Each No Bid No Bid $50.60 $506.00 No Bid No Bid 17 4 X 3 INCH THREADED 125#5 Each No Bid No Bid $50.60 $253.00 No Bid No Bid Total No Bid $8,375.45 No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 1 INCH STEEL 45 DEGREE ELLS 2 Each No Bid No Bid $3.50 $7.00 No Bid No Bid 2 2 INCH STEEL 45 DEGREE ELLS 5 Each No Bid No Bid $3.50 $17.50 No Bid No Bid 3 4 INCH STEEL 45 DEGREE ELLS 2 Each No Bid No Bid $7.90 $15.80 No Bid No Bid 4 6 INCH STEEL 45 DEGREE ELLS 2 Each No Bid No Bid $15.00 $30.00 No Bid No Bid 5 8 INCH STEEL 45 DEGREE ELLS 2 Each No Bid No Bid $25.00 $50.00 No Bid No Bid 6 1 INCH STEEL 90 DEGREE ELLS (LONG RADIUS)10 Each No Bid No Bid $3.50 $35.00 No Bid No Bid 7 2 INCH STEEL 90 DEGREE ELLS (LONG RADIUS)75 Each No Bid No Bid $9.05 $678.75 No Bid No Bid Bid Tabulation ITB 52-25, Polyethylene Pipe Fittings and Steel Pipe Fittings Indicates Intent to Award Steel Pipe and Fittings - Group 3: Elbows Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries Steel Pipe and Fittings - Group 1: Epoxy Coated Steel Pipe Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries Steel Pipe and Fittings - Group 2: Flanges Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries 8 3 INCH STEEL 90 DEGREE ELLS (LONG RADIUS)10 Each No Bid No Bid $12.27 $122.70 No Bid No Bid 9 4 INCH STEEL 90 DEGREE ELLS (LONG RADIUS)10 Each No Bid No Bid $21.20 $212.00 No Bid No Bid 10 6 INCH STEEL 90 DEGREE ELLS (LONG RADIUS)10 Each No Bid No Bid $46.34 $463.40 No Bid No Bid 11 8 INCH STEEL 90 DEGREE ELLS (LONG RADIUS)10 Each No Bid No Bid $80.00 $800.00 No Bid No Bid Total No Bid $2,432.15 No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 1 X 1 X 1 INCH STEEL TEES 10 Each $0.00 $0.00 $10.17 $101.70 $0.00 $0.00 2 2 X 2 X 2 INCH STEEL TEES 20 Each $0.00 $0.00 $9.52 $190.40 $0.00 $0.00 3 4 X 4 X 4 INCH STEEL TEES 5 Each $0.00 $0.00 $20.05 $100.25 $0.00 $0.00 4 6 X 6 X 6 INCH STEEL TEES 5 Each $0.00 $0.00 $32.50 $162.50 $0.00 $0.00 5 4 X 4 X 2 INCH STEEL TEES 5 Each $0.00 $0.00 $19.90 $99.50 $0.00 $0.00 6 3 X 3 X 3 INCH STEEL TEES 5 Each $0.00 $0.00 $13.25 $66.25 $0.00 $0.00 7 6 X 6 X 4 INCH STEEL TEES 5 Each $0.00 $0.00 $41.00 $205.00 $0.00 $0.00 Total $0.00 $925.60 $0.00 Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 2 INCH CAPS 25 Each No Bid No Bid $5.80 $145.00 No Bid No Bid 2 3 INCH CAPS 10 Each No Bid No Bid $5.50 $55.00 No Bid No Bid 3 4 INCH CAPS 10 Each No Bid No Bid $8.75 $87.50 No Bid No Bid 4 6 INCH CAPS 2 Each No Bid No Bid $13.89 $27.78 No Bid No Bid 5 8 INCH CAPS 2 Each No Bid No Bid $20.00 $40.00 No Bid No Bid Total No Bid $355.28 No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 2 X 1 INCH STEEL WELD REDUCING CONCENTRIC 30 Each No Bid No Bid $8.56 $256.80 No Bid No Bid 2 3 X 2 INCH STEEL WELD REDUCING CONCENTRIC 10 Each No Bid No Bid $6.74 $67.40 No Bid No Bid 3 4 X 2 INCH STEEL WELD REDUCING CONCENTRIC 10 Each No Bid No Bid $10.00 $100.00 No Bid No Bid 4 4 X 3 INCH STEEL WELD REDUCING CONCENTRIC 10 Each No Bid No Bid $7.60 $76.00 No Bid No Bid 5 6 X 4 INCH STEEL WELD REDUCING CONCENTRIC 2 Each No Bid No Bid $16.85 $33.70 No Bid No Bid 6 8 X 6 INCH STEEL WELD REDUCING CONCENTRIC 2 Each No Bid No Bid $20.00 $40.00 No Bid No Bid Total No Bid $573.90 No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 3/4 INCH METER STOP 600 Each $19.38 $11,628.00 $15.15 $9,090.00 No Bid No Bid 2 1 INCH METER STOP 1500 Each $27.50 $41,250.00 $25.00 $37,500.00 No Bid No Bid 3 1 1/4 INCH METER STOP 20 Each $38.74 $774.80 $30.00 $600.00 No Bid No Bid 4 2 INCH METER STOP 75 Each $78.20 $5,865.00 $75.00 $5,625.00 No Bid No Bid Total $59,517.80 $52,815.00 No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 3/4 INCH COND. COMPRESSION COUPLING DRESSER STYLE 90 20 Each $51.45 $1,029.00 $69.55 $1,391.00 No Bid No Bid 2 1 INCH COND. COMPRESSION COUPLING DRESSER STYLE 90 20 Each $53.50 $1,070.00 $74.93 $1,498.60 No Bid No Bid Steel Pipe and Fittings - Group 4: Tees Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries Steel Pipe and Fittings - Group 5: Caps Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries Steel Pipe and Fittings - Group 6: Reducing Couplings Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries Steel Pipe and Fittings - Group 8: Dresser Style Compression Couplings Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries Steel Pipe and Fittings - Group 7: Gas Meter Stops (BMI, non-insulated ball valves that do not include the pres Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries 3 2 INCH COND. COMPRESSION COUPLING DRESSER STYLE 90 20 Each $78.40 $1,568.00 $109.85 $2,197.00 No Bid No Bid 4 1/2 IPS COND. COMPRESSION COUPLING DRESSER STYLE 90 5 Each $51.45 $257.25 $80.00 $400.00 No Bid No Bid 5 2 INCH COND. COMPRESSION COUPLING DRESSER STYLE 90 INSULATED 5 Each $108.80 $544.00 $152.20 $761.00 No Bid No Bid 6 3/4 INCH COND. COMPRESSION COUPLING DRESSER STYLE 90 CAP 10 Each $24.89 $248.90 $80.00 $800.00 No Bid No Bid 7 1 INCH COND. COMPRESSION COUPLING DRESSER STYLE 90 CAP 20 Each $27.50 $550.00 $96.15 $1,923.00 No Bid No Bid 8 2 INCH COND. COMPRESSION COUPLING DRESSER STYLE 90 CAP 10 Each $44.85 $448.50 $152.20 $1,522.00 No Bid No Bid Total $5,715.65 $10,492.60 No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 3/4 X 3 INCH STAINLESS STEEL CLAMP POWER SEAL STYLE 3151 10 Each No Bid No Bid $10.15 $101.50 No Bid No Bid 2 3/4 X 6 INCH STAINLESS STEEL CLAMP POWER SEAL STYLE 3151 10 Each No Bid No Bid $20.30 $203.00 No Bid No Bid 3 1 X 3 INCH STAINLESS STEEL CLAMP POWER SEAL STYLE 3151 10 Each No Bid No Bid $11.10 $111.00 No Bid No Bid 4 1 X 6 INCH STAINLESS STEEL CLAMP POWER SEAL STYLE 3151 10 Each No Bid No Bid $22.22 $222.20 No Bid No Bid 5 2 X 3 INCH STAINLESS STEEL CLAMP POWER SEAL STYLE 3151 20 Each No Bid No Bid $13.43 $268.60 No Bid No Bid 6 2 X 6 INCH STAINLESS STEEL CLAMP POWER SEAL STYLE 3151 10 Each No Bid No Bid $24.34 $243.40 No Bid No Bid 7 2 X 12 INCH FULL CIRCLE STAIN.STEEL CLAMP 2:35-2:55 OD POWER SEAL 311OG 5 Each No Bid No Bid $153.67 $768.35 No Bid No Bid 8 2 X 12 INCH FULL CIRCLE STAIN.STEEL CLAMP 2:45-2:65 G POWER SEAL 311OG 10 Each No Bid No Bid $153.67 $1,536.70 No Bid No Bid 9 2 1/2 X 12 INCH FULL CIRCLE STAIN.STEEL CLAMP 2:70-2:90 OD POWER SEAL 5 Each No Bid No Bid $170.89 $854.45 No Bid No Bid 10 4 X 6 INCH FULL CIRCLE STAIN.STEEL CLAMP 4:50-4:80 OD POWER SEAL 311OG 5 Each No Bid No Bid $119.95 $599.75 No Bid No Bid 11 4 X 12 INCH FULL CIRCLE STAIN.STEEL CLAMP 4:50-4:80 OD POWER SEAL 311OG 5 Each No Bid No Bid $202.25 $1,011.25 No Bid No Bid 12 4 X 18 INCH FULL CIRCLE STAIN.STEEL CLAMP 4:50-4:80 OD POWER SEAL 311OG 5 Each No Bid No Bid $318.53 $1,592.65 No Bid No Bid 13 6 X 18 INCH STAINLESS STEEL FULL CIRCLE CLAMP 5 Each No Bid No Bid $381.27 $1,906.35 No Bid No Bid 14 8 X 12 INCH FULL CIRCLE STAIN.STEEL CLAMP 8:00-8:25 OD POWER SEAL 311OG 5 Each No Bid No Bid $266.21 $1,331.05 No Bid No Bid 15 8 X 12 INCH FULL CIRCLE STAINLESS STEEL CLAMP 8:60-9:50 POWER SEAL 3122G 5 Each No Bid No Bid $322.52 $1,612.60 No Bid No Bid Total No Bid $12,362.85 No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 SERVICE SADDLES 2 MAIN X 1 FPT 1 Each No Bid No Bid $42.50 $42.50 No Bid No Bid 2 SERVICE SADDLES 2 MAIN X 3/4 FPT 1 Each No Bid No Bid $42.50 $42.50 No Bid No Bid 3 SERVICE SADDLES 2 1/2 MAIN X 1 FPT 1 Each No Bid No Bid $48.90 $48.90 No Bid No Bid 4 SERVICE SADDLES 4 1/2 MAIN X 1 FPT 1 Each No Bid No Bid $62.35 $62.35 No Bid No Bid 5 SERVICE SADDLES 4 MAIN X 1 FPT 1 Each No Bid No Bid $62.35 $62.35 No Bid No Bid 6 SERVICE SADDLES 4 MAIN X 2 FPT 1 Each No Bid No Bid $74.35 $74.35 No Bid No Bid 7 SERVICE SADDLES 6 MAIN X 1 FPT 1 Each No Bid No Bid $65.80 $65.80 No Bid No Bid Total No Bid $398.75 No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 #12 SOLID COPPER,YELLOW, TRACER WIRE (polyethylene coated)360000 Foot $.24 $86,400.00 $.24 $86,400.00 No Bid No Bid 2 #10 COPPER CLAD STEEL, YELLOW, TRACER WIRE (polyethylene coated)90000 Foot $.17 $15,300.00 $.15 $13,500.00 No Bid No Bid Total $101,700.00 $99,900.00 No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 5/8 OD PE W/STIFFENER X 5/8 XTRUBE ADAPTER CONTINENTAL 0443-00-1004-00 10 Each $83.80 $838.00 $87.50 $875.00 $0.00 $0.00 Steel Pipe and Fittings - Group 9: Vegas-Stainless steel repair clamp with neoprene sealing gasket (neoprene o Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries Steel Pipe and Fittings - Group 10: Service Saddles-Double steel strap with rolled thread design Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries Steel Pipe and Fittings - Group 11: Wire - Must be "UL" listed, marked as "Caution Gas Pipe"Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries Steel Pipe and Fittings - Group 12: Continental Adapters, Punch Tees and Wrap Arounds Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries 2 5/8 OD PE W/STIFFENER X 1/2 XTRUBE ADAPTER CONTINENTAL 0343-00-1004-00 10 Each $72.30 $723.00 $69.75 $697.50 $0.00 $0.00 3 3/4 MPT X 5/8 OD PE W/STIFFENER ADAPTER CONTINENTAL 0442-00-0913-00 20 Each $82.82 $1,656.40 $22.50 $450.00 $0.00 $0.00 4 3/4 DRESSER X 5/8 OD PE W/STIFFENER ADAPTER CONTINENTAL 1340-00-1004-00 20 Each $71.99 $1,439.80 $158.70 $3,174.00 $0.00 $0.00 5 3/4 MPT X 1/2 XTRUBE ADAPTER CONTINENTAL 0343-00-0913-00 50 Each $67.04 $3,352.00 $54.70 $2,735.00 $0.00 $0.00 6 1/2 MPT X 1/2 XTRUBE ADAPTER CONTINENTAL 0343-00-0912-00 1 Each $76.35 $76.35 $40.00 $40.00 $0.00 $0.00 7 5/8 INCH X 5/8 INCH XTRUBE CONTINENTAL 0443-00-1304-00 50 Each $66.28 $3,314.00 $56.75 $2,837.50 $0.00 $0.00 8 1/2 INCH CONDUCTIVE STEEL TUBING ADAPTER P/N 0343-00-1303-00 10 Each $202.72 $2,027.20 $83.90 $839.00 $0.00 $0.00 9 1/2 INCH MIP X 1/2 INCH PE (5/8 OD) ADAPTER P/N 0442-*00-0912-00 10 Each $69.37 $693.70 $47.05 $470.50 $0.00 $0.00 10 3/4 INCH PUNCH TEE X 5/8 INCH COMPRESSION TEE CONTINENTAL 10 Each $161.37 $1,613.70 $69.35 $693.50 $0.00 $0.00 11 3/4 INCH PUNCH TEE X 3/4 INCH COMPRESSION TEE CONTINENTAL 10 Each $125.17 $1,251.70 $124.95 $1,249.50 $0.00 $0.00 12 3/4 INCH PUNCH TEE X 1 INCH COMPRESSION OUTLET CONTININTAL 40 Each $161.37 $6,454.80 $161.05 $6,442.00 $0.00 $0.00 13 3/4 INCH PUNCH TEE X 3/4 INCH WELDABLE OUTLET CONTININTAL 50 Each $54.63 $2,731.50 $94.30 $4,715.00 $0.00 $0.00 14 3/4 INCH PUNCH TEE X 1 INCH WELDABLE OUTLET CONTININTAL 50 Each $108.80 $5,440.00 $108.60 $5,430.00 $0.00 $0.00 15 1 INCH PUNCH TEE X 5/8 INCH COMPRESSION TEE CONTINENTAL 20 Each $197.24 $3,944.80 $170.45 $3,409.00 $0.00 $0.00 16 1 INCH PUNCH TEE X 3/4 INCH COMPRESSION TEE CONTINENTAL 20 Each $197.24 $3,944.80 $156.50 $3,130.00 $0.00 $0.00 17 1 INCH PUNCH TEE X 1 INCH COMPRESSION TEE CONTINENTAL 20 Each $274.78 $5,495.60 $208.50 $4,170.00 $0.00 $0.00 18 1 INCH PUNCH TEE X 3/4 INCH WELDABLE OUTLET CONTINENTAL 10 Each $124.46 $1,244.60 $131.50 $1,315.00 $0.00 $0.00 19 1 INCH PUNCH TEE X 1 INCH WELDABLE OUTLET CONTINENTAL 20 Each $115.18 $2,303.60 $113.75 $2,275.00 $0.00 $0.00 20 3/4 X 5/8 INCH W/STIFFENER, STEEL; WRAP-A-ROUND TAP TEE 5 Each $271.46 $1,357.30 $253.10 $1,265.50 $0.00 $0.00 21 1 X 5/8 INCH W/STIFFENER, STEEL WRAP-A-ROUND TAP TEE 10 Each $283.20 $2,832.00 $280.00 $2,800.00 $0.00 $0.00 22 1 X 3/4 INCH W/STIFFENER, STEEL WRAP-A-ROUND TAP TEE 10 Each $325.33 $3,253.30 $340.00 $3,400.00 $0.00 $0.00 23 1 X 1 INCH W/STIFFENER, STEEL WRAP-A-ROUND TAP TEE 20 Each $338.15 $6,763.00 $360.00 $7,200.00 $0.00 $0.00 24 2 X 5/8 INCH W/STIFFENER, STEEL WRAP-A-ROUND TAP TEE 10 Each $266.09 $2,660.90 $293.00 $2,930.00 $0.00 $0.00 25 2 X 3/4 INCH W/STIFFENER, STEEL WRAP-A-ROUND TAP TEE 10 Each $350.65 $3,506.50 $293.00 $2,930.00 $0.00 $0.00 26 2 X 1 INCH W/STIFFENER, STEEL WRAP-A-ROUND TAP TEE 20 Each $414.11 $8,282.20 $293.00 $5,860.00 $0.00 $0.00 Total $77,200.75 $71,333.00 $0.00 Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 3 BOLT COMP. COUPLING 2.500 TO 2.375 5 Each No Bid No Bid No Bid No Bid No Bid No Bid 2 3 BOLT COMP. COUPLING 2.375 TO 2.375 5 Each No Bid No Bid No Bid No Bid No Bid No Bid 3 3 BOLT COMP. COUPLING 2.500 TO 2.500 5 Each No Bid No Bid No Bid No Bid No Bid No Bid 4 3 BOLT COMP. COUPLING 2.875 TO 3.2 5 Each No Bid No Bid No Bid No Bid No Bid No Bid 5 4 BOLT COMP. COUPLING 4.500 TO 2.375 5 Each No Bid No Bid No Bid No Bid No Bid No Bid 6 4 BOLT COMP. COUPLING 4.500 TO 4.800 5 Each No Bid No Bid No Bid No Bid No Bid No Bid 7 4 BOLT COMP. COUPLING 4.500 TO 4.500 5 Each No Bid No Bid No Bid No Bid No Bid No Bid 8 4 BOLT COMP. COUPLING 4.500 TO 5.00 5 Each No Bid No Bid No Bid No Bid No Bid No Bid 9 6 BOLT COMP. COUPLING 6.75 TO 5.00 5 Each No Bid No Bid No Bid No Bid No Bid No Bid 10 6 BOLT COMP. COUPLING 8.625 5 Each No Bid No Bid No Bid No Bid No Bid No Bid Total No Bid No Bid No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 1 INCH 150 # WELD X WELD 1 Each No Bid No Bid $703.40 $703.40 No Bid No Bid 2 EXTERNAL COATED 2 INCH 150 # WELD X WELD 1 Each No Bid No Bid $767.05 $767.05 No Bid No Bid Steel Pipe and Fittings - Group 13: Dresser Style Couplings, Style 711 Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries Steel Pipe and Fittings - Group 14: In-line Insulators Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries 3 3 INCH 150 # WELD X WELD 1 Each No Bid No Bid $1,126.14 $1,126.14 No Bid No Bid 4 4 INCH 150 # WELD X WELD 1 Each No Bid No Bid $1,405.68 $1,405.68 No Bid No Bid 5 6 INCH 150 # WELD X WELD 1 Each No Bid No Bid $2,185.20 $2,185.20 No Bid No Bid 6 8 INCH 150 # WELD X WELD 1 Each No Bid No Bid $3,104.00 $3,104.00 No Bid No Bid Total No Bid $9,291.47 No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 TYPE E, 150 SIZE 2 INCH 300 Each No Bid No Bid $28.90 $8,670.00 No Bid No Bid 2 TYPE E, 150 SIZE 3 INCH 200 Each No Bid No Bid $45.90 $9,180.00 No Bid No Bid 3 TYPE E, 150 SIZE 4 INCH 150 Each No Bid No Bid $66.30 $9,945.00 No Bid No Bid 4 TYPE E, 150 SIZE 6 INCH 50 Each No Bid No Bid $99.25 $4,962.50 No Bid No Bid 5 TYPE E, 150 SIZE 8 INCH 20 Each No Bid No Bid $99.00 $1,980.00 No Bid No Bid 6 1 INCH NEOPREVE FLANGE GASKET 30 Each No Bid No Bid $.65 $19.50 No Bid No Bid 7 2 INCH E NEOPRENE FLANGE GASKETS 300 Each No Bid No Bid $1.20 $360.00 No Bid No Bid 8 3 INCH E NEOPRENE FLANGE GASKETS 200 Each No Bid No Bid $1.80 $360.00 No Bid No Bid 9 4 INCH E NEOPRENE FLANGE GASKETS 100 Each No Bid No Bid $2.60 $260.00 No Bid No Bid 10 6 INCH E NEOPRENE FLANGE GASKETS 20 Each No Bid No Bid $3.80 $76.00 No Bid No Bid 11 8 INCH E NEOPRENE FLANGE GASKETS 20 Each No Bid No Bid $4.75 $95.00 No Bid No Bid Total No Bid $35,908.00 No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 1 INCH IPS 10 Each No Bid No Bid $20.00 $200.00 No Bid No Bid 2 2 INCH IPS 20 Each No Bid No Bid $21.50 $430.00 No Bid No Bid 3 4 INCH IPS 10 Each No Bid No Bid $32.05 $320.50 No Bid No Bid 4 6 INCH IPS 20 Each No Bid No Bid $40.70 $814.00 No Bid No Bid 5 8 INCH IPS 10 Each No Bid No Bid $64.40 $644.00 No Bid No Bid Total No Bid $2,408.50 No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 2 INCH WILLIAMSON TEE (LOW PRESSURE)25 Each $259.30 $6,482.50 $262.35 $6,558.75 No Bid No Bid 2 2 INCH WILLIAMSON TEE (HIGH PRESSURE)25 Each $3,101.00 $77,525.00 $2,729.00 $68,225.00 No Bid No Bid 3 3 INCH WILLIAMSON TEE (HIGH PRESSURE)12 Each $3,814.00 $45,768.00 $3,357.00 $40,284.00 No Bid No Bid 4 4 INCH WILLIAMSON TEE (HIGH PRESSURE)20 Each $6,088.00 $121,760.00 $5,480.00 $109,600.00 No Bid No Bid 5 6 INCH WILLIAMSON TEE (HIGH PRESSURE)10 Each $8,016.00 $80,160.00 $7,215.00 $72,150.00 No Bid No Bid 6 8 INCH WILLIAMSON TEE (HIGH PRESSURE)4 Each $9,340.00 $37,360.00 $8,545.00 $34,180.00 No Bid No Bid 7 2 INCH WILLIAMSON SHORT STOP 25 Each $132.00 $3,300.00 $125.00 $3,125.00 No Bid No Bid 8 3 INCH WILLIAMSON SHORT STOP 12 Each $226.00 $2,712.00 $195.00 $2,340.00 No Bid No Bid 9 4 INCH WILLIAMSON SHORT STOP 25 Each $958.00 $23,950.00 $969.00 $24,225.00 No Bid No Bid 10 6 INCH WILLIAMSON SHORT STOP 10 Each $1,272.00 $12,720.00 $1,287.05 $12,870.50 No Bid No Bid 11 8 INCH WILLIAMSON SHORT STOP 4 Each $2,303.00 $9,212.00 $2,350.00 $9,400.00 No Bid No Bid 12 2 INCH COMPLETION PLUG 10 Each $82.55 $825.50 $83.50 $835.00 No Bid No Bid 13 4 INCH COMPLETION PLUG 10 Each $793.00 $7,930.00 $775.00 $7,750.00 No Bid No Bid 14 6 INCH COMPLETION PLUG 10 Each $926.00 $9,260.00 $820.00 $8,200.00 No Bid No Bid Steel Pipe and Fittings - Group 15: Neoprene Faced Phenolic Gasket Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries Steel Pipe and Fittings - Group 16: PIGS - Foam Pipeline Cleaners Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries Steel Pipe and Fittings - Group 17: T D Williamson Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries 15 8 INCH COMPLETION PLUG 10 Each $1,609.00 $16,090.00 $1,400.00 $14,000.00 No Bid No Bid 16 2 INCH WILLIAMSON TEE (BOLT ON)10 Each $5,076.00 $50,760.00 $5,375.00 $53,750.00 No Bid No Bid 17 4 INCH WILLIAMSON TEE (BOLT ON)10 Each $6,511.00 $65,110.00 $6,648.00 $66,480.00 No Bid No Bid 18 6 INCH WILLIAMSON TEE (BOLT ON)10 Each $7,925.00 $79,250.00 $7,800.00 $78,000.00 No Bid No Bid 19 8 INCH WILLIAMSON TEE (BOLT ON)4 Each $9,950.00 $39,800.00 $9,550.00 $38,200.00 No Bid No Bid 20 2 INCH WILLIAMSON SHORT STOP (BOLT ON)5 Each $1,482.00 $7,410.00 $1,498.00 $7,490.00 No Bid No Bid 21 4 INCH WILLIAMSON SHORT STOP (BOLT ON)5 Each $4,041.00 $20,205.00 $4,278.80 $21,394.00 No Bid No Bid 22 6 INCH WILLIAMSON SHORT STOP (BOLT ON)5 Each $5,713.00 $28,565.00 $6,000.00 $30,000.00 No Bid No Bid 23 8 INCH WILLIAMSON SHORT STOP (BOLT ON)2 Each $7,840.00 $15,680.00 $7,400.00 $14,800.00 No Bid No Bid Total $761,835.00 $723,857.25 No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 2 INCH NORDSTROM LUBE VALVES 5 Each No Bid No Bid $250.00 $1,250.00 No Bid No Bid 2 4 INCH NORDSTROM LUBE VALVES 5 Each No Bid No Bid $490.00 $2,450.00 No Bid No Bid 3 6 INCH NORDSTROM LUBE VALVES 5 Each No Bid No Bid $1,630.00 $8,150.00 No Bid No Bid 4 8 INCH NORDSTROM LUBE VALVES 5 Each No Bid No Bid $2,900.00 $14,500.00 No Bid No Bid 5 1 INCH BALON NON-LUBE VALVES (WELD)5 Each No Bid No Bid $87.00 $435.00 No Bid No Bid 6 2 INCH BALON NON-LUBE VALVES (WELD)5 Each No Bid No Bid $388.80 $1,944.00 No Bid No Bid 7 4 INCH BALON NON-LUBE VALVES (WELD)5 Each No Bid No Bid $667.00 $3,335.00 No Bid No Bid 8 6 INCH BALON NON-LUBE VALVES (WELD)5 Each No Bid No Bid $1,300.00 $6,500.00 No Bid No Bid 9 8 INCH BALON NON-LUBE VALVES (WELD)5 Each No Bid No Bid $2,800.00 $14,000.00 No Bid No Bid 10 2 INCH BALON NON-LUBE VALVES (FLANGED)5 Each No Bid No Bid $550.00 $2,750.00 No Bid No Bid 11 4 INCH BALON NON-LUBE VALVES (FLANGED)5 Each No Bid No Bid $675.00 $3,375.00 No Bid No Bid 12 6 INCH BALON NON-LUBE VALVES (FLANGED)5 Each No Bid No Bid $825.00 $4,125.00 No Bid No Bid 13 8 INCH BALON NON-LUBE VALVES (FLANGED)5 Each No Bid No Bid $1,425.00 $7,125.00 No Bid No Bid Total No Bid $69,939.00 No Bid Line ItemDescription QuantityUnit of MUnit Cost Total Unit Cost Total Unit Cost Total 1 2 X 18 INCH CANUSA PL-55-10 SHRINK SLEEVES 5 Each No Bid No Bid $10.20 $51.00 No Bid No Bid 2 4 X 18 INCH CANUSA PL-115-18 5 Each No Bid No Bid $12.80 $64.00 No Bid No Bid 3 6 X 18 INCH CANUSA PL-170-18 5 Each No Bid No Bid $17.50 $87.50 No Bid No Bid 4 8 X 18 INCH SHRINK SLEEVES 5 Each No Bid No Bid $16.00 $80.00 No Bid No Bid 5 (SLIDS) SUPPORT CLAMPS 12 INCH X 8 INCH 1 Each No Bid No Bid $28.00 $28.00 No Bid No Bid 6 (SLIDS) SUPPORT CLAMPS 12 INCH X 6 INCH 1 Each No Bid No Bid $24.00 $24.00 No Bid No Bid 7 CATHODIC TEST STATIONS WITH CAST IRON RING, CAST IRON LID WITH TERMINAL BLOCK 125 Each No Bid No Bid $49.32 $6,165.00 No Bid No Bid 8 3M DIRECT BURIAL SPLICE KITS 5000 Each No Bid No Bid $2.45 $12,250.00 No Bid No Bid 9 METER LUBE TOOL 15 Each No Bid No Bid $180.00 $2,700.00 No Bid No Bid 10 80-B LUBE 15 Each No Bid No Bid $32.00 $480.00 No Bid No Bid 11 CONTROL BAR O-RING 10 Each No Bid No Bid $.30 $3.00 No Bid No Bid 12 2 INCH SHORT STOP GASKETS 10 Each No Bid No Bid $34.00 $340.00 No Bid No Bid 13 4 INCH SHORT STOP GASKETS 10 Each No Bid No Bid $40.00 $400.00 No Bid No Bid 14 6 INCH SHORT STOP GASKETS 10 Each No Bid No Bid $47.00 $470.00 No Bid No Bid Steel PIpe and Fittings - Group 18: Valves (Lube and Non-Lube)Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries Steel Pipe and Fittings - Group 19: Miscellaneous Parts Consolidated Pipe & SupplyGeneral Utility Pipe and Suppl ISCO Industries 15 8 INCH SHORT STOP GASKETS 10 Each No Bid No Bid $72.94 $729.40 No Bid No Bid 16 2 INCH SHORT STOP STOPPERS 50 Each No Bid No Bid $48.00 $2,400.00 No Bid No Bid 17 4 INCH SHORT STOP STOPPERS 30 Each No Bid No Bid $114.00 $3,420.00 No Bid No Bid 18 6 INCH SHORT STOP STOPPERS 30 Each No Bid No Bid $207.00 $6,210.00 No Bid No Bid 19 8 INCH SHORT STOP STOPPERS 10 Each No Bid No Bid $275.00 $2,750.00 No Bid No Bid 20 STEEL PIPE SQUEEZE TOOL PS-62B 5 Each No Bid No Bid $3,425.00 $17,125.00 No Bid No Bid 21 4 X 2 INCH CASING END SEAL 20 Each No Bid No Bid $33.05 $661.00 No Bid No Bid 22 8 X 4 INCH CASING END SEAL 20 Each No Bid No Bid $49.40 $988.00 No Bid No Bid 23 12 X 6 INCH CASING END SEAL 10 Each No Bid No Bid $56.50 $565.00 No Bid No Bid 24 16 X 8 INCH CASING END SEAL 10 Each No Bid No Bid $72.00 $720.00 No Bid No Bid Total No Bid $58,710.90 No Bid Indicates Intent to Award Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0926 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Library Agenda Number: 6.8 SUBJECT/RECOMMENDATION: Approve purchase orders to multiple vendors for the acquisition of library books and materials in the cumulative not-to-exceed amount of $425,000.00 for the term October 1, 2025 through September 30, 2026, pursuant to Clearwater Code of Ordinances Section 2.563(1)(c), Piggyback and cooperative purchases, and authorize the appropriate officials to execute same. SUMMARY: Clearwater Public Library System is requesting authorization to purchase library books and materials utilizing competitively awarded piggyback and cooperative contracts. Piggyback Contracts #LVA-MAT-22-007: Commonwealth of Virginia through the Library of Virginia on behalf of Mid-Atlantic Alliance (MALiA) valid July 1, 2025, through June 30, 2026, with one renewal option available. • Ingram Library Services, LLC: $191,000.00 The Clearwater Public Library System is part of the Pinellas Public Library Cooperative (term: 10/01/2023 - 09/30/2028). Pursuant to that Library Interlocal Agreement, the Clearwater Public Library System provides funding to the Pinellas Public Library Cooperative for the Cooperative to purchase materials and services. • Pinellas Public Library Cooperative: $234,000.00 APPROPRIATION CODE AND AMOUNT: Funds are available in Library operating code 0101731-564400, Books & Publications, to fund these contracts in the amount of $425,000.00. The Library Department is funded by General Fund revenues. STRATEGIC PRIORITY: Community Well-Being: Ensure Exceptional Communities and Neighborhoods Where Everyone Can Thrive. Objectives: 3.1 Support neighborhood identity through services and programs that empower community pride and belonging. 3.4 Inspire citizen participation through civic engagement and volunteerism to build strong, inclusive, and engaged communities. Page 1 City of Clearwater Printed on 10/10/2025 Glossary of Terms Offeror: A person who makes an offer in response to a Request for Proposals. Contractor: An individual or firm that has entered into an agreement to provide goods or services to the Commonwealth. Bidder: One who submits a competitively priced offer in response to an Invitation for Bids (IFB). Vendor - One who sells goods or services. 1 Library lnterlocal Agreement THIS INTERLOCAL AGREEMENT ("Agreement") is made and entered into by and between the undersigned Governmental Units as set forth on the signature pages attached hereto ("Parties"), for the participation in a cooperative library service for Pinellas County (the "Cooperative"). RECITALS: WHEREAS, Pinellas County and various municipalities entered into an Interlocal Agreement providing for the establishment of the Cooperative dated the 10th day of January 1989, which was subsequently amended and extended, and which was superseded by an Interlocal Agreement entered into on the 10th day of September 2001, which expired on September 30, 2013; and which was superseded by an Interlocal Agreement entered into on the 1st day of October, 2013, which expired on September 30, 2018; and which was superseded by an Interlocal Agreement entered into on the 1st day of October 2018, which expires on September 30, 2023; and WHEREAS, it is in the public interest to provide a free public library service for the use of the permanent residents of Pinellas County ("County"); and WHEREAS, this Agreement is authorized by Section 163.01 of the Florida Interlocal Cooperation Act of 1969, which was promulgated to permit local governmental units to make the most effective use of their powers by enabling them to cooperate with other governmental units thereby providing services and facilities in a manner and pursuant to forms of governmental organization that will include geographic, economic, population, and other factors influencing the needs and development of local communities; and WHEREAS, any public agency of this state may exercise jointly with any other public agency of this state any power, privilege, or authority which such agencies share in common and which each might exercise separately; and WHEREAS, the Parties to this Agreement have determined that in order to most effectively utilize their separate powers, a cooperative effort in the form of an Interlocal Agreement is needed; and WHEREAS, Sections 257.12 through 257.25, Florida Statutes (“Free Library Service” verified 2017), provide state funds to assist in the furnishing of library services. NOW THEREFORE, in consideration of the mutual benefits and in consideration of the covenants and agreements set forth herein, the Parties hereto agree as follows: 2 I.PURPOSE; EXECUTION; EFFECTIVE DATE; TERM OF AGREEMENT A.Purpose: The purpose and intent of this Agreement is to continue to operate the Cooperative to extend library services to the unincorporated areas of the County and to municipalities that do not have such services as of the effective date of this Agreement, and to improve library services to residents of municipalities and Municipal Services Taxing Units with Libraries as of the date of this Agreement. The primary functions of the Cooperative are as follows: 1.To receive and disburse funds from federal, state, and local sources. 2.To maintain a shared library automation system serving Member Libraries. 3.To maintain a shared materials delivery system serving Member Libraries. 4.Where agreed by individual Member Libraries for the most efficient use of fiscal resources, to assist Member Libraries in the collective purchase of library resources and services. B.Execution; Effective Date This Interlocal Agreement may be signed in counterparts by the Parties hereto. This Agreement shall become effective on October 1, 2018. C.Term of Agreement: This Agreement will be in force for a period of five (5) years, ending September 30, 2023. The Agreement may be renewed for an additional period of five (5) years to September 30, 2028 with the mutual consent of the Parties. II.DEFINITIONS: A.Articles of Incorporation: "Articles of Incorporation” as used in this Agreement refer to the Articles of Incorporation of the Pinellas Public Library Cooperative, Inc., (PPLC) approved by the signatories to the 1989 Interlocal Agreement establishing the Cooperative and executed and filed with the Secretary of State pursuant to Chapter 617, Florida Statutes (1987), as may be amended. B.Board: "Board" as used in this Agreement refers to the Board of Directors of the Pinellas Public Library Cooperative, Inc. C.Board of County Commissioners: "Board of County Commissioners" as used in this Agreement refers to the Pinellas County Board of County Commissioners and may be delineated as "BCC”. 3 D.By-Laws: “By-Laws” as used in this Agreement refer to the By-Laws of the Pinellas Public Library Cooperative, Inc., approved by the signatories to the 1989 Interlocal Agreement establishing the Cooperative, as may be amended by the Board as needed. E.Cooperative: "Cooperative" as used in this Agreement refers to the Pinellas Public Library Cooperative, Inc. and may be delineated as "PPLC”. F.County: “County” as used in this Agreement refers to Pinellas County, a political subdivision of the State of Florida. The County as used in this Agreement is a Party to this Agreement but is not a Member of the Cooperative. G.Disbursement Formula: “Disbursement Formula” as used in this Agreement refers to the formula according to which disbursements to Members with Libraries shall be made pursuant to this Agreement. The Disbursement Formula is attached hereto and incorporated herein as Exhibit “B”. H.Governmental Unit: "Governmental Unit" as used in this Agreement refers to municipalities; Municipal Services Taxing Units (MSTU) with Libraries; a municipal consortium offering library services; and the County. Governmental Units which are parties to this Agreement are included within the definition of Governmental Unit and may also be delineated as "Members" of the Cooperative. I.Library: "Library" as used in this Agreement refers to the public Libraries and Library systems operated by Members. To qualify as a " Library" for purposes of this Agreement, the Library must be approved by the Board, which shall determine if the Library meets the basic standards set forth in the Policy on Admission, a copy of which is attached hereto and incorporated herein as Exhibit “A.” J.Library MSTU "Library MSTU” shall mean the Pinellas County Library Services District municipal services taxing unit as established by Ordinance 1989-5, and codified at Pinellas County Code Section 78-2; and excludes any individual MSTU for library services subsequently established. K.Local Support: "Local Support" as used in this Agreement refers to the dollar amount of funds expended for allowable costs by each Member with a Library during the fiscal year for library operations. Funds received from the County for the support of a Library that exists wholly in the unincorporated area of Pinellas County (Library MSTU), excluding all monies received by such 4 Libraries from the Cooperative, shall be considered as additional local support for the Member Library for purposes of the application of the disbursement formula. Local Support shall be determined by adding the expenditures for Personnel Services (State of Florida Uniform Accounting System Manual for Florida Local Governments, Object Code 10), Operating Expenditures/Expenses (Object Code 30), and “Books, Publications, Subscriptions, and Memberships” (State of Florida Uniform Chart of Accounts Object Code 60, Sub-Object Code 66). All other expenditures not specifically listed above shall not be tabulated when determining the Local Support. L.Member: "Member" as used in this Agreement refers to a Governmental Unit which is a Party to this Agreement and which forms part of the Cooperative either as a Member with a Library or as a Member without a Library. M.MSTU: “Municipal Services Taxing Unit” as used in this agreement refers to unincorporated Pinellas County. The Pinellas County Board of County Commissioners serves as the local government for the MSTU. A portion of the County budget (MSTU) is paid by residents of the unincorporated area and is devoted to providing municipal services, such as public library services. N.Reciprocal Borrower: “Reciprocal Borrower” is a cardholder from cooperating Libraries which have reciprocal borrowing agreements with PPLC. O.Year: "Year" as used in this Agreement, unless otherwise indicated, means the fiscal year from October 1 to September 30. The fiscal year of the Cooperative shall run from October 1 to September 30. III.GOVERNING STRUCTURE OF THE COOPERATIVE: A.Corporate Structure: The Cooperative is a private non-profit organization incorporated under the Florida Not- For-Profit Corporation Act, Chapter 617, Florida Statutes (2000). Additional Members may be admitted in the manner specified in the Articles of Incorporation or the By-laws. B.Board of Directors: 1.Membership. Each Board member represents the interests of all Parties, including the County, the Cooperative, Members with and without Libraries, and patrons. Each Board member can envision the future of countywide library services. The Board of Directors shall consist of nine (9) voting members who shall be selected and appointed in 5 accordance with the provisions of the Articles of Incorporation and the By-laws, as amended, as follows: a.Four members of the Board of Directors shall be the City Administrator of the City of St. Petersburg and the City Managers of Clearwater, Largo and Pinellas Park, or their senior management designees. b.Three members of the Board of Directors shall be county senior management employees, representing Pinellas County, who shall be appointed by the BCC upon the recommendation of the Pinellas County Administrator. c.Two members of the Board of Directors shall be appointed by the Board of County Commissioners and shall serve a term of three (3) years. Criteria for such appointment shall be as follows: 1)The candidate has previous experience serving on a board or similar body and the capacity to evaluate a full range of perspectives, from library service providers to library users. 2)The candidate represents the interests of all Parties, including the County, the Cooperative, Members with and without Libraries, and patrons. 3)The candidate can envision the future of countywide library services. 4)The candidate may not be an employee or member of the governing body of a PPLC Member Library. 2.Terms. The Articles of Incorporation shall specify the term of office for Directors in conformance with Section III.B.1 above. 3.Officers. The Officers of the Cooperative shall be: Chair of the Board of Directors, Vice-Chair of the Board of Directors, and Secretary/Treasurer. The terms of office, election and duties of Officers shall be as specified in the By-- laws. 4.Compensation. Directors and Officers shall not be paid a salary or wages but may be reimbursed for travel and per diem expenses on behalf of the Cooperative as approved by the Board, based on the PPLC Policies and Procedures Manual and in accordance with Section 112.061, Florida Statutes (“Per diem and travel expenses” verified 2017). 6 5.Meetings. The Board of Directors shall meet at least six (6) times each year. Meetings shall be conducted pursuant to the Sunshine Law, Chapter 286, Florida Statutes. The Chairperson or a simple majority of the Board may call emergency meetings. Such meetings shall require at least 24 hours' notice. 6.Duties. The duties of the Board of Directors shall include, but not be limited to: a.Managing the affairs of the Cooperative; b.Amending the Articles of Incorporation and the By-laws; c.Establishing administrative policy for the operation of the Cooperative; d.Receiving and disbursing funds from local, state and federal sources and entering into arrangements as appropriate in connection therewith, and receiving and disbursing funds from Members without Libraries participating in the Cooperative; e.Investing the Cooperative funds; f.Employing and directing an Executive Director; g.Conducting open and public meetings, the time and place to be decided by the Board of Directors; h.Establishing the operating budget for the Cooperative, which is subject to the review upon request of the BCC, and overseeing its execution, including approving expenditures for administration; i.Advising the Parties and Members with respect to the budget, disbursements, extension and expansion of library services and other affairs of the Cooperative; j.Submission of funding requirements in accordance with the provisions of Section V.C. k.Developing, in collaboration with the Executive Director and Library directors of Members, the Long-Range Plan for the Cooperative to improve library services to residents of municipalities, library taxing districts, and unincorporated areas. l.Review and approve the Annual Plan of Service. C.Executive Director: 1.Duties. The duties of the Executive Director shall include, but not be limited to: 7 a.Facilitating joint planning for coordination of library services among Members with Libraries and other Libraries within the County that participate in reciprocal borrowing and joint planning as recipients of State Aid to Libraries. b.Maintaining information for and submitting applications on behalf of the Cooperative for available local, State, and Federal library funds with Board approval, and filing reports with the Division of Library and Information Services pursuant to Section 257.16, Florida Statutes (2000), as may be amended; c.Preparing, in coordination with the library directors of Members, the annual operating and capital budgets of the Cooperative, and presenting the annual operating budget of the Cooperative to the Board and Members. d.Developing, in collaboration with the library directors of Members, the Annual Plan of Service that shall include goals, objectives and activities, and the budget that will support library services for the year. This plan must clearly demonstrate that resources will be allocated in a way that serves the goal of access to library services throughout the area. 2.Qualifications. The Executive Director must have an American Library Association accredited Master’s degree in Library Science (MLS), and a minimum of five (5) years library administration experience, with experience in library cooperative administration preferred. D.Advisory Council: A Library Directors Advisory Council (LDAC) made up of all library directors of Members, or their designees, will collaborate with the Executive Director in coordination, planning and other matters as appropriate. The Officers of the LDAC shall be: Chair, Vice- Chair, and Secretary. The terms of office, election, and duties of Officers shall be as specified in the LDAC By-laws. The By-laws of the LDAC shall provide that the office of Chair will be rotated yearly among the members of the Advisory Council and that the Chair will participate in the meetings of the Cooperative Board of Directors and represent the LDAC. The duties of the LDAC shall be as follows: 1.Conduct open and public meetings, the time and place to be decided by LDAC. 2.Collaborate with the Executive Director on the establishment and revision of the PPLC Public Service Policies for Member Libraries. 8 3.Review and provide recommendations in the preparation of the annual budget. 4.Advise the Board on Board meeting agenda items as needed. E.Long-Range and Annual Plans of Service: Each year an Annual Plan of Service and Budget shall be adopted by the Board of Directors. The Long-Range Plan must be updated every five years. The Plans will meet the requirements for participation in the State Aid to Libraries Program. The Executive Director will disseminate the Plans. F.Reports: The Executive Director will provide annual reports on the progress toward meeting the objectives of the Long-Range Plan and the Annual Plan of service. The reports will include audited statements of operating expenditures, capital expenditures, and reserve accounts. Annual reports will be presented to the Board, the Members, and the Division of Library and Information Services. IV. PARTICIPATION: A.General: Participation will be voluntary and open to any Governmental Unit. People residing in participating areas will be eligible to use the services of Member Libraries of the Cooperative without charge. People residing in Governmental Units or areas not electing to participate will be excluded from the use of the Cooperative's services unless individual people join Member Libraries by paying an annual fee; such fee may be adjusted by a majority of Parties to this Agreement. People who join by paying the annual fee to a Member Library will then be counted as residents of that Member Library's governmental unit. Members may withdraw pursuant to the provisions of Section VI. B.Members With Libraries: 1.Admission. Governmental units applying for the first time for membership in the Pinellas Public Library Cooperative, Inc. must be approved by the Board which shall determine if the Library meets the statutory requirements and operational standards established in Exhibit “A”: Policy on Admission. 2.Membership. Members with Libraries will adhere to the operational standards established in Exhibit “A”: Policy on Admission, and comply with participation requirements as detailed in this section. 3.Noncompliance and Enforcement. Any Member with a Library that fails to 9 maintain the requirements established in the Policy on Admission or the Participation requirements, may be provided a Notice of Deficiency as follows: a.Subject to Board authorization, any Member with a Library that is found to be non-compliant may be issued a Notice of Deficiency effective upon the date of such Notice. A Member with a Library that has received a Notice of Deficiency will be granted a period not to exceed 12 months (as determined by the Board based on the nature of the deficiency) from the date of the Notice to achieve compliance with the requirements of Membership and to provide documentation of such compliance to the Board. Upon determination that the Member successfully demonstrated compliance with the requirements, the Board shall authorize a written Notice of Compliance to be provided to the Member. b.A Member with a Library that has received a Notice of Deficiency and has failed to successfully demonstrate compliance within the prescribed time period will be considered to have withdrawn from the Cooperative. Such Member will comply with the requirements for withdrawal indicated in Section VI. B. of this Agreement. 4.Autonomy. Each Member with a Library shall continue to decide the level of library service for its community and shall prepare its own budget. Each Library shall remain autonomous and retain control of its operations and functions, i.e.: a.Trust funds, individual gifts or donations made to a Library shall remain the property of that Library. b.All Library staff shall remain employees of the various Members with no loss in benefits. c. Each Library shall remain the property of the Member in which it is located, and all maintenance and repairs shall be affected through operating budgets from allocated local appropriations. d.Members with Libraries will continue to fund their local Libraries and are not required to make any payment to the Cooperative for participation in the Cooperative. 5.Audits. Each Member with a Library shall provide to the Cooperative by March 31 of each year an audited statement of its Library operating costs for its last completed fiscal year. The audits are to be reviewed by the Cooperative 10 to determine the dollars expended locally for library operations. Allowable costs for each Library shall consist of all personnel and direct operating costs, and non-fixed capital as provided for in the State of Florida Chart of Accounts. All other costs, including fixed capital items and debt expenses, are not allowable. 6.Materials and Services. a.Members with Libraries agree to allow all circulating materials (non- electronic formats) of existing Libraries to be freely available to cardholding residents of all participants in the Cooperative. b.Members with Libraries agree to allow all circulating materials (electronic formats) to be freely available to all cardholders of that specific Library regardless of cardholder’s address. c.Reciprocal Borrowers may borrow circulating materials in non-electronic formats only. d.Within policies established by the Cooperative all reference and public programming services are equally available to the public. 7.Staff Development. All Members with Libraries will agree to have their Libraries closed on Columbus Day (or alternately designated day) each year, unless otherwise prohibited, for participation in an annual county-wide staff development day. Staff development day planning will be coordinated by PPLC staff in collaboration with Member Library directors and staff. C.Members Without Libraries: 1.Basis for Funding: The County, on behalf of the Library MSTU, and subject to the provisions and limitations in Section V.A. and any other Member without a Library, shall provide annual financial support to the Cooperative which, when calculated on a per capita (of population of such Member) basis for any year, shall be equivalent to the average per capita funding, excluding all monies received from the Cooperative, provided during the most recent preceding year by the Members having Libraries subject to the provision of, and limitations in, Section V.A., the funding shall be calculated as follows: The total expenditures, as adjusted for monies received from the Cooperative, of the Members from the prior year shall be divided by the total population of the Members to obtain the aggregate average per capita cost. For purposes of this subsection C, "funding" means the amount of Library expenditures 11 for any year as described in Section V.A. by a Member having a Library, and "population" means the number of residents residing in the Member governmental unit determined in accordance with Section V.B. Payments shall be made by the County and each Member without a Library of annual financial support due from it in four (4) quarterly payments of twenty-five percent (25%) each. 2. Underfunding: If financial support paid to the Cooperative by a Member without a Library is less than the amount due under Section V, written notice shall be provided by PPLC, to such unit of the deficiency and all funds due under Section V shall be immediately due and payable as specified in Section VI.C. Such unit shall be deemed to have withdrawn from the Cooperative notwithstanding the provisions of Section VI.A or VI.C effective thirty (30) days following the receipt of written notice of deficiency unless payment of such deficiency is made within that thirty (30) day period. V. FUNDING MECHANISM: A. Fiscal Funding: The County will provide an amount of annual financial support equal to the financial support provided by all Members with Libraries, calculated on a per capita basis for the previous year, excluding all monies received from the Cooperative, provided that the amount shall not exceed the ad valorem revenue, excluding statutory payments to the Tax Collector and Property Appraiser, generated by the millage rate levied by the County in support of Cooperative Library services. At no time shall the millage rate levied by the County in support of Cooperative Library services exceed 0.5 mill. The County shall submit the funds to the Cooperative in quarterly payments. The County shall notify the Cooperative of any changes to the population figures subject to the amount of annual per capita financial support for the new fiscal period prior to May 30 of each year. The obligations of the County as to any funding required pursuant to this Agreement are subject to annual approval of the Library MSTU millage by the County. If funds are not appropriated by the County through the Library MSTU for any or all the obligations in this Agreement, the County shall not be obligated to pay for the services provided pursuant to this Agreement beyond the portion for which funds are appropriated. The County agrees to promptly notify the Cooperative in writing of such failure of appropriation, and upon such notice, the provisions of Section IV shall govern. 12 B. Determination and Notification of Per Capita Amounts for Members Without Libraries: The Cooperative shall advise each Member without a Library by June 1 of each year, of such unit's funding requirement for the next fiscal year, together with the calculations by which such funding requirement was determined and the backup information for such calculation, consisting of (i) average per capita locally funded library expenditures of Members with Libraries for the last completed year and (ii) appropriate population statistics. The expenditures shall be based on audited financial statements for such last completed year in accordance with budget line items identified in Section IV.B.5. The population statistics used to calculate such per capita expenditures shall be for such year and shall be from one of the following sources: the Bureau of Economics and Business Research of the University of Florida, the Pinellas County Planning Department, or the U.S. Census Bureau. C. Fiduciary Responsibility for Funds: 1. All funds of the Cooperative shall be maintained in an interest-bearing public depository as set forth in Florida Statutes, Chapter 280 (“Security for Public Deposits,” verified 2017), as may be amended; 2. Complete and accurate records shall be kept of the receipts and disbursement of all funds of the Cooperative, subject to the PPLC adopted Record Retention and Document Destruction Policy, which will comply with Florida Department of State General Schedule for State and Local Government Agencies GS1-SL, Internal Revenue Code 501(c)(3), and all other applicable federal, state, and local law; 3. An annual audit of the Cooperative by an independent certified public accountant, to be paid for from the operating funds of the Cooperative, shall be made and filed annually with the Department of State; 4. The Cooperative shall abide by the terms and provisions of the laws of the State of Florida and the provisions of this Agreement and any other applicable Federal, State, or local laws, rules and regulations including the County's Investment Policy. D. Disbursement: The Board of Directors shall disburse funds received by the Cooperative according to the formula below: 1. The Board of Directors shall annually establish the budgeted administrative costs of the Cooperative, including salary, office supplies, and any rents or other costs related to the administrative operations of the Cooperative. 13 2. The remaining funds shall be distributed to Members with Libraries in accordance with the disbursement formula, which is attached hereto and incorporated herein as Exhibit “B.” This distribution is to be based on submittal of annual library operating costs with descriptive codes in accordance with the State of Florida Uniform Chart of Accounts. All funds collected from sources other than Members shall be allocated as determined by the Board. In no instance shall the total allocation to a Member Library exceed the amount of the Local Support. Funds received by the Cooperative shall be disbursed within a reasonable time after receipt. Payments to Member Libraries shall be made in quarterly disbursements. The Libraries shall use those funds for materials and operations of their Libraries. The disbursement formula may only be amended by the Board, with the approval of a simple majority of the Members with Libraries and the approval of the BCC. 3. State Aid funds and program grants received from the state shall be used in accordance with the provisions of applicable state law, Florida Statutes 257 (“Public Libraries and State Archives” verified 2017) and Florida Administrative Code 1B-2 (“Library Grant Programs” verified 2017). VI. WITHDRAWAL: A. All Participants: 1. Any Member wishing to withdraw shall submit written notice thereof to the Cooperative no later than six (6) months prior to the beginning of any fiscal year of the Cooperative. 2. Withdrawal of Members without Libraries may occur in the manner specified in Section IV.C.2. B. Members with Libraries: A Member with a Library that submits a withdrawal notice to the Cooperative shall: 1. At the request of the Cooperative's Board, promptly furnish usage statistics and an audit of library operating costs for such Library's last fiscal year completed prior to the date the withdrawal is effective to ensure maintenance of proper accounting for the Cooperative; and 2. Return to the Cooperative within sixty (60) days after withdrawal, any special equipment or collections purchased for such Member with funds from the Cooperative capital improvements fund within the previous five years. In lieu of returning the equipment or collection so purchased, the amortized balance 14 thereof based on an amortization period of five years from date of purchase may be repaid to the Cooperative during the year following withdrawal; and 3. Repay to the Cooperative within sixty (60) days after withdrawal any then remaining unexpended and uncommitted funds received from the Cooperative; C. Members Without a Library: A Member without a Library that submits or receives a withdrawal notice shall pay all sums due for library services provided prior to the date of withdrawal pursuant to Sections IV and V prior to withdrawal. VII. TERMINATION OF AGREEMENT: In the event that Members representing more than fifty percent (50 %) of the total population of all Members withdraw under Section VI or are deemed to have withdrawn under Section IV.C.2 of this Agreement, the remaining Members shall consider the continuation or termination of the Agreement and may terminate the Agreement by consent of a simple majority of the Members. IN WITNESS WHEREOF, the Parties hereto have caused this Interlocal Agreement to be executed on the day and year first above written. 15 EXHIBIT "A" Policy on Admission Pinellas Public Library Cooperative, Inc. For a Library Seeking Membership Libraries applying for membership in the Pinellas Public Library Cooperative, Inc. must be approved by the Board, which shall determine if the Library meets the basic eligibility requirements outlined below: 1. The Library meets the Essential level of Core Standards as defined in the Florida Public Library Standards (FLA, 2006 Revision, updated 2015 “Standards for Customer Focused Library Facilities” verified 2017). 2. The Library meets the Florida Public Library Standards (FLA 2006 Revision, updated 2015, verified 2017) for Interconnectivity, Lending Services, Services-Resource Sharing and Interlibrary Cooperation. 3. The governing entity must have an established budget for the maintenance and operation of the Library and must be audited each year. 4. There must be evidence that such funding is available, restricted for the Library and will continue to be available. 5. The Library has a long-range plan, an annual plan of service, and an annual budget [Florida Statutes 257.17(2)(e)] (long range plan statement, verified 2017). 6. The Library engages in joint planning for coordinating of library services within the county or counties that receive operating grants from the state [Florida Statutes 257.17(2)(f)] (joint planning statement, verified 2017). 7. The Library adapts its services to meet the needs of people with disabilities as required by the Americans with Disabilities Act and its attendant regulations. 8. The Library has established hiring practices that are in accordance with Equal Employment regulations. When the Library and its governing entity determine that these eligibility requirements can be met the attached Procedures for Admission must be followed. Such requests may be initiated at any time but the funding cycle for the subsequent fiscal year requires a March 31 deadline. See the Procedures for Admission for steps to be taken. 16 Procedures for Admission To the Pinellas Public Library Cooperative, Inc. As a Member Library 1. The Library seeking admission to the Cooperative must provide documentation that it can meet the standards spelled out in the Policy on Admission. 2. The Library must submit a letter of request signed by its governing entity (city commission, Board of Directors, etc.) to the Board/Executive Director. 3. The Library must submit with its letter of request documentation that it meets the basic eligibility standards for admission to the Pinellas Public Library Cooperative, Inc. as provided for in the Policy on Admission. 4. Upon receipt of the letter of request and documentation, the Board and Executive Director will review the request and appoint a committee to visit and evaluate the Library. 5. The committee will determine readiness for services by the requesting Library and will report any deficiencies in writing to the Board and to the Library's governing entity. 6. If the Library's governing entity wishes to pursue membership, it will be given a period of time in which to correct deficiencies, if any, and to prepare the Library for final evaluation by the Board. 7. Upon receipt of the final evaluation, the Board will have up to sixty (60) days in which to vote upon admission. 8. Following a positive vote, the Board will present the Library's governing entity with a copy of the Interlocal Agreement, which must be executed and returned, and an agreement form for the basic policies and procedures in effect for Member Libraries, including all public service policies such as patron registration, patron cards, materials circulation rules and others. 9. In order to be included in the subsequent year's funding allocations, the Procedures for Admission must be completed by March 31st in any given year. 17 EXHIBIT "B" Disbursement Formula Base Allocations to Members with Libraries shall be 90% of the balance remaining after the adjustments stated in Section V.D.1 and V.D.2 of the Library Interlocal Agreement. Each Library's percentage of the total Local Support extended, as determined through the review of the Certified Annual Financial Reports (CAFR), shall then be determined and translated into dollar amounts. The percentage of the total Local Support extended shall be determined by dividing the sums expended locally by the total Local Support for all Members. As set forth in Section IV.B.5 of the agreement, the Local Support shall be determined by adding the expenditures for Personnel Services (State of Florida Uniform Accounting System Manual for Florida Local Governments, Object Code 10), Operating Expenditures/Expenses (Object Code 30), and books, publications, and library materials (State of Florida Uniform Chart of Accounts Object Code 60, Sub-Object Code 66). All other expenditures not specifically listed above shall not be tabulated when determining the Local Support. The Members shall receive a percentage of the available funds equal to the percentage of their total support extended as a base allocation subject to a maximum of 16% and a minimum of 4%. Circulation Allocations to Members with Libraries shall be 10% after the adjustments stated in Section V.D.1. and V.D.2. The dollars available for distribution include the balance remaining after the base allocation. The circulation pool allocation percentage shall be derived by taking non-resident (residents from unincorporated Pinellas County and other Member cities) circulation figures for each Library and dividing it by the total non-resident circulation for all Members. Total Allocations to Members with Libraries shall not exceed the amount of the Local Support. CITY OF CLEARWATER Countersigned: George N. Cretekos Mayor Approved as to form: Cb}:!~ Assistant City Attorney CITY OF CLEARWATER, FLORIDA By: Attest: w~~~---rr Wilham B. Horne 11 City Manager Rosemarie Call City Clerk RECEIVED SEP 1 9 2018 D\,,v\ 18 DUNFZDIN Home of Honeymoon Island CITY OF DUNEDIN Mayo . J lAli e Ward B1~1,i\sti(printed name) Date: q///18 City Clerk fxnis~ K, ( k.pain ell (printed name) Date:# 19 CITY .'.:)/GULFPO~ By: ~ f. 1ffe City Manager: James E. O'Reilly Date: August 7, 2018 ATTEST: Date: August 7, 2018 CITY OF GULFPORT TENT AND FORM: 20 City of Largo t?Lf>~ City Manager . . . . .... Attest: Signature Page RECEIVED AUG 1 5 2018 VV0- 21 CITY OF MADEIRA BEACH _..;:..J=ona=th=an=E=v.:..::ans=:::..._ (printed name) . By:~~ lJ~~(signature) Vice-Deputy Mayor: Deryweinstein Date: ~-/ ~ -/& (printed name) ATTEST: By: (!_ilrw,_ tk31~) City Clerk : __ C=l=ar=a'-'V-=anB=l=ar=g=an"--_ (printed name) Date: ~-/l(,VJ ~ By: h ( /h:& (signature) City Attorney: ----"""Ral=f=--B=rc.=...oo=k=es=---(printed name) Date: f /1 '/ )! l/ ---7--1----,-J<-----:--=- r·,. 22 TOWN OF By: --1-,#..-.+..::....i..:~---,I...---(signature) Mayor: ___._,11....1-4-l~,LL,,;_----Jil~~.;z_---(printed name) Date: g l,u I ,e ATTEI Bl\;__,4 LJ: Cr?~ (signature) City Clerk M /h2.r CA MP i3e1,L (printed name) Date : r{,ll}tf / I SEAL 23 ATTEST: ' -t-:,,<--t-~___,J ~'---------,nn Nixon, MMC City Clerk City of Oldsmar APPROVED AS TO FORM: City Attorney City of Oldsmar Date Date Date 24 CITY OF PINELLAS PARK ::.> By: ~....,..._-'-+--~-'---s---=---=--=--=---=---=--1(--c:-s 1rog n at u re ) City B~~~ure) Mayor: Sandra . Bradbury Date:Oo/;;11 d(J)g APPROVED AS TO FORM AND CORRECTNESS: By~ (signature) ~City Attorney: James W. Denhardt Date: 0(( · 11-I~ 25 TOWN OF REDINGTON BEACH TOWN OF REDINGTON BEACH Date: ~ -1 S--r 8 ATfEST: By\-fh.A..M....,p Q.c.."-[{!_ V City Clerk: Missy Clarke, CMC Date: t:>, !(o -'8 APPROVED By: ~ City Attorney: Jay Daigneault Date: 8/iQI~ 26 TOWN OF REDINGTON SHORES I • -+-,-1,,~~~~,_£--~-j!-/-'-_ (signature) __.._.__,____~-'-'----v.-:,-~~--c-'-'-fv-'--1 ___ ---_. __ (printed name) ATTEST: (} ,, By: __ /:{\{.l'-':11 y (& fVJI____. (signature) Town Cir r\fl:f '--\ S p FY/r<<Y (printed name) Date:~ lq Ii By: . · ·nature) -. . TOWN Att rney n-~_6{;l-~At4d!_r.t:{printed name) Date:.. _ 9---/ Ii,_----/$ 27 CITY OF SAFETY HARBOR CITY OF SAFETY HARBOR, FLORIDA, APPROVED AS TO FORM: ,Al~ CityAttorne ATTEST: RECEIVED SEP 1 8 2018 18 28 City of St. Pete Beach By: -~:...J~~========::::{Signature) City :y(!~ (signature) Date: j --I 5 -/ ? Arrf17 ·. . {;, . . , By:~ ~ (signature) City Clerk: Rebecca Haynes Date: Ci11 ..--)o\"8 Al'P~ANDFORM: By: ~----"'--''--""""'----....:;__--(signature) I City A77/' Anlew Dickman, Esg Date: ~ /~ 29 LIBRARY INTERLOCAL AGREEMENT CITY OF ST. PETERSBURG SIGNATURE PAGE · -RECEIVED SEP 2 1 2018 (~ 30 CITY OF SEMINOLE CITY OF SEMINOLE By: City Manager: ANN hNey~ o~ (Print Name) Date: 9 - / D-/$ By: Mayor: Date: q,;~./f ATTEST: /) By: ~~ ~ IJllZ q:..u . (Signature) City Clerk: ~--Inv 4..) be.I I Ve q_ I)_,, (Print Name) Date: CiJ. 10, 10 -, APPROVED AS T By: City Attorney: Date: 19 31 CITY OF TARPON SPRINGS, FLORIDA FOR THE CITY OF TARPON SPRINGS: By: _@_~--'--t-~'-f-A....,_i_r:_,[._,_.:\, ___ (signature) City Manager: Mark G. LeCouris Date: ?' ---8\ -l ( Mayo · hris Alahouzos Date: g <2 / ,-/ Y > . " .... "'· ., : ~-\l S r' lit. ·. · · .. 1','\;~' '\ ... t . •~. Ir~ . ~, ........ •• ~-4,,. t:::/r-l A TTE~: ,\_:. \ <. a(~we 2)}Alif/bg~~ureJ '---. \ . City Clerk: Irene Jacob'~ . -,'.}:. :; .._-::t~~'. · Date: ?; -';)\---\ [ · _ __.. · · · · ,/ APP TENT AND FORM: By: -+----+---+-----+---+----(signature) City A torney: Jay Date: i \ i l l l Y ' neault, Esq. 32 ATTEST: PINELLAS PUBLIC LIBRARY COOPERATIVE INTERLOCALAGREEMENT 10/0l-2018-09/30/2023 CfTY OFTAEASUAE RAND, FL 33 PINELLAS COUNTY, FLORIDA, by and through its Board of County Commissioners, for and on behalf of the East Lake Library Municipal Services Taxing Unit By, �e.-dL""'v _ �uz Kenneth T. Welch, Chainnan ATTEST: KEN BURKE, CLERK OF COURT APPROVED AS TO FORM � C AHASTON CE OF THE COUNTY ATTORNEY 34 PINELLAS COUNTY, FLORIDA, by and through its Board of County Commissioners, for and on behalf of the Palm Harbor Community Services District, a municipal services taxing unit By �e.ksr: UJJJ.___ Ke� T.Wclch, Chairman _.\ .. , L• • ', ·�-•. . . I ,• ' • ATTEST: KEN BURKE, CLERK OF COURT -, , '. . ..I �. • , • 9 , ,. • I 1 ,· ,� • .., -��,. •·'./i.� \" ·:)·�.: :, . ,· APPROVED AS TO FORM � C AHASTON CE OF THE COUNTY ATTORNEY 35 PINELLAS COUNTY, FLORIDA, by and through its Board of County Commissioners By: �n.y. w£ Kenneth T. Welch, Chairman ATTEST: KEN BURKE, CLERK OF COURT APPROVED AS TO FORM CNAHASTON CE OF THE COUNTY ATTORNEY 36 PPLC Board approved 7.11.18 BCC approved 9.25.18 FIRST AMENDMENT TO LIBRARY INTERLOCAL AGREEMENT THIS FIRST AMENDMENT is entered into between the undersigned Governmental Units as set forth on the signature pages attached hereto (collectively, “Parties”), for the participation in a cooperative library service for Pinellas County (the “Cooperative"). WHEREAS, the Parties entered into the Library Interlocal Agreement effective October 1, 2018, and extending through September 30, 2023 (the “Agreement”); and WHEREAS, the Parties wish to extend the Agreement for an additional five (5) years, as authorized by Section I (C) of the Agreement; NOW, THEREFORE, in consideration of the mutual benefits and in consideration of the covenants and agreements set forth herein, the Parties hereto agree as follows: 1. The Agreement is extended for an additional five (5) years, for the period from October 1, 2023 to September 30, 2028. 2. This Amendment may be signed in counterparts and will be effective as of September 30, 2023 (“Effective Date”). 3. All other provisions of the Agreement not amended in this First Amendment shall remain in full force and effect. 4. This First Amendment shall be filed by the County with the Clerk of the Circuit Court as provided in Section 163.01(11), Florida Statutes. IN WITNESS WHEREOF, the Parties hereto have caused this instrument to be executed and effective on the Effective Date. ---------SIGNATURE PAGES TO FOLLOW--------- Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0827 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.9 SUBJECT/RECOMMENDATION: Approve a purchase order to Bliss Products, of Lithia Springs, Georgia for the purchase of various amenities for multiple park locations in the total amount of $204,518.24, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback, and 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. SUMMARY: The Parks and Recreation Department manage over 100 parks encompassing approximately 1,700 acres of parkland. As part of its ongoing commitment to providing clean, accessible, and welcoming outdoor spaces, the Department maintains site furnishings such as: ·Trash receptacles to manage litter, ·Picnic tables (including ADA-accessible models) for public use, ·Park benches for relaxation and enjoyment of the outdoors. Replacement of Aging Amenities: Many existing furnishings, constructed from metal and wood, are rated using a standardized scale of poor, fair, or good condition. Amenities rated poor to fair are being prioritized for replacement. The new amenities will: ·Be made of cement and recycled plastic, offering enhanced durability, ·Require minimal maintenance, with only annual pressure washing, ·Feature a 20-year life expectancy, reducing long-term replacement costs, ·Offer a sustainable and visually appealing upgrade. The replacement furnishings will be procured from Bliss Products, Inc., under: ·Clay County Bid No. 23/24-074, approved July 24, 2024, ·Initial contract term through July 23, 2027, with two (2) optional one-year renewals. ·Total piggyback amount: $147,867.50 (Includes concrete and recycled plastic benches, picnic tables, and trash receptacles) Pursuant to Section 2.563(1)(d), a non-competitive purchase totaling $56,650.74 under Bliss Quote No. 77333 is deemed impractical to competitively bid due to specific product and finish requirements. This amount includes: ·$20,300.74 - Freight ·$15,400.00 - Sandblast Brown Pigment Finish ·$14,200.00 - Sealer (two coats) ·$6,750.00 - Stainless Steel Support Plates Justification: ·The Sandblast Brown Pigment Finish was selected to match existing amenities for visual consistency across parks. ·The sealer enhances the concrete’s appearance, protects against salt and chlorides, and aids in graffiti removal. Page 1 City of Clearwater Printed on 10/10/2025 File Number: ID#25-0827 ·These features collectively reduce cleaning frequency and labor costs, supporting the Department’s goal of long-term operational efficiency. Appropriation code and Amount: Funds are available in M2206 Parks and Beautification R & R. Strategic Priorities 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. ·1.5: Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. ·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 2 City of Clearwater Printed on 10/10/2025 INVITATION FOR BID 23/24-074 VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND RECREATION Clay County 477 Houston Street Green Cove Springs, FL 32043 RELEASE DATE: May 16, 2024 LAST DATE FOR INQUIRIES: May 31, 2024, 4:30 pm BID DUE: June 13, 2024, 4:00 pm RESPONSES MUST BE SUBMITTED ELECTRONICALLY TO: Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 2 https://secure.procurenow.com/portal/claycounty Clay County INVITATION FOR BID Various Equipment and Amenities for Parks and Recreation I. Introduction .......................................................................................... II. Instructions to Bidders .......................................................................... III. Scope of Work ...................................................................................... IV. Supplier Questionnaire ......................................................................... Attachments: A - Chapter 8 B - EFT FORM C - W-9 (2024) D - Warranty Letter E - Certificate of partial payment F - Certificate of final payment G - Performance & Paymt Bond I - Example Request for Quotation Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 4 1. Introduction The mission of the Purchasing Department is to provide fair and equitable treatment of all persons involved in public purchasing by the County, to maximize the purchasing value of public funds in procurement, and to provide safeguards for maintaining a procurement system of quality and integrity. 1.1. Summary The purpose of this bid is to establish a firm, fixed percentage discount from manufacturer’s and/or bidder’s current catalog/supply/product information price list for the purchase and installation of various equipment and amenities for parks and playgrounds. The bid is also a means for qualifying vendors for ball park lighting services and court surfacing. Bidders shall submit all inquiries regarding this RFB in the "Question and Answer" tab of the RFB. See "Inquiries/Questions" in the "Instructions to Bidders" below for more information. Bidders are prohibited from contacting, by any means, whether orally, telephonically, electronically or in writing, any member of the Board, any County employee, including the County Manager, the County Attorney or the Commission Auditor, any member of the designated Evaluation Committee or any agent of the County regarding the Request for Bids in any respect during the Request for Bid Period. The Request for Bid Period during which no contact may occur commences from the date of publication of the notice of a Request for Bids and ends upon a Bid Decision becoming final, i.e. after the notice of bid protest period of 72 hours has expired. However, in the event of a notice of protest, the no contact rule continues in place during the Protest Period and does not end until a resolution of the protest has occurred and become final. The following exceptions exist to the no-contact rule: A. Inquiries may be submitted to the Purchasing Department if specifically provided in the Request for Bids; B. Pre-bid conferences provided for in the Request for Bids; and C. Formal presentations by Bidders to the designated Evaluation Committee or to the Board or any committee thereof specifically contemplated in the Request for Bids. The Board reserves the right and power to reject any and all Bids without cause and to waive technical and non-technical or non-material defects in the Request for Bids or submittal of any Bid, and in its discretion to re-advertise the Request for Bids. The Board reserves the right to award Request for Bids which would be in the Best Interest of the County. Interested vendors are advised that the Clay County Board of County Commissioners has a local preference policy and Buy American policy. The complete policy for both can be viewed at: https://www.claycountygov.com/government/purchasing/vendor- information. FOLLOWING THE BID OPENING AND TABULATION, A “NOTICE OF INTENT TO AWARD BID” OR A “NOTICE OF REJECTION OF ALL BIDS” WILL BE POSTED ON THE INTERNET AT:https://procurement.opengov.com/portal/claycounty?status=all. Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 5 THIS WEBPAGE CAN ALSO BE ACCESSED FROM THE HOMEPAGE OF THE COUNTY’S WEBSITE AT:https://www.claycountygov.com/government/purchasing/formal-bid-solicitations PROSPECTIVE BIDDERS ARE NOTIFIED THAT THE FAILURE TO INCLUDE A PROPER BID BOND OR OTHER SECURITY APPROVED UNDER THE COUNTY’S PURCHASING POLICY, IF REQUIRED FOR THIS REQUEST, WILL RESULT IN REJECTION OF THE BID AND SHALL, AS WELL AS THE FAILURE TO FILE A WRITTEN NOTICE OF PROTEST AND TO FILE A WRITTEN PETITION INITIATING A FORMAL PROTEST PROCEEDING WITHIN THE TIMES AND IN THE MANNER PRESCRIBED IN CHAPTER 8, SECTION I OF THE COUNTY’S PURCHASING POLICY SHALL, CONSTITUTE A WAIVER OF THE RIGHT TO PROTEST THE BID REQUEST, ANY ADDENDUM THERETO, OR THE BID DECISION, AS APPLICABLE, AND TO INITIATE A FORMAL PROTEST PROCEEDING UNDER THE PURCHASING POLICY. THE COUNTY’S PURCHASING POLICY CAN BE VIEWED AT THE COUNTY’S WEBSITE BY FOLLOWING THE APPROPRIATE LINKS FROM THE HOMEPAGE ADDRESS SET FORTH ABOVE. IF A PROSPECTIVE BIDDER IS IN DOUBT WHETHER THIS REQUEST REQUIRES A BID BOND, SUCH PROSPECTIVE BIDDER IS SOLELY RESPONSIBLE FOR MAKING APPROPRIATE INQUIRY. THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS WITHOUT CAUSE AND TO WAIVE TECHNICAL AND NON- TECHNICAL OR NON-MATERIAL DEFECTS IN THE REQUEST OR SUBMITTAL OF ANY BIDS. 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 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 CONTRACTOR, SUPPLIER, SUBCONTRACTOR, 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 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. 1.2. Background The purpose of this bid is to establish a firm, fixed percentage discount from manufacturer’s and/or bidder’s current catalog/supply/product information price list for the purchase and installation of various equipment and amenities for parks and playgrounds. The bid is also a means for qualifying vendors for ball park lighting services and court surfacing. 1.3. Contact Information If you need immediate assistance, at any point during the solicitation process, please email the Purchasing Department at: Purchasing@Claycountygov.com in addition to the Purchasing Department Staff Member listed below. The Department information listed below is strictly for visibility. Bidders are not to contact any agent of the County regarding the Request for bids in any respect during the Request for Bid Period. Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 6 Inquiries may only be submitted to the Purchasing Department. Donna Fish Buyer 1 P O Box 1366 Green Cove Springs, FL 32043 Email: donna.fish@claycountygov.com Phone: (904) 278-3761 Department: Parks and Recreation Department Head: Justin Pierce Parks and Recreation Director 1.4. Timeline The proposed dates for the Evaluation Committee and Recommendation are subject to change. It is the responsibility of the Bidder to monitor the County's calendar and Board of County Commissioner Meeting Agendas for any adjusted dates. The County reserves the right to alter dates as needed. Clay Today Advertisement Date May 16, 2024 OpenGov Advertisement Date May 16, 2024 Last Date of Inquiries May 31, 2024, 4:30pm Final Addendum June 7, 2024, 4:30pm Bid Due June 13, 2024, 4:00pm Bid Open June 14, 2024, 9:00am Clay County Administration Building Fourth Floor, Conference Room B 477 Houston Street Green Cove Springs, Florida 32043 Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 7 Recommendation to Board of County Commissioners July 9, 2024, 4:00pm Clay County Administration Building Fourth Floor 477 Houston Street Green Cove Springs, Florida 32043 Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 8 2. Instructions to Bidders 2.1. Instruction to Bidders: The term 'RFB' (Request for Bids) used throughout this solicitation is intended to be all-inclusive, encompassing competitive processes, such as Request for Bids (RFB), Request for Proposal (RFP), Request for Qualifications (RFQ), Invitation to Negotiate (ITN), Best Final Offer, or Design-Build, and any similar solicitations. These instructions are derived from Clay County's purchasing policy. 2.2. Response to Request for Bids: The County posts and distributes information pertaining to its RFB's on the County’s e-Procurement Portal. In order to submit a Bid to this RFB the Bidder must be registered with the County’s e- Procurement Portal. The Bid, containing all required documents, must be received by 4:00 pm on Thursday, June 13, 2024 electronically. Any required uploaded documents should be in PDF format and be labeled correctly, unless the Bid states otherwise. The PDF document should be titled with the Bidders name and RFB number. THE COUNTY NOR THE PUBLIC PORTAL PLATFORM WILL ACCEPT LATE SUBMITTALS The Bidder should retain a copy of all Bid documents for future reference. All Bids should be submitted by an officer or employee having authority to bind the Bidder. 2.3. Addenda: All Addenda language issued shall become part of the RFB and Contract documents, and receipt of Addenda must be acknowledged by the Bidder. If issued, Bidders will receive addenda notifications to their email once they have followed the RFB. Failure to acknowledge Addenda which have no effect on the competitive nature of the Bidding process may be a waivable deviation at the County’s sole discretion. Ultimately, it is the sole responsibility of each Bidder to periodically check the County’s e-Procurement Portal for any Addenda. 2.4. Addenda Distribution: All Addenda distributed subsequent to the initial distribution of the RFB shall be posted in the County’s e- Procurement Portal. It is the responsibility of the Bidder to verify if any Addendum(s) have been issued prior to submitting a Bid to an RFB. No Addendum shall be issued later than five (5) working days prior to the scheduled Bid Opening date. 2.5. Additional Evaluation: The County reserves the right to request any additional information from Bidders after Bid Opening and before award as it may be necessary to assist in review and evaluation of any Bid prior to submittal of a recommendation for award to the Board of County Commissioners. 2.6. Americans with Disabilities Act: In accordance with the Americans with Disabilities Act, any person needing a special accommodation to participate in this matter should contact the Clay County ADA Coordinator, by mail, at P.O. Box 1366, Green Cove Springs, FL 32043, or by telephone at (904) 269-6300, no later than three (3) days prior to the hearing or proceeding for which this notice has been given. Hearing impaired persons can access the Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 9 foregoing telephone number by contacting the Florida Relay service at 1-800-955-8770 (voice), or 1-800- 955-8771 (TDD). 2.7. Award: Bid Awards for Request for Bids (RFB), where competitive price offer is the only determining factor, shall be awarded based on the lowest responsive and responsible bid. Awards for alternative competitive processes, such as a Request for Proposal (RFP), Request for Qualification (RFQ), Invitation to Negotiate (ITN), Best Final Offer, or Design-Build, should be based on evaluation criteria specified in the request, in addition to price, to determine what is in the Best Interest of the County. The term “Lowest Responsive Bid” shall mean the lowest Bid price submitted by a Responsive and Responsible Bidder. The term “Responsive Bidder” means a Bidder that has submitted a Bid, Proposal or reply that conforms in all material respects to the Request for Bids. The term “Responsible Bidder” means a Bidder who has the capability in all respects to fully perform the Contract requirements and the integrity and reliability that will assure good faith performance. The County reserves the right to make an award either in part or completely, and/or to accept the bid that, in its judgment, will be in the best interest of the County; providing best value to the County with price, technical, and other applicable factors considered. The County Reserves the right to award to multiple Bidders. 