Loading...
HomeMy Public PortalAbout6272022 City Council Agenda PacketONE in CITY w.�. ONE MISSION CITY OF CRESTVIEW COUNCIL CITY COUNCIL AGENDA June 27, 2022 6:00 p.m. Council Chambers The Public is invited to view our meetings on the City of Crestview Live stream at https://www.cityofcrestview.org or the City of Crestview Facebook Page. You may submit questions on any agenda item in advance (by 3:00 p.m. the day of the meeting, please) to cityclerk@cityofcrestview.org. 1. Call to Order 2. Invocation, Pledge of Allegiance 2.1. Pastor Jeff Childers, the Shepherd's Church 3. Open Policy Making and Legislative Session 4. Approve Agenda 5. Presentations and Reports 6. Consent Agenda 6.1. Approval of May 23, 2022 City Council minutes 6.2. Approval of June 13, 2022 City Council Minutes 6.3. Budget Amendment 6.4. Purchase of three zero turn mowers through State Contract from Crestview Ready Rent & Sales 6.5. Purchase of Slope Mowers through State Sheriffs Assoc Contract 7. Public Hearings / Ordinances on Second Reading 7.1. Ordinance 1875 7.2. Ordinance 1876 7.3. Ordinance 1877 7.4. Ordinance 1878 7.5. Ordinance 1879 7.6. Ordinance 1880 7.7. Ordinance 1881 - John King Road Annexation - John King Road Comprehensive Plan Amendment - John King Road Rezoning - Williams Avenue East Annexation - Williams Avenue East Comprehensive Plan Amendment - Williams Avenue East Rezoning - Robinson Avenue East Vacation 8. Ordinances on First Reading Page 1 of 596 9. Resolutions 10. Action Items 10.1. Salary - Budget 11. City Clerk Report 12. City Manager Report 13. Comments from the Mayor and Council 14. Comments from the Audience 15. Adjournment The Presentations section is for items that were submitted by a citizen or group of Citizens no later than the Wednesday 2 weeks prior to the meeting to the Clerk's office for approval. These items will be scheduled under the section titles Presentations and Reports. Supporting documents must be submitted at this time to be on the regular agenda. All Action Items are for staff and elected officials only and must be submitted for approval no later than the Wednesday 10 days prior to the meeting. Those not listed on the regular agenda who wish to address the council should fill out a yellow card. The card must be submitted to the City Clerk. Speaking time should be three minutes or less, large groups may designate a spokesperson. All remarks should be addressed to the Council as a whole and not to individual members. All meeting procedures are outlined in the Meeting Rules and Procedures brochure available outside the Chambers. Florida Statute 286.0105. Notices of meetings and hearings must advise that a record is required to appeal. Each board, commission, or agency of this state or of any political subdivision thereof shall include in the notice of any meeting or hearing, if notice of the meeting or hearing is required, of such board, commission, or agency, conspicuously on such notice, the advice that, if a person decides to appeal any decision made by the board, agency, or commission with respect to any matter considered at such meeting or hearing, he or she will need a record of the proceedings, and that, for such purpose, he or she may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based. The requirements of this section do not apply to the notice provided in s. 200.065(3). In accordance with Section 286.26, F.S., persons with disabilities needing special accommodations, please contact Maryanne Schrader, City Clerk at cityclerk@cityofcrestview.org or 850- 628-1560 option2 within 48 hours of the scheduled meeting. Any invocation that is offered before the official start of the City Council meeting shall be the voluntary offering of a private person, to and for the benefit of the City Council. The views or beliefs expressed by the invocation speaker have not been previously reviewed or approved by the City Council or the city staff, and the City is not allowed by law to endorse the religious beliefs or views of this, or any other speaker. Persons in attendance at the City Council meeting are invited to stand during the opening invocation and Pledge of Allegiance. However, such invitation shall not be construed as a demand, order, or any other type of command. No person in attendance at the meeting shall be required to participate in any opening invocation that is offered. A person may exit the City Council Chambers and return upon completion of the opening invocation if a person does not wish to participate in or witness the opening invocation. Page 2 of 596 CITY OF CRESTVIEW Item # 6.1. Staff Report CITY COUNCIL MEETING DATE: June 27, 2022 TYPE OF AGENDA ITEM: Action Item TO: Mayor and City Council CC: City Manager, City Clerk, Staff and Attorney FROM: Maryanne Schrader, City Clerk DATE: 6/13/2022 SUBJECT: Approval of May 23, 2022 City Council minutes BACKGROUND: Draft minutes were distributed prior to the meeting. DISCUSSION: Routine approval of regular meeting minutes. GOALS & OBJECTIVES This item is consistent with the goals in A New View Strategic Plan 2020 as follows; Foundational- these are the areas of focus that make up the necessary foundation of a successful local government. Financial Sustainability- Achieve long term financial sustainability Organizational Capacity, Effectiveness & Efficiency- To efficiently & effectively provide the highest quality of public services Infrastructure- Satisfy current and future infrastructure needs Communication- To engage, inform and educate public and staff Quality of Life- these areas focus on the overall experience when provided by the city. Community Character- Promote desirable growth with a hometown atmosphere Safety- Ensure the continuous safety of citizens and visitors Mobility- Provide safe, efficient and accessible means for mobility Opportunity- Promote an environment that encourages economic and educational opportunity Play- Expand recreational and entertainment activities within the City Community Culture- Develop a specific identity for Crestview FINANCIAL IMPACT n/a RECOMMENDED ACTION Page 3 of 596 Motion to approve the City Council regular meeting minutes of May 23, 2022. Attachments 1. 05232022 City Council Minutes Draft Page 4 of 596 City Council Minutes - Draft May 23, 2022 6:00 p.m. Council Chambers 1. Ca11 to Order The Regular Meeting of the Crestview City Council was called to order at 6:00 p.m. by Mayor JB Whitten. Board members present: Mayor Pro-Tem Andrew Rencich, Council members: Shannon Hayes, Doug Capps, Cynthia Brown, and Joe Blocker. Also present: City Manager Tim Bolduc, City Clerk Maryanne Schrader, City Attorney Jon Holloway, and various staff members. 2. Invocation, Pledge of Allegiance 2.1. Pastor Jagger Eastman - Crosspoint South The Invocation and Pledge of Allegiance was led by Pastor Jagger Eastman of Crosspoint South. 3. Open Policy Making and Legislative Session Mayor JB Whitten went over the rules and procedures of the meeting. 4. Approve Agenda Mayor JB Whitten asked that the agenda be amended to include an additional appointee for the Crestview Housing Authority Board. Mayor JB Whitten called for action. Motion by Councilmember Joe Blocker and seconded by Councilmember Shannon Hayes to approve the agenda, as amended. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 5. Presentations and Reports 6. Consent Agenda Mayor JB Whitten called for action. Motion by Councilmember Cynthia Brown and seconded by Councilmember Andrew Rencich to approve the Consent Agenda, as presented. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 6.1. MOA for Rabies Control Program 6.2 Approval of May 9, 2022 City Council Minutes 7. Resolutions/ Public Hearing 7.1. Public Hearing and Reading of Resolution 2022-15 - Foxwood Addition Water Acquisition Senior Planner Nicholas Schwendt reviewed the assessment which the County provided. He mentioned the city is the only provider for water and sewer services, so this acquisition will allow for the County to focus their resources on the expanded utility system. The County asked for the 11 Page Page 5 of 596 transition to transfer the utility system. The city has provided a plan to purchase the water utility assets in the public interest at the purchase price of $327,500 over a five-year term. Funding is available in ARPA monies, impact fees or current financing. City Manager Tim Bolduc said he received several questions and provided answers. We are purchasing this as we already have the area annexed into the city except for a small area. The County does not have sewer in the small area. When we picked up the older portion of Foxwood, we learned that we would have had to run a line but by acquiring the County's existing line as it is for efficiencies for both the city and County. The residents will receive two bills and there will be no impact to the residents, as the rate is based on the County water rates. As part of the agreement, the bill will not increase. This is not an involuntary annexation; however, the neighborhood may want to annex in the future. Sewer will be available for the Foxwood addition and eventually Foxwood. Senior Planner Nicholas Schwendt asked the City Clerk to read the Resolution. City Clerk Maryanne Schrader read the Resolution by title: A Resolution of the City Council of the City of Crestview, Florida, Directing and Authorizing the Acquisition of Substantially all of the Assets Comprising the Water Utility System at the Foxwood Addition Subdivision in Crestview Owned by Okaloosa County, Florida; Finding that the Acquisition is in the Public Interest and Serves a Paramount Public Purpose; Approving and Authorizing the Mayor to Execute the Interlocal Agreement of Purchase and Sale; Approving and Authorizing the Execution of Acquisition Closing Documents; and Providing for Applicability and an Effective Date. Mayor J.B. Whitten asked for comment from the public. Mr. Marquis Salley asked about the cost to the residents, and he asked if the residents will be asked to connect to sewer at a future time and whether they will have to pay for the connection. City Manager Tim Bolduc explained we will eventually have sewer to the area, but the city will not require the residents to connect. He added there are grant opportunities to pay for the connection fees. Scott Williams voiced concern regarding hidden fees. City Manager Tim Bolduc said if the Council approves, we will not charge a rate more than the County charges. There are no hidden fees. Scott Williams asked about