2.8. Bid Errors: In case of unit price Bid items, if an error is committed in the extension of an item, the unit price as shown in the Bid response will govern. Errors between any sum, computed by the Bidder, and the correct sum thereof will be resolved in favor of the correct sum. Bidders are expected to examine the RFB in its entirety. Failure to do so will be at the Bidder's risk. 2.9. Bid Preparation Costs: By submission of a Bid, the Bidder agrees that all costs associated with the preparation of Bid will be the sole responsibility of the Bidder and shall not be borne by the County. The Bidder also agrees that the County bears no responsibility for any costs associated with the preparation of their Bid and/or any administrative or judicial proceedings resulting from the RFB process. 2.10. Bid Protests: Any person who is adversely affected by a RFB, by any Addendum thereto, or by a Bid Decision may file with the County Manager a written notice of Bid Protest no later than 4:30 p.m. on the third Business Day immediately following the date notice is published, with respect to a Request for Bids; no later than 4:30 p.m. on the third Business Day immediately following the date of issuance, with respect to any Addendum; and within 72 hours after the posting of the notice, exclusive of hours occurring during days that are other than Business Days, with respect to a Bid Decision. Full bid protest procedures can be Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 10 found in the County Purchasing Policy, Chapter 8 Section (I) which is attached hereto or can be found on the County’s website at: https://www.claycountygov.com/government/purchasing/vendor-information 2.11. Business Registration Requirement: In accordance with Chapters 605-623, Florida Statutes, in order to do business in the State of Florida, corporations (and other business designations) are required to be registered and in good standing with the Department of State, Department of Corporations. To be eligible to receive a contract and/or purchase order registration must be accomplished prior to the initial posting indicating intent to award to that Supplier. Failure to be registered may be cause for disqualification. Contact the Department of Corporations at (850) 245-6000. Online-filing is available at: http://dos.myflorida.com/sunbiz 2.12. Cancellation of RFB: Clay County reserves the right to cancel a RFB at any time prior to approval of the award. The decision to cancel a RFB cannot be the basis for a protest under the Bid Protest Procedures as referenced herein. 2.13. Conflict of Interest: The award hereunder is subject to Chapter 112, Florida Statutes. All Bidders must disclose with their Bid any personal or organizational conflicts of interest pursuant to Section 112.313, Florida Statutes, the name of any officer, director, or agent who is also an employee of the Clay County Board of County Commissioners. Further, all Bidders must disclose the name of any Clay County Board of County Commissioners employee who owns, directly or indirectly, an interest of the Bidder or any of its branches. 2.14. Contractor Qualifications and Requirements: All Contractors must be certified or registered pursuant to Chapter 489, Florida Statutes, or hold a Clay County certification under Article III of Chapter 7 of the Clay County Code, as applicable, at the time of responding to a RFB and must submit evidence of such at the time of submission of any Bid. The following licensing requirements shall apply when the applicable Florida statute mandates specific licensing for Contractors engaged in the type of work covered by this solicitation. State of Florida, Department of Professional Regulation, Construction Industries Licensing Board and licensed by other federal, state, regional, county or municipal agencies having jurisdiction over the specified construction work. Said licenses shall be in the Bidder's name as it appears on their Bid. Bidders shall supply a copy of each applicable license showing the appropriate license numbers, with expiration dates as required by the County. Failure to hold and provide proof of proper licensing, certification and registration may be grounds for rejection of the Bid and/or termination of the Contract. Sub-Contractors Contracted by the Prime Contractor shall be licensed in their respective fields to obtain construction permits from the County. Said license must be in the name of the Sub-Contractor. The following licensing requirements shall apply when applicable (Contractor Prequalification): Florida Law and Rules of the State of Florida, Department of Transportation, require Contractors to be prequalified with the Department in order to bid for the performance of road, bridge, or public transportation construction contracts greater than $250,000.00. The Contractor Prequalification process results in the issuance of a Certificate of Qualification for each successful applicant which lists the Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 11 approved work classes and the Maximum Capacity Rating in dollars. It is the responsibility of potential bidders to review the requirement listed on the Pre-Qualification Form and meet the qualifications listed at: https://www.fdot.gov/contracts/prequal-info/prequalified.shtm Contractors not meeting the applicable work types associated with the scope of the work may utilize Sub-Contractors to assist with meeting the requirement of all necessary prequalification work classes. 2.15. Copyright Restrictions: Both the County seal and the County logo are registered for a copyright. Neither the Clay County seal nor the logo may be used or provided to non-Clay County government users for use on company Bids, presentations, etc. 2.16. Deviations: Bidders are hereby advised the County will only consider Bids that meet the RFB requirements in its entirety. In instances where a deviation is stated in the Bid, said Bid will be subject to rejection by the County. 2.17. Drug-Free Workplace Pursuant to Section 287.087, Florida Statutes, whenever two or more bids, proposals, or replies that 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, proposal, or reply received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. 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 are under bid a copy of the statement specified in subsection (1). (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 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 in the employee’s community by, any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this Florida Statute. Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 12 2.18. Execution of Contract: The awarded Bidder may be required to sign a written Contract. Said Contract will evidence in written form the agreement between the parties. The County permits the use of electronic signatures between the County, Suppliers, other agencies, customers, and members of the public in carrying out transactions by entry into Contracts, memorandums, or other types of agreements. Electronic signatures shall have the same force and effect as manual written signatures. Each person signing on behalf of the parties to a Contract must have full authority to execute the Contract on behalf of such party. The use of electronic signatures does not limit the County’s right or option to conduct a transaction in non- electronic form nor does it affect the obligation to have original hand-written signatures when required. 2.19. Indemnification: Construction Services (per FS 725.06): To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the County including its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the Contractor and persons employed or utilized by the Contractor in the performance of this Agreement. Design Services (per FS 725.08): To the fullest extent permitted by law and in accordance with Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the County, including its officers and employees, from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of the Agreement. Non-construction Services: The Contractor shall promptly defend, indemnify, and hold harmless the County, and its directors, officers, employees, representatives, agents, boards and commissions from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines, orders, and/or judgments, either at law or in equity, including court costs, attorneys’ fees, professional fees, or other expenses, that may hereafter at any time be made or brought by anyone on account of personal or bodily injury, damage to or loss of property, loss of monies, death, or other loss, arising out of, by reason of, or in any manner connected with or related to the Services provided under this Agreement. 2.20. Inquiries/Questions: Bidders shall submit all inquiries regarding this RFB in the "Question and Answer" Tab of the RFB via the County’s e-Procurement Portal, located at https://procurement.opengov.com/portal/claycounty. Please note the deadline for submitting inquiries listed in the the RFB’s Timetable. Once issued, Bidders will receive addenda notifications to their email once they have followed the RFB. For more information/instruction on how to submit an inquiry/question, please visit: https://opengov.my.site.com/support/s/article/12c62371-147b-45f4-9bcd-cf2ce5f58259 2.21. Insurance Requirements: Awarded Bidder has 10 days from the execution of the Agreement to provide a Certificate of Insurance that is compliant with the required coverage. Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 13 a. Commercial General Liability Coverage must be afforded under a Commercial General Liability policy with limits not less than: • $1,000,000 each occurrence and $2,000,000 aggregate for Bodily Injury, Property Damage, and Personal and Advertising Injury (project specific aggregate may be required for construction projects) • $1,000,000 each occurrence and $2,000,000 aggregate for Products and Completed Operations • $50,000 each occurrence for Damage to Rented Premises • $5,000 Medical Expenses (any one person) Commercial and General Liability policy must include coverage for contractual liability and independent contractors. b. Business Automobile Liability Coverage must be afforded for all Owned, Hired, Scheduled, and Non-Owned vehicles for Bodily Injury and Property Damage in an amount not less than $1,000,000 combined single limit each accident. If the Bidder does not own vehicles, the Bidder shall maintain coverage for Hired and Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. c. Workers’ Compensation and Employer’s Liability Any person or entity performing work for or on behalf of the County must provide Workers’ Compensation and Employer’s Liability insurance in limits not less than: ● Workers Compensation Statutory limits ● Employers Liability $100,000 Each Accident $500,000 Disease Policy $100,000 Disease-Each Employee Exceptions and exemptions may be allowed by the County Manager, if they are in accordance with Florida Statutes. The Bidder waives, and the Bidder shall ensure that its insurance carrier waives, all subrogation rights against the County, its employees, agents, boards, and commissions, for all losses or damages. The County requires the policy to be endorsed with WC 00 03 13 Waiver of our Right to Recover from Others or equivalent. The Bidder must be in compliance with all applicable State and federal workers’ compensation laws, including the U.S. Longshore Harbor Workers’ Act and the Jones Act, if applicable. For any Bidder who has exempt status as an individual, the County requires proof of Workers’ Compensation insurance coverage for that Bidder’s employees, leased employees, volunteers, and any workers performing work. d. Property Coverage (Builder’s Risk) – Applies to Construction related Projects Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 14 Coverage must be afforded in an amount not less than 100% of the total Project value, including soft costs, with a deductible of no more than $25,000 each claim. Named Windstorm Deductibles, if any, must be disclosed to the County. Coverage form shall include, but not be limited to: • All Risk Coverage including Flood and Windstorm with no coinsurance clause • Waiver of Occupancy Clause Endorsement, which will enable the County to occupy the property/structure under construction/renovation during the activity • Storage and transport of materials, equipment, supplies of any kind whatsoever to be used on or incidental to the project • Equipment Breakdown for cold testing of all mechanized, pressurized, or electrical equipment • LEG2 Coverage or equivalent For installation of property and/or equipment, Builder’s Risk Installation insurance must be provided to include coverage for materials or equipment stored at the Project site, while in transit, or while stored at a temporary location. Coverage limit must be no less than replacement cost. The Property Coverage (Builder’s Risk) policy shall insure the interests of the owner, contractor, and subcontractors in the property against all risk of physical loss and damage, and name the County as a loss payee. Additionally, the County shall be named as an Additional Insured for its interest in the property/structure and for any materials purchased directly by the County. This insurance shall remain in effect until the work is completed and the property has been accepted by the County. e. Professional Liability and/or Errors and Omissions – Applies to Projects involving Professional Services Coverage must be afforded for Wrongful Acts in an amount not less than $1,000,000 each claim and $1,000,000 aggregate. Insurance must be kept in force until the third anniversary of the expiration or termination of any Contract that may be entered into between the parties. f. Umbrella/Excess Insurance If the Bidder’s primary insurance policy/policies do not meet the minimum requirements, the Bidder may provide an Umbrella/Excess insurance policy to comply with the insurance requirements. Providing and maintaining adequate insurance coverage is a material obligation of the Bidder. Upon being awarded the Bid and prior to commencement of the Services, the successful Bidder must deliver valid certificates of insurance for the required insurance coverage to the County’s Purchasing Department. The certificates of insurance for the required coverages, with the exception of Workers’ Compensation, Employer’s Liability, and Professional Liability, shall name “Clay County, a political subdivision of the State of Florida, and The Board of County Commissioners, Clay County, Florida, its employees, agents, boards and commissions, as their interests may appear” as “Additional Insureds”. The coverage shall contain no special limitation on the scope of protection afforded to the County, its employees, agents, officials, boards, and commissions. The certificates of insurance shall indicate if coverage is provided under a claims-made or occurrence form. If any coverage is provided on a claimsmade form, the certificates of insurance will show a Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 15 retroactive date, which should be the same date of the initial Contract or prior. The Contract number, Bid number, event dates, or other identifying reference must be listed on the certificates of insurance. The Certificate Holder on the certificates of insurance should read as follows: “Clay County Board of County Commissioners, P.O. Box 1366, Green Cove Springs, FL 32043” or as otherwise designated by the County’s Purchasing Department. The certificates of insurance shall be provided to the County with a thirty (30) day notice of cancellation; ten (10) days’ notice if cancellation is for nonpayment of premium. In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of the Bidder to provide the proper notice. Such notification will be in writing by registered mail, return receipt requested, and addressed to the Certificate Holder. In the event the Contract term goes beyond the expiration date of any insurance policy, the Bidder shall provide the County’s Purchasing Department with an updated certificate of insurance no later than ten (10) days prior to the expiration of the insurance currently in effect. The County reserves the right to suspend the Contract until this requirement is met. If any required insurance coverage is canceled, terminated, or revoked, the Bidder agrees to immediately suspend its operations until replacement insurance is obtained and verified. Any exclusions or provisions in the insurance maintained by the Bidder that excludes coverage for work or services contemplated under the Bid shall be deemed unacceptable, a material violation of the County’s Bidding requirements, and shall be considered a breach of any Contract entered into after a Bid Award. It is the successful Bidder’s responsibility to ensure that all independent and subcontractors comply with the insurance requirements. All coverages for independent and subcontractors shall be subject to all of the requirements stated herein. Any and all deficiencies are the responsibility of the Bidder. The County Manager may modify the insurance requirements for particular projects and/or Services. 2.22. Laws and Regulations: The Bidder shall comply with all laws and regulations applicable to provide the goods and/or services specified in this RFB. The Bidder shall be familiar with all federal, state and local laws that may affect the goods and/or services offered. All applicable Federal and State laws, municipal and Clay County ordinances, and the rules and regulations of all authorities having jurisdiction over any part of the project shall apply to the entire project and Contract. 2.23. No Bid: Each Bidder not intending to Bid should select the "No-Bid" button on the main screen of the posted RFB. For more information/instruction on how to submit a "No-Bid", please visit: https://opengov.my.site.com/support/s/article/c529de59-be0a-458f-82b0-9aaa0e3dfac1 2.24. No Contact Period: Bidders are prohibited from contacting, by any means, whether orally, telephonically, electronically or in writing, any member of the Board, any County employee, including the County Manager, the County Attorney or the Commission Auditor, any member of the designated Evaluation Committee or any agent of the County regarding the Request for bids in any respect during the Request for Bid Period. Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 16 The Request for Bid Period during which no contact may occur commences from the date of publication of the notice of a Request for Bids and ends upon a Bid Decision becoming final, i.e. after the notice of bid protest period of 72 hours has expired. However, in the event of a notice of protest, the no contact rule continues in place during the Protest Period and does not end until a resolution of the protest has occurred and become final. The following exceptions exist to the no-contact rule: A. Inquiries may be submitted to the Purchasing Department if specifically provided in the Request for Bids; B. Pre-bid conferences provided for in the Request for Bids; and C. Formal presentations by Bidders to the designated Evaluation Committee or to the Board or any committee thereof specifically contemplated in the Request for Bids. 2.25. Payments: All payments will be made in accordance with the Local Government Prompt Payment Act; related to non-construction services and construction services, as it may apply. 2.26. Performance and Payment Bond Requirements: Awarded Bidder has 10 days from the execution of the Agreement to provide a compliant Performance and Payment Bond. Performance and Payment Bonds are not required for projects of $200,000.00 or less. Prior to commencement of a project exceeding $200,000.00, in accordance with F.S. 255.05, the awarded Bidder shall file a 100% Performance Bond and Payment Bond (using Clay County’s Standard Form) in the Public Record of Clay County, Florida, Recording Dept./Room 130, 825 North Orange Avenue, Green Cove Springs, Florida 32043. The recorded Performance and Payment Bonds shall be provided prior to the commencement of construction to Clay County Purchasing Department, PO Box 1366, Green Cove Springs, Florida 32043. Performance and Payment Bonds must be increased in accordance with any change order increases on the project. 2.27. Public Entity Crimes: Pursuant to Section 287.133(2)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted supplier list following a conviction for a public entity crime may not submit a Bid for a Contract to provide any goods or services to a public entity, may not submit a Bid for 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 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 Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted supplier list. By submitting a Bid - Bidder attests that they have not been placed on the Convicted Supplier List. Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 17 2.28. Public Records: 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 Bids are public record. If the Bidder considers any portion of the documents, data or records within their Bid to be confidential and/or proprietary and which they believe to be exempt from disclosure, the Bidder must mark the document/response as “Confidential” in the applicable section, citing specifically the applicable exempting law and provide the County with a separate redacted copy of its Bid. Each RFB will provide a submittal section for a separate redacted copy. In the event of a request for public records that is in accordance with the above mentioned authority, to which documents that are marked as confidential are responsive, the County will provide the Redacted Copy to the requestor. The Bidder acknowledges that if the Bidder fails to submit a redacted copy of information it claims is confidential, the County is authorized to produce the entire documents, data or records submitted to the County in answer to a public records request for these records. 2.29. Qualification: The County shall have the right to review the references, experience of assigned personnel, and qualifications of the Bidder in order to make the final determination of acceptability of the Bidder. At the sole discretion of the County, such determination may result in the Bidder being deemed non- responsive. 2.30. Rejection: The Board reserves the right to reject any and all Bids without cause and to waive technical and nontechnical or non-material defects in the request or submittals of any Bids. 2.31. Scrutinized Companies Certification: In compliance with subsection (5) of Section 287.135(5), Florida Statutes the Bidder certifies that the company is not participating in a boycott of Israel as defined in subsection (1) of the Statute; is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List as referred to in subsection (2) of the Statute; and is not engaged in business operations in Cuba or Syria as defined in subsection (1) of the Statute. The included Scrutinized Companies Certification Form must be completed and returned as part of the Bid. 2.32. Sub-Contractors: The County reserves the right to approve all Sub-Contractors. If Sub-Contractors are to be utilized, their names and references must be included within this Bid. Responsibility for the performance of the Contract remains with the main Contractor exclusively. After the commencement of the project, Sub- Contractors may be added or modified during the Contract period only with prior written permission from the County, and only for reasonable cause, as judged by the County. Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 18 2.33. Use of Contract by other Government Agencies: At the option of the Bidder, the use of the Contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, political subdivision, counties, and cities. Each governmental agency permitted by the Bidder to utilize this Contract must operate autonomously from other governmental entities. Each agency is accountable for its own procurement and is only liable for the goods or services it orders, receives, and accepts. No agency assumes liability solely by participating in this bid and subsequent contract award. 2.34. Supplier Debarment: By submitting a Bid, the Bidder certifies that it is not currently debarred from submitting Bids for contracts issued by any political subdivision or agency of the State of Florida and that it is not an agent of a person or entity that is currently debarred from submitting Bids for contracts issued by any subdivision or agency of the State of Florida. 2.35. Waiver of Formalities/Rejection of Bids: The County reserves the right to waive formalities in any Bid, to reject any or all Bids with or without cause, to waive irregularities, and waive technical and non-technical or non-material defects in the Bid document or submittal of any Bid. Bids in which the prices obviously are unbalanced will be rejected. The County reserves the right to reject any and all Bids and to re-advertise for all or any part of this solicitation as deemed in its best interest. 2.36. Withdrawal of Bid: Bids may be withdrawn by selecting "Unsubmit Proposal" at the bottom of the Bidders "OpenGov Proposal" screen before the date and time for receiving Bids has expired. Negligence on the part of the Bidder in preparing a Bid is not grounds for withdrawal or modification of a Bid after such Bid has been opened by the County. Bidders may not withdraw or modify a Bid after the appointed Bid Opening, and Bids will be in force for a minimum of One Hundred and Twenty (120) days after the Bid Opening. Bidders may not assign or otherwise transfer their Bids. For more information/instruction on how to Withdrawal a Bid, please visit: https://opengov.my.site.com/support/s/article/4f4218bf-7da6-4fc6-b0c3-7eade0776ebe Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 19 3. Scope of Work 3.1. Purpose The purpose of this bid is to establish a firm, fixed percentage discount off manufacturer’s and/or supplier's current catalog/supply/product information price list for the purchase and installation of various equipment and amenities for parks and playgrounds. The bid is also a means for qualifying vendors and establishing pricing for ball park lighting services and court surfacing. 3.2. Scope 1. The bid will establish a firm, fixed percentage discount off manufacturer’s and/or supplier’s current catalog/supply/product information price list for the purchase of various equipment and amenities for parks and playgrounds as requested by Clay County Parks and Recreation. Additionally, this bid will also establish a firm, fixed percentage off manufacturer’s and/or bidder’s current catalog/supply/product information price list, after applying the above requested discount for purchase, for the installation of various equipment and amenities for parks and playgrounds as needed. The County reserves the right to award to multiple bidders. 2. It is understood that bidder’s current catalog/supply/product information price list are subject to change; however, percent discount shall remain fixed. No extra charges or compensation will be allowed for installation above and beyond what has already been presented in the bid. If the bidder offers specialized catalogs, the catalogs must be submitted separately from any other catalog offered by the bidder throughout the duration of the contract. 3. This bid is also a means for qualifying bidders for ball park lighting services and court surfacing. Qualifying bidders will be requested to provide pricing on a project by project basis as defined in the method of ordering section of this bid. The qualified bidder(s) providing the lowest responsive quote based on contracted pricing will be awarded the project. 4. Freight must be pre-paid and added to the invoice and the quote. The County will pay actual freight charges. 5. Performance and payment bonds may be required for specific projects. This requirement is driven by the size and price of each particular job. Bidders will be required to meet this requirement before receiving a purchase order for the project. 6. The County reserves the right to purchase from other agreements when in the best interest of the County. Responsibility: Bidder shall be responsible for all labor, materials, equipment, supervision, off-loading, storage, and installation, of various equipment and amenities for parks and playground equipment or amenities ordered, unless otherwise specified by the County. The County may elect, in certain circumstances, to Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 20 purchase only materials and have those materials installed by others (e.g., volunteers. County staff). These items will be shipped to a designed location and off-loaded by the bidder or bidder’s representative. 3.3. Method of Ordering The County may generate a Request for Quotation, on an “as needed” basis, for park and playground equipment and/or ball field lighting, lighting installation, and court surfacing together with a request for additional services required to complete that project (see attached Quote sample sheet). The County reserves the right to send such Request for Quotation to any or all awarded bidders. The Request for Quotation can define the project exactly or the Request for Quotation can describe a desired end result, allowing the bidder to design the park or playground site. After generating a Request for Quotation for a project, and before bidder’s submission of its quotation in response to the Request for Quotation, the County may require requested bidder (s) to attend a site visit with County personnel to familiarize the bidder(s) with the site and determine additional services that may be required to complete the project. Bidders will be responsible for the accuracy of all fixed measurements. The bidder’s quotation in response to the Request for Quotation must contain each of the following: • A detailed breakdown of the cost for the entire project. Descriptions of additional services related to the project, together with their price, shall also be listed. • Include Catalog Name, Number and associated discount. When quoting projects where freight would be charged, those costs must be included in quote so freight charges can appear on the purchase order. Freight charges for equipment must be pre-paid and added to the invoice. • Names of any and all subcontractors on the project. It is understood the bidder remains responsible for project completion and acceptance by the County. The County reserves the right to reject any quotation in response to a Request for Quotation if said quotation names a subcontractor who has, in the sole opinion of the County, previously failed in the proper performance of an award or failed to deliver on time contracts of a similar nature, or who is not in a position to perform properly under this award. • Project Completion Date. • Include an updated catalog, if needed and updated MSRP lists for the park and play equipment specifically quoted. The County will generate purchase orders as a result of approved “Request for Quotations” submitted, at the sole discretion of the County. The County reserves the right to not award to any, or to use other available bids or contracts when in the best interest of the County. Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 21 3.4. Administrative Fee (Piggybacking) Cooperative Contract: The Bidder agrees to extend provisions and pricing of this contract to any Municipal, County, Public Utility, Educational Institution, Hospital, or any other non-profit or governmental organization. Governmental entities wishing to use this contract will be responsible for issuing their own purchase documents / price agreements, providing for their own acceptance, and making any subsequent payments. The cooperative entities are responsible for obtaining all certificates of insurance and bonds required. Clay County makes no guarantee of usage by other users of this contract. A 1.5 percent administrative fee on Eligible Revenues will be paid to the County for any contracts/purchase orders the Bidder receives or agrees to enter into with other entities under the provisions and pricing of the County's contract. The Bidder shall provide quarterly Volume Sales Reports to the County about additional sales to other entities under the provisions and pricing of the Contract. The Reports shall include the ordering agency, detail of items sold including description, quantity, and price; and shall include all transactions pertaining to sales under the contract provisions and pricing for that Reporting Period. Bidder shall provide the Volume Sales Reports regardless of whether or not any sales have been conducted. Failure of the Bidder to provide quarterly reports as required, may be deemed breach of the contract. All payments of administrative fees are due 30 calendar days after the closing of each quarter. A late penalty of 15 percent on the value of the Administrative Fee may be assessed to the Bidder for each month the payments are not received. All sales shall include the 1.5 percent administrative fee. Volume Sales Reports and Administrative fees will be mailed to the Clay County Board of Commissioners, Attn: Purchasing Department, PO Box 1366, Green Cove Springs, Florida 32043. 3.5. Qualification of Installers If a bidder utilizes a sub-contracted installer for any park or playground equipment, lighting, or court surfacing a list of sub-contracted installers must be included with this bid. Additionally, upon request the bidder must supply WRITTEN FACTORY/MANUFACTURER CERTIFICATION that its installer, or its sub- contracted installer, is an authorized installer, certified to install various equipment and amenities for parks and playground equipment as required by each manufacturer. 3.6. Catalogs and Manufacturer Suggested Retail Price (MSRP) Lists Each bidder shall submit with this bid, a website link of each catalog and current catalog/supply/product price list for each catalog submitted. All catalogs and price lists shall clearly identify the bidder’s name, address and telephone number. If digital catalogs are not available on website, catalogs must be mailed or delivered to the Clay County Purchasing Department, Fourth Floor, 477 Houston Street, Green Cove Springs, FL 32043 prior to bid opening. Annually Bidder may request that new manufacturers be added. The County reserves the right to approve or deny this request. SALES PROMOTION/PRICE REDUCTION: It is understood that sales promotions occur during the course of the contract that will lower prices of products for the period of the sales promotion. The County shall receive the full benefit of such reductions if lower than the discount established by this bid. The County Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 22 must be notified of these promotions in writing, specifying the beginning and ending dates of the sales promotions. 3.7. Compliance With Laws and Codes Bidders must strictly comply with Federal, State and local building and safety codes. Equipment must meet all State and Federal safety regulations. The following publications (issue in effect on date of invitation to bid) shall form a part of this specification: A. American Society for Testing and Materials (ASTM) ASTM-F1487 Standards – Methods of testing Playground Equipment for Public Use ASTM-F1292 Standards - Method for testing various surfacing materials to determine their “critical height” (the fall height below which a life-threatening head injury would not be expected to occur) Copies may be obtained from the: American Society for Testing and Materials 100 Barr Harbor Drive West Conshohocken, PA 19428 B. Consumer Product Safety Commission (CPSC) – printed Handbook for Public Playground Safety. Copies may be obtained from the: US Consumer Product Safety Commission 4330 East West Highway Bethesda, MD 20814 (301) 504-7923 C. National Playground Safety Institute (NPSI) – identification of 12 leading causes of injuries on playgrounds. Copies may be obtained from the: National Recreation and Park Association 22377 Belmont Ridge Road Ashburn, VA 20148-4150 (703) 858-0784 D. Americans with Disabilities Act (ADA) Regulations for Title III, Appendix A, Standards for Accessible Design, issued by the Department of Justice. Copies may be obtained by calling: (800) 514-0301 Bidders certify that all products (materials, equipment, processes, age appropriate signage, or other items supplied in response to this bid) contained in its bid meet all Federal and State requirements, Upon completion of installation of play equipment and/or playground surfacing, bidder shall furnish to the County a certificate so stating the equipment /surfacing and its installation meet all Federal and State requirements as outlined in the above publications. Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 23 Bidders further certify that if the product(s) delivered and/or installed are subsequently found to be deficient in any if the aforementioned requirements in effect on date of delivery, all costs necessary to bring the product(s) and installation into compliance shall be borne by the bidder. 3.8. Award The County reserves the right to award to multiple bidders. There is no guarantee any purchase order will be issued after award. Purchase orders will be issued subject to availability of funds. 3.9. Site Inspections It is incumbent upon all bidders to examine the site and insure that they are aware of all conditions that may affect the contract work. The County will not be responsible for conclusions made by the Bidder. No claims for additional compensation will be considered on behalf of any Contractor, Sub-Contractor, materials suppliers or others on account of that person’s failure to be fully informed of all requirements of all parts of this bid. 3.10. Work Hours Workdays and hours – Normal work hours of Monday through Friday, 7:30 a.m. to 5:00 p.m. unless approved by the County Project Manager or designee. Any work performed outside of the normal County business hours will require prior County approval and payment to the County for all expenses incurred by the County may be required. 3.11. Permit & Fees The Bidder shall comply with all applicable State and local laws, ordinances, codes, and regulations. The Bidder is required to familiarize themselves with all permits required for each individual project. If a County permit is required, this project is not exempt from permit fees and permit fees must be paid to the County Building Department by the Contractor. For questions about permitting please contact: Clay County Building Department Phone: (904) 269-6307 Email: permits@claycountygov.com Website: https://www.claycountygov.com/government/building All other permits, assessments, fees, bonds, and other charges as necessary to perform and complete the work of the individual project is the responsibility of and will be paid for by the Contractor, including any related inspection fees. 3.12. Clean up & Restoration of Site The Bidder is responsible for anything damaged due to the direct result of installation or construction. Remove all debris from site and dispose of appropriately at Contractor expense. Bidder shall maintain work site in a safe manner, and daily clear construction debris. Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 24 3.13. Bidder and Subcontractor Requirements 1. The Bidder shall be licensed to perform all work listed in the Scope of Work provided. 2. The Bidder shall own or have full access to the appropriate personnel and equipment to complete the project requested. 3.14. Subcontractors and Major Material Suppliers Contractor shall submit names of subcontractors and major material suppliers that they anticipate utilizing for any portion of the Work required within this RFB. The County reserves the right to approve all Sub-Contractors. If Sub-Contractors are to be utilized, their names must be included within this Bid. The County may request references of the Sub-Contractors prior to approval. Responsibility for the performance of the Contract remains with the main Contractor exclusively. After the commencement of the project, Sub-Contractors may be added or modified during the Contract period only with prior written permission from the County, and only for reasonable cause, as judged by the County. If any Subcontractor or Major Material Supplier is found to be incompetent, careless, or neglectful, or unduly delays progress of work, they shall be dismissed. Another shall then be employed in its place, as approved the County. 3.15. Damage to Public or Private Property If property (public or private) is damaged while Contractor is performing work specified or is removed for the convenience of the work, it shall be repaired or replaced at the expense of the Contractor in a manner acceptable to the County prior to the final acceptance of the work. Contractor will be responsible for applying and securing any permits that may be required to complete such repairs. Contractor must provide protection necessary to prevent damage to property being repaired or replaced. If the work site has any pre-existing damage, the Contractor shall notify the County Project Manager in writing. Failure to do so shall obligate the Contractor to make repairs per the above section. Any damage to property (public or private) caused by the action of the Contractor shall be repaired or replaced at the expense of the Contractor to the satisfaction of the County. Failure to restore said property within five (5) working days following notification will result in a deduction from the final payment invoice. All damage which occurs as a result of the Contractor’s application of materials shall be remedied by the Contractor at no additional cost to the County. Repairs made as a result of damage must be guaranteed for a period of thirty (30) days. Should the replacement be damaged within the 30- day period the Contractor shall replace the materials continually until the area is re-established. Should the County have any expenses incurred due to the Contractor not restoring the property/damage within said time, any appropriate labor, material, and/or equipment use or rental to restore damaged property to its original condition will be deducted from the final Invoice prior to a payment being made. Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 25 3.16. Compliance with Occupation Safety and Health Act The Bidder warrants that the product(s) and/or service(s) supplied to Clay County shall conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) of 1970 as amended and the failure to comply will be considered a breach of contract. Clay County shall be held harmless against any unsafe conditions and contractor employee incidents. Bidder certifies that all material, equipment, services, etc., furnished in this bid meets all OSHA requirements for the applicable Sectors. Bidder further certifies that, if the successful bidder, and the material, equipment, service, etc., delivered or provided is subsequently found to be deficient in any OSHA requirement in effect on date of delivery or service fulfillment date, all costs necessary to bring the material, equipment, service, etc., into compliance with the aforementioned requirements shall be borne by the bidder. All Personal Protective Equipment used by the Contractor and their employees shall be ANSI certified and meet OSHA standards. 3.17. Unsatisfactory Equipment and/or Services The County will discuss all instances of unacceptable equipment and/or services with the awarded Bidder. This shall be immediately rectified by the Bidder at no charge to the County, to include any labor and materials as it may apply. During this time, the County may suspend service with the Bidder until the problem(s) are corrected or may elect to use another company on an emergency basis. A record of failure to perform or of an unsatisfactory performance may result in supplier debarment. 3.18. Payment The Contractor may request payment no more than once monthly, based on the amount of work completed. All partial estimates and payments found to be in error shall be subject to correction in the estimates and payments subsequent thereto, and in the final estimate and payment. Payments will be made in accordance with the Florida Local Government Prompt Payment Act. The amount of such payments shall be the total value of the project work completed to the date of the estimate, based on the quantities and the Contract unit and/or lump sum prices, less an amount retained and less payments previously made. The amount retained shall be determined in accordance with Section 255.078, Florida Statutes. 3.19. Warranty The Contractor shall provide a warranty for equipment and parts. Warranty will begin from the date of final acceptance. 3.20. Term The term of bid award for various equipment and amenities for parks and playgrounds will be three (3) years, with two (2) one (1) year renewal options. Discounts from this solicitation shall prevail for the full duration of the contract and including subsequent extensions. The County reserves the right to use other available bids or contracts when in the best interest of the County. Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 26 3.21. Performance Evaluation A work performance evaluation will be conducted periodically to ensure compliance with the Contract. 3.22. Cancellation of Contract If the awarded Bidder fails to maintain acceptable product quality or to perform adequately in accordance with the terms, conditions and specifications established in this Request for Bid, the County reserves the right to cancel the contract upon thirty (30) days written notice to the Contractor. 3.23. Additional Services If the County and/or awarded Bidder identifies any additional services to be provided by Bidder that are not covered under the Agreement but are beneficial to the County, such additional services shall be mutually negotiated between the County and the Bidder. Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 27 4. Supplier Questionnaire 4.1. Response Acknowledgement * The Bidder acknowledges the following: The Bidder respond to this RFB in the manner that is being requested of me. The Bidder is not to add embedded links to any documents unless requested in bid, as they will not be accessed / reviewed / evaluated. Hyperlinks are defined as a link from a hypertext file or document to another location or file, typically activated by clicking on a highlighted word or image on the screen. When a document is required to be uploaded, it must be in PDF format. If the document is not in PDF format, it will not be accessed / reviewed / evaluated. The Bidder is not to add any hyperlinks or embedded links to response boxes within the questionnaire, as they will not be accessed / reviewed / evaluated. ☐ Please confirm *Response required 4.2. Certification * Bidders certify that all products (materials, equipment, processes, age appropriate signage, or other items supplied in response to this bid) contained in its bid meet all Federal and State requirements, Upon completion of installation of play equipment and/or playground surfacing, bidder shall furnish to the County a certificate so stating the equipment /surfacing and its installation meet all Federal and State requirements as outlined in the above publications. Bidders further certify that if the product(s) delivered and/or installed are subsequently found to be deficient in any if the aforementioned requirements in effect on date of delivery, all costs necessary to bring the product(s) and installation into compliance shall be borne by the bidder. ☐ Please confirm *Response required 4.3. Cooperative Contract* The Contractor agrees to extend provisions and pricing of this contract to any Municipal, County, Public Utility, Educational Institution, Hospital, or any other non-profit or governmental organization. Governmental entities wishing to use this contract will be responsible for issuing their own purchase documents / price agreements, providing for their own acceptance, and making any subsequent payments. The cooperative entities are responsible fir obtaining all certificates of insurance and bonds required. Clay County makes no guarantee of usage by other users of this contract. A 1.5 percent administrative fee on Eligible Revenues will be paid to the County for any contracts/purchase orders the Contractor receives or agrees to enter into with other entities under the provisions and pricing of this contract. The Contractor shall provide quarterly Volume Sales Reports to the County about additional sales to other entities under the provisions and pricing of this Contract. The Reports shall include the ordering agency, detail of items sold including description, quantity, and price; Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 28 and shall include all transactions pertaining to sales under the contract provisions and pricing for that Reporting Period. Contractor shall provide the Volume Sales Reports regardless of whether or not any sales have been conducted. Failure of the Contractor to provide quarterly reports as required, may be deemed breach of the contract. All payments of administrative fees are due 30 calendar days after the closing of each quarter. A late penalty of 15 percent on the value of the rebate may be assessed to the Contractor for each month the payments are not received. All sales shall include the 1.5 percent administrative fee. Volume Sales Reports and Administrative fees will be mailed to the Clay County Board of Commissioners, Purchasing Department, PO Box 1366, Green Cove Springs, Florida 32043. ☐ Please confirm *Response required 4.4. Proprietary/Confidential 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 Bids are public record. If the Bidder considers any portion of the documents, data or records within their Bid to be confidential and/or proprietary and which they believe to be exempt from disclosure, the Bidder must mark the document/response as “Confidential” in the applicable section, citing specifically the applicable exempting law and provide the County with a separate redacted copy of its Bid. In the event of a request for public records that is in accordance with the above mentioned authority, to which documents that are marked as confidential are responsive, the County will provide the Redacted Copy to the requestor. The Bidder acknowledges that if the Bidder fails to submit a redacted copy of information it claims is confidential, the County is authorized to produce the entire documents, data or records submitted to the County in answer to a public records request for these records. ☐ Please confirm *Response required 4.5. Separate Redacted Copy of Bid If Question Number 2: Proprietary/Confidential Information is Applicable to you, please read/ follow the instructions below: Once you have completed all sections of this RFB, create a document that is comprised of the information you have provided. Redact any portion of the documents, data or records within your Bid that you believe to be confidential and/or proprietary and which you believe to be exempt from disclosure and upload the Redacted copy here. Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 29 4.6. Section 287.05701, Florida Statutes - Prohibition against considering social, political, or ideological interests in government contracting* Bidders are hereby notified of the provision of section 287.05701, Florida Statutes, as amended, that the Clay County Board of County Commissioners will not request documentation of or consider a Bidder's social, political, or ideological interests when determining if the Bidder is a responsible Bidder. The Bidder acknowledges they were notified of the provisions in section 287.05701, Florida Statutes. ☐ Please confirm *Response required 4.7. Drug-Free Workplace * Pursuant to Section 287.087, Florida Statutes, whenever two or more bids, proposals, or replies that 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, proposal, or reply received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. 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 are under bid a copy of the statement specified in subsection (1). (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 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 in the employee’s community by, any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. Does the Bidders business certify that it has implemented a drug-free workplace program? Please answer yes or no below. ☐ Yes ☐ No Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 30 *Response required 4.8. Drug-Free Workplace Policy If the Bidders Company has a drug-free workplace policy, please upload such policy. 4.9. Term Acknowledgement * The Bidder acknowledges that they have thoroughly reviewed the term outlined in the Scope of Work. ☐ Please confirm *Response required 4.10. Approved Designated Signee* Please enter the First and Last Name and email address of the authorized Signee for your Company. *Response required 4.11. Company Phone Number* Please enter a valid phone number. *Response required 4.12. Company Remittance Address* Please enter a valid remittance address. *Response required 4.13. W-9 * Please fill out the attached W-9. • W-9_(2024).pdf *Response required 4.14. SunBiz Verification* Please enter your EIN number here *Response required 4.15. Confirmation of Insurance* The Bidder understands that they must provide certificate(s) of insurance. Certificates of insurance shall meet or exceed the requirements listed in Section 2. Instructions to Bidders of this RFB. Failure to provide proof of insurance that meets or exceeds the requirements listed in Section 2. Instructions to Bidders may result in a Bidder being deemed non-responsive and therefore removed from consideration. ☐ Please confirm Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 31 *Response required 4.16. Proof of Insurance* Provide certificate(s) of insurance. Certificates of insurance shall meet or exceed the requirements listed in Section 2. Instructions to Bidders of this RFB. Failure to provide proof of insurance that meets or exceeds the requirements listed in Section 2. Instructions to Bidders may result in a Bidder being deemed non-responsive and therefore removed from consideration. Please upload Insurance document(s) here. *Response required 4.17. References* Please provide three (3) references for Contracts with similar Scopes as listed in this RFB. Each references should listed in the required format below: REFERENCE ONE Company/Entity Name: Address: City, State & Zip Code: Contact Person: Telephone: Email Address: Dates of Service: Project Name: Type of Service: Additional Comments: REFERENCE TWO Company Name: Address: City, State & Zip Code: Contact Person: Telephone: Email Address: Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 32 Dates of Service: Project Name: Type of Service: Additional Comments: REFERENCE THREE Company Name: Address: City, State & Zip Code: Contact Person: Telephone: Email Address: Dates of Service: Project Name: Type of Service: Additional Comments: *Response required 4.18. Scrutinized Companies Certification* Please download the below documents, complete, and upload. • Scrutinized_Companies_Certi... *Response required 4.19. E-Verify * Please download the below documents, complete, and upload. • E-Verify.pdf *Response required 4.20. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion* Please download the below documents, complete, and upload. • Certification_Regarding_Deb... *Response required Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 33 4.21. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion* Please enter your legal company name. *Response required 4.22. Conflict of Interest Disclosure: * County Employee: Please mark yes or no if you work for Clay County as an employee. ☐ Yes ☐ No *Response required 4.23. Conflict of Interest Disclosure: * An outside personal economic relationship which affords present or future financial benefits to an employee, his family or to individuals with whom he has business or financial ties may be considered a conflict of interest requiring evaluation by the County Manager. Please select one of the options below: ☐ I certify that neither my family nor myself are employees of the County and will benefit financially by doing business with Clay County. ☐ I have a conflict of interest with the County and require a evaluation by the County Manager. *Response required 4.24. Conflict of Interest Disclosure:* Please identify yourself, family member or other conflict of interest. Please enter N/A if this does not apply. *Response required 4.25. Licenses / Certifications* The Bidder shall list all current licenses and certifications held in the format listed below: License Name: License #: Issuing Agency: Expiration Date: *Response required 4.26. Licenses / Certifications* Please upload a copy of each current license or certification provided in the response above. *Response required Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 34 4.27. Conflict of Interest Disclosure Form * Please download the below documents, complete, and upload. • CONFLICT_OF_INTEREST_DISCLO... *Response required 4.28. EFT Authorization Form* Please download the below documents, complete, and upload. • EFT_FORM.pdf *Response required 4.29. Pricing & Additional Information • General Pricing • Sports Lighting Pricing • Sports Lighting Installers Pricing • Court Surfacing Pricing • Equipment & Parts Warranties • Subcontractors • Example Quote Sheet 4.29.1. General Pricing * Please download the pricing document below, complete, and upload. Multiple sheets may be utilized. • Equip_Spreadsheet.pdf *Response required 4.29.2. Sports Lighting Pricing* Please upload pricing for any and all sports lighting provided. *Response required 4.29.3. Sports Lighting Installers Pricing* Please provide a list of sports lighting installers and their pricing. Information should include company name, address, phone number and contact name. *Response required 4.29.4. Court Surfacing Pricing* Please download the below documents, complete, and upload. • Addendum_No._1_COURT_SURFAC... Invitation For Bid #23/24-074 Title: Various Equipment and Amenities for Parks and Recreation 35 *Response required 4.29.5. Equipment & Parts Warranties* Please download the below documents, complete, and upload. • WARRANTY_INFORMATION_FORM_-... *Response required 4.29.6. Sub-Contractor - Equipment Installers * Please download the below documents, complete, and upload. • Subcontractor_Installers_-_... *Response required 4.29.7. Example Request for Quotation* I acknowledge that I have reviewed the Example Request for Quotation Form provided in the Attachments section of this RFB (Attachment I). ☐ Please confirm *Response required 6831 S. Sweetwater Blvd. Lithia Springs, GA 30122 Heather.smith@blissproducts.com August 13, 2025 Dear Craig, Bliss Products & Services will hold pricing for items listed on quote #77333, dated 8/13/2025 for 90 days to allow time for PO to be issued. Once PO is issued, quoted price will be locked in up to time of delivery. We look forward to another opportunity to serve the City of Clearwater, Florida. Sincerely, Heather J. Smith Central Florida Sales Representative Ph: (727) 403-7849 Bliss Products and Services, Inc 6831 S. Sweetwater Rd. Lithia Springs, GA 30122 (800) 248-2547 (770) 920-1915 Fax Quote # 77333 Sales Rep: Heather Smith heather.smith@blissproducts.com C: (727) 403-7849 City of Clearwater Date 08-13- 2025 Project Doty Concrete Amenities 2025 Bill To City of Clearwater 100 S. Myrtle St., 1st. Floor Clearwater, Florida 33756 T: (727) 462-6563 Ship To City of Clearwater Parks & Rec Attn: Craig Wilson 706 N Missouri Ave. Clearwater, Florida 33755 Contact Craig Wilson Parks Senior Division Manager Phone: (727) 444-8584 Approximate Ship Date Ship Via Terms Per Payment Schedule Vendor Part #Description Qty Unit Price Extended Price BSCP B4451 5' Classic Park Bench using recycled plastic lumber with two concrete legs Ships Unassembled Stainless Steel Hardware Included RPL5 Dark Teak Recycled Plastic Lumber back and seat *MSRP Price: $670.00 40 $670.00 $26,800.00 BSCP Discount 5% Discount per Clay County Piggyback #23/24-074 Various Equipment and Amenities for Parks & Recreation 40 -$33.50 -$1,340.00 BSCP SB4 Sandblast with Brown Pigment Legs 40 $70.00 $2,800.00 BSCP ACR2 Two coats of Non-Gloss Sealer Applied to concrete portion - Benches 40 $70.00 $2,800.00 BSCP LR1065 Litter Receptacle - 26"Diameter 41 3/4" height with plastic dome Includes 32 gallon plastic liner LC Dome Color: Brown *MSRP Price: $570.00 60 $570.00 $34,200.00 BSCP Discount 5% Discount per Clay County Piggyback #24/25-074 Various Equipment and Amenities for Parks and Recreation 60 -$28.50 -$1,710.00 BSCP SB4 Sandblast with Brown Pigment 60 $90.00 $5,400.00 BSCP ACR2 Two coats of non-gloss Sealer Applied - Trash Receptacles 60 $70.00 $4,200.00 BSCP T6461 72" Picnic Table using two concrete legs with recycled plastic table top and seats Wt. 596lbs RPL5 Dark Teak Recycled Plastic Lumber Custom - 3/8 - 16x2-1/2" Flathead bolts (count: 1300) **MSRP Price: $1125.00 50 $1,125.00 $56,250.00 BSCP Discount - Standard Table 5% Discount per Clay County Piggyback #24/25-074 Various Equipment and Amenities for Parks and Recreation - Standard Table 50 -$56.25 -$2,812.50 BSCP SB4 Sandblast with Brown Pigment - Picnic Tables 50 $90.00 $4,500.00 BSCP ACR2 Two coats of Non-Gloss Sealer Applied 50 $90.00 $4,500.00 Vendor Part #Description Qty Unit Price Extended Price BSCP SS Support Bracket - Standard Two Stainless Steel Support Brackets added to each end of the Standard Tabletop Size - 10" x 25 3/4" 50 $117.00 $5,850.00 BSCP T6485 Handicapt Accessible Picnic Table Using Two Concrete Legs - 84" Table Top and 72" Seats - 724lbs Custom 3/8 - 16 x 2.5" Flathead Bolts (count: 780) RPL5 Dark Teak Recycled Plastic *MSRP Price: $1280.00 30 $1,280.00 $38,400.00 BSCP Discount - ADA Table 5% Discount per Clay County Piggyback #24/25-074 Various Equipment and Amenities for Parks and Recreation - ADA Table 30 -$64.00 -$1,920.00 BSCP SB4 Sandblast with Brown Pigment - ADA Table 30 $90.00 $2,700.00 BSCP ACR2 Two coats of non-gloss sealer applied 30 $90.00 $2,700.00 BSCP SS Support Plates - ADA Two Stainless Steel Support Plates added to each end of the table top ADA Side Plate - 16" x 25 3/4" Standard Side Plate - 10" x 25 3/4" 30 $30.00 $900.00 Note:STANDARD DESCRIPTION - ALL SHIPPING CHARGES ARE LISTED ABOVE. SHIPPING IS SHIPPED UNASSEMBLED BY MOTOR FREIGHT TRAILER ON PALLETS, TO ONE BUSINESS ADDRESS ONLY. CUSTOMER PERSONNEL TO MEET DRIVER (DURING REGULAR BUSINESS HOURS) AND PROMPTLY REMOVE PALLETS FROM TRUCK. A 4,000# PALLET JACK TO MOVE ITEMS TO TRAILER DOOR AS WELL AS A FORKTRUCK RATED @5,000# WITH 48" FORKS FOR UNLOADING MUST BE ON SITE AT TIME OF ARRIVAL. CUSTOMER TO UNPACK ITEMS AND SET AT SPECIFIC SITES. DELIVERY FEES ARE BASED ON FUEL PRICES TODAY. BECAUSE OF UNCERTAIN FUEL COSTS IN THE FUTURE, WE RESERVE THE RIGHT TO ADD OR SUBTRACT ANY CHANGE IN FUEL COSTS IN EFFECT ON THE DAY OF DELIVERY. ADDITIONAL FREIGHT COMPANY SERVICES, IF NEEDED, MUST BE SPECIFIED ON PURCHASE ORDER AND CHARGES WILL BE ADDED ONTO FINAL BILLING. Sub Total $184,217.50 Freight 20,300.74 Taxable Subtotal $26,800.00 Tax 0.00 Grand Total $204,518.24 Due to volatility in raw material pricing, this quote is only valid for 30 days unless otherwise noted. Due to instability in material procurement and manufacturing, verbal or written lead times are subject to change. Sales tax exempt certificate will be required for exemption. All orders are subject to approval and acceptance by the manufacturer. Deposits may be required. Add 3% to total for charge card transactions. Manufacturing lead times will not begin without an actual shipping address, color and mount selection, approved purchase order or fully executed contract. Customer will need to coordinate with freight carrier if unloading or inside delivery is required. Damaged or missing parts must be noted on the bill of lading at the time of delivery. A finance charge of 1.5% per month will be added to all invoices past due. Return items are subject to manufacturer's policies and may result in freight and restocking fees. Signed quote will not be accepted for orders over $500. Complete Terms and Conditions can be found at https://blissproducts.com/terms-conditions/ Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0976 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.10 SUBJECT/RECOMMENDATION: Approve a purchase order to American Mulch and Soil, LLC of Spring Hill, Florida, for mechanically blown-in mulch services in the total annual not to exceed amount of $175,000.00, for one year with three, one-year renewals pursuant to Invitation to Bid 46-25 and authorize the appropriate officials to execute same. SUMMARY: On July 16, 2025, Procurement issued Invitation to Bid (ITB) 46-25, Mechanically Blown Engineered Mulch Services. The City received one submission on August 19, 2025. Parks & Recreation has reviewed the submission and determined that American Mulch and Soil met all bid specifications and is both responsive and responsible in accordance with the solicitation requirements. This contract provides for mechanically blown-in mulch services throughout the city, including high tourism areas, the Downtown District, parks, medians, rights-of-way, and ballfields. Three, one-year renewal(s) may be initiated at the City’s option. APPROPRIATION CODE AND AMOUNT: Funding for this contract will come from Parks and Recreation cost code 0101867-530300, contractual services. The operations of Parks and Recreation are funded by General Fund revenues. 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 10/10/2025 City of Clearwater Procurement Jay Ravins, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [AMERICAN MULCH AND SOIL LLC] RESPONSE DOCUMENT REPORT ITB No. 46-25 Mechanically Blown-In Mulch Services RESPONSE DEADLINE: August 19, 2025 at 10:00 am Report Generated: Tuesday, August 19, 2025 American Mulch and Soil LLC Response CONTACT INFORMATION Company: American Mulch and Soil LLC Email: matt@americanmulch.com Contact: Matthew Semeraro Address: 13838 Hays Road Spring Hill, FL 34610 Phone: N/A Website: N/A Submission Date: Aug 19, 2025 9:01 AM (Eastern Time) [AMERICAN MULCH AND SOIL LLC] RESPONSE DOCUMENT REPORT ITB No. 46-25 Mechanically Blown-In Mulch Services [AMERICAN MULCH AND SOIL LLC] RESPONSE DOCUMENT REPORT Invitation To Bid - Mechanically Blown-In Mulch Services Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 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? No 2. Additional Materials* Have you included any additional materials? No 3. Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? No 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. [AMERICAN MULCH AND SOIL LLC] RESPONSE DOCUMENT REPORT ITB No. 46-25 Mechanically Blown-In Mulch Services [AMERICAN MULCH AND SOIL LLC] RESPONSE DOCUMENT REPORT Invitation To Bid - Mechanically Blown-In Mulch Services Page 3 B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. Confirmed [AMERICAN MULCH AND SOIL LLC] RESPONSE DOCUMENT REPORT ITB No. 46-25 Mechanically Blown-In Mulch Services [AMERICAN MULCH AND SOIL LLC] RESPONSE DOCUMENT REPORT Invitation To Bid - Mechanically Blown-In Mulch Services Page 4 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. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Confirmed 6. References* Please download the below documents, complete, and upload. • REFERENCES.pdf City_of_Clearwater_2025.pdf [AMERICAN MULCH AND SOIL LLC] RESPONSE DOCUMENT REPORT ITB No. 46-25 Mechanically Blown-In Mulch Services [AMERICAN MULCH AND SOIL LLC] RESPONSE DOCUMENT REPORT Invitation To Bid - Mechanically Blown-In Mulch Services Page 5 7. Upload Equipment List* Equipment_List_Clearwater.png 8. Upload a copy of a valid Temporary Traffic Control (TTC) certification* TTS_Cert.jpeg 9. Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... City_of_Clearwater_2025.pdf 10. Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... City_of_Clearwater_2025.pdf 11. W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) AMS_W9_(2025).pdf PRICE TABLES MECHANICALLY BLOWN-IN MULCH Pricing must be per cubic yard and must include all labor, equipment, travel, materials, fuel, disposal, insurance, and other costs. No additional charges will be accepted outside of the agreed rate. [AMERICAN MULCH AND SOIL LLC] RESPONSE DOCUMENT REPORT ITB No. 46-25 Mechanically Blown-In Mulch Services [AMERICAN MULCH AND SOIL LLC] RESPONSE DOCUMENT REPORT Invitation To Bid - Mechanically Blown-In Mulch Services Page 6 Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 FURNISH AND INSTALL BLOWN NATURAL SHREDDED MULCH 2,500 Cubic Yard $40.00 $100,000.00 2 FURNISH AND INSTALL BLOWN RED SHREDDED MULCH 2,500 Cubic Yard $42.00 $105,000.00 3 FURNISH AND INSTALL BLOWN BROWN SHREDDED MULCH 2,500 Cubic Yard $42.00 $105,000.00 4 FURNISH AND INSTALL BLOWN PINE BARK "MINI-NUGGETS" (3/4"- 1 3/4") 2,500 Cubic Yard $48.00 $120,000.00 5 FURNISH AND INSTALL BLOWN PINE BARK "NUGGETS" (2"- 4") 500 Cubic Yard $48.00 $24,000.00 TOTAL $454,000.00 Form W-9 (Rev. March 2024) Request for Taxpayer Identification Number and Certification Department of the Treasury Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information. Give form to the requester. Do not send to the IRS. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below.Print or type. See Specific Instructions on page 3.1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner’s name on line 1, and enter the business/disregarded entity’s name on line 2.) 2 Business name/disregarded entity name, if different from above. 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor C corporation S corporation Partnership Trust/estate LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . . . Note: Check the “LLC” box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate box for the tax classification of its owner. Other (see instructions) 3b If on line 3a you checked “Partnership” or “Trust/estate,” or checked “LLC” and entered “P” as its tax classification, and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check this box if you have any foreign partners, owners, or beneficiaries. See instructions . . . . . . . . . 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from Foreign Account Tax Compliance Act (FATCA) reporting code (if any) (Applies to accounts maintained outside the United States.) 5 Address (number, street, and apt. or suite no.). See instructions. 6 City, state, and ZIP code Requester’s name and address (optional) 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number –– or Employer identification number – Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4.The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person Date General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. What’s New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the “LLC” box and enter its appropriate tax classification. New line 3b has been added to this form. A flow-through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow-through entity in which it has an ownership interest. This change is intended to provide a flow-through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231X Form W-9 (Rev. 3-2024) American Mulch & Soil, LLC ✔S 13838 Hays Rd Spring Hill, FL 34610 87 3690630 10/15/2024 01/05/2025 v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 46-25 MECHANICALLY BLOWN-IN MULCH SERVICES NOTICE Wednesday, July 16, 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, August 19, 2025 to provide: The City of Clearwater’s Parks and Recreation Department seeks a qualified vendor(s) to provide mechanically blown-in mulch services for city rights-of-ways, parks, and facilities. 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/181234. 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/181234. 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, August 19, 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/181234 to view the Procurement Division's Intent to Award postings. 2.25 ITB Timeline Dates are tentative and subject to change. Release ITB: July 16, 2025 Advertise Tampa Bay Times: July 16, 2025 Question Submission Deadline: August 9, 2025, 10:00am Due Date & Time for Submissions and Opening: August 19, 2025, 10:00am Review Bids: August 19, 2025 - August 29, 2025 v. 7.2024 7 Award Recommendation: August 29, 2025 Council Authorization: September 2025 Contract Begins: October 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. v. 7.2024 8 3.8 Amendments 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 SCOPE OF WORK The City of Clearwater’s Parks and Recreation Department is seeking a qualified vendor(s) to provide mechanically blown-in mulch services for city-maintained areas, including rights-of-way, parks, and public facilities. Vendors are encouraged to provide mulch products certified by the Mulch & Soil Council, Forest Stewardship Council (FSC), or other recognized third-party sustainability standards. The vendor shall provide all necessary labor, materials, equipment, tools, machinery, supplies, and personal protective equipment (PPE) to install mechanically blown mulch at designated locations. Sample Service Locations Services may be required at, but are not limited to: • N. Martin Luther King Jr. Avenue Medians • Cleveland Streetscape (Gulf to Bay to Osceola Ave) • Memorial Causeway Medians (Causeway Blvd Roundabout to Doughboy) • Seminole Boat Ramp (entire site) v. 7.2024 17 • Crest Lake Park (including Doggy Days parking lot) • Gulf to Bay Blvd Medians (Ewing Ave to McMullen Booth Rd) • Baycare Ballpark (entryways and perimeter areas) • Coachman Park (landscape beds and entry areas) NOTE: Reference Exhibit A – Previous Bid Tabulation, located under Attachments, for current pricing information. 4.3 MULCH SPECIFICATIONS General Requirements • All mulch must meet Environmental Protection Agency (EPA) Level 503 standards. • Chromated Copper Arsenate (CCA) treated mulch is not acceptable. • Mulch must be clean, high quality, and approved by the City representative. Items #1–#3 on Pricing Sheet: Florida Natural Shredded Mulch Requirements • Made of dried wood such as Florida Pine, Oak, and other native clean woods. • Must be free from dirt, sand, weed seeds, debris, and contaminants (e.g., nails, plastic, glass, metal, etc.). • Acceptable colors: natural, red, or brown. • No recycled yard waste, plywood, palm fronds, Melaleuca, or Brazilian pepper in permitted. Items #4–#5 on Pricing Sheet: Non-Dyed Pine Bark (Nuggets and Mini Nuggets) Requirements • Must be natural in color and from virgin Florida Pine. • Wood chips should not exceed four inches (4”) in length or a half-inch ( ½”) in diameter. • Shall not be applied within two inches (2”) from any tree or structure. • Shall be free of metals, nails, staples, plastics, paper, glass, leaves, sand, seed and any other form of debris. • No recycled yard waste, plywood, palm fronds, Melaleuca, or Brazilian pepper in permitted. 4.4 VENDOR RESPONSIBILITIES • The vendor is responsible for providing all labor, supervision, equipment, materials, tools, personal protective equipment (PPE), fuel, transportation, and any other resources needed to complete the work as specified—at no additional cost to the City. • All trash and debris must be removed from the site before mulch is applied. • Any mulch or dust that ends up on paved areas, walls, concrete surfaces, pools, playgrounds, or other hard surfaces must be cleaned up immediately to prevent staining. v. 7.2024 18 • If staining occurs, the vendor must remove it without delay. • Special care must be taken near pools or other bodies of water. Any mulch or debris that gets into the water must be removed right away to avoid clogging drains or filters. • All excess material and debris must be removed from the site on the same day the service is performed. Off-site disposal is required and must be done at the vendor's expense. • Vendors must visit each location in advance to evaluate site conditions and ensure access for mulch installation. • Any damage caused by the vendor to City property, such as existing landscaping, structures, or equipment, shall be repaired or restored to its original condition immediately. 4.5 CITY RESPONSIBILITIES • A City representative will meet the vendor onsite to provide instructions and access. 4.6 MULCH APPLICATION SCHEDULE • Mulch installation shall be conducted during normal business hours, Monday through Friday between 7:00 a.m. and 4:00 p.m., or until the job is completed, unless alternative arrangements are approved by the City representative. • Vendor(s) shall provide a minimum of 48 hours’ notice to the City representative before beginning any mulch application. • All work shall adhere to the mutually agreed-upon schedule established by the City representative. Any changes to the agreed schedule must be approved in advance. • In the event the Vendor(s) are unable to adhere to the established schedule due to circumstances such as equipment failure, inclement weather, staffing issues, or unforeseen emergencies, the Vendor(s) must immediately notify the City representative via phone, text, or email. 4.7 VENDOR ON-SITE SUPERVISION AND STAFF • A qualified supervisor must be present at all times while services are being performed. • The supervisor must be authorized to make immediate decisions on behalf of the vendor. • The supervisor must be fluent in English and available to participate in any pre- or post-work inspections. • The City reserves the right to request the removal of any staff member who is not performing up to standards. • All vendor personnel must wear identifiable company uniforms and comply with all applicable safety regulations. 4.8 VENDOR COMMUNICATIONS • Vendor(s) shall designate a supervisor who is readily available during normal business hours. Any changes to the supervisor or contact information must be communicated to the City’s designated representative immediately. v. 7.2024 19 • The supervisor shall be responsible for overseeing all aspects of service delivery, including implementation, reporting, maintenance, and issue resolution. • Vendor(s) must respond to all phone inquiries within one (1) hour of notification during normal business hours or when work is being performed. • Upon contract award, Vendor(s) shall provide the City representative with current contact information for the on-site supervisor as well as a designated backup representative. 4.9 EQUIPMENT & VEHICLES • Vendor(s) shall submit a list of all equipment intended for use under this contract with bid submittal. The City reserves the right to inspect this equipment before awarding the contract and at any point during the contract term. • All vendor vehicles used on City property shall clearly display the vendor’s name and telephone number. • Vehicles must be kept clean, in good working condition, and free of any fluid leaks. 4.10 INSPECTION AND APPROVAL • Vendor(s) shall coordinate with the City representative to conduct an on-site meeting prior to the start of work and again upon completion of each job. • Before leaving the site each day, the on-site supervisor must perform a thorough inspection of the work area to ensure that all contract requirements have been met. Payment will not be authorized until the site has been reviewed and approved as meeting contract specifications. • If any work remains incomplete, the on-site supervisor must notify the City designee, via phone, text, or email, prior to the end of that workday, specifying the outstanding items. All remaining work must be completed within the timeframe mutually agreed upon by the Vendor and City representative. • If, upon inspection, the work does not meet City standards, the City designee will notify the Vendor(s) and request that the necessary corrections be made. • Vendor(s) shall have five (5) business days from the date of notification to complete all required corrections. • Once the City representative verifies that the work has been satisfactorily completed, invoice(s) can be included with monthly billing. 4.11 TRAFFIC CONTROL AND PEDESTRIAN SAFETY • The vendor must have a Florida Department of Transportation (FDOT) certified Temporary Traffic Control (TTC) intermediate-level professional on staff for the entire duration of the contract. Proof of certification must be included with bid submittal. • For any work within public rights-of-way, TTC must be set up according to FDOT guidelines, and a certified TTC individual must be present on-site at all times. • Vendors are responsible for understanding and complying with all TTC requirements and for coordinating with the appropriate agencies. v. 7.2024 20 • If a lane closure is necessary, a TTC plan must be submitted to the City representative for review and approval before work begins. All lane closures must also be approved by the City’s Traffic Operations Division at least 48 hours in advance. (Call 727-562-4750 for coordination.) • All traffic control measures must follow: o The most current edition of the Manual on Uniform Traffic Control Devices (MUTCD) o FDOT Roadway and Traffic Design Standards (600 Series) o FDOT Standard Specifications for Road and Bridge Construction o FDOT Standard Plans Index 102-600 through 102-690, especially when relocating or operating equipment in active travel lanes • All TTC equipment must be provided by the vendor and included in the bid pricing. • Advance warning signs must be properly positioned based on site conditions. The vendor is responsible for setting up, moving, covering, or removing all traffic control signs and devices as needed to maintain a safe and compliant work zone. • Safe work zones must be maintained not only for vehicular traffic but also for pedestrians and park users. Vendors must coordinate closely with the City representative for work in high-traffic pedestrian areas and during peak times. Additional Safety Guidelines: • The City reserves the right to limit work hours in high-pedestrian areas to minimize disruption. • Two-way traffic must be maintained at all times; full closures are not allowed. • Vendors must take all necessary precautions to protect people and property. Compliance with all local, state, and federal safety regulations is required. • Any violations resulting in fines or penalties are the sole responsibility of the vendor. • Barricades must be provided by the vendor whenever work occurs in areas accessed by the public or as required by the City. 4.12 PAYMENT & INVOICING • Vendors must submit invoices monthly to the City of Clearwater Parks and Recreation Department for services completed during the previous month. • Each invoice must include the following details: o Service location(s) o Service Date(s) o Description of services or materials provided o Unique invoice number o Corresponding Purchase Order (PO) number 4.13 PRICING v. 7.2024 21 Pricing must be per cubic yard and must include all labor, equipment, travel, materials, fuel, disposal, insurance, and other costs. No additional charges will be accepted outside of the agreed rate. 4.14 CHANGES TO SCOPE OF WORK The City reserves the right to revise the scope of work at any point during the contract term. Modifications may include, but are not limited to: • Increasing or decreasing the volume of work • Removing or modifying specific tasks • Updating specifications or design requirements • Adding new services or work not originally included All changes must be reviewed and mutually agreed upon by both the City representative and the vendor prior to implementation. Any work performed without written authorization will not be eligible for payment. 4.15 PRICE ADJUSTMENTS DUE TO MARKET CHANGES The City understands that unexpected market conditions may affect pricing or product availability. In rare cases, and at the City's sole discretion, contract pricing may be adjusted if there are extreme and unforeseen increases in costs. To request a price increase, the vendor must provide written documentation that shows: • The price increase is due to higher costs from the manufacturer, supplier, or shipper, and is completely out of the vendor’s control. • The increase will not result in a higher profit margin than originally bid. • The increase applies only to specific items and must include proof, such as a supplier invoice showing the new cost. All requests must include: • A written explanation from the manufacturer or supplier. • Details on the increased cost and reason for the change. • Supporting documentation like invoices and product details. • Proof of the original pricing submitted with the bid for comparison. Important Notes: • Price increases will not be considered for items already ordered, placed, or in transit. • The City can request pricing documentation at any time. If the vendor does not provide it when asked, the City may cancel the contract in part or in full. v. 7.2024 22 • All price increase requests must be submitted to the City representative, who will forward them to Procurement for review. • No price increase is valid until it is reviewed and approved in writing by the City's Procurement Division. 4.16 MINIMUM QUALIFICATIONS • Vendors shall provide a minimum of three (3) references from current commercial clients where similar services are being performed, as described in this solicitation. • Vendors must have a minimum of two (2) years of experience in providing mulch installation or related services. 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. 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 Pollution and/or Asbestos Legal Liability Insurance Where the Agreement involves asbestos and/or environmental hazards/contamination risks (defined broadly, e.g. lead, mold, bacteria, fuel storage, underground work, cleanup (owned or non-owned v. 7.2024 23 sites),pollutant generation/transportation, marine/natural resource damage, contamination claim, restitution, business interruption, mold, fungus, lead-based paint, 3rd party claims/removal, etc.), with limits of at least $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) aggregate, maintained for at least 3 years after Agreement completion. 5.6 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. 5.7 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, 46-25 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. MILESTONES 6.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from October 1, 2025 through September 30, 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. v. 7.2024 24 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. three (3), 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 (https://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. 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 v. 7.2024 25 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Mechanically Blown-In Mulch Services to the City of Clearwater at the price(s) stated below. NOTE: The quantities shown on the Bid Pricing page are estimated quantities to establish pricing. 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 MECHANICALLY BLOWN-IN MULCH Pricing must be per cubic yard and must include all labor, equipment, travel, materials, fuel, disposal, insurance, and other costs. No additional charges will be accepted outside of the agreed rate. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 FURNISH AND INSTALL BLOWN NATURAL SHREDDED MULCH 2,500 Cubic Yard 2 FURNISH AND INSTALL BLOWN RED SHREDDED MULCH 2,500 Cubic Yard 3 FURNISH AND INSTALL BLOWN BROWN SHREDDED MULCH 2,500 Cubic Yard 4 FURNISH AND INSTALL BLOWN PINE BARK "MINI-NUGGETS" (3/4"- 1 3/4") 2,500 Cubic Yard 5 FURNISH AND INSTALL BLOWN PINE BARK "NUGGETS" (2"- 4") 500 Cubic Yard TOTAL 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. v. 7.2024 26 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" 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 v. 7.2024 27 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. 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* v. 7.2024 28 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. 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 Upload Equipment List* *Response required 8 Upload a copy of a valid Temporary Traffic Control (TTC) certification* *Response required 9 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... *Response required 10 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required v. 7.2024 29 11 W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required 1) American Mulch and Soil LLC 13838 Hays Road Spring Hill, FL 34610 ADVERTISED: TAMPA BAY TIMES 7/16/2025 POSTED:myclearwater.com 07/16/25-8/19/25 FOR THE CITY OF CLEARWATER Due/Opening: August 19, 2025; 10:00 a.m. INVITATION TO BID No. 46-25 MECHANICALLY BLOWN-IN MULCH SERVICES Solicitation Response Listing 1) 2) 3) 4) 5) 6) 7) ADVERTISED: TAMPA BAY TIMES date POSTED:myclearwater.com date - date Due/Opening: MONTH/DATE, 2023; 10:00 a.m. REQUEST FOR PROPOSAL No. XX-23 TITLE Solicitation Response Listing FOR THE CITY OF CLEARWATER 1) 2) 3) 4) 5) 6) 7) ADVERTISED: TAMPA BAY TIMES date POSTED:myclearwater.com date - date Due/Opening: MONTH/DATE, 2023; 10:00 a.m. REQUEST FOR QUALIFICATIONS No. XX-23 TITLE Solicitation Response Listing FOR THE CITY OF CLEARWATER Mechanically Blown-in Mulch PRICE TABLES Pricing must be per cubic yard and must include all labor, equipment, travel, materials, fuel, disposal, insurance, and other costs. No additional charges will be accepted outside of the agreed rate. Line Item Description Estimat…Unit of Measure Unit Cost 1 FURNISH AND INSTALL BLOWN NATURAL SHREDDED MULCH 2500 Cubic Yard $40.00 2 FURNISH AND INSTALL BLOWN RED SHREDDED MULCH 2500 Cubic Yard $42.00 3 FURNISH AND INSTALL BLOWN BROWN SHREDDED MULCH 2500 Cubic Yard $42.00 4 FURNISH AND INSTALL BLOWN PINE BARK "MINI- NUGGETS" (3/4"- 1 3/4") 2500 Cubic Yard $48.00 5 FURNISH AND INSTALL BLOWN PINE BARK "NUGGETS" (2"- 4") 500 Cubic Yard $48.00 Total 8/19/25, 10:49 AM American Mulch and Soil LLC Response https://procurement.opengov.com/governments/172/projects/181234/evaluation/proposals/358708 1/1 City of Clearwater Procurement Jay Ravins, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 EVALUATION TABULATION ITB No. 46-25 Mechanically Blown-In Mulch Services RESPONSE DEADLINE: August 19, 2025 at 10:00 am Report Generated: Tuesday, August 19, 2025 MECHANICALLY BLOWN-IN MULCH Primary award cells are green and Backup award cells are gray American Mulch and Soil LLC Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost 1 FURNISH AND INSTALL BLOWN NATURAL SHREDDED MULCH 2500 Cubic Yard $40.00 2 FURNISH AND INSTALL BLOWN RED SHREDDED MULCH 2500 Cubic Yard $42.00 3 FURNISH AND INSTALL BLOWN BROWN SHREDDED MULCH 2500 Cubic Yard $42.00 4 FURNISH AND INSTALL BLOWN PINE BARK "MINI-NUGGETS" (3/4"- 1 3/4") 2500 Cubic Yard $48.00 5 FURNISH AND INSTALL BLOWN PINE BARK "NUGGETS" (2"- 4") 500 Cubic Yard $48.00 VENDOR QUESTIONNAIRE PASS/FAIL Question Title American Mulch and Soil LLC Exceptions Pass Exceptions Taken No Response Additional Materials Pass Description of Additional Materials No Response EVALUATION TABULATION ITB No. 46-25 Mechanically Blown-In Mulch Services EVALUATION TABULATION Invitation To Bid - Mechanically Blown-In Mulch Services Page 2 Question Title American Mulch and Soil LLC Certified Business Pass Certified Business Type No Response Certifying Agency No Response Certification Documentation No Response Vendor Certification Pass E-Verify System Certification Pass References Pass Upload Equipment List Pass Upload a copy of a valid Temporary Traffic Control (TTC) certification Pass Scrutinized Company Certification Pass Compliance with Anti-Human Trafficking Laws Pass W-9 Pass September 16, 2025 NOTICE OF INTENT TO AWARD Parks and Recreation and the Procurement Division recommend award of ITB No. 46-25, Mechanically Blow-in Mulch Services, to American Mulch and Soil of Spring Hill, FL, the lowest most responsible bidder, in accordance with the bid specifications, in the estimated annual amount of $175,000, for the term October 1, 2025, to September 30, 2026, with three (3), one (1) year renewal options. This Award recommendation will be considered by the City Council at the October 15, 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 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0977 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 6.11 SUBJECT/RECOMMENDATION: Approve a purchase order to American Mulch and Soil, LLC of Spring Hill, Florida, for mechanically blown engineered wood fiber services in the total annual not to exceed amount of $100,000.00 for one year with three, one-year renewal options, pursuant to Invitation to Bid 47-25, and authorize the appropriate officials to execute same. SUMMARY: On July 16, 2025, Procurement issued Invitation to Bid (ITB) 47-25, titled Mechanically Blown Engineered Wood Fiber Services. The City received three submissions on August 19, 2025. Following a comprehensive evaluation, Parks & Recreation has determined that American Mulch and Soil represents the lowest, most responsible bidder meeting the solicitation's requirements. This contract will provide mechanically blown-in engineered wood fiber throughout the city, most notably at all City Parks Playgrounds. Three, one-year renewal(s) may be initiated at the City’s option. APPROPRIATION CODE AND AMOUNT: Funding for these contracts will come from Parks and Recreation cost code 0101867-530300, contractual services. The operations of Parks and Recreation are funded by General Fund Revenues. 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 10/10/2025 v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 INVITATION TO BID 47-25 MECHANICALLY BLOWN ENGINEERED WOOD FIBER SERVICES NOTICE Wednesday, July 16, 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, August 19, 2025 to provide: The City of Clearwater’s Parks and Recreation Department seeks a qualified vendor(s) to provide mechanically blown engineered wood fiber services for city parks and facilities. 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/181247. 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/181247. 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, August 19, 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/181247 to view the Procurement Division's Intent to Award postings. 2.25 ITB Timeline Dates are tentative and subject to change. Release ITB: July 16, 2025 Advertise Tampa Bay Times: July 16, 2025 Question Submission Deadline: August 9, 2025, 10:00am Due Date & Time for Submissions and Opening: August 19, 2025, 10:00am Review Bids: August 19, 2025 - August 29, 2025 v. 7.2024 7 Award Recommendation: August 29, 2025 Council Authorization: September 2025 Contract Begins: October 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. v. 7.2024 8 3.8 Amendments 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 SCOPE OF WORK The City of Clearwater’s Parks and Recreation Department is seeking a qualified vendor(s) to provide mechanically blown engineered wood fiber installation services at various city parks and facilities. The vendor shall provide all necessary labor, materials, equipment, tools, machinery, supplies, and personal protective equipment (PPE) to install mechanically blown mulch at designated locations. NOTE: Reference Exhibit A – Previous Bid Tabulation, located under Attachments, for current pricing information. 4.3 TECHNICAL REQUIREMENTS • Fiber material must meet the standards set by the U.S. Consumer Product Safety Commission (CPSC), the American Society for Testing and Materials (ASTM), and the Guidelines for Florida Public Playgrounds. • Product must carry certification from the International Play Equipment Manufacturers Association (IPEMA) for public playground safety. • Product shall comply with Americans with Disabilities Act (ADA) requirements, ASTM F2075 sieve size standards, and all relevant CPSC guidelines. v. 7.2024 17 • Upon request, the Vendor shall provide documentation verifying compliance with applicable CPSC and ASTM standards. 4.4 PRODUCT SPECIFICATIONS • Fiber shall be specifically engineered for playground use. • Material must be of high quality, as determined by the City’s designated representative. • Fiber must be non-flammable and 100% natural, containing no chemicals, artificial ingredients, recycled content, pallets, or dyes. • Shredded virgin wood fiber shall consist of randomly sized pieces suitable for safe and stable playground surfacing. 4.5 QUALITY ASSURANCE Prior to award and during the term of the contract, the City may request fiber samples for quality evaluation. Products must meet or exceed the City’s standards. 4.6 VENDOR RESPONSIBILITIES • Vendor shall provide all labor, supervision, equipment, materials, tools, personal protective equipment (PPE), fuel, transportation, and any other resources needed to complete the work as specified herein, at no additional cost to the City. • Prior to fiber installation, Vendor(s) shall remove all trash, debris, and obstructions from the designated work area. • Vendor(s) must promptly clean any displaced fiber or dust resulting from the installation process from all paved or finished surfaces, including but not limited to concrete, playground equipment, walls, pools, and other hardscape areas. • Special care shall be taken when working near pools or bodies of water. Any fiber or debris that enters these areas must be immediately removed to prevent blockage of drains, filters, or other systems. • Vendor(s) shall remove all excess material and debris from the project site on the same day the service is performed. Disposal must occur off-site at no cost to the City. • It is the Vendor’s responsibility to visit each site in advance to assess current conditions and ensure accessibility for equipment and material delivery. • Any damage caused by the Vendor(s) to existing facilities, equipment, landscaping, or other property must be repaired or restored to original condition within two (2) business days. • Prior to fiber installation, mats located under swings, slides, or other playground structures shall be removed and must be properly reinstalled upon completion of the work. 4.7 CITY RESPONSIBILITIES • A designated City representative will meet the Vendor on-site to provide installation direction and access to gated areas. 4.8 WORK SCHEDULE v. 7.2024 18 • Fiber installation shall be conducted during normal business hours, Monday through Friday, between 7:00 a.m. and 4:00 p.m., or until the work is completed, unless prior approval for alternate scheduling is granted by the City’s designated representative. • Vendor(s) shall provide a minimum of forty-eight (48) hours’ notice to the City representative prior to beginning any fiber application. • All work shall adhere to the mutually agreed-upon schedule established by the City representative. Any changes to the agreed schedule must be approved in advance. • In the event the Vendor(s) are unable to adhere to the established schedule due to circumstances such as equipment failure, inclement weather, staffing issues, or unforeseen emergencies, the Vendor(s) must immediately notify the City representative via phone, text, or email. 4.9 VENDOR ON-SITE SUPERVISION AND STAFF • A qualified supervisor must be present at all times while services are being performed. • The supervisor must be authorized to make immediate decisions on behalf of the vendor. • The supervisor must be fluent in English and available to participate in any pre- or post-work inspections. • The City reserves the right to request the removal of any staff member who is not performing up to standards. • All vendor personnel must wear identifiable company uniforms and comply with all applicable safety regulations. 4.10 VENDOR COMMUNICATIONS • Vendor(s) shall designate a primary point of contact who is readily available during normal business hours. Any changes to the on-site supervisor or contact information must be communicated to the City’s designated representative immediately. • The on-site supervisor shall be responsible for overseeing all aspects of service delivery, including implementation, reporting, maintenance, and issue resolution. • Vendor(s) must respond to all phone inquiries within one (1) hour of notification during normal business hours or when work is being performed. • Upon contract award, Vendor(s) shall provide the City representative with current contact information for the on-site supervisor as well as a designated backup representative. 4.11 VEHICLE / EQUIPMENT • Vendor(s) shall submit a list of all equipment intended for use under this contract with bid submittal. The City reserves the right to inspect this equipment before awarding the contract and at any point during the contract term. • All vehicles used on City property must clearly display the vendor’s company name and telephone number. • Vehicles must be kept clean, in good working condition, and free of any fluid leaks. v. 7.2024 19 • All equipment must be specifically designated for playground fiber installation and shall not be contaminated with any foreign substances or materials that are not certified for playground use. 4.12 INSPECTION AND APPROVAL • Vendor(s) shall coordinate with the City representative to conduct an on-site meeting prior to the start of work and again upon completion of each job. • Before leaving the site each day, the on-site supervisor must perform a thorough inspection of the work area to ensure that all contract requirements have been met. Payment will not be authorized until the site has been reviewed and approved as meeting contract specifications. • If any work remains incomplete, the on-site supervisor must notify the City designee, via phone, text, or email, prior to the end of that workday, specifying the outstanding items. All remaining work must be completed within the timeframe mutually agreed upon by the Vendor and City representative. • If, upon inspection, the work does not meet City standards, the City designee will notify the Vendor(s) and request that the necessary corrections be made. • Vendor(s) shall have five (5) business days from the date of notification to complete all required corrections. • Once the City representative verifies that the work has been satisfactorily completed, invoice(s) can be included with monthly billing. 4.13 TRAFFIC CONTROL AND PEDESTRIAN SAFETY • Vendor(s) shall position appropriate advance warning signs based on site conditions and ensure all necessary measures are taken to maintain a safe work zone. A dedicated crew shall be responsible for setting up, adjusting, relocating, and maintaining all traffic control devices, as well as adding, removing, or covering signs as needed throughout the duration of the work. • Vendor(s) are responsible for establishing and maintaining safe conditions for both vehicular and pedestrian traffic, including park users. In areas with high pedestrian activity or during peak usage times, the Vendor(s) must coordinate work schedules and safety measures with the City’s designated representative. • The City reserves the right to restrict work hours in high pedestrian areas to ensure public safety. Two-way traffic must be maintained at all times through intersections and along roadways—full road closures are not permitted. • The Vendor(s) shall exercise all necessary precautions to protect persons and property and must comply with all applicable federal, state, county, and city regulations. Any fines incurred due to non- compliance will be the sole responsibility of the Vendor(s). • Barricades shall be provided by the Vendor(s) in areas accessed by the public or as required by the City representative to ensure safety during work activities. 4.14 PAYMENT & INVOICING • Vendors must submit invoices monthly to the City of Clearwater Parks and Recreation Department for services completed during the previous month. v. 7.2024 20 • Each invoice must include the following details: o Service location(s) o Service Date(s) o Description of services or materials provided o Unique invoice number o Corresponding Purchase Order (PO) number 4.15 PRICING Pricing must be per cubic yard and must include all labor, equipment, travel, materials, fuel, disposal, insurance, and other costs. No additional charges will be accepted outside of the agreed rate. 4.16 CHANGES TO SCOPE OF WORK The City reserves the right to revise the scope of work at any point during the contract term. Modifications may include, but are not limited to: • Increasing or decreasing the volume of work • Removing or modifying specific tasks • Updating specifications or design requirements • Adding new services or work not originally included All changes must be reviewed and mutually agreed upon by both the City representative and the vendor prior to implementation. Any work performed without written authorization will not be eligible for payment. 4.17 MINIMUM QUALIFICATIONS • Vendor(s) shall include with bid submittal a minimum of three (3) references from commercial clients within the past three (3) years for whom similar services, as described in this solicitation, have been successfully performed. 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 v. 7.2024 21 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. 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 Pollution and/or Asbestos Legal Liability Insurance Where the Agreement involves asbestos and/or environmental hazards/contamination risks (defined broadly, e.g. lead, mold, bacteria, fuel storage, underground work, cleanup (owned or non-owned sites),pollutant generation/transportation, marine/natural resource damage, contamination claim, restitution, business interruption, mold, fungus, lead-based paint, 3rd party claims/removal, etc.), with limits of at least $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) aggregate, maintained for at least 3 years after Agreement completion. 5.6 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. 5.7 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, 47-25 P.O. Box 4748 Clearwater, FL 33758-4748 v. 7.2024 22 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. MILESTONES 6.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from October 2025 through September 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. three (3), 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 bid. 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 bid and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. During the sixty (60) day period prior to each annual anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices for an amount for no more than the twelve months change in the Producer Price Index (PPI) Table containing PPI-U All Items Indexes, not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/ppi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. v. 7.2024 23 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 at least one year and may be adjusted thereafter as outlined in the previous paragraph. 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. 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 Pursuant to the contract specifications enumerated and described in this solicitation, we agree to furnish Mechanically Blown Engineered Wood Fiber Services to the City of Clearwater at the price(s) stated below. NOTE: The quantities shown on the Bid Pricing page are estimated quantities to establish pricing. 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 MECHANICALLY BLOWN ENGINEERED WOOD FIBER Pricing must be per cubic yard and must include all labor, equipment, travel, materials, fuel, disposal, insurance, and other costs. No additional charges will be accepted outside of the agreed rate. Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Total 1 Mechanically Blown Engineered Wood Fiber Services 4,000 Cubic Yard TOTAL v. 7.2024 24 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" 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 v. 7.2024 25 *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. 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. v. 7.2024 26 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. 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 Upload Equipment List* *Response required 8 Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... *Response required v. 7.2024 27 9 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... *Response required 10 W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required 1) American Mulch and Soil 2) FCM Industries Holdco LLC 13838 Hays Road PO Box 550512 Spring Hill, FL 34610 Jacksonville, FL 33255 3) Imulchfl 210 N Tubb St #569 Oakland, FL 34760 ADVERTISED: TAMPA BAY TIMES July 16,2025 POSTED:myclearwater.com July 16,2025 - August 18, 2025 FOR THE CITY OF CLEARWATER Due/Opening: August 19, 2025; 10:00 a.m. INVITATION TO BID No. 47-25 Mechanically Blown Engineered Wood Fiber Services Solicitation Response Listing 1) 2) 3) 4) 5) 6) 7) ADVERTISED: TAMPA BAY TIMES date POSTED:myclearwater.com date - date Due/Opening: MONTH/DATE, 2023; 10:00 a.m. REQUEST FOR PROPOSAL No. XX-23 TITLE Solicitation Response Listing FOR THE CITY OF CLEARWATER 1) 2) 3) 4) 5) 6) 7) ADVERTISED: TAMPA BAY TIMES date POSTED:myclearwater.com date - date Due/Opening: MONTH/DATE, 2023; 10:00 a.m. REQUEST FOR QUALIFICATIONS No. XX-23 TITLE Solicitation Response Listing FOR THE CITY OF CLEARWATER Mechanically Blown Engineered Wood Fiber PRICE TABLES Pricing must be per cubic yard and must include all labor, equipment, travel, materials, fuel, disposal, insurance, and other costs. No additional charges will be accepted outside of the agreed rate. Line Item Description Estimat…Unit of Measure Unit Cost 1 Mechanically Blown Engineered Wood Fiber Services 4000 Cubic Yard $42.00 Total 8/19/25, 4:17 PM American Mulch and Soil Response https://procurement.opengov.com/governments/172/projects/181247/evaluation/proposals/358676 1/1 City of Clearwater Procurement Jay Ravins, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 EVALUATION TABULATION ITB No. 47-25 Mechanically Blown Engineered Wood Fiber Services RESPONSE DEADLINE: August 19, 2025 at 10:00 am Report Generated: Wednesday, August 20, 2025 MECHANICALLY BLOWN ENGINEERED WOOD FIBER Primary award cells are green and Backup award cells are gray American Mulch and Soil FCM INDUSTRIES HOLDCO LLC IMulchfl Line Item Description Estimated Annual Quantity Unit of Measure Unit Cost Unit Cost Unit Cost 1 Mechanically Blown Engineered Wood Fiber Services 4000 Cubic Yard $42.00 $48.50 $42.45 VENDOR QUESTIONNAIRE PASS/FAIL Question Title American Mulch and Soil FCM INDUSTRIES HOLDCO LLC IMulchfl Exceptions Pass Pass Pass Exceptions Taken No Response No Response No Response Additional Materials Pass Pass Pass Description of Additional Materials No Response No Response No Response Certified Business Pass Pass Pass Certified Business Type No Response No Response No Response Certifying Agency No Response No Response No Response Certification Documentation No Response No Response No Response EVALUATION TABULATION ITB No. 47-25 Mechanically Blown Engineered Wood Fiber Services EVALUATION TABULATION Invitation To Bid - Mechanically Blown Engineered Wood Fiber Services Page 2 Question Title American Mulch and Soil FCM INDUSTRIES HOLDCO LLC IMulchfl Vendor Certification Pass Pass Pass E-Verify System Certification Pass Pass Pass References Pass Pass Pass Upload Equipment List Pass Pass Pass Scrutinized Company Certification Pass Pass Pass Compliance with Anti-Human Trafficking Laws Pass Pass Pass W-9 Pass Pass Pass September 16, 2025 NOTICE OF INTENT TO AWARD Parks and Recreation and the Procurement Division recommend award of ITB No. 47-25, Mechanically Blown Engineered Wood Fiber Services, to American Mulch and Soil of Spring Hill, FL the lowest most responsible bidder, in accordance with the bid specifications, in the estimated annual amount $100,000.00, for the term October 1, 2025, to September 30, 2026, with three (3), one (1) year renewal options. This Award recommendation will be considered by the City Council at the October 15, 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 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0991 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 6.12 SUBJECT/RECOMMENDATION: Approve a purchase order and renewal agreement to TriTech Software Systems, a Central Square Company, for the renewal of TriTech Software Support and Maintenance in the amount of $246,320.40, from October 1, 2025 through September 30, 2026, pursuant to City Code of Ordinance 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. SUMMARY: TriTech Software Systems and the Clearwater Police Department (CPD) began an annual contractual agreement in 2007 for an integrated computer aided dispatch (CAD) system. In May 2022, the police department and other county law enforcement agencies entered an interlocal agreement to create the Pinellas Regional Information Management Enterprise (PRIME) for the purpose of implementing Hexagon, a new countywide CAD and records management system (RMS). This monumental task is ongoing but has resulted in several delays. As a result, it is necessary for the police department to renew the agreement with our current CAD system provider, Tri-Tech Software Systems. APPROPRIATION CODE AND AMOUNT: The total cost for the proposed renewal agreement for Fiscal Year 2026 is $246,320.40, which reflects a 4.3% increase. Funding for this contractual agreement is included in the Police Department's fiscal year 2026 operating budget request for cost code 0101162-530300, contractual services. However, due to the delays in implementing the CAD and RMS system, PRIME has agreed to reimburse the city in full for those renewal costs. STRATEGIC PRIORITY: This project is relevant towards accomplishing the strategic goal of a High Performing Government, specifically strategic objective 1.4 to foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. Page 1 City of Clearwater Printed on 10/10/2025 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1001 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Police Department Agenda Number: 6.13 SUBJECT/RECOMMENDATION: Approve a purchase order and renewal agreement to Lexis Nexis Risk Solutions FL Inc., for the renewal of Accurint Virtual Crime Center and TraX Software in the amount of $59,567.57 for a two-year period beginning at the time of execution, pursuant to Clearwater Code of Ordinance 2.563(1)(d), Impractical, and authorize the appropriate officials to execute same. SUMMARY: Lexis Nexis Risk Solutions FL Inc. and the Clearwater Police Department began a contractual agreement in 2001 for the Accurint Virtual Crime Center software, which offers industry-leading analytics and features unique to Lexis Nexis. The agreement has been renewed every two years since. During the renewal for this term, the vendor requested to update the terms and conditions of the original agreement executed in 2001. The 2001 agreement and this agreement both contain an indemnity clause, which is the reason your approval is being requested. APPROPRIATION CODE AND AMOUNT: The total cost for the proposed renewal agreement for the next two fiscal years is $59,567.57. Funding for this contractual agreement is included in the Police Department’s operating budget for contractual services, funded by revenues from the General Fund. STRATEGIC PRIORITY: This project is relevant towards accomplishing the strategic goal of a High Performing Government, specifically strategic objective 1.4 to foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. Page 1 City of Clearwater Printed on 10/10/2025 LNRS Master Terms-Govt (Q2.23.v1) Confidential Page 1 of 9 LexisNexis® Risk Solutions Master Terms & Conditions - Government These LexisNexis Risk Solutions Master Terms & Conditions - Government (the “Master Terms”) are entered into as of (the “Effective Date”), by and between LexisNexis Risk Solutions FL Inc. (“LNRSFL”), with its principal place of business located at 1000 Alderman Drive, Alpharetta, Georgia 30005 and ("Customer"), with its principal place of business located at , each individually referred to as the “Party” and collectively as the “Parties.” These Master Terms govern the provision of the LN Services (as defined below) by LNRSFL and each of its respective Affiliates who provide LNRS Services under these Master Terms (collectively referred to as “LN”). WHEREAS, LNRSFL (or an Affiliate identified on a separate Schedule A) is the provider of certain data products, data applications and other related services (the “LN Services”); and WHEREAS, Customer is a company or government agency requesting such data and data related services and is desirous of receiving LN’s capabilities; and WHEREAS, the Parties now intend for these Master Terms to be the master agreement governing the relationship between the Parties with respect to the LN Services as of the Effective Date. NOW, THEREFORE, LN and Customer agree to be mutually bound by the terms and conditions of these Master Terms, and for other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, do hereby agree as follows: 1. SCOPE OF SERVICES/CUSTOMER CREDENTIALING. Subject to the terms of separate addenda and pricing schedule(s), purchase orders or statements of work for specific LN Services (each, a “Schedule A”), LN agrees to provide the LN Services described in such Schedule(s) A to Customer, subject to the terms and conditions herein. Any reference in a Schedule A to a services agreement shall mean these Master Terms plus the applicable addendum or addenda. References to the LN Services shall also be deemed to include the data therein as well as any Software provided by LN. These Master Terms shall encompass any and all delivery methods provided to Customer for the LN Services, including, but not limited to, online, batch, XML, assisted searching, machine-to-machine searches, and any other means which may become available. Customer acknowledges and understands that LN will only allow Customer access to the LN Services if Customer’s credentials can be verified in accordance with LN’s internal credentialing procedures. The foregoing shall also apply to the addition of Customer’s individual locations and/or accounts. 2. RESTRICTED LICENSE. LN hereby grants to Customer a restricted license to use the LN Services, subject to the restrictions and limitations set forth below: (i) Generally. LN hereby grants to Customer a restricted license to use the LN Services solely for Customer’s own internal business purposes. Customer represents and warrants that all of Customer’s use of the LN Services shall be for only legitimate business purposes, including those specified by Customer in connection with a specific information request, relating to its business and as otherwise governed by the Master Terms. Customer shall not use the LN Services for marketing purposes or resell or broker the LN Services to any third-party, and shall not use the LN Services for personal (non-business) purposes. Customer shall not use the LN Services to provide data processing services to third-parties or evaluate data for third-parties or, without LN’s consent, to compare the LN Services against a third party’s data processing services. Customer agrees that, if LN determines or reasonably suspects that continued provision of LN Services to Customer entails a potential security risk, or that Customer is in violation of any provision of these Master Terms or law, LN may take immediate action, including, without limitation, terminating the delivery of, and the license to use, the LN Services. Customer shall not access the LN Services from Internet Protocol addresses located outside of the United States and its territories without LN’s prior written approval. Customer may not use the LN Services to create a competing product. Customer shall comply with all laws, regulations and rules which govern the use of the LN Services and information provided therein. LN may at any time mask or cease to provide Customer access to any LN Services or portions thereof which LN may deem, in LN’s sole discretion, to be sensitive or restricted information. (ii) GLBA Data. Unless Customer has expressly opted out of receiving such data, some of the information contained in the LN Services is “nonpublic personal information,” as defined in the Gramm-Leach-Bliley Act, (15 U.S.C. § 6801, et seq.) and related state laws (collectively, the “GLBA”), and is regulated by the GLBA (“GLBA Data”). Customer shall not obtain and/or use GLBA Data through the LN Services in any manner that would violate the GLBA, or any similar state or local laws, regulations and rules. Customer acknowledges and agrees that it may be required to certify its permissible use of GLBA Data falling within an exception set forth in the GLBA at the time it requests information in connection with certain LN Services and will recertify upon request by LN. Customer certifies with respect to GLBA Data received through the LN Services that it complies with the Interagency Standards for Safeguarding Customer Information issued pursuant to the GLBA. (iii) DPPA Data. Unless Customer has expressly opted out of receiving such data, some of the information contained in the LN Services is “personal information,” as LNRS Master Terms-Govt (Q2.23.v1) Confidential Page 2 of 9 defined in the Drivers Privacy Protection Act, (18 U.S.C. § 2721 et seq.) and related state laws (collectively, the “DPPA”), and is regulated by the DPPA (“DPPA Data”). Customer shall not obtain and/or use DPPA Data through the LN Services in any manner that would violate the DPPA. Customer acknowledges and agrees that it may be required to certify its permissible use of DPPA Data at the time it requests information in connection with certain LN Services and will recertify upon request by LN. (iv) Non-FCRA Use Restrictions. The LN Services described in a Schedule A (as defined in these Master Terms) as Non-FCRA are not provided by “consumer reporting agencies,” as that term is defined in the Fair Credit Reporting Act (15 U.S.C. § 1681, et seq.) (“FCRA”) and do not constitute “consumer reports,” as that term is defined in the FCRA (the “Non-FCRA LN Services”). Accordingly, the Non-FCRA LN Services may not be used in whole or in part as a factor in determining eligibility for credit, insurance, employment or another purpose in connection with which a consumer report may be used under the FCRA. Further, (A) Customer certifies that it will not use any of the information it receives through the Non-FCRA LN Services to determine, in whole or in part an individual’s eligibility for any of the following products, services or transactions: (1) credit or insurance to be used primarily for personal, family or household purposes; (2) employment purposes; (3) a license or other benefit granted by a government agency; or (4) any other product, service or transaction in connection with which a consumer report may be used under the FCRA or any similar state statute, including without limitation apartment rental, check-cashing, or the opening of a deposit or transaction account; (B) by way of clarification, without limiting the foregoing, Customer may use, except as otherwise prohibited or limited by the Master Terms, information received through the Non-FCRA LN Services for the following purposes: (1) to verify or authenticate an individual’s identity; (2) to prevent or detect fraud or other unlawful activity; (3) to locate an individual; (4) to review the status of a legal proceeding; (5) to determine whether to buy or sell consumer debt or a portfolio of consumer debt in a commercial secondary market transaction, provided that such determination does not constitute in whole or in part, a determination of an individual consumer’s eligibility for credit or insurance to be used primarily for personal, family or household purposes; (C) specifically, if Customer is using the Non-FCRA LN Services in connection with collection of a consumer debt on its own behalf, or on behalf of a third-party, Customer shall not use the Non-FCRA LN Services: (1) to revoke consumer credit; (2) to accelerate, set or change repayment terms; or (3) for the purpose of determining a consumer’s eligibility for any repayment plan; provided, however, that Customer may, consistent with the certification and limitations set forth in this Section, use the Non-FCRA LN Services for identifying, locating, or contacting a consumer in connection with the collection of a consumer’s debt or for prioritizing collection activities; and (D) Customer shall not use any of the information it receives through the Non- FCRA LN Services to take any “adverse action,” as that term is defined in the FCRA. (v) FCRA Services. If a Customer desires to use a product described in a Schedule A as an FCRA product, Customer will execute an FCRA Addendum to the Master Terms. The FCRA product will be delivered by an affiliate of LNRSFL, LexisNexis Risk Solutions Inc., in accordance with the terms and conditions of the Master Terms. (vi) Social Security and Driver’s License Numbers. LN may in its sole discretion permit Customer to access full social security numbers (nine (9) digits) and driver’s license numbers (collectively, “QA Data”). If Customer is authorized by LN to receive QA Data, and Customer obtains QA Data through the LN Services, Customer certifies it will not use the QA Data for any purpose other than as expressly authorized by LN policies, the terms and conditions herein, and applicable laws and regulations. In addition to the restrictions on distribution otherwise set forth in Paragraph 3 below, Customer agrees that it will not permit QA Data obtained through the LN Services to be used by an employee or contractor that is not an Authorized User with an Authorized Use. Customer agrees it will certify, in writing, its uses for QA Data and recertify upon request by LN. Customer may not, to the extent permitted by the terms of these Master Terms, transfer QA Data via email or ftp without LN’s prior written consent. However, Customer shall be permitted to transfer such information so long as: 1) a secured method (for example, sftp) is used, 2) transfer is not to any third-party, and 3) such transfer is limited to such use as permitted under these Master Terms. LN may at any time and for any or no reason cease to provide or limit the provision of QA Data to Customer. (vii) Copyrighted and Trademarked Materials. Customer shall not remove or obscure any trademarks, copyright notices or other notices contained on materials accessed through the LN Services. (viii) Additional Terms. To the extent that the LN Services accessed by Customer include information or data described in the Risk Supplemental Terms contained at: www.lexisnexis.com/terms/risksupp, Customer agrees to comply with the Risk Supplemental Terms set forth therein. Additionally, certain other information contained within the LN Services is subject to additional obligations and restrictions. These services include, without limitation, news, business information, and federal legislative and regulatory materials. To the extent that Customer receives such news, business information, and federal legislative and regulatory materials through the LN Services, Customer agrees to comply with the Terms and Conditions contained at: http://www.lexisnexis.com/terms/general.aspx (the “L&P Terms”). The Risk Supplemental Terms and the L&P Terms are hereby incorporated into these Master Terms by reference. In the event of a direct conflict between these Master Terms, the Risk Supplemental Terms, and the L&P Terms, the order of precedence shall be as follows: these Master Terms, the Risk Supplemental Terms and then the L&P Terms. (ix) MVR Data. If Customer is permitted to access Motor Vehicle Records (“MVR Data”) from LN, without in LNRS Master Terms-Govt (Q2.23.v1) Confidential Page 3 of 9 any way limiting Customer’s obligations to comply with all state and federal laws governing use of MVR Data, the following specific restrictions apply and are subject to change: (a) Customer shall not use any MVR Data provided by LN, or portions of information contained therein, to create or update a file that Customer uses to develop its own source of driving history information. (b) As requested by LN, Customer shall complete any state forms that LN is legally or contractually bound to obtain from Customer before providing Customer with MVR Data. (c) Upon advanced written notice to Customer, LN (and certain Third-Party vendors) may conduct reasonable and periodic audits of Customer’s use of MVR Data. In response to any such audit, Customer must be able to substantiate the reason for each MVR Data order. (x) HIPAA. Customer represents and warrants that Customer will not provide LN with any Protected Health Information (as that term is defined in 45 C.F.R. Sec. 160.103) or with Electronic Health Records or Patient Health Records (as those terms are defined in 42 U.S.C. Sec. 17921(5), and 42 U.S.C. Sec. 17921(11), respectively) or with information from such records without the execution of a separate agreement between the parties. (xi) Economic Sanctions Laws. Customer acknowledges that LN is subject to economic sanctions laws, including but not limited to those enforced by the U.S. Department of the Treasury’s Office of Foreign Assets Control (“OFAC”), the European Union, and the United Kingdom. Accordingly, Customer shall comply with all economic sanctions laws of the United States, the European Union, and the United Kingdom. Customer shall not provide access to LN Services to any individuals identified on OFAC’s list of Specially Designated Nationals (“SDN List”), the UK’s HM Treasury’s Consolidated List of Sanctions Targets, or the EU’s Consolidated List of Persons, Groups, and Entities Subject to EU Financial Sanctions. Customer shall not take any action which would place LN in a position of non-compliance with any such economic sanctions laws. (xii) Retention of Records. For uses of GLB Data, DPPA Data and MVR Data, as described in Sections 2(ii), 2(iii) and 2(vii), Customer shall maintain for a period of five (5) years a complete and accurate record (including consumer identity, purpose and, if applicable, consumer authorization) pertaining to every access to such data. (xiii) Software. To the extent that Customer is using software provided by LN (“Software”), whether hosted by LN or installed on Customer’s equipment, such Software shall be deemed provided under a limited, revocable license, for the sole purpose of using the LN Services. In addition, the following terms apply: Customer shall not (a) use the Software to store or transmit infringing, libelous, or otherwise unlawful or tortuous material, or to store or transmit material in violation of third-party privacy rights, (b) use the Software to store or transmit spyware, adware, other malicious programs or code, programs that infringe the rights of others, or programs that place undue burdens on the operation of the Software, or (c) interfere with or disrupt the integrity or performance of the Software or data contained therein. The use of the Software will be subject to any other restrictions (such as number of users, features, or duration of use) agreed to by the parties or as set forth in a Schedule A. 3. SECURITY. Customer acknowledges that the information available through the LN Services may include personally identifiable information and it is Customer’s obligation to keep all such accessed information confidential and secure. Accordingly, Customer shall (a) restrict access to LN Services to those employees who have a need to know as part of their official duties; (b) ensure that none of its employees shall (i) obtain and/or use any information from the LN Services for personal reasons, or (ii) transfer any information received through the LN Services to any party except as permitted hereunder; (c) keep all user identification numbers, and related passwords, or other security measures (collectively, “User IDs”) confidential and prohibit the sharing of User IDs; (d) immediately deactivate the User ID of any employee who no longer has a need to know, or for terminated employees on or prior to the date of termination; (e) in addition to any obligations under Paragraph 2, take all commercially reasonable measures to prevent unauthorized access to, or use of, the LN Services or data received therefrom, whether the same is in electronic form or hard copy, by any person or entity; (f) maintain and enforce data destruction procedures to protect the security and confidentiality of all information obtained through LN Services as it is being disposed; (g) purge all information received through the LN Services within ninety (90) days of initial receipt; provided that Customer may extend such period if and solely to the extent such information is retained thereafter in archival form to provide documentary support required for Customer’s legal or regulatory compliance efforts; (h) be capable of receiving the LN Services where the same are provided utilizing “secure socket layer,” or such other means of secure transmission as is deemed reasonable by LN; (i) not access and/or use the LN Services via mechanical, programmatic, robotic, scripted or other automated search means, other than through batch or machine-to-machine applications approved by LN; (j) take all steps to protect their networks and computer environments, or those used to access the LN Services, from compromise; (k) on at least a quarterly basis, review searches performed by its User IDs to ensure that such searches were performed for a legitimate business purpose and in compliance with all terms and conditions herein; and (l) maintain policies and procedures to prevent unauthorized use of User IDs and the LN Services. Customer will immediately notify LN, by written notification to the LN Information Assurance and Data Protection Organization at 1000 Alderman Drive, Alpharetta, Georgia 30005 and by email (security.investigations@lexisnexis.com) and by phone (1-888-872-5375), if Customer suspects, has reason to believe or confirms that a User ID or the LN Services (or data derived directly or indirectly therefrom) is or has been lost, LNRS Master Terms-Govt (Q2.23.v1) Confidential Page 4 of 9 stolen, compromised, misused or used, accessed or acquired in an unauthorized manner or by any unauthorized person, or for any purpose contrary to the terms and conditions herein. To the extent permitted under applicable law, Customer shall remain solely liable for all costs associated therewith and shall further reimburse LN for any expenses it incurs due to Customer’s failure to prevent such impermissible use or access of User IDs and/or the LN Services, or any actions required as a result thereof. Furthermore, in the event that the LN Services provided to the Customer include personally identifiable information (including, but not limited to, social security numbers, driver’s license numbers or dates of birth), the following shall apply: Customer acknowledges that, upon unauthorized acquisition or access of or to such personally identifiable information, including but not limited to that which is due to use by an unauthorized person or due to unauthorized use (a "Security Event"), Customer shall, in compliance with law, notify the individuals whose information was potentially accessed or acquired that a Security Event has occurred, and shall also notify any other parties (including but not limited to regulatory entities and credit reporting agencies) as may be required in LN’s reasonable discretion. Customer agrees that such notification shall not reference LN or the product through which the data was provided, nor shall LN be otherwise identified or referenced in connection with the Security Event, without LN’s express written consent. Customer shall be solely responsible for any other legal or regulatory obligations which may arise under applicable law in connection with such a Security Event and shall bear all costs associated with complying with legal and regulatory obligations in connection therewith. To the extent permitted under applicable law, Customer shall remain solely liable for claims that may arise from a Security Event, including, but not limited to, costs for litigation (including attorneys’ fees), and reimbursement sought by individuals, including but not limited to, costs for credit monitoring or allegations of loss in connection with the Security Event. Customer shall provide samples of all proposed materials to notify consumers and any third-parties, including regulatory entities, to LN for review and approval prior to distribution. In the event of a Security Event, LN may, in its sole discretion, take immediate action, including suspension or termination of Customer’s account, without further obligation or liability of any kind. 4. PERFORMANCE. LN will use commercially reasonable efforts to deliver the LN Services requested by Customer and to compile information gathered from selected public records and other sources used in the provision of the LN Services; provided, however, that the Customer accepts all information “AS IS”. Customer acknowledges and agrees that LN obtains its data from third party sources, which may or may not be completely thorough and accurate, and that Customer shall not rely on LN for the accuracy or completeness of information supplied through the LN Services. Without limiting the foregoing, the criminal record data that may be provided as part of the LN Services may include records that have been expunged, sealed, or otherwise have become inaccessible to the public since the date on which the data was last updated or collected. Customer understands that Customer may be restricted from accessing certain LN Services which may be otherwise available. LN reserves the right to add materials and features to, and to discontinue offering any of the materials and features that are currently a part of, the LN Services. In the event that LN discontinues a material portion of the materials and features that Customer regularly uses in the ordinary course of its business, and such materials and features are part of a flat fee subscription plan to which Customer has subscribed, LN will, at Customer’s option, issue a prorated credit to Customer’s account. 5. PRICING SCHEDULES. Upon acceptance by the LN Affiliate(s) set forth on an applicable Schedule A, such LN Affiliate(s) shall provide the LN Services requested by Customer and set forth in one (1) or more Schedules A attached hereto or subsequently incorporated by reference, for the fees listed on such schedules. The fees listed on a Schedule A may be updated from time-to-time by notice to Customer. All current and future pricing documents and Schedule(s) A are deemed incorporated herein by reference. 6. INTELLECTUAL PROPERTY; CONFIDENTIALITY. Customer agrees that Customer shall not reproduce, retransmit, republish, or otherwise transfer for any commercial purposes the LN Services. Customer acknowledges that LN (and/or its third party data providers) shall retain all right, title, and interest under applicable contractual, copyright, patent, trademark, Trade Secret and related laws in and to the LN Services and the information that they provide. Customer shall use such materials in a manner consistent with LN's interests and the terms and conditions herein, and shall promptly notify LN of any threatened or actual infringement of LN's rights. Customer and LN acknowledge that they each may have access to confidential information of the disclosing party (“Disclosing Party”) relating to the Disclosing Party’s business including, without limitation, technical, financial, strategies and related information, computer programs, algorithms, know-how, processes, ideas, inventions (whether patentable or not), schematics, Trade Secrets (as defined below) and other information (whether written or oral), and in the case of LN’s information, product information, pricing information, product development plans, forecasts, the LN Services, and other business information (“Confidential Information”). Confidential Information shall not include information that: (i) is or becomes (through no improper action or inaction by the Receiving Party (as defined below)) generally known to the public; (ii) was in the Receiving Party’s possession or known by it prior to receipt from the Disclosing Party; (iii) was lawfully disclosed to Receiving Party by a third-party and received in good faith and without any duty of confidentiality by the Receiving Party or the third-party; or (iv) was independently developed without use of any Confidential Information of the Disclosing Party by employees of the Receiving Party who have had no access to such Confidential Information. “Trade Secret” shall be deemed to include any information which gives the Disclosing Party an advantage over competitors who do not have access to such information as well as all information that fits the definition of “trade secret” set forth under LNRS Master Terms-Govt (Q2.23.v1) Confidential Page 5 of 9 applicable law. Each receiving party (“Receiving Party”) agrees not to divulge any Confidential Information or information derived therefrom to any third-party and shall protect the confidentiality of the Confidential Information with the same degree of care it uses to protect the confidentiality of its own confidential information and trade secrets, but in no event less than a reasonable degree of care. Notwithstanding the foregoing, the Receiving Party may disclose Confidential Information solely to the extent required by subpoena, court order or other governmental authority, provided that the Receiving Party shall give the Disclosing Party prompt written notice of such subpoena, court order or other governmental authority so as to allow the Disclosing Party to have an opportunity to obtain a protective order to prohibit or restrict such disclosure at its sole cost and expense. Confidential Information disclosed pursuant to subpoena, court order or other governmental authority shall otherwise remain subject to the terms applicable to Confidential Information. Each party’s obligations with respect to Confidential Information shall continue for the term of these Master Terms and for a period of five (5) years thereafter, provided however, that with respect to Trade Secrets, each party’s obligations shall continue for so long as such Confidential Information continues to constitute a Trade Secret. Notwithstanding the foregoing, if Customer is bound by the Freedom of Information Act, 5 U.S.C. 552, or other federal, state, or municipal open records laws or regulations which may require disclosure of information, and disclosure thereunder is requested, Customer agrees that it shall notify LN in writing and provide LN an opportunity to object, if so permitted thereunder, prior to any disclosure. 7. PAYMENT OF FEES. Customer shall pay LN the fees described on the applicable Schedule A. Customer shall be responsible for payment of the applicable fees for all services ordered by Customer or otherwise obtained through Customer's User IDs, whether or not such User ID is used by Customer or a third-party, provided access to the User ID is not the result of use by a person formerly or presently employed by LN (and not employed by Customer at the time of the use) or who obtains the User ID by or through a break-in or unauthorized access of LN's offices, premises, records, or documents. Customer agrees that it may be electronically invoiced for those fees. Payments must be received by LN within thirty (30) days of the invoice date. Any balance not timely paid will accrue interest at the rate of eighteen percent (18%) per annum or the highest rate allowed by applicable law, whichever is less. 8. APPROPRIATION OF FUNDS. If sufficient funds are not appropriated or allocated for payment under this Agreement for any current or future fiscal period, then Customer may, at its option, terminate this Agreement on the last day of any calendar month, upon ten (10) days prior written notice to LN, without future obligations, liabilities or penalties, except that Customer shall remain liable for amounts due up to the time of termination. In addition, Customer shall certify and warrant in writing that sufficient funds have not been appropriated to continue the Agreement for the next fiscal year. 9. TERM OF AGREEMENT. These Master Terms are for services rendered and shall be in full force and effect during such periods of time during which LN is providing services for Customer (the “Term”); provided, however, that any term provided on a Schedule A (the “Schedule A Term”) shall apply to the LN Services provided under such Schedule A until the expiration of that Schedule A Term. Upon expiration of any Schedule A Term, these Master Terms shall continue in effect for so long as LN is providing services for Customer. 10. TERMINATION. Either party may terminate these Master Terms at any time for any reason, except that Customer shall not have the right to terminate these Master Terms to the extent a Schedule A provides for a Schedule A Term or otherwise sets forth Customer's minimum financial commitment. 11. GOVERNING LAW. In the event that Customer is a government agency, these Master Terms shall be governed by and construed in accordance with the state or federal law(s) applicable to such agency, irrespective of conflicts of law principles. If the Customer is not a government agency, these Master Terms shall be governed by the laws of the State of Georgia, irrespective of conflicts of law principles. 12. ASSIGNMENT. Neither these Master Terms nor the license granted herein may be assigned by Customer, in whole or in part, without the prior written consent of LN. The dissolution, merger, consolidation, reorganization, sale or other transfer of assets, properties, or controlling interest of twenty percent (20%) or more of Customer shall be deemed an assignment for the purposes of these Master Terms. Any assignment without the prior written consent of LN shall be void. 13. DISCLAIMER OF WARRANTIES. LN (SOLELY FOR PURPOSES OF INDEMNIFICATION, DISCLAIMER OF WARRANTIES, AND LIMITATION ON LIABILITY, LN, ITS SUBSIDIARIES AND AFFILIATES, AND ITS DATA PROVIDERS ARE COLLECTIVELY REFERRED TO AS “LN”) DOES NOT MAKE AND HEREBY DISCLAIMS ANY WARRANTY, EXPRESS OR IMPLIED, WITH RESPECT TO THE LN SERVICES. LN DOES NOT WARRANT THE CORRECTNESS, COMPLETENESS, MERCHANTABILITY, OR FITNESS FOR A PARTICULAR PURPOSE OF THE LN SERVICES OR INFORMATION PROVIDED THEREIN. Due to the nature of public record information, the public records and commercially available data sources used in the LN Services may contain errors. Source data is sometimes reported or entered inaccurately, processed poorly or incorrectly, and is generally not free from defect. The LN Services are not the source of data, nor are they a comprehensive compilation of the data. Before relying on any data, it should be independently verified. 14. LIMITATION OF LIABILITY. Neither LN, nor its subsidiaries and affiliates, nor any third-party data provider shall be liable to Customer (or to any person claiming through Customer to whom Customer may have provided data from the LN Services) for any loss or injury arising out of or caused in whole or in part by use of the LNRS Master Terms-Govt (Q2.23.v1) Confidential Page 6 of 9 LN Services. If, notwithstanding the foregoing, liability can be imposed on LN, Customer agrees that LN's aggregate liability for any and all losses or injuries arising out of any act or omission of LN in connection with anything to be done or furnished under these Master Terms, regardless of the cause of the loss or injury, and regardless of the nature of the legal or equitable right claimed to have been violated, shall never exceed the amount of fees actually paid by Customer to LN under this Agreement during the six (6) month period preceding the event that gave rise to such loss or injury. Customer covenants and promises that it will not sue LN for an amount greater than such sum even if Customer and/or third-parties were advised of the possibility of such damages and that it will not seek punitive damages in any suit against LN. IN NO EVENT SHALL LN BE LIABLE FOR ANY INDIRECT, PUNITIVE, INCIDENTAL, OR CONSEQUENTIAL DAMAGES, HOWEVER ARISING, INCURRED BY CUSTOMER. 15. INDEMNIFICATION. To the extent permitted by applicable law, Customer hereby agrees to protect, indemnify, defend, and hold harmless LN from and against any and all costs, claims, demands, damages, losses, and liabilities (including attorneys' fees and costs) arising from or in any way related to any third-party claim based upon (a) use of information received by Customer (or any third-party receiving such information from or through Customer) furnished by or through LN; (b) breach of any terms, conditions, representations or certifications in these Master Terms; and (c) any Security Event. LN hereby agrees to protect, indemnify, defend, and hold harmless Customer from and against any and all costs, claims, demands, damages, losses, and liabilities (including attorneys' fees and costs) arising from or in connection with any third-party claim that the LN Services, when used in accordance with these Master Terms, infringe a United States patent or United States registered copyright, subject to the following: (i) Customer must promptly give written notice of any claim to LN; (ii) Customer must provide any assistance which LN may reasonably request for the defense of the claim (with reasonable out of pocket expenses paid by LN); and (iii) LN has the right to control the defense or settlement of the claim; provided, however, that the Customer shall have the right to participate in, but not control, any litigation for which indemnification is sought with counsel of its own choosing, at its own expense. Notwithstanding the foregoing, LN will not have any duty to indemnify, defend or hold harmless Customer with respect to any claim of infringement resulting from (1) Customer’s misuse of the LN Services; (2) Customer’s failure to use any corrections made available by LN; (3) Customer’s use of the LN Services in combination with any product or information not provided or authorized in writing by LN; or (4) any information, direction, specification or materials provided by Customer or any third-party. If an injunction or order is issued restricting the use or distribution of any part of the LN Services, or if LN determines that any part of the LN Services is likely to become the subject of a claim of infringement or violation of any proprietary right of any third-party, LN may in its sole discretion and at its option (A) procure for Customer the right to continue using the LN Services; (B) replace or modify the LN Services so that they become non-infringing, provided such modification or replacement does not materially alter or affect the use or operation of the LN Services; or (C) terminate these Master Terms and refund any fees relating to the future use of the LN Services. The foregoing remedies constitute Customer’s sole and exclusive remedies and LN’s entire liability with respect to infringement claims or actions. 16. SURVIVAL OF AGREEMENT. Provisions hereof related to release of claims; indemnification; use and protection of LN Services; payment for the LN Services; audit; LN’s use and ownership of Customer’s search inquiry data; disclaimer of warranties and other disclaimers; security; customer data and governing law shall survive any termination of the license to use the LN Services. 17. AUDIT. Customer understands and agrees that, in order to ensure compliance with the FCRA, GLBA, DPPA, other similar state or federal laws, regulations or rules, regulatory agency requirements of these Master Terms, LN’s obligations under its contracts with its data providers, and LN’s internal policies, LN may conduct periodic reviews and/or audits of Customer’s use of the LN Services. Customer agrees to cooperate fully with any and all audits and to respond to any such audit inquiry within ten (10) business days, unless an expedited response is required. Violations discovered in any review and/or audit by LN will be subject to immediate action including, but not limited to, suspension or termination of the license to use the LN Services, reactivation fees, legal action, and/or referral to federal or state regulatory agencies. 18. EMPLOYEE TRAINING. Customer shall train new employees prior to allowing access to LN Services on Customer’s obligations under these Master Terms, including, but not limited to, the licensing requirements and restrictions under Paragraph 2, the security requirements of Paragraph 3 and the privacy requirements in Paragraph 23. Customer shall conduct a similar review of its obligations under these Master Terms with existing employees who have access to LN Services no less than annually. Customer shall keep records of such training. 19. TAXES. The charges for all LN Services are exclusive of any state, local, or otherwise applicable sales, use, or similar taxes. If any such taxes are applicable, they shall be charged to Customer’s account. 20. CUSTOMER INFORMATION. Customer certifies that Customer has not been the subject of any proceeding regarding any trust-related matter including, but not limited to, fraud, counterfeiting, identity theft and the like, and that Customer has not been the subject of any civil, criminal or regulatory matter that would create an enhanced security risk to LN, the LN Services or the data, including but not limited to, any matter involving potential violations of the GLBA, the DPPA, the FCRA, the Fair Debt Collection Practices Act (“FDCPA”) (15 U.S.C. § 1692- 1692p) or any other similar legal or regulatory guidelines. If any such matter has occurred, Customer shall attach a signed statement, along with all relevant supporting documentation, providing all details of this matter prior to execution of this Agreement. Customer shall notify LN LNRS Master Terms-Govt (Q2.23.v1) Confidential Page 7 of 9 immediately of any changes to the information on Customer's Application for the LN Services, and, if at any time Customer no longer meets LN’s criteria for providing service, LN may terminate this agreement. Customer is required to promptly notify LN of a change in ownership of Customer, any change in the name of Customer, and/or any change in the physical address of Customer. 21. RELATIONSHIP OF PARTIES. None of the parties shall, at any time, represent that it is the authorized agent or representative of the other. LN’s relationship to Customer in the performance of services pursuant to this Agreement is that of an independent contractor. 22. CHANGE IN AGREEMENT. By receipt of the LN Services, Customer agrees to, and shall comply with, changes to the restricted license granted to Customer hereunder and as LN shall make from time to time by notice to Customer. Notices to Customer will be provided via written communication. All e-mail notifications shall be sent to the individual named in the Customer Administrator Contact Information section of the Application, unless stated otherwise. LN may, at any time, impose restrictions and/or prohibitions on the Customer’s use of some or all of the LN Services. Customer understands that such restrictions or changes in access may be the result of a modification in LN policy, a modification of third-party agreements, a modification in industry standards, a Security Event or a change in law or regulation, or the interpretation thereof. Upon written notification by LN of such restrictions, Customer agrees to comply with such restrictions. 23. PRIVACY. (i) With respect to personally identifiable information regarding consumers, the parties further agree as follows: LN has adopted the "LN Data Privacy Principles" ("Principles"), which may be modified from time to time, recognizing the importance of appropriate privacy protections for consumer data, and Customer agrees that Customer (including its directors, officers, employees or agents) will comply with the Principles or Customer’s own comparable privacy principles, policies, or practices. The Principles are available at http://www.lexisnexis.com/privacy/data-privacy- principles.aspx. (ii) To the extent that LN or Customer receives personal data from the other, the terms of the LexisNexis Risk Solutions Group Data Protection Addendum available at https://risk.lexisnexis.com/group/dpa will apply, except to the extent that LN is processing personal data on behalf of Customer, the terms of the LexisNexis Risk Solutions Group Data Processing Addendum at https://risk.lexisnexis.com/group/dpa will apply (collectively, the “DPA”). LN may change such terms only to the extent that such change is required to comply with the Data Protection Laws, as defined therein, or does not have a material adverse impact on Customer’s rights or obligations. 24. PUBLICITY. Customer will not name LN or refer to its use of the LN Services in any press releases, advertisements, promotional or marketing materials, or make any other third-party disclosures regarding LN or Customer's use of the LN Services. 25. FORCE MAJEURE. The parties will not incur any liability to each other or to any other party on account of any loss or damage resulting from any delay or failure to perform all or any part of these Master Terms (except for payment obligations) to the extent such delay or failure is caused, in whole or in part, by events, occurrences, or causes beyond the control, and without the negligence of, the parties. Such events, occurrences, or causes include, without limitation, acts of God, telecommunications outages, Internet outages, power outages, any irregularity in the announcing or posting of updated data files by the applicable agency, strikes, lockouts, riots, acts of war, floods, earthquakes, fires, and explosions. 