the current pricing, and City Manager Tim Bolduc said we would have to match it indefinitely. The city fees are lower currently, and the city is not going to charge an out of city rate. In response to Bob Moreno, City Manager Tim Bolduc replied we approached the County because it is more efficient. Mr. Moreno stated he does not see the urgency. Kimberly Moreno asked if we would have to connect to the sewer system, and City Manager Tim Bolduc said we are not requiring the residents to connect to sewer if the septic system is operating. However, the law states if the septic system fails, you have to connect. Mayor JB Whitten called for action. Motion by Councilmember Shannon Hayes and seconded by Councilmember Andrew Rencich to approve Resolution 2022-15 and approve Mayor Whitten to execute the agreement. Page 6 of 596 Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 8. Public Hearings / Ordinances on Second Reading 8.1. Ordinance 1862 - Antioch Road Comprehensive Plan Amendment Mayor JB Whitten opened the Hearing at 6:26 p.m. Senior Planner N. Schwendt stated this is the first reading of Ordinance 1862 - Antioch Road Comprehensive Plan Amendment. The area is in an unincorporated area. Since it was over 50 acres, the ordinance had to be sent to the State and other agencies for approval. The property is vacant, and a development plan has not been received. Senior Planner Nicholas Schwendt asked the City Clerk to read the ordinance. City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance of the City of Crestview, Florida, Amending its Adopted Comprehensive Plan; Providing for Authority; Providing for Findings of Fact; Providing for Purpose; Providing for Changing the Future Land Use Designation from Okaloosa County Agriculture and Low Density Residential to Mixed Use (Mu) on Approximately 58.55 Acres, More or Less, in Sections 23 and 26, Township 3 North, Range 24 West; Providing for Future Land Use Map Amendment; Providing for Severability; Providing for Scrivener's Errors; Providing for Liberal Interpretation; Providing for Repeal of Conflicting Codes and Ordinances; and Providing for an Effective Date. Mayor JB Whitten asked for comment from the Council. Mayor JB Whitten asked for public comment, and in hearing none, closed the Public Hearing at 6:30 p.m. and called for action. Motion by Councilmember Andrew Rencich and seconded by Councilmember Joe Blocker to approve Ordinance 1862 on 2nd reading for final adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 8.2. Ordinance 1863 - Antioch Road Rezoning City Attorney Jon Holloway swore in Senior Planner N. Schwendt at 6:31 p.m. Senior Planner Nicholas Schwendt stated this is the first reading of Ordinance 1863 — Antioch Road Rezoning and asked to have the staff report entered into the record: On March 7, 2022, staff received an application to annex and to amend the comprehensive plan and zoning designations for property located on Antioch Road. The subject property is currently located within unincorporated Okaloosa County with future land use designations of Agriculture and Low Density Residential, and zoning designations of Agriculture and Residential -1. The application requests the Single and Multi -Family Density Dwelling District (R-3) zoning designation for the property. The Planning and Development Board recommended approval on April 4, 2022, and the first reading was approved by the City Council on April 11, 2022. Senior Planner Nicholas Schwendt asked the City Clerk to read the ordinance. City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance of the City of Crestview, Florida, Providing for the Rezoning of 58.55 Acres, More or Less, of Real Property, Located in Sections 23 and 26, Township 3 North, Range 24 West, From the Okaloosa County Agriculture and Page 7 of 596 Residential -1 Zoning District to the Single and Multi -Family Density Dwelling District (R-3) Zoning District; Providing for Authority; Providing for the Updating of the Crestview Zoning Map; Providing for Severability; Providing for Scrivener's Errors; Providing for Liberal Interpretation; Providing for Repeal of Conflicting Codes and Ordinances; and Providing for an Effective Date. Mayor JB Whitten asked for comment from the Council. City Attorney J. Holloway asked Council if there were any ex parte communications and determined there were none. Mayor JB Whitten asked for public comment and in hearing none, he closed the Public Hearing at 6:33 p.m. and called for action. Motion by Councilmember Cynthia Brown and seconded by Councilmember Shannon Hayes to approve Ordinance 1863 on 2nd reading for final adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 8.3. Ordinance 1871 - Antioch Road Annexation Senior Planner N. Schwendt explained this is the first reading of Ordinance 1871, Antioch Road Annexation. He went over the details on the Future Land Use amendment and rezoning and asked that the staff report be entered into the record: On April 12, 2022, staff received an application to annex and to amend the comprehensive plan and zoning designations for property located at 4928 Antioch Road. The subject property is currently located within unincorporated Okaloosa County with a future land use and zoning designation of Low Density Residential and Residential -1, respectively. The Planning and Development Board recommended approval of the request on May 2, 2022, by a unanimous vote. The first reading was approved by the City Council on May 9, 2022. The golf course is currently zoned for public use but is being used as commercial. Senior Planner N. Schwendt asked the City Clerk to read the ordinance. City Clerk Maryanne Schrader read Ordinance 1871 by Title: An Ordinance Annexing to the City of Crestview, Florida, ± 12.48 Acres of Contiguous Lands Located In Section 26, Township 3 North, Range 24 West, and Being Described as Set Forth Herein; Providing For Authority; Providing For Land Description; Providing For Boundary; Providing For Land Use and Zoning Designation; Providing For Amendment to the Base, Land Use and Zoning Maps; Providing For a Comprehensive Plan Amendment; Providing For Filing with the Clerk of Circuit Court of Okaloosa County, the Chief Administrative Officer of Okaloosa County and the Florida Depailiuent of State; Providing For Severability; Providing For Scrivener's Errors; Providing For Liberal Interpretation; Providing For Repeal of Conflicting Codes and Ordinances; and Providing For an Effective Date. Mayor JB Whitten asked for comment from the Council. Mayor JB Whitten asked for public comment. Chris Linnan voiced concern about the sewer. City Manager Tim Bolduc said the sewer will be available by the end of the year. Bob Moreno said he is the pastor of the Antioch Baptist Church and asked about the location, and City Manager Tim Bolduc responded the sewer is north of the Church. Page 8 of 596 Mayor JB Whitten closed the Public Hearing at 6:41 p.m. and called for action. Motion by Councilmember Douglas Capps and seconded by Councilmember Shannon Hayes to approve Ordinance 1871 on 2nd reading for final adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 8.4. Ordinance 1872 - Antioch Road Comprehensive Plan Amendment Senior Planner N. Schwendt went over the first reading of Ordinance 1872 — Antioch Road Comprehensive Plan Amendment. We do not have a development order for the property. Traffic mitigation will be reviewed upon receipt. Senior Planner N. Schwendt asked the City Clerk to read the Ordinance 1872. City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance of the City of Crestview, Florida, Amending Its Adopted Comprehensive Plan; Providing for Authority; Providing for Findings of Fact; Providing for Purpose; Providing for Changing the Future Land Use Designation from Okaloosa County Low Density Residential to Commercial (C) on Approximately 12.48 Acres, More or Less, in Section 26, Township 3 North, Range 24 West; Providing for Future Land Use Map Amendment; Providing for Severability; Providing for Scrivener's Errors; Providing for Liberal Interpretation; Providing for Repeal of Conflicting Codes and Ordinances; and Providing for an Effective Date. Mayor JB Whitten asked for comment from the Council. Mayor JB Whitten asked for public comment, and in hearing none, he called for action. Chris Linnan asked about the water mitigation for his property. City Manager Tim Bolduc said we do not have a set of plans yet, but an engineering plan review process will be conducted. Motion by Councilmember Andrew Rencich and seconded by Councilmember Joe Blocker to approve Ordinance 1872 on 2nd reading for final adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 8.5. Ordinance 1873 - Antioch Road Rezoning Senior Planner N. Schwendt went over the first reading of Ordinance 1873 — Antioch Road Rezoning adding it will need to have a review process approved by the State. He asked for the staff report to be entered into record: On April 12, 2022, staff received an application to annex and to amend the comprehensive plan and zoning designations for property located at 4928 Antioch Road. The subject property is currently located within unincorporated Okaloosa County with a future land use and zoning designation of Low Density Residential and Residential -1, respectively. The application requests the Commercial Low -Intensity District (C-1) zoning designation for the property. The Planning and Development Board recommended approval on May 2, 2022, by a vote of 3-2. The first reading was approved by the City Council on May 9, 2022. Senior Planner N. Schwendt asked the City Clerk to read Ordinance 1873. City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance of the City of Crestview, Florida, Providing for the Rezoning of 12.48 Acres, More or Less, of Real Property, Located In Section 26, Township 3 North, Range 24 West, from the Okaloosa County Residential -1 Zoning District to the Commercial Low -Intensity District (C-1) Zoning District; Providing For Authority; Page 9 of 596 Providing For the Updating of the Crestview Zoning Map; Providing For Severability; Providing For Scrivener's Errors; Providing For Liberal Interpretation; Providing For Repeal of Conflicting Codes and Ordinances; and Providing For an Effective Date. Mayor JB Whitten asked for comment from the Council. Mayor JB Whitten asked for public comment, and in hearing none, closed the Public Hearing at 6:49 p.m. and called for action. Motion by Councilmember Cynthia Brown and seconded by