26. LN AFFILIATES. Customer understands that LN Services furnished under these Master Terms may be provided by LNRSFL and/or by one of its Affiliates, as further detailed in a separate Schedule A and addendum to these Master Terms. The specific LN entity furnishing the LN Services to Customer will be the sole LN entity satisfying all representations, warranties, covenants and obligations hereunder, as they pertain to the provision of such LN Services. Therefore, Customer hereby expressly acknowledges and agrees that it will seek fulfillment of any and all LN obligations only from the applicable LN entity and the other LN entities shall not be a guarantor of said LN entity’s performance obligations hereunder. 27. CUSTOMER SUBSIDIARIES. LN may provide the LN Services to Customer’s wholly owned subsidiaries (“Subsidiaries”), in LN’ sole discretion, subject to the Subsidiaries’ completion of LN’s credentialing process and any applicable paperwork. Customer assumes full responsibility for such Subsidiaries. 28. MISCELLANEOUS. If any provision of these Master Terms or any exhibit shall be held by a court of competent jurisdiction to be contrary to law, invalid or otherwise unenforceable, such provision shall be changed and interpreted so as to best accomplish the objectives of the original provision to the fullest extent allowed by law, and in any event the remaining provisions of these Master Terms shall remain in full force and effect. The failure or delay by LN in exercising any right, power or remedy under this Agreement shall not operate as a waiver of any such right, power or remedy. The headings in these Master Terms are inserted for reference and convenience only and shall not enter into the interpretation hereof. 29. ENTIRE AGREEMENT. Except as otherwise provided herein, these Master Terms constitute the final written agreement and understanding of the parties with respect to terms and conditions applicable to all LN Services. These Master Terms shall supersede all other representations, agreements, and understandings, whether oral or written, which relate to the use of the LN Services and all matters within the scope of these Master Terms. Without limiting the foregoing, the provisions related to confidentiality and exchange of information contained in these Master Terms shall, with respect to the LN Services LNRS Master Terms-Govt (Q2.23.v1) Confidential Page 8 of 9 and all matters within the scope of these Master Terms, supersede any separate non-disclosure agreement that is or may in the future be entered into by the parties hereto. Any additional, supplementary, or conflicting terms supplied by the Customer, including those contained in purchase orders or confirmations issued by the Customer, are specifically and expressly rejected by LN unless LN expressly agrees to them in a signed writing. The terms contained herein shall control and govern in the event of a conflict between these terms and any new, other, or different terms in any other writing. These Master Terms can be executed in counterparts, and faxed or electronic signatures will be deemed originals. LNRS Master Terms-Govt (Q2.23.v1) Confidential Page 9 of 9 AUTHORIZATION AND ACCEPTANCE OF TERMS I HEREBY CERTIFY that I am executing these Master Terms as the authorized representative of Customer and that I have direct knowledge of and affirm all facts and representations made above. CUSTOMER: Signature Print Name Title Dated (mm/dd/yy) Page 1 of 10 Confidential 547798.2v4 Customized Schedule AAccurint Virtual Crime Center (LE and Defense) Any unauthorized revisions to this Schedule A by Customer after receipt of the final version from LN shall be considered unenforceable, and may void this Schedule A at the option of LN. LexisNexis® Risk Solutions SCHEDULE A Accurint Virtual Crime Center Online (Subscription) Customer Name:Clearwater Police Department Billgroup #:ACC-1008054 LN Account Manager:Todd Kinsler This Schedule A sets forth additional or amended terms and conditions for the use of the Accurint Virtual Crime Center services (“LN Services”), as set forth in the services agreement for the LN Services between Customer and the LexisNexis Risk Solutions entity as further defined therein (“Agreement”), to which this Schedule A is incorporated by reference. For purposes of the Agreement and this Schedule A, all applicable LexisNexis Risk Solutions entities shall be individually and collectively referred to as “LN”. Customer acknowledges that the services provided under this Schedule A are non-FCRA services. 1.SCHEDULE A TERM The term of this Schedule A will be 24 months beginning July 1, 2025 (the "Term"). This Schedule A will not renew. If an account is activated after the first day of a calendar month, charges will not be pro-rated. 2.ACCURINT VIRTUAL CRIME CENTER FEES 2.1 Subscription Fees: Beginning on the effective date hereof, each 12-month period (“Year”) Customer shall pay to LN the subscription fees detailed in the below AVCC Price Table (“AVCC Annual Subscription Fee”) in exchange for unlimited use of Accurint Virtual Crime Center, Accurint for Law Enforcement (as further described in Section 2.2) and Accurint for Law Enforcement Mobile. AVCC Price Table Year AVCC Annual Subscription Fee July 1, 2025 – June 30, 2026 $20,009.32 July 1, 2026 – June 30, 2027 $20,609.60 2.2 Accurint for Law Enforcement Subscription: All of the searches and reports included in the attached Price Schedules are referred to as the “Features”. The AVCC Annual Subscription Fee includes unlimited access to all Features, excluding those Features identified herein as Excluded Features but including the Premium Features listed in Section 2.3. 2.3 Accurint for Law Enforcement Premium Features: Email Search Premium, Real Time Phones and Virtual Identity Search & Report, including when these features are report components. 2.4 Jail Booking Search & Report Option: Access to the Jail Booking Search & Report features are included in the AVCC Annual Subscription Fee. The Jail Booking Search & Report data provided under this Schedule A shall only be used for the purposes of determining the arrest/incarceration status of particular individuals and shall serve solely as a tip or lead from which Customer can then initiate its own independent investigation. Any determination reached by Customer with regard to an individual or individuals featured in the Jail Booking Search & Report shall be based solely on data gathered by Customer pursuant to its own internal investigations. 2.5 Features Not Included: The following Features (“Excluded Features”) are not included in the AVCC Annual Subscription Fee and shall in all cases be charged separately according to the pricing specified in the attached Price Schedule: Advanced Sexual Offender Search Bankruptcy Docket Sheet Bankruptcy Documents Canadian Phones Comprehensive Healthcare Business and Provider Report Court Search Wizard Dun & Bradstreet Global Market Identifiers Page 2 of 10 Confidential 547798.2v4 Customized Schedule AAccurint Virtual Crime Center (LE and Defense) Any unauthorized revisions to this Schedule A by Customer after receipt of the final version from LN shall be considered unenforceable, and may void this Schedule A at the option of LN. Dun & Bradstreet Search and Report DE Corporation Search and Report FCRA Credit Reports Flat Rate Comprehensive Healthcare Business and Provider Report InstantID Q&A Law Enforcement Location Report News Searches Online Batch Services OSHA Investigative Reports Search Property Deed Image Provider Report Card Provider Sanction Search and Report Provider Search and Report Real Time Person Search SEC Filings Workplace Locator XML LN standard pricing will be in effect for any new features made generally available by LN subsequent to the execution of this Schedule A. 2.6 Accurint TraX Option: In addition to the other fees set forth herein, Customer shall pay to LN each Year the subscription fees as detailed in the below Accurint TraX Price Table (“Accurint TraX Annual Subscription Fee”) in exchange for access to the Accurint TraX option. Accurint TraX Price Table Year Accurint TraX Annual Subscription Fee July 1, 2025 – June 30, 2026 $9,334.31 July 1, 2026 – June 30, 2027 $9,614.34 2.7 Amounts Payable: Customer agrees to pay LN in accordance with any invoice for the fees set forth above. 3.EXPIRATION Unless otherwise accepted by LN, the terms herein are valid if the Schedule A is signed by the Customer and received by LN on or before June 30, 2025. 4.CLOUD SERVICES LN is executing a multi-year plan to move certain LexisNexis Risk Solutions products and services to a cloud environment. Should you have questions regarding this plan, please direct them to your Account Manager. 5.CONFIDENTIAL INFORMATION This Schedule A contains the confidential pricing information of LN. Customer acknowledges that the disclosure of such pricing information could cause competitive harm to LN, and as such, Customer agrees to maintain this Schedule A in trust and confidence and take reasonable precautions against disclosure to any third party to the extent permitted by local and state law. AGREED TO AND ACCEPTED BY: Clearwater Police Department Signed: $#5477982-Signed#$ Name: $#5477982-CustName1#$ Job Title: $#5477982-Title1#$ Date:$#5477982-Date1#$ Page 3 of 10 Confidential 547798.2v4 Customized Schedule A Accurint Virtual Crime Center (LE and Defense) Any unauthorized revisions to this Schedule A by Customer after receipt of the final version from LN shall be considered unenforceable, and may void this Schedule A at the option of LN. Accurint for Law Enforcement (Updated March 20, 2025) (Plan 44) (Pricing is per hit unless otherwise indicated. All searches/reports with a price of $0.00 are considered "Standard Features" and are included in Subscription plan.) PRICE SCHEDULE (Subscription) ACCURINT FOR LAW ENFORCEMENT FEATURES PRICE Advanced Motor Vehicle Search $0.00 Advanced Person Search $0.00 Automated Valuation Model (AVM) Report $0.00 Associates ("Next Steps")$0.00 Bankruptcies, Liens & Judgments Search $0.00 Bankruptcy Search $0.00 Bankruptcy Report $0.00 Bankruptcy Docket Sheet ($0.50 For First 5 Pages & $0.20 Per Page Thereafter) (not discountable)$0.50 Bankruptcy Documents (Per Page, Up To Max Charge Of $6 Per Document) (not discountable)$0.20 Boolean Search $0.00 Business Credit $0.00 Business Credit Report $0.00 Business Search $0.00 Businesses In The News (not discountable)$5.00 Canadian Phones $0.40 Civil Courts Search (Report Included)$0.00 CLIA Report $0.00 Concealed Weapons Permit $0.00 Corporation Filings (Report Included Except In Delaware)$0.00 Court Search Wizard (Additional Fees May Apply; Orders Are Non-Refundable)-- -County Civil Lower & Upper Court - 7 Year (not discountable)$35.00 -County Civil Lower & Upper Court - 10 Year (not discountable)$40.00 -County Criminal - 7 Year (not discountable)$25.00 -County Criminal - 10 Year (not discountable)$30.00 -Federal Division Civil - 7 Year (not discountable)$16.00 -Federal Division Civil - 10 Year (not discountable)$25.00 -Federal Division Criminal - 7 Year (not discountable)$16.00 -Federal Division Criminal - 10 Year (not discountable)$25.00 -Statewide Criminal (not discountable)$24.00 Criminal Records $0.00 Criminal Records Report $0.00 DEA Controlled Substances License Search $0.00 Death Records $0.00 Death Records Report $0.00 Delaware Corporations (not discountable)$1.00 Delaware Corporations Report (not discountable)$11.00 Disclosed Entity Service $0.00 Page 4 of 10 Confidential 547798.2v4 Customized Schedule A Accurint Virtual Crime Center (LE and Defense) Any unauthorized revisions to this Schedule A by Customer after receipt of the final version from LN shall be considered unenforceable, and may void this Schedule A at the option of LN. Driver Licenses $0.00 Dun & Bradstreet Global Market Identifiers Search $3.75 Dun & Bradstreet Search (not discountable)$0.25 Dun & Bradstreet Report (not discountable)$3.75 Email Search Premium (not discountable)$0.40 FAA Aircraft (Report Included)$0.00 FAA Pilots (Report Included)$0.00 Federal Civil Court Records Search $0.00 Federal Criminal Court Records Search $0.00 Federal Firearms & Explosives $0.00 Federal Employer ID Numbers (FEIN)$0.00 Fictitious Business Name $0.00 Foreclosures Search (Report Included)$0.00 Hunting/Fishing Licenses $0.00 InstantID Q&A (charged per search)$1.30 Law Enforcement Location Report (charged per search)$1.00 Liens & Judgments $0.00 Liens & Judgments Report $0.00 Marriages / Divorces Search $0.00 Motor Vehicles Search $0.00 Motor Vehicles Report $0.00 MVR Wildcard Search $0.00 National UCC Filings (Report Included)$0.00 NCPDP (National Council for Prescription Drug Programs) Search $0.00 NCPDP (National Council for Prescription Drug Programs) Report $0.00 Neighbors ("Next Steps")$0.00 NPI Data Search $0.00 NPI Report $0.00 Official Records Search (Report Included)$0.00 OSHA Investigative Reports Search $1.00 Passport Validation $0.00 People At Work Search $0.00 People In The News (not discountable)$5.00 Person Alerts Monitoring (Monthly Monitoring Transactions Per Acct.) (Alerts Charged At Regular Price)-- -1 - 50 $0.00 -51 - 250 $0.00 -251 - 500 $0.00 -501 - 1,000 $0.00 -1,001 - 5,000 $0.00 -5,001 - 25,000 $0.00 -25,001 - 100,000 $0.00 Professional Licenses (Report Included)$0.00 Property Deed Search $0.00 Property Assessment Search $0.00 Property Assessment Report $0.00 Page 5 of 10 Confidential 547798.2v4 Customized Schedule A Accurint Virtual Crime Center (LE and Defense) Any unauthorized revisions to this Schedule A by Customer after receipt of the final version from LN shall be considered unenforceable, and may void this Schedule A at the option of LN. Property Deed Report (excluding Deed Image)$0.00 Property Deed Image (additional charge when ordered from within Property Reports) (not discountable)$8.00 Property Search (Property Assessments, Deeds & Mortgages)$0.00 Property Report (Property Assessments, Deeds & Mortgages, excluding Deed Image)$0.00 Provider Search $0.25 Provider Report $5.00 Provider Report Card (charged per search)$5.00 Provider Sanction Search (charged per search)$0.25 Provider Sanction Report $5.00 Real Time Person Search (charged per search)$3.50 Real Time Phone Search $0.50 Relatives ("Next Steps")$0.00 Relatives, Neighbors & Associates ("Next Steps")$0.00 Relavint Visual Link Analysis (Per Diagram)$0.00 Satellite Image Search $0.00 SEC Filings Search $3.50 Sexual Offenders (Report Included)$0.00 USA Patriot Act $0.00 Virtual Identity Search & Report $2.00 Voter Registrations $0.00 Watercraft $0.00 Watercraft Report $0.00 WorkPlace Locator (not discountable)$3.50 Reports Asset Report: Property Deeds & Assessments, Vehicle Registrations, Watercraft, FAA Pilots, FAA Aircraft, and UCC Filings.$0.00 Business Link Report $0.00 Comprehensive Report (Best Value): Summary Report, Associates, Bankruptcy, Concealed Weapons Permits, Criminal Records, DEA Controlled Substances License Search, Driver’s Licenses, Email Search Premium, FAA Aircraft, FAA Pilots, Federal Firearms & Explosives License Search, Hunting/Fishing Permits, Liens/Judgments, Neighbors, People at Work, Phones Plus, Possible Education, Professional Licenses, Property, Relatives (3 Degrees), Sexual Offenders, UCC Filings, Vehicle Registrations, Voter Registration and Watercraft. $0.00 Additional Report Options:-- -Real Time Phone Search (not discountable)$0.50 Contact Card Report: Summary Report: Names Associated with Subject, Contact List: At Home, At Work, Through Family, Through Associates, Through Neighbors, Possible Relocation, Email Search Premium, Address Summary and Phones Plus (optional). $0.00 Finder Report: Address Summary, Others Using SSN, Date/Location Where SSN Issued, Phone Summary, Current Listed Phones, Unverified Phones With Type And Date Indicators, Current Neighbor Phones, Possible Relative Phones (2 Degrees), Possible Associate Phones, Phones At Historical Addresses, Email Search Premium, Bankruptcy Filings And Corporate Affiliations. $0.00 Summary Report: Address Summary, Others Using SSN, Date/Location Where SSN Issued, Census Data, Bankruptcy Indicator, Property Indicator And Corporate Affiliations Indicator. $0.00 Comprehensive Address Report: (Base Report Features: Current And Previous $0.00 Page 6 of 10 Confidential 547798.2v4 Customized Schedule A Accurint Virtual Crime Center (LE and Defense) Any unauthorized revisions to this Schedule A by Customer after receipt of the final version from LN shall be considered unenforceable, and may void this Schedule A at the option of LN. Residents And Phones At Address) Additional Report Options:-- -Bankruptcy $0.00 -Businesses At Address $0.00 -Concealed Weapons Permit Search $0.00 -Criminal Records Search $0.00 -Criminal Records Report $0.00 -Driver Licenses At Address $0.00 -Hunting/Fishing License Search $0.00 -Liens And Judgments $0.00 -Motor Vehicles Registered At Address $0.00 -Neighborhood Profile (2010 Census)$0.00 -Neighbors At Address $0.00 -Property Ownership Current / Previous $0.00 -Sexual Offenders Search (Report Included)$0.00 Comprehensive Business Report (Base Report Features: Name and TIN Variations, Parent Company, and Industry Information)$0.00 Additional Report Options:-- -Associated Businesses $0.00 -Associated People $0.00 -Bankruptcy $0.00 -Business Registrations $0.00 -Corporation Filings $0.00 -Dun & Bradstreet Records (not discountable)$3.75 -FAA Aircraft $0.00 -IRS 5500 $0.00 -Liens and Judgments $0.00 -Motor Vehicles $0.00 -Properties $0.00 -UCC Filings $0.00 -Watercraft $0.00 Custom Comprehensive Report (Base Report Features: Others Using Same SSN, Date and Location where SSN Issued, Company Header, Address Summary, Possible Education, Comprehensive Report Summary) $0.00 Additional Report Options:-- -Associates $0.00 -Bankruptcy $0.00 -Criminal Records $0.00 -DEA Controlled Substances License Search $0.00 -Driver Licenses Information $0.00 -Email Search Premium (not discountable)$0.40 -Federal Firearms & Explosives License Search $0.00 -Liens And Judgments $0.00 -Motor Vehicle(s) Registration (Watercraft & Boat Trailers Included)$0.00 -Neighborhood Profile (2010 Census)$0.00 -Neighbors (Up To 6 Neighbors At 10 Different Addresses)$0.00 -People At Work $0.00 Page 7 of 10 Confidential 547798.2v4 Customized Schedule A Accurint Virtual Crime Center (LE and Defense) Any unauthorized revisions to this Schedule A by Customer after receipt of the final version from LN shall be considered unenforceable, and may void this Schedule A at the option of LN. -Phones Plus $0.00 -Professional Licenses (Report Included)$0.00 -Properties $0.00 -Real Time Phone Search (not discountable)$0.50 -Real Time Vehicle Registrations (charged per search) (not discountable)$3.50 -Relatives (Up to 3 Degrees of Separation)$0.00 -Sexual Offenders $0.00 -Supplemental Data Sources $0.00 -UCC Filings $0.00 Flat Rate Comprehensive Healthcare Business Report (includes Base Report Features and Additional Report Options listed below)$10.00 Comprehensive Healthcare Business Report (Base Report Features: Name, Address and Phone Variations; Parent Company, ID Numbers and Industry Information)$0.50 Additional Report Options:-- -Associated Businesses $1.00 -Associated People $1.00 -Bankruptcy (charged per search)$1.00 -Business Phone Matches $0.25 -Business Registrations $0.25 -Corporation Filings $1.00 -Dun & Bradstreet Records (not discountable)$3.75 -FAA Aircraft $0.25 -IRS 5500 $0.00 -Liens And Judgments (charged per search)$0.25 -Motor Vehicles $0.75 -Properties $1.00 -Sanctions $0.50 -UCC Filings $0.50 -Verification $0.75 -Watercraft $1.00 Flat Rate Comprehensive Healthcare Provider Report (includes Base Report Features and Additional Report Options listed below)$6.00 Comprehensive Healthcare Provider Report (Base Report Features: Gender, Date of Birth, Social Security Number, Tax ID(s) UPIN and NPI number)$0.50 Additional Report Options:-- -Additional Deceased Data Sources $0.00 -Associates $0.00 -Bankruptcy (charged per search) (not discountable)$0.25 -Business Address Summary $0.25 -Business Affiliations $0.50 -Business Phone Matches $0.25 -DEA Licenses $0.25 -Degrees $0.00 -Education $0.50 -Group Affiliations $0.50 -GSA Sanctions (charged per search)$0.50 -Hospital Affiliations $0.50 Page 8 of 10 Confidential 547798.2v4 Customized Schedule A Accurint Virtual Crime Center (LE and Defense) Any unauthorized revisions to this Schedule A by Customer after receipt of the final version from LN shall be considered unenforceable, and may void this Schedule A at the option of LN. -Liens And Judgments (charged per search)$0.25 -Medical Licenses (charged per search)$1.00 -Possible Criminal Records (charged per search)$0.25 -Professional Licenses (charged per search)$1.00 -Sanctions (Disciplinary) (charged per search)$0.50 -Sexual Offenses (charged per search)$1.00 -Specialties $0.00 -Verification $0.75 Online Batch Advanced Person Search $0.50 Deceased Person $0.25 Address (Single)$0.13 Address (Multiple)$0.16 Reverse Phone Append (not discountable)$0.10 Waterfall Phones: Directory Assistance Match, Address And Name Variations, Co- Residents, Phones Plus & Relatives; Add-Ons Possible Relocation, Neighbors & People At Work (Single) $0.23 Waterfall Phones: Directory Assistance Match, Address And Name Variations, Co- Residents, Phones Plus & Relatives; Add-Ons Possible Relocation, Neighbors & People At Work (Multiple) $0.25 Waterfall Phone with Address (single)$0.25 Waterfall Phone with Address (multiple)$0.30 Address and/or Phone Confirmation (per input) (single)$0.03 Address and/or Phone Confirmation (per input) (multiple)$0.04 Phones Plus $0.50 Real Time Phone Search $0.50 Real Time Motor Vehicle Registrations $1.50 Property - Add Up To Five Properties Owned By The Subject $1.00 Consumer InstantID $0.65 Consumer InstantID With Fraud Defender $0.95 Consumer InstantID With Red Flags Rule $0.90 Multiple = 2 Or More Phones/Addresses Returned -- Page 9 of 10 Confidential 547798.2v4 Customized Schedule A Accurint Virtual Crime Center (LE and Defense) Any unauthorized revisions to this Schedule A by Customer after receipt of the final version from LN shall be considered unenforceable, and may void this Schedule A at the option of LN. Accurint for Law Enforcement Mobile (Updated March 20, 2025) (Plan 44) PRICE SCHEDULE FEATURES PRICE Advanced Motor Vehicle Search $0.00 Advanced Person Search $0.00 Business Search $0.00 Motor Vehicles Search $0.00 Motor Vehicles Report $0.00 Phones Plus $0.00 Property Search (Property Assessments, Deeds & Mortgages)$0.00 Property Report (Property Assessments, Deeds & Mortgages, excluding Deed Image)$0.00 Real Time Phone Search $0.00 Reports Comprehensive Report (Best Value): Summary Report, Associates, Bankruptcy, Concealed Weapons Permits, Criminal Records, DEA Controlled Substances License Search, Driver’s Licenses, Email Search Premium, FAA Aircraft, FAA Pilots, Federal Firearms & Explosives License Search, Hunting/Fishing Permits, Liens/Judgments, Neighbors, People at Work, Phones Plus, Possible Education, Professional Licenses, Property, Relatives (3 Degrees), Sexual Offenders, UCC Filings, Vehicle Registrations, Voter Registration and Watercraft. $0.00 Comprehensive Address Report: (Base Report Features: Current And Previous Residents And Phones At Address)$0.00 Additional Report Options:-- -Bankruptcy $0.00 -Businesses At Address $0.00 -Concealed Weapons Permit Search $0.00 -Criminal Records Search $0.00 -Criminal Records Report $0.00 -Driver Licenses At Address $0.00 -Hunting/Fishing License Search $0.00 -Liens And Judgments $0.00 -Motor Vehicles Registered At Address $0.00 -Neighborhood Profile (2010 Census)$0.00 -Neighbors At Address $0.00 -Property Ownership Current / Previous $0.00 -Sexual Offenders Search (Report Included)$0.00 Comprehensive Business Report (Base Report Features: Name and TIN Variations, Parent Company, and Industry Information)$0.00 Additional Report Options:-- -Associated Businesses $0.00 -Associated People $0.00 -Bankruptcy $0.00 -Business Registrations $0.00 Page 10 of 10 Confidential 547798.2v4 Customized Schedule A Accurint Virtual Crime Center (LE and Defense) Any unauthorized revisions to this Schedule A by Customer after receipt of the final version from LN shall be considered unenforceable, and may void this Schedule A at the option of LN. -Corporation Filings $0.00 -Dun & Bradstreet Records (not discountable)$3.75 -FAA Aircraft $0.00 -IRS 5500 $0.00 -Liens and Judgments $0.00 -Motor Vehicles $0.00 -Properties $0.00 -UCC Filings $0.00 -Watercraft $0.00 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0941 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 6.14 SUBJECT/RECOMMENDATION: Approve an agreement between CCO Practical Examinations (CCO), the certifying board for the practical examinations administered by The Crane School, located in Plant City, FL, and the City of Clearwater Public Utilities for the purpose of proctoring written and practical examinations for personnel who take the crane training program, from October 1, 2025 through September 30, 2026, in the amount of $2,240.00 and authorize the appropriate officials to execute same. SUMMARY: City of Clearwater Public Utilities has entered into an agreement with The Crane School to provide crane training to Public Utilities’ employees. CCO is the certifying board and proctor for the written and practical examinations administered by The Crane School following its training program. Written and practical exam fees are payable directly to CCO and are not part of the contract that Public Utilities has with The Crane School. While this purchase is under the threshold, CCO is requiring indemnity that would require council approval. APPROPRIATION CODE AND AMOUNT: Funds are available in Public Utilities cost code 557300-Training. The Public Utilities Department is funded by revenues from the Water and Sewer Utilities Enterprise Fund. STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, approval for an agreement is requested. Page 1 City of Clearwater Printed on 10/10/2025 Copyright 2025 CCO. All rights reserved. REV 01/25 Practical Test Site Representative Agreement FOR CCO PRACTICAL EXAMINATIONS As a Practical Test Site Representative for CCO Practical Examinations, I certify and acknowledge that: 1.I am the responsible party for the testing facility listed below, or I have been granted the authority to enter into this agreement by the responsible party. 2.Based upon the foregoing, I expressly consent to CCO certification practical examinations being administered at this facility and I understand that candidates, testing personnel, auditors, and other individuals will need to access this facility in connection with the exam administration. 3.I agree to indemnify and hold CCO, its officers, directors, and other employees, harmless from any and all personal injuries, property damage or loss, and physical damage or loss to the facility, or any part thereof, arising out of any CCO practical exam administration held at this facility. 4.I understand that any and all applicable testing fees must be paid in a timely fashion, including any annual test site fee. I understand that if the fees are not paid in a timely fashion, the test site may be suspended. 5.I understand and agree that this facility may be audited by a CCO Auditor in relation to CCO testing. 6.I understand that, to ensure a high level of test security, CCO exam administrations may be subject to audio and video recordings or photographs by CCO of the administration and surrounding areas, and I expressly consent to such monitoring in connection with CCO exam administrations. 7.I agree not to make, and not to knowingly allow any other person to make, any material misrepresentation or omission of fact in any document I submit to CCO. 8.I am acting on my own behalf and/or on behalf of the company or organization listed below, and I am not acting to circumvent a prior CCO suspension or revocation. 9.I agree to conduct my affairs with CCO, any Proctor or other testing personnel, and candidates involved in CCO certification activities, in a professional manner, according to accepted codes of business conduct. I agree that any questions or other matter arising under this agreement will be governed by and construed in accordance with the laws of the State of Utah, without regard to choice of law rules. All actions and proceedings arising out of or relating directly or indirectly to this agreement will be filed and litigated exclusively in any state court or federal court located in the State of Utah. I expressly consent to the jurisdiction of these courts. TESTING FACILITY ADDRESS STATE ZIP NAME EMAIL COMPANY/ORGANIZATION SIGNED DATE CELL PHONE TESTING FACILITY CITY CONTRACT This Contract is subject to the Standard Terms and Conditions posted atwww.myclearwater.com/purchaseorder-TandC Contract # VENDOR Vendor EmailVendor Contact DepartmentVendor Phone No. Start Date End Date Telephone NumberContact Person Item#Description/PartNo QTY UOM Unit Price Extended Price By:Procurement Manager VENDOR COPY 902442 THE CRANE SCHOOL 3103 YOUNG RD PLANT CITY,FL 33565 Page 1 of 1 (813) 402-2017 TONY@THECRANESCHOOL.COM PUBLIC UTILITIES 07/28/2025 07/27/2026 Harris, Milisa (813) 402-2017 1 PRODUCT # 1008 SERVICE TRUCK CRANE OPERATOR CERTIFICATION PROGRAM 0 EA $6,945.00 $6,945.00 Total Available $6,945.00TotalExpended$0.00TotalOpen PO $0.00 Total Revised $6,945.00 Total Original $6,945.00 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0942 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 6.15 SUBJECT/RECOMMENDATION: Authorize the acceptance of the Florida Department of Environmental Protection (FDEP) Water Quality Improvement in the amount of $3,366,540.00 by approving the agreement with the Department of Environmental Protection and authorize the appropriate officials to execute same. SUMMARY: The City of Clearwater was allocated $3,366,540.00 for the 25-0024-UT Harbor Vista & Meadow Brook Septic to Sewer Expansion project that will be made available through a cost reimbursement grant. With the award of $3,366,540.00 in reimbursement funds, the City proposes to expand sanitary sewer infrastructure to two residential areas identified as the top two priority areas in the Septic to Sewer Feasibility Study performed by Ardurra under the 19-0011-UT Wastewater Collection System Improvements Program. The total cost of design and construction of sanitary sewer infrastructure for the identified two priority areas is estimated at $3,740,600.00. The City of Clearwater’s Public Utilities Department will fund the total cost of $3,740,600.00 and then submit reimbursement requests for up to $3,366,540.00 from FDEP. The expansion of sanitary sewer infrastructure is part of the Public Utilities Department’s effort to protect groundwater and natural resources, as well as providing residents with more reliable and environmentally responsible wastewater services. The City of Clearwater’s Public Utilities Department is responsible for owning, operating, and maintaining the wastewater collection system including all gravity sewer, force main pipelines and manholes that convey raw sewage to the lift stations and/or City Water Reclamation Facilities. APPROPRIATION CODE AND AMOUNT: Not Applicable STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government, supporting objective 1.2. The project also aligns with the City’s Strategic goals of Environmental Stewardship, supporting objective 4.2. Page 1 City of Clearwater Printed on 10/10/2025 DEP Agreement No. Rev. 6/14/24 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Standard Grant Agreement This Agreement is entered into between the Parties named below, pursuant to section 215.971, Florida Statutes: 1.Project Title (Project):Agreement Number: 2.Parties State of Florida Department of Environmental Protection, 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 (Department) Grantee Name: Entity Type: Grantee Address: FEID: (Grantee) 3.Agreement Begin Date:Date of Expiration: 4.Project Number: (If different from Agreement Number) Project Location(s): Project Description: 5.Total Amount of Funding:Funding Source? Award #s or Line-Item Appropriations: Amount per Source(s): ☐State ☐Federal $ ☐State ☐Federal $ ☐State ☐Federal $ ☐Grantee Match $ Total Amount of Funding + Grantee Match, if any: $ 6.Department’s Grant Manager Grantee’s Grant Manager Name:Name: or successor or successor Address:Address: Phone: Phone: Email: Email: 7.The Parties agree to comply with the terms and conditions of the following attachments and exhibits which are herebyincorporated by reference: ☐Attachment 1: Standard Terms and Conditions Applicable to All Grants Agreements ☐Attachment 2: Special Terms and Conditions ☐Attachment 3: Grant Work Plan ☐Attachment 4: Public Records Requirements ☐Attachment 5: Special Audit Requirements ☐Attachment 6: Program-Specific Requirements ☐Attachment 7: Grant Award Terms (Federal) *Copy available at https://facts.fldfs.com, in accordance with section 215.985, F.S. ☐Attachment 8: Federal Regulations and Terms (Federal) ☐Additional Attachments (if necessary): ☐Exhibit A: Progress Report Form ☐Exhibit B: Property Reporting Form ☐Exhibit C: Payment Request Summary Form ☐Exhibit D: Quality Assurance Requirements ☐Exhibit E: Advance Payment Terms and Interest Earned Memo ☐Exhibit F: Common Carrier or Contracted Carrier Attestation Form PUR1808 (State) DEP Agreement No. Rev. 6/14/24 ☐ Exhibit H: Non-Profit Organization Compensation Form (State) ☐ Exhibit I: Forced Labor Attestation Form ☐ Additional Exhibits (if necessary): 8. The following information applies to Federal Grants only and is identified in accordance with 2 CFR 200.331 (a) (1): Federal Award Identification Number(s) (FAIN): Unique Entity Identifier (UEI): Federal Award Date to Department: Federal Award Project Description: Total Federal Funds Obligated by this Agreement: Federal Awarding Agency: Award R&D? ☐ Yes ☐N/A IN WITNESS WHEREOF, this Agreement shall be effective on the date indicated by the Agreement Begin Date unless another date is specified in the grant documents. GRANTEE Grantee Name By (Authorized Signature) Date Signed Print Name and Title of Person Signing State of Florida Department of Environmental Protection DEPARTMENT By Secretary or Designee Date Signed Print Name and Title of Person Signing ☐ Additional signatures attached on separate page. DWRA Additional Signatures ______________________________________________ Jake Seib, DEP Grant Manager _______________________________________________ Kyleigh Revis, DEP QC Reviewer Attachment 1 1 of 14 Rev. 3/21/2025 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION STANDARD TERMS AND CONDITIONS APPLICABLE TO GRANT AGREEMENTS ATTACHMENT 1 1. Entire Agreement. This Grant Agreement, including any Attachments and Exhibits referred to herein and/or attached hereto (Agreement), constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any terms and conditions included on Grantee’s forms or invoices shall be null and void. 2. Grant Administration. a. Order of Precedence. If there are conflicting provisions among the documents that make up the Agreement, the order of precedence for interpretation of the Agreement is as follows: i. Standard Grant Agreement ii. Attachments other than Attachment 1, in numerical order as designated in the Standard Grant Agreement iii. Attachment 1, Standard Terms and Conditions iv. The Exhibits in the order designated in the Standard Grant Agreement b. All approvals, written or verbal, and other written communication among the parties, including all notices, shall be obtained by or sent to the parties’ Grant Managers. All written communication shall be by electronic mail, U.S. Mail, a courier delivery service, or delivered in person. Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient. If the notice is delivered in multiple ways, the notice will be considered delivered at the earliest delivery time. c. If a different Grant Manager is designated by either party after execution of this Agreement, notice of the name and contact information of the new Grant Manager will be submitted in writing to the other party and maintained in the respective parties’ records. A change of Grant Manager does not require a formal amendment or change order to the Agreement. d. This Agreement may be amended, through a formal amendment or a change order, only by a written agreement between both parties. A formal amendment to this Agreement is required for changes which cause any of the following: (1) an increase or decrease in the Agreement funding amount; (2) a change in Grantee’s match requirements; (3) a change in the expiration date of the Agreement; and/or (4) changes to the cumulative amount of funding transfers between approved budget categories, as defined in Attachment 3, Grant Work Plan, that exceeds or is expected to exceed twenty percent (20%) of the total budget as last approved by Department. A change order to this Agreement may be used when: (1) task timelines within the current authorized Agreement period change; (2) the cumulative transfer of funds between approved budget categories, as defined in Attachment 3, Grant Work Plan, are less than twenty percent (20%) of the total budget as last approved by Department; (3) changing the current funding source as stated in the Standard Grant Agreement; and/or (4) fund transfers between budget categories for the purposes of meeting match requirements. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. e. All days in this Agreement are calendar days unless otherwise specified. 3. Agreement Duration. The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligible for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms and Conditions. Attachment 1 2 of 14 Rev. 3/21/2025 4. Deliverables. The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plan. The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlined in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to Department making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions set forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement. 5. Performance Measures. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of the kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not knowingly infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) its employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes, if provided by Department, for work done at the Project Location(s). The Department reserves the right to investigate or inspect at any time to determine whether the services or qualifications offered by Grantee meet the Agreement requirements. Notwithstanding any provisions herein to the contrary, written acceptance of a particular deliverable does not foreclose Department’s remedies in the event deficiencies in the deliverable cannot be readily measured at the time of delivery. 6. Acceptance of Deliverables. a. Acceptance Process. All deliverables must be received and accepted in writing by Department’s Grant Manager before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain outstanding, within a reasonable time at Grantee’s expense. If Department’s Grant Manager does not accept the deliverables within 30 days of receipt, they will be deemed rejected. b. Rejection of Deliverables. The Department reserves the right to reject deliverables, as outlined in the Grant Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to Grantee’s lack of satisfactory performance under the terms of this Agreement. The Grantee’s efforts to correct the rejected deliverables will be at Grantee’s sole expense. Failure to fulfill the applicable technical requirements or complete all tasks or activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associated invoice. Payment for the rejected deliverable will not be issued unless the rejected deliverable is made acceptable to Department in accordance with the Agreement requirements. The Department, at its option, may allow additional time within which Grantee may remedy the objections noted by Department. The Grantee’s failure to make adequate or acceptable deliverables after a reasonable opportunity to do so shall constitute an event of default. 7. Financial Consequences for Nonperformance. a. Withholding Payment. In addition to the specific consequences explained in the Grant Work Plan and/or Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when the Grantee has failed to perform/comply with provisions of this Agreement. None of the financial consequences for nonperformance in this Agreement as more fully described in the Grant Work Plan shall be considered penalties. b. Invoice reduction If Grantee does not meet a deadline for any deliverable, the Department will reduce the invoice by 1% for each day the deadline is missed, unless an extension is approved in writing by the Department. c. Corrective Action Plan. If Grantee fails to correct all the deficiencies in a rejected deliverable within the specified timeframe, Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be submitted by Grantee to Department. The Department requests that Grantee specify the outstanding deficiencies in the CAP. All CAPs must be able to be implemented and performed in no more than sixty (60) calendar days. i. The Grantee shall submit a CAP within ten (10) days of the date of the written request from Department. The CAP shall be sent to the Department’s Grant Manager for review and approval. Within ten (10) days of receipt of a CAP, Department shall notify Grantee in writing whether the CAP proposed has been accepted. If the CAP is not accepted, Grantee shall have ten (10) days from receipt of Department letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain Department approval of a CAP as specified above may result in Department’s termination of this Agreement for cause as authorized in this Agreement. ii. Upon Department’s notice of acceptance of a proposed CAP, Grantee shall have ten (10) days to commence implementation of the accepted plan. Acceptance of the proposed CAP by Department Attachment 1 3 of 14 Rev. 3/21/2025 does not relieve Grantee of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, Department shall retain the right to require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by Department or steps taken by Grantee shall preclude Department from subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to Department as requested by Department’s Grant Manager. iii. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by Department may result in termination of the Agreement. 8. Payment. a. Payment Process. Subject to the terms and conditions established by the Agreement, the pricing per deliverable established by the Grant Work Plan, and the billing procedures established by Department, Department agrees to pay Grantee for services rendered in accordance with section 215.422, Florida Statutes (F.S.). b. Taxes. The Department is exempted from payment of State sales, use taxes and Federal excise taxes. The Grantee, however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, or for payment by Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with Department. The Grantee shall not use Department's exemption number in securing such materials. The Grantee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Agreement. c. Maximum Amount of Agreement. The maximum amount of compensation under this Agreement, without an amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of this Project are the responsibility of Grantee. d. Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan. Reimbursement shall be requested on Exhibit C, Payment Request Summary Form. To be eligible for reimbursement, costs must be in compliance with laws, rules, and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: https://www.myfloridacfo.com/docs-sf/accounting-and-auditing-libraries/state-agencies/reference-guide-for-state-expenditures.pdf. e. Rural Communities and Rural Areas of Opportunity. If Grantee is a county or municipality that qualifies as a "rural community" or "rural area of opportunity" (RAO) as defined in subsection 288.0656(2), F.S., such Grantee may request from the Department that all invoice payments under this Agreement be directed to the relevant county or municipality or to the RAO itself. The Department will agree to Grantee's request if: i. Grantee demonstrates that it is a county or municipality that qualifies as a "rural community" or "rural area of opportunity" under subsection 288.0656(2), F.S.; ii. Grantee demonstrates current financial hardship using one (1) or more of the "economic distress" factors defined in subsection 288.0656(2)(c), F.S.; iii. Grantee's performance has been verified by the Department, which has determined that Grantee is eligible for invoice payments and that Grantee's performance has been completed in accordance with this Agreement's terms and conditions; and iv. Applicable federal and state law(s), rule(s) and regulation(s) allow for such payments. This subsection may not be construed to alter or limit any other applicable provisions of federal or state law, rule, or regulation. A current list of Florida's designated RAOs can be accessed at the following web address: https://floridajobs.org/community-planning-and-development/rural-community-programs/rural-areas-of-opportunity. f. Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by Department pursuant to the Grant Work Plan shall be submitted to Department in sufficient detail for a proper pre-audit and post-audit to be performed. The Grantee shall only invoice Department for deliverables that are completed in accordance with the Grant Work Plan. g. State Funds Documentation. Pursuant to section 216.1366, F.S., if Contractor meets the definition of a non-profit organization under section 215.97(2)(m), F.S., Contractor must provide the Department with documentation that indicates the amount of state funds: i. Allocated to be used during the full term of the contract or agreement for remuneration to any member of the board of directors or an officer of Contractor. Attachment 1 4 of 14 Rev. 3/21/2025 ii. Allocated under each payment by the public agency to be used for remuneration of any member of the board of directors or an officer of the Contractor. The documentation must indicate the amounts and recipients of the remuneration. Such information must be posted on the State’s the contract tracking system and maintained pursuant to section 215.985, F.S., and must be posted on the Contractor’s website, if Contractor maintains a website. h. Interim Payments. Interim payments may be made by Department, at its discretion, if the completion of deliverables to date have first been accepted in writing by Department's Grant Manager. i. Final Payment Request. A final payment request should be submitted to Department no later than sixty (60) days following the expiration date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the expiration date of the Agreement. j. Annual Appropriation Contingency. The State’s performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates appropriations. k. Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration. To obtain the applicable interest rate, please refer to: https://www.myfloridacfo.com/division/aa/local-governments/judgement-interest-rates. l. Refund of Payments to the Department. Any balance of unobligated funds that have been advanced or paid must be refunded to Department. Any funds paid in excess of the amount to which Grantee or subgrantee is entitled under the terms of the Agreement must be refunded to Department. If this Agreement is funded with federal funds and the Department is required to refund the federal government, the Grantee shall refund the Department its share of those funds. 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. If Cost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories: a. Salary/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3, Grant Work Plan in their documentation for reimbursement or match requirements. b. Overhead/Indirect/General and Administrative Costs. If Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by Grantee exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. c. Contractual Costs (Subcontractors). Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $5,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in chapters 273 and/or 274, F.S., and Chapter 69I-72, Florida Administrative Code (F.A.C.) and/or Chapter 69I-73, F.A.C., as applicable. For grants funded with federal funds, nonconsumable and/or nonexpendable personal property or equipment costing $10,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in 2 CFR 200. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors. i. For fixed-price (vendor) subcontracts, the following provisions shall apply: The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment 3, Grant Work Plan. Invoices submitted to Department for fixed- Attachment 1 5 of 14 Rev. 3/21/2025 price subcontracted activities shall be supported with a copy of the subcontractor’s invoice and a copy of the tabulation form for the competitive procurement process (e.g., Invitation to Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from Department to award a fixed-price subcontract resulting from procurement methods other than those identified above. In this instance, Grantee shall request the advance written approval from Department’s Grant Manager of the fixed price negotiated by Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of Department Grant Manager’s approval of the fixed-price amount, Grantee may proceed in finalizing the fixed-price subcontract. ii. If the procurement is subject to the Consultant’s Competitive Negotiation Act under section 287.055, F.S. or the Brooks Act, Grantee must provide documentation clearly evidencing it has complied with the statutory or federal requirements. d. Travel. All requests for match or reimbursement of travel expenses shall be in accordance with section 112.061, F.S. e. Direct Purchase Equipment. For grants funded fully or in part with state funds, equipment is defined as capital outlay costing $5,000 or more. For grants funded fully with federal funds, equipment is defined as capital outlay costing $10,000 or more. Match or reimbursement for Grantee’s direct purchase of equipment is subject to specific approval of Department, and does not include any equipment purchased under the delivery of services to be completed by a subcontractor. Include copies of invoices or receipts to document purchases, and a properly completed Exhibit B, Property Reporting Form. f. Rental/Lease of Equipment. Match or reimbursement requests for rental/lease of equipment must include copies of invoices or receipts to document charges. g. Miscellaneous/Other Expenses. If miscellaneous or other expenses, such as materials, supplies, non-excluded phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under the terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of receipts or invoices. Additionally, independent of Grantee’s contract obligations to its subcontractor, Department shall not reimburse any of the following types of charges: cell phone usage; attorney’s fees or court costs; civil or administrative penalties; or handling fees, such as set percent overages associated with purchasing supplies or equipment. h. Land Acquisition. Reimbursement for the costs associated with acquiring interest and/or rights to real property (including access rights through ingress/egress easements, leases, license agreements, or other site access agreements; and/or obtaining record title ownership of real property through purchase) must be supported by the following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legal Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closing Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documenting acquired property interest and/or rights. If land acquisition costs are used to meet match requirements, Grantee agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds. 10. Status Reports. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Form, to Department’s Grant Manager describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. Quarterly status reports are due no later than twenty (20) days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31. The Department will review the required reports submitted by Grantee within thirty (30) days. 11. Retainage. The following provisions apply if Department withholds retainage under this Agreement: a. The Department reserves the right to establish the amount and application of retainage on the work performed under this Agreement up to the maximum percentage described in Attachment 2, Special Terms and Conditions. Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approval of all deliverables. b. If Grantee fails to perform the requested work or fails to perform the work in a satisfactory manner, Grantee shall forfeit its right to payment of the retainage associated with the work. Failure to perform includes, but is not limited to, failure to submit the required deliverables or failure to provide adequate documentation that the work was actually performed. The Department shall provide written notification to Grantee of the failure to perform Attachment 1 6 of 14 Rev. 3/21/2025 that shall result in retainage forfeiture. If the Grantee does not correct the failure to perform within the timeframe stated in Department’s notice, the retainage will be forfeited to Department. c. No retainage shall be released or paid for incomplete work while this Agreement is suspended. d. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, provided Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicing procedures under this Agreement. 12. Insurance. a. Insurance Requirements for Sub-Grantees and/or Subcontractors. The Grantee shall require its sub-grantees and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits as described in this Agreement. The Grantee shall require all its sub-grantees and/or subcontractors, if any, to make compliance with the insurance requirements of this Agreement a condition of all contracts that are related to this Agreement. Sub-grantees and/or subcontractors must provide proof of insurance upon request. b. Deductibles. The Department shall be exempt from, and in no way liable for, any sums of money representing a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Grantee providing such insurance. c. Proof of Insurance. Upon execution of this Agreement, Grantee shall provide Department documentation demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of any work under this Agreement. Upon receipt of written request from Department, Grantee shall furnish Department with proof of applicable insurance coverage by standard form certificates of insurance, a self-insured authorization, or other certification of self-insurance. d. Duty to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for any reason, or if Grantee cannot get adequate coverage, Grantee shall immediately notify Department of such cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide proof of such replacement coverage within ten (10) days after the cancellation of coverage. e. Insurance Trust. If the Grantee’s insurance is provided through an insurance trust, the Grantee shall instead add the Department of Environmental Protection, its employees, and officers as an additional covered party everywhere the Agreement requires them to be added as an additional insured. 13. Termination. a. Termination for Convenience. When it is in the State’s best interest, Department may, at its sole discretion, terminate the Agreement in whole or in part by giving 30 days’ written notice to Grantee. The Department shall notify Grantee of the termination for convenience with instructions as to the effective date of termination or the specific stage of work at which the Agreement is to be terminated. The Grantee must submit all invoices for work to be paid under this Agreement within thirty (30) days of the effective date of termination. The Department shall not pay any invoices received after thirty (30) days of the effective date of termination. b. Termination for Cause. The Department may terminate this Agreement if any of the events of default described in the Events of Default provisions below occur or in the event that Grantee fails to fulfill any of its other obligations under this Agreement. If, after termination, it is determined that Grantee was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of Department. The rights and remedies of Department in this clause are in addition to any other rights and remedies provided by law or under this Agreement. c. Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial termination unless as otherwise directed by Department, Grantee shall not furnish any service or deliverable on the date, and to the extent specified, in the notice. However, Grantee shall continue work on any portion of the Agreement not terminated. If the Agreement is terminated before performance is completed, Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. The Grantee shall not be entitled to recover any cancellation charges or lost profits. d. Continuation of Prepaid Services. If Department has paid for any services prior to the expiration, cancellation, or termination of the Agreement, Grantee shall continue to provide Department with those services for which it has already been paid or, at Department’s discretion, Grantee shall provide a refund for services that have been paid for but not rendered. e. Transition of Services Upon Termination, Expiration, or Cancellation of the Agreement. If services provided under the Agreement are being transitioned to another provider(s), Grantee shall assist in the smooth transition of Agreement services to the subsequent provider(s). This requirement is at a minimum an affirmative obligation to cooperate with the new provider(s), however additional requirements may be outlined in the Grant Attachment 1 7 of 14 Rev. 3/21/2025 Work Plan. The Grantee shall not perform any services after Agreement expiration or termination, except as necessary to complete the transition or continued portion of the Agreement, if any. 14. Notice of Default. If Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, any of the events of default, Department shall provide notice to Grantee and an opportunity to cure that is reasonable under the circumstances. This notice shall state the nature of the failure to perform and provide a time certain for correcting the failure. The notice will also provide that, should the Grantee fail to perform within the time provided, Grantee will be found in default, and Department may terminate the Agreement effective as of the date of receipt of the default notice. 15. Events of Default. Provided such failure is not the fault of Department or outside the reasonable control of Grantee, the following non-exclusive list of events, acts, or omissions, shall constitute events of default: a. The commitment of any material breach of this Agreement by Grantee, including failure to timely deliver a material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of the performance of the work, failure to resume work that has been discontinued within a reasonable time after notice to do so, or abandonment of the Agreement; b. The commitment of any material misrepresentation or omission in any materials, or discovery by the Department of such, made by the Grantee in this Agreement or in its application for funding; c. Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect, incomplete, or insufficient information; d. Failure to honor any term of the Agreement; e. Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revoking the certificate of authority granted to the Grantee by a state or other licensing authority; f. Failure to pay any and all entities, individuals, and furnishing labor or materials, or failure to make payment to any other entities as required by this Agreement; g. Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of the Immigration and Nationality Act; h. Failure to maintain the insurance required by this Agreement; i. One or more of the following circumstances, uncorrected for more than thirty (30) days unless, within the specified 30-day period, Grantee (including its receiver or trustee in bankruptcy) provides to Department adequate assurances, reasonably acceptable to Department, of its continuing ability and willingness to fulfill its obligations under the Agreement: i. Entry of an order for relief under Title 11 of the United States Code; ii. The making by Grantee of a general assignment for the benefit of creditors; iii. The appointment of a general receiver or trustee in bankruptcy of Grantee’s business or property; and/or iv. An action by Grantee under any state insolvency or similar law for the purpose of its bankruptcy, reorganization, or liquidation. 16. Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is in the best interest of the State to do so. The Department shall provide Grantee written notice outlining the particulars of suspension. Examples of reasons for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, Grantee shall comply with the notice. Within 90 days, or any longer period agreed to by the parties, Department shall either: (1) issue a notice authorizing resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (30) days’ notice required for a notice of termination for convenience. Suspension of work shall not entitle Grantee to any additional compensation. 17. Force Majeure. The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of Grantee or its employees or agents 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 Grantee’s control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to Grantee. In case of any delay Grantee believes is excusable, Grantee shall notify Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first Attachment 1 8 of 14 Rev. 3/21/2025 arose, if Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably foreseeable, within five days after the date Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE GRANTEE’S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist Grantee shall perform at no increased cost, unless Department determines, in its sole discretion, that the delay will significantly impair the value of the Agreement to Department, in which case Department may: (1) accept allocated performance or deliveries from Grantee, provided that Grantee grants preferential treatment to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to and by Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject of the delay, which purchases may be deducted from the Agreement quantity; or (3) terminate Agreement in whole or in part. 18. Indemnification. a. The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless Department and its officers, agents, and employees, from suits, actions, damages, and costs of every name and description arising from or relating to: i. personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Grantee, its agents, employees, partners, or subcontractors; provided, however, that Grantee shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of Department; ii. the Grantee’s breach of this Agreement or the negligent acts or omissions of Grantee. b. The Grantee’s obligations under the preceding paragraph with respect to any legal action are contingent upon Department giving Grantee: (1) written notice of any action or threatened action; (2) the opportunity to take over and settle or defend any such action at Grantee’s sole expense; and (3) assistance in defending the action at Grantee’s sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made by Department in any legal action without Grantee’s prior written consent, which shall not be unreasonably withheld. c. Notwithstanding sections a. and b. above, the following is the sole indemnification provision that applies to Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of section 768.28, F.S. Further, nothing herein shall be construed as consent by a state agency or subdivision of the State to be sued by third parties in any matter arising out of any contract or this Agreement. d. No provision in this Agreement shall require Department to hold harmless or indemnify Grantee, insure or assume liability for Grantee’s negligence, waive Department’s sovereign immunity under the laws of Florida, or otherwise impose liability on Department for which it would not otherwise be responsible. Any provision, implication or suggestion to the contrary is null and void. 19. Limitation of Liability. The Department’s liability for any claim arising from this Agreement is limited to compensatory damages in an amount no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and in compliance with the terms of the Agreement. Such liability is further limited to a cap of $100,000. 20. Remedies. Nothing in this Agreement shall be construed to make Grantee liable for force majeure events. Nothing in this Agreement, including financial consequences for nonperformance, shall limit Department’s right to pursue its remedies for other types of damages under the Agreement, at law or in equity. The Department may, in addition to other remedies available to it, at law or in equity and upon notice to Grantee, retain such monies from amounts due Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it. 21. Waiver. The delay or failure by Department to exercise or enforce any of its rights under this Agreement shall not constitute or be deemed a waiver of Department’s right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. Attachment 1 9 of 14 Rev. 3/21/2025 22. Statutory Notices Relating to Unauthorized Employment and Subcontracts. a. The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If Grantee/subcontractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. b. Pursuant to sections 287.133, 287.134, and 287.137 F.S., the following restrictions apply to persons placed on the convicted vendor list, discriminatory vendor list, or the antitrust violator vendor list: i. Public Entity Crime. 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 work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, 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 section 287.017, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. ii. Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendor list 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 work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. iii. Antitrust Violator Vendors. A person or an affiliate who has been placed on the antitrust violator vendor list following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply on any contract to provide any good or services to a public entity; may not submit a bid, proposal, or reply on any contract with a public entity for the construction or repair of a public building or public work; may not submit a bid, proposal, or reply on leases of real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with a public entity; and may not transact new business with a public entity. iv. Notification. The Grantee shall notify Department if it or any of its suppliers, subcontractors, or consultants have been placed on the convicted vendor list, the discriminatory vendor list, or antitrust violator vendor list during the life of the Agreement. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and the antitrust violator vendor list and posts the list on its website. Questions regarding the discriminatory vendor list or antitrust violator vendor list may be directed to the Florida Department of Management Services, Office of Supplier Development, at (850) 487-0915. 23. Compliance with Federal, State and Local Laws. a. The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, workers’ compensation, licenses, and registration requirements. The Grantee shall include this provision in all subcontracts issued as a result of this Agreement. b. The Grantee, its subgrantees, subcontractors and agents must also comply with the following civil rights laws and regulations:  i. Title VI of the Civil Rights Act of 1964 as amended (prohibiting discrimination in federally assisted programs on the basis of race, color, or national origin in the delivery of services or benefits); ii. Section 13 of the 1972 Amendment to the Federal Water Pollution Control Act (prohibiting discrimination on the basis of sex in the delivery of services or benefits under the Federal Water Pollution Control Act as amended);  iii. Section 504 of the Rehabilitation Act of 1973 (prohibiting discrimination in federally assisted programs on the basis of disability, both in employment and in the delivery of services and benefits);  iv. Age Discrimination Act of 1975 (prohibiting discrimination in federally assisted programs on the basis of age in the delivery of services or benefits);  Attachment 1 10 of 14 Rev. 3/21/2025 v. 40 C.F.R. Part 7, (implementing Title VI of the Civil Rights Act of 1964, Section 13 of the 1972 Amendments to the Federal Water Pollution Control Act, and Section 504 of the Rehabilitation Act of 1973); vi. United States Executive Order (EO) 13166 (federal agencies required to ensure that recipients of federal financial assistance take reasonable steps to provide meaningful access to their programs and activities by Limited English Proficiency (LEP) persons). vii. Florida Civil Rights Act of 1992 (Title XLIV Chapter 760, Sections 760.01, 760.11 and 509.092, F.S.), including Part I, chapter 760, F.S. (prohibiting discrimination on the basis of race, color, religion, sex, pregnancy, national origin, age, handicap, or marital status). c. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. d. Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction for any damages arising under the terms of the Agreement will be in the courts of the State, and venue will be in the Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Agreement. 24. Build America, Buy America Act (BABA) - Infrastructure Projects with Federal Funding. This provision does not apply to Agreements that are wholly funded by Coronavirus State and Local Fiscal Recovery Funds under the American Rescue Plan Act. Also, this provision does not apply where there is a valid waiver in place. However, the provision may apply to funds expended before the waiver or after expiration of the waiver. If applicable, Recipients or Subrecipients of an award of Federal financial assistance from a program for infrastructure are required to comply with the Build America, Buy America Act (BABA), including the following provisions: a. All iron and steel used in the project are produced in the United States--this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States; b. All manufactured products used in the project are produced in the United States-this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and c. All construction materials are manufactured in the United States-this means that all manufacturing processes for the construction material occurred in the United States. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. 25. Investing in America Grantees of an award for construction projects in whole or in part by the Bipartisan Infrastructure Law or the Inflation Reduction Act, including the following provision: a. Signage Requirements a. Investing in America Emblem: The recipient will ensure that a sign is placed at construction sites supported in whole or in part by this award displaying the official Investing in America emblem and must identify the project as a “project funded by President Biden’s Bipartisan Infrastructure Law” or “project funded by President Biden’s Inflation Reduction Act” as applicable. The sign must be placed at construction sites in an easily visible location that can be directly linked to the work taking place and must be maintained in good condition throughout the construction period. The recipient will ensure compliance with the guidelines and design specifications provided by EPA for using the official Investing in America emblem available at: https://www.epa.gov/invest/investing-america-signage. b. Procuring Signs: Consistent with section 6002 of RCRA, 42 U.S.C. 6962, and 2 CFR 200.323, recipients are encouraged to use recycled or recovered materials when procuring signs. Signage Attachment 1 11 of 14 Rev. 3/21/2025 costs are considered an allowable cost under this assistance agreement provided that the costs associated with signage are reasonable. Additionally, to increase public awareness of projects serving communities where English is not the predominant language, recipients are encouraged to translate the language on signs (excluding the official Investing in America emblem or EPA logo or seal) into the appropriate non-English language(s). The costs of such translation are allowable, provided the costs are reasonable. 26. Scrutinized Companies. a. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. b. If this Agreement is for more than one million dollars, the Grantee certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in section 287.135, F.S. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. c. As provided in subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions, then they shall become inoperative. 27. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to section 216.347, F.S., except that pursuant to the requirements of section 287.058(6), F.S., during the term of any executed agreement between Grantee and the State, Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with sections 11.062 and 216.347, F.S. 28. Record Keeping. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of Department’s Inspector General, or other authorized State official, Grantee shall provide any type of information the Inspector General deems relevant to Grantee’s integrity or responsibility. Such information may include, but shall not be limited to, Grantee’s business or financial records, documents, or files of any type or form that refer to or relate to Agreement. The Grantee shall retain such records for the longer of: (1) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dos.myflorida.com/library-archives/records-management/general-records-schedules/). 29. Audits. a. Inspector General. The Grantee understands its duty, pursuant to section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its sub-grantees and/or subcontractors issued under this Agreement, if any, impose this requirement, in writing, on its sub-grantees and/or subcontractors, respectively. b. Physical Access and Inspection. Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including by any of the following methods: i. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in performance of any work pursuant to this Agreement; and, Attachment 1 12 of 14 Rev. 3/21/2025 iii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an updated copy of Exhibit 1, to Attachment 5. If Department fails to provide an updated copy of Exhibit 1 to include in each amendment that authorizes a funding increase or decrease, Grantee shall request one from the Department’s Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit 1 and determine whether the terms of Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, Grantee shall utilize the guidance provided under 2 CFR §200.331 for determining whether the relationship represents that of a subrecipient or vendor. For State financial assistance, Grantee shall utilize the form entitled “Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination” (form number DFS-A2-NS) that can be found under the “Links/Forms” section appearing at the following website: https:\\apps.fldfs.com\fsaa. d. Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein, Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State guidelines (including cost allocation guidelines) and federal, if applicable. Allowable costs and uniform administrative requirements for federal programs can be found under 2 CFR 200. The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty (30) days of such request. e. No Commingling of Funds. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program-by-program or a project-by-project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. i. If Department finds that these funds have been commingled, Department shall have the right to demand a refund, either in whole or in part, of the funds provided to Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from Department shall refund, and shall forthwith pay to Department, the amount of money demanded by Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from Department by Grantee to the date repayment is made by Grantee to Department. ii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by Department, from another source(s), Grantee shall reimburse Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by Grantee to the date repayment is made to Department. iii. Notwithstanding the requirements of this section, the above restrictions on commingling funds do not apply to agreements where payments are made purely on a cost reimbursement basis. 30. Conflict of Interest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 31. Independent Contractor. The Grantee is an independent contractor and is not an employee or agent of Department. 32. Subcontracting. a. Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performed solely by Grantee. b. The Department may, for cause, require the replacement of any Grantee employee, subcontractor, or agent. For cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with an applicable Department policy or other requirement. Attachment 1 13 of 14 Rev. 3/21/2025 c. The Department may, for cause, deny access to Department’s secure information or any facility by any Grantee employee, subcontractor, or agent. d. The Department’s actions under paragraphs b. or c. shall not relieve Grantee of its obligation to perform all work in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred under any subcontract and Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under any subcontract. e. The Department will not deny Grantee’s employees, subcontractors, or agents access to meetings within the Department’s facilities, unless the basis of Department’s denial is safety or security considerations. f. A list of minority-owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Development at (850) 487-0915. g. The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted products or services were obtainable from other sources in sufficient time for Grantee to meet the required delivery schedule. 33. Guarantee of Parent Company. If Grantee is a subsidiary of another corporation or other business entity, Grantee asserts that its parent company will guarantee all of the obligations of Grantee for purposes of fulfilling the obligations of Agreement. In the event Grantee is sold during the period the Agreement is in effect, Grantee agrees that it will be a requirement of sale that the new parent company guarantee all of the obligations of Grantee. 34. Survival. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and public records, shall survive termination, cancellation, or expiration of this Agreement. 