Councilmember Shannon Hayes to approve Ordinance 1873 on 2nd reading for final adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 8.6. Ordinance 1866 - Hwy 85 & Garden St Annexation Senior Planner N. Schwendt went over the details of the first reading of Ordinance 1866 — Hwy 85 Garden Street Annexation. He mentioned it is in an unincorporated area. Senior Planner N. Schwendt asked the City Clerk to Ordinance 1866. City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance Annexing to the City of Crestview, Florida, ± 1.75 Acres of Contiguous Lands Located in Section 4, Township 3 North, Range 23 West, and Being Described as Set Forth Herein; Providing for Authority; Providing for Land Description; Providing for Boundary; Providing for Land Use and Zoning Designation; Providing For Amendment to the Base, Land Use and Zoning Maps; Providing For a Comprehensive Plan Amendment; Providing for Filing with the Clerk of Circuit Court of Okaloosa County, the Chief Administrative Officer of Okaloosa County and the Florida Department of State; Providing for Severability; Providing for Scrivener's Errors; Providing for Liberal Interpretation; Providing for Repeal of Conflicting Codes and Ordinances; and Providing for an Effective Date. Mayor JB Whitten asked for comment from the Council. Mayor JB Whitten asked for public comment and in hearing none, closed the Public Hearing at 6:52 p.m. and called for action. Motion by Councilmember Douglas Capps and seconded by Councilmember Joe Blocker to approve Ordinance 1866 on 2nd reading for final adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 8.7. Ordinance 1867 - Hwy 85 & Garden St. Comprehensive Plan Amendment Senior Planner N. Schwendt reviewed the details of the amendment for the first reading of Ordinance 1867 — Hwy 85 Garden Street. The property is currently vacant. Senior Planner N. Schwendt presented the Ordinance information to the City Council and asked the City Clerk to read the Ordinance 1867. City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance of the City of Crestview, Florida, Amending Its Adopted Comprehensive Plan; Providing for Authority; Providing for Findings of Fact; Providing for Purpose; Providing for Changing the Future Land Use Designation From Okaloosa County Mixed Use to Commercial (C) on Approximately 1.75 Acres, More or Less, in Section 4, Township 3 North, Range 23 West; Providing for Future Land Use Map Amendment; Page 10 of 596 Providing for Severability; Providing For Scrivener's Errors; Providing for Liberal Interpretation; Providing for Repeal of Conflicting Codes and Ordinances; and Providing for an Effective Date. Mayor JB Whitten asked for comment from the Council. Mayor JB Whitten asked for public comment, and in hearing none, closed the Public Hearing at 6:54 p.m. and called for action. Motion by Councilmember Joe Blocker and seconded by Shannon Hayes to approve Ordinance 1867 on 2nd reading for final adoption. Roll Ca11: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 8.8. Ordinance 1868 - Hwy 85 & Garden St Rezoning Senior Planner N. Schwendt went over the first reading of Ordinance 1868 - Hwy 85 Garden Street Rezoning and asked that the staff report be entered into record: On March 25, 2022, staff received an application to annex and to amend the comprehensive plan and zoning designations for property located at 1132 & 1134 Highway 85 North and on Garden Street. The subject property is currently located within unincorporated Okaloosa County with a future land use and zoning designation of Mixed Use. The application requests the Commercial Low -Intensity District (C-1) zoning designation for the property. The Planning and Development Board recommended approval on May 2, 2022, and the first reading was approved by the City Council on May 9, 2022. Senior Planner N. Schwendt asked the City Clerk to read the Ordinance 1868. City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance of the City of Crestview, Florida, Providing for the Rezoning of 1.75 Acres, More or Less, of Real Property, Located in Section 4, Township 3 North, Range 23 West, from the Okaloosa County Mixed Use Zoning District to the Commercial Low -Intensity District (C-1) Zoning District; Providing for Authority; Providing for the Updating of the Crestview Zoning Map; Providing For Severability; Providing for Scrivener's Errors; Providing for Liberal Interpretation; Providing for Repeal of Conflicting Codes and Ordinances; and Providing for an Effective Date. Mayor JB Whitten asked for comment from the Council. Mayor JB Whitten asked for public comment, and in hearing none, closed the Public Hearing at 6:56 p.m. and called for action. Motion by Councilmember Shannon Hayes and seconded by Andrew Rencich to approve Ordinance 1868 on 2nd reading for final adoption. Roll Ca11: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 8.9. Ordinance 1869 - W James Lee Comprehensive Plan Amendment Senior Planner N. Schwendt reviewed the details of the first reading of Ordinance 1869 — West James Lee Comprehensive Amendment stating this is the first step in the process if they decide to develop at a future date. Senior Planner N. Schwendt asked the City Clerk to read the ordinance. Page 11 of 596 City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance of the City of Crestview, Florida, Amending Its Adopted Comprehensive Plan; Providing for Authority; Providing for Findings of Fact; Providing for Purpose; Providing for Changing the Future Land Use Designation From Mixed Use (Mu) to Commercial (C) on Approximately 0.12 Acres, More Or Less, In Section 18, Township 3 North, Range 23 West; Providing for Future Land Use Map Amendment; Providing for Severability; Providing for Scrivener's Errors; Providing for Liberal Interpretation; Providing for Repeal of Conflicting Codes and Ordinances; and Providing for an Effective Date. Mayor JB Whitten asked for comment from the Council. Mayor JB Whitten asked for public comment and, in hearing none, closed the Public Hearing at 6:59 p.m. and called for action. Motion by Councilmember Cynthia Brown and seconded by Councilmember Joe Blocker to approve Ordinance 1869 on 2nd reading for final adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 8.10. Ordinance 1870 - W James Lee Rezoning Senior Planner N. Schwendt went over the details of the first reading of Ordinance1870 - W. James Lee Rezoning. He stated staff has not received a development plan. He mentioned a couple of questions regarding access to Carr Drive have been received, but staff does not anticipate any change in use. He asked that the staff report be entered into the record. On April 4, 2022, staff received an application to amend the comprehensive plan and zoning designations for property located on Carr Drive. The subject property is currently located within the city limits of Crestview with zoning designations of Mixed Use (MU) and Commercial Low -Intensity District (C-1). The application requests the Commercial High -Intensity District (C-2) zoning designation for the property. The Planning and Development Board recommended approval on May 2, 2022, and the first reading was approved by the City Council on May 9, 2022. Senior Planner N. Schwendt asked the City Clerk to read the ordinance. City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance of the City of Crestview, Florida, Providing for the Rezoning of 1.59 Acres, More or Less, of Real Property, Located in Section 18, Township 3 North, Range 23 West, From the Commercial Low -Intensity District (C-1) and Mixed Use (Mu) Zoning District to the Commercial High -Intensity District (C-2) Zoning District; Providing for Authority; Providing for the Updating of the Crestview Zoning Map; Providing for Severability; Providing for Scrivener's Errors; Providing for Liberal Interpretation; Providing for Repeal of Conflicting Codes and Ordinances; and Providing for an Effective Date. Mayor JB Whitten asked for comment from the Council. Mayor JB Whitten asked for public comment, and in hearing none, closed the Public Hearing at 7:02 p.m. and called for action. Motion by Councilmember Joe Blocker and seconded by Shannon Hayes to approve Ordinance 1870 on 2nd reading for final adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 9. Ordinances on First Reading 9.1. Historic Preservation Board Conversion Page 12 of 596 City Manager T. Bolduc introduced the LEAD students: Deborah Lawson, Delania Moose, and David Griggs. Deborah Lawson introduced the first reading of Ordinance 1874 and went over the details of the conversion to a non-profit organization. She went over how the conversion is consistent with the goals and mission of the city. Mayor Whitten asked what the Historic Preservation Board thought of the change, and she stated the Board had a consensus. City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance of the City of Crestview, Florida, Repealing and Removing Chapter 2, Article III, Division 7 - Historic Preservation - of the City of Crestview Code of Ordinances; Providing For Authority; Providing For Filing of This Ordinance With the Clerk of the Circuit Court of Okaloosa County; Providing For Severability; Providing For Scrivener's Errors; Providing For Liberal Interpretation; Providing For Repeal of Conflicting Codes and Ordinances; and Providing for an Effective Date. Motion by Councilmember Andrew Rencich and seconded by Councilmember Shannon Hayes to approve Ordinance 1874 on 1st reading and move to second reading for final adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 10. Action Items 10.1. Appointment of Karen Brown to the Crestview Housing Authority Mayor JB Whitten explained the process of the appointment for Ms. Brown and mentioned Krystal Reynolds was screened by the Crestview Housing Authority. He asked for approval of the appointment of Karen Brown and selection of Krystal Reynolds. Motion by Councilmember Shannon Hayes and seconded by Councilmember Andrew Rencich to approve Karen Brown and Krystal Reynolds to the Crestview Housing Authority Board. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 10.2. Presentation on Collector Roads to the Bypass The LEAD students came forward: Cody Suggs, Ronnie Raybon, Matt Cunningham, and Josh Vargason to present the information. Ronnie Raybon explained the routes of the proposed connector roads, and Cody Suggs stated the plan will address current growth concerns and meet future infrastructure needs and provide safe and accessible means of transportation in and around the City of Crestview. R. Raybon explained the details of the 17 square miles of roads. Josh Vargason went over the city and county ownership of the roads. Councilmember J. Blocker asked about the acreage and was told the area covered 393 acres. Councilmember S. Hayes asked about the traffic lights, and Matt Cunningham replied the traffic lights will be placed on the bypass, as they are needed. Councilmember A. Rencich asked about whether we have done an assessment regarding the placement of the fire station, and Matt Cunningham replied that response time for Station #2 has concerns, so the connector will ease the issue. He added another connector road will go down to Physician's Drive. Page 13 of 596 In response to Councilmember C. Brown on the projected time, City Manager T. Bolduc said this will be the first big project where we have taken vacant land and worked with the County to work on agreements with the landowners. The construction could begin in three years. A Public Works facility is proposed, and we are also looking at an additional fire station. He noted the training tower location and moving Station #1 to the location. City Manager Tim Bolduc asked for consensus from the Council, and the Council concurred with the need for the connector roads. 10.3. LED Street Light Conversion Chance Leavins came forward along with Cory Winkler, Paul Lewis, and Heather Sutton of the LEAD team. C. Leavins presented the details of the conversion to LED lighting in the Rolling Ridge Subdivision along with the consultation with Florida Power. He mentioned the savings should be $100 per light bill. Captain Winkler went over the details and thanked Mr. Steele for his assistance. He added from a safety perspective the Wal-Mart Road intersection will improve the lighting in the area. In response to Councilmember J. Blocker on the projected cost, Cory Winkler replied it will not cost the City anything, and City Manager Tim Bolduc said FPL will pay for the installation. Councilmember A. Rencich said he would like to request all the subdivisions be changed in the future, and Heather Sutton said the total cost is $2,000. C. Leavins added we are working on performing an audit. In response to Councilmember D. Capps on whether the LED lights would go into new subdivisions, C. Winkler replied they will initially be installed. Councilmember C. Brown said the public private partnership is a good thing. In response to Mayor JB Whitten on the light impact, C. Leavins replied the intent is that the overall lumens will be less abrasive to vision. Motion by Councilmember Andrew Rencich and seconded by Councilmember Cynthia Brown to approve this agreement and allow the City Manager to approve subsequent agreements in the replacement of all streetlights to LED lights. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capp. All ayes. Motion carried. 10.4. Digital Forensic Workstation Purchase The next group of LEAD team members to come forward were Wendy Butzke and Nick Schwendt. N. Schwendt went over the details stating we partner with the Sheriffs department currently. This purchase will increase efficiency. The police department will receive $10,800 from the Sheriffs Association which will include training. A budget amendment will come at the next budget meeting. Councilmember A. Rencich mentioned the cost and an annual maintenance fee, and N. Schwendt said the licensing will be transferred. He added fault tolerance and redundancy will improve and is a major factor in the value. City Manager Tim Bolduc said we are choosing to apply funding toward this purchase. Motion by Councilmember Cynthia Brown and seconded by Councilmember Joe Blocker to approve the purchase of the FRED Forensic Workstation, not to exceed $9,000. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. Page 14 of 596 10.5. Financial Update The LEAD team members presenting were John Iten, Mary Henderson Nancy Hough and Jace Vanderford. Nancy Hough went over the monthly transaction of the financial statement, as well as the Synovus bank statements with fees that incurred and the offset of monthly charges. Discussion ensued on the last time the city went out for bids and the benefit of doing so. City Manager Tim Bolduc explained the changes made with the hiring of an accountant and comptroller. He added going out for bid is not practical now, as we are working with the new financial auditor, but we plan to go out for bid next year. Motion by Councilmember Cynthia Brown and seconded by Councilmember Shannon Hayes to accept the report, approve the Synovus plan funds protection and associated fees. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 11. Comments from the Audience 12. City Clerk Report 12.1. January - May, 2022 Memo City Clerk M. Schrader stated the key points are the improvements in record management by utilizing document imaging; record retention and disposal per State Statute; Public Records workflow; as well as, policies and procedures consolidation. 13. City Manager Report 13.1. Quit Claim Deed/Vacation of Easement near Farmer Street City Manager T. Bolduc said the property is located behind the Community Center. The property that is up for sale is having drainage problems and the owner would like to be able to mitigate the problem. Motion by Councilmember Shannon Hayes and seconded by Councilmember Andrew Rencich to approve to disconnect the pipe from the pond and vacate the easement. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. City Manager T. Bolduc mentioned we will install docks at each station in the Chambers. This will enable each Council member to dock their own tablets, so they can have their own notes and save their log ins. In response to Councilmember J. Blocker on the Records security, City Manager Tim Bolduc said non -electronic files are kept on site and the digital records are in the Cloud. City Manager Tim Bolduc congratulated the LEAD class. 14. Comments from the Mayor and Council Councilmember S. Hayes announced May Day is this Saturday at Allen Park. The purpose was to celebrate the freedom of slaves on May 20th in the State of Florida. He added Juneteenth Day was celebrated after the State of Texas received the news. He added the city will celebrate on June 20th, as June 19th falls on a Sunday. He thanked the city manager and employees for cleaning up the areas, as Page 15 of 596 well as cleaning up the cemeteries. Councilmember J. Blocker agreed adding the city is coming together. He asked about the construction date for Main Street, and City Manager Tim Bolduc said the final plans and bid dates are coming up in August. Councilmember D. Capps provided the TDC update. He added that he sponsored a small team at the golf course, adding the budget has been approved and the city plan was accepted. He had asked that the TDC have a planning meeting in Crestview and the TDC attorney suggested either the Chamber or Warriors Hall. He is hoping for one this year and a couple next year. Councilmember A. Rencich said Councilmember Hayes and he attended an EOC meeting and learned Florida is dominating tech growth, and the Ft. Walton Beach/Destin Metro area is rated third on the list with FWB - Destin Metro area came out third on the list. He mentioned the Special Forces group is in the area on June 6th. Councilmember S. Hayes mentioned that Governor DeSantis said the area could get 11,000 new jobs, but the EOC projected 19,000 jobs in the future. Mayor JB Whitten reminded everyone of the Memorial Day ceremony on the 30th and mentioned the city is hosting the Chamber of Commerce breakfast in June. 14.1. Designation of Delegates for the 2022 FLC Annual Conference Mayor JB Whitten asked for a volunteer delegate who will serve as a backup. Councilmember A. Rencich volunteered to serve as a delegate for the 2022 FLC annual Conference. 15. Adiournment Mayor JB Whitten adjourned the meeting at 8:01 p.m. Minutes approve this _ day of _ 2022. JB Whitten, Mayor Maryanne Schrader, City Clerk Proper notice having been duly given Page 16 of 596 CITY OF CRESTVIEW Item # 6.2. Staff Report CITY COUNCIL MEETING DATE: June 27, 2022 TYPE OF AGENDA ITEM: Action Item TO: Mayor and City Council CC: City Manager, City Clerk, Staff and Attorney FROM: Maryanne Schrader, City Clerk DATE: 6/16/2022 SUBJECT: Approval of June 13, 2022 City Council Minutes BACKGROUND: Minutes were distributed prior to meeting for review. DISCUSSION: Routine approval of minutes. GOALS & OBJECTIVES This item is consistent with the goals in A New View Strategic Plan 2020 as follows; Foundational- these are the areas of focus that make up the necessary foundation of a successful local government. Financial Sustainability- Achieve long term financial sustainability Organizational Capacity, Effectiveness & Efficiency- To efficiently & effectively provide the highest quality of public services Infrastructure- Satisfy current and future infrastructure needs Communication- To engage, inform and educate public and staff Quality of Life- these areas focus on the overall experience when provided by the city. Community Character- Promote desirable growth with a hometown atmosphere Safety- Ensure the continuous safety of citizens and visitors Mobility- Provide safe, efficient and accessible means for mobility Opportunity- Promote an environment that encourages economic and educational opportunity Play- Expand recreational and entertainment activities within the City Community Culture- Develop a specific identity for Crestview FINANCIAL IMPACT n/a RECOMMENDED ACTION Page 17 of 596 Motion to approve the minutes of June 13, 2022. Attachments 1. 06132022 City Council Minutes Draft Page 18 of 596 nCity Council Minutes - Draft June 13, 2022 6:00 p.m. Council Chambers 1. Call to Order The Regular Meeting of the Crestview City Council was called to order at 6:00 p.m. by Mayor JB Whitten. Board members present: Mayor Pro Tem Andrew Rencich, Council members: Shannon Hayes, Doug Capps, Cynthia Brown, and Joe Blocker. Also present: City Manager Tim Bolduc, City Clerk Maryanne Schrader, City Attorney Jonathan Holloway, and various staff members. 2. Invocation, Pledge of Allegiance 2.1. Pastor Edward Parker - First Church of God in Christ The Invocation and Pledge of Allegiance was led by Pastor Edward Parker - First Church of God in Christ. 3. Open Policy Making and Legislative Session Mayor JB Whitten reviewed the rules and procedures. 