35. Third Parties. The Department shall not be deemed to assume any liability for the acts, failures to act or negligence of Grantee, its agents, servants, and employees, nor shall Grantee disclaim its own negligence to Department or any third party. This Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If Department consents to a subcontract, Grantee will specifically disclose that this Agreement does not create any third- party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement. 36. Severability. If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions are severable to that void provision, and shall remain in full force and effect. 37. Grantee’s Employees, Subcontractors and Agents. All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under Agreement must comply with all security and administrative requirements of Department and shall comply with all controlling laws and regulations relevant to the services they are providing under the Agreement. 38. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent of Department. In the event of any assignment, Grantee remains secondarily liable for performance of the Agreement, unless Department expressly waives such secondary liability. The Department may assign the Agreement with prior written notice to Grantee of its intent to do so. 39. Compensation Report. If this Agreement is a sole-source, public-private agreement or if the Grantee, through this agreement with the State, annually receive 50% or more of their budget from the State or from a combination of State and Federal funds, the Grantee shall provide an annual report, including the most recent IRS Form 990, detailing the total compensation for the entities' executive leadership teams. Total compensation shall include salary, bonuses, cashed-in leave, cash equivalents, severance pay, retirement benefits, deferred compensation, real-property gifts, and any other payout. The Grantee must also inform the Department of any changes in total executive compensation between the annual reports. All compensation reports must indicate what percent of compensation comes directly from the State or Federal allocations to the Grantee. Attachment 1 14 of 14 Rev. 3/21/2025 40. Disclosure of Gifts from Foreign Sources. If the value of the grant under this Agreement is $100,000 or more, Grantee shall disclose to Department any current or prior interest of, any contract with, or any grant or gift received from a foreign country of concern, as defined in section 286.101, F.S., if such interest, contract, or grant or gift has a value of $50,000 or more and such interest existed at any time or such contract or grant or gift was received or in force at any time during the previous 5 years. Such disclosure shall include the name and mailing address of the disclosing entity, the amount of the contract or grant or gift or the value of the interest disclosed, the applicable foreign country of concern and, if applicable, the date of termination of the contract or interest, the date of receipt of the grant or gift, and the name of the agent or controlled entity that is the source or interest holder. If the disclosure requirement is applicable as described above, then within 1 year before applying for any grant, Grantee must also provide a copy of such disclosure to the Department of Financial Services. 41. Food Commodities. To the extent authorized by federal law, the Department, its grantees, contractors and subcontractors shall give preference to food commodities grown or produced in this state when purchasing food commodities, including farm products as defined in section 823.14, F.S., of any class, variety, or use thereof in their natural state or as processed by a farm operation or processor for the purpose of marketing such product. 42. Anti-human Trafficking. If the Grantee is a nongovernmental entity, the Grantee must provide the Department with an affidavit signed by an officer or a representative of the Grantee under penalty of perjury attesting that the Grantee does not use coercion for labor or services as defined in section 787.06, F.S. 43. Iron and Steel for Public Works Projects. If this Agreement funds a “public works project” as defined in section 255.0993, F.S., or the purchase of materials to be used in a public works project, any iron or steel permanently incorporated in the Project must be “produced in the United States,” as defined in section 255.0993, F.S. This requirement does not apply if the Department determines that any of the following circumstances apply to the Project: (1) iron or steel products produced in the United States are not produced in sufficient quantities, reasonably available, or of satisfactory quality; (2) the use of iron or steel products produced in the United States will increase the total cost of the project by more than twenty percent (20%); or (3) complying with this requirement is inconsistent with the public interest. Further, this requirement does not prevent the Contractor’s minimal use of foreign steel and iron materials if: (1) such materials are incidental or ancillary to the primary product and are not separately identified in the project specifications; and (2) the “cost” of such materials, as defined in section 255.0993, F.S., does not exceed one-tenth of one percent (1%) of the total Project Cost under this Agreement or $2,500, whichever is greater. Electrical components, equipment, systems, and appurtenances, including supports, covers, shielding, and other appurtenances related to an electrical system that are necessary for operation or concealment (excepting transmission and distribution poles) are not considered to be iron or steel products and are, therefore, exempt from the requirements of this paragraph. This provision shall be applied in a manner consistent with and may not be construed to impair the state’s obligations under any international agreement. 44. Complete and Accurate information. Grantee represents and warrants that all statements and information provided to DEP are current, complete, and accurate. This includes all statements and information in this Grant, as well as its Attachments and Exhibits. 45. Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. In accordance with the Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall have the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly authorized to do so and to bind the respective party to the Agreement. Attachment 2 1 of 3 Rev. 6/27/24 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Special Terms and Conditions AGREEMENT NO. QG018 ATTACHMENT 2 These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terms shall apply. 1.Scope of Work.The Project funded under this Agreement is Harbor Vista & Meadow Brook Septic to Sewer Expansion. The Project is defined in more detail in Attachment 3, Grant Work Plan. 2.Duration.a.Reimbursement Period. The reimbursement period for this Agreement begins on July 1, 2024 and ends at theexpiration of the Agreement.b. Extensions. There are extensions available for this Project. c.Service Periods. Additional service periods are not authorized under this Agreement. 3.Payment Provisions.a.Compensation. This is a cost reimbursement Agreement. The Grantee shall be compensated under thisAgreement as described in Attachment 3.b. Invoicing. Invoicing will occur as indicated in Attachment 3. c.Advance Pay. Advance Pay is not authorized under this Agreement. 4.Cost Eligible for Reimbursement or Matching Requirements.Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the followingbudget categories, as defined in the Reference Guide for State Expenditures, as indicated: Reimbursement Match Category ☐☐Salaries/Wages Overhead/Indirect/General and Administrative Costs:☐☐ a. Fringe Benefits, N/A.☐☐ b. Indirect Costs, N/A. ☒☐ Contractual (Subcontractors)☐☐Travel, in accordance with Section 112, F.S.☐☐Equipment☐☐Rental/Lease of Equipment☐☐Miscellaneous/Other Expenses☐☐Land Acquisition 5.Equipment Purchase.No Equipment purchases shall be funded under this Agreement. 6.Land Acquisition.There will be no Land Acquisitions funded under this Agreement. 7.Match RequirementsThere is no match required on the part of the Grantee under this Agreement. Attachment 2 2 of 3 Rev. 6/27/24 8. Insurance Requirements Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy maintained by the Grantee shall not be interpreted as limiting the Grantee’s liability and obligations under the Agreement. All insurance policies shall be through insurers licensed and authorized to issue policies in Florida, or alternatively, Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: a. Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability insurance at all times during the Agreement. The Department, its employees, and officers shall be named as an additional insured on any general liability policies. The minimum limits shall be $250,000 for each occurrence and $500,000 policy aggregate. b. Commercial Automobile Insurance. If the Grantee’s duties include the use of a commercial vehicle, the Grantee shall maintain automobile liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The Department, its employees, and officers shall be named as an additional insured on any automobile insurance policy. The minimum limits shall be as follows: $200,000/300,000 Automobile Liability for Company-Owned Vehicles, if applicable $200,000/300,000 Hired and Non-owned Automobile Liability Coverage c. Workers’ Compensation and Employer’s Liability Coverage. The Grantee shall provide workers’ compensation, in accordance with Chapter 440, F.S. and employer liability coverage with minimum limits of $100,000 per accident, $100,000 per person, and $500,000 policy aggregate. Such policies shall cover all employees engaged in any work under the Grant. d. Other Insurance. None. 9. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 10. Retainage. Retainage is permitted under this Agreement. Retainage may be up to a maximum of 10% of the total amount of the Agreement. 11. Subcontracting. The Grantee may subcontract work under this Agreement without the prior written consent of the Department’s Grant Manager except for certain fixed-price subcontracts pursuant to this Agreement, which require prior approval. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. Upon request by the Department’s Grant Manager, the Grantee will submit a copy of the executed subcontract. 12. State-owned Land. The work will not be performed on State-owned land. 13. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement. 14. Common Carrier. a. Applicable to contracts with a common carrier – firm/person/corporation that as a regular business transports people or commodities from place to place. If applicable, Contractor must also fill out and return PUR 1808 before contract execution. If Contractor is a common carrier pursuant to section 908.111(1)(a), Florida Statutes, the Department will terminate this contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. b. Applicable to solicitations for a common carrier – Before contract execution, the winning Contractor(s) must fill out and return PUR 1808, and attest that it is not willfully providing any service in furtherance of Attachment 2 3 of 3 Rev. 6/27/24 transporting a person into this state knowing that the person unlawfully present in the United States according to the terms of the federal Immigration and Nationality Act, 8 U.S.C. ss. 1101 et seq. The Department will terminate a contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. 15. Financial Assistance and Payment of Invoices to Rural Communities or Rural Areas of Opportunity This agreement does not provide federal or state financial assistance to a county or municipality that is a rural community or rural area of opportunity as those terms are defined in s. 288.0656(2). 16. Additional Terms. None. Any terms added here must be approved by the Office of General Counsel. ATTACHMENT 3 GRANT WORK PLAN PROJECT TITLE: Harbor Vista & Meadow Brook Septic to Sewer Expansion PROJECT LOCATION: The Project will be located in the City of Clearwater within Pinellas County; Lat/Long (27.9605, -82.7437). PROJECT BACKGROUND: Poorly maintained septic systems pose significant risks, including nutrient pollution, groundwater contamination, flooding, and public health hazards. In response, the City of Clearwater (Grantee) launched a sewer system expansion initiative to convert high-risk septic areas to the central sewer system. In 2011, the City conducted a comprehensive study evaluating 33 neighborhoods in Pinellas County based on environmental and economic criteria. Since then, six areas have completed conversions. In 2024, the Grantee updated the Septic to Sewer Feasibility Study with new criteria and rankings and is now moving forward with the remaining 27 areas in prioritized phases. This project reflects the next phase of that effort, addressing two of the top-ranked areas, Harbor Vista and Meadow Brook Place. The Grantee will conduct a project that will reduce nutrient loading to impaired waters, improve groundwater quality, and support long-term environmental resilience. PROJECT DESCRIPTION: The Grantee will design, permit, and construct new sewer infrastructure to serve approximately 62 properties in the Harbor Vista and Meadow Brook Place neighborhoods. This includes topographic survey, utility coordination, subsurface utility engineering, geotechnical investigation, septic tank abandonment, new gravity sewer, manholes, and lateral connections. The DEP Grant Funds associated with this Agreement were awarded based on local contributions pledged towards the total project costs: $374,060.00 from the City of Clearwater. A summary of the local contributions will be required in the Final Quarterly Progress Report, and financial supporting documentation shall be provided upon request. TASKS: All documentation should be submitted electronically unless otherwise indicated, and should be submitted prior to the expiration of the grant agreement. Task 1: Preconstruction Activities Deliverables: The Grantee will complete the design of the Septic to Sewer Expansion and obtain all necessary permits for construction of the project. Activities necessary for design, such as surveys, geotechnical evaluations, pre-design studies, and environmental assessments are eligible under this task. Documentation: The Grantee will submit a signed summary of activities completed for the period of work covered in the payment request, including the percentage of design complete and permitting status, using the format provided by the Department’s Grant Manager. For the final documentation, the Grantee will also submit a copy of the design completed with the funding provided for this task, a list of all required permits identifying issue dates and issuing authorities, and copies of any surveys, assessments, or other documents funded under this task. Upon request by the Department’s Grant Manager, the Grantee will provide additional supporting documentation relating to this task. Performance Standard: The Department’s Grant Manager will review the documentation to verify that the deliverables have been completed as described above. Upon review and written acceptance by the Department’s Grant Manager, a payment request may be processed. DEP Agreement No. QG018, Attachment 3, Page 1 of 3 DEP Agreement No. QG018, Attachment 3, Page 2 of 3 Payment Request Schedule: The Grantee may submit a payment request for cost reimbursement no more frequently than monthly. Task 2: Project Management Deliverables: The Grantee will provide project management services related to the Septic to Sewer Expansion, to include review of documents and forms, budget oversight, preparation and submittal of quarterly progress reports, processing of payment requests and related documentation, field engineering services, construction observation, site meetings with construction contractor(s) and design professionals, and overall project coordination and supervision. Documentation: The Grantee will submit a signed summary of activities completed for the period of work covered in the payment request, using the format provided by the Department’s Grant Manager. Upon request by the Department’s Grant Manager, the Grantee will provide additional supporting documentation relating to this task. Performance Standard: The Department’s Grant Manager will review the documentation to verify that the deliverables have been completed as described above. Upon review and written acceptance by the Department’s Grant Manager, a payment request may be processed. Payment Request Schedule: The Grantee may submit a payment request for cost reimbursement no more frequently than monthly. Task 3: Construction Deliverables: The Grantee will construct the Septic to Sewer Expansion in accordance with the final design. The Grantee will submit through the Department’s GIS web-interface data collection tool, parcel-level data identifying collection system extensions; lift stations and other infrastructure associated with the grant; and both the parcels connected to sewer and the parcels where sewer has been made available for connection but not yet connected along with associated grant information. Pursuant to section 381.00655, Florida Statutes, for any parcels for which sewer was made available, but for which connection has not yet been made, the Grantee will notify in writing owners of such parcels that the system is available for connection and that they must connect to the installed sewer system within 365 days of such written notification.  Documentation: The Grantee will submit: 1) a signed summary of activities completed for the period of work covered in the payment request, using the format provided by the Department’s Grant Manager. For the final documentation, the Grantee will also submit: 2) an email from the Department’s GIS web-interface data collection tool, confirming that data for the project has been submitted; and 3) one copy of a notification letter and a signed statement by the grant manager that notifications to all parcels for which sewer is available, but not yet connected, was sent. Upon request by the Department’s Grant Manager, the Grantee will provide additional supporting documentation relating to this task. Performance Standard: The Department’s Grant Manager will review the documentation to verify that the deliverables have been completed as described above. Upon review and written acceptance by the Department’s Grant Manager, a payment request may be processed. Payment Request Schedule: The Grantee may submit a payment request for cost reimbursement no more frequently than monthly. DEP Agreement No. QG018, Attachment 3, Page 3 of 3 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by the corresponding task end date. Cost reimbursable grant funding must not exceed the budget amounts as indicated below. Task No. Task Title Budget Category Grant Amount Task Start Date Task End Date 1 Preconstruction Activities Contractual Services $558,000 07/01/2024 02/28/2027 2 Project Management Contractual Services $297,000 07/01/2024 09/30/2028 3 Construction Contractual Services $2,511,540 07/01/2024 09/30/2028 Total: $3,366,540 Attachment 4 1 of 1 Rev. 4/8/2024 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Public Records Requirements Attachment 4 1. Public Records. a. If the Agreement exceeds $35,000.00, and if Grantee is acting on behalf of Department in its performance of services under the Agreement, Grantee must allow public access to all documents, papers, letters, or other material, regardless of the physical form, characteristics, or means of transmission, made or received by Grantee in conjunction with the Agreement (Public Records), unless the Public Records are exempt from section 24(a) of Article I of the Florida Constitution and section 119.07(1), F.S. b. The Department may unilaterally terminate the Agreement if Grantee refuses to allow public access to Public Records as required by law. 2. Additional Public Records Duties of Section 119.0701, F.S., If Applicable. For the purposes of this paragraph, the term “contract” means the “Agreement.” If Grantee is a “contractor” as defined in section 119.0701(1)(a), F.S., the following provisions apply and the contractor shall: a. Keep and maintain Public Records required by Department to perform the service. b. Upon request, provide Department with a copy of requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. c. A contractor who fails to provide the Public Records to Department within a reasonable time may be subject to penalties under section 119.10, F.S. d. 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 contract term and following completion of the contract if the contractor does not transfer the Public Records to Department. e. Upon completion of the contract, transfer, at no cost, to Department all Public Records in possession of the contractor or keep and maintain Public Records required by Department to perform the service. If the contractor transfers all Public Records to Department 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 Public Records stored electronically must be provided to Department, upon request from Department’s custodian of Public Records, in a format specified by Department as compatible with the information technology systems of Department. These formatting requirements are satisfied by using the data formats as authorized in the contract or Microsoft Word, Outlook, Adobe, or Excel, and any software formats the contractor is authorized to access. f. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, F.S., TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE DEPARTMENT’S CUSTODIAN OF PUBLIC RECORDS AT: Telephone: (850) 245-2118 Email: public.services@floridadep.gov Mailing Address: Department of Environmental Protection ATTN: Office of Ombudsman and Public Services Public Records Request 3900 Commonwealth Boulevard, MS 49 Tallahassee, Florida 32399 Attachment 5 1 of 6 BGS-DEP 55-215 revised 11/19/24 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Special Audit Requirements (State and Federal Financial Assistance) Attachment 5 The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the "Department", "DEP", "FDEP" or "Grantor", or other name in the agreement) to the recipient (which may be referred to as the "Recipient", "Grantee" or other name in the agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F-Audit Requirements, and Section 215.97, F.S., as revised (see “AUDITS” below), monitoring procedures may include, but not be limited to, on-site visits by DEP Department staff, limited scope audits as defined by 2 CFR 200.425, or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer (CFO) or Auditor General. AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in 2 CFR §200.330 1. A recipient that expends $1,000,000 or more in Federal awards in its fiscal year, must have a single or program-specific audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F. EXHIBIT 1 to this Attachment indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the federal awards expended in its fiscal year, the recipient shall consider all sources of federal awards, including federal resources received from the Department of Environmental Protection. The determination of amounts of federal awards expended should be in accordance with the guidelines established in 2 CFR 200.502-503. An audit of the recipient conducted by the Auditor General in accordance with the provisions of 2 CFR Part 200.514 will meet the requirements of this part. 2. For the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in 2 CFR 200.508-512. 3. A recipient that expends less than $1,000,000 in federal awards in its fiscal year is not required to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F-Audit Requirements. If the recipient expends less than $1,000,000 in federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR 200, Subpart F-Audit Requirements, the cost of the audit must be paid from non-federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from non-federal entities). 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at https://sam.gov/content/assistance-listings. Attachment 5 2 of 6 BGS-DEP 55-215 revised 11/19/24 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2), Florida Statutes. 1. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient (for fiscal years ending June 30, 2017, and thereafter), the recipient must have a State single or project-specific audit for such fiscal year in accordance with Section 215.97, F.S.; Rule Chapter 69I-5, F.A.C., State Financial Assistance; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT 1 to this form lists the state financial assistance awarded through the Department of Environmental Protection by this agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part II, paragraph 1; the recipient shall ensure that the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the recipient expends less than $750,000 in state financial assistance in its fiscal year (for fiscal year ending June 30, 2017, and thereafter), an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $750,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non-state entity’s resources (i.e., the cost of such an audit must be paid from the recipient’s resources obtained from other than State entities). 4. For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at https://apps.fldfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at http://www.leg.state.fl.us/Welcome/index.cfm, State of Florida’s website at http://www.myflorida.com/, Department of Financial Services’ Website at http://www.fldfs.com/and the Auditor General's Website at http://www.myflorida.com/audgen/. PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to specify any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity’s policy (i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV: REPORT SUBMISSION 1. Copies of reporting packages for audits conducted in accordance with 2 CFR Part 200, Subpart F-Audit Requirements, and required by PART I of this form shall be submitted, when required by 2 CFR 200.512, by or on behalf of the recipient directly to the Federal Audit Clearinghouse (FAC) as provided in 2 CFR 200.36 and 200.512 A. The Federal Audit Clearinghouse designated in 2 CFR §200.501(a) (the number of copies required by 2 CFR §200.501(a) should be submitted to the Federal Audit Clearinghouse), at the following address: Attachment 5 3 of 6 BGS-DEP 55-215 revised 11/19/24 By Mail: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008, must be submitted using the Federal Clearinghouse’s Internet Data Entry System which can be found at http://harvester.census.gov/facweb/ 2. Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit@dep.state.fl.us B. The Auditor General’s Office at the following address: Auditor General Local Government Audits/342 Claude Pepper Building, Room 401 111 West Madison Street Tallahassee, Florida 32399-1450 The Auditor General’s website (http://flauditor.gov/) provides instructions for filing an electronic copy of a financial reporting package. 3. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit@dep.state.fl.us 4. Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with 2 CFR 200.512, section 215.97, F.S., and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. Attachment 5 4 of 6 BGS-DEP 55-215 revised 11/19/24 5. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with 2 CFR 200, Subpart F-Audit Requirements, or Chapters 10.550 (local governmental entities) and 10.650 (non and for-profit organizations), Rules of the Auditor General, should indicate the date and time the reporting package was delivered to the recipient and any correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of the award and this Agreement for a period of five (5) years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of three (3) years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. Attachment 5, Exhibit 1 5 of 6 BGS-DEP 55-215 Revised 7/2019 EXHIBIT – 1 FUNDS AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: Note: If the resources awarded to the recipient represent more than one federal program, provide the same information shown below for each federal program and show total federal resources awarded Federal Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following: Federal Program A Federal Agency CFDA Number CFDA Title Funding Amount State Appropriation Category $ Federal Program B Federal Agency CFDA Number CFDA Title Funding Amount State Appropriation Category $ Note: If the resources awarded to the recipient represent more than one federal program, list applicable compliance requirements for each federal program in the same manner as shown below: Federal Program A First Compliance requirement: i.e.: (what services of purposes resources must be used for) Second Compliance requirement: i.e.:(eligibility requirement for recipients of the resources) Etc. Etc. Federal Program B First Compliance requirement: i.e.: (what services of purposes resources must be used for) Second Compliance requirement: i.e.: (eligibility requirement for recipients of the resources) Etc. Etc. Attachment 5, Exhibit 1 6 of 6 BGS-DEP 55-215 Revised 7/2019 Note: If the resources awarded to the recipient for matching represent more than one federal program, provide the same information shown below for each federal program and show total state resources awarded for matching. State Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following Matching Resources for Federal Programs: Federal Program A Federal Agency CFDA CFDA Title Funding Amount State Appropriation Category Federal Program B Federal Agency CFDA CFDA Title Funding Amount State Appropriation Category Note: If the resources awarded to the recipient represent more than one state project, provide the same information shown below for each state project and show total state financial assistance awarded that is subject to section 215.97, F.S. State Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following Resources Subject to Section 215.97, F.S.: State Program A State Awarding Agency State Fiscal Year1 CSFA Number CSFA Title or Funding Source Description Funding Amount State Appropriation Category Original Agreement Department of Environmental Protection 2024-2025 37.039 Statewide Water Quality Restoration Projects - GAA LI 1741 $3,366,540.00 149950 State Program B State Awarding Agency State Fiscal Year2 CSFA Number CSFA Title or Funding Source Description Funding Amount State Appropriation Category Total Award $3,366,540.00 Note: List applicable compliance requirement in the same manner as illustrated above for federal resources. For matching resources provided by the Department for DEP for federal programs, the requirements might be similar to the requirements for the applicable federal programs. Also, to the extent that different requirements pertain to different amount for the non-federal resources, there may be more than one grouping (i.e. 1, 2, 3, etc.) listed under this category. For each program identified above, the recipient shall comply with the program requirements described in the Catalog of Federal Domestic Assistance (CFDA) [https://sam.gov/content/assistance-listings] and/or the Florida Catalog of State Financial Assistance (CSFA) [https://apps.fldfs.com/fsaa/searchCatalog.aspx], and State Projects Compliance Supplement (Part Four: State Projects Compliance Supplement [https://apps.fldfs.com/fsaa/state_project_compliance.aspx]. The services/purposes for which the funds are to be used are included in the Agreement’s Grant Work Plan. Any match required by the Recipient is clearly indicated in the Agreement. 1 Subject to change by Change Order. 2 Subject to change by Change Order. Exhibit A, Page 1 of 1 Rev. 1/19/24 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Exhibit A Progress Report Form The current Exhibit A, Progress Report Form for this grant can be found on the Department’s website at this link: https://floridadep.gov/wra/wra/documents/progress-report-form Please use the most current form found on the website, linked above, for each progress report submitted for this project. Exhibit C, Page 1 of 1 Rev. 12/02/19 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Exhibit C Payment Request Summary Form The Payment Request Summary Form for this grant can be found on our website at this link: https://floridadep.gov/wra/wra/documents/payment-request-summary-form Please use the most current form found on the website, linked above, for each payment request. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0956 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 6.16 SUBJECT/RECOMMENDATION: Authorize a purchase order with HD Supply Facilities Maintenance Ltd dba USABlueBook of Atlanta, GA (USABB) for the purchase of Maintenance, Repair, Operating (MRO) Supplies, Industrial Supplies and Related Products and Services in the not-to-exceed amount of $300,000.00 for one year with two one-year renewal options, pursuant to Clearwater Code of Ordinances Sections 2.563(1)(c), piggyback purchasing, and authorize the appropriate officials to execute the same. SUMMARY: USABB is a water and wastewater MRO supplier offering discounted pricing on over 55,000 items. USABB has been widely used across Public Utilities to supply and service the City’s water and wastewater divisions with laboratory testing materials, process analyzers, and other micro-purchases. This has allowed the City to meet regulatory requirements and process control testing needs. The pricing for this contract was secured through a Cooperative Purchasing Program administered by GOVMVMT relating to MRO supplies, industrial supplies and related products and services, in partnership with lead agency Cobb County, GA. This contract is valid through November 13, 2028, with the option to renew for up to three additional one-year periods, ending no later than November 12, 2031, unless terminated earlier by Cobb County. Authorization is requested to piggyback Cobb County Contract 24-6800 for a one year term with two additional one-year renewal options. APPROPRIATION CODE AND AMOUNT: Budgeted funds are available in Public Utilities operating cost centers, cost code 550400 operating supplies and materials to cover the cost of the contract for fiscal year 2026. The Public Utilities Department is funded by Water and Sewer Utility Enterprise Fund revenues. Funding for future fiscal years will be included in the annual budget request. STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, approval for an agreement is requested. Page 1 City of Clearwater Printed on 10/10/2025 HD Supply Facilities Maintenance, Ltd. Product Category Discounts Category Description Sub-category Fixed Discount Off List Price Category 1 Appliances Range Hoods 20% Range Hood Filters 20% Oven Repair 20% Microwave Repair 20% Refrigerator Repair 15% Washer & Dryer Repair 15% Dishwasher Repair 15% Gas Supply Lines & Fittings 15% Thermometers 10% Ice Machine Repair 10% Microwaves 10% Refrigerators 5% Ovens 5% Ice Machines 5% Dishwashers & other Appliances 5% Laundry 5% Compact Appliances 5% Category 2 Electrical Batteries 20% Flashlights 20% Surge Protection 15% Wiring Devices 15% Time Switches 15% Carbon Monoxide Alarms 15% Wiring Devices - Receptacles 15% Conduit&Weatherprf/Eltcl Boxes 15% Telephone & Video Repair 15% Door Chimes & Intercoms 15% Wall Plates 15% Plug & Connectors 15% Wiring Devices - GFCIs 15% Power Cords & Connectors 15% Smoke Alarms & Fire Safety 15% Lighting Controls 15% Security & Surveillance 10% Building Wire 10% Audio/Video Accessories 10% Circuit Breakers & Fuses 10% Wiring Supplies 10% Electrical Tools & Meters 10% Cameras 5% Electrical - Unclassified 5% Fire Extinguishers & Cabinets 5% Clearance - Electrical 0% HD Supply Facilities Maintenance, Ltd. Product Category Discounts Category Description Sub-category Fixed Discount Off List Price Category 3 Ground Maintenance/Landscaping Garden Hoses & Nozzles 10% Pest Control 10% Sprinkler Valves & Accessories 10% Fireplace 10% Petwaste 10% Floor Mats 10% Pool Equipment 10% Benches & Picnic Tables 5% Playgrounds 5% Pool Chemicals 5% Bike Racks 5% Pool&Patio Furniture 5% Outdoor Equipment 5% Grounds - Unclassified 5% Sprinkler Heads, Nozzles &Accs 5% Grounds Amenities 5% Barbecues 5% Ice Melt 5% Category 4 Hardware Weatherization & Thresholds 20% Flooring Tools 15% Screen Doors, Frame & Wire 15% Mailboxes & Accessories 15% Door Security Hardware 15% Door & Wall Protection 15% Wardrobe Hardware 15% Floor Prep & Adhesive 15% Cabinet & Drawer Hardware 15% Commercial Door Hardware 10% Fasteners 10% Door Hinges & Closers 10% Gate & Garage Door Hardware 10% Sliding Patio Door Hardware 10% Laminate Flooring 10% Window Hardware 10% Commercial Locksets 10% Residential Locksets 10% Floor Tile 10% Carpet 5% Ceiling Tile 5% Electronic Locks & Safes 5% Hardware - Unclassified 5% Storm Door 5% Fabricated Hinges 0% HD Supply Facilities Maintenance, Ltd. Product Category Discounts Category Description Sub-category Fixed Discount Off List Price Category 5 HVAC Exhaust Fans 15% Air Filtration 15% Compressors & Fittings 10% Tools & Supplies 10% Thermostats & Temperature Ctrl 10% Heaters 10% Ventilation 10% Window & Portable Air Cndtner 10% Repair Parts 10% Indoor Air Quality (IAQ)10% HVAC - Unclassified 5% Air Handlers, Furnaces & Coils 5% Hydronic Prd Controls & Gauges 5% Motors & Fan Blades 5% Thru-The-Wall Condensers 5% PTAC & Ductless (Mini Splits)5% Wall Air Conditioners 5% Refrigerants & Compressed Gas 5% Condensing Units 5% Circulator Pumps 5% Clearance - HVAC 0% Warranty/OEM Parts 0% Category 6 Janitorial/Cleaning Cleaning Chemicals 20% Paper Product 20% Trash Liners 20% Personal Care 15% Hand Sanitizer 15% Cleaning Tools 15% Hand Soap & Cleansers 15% Cleaning Supplies 10% Waste Receptacles And Liners 10% Safety & Sundries 5% Brooms & Brushes 5% Paper Products - AbilityOne 5% Janitorial/Cleaning - Unclsfd 5% Floor Care 5% Odor Control 5% Paint & Tape 5% Cleaning Equipment 5% Dillution Systems 0% Category 7 Lighting, Lamps and Ballasts Indoor Flushmounts 20% Fluorescent Tubes 20% HD Supply Facilities Maintenance, Ltd. Product Category Discounts Category Description Sub-category Fixed Discount Off List Price Recycling Kits 20% Fluorescent Bulbs 20% Ceiling Fans 15% LED Fixtures 15% Ceiling Fan Parts 15% Special Order 15% Outdoor Decorative Wall Fxtrs 10% Outdr Decorative Ceiling Fxtrs 10% Ballasts & Starters 10% Incan A-Bulbs 10% Halogen MR Bulbs 10% Incan BR Bulbs 10% Replacement Lenses & Repair 10% Incan Decorative Bulbs 10% Indoor Vanity & Wall Fixtures 10% Incan Special Application 10% Hospitality Lamps & Shades 10% Indoor Chandeliers & Pendants 10% Metal Hal&Sodium Pressure Bulb 10% Indoor Commercial Fixtures 10% Outdoor Security Lighting 10% Emergency & Exit Lighting 10% Halogen PAR Bulbs 10% LED Decorative Bulbs 5% LED MR Bulbs 5% LED HID Bulbs 5% LED Special Application 5% LED PAR Bulbs 5% LED Tubes & Pin Based 5% LED A-Bulbs 5% LED BR Bulbs 5% Indoor Recessed Lighting 5% Indoor Track Lighting 5% Category 8 Paint and Sundries Caulking 15% Interior Surface Repair 15% Spray Paint 10% Paint Application 10% Tapes & Adhesives 10% Exterior Surface Repair 5% Paint/Sundries - Unclassified 5% Primers 5% Custom Paint 5% Custom MFG Paint 5% Paint 5% HD Supply Facilities Maintenance, Ltd. Product Category Discounts Category Description Sub-category Fixed Discount Off List Price Category 9 Plumbing Toilet Seats 20% Sink Repair 20% Water Supply & Fittings 15% Metal & Plastic Tubular 10% Public Washroom 10% Toilets 10% Tub Waste and Drain Repair 10% Pipe Repair & Weatherization 10% Toilet & Tank Repair 10% Shower Doors, Tubs &Enclosures 10% Water Heaters 5% Water Filtration 5% Water Coolers & Bubblers 5% Bathing Units/Supplies &Repair 5% Water Heater Repair 5% Disposers & Repair 5% Bathing & Toileting 5% Kitchen/Bath - Unclassified 5% Pumps & Regulators 5% Clearance - Kitchen & Bath 0% Category 10 Safety Products Hand Protection 20% Respiratory Protection 15% Eye Protection 15% Hearing Protection 15% Safety Storage 10% First Aid 10% Respiratory Aid 10% Safety Training Materials 10% Safety Apparel 10% Spill Control & Containment 10% Color Page - Safety & Signage 10% Biohazard Containment 10% Lockout Tagout 10% Patient Care 10% Recliners & Accessories 5% Wheelchairs & Walkers 5% Traffic Safety 5% Fall Protection 5% Defibrillators 5% Incontinent Care 5% Therapy & Fitness 5% Lifts & Slings 5% Wheelchair Cushions & Accs.5% HD Supply Facilities Maintenance, Ltd. Product Category Discounts Category Description Sub-category Fixed Discount Off List Price Safety Products - Unclassified 5% Resident Monitoring/Fall Prev.5% Diagnostic 5% Category 11 Tools, Hand-held/Power Storage 15% Power Tool Accessories 10% Wheels & Casters 10% Hand Tools 10% Special Order 10% Lubricants 10% Plumbing Hand Tools 10% Carts & Trucks 10% Ladders & Ladder Acc.5% Power Tools 5% Utility Vehicle & Accessories 5% Shop Tools 5% Drain Cleaning Equipment 5% Power Equipment 5% Category 12 Miscellaneous Trash Receptacles & Liners 20% 1" Deluxe Vinyl Mini Blinds 20% Vinyl Mini Blinds 20% 1” Deluxe Cordless 20% Standard Vertical Blinds 20% Aluminum Cordless 20% Vinyl Cordless 20% Aluminum Mini Blinds 20% Cordless Blinds 20% Bathroom Vanities 15% Medicine Cabinets 15% Wheelchair Repair Parts 15% Faux Wood Cordless 15% Bathroom Grab Bars & Safety 15% Handsoaps & Dispensers 15% 2" Deluxe Vinyl Mini Blinds 15% Backsplash 15% Window Covering Accessories 15% Faux Wood Blinds 15% Window Shades & Rods 15% Respiratory Aid 10% Laundry Carts 10% Sinks 10% Biohazard Containment 10% Patient Care 10% Aerators 10% HD Supply Facilities Maintenance, Ltd. Product Category Discounts Category Description Sub-category Fixed Discount Off List Price Shower Trim Kits & Tub Spouts 10% Deluxe Vertical Blinds 10% Bathroom Decorative Hardware 10% Faucet & Sink Repair Parts 10% Moldings 10% Floor Mats 10% Privacy Curtains & Hardware 10% Food &Beverage Eqpmt &Supplies 10% Safety Training Materials 10% Guest Room Printed Supplies 10% Showerheads & Accessories 10% Guest Room Supplies 10% Slab Doors 10% Housekeeping Carts & Accs.10% Bathroom Faucets 10% Kitchen & Bar Faucets 10% Kitchen Cabinets 10% Shelving & Storage 5% Paper 5% Towels 5% Apparel 5% Raw Materials 5% Artwork, Clocks & Mirrors 5% Speciality Faucets 5% Fitness Equipment 5% Wheelchair Ramps 5% Flags & Flagpoles 5% Pillows And Protectors 5% ADA Communications 5% Defibrillators 5% Blankets 5% Drinkware 5% Forms 5% Table Line 5% Funeral 5% Bath Robes Bath Rugs& Slippers 5% General Office Supplies 5% Commercial Faucets&Accessories 5% Gifts 5% Bed Repair Parts 5% Greeting Cards 5% Pre-hung Int. Doors 5% Guest Kitchen Appliances 5% Resident Monitoring/Fall Prev.5% Guest Room Appliances 5% HD Supply Facilities Maintenance, Ltd. Product Category Discounts Category Description Sub-category Fixed Discount Off List Price Bellman's Carts & Accessories 5% Brand Standards Linen 5% Shower Curtains & Liners 5% Bypass Doors 5% Events 5% GuestRoom Case Goods&Furniture 5% Banners 5% Hampers & Accessories 5% Therapy & Fitness 5% Audio/Video Equipment 5% Banquet Furniture 5% Healthcare Beds 5% Violations 5% Healthcare Furniture 5% Wheelchairs & Walkers 5% Baby Cribs and Supplies 5% Nurse Call & Audio/Video Eqpmt 5% Healthcare Scales 5% Parking Permits 5% A-Frame Signs 5% Personal Care Amenities 5% Yard Signs 5% Pool Permits 5% Hospitality Supply - Unclsfd 5% Crowd Management 5% Cabinet/Window Cover - Unclsfd 5% Recliners & Accessories 5% Incontinent Care 5% Resident Room Furniture 5% Indoor Banners 5% Safety Signs 5% Ink/Toner 5% Sheets 5% Interior Signs 5% Shower & Tub Repair Parts 5% Key Tags 5% Diagnostic 5% Carts & Receptacles 5% Sign Post 5% Aids to Daily Living 5% Exterior Doors 5% Labels 5% Specialty Signs 5% Clearance 5% Stationery 5% HD Supply Facilities Maintenance, Ltd. Product Category Discounts Category Description Sub-category Fixed Discount Off List Price Lift Repair 5% Telephones & Accessories 5% Lifts & Slings 5% Top Of Bed 5% Lobby Supplies 5% Traffic Signs 5% Logo Personal Care Amenities 5% Two-Way Comm.5% Mattress Pads Covers Toppers 5% Exterior Signs 5% Balloons 5% Wheelchair Cushions & Accs.5% Message Boards 5% Fall Protection 5% Millwork - Unclassified 5% Bi-Fold 5% Mobility Aids & Repair Parts 5% Holiday 5% Hospitality Beds 5% Healthcare Office 5% Fab-Interior Slab Bypass Doors 0% Fab - Kitchen Cabinets 0% Countertops 0% Hardware 0% Fab-5/8" TF Cabint Doors&Frnts 0% Haul Away Appliances 0% Bypass Doors Fabrication 0% Fab - Countertops 0% Mirror/Glass Fabrication 0% Wasewater Treatment Aeration 5% Bioaug and Process Chemicals 10% Chart & Data Recorders 20% Chem Feed 7% Collections Systems 5% Filters and Strainers 5% Flow Metering 5% Gauges 20% Hose 15% Hydrants 5% Lab Equipment 7% Laboratory Testing 5% Leak Detection 5% Level & Pressure 7% Locators 5% Pipe 5% HD Supply Facilities Maintenance, Ltd. Product Category Discounts Category Description Sub-category Fixed Discount Off List Price Plugs 5% Process Analyzers 5% Pumps 5% Reference, Training and Office 5% Sampling 5% Tanks 5% Valves 5% All Other Wastewater Treatment 5% PHONE 800.548.1234 • FAX 847.689.3030 • WEB usabluebook.com Your Water/Wastewater MRO Supplier Dedicated to Your Success Compliant Purchasing At Your Fingertips As a valued partner of GOVMVMT, you have access to: • Discounted pricing on 55,000 items for water/wastewater MRO • Free Shipping • No minimum order requirements • Free Technical Support • Dedicated Account Representative to assist with product selection, order assistance, technical advice and more Discounts On Our Water/Wastewater MRO Assortment * Competitive Solicitation Awarded By A Lead Public Agency Lead Agency: Cobb County, GA Contract Number: 24-6800 Term: Nov 13, 2024 - Nov 12, 2028 Option to renew for three (3) one (1) year renewal *No source code needed. Tax, freight and special orders are excluded. Pricing subject to change. Sign in to usabluebook.com to access property-specific pricing. Registration may be required. Discount calculated on list price at time of publication and may vary based on customer-specific pricing. © 2025 HDS IP Holding, LLC. All Rights Reserved. USABlueBook® and the USABlueBook logo are trademarks of HDS IP Holding, LLC. For our terms and conditions, visit usabluebook.com/terms. Reach out to your USABlueBook Representative today for help with orders, information, and more or contact customer service at 800.548.1234. Awarded By A Lead USABlueBook and HD Supply FEIN #75-2007383 PHONE 800.548.1234 • FAX 847.689.3030 • WEB usabluebook.com delivers the Best Treatment with... We have theBRANDS YOU TRUST Choose from more than 55,000 items from over 700 manufacturers. Unsurpassed customer serviceSpeak with our helpful reps from 6 am–7 pm Central Time, Monday–Friday. FREE expert technical support Get help with tough applications, equipment troubleshooting and custom product configurations from our knowledgeable team. Dedicated account management Enjoy personalized service and a single point of contact through your dedicated Account Manager. Extensive product selectionChoose from more than 55,000 items specifically for water and wastewater operations and maintenance. Fast shippingOur distribution centers stock thousands of products for same-day shipping or will-call pickup. 24/7 emergency services For urgent situations after hours, just call 800.548.1234 and follow the emergency instructions. In-house repair servicesGet free evaluations and fast turnaround times on our factory- authorized warranty and non-warranty repair services. Satisfaction guarantee Our satisfaction guarantee and 30-day return policy let you order with confidence.* *Exceptions apply; please call before returning items. USABlueBook and HD Supply FEIN #75-2007383 FORM OF LETTER OF PARTICIPATION LETTER OF PARTICIPATION DATE: [___________] GROUP PURCHASING ORGANIZATION: GOVMVMT CONTRACT DESCRIPTION: Cooperative Purchasing Program administered by GOVMVMT relating to Maintenance, Repair, Operating Supplies, Industrial Supplies and Related Products and Services. SUPPLIER: HD SUPPLY FACILITIES MAINTENANCE, LTD. DBA USABLUEBOOK Effective as of the date set forth above, the undersigned member (“Member”) of the above-referenced group purchasing organization (“GPO”) hereby affirms active membership in the GPO and authorizes its properties to purchase goods and services from the above-referenced Supplier according to the terms of the above-described Contract by and between Supplier and GPO (the “Contract”), whereby Supplier has agreed to provide certain Products to members of the GPO on the terms set forth in the Contract. All purchases of such Products by the undersigned member shall be under the Contract. This Election will be effective on the date noted above and will run coterminous with the Contract, including any extensions thereof, until such time as Supplier receives written revocation from Member. The Member agrees that this Election Notice contains the entire agreement of the Member with respect to the specific matters set forth herein and supersedes all previous communications, representations, understandings, and agreements, either oral or written, with respect to said specific matters. The Contract shall exclusively govern the purchases of Products by Participating Members that occur during the Term. Without limiting the foregoing, the Member agrees that this Election Notice replaces and supersedes any existing agreement that pertains to the purchases of products and services comparable to the Products and that any purchases of products and/or services comparable to the Products after the Effective Date shall be under the Contract and not under any such existing agreement. Capitalized terms used but not defined herein shall have the meanings specified in the Contract. MEMBER: Registered on GovMVMT.com [_______________________] By: Name: Title: Upon signature, please send a copy by Email to USABLUEBOOK: Attn: ______________________ Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0968 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 6.17 SUBJECT/RECOMMENDATION: Award a Purchase Order to Keystone Excavators, Inc. for MAR02 LS 9 and 10 Force Main Improvements project in the amount of $3,971,526.35, pursuant to Invitation to Bid (ITB) No. 25-0025-UT, and authorize the appropriate officials to execute same. SUMMARY: On July 9, 2025, the Public Utilities Department issued Invitation to Bid (ITB) No. 25-0025-UT, MAR02 LS 9 & 10 Force Main Improvements, which closed on August 13, 2025. Keystone Excavators, Inc., of Oldsmar, Florida, submitted the responsive and responsible bid in accordance with the project’s plans and specifications. Following review of the bid, the city’s Engineer of Record as well as the Public Utilities Department recommend awarding the contract to Keystone Excavators, Inc., in the amount of $3,971,526.35. The project is expected to be completed in 365 days. The City of Clearwater’s Public Utilities Department is responsible for owning, operating, and maintaining the wastewater collection system. This work was identified in the 2021 Wastewater Collection System Master Plan. APPROPRIATION CODE AND AMOUNT: 3217321-563800-96212 To provide additional funding needed for this project, a first quarter budget amendment will transfer Sewer revenue of $750,000.00 from project 321-96630, Sanitary Sewer Extensions to 321-96212, Sanitary Sewer Upgrades/Improvements. This project is funded by revenues from the Water and Sewer Utility Enterprise Fund. STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, award of a Construction Contract to Keystone Excavators, Inc. is requested. The project also aligns with the City’s Strategic goals of Community Well-Being and Environmental Stewardship. Page 1 City of Clearwater Printed on 10/10/2025 City of Clearwater Public Utilities Richard Gardner, Department Director 100 South Myrtle Avenue, Clearwater, FL 33756 [KEYSTONE EXCAVATORS, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0025-UT MAR02 Lift Stations 9 & 10 Force Main Improvements RESPONSE DEADLINE: August 13, 2025 at 2:00 pm Report Generated: Wednesday, August 13, 2025 Keystone Excavators, Inc. Response CONTACT INFORMATION Company: Keystone Excavators, Inc. Email: marcus@keystoneexcavators.com Contact: Marcus Epling Address: 371 Scarlet Blvd Oldsmar, FL 34677 Phone: (813) 854-2342 Website: www.keystoneexcavators.com Submission Date: Aug 13, 2025 12:21 PM (Eastern Time) [KEYSTONE EXCAVATORS, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0025-UT MAR02 Lift Stations 9 & 10 Force Main Improvements [KEYSTONE EXCAVATORS, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - MAR02 Lift Stations 9 & 10 Force Main Improvements Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Aug 13, 2025 12:06 PM by Marcus Epling Addendum #2 Confirmed Aug 13, 2025 12:06 PM by Marcus Epling Addendum #3 Confirmed Aug 13, 2025 12:06 PM by Marcus Epling QUESTIONNAIRE 1. Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? No 2. 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. [KEYSTONE EXCAVATORS, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0025-UT MAR02 Lift Stations 9 & 10 Force Main Improvements [KEYSTONE EXCAVATORS, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - MAR02 Lift Stations 9 & 10 Force Main Improvements Page 3 E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. Confirmed 3. E-Verify System Certificattion* 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. [KEYSTONE EXCAVATORS, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0025-UT MAR02 Lift Stations 9 & 10 Force Main Improvements [KEYSTONE EXCAVATORS, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - MAR02 Lift Stations 9 & 10 Force Main Improvements Page 4 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. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Confirmed 4. Scrutinized Company Certification* Please download the below documents, complete, and upload. • SCRUTINIZED_COMPANIES_AND_B... Scrutinized_Companies_-_25-0025-UT_MAR02_LIFT_STATIONS_9_&_10_FM_-_Keystone_Ex..pdf 5. Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance_with_787.06_form... Anti-Human_Trafficking_-_25-0025-UT_MAR02_LIFT_STATIONS_9_&_10_FM_-_Keystone_Ex..pdf [KEYSTONE EXCAVATORS, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0025-UT MAR02 Lift Stations 9 & 10 Force Main Improvements [KEYSTONE EXCAVATORS, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - MAR02 Lift Stations 9 & 10 Force Main Improvements Page 5 6. Section V - Contract Documents* Please download the below documents, complete, and upload. • Section_V_-_Contract_Docume... Section_V_Contract_Docs_-_25-0025-UT_MAR02_LIFT_STATIONS_9_&_10_FM_-_Keystone_Ex..pdf 7. W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) W-9_-_25-0025-UT_MAR02_LIFT_STATIONS_9_&_10_FM_-_Keystone_Ex..pdf PRICE TABLES GRAVITY SEWER AND FORCE MAIN UPGRADE PROJECT 25-0025-UT Line Item Description Quantity Unit of Measure Unit Cost Total 1 8" C-900 PVC Force Main by HDD 2,600 LF $165.00 $429,000.00 2 10" C-900 PVC Force Main by HDD 4,200 LF $210.00 $882,000.00 3 8" C-900 PVC Force Main by Open Cut 200 LF $175.00 $35,000.00 4 10" C-900 PVC Force Main by Open Cut 1,000 LF $180.00 $180,000.00 5 12" RCP Stormwater Pipe 40 LF $185.00 $7,400.00 6 10" SDR 26 PVC Gravity Sewer Pipe 500 LF $165.00 $82,500.00 [KEYSTONE EXCAVATORS, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0025-UT MAR02 Lift Stations 9 & 10 Force Main Improvements [KEYSTONE EXCAVATORS, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - MAR02 Lift Stations 9 & 10 Force Main Improvements Page 6 Line Item Description Quantity Unit of Measure Unit Cost Total 7 12" SDR 26 PVC Gravity Sewer Pipe 400 LF $175.00 $70,000.00 8 6" PVC Street Lateral and Cleanout 20 EA $3,425.00 $68,500.00 9 Ductile Iron Fittings 5 TON $26,500.00 $132,500.00 10 8" MJ Plug Valve 2 EA $4,500.00 $9,000.00 11 8" MJ Gate Valve 5 EA $4,850.00 $24,250.00 12 10" MJ Gate Valve 4 EA $6,250.00 $25,000.00 13 Air Release Valve Assembly 8 EA $12,825.00 $102,600.00 14 Temporary Bypass Pumping 1 LS $250,000.00 $250,000.00 15 Stormwater Grate Inlet 2 EA $5,750.00 $11,500.00 16 New Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.) 8 EA $9,750.00 $78,000.00 17 Remove existing liner for 4’ diameter manhole 14 VF $1,750.00 $24,500.00 18 Manhole Surfacing (Epoxy) 14 VF $1,000.00 $14,000.00 19 Bench/invert Repair - Replacement 3 EA $6,500.00 $19,500.00 20 Connection to Existing Manhole 3 EA $3,500.00 $10,500.00 21 Grout Fill Abandonment of Existing 6" FM 7,500 LF $5.20 $39,000.00 22 Grout Fill Abandonment of 8" Sewer 700 LF $11.00 $7,700.00 [KEYSTONE EXCAVATORS, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0025-UT MAR02 Lift Stations 9 & 10 Force Main Improvements [KEYSTONE EXCAVATORS, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - MAR02 Lift Stations 9 & 10 Force Main Improvements Page 7 Line Item Description Quantity Unit of Measure Unit Cost Total 23 Removal of Existing Stormwater and Sewer Main 140 LF $35.00 $4,900.00 24 Removal of Existing Manholes 5 EA $2,500.00 $12,500.00 25 Removal of Existing Stormwater Grate Inlet 1 EA $2,500.00 $2,500.00 26 Site Restoration 1 LS $400,000.00 $400,000.00 27 Sodding 611 SYD $13.50 $8,248.50 28 Concrete Sidewalk 845 SQ FT $14.50 $12,252.50 29 Driveway 392 SYD $14.50 $5,684.00 30 Curb 363 LF $52.50 $19,057.50 31 Milling and SP-9.5/ SP-12.5 Asphalt 3,458 SYD $37.00 $127,946.00 32 Crushed Concrete Base Material (LBR 120) 620 SYD $42.00 $26,040.00 33 Type B Stab. Subgrade LBR 40 620 SYD $30.00 $18,600.00 34 Reflective Paint 1 LS $4,300.00 $4,300.00 35 Inductive Loop Detectors 1 LS $7,500.00 $7,500.00 36 Miscellaneous Construction Materials Testing 1 LS $20,000.00 $20,000.00 37 Pre-Construction Survey 1 LS $3,000.00 $3,000.00 38 Post-Construction Survey 1 LS $3,000.00 $3,000.00 [KEYSTONE EXCAVATORS, INC.] RESPONSE DOCUMENT REPORT ITB No. 25-0025-UT MAR02 Lift Stations 9 & 10 Force Main Improvements [KEYSTONE EXCAVATORS, INC.] RESPONSE DOCUMENT REPORT Invitation To Bid - MAR02 Lift Stations 9 & 10 Force Main Improvements Page 8 Line Item Description Quantity Unit of Measure Unit Cost Total 39 As-Built Survey 1 LS $7,500.00 $7,500.00 40 Maintenance of Traffic 1 LS $175,000.00 $175,000.00 41 General Conditions, Mobilization, Demobilization 1 LS $250,000.00 $250,000.00 TOTAL $3,610,478.50 CONTINGENCY 10% of lines 1 through 41 above Line Item Description Quantity Unit of Measure Unit Cost Total 42 Contingency (10%) 1 LS $361,047.85 $361,047.85 TOTAL $361,047.85 #1 Keystone Excavators, Inc. #2 Kamminga and Roodvoets, Inc.#3 Metro Equipment Service , Inc. #4 CMG Pipelines, Inc. #5 Cathcart Construction Company#6 TLC Diversified, Inc.$3,971,526.35 $4,113,806.40 $4,554,097.90 $4,805,781.75 $4,859,774.70 $7,794,574.70CONTINGENCY (10%)$361,047.85 $373,982.40 $414,008.90 $436,889.25 $441,797.70 $708,597.70 Selected Line Item Description Quantity Unit of Measure Unit Cost Total Unit Cost TotalX18" C-900 PVC Force Main by HDD 2600 LF $133.00 $345,800.00 $281.25 $731,250.00X210" C-900 PVC Force Main by HDD 4200 LF $178.00 $747,600.00 $303.75 $1,275,750.00X38" C-900 PVC Force Main by Open Cut200 LF $575.00 $115,000.00 $304.50 $60,900.00X410" C-900 PVC Force Main by Open Cut1000 LF $190.00 $190,000.00 $293.00 $293,000.00X512" RCP Stormwater Pipe40 LF $280.00 $11,200.00 $231.50 $9,260.00X610" SDR 26 PVC Gravity Sewer Pipe500 LF $290.00 $145,000.00 $340.50 $170,250.00X712" SDR 26 PVC Gravity Sewer Pipe400 LF $360.00 $144,000.00 $376.50 $150,600.00X86" PVC Street Lateral and Cleanout20 EA $12,780.00 $255,600.00 $2,335.75 $46,715.00X9Ductile Iron Fittings5 TON $13,000.00 $65,000.00 $13,605.00 $68,025.00X108" MJ Plug Valve2 EA $15,780.00 $31,560.00 $4,112.50 $8,225.00X118" MJ Gate Valve5 EA $3,800.00 $19,000.00 $4,170.25 $20,851.25X1210" MJ Gate Valve4 EA $5,400.00 $21,600.00 $5,366.75 $21,467.00X13Air Release Valve Assembly8 EA $12,740.00 $101,920.00 $12,047.00 $96,376.00X14Temporary Bypass Pumping1 LS $243,000.00 $243,000.00 $216,064.75 $216,064.75X15Stormwater Grate Inlet2 EA $6,200.00 $12,400.00 $4,349.00 $8,698.00X16New Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.)8 EA $16,754.00 $134,032.00 $15,488.00 $123,904.00X17Remove existing liner for 4’ diameter manhole14 VF $275.00 $3,850.00 $340.75 $4,770.50X18Manhole Surfacing (Epoxy)14 VF $937.00 $13,118.00 $790.75 $11,070.50X19Bench/invert Repair - Replacement3 EA $7,800.00 $23,400.00 $1,985.25 $5,955.75X20Connection to Existing Manhole3 EA $4,500.00 $13,500.00 $3,873.00 $11,619.00X21Grout Fill Abandonment of Existing 6" FM7500 LF $27.00 $202,500.00 $4.75 $35,625.00X22Grout Fill Abandonment of 8" Sewer700 LF $34.00 $23,800.00 $10.00 $7,000.00X23Removal of Existing Stormwater and Sewer Main 140 LF $440.00 $61,600.00 $91.50 $12,810.00X24Removal of Existing Manholes 5 EA $6,500.00 $32,500.00 $2,560.00 $12,800.00X25Removal of Existing Stormwater Grate Inlet1 EA $6,900.00 $6,900.00 $700.00 $700.00X26Site Restoration 1 LS $97,540.00 $97,540.00 $52,239.00 $52,239.00X27Sodding611 SYD $13.00 $7,943.00 $19.00 $11,609.00X28Concrete Sidewalk845 SQ FT $17.00 $14,365.00 $31.75 $26,828.75X29Driveway 392 SYD $175.00 $68,600.00 $28.50 $11,172.00X30Curb363 LF $75.00 $27,225.00 $28.50 $10,345.50X31Milling and SP-9.5/ SP-12.5 Asphalt 3458 SYD $98.00 $338,884.00 $32.50 $112,385.00X32Crushed Concrete Base Material (LBR 120)620 SYD $165.00 $102,300.00 $83.50 $51,770.00X33Type B Stab. Subgrade LBR 40620 SYD $40.00 $24,800.00 $83.50 $51,770.00X34Reflective Paint 1 LS $26,000.00 $26,000.00 $25,000.00 $25,000.00X35Inductive Loop Detectors 1 LS $8,400.00 $8,400.00 $25,000.00 $25,000.00X36Miscellaneous Construction Materials Testing 1 LS $65,000.00 $65,000.00 $35,000.00 $35,000.00X37Pre-Construction Survey1 LS $32,000.00 $32,000.00 $25,000.00 $25,000.00X38Post-Construction Survey1 LS $12,400.00 $12,400.00 $25,000.00 $25,000.00X39As-Built Survey 1 LS $18,550.00 $18,550.00 $15,000.00 $15,000.00X40Maintenance of Traffic1 LS $215,970.00 $215,970.00 $280,807.00 $280,807.00X41General Conditions, Mobilization, Demobilization 1 LS $394,120.00 $394,120.00 $206,279.50 $206,279.50Total$4,417,977.00 $4,368,892.50Gravity Sewer and Force Main Upgrade ProjectCathcart Construction Company - Florida, LLCCMG Pipelines, Inc. Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total$139.00 $361,400.00 $165.00 $429,000.00 $165.00 $429,000.00 $250.00 $650,000.00$179.00 $751,800.00 $210.00 $882,000.00 $195.00 $819,000.00 $350.00 $1,470,000.00$430.00 $86,000.00 $175.00 $35,000.00 $198.00 $39,600.00 $850.00 $170,000.00$270.00 $270,000.00 $180.00 $180,000.00 $214.00 $214,000.00 $600.00 $600,000.00$400.00 $16,000.00 $185.00 $7,400.00 $297.00 $11,880.00 $585.00 $23,400.00$185.00 $92,500.00 $165.00 $82,500.00 $328.00 $164,000.00 $660.00 $330,000.00$280.00 $112,000.00 $175.00 $70,000.00 $412.00 $164,800.00 $789.00 $315,600.00$2,400.00 $48,000.00 $3,425.00 $68,500.00 $1,500.00 $30,000.00 $6,100.00 $122,000.00$20,000.00 $100,000.00 $26,500.00 $132,500.00 $14,000.00 $70,000.00 $74,550.00 $372,750.00$4,000.00 $8,000.00 $4,500.00 $9,000.00 $2,800.00 $5,600.00 $4,650.00 $9,300.00$2,500.00 $12,500.00 $4,850.00 $24,250.00 $2,200.00 $11,000.00 $4,685.00 $23,425.00$3,500.00 $14,000.00 $6,250.00 $25,000.00 $3,400.00 $13,600.00 $7,125.00 $28,500.00$9,400.00 $75,200.00 $12,825.00 $102,600.00 $19,600.00 $156,800.00 $16,400.00 $131,200.00$312,800.00 $312,800.00 $250,000.00 $250,000.00 $92,700.00 $92,700.00 $350,000.00 $350,000.00$6,500.00 $13,000.00 $5,750.00 $11,500.00 $16,800.00 $33,600.00 $6,850.00 $13,700.00$17,500.00 $140,000.00 $9,750.00 $78,000.00 $68,500.00 $548,000.00 $47,000.00 $376,000.00$1,000.00 $14,000.00 $1,750.00 $24,500.00 $310.00 $4,340.00 $2,300.00 $32,200.00$571.00 $7,994.00 $1,000.00 $14,000.00 $710.00 $9,940.00 $3,700.00 $51,800.00$4,400.00 $13,200.00 $6,500.00 $19,500.00 $2,700.00 $8,100.00 $3,800.00 $11,400.00$2,300.00 $6,900.00 $3,500.00 $10,500.00 $12,400.00 $37,200.00 $9,300.00 $27,900.00$6.00 $45,000.00 $5.20 $39,000.00 $3.00 $22,500.00 $11.00 $82,500.00$15.00 $10,500.00 $11.00 $7,700.00 $2.00 $1,400.00 $46.00 $32,200.00$35.00 $4,900.00 $35.00 $4,900.00 $96.00 $13,440.00 $470.00 $65,800.00$1,200.00 $6,000.00 $2,500.00 $12,500.00 $1,800.00 $9,000.00 $6,700.00 $33,500.00$900.00 $900.00 $2,500.00 $2,500.00 $1,400.00 $1,400.00 $2,700.00 $2,700.00$429,700.00 $429,700.00 $400,000.00 $400,000.00 $193,000.00 $193,000.00 $150,000.00 $150,000.00$20.00 $12,220.00 $13.50 $8,248.50 $14.00 $8,554.00 $10.00 $6,110.00$13.00 $10,985.00 $14.50 $12,252.50 $47.00 $39,715.00 $24.00 $20,280.00$133.00 $52,136.00 $14.50 $5,684.00 $115.00 $45,080.00 $233.00 $91,336.00$73.00 $26,499.00 $52.50 $19,057.50 $126.00 $45,738.00 $102.00 $37,026.00$30.00 $103,740.00 $37.00 $127,946.00 $49.00 $169,442.00 $95.00 $328,510.00$85.00 $52,700.00 $42.00 $26,040.00 $57.00 $35,340.00 $106.00 $65,720.00$50.00 $31,000.00 $30.00 $18,600.00 $36.00 $22,320.00 $116.00 $71,920.00$3,200.00 $3,200.00 $4,300.00 $4,300.00 $12,800.00 $12,800.00 $53,000.00 $53,000.00$7,000.00 $7,000.00 $7,500.00 $7,500.00 $3,200.00 $3,200.00 $48,000.00 $48,000.00$40,550.00 $40,550.00 $20,000.00 $20,000.00 $7,700.00 $7,700.00 $200,000.00 $200,000.00$3,500.00 $3,500.00 $3,000.00 $3,000.00 $1,400.00 $1,400.00 $28,500.00 $28,500.00$3,500.00 $3,500.00 $3,000.00 $3,000.00 $1,400.00 $1,400.00 $13,500.00 $13,500.00$6,500.00 $6,500.00 $7,500.00 $7,500.00 $76,500.00 $76,500.00 $41,200.00 $41,200.00$270,000.00 $270,000.00 $175,000.00 $175,000.00 $367,000.00 $367,000.00 $305,000.00 $305,000.00$164,000.00 $164,000.00 $250,000.00 $250,000.00 $200,000.00 $200,000.00 $300,000.00 $300,000.00$3,739,824.00 $3,610,478.50 $4,140,089.00 $7,085,977.00Metro Equipment Service , Inc. TLC Diversified, Inc.Kamminga & Roodvoets, Inc. Keystone Excavators, Inc. 4921 Memorial Highway, Suite 300 | Tampa, FL 33634 | 813.880.8881 | www.ardurra.com September 5, 2024 Ms. Samantha Myers City of Clearwater 100 S Myrtle Ave Clearwater, FL 33756 Re: MAR02 Lift Stations 9 & 10 Force Main Improvements Recommendation of Award Dear Ms. Myers: Ardurra Group, Inc. (Ardurra) has evaluated the six (6) bids received on August 22, 2025, for the above referenced project. A summary of the bids by each bidder is below and the Bid Tabulation provided by the City is attached. 1. Keystone Excavators, Inc. (Base Bid): $3,610,478.50 (Including Owner’s Allowance): $3,971,526.35 2. Kamminga and Roodvoets, Inc. (Base Bid): $3,739,824.00 (Including Owner’s Allowance): $4,113,806.40 3. Metro Equipment Service, Inc. (Base Bid): $4,140,089.00 (Including Owner’s Allowance): $4,554,097.90 4. CMG Pipelines, Inc. (Base Bid): $4,368,892.50 (Including Owner’s Allowance): $5,242,671.00 5. Cathcart Construction Company - Florida, LLC (Base Bid): $4,417,977.00 (Including Owner’s Allowance): $4,859,774.70 6. TLC Diversified, Inc. (Base Bid): $7,085,977.00 (Including Owner’s Allowance): $7,794,574.70 The Engineer’s Opinion of Probable Construction Cost was $4,159,600.00, including the Owner’s Allowance, and the apparent low bidder is Keystone Excavators, Inc. (Keystone) with a Total Bid amount of $3,971,526.35. Ardurra has reviewed the individual bid item values in comparison with the engineer’s estimate and other bidders, and finds no significant issues to warrant disqualification. One Pay Item was noted as significantly higher than the estimated value – Item #26 Site Restoration – but bid prices varied widely on this item for all bidders. As a lump sum item payable towards the end of the project, it would be advisable to request a breakdown of this item in the final schedule of values. 4921 Memorial Highway, Suite 300 | Tampa, FL 33634 | 813.880.8881 | www.ardurra.com Ardurra has reviewed the supplemental information provided, including current financial statements, reference letter(s), and licensing, along with the list of similar projects completed by Keystone. Based on the references provided, Keystone has successfully performed comparable underground utility projects for municipalities in Florida with satisfactory results. Ardurra is familiar with other recent projects completed by Keystone in the Tampa Bay area. Based on this information, Keystone appears to be qualified and capable of delivering the MAR02 Lift Stations 9 & 10 Force Main Improvements Project in accordance with the Contract Documents. Therefore, Ardurra recommends that the City award the contract to Keystone Excavators, Inc. in the amount of Three Million Nine Hundred Seventy-One Thousand Five Hundred Twenty-Six Dollars and Thirty-Five Cents ($3,971,526.35), which includes the Owner’s Allowance. Sincerely, Ben Turnage, PE Tampa Water Group Lead BT/pre Enclosures 09/05/2025 SelectedLine ItemDescriptionQuantityUnit of MeasureUnit CostTotalUnit CostTotalUnit CostTotalUnit CostTotalUnit CostTotalUnit CostTotalX18" C-900 PVC Force Main by HDD 2600LF$133.00$345,800.00$281.25$731,250.00$139.00$361,400.00$165.00$429,000.00$165.00$429,000.00$250.00$650,000.00X210" C-900 PVC Force Main by HDD 4200LF$178.00$747,600.00$303.75$1,275,750.00$179.00$751,800.00$210.00$882,000.00$195.00$819,000.00$350.00$1,470,000.00X38" C-900 PVC Force Main by Open Cut200LF$575.00$115,000.00$304.50$60,900.00$430.00$86,000.00$175.00$35,000.00$198.00$39,600.00$850.00$170,000.00X410" C-900 PVC Force Main by Open Cut1000LF$190.00$190,000.00$293.00$293,000.00$270.00$270,000.00$180.00$180,000.00$214.00$214,000.00$600.00$600,000.00X512" RCP Stormwater Pipe40LF$280.00$11,200.00$231.50$9,260.00$400.00$16,000.00$185.00$7,400.00$297.00$11,880.00$585.00$23,400.00X610" SDR 26 PVC Gravity Sewer Pipe500LF$290.00$145,000.00$340.50$170,250.00$185.00$92,500.00$165.00$82,500.00$328.00$164,000.00$660.00$330,000.00X712" SDR 26 PVC Gravity Sewer Pipe400LF$360.00$144,000.00$376.50$150,600.00$280.00$112,000.00$175.00$70,000.00$412.00$164,800.00$789.00$315,600.00X86" PVC Street Lateral and Cleanout20EA$12,780.00$255,600.00$2,335.75$46,715.00$2,400.00$48,000.00$3,425.00$68,500.00$1,500.00$30,000.00$6,100.00$122,000.00X9Ductile Iron Fittings5TON$13,000.00$65,000.00$13,605.00$68,025.00$20,000.00$100,000.00$26,500.00$132,500.00$14,000.00$70,000.00$74,550.00$372,750.00X108" MJ Plug Valve2EA$15,780.00$31,560.00$4,112.50$8,225.00$4,000.00$8,000.00$4,500.00$9,000.00$2,800.00$5,600.00$4,650.00$9,300.00X118" MJ Gate Valve5EA$3,800.00$19,000.00$4,170.25$20,851.25$2,500.00$12,500.00$4,850.00$24,250.00$2,200.00$11,000.00$4,685.00$23,425.00X1210" MJ Gate Valve4EA$5,400.00$21,600.00$5,366.75$21,467.00$3,500.00$14,000.00$6,250.00$25,000.00$3,400.00$13,600.00$7,125.00$28,500.00X13Air Release Valve Assembly8EA$12,740.00$101,920.00$12,047.00$96,376.00$9,400.00$75,200.00$12,825.00$102,600.00$19,600.00$156,800.00$16,400.00$131,200.00X14Temporary Bypass Pumping1LS$243,000.00$243,000.00$216,064.75$216,064.75$312,800.00$312,800.00$250,000.00$250,000.00$92,700.00$92,700.00$350,000.00$350,000.00X15Stormwater Grate Inlet2EA$6,200.00$12,400.00$4,349.00$8,698.00$6,500.00$13,000.00$5,750.00$11,500.00$16,800.00$33,600.00$6,850.00$13,700.00X 16New Manhole-4' diameter (Inclusive of lining, drops, ring, cover, etc.)8 EA $16,754.00 $134,032.00 $15,488.00 $123,904.00 $17,500.00 $140,000.00 $9,750.00 $78,000.00 $68,500.00 $548,000.00 $47,000.00 $376,000.00X17Remove existing liner for 4’ diameter manhole14VF$275.00$3,850.00$340.75$4,770.50$1,000.00$14,000.00$1,750.00$24,500.00$310.00$4,340.00$2,300.00$32,200.00X18Manhole Surfacing (Epoxy)14VF$937.00$13,118.00$790.75$11,070.50$571.00$7,994.00$1,000.00$14,000.00$710.00$9,940.00$3,700.00$51,800.00X19Bench/invert Repair - Replacement3EA$7,800.00$23,400.00$1,985.25$5,955.75$4,400.00$13,200.00$6,500.00$19,500.00$2,700.00$8,100.00$3,800.00$11,400.00X20Connection to Existing Manhole3EA$4,500.00$13,500.00$3,873.00$11,619.00$2,300.00$6,900.00$3,500.00$10,500.00$12,400.00$37,200.00$9,300.00$27,900.00X21Grout Fill Abandonment of Existing 6" FM7500LF$27.00$202,500.00$4.75$35,625.00$6.00$45,000.00$5.20$39,000.00$3.00$22,500.00$11.00$82,500.00X22Grout Fill Abandonment of 8" Sewer700LF$34.00$23,800.00$10.00$7,000.00$15.00$10,500.00$11.00$7,700.00$2.00$1,400.00$46.00$32,200.00X23Removal of Existing Stormwater and Sewer Main 140LF$440.00$61,600.00$91.50$12,810.00$35.00$4,900.00$35.00$4,900.00$96.00$13,440.00$470.00$65,800.00X24Removal of Existing Manholes 5EA$6,500.00$32,500.00$2,560.00$12,800.00$1,200.00$6,000.00$2,500.00$12,500.00$1,800.00$9,000.00$6,700.00$33,500.00X25Removal of Existing Stormwater Grate Inlet1EA$6,900.00$6,900.00$700.00$700.00$900.00$900.00$2,500.00$2,500.00$1,400.00$1,400.00$2,700.00$2,700.00X26Site Restoration 1LS$97,540.00$97,540.00$52,239.00$52,239.00$429,700.00$429,700.00$400,000.00$400,000.00$193,000.00$193,000.00$150,000.00$150,000.00X27Sodding611SYD$13.00$7,943.00$19.00$11,609.00$20.00$12,220.00$13.50$8,248.50$14.00$8,554.00$10.00$6,110.00X28Concrete Sidewalk845SQ FT$17.00$14,365.00$31.75$26,828.75$13.00$10,985.00$14.50$12,252.50$47.00$39,715.00$24.00$20,280.00X29Driveway 392SYD$175.00$68,600.00$28.50$11,172.00$133.00$52,136.00$14.50$5,684.00$115.00$45,080.00$233.00$91,336.00X30Curb363LF$75.00$27,225.00$28.50$10,345.50$73.00$26,499.00$52.50$19,057.50$126.00$45,738.00$102.00$37,026.00X31Milling and SP-9.5/ SP-12.5 Asphalt 3458SYD$98.00$338,884.00$32.50$112,385.00$30.00$103,740.00$37.00$127,946.00$49.00$169,442.00$95.00$328,510.00X32Crushed Concrete Base Material (LBR 120)620SYD$165.00$102,300.00$83.50$51,770.00$85.00$52,700.00$42.00$26,040.00$57.00$35,340.00$106.00$65,720.00X33Type B Stab. Subgrade LBR 40620SYD$40.00$24,800.00$83.50$51,770.00$50.00$31,000.00$30.00$18,600.00$36.00$22,320.00$116.00$71,920.00X34Reflective Paint 1LS$26,000.00$26,000.00$25,000.00$25,000.00$3,200.00$3,200.00$4,300.00$4,300.00$12,800.00$12,800.00$53,000.00$53,000.00X35Inductive Loop Detectors 1LS$8,400.00$8,400.00$25,000.00$25,000.00$7,000.00$7,000.00$7,500.00$7,500.00$3,200.00$3,200.00$48,000.00$48,000.00X36Miscellaneous Construction Materials Testing 1LS$65,000.00$65,000.00$35,000.00$35,000.00$40,550.00$40,550.00$20,000.00$20,000.00$7,700.00$7,700.00$200,000.00$200,000.00X37Pre-Construction Survey1LS$32,000.00$32,000.00$25,000.00$25,000.00$3,500.00$3,500.00$3,000.00$3,000.00$1,400.00$1,400.00$28,500.00$28,500.00X38Post-Construction Survey1LS$12,400.00$12,400.00$25,000.00$25,000.00$3,500.00$3,500.00$3,000.00$3,000.00$1,400.00$1,400.00$13,500.00$13,500.00X39As-Built Survey 1LS$18,550.00$18,550.00$15,000.00$15,000.00$6,500.00$6,500.00$7,500.00$7,500.00$76,500.00$76,500.00$41,200.00$41,200.00X40Maintenance of Traffic1LS$215,970.00$215,970.00$280,807.00$280,807.00$270,000.00$270,000.00$175,000.00$175,000.00$367,000.00$367,000.00$305,000.00$305,000.00X41General Conditions, Mobilization, Demobilization 1LS$394,120.00$394,120.00$206,279.50$206,279.50$164,000.00$164,000.00$250,000.00$250,000.00$200,000.00$200,000.00$300,000.00$300,000.00Total$4,417,977.00$4,368,892.50$3,739,824.00$3,610,478.50$4,140,089.00$7,085,977.00Metro Equipment Service , Inc.TLC Diversified, Inc.Gravity Sewer and Force Main Upgrade ProjectCathcart Construction Company - Florida, LLCCMG Pipelines, Inc.Kamminga & Roodvoets, Inc.Keystone Excavators, Inc. September 8, 2025 NOTICE OF INTENT TO AWARD Public Utilities and the Procurement Division recommend award of ITB No. 25-0025-UT, MAR02 Lift Stations 9 & 10 Force Main Improvements, to Keystone Excavators, Inc., the lowest most responsible bidder, in accordance with the bid specifications, in the estimated amount of $3,971,526.35, which includes a 10% Owner’s Contingency of $361,047.85. This Award recommendation will be considered and voted on by the City Council at the October 15, 2025, Council Meeting (6:00 p.m.). There is no work session. These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. It is recommended that you check our website at City Meetings and View Meeting Calendars to ensure that the location has not changed. Inquiries regarding this Intent to Award can be directed to Michelle Mack, Contracts and Procurement Specialist at Michelle.Mack@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Michelle Mack Contracts and Procurement Specialist Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0974 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 6.18 SUBJECT/RECOMMENDATION: Approve a Work Order to Tetra Tech, Inc., for design, permitting, bidding, and construction phase services associated with rehabilitating the effluent sand filters at the City’s Marshall Street Water Reclamation Facility (MS WRF) 25-0008-UT, in the amount of $ 306,509.00, pursuant to RFQ 34-23, Engineer of Record (EOR) Consulting Services and authorize the appropriation officials to execute same. SUMMARY: The MS WRF effluent filtration system includes 12 filter cells constructed of poured-in-place concrete. The system employs the Hydro Clear® pulsed-bed sand filter process. Sand filters are a critical component of the wastewater treatment process, providing the final stage of particulate removal before effluent is discharged. By filtering out suspended solids and reducing turbidity, they help the facility maintain effluent quality and ensure compliance with state and federal water quality standards. A recent Evoqua inspection report and EOR site visit identified several deficiencies impacting performance, including sand media loss, damaged underdrain components, corrosion of valves and actuators, and limitations with the SCADA interface. The purpose of this project is to remove the existing filter media, clean and inspect the fouled media bed, and replenish it with new media. Additionally, it involves repairing damaged components and upgrades to the control panel and SCADA system. Tetra Tech will provide design, permitting, bidding, and construction phase services associated with the rehabilitation of the effluent sand filter system. Tetra Tech was selected based on the qualifications of their professional staff and past performance on similar projects. They are known for delivering quality work and have specific experience with Clearwater’s facilities. Design is anticipated to be completed within approximately 120 days from the date of council approval. The City of Clearwater Public Utilities Department is responsible for owning, operating, and maintaining the MS WRF. APPROPRIATION CODE AND AMOUNT: 3217321-530100-96213 Funds are available in capital improvement project 96213 - Marshall Street Upgrades/Improvements, funded by revenues from the Water and Sewer Utility Enterprise Fund. STRATEGIC PRIORITY: In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, approval of a Work Order to Tetra Tech, Inc. is requested. Page 1 City of Clearwater Printed on 10/10/2025 Consultant Work Order Page 1 of 13 Revised: 9/2/2025 CONSULTANT WORK ORDER Date: 9/2/2025 1. PROJECT INFORMATION: Project Title: Marshall Street WRF Sand Filter Rehabilitation City Project Number: 25-0008-UT City Plan Set Number: NA Consultant Project Number: 200-BPClearwater 2. SCOPE OF SERVICES: The City of Clearwater (City) has requested assistance from Tetra Tech (Consultant) in rehabilitating the effluent filters at the City’s Marshall Street Water Reclamation Facility (MS WRF). The MS WRF is located at 1605 Harbor Drive, Clearwater, FL 33755 and has a permitted (Facility ID FL0021857) treatment capacity of 10.0 million gallons per day (MGD). The MS WRF effluent filtration system includes twelve (12) filter cells constructed of poured-in-place concrete. The system employs the Hydro Clear® pulsed-bed sand filter process. Consultant’s scope of services is based on the following considerations:  Work completed under this scope of services will be based on the level of detail and scope of work of similar filter rehabilitation projects previously completed by the City. Reference projects are the Marshall Street WRF Sand Filter Rehab (City Project #20-0011-UT), East WRF Effluent Filter Rehabilitation (City Project #13-0014-UT), Northeast WRF Sand Filter Rehabilitation (City Project #23-0045-UT) and the Northeast WRF Effluent Sand Filter Repairs Project (City Project #18-0019-UT).  As mentioned under Section 2.1 of this Scope, work completed under this scope of services will be based upon the inspection report prepared by Evoqua.  Consultant’s scope of services is based on a Design-Bid-Build (DBB)) delivery method. The Consultant visited the MS WRF facility on June 12, 2025, to meet with City staff, observe existing conditions, and discuss the City’s desired improvements to the effluent filters. Based on these site visits and information provided by the City, the current system deficiencies include:  The underdrains for all twelve (12) sand filters have some degree of failure leading to media loss. CONSULTANT WORK ORDER MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 25-0008-UT City of Clearwater Consultant Work Order Page 2 of 13 Revised: 9/2/2025  One (1) pneumatic actuator has failed necessitating replacement.  Yokes on seven (7) pneumatic actuators are severely corroded necessitating replacement.  Flange bolts on one (1) butterfly valve are extremely corroded, necessitating replacement.  One (1) butterfly valve requires repacking to stop leakage at the shaft.  Level sensors for all twelve (12) filter bays should be replaced due to age, condition, and functionality.  The touch screen in the main filter control panel should be replaced with an updated unit having improved graphics and functionality to allow local initiation of backwash and manual control of other functions.  The SCADA interface in the filter control room needs to be upgraded to facilitate total local control of the filtration system. Consultant’s proposed scope of services to address refurbishment of the effluent filters follows. The Filter Equipment Manufacturer (Evoqua, a Xylem brand) shall inspect and recommend the filter equipment and components that shall be replaced or rehabilitated during construction. The general scope for refurbishment of the effluent filters will include the following: 1. Removal of all filter media and subsequent on-site media washing/preparation (if cost effective) for reuse of media in combination with new material to restore proper media depth. 2. Cleaning of all filter cells to facilitate a thorough evaluation of the underdrain components and identification of needed rehabilitation efforts. 3. Rehabilitation of filter underdrains as recommended by the Filter Equipment Manufacturer (Evoqua). This includes various components such as grating, seal strips, screens, steel beams, angles and channels, as well as fasteners. 4. Replacement of one (1) pneumatic valve actuator, seven (7) actuator yokes, and one (set) of flange bolts. 5. Repack one (1) butterfly valve. 6. Replacement of twelve (12) filter level sensors. 7. Improvements to instrumentation facilities including: • Replacement of the touch screen for the main filter control panel with an updated unit having improved graphics and functionality to allow local initiation of backwash and manual control of other functions. • Upgrading the SCADA interface in the filter control room to facilitate total local control of the filtration system Other improvements, replacements, or repairs to address other deficiencies are not included in this scope of work and will either be performed in-house by the City or under a different scope of services. Task 1 – Meetings & Administration 1.1: Project Administration CONSULTANT WORK ORDER MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 25-0008-UT City of Clearwater Consultant Work Order Page 3 of 13 Revised: 9/2/2025 Consultant will perform project coordination and management activities between Consultant and the City. Consultant will prepare progress reports and invoices to be submitted monthly. It is anticipated that eighteen (18) progress reports/invoices will be prepared/submitted. Each progress report will include schedule and budget updates for each project task. 1.2: Project Kickoff Meeting Consultant will coordinate and attend a project kick off meeting to discuss the project goals, introduce key team members, establish lines of communication and roles. Consultant will prepare an agenda and minutes summarizing the meeting discussions, decisions made, tasks delegated, deadlines, and action items required by participants. 1.3: Progress Meetings Consultant will coordinate and attend periodic project progress meetings to discuss progress and identify issues to be addressed. Consultant will prepare meeting agendas, milestone schedules, and minutes for each meeting. Each meeting will be attended by the Project Manager or designee as well as other team members as needed per the topics of discussion. It is anticipated that four (4) design progress meetings will be held virtually over Teams. Construction progress meetings and specialty site visits are provided under Section 8. 1.4: Design Review Meetings Consultant will coordinate and attend design review meetings to discuss design progress and identify issues to be addressed. Consultant will prepare meeting agendas and minutes for each meeting. Each meeting will be attended by the Project Manager or designee as well as other team members as needed per the topics of discussion. It is anticipated that two (2) design review meetings will be held virtually over Teams. 1.5: Health and Safety Plan Consultant will develop a project specific health and safety plan (HASP) for use by Consultant and its subconsultants. The HASP will be provided to the City upon request. Task 2 – Final Design Final Design will be based on providing plan, section and details for a complete filter rehabilitation as described above. Filter specific requirements for each filtration unit will be determined during an inspection from the Filter Manufacturer (Evoqua) when the filters are removed from service, drained and cleaned. The rehabilitation drawings will clearly depict the improvement described above (page 2, Items 1 through 7). 2.1: Evoqua Filter Rehab Inspection Report Consultant will review the inspection report prepared by Evoqua that is based on an inspection that was conducted on November 21, 2024. Consultant will rely on the inspection report prepared Evoqua as the basis of design. The Evoqua report is provided under Exhibit A. CONSULTANT WORK ORDER MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 25-0008-UT City of Clearwater Consultant Work Order Page 4 of 13 Revised: 9/2/2025 2.2: Site Visit Consultant’s Project Manager and process design engineer will conduct one (1) site visit during design to discuss the project and observe existing conditions. Consultant’s Project Manager and instrumentation engineer will conduct one (1) site visit to verify existing equipment and software and refine the scope of instrumentation improvements. 2.3: Data Collection Consultant will review existing documents, including:  Documents related to the previously completed Marshall Street and NE WRF filter rehabilitation projects. 2.4: Technical Specifications Consultant will prepare the supplemental technical specifications required for the project. See list of anticipated Supplemental Technical Specifications (Section IVa). Consultant will update and revise the Supplemental Technical Specifications prepared for the Northeast WRF Sand Filters Rehabilitation (City Project #23-0045-UT). TABLE OF CONTENTS Section Title DIVISION 1 – GENERAL REQUIREMENTS 01005 Project Requirements 01010 Summary of Project 01041 Project Coordination 01070 Abbreviations and Symbols 01091 Reference Specifications 01100 Special Project Procedures 01200 Project Meetings 01310 Construction Progress Schedules 01340 Shop Drawings, Working Drawings, and Samples 01370 Schedule of Values 01505 Mobilization and Demobilization 01600 Material and Equipment 01650 Start-up and Demonstration 01700 Contract Closeout 01710 Project Housekeeping/Cleaning 01720 Project Record Documents 01740 Warranties and Bonds CONSULTANT WORK ORDER MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 25-0008-UT City of Clearwater Consultant Work Order Page 5 of 13 Revised: 9/2/2025 DIVISION 3 – CONCRETE 03930 Existing Concrete Structures Repair DIVISION 11 – EQUIPMENT 11366 Sand Filters DIVISION 13 – SPECIAL CONSTRUCTION 13300 Instrumentation DIVISION 15 – MECHANICAL 15000 Mechanical - General Requirements 15050 Pipe, Valves, Fittings, & Appurtenances The City will provide the additional project contract documents as deemed applicable. These may include an Advertisement of Bids and Notice to Contractors (Section I), Instructions to Bidders (Section II), General Conditions (Section III), Technical Specifications (Section IV), and Contract Documents (Section V). Consultant’s design submittals are defined as follows:  75% supplemental technical specifications submittal. A review meeting will be held following the submission.  100% supplemental technical specifications submittal will consist of further development of the 75% supplemental technical specifications and revisions to address 75% review comments from the City. A review meeting will be held following the submission. The supplemental technical specifications will be formatted in accordance with City Standards and prepared using Microsoft Word and PDF for each review submittal. 2.5: Final Design Drawings Consultant will prepare Construction Plans/Drawings required for the project. Consultant will provide level of detail similar to the Bid Documents prepared for the NE WRF Sand Filters Rehabilitation (City Project #23-0045-UT). The following drawings are anticipated: 1. Cover Sheet with Sheet Index and Location Map 2. General Notes and Legend CONSULTANT WORK ORDER MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 25-0008-UT City of Clearwater Consultant Work Order Page 6 of 13 Revised: 9/2/2025 3. Overall Facility Site Plan 4. Structural General Notes 5. Structural Concrete Repair Details (2 sheets) 6. Filter Rehabilitation Upper Plan 7. Filter Rehabilitation Lower Plan 8. Filter Rehabilitation Sections 9. Filter Rehabilitation Details (3 sheets) 10. Detail Sheets (2 sheets) 11. Instrumentation Improvements (3 sheets) Consultant will prepare the final design drawings required for the project. Consultant’s design submittals are defined as follows:  75% design drawings submittal will consist of development of the design drawings.  100% design drawings submittal will consist of further development of the 75% design drawings and revisions to address 75% review comments from the City. The design drawings will be formatted in accordance with City Standards and prepared using AutoCAD and provided in PDF format for each review. Full scale drawings will be 24x36”. A review meeting will be held following each submission. Task 3 – Permitting 3.1: City of Clearwater – Building Permits No building permits are anticipated based on the anticipated rehabilitation scope of work. 3.2: FDEP Permit It is anticipated that the MS WRF sand filter rehabilitation will not require a FDEP Wastewater Permit Modification due to the like for like replacement and no change to the WRF capacity. Coordination with FDEP will be provided by Consultant outlining the rehabilitation work to confirm that no permit modification will be required. Task 4 –Bidding and Award Upon authorization to proceed with bidding and award phase of the project, Consultant will complete the following tasks for the project: 4.1: Bid Set Consultant will provide a Bid Set of the Drawings and Project Manual in electronic format for advertisement and issuance of documents to potential bidders by the City. Electronic formats for the drawings and specifications will be provided in PDF format. The City will distribute documents for bidding. CONSULTANT WORK ORDER MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 25-0008-UT City of Clearwater Consultant Work Order Page 7 of 13 Revised: 9/2/2025 4.2: Respond to Questions Consultant will respond to questions received by the City for clarifications and will provide technical revisions that become apparent during the bidding process. The City will prepare and issue addenda. 4.3: Pre-Bid Meeting Consultant will attend the Pre-Bid Meeting. It is assumed the Pre-Bid Meeting will be held virtually and attendance will be over Teams. 4.4: Review and Award Upon receipt of bids (to be provided after bid opening by the City), Consultant will review the bids, prepare a bid tabulation and recommendation of award. 4.5: Furnish Conformed Set Consultant will conform the Final Drawings and Project Manual at the end of the bidding phase to reflect any changes to the project design resulting from addenda. Consultant will furnish the City with one (1) Conformed Drawings set and one (1) Project Manual for use during construction. Electronic format of the Conformed Drawings and Project Manual will be PDF. One (1) reproducible set will be provided to the selected Contractor and the City. Task 5 – SCADA Design Services Overall supervisory control and data acquisition (SCADA) design services are not included in this scope of work, however, minor SCADA modifications as described above have been included. Task 6 – Construction Administration Services Upon award of the project, the Consultant will assist the City with Construction Management and shall complete the following tasks defined below. Construction phase is based on an estimated construction period of 365 calendar days (45 days for submittals and 320 days for construction) to Final Completion. During construction, the Consultant will assist the City with the following: 6.1: Preconstruction Meeting Prepare and administer one (1) preconstruction meeting and prepare written summary of the meeting for distribution to attendees. 6.2: Progress Meetings Attend, over Teams, up to twelve (12) progress meetings for the contracted construction period. Progress meetings will be held monthly as needed to coordinate work in progress. Consultant shall be responsible for preparing and distributing written summary of each meeting. CONSULTANT WORK ORDER MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 25-0008-UT City of Clearwater Consultant Work Order Page 8 of 13 Revised: 9/2/2025 6.3: Requests for Information (RFIs) Provide interpretation or clarification of the design documents when requested including responding to RFIs and claims. Up to ten (10) RFIs are anticipated. 6.4: Shop Drawings Review up to twenty (20) shop drawings and other submittals up to two (2) times per submittal for general conformance with the Contract Documents. Any additional review fees to be paid to the Consultant by the Contractor through the City. 6.5: Contractor Applications for Payment Review applications for payment, quantities and the accompanying data and schedule, determine the amounts owed to the Contractor and advise the City of the recommended payments. Up to twelve (12) pay apps are anticipated for the project. The Contractor shall create and maintain submittal log including shop drawings, substitution requests, requests for information, and change order requests. Consultant shall work with the Contractor to maintain the log. 6.6: Substantial Completion Site Visits Attend six (6) substantial completion site visits (one per set of two filters) to determine if the project has been completed in accordance with the Contract Documents. Tetra Tech will coordinate with Evoqua to develop a punch list of items to be corrected by the Contractor. Each substantial completion visit is assumed to be prior to media placement within the rehabilitated filter bed. 6.7: Final Completion Site Visit Conduct one (1) final completion inspection to determine if the punch list items have been completed. 6.8: Project Closeout Tetra Tech will perform the following Project Closeout services:  Prepare record drawings, incorporating changes made to original design during construction based on record information furnished by the Contractor and provide one (1) flash drive with an electronic version of the record documents to the City in PDF-format and ACAD format.  Prepare a project catalog that includes all of the construction documentation, including files of correspondence, meeting minutes, Contract Documents, change orders, field orders, RFI’s, work change directives, addenda, additional drawings issued subsequent to the Contract, progress reports, shop drawing and progress submittals, regulatory correspondence and other project related documents. At the conclusion of the project, Tetra Tech will combine the information into a project catalog and submit to the City for review and comment. The project CONSULTANT WORK ORDER MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 25-0008-UT City of Clearwater Consultant Work Order Page 9 of 13 Revised: 9/2/2025 catalog will be submitted electronically. One round of City review and comment is budgeted. Upon receipt and inclusion of City comments, Tetra Tech will provide a final project catalog in electronic format. Task 7 – Resident Project Representative (RPR) Services 7.1: RPR Services To better ensure that the Project is constructed in accordance with the Contract Documents, the Tetra Tech will provide the construction observation services throughout the duration of construction. The anticipated construction duration is 45 weeks. Therefore, total on-site construction observation hours are estimated to be 8 hours per week for a 45-week period and an additional 22 days on site based on work being completed each week for a total of 67 days or 536 hours. The role, limitations and responsibilities of the Tetra Tech are set forth below:  Provide onsite observation to verify compliance with the Contract Documents and inform the City of progress and any observed deficiencies.  Prepare field reports for the portion of the day on site, documenting construction activities and submit them to the City for review on a weekly basis.  Review the Contractor’s red-line as-builts on site on a monthly basis.  Observation inspections as Tetra Tech deems necessary. Task 8 – Other Direct Costs Other Direct Costs (travel outside of Tampa area, photocopies, postage,) are included in the grand total project fee. Task 9 – Owner’s Contingency (10%) A 10% Owner’s contingency is included in the grand total project fee and will only be billed with prior written authorization from the City Project Manager. 3. PROJECT GOALS: Consultant will prepare the following deliverables:  75% and 100% Design Documents  Conformed Drawings and Project Manual  Weekly Construction Field Reports  Record Drawings and Project Catalog CONSULTANT WORK ORDER MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 25-0008-UT City of Clearwater Consultant Work Order Page 10 of 13 Revised: 9/2/2025 4. FEES: This price includes all labor and expenses anticipated to be incurred by Consultant for the completion of these tasks in accordance with Professional Services Method “A” – Hourly Rate for a fee not to exceed three-hundred six thousand five-hundred and nine dollars ($306,509). A detailed breakdown of the fee is provided in Attachment A. 5. SCHEDULE: Consultant anticipates that the project schedule will be as follows from notice to proceed (NTP): Task Calendar Days Per Task Task Completion Task 1 - Meetings & Administration 530 530 Calendar Days from Notice to Proceed Task 2 - Final Design 120 120 Calendar Days from Notice to Proceed Task 4 - Bidding and Award 45 165 Calendar Days from Notice to Proceed Task 6 – Construction Administration Services 365 530 Calendar Days from Notice to Proceed Task 7 – Resident Project Representative (RPR) 315 530 Calendar Days from Notice to Proceed Note: Tasks 3 and 5 are not included or do not have a project schedule component associated with it. 6. STAFF ASSIGNMENT: City’s Staff assignments include: Project Manager: Rama Pandkar, P.E Engineering Manager: Kaylynn Price Public Utilities Director: Richard Gardner, P.E Public Utilities Assistant Director: Michael Flanigan Infrastructure Maintenance Manager Daniel Trueblood Infrastructure Maintenance Asst Manager Wayne LaFleur CONSULTANT WORK ORDER MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 25-0008-UT City of Clearwater Consultant Work Order Page 11 of 13 Revised: 9/2/2025 Public Utilities (WET) Assistant Manager Travis Teuber MS St WRF Chief Plant Operator Ryan Alexander Utilities Maintenance Supervisor II Herman Winthrop Utilities Maintenance Supervisor II (Electrical) Zeron Rance The City Consultant’s staff assignments include: Client Manager: Andrew Woodcock Regional Manager: James Uzdavinis Project Manager: Jennifer Ribotti 7. CORRESPONDENCE/REPORTING PROCEDURES: Consultant’s project correspondence shall be directed to the Project Manager. With copies to the Client Manager All City project correspondence shall be directed to the City Project Manager, with copies to the Engineering Manager, Public Utilities Assistant Director, and Public Utilities Director. A health and safety plan will be prepared by Consultant and submitted to the City Project Manager upon request prior to mobilizing to the site. Consultant shall provide a minimum of forty-eight (48) hours’ notice prior to conducting fieldwork/site visits. Consultant shall provide a minimum of seven (7) days notification for site visits requiring the assistance of City Operations and Maintenance personnel. Notification will be provided by Consultant for employees of Consultant. Consultant acknowledges that all City directives shall be provided by the City Project Manager. 8. INVOICING/FUNDING PROCEDURES: City Invoicing Code: 3217321-530100-96213 For work performed, invoices shall be submitted monthly to: CITY OF CLEARWATER, PUBLIC UTILITIES DEPARTMENT ATTENTION: PU Engineering 1650 NO ARCTURAS AVE BLDG-C CLEARWATER, FLORIDA 33765-1945 Email: PUEngineering@MyClearwater.com Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. CONSULTANT WORK ORDER MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 25-0008-UT City of Clearwater Consultant Work Order Page 12 of 13 Revised: 9/2/2025 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. 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 CONSULTANT WORK ORDER MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 25-0008-UT City of Clearwater Consultant Work Order Page 13 of 13 Revised: 9/2/2025 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, ENGINEER 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”. b.Updated calculations of Fault and Arc Flash, and provisions for new or updated Arc Flash equipment labeling shall be included in the contract documents.12.SPECIAL CONSIDERATIONS: None13.SIGNATURES: PREPARED BY: APPROVED BY: Andrew Woodcock, P.E. Richard Gardner, P.E. Client Manager Public Utilities Director Tetra Tech City of Clearwater Date Date September 3, 2025 ATTACHMENT “A” CONSULTANT WORK ORDER – PROJECT FEES TABLE MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 25-0008-UT City of Clearwater Consultant Work Order – Project Fees Table Page 1 of 2 Revised: 9/2/2025 CONSULTANT WORK ORDER PROJECT FEES TABLE Task Description Subconsultant Services Labor Total 1.0 Meetings and Administration 1.1 Project Administration $6,840 $6,840 1.2 Project Kickoff Meeting and Site Visit $7,480 $7,480 1.3 Progress Meetings (4 Virtual) $4,240 $4,240 1.4 Design Review Meetings (2 Virtual) $4,720 $4,720 1.5 Health and Safety Plan $850 $850 Task 1.0 Total: $24,130 2.0 Final Design 2.1 Review Evoqua Filter Inspection Report $ 2,005 $2,005 2.2 Site Visits (2) $3,380 $3,380 2.3 Data Collection $2,740 $2,740 2.4 Supplemental Technical Specifications $ 9,100 $9,100 2.5 Final Design Drawings $3,446 $51,685 $55,131 Task 2.0 Total: $72,356 3.0 Permitting 3.1 FDEP Permit Coordination $1,360 $1,360 Task 3.0 Total: $1,360 4.0 Bidding and Award 4.1 Bid Set $423 $4,860 $5,283 4.2 Respond to Questions $5,480 $5,480 4.3 Pre-Bid Meeting $645 $645 4.4 Review and Award $1,230 $1,230 4.5 Furnish Conformed Documents $4,170 $4,170 Task 4.0 Total: $16,808 5.0 SCADA Design Services(1) 6.0 Construction Administration Services 6.1 Preconstruction Meeting $5,940 $5,940 6.2 Progress Meetings $16,980 $16,980 6.3 Respond to RFIs $6,110 $6,110 6.4 Shop Drawing Review $19,180 $19,180 6.5 Review Pay Apps $3,150 $3,150 6.6 Substantial Completion Site Visits $5,620 $5,620 6.7 Final Completion Site Visit $5,040 $5,040 ATTACHMENT “A” CONSULTANT WORK ORDER – PROJECT FEES TABLE MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 25-0008-UT City of Clearwater Consultant Work Order – Project Fees Table Page 2 of 2 Revised: 9/2/2025 Task Description Subconsultant Services Labor Total 6.8 Project Close-out $10,800 $10,800 Structural Subconsultant $4,636 $4,636 Task 6.0 Total: $77,456 7.0 Resident Project Representative (RPR) 7.1 RPR Services $83,080 $83,080 Task 7.0 Total: $83,080 SUBTOTAL, LABOR, AND SUB-CONTRACTORS: $275,190 8.0 Other Direct Costs (travel, photocopies, postage, etc.) (Not applicable to lump sum Work Orders) $3,800 9.0 Owner’s Contingency (10%) $27,519 Sub Total: $31,319 GRAND TOTAL: $306,509 (1)Fees for Task 5 are not included in the Project Fees Table. These Tasks are not anticipated as part of this scope of work. Minor SCADA associated work has been integrated into Task 2.0. Bill Rate >215.00 120.00 275.00 155.00 260.00 140.00 155.00 Proj Area > Submitted to: City of Clearwater (Attn: Rama Pandkar) Contract Type: T&M Project Phases / Tasks 1,542 173 75 68 362 138 182 544 266,685 36,024 - - 3,800 306,509 2 3 4 5 6 7 8 1. Meetings and Administration 122 41 24 16 25 16 - - 24,130 - - - - 24,130 1.1 Project Administration 38 24 14 6,840 6,840 1.2 Project Kickoff Meeting and Site Visit 34 8 2 8 8 8 7,480 7,480 1.3 Progress Meetings (4 virtual)20 4 4 8 4 4,240 4,240 1.4 Design Review Meetings (2 virtual)24 4 4 4 8 4 4,720 4,720 1.5 Health and Safety Plan 6 1 4 1 850 850 2. Final Design 382 40 4 28 118 58 134 - 68,910 3,446 - - - 72,356 2.1 Review Evoqua Filter Inspection Report 11 1 2 8 2,005 2,005 2.2 Site Visit (2)16 8 4 4 3,380 3,380 2.3 Data Collection 14 2 2 8 2 2,740 2,740 2.4 Technical Specifications 48 8 4 4 24 8 9,100 9,100 2.5 Final Design Drawings 293 21 - 20 74 44 134 - 51,685 3,446 - - - 55,131 75% Drawings 193 14 - 12 49 32 86 - 34,265 3,446 - - - 37,711 General Drawing Sheets (3)20 2 4 6 8 3,580 3,580 Mechanical/Process Sheets (8)106 8 8 40 50 17,120 17,120 Structural Sheets (3) by Sub 7 2 1 4 1,145 3,446 4,591 I/C Sheets (3)60 2 2 32 24 12,420 12,420 100% Drawings 100 7 - 8 25 12 48 - 17,420 - - - - 17,420 General Drawing Sheets (3)9 1 4 4 1,395 1,395 Mechanical/Process Sheets (8)60 2 6 20 32 9,660 9,660 Structural Sheets (2) by Sub 7 2 1 4 1,145 1,145 I/CSheets (4)24 2 2 12 8 5,220 5,220 3. Permitting 8 2 - - 6 - - - 1,360 - - - - 1,360 3.1 FDEP Permit Coordination 8 2 6 1,360 1,360 4. Bidding and Award 96 8 11 6 37 10 24 - 16,385 423 - - - 16,808 4.1 Bid Set 28 2 4 2 8 4 8 4,860 423 5,283 4.2 Respond to Questions 32 2 4 2 12 4 8 5,480 5,480 4.3 Pre-Bid Meeting 3 1 1 1 645 645 4.4 Review and Award 7 1 1 1 4 1,230 1,230 4.5 Furnish Conformed Documents 26 2 2 12 2 8 4,170 4,170 6. Construction Administration 398 82 36 18 176 54 24 8 72,820 4,636 - - - 77,456 6.1 Preconstruction Meeting (on site)30 6 6 8 2 8 5,940 5,940 6.2 Progress Meetings (12, on site)84 24 36 24 16,980 16,980 6.3 Respond to RFIs (up to 10)32 10 10 4 4 4 6,110 6,110 6.4 Shop Drawing Review (up to 20)112 20 20 4 60 8 19,180 19,180 6.5 Review Pay Apps (up to 12)18 6 12 3,150 3,150 6.6 Substanbtial Completion Site Visits (up to 6)32 4 24 4 5,620 5,620 6.7 Final Completion Site Visit 24 8 8 8 5,040 5,040 6.8 Project Close-Out 66 4 6 4 24 4 24 - 10,800 - - - - 10,800 Record Drawings 40 2 2 8 4 24 6,620 6,620 Project Catalog 26 2 6 2 16 4,180 4,180 Structural Subconsultant - 4,636 4,636 7. Resident Project Representative (RPR)536 - - - - - - 536 83,080 - - - - 83,080 7.1 RPR Services (67 days)536 536 83,080 83,080 8. Other Direct Costs - - - - - - - - - - - - 3,800 3,800 Other Direct Costs - 3,800 3,800 9. Contingency - - - - - - - - - 27,519 - - - 27,519 Contingency (10%)- 27,519 27,519 Totals 1,542 173 75 68 362 138 182 544 266,685 36,024 - - 3,800 306,509 Task Pricing TotalsTotal Labor Hrs Subs Travel Mat'ls & Equip ODCsLaborSr Project AdministratorPrincipal Engineer (Process)Project Engineer 1 (Process)Sr Engineer 3 (I&C)Senior CAD Designer 1Sr Construction Project Rep 2Design, Permitting and CEI for Filtration System Refurbishment at the MS WRF. Pricing by Resource Project Manager 2Clearwater Marshall Street WRF Filter Rehabilitation Attachment A - Price Proposal Tetra Tech - Confidential and Proprietary Page 1 of 1 Printed 8/26/2025 ATTACHMENT “B” CONSULTANT WORK ORDER – CITY DELIVERABLES MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 25-0008-UT City of Clearwater Consultant Work Order –City Deliverables Page 1 of 1 Revised: 9/2/2025 CONSULTANT WORK ORDER CITY DELIVERABLES 1. FORMAT: The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. 2. DELIVERABLES: The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless approved otherwise. Upon completion the consultant shall deliver all drawing files in digital format with all project data in Autodesk Civil 3D file format. NOTE: If approved deviation from Clearwater CAD standards is used the Consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk, Inc. software. All block references and references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Kyle Vaughan, at (727) 444- 8232 or email address Kyle.Vaughan@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. EXHIBIT “A” SUBCONSULTANT PROPOSALS MS WRF Sand Filter Rehabilitation Tetra Tech Inc. 23-0008-UT City of Clearwater Consultant Work Order Page 1 of 1 Revised: 9/2/2025 1320 Wilfred Drive Orlando, FL 32803 Phone: 407.219.4454 June 20, 2025 Wekiva Project #25-317 Jennifer Ribotti, PE Tetra Tech, Inc. 201 East Pine Street, Suite 1000 Orlando, FL 32801 Re: Proposal for Structural Engineering Services Marshall Street WRF Sand Filter Rehabilitation City of Clearwater, Florida Ms. Ribotti, Wekiva Engineering, LLC (Wekiva) is pleased to submit this proposal to provide structural engineering services to Tetra Tech (TT) for the above-referenced project. It is our understanding that this project will entail the following improvements to the existing filter treatment process, which could require structural engineering design support: • Rehabilitation of Filter media along with the replacement of the existing underdrain system. • Rehabilitation of the existing concrete structure at surfaces that are in poor condition. SCOPE OF SERVICES Wekiva will perform the following tasks: Task 1: Perform Site Visit & Prepare Drawings and Specifications (75%, 100%): Wekiva staff will visit the site to view the current condition of the structure. Wekiva will then prepare drawings and specifications. It is anticipated that approximately two (2) drawings will be prepared and standard division 3 specifications. We will prepare signed and sealed drawings for permitting purposes. Task 2: Services During Bidding: Wekiva staff will assist TT with services during bidding by answering Contractor’s questions and issuing addenda. Task 3: Services During Construction: Wekiva staff will assist TT staff during the construction phase of the project with the following: • Review shop drawing submittals (Assumed to be 2 submittals) • Review and respond to RFI’s (Assumed to be 1 RFI) • Perform (3) total site visits • Prepare record drawings based on Contractor provided markups of the drawings COST AND SCHEDULE Wekiva proposes to undertake the work described above on a time and expense fee basis at a total not-to-exceed price of $8,505.64. The following is a breakdown of fee per task: • Task 1 $3,446.30 • Task 2 $423.28 • Task 3 $4,636.06 • Total $8,505.64 1320 Wilfred Drive Orlando, FL 32803 Phone: 407.219.4454 TERMS AND CONDITIONS Wekiva will begin work immediately upon your notice to proceed. We will issue monthly invoices for the work accomplished during the calendar month. We appreciate the opportunity to submit this proposal to TT and we look forward to a successful collaboration on this project. If you have any questions or need further information, please call. Sincerely, David Morris, P.E. Member Fee Estimate: Structural Engineering Services City of Clearwater Marshall Street WRF Sand Filter Rehabilitation Date: June 2025 Task Task Est.No Man-hours By Category Totals No Description Dwgs Principal Project Engineer Engineer Drafting Clerical Hrs Cost $185.90 $137.28 $108.68 $68.64 $51.48 1 Site Visit and Prepare Drawings and Specs 2 9 2 4 14 2 31 3,446.30$ 2 Services During Bidding - 2 0 0 0 1 3 423.28$ 3 Services During Construction - 23 1 0 1 3 28 4,636.06$ Total Cost 8,505.64$ Table 1 - Structural Engineering Services Fee City of Clearwater Marshall St. AWWTF Hydro Clear® Filter Inspection Report DATE: November 21, 2024 SITE ADDRESS PROJECT #: 88416 Marshall ST. AWWTF FILTER MODEL: 12 KK 12 x 30 1605 Harbor Dr. CONTROLLER: A/B Clearwater, FL 34615 START-UP DATE: June 21, 1990 On November 21, 2024, an inspection was made of the Hydro Clear Model 12 KK 12 x 30 Rapid Sand Filtration system located at the Marshall St. AWWTF in the City of Clearwater, FL. This filter was put into service in June of 1990 and has 12 poured in place concrete filter cells. Filter routines of Air Mix, Pulse Mix, Backwash and Chemical Clean are controlled by an Allen Bradley PLC with a ProFace HMI operator interface. We were asked to review: 1. The filter logic to investigate operator reported instances that filters would fill up and would not backwash automatically or manually until they physically reset the operating system often resulting in by-pass or near overflow conditions. 2. The condition of the filters to determine the reason for recent ongoing effluent violations. Arriving onsite, David Wolfe and I met Chief Plant Operator Ryan Alexander and some of the operators. We discussed some of the issues they have with the fitters as well as other questions they had about the operation of the filters. We visually inspected each of the 12 filter cells and noted that the media in each cell looked similar with uneven mounds of sand in some areas and voids next to the mounds of sand exposing the fiberglass grating and, in some areas so little sand that even the wire mesh support screens were visible. We also noted that several structural holddown I-beams in cells #3, #5 and #7 were not in place. While David started going through the PLC logic, I began the inspection of the filters. Since cell #7 was offline and drained, we decided to concentrate our inspection to cell #7 agreeing that what we found in that filter would most likely be typical of the remaining 11 filters. FILTER COMPONENT EVALUATION • Controls – On site to investigate problems with PLC locking up when multiple cells are calling for backwash. After discussing with plant personnel, the symptoms were that the PLC was not enabling the next backwash usually when there were high flows such as produced during large rain events. On rare occasions, we have seen in some of the older Allen-Bradley PLC systems that the FIFO (First In First Out) stack in the PLC that determines the sequential Backwash order when multiple cells call for Backwash and will lockout the call for a subsequent backwash. Typically, this occurs during storm conditions with high flows and the power drops out. While on site, I did not see any indication of this happening, but the flow to the plant was negligible and only one cell was calling for a backwash at a time. I did make a modification to the PLC program that will reset the FIFO stack once power returns after a power cycle. I also modified the program that if the system does appear to be locked out and not backwashing cells requiring a backwash, the operator can manually reset the backwash system by turning the Backwash Control Hand-Off-Auto switch to the Off position for about ten seconds and then returning the switch to the Auto position. • Recommendations – • Operator Interface Evoqua recommends replacing the current Operator Interface and supplying a PanelView Plus 15 touchscreen. Programming would be similar to the HMI that was installed at the Northeast Plant in 2019. This would include graphics of each cell, composite status screens that would indicate filter cell status, (Backwash, Pulse Mix, Air Mix, & Chemical Clean), Next filter to backwash, Timer Presets and time remaining in each step, Motor status (Running, Off, Fail), Valve Status (Open, Close), Backwash Counts for each cell and Backwash Counter Reset Pushbuttons. • PLC Evoqua recommends re-programming the PLC to work like the PLC at the Northeast Plant. The existing PLC need not be replaced, but can be modified to provide programming for the current operation of the filters which will be similar to the PLC program at the North East plant. Evoqua will need to co-ordinate with the Plant to ensure that the Plant SCADA system still receives the data from the filter system as required. • CELL #7 – The design depth of sand beds in Hydro Clear filters is 10”. In filter cell #7, we found mounds of sand/solids piled 12” – 14” high with areas nearly void of sand next to them. We removed the sand in random areas throughout the filter cell exposing the fiberglass grating and found the solids throughout the sand and into the squares in the fiberglass grating. We exposed the grating so we could inspect the sand just above the wire mesh support screens in the 2” x 2” grating squares and found sand, solids and some trash (plastics, cloth etc.) compacted in every square that we inspected (see photos). The compacted sand / solids in the fiberglass grating squares on the top of the wire mesh support screen effectively blind off that area of the screen restricting flow in that area. Once solids accumulate that deep in the sand bed, it is nearly impossible to remove them during backwashing and solids continue to accumulate and restrict flow through the filters. Consequently, during backwashing, pressure increases on the bottom side of the wire mesh screens because of the compacted solids in the grating squares and eventually, this will fatigue the wire mesh support screens and potentially cause the perimeter seals to fail or the screens to rip allowing sand / solids and unfiltered water to enter the clearwell ultimately showing up the plant effluent. • Media – The design depth of the media in Hydro Clear Filters is 10” and the sand bed surface should relatively flat with NO visible craters, voids or mounds of sand. The sand in Cell #7 was typical of what was seen in the other cells. (see attached photo). Generally, there are two reasons that the filters have problems handling higher than average flows: 1. Grease / solids in the applied water attaches to the sand grains binding them together and restricting flow through the filters. This will cause an increase in the number of backwashes per cell per day and cause the filters to not handle increased flows. This condition is usually corrected by using the Chemical Clean system provided with the Hydro Clear filter. 2. Heavy solids/debris in the applied water that becomes trapped in the sand bed and ultimately into the squares in the fiberglass grating right on top of the wire mesh support screens. This material does not wash out, compacts into the grating squares and restricts flow through the filters. Those solids eventually break down and pass through the screens into the clearwell increasing TSS and Turbidity in the effluent. • Recommendation – Remove all of the sand from each of the 12 cells. Pressure wash the cells clean (I-beams, long and short angles, cell perimeter and wire mesh screen) . It may be necessary to use a shop vac to better clean the grating squares to remove the trapped debris between the grating and wire mesh screen that couldn’t be removed with the vac truck. Once the cells are clean, cells should be inspected by Evoqua to determine if any of the wire mesh screens, I-beams, long angles, short angles or clip angles need to be repaired or replaced and provide a list of necessary repairs to the city. After the repairs are made, Evoqua will need to make a final inspection of the cells before 10” of new .45mm sand is placed in each cell. • Structural Holddown I-beams and Wire Mesh Support Screens – We found several of the structural holddown I-beams not being held in place either due to corrosion and failure around the tab end of the I-beam that bolts the I-beam in place or because the embedded holddown stud pulled out from under the frame tab in the grout area. This allowed the perimeter seal to be lost during subsequent pulse mixes and backwashes eventually tearing or ripping the wire mesh support screens. Once that occurred, solids and sand short circuited directly into the clearwell showing up in effluent samples as TSS or fecal or turbidity. (see photos) • Recommendation – With the sand removed, the cells need to be inspected by Evoqua to provide the contractor with a list of items that need to be corrected prior to installing the new sand. This could include I-beams, long and short perimeter angles, short side holddown bolt clip angles, embedded I-beam holddown bolts, wire mesh support screens and gaskets. NOTE: The existing loose steel (I-beams and long and short angles) are painted steel. Paint being chipped off during assembly or repair could be some of the reason for the corrosion. It would be worth considering using stainless steel for any of those items that need to be replaced. • Valves and Backwash Rate – The Hydro Clear filters backwash at a rate of 12 gpm/ft2 of surface area. Rates lower than that do not remove most of the solids from the sand beds during backwashing. The gradual accumulation of solids from eventually causes the filters to backwash more frequently and ultimately yielding less solids removal. Proper seating of the filtrate and backwash valves is critical to providing the 12 gpm/ft2 backwash rate. If one (or more) of those valves is not closing fully during pulse mix or backwash it will affect the backwash rate. We were not able to inspect the physical open / close position of those valves because of their location in the effluent and backwash piping. We did however check the backwash rate with each of the backwash pumps. The backwash rate with BW Pump #1 was 9.6 gpm/ft2 and with BW Pump #2 the rate was 9.8 gpm/ft2. That suggests that at least one of the 12 backwash inlet valves isn’t closed fully all of the time and possibly one or more of the filtrate valves are not closing fully on a cell that is in backwash. Another option would be that the backwash pumps are not delivering the correct volume of backwash water because of their age or the backwash pump discharge valves are not set properly. • Recommendation – Check the backwash pump discharge valve position to see if they can be opened any more to provide additional backwash rate. If so, open them and recheck the backwash rate. If the backwash wash pump discharge valves are full open, it will be necessary to find out which valves are causing the low backwash rate. That may require systematic removal of each backwash inlet valve and possibly the filtrate valves and replace / repair as necessary. Even though we could not get into any of the other cells, aside from the obvious sand concerns, some issues were found: Cell #1 – during a backwash, a piece of 3” perimeter gasket was noticed floating in the admixture on the east side of the filter cell. It did not wash out and the cell never drained down after the backwash so we couldn’t confirm that the perimeter seal in that area had been lost or that the cell is losing sand / solids in that area. Cell #3 – At least 2 of the holddown I-beams were not secured in place and we could see the wire mesh support screen and perimeter gasket pulled out from under the long angle in that area. Cell #5 – At least 1 holddown I-beam was found not being held in place with one of the embedded holddown studs not secured under the tab and the wire mesh screen and perimeter gasket pulled out from under the long angle. Cell #8 – After a backwash, a strip of perimeter gasket and the edge of the wire mesh screen could be seen on the short side of the cell. SUMMARY: It appears that the logic is correct, and the filters will operate as designed in the level mode. Replacing the existing HMI will give the operators additional control and provide added information on the screens to help operators have better control of the filter operation during periods of changing flow situations and during troubleshooting suspected issues. Remove the sand from each of the cells. Pressure wash the filter cells including the wire mesh support screens to remove all remaining sand and vacuum all remaining sand / solids / trash using a shop vac. Evoqua should then make an inspection and provide a list of any and all repairs that need to be made: 1. I-beams 2. Long & short angles 3. Short side holddown clip 4. Embedded I-beam holddown studs 5. Wire mesh support screens w/ 3” perimeter gasket and 1” sealing strip gasket It is worth considering using stainless steel for any I-beams, angles or holddown clips that need to be replaced rather than using painted steel. After repairs are made, Evoqua should inspect the filter cells again to ensure repairs were made properly and nothing was overlooked before installing 10” of new .45mm sand to the cells. Based on what we saw in only 1 cell, we would want to discuss with the city how many of each item they would like to have on hand prior to starting the work with the option to restock as the initial quantity of parts are used to keep the project moving forward without interruption. By following the recommendations above, the overall operation will improve as well as the filter’s ability to handle and recover from increased flows during rain events or plant upset conditions. Following the outlined recommendations will improve the effectiveness of the backwash and pulse mix routines. This in turn will reduce the number of backwashes per cell per day which translates into less recycle back to the head of the plant, less sand loss and reduce effluent discharge violations. Cell #7 sand bed craters and voids Cell #7 I-beam off holddown stud with tab missing Cell #7 compacted sand removed from squares Cell #7 sand and fiberglass grating squares Screen and gasket failure Cell #1 3” perimeter gasket (seal failure) Holddown Clip with corner missing I-beam holddown tabs ok Respectfully Submitted Earl Gehringer / David Wolfe Evoqua Hydro Clear Filter Product Specialist / Engineer II PROJECT NUMBER: 25-0008-UT PROJECT NAME: MS WRF SAND FILTERS REHAB PROJECT MANAGER: RAMA PANDKAR DEPARTMENT: PUBLIC UTILITIES Engineer of Choice: Tetra Tech System Type (select one): ☐ Lift Station ☐ Potable Water Supply/Distribution ☐ Reclaimed Water Distribution ☐ Joint Project Agreement/ FDOT Project ☐ Sanitary Sewer Collection ☒ WRF (Water Reclamation Facility) ☐ WTP (Water Treatment Plant) ☐ Other: ______________________ Questions: 1. Are they an Engineer of Record? ☒ Yes ☐ No a. If the answer is ‘No’ were they acquired by RFQ? ☐ Yes ☐ No ☒ N/A 2. Have they done a project with the department previously? ☒ Yes ☐ No 3. Have they done a project with the City previously? ☒ Yes ☐ No 4. Have they done a project at the project area previously? ☐ Yes ☒ No 5. Do they have personnel experienced in the design and construction of similar systems mentioned above? ☒ Yes ☐ No a. Ask for resumes accordingly 6. Do they have a positive track record of past performance with the City and or Public Utilities Department? ☒ Yes ☐ No ☐ N/A 7. Is the firm a certified minority business or woman owned enterprise? ☐ Yes ☒ No 8. Has the firm demonstrated that they can meet the time restrictions and budget requirements of the project? ☒ Yes ☐ No 9. Does the firm have an office within 50 miles of the project area? ☒ Yes ☐ No 10. Has the firm demonstrated that they capacity to take on this additional work? ☒ Yes ☐ No Reasoning Why: Tetra Tech was selected due to the ability of their professional personnel (project managers), past performance on the Northeast and Marshall Street Sand Filters. Tetra Tech has a lot of experience with construction and design at Water Reclamation Facility. Their ability to deliver a quality product, meeting designated timelines, and doing it professionally sets them apart from the other firms. They have experience and understanding of designing sand filters. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0804 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.19 SUBJECT/RECOMMENDATION: Award a construction contract to Keystone Excavators, Inc., of Oldsmar, FL, for 2025 Stormwater Repairs in the annual amount of $1,522,824.00 for an initial one-year term with an option to renew for three additional one-year terms, based on a unit pricing, pursuant to Invitation to Bid 24-0019-EN and authorize the appropriate officials to execute same. SUMMARY: On June 11, 2025, the City issued Invitation to Bid 24-0019-EN, Stormwater Repair, and received five responses by the August 12, 2025, deadline. Following review, Public Works has determined that Keystone Excavators, Inc., submitted the lowest, most responsive, and responsible bid in accordance with the plans and bid specifications. Keystone Excavators will provide all labor, equipment, and materials necessary to complete stormwater infrastructure improvements and repairs in accordance with city specifications. This stormwater maintenance contract will be used for a variety of projects such as emergency repairs, replacement of failed stormwater pipes, inlets and other structures, ditch and bank hardening, erosion repairs and other stormwater repairs. Several projects are currently in design including bank stabilization near US 19 and Alligator Creek, Cleveland St underdrain improvement, Sunshine Drive drainage improvement, Whispering Pines additional inlet, and several projects are identified such as Oak Creek ditch stabilization. All quantities are estimates; the City makes no guarantee of a minimum or maximum amount of work to be authorized during the contract term. Services will be performed on a unit price basis as outlined in Section III, Article 11.3, and Section IV, 101 of the Contract Documents. The initial contract term will be for one year from the notice-to-proceed date. The City reserves the right to renew the contract annually for up to three additional one-year periods. APPROPRIATION CODE AND AMOUNT: ENST180001-CONS-CNSTRC $1,522,824.00 (annually) Funding for this contract is available in capital improvement project ENST180001, Storm System Improvements, funded by revenues from the Stormwater Utility Enterprise Fund. STRATEGIC PRIORITY: This item falls under objectives 1.2 (Maintaining public infrastructure), 1.3 (Adopt responsive levels of service), 1.4 (Foster safe and healthy communities), and 3.2 (Preserve community livability). Page 1 City of Clearwater Printed on 10/10/2025 Line Item Description Quantity Unit of Measure 1.0 Mobilization and Site Prepartion 1.1 Mobilization (Baseline rate $5000 enter $5,000 for unit cost)1 EA 1.2 Maintenance of Traffic 1.2a MOT-Arterial 10 EA 1.2b MOT-Local 10 EA 1.3 Erosion and Sediment Control 1.3a Silt Fence 10 LF 1.3b Inlet Protection 10 EA 1.4 Work Zone Sign 1 EA 1.5 Camera-Video of Pipes/Structures 1 Per Day 2.0 Earthwork 2.1 Unsuitable Material Removal and Replace 10 CY 2.2 Swale Grading 10 LF 2.3 Swale-Seed Type XX Blend 10 SY 2.4 Swale-Erosion Control(Excelsior or Approved Equale)FDOT ## 10 SY 2.5 Plugging & Abandon In-Place and Grout Pipe 10 CY 2.6 Remove and Dispose In-Place Pipe 10 LF 2.7 Erosion Protection-Rip Rap 10 TN 2.8 Gabion Baskets 10 CY 2.9 Import Fill 10 CY 2.1 Export Material to Non-City Facility 10 CY 2.11 Channel Excavation 2.11.a Channel Excavation - Minor 10 CY 2.11.b Channel Excavation-Major 10 CY 2.12 Seawall Grout 10 CF 2.13 Flowable FIll 10 CY 2.14 Remove and Dispose In-Place Pipe Depth >6'≤ 10’10 LF 3.0 Drainage Pipe Depth ≤ 6’ Pipe Depth ≤ 6’ 3.1 15" Reinforced Concrete Pipe (RCP)10 LF 3.2 18" Reinforced Concrete Pipe (RCP)10 LF 3.3 24" Reinforced Concrete Pipe (RCP)10 LF 3.4 30" Reinforced Concrete Pipe (RCP)10 LF 3.5 36" Reinforced Concrete Pipe (RCP)10 LF 3.6 42" Reinforced Concrete Pipe (RCP)10 LF 3.7 48" Reinforced Concret Pipe (RCP)10 LF 3.8 12" HDPE Pipe Smooth Interior 10 LF 3.9 15" HDPE Pipe Smooth Interior 10 LF 3.1 18" HDPE Pipe Smooth Interior 10 LF 3.11 24" HDPE Pipe Smooth Interior 10 LF 3.12 30" HDPE Pipe Smooth Interior 10 LF 3.13 36" HDPE Pipe Smooth Interior 10 LF 3.14 42" HDPE Pipe Smooth Interior 10 LF 3.15 48" HDPE Pipe Smooth Interior 10 LF 3.16 City Standard Curb Inlet (S.D. A-9)10 EA 3.17 FDOT Type J-7T M.H. (5x5)10 EA 3.18 FDOT Type J-7T M.H. (6x6)10 EA 3.19 FDOT Type J-7T M.H. (6x7)10 EA 3.2 FDOT Type "F" D.B.I 10 EA 3.21 FDOT Type "C" D.B.I 10 EA 3.22 Dewatering 10 LF PIPE DEPTH > 6’ ≤ 10’ 3.23 15" Reinforced Concrete Pipe (RCP)10 LF 3.24 18" Reinforced Concrete Pipe (RCP)10 LF 3.25 24" Reinforced Concrete Pipe (RCP)10 LF 3.26 30" Reinforced Concrete Pipe (RCP)10 LF 3.27 36" Reinforced Concrete Pipe (RCP)10 LF 3.28 42" Reinforced Concrete Pipe (RCP)10 LF 3.29 48" Reinforced Concret Pipe (RCP)10 LF 3.3 12" HDPE Pipe Smooth Interior 10 LF 3.31 15" HDPE Pipe Smooth Interior 10 LF 3.32 18" HDPE Pipe Smooth Interior 10 LF 3.33 24" HDPE Pipe Smooth Interior 10 LF 3.34 30" HDPE Pipe Smooth Interior 10 LF 3.35 36" HDPE Pipe Smooth Interior 10 LF 3.36 42" HDPE Pipe Smooth Interior 10 LF 3.37 48" HDPE Pipe Smooth Interior 10 LF 3.38 City Standard Curb Inlet (S.D. A-9)10 EA 3.39 FDOT Type J-7 M.H. (5x5)10 EA 3.4 FDOT Type J-7 M.H. (6x6)10 EA 3.41 FDOT Type J-7 M.H. (6x7)10 EA 3.42 FDOT Type "F" D.B.I 10 EA 3.43 FDOT Type "C" D.B.I 10 EA 3.44 Underdrain Removal and Replacement (6" and 8")10 LF 3.45 Dewatering 10 LF 4.0 Paving & Marking and Milling/Paving Paving and Marking 4.1 8" Roadway Base (LBR 100)10 SY 4.2 12" Stablized Subgrade (LBR 40)10 SY 4.3 Straight Curb 10 LF 4.4 Header Curb 10 LF 4.5 City Modified Curb 10 LF 4.6 City Type I Curb 10 LF 4.7 Valley Gutter Curb 10 LF 4.8 R&R 6" Concrete Sidewalk 10 SF 4.9 R&R Concrete Driveway Restoration 10 SF 4.1 Pedestrain Ramps w/ Detectable Warning 10 EA 4.11 Remove and Replace Curbs 10 LF Milling/Paving 4.12 Milling (up to 2") (includes disposal at non-city facility)10 SY 4.13 Milling (2"-4") (includes disposal at non-city facility)10 SY 4.14 Superpave Asphalt Concrete, Type SP 12.5 10 TN 4.15 Superpave Asphalt Concrete, Type SP 9.5 10 TN 5.0 Landscaping and Restoration (includes disposal at non-city 5.1 Tree Removal (0"-12" Diameter)10 EA 5.2 Tree Removal (13"-24" Diameter)10 EA 5.3 Tree Removal (25"-48" Diameter)10 EA 5.4 Tree Removal (Greater than 48" Diameter 10 EA 5.5 Tree Barricade 10 LF 5.6 Root Pruning 10 LF 5.7 Tree Planting and Watering (furnish tree/bag and install/fill bag 1x) (2"-4" caliper-Native Species)10 EA 5.8 Tree Planting and Watering (furnish tree/bag and install/fill bag 1x) (5"-6" caliper-Native Species) 10 EA 5.9 Sod Restoration (In Kind) 5.9.1 Bahia 10 SF 5.9.2 St. Augustine 10 SF 6.0 Emergency Debris Removal 6.1 Mobilization (Baseline rate $5000 enter $5,000 for unit cost)1 EA 6.2 Pickup with hand tools 10 HR 6.3 10 wheel dump truck with driver 10 HR 6.4 Loader (938 or Similar)10 HR 6.5 Skid Steer (Operator not included)10 HR 6.6 D-3 Bulldozer (Operator not 10 HR 6.7 Operator - All Equipment 10 HR 6.8 Back Hoe (Operator not included)10 HR 6.9 Supervisor 10 HR 6.1 Laborer 10 HR 6.11 Debris Disposal 10 CY 6.12 Alternative Debris Disposal 10 TN 6.13 Grapple Truck-Self Loading (includes Driver)10 CY Total 1 10% Contingency fee from total for Sections 1-5 above 1 LS Total TOTAL INCLUDING CONTINGENCY Unit Cost Total Unit Cost Total Unit Cost $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $15,500.00 $155,000.00 $11,100.00 $111,000.00 $700.00 $5,000.00 $50,000.00 $8,000.00 $80,000.00 $700.00 $30.00 $300.00 $16.50 $165.00 $10.00 $300.00 $3,000.00 $288.00 $2,880.00 $325.00 $1,000.00 $1,000.00 $11.50 $11.50 $500.00 $3,500.00 $3,500.00 $2,614.50 $2,614.50 $4,000.00 $250.00 $2,500.00 $108.50 $1,085.00 $80.00 $400.00 $4,000.00 $90.00 $900.00 $120.00 $20.00 $200.00 $52.50 $525.00 $50.00 $125.00 $1,250.00 $24.00 $240.00 $50.00 $1,100.00 $11,000.00 $884.00 $8,840.00 $425.00 $45.00 $450.00 $63.00 $630.00 $100.00 $400.00 $4,000.00 $403.00 $4,030.00 $450.00 David Nelson Construction Co. Kamminga & Roodvoets, Inc.Keystone Excavators, Inc. $1,700.00 $17,000.00 $797.00 $7,970.00 $625.00 $500.00 $5,000.00 $64.50 $645.00 $65.00 $50.00 $500.00 $57.00 $570.00 $65.00 $55.00 $550.00 $72.50 $725.00 $140.00 $75.00 $750.00 $118.50 $1,185.00 $100.00 $1,700.00 $17,000.00 $295.00 $2,950.00 $500.00 $825.00 $8,250.00 $395.00 $3,950.00 $650.00 $75.00 $750.00 $71.00 $710.00 $100.00 $155.00 $1,550.00 $606.50 $6,065.00 $250.00 $180.00 $1,800.00 $622.50 $6,225.00 $280.00 $230.00 $2,300.00 $659.50 $6,595.00 $340.00 $290.00 $2,900.00 $811.50 $8,115.00 $400.00 $330.00 $3,300.00 $895.00 $8,950.00 $440.00 $410.00 $4,100.00 $1,282.00 $12,820.00 $590.00 $510.00 $5,100.00 $1,348.50 $13,485.00 $690.00 $110.00 $1,100.00 $588.50 $5,885.00 $250.00 $135.00 $1,350.00 $597.50 $5,975.00 $250.00 $150.00 $1,500.00 $608.50 $6,085.00 $280.00 $195.00 $1,950.00 $637.00 $6,370.00 $340.00 $225.00 $2,250.00 $789.50 $7,895.00 $400.00 $255.00 $2,550.00 $834.50 $8,345.00 $440.00 $305.00 $3,050.00 $1,143.00 $11,430.00 $590.00 $395.00 $3,950.00 $1,186.00 $11,860.00 $690.00 $8,200.00 $82,000.00 $11,978.50 $119,785.00 $5,940.00 $8,000.00 $80,000.00 $9,494.00 $94,940.00 $6,925.00 $8,500.00 $85,000.00 $9,494.00 $94,940.00 $9,365.00 $13,000.00 $130,000.00 $12,344.00 $123,440.00 $10,320.00 $6,500.00 $65,000.00 $8,070.00 $80,700.00 $4,760.00 $5,500.00 $55,000.00 $7,062.00 $70,620.00 $3,065.00 $80.00 $800.00 $45.00 $450.00 $325.00 $165.00 $1,650.00 $1,035.00 $10,350.00 $300.00 $185.00 $1,850.00 $1,051.00 $10,510.00 $330.00 $245.00 $2,450.00 $1,091.50 $10,915.00 $390.00 $335.00 $3,350.00 $1,350.50 $13,505.00 $450.00 $435.00 $4,350.00 $1,408.50 $14,085.00 $490.00 $575.00 $5,750.00 $2,116.50 $21,165.00 $640.00 $700.00 $7,000.00 $2,183.00 $21,830.00 $740.00 $110.00 $1,100.00 $1,032.50 $10,325.00 $300.00 $130.00 $1,300.00 $1,041.50 $10,415.00 $300.00 $150.00 $1,500.00 $1,052.50 $10,525.00 $330.00 $215.00 $2,150.00 $1,084.50 $10,845.00 $390.00 $310.00 $3,100.00 $1,328.50 $13,285.00 $450.00 $360.00 $3,600.00 $1,907.00 $19,070.00 $490.00 $470.00 $4,700.00 $1,967.50 $19,675.00 $640.00 $800.00 $8,000.00 $2,010.50 $20,105.00 $740.00 $10,500.00 $105,000.00 $16,569.50 $165,695.00 $7,640.00 $9,500.00 $95,000.00 $14,716.50 $147,165.00 $9,050.00 $10,000.00 $100,000.00 $14,716.50 $147,165.00 $11,700.00 $16,500.00 $165,000.00 $18,620.50 $186,205.00 $12,860.00 $8,200.00 $82,000.00 $13,201.00 $132,010.00 $6,245.00 $6,800.00 $68,000.00 $12,013.50 $120,135.00 $7,640.00 $300.00 $3,000.00 $176.50 $1,765.00 $195.00 $150.00 $1,500.00 $75.00 $750.00 $325.00 $200.00 $2,000.00 $136.50 $1,365.00 $50.00 $150.00 $1,500.00 $99.00 $990.00 $25.00 $120.00 $1,200.00 $108.50 $1,085.00 $75.00 $120.00 $1,200.00 $122.00 $1,220.00 $75.00 $150.00 $1,500.00 $107.00 $1,070.00 $75.00 $120.00 $1,200.00 $115.00 $1,150.00 $75.00 $120.00 $1,200.00 $116.00 $1,160.00 $85.00 $200.00 $2,000.00 $67.50 $675.00 $25.00 $200.00 $2,000.00 $73.00 $730.00 $25.00 $4,500.00 $45,000.00 $2,728.50 $27,285.00 $2,750.00 $500.00 $5,000.00 $135.50 $1,355.00 $125.00 $75.00 $750.00 $435.00 $4,350.00 $20.00 $85.00 $850.00 $447.50 $4,475.00 $25.00 $1,000.00 $10,000.00 $594.50 $5,945.00 $300.00 $1,500.00 $15,000.00 $594.50 $5,945.00 $345.00 $5,000.00 $50,000.00 $1,580.00 $15,800.00 $1,500.00 $6,800.00 $68,000.00 $3,067.00 $30,670.00 $2,500.00 $8,000.00 $80,000.00 $5,006.00 $50,060.00 $4,000.00 $12,000.00 $120,000.00 $6,673.00 $66,730.00 $4,500.00 $22.00 $220.00 $27.00 $270.00 $12.00 $22.00 $220.00 $28.00 $280.00 $10.00 $2,500.00 $25,000.00 $1,165.00 $11,650.00 $1,485.00 $4,000.00 $40,000.00 $2,163.00 $21,630.00 $2,875.00 $50.00 $500.00 $42.00 $420.00 $3.00 $60.00 $600.00 $42.00 $420.00 $4.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $75.00 $750.00 $35.00 $350.00 $37.50 $195.00 $1,950.00 $147.00 $1,470.00 $135.00 $200.00 $2,000.00 $75.00 $750.00 $112.50 $170.00 $1,700.00 $56.00 $560.00 $112.50 $170.00 $1,700.00 $47.00 $470.00 $112.50 $180.00 $1,800.00 $81.00 $810.00 $90.00 $165.00 $1,650.00 $48.00 $480.00 $112.50 $250.00 $2,500.00 $107.00 $1,070.00 $142.50 $120.00 $1,200.00 $75.00 $750.00 $80.00 $35.00 $350.00 $74.00 $740.00 $175.00 $65.00 $650.00 $98.00 $980.00 $200.00 $25.00 $250.00 $450.00 $4,500.00 $65.00 $1,995,340.00 $2,339,756.00 $197,384.00 $197,384.00 $232,182.60 $232,182.60 $136,734.00 $197,384.00 $232,182.60 2,192,724.0000 2,571,938.6 Total Unit Cost Total Unit Cost Total $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $7,000.00 $14,000.00 $140,000.00 $2,000.00 $20,000.00 $7,000.00 $6,000.00 $60,000.00 $2,000.00 $20,000.00 $100.00 $10.00 $100.00 $150.00 $1,500.00 $3,250.00 $500.00 $5,000.00 $500.00 $5,000.00 $500.00 $980.00 $980.00 $500.00 $500.00 $4,000.00 $2,800.00 $2,800.00 $5,000.00 $5,000.00 $800.00 $850.00 $8,500.00 $500.00 $5,000.00 $1,200.00 $50.00 $500.00 $500.00 $5,000.00 $500.00 $120.00 $1,200.00 $500.00 $5,000.00 $500.00 $200.00 $2,000.00 $500.00 $5,000.00 $4,250.00 $700.00 $7,000.00 $500.00 $5,000.00 $1,000.00 $800.00 $8,000.00 $500.00 $5,000.00 $4,500.00 $400.00 $4,000.00 $500.00 $5,000.00 Southern Road & Bridge LLCKeystone Excavators, Inc.Razorback LLC $6,250.00 $900.00 $9,000.00 $700.00 $7,000.00 $650.00 $65.00 $650.00 $500.00 $5,000.00 $650.00 $80.00 $800.00 $500.00 $5,000.00 $1,400.00 $400.00 $4,000.00 $400.00 $4,000.00 $1,000.00 $500.00 $5,000.00 $500.00 $5,000.00 $5,000.00 $1,100.00 $11,000.00 $750.00 $7,500.00 $6,500.00 $700.00 $7,000.00 $900.00 $9,000.00 $1,000.00 $800.00 $8,000.00 $500.00 $5,000.00 $2,500.00 $274.00 $2,740.00 $180.00 $1,800.00 $2,800.00 $285.00 $2,850.00 $205.00 $2,050.00 $3,400.00 $309.00 $3,090.00 $235.00 $2,350.00 $4,000.00 $346.00 $3,460.00 $270.00 $2,700.00 $4,400.00 $384.00 $3,840.00 $310.00 $3,100.00 $5,900.00 $434.00 $4,340.00 $350.00 $3,500.00 $6,900.00 $478.00 $4,780.00 $400.00 $4,000.00 $2,500.00 $205.00 $2,050.00 $130.00 $1,300.00 $2,500.00 $209.00 $2,090.00 $150.00 $1,500.00 $2,800.00 $215.00 $2,150.00 $170.00 $1,700.00 $3,400.00 $230.00 $2,300.00 $190.00 $1,900.00 $4,000.00 $246.00 $2,460.00 $210.00 $2,100.00 $4,400.00 $256.00 $2,560.00 $230.00 $2,300.00 $5,900.00 $274.00 $2,740.00 $250.00 $2,500.00 $6,900.00 $296.00 $2,960.00 $270.00 $2,700.00 $59,400.00 $16,800.00 $168,000.00 $12,000.00 $120,000.00 $69,250.00 $14,000.00 $140,000.00 $7,200.00 $72,000.00 $93,650.00 $16,000.00 $160,000.00 $8,500.00 $85,000.00 $103,200.00 $18,000.00 $180,000.00 $9,800.00 $98,000.00 $47,600.00 $11,000.00 $110,000.00 $6,200.00 $62,000.00 $30,650.00 $9,000.00 $90,000.00 $6,000.00 $60,000.00 $3,250.00 $1,600.00 $16,000.00 $5,000.00 $50,000.00 $3,000.00 $284.00 $2,840.00 $200.00 $2,000.00 $3,300.00 $295.00 $2,950.00 $225.00 $2,250.00 $3,900.00 $320.00 $3,200.00 $255.00 $2,550.00 $4,500.00 $355.00 $3,550.00 $290.00 $2,900.00 $4,900.00 $400.00 $4,000.00 $330.00 $3,300.00 $6,400.00 $450.00 $4,500.00 $370.00 $3,700.00 $7,400.00 $500.00 $5,000.00 $420.00 $4,200.00 $3,000.00 $215.00 $2,150.00 $150.00 $1,500.00 $3,000.00 $220.00 $2,200.00 $170.00 $1,700.00 $3,300.00 $225.00 $2,250.00 $190.00 $1,900.00 $3,900.00 $240.00 $2,400.00 $210.00 $2,100.00 $4,500.00 $255.00 $2,550.00 $230.00 $2,300.00 $4,900.00 $265.00 $2,650.00 $250.00 $2,500.00 $6,400.00 $290.00 $2,900.00 $270.00 $2,700.00 $7,400.00 $310.00 $3,100.00 $290.00 $2,900.00 $76,400.00 $17,000.00 $170,000.00 $13,000.00 $130,000.00 $90,500.00 $15,000.00 $150,000.00 $9,200.00 $92,000.00 $117,000.00 $17,000.00 $170,000.00 $11,500.00 $115,000.00 $128,600.00 $19,000.00 $190,000.00 $12,000.00 $120,000.00 $62,450.00 $11,000.00 $110,000.00 $7,500.00 $75,000.00 $76,400.00 $9,000.00 $90,000.00 $7,200.00 $72,000.00 $1,950.00 $100.00 $1,000.00 $110.00 $1,100.00 $3,250.00 $1,800.00 $18,000.00 $6,000.00 $60,000.00 $500.00 $38.00 $380.00 $50.00 $500.00 $250.00 $28.00 $280.00 $60.00 $600.00 $750.00 $98.00 $980.00 $125.00 $1,250.00 $750.00 $105.00 $1,050.00 $125.00 $1,250.00 $750.00 $110.00 $1,100.00 $125.00 $1,250.00 $750.00 $112.00 $1,120.00 $125.00 $1,250.00 $850.00 $110.00 $1,100.00 $125.00 $1,250.00 $250.00 $19.00 $190.00 $175.00 $1,750.00 $250.00 $20.00 $200.00 $200.00 $2,000.00 $27,500.00 $4,000.00 $40,000.00 $2,500.00 $25,000.00 $1,250.00 $150.00 $1,500.00 $500.00 $5,000.00 $200.00 $50.00 $500.00 $500.00 $5,000.00 $250.00 $78.00 $780.00 $750.00 $7,500.00 $3,000.00 $420.00 $4,200.00 $2,000.00 $20,000.00 $3,450.00 $425.00 $4,250.00 $2,000.00 $20,000.00 $15,000.00 $800.00 $8,000.00 $800.00 $8,000.00 $25,000.00 $1,000.00 $10,000.00 $1,500.00 $15,000.00 $40,000.00 $3,500.00 $35,000.00 $4,700.00 $47,000.00 $45,000.00 $7,000.00 $70,000.00 $6,000.00 $60,000.00 $120.00 $20.00 $200.00 $200.00 $2,000.00 $100.00 $20.00 $200.00 $500.00 $5,000.00 $14,850.00 $100.00 $1,000.00 $500.00 $5,000.00 $28,750.00 $200.00 $2,000.00 $500.00 $5,000.00 $30.00 $5.00 $50.00 $100.00 $1,000.00 $40.00 $9.00 $90.00 $100.00 $1,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $375.00 $75.00 $750.00 $100.00 $1,000.00 $1,350.00 $375.00 $3,750.00 $148.00 $1,480.00 $1,125.00 $190.00 $1,900.00 $124.00 $1,240.00 $1,125.00 $80.00 $800.00 $152.00 $1,520.00 $1,125.00 $140.00 $1,400.00 $200.00 $2,000.00 $900.00 $88.00 $880.00 $62.00 $620.00 $1,125.00 $135.00 $1,350.00 $152.00 $1,520.00 $1,425.00 $150.00 $1,500.00 $85.00 $850.00 $800.00 $58.00 $580.00 $44.00 $440.00 $1,750.00 $70.00 $700.00 $130.00 $1,300.00 $2,000.00 $70.00 $700.00 $150.00 $1,500.00 $650.00 $160.00 $1,600.00 $650.00 $6,500.00 $1,386,090.00 $2,349,260.00 $1,693,170.00 $136,734.00 $232,835.00 $232,835.00 $169,317.00 $169,317.00 $136,734.00 $232,835.00 $169,317.00 1,522,824.0000 2,582,095.0000 1,862,487.0000 August 19, 2025 NOTICE OF INTENT TO AWARD Public Works and Procurement recommend award of ITB No. 24-0019-EN Stormwater Repair, to Keystone Excavators the lowest most responsible bidder in accordance with the plans and bid specification. This award recommendation to be considered by the City Council is tentatively scheduled for vote on the September 29th, 2025, Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Note that this date is tentative and subject to change. Inquiries regarding this Intent to Award can be directed to the City's Procurement Manager at lori.vogel@myclearwater.com, or mailed to City of Clearwater, Attn: Procurement Division, PO Box 4748, Clearwater, FL 33758-4748. Posted on this date by: Jennifer Burgett Contract Procurement Specialist Engineering Department Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0905 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Public Works Agenda Number: 6.20 SUBJECT/RECOMMENDATION: Approve a Contract for the Purchase of Real Property at 1838 Springtime Ave, Clearwater, FL., owned by Randall Windham at the accepted Appraised value of $385,000.00 plus closing expenditures not to exceed $10,000.00; totaling $395,000.00 and authorize the appropriate officials to execute same, together with all other instruments required to affect closing. SUMMARY: This parcel is a strategic acquisition for the City of Clearwater to facilitate the replacement of a bridge by the City of Clearwater. This property rests between two of three bridges (Springtime Ave and Overbrook Ave), identified for replacement. This property, in addition to the adjacent City-owned parcel at 1843 Springtime Ave, offers over 210’ feet of unobstructed access to the creek and adjacent bridge for materials staging and critical construction access. The property has amenities along the creek that will need to be removed to facilitate the bridge replacement, and the restoration of those amenities would add additional cost to the project. Furthermore, the purchase negates the need to compensate a private owner for a temporary construction easement and permanent maintenance easement. Once the bridge replacement is complete the property will be evaluated for sale to recover the cost of purchase. A formal appraisal was completed on July 24, 2025, with a valuation of three hundred eighty-five thousand ($385,000.00) dollars. Attempts were made to purchase an easement at this location as required for the bridge replacement project with no success. To help prevent further delay to the Lower Spring Branch project, to mitigate rising construction costs, avoid jeopardizing a time sensitive grant, and to realize the stormwater benefits, and avoid a potential conflict with any other potential buyer, staff recommends purchasing this parcel. City staff have carefully weighed all options and support this proposed purchase. APPROPRIATION CODE AND AMOUNT: ENST 180003-ACQ-LNDPUR $395,000 To provide additional funding needed for this purchase, a first quarter budget amendment will transfer $50,000 from capital project ENST180010, Lower Spring Branch Improvements to ENST180003, Stormwater System Expansion. These projects are funded by revenues from the Stormwater Utility Enterprise Fund. STRATEGIC PRIORITY: Purchasing this property will help the City achieve Strategic Objective 1.2 Maintain Public infrastructure, mobility systems, natural lands, environmental resources, and historic features through systematic management efforts: and 1.3 Adopt responsive levels of service for public facilities and amenities and identify resources. Page 1 City of Clearwater Printed on 10/10/2025 Docusign Envelope ID: D568E8ED-A648-44FB-AEF1-993FE1574DFE Docusign Envelope ID: D568E8ED-A648-44FB-AEF1-993FE1574DFE Docusign Envelope ID: D568E8ED-A648-44FB-AEF1-993FE1574DFE Docusign Envelope ID: D568E8ED-A648-44FB-AEF1-993FE1574DFE Docusign Envelope ID: D568E8ED-A648-44FB-AEF1-993FE1574DFE Docusign Envelope ID: D568E8ED-A648-44FB-AEF1-993FE1574DFE Docusign Envelope ID: D568E8ED-A648-44FB-AEF1-993FE1574DFERandall WindhamAugust234136 Ridgemoor Dr N, Palm Harbor, FL 34685Millicent J. Jackson Docusign Envelope ID: D568E8ED-A648-44FB-AEF1-993FE1574DFE Docusign Envelope ID: D568E8ED-A648-44FB-AEF1-993FE1574DFE Docusign Envelope ID: D568E8ED-A648-44FB-AEF1-993FE1574DFE ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! 11 5 8 1851 1839 1825 11 6 7 1844 1840 1836 1834 1845 18381159 11 6 6 1847 11 6 4 1841 1835 18201157185111671835 1829 1838 1849 1843 1155SPRINGTIME AVEBROOK RDDOUGLAS AVESTEV E N S O N A V E Document Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\1838 Springtime Ave SW Parcel Purchase\1838 Springtime Ave SW Parcel Purchase.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 1838 Springtime Ave S/W Purchase Parcel Number: 03-29-15-88110-006-0390 ² N.T.S.Scale:KFMap Gen By:RKReviewed By:8/26/2025Date: AERIAL MAP SW PARCEL PURCHASE 3337na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Invoice .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Cover Page .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... GP Consumer Short Form .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... GP Consumer Short Form .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... GP Consumer Short Form .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... GP Consumer Short Form .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Additional Comparables 4-6 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Location Map of Subject & Comparable Sales .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Comparable Photos 1-3 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Comparable Photos 4-6 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Subject Photos .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Subject Photograph Addendum .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Subject Photograph Addendum .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Subject Photograph Addendum .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... GP Consumer Short Form .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... General Text Addendum .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Statement of Limiting Conditions .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Subject's Overall Market Area Boundaries (as described on page 2) .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Subject's Immediate Area for Selection of Comparable Sales .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Zip Code 33755 for Market Conditions Data .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Market Conditions for Zip Code 33755 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Inventory for Zip Code 33755 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Aerial Map .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Aerial Map .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Aerial Map .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Plat Map .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Zoning Map .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Zoning Map .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Flood Map .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Flood Map .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Flood Map .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Subject's Pinellas County Property Appraiser Tax Record - Page 1 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Subject's Pinellas County Property Appraiser Tax Record - Page 2 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Subject's Pinellas County Property Appraiser Tax Record - Page 3 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Subject's Current MLS Listing - Page 1 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Subject's Current MLS Listing - Page 2 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Subject's Current MLS Listing - Page 3 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Subject's Current MLS Listing - Page 4 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Subject's Current MLS Listing - Page 5 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Subject's Current MLS Listing - Page 6 .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... License/Certification .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 19 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 Form TOCP - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Borrower Lender/Client File No. Property Address City County State Zip Code TABLE OF CONTENTS Form GA1 - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE 1838 Springtime Ave See attached addenda. Clearwater, FL 33755 City of Clearwater 100 S. Myrtle Avenue, Clearwater, FL 33756 07/24/2025 Jeffrey A. Canino - Cert Res RD7743 AmeriPRIDE Appraisal Corp. (561) 827-8588 JCanino@AmeriPRIDEappraisal.com Appraisal of Real Property LOCATED AT: FOR: AS OF: BY: Ameripride Appraisal Corp. 1838 Springtime Ave Clearwater, FL 33755 AmeriPRIDE Appraisal Corp. (561) 827-8588 www.AmeriPRIDEappraisal.com 07/24/2025 385,000 Single Family House 8,638 Sq.Ft. 845 Sunset Point/Harbor Vista 2 1 1953 10 Avg/Updated Roof, HVAC 07/31/2025 City of Clearwater 100 S. Myrtle Avenue Clearwater Fl 33756 (727) 444-8219 Robert.Kasmer@myclearwater.com Jeffrey A. Canino - Cert Res RD7743 Designation:Cert Res RD7743 Cert Res RD7743 11/30/2026 FL JCanino@AmeriPRIDEappraisal.com 1838 Springtime Ave 3337 44 Form GPCSF_LT - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Appraisal Report Appraised Value as of: $ Style/Design:Lot Size: Living Area (Sq.Ft.):Neighborhood: Total Bedrooms:Total Baths: Year Built:Effective Age: Condition:Date of Report: Client: Address: City:State:Zip: Phone:Fax: E-mail: Appraiser's Signature Name: Certification or License #: Expiration Date:ST: E-mail: Client File #:Appraiser File #: The value opinion expressed above is only valid in conjunction with the attached appraisal report.This value opinion may be subject to Hypothetical Conditions and/or Extraordinary Assumptions as indicated in the body of the report. A true and complete copy of this Summary Appraisal Report contains pages.FEATURESPREPARED FORPREPARED BYFILINGCopyright© 2007 by a la mode, inc. This form may be reproduced unmodified without written permission, however, a la mode, inc. must be acknowledged and credited. 10/2007 RESIDENTIAL APPRAISAL REPORT 1838 Springtime Ave Clearwater FL 33755 Pinellas See attached addenda. 03-29-15-88110-006-0390 501.46 2024 unknown Randall Windham Vacant Subject is NOT located in a PUD 0 Sunset Point/Harbor Vista 41304 0261.02 The intended use of this appraisal is to estimate current market value of the subject property. Client City of Clearwater 100 S. Myrtle Avenue, Clearwater, Fl 33756 Jeffrey A. Canino - Cert Res RD7743 125,000 1,650,000 400,000 0 107 65 75 5 5 15 The data shown in this section pertains to detached single family houses located within the subject's 37755 zip code. Overall market area boundaries are Union Street to the North; Hwy-FL60 to the South; Keene Road to the East; Clearwater Harbor to the West. See attached map labeled "Subject's Overall Market Area Boundaries" for illustration. No other filters applied. See attached addendum for additional comments. Pinellas County Property Appraiser ("PCPAO") Records, REAList and iMapp 08/25/2012 10 "PCPAO" No prior sales/transfers of the subject property within three years prior to the effective date of this appraisal. City of Clearwater 1838 Springtime Ave 3337 Form GPCSF_LT - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE SUBJECT PROPERTY IDENTIFICATION Property Address:City: State:Zip Code:County: Legal Description of Real Property: Tax Assessor's Parcel #:R.E. Taxes: $Tax Year: Special Assessments: $Current Owner of Record: Occupancy:Owner Tenant Vacant Current Occupant (if occupied): Project Type (if applicable):Planned Unit Development Condominium Cooperative Home Owners' Association Membership Fees (if applicable):$per year per month Market Area Name:Map Reference:Census Tract: ASSIGNMENT The purpose of this appraisal is to develop a Current opinion of Market Value (as defined elsewhere in this report). Property Rights Appraised:Fee Simple Leasehold Leased Fee Other (describe) Intended Use: Intended User(s) (by name or type): Client:Address: Appraiser:Address: MARKET AREA DESCRIPTION Location:Urban Suburban Rural Built Up:Over 75%25-75%Under 25% Growth Rate:Rapid Stable Slow Property Values:Increasing Stable Declining Demand/Supply:Shortage In Balance Over Supply Marketing Time:Under 3 Mos.3-6 Mos.Over 6 Mos. Typical One-Unit Housing Ranges: Price: ($)Low High Predominant Age: (yrs.)Low High Predominant Present Land Use:One-Unit:%2-4 Unit:%Multi-Unit:%Comm'l:%% Change in Land Use:Not Likely Likely *Is Changing ** To: Market Area Comments: SALE / TRANSFER / LISTING HISTORY OF SUBJECT PROPERTY My research:Did Did not reveal any prior sales or transfers of the subject property for the three years prior to the Effective Date of this appraisal. Data Source(s): Date of Prior Sale / Transfer: Price of Prior Sale / Transfer: Source(s) of Prior Sale / Transfer Data: 1st Prior Sale / Transfer 2nd Prior Sale / Transfer 3nd Prior Sale / Transfer Analysis of sale / transfer history, any current agreements of sale or listing, and listing history (if relevent): Client:Client File No.:Appraiser File No.: Copyright© 2007 by a la mode, inc. This form may be reproduced unmodified without written permission, however, a la mode, inc. must be acknowledged and credited. 