4. Approve Agenda Mayor JB Whitten called for action. Motion by Council member Andrew Rencich and seconded by Council member Shannon Hayes to approve the agenda, as presented. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 5. Presentations and Reports 5.1. Presentation from Reverend Cecil Williams of Gregg Chapel A.M.E. Church for the Proposal for Affordable Housing Concepts Reverend Cecil Williams of Gregg Chapel A.M.E. Church of Ft. Walton Beach provided a presentation for the development and concepts of the Affordable Housing Concepts proposal. He mentioned their organization can provide all points of the proposal without any grant funding. They have a property manager for all their properties. Reverend Williams clarified that the number of parking spots will be dependent on city code. He also reviewed the floor plans for the one- and two -bedroom units adding they could increase the densities by making them all one -bedroom units. He mentioned their existing units rent for $575 and the house rents for $650, as their ministry is taking people off the streets. He went over success stories and various references. Mayor JB Whitten and the City Council voiced their support and applauded Reverend Williams for his ministry. Discussion ensued. Reverend Williams explained that the church offers connections to help people move up and out. He added that the utilities are extra, but they are hoping to partner with Florida 11 Page Page 19 of 596 Power and Light adding that FPL will run the underground electrical for free for the units. Reverend Williams stated the building cost range from $150 to $200 a square foot for a total of about two million dollars. He is unsure of a timeline for construction now. 6. Consent Agenda Mayor JB Whitten called for action for the following items: Notice of Award to Bear General Contractors for RFP 22-05-19, Construction of Fire Training 6.1. Tower 6.2. Highway 85 DOT Sidewalk Project Easement Resolution 6.3. Surplus Vehicle Disposal Motion by Council member Douglas Capps and seconded by Council member Cynthia Brown to approve the Consent Agenda, as presented. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 7. Public Hearings / Ordinances on Second Reading Mayor JB Whitten announced there were no second readings scheduled. 8. Ordinances on First Reading 8.1. Ordinance 1875 - John King Road Annexation Senior Planner Nicholas Schwendt went over the unincorporated property in the annexation, which is surrounded by city property. The property is currently vacant. Senior Planner Nicholas Schwendt asked the City Clerk to read the ordinance. City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance annexing to the City of Crestview, Florida, ± 0.94 Acres of Contiguous Lands Located in Section 32, Township 3 North, Range 23 West, and being described as set forth herein; providing for authority; providing for Land Description; Providing for Boundary; Providing for Land Use and Zoning Designation; Providing For Amendment to the Base, Land Use and Zoning Maps; Providing for a Comprehensive Plan Amendment; Providing for Filing with the Clerk of Circuit Court of Okaloosa County, the Chief Administrative Officer of Okaloosa County and the Florida Department of State; Providing For Severability; Providing For Scrivener's Errors; Providing For Liberal Interpretation; Providing For Repeal of Conflicting Codes and Ordinances; and Providing for an effective date. Mayor JB Whitten asked for comment from the Council and the public and in hearing none he called for action. Motion by Council member Andrew Rencich and seconded by Council member Joe Blocker to move Ordinance 1875 to second reading for adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 8.2. Ordinance 1876 - John King Road Comprehensive Plan Amendment Senior Planner Nicholas Schwendt mentioned this is the first reading of Ordinance 1876 for the John King Road Comprehensive Plan Amendment asked the City Clerk to read the ordinance. City Clerk Maryanne Schrader read the Ordinance by Title: City Clerk Maryanne Schrader read the Page 20 of 596 Ordinance by Title: An Ordinance of the City of Crestview, Florida, Amending Its Adopted Comprehensive Plan; Providing For Authority; Providing For Findings of Fact; Providing For Purpose; Providing For Changing the Future Land Use Designation From Okaloosa County Mixed Use to Commercial (C) on Approximately 0.94 Acres, More or Less, in Section 32, Township 3 North, Range 23 West; Providing For Future Land Use Map Amendment; Providing For Severability; Providing For Scrivener's Errors; Providing For Liberal Interpretation; Providing For Repeal of Conflicting Codes and Ordinances; and Providing for an Effective Date. Mayor JB Whitten asked for comment from the Council and the public and in hearing none, called for action. Council member Shannon Hayes and seconded by Council member Joe Blocker to move Ordinance 1876 to second reading for adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 8.3. Ordinance 1877 - John King Road Rezoning Senior Planner Nicholas Schwendt mentioned this is the first reading of Ordinance 1877 the John King Road Rezoning and asked the City Clerk to read the ordinance. City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance of the City of Crestview, Florida, Providing for the Rezoning of 0.94 Acres, More or Less, of Real Property, Located In Section 32, Township 3 North, Range 23 West, From The Okaloosa County Mixed Use Zoning District to the Commercial High -Intensity District (C-2) Zoning District; Providing For Authority; Providing for the Updating of the Crestview Zoning Map; Providing for Severability; Providing for Scrivener's Errors; Providing for Liberal Interpretation; Providing for Repeal of Conflicting Codes and Ordinances; and Providing for an effective date. Mayor JB Whitten asked for comment from Council and public and in hearing none he called for action. Motion by Council member Joe Blocker and seconded by Council member Shannon Hayes to move Ordinance 1877 to second reading for adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 8.4. Ordinance 1878 - Williams Avenue East Annexation Senior Planner Nicholas Schwendt mentioned this is the first reading of Ordinance 1878 - Williams Avenue East Annexation stating the next three ordinances are regarding the annexation. The property is consistent with surrounding properties, and they have not received development plans yet. He asked the City Clerk to read the ordinance. City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance Annexing to the City of Crestview, Florida, ± 0.69 Acres Of Contiguous Lands Located In Section 21, Township 3 North, Range 23 West, and Being Described as Set Forth Herein; Providing For Authority; Providing For Land Description; Providing For Boundary; Providing For Land Use and Zoning Designation; Providing For Amendment To The Base, Land Use And Zoning Maps; Providing For a Comprehensive Plan Amendment; Providing For Filing With the Clerk of Circuit Court of Okaloosa County, the Chief Administrative Officer of Okaloosa County and the Florida Department of State; Providing For Severability; Providing For Scrivener's Errors; Providing For Liberal Interpretation; Providing For Repeal of Conflicting Codes and Ordinances; and Providing for an Effective Date. Page 21 of 596 Mayor JB Whitten asked for comment from the Council and public and in hearing none, called for action. Motion by Council member Joe Blocker and seconded by Council member Andrew Rencich to move Ordinance 1878 to second reading for adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 8.5. Ordinance 1879 - Williams Avenue East Comprehensive Plan Amendment Senior Planner Nicholas Schwendt stated this is the first reading of Ordinance1879 - Williams Avenue East Comprehensive Plan Amendment and asked the City Clerk to read the ordinance. City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance of the City of Crestview, Florida, Amending Its Adopted Comprehensive Plan; Providing For Authority; Providing For Findings of Fact; Providing For Purpose; Providing For Changing the Future Land Use Designation from Okaloosa County Low Density Residential to Residential (R) on Approximately 0.69 Acres, More or Less, In Section 21, Township 3 North, Range 23 West; Providing For Future Land Use Map Amendment; Providing For Severability; Providing For Scrivener's Errors; Providing For Liberal Interpretation; Providing For Repeal of Conflicting Codes and Ordinances; and Providing for an Effective Date. Mayor JB Whitten called for comment from the Council and public and in hearing none called for action. Motion by Council member Shannon Hayes and seconded by Council member Cynthia Brown to move Ordinance 1879 to second reading for adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 8.6. Ordinance 1880 - Williams Avenue East Rezoning Senior Planner Nicholas Schwendt mentioned this is the first reading of Ordinance 1880 - Williams Avenue East Rezoning. He said it is consistent with the surrounding properties and asked the City Clerk to read the ordinance. City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance of the City of Crestview, Florida, Providing for the Rezoning of 0.69 Acres, More or Less, of Real Property, Located In Section 21, Township 3 North, Range 23 West, From the Okaloosa County Residential -1 Zoning District to the Single and Multi -Family Density Dwelling District (R-3) Zoning District; Providing For Authority; Providing For the Updating of the Crestview Zoning Map; Providing For Severability; Providing For Scrivener's Errors; Providing For Liberal Interpretation; Providing For Repeal of Conflicting Codes and Ordinances; and Providing for an Effective Date. Mayor JB Whitten called for comment from the Council and the public, and in hearing none called for action. Motion by Council member Andrew Rencich and seconded by Council member Joe Blocker to move Ordinance 1880 to second reading for adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps.All ayes. Motion carried. 