10/2007 RESIDENTIAL APPRAISAL REPORT Rectangular 8,638 Sq.Ft. MDR Medium Density Residential District Homeowners association and CC&Rs were not received by appraiser. Level-slightly sloping toward the back 8,638 Sq.Ft. Rectangular Conforming Creek Conforming FPL Natural Gas City City Asphalt Concrete Concrete None X500 12103C0106J 08/24/2021 Survey was not provided for appraiser. Utility easements are typical. An extraordinary assumption is made that no adverse encroachments exist. If this is found to be false, it could alter the resulting opinion or conclusion. 1 1 Single Family House 72 10 1953 Concrete slab w/poured footing Wood frame w/fiber-cement siding (2022) Metal (2024)None Single Hung Impact-resistant (2022)Impact-resistant (2022) Central HVAC (2024)Central HVAC (2024) Compacted Stone/Chattahoochee 4 5 2 1 845 See attached addendum for additional comments. City of Clearwater 1838 Springtime Ave 3337 Form GPCSF_LT - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE SITE DESCRIPTION Dimensions:Site Area: Zoning Classification:Zoning Description: Zoning Compliance:Legal Legal Non-Conforming (Grandfathered)Illegal No Zoning Regulations Deed Restrictions:Are Covenants, Conditions, & Restrictions (CC&Rs) applicable?Yes No Unknown Have the documents been reviewed?Yes No N/A Ground Rent (if applicable)$/ Comments: Highest & Best Use, as improved, is the:Present use, or Other use (explain) Characteristics:Topography:Size: Shape:Drainage: View:Landscaping: Other features:Inside Lot Corner Lot Cul de Sac Underground Utilities Utilities:Public Other Provider/Description Electricity: Gas: Water: Sanitary Sewer: Off-site Improvements:Type Public Private Street: Curb/Gutter: Sidewalk: Alley: Is the property or the improvements located in a FEMA Special Flood Hazard Area?Yes No FEMA Flood Zone:FEMA Map #FEMA Map Date: Site Comments: DESCRIPTION OF THE IMPROVEMENTS General Description:# of Units:+ Accessory Unit # of Stories:Design (Style): Type:Detached Attached Status:Existing Proposed Under Construction Actual Age (years):Effective Age (years):Year Built: Exterior Description: Foundation:Exterior Walls: Roof Surface:Gutters & Downspouts: Window Type(s):Storm / Screens: Heating System:Cooling System: Car Storage:None Garage Carport Driveway (Surface:)Total # of Cars: Livable area above grade contains:Rooms,Bedrooms,Bath(s), and Sq.Ft. of GLA Describe Additional Features and Improvements: Client:Client File No.:Appraiser File No.: Copyright© 2007 by a la mode, inc. This form may be reproduced unmodified without written permission, however, a la mode, inc. must be acknowledged and credited. 10/2007 RESIDENTIAL APPRAISAL REPORT For the Sales Comparison Approach, the appraiser selects comparable sales that they consider the best matches to the subject in terms of physical characteristics, physical proximity, and time of sale. The appraiser then makes adjustments to the known sale price of each comparable sale to account for differences that are recognized by the market. For example, if the subject has a single bathroom but a comparable has 2, the comparable’s sale price would be reduced by the attributable value given to the extra bathroom based on the market’s reaction. Likewise, if a comparable sale has a smaller square footage than the subject, its sale price would be adjusted upward in the same manner. By weighting and reconciling these adjusted sales prices together, an opinion of value for the subject can be determined. 1838 Springtime Ave Clearwater, FL 33755 na PB CTY TAX REC/RMLS n/a n/a n/a Fee Simple Residential 8,638 Sq.Ft. Creekside Single Family House Good 72 Average/Upgraded 5 2 1 845 Basement Total Area none Basement Finish Area none Conforming Central HVAC Conforming None Uncvrd Patios Days on Mkt (DOM))na SP/LP ratio na 1843 Springtime Ave Clearwater, FL 33755 0.05 miles NE 350,000 383.77 PCPAO Tax Rec/Off-Mkt Sale Arms Length Cash CD: unk; SD: 5/25 Fee Simple Residential 9,967 Sq.Ft.0 Creekside Single Family House Good/Similar 49 0 Average/Inferior +35,000 5 2 1 912 0 none none Conforming Central HVAC Conforming None Uncvrd Patio 0 DOM: unk/Non-MLS 0 SP/LP ratio % unk 0 35,000 385,000 1524 Stevensons Dr Clearwater, FL 33755 0.52 miles SE 274,000 253.94 MLS/PCPAO Tax Rec/LP$310,000 Arms Length Conventional CD: 4/25; SD: 5/25 Fee Simple Residential 8,786 Sq.Ft.0 Creekside Single Family House Average/Inferior +50,000 56 0 Poor/Inferior +75,000 7 3 2 -20,000 1,079 -23,400 none none Conforming Central HVAC Conforming None Uncvrd Patio 0 DOM: 362 0 SP/LP ratio 88%0 81,600 355,600 1768 Overbrook Ave Clearwater, FL 33755 0.16 miles S 350,000 357.14 MLS/PCPAO Tax Rec/LP$350,000 Arms Length Conventional CD: 7/25; SD: 7/25 Fee Simple Residential 6,943 Sq.Ft.0 Residential/Inf +25,000 Single Family House Good/Similar 66 0 Average/Inferior +25,000 5 2 1 980 -13,500 none none Conforming Central HVAC Conforming None None +5,000 DOM: 91 0 SP/LP ratio 100%0 41,500 391,500 A '0' (zero) displayed in the sales comparison grid indicates that the appraiser has acknowledged that the associated line item differs from that of the subject property's line item, yet no adjustment is deemed warranted following the appraiser's research and analysis of the associated item. Acronyms; Abbreviations: CD=Contract Date; SD=Sale Date; DOM=Days on Market; Sim=Similar; Sup=Superior; Inf.=Inferior; SP/LP ratio = Sale Price/List Price ratio. Refer to the attached Addendum for comments regarding the subject property as well as the comparables along with the adjustments derived and applied. - Sale Comparable 1 is the best indicator of value because it is located approximately one lot away from the subject property; Backs to/has Access to the same creek (Stevenson’s Creek) as the subject property; and Sold to the City of Clearwater approximately 2 months ago. 385,000 City of Clearwater 1838 Springtime Ave 3337 Form GPCSF_LT - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE SALES COMPARISON APPROACH TO VALUE FEATURE SUBJECT COMPARABLE SALE # 1 COMPARABLE SALE # 2 COMPARABLE SALE # 3 Address Proximity to Subject Sale Price $$$$ Sale Price / GLA $/Sq.Ft.$/Sq.Ft.$/Sq.Ft.$/Sq.Ft. Data Source(s) ADJUSTMENT ITEMS DESCRIPTION DESCRIPTION +(–) $ Adjust.DESCRIPTION +(–) $ Adjust.DESCRIPTION +(–) $ Adjust. Sales or Financing Concessions Date of Sale / Time Rights Appraised Location Site View Design (Style) Quality of Construction Age Condition Above Grade Total Bdrms Baths Total Bdrms Baths Total Bdrms Baths Total Bdrms Baths Room Count Gross Living Area Sq.Ft.Sq.Ft.Sq.Ft.Sq.Ft. Functional Utility Heating / Cooling Energy Efficient Items Garage / Carport Porch / Patio / Deck Net Adjustment (Total)+–+–+–$$$ Adjusted Sale Price of Comparables $$$ Comments on the Sales Comparison Approach: Appraiser's Indicated Value by the Sales Comparison Approach:$ Client:Client File No.:Appraiser File No.: Copyright© 2007 by a la mode, inc. This form may be reproduced unmodified without written permission, however, a la mode, inc. must be acknowledged and credited. 10/2007 ADDITIONAL COMPARABLE SALES 1838 Springtime Ave Clearwater, FL 33755 na PB CTY TAX REC/RMLS n/a n/a n/a Fee Simple Residential 8,638 Sq.Ft. Creekside Single Family House Good 72 Average/Upgraded 5 2 1 845 Basement Total Area none Basement Finish Area none Conforming Central HVAC Conforming None Uncvrd Patios Days on Mkt (DOM))na SP/LP ratio na 1822 N Washington Ave Clearwater, FL 33755 0.13 miles W 420,000 391.79 MLS/PCPAO Tax Rec/LP$425,000 Arms Length Conventional CD: 2/25; SD: 3/25 Fee Simple Residential 2,653 Sq.Ft.+12,000 Residential/Inf +25,000 Single Family House Good/Similar 95 0 Good/Superior -40,000 6 2 2 -10,000 1,072 -22,700 none none Conforming Central HVAC Conforming None None +5,000 DOM: 37 0 SP/LP ratio 99%0 -30,700 389,300 Refer to the attached Addendum for comments regarding the subject property, along with the comments regarding adjustments derived and applied to the comparables. City of Clearwater 1838 Springtime Ave 3337 Form GPCSF_LT.(AC) - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE 4 5 6 SALES COMPARISON APPROACH TO VALUE FEATURE SUBJECT COMPARABLE SALE #COMPARABLE SALE #COMPARABLE SALE # Address Proximity to Subject Sale Price $$$$ Sale Price / GLA $/Sq.Ft.$/Sq.Ft.$/Sq.Ft.$/Sq.Ft. Data Source(s) ADJUSTMENT ITEMS DESCRIPTION DESCRIPTION +(–) $ Adjust.DESCRIPTION +(–) $ Adjust.DESCRIPTION +(–) $ Adjust. Sales or Financing Concessions Date of Sale / Time Rights Appraised Location Site View Design (Style) Quality of Construction Age Condition Above Grade Total Bdrms Baths Total Bdrms Baths Total Bdrms Baths Total Bdrms Baths Room Count Gross Living Area Sq.Ft.Sq.Ft.Sq.Ft.Sq.Ft. Functional Utility Heating / Cooling Energy Efficient Items Garage / Carport Porch / Patio / Deck Net Adjustment (Total)+–+–+–$$$ Adjusted Sale Price of Comparables $$$ Comments: Client:Client File No.:Appraiser File No.: Copyright© 2007 by a la mode, inc. This form may be reproduced unmodified without written permission, however, a la mode, inc. must be acknowledged and credited. 10/2007 Form MAP_LT.LOC - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Location Map of Subject & Comparable Sales na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Borrower Lender/Client Property Address City County State Zip Code Form PICPIX.CR - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Comparable Photo Page na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Comparable 1 Prox. to Subject Sale Price Gross Living Area Total Rooms Total Bedrooms Total Bathrooms Location View Site Quality Age 1843 Springtime Ave 0.05 miles NE 350,000 912 5 2 1 Residential Creekside 9,967 Sq.Ft. Good/Similar 49 Comparable 2 Prox. to Subject Sale Price Gross Living Area Total Rooms Total Bedrooms Total Bathrooms Location View Site Quality Age 1524 Stevensons Dr 0.52 miles SE 274,000 1,079 7 3 2 Residential Creekside 8,786 Sq.Ft. Average/Inferior 56 Comparable 3 Prox. to Subject Sale Price Gross Living Area Total Rooms Total Bedrooms Total Bathrooms Location View Site Quality Age 1768 Overbrook Ave 0.16 miles S 350,000 980 5 2 1 Residential Residential/Inf 6,943 Sq.Ft. Good/Similar 66 Borrower Lender/Client Property Address City County State Zip Code Form PICPIX.CR - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Comparable Photo Page na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Comparable 4 Prox. to Subject Sale Price Gross Living Area Total Rooms Total Bedrooms Total Bathrooms Location View Site Quality Age 1822 N Washington Ave 0.13 miles W 420,000 1,072 6 2 2 Residential Residential/Inf 2,653 Sq.Ft. Good/Similar 95 Comparable 5 Prox. to Subject Sale Price Gross Living Area Total Rooms Total Bedrooms Total Bathrooms Location View Site Quality Age Comparable 6 Prox. to Subject Sale Price Gross Living Area Total Rooms Total Bedrooms Total Bathrooms Location View Site Quality Age Borrower Lender/Client Property Address City County State Zip Code Form PICPIX.SR - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Subject Photo Page na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Subject Front Sales Price Gross Living Area Total Rooms Total Bedrooms Total Bathrooms Location View Site Quality Age 1838 Springtime Ave na 845 5 2 1 Residential Creekside 8,638 Sq.Ft. Good 72 Subject Rear Subject Street Scene Borrower Lender/Client Property Address City County State Zip Code Form PIC6_LT - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Subject Photograph Addendum na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Subject address verification Subject address verification additional Front photo of Subject additional Front photo of Subject additional Street Scene additional Street Scene Borrower Lender/Client Property Address City County State Zip Code Form PIC6_LT - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Subject Photograph Addendum na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Springtime Avenue going over Stevenson’s Creek bridge View of Subject Property from Stevenson’s Creek Bridge View of Subject Property's Access to Stevenson’s Creek add'l View of Subject Property's Access to Stevenson’s Creek View of Subject Property Seawall/Retaining Wall View of Subject Property Yard Borrower Lender/Client Property Address City County State Zip Code Form PIC6_LT - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Subject Photograph Addendum na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater North side of Subject View of Subject Property Yard & Gas Fire Pit no photograph no photograph no photograph no photograph Borrower Lender/Client Property Address City County State Zip Code RESIDENTIAL APPRAISAL REPORT In developing this appraisal, the appraiser has incorporated the Sales Comparison approach only. The appraiser has excluded the Cost and Income approaches. The appraiser has determined that this appraisal process is not so limited that the results of the assignment are no longer credible. Appraisal is made as is. See attached limiting conditions and attached addendum for additional comments. 44 Scope of Work Limiting Cond./Certification Narrative Addendum Photograph Addenda Sketch Addendum Map Addenda Cost Addendum Flood Addendum Additional Sales Additional Rentals Income/Expense Analysis Hypothetical Conditions Extraordinary Assumptions 385,000 07/24/2025 Jeffrey A. Canino - Cert Res RD7743 AmeriPRIDE Appraisal Corp. (561) 827-8588 JCanino@AmeriPRIDEappraisal.com 07/31/2025 Cert Res RD7743 FL Designation:Cert Res RD7743 11/30/2026 07/24/2025 Designation: City of Clearwater 1838 Springtime Ave 3337 Form GPCSF_LT - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE RECONCILIATION Final Reconciliation of the Approaches to Value: This appraisal is made ''as is'';subject to completion per plans and specifications on the basis of a Hypothetical Condition that the improvements have been completed;subject to the following repairs or alterations on the basis of a Hypothetical Condition that the repairs or alterations have been completed;subject to the following required inspection(s) based on the Extraordinary Assumption that the following condition or deficiency does not require alteration or repair: This report is also subject to other Hypothetical Conditions or Extraordinary Assumptions as specified elsewhere in this report. ATTACHMENTS A true and complete copy of this report contains pages,including all exhibits which are considered an integral part of the report.This appraisal report may not be properly understood without reference to the information contained in the complete report. Attached Exhibits: OPINION OF VALUE This Opinion of Value may be subject to other Hypothetical Conditions and /or Extraordinary Assumptions,if so indicated above. Based on the degree of inspection of the subject property as indicated below;the defined Scope of Work for this appraisal assignment;the attached Statement of Assumptions and Limiting Conditions;and the attached Appraiser’s Certifications,my (our) Current Opinion of the Market Value (or value range),as defined elsewhere in this report,of the real property that is the subject of this report is:$, as of:, which is both the Inspection Date and the Effective Date of this appraisal. SIGNATURES APPRAISER Appraiser Name: Company: Phone:Fax: E-mail: Date of Report (Signature): License or Certification #:State: Expiration Date of License or Certification: Inspection of Subject:Interior & Exterior Exterior Only None Date of Inspection: SUPERVISORY APPRAISER (if required) or CO-APPRAISER (if applicable) Supervisory or Co-Appraiser Name: Company: Phone:Fax: E-mail: Date of Report (Signature): License or Certification #:State: Expiration Date of License or Certification: Inspection of Subject:Interior & Exterior Exterior Only None Date of Inspection: Client:Client File No.:Appraiser File No.: Copyright© 2007 by a la mode, inc. This form may be reproduced unmodified without written permission, however, a la mode, inc. must be acknowledged and credited. 10/2007 GENERAL TEXT ADDENDUM Scope of Work The intended use: To estimate the subject property's current market value for a possible purchase. Intended User: The Intended User of this appraisal report is the mentioned client known to be the City of Clearwater and its representatives. No other intended users are identified in this assignment. The engaged appraiser acknowledges a full understanding of the competency provisions and ethics provision set forth in USPAP. Subject to the scope of work, purpose of the appraisal, reporting requirements of this appraisal report form, and definition of market value. - The subject property is currently listed for sale in "Stellar Multiple Listing Service" ("StellarMLS"). MLS# TB8407829; Currently shows "ACTIVE" status; List Date 07/17/2025; Days on Market (DOM) 13; Original List Price $399,900; Current List Price $399,900. - The subject's MLS listing is attached within this report. - The appraiser has no knowledge of any current sale agreement. Due to inability to obtain access into the dwelling, an exterior-only site visit was performed on 7/24/2025. The subject's attached MLS listing within this report contains forty five (45) interior and exterior photographs for insight into the subject's features, components and condition. The report will include a Sales Comparison Approach which is the most reliable for this property type. The extent of my research includes the Pinellas County Property Appraiser’s records and data, REAList, iMapp, StellarMLS data, and various internet home search sources. The market area to include two proximate subdivisions Sunset Point 1st Addition and Harbor Vista, immediate surrounding area and the 33755 zip code containing creeks and waterways. Appraisal Effective Date: 07/24/2025 Acronyms; abbreviations shown within this report mean the following: ·Accordions = accordion style hurricane impact protection shutters ·A/C = air conditioning ·Adq = adequate ·Alum = aluminum (typically in connection with gutters) ·Asph = asphalt ·Asph shngl = asphalt shingle (roofing) ·Avg = average ·Comp shngl = composite shingle (roofing) ·Cvrd & Scrnd = refers to patio that is covered & screened ·DOM = days on market ·Encl = enclosure (i.e. Screen enclosure over pool ·Enclosed = refers to patio that has either windows or sliding glass doors around part of the perimeter of the patio ·GLA = gross living area (air conditioned living square footage) ·HVAC = heating/ventilation/air conditioning ·MLS = multiple listing service ·PB Cnty Tax Rec = palm beach county public tax record ·Res = residential ·Sgl hung = single hung windows ·Shngl = shingle ·So. FL RMLS = south florida regional multiple listing service Index for abbreviations/Acronyms displayed in the Sale Comparison Grid: - So.FL RMLS= South Florida Regional Multiple Listing Service - DOM= Days on Market - PB Cnty Tax Rec= Palm Beach County Public Tax Record - CD= CONTACT DATE (the month & year that the buyer & seller signed a contract on the comparable) - SD= SALE DATE (the month & year that the sale of comparable closed) - sf= Square Feet - Sim= Similar - Inf= Inferior - Sup= Superior - HVAC= Heating; Ventilation; and Air Conditioning - SP / LP Ratio= Sale Price-to-List Price Ratio. (Sale Price divided by List Price). For example: the sp / lp ratio for a property with an actual sale price of $95,000 and a list price of $100,000 is 95%. Therefore, the property sold for 5% less than its list price (discount of 5%). Extraordinary Assumptions Definition: An Extraordinary Assumption is an assumption which if found to be false could alter the resulting opinion or conclusion. Extraordinary assumptions are made that the items listed below are true and correct. If any extraordinary assumption is found to be false, it could alter the resulting opinion or conclusion: - There are no physical deficiencies or adverse conditions that affect the livability, soundness, or structural integrity of the property - The information on the subject's public tax record is true and correct Hypothetical Condition/s Definition: A Hypothetical Condition is an assumption made contrary to fact, but which is assumed for the purpose of discussion, analysis, or formulation of opinions. Entries: 0 (zero) displayed in the sales comparison grid indicates that the appraiser has acknowledged the associated line item differs from that of the subject property's item, yet no adjustment was deemed warranted following the appraiser's research and analysis of the associated item. Neighborhood - description The subject is situated in Pinellas County, Florida. It is located in an area predominantly comprised of single family homes which are mostly similar in terms of age and value. The homes within this area have been built up in a series of subdivisions of similar sizes and styles. The subjects neighborhood is located in close proximity to most market preferred amenities such as schools, hospitals, shopping, public arteries of transportation. Commercial properties in the area consist mainly of neighborhood shopping and services, and have no adverse effect on the area. General Text Addendum Form TADD - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE 3337 na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Borrower Lender/Client Property Address City County State Zip Code File No. Neighborhood - market conditions Currently, the market is in balance with the supply and demand of available properties. Current values support market stability. Governmental and conventional forms of financing are typical in the area. Typical marketing time is 3-6 months, although some noted sales are under 3 months, and some over 9 months. The Predominant value is the value at which most homes in the area have sold for, and does not affect or influence the market value or marketability of the subject property. Many homes have sold above and below the predominant value. The predominant value serves as an indication of the range of values existing within the subject's neighborhood and within which the subject property falls. Exposure Time vs. Marketing time: As defined in statement no. 6, reasonable exposure time in real property and personal property market value opinions exposure time is: the estimated length of time the property interest being appraised would have been offered on the market prior to the hypothetical consummation of a sale at market value on the effective date of the appraisal; a retrospective opinion based on an analysis of past events assuming a competitive and open market. Based on the opinion of market value, the appraiser's opinion of reasonable exposure time is 3-6 months. Code of conduct No employer, director, officer, or agent of the lender, or any other third party acting as a joint venture partner, independent contractor, appraisal management company, or partner on behalf of the lender has influenced or attempted to influence the development, reporting, result, or review of this assignment through coercion, extortion, collusion, compensation, instruction, inducement, intimidation, bribery or in any other manner in which is prohibited by section 1(b) of the appraiser independence requirements, effective 10/15/2010. Certification: prior services history disclosure statement I have performed no services, as an appraiser or in any other capacity, regarding the property that is the subject of this report within the three-year period immediately preceding acceptance of this assignment. Highest & Best Use The reasonably probable and legal use of the subject property as an improved residential dwelling is physically possible, appropriately supported, financially feasible, and results in its highest value. Subject - Legal Description Lot 39, Block F, of Sunset Point First Addition, according to the Plat thereof, recorded in Plat Book 5, Page 95, of the public records of Pinellas County. Subject Site Description The subject's site is situated along the West bank of Stevenson’s Creek, a shallow brackish tidal creek (ebbs and flows with the tides) waterway. The creek can currently accommodate a canoe, jet-ski, or a jon boat. The subject's seawall is immediately adjacent to Stevenson’s Creek Bridge. See attached photographs for illustration. Subject - overall condition of the property The subject dwelling structural and mechanical components are in overall Good/Updated condition. These components include: - Metal Roof: 2024 - Impact-Resistant Windows & Doors: 2022 - Fiber-cement Hardy Board Siding: 2022 - Updated Electrical Panel: 2024 - On-Demand Tankless Water Heater:2024 - Central HVAC: 2024 - Water Softener/Filtration System for entire house: date unknown Interior finishes and fixtures considered to be in overall average condition include: - Kitchen: Original cabinetry has been painted, mica countertops, dated range/stove, updated stainless steel refrigerator & built-in microwave, no dishwasher, dated vinyl sheet flooring. Appears clean and well-maintained. - Bathroom: Original wainscott tile walls/tub/shower walls/tile floor. Appears clean and well-maintained. - Flooring: Carpet (avg condition) in bedrooms, living & dining rooms. Vinyl sheet in kitchen. - Updated stackable front-load clothes washer and dryer. Appears clean and well-maintained. Additional features include: - Brick pavered patio next to the creek - Permanent attached canoe/jon boat davit-style lift at creekside - Gasline fed 12-person outdoor fire pit with custom built-in decorative brick bench seating and custom paver patio - Two skylights Improvements - physical deficiencies or adverse conditions No obvious physical deficiencies or adverse conditions were noted during routine observation of openly accessible areas that would affect the overall livability or structural integrity of the subject dwelling. The appraiser is not a home or environmental inspector. The appraiser does not guarantee that the subject property is free of defects and/or environmental problems. The appraiser performs an observation of visible and accessible areas only. Mold may be present in areas the appraiser cannot see. A professional home inspection and/or environmental inspection is always recommended, if so desired. No locational inadequacies noted • GP Consumer Short Form: Sales Comparison Analysis - summary of sales comparison approach The subject's dominant features are: Site that is situated along a shallow brackish waterway leading to Clearwater Harbor; Gross Living Area (GLA); Bedroom/Bathroom utility; Condition. The best available most recent similar comparables were used in this assignment. Data Sources: "StellarMLS" is the abbreviation for "Stellar Multiple Listing Service". This MLS serves the Central to West Florida areas. Site: Comparable 4 Site Size adjustment is based on match pair sales analysis among comparables shown, as well as those not shown in report. Site Size adjustment was applied at approximately $2/sf. Although this comparable has small site, it is used because it is a recent sale in close proximity to the subject, and has similar utility. View (Situated along a shallow brackish waterway) View adjustments are based on match pair sales analysis among comparables shown, as well as those not shown in report. Quality of Construction: Quality of Construction refers to structural and mechanical components such as roof, windows, door openings, HVAC, Electrical system, exterior siding, etc. The Quality of Construction adjustments are based on match pair sales analysis among comparables shown, as well as those not shown in report. General Text Addendum Form TADD - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE 3337 na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Borrower Lender/Client Property Address City County State Zip Code File No. Age: No Age adjustments supported & deemed necessary based on match pair sales analysis among comparables shown, as well as those not shown in report. Condition: Condition Adjustments are based on cost as well as match pair sales analysis among comparables shown, as well as those not shown in report. Some comparables may be rated in the same overall condition as the subject and/or each other, yet still receive an adjustment for condition. This is due to the associated comparable having received a different degree/level from that of the subject. While these comparables may be rated in the same overall condition label (i.e. "Average/Inferior"; "Average/Superior"), the difference in updates/upgrades may still warrant an adjustment, but not a change in overall condition rating. Based each comparable's own state of condition vs that of the subject. Total Room count: No total room count adjustments supported & deemed necessary based on match pair sales analysis among comparables shown, as well as those not shown in report. Total room square footages are accounted for within GLA adjustments. Bedroom utility: Bedroom utility adjustment is based on match pair sales analysis among comparables shown, as well as those not shown in report. - Bedroom utility is adjustment is applied at $10,000 per Bedroom. Bathroom utility: Bathroom utility adjustment is based on match pair sales analysis among comparables shown, as well as those not shown in report. - Bathroom utility is adjustment is applied at $10,000 per Full Bathroom. Gross Living Area (GLA): No GLA adjustments applied to comparables within 100sf of subject's GLA. GLA adjustments are based on match pair sales analysis among comparables shown, as well as those not shown in report. GLA adjustment is applied at $100/sf. Patio: Patio adjustments are based on match pair sales analysis among comparables shown, as well as those not shown in report. Most weight is placed on Sale Comparable 1. It is the best indicator of value because it is located approximately one lot away from the subject property; Backs to/has Access to the same creek (Stevenson’s Creek) as the subject property; and Sold to the City of Clearwater approximately 2 months ago. • Reconciliation and Final Value Conclusion The subject's estimated final opinion of value is above the neighborhood predominant price because neighborhood data includes all property types (i.e. Condominiums, attached villas, attached townhomes, etc.) within the neighborhood. However, the subject is not considered to be an over-improvement. The subject's estimated final opinion of value is below the neighborhood predominant price because neighborhood data includes all property types and higher price-points within the neighborhood. However, the subject is not considered to be an under-improvement. The subject's estimated final opinion of value is in line with the neighborhood predominant price. ==== - Most Emphasis is placed on the Sales Comparison Approach to value as it most closely reflects current trends and future expectations of buyers and sellers in the marketplace. The cost approach has not been included due to the difficulty in credibly developing and supporting estimates of cost new and accrued depreciation. Due to the scarcity of vacant lot/site/land sales. Appraiser does not assume responsibility for misuse of data and conclusions by others. Use of this data, in whole or in part for other purposes is not intended by the appraiser. Nothing set forth in this appraisal should be relied upon for the purpose of determining the amount or type of insurance coverage to be placed on the subject property. The appraiser assumes no liability for and does not guarantee that any insurable value estimate inferred from this report will result in the subject property being fully insured for any loss that may be sustained. The appraiser recommends that an insurance professional be consulted. The income approach has not been included for the following reason: - Single family homes like the subject are not typically purchased as income producing properties within the subject's immediate market. With insufficient data for a credible and reliable income approach, the GRM (Gross Rent Multiplier) is not considered a reliable indicator of value . * I certify to the best of my knowledge and belief, the reported analysis, opinions and conclusions were developed, and that this report has been prepared , in conformity with the requirements of the code of professional ethics and the standards of professional practice of the USPAP. Appraiser Independence: No employee, director, officer, or agent of the seller, or any other third party acting as joint venture partner, independent contractor, appraisal company, appraisal management company, or partner on behalf of the seller and/or buyer has influenced or attempted to influence the development, reporting, result, or review of this assignment through coercion, extortion, collusion, compensation, instruction, inducement, intimidation, bribery or in any other manner. I represent and warrant that, as of the date of this report, I have had no contact with anyone that would in any way be construed as a violation of the appraiser independence requirements; the only individuals with whom i have had any contact regarding my preparation of this report have been limited to representatives of the appraisal management company and the designated individual required for entry into the subject property for purposes of property observation. No agent or representative of lender/client whose name appears on the first page of this report has contacted me directly and I am obligated to and would report any such unauthorized contact, whether in person, by phone, or electronically, to the appraisal management company immediately. General Text Addendum Form TADD - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE 3337 na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Borrower Lender/Client Property Address City County State Zip Code File No. 333x 3337 DEFINITION OF MARKET VALUE: The most probable price which a property should bring in a competitive and open market under all conditions requisite to a fair sale, the buyer and seller, each acting prudently, knowledgeably and assuming the price is not affected by undue stimulus. Implicit in this definition is the consummation of a sale as of a specified date and the passing of title from seller to buyer under conditions whereby: (1) buyer and seller are typically motivated; (2) both parties are well informed or well advised, and each acting in what they consider their own best interests; (3) a reasonable time is allowed for exposure in the open market; (4) payment is made in terms of cash in U.S. dollars or in terms of financial arrangements comparable thereto; and (5) the price represents the normal consideration for the property sold unaffected by special or creative financing or sales concessions* granted by anyone associated with the sale. (Source: FDIC Interagency Appraisal and Evaluation Guidelines, 2010.) * Adjustments to the comparables must be made for special or creative financing or sales concessions. No adjustments are necessary for those costs which are normally paid by sellers as a result of tradition or law in a market area; these costs are readily identifiable since the seller pays these costs in virtually all sales transactions. Special or creative financing adjustments can be made to the comparable property by comparisons to financing terms offered by a third party institutional lender that is not already involved in the property or transaction. Any adjustment should not be calculated on a mechanical dollar for dollar cost of the financing or concession but the dollar amount of any adjustment should approximate the market's reaction to the financing or concessions based on the appraiser's judgment. STATEMENT OF LIMITING CONDITIONS AND CERTIFICATION CONTINGENT AND LIMITING CONDITIONS: The appraiser's certification that appears in the appraisal report is subject to the following conditions: 1. The appraiser will not be responsible for matters of a legal nature that affect either the property being appraised or the title to it. The appraiser assumes that the title is good and marketable and, therefore, will not render any opinions about the title. The property is valued on the basis of it being under responsible ownership. 2. Any sketch provided in the appraisal report may show approximate dimensions of the improvements and is included only to assist the reader of the report in visualizing the property. The appraiser has made no survey of the property. 3. The appraiser will not give testimony or appear in court because he or she made an appraisal of the property in question, unless specific arrangements to do so have been made beforehand, or as otherwise required by law. 4. Any distribution of valuation between land and improvements in the report applies only under the existing program of utilization. These separate valuations of the land and improvements must not be used in conjunction with any other appraisal and are invalid if they are so used. 5. The appraiser has no knowledge of any hidden or unapparent conditions of the property or adverse environmental conditions (including the presence of hazardous waste, toxic substances, etc.) that would make the property more or less valuable, and has assumed that there are no such conditions and makes no guarantees or warranties, express or implied, regarding the condition of the property. The appraiser will not be responsible for any such conditions that do exist or for any engineering or testing that might be required to discover whether such conditions exist. This appraisal report must not be considered an environmental assessment of the subject property. 6. The appraiser obtained the information, estimates, and opinions that were expressed in the appraisal report from sources that he or she considers to be reliable and believes them to be true and correct. The appraiser does not assume responsibility for the accuracy of such items that were furnished by other parties. 7. The appraiser will not disclose the contents of the appraisal report except as provided for in the Uniform Standards of Professional Appraisal Practice, and any applicable federal, state or local laws. 8. The appraiser has based his or her appraisal report and valuation conclusion for an appraisal that is subject to satisfactory completion, repairs, or alterations on the assumption that completion of the improvements will be performed in a workmanlike manner. 9. The appraiser must provide his or her prior written consent before the lender/client specified in the appraisal report can distribute the appraisal report (including conclusions about the property value, the appraiser's identity and professional designations, and references to any professional appraisal organizations or the firm with which the appraiser is associated) to anyone other than the borrower; the mortgagee or its successors and assigns; the mortgage insurer; consultants; professional appraisal organizations; any state or federally approved financial institution; or any department, agency, or instrumentality of the United States or any state or the District of Columbia; except that the lender/client may distribute the property description section of the report only to data collection or reporting service(s) without having to obtain the appraiser's prior written consent. The appraiser's written consent and approval must also be obtained before the appraisal can be conveyed by anyone to the public through advertising, public relations, news, sales, or other media. 10. The appraiser is not an employee of the company or individual(s) ordering this report and compensation is not contingent upon the reporting of a predetermined value or direction of value or upon an action or event resulting from the analysis, opinions, conclusions, or the use of this report. This assignment is not based on a required minimum, specific valuation, or the approval of a loan. Form ACR2_DEFD - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE File No. Page 1 of 2 333x 3337 CERTIFICATION: The appraiser certifies and agrees that: 1. The statements of fact contained in this report are true and correct. 2. The reported analyses, opinions, and conclusions are limited only by the reported assumptions and limiting conditions and are my personal, impartial, and unbiased professional analyses, opinions, and conclusions. 3. Unless otherwise indicated, I have no present or prospective interest in the property that is the subject of this report and no personal interest with respect to the parties involved. 4. Unless otherwise indicated, I have performed no services, as an appraiser or in any other capacity, regarding the property that is the subject of this report within the three-year period immediately preceding acceptance of this assignment. 5. I have no bias with respect to the property that is the subject of this report or the parties involved with this assignment. 6. My engagement in this assignment was not contingent upon developing or reporting predetermined results. 7. My compensation for completing this assignment is not contingent upon the development or reporting of a predetermined value or direction in value that favors the cause of the client, the amount of the value opinion, the attainment of a stipulated result, or the occurrence of a subsequent event directly related to the intended use of this appraisal. 8. My analyses, opinions, and conclusions were developed, and this report has been prepared, in conformity with the Uniform Standards of Professional Appraisal Practice that were in effect at the time this report was prepared. 9. Unless otherwise indicated, I have made a personal inspection of the interior and exterior areas of the property that is the subject of this report, and the exteriors of all properties listed as comparables. 10. Unless otherwise indicated, no one provided significant real property appraisal assistance to the person(s) signing this certification (if there are exceptions, the name of each individual providing significant real property appraisal assistance is stated elsewhere in this report). 1838 Springtime Ave, Clearwater, FL 33755 Jeffrey A. Canino - Cert Res RD7743 Designation:Cert Res RD7743 Cert Res RD7743 FL 11/30/2026 07/31/2025 Designation: Form ACR2_DEFD - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE File No. ADDRESS OF PROPERTY ANALYZED: APPRAISER: Signature: Name: State Certification #: or State License #: State:Expiration Date of Certification or License: Date Signed: SUPERVISORY or CO-APPRAISER (if applicable): Signature: Name: State Certification #: or State License #: State:Expiration Date of Certification or License: Date Signed: Did Did Not Inspect Property Page 2 of 2 Form MAP.AERIAL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Subject's Overall Market Area Boundaries (zip code 33755)(as described on page 2) na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Borrower Lender/Client Property Address City County State Zip Code Form MAP.AERIAL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Subject's Immediate Area (zip code 33755) for Selection of Comparable Sales na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Borrower Lender/Client Property Address City County State Zip Code Zip Code 33755 for Market Conditions Data Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Market Conditions for Zip Code 33755 Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Inventory for Zip Code 33755 Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Form MAP_LT.LOC - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Aerial Map na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Borrower Lender/Client Property Address City County State Zip Code Form MAP_LT.LOC - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Aerial Map na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Borrower Lender/Client Property Address City County State Zip Code Form MAP_LT.LOC - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Aerial Map na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Borrower Lender/Client Property Address City County State Zip Code Form MAP.AERIAL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Plat Map na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Borrower Lender/Client Property Address City County State Zip Code Zoning Map Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Zoning Map Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Flood Map Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Form MAP_LT.FLOOD - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Flood Map na 1838 Springtime Ave Clearwater Pinellas FL 33755 City of Clearwater Borrower Lender/Client Property Address City County State Zip Code Flood Map Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Subject's Pinellas County Property Appraiser Tax Record - Page 1 Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Subject's Pinellas County Property Appraiser Tax Record - Page 2 Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Subject's Pinellas County Property Appraiser Tax Record - Page 3 Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Subject's Current MLS Listing - Page 1 Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Subject's Current MLS Listing - Page 2 Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Subject's Current MLS Listing - Page 3 Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Subject's Current MLS Listing - Page 4 Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Subject's Current MLS Listing - Page 5 Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Subject's Current MLS Listing - Page 6 Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE License/Certification Form SCNLGL - "TOTAL" appraisal software by a la mode, inc. - 1-800-ALAMODE Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0807 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: Solid Waste Agenda Number: 6.21 SUBJECT/RECOMMENDATION: Approve Guaranteed Maximum Price (GMP) 2 to Bandes Construction of Dunedin, FL, for the decommission of six underground trash vault locations (Project # 25-0034-SW) in the amount of $144,757.80, increasing the purchase order from $20,776.00 to $165,533.80, pursuant to Request For Qualifications (RFQ) 51-24, Construction Manager at Risk Services Continuing Contract, and authorize the appropriate officials to execute same. SUMMARY: The Solid Waste Department has requested assistance from Public Works for the decommissioning of underground refuse vaults throughout Clearwater. The underground refuse vaults have reached a condition where removal is necessary for both safety and operational reasons. Solid Waste staff identified the following site-specific information: 1.Fire Station 46 - Damaged during Hurricane Helene. 2.Poinsettia Avenue - Also impacted by Hurricane Helene. 3.Coachman Park - Four vaults within the park interior require removal due to deterioration and safety concerns. Given the geographic spread and public-facing nature of these locations, timely removal is critical to maintaining safety and operational efficiency. Due to scheduling constraints and minimizing disruption to Clearwater Threshers game patrons, Bandes previously provided a Guaranteed Maximum Price (GMP) of $20,776.00 for the urgent removal of the BayCare Ballpark underground refuse vault. This GMP was administratively approved by the Procurement Manager on July 24, 2025, and the work was successfully completed on August 11, 2025. Solid Waste requests City Council’s approval to use Bandes Construction under the City’s Construction Manager at Risk (CMAR) program for the removal of the additional six underground refuse vaults located throughout Clearwater. Bandes has submitted Guaranteed Maximum Price (GMP) 2 for this work. The phased approach allowed urgent removal to be completed promptly while ensuring the remaining scope is brought forward for standard Council authorization. The scope of services is limited to the removal of the underground refuse vaults. As confirmed by the City Engineer, no design services or Engineer of Record involvement are required. Upon approval, the decommissioning schedule will be coordinated with all stakeholders and end users. APPROPRIATION CODE AND AMOUNT: Funding for this purchase order is available in capital project 324-C2005, Underground Refuse, funded by revenues from the Solid Waste and Recycling Utility Enterprise Fund. Page 1 City of Clearwater Printed on 10/10/2025 File Number: ID#25-0807 STRATEGIC PRIORITY: This item falls under objectives 1.2 (Maintain public infrastructure), 1.4 (Foster safe and healthy communities), 3.2 (Preserve community livability), 4.1 (Support proactive climate resiliency), and 5.3 (Generate organizational success). Page 2 City of Clearwater Printed on 10/10/2025 Proposal - Decommissioning Underground Refuse Date Tuesday, August 26, 2025 Revision # N/A TO: Nate Jozefik City of Clearwater – Engineering Department 100 S. Myrtle Ave., Suite 200 Clearwater, FL 33756 RE: Decommissioning Underground Refuse 25-0034-SW As requested, enclosed is the proposal for construction/demolition of the underground trash/recycle bins at Coachman Park, Poinsettia Ave, and Fire Station #46 located at 300 Cleveland St, Clearwater, FL 33756; 534 Mandalay Ave, Clearwater, FL 33767; and the west side of Poinsettia Ave between 432 Poinsettia Ave and 423 Mandalay Ave, Clearwater, FL 33767 respectively, submitted in accordance with site visits with City Project Manager for a Guaranteed Maximum Price of $144,757.80 Scope of Work – Coachman Park: Remove four (4) existing underground trash/underground recycle receptacles. Receptacles will be set aside for removal by Contractor via an Allowance, or for City pick up. Punch hole in bottom of concrete vault, backfill with flowable fill. All material to be tested by a certified independent third-party testing lab. Remove exposed steel angle frame, cut top of vault walls approximately 6” below finish concrete grade, furnish and place 6” of 3000 psi concrete fiber or wire mesh, with broom finish. Scope of Work – Poinsettia Ave: Remove one (1) existing underground trash/underground recycle receptacle. Receptacle will be set aside for removal by Contractor via an Allowance, or for City pick up. Punch hole in bottom of concrete vault, backfill with flowable fill. All material to be tested by a certified independent third-party testing lab. Remove exposed steel angle frame, cut top of vault walls approximately 6” below finish concrete grade, furnish and place 6” of 3000 psi concrete fiber or wire mesh, with broom finish. Remove existing railing and bollards and infill bollards with 3000 psi concrete. Scope of Work – Fire Station #46: Remove one (1) existing underground trash/underground recycle receptacle. Receptacle will be set aside for removal by Contractor via an Allowance, or for City pick up. Punch hole in bottom of concrete vault, backfill with flowable fill. All material to be tested by a certified independent third-party testing lab. Remove exposed steel angle frame, cut top of vault walls approximately 4” below finish concrete grade, furnish and place 4” of shell. 2 Cost Detail: Coachman Park Remove Bins, Backfill w/Flowable Fill, Place Concrete AAA 53,000.00 Testing UES 1,500.00 Final Clean / Pressure Washing BCC 350.00 Maintenance of Traffic Spartan 832.50 Hauling / Removal / Transport Allowance 2,000.00 Poinsettia Ave Remove Bins, Backfill w/Flowable Fill, Place Concrete AAA 14,452.00 Remove Bollards & Railing BCC 400.00 Concrete Pour Back at Bollards (3 CY) BCC 600.00 Testing UES 1,200.00 Final Clean / Pressure Washing BCC 350.00 Maintenance of Traffic Spartan 832.50 Hauling / Removal Allowance 1,000.00 Fire Station #46 Remove Bins, Backfill w/Flowable Fill, Place Concrete AAA 14,452.00 Testing UES 1,200.00 Final Clean / Pressure Washing BCC 350.00 Maintenance of Traffic Spartan 832.50 Hauling / Removal Allowance 1,000.00 Subtotal Subcontracted Costs 94,351.50 General Conditions 10,680.00 Builder's Risk Insurance 0.258% 243.43 General Liability Insurance 0.400% 377.406 Bond 1.67% 1,575.67 Subtotal Soft Costs 12,876.50 Cost Summary Subcontracted Costs 94,351.50 3 Soft Costs 12,876.50 Total Costs 107,228.00 Construction Management Fee 25% 26,807.00 Contingency 10% 10,722.80 Total GMP 144,757.80 Schedule Detail: Project Duration shall be fifteen (15) calendar days for each site, totaling forty-five (45) calendar days from the date of the Notice to Proceed. Existing Contract: This proposal is submitted in conjunction with the existing Construction Manager at Risk Services Continuing Contract entered into with the City of Clearwater on 10/01/2024, based on RFQ #51-24. If GMP Exceeds $150,000: Per Section III, Article 5.1 of the Contract Specifications, the contractor shall provide to the public entity a certified copy of the recorded bond. Once the City receives a certified copy of the recorded bond, a Notice to Proceed may be issued. Include the attached bond form as well as the Power of Attorney. (If GMP is less than $150,000 a bond is not required.) Code: 3247324-563800-C2005 For work performed, invoices shall be submitted to the City of Clearwater, Engineering Department, Attn: Sherri Bogue, Division Controller, P.O. Box 4748, Clearwater, FL, 33758-4748. Contingency services may be billed only after written authorization is provided by the City to proceed with those services. BANDES CONSTRUCTION COMPANY, INC. By: ________________________________ Tony Pattakos Project Manager 4 08/26/2025_______________________ Date CITY OF CLEARWATER, FLORIDA Approved as to form: Attest: ____________________________ By: _______________________________ Jerrod Simpson Rosemarie Call Senior Assistant City Attorney City Clerk Countersigned: ____________________________ ___________________________________ Bruce Rector Jennifer Porrier Mayor City Manager ____________________________ ___________________________________ Date Date ! ! ! !!! ! ! ! ! ! ! ! ! ! ! ! !247621800 217502492247024546502484 290 601 253021688 21760 21810 2530253025302530DREW STN OLD COACHMAN RDN OLD COACHMAN RDSHARKEY RD OLD COACHMAN RDDocument Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\25-0034-SW Decommissioning Underground Refuse\25-0034-SW Decommissioning Underground Refuse.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 Decommissioning Underground Refuse 25-0034-SW BayCare Ballpark, 601 N Old Coachman Rd ² N.T.S.Scale:KFMap Gen By:NJReviewed By:8/4/2025Date: AERIAL MAP Legend Underground Refuse Decommissioned ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !! ! ! ! ! ! ! ! ! ! ! ! ! !411412121 3314004004101005210 405100 350210311255206303155 50 212300121 22440 100218 150 NOSCEOLAAVES OSCEOLAAVEDREW ST LAURA ST CLEVELAND ST PIERCE ST M EM O R I AL C SW Y Document Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\25-0034-SW Decommissioning Underground Refuse\25-0034-SW Decommissioning Underground Refuse.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 Decommissioning Underground Refuse 25-0034-SW 300 Cleveland St ² N.T.S.Scale:KFMap Gen By:NJReviewed By:8/4/2025Date: AERIAL MAP Legend Underground Refuse Active Decommissioned ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !! ! ! !! ! ! ! ! !! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! 448 460 524 43446 470 473 431 486 448 64634115542 47474 45551 433 482 45454 482 4541523 423 428 415 426 475 485 513249440 484 53429 435 69444 478 427 75489 499 490 475 466 3010446 530 476 59473 452 53211 454 478 43483 490 425 45811 19486 54441 479 61471 439 456 470 45469 451 451 532 561 450 479 472 457 442 490 451 41500 453 4477 55460 423 419 467 450 57462 423 516 432 452 449 474 480 436 487 525 505 521 501 2430 546 371122118438 23MANDALAYAVEBAYESPLANADE ROCKAWAY ST BAYMONT ST PAPAYA ST AMBLER ST ROCKAWAY ST SAN MARCO ST EAST SHORE DRPOINSETTIA AVEDocument Path: C:\Users\kevin.flynn\City of Clearwater\Engineering Geographic Technology - Documents\GIS\Engineering\Location Maps\25-0034-SW Decommissioning Underground Refuse\25-0034-SW Decommissioning Underground Refuse.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 Decommissioning Underground Refuse 25-0034-SW Clearwater Beach ² N.T.S.Scale:KFMap Gen By:NJReviewed By:8/4/2025Date: AERIAL MAP 546 Mandalay Ave Legend Underground Refuse Decommissioned Lot 34, Mandalay Ave Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1025 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.22 SUBJECT/RECOMMENDATION: Approve the Mayor’s appointment of Sam Wilson to the Clearwater Housing Authority Board for a term ending October 15, 2029. SUMMARY: APPOINTMENT WORKSHEET BOARD: Clearwater Housing Authority TERM: 4 years APPOINTED BY: Mayor, Approved by City Council FINANCIAL DISCLOSURE: Required RESIDENCY REQUIREMENT: City of Clearwater, except for the Public Housing Resident SPECIAL QUALIFICATIONS: 1 member shall be a Program Recipient - Clearwater residency not required. 2 members can be Pinellas County residents who are employed within city limits. Clearwater residency not required. Note - The appointment is made by the Mayor and confirmed by City Council. MEMBERS: 5 CHAIR: Caitlein Jammo MEETING DATES: 4th Friday, 9:00 a.m. (Every other month) PLACE: The Vincent Building, 908 Cleveland Street, Clearwater, FL 33755 APPTS. NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER HAS RESIGNED, REQUIRING AN APPOINTMENT FOR UNEXPIRED TERM: 1.Isay Gulley - 1246 Eldridge Street, 3375 Resigned - 1/1/2024 THE NAME BELOW IS BEING SUBMITTED FOR CONSIDERATION TO FILL THE VACANCY: 1. Sam Wilson - 2701 E Grand Reserve Circle, 33759 - District Director, Rep. Luna Zip codes current members on board: 2 at 33761 1 at 33770 Page 1 City of Clearwater Printed on 10/10/2025 Submit Date: Aug 20, 2025 First Name Middle Initial Last Name Email Address Home Address Suite or Apt City State Postal Code Primary Phone Alternate Phone Employer Job Title Advisory Boards Application Profile Length of Residency - please select one. * 1 to 5 years Do you own or represent a business in Clearwater? Yes No If yes, where is the business located? Do you conduct business with the City? None Which Boards would you like to apply for? Clearwater Housing Authority: Submitted Occupation - If retired, enter former occupation. Government Employee Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. None Sam F Wilson samfwilson01@gmail.com 2701 E Grand Reserve Cir Apt 1524 Clearwater FL 33759 Home: (727) 667-6655 Rep. Anna Paulina Luna District Director Sam F Wilson Upload a Resume Why do you wish to serve on this board/committee? If seeking reappointment, state why you should be reappointed. As a staff member working for Congresswoman Luna, I believe serving on the Clearwater Housing Authority City Advisory Board is a critical opportunity to bridge federal policy with local impact. My role in Congresswoman Luna’s office has given me firsthand insight into how federal housing policies, funding allocations, and legislative priorities shape communities like Clearwater. By serving on the advisory board, I can bring this perspective to the table, ensuring that our local housing initiatives align with federal opportunities, such as grants or programs like HUD’s Community Development Block Grants. My experience navigating the complexities of federal bureaucracy has equipped me to advocate effectively for Clearwater’s residents. What personal qualifications can you bring to this board or committee? My professional experience in Congresswoman Luna’s office has honed my skills in policy development, constituent engagement, and collaboration with diverse stakeholders, making me well-suited to contribute to the Housing Authority’s mission. I have been privileged to have a great relationship with our current Housing Authority director, Neil Brickfield. He is someone who deeply understands the issues that our county faces and I believe that the relationship I have with him could be an asset. I have also developed a strong ability to listen to community concerns, navigate complex governmental processes, and advocate for resources that support local priorities, such as affordable housing. List Community Activities None Question applies to multiple boards Are you related to any member of the City Council? Yes No Question applies to multiple boards If yes, please provide name and explain relation. None Question applies to multiple boards Are you related to a city employee? Yes No Question applies to multiple boards If yes, please provide name and explain relation. None Demographics Some boards and commissions require membership to be racially, politically or geographically proportionate to the general public. The following information helps track our recruitment and diversity efforts. (Optional) Sam_Wilson_Resume.docx Sam F Wilson Date of Birth Ethnicity Caucasian/Non-Hispanic Gender Male The City of Clearwater strives to promote diversity and provide reasonable accommodations for individuals with disabilities. If you are requesting accommodation, please indicate below: None By clicking on "I Agree," below, I affirm that the information above is true and correct, and that I understand and agree to the responsibilities and commitment of time associated with an appointment to a Clearwater advisory board or committee. I Agree All material submitted to the City of Clearwater is subject to the public records law of the State of Florida including Chapter 119, Florida Statutes. 01/21/2000 Sam F Wilson Sam Wilson 727-667-6655 | samfwilson01@gmail.com | Clearwater, FL 33759| LinkedIn Professional Experience District Director U.S. House of Representatives – Seminole, FL January 2025 – Present Oversee daily operations of the district office, assisting the Deputy Chief of Staff with strategic planning and execution. Manage and prioritize constituent cases and communications within Indigov to ensure timely and accurate responses. Cultivate and maintain strong relationships with community leaders, local organizations, and government agencies. Represent the Congresswoman at official events, community meetings, and stakeholder engagements. Coordinate with federal, state, and local partners to address district concerns and legislative priorities. District Field & Legislative Correspondent U.S. House of Representatives – Seminole, FL January 2024 – Present Draft policy proposals and amendments to strengthen legislative impact and address constituent needs. Author detailed responses to constituent inquiries on pending legislation and federal issues. Plan and execute strategies to advance legislative initiatives and increase public awareness. Advise staff on congressional protocol and procedural matters. Serve as a liaison between the Congresswoman’s office and local leaders, ensuring two- way communication on policy issues. Legislative Correspondent U.S. House of Representatives – Washington, DC January 2023 – January 2024 Researched and analyzed policy in areas including financial services, transportation, and broadband/telecommunications. Drafted legislation, reports, and official correspondence to support the Congresswoman’s legislative agenda. Provided committee updates and policy briefings to senior staff. Managed constituent correspondence workflow through Indigov, ensuring message consistency and accuracy. Engaged in policy discussions with stakeholders to align legislative priorities with community needs. Campaign Assistant Anna Paulina Luna for Congress – Clearwater, FL May 2022 – November 2022 Assisted in voter outreach through door-to-door canvassing, phone banking, and digital engagement. Monitored competitor activities to guide campaign strategy and positioning. Drafted and distributed monthly newsletters to update supporters on campaign progress. Coordinated and participated in fundraising events, rallies, and community appearances. Congressional Intern Rep. Lauren Boebert (CO-03) – Washington, DC January 2022 – April 2022 Assisted constituents visiting the office and ensuring a professional and welcoming environment. Answer phone/emails from constituents Attended hearings, briefings, and meetings, preparing detailed notes for policy teams. Congressional Intern Rep. Gus Bilirakis (FL-12) – New Port Richey, FL September 2021 – December 2021 Responded to constituent calls, emails, and letters, ensuring issues were documented and routed appropriately. Maintained office files and organized legislative materials for staff accessibility. Education Bachelor of Science in Political Science & Government Southeastern University – Lakeland, FL | April 2022 Skills Legislative Affairs: Policy analysis, drafting legislation, committee relations Constituent Services: Casework management, public engagement, community relations Political Campaigning: Grassroots outreach, event coordination, voter engagement strategies Communication: Public speaking, stakeholder liaison, official correspondence drafting Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1027 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.23 SUBJECT/RECOMMENDATION: Appoint an individual to the Environmental Advisory Board for a term expiring September 30, 2029. SUMMARY: APPOINTMENT WORKSHEET BOARD: Environmental Advisory Board TERM: 4 years APPOINTED BY: City Council FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: None MEMBERS: 5 CHAIRPERSON: Jared Leone MEETING DATES: Quarterly Meetings - 3rd Wed., 4 pm (Jan., April, July, Oct.) STAFF LIAISON: Cassie Cordova - Sustainability PLACE: Main Library/Council Chambers APPTS. NEEDED: 1 THE FOLLOWING ADVISORY BOARD MEMBER HAS COMPLETED A TERM AND DOES NOT WISH TO BE REAPPOINTED: 1.Jared Leone - 1266 Palm St, 33755 Original Appointment: 03/17/16 THE FOLLOWIONG INDIVIDUALS HAVE SUBMITTED APPLICATIONS: 1.Madison Czerepak - 25350 US Hwy 19 N, 33763 - Restaurant Manager 2.Timothy Hughes - 17 South Cirus Ave, 33765 - Retired Environmental Specialist Zip codes of current members: 1 at 33755 1 at 33756 1 at 33759 1 at 33764 Page 1 City of Clearwater Printed on 10/10/2025 File Number: ID#25-1027 Page 2 City of Clearwater Printed on 10/10/2025 Submit Date: Oct 27, 2024 First Name Middle Initial Last Name Email Address Home Address Suite or Apt City State Postal Code Primary Phone Alternate Phone Employer Job Title Advisory Boards Application Profile Length of Residency - please select one. * 1 to 5 years Do you own or represent a business in Clearwater? Yes No If yes, where is the business located? Do you conduct business with the City? Which Boards would you like to apply for? Environmental Advisory Board: Submitted Occupation - If retired, enter former occupation. Manager Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Madison S Czerepak czerepak.maddie@gmail.com 25350 US HWY 19 N Apt 109 Clearwater FL 33763 Home: (727) 370-2003 Chili's Manager Madison S Czerepak Upload a Resume Please attach a copy of one of the following documents: 1) valid current Florida Driver License issued to an address within city limits, or 2) Declaration of Domicile filed with the city clerk affirming residency within city limits. Why do you wish to serve on this board/committee? If seeking reappointment, state why you should be reappointed. I am passionate about environmental health and safety and would like to become more involved in community efforts to educate, protect, and advise on such issues. I have lived in Clearwater for three years and wish to use my public health education to benefit my community. In addition, this position will help me develop practical skills and experience that I can use in future endeavors. What personal qualifications can you bring to this board or committee? I have a Bachelor of Science in Public Health, specializing in environmental health and safety. I completed an internship at USF for environmental health and safety in 2018. Beyond education and experience, I am a passionate, dependable, hard-working, self-starter. If selected, I would make the objectives of this committee my top priority. List Community Activities Pinellas County Opioid Task Force (Formerly) Clearwater Marine Aquarium (Formerly) "Whodunit" Mystery Book Club Question applies to multiple boards Question applies to multiple boards Are you related to any member of the City Council? Yes No Question applies to multiple boards If yes, please provide name and explain relation. N/A Question applies to multiple boards Are you related to a city employee? Yes No Question applies to multiple boards If yes, please provide name and explain relation. N/A Demographics Full_Resume.docx.pdf Madison S Czerepak Date of Birth Some boards and commissions require membership to be racially, politically or geographically proportionate to the general public. The following information helps track our recruitment and diversity efforts. (Optional) Ethnicity Caucasian/Non-Hispanic Gender Female The City of Clearwater strives to promote diversity and provide reasonable accommodations for individuals with disabilities. If you are requesting accommodation, please indicate below: N/A By clicking on "I Agree," below, I affirm that the information above is true and correct, and that I understand and agree to the responsibilities and commitment of time associated with an appointment to a Clearwater advisory board or committee. I Agree All material submitted to the City of Clearwater is subject to the public records law of the State of Florida including Chapter 119, Florida Statutes. 03/10/1998 Madison S Czerepak Madison Czerepak (727)370 2003 ●czerepak.maddie@gmail.com Clearwater,FL 33763 Education Pima Community College 01/2025-Present Human Resources Certificate Bachelor of Science in Public Health 12/2019 University of South Florida,Tampa,FL Experience Manager Chili’s 03/24-Present •Using KitchenSync to build accurate prep sheets •Balancing cash drawers,loading employee pay cards,and completing quality line checks •Assisting with FOH and BOH positions to manage labor and customer service metrics •Conducting interviews,completing I-9s,and assisting with the onboarding process •Completing liquor and produce orders,accurately utilizing projections for product procurement •Documenting performance and behavioral issues,providing direct coaching,and creating performance-based schedules •Ensuring proper food safety and handling procedures are consistently being followed and coached Server/Bartender/Shift Lead Chili’s 07/22-03/24 •Made drinks to spec to ensure a consistent guest experience •Ensured quality guest experience by taking accurate orders and attending to guest needs •Maintained a clean environment by pre-bussing and completing “sparkle”tasks •Upsold menu items to drive sales Counselor New Season,LP 09/20-08/22 •Served as a liaison between the clinic and community organizations •Oversaw the planning and implementation of clinic events and projects •Worked with patients to complete intakes,discharges,treatment plans,and transfers Lead Behavioral Health Technician DACCO Behavioral Health,Inc.03/20-09/20 •Oversaw supply orders and managed inventory •Ensured that the safety guidelines set by DOC,DCF,and CARF were maintained •Assisted clinical staff with the implementation of therapeutic assignments Madison Czerepak (727)370 2003 ●czerepak.maddie@gmail.com Clearwater,FL 33763 Behavioral Health Technician 08/19-03/20 DACCO Behavioral Health,Inc. •Monitored client behaviors,urine drug screens,and progress in the program •Conducted contraband searches,perimeter checks,and dorm checks •Updated and maintained client medical records in SMARTCare Title V Intern 06/19-07/19 North Carolina Deparment of Health and Human Services •Analyzed qualitative data collected from surveys used in the North Carolina 2020 Block Grant Needs Assessment •Conducted focus groups and key informant interviews to collect data •Using Atlas TI to code,organize,and create frequency charts •Presented findings to the section head of Women's and Children's Services Volunteer Experience Level 2 Volunteer 05/21-02/22 Clearwater Marine Aquarium •Assisting in food preparation –sorting and inspecting fish,processing fish,and washing dishes. •Conducting behavioral observations,maintaining behavioral logs •Participating in the daily maintenance of animal exhibits •Narrating presentations for visitors of the aquarium •Interacting with encounter participants and guests of the aquarium Skills/Certifications ServeSafe 2023 Computer:Microsoft Office (Excel,Access,Word,PowerPoint,Publisher,Outlook),Atlas TI, Oracle,ADP Submit Date: Aug 03, 2025 First Name Middle Initial Last Name Email Address Home Address Suite or Apt City State Postal Code Primary Phone Alternate Phone Employer Job Title Advisory Boards Application Profile Length of Residency - please select one. * 1 to 5 years Do you own or represent a business in Clearwater? Yes No If yes, where is the business located? Do you conduct business with the City? Which Boards would you like to apply for? Environmental Advisory Board: Submitted Occupation - If retired, enter former occupation. Sr. Environmental Specialist in Watershed Protection Have you served or do you serve on a board in Clearwater? Yes No If yes, please list the name of the board. Timothy C Hughes tchughes1a@gmail.com 17 South Cirus Ave Clearwater FL 33765 Home: (703) 361-3732 Retired Retired Timothy C Hughes Upload a Resume Please attach a copy of one of the following documents: 1) valid current Florida Driver License issued to an address within city limits, or 2) Declaration of Domicile filed with the city clerk affirming residency within city limits. Why do you wish to serve on this board/committee? If seeking reappointment, state why you should be reappointed. I wish to serve the City of Clearwater on the Environmental Advisory Board, because I believe my lifelong interests and career experiences in the environmental field, especially as it relates to watershed protection and best stormwater management practices, can be used to serve the best interests of the citizens of Clearwater by helping to protect the quality of life and environment in Clearwater. What personal qualifications can you bring to this board or committee? Over thirty years experience in the environmental field. The last twenty years of my career were in local government, the Public Works Dept, Environmental Management Division in Prince William County Government in Northern VA. Responsibilities implementing best stormwater management practices and watershed protection. Supervised inspection and maintenance of stormwater facilities, conducted stream assessments and wrote watershed studies. Managed the County's undeveloped land assets transferring land to parks, managing public outreach programs doing numerous volunteer reforestation projects along County owned waterways and floodplains and managing the County's volunteer Adopt-A- Waterway program. Project engineer implementing a large in-stream trash trap at the headwaters to a Potomac River estuary preventing stormwater pollution that won best Environmental Award in Virginia in 2022. List Community Activities Active volunteer with the Suncoast Sierra Club's Clean Energy Committee and Conservation Committee. Active volunteer with Stevenson Creek Advocacy Group to protect the Manatees and their aquatic preserve. Member of our local Presbyterian Church. Fostering good relationships with all my neighbors. Staying fit working out and making friends at the local LA Fitness club, biking to Clearwater Beach and Safety Harbor, and kayaking and fishing local aquatic preserves like the Stevenson Creek estuary and St. Joseph Sound. Question applies to multiple boards Question applies to multiple boards Are you related to any member of the City Council? Yes No Question applies to multiple boards If yes, please provide name and explain relation. N/A Question applies to multiple boards Are you related to a city employee? Yes No TC_Hughes__Resume__2024.doc TC_Hughes_FL_driver_license.pdf Timothy C Hughes Date of Birth Question applies to multiple boards If yes, please provide name and explain relation. N/A Demographics Some boards and commissions require membership to be racially, politically or geographically proportionate to the general public. The following information helps track our recruitment and diversity efforts. (Optional) Ethnicity Caucasian/Non-Hispanic Gender Male The City of Clearwater strives to promote diversity and provide reasonable accommodations for individuals with disabilities. If you are requesting accommodation, please indicate below: By clicking on "I Agree," below, I affirm that the information above is true and correct, and that I understand and agree to the responsibilities and commitment of time associated with an appointment to a Clearwater advisory board or committee. I Agree All material submitted to the City of Clearwater is subject to the public records law of the State of Florida including Chapter 119, Florida Statutes. 