8.7. Ordinance 1881 - Robinson Avenue East Vacation Senior Planner Nicholas Schwendt stated this is the first reading of Ordinance 1881 - Robinson Avenue East Vacation. He explained the alley serves no use to the public, and the city will maintain the perpetual easement. He added the south half was already vacated. Page 22 of 596 Senior Planner Nicholas Schwendt asked the City Clerk to read the ordinance. City Clerk Maryanne Schrader read the Ordinance by Title: An Ordinance of the City of Crestview, Florida, Vacating and Abandoning the Alleyway Lying Between Lots 1 Through 3 and 7 Through 9 Of Block 12, Edney's Third Addition, as Shown on the Plat Recorded in Plat Book 1, Page 126 of the Public Records of Okaloosa County, Florida; Providing for Update of the Crestview Base, Zoning and Land Use Maps; Providing For Repeal of Conflicting Ordinances; Providing For Filing of this Ordinance with the Clerk of Circuit Court of Okaloosa County; Providing for Severability; and Providing for an Effective Date. Mayor JB Whitten called for comment from the Council. Discussion ensued on the procedure for vacating property, and it was determined the petitioner pays for the vacating process. Motion by Council member Joe Blocker and seconded by Council member Shannon Hayes to move Ordinance 1881 to second reading for adoption. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 9. Resolutions 9.1. Amendment to Resolution 2022-6 City Manager T. Bolduc explained bonds were previously issued and secured for the SRF funding to be allocated to the WWTP. He explained this amendment will move funding to other needed projects. City Manager T. Bolduc asked the City Clerk to read the Resolution. City Clerk Maryanne Schrader read the Resolution by title: A Resolution Amending Resolution No. 2022-6 of the City of Crestview, Florida Adopted December 13, 2021, that Authorized the Issuance of not to Exceed $5,075,000 City of Crestview, Florida Water and Sewer Revenue Bond, Series 2021, to Provide Funds For the Purpose of Financing Capital Improvements to the Issuer's Sewer System and Paying the Costs of Issuance Related Thereto; Expanding the Definition of Projects Eligible to be Funded From the Proceeds; Ratifying and Confirming All Terms, Provisions and Covenants of Resolution No 2022-6; Providing Certain Other Matters in Connection Therewith; and Providing For an Effective Date For this Resolution. Motion by Council member Douglas Capps and seconded by Council member Shannon Hayes Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. After discussion, City Manager T. Bolduc stated that some projects could be started with the transfer of the funding. 10. Action Items 10.1. Continuing Services Contracts Renewal City Manager T. Bolduc introduced the continuous services contracts and recommended approval. Mayor JB Whitten asked for comment from the Council and the public and in hearing none, called Page 23 of 596 for action. Motion by Council member Andrew Rencich and seconded by Council member Joe Blocker approve the one-year extension of the individual Professional Continuing Services contracts and authorize the Mayor to execute the contracts. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 10.2. Selection of Gregg Chapel A.M.E. Church as the sole bidder for the Affordable Housing Concepts City Manager T. Bolduc said this is a project for an opportunity to improve an area. He stated the key to the success is we will have someone experienced, adding our goal is to get the highest amount of units for the area. Motion by Council member Shannon Hayes and seconded by Council member Andrew Rencich move forward with Gregg Chapel and accept Reverend Williams as our consultant and bring the contract back to Council at a later date. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. Discussion ensued. City Manager T. Bolduc added that currently, the focus is on one -bedroom unit that caters to senior housing, but we will evaluate other options. Council member S. Hayes suggested lobbying for funds from Tallahassee. 10.3. Sidewalk Fund Proposal Senior Planner N. Schwendt explained the changes in the Land Development Code adding the proposal will allow developers to pay into a fund to place sidewalks that is based on construction by linear foot. He said it will be August before staff can bring the LDC amendment to Council. Motion by Council member Shannon Hayes and seconded by Council member Joe Blocker approve the creation and implementation of the sidewalk fund, as described. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. Discussion ensued. Senior Planner Nicholas Schwendt explained the process will be based on whether there is an existing network. City Manager T. Bolduc explained we do not have the sidewalks that are needed. He said the commercial properties may not connect, so this fund will provide funding. He added it will not be up to the discretion of the developer. 11. City Clerk Report 11.1. Reminder: Financial Disclosure Form 1 is due to the Supervisor of Elections by July 1, 2022. City Clerk M. Schrader reminded the Council to file Form 1 directly to the Supervisor of Elections for each Board that they are either elected or appointed to serve by July 1st to avoid a penalty. 12. City Manager Report 12.1. Finance Update City Manager Tim Bolduc provided an overview of the financial update stating the city is in good financial shape. The report includes adjustments regarding fuel costs, and we are watching it closely. The budget meetings with the departments will be conducted next week. Page 24 of 596 City Manager Tim Bolduc mentioned an individual reached out to us from the Iraq and Afghanistan War Memorial Foundation who is looking for a location to build a monument. The monument will honor Floridians who served in Iran and Afghanistan. He and the mayor would like to see the memorial in Crestview, as it will be a good project for us. With our proximity to the base, it makes our city a good location. He mentioned possible locations to consider: Twin Hills Park, the triangle at the end of Main Street or property around the Community Center. He asked if the Council was interested in engaging on this project adding the VFW has sometimes worked on providing continuous maintenance. After discussion, Mayor JB Whitten stated he had contacted the city and individual and checked his credentials adding it will be the only one in the State of Florida. Motion by Council member J. Blocker and seconded by Councilmember D. Capps to move forward with the mayor and city manager to work with the organization. Roll Call: Joe Blocker, Cynthia Brown, Shannon Hayes, Andrew Rencich, Douglas Capps. All ayes. Motion carried. 13. Comments from the Mayor and Council Mayor JB Whitten asked for comment. Council member S. Hayes announced he will not be present at the next Council meeting. Council member C. Brown announced Mr. Warren Feaster is hosting the 4th annual Father -Daughter Banquet on June 18th at Warriors Hall adding they could use more door prizes and sponsors. Council member J. Blocker applauded Mr. Bolduc and welcomed the news that Crestview is financially stable. Council member A. Rencich said the eternal flame is lit again at the courthouse. Mayor JB Whitten said Juneteenth is on the 20th of June, which will include a reenactment. There will be games and food. 14. Comments from the Audience Mayor JB Whitten asked for comment. No one came forward. 15. Adjournment Mayor JB Whitten adjourned the meeting at 7:27 p.m. Minutes approve this day of , 2022. Approved by, JB Whitten, Mayor ATTEST: Maryanne Schrader, City Clerk Proper notice having been duly given Page 25 of 596 CITY OF CRESTVIEW Item # 6.3. Staff Report CITY COUNCIL MEETING DATE: June 27, 2022 TYPE OF AGENDA ITEM: Action Item TO: Mayor and City Council CC: City Manager, City Clerk, Staff and Attorney FROM: Gina Toussaint, Finance Director DATE: 6/22/2022 SUBJECT: Budget Amendment BACKGROUND: Revenues have changed in the CRA budget due to an increase in the projected Cash -Carry forward and a decrease in the projected County Tax Funds. DISCUSSION: The difference in the funding amounts are $73,342. The increase in funding has been distributed in the attached manner to better serve the needs in the CRA Budget. GOALS & OBJECTIVES This item is consistent with the goals in A New View Strategic Plan 2020 as follows; Foundational- these are the areas of focus that make up the necessary foundation of a successful local government. Financial Sustainability- Achieve long term financial sustainability Organizational Capacity, Effectiveness & Efficiency- To efficiently & effectively provide the highest quality of public services Infrastructure- Satisfy current and future infrastructure needs Communication- To engage, inform and educate public and staff Quality of Life- these areas focus on the overall experience when provided by the city. Community Character- Promote desirable growth with a hometown atmosphere Safety- Ensure the continuous safety of citizens and visitors Mobility- Provide safe, efficient and accessible means for mobility Opportunity- Promote an environment that encourages economic and educational opportunity Play- Expand recreational and entertainment activities within the City Community Culture- Develop a specific identity for Crestview FINANCIAL IMPACT The total CRA budget has an overall increase in the amount of $73,342. Page 26 of 596 RECOMMENDED ACTION Staff respectfully requests the Council to approve Resolution 2022-18, Budget Amendment. Attachments 1. amendment Page 27 of 596 RESOLUTION: 2022- 18 A RESOLUTION OF THE CITY OF CRESTVIEW, FLORIDA, AMENDING THE CRA BUDGET FOR FISCAL YEAR 2022 TO BETTER REFLECT REVENUES AND EXPENDITURES, AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, There was a change in the projected revenues and cash -carry forward for the Crestview Community Redevelopment Agency budget, and WHEREAS, Those changes must be reflected in the Budget for the Fiscal year 2022, as attached as Exhibit A. NOW THEREFORE, BE IT RESOLVED by the City Council of the City of Crestview of Okaloosa County, Florida that: PASSED AND ADOPTED IN REGULAR SESSION THIS 27th OF June, 2022. CITY OF CRESTVIEW, FLORIDA JB Whitten, Mayor Attest: Maryanne Schrader, City Clerk Page 28 of 596 Exhibit A FUND: DEPARTMENT: EXPENSE BUDGET ACCOUNT NUMBER ACCOUNT DESCRIPTION 670-0311-511-63-00 Improvements CURRENT BUDGET AMOUNT 507,977 INC/DECREASE AMOUNT 73,342 REVISED BUDGET AMOUNT 581,319 LINE ITEM TOTAL 73,342 REVENUE BUDGET ACCOUNT DESCRIPTION CURRENT BUDGET AMOUNT INC/DECREASE AMOUNT REVISED BUDGET AMOUNT ACCOUNT NUMBER 670-0000-330-0000 CountyTif 89,355 (4,169) 85,186 670-0000-330-0000 Cash Carry Forward 831,677 77,511 909,188 LINE ITEM TOTAL COMMENTS/EXPLANATION: increase in Cash Carry Forward, and decrease in County projected TIF Funds serve the needs in the CRA Budget. 73,342 redistributed to better 1 of 1 Page 29 of 596 CITY OF CRESTVIEW Item # 6.4. Staff Report CITY COUNCIL MEETING DATE: June 27, 2022 TYPE OF AGENDA ITEM: Action Item TO: Mayor and City Council CC: City Manager, City Clerk, Staff and Attorney FROM: Michael Criddle, Public Services Director DATE: 6/22/2022 SUBJECT: Purchase of three zero turn mowers through State Contract from Crestview Ready Rent & Sales BACKGROUND: The mowers currently in use at Public Services are shared between the Water, Sewer, and Street Divisions. The three new mowers are designated for Street Division use for right of way and stormwater pond maintenance. DISCUSSION: These additional and dedicated resources will allow for more efficient utilization of manpower, as it does not appear that the inmate work crews will return any time soon. This has caused the rethinking of the tasks that need to be done by a limited number of employees. The use of more mechanized processes will be necessary as we move forward without outside labor sources. GOALS & OBJECTIVES This item is consistent with the goals in A New View Strategic Plan 2020 as follows; Foundational- these are the areas of focus that make up the necessary foundation of a successful local government. Organizational Capacity, Effectiveness & Efficiency- To efficiently & effectively provide the highest quality of public services Infrastructure- Satisfy current and future infrastructure needs Quality of Life- these areas focus on the overall experience when provided by the city. Community Character- Promote desirable growth with a hometown atmosphere Safety- Ensure the continuous safety of citizens and visitors Mobility- Provide safe, efficient and accessible means for mobility FINANCIAL IMPACT The unit cost is 12,719.20 for a total purchase price of $38,157.60. The funding for these mowers will come from the capital originally budgeted for a replacement wheel front end loader. The mowing equipment is a higher priority due to the availability of working mowers and overall usage time. The funding account number is 442-2238-538-6400. RECOMMENDED ACTION Page 30 of 596 Staff respectfully requests approval to purchase these three mowers off State of Florida, Division of State Purchasing contract #25101900-21-STC (Agriculture and Lawn Equipment). Attachments 1. Roberts Supply Contract 2. 25101900-21-STC CNH Industrial America 3. Crestview Ready Rent & Sales Quote - State Contract Page 31 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB VAMP Department of MANAGEMENT SERVICES We serve those who serve Florida w State Term Contract No. 25101900-21-STC Agriculture and Lawn Equipment This Contract is between the State of Florida, Department of Management Services (Department), an agency of the State of Florida, and Roberts Supply, Inc. (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 Page 1 of 2 Page 32 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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: Marc Scalora Roberts Supply, Inc. 4203 Metric Dr. Winter Park, FL 32792 Telephone: (407) 657-5555 Email: M.Scalora©RobertsSupply.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. Roberts Supply, Inc. STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES Docbrai �%d — DocuSigned by: arzna11uSigne by: 's3 -42A •-991459A2111®4A3 [Name]Craig Vining Tami Fillyaw, Chief of Staff 1/15/2021 1 9:36 AM PST 1/21/2021 1 12:57 PM EST Date: Date: Page 2 of 2 Page 33 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. SP approved version 7-1-2019 1 Page 34 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. SP approved version 7-1-2019 2 Page 35 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. SP approved version 7-1-2019 3 Page 36 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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 SP approved version 7-1-2019 4 Page 37 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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; SP approved version 7-1-2019 5 Page 38 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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.orq. 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. SP approved version 7-1-2019 6 Page 39 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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 SP approved version 7-1-2019 7 Page 40 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. SP approved version 7-1-2019 8 Page 41 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. SP approved version 7-1-2019 9 Page 42 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. SP approved version 7-1-2019 10 Page 43 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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 SP approved version 7-1-2019 11 Page 44 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. SP approved version 7-1-2019 12 Page 45 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. SP approved version 7-1-2019 13 Page 46 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. SP approved version 7-1-2019 14 Page 47 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. SP approved version 7-1-2019 15 Page 48 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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; SP approved version 7-1-2019 16 Page 49 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB (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. SP approved version 7-1-2019 17 Page 50 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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, Page 1 of 16 Page 51 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. Page 2 of 16 Page 52 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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 Page 3 of 16 Page 53 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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 Page 4 of 16 Page 54 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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 Page 5 of 16 Page 55 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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 Page 6 of 16 Page 56 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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; Page 7 of 16 Page 57 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. Page 8 of 16 Page 58 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. Page 9 of 16 Page 59 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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 Page 10 of 16 Page 60 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. Page 11 of 16 Page 61 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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 Page 12 of 16 Page 62 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. Page 13 of 16 Page 63 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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 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 Page 14 of 16 Page 64 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. Page 15 of 16 Page 65 of 596 DocuSign Envelope ID: B425BEE6-DOFF-4C99-8BE4-36BC7A1AE5EB 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. Page 16 of 16 Page 66 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE VAMP Department of MANAGEMENT SERVICES We serve those who serve Florida w State Term Contract No. 25101900-21-STC Agriculture and Lawn Equipment This Contract is between the State of Florida, Department of Management Services (Department), an agency of the State of Florida, and CNH Industrial America, LLC (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 Page 1 of 2 Page 67 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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: Mike Sheaffer CNH Industrial America, LLC 500 Diller Ave, MS 248 New Holland, PA 17557 Telephone: (717) 355-3681 Email: mike.sheaffer@newholland.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. CNH Industrial America, LLC DocuSigned by: E2BC7C80C/34A8... [Name] Mike Sheaffer 1/12/2021 1 6:15 PM EST STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES DocuSigned by: Dc iii au, X991159.421110143 Tami Fillyaw, Chief of Staff 1/15/2021 1 10:09 AM EST Date: Date: Page 2 of 2 Page 68 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. SP approved version 7-1-2019 1 Page 69 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. SP approved version 7-1-2019 2 Page 70 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. SP approved version 7-1-2019 3 Page 71 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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 SP approved version 7-1-2019 4 Page 72 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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; SP approved version 7-1-2019 5 Page 73 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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.orq. 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. SP approved version 7-1-2019 6 Page 74 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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 SP approved version 7-1-2019 7 Page 75 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. SP approved version 7-1-2019 8 Page 76 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. SP approved version 7-1-2019 9 Page 77 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. SP approved version 7-1-2019 10 Page 78 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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 SP approved version 7-1-2019 11 Page 79 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. SP approved version 7-1-2019 12 Page 80 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. SP approved version 7-1-2019 13 Page 81 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. SP approved version 7-1-2019 14 Page 82 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. SP approved version 7-1-2019 15 Page 83 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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; SP approved version 7-1-2019 16 Page 84 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE (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. SP approved version 7-1-2019 17 Page 85 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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, Page 1 of 16 Page 86 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. Page 2 of 16 Page 87 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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 