08/09/1957 Timothy C Hughes TIMOTHY CHARLES HUGHES 17 S. Cirus Ave, Clearwater, FL 33765 (703) 361-3732 / tchughes1a@gmail.com OBJECTIVE: To support the goals and strategies of an organization whose mission is to implement best practices protecting local waterways to meet water quality standards and regulatory requirements in a cost-effective manner. SUMMARY OF QUALIFICATIONS AND EXPERIENCE: Over thirty years of experience implementing management systems and engineering practices in the public and private sector. Twenty most recent years implementing environmental programs in local government. Responsibilities included asset management of all undeveloped County owned properties, partnering with Parks Dept. transferring undeveloped County assets to Parks, and managing numerous small reforestation projects on undeveloped County land located along streams and rivers. Extensive experience implementing watershed protection and best stormwater management practices (BMP) programs. Includes five years conducting stream assessments using the Rapid Stream Assessment Technique (RSAT) another five years’ experience writing watershed studies using the RSAT method, GPS instruments, GIS data mapping and geotagging of digital photos. Extensive supervisory experience in the inspection and maintenance of stormwater facilities. Experience in stormwater retrofit and concept design of stormwater BMPs, delineating contributing drainage areas (CDAs) and working knowledge of the Runoff Reduction Method to estimate credits in Total Maximum Daily Load (TMDL) of nitrogen, phosphorous and total suspended solids. Implemented successful public outreach programs like Adopt-A-Stream and Adopt-A-Pond in partnership with the County Cooperative Extension. Implemented successful in-stream litter trap preventing stormwater litter from polluting estuary to the Potomac River. Other qualifications involve excellent database management and technical writing skills. EDUCATION AND CERTIFICATIONS: VA Dept. of Environmental Quality certification – Stormwater Inspector (2009-present), Stormwater Mgmt Reviewer (expired) ESRI-ArcGIS training and Trimble GNSS-GPS training for watershed protection applications (current). Applied GIS engineering in stormwater management, drainage area analysis, BMP retrofits and LID practices (current) Bachelor’s degree, focus environmental health & safety, Oakland Univ, Rochester, MI; 3.3 GPA Nat’l Honor Society (1995). Credits toward engineering degree (36 credits), George Mason University (1980-1982) Associates of Science degree, environmental studies, Ferrum College, Ferrum, VA (1977) EMPLOYMENT HISTORY: PRINCE WILLIAM COUNTY, VA, PUBLIC WORKS DEPARTMENT (2003 – PRESENT) SR. ENVIRONMENTAL SPECIALIST (2016 to 2024 Retirement) Reported directly to Natural Resources Section Chief, who reported directly to Assistant Watershed Management Branch Chief. Inspection and maintenance of undeveloped County owned properties. Identifies watershed improvement projects including reforestation projects along perennial streams and stormwater BMP retrofit projects in older developed areas to reduce urban stormwater runoff and marine debris. Excellent knowledge of GIS watershed related mapping systems including FEMA floodplains, stormwater easements, and sanitary easements. Coordinating interagency public outreach and environmental education, volunteer projects and developed volunteer Adopt-A-Waterway program with the local Soil and Water Conservation District. Assists with implementation of the MS4 permit and related watershed improvement action plans. Project management experience includes practical knowledge of construction, inspection and maintenance of BMP bio-retention and low impact development practices. Assesses drainage and stormwater improvement projects for undeveloped County owned properties. Supervised GIS interns and assigns tasks to college interns. Managed project for large in-stream trash trap preventing stormwater litter from polluting the estuary that feeds the Potomac River. ENGINEERING ASSISTANT III (2009 to 2016): Watershed Management Branch, Environmental Services Division. Reports directly to Watershed Protection Section Chief, who reports directly to Assistant Watershed Management Branch Chief. Responsibilities include: Technical support for watershed studies and stream assessments. Detailed GIS analyses of stormwater management facilities and their drainage areas. Assists with conducting wetlands delineations using GPS/GNSS instruments. Manages County contractor supervising task orders for the maintenance of undeveloped County owned properties. Possesses thorough knowledge of water resource facilities and systems. Possesses thorough knowledge in the use of GIS systems and GPS/GNSS instruments for watershed protection applications including wetland delineations. Thorough knowledge applying the Rosgen method for delineating stream reaches, applying the modified RSAT (Rapid Stream Assessment Technique) involving benthic/macro-invertebrate sampling, and preparing stream assessment reports involving technical narratives, data tables and detailed GIS maps. Obtains current VA DEQ inspector certification. Nominated for County Executive Award in 2016 for public outreach involving interagency volunteer projects involving the Adopt-A-Stream program and small reforestation projects. ENGINEERING ASSISTANT II (05/2005 – 04/2009) for Watershed Management Branch of Environmental Services Division. Reported to Stream Protection Manager. Handled interagency coordination of watershed / drainage assistance requests from citizens. Conducted inspections of stormwater ponds, BMP retrofits, erosion and sediment control, and drainage improvement projects. Conducted QA/QC inspections in the construction of bioretention facilities. Implemented innovative information management solutions for Watershed Mgmt. using Tidemark-Enterprise system, GIS/County Mapper, and ArcView to improve engineering services for County citizens. Assisted with management of RPAs, wetlands delineations and stream stabilization projects. Oversees inspection and maintenance of undeveloped County-owned properties. Managed weed/vegetation enforcement program and assigned contractor task orders. DRAINAGE INSPECTION SUPERVISOR (01/2004 – 04/2005) for Watershed Management Branch of Environmental Services Division. Reported to Drainage Engineer/Supervisor. Supervised inspection of county stormwater/BMP facilities and drainage systems to protect local streams/watersheds and to minimize flooding. Coordinated crew inspections, inspection reports, performance measures, drainage assessments and solutions. Improved SWM facility inspection process. PROPERTY CODE INSPECTOR (01/2003 - 01/2004) for Property Code Enforcement Branch of Neighborhood Services Division. Responsible for enforcing County zoning ordinances & property maintenance codes. Inspected properties, building structures; documented inspection findings, communicated corrective action plans for voluntary citizen compliance. Worked with County Attorney’s Office to ensure compliance with County code and prepare District Court cases. ANGLER ENVIRONMENTAL, LLC, Manassas, VA 01/2007 – 09/2008 PART-TIME CERTIFIED EROSION AND SEDIMENT CONTROL INSPECTOR – Part-time subcontractor by Angler Environmental assigned to conduct site inspections for erosion and sediment control and limits of clearing for clients in Loudoun and Fairfax counties in accordance with Virginia Stormwater Management Program (VSMP) permit. PRINCE WILLIAM COUNTY PUBLIC SCHOOLS, VA 2001 – 2005 FULL-TIME CLASSROOM SCIENCE TEACHER (2001-2002 school year) Godwin Middle, Dale City, VA Teacher of Life Sciences for three Grade 7 classes and teacher of Physical Science for two Grade 8 classes. Implemented curriculum standards of learning (SOLs) in good standing. Life science topics from cell biology to ecological-environmental systems. Physical science topics from basic chemistry and to basic physics. Applied SI metrics and labs w/ scientific method. PART-TIME HOMEBOUND TEACHER (2002 - 2005) Part-time homebound instructor providing general homebound instruction to expelled junior high and high school students to acheive grade level knowledge in core subjects. VISTA TECHNOLOGIES / SPECPRO, Inc., Lorton, VA 2000 - 2001. SpecPro is a consulting firm of 200 employees providing science and engineering services for government. SENIOR STAFF SCIENTIST: Reported to the Program Manager and the Dir. of Installation Support at U.S. Army base, Fort Belvoir, VA. (1) Responsible for implementing Air Quality Program involving RACT permit and reporting; updating Title-V permit and emissions inventory for boilers; generators and incinerators; preparing annual emissions statement. Used combustion analyzer w/ NOx & SO2 sensors for stack testing. Responsible for updating the asbestos inventory and database. ENVIRONMENTAL QUALITY RESOURCES (EQR), Inc., Gaithersburg, MD 1998 – 2000 Civil engineering firm specializing in watershed and stormwater management, stream restoration and urban reforestation. PROJECT MANAGER AND SAFETY OFFICER: Reported to the VP of Engineering. Managed NPDES stormwater management inspection & maintenance contract for Montgomery County DEP. Managed inspection staff to inspect 1500 county (aboveground and underground) stormwater facilities. Client deliverable included reporting inspection findings on scanned site plans, in database and digital photos. Assisted with bathometric studies of stormwater ponds. Obtained working knowledge of erosion and sediment control, stormwater drainage, and stream restoration. Implemented company safety program including employee training, job safety analysis (JSAs), confined space, fall protection, and trench safety. PPG INDUSTRIES, INC., Creighton, PA 1994 - 1998 Automotive glass plant with 300 employees located near Pittsburgh, PA. Manufactured OEM and ARG windshields. SUPERVISOR OF SAFETY, HEALTH AND ENVIRONMENTAL AFFAIRS: Reported to the HR Director, who reported to the Plant Manager. Supervised Plant Nurse and four Security Guards/EMTs. Implemented the Environment, Health, and Safety (EHS) program and maintained environmental permits (Title V Air permit, NPDES permit, POTW permit, RCRA permit, and storage tank permits). Prepared RCRA reports, CERCLA/SARA 313 TRI Form R reports. Managed waste reduction team, air quality team, water quality team, and pollution prevention (P2) and energy conservation team. Reduced hazardous waste by 80% in four years. Increased recycling to 96 % (by weight) for all non-hazardous waste generated. Implemented plant’s occupational safety and health management system. Facilitated ergonomics team, personal protective equipment (PPE) team, lockout-tagout team, confined space entry and fall protection team, housekeeping team, fork lift safety team, and behavioral safety team. Facilitated hearing conservation/noise reduction team, asbestos/fiber management team, industrial hygiene/air sampling team, and employee wellness team. In four years, the program resulted in 70% reduction in recordable case/injury rate. Handled accident investigations, case management, and OSHA 200 recordkeeping. Implemented plant security, emergency preparedness w/ SPCC plans, and fire/emergency drills. Reported safety performance measures in management meetings. PPG INDUSTRIES, Inc., Troy, Michigan 1987 – 1994 CAD / NC PROGRAMMER:Contractor for TSA Advanced Engineering Technologies, Inc. for PPG Industries in Ford City, PA, then hired by PPG and transferred to PPG’s Automotive Glass design and tooling headquarters in Troy, MI. Staff member for Design Services Group. Project responsibilities included scheduling, designing and programming 2D glass artwork, defrosters, and trademarks according to geometric specifications for automotive glass plants. Also, 3D programmed check fixtures on 5-axis mill. Member of the facility EHS Leadership Team that managed environment, health and safety issues. Participated in solving industrial hygiene and health exposure control issues in Tooling. SCIENCE APPLICATION INTERNATIONAL CORP., Pittsburgh, PA 1984 - 1987 SYSTEMS ANALYST: Staff member for information technologies contract at the U.S. Dept. of Energy, Office of Safety and Environmental Support at the Pittsburgh Energy Technology Center. Responsible for programming the Center’s process control system: the Security Alarm Notification and Energy Management System. Supervised part-time programmer analyst. INTERACTIVE GRAPHICS SERVICE COMPANY, McLean, VA 1982 – 1984 CAD SYSTEMS OPERATOR: Operated two DEC mini-computer systems networked with five Intergraph workstations. SOLAR DYNAMICS, INC., Fairfax, VA 1981 – 1982 CONSTRUCTION ASST ENGINEER: Assisted installing several large-scale solar hot water and space heating systems for commercial use. INSTITUTE OF MODERN PROCEDURES, INC., Navy Yard, Wash., D.C. 1978 – 1981 COMPUTER OPERATOR: Contractor for naval engineering computer center operating Digital 100 computer systems for staff of programmer analysts. Possessed security clearance. SUMMARY OF TECHNICAL SKILL SETS, CERTIFICATIONS, MEMBERSHIPS, ECT: Certified DEQ Erosion and Sediment Control Inspector. (2006-Present). Certified DEQ Combined Administrator. (2008-2012) Proficient user of MS Office Word, Excel, PowerPoint and database applications (2000-Present) Proficient user of ESRI GIS, ArcView, ArcMap and ArcGIS Pro for watershed management applications (2007-Present). Proficient user of GPS camera and digital camera applications (2008-Present) Effective user of handheld GPS TerraSync Trimble Ranger and desktop GPS Pathfinder Office software Thorough knowledge of stream assessments/watershed studies using Rosgen method and RSAT method.. (2008-Present) Applied analytical knowledge of urban stormwater management, contributing drainage areas and hydrology. (2006-Present) Applied field knowledge of design, construction and performance of BMP bio-retention/rain garden facilities. (2008-Present) Applied knowledge of civil engineering site plans, as-built drawings and topographical surveys (1998 - Present). Applied knowledge of 1987 COE Wetlands Determinations Manual and wetlands delineation practices (2008-Present) Applied knowledge of Resource Protection Areas (RPA) and Preservation Area Site Assessments (PASA) (2005-Present) Applied knowledge of NPDES, VPDES and MS4 stormwater permits (1994 - Present) Applied knowledge of Clean Water Act, EPA 40 CFR, Total Maximum Daily Loads (TMDLs) (1998-Present) Applied knowledge of County zoning ordinances and Design and Construction Standards Manual (DCSM) (2003-Present) Applied knowledge of Continuous Quality Improvement (CQI) techniques on the job. (2006-Present) Applied knowledge of Total Quality Management: ISO 14000 (1998, 2000), and ISO 9000, Deming, and Crosby (1990-1998). Applied knowledge of Environmental Management Systems (EMS) (1994-2000) Applied knowledge in pollution prevention and source reduction paradigm. (1992, 1994-1998) Applied knowledge Safe Drinking Water Act, EPA 40 CFR, drinking water permit and water sampling (1996-1998) Applied knowledge of Clean Air Act, EPA 40 CFR, Title-V and RACT permits (1996, 2000, 2001) Applied knowledge of industrial hjygiene and environmental air sampling strategies (1994 – 1998). Applied knowledge of CERCLA / EPCRA SARA Title 313 Form R reports, EPA 40 CFR (1994-1998). Applied knowledge of NEPA, EPA 40 CFR (2000, 2001); RCRA, EPA 40 CFR certification (1994-2000). Applied knowledge of OSHA 200 Recordkeeping, 29 CFR, Medical Management, and Disability Management (1994-1998). Applied OSHA 29CFR, Materials Mgmt and Haz Com (1994-1999); DOT 49CFR, Hazard Materials certification (1994-1998). Applied OSHA 29 CFR, Confined Space Entry (CSE) and Fall Protection (1994-2000). Ergonomics applications (1995-1998) and Behavioral Accident Prevention seminars (1995-1997). Site and facility security systems (1994-1998); County zoning ordinances, implementation and enforcement (2003) Extensive knowledge in CAD applications; AutoCAD and MicroStation (1989 – 1995) Member of City of Manassas Recreation and Parks Committee (2001-2007). Member of City of Manassas Solid Waste Committee (2003-2007). Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1029 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 6.24 SUBJECT/RECOMMENDATION: Approve a retainer agreement with Abbey, Adams, Byelick, & Mueller, L.L.P. in Angel Renee Vathes vs. City of Clearwater and authorize the appropriate officials to execute same. SUMMARY: Senior Assistant City Attorney Michael Fuino has been appointed as the next City Attorney for the City of North Port. Mr. Fuino has been representing the City in this suit. To ensure the successful defense of the City, the City Attorney recommends retaining Abbey, Adams, Byelick, & Mueller, L.L.P. to represent the City in this matter. The law firm of Abbey Adams specializes in civil liability claims with countless years of experience representing government entities. The Abbey Adams law firm has agreed to undertake this representation pursuant to the attached agreement. The City Council authorizes the City Attorney to approve legal fee invoices in this matter up to the not-to-exceed amount of $75,000. APPROPRIATION CODE AND AMOUNT: Operating funds are available for this contract in cost code 0109600-530100, Professional Services, funded by General Fund revenue. Page 1 City of Clearwater Printed on 10/10/2025 AGREEMENT BETWEEN THE CITY OF CLEARWATER AND ABBEY ADAMS.BYELICK &MUELLER,L.L.P. THIS AGREEMENT is entered into at Clearwater,Florida,effective the October,2025,by and between the City of Clearwater,a municipal corporation of the State of Florida,hereinafter referred to as the "City",the address of which is City of Clearwater Offices, One Clearwater Tower,6th Floor,600 Cleveland St,Clearwater,FL 33756,and Abbey,Adams, Byelick &Mueller,L.L.P.,the address of which is 805 Executive Center Drive West,Pasco day of Building,Suite 110,St.Petersburg,FL 33702. WHEREAS,it is the desire of the City to enter into an Agreement with the Firm to provide legal services pertaining to Policy civil liability against the City,and other such legal services as may be required by the City Attorney. NOW,THEREFORE,in consideration of the mutual covenants,promises,and representations herein contained,the City and the Firm agree as follows: ARTICLE 1.SCOPE OF SERVICES. The Firm shall provide legal services to the City involving the defense of the City and, provided that there is no substantial risk of or actual conflict of interest exists,its employees in the litigation styled as Angel Renee Vathes vs.City ofClearwater (Case No.24-002465-CI).If,in the sole discretion of the Firm,a conflict of interest exists or arises,such that the representation of the City will be directly adverse to one or more of its employees,or there is a substantial risk that that the representation,a former client or a third person or by a personal interest ofthe lawyer,the Firm may terminate its representation of as set forth in Article VIII.The Firm's compensation for the defense ofthe litigation styled as Angel Renee Vathes vs.City ofClearwater (Case No.24-002465- CI)shall be limited to $75,000.00 unless an authorized representative of the City approves an increased amount. ARTICLE II.PERIOD OF AGREEMENT. This Agreement shall commence on the Effective Date,and shall terminate at the conclusion of the services provided hereunder,unless earlier cancelled as hereinafter provided. ARTICLE III.COMPENSATION AND COMPENSABLE EXPENSES. The City shall pay the Firm as consideration for legal services rendered pursuant to this Agreement an hourly rate of $225 per hour for Partners;$195 per hour for Associates;and $125 per hour for Paralegals/Clerks.There will be no compensation paid for the services of clerical assistance. A. Reimbursement shall be made by the City to the Firm for reasonable out-of-pocket expenses,without mark-up,including,but not limited to,long distance calls,copying or reproducing documents,not to exceed ten cents per page,postage,court costs,appeal expenses, parking costs,witness fees,discovery costs and travel (local travel excluded),incurred by the Firm B. 1 in the performance of its duties hereunder.Travel and per diem costs,as well as auto travel expenses,shall not exceed that which is available and paid to City of Clearwater employees. C.Reasonable charges for computer legal research shall be paid,however,such legal research work must be approved by the City Attorney,and this provision shall be reviewed quarterly by the parties. D.No outside experts or other services may be incurred for payment by the City without written authorization by the City Attorney or his designee. ARTICLE IV.PAYMENTS. The Firm shall submit invoices to the City on a monthly basis.Each invoice shall provide a detailed description of the services performed and the date thereof.Original receipts for non-in- house expenses must be submitted with each invoice and a reasonable amount of detail must be provided for each non-in-house expense as agreed to by the Firm and the City Attorney.Upon receipt and verification of such statements the City shall pay the Firm within reasonable time after receiving same. ARTICLE V.FIRM'S REPRESENTATION OF OTHER CLIENTS. The Firm will not represent clients against the City of Clearwater in personal injury claims or in any other claim arising out of its representation of the City or its representation of an individual employed by the City.In all other matters,the Firm may represent clients with an interest adverse to the City of Clearwater and said representation shall not be deemed to constitute a conflict of interest,provided the Firm first discloses to the City,in writing,said representation and the nature of the adverse interest.Moreover,except as herein provided,the Firm's representation of the City shall not be deemed to constitute a conflict affecting the Firm's general ability to represent clients before the City. ARTICLE VI.NONASSIGNABILITY. The Firm may not assign this Agreement. ARTICLE VII.MODIFICATION,AMENDMENT OR EXTENSION. This Agreement may not be modified,amended or extended verbally or by conduct but only by writing duly executed by the parties in accordance with the Charter of the City. ARTICLE VIII.TERMINATION. City may discharge Firm and terminate this Agreement at any time,with or without cause. In such event,however,City shall remain obligated to compensate Firm for all services rendered and authorized expenses incurred through the date of termination.Firm may terminate services to the City and this Agreement,with or without cause,upon reasonable notice,not less than thirty (30)days.In the event Firm's statements are not paid within a reasonable time,or in the event the 2 City/Firm relationship develops to the point where Firm,in its sole discretion,believes it cannot conscientiously provide representation in City's best interest,Firm may terminate as aforesaid. ARTICLE IX.PUBLIC RECORDS. The firm must comply with public records laws,including the following provisions of Section 1 19.0701,Florida Statutes: 1 .Keep and maintain public records required by the City to perform the services; 2.Upon request by the City,provide the City with copies of the requested records, having redacted records in total on in part that are exempt from disclosure by law or allow the records to be inspected or copied within a reasonable time (with provision ofa copy ofsuch records to the City)on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in Chapter 119,Florida Statutes,or as otherwise provided by law. 3.Ensure that records,in part or in total,that are exempt or that are confidential and exempt from disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion (or earlier termination)of the contract if the Firm does not transfer the records to the City. 4.Upon completion (or earlier termination)of the agreement,the Firm shall within 30 days after such event either transfer to the City,at no cost,all public records in possession of the Firm or keep and maintain the public records in compliance with Chapter 1 1 9,Florida Statutes. If the Firm transfers all public records to the City upon completion (or earlier termination)ofthe contract,Firm shall destroy any duplicate records that are exempt or confidential and exempt from public records disclosure requirements.If the Firm keeps and maintains public records upon completion (or earlier termination)of the contract,the Firm shall meet all applicable requirements for retaining public records.All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. 5.The failure of the Firm to comply with Chapter 1 1 9,Florida Statutes,and/or the provisions set forth above shall be grounds for immediate unilateral termination of the agreement by the City;the City shall also have the option to withhold compensation the Firm until records are received as provided herein. ARTICLE X.COMPLIANCE WITH LAWS. The Firm shall comply with all applicable federal,state and local laws and all codes and ordinances of the City as amended from time to time,and specifically with the City of Clearwater's Code of Ethics,as it may be amended from time to time. 3 All articles and descriptive headings of paragraphs in this Agreement are inserted for convenience only and shall not affect the construction or interpretation hereof. IN WITNESS WHEREOF,the parties hereto have executed this Agreement on the day and year first above written. -CITY OF CLEARWATER,FLORIDACOUNTERSIGNED: By:. JENNIFER POIRRIER CITY MANAGER BRUCE RECTOR MAYOR APPROVED AS TO FORM:ATTEST: DAVID MARGOLIS CITY ATTORNEY ROSEMARIE CALL CITY CLERK Abbey,Adams,Byelick &Mueller,L.L.P. By:s/Dau-id J.Ailxf David J.Abbey Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1030 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Attorney Agenda Number: 6.25 SUBJECT/RECOMMENDATION: Approve a retainer agreement with Abbey, Adams, Byelick, & Mueller, L.L.P. in Catherine Cahill vs. Progressive Select Insurance Company and City of Clearwater and authorize the appropriate officials to execute same. SUMMARY: Senior Assistant City Attorney Michael Fuino has been appointed as the next City Attorney for the City of North Port. Mr. Fuino has been representing the City in this suit. To ensure the successful defense of the City, the City Attorney recommends retaining Abbey, Adams, Byelick, & Mueller, L.L.P. to represent the City in this matter. The law firm of Abbey Adams specializes in civil liability claims with countless years of experience representing government entities. The Abbey Adams law firm has agreed to undertake this representation pursuant to the attached agreement. The City Council authorizes the City Attorney to approve legal fee invoices in this matter up to the not-to-exceed amount of $75,000. APPROPRIATION CODE AND AMOUNT: Operating funds are available for this contract in cost code 0109600-530100, Professional Services, funded by General Fund revenue. Page 1 City of Clearwater Printed on 10/10/2025 AGREEMENT BETWEEN THE CITY OF CLEARWATER AND ABBEY ADAMS. BYELICK & MUELLER, L.L.P. THIS AGREEMENT is entered into at Clearwater, Florida, effective the __ day of October, 2025, by and between the City of Clearwater, a municipal corporation of the State of Florida, hereinafter referred to as the "City", the address of which is City of Clearwater Offices, One Clearwater Tower, 6th Floor, 600 Cleveland St, Clearwater, FL 33756, and Abbey, Adams, Byelick & Mueller, L.L.P., the address of which is 805 Executive Center Drive West, Pasco Building, Suite 110, St. Petersburg, FL 33 702. WHEREAS, it is the desire of the City to enter into an Agreement with the Firm to provide legal services pertaining to Policy civil liability against the City, and other such legal services as may be required by the City Attorney. NOW, THEREFORE, in consideration of the mutual covenants, promises, and representations herein contained, the City and the Firm agree as follows: ARTICLE 1. SCOPE OF SERVICES. The Firm shall provide legal services to the City involving the defense of the City and, provided that there is no substantial risk of or actual conflict of interest exists, its employees in the litigation styled as Catherine Cahill vs. Progressive Select Insurance Company and City of Clearwater (Case No. 24-005442-CI). If, in the sole discretion of the Firm, a conflict of interest exists or arises, such that the representation of the City will be directly adverse to one or more of its employees, or there is a substantial risk that that the representation, a former client or a third person or by a personal interest of the lawyer, the Firm may terminate its representation of as set forth in Article VIII. The Firm's compensation for the defense of the litigation styled as Catherine Cahill vs. Progressive Select Insurance Company and City of Clearwater (Case No. 24-005442-CI) shall be limited to $75,000 unless an authorized representative of the City approves an increased amount. ARTICLE II. PERIOD OF AGREEMENT. This Agreement shall commence on the Effective Date, and shall terminate at the conclusion of the services provided hereunder, unless earlier cancelled as hereinafter provided. ARTICLE III. COMPENSATION AND COMPENSABLE EXPENSES. A.The City shall pay the Firm as consideration for legal services rendered pursuant to thisAgreement an hourly rate of $225 per hour for Partners; $195 per hour for Associates; and $125per hour for Paralegals/Clerks. There will be no compensation paid for the services of clericalassistance. B.Reimbursement shall be made by the City to the Firm for reasonable out-of-pocket expenses, without mark-up, including, but not limited to, long distance calls, copying or reproducing documents, not to exceed ten cents per page, postage, court costs, appeal expenses,parking costs, witness fees, discovery costs and travel (local travel excluded), incurred by the Firm 1 in the performance of its duties hereunder.Travel and per diem costs,as well as auto travel expenses,shall not exceed that which is available and paid to City of Clearwater employees. C.Reasonable charges for computer legal research shall be paid,however,such legal research work must be approved by the City Attorney,and this provision shall be reviewed quarterly by the parties. D.No outside experts or other services may be incurred for payment by the City without written authorization by the City Attorney or his designee. ARTICLE IV.PAYMENTS. The Firm shall submit invoices to the City on a monthly basis.Each invoice shall provide a detailed description of the services performed and the date thereof.Original receipts for non-in- house expenses must be submitted with each invoice and a reasonable amount of detail must be provided for each non-in-house expense as agreed to by the Firm and the City Attorney.Upon receipt and verification of such statements the City shall pay the Firm within reasonable time after receiving same. ARTICLE V.FIRM'S REPRESENTATION OF OTHER CLIENTS. The Firm will not represent clients against the City of Clearwater in personal injury claims or in any other claim arising out of its representation of the City or its representation of an individual employed by the City.In all other matters,the Firm may represent clients with an interest adverse to the City of Clearwater and said representation shall not be deemed to constitute a conflict of interest,provided the Firm first discloses to the City,in writing,said representation and the nature of the adverse interest.Moreover,except as herein provided,the Firm's representation of the City shall not be deemed to constitute a conflict affecting the Firm's general ability to represent clients before the City. ARTICLE VI.NONASSIGNABILITY. The Firm may not assign this Agreement. ARTICLE VII.MODIFICATION,AMENDMENT OR EXTENSION. This Agreement may not be modified,amended or extended verbally or by conduct but only by writing duly executed by the parties in accordance with the Charter of the City. ARTICLE VIII.TERMINATION. City may discharge Firm and terminate this Agreement at any time,with or without cause. In such event,however,City shall remain obligated to compensate Firm for all services rendered and authorized expenses incurred through the date of termination.Firm may terminate services to the City and this Agreement,with or without cause,upon reasonable notice,not less than thirty (30)days.In the event Firm's statements are not paid within a reasonable time,or in the event the 2 City/Firm relationship develops to the point where Firm,in its sole discretion,believes it cannot conscientiously provide representation in City's best interest,Firm may terminate as aforesaid. ARTICLE IX.PUBLIC RECORDS. The firm must comply with public records laws,including the following provisions of Section 119.0701,Florida Statutes: 1 .Keep and maintain public records required by the City to perform the services; 2.Upon request by the City,provide the City with copies of the requested records, having redacted records in total on in part that are exempt from disclosure by law or allow the records to be inspected or copied within a reasonable time (with provision ofa copy of such records to the City)on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in Chapter 119,Florida Statutes,or as otherwise provided by law. 3.Ensure that records,in part or in total,that are exempt or that are confidential and exempt from disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion (or earlier termination)of the contract if the Firm does not transfer the records to the City. 4.Upon completion (or earlier termination)of the agreement,the Firm shall within 30 days after such event either transfer to the City,at no cost,all public records in possession of the Firm or keep and maintain the public records in compliance with Chapter 1 19,Florida Statutes. If the Firm transfers all public records to the City upon completion (or earlier termination)of the contract,Firm shall destroy any duplicate records that are exempt or confidential and exempt from public records disclosure requirements.If the Firm keeps and maintains public records upon completion (or earlier termination)ofthe contract,the Firm shall meet all applicable requirements for retaining public records.All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. 5.The failure of the Firm to comply with Chapter 119,Florida Statutes,and/or the provisions set forth above shall be grounds for immediate unilateral termination of the agreement by the City;the City shall also have the option to withhold compensation the Firm until records are received as provided herein. ARTICLE X.COMPLIANCE WITH LAWS. The Firm shall comply with all applicable federal,state and local laws and all codes and ordinances ofthe City as amended from time to time,and specifically with the City of Clearwater's Code of Ethics,as it may be amended from time to time. 3 All articles and descriptive headings of paragraphs in this Agreement are inserted for convenience only and shall not affect the construction or interpretation hereof. IN WITNESS WHEREOF,the parties hereto have executed this Agreement on the day and year first above written. •CITY OF CLEARWATER,FLORIDACOUNTERSIGNED: By: JENNIFER POIRRIER CITY MANAGER BRUCE RECTOR MAYOR APPROVED AS TO FORM:ATTEST: ROSEMARIE CALL CITY CLERK DAVID MARGOLIS CITY ATTORNEY Abbey,Adams,Byelick &Mueller,L.L.P. By:s/Vav-id (I.AMe# David J.Abbey Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1047 Agenda Date: 10/15/2025 Status: Public HearingVersion: 1 File Type: Action ItemIn Control: City Council Agenda Number: 6.26 SUBJECT/RECOMMENDATION: Approve appraisal agreement contract amendment with NewGen, increasing the previously approved not-to-exceed amount from $504,000 to $604,000, and authorize the appropriate officials to execute same. SUMMARY: At the Sept. 29, 2025 council meeting, the City Council received an electric feasibility presentation prepared by NewGen Strategies and Solutions. The presentation revealed that the City of Clearwater can offer lower electric rates to customers than Duke Energy, with rate savings beginning at 10% per month, and the percentage generally increasing over time. The study accounted for all known and reasonably foreseeable costs associated with the transaction. However, NewGen’s valuation of the assets to be acquired ($371 million) is estimated at the feasibility level only. In capital planning, feasibility estimates include a significant range of values. Having established feasibility, the next step is to procure a formal appraisal. A formal appraisal will either confirm the $371 million-amount or reveal a higher or lesser amount within the range that NewGen previously identified. At the Sept. 29 meeting, the City Council unanimously voted to move forward with an appraisal. This agenda item adds $100,000.00 to NewGen’s previously approved contract to cover the cost of the formal appraisal. APPROPRIATION CODE AND AMOUNT: A first quarter budget amendment will increase special program M2403, Feasibility Study, by $100,000.00 utilizing unallocated special program fund reserves to fund this agreement. Page 1 City of Clearwater Printed on 10/10/2025 Economics | Strategy | Stakeholders | Sustainability www.newgenstrategies.net 225 Union Boulevard Suite 450 Lakewood, CO 80228 Phone: (720) 633-9514 October 2, 2025 via david.margolis@myclearwater.com Mr. David Margolis, B.C.S. City Attorney City of Clearwater 600 Cleveland Street, Suite 600 Clearwater, FL 33755 Subject: Clearwater Feasibility Study Contract Budget Amendment Request PO#: 24001051 Dear David: As discussed, NewGen Strategies and Solutions, LLC (NewGen) is requesting a budget amendment to the existing City of Clearwater (City) Feasibility Study contract (Purchase Order #: 24001051). The purpose of this budget amendment is to provide appraisal services for the Duke Energy Florida (Duke) distribution- related assets within the proposed Clearwater Municipal Electric Utility (MEU) service territory. NewGen has prepared the enclosed Scope of Services to develop an opinion as to the Fair Market Value of the defined “assets” as of a specific valuation date (see Attachment A). The defined assets and valuation date will be determined in coordination with the City and its legal counsel. The Fair Market Value appraisal of the assets will be supported with a standalone report as well as written testimony as requested by the City. NewGen will rely on generally accepted valuation methods and procedures in conformance with the Uniform Standards of Professional Appraisal Practice (USPAP) as promulgated by the Appraisal Standards Board of the Appraisal Foundation. Grant Rabon, who is an Accredited Senior Appraiser (ASA) with a designation in Public Utilities from the American Society of Appraisers, will lead the development of this appraisal. Grant will be supported by me as the Project Manager and other staff as necessary. As noted herein, NewGen does not provide appraisals of real estate property; therefore, the City will need to contract with a qualified entity to provide a real property appraisal, as necessary, to support its efforts. NewGen is requesting an amendment to the current Feasibility Study contract budget for a not-to-exceed amount of $604,000 to complete this assignment, which will be billed to the City on a time and expense basis. As indicated herein, this assignment includes the development of direct testimony as requested to support the City’s acquisition of the Duke assets. However, the litigation process may require extended interactions with Duke in the period leading up to a trial and may also involve post-appraisal tasks. These may include responding to interrogatories; participating in depositions, hearings, and trial; and performing other tasks as necessary to support the City’s litigation efforts. The request for the amended contract budget does not contemplate these post-appraisal tasks and, therefore, additional budget may be required to continue to support the City through a final determination of all issues as necessary and as requested. Docusign Envelope ID: B05E95F1-4ACE-40E6-AF88-EA6B82219A19 Mr. David Margolis, B.C.S. October 2, 2025 Page 2 NewGen Budget Amendment Request_10.02.25 We greatly appreciate the opportunity to continue our relationship with the City in its Feasibility Study and to provide our appraisal services. If you have any questions regarding the enclosed, please contact me directly at (720) 259-1762 or sburnham@newgenstrategies.net. Sincerely, NewGen Strategies and Solutions, LLC Scott Burnham Grant Rabon Partner Partner, ASA Attachment A: CITY OF CLEARWATER, FL SCOPE OF SERVICES FOR UTILITY APPRAISAL SERVICES Docusign Envelope ID: B05E95F1-4ACE-40E6-AF88-EA6B82219A19 ATTACHMENT A CITY OF CLEARWATER, FL SCOPE OF SERVICES FOR UTILITY APPRAISAL SERVICES Thoughtful Decision Making for Uncertain Times 1 INTRODUCTION NewGen Strategies and Solutions, LLC (NewGen) is pleased to submit this proposal for appraisal services for the City of Clearwater, Florida (City). We are excited to be a part of this historic project and believe that its impact on the City will be significant. Our appraisal team includes accredited public utility appraisers that have relevant experience with similar engagements for other public entities. Additionally, NewGen has partnered with Barr Engineering— specifically with Tom Ghidossi—on numerous projects, giving us direct familiarity with their work product and ensuring a seamless workflow. The collective project team will provide the City with the data it needs to support the acquisition of Duke Energy Florida’s electric distribution system serving customers in the City and its enclaves. NewGen will rely on the identification of assets to be acquired (the Assets), as determined by Barr Engineering. FIRM INFORMATION NewGen is a management and economic consulting firm specializing in serving the utility industry. NewGen primarily serves public sector utilities and provides nationally recognized expertise in utility cost of service and rate design studies; depreciation and appraisal studies; litigation support for state and federal regulatory proceedings; utility business and financial planning; and stakeholder engagement for electric, natural gas, water, wastewater, and solid waste utilities. NewGen was created by consultants dedicated to our clients’ missions and recognized as experts in our respective fields of service. We provide assistance to the public sector with keen insight into navigating uncertain markets, the growing role of stakeholders, resource availability (including renewables), environmental concerns, the cost of providing utility services, and evolving economic conditions. This integrated perspective ensures thoughtful decision-making and allows us to deliver solutions and recommendations tailored to our clients’ needs. In short, “Thoughtful Decision Making for Uncertain Times” captures our commitment to providing expert guidance and practical strategies in an ever- changing utility landscape. NewGen employs three of an elite group of fewer than 20 individuals nationwide who have earned the Accredited Senior Appraiser (ASA) designation in the Public Utilities from the American Society of Appraisers. PROJECT APPROACH NewGen proposes to perform a Fair Market Value (FMV) appraisal of the Assets and support the appraisal with testimony as needed. NewGen will rely on generally accepted valuation methods and procedures in conformance with the Uniform Standards of Professional Appraisal Practice (USPAP) as promulgated by the Appraisal Standards Board of the Appraisal Foundation. There are three generally accepted valuation approaches that can be used to estimate the FMV of the Assets: the Cost Approach; the Income Approach; and the Market Approach.  The Cost Approach analyzes various cost methods, such as the Original Cost Method and the Reproduction Cost Method. NewGen applies our expertise and delivers high-impact solutions through our diverse and integrated market perspectives— resulting in effective decision- making and implementation. Docusign Envelope ID: B05E95F1-4ACE-40E6-AF88-EA6B82219A19 ATTACHMENT A CITY OF CLEARWATER, FL SCOPE OF SERVICES FOR UTILITY APPRAISAL SERVICES 2 Thoughtful Decision Making for Uncertain Times  The Income Approach values the property by determining the current worth of prospective net earnings using a discounted cash flow analysis. This approach will inherently include the going concern value of the Assets.  The Market Approach assesses value based on recent sales of similar systems under similar circumstances. It is understood that the assets to be acquired will likely include all electric distribution facilities necessary to provide electrical service within the proposed Clearwater Municipal Electric Utility (MEU) service territory, which includes areas within and beyond the Clearwater municipal boundaries. The assets to be acquired will include all overhead and underground distribution lines, street lights and poles, connections to the transmission grid, distribution transformers, protection and sectionalizing equipment, voltage regulating equipment, customer meters, fiber and communications systems, and ancillary interests and appurtenances, as well as the property interests related to the facilities. Critically, NewGen does not appraise real estate, so the City will need to have any real property appraised by a qualified entity. NewGen will review the work product of the real estate appraiser and incorporate this into our appraisal, as appropriate. Scope of Work Task 1: Project Initiation and Data Collection After reviewing the work product of Barr Engineering, NewGen may develop a data request to cover desired data needed to complete the appraisal. We expect that some data may be available in the public domain; however, we understand that Duke Energy Florida may not be forthcoming with information in response to a data request. Therefore, to the extent necessary, NewGen will develop surrogate data or make reasonable assumptions where possible to compensate for any information not obtainable from Duke Energy Florida or in the public domain. Task 2: System Inventory, Cost Estimates, and Age NewGen will rely upon Barr Engineering’s work product, including an inventory of the existing assets segregated by type of facility (e.g., overhead or underground distribution, transformers, meters, substations, etc.), as well as unit cost estimates for reproduction cost new applicable to each of the types of facilities. To the extent that the age of facilities is not known (either from data provided by Duke Energy Florida or from an observable manufacturer’s label), the approximate age of facilities will be estimated by Barr Engineering. This estimate of age may need to be inferred from context clues, such as visible observation, prevalence of asset type over time, or surrounding infrastructure being served. For example, if a neighborhood was constructed in the 1980s, it can be reasonably inferred that the distribution system serving that neighborhood was constructed in the same timeframe. Task 3: Site Visit and Condition Assessment NewGen will tour a representative sample of the facilities to be acquired. This site visit will be limited to a visual and external observation for the purpose of assisting in forming an opinion as to whether the property has been maintained, preserved, and kept in good repair, working order, and condition. The review will not be of sufficient depth to reveal all conditions relating to safety or to conformance with agreements, codes, permits, rules, or regulations governing the design, construction, operation, and Docusign Envelope ID: B05E95F1-4ACE-40E6-AF88-EA6B82219A19 CITY OF CLEARWATER, FL SCOPE OF SERVICES FOR UTILITY APPRAISAL SERVICES Thoughtful Decision Making for Uncertain Times 3 maintenance of the property. If conditions are discovered during the field review that warrant further investigations, we will bring these to the attention of the City. Without Duke Energy Florida’s support, this work will be limited to areas that are accessible to the public and overhead facilities. Task 4: Estimate Value Under the Cost Approach NewGen will develop indicators of value using the Cost Approach. Barr Engineering will estimate the Reproduction Cost New for the Assets as of the valuation date. Reproduction cost is generally defined as the cost of reproducing a new replica of the property at current prices with the same or closely related materials. Replacement cost is generally defined as the current cost of a similar new property having the nearest equivalent utility as the property being appraised. While these two terms are often used interchangeably for appraisal purposes—as technology has not changed most utility property (especially electric distribution property)—there can be differences in equipment used over time. Thus, NewGen will work with Barr Engineering to ensure that the values estimated are reflective of reproduction cost. Using the results of the condition assessment and the approximate age of the facilities, NewGen will apply depreciation parameters (average service life, survivor curves, and net salvage rates) applicable to Duke Energy Florida to estimate the amount of physical depreciation present in the facilities. In addition, NewGen will assess the extent to which any functional obsolescence or economic obsolescence is present in the Assets, which were not considered in any preliminary work completed by NewGen. NewGen will then determine an independent estimate of the Reproduction Cost New Less Depreciation (RCNLD) value of the Assets by deducting the estimated depreciation discussed above from the estimated Reproduction Cost New. We will also determine the estimated Original Cost Less Depreciation (OCLD) value using appropriate construction cost indices based on the average age (vintage year) of the property to estimate the net book value of the Assets. Task 5: Estimate Value Under the Income Approach The development of the value for the Assets under the Income Approach will be based on a discounted cash flow (DCF) analysis. This method requires the development of a projection of revenues, expenses, capital expenditures, and resulting free cash flow. The DCF analysis will be performed under the assumption of a hypothetical buyer—specifically, a taxable entity (i.e., an investor-owned utility). Task 6: Estimate Value Under the Market Approach NewGen will review non-confidential information that is available to us, trade press articles, and other databases to help determine the sales prices for other electric distribution systems to form an indication of value for the Assets. Task 7: Estimation of Fair Market Value Taking into consideration all the indicators of value determined in the preceding tasks, NewGen will develop an opinion as to the FMV of the Assets as of the valuation date. While the exact definition of FMV can vary in different states or in different engagements, a common definition of FMV used in appraisals is as follows: The price, expressed in terms of cash equivalents, at which property would change hands between a hypothetical willing and able buyer and a hypothetical willing and able seller, acting Docusign Envelope ID: B05E95F1-4ACE-40E6-AF88-EA6B82219A19 ATTACHMENT A CITY OF CLEARWATER, FL SCOPE OF SERVICES FOR UTILITY APPRAISAL SERVICES 4 Thoughtful Decision Making for Uncertain Times at arm’s length in an open and unrestricted market, when neither is under compulsion to buy or sell and when both have reasonable knowledge of the relevant facts.1 Compensation under F.S.A. § 73.0175 “shall include the reproduction cost of the property sought to be appropriated less depreciation, together with going concern value, and, when less than the entire property is sought to be appropriated, any damages to the remainder caused by the taking.” Thus, NewGen’s appraisal will inform compensation appropriate under Florida statutes for the type of property to be acquired. Task 8: Reports NewGen will prepare an appraisal report documenting the basis for our opinion of the FMV of the Assets as of the valuation date. We will submit a draft of the report to the City for review and comment. Following receipt of comments, the final appraisal report will be prepared, incorporating comments on the draft report where appropriate. Direct testimony will be developed, as needed, to communicate the results of the appraisal in a litigated venue. Schedule of Work NewGen will commit the necessary resources to complete a draft of the appraisal for review and comment within six months of notice to proceed. FEE ESTIMATE The services outlined in the scope of work will be conducted on a time-and-expense basis and within the revised, amended Feasibility Study’s not-to-exceed contract value of $604,000. This revised contact value is inclusive of the development of direct testimony as needed to support the City’s acquisition of the Assets. However, this process may involve lengthy interactions with Duke Energy Florida during the lead- up to a trial. These post-appraisal activities might include responding to interrogatories, participating in depositions/hearings/trial, and conducting other tasks in support of the City. The estimated revised contract value above does not contemplate these post-appraisal tasks and, therefore, additional budget may be required to continue to support the City through a final determination of all issues. 1 Pratt, Shannon P., Robert F. Reilly, and Robert P. Schweihs. Valuing a Business: The Analysis and Appraisal of Closely Held Companies, Fourth Edition. New York: McGraw-Hill, 2000, Appendix A, International Glossary of Business Valuation Terms, page 913. See also American Society of Appraisers. Valuing Machinery and Equipment: The Fundamentals of Appraising Machinery and Technical System, Second Edition. Washington, DC: American Society of Appraisers, 2005, Glossary of Terms, page 566. Docusign Envelope ID: B05E95F1-4ACE-40E6-AF88-EA6B82219A19 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1012 Agenda Date: 10/15/2025 Status: Other CouncilVersion: 1 File Type: Council Discussion Item In Control: City Council Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Annual evaluation of the performance and salary of the City Manager. SUMMARY: Annual evaluation of the performance and salary of the City Manager pursuant to Council Rule 17. STRATEGIC PRIORITY: Superior Public Service - Promote a Diverse and Talented Workforce Through Competitive Opportunity, Employee Wellness, and Rewarding Career Growth Page 1 City of Clearwater Printed on 10/10/2025 FY 2026 Population Salary Match Notes CAPE CORAL 243,810 $314,205 City Manager Unknown increase CORAL SPRINGS 140,808 $290,000 City Manager Unknown increase HILLSBOROUGH CO 1,528,924 $375,034 County Administrator 4% increase for FY26 PINELLAS CO 971,875 $339,099 County Administrator 3% increase for FY26 (pending board approval) ORANGE CO.1,515,093 $354,245 County Administrator 5% increase for FY26 TAMPA 399,734 $191,942 Chief of Staff Unknown increase *strong Mayor structure ST. PETERSBURG 262,167 $262,047 City Administrator 2.5% increase for FY26 *strong Mayor structure ORLANDO 328,354 $295,714 Chief Admin Officer Unknown increase *strong Mayor structure TALLAHASSEE 200,606 $292,930 City Manager 4% increase for FY26 GAINESVILLE 146,104 $308,883 City Manager 3% increase for FY26 SARASOTA CO.450,374 $284,253 County Administrator Unknown until October LAKELAND 117,207 $258,005 City Manager 5% increase for FY26 HOLLYWOOD 156,757 $284,669 City Manager Unknown increase SARASOTA 55,718 $205,000 City Manager Unknown increase Average $289,716 75th Percentile $312,874 CLEARWATER $289,634 Compared to Average ($82)-0.03% Compared to 75th Percentile ($23,240)-7.43% Data minus the County jurisdictions Population Salary Match CAPE CORAL 243,810 $314,205 City Manager TAMPA 399,734 $191,942 Chief of Staff *strong Mayor structure ST. PETERSBURG 262,167 $262,047 City Administrator *strong Mayor structure ORLANDO 328,354 $295,714 Chief Admin Officer *strong Mayor structure TALLAHASSEE 200,606 $292,930 City Manager GAINESVILLE 146,104 $308,883 City Manager LAKELAND 117,207 $258,005 City Manager HOLLYWOOD 156,757 $284,669 City Manager SARASOTA 59,117 $205,000 City Manager Average $268,155 75th Percentile $295,714 CLEARWATER $289,634 265,905 Compared to Average $21,479 8.01% Compared to 75th Percentile ($6,080)-2.10% City Manager City Manager David M. Overall Score City Attorney Performance Evaluation 1= Minimally Effective — Immediately work to improve performance in this competency area. 2 = Mostly Effective — Mostly meets the expected level of performance in this competency area and exhibits room for improvement. 3 = Effective — Consistently meets the expected level of performance in the competency area. 4 = Consistently exhibits the highest level of performance. Sets a new Standard. City Attorney Performance Evaluation City Attorney Evaluation Overall Score: Sks V • 4 Q v c(0 c JCQ!'e Comments: J What competencies did you consider when evaluating the City Attorney: City Council Member Signature: Date: I C) 4 1 5 Potential Competencies & Scoring Rubric — City Attorney Choose competencies which you consider important when evaluating the City Attorney. Choose as many or as few of the areas as you desire. Score the competencies using the following scale: 1= Minimally Effective — Immediately work to improve performance in this competency area. 2 = Mostly Effective — Mostly meets the expected level of performance in this competency area and exhibits room for improvement. 3 = Effective — Consistently meets the expected level of performance in the competency area. 4 = Consistently exhibits the highest level of performance. Sets a new Standard. In'vidual Characteristics Diligent and thorough in the discharge of duties, "self-starter" Exercises good judgment Displays enthusiasm, cooperation, and will to adapt Mental and physical stamina appropriate for the position 3 Exhibits composure, appearance, and attitude a propriate f.. executive position Add the values from above and enter the subtotal _ 5 = ^ _. . core for this category Prgfessional Skills and Status r} Maintains knowledge of current developments affecting the practice of local government management Knowledge of Policies/Procedures/Regulations/Charter Demonstrates a capacity for innovation and creativity Anticipates and analyzes problems to develop effective approaches for solving them Willing to try new ideas proposed by governing body members and/or staff Sets a professional example by handling affair f the public ffice in a fair and impartial manner Add the values from above and enter the subtotal _ 6 = score for this category ReJtions with Council Members Carries out directives of the Council as a whole as opposed to those of any one member or minority group Sets meeting agendas that reflect the guidance of the council and avoids unnecessary involvement in administrative actions 3 Disseminates complete and accurate information equally to all members in a timely manner Assists by facilitating decision making without surprising authority Responds well to requests, advice, and construc ve criticism Add the values from above and enter the subtotal _ 5 = 2 score for this category Policy Execution 3Implements governing body actions in accordance with the intent of council 0,3, Supports the actions of the council after a decision has been reached, both inside and outside the organization Understands, supports, and enforces local government's laws, policies, and ordinances 3Reviews ordinance and policy procedures periodically to suggest improvements to their k4effectiveness Offers workable alternatives to the council for changes in law or policy when an existing policy or ordinance is no longer practical Add the values from above and enter the subtotal _ 5 =1.4 score for this category Communication Communicates effectively with Council, staff, and the community Answers are provided in a timely and understandable manner Timelines for follow-up to requests are clearly communicated Maintains poise and composure while presenting in emotionally charged and crisis situations Maintains confidentiality regarding all matters discussed with the Mayor, Council Members, City Manager, and staff Add the values from above and enter the subtotal , _ 5 = score for this category Leg(Consultation Provides an efficient and effective knowledge of the City's Code and regulations 3 Provides an efficient and effective knowledge of other government regulations and case law regarding municipal government and issues facing the City 1 Provides advice that considers the overall goals and objectives of the City Provides the scope of legal expertise necessary to meet the City's needs on issues that arise Proactively identifies potential issues when he is aware of them to avoid problems from occuring Provides alternative and innovative solutions to known problems Add.the values from above and enter the subtotal ab _ 6 = a score for this category L al Representation Represents the interests of the City as directed by the City Council Effectively achieves the best possible legal outcomes for the City's interests given the issues that arise a Represents the City in a professional and ethical manner S Is impartial and objective in his duties and responsibilities 3 Estimates of legal impacts are reasonably accuiro, on a consistent basis Add the values from above and enter the subtotal 0 = 5 = score for this category Staff Work 9 Prepares ordinances, resolutions, contracts, and other legal work accurately and consistent with the direction and objectives communicated by the City Council and City Manager EL Maintains good working relationships and serves as an effective member of the management team Accurately identifies and addresses all legal issues within documents and items he reviews Displays a positive attitude in carrying out his responsibilities and responding to requests Is successful in accomplishing objectives prev' sly esta 'sh d Add the values from above and enter the subtotal '1 _ 5 = dascore for this category C/Fiscal Accountability and Control Regular legal activities are achieved within budgetary goals and limits Effective in minimizing legal costs by limiting tasks to those regarding legal issues and utilizing City t y in-house staff, when possible, to perform administrative and other functions Develops and utilizes standard forms where possible to minimize preparation of legal documentation Legal tasks are performed with appropriate authorization according to established procedures and 4 contract requirements Costs are effectively managed and controlled given the issues, assignments, and requests made to the City Attorney Add the values from above and enter the subtotal 5 = 3 score for this category Responsiveness/Timeliness of Actions Requested legal work and assignments are completed in a timely manner within established time 3 frames City Attorney is accessible to Council when needed for legal information and assistance Legal review and requests for information are completed in time to avoid delays to City projects and programs Follows -up effectively to requests that are made by Council Accurately interprets and clarifies the City Council and City Manager direction Add the values from above and enter the subtotal if _ 5 = _y score for this category City Attorney Performance Evaluation Overall Score 1= Minimally Effective — Immediately work to improve performance in this competency area. 2 = Mostly Effective — Mostly meets the expected level of performance in this competency area and exhibits room for improvement. 3 = Effective — Consistently meets the expected level of performance in the competency area. 4 = Consistently exhibits the highest level of performance. Sets a new Standard. City Attorney Performance Evaluation City Attorney Evaluation Overall Score: 3 • Comments: MC? c{ ('i ilf\) bik 1 S C ots t-t'tt-t fl -J (htA5t- To Apo t c Lam. 61n- w Flo L w >c1 L4 DISC- o,.)- 0rvt- e&A-1, (.04, TO Uci)( A fl) t (Cr( 4 Lys) L u) at- t ._ N _d1 r4 . N -`c. a amort i5 fk-1-101-19 1.4-&t) v 25 [A) tfier,..) G4 d. C . i c Q 0116E, • tt) t _i3i . Ifs -1 &,c t(J Colo c,4.R S Pr hh s Cot 1— tk-tt t)11 4 blit `zL. e_.414 Deeit -a reit e #ifl 1-1 z C SI tz0344 14'N Cr No Lt f .i, __1 5 . sir trii Ler-4 (r X46 n-> I v 1 c 1(r{ -t C iu /k /YI AA) 'M & Po5 t T -t J cc f F Ss cv a AI_ Mssz ITIp? . What competencies did you consider when evaluating the City Attorney: 1.Is 01.— ij `fi r C444- i FI c it -n o.J i m v cu PAL l.w ekr 5 W III !o 'rc L i, & nJ t Crt-T • . AI . 1 laic. 11( ma lir 11 har City Council Member Signature: V/1117_4 Date: 10 I 15 } Zj Potential Competencies & Scoring Rubric — City Attorney Choose competencies which you consider important when evaluating the City Attorney. Choose as many or as few of the areas as you desire. Score the competencies using the following scale: 1= Minimally Effective — Immediately work to improve performance in this competency area. 2 = Mostly Effective — Mostly meets the expected level of performance in this competency area and exhibits room for improvement. 3 = Effective — Consistently meets the expected level of performance in the competency area. 4 = Consistently exhibits the highest level of performance. Sets a new Standard. Individual Characteristics 3 Diligent and thorough in the discharge of duties, "self-starter" Exercises good judgment Displays enthusiasm, cooperation, and will to adapt Mental and physical stamina appropriate for the position ti— Exhibits composure, appearance, and attitude appropriate for executive position Add the values from above and enter the subtotal 1 _ 5 = 3. score for this category Prrossional Skills and Status Maintains knowledge of current developments affecting the practice of local government imanagement Knowledge of Policies/Procedures/Regulations/Charter Demonstrates a capacity for innovation and creativity Anticipates and analyzes problems to develop effective approaches for solving them Willing to try new ideas proposed by governing body members and/or staff Sets a professional example by handling affairs of the public office in a fair and impartial manner Ad the values from above and enter the subtotal 2.'5 = 6 =3.g score for this category e Rons with Council Members Carries out directives of the Council as a whole as opposed to those of any one member or minority group 41 Sets meeting agendas that reflect the guidance of the council and avoids unnecessary 4 involvement in administrative actions Disseminates complete and accurate information equally to all members in a timely manner Assists by facilitating decision making without surprising authority 3 Responds well to requests, advice, and constructive criticism Add the values from above and enter the subtotal 1( : 5 = 3 to score for this category Pol Execution Implements governing body actions in accordance with the intent of council Supports the actions of the council after a decision has been reached, both inside and outside the organization 3 Understands, supports, and enforces local government's laws, policies, and ordinances Reviews ordinance and policy procedures periodically to suggest improvements to their I/ effectiveness Offers workable alternatives to the council for changes in law or policy when an existing policy or ordinance is no longer practical Add the values from above and enter the subtotal - 5 = 3,R score for this category Communication 3 Communicates effectively with Council, staff, and the community Answers are provided in a timely and understandable manner Timelines for follow-up to requests are clearly communicated Maintains poise and composure while presenting in emotionally charged and crisis situations Maintains confidentiality regarding all matters discussed with the Mayor, Council Members, City Manager, and staff Add the values from above and enter the subtotal 19 : 5 = 3 • 1.. score for this category Leg,I Consultation 4- Provides an efficient and effective knowledge of the City's Code and regulations 3 Provides an efficient and effective knowledge of other government regulations and case law regarding municipal government and issues facing the City Provides advice that considers the overall goals and objectives of the City Provides the scope of legal expertise necessary to meet the City's needs on issues that arise 4 Proactively identifies potential issues when he is aware of them to avoid problems from occuring 3 Provides alternative and innovative solutions to known problems Add the values from above and enter the subtotal -1 _ 6 = 3. score for this category Legal Representation 3 Represents the interests of the City as directed by the City Council Effectively achieves the best possible legal outcomes for the City's interests given the issues that arise Represents the City in a professional and ethical manner Is impartial and objective in his duties and responsibilities 3 Estimates of legal impacts are reasonably accurate on a consi tent basis Add the values from above and enter the subtotal _ 5 ='3, score for this category Staff Work T Prepares ordinances, resolutions, contracts, and other legal work accurately and consistent with the direction and objectives communicated by the City Council and City Manager 3 Maintains good working relationships and serves as an effective member of the management team diAccurately identifies and addresses all legal issues within documents and items he reviews Displays a positive attitude in carrying out his responsibilities and responding to requests Is successful in accomplishing objectives previously establis d Add the values from above and enter the subtotal (7 _ 5 = score for this category Cost/Fiscal Accountability and Control 3 Regular legal activities are achieved within budgetary goals and limits 3 Effective in minimizing legal costs by limiting tasks to those regarding legal issues and utilizing City in-house staff, when possible, to perform administrative and other functions 3 Develops and utilizes standard forms where possible to minimize preparation of legal documentation 3 Legal tasks are performed with appropriate authorization according to established procedures and contract requirements Costs are effectively managed and controlled given the issues, assignments, and requests made to the City Attorney Add the values from above and enter the subtotal 15- 5 = 3 score for this category Resdonsiveness/Timeliness of Actions Requested legal work and assignments are completed in a timely manner within established time frames City Attorney is accessible to Council when needed for legal information and assistance Legal review and requests for information are completed in time to avoid delays to City projects and programs 4th Follows-up effectively to requests that are made by Council Accurately interprets and clarifies the City Council and City I lanager direction e values from above and enter the subtotal 20= 5 = core for this category Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-1013 Agenda Date: 10/15/2025 Status: Other CouncilVersion: 1 File Type: Council Discussion Item In Control: City Council Agenda Number: 9.2 SUBJECT/RECOMMENDATION: Annual evaluation of the performance and salary of the City Attorney. SUMMARY: Annual evaluation of the performance and salary of the City Attorney pursuant to Council Rule 17. STRATEGIC PRIORITY: Superior Public Service - Promote a Diverse and Talented Workforce Through Competitive Opportunity, Employee Wellness, and Rewarding Career Growth Page 1 City of Clearwater Printed on 10/10/2025 FY 2026 Population w/ ANTIC. INCR MATCH Notes CAPE CORAL 243,810 $320,610 City Attorney Unknown increase CORAL SPRINGS 140,808 $347,149 City Attorney Unknown increase HILLSBOROUGH CO 1,528,924 $298,522 County Attorney 4% increase for FY26 PINELLAS CO 971,875 $288,581 County Attorney 3% increase for FY26 (pending board approval) ORANGE CO.1,515,093 $347,889 County Attorney 5% increase for FY26 TAMPA 399,734 $255,840 City Attorney Unknown increase ST. PETERSBURG 262,167 $276,057 City Attorney 2.5% increase for FY26 ORLANDO 328,354 Outsourced TALLAHASSEE 200,606 $239,710 City Attorney 4% increase for FY26 GAINESVILLE 146,104 $247,994 City Attorney 3% increase for FY26 SARASOTA CO.450,374 $262,954 County Attorney Unknown until October LAKELAND 117,207 $238,180 City Attorney 4.5% increase for FY26 HOLLYWOOD 156,757 $278,000 City Attorney Unknown increase SARASOTA 55,718 Uses an external Firm Average $283,457 75th Percentile $304,044 CLEARWATER $279,230 Compared to Average ($4,227)-1.49% Compared to 75th Percentile ($24,814)-8.16% Data minus the County jurisdictions Population w/ ANTIC. INCR MATCH CAPE CORAL 243,810 $320,610 City Attorney TAMPA 399,734 $255,840 City Attorney ST. PETERSBURG 262,167 $276,057 City Attorney ORLANDO 328,354 TALLAHASSEE 200,606 $239,710 City Attorney GAINESVILLE 146,104 $247,994 City Attorney LAKELAND 117,207 $238,180 City Attorney HOLLYWOOD 156,757 $278,000 City Attorney SARASOTA 55,718 Average $265,199 75th Percentile $277,029 CLEARWATER $279,230 Compared to Average $14,031 5.29% Compared to 75th Percentile $2,201 0.79% City Attorney City Attorney Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0811 Agenda Date: 10/15/2025 Status: Other CouncilVersion: 1 File Type: Council Discussion Item In Control: City Council Agenda Number: 9.3 SUBJECT/RECOMMENDATION: Approve City Manager 2026 Goals. SUMMARY: Page 1 City of Clearwater Printed on 10/10/2025 Clearwater City Manager 2026 Goals Clearwater City Manager Jennifer Poirrier Period covering: 10-25 thru 9-26 Goal #1 Work with stakeholders to create and implement economic opportunities for Clearwater. Specific: Continue to collaborate with the County to create a comprehensive plan regarding their vacated properties that supports job creation, private investment, broadened tax base, and economic opportunities in Clearwater. Create alignment between economic development/housing’s work plan, policies/practices with organizational objectives. Develop and engage relationships within the region to foster and implement opportunities across the city. Measurable: Will collaborate with the County’s task force and consultants, guiding the City’s task force to support outcomes aligned with our strategic plan and objectives, and will keep stakeholders updated and engaged. Will fill key positions to create a cohesive team that will meet organizational objectives timely. Will lead, engage, coordinate with staff and key stakeholders to attract, evaluate and implement viable economic opportunities. Achievable: By the end of the FY, an RFP for developers for the Pinellas County properties sites will be posted our team will have suggestions for code amendments/changes to be presented to Council in response to the responses to the RFP. Key positions in economic development will be filled and or repurposed to align with organizational strategies and goals. All economic development opportunities will be fully leveraged, by maximizing resources and partnerships to ensure sustainable growth and long-term success for the city. Relevant: One of our top priorities listed in our strategic plan goal is to foster a prosperous and enduring economy that promotes opportunities for all, under that goal the objectives are outlined that will be adhered to in this project. With the number and significance of current economic opportunities and the filling of key positions, this goal will touch every major objective in our strategic plan. Timely: This project while extend over several years (this is the second year), but there will be strategic milestones achieved during this review period. Goal #2 Implementation of Strategic Plan Specific: We will implement the strategic priorities into the budget, ensuring appropriately resourced and complete those goals (see work plan from FY 24/25 and will attach new plan at conclusion of strategy sessions in 2026.) Measurable Proposed budget will be developed from the strategic planning session that align with Council strategic priorities and direction. Projects brought forward to Council will have strategic objectives identified, as per the work plan from 24/25 and new plan that will be developed in 2026. Achievable: Strategic planning sessions to include a new work plan will begin in January. Budget will be presented in July/August with the strategic priorities listed and funded. Priorities will be moved forward towards completion. Relevant: Council and staff dedicated significant time and resources to developing the Strategic plan, it was unanimously adopted and annually will be updated with a priority list that will be implemented via the budget process. Timely: The work plan has timelines built in, that can be reviewed for timeliness at conclusion of evaluation period. Goal #3 Provide direction and leadership focused on transparency, accountability, and efficiency with a focus on communications and becoming a premier employer and community. Specific: We will create, implement and train on meaningful policies/best practices that speak to accountability and efficiency. We will finalize the development and implementation of departmental dashboards throughout the organization and establish key benchmarking opportunities to measure our progress and report on such. By January 2027 we will have completed the innovation project as a result of the Bloomberg/Harvard City Leadership Initiative. We will maintain the pay and class plan with demonstrated impacts on recruitment/retention and be able to report on those impacts. We will continue development training for succession planning. City Administration and senior executive team will be assessable and visible to the community. Measurable: Final dashboards will be developed and launched on our website, Bloomberg/Harvard Leadership Innovation project will be substantially completed, pay and class plan will be maintained via budget and police and fire contract completion, executive leadership academy will continue with its second class reporting back, and community/employee engagement will have occurred with reportable updates distributed. Presentation on implemented/in process AI tools will be conducted prior to FY end. Achievable: All items listed speak to the strategic plan and will be brought forward to Council, and or are resourced for implementation. Relevant: Council and staff dedicated significant time and resources to developing the Strategic plan, it was unanimously adopted along with a priority list that can now be implemented. This goal specifically speaks to multiple priorities with High Performing Government, Community Well- Being, and Superior Public Service. Timely: All items will be developed/presented by October. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#25-0812 Agenda Date: 10/15/2025 Status: Other CouncilVersion: 1 File Type: Council Discussion Item In Control: City Council Agenda Number: 9.4 SUBJECT/RECOMMENDATION: Approve City Attorney 2026 Goals. SUMMARY: Page 1 City of Clearwater Printed on 10/10/2025 City Attorney performance goals for FY25-26 Preliminary comment: The City Council’s current rules require the City Manager and City Attorney to each suggest one to three goals for the next fiscal year. Two goals are offered below for Council’s consideration. Goal #1: successfully conclude the sale of the City’s old City Hall parcel to Gotham, or ensure that any extensions are properly obtained. Specific: this goal relates specifically to Gotham’s real estate purchase of the old City Hall location. Measurable: the success of the old City Hall parcel will be measured by closing successfully by March 1, 2026. If the closing conditions cannot or do not occur, the City Attorney will ensure that any extensions occur in the manner the City and the Buyer had previously agreed upon. Achievable: like any seller of real estate, the City does not control the buyer. However, the City can ensure that its own conditions precedent to sale have been satisfied, and that closing occurs if and when all conditions are met. In addition, if Gotham is unable to close by March 1, 2026, the City Attorney can ensure that any extensions align with the agreement Council approved. Relevant: preparing and approving contracts is a core function of the City Attorney’s Office. In addition, providing assistance in real estate transactions, negotiating various contractual terms between parties, and creating legal documents of a complex or unique nature are listed as essential job functions in the City Attorney’s job description. Time-bound: by March 1, 2026, the City Attorney’s Office will either ensure a successful closing or ensure that arrangements have been made for an extension under the terms that Council previously approved. Goal #2: conclude certain litigation matters in a manner beneficial to the City. Specific: although litigation is a normal and expected component of government practice, this year’s goal focuses on resolving a handful of particular matters. These cases have been discussed with Councilmembers via 1 on 1 meetings. Measurable: the success of this goal will be measured by the number of these matters that produce satisfactory outcomes for the City, or at least appear on track to do so. Achievable: litigators do not control opposing counsel or the judiciary. This goal is therefore qualified to the extent that we seek to influence those matters that we control, or at least those we can influence. Relevant: ensuring the City is properly represented in litigation is a core function of the City Attorney’s Office, per the City Charter. Prioritizing certain cases within the litigation realm is a subset of that function. Time-bound: the City Attorney aims to accomplish this goal by the end of the next fiscal year.