Page 3 of 16 Page 88 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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 Page 4 of 16 Page 89 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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 Page 5 of 16 Page 90 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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 Page 6 of 16 Page 91 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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; Page 7 of 16 Page 92 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. Page 8 of 16 Page 93 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. Page 9 of 16 Page 94 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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 Page 10 of 16 Page 95 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. Page 11 of 16 Page 96 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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 Page 12 of 16 Page 97 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. Page 13 of 16 Page 98 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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 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 Page 14 of 16 Page 99 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. Page 15 of 16 Page 100 of 596 DocuSign Envelope ID: 1 FB1 F8EF-8594-4E75-9375-E5164A5C24AE 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. Page 16 of 16 Page 101 of 596 Crestview Ready Rent & Sales QUOTE# 1424 311 West James Lee Blvd. Crestview, FL 32536 (850) 682-5195 RENTED AND/OR SOLD TO Account #: 1120 CITY OF CRESTVIEW PO BOX 1209 198 WILSON ST N CRESTVIEW , FL 32536 850-682-6132 DATEITIME IN: DATEITIME OUT: 06/08/2022 12:02 PM Quote ADDRESS AT WHICH EQUIPMENT WILL BE USED WRITTEN BY JOHNNY KELLEY CAR LICENSE NO. CHECKED IN BY AGENTS NAME JOB LOCATION DRIVER'S LICENSE NUMBER D500-004-57-XXXXX P.O. NO. OR JOB NO. DATE AND TIME DUE IN Item # Description ITEMS RENTED AND/OR SOLD Quantity Rates MW D H Date&Time Due Amount EX-LZS801 CK72 LAZER Z S SERIES 72' DECK 25.5 HP Ft/DISC Sold: 3 Location In Store: S/O 12719.20 Price Ea. 38157.60 EMARK LAZER Z 72" S SERIES LZS801CKA72RA1 (THEY ARE ONLY 3 AVAILABLE FROM OUR DISTRIBUTOR AT THIS TIME. The State contract number is 25101900-21-STC OPEN MON-FRI 7am-5PM SAT 7-1 Total Sales 38157.60 Subtotal 38157.60 Total 38157.60 ***ALL SALES ARE FINAL!*** The above prices are an estimate. The final amount will be calculated upon rental return. Thank you. Quote Date: 06/08/2022, Last Adj.: 06/08/2022, Time: 15:46 Page 102 of 596 CITY OF CRESTVIEW Item # 6.5. Staff Report CITY COUNCIL MEETING DATE: June 27, 2022 TYPE OF AGENDA ITEM: Action Item TO: Mayor and City Council CC: City Manager, City Clerk, Staff and Attorney FROM: Michael Criddle, Public Services Director DATE: 6/22/2022 SUBJECT: Purchase of Slope Mowers through State Sheriffs Assoc Contract BACKGROUND: The mowers currently in use at Public Services are shared between the Water, Sewer, and Street Divisions. These new mowers are designated for Street Division use for right of way and stormwater pond maintenance. DISCUSSION: These additional and dedicated resources will allow for more efficient utilization of manpower, as it does not appear that the inmate work crews will return any time soon. This has caused the rethinking of the tasks that need to be done by a limited number of employees. The use of more mechanized processes will be necessary as we move forward without outside labor sources. The slope mowers are remotely operated, allowing for safer and more efficient mowing of stormwater ponds. GOALS & OBJECTIVES This item is consistent with the goals in A New View Strategic Plan 2020 as follows; Foundational- these are the areas of focus that make up the necessary foundation of a successful local government. Organizational Capacity, Effectiveness & Efficiency- To efficiently & effectively provide the highest quality of public services Infrastructure- Satisfy current and future infrastructure needs Quality of Life- these areas focus on the overall experience when provided by the city. Community Character- Promote desirable growth with a hometown atmosphere Safety- Ensure the continuous safety of citizens and visitors Mobility- Provide safe, efficient and accessible means for mobility FINANCIAL IMPACT The unit cost is $42,581.39 for a total purchase price of $85,162.78. The funding for these mowers will come from the capital originally budgeted for a replacement wheel front end loader. The mowing equipment is a higher priority due to the availability of working mowers and overall usage time. The account is 442-2238-538- 6400. RECOMMENDED ACTION Staff respectfully requests approval to purchase these mowers through the Florida Sheriffs Association Cooperative Purchasing Contract. Page 103 of 596 Attachments 1. Crestview RoboMini 2. Energreen_America_Contract_SignaturePage 3. Award_Letter_FSA20-EQU18.0 4. Award Report_Equipment_Updated_1 FSA20-EQU18.0 Page 104 of 596 JOHN DEERE I3EflPI2 EQUIPMENT CO. Quote Summary Prepared For: CITY OF CRESTVIEW PUBLIC WORKS DEPARTMENT 715 N FERDON BLVD CRESTVIEW, FL 32536 Business: 850-682-6132 Prepared By: David Campbell Beard Equipment Company 33 Industrial Ct Freeport, FL 32439 Phone: 850-835-3337 dcampbell@beardequipment.com FL Sheriffs Contract FSA 20-EQU18.0 Quote Id: Created On: Last Modified On: Expiration Date: 26944630 22 June 2022 22 June 2022 30 June 2022 Equipment Summary ENERGREEN RoboMini Equipment Total Suggested List $ 47,312.66 Selling Price $ 42,581.39 X Qty Extended 2 = $ 85,162.78 $ 85,162.78 Quote Summary Equipment Total SubTotal Est. Service Agreement Tax Total Balance Due $ 85,162.78 $ 85,162.78 $ 0.00 $ 85,162.78 $ 85,162.78 Salesperson : X Accepted By : X Confidential Page 105 of 596 JOHN DEERE Selling Equipment I3EflPfl EQUIPMENT CO. Quote Id: 26944630 Customer: CITY OF CRESTVIEW PUBLIC WORKS DEPARTMENT ENERGREEN RoboMini Hours: 0 Suggested List Stock Number: $ 47,312.66 Selling Price $ 42,581.39 Code Description Qty Unit Extended$ RB Mower 2 $ 40,147.38 80,294.76 Standard Options - Per Unit MH Mulching Head 2 $ 4,588.10 $ 9,176.20 RB Roll Bar 2 $ 1,243.32 $ 2,486.64 RT Rotor 2 $ 1,333.86 $ 2,667.72 Standard Options Total $14,330.56 Suggested Price $ 94,625.32 Customer Discounts Customer Discounts Total $ -4,731.27 $ -9,462.54 Total Selling Price $ 85,162.78 Confidential Page 106 of 596 CONTRACT SIGNATURE PAGE BID NO. FSA20-EQU18.0- HEAVY EQUIPMENT The undersigned declares that he or she has read, understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve dealer principal or dealer's authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The undersigned further declares that no other persons other than the dealer principal or dealer's authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The undersigned further declares that he or she has carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The undersigned further declares that he or she has provided a discount on all factory options included in this bid, and such discount will be included in all customer orders. The undersigned further declares that he or she understands the financial responsibility associated with this bid as stated and further declares that he or she has the ability to meet the financial responsibility associated with this bid. The undersigned further declares that he or she proposes to furnish the articles called for within the specified time in this proposal for the price stated an the bid form, and guarantees that parts and service for the articles listed below are available within the State of Florida, to wit: ChecktheApplicableBox: U Individual U FartnershipUCorporation ❑ LLC Federal Employer Identification Number (FEIN):_ 352615989 Please indicate if you are: ❑ MBE (PLEASE PRINT) Firm Name. _ENERGREEN AMERICA INC Address: _ 1242 NOWELL DRIVE City: _ AUGUSTA Phone: 706-724-4739 The foregoing instrument was Larry Katzer identification and w ignature Larry Katzer Typed Name of De. er Principal State: _GEORGIA Fax: _ Zip: 30901 ed before me this _ 12 day of August 2029 by , who is personally known to me or who has produced Signature of Notary }Gblic Notary Public State of _ My Commission Expires on _ Stamped Seal: Tanya Matthews NOTARY PUBLIC Richmond County, GEORGIA My Commission Expires 02/27/2024 Page 107 of 596 The foregoing instrument Larry Katzer produced identific _Larry Katzer Typed Name of Dealer's Authorized Agent s acknowledged before me this 12 day of August 2020 by , who is personally known to me or who has did take an oath. uthorized Agent larry.katzer@energreenamerica.com Email of Dealer Principal Signature of Noiary Public Notary Public State of _ My Commission Expires on _ Stamped Seal: Tanya Matthews NOTARY PUBLIC Richmond County, GEORGIA My Commission Expires 0212712024 joyce. sanns©energ reenamerica_com Email of Dealer's Authorized Agent OFFICERS OF CORPORATION OR MEMBERS OF PARTNERSHIP 3. Name:Daniele Fraron 370 Front St #401 Title: CEO & Treasurer N. Augusta, SC 29841 Address, City, State, Zip: Name: Larry Katzer 773 Franklin Dr Address, City, State, Zip: . Name: Robert Matthews Title: President Brentwood, CA 94513 `-j SINrc 18^' Title: Vice President and Commerical Technical Officer 1930 Liberty Church Road Hephzibah, GA 30815 Address, City, State, Zip: Page 108 of 596 BID AWARD CONTRACT FSA2O-EQU 18.0 HEAVY EQUIPMENT Contract Term: October 1, 2020— September 30, 2023 Cooperative Purchasing Program Coordinated By The Florida Sheriffs Association Florida Association of Counties FLORIDA SHERIFFS ASSOCIATION COOPERATIVE PURCHASING PROGRAM Page 109 of 596 Protecting, Leading & Uniting...since 1893 FLORIDA SHERIFFS ASSOCIATION 2617 Mahan Drive, Tallahassee, Florida 32308 P.O. Box 12519 • Tallahassee, Florida 32317-2519 Date: October 1, 2020 To: All Perspective Participants From: Steve Casey, Executive Director Craig Chown, CPP Manager Re: Contract Number FSA20-EQU18.0 Heavy Equipment p: (850) 877-2165 f: (850) 878-8665 www.f)sheriffs.org 13 0 We are pleased to announce that the Florida Sheriffs Association has successfully completed its 18th cooperative competitive bid for heavy trucks. This contract is in effect beginning October 1, 2020 through September 30, 2023. This year's bid award included 404 specifications and makes and models for heavy trucks. The competitive process for this award began in April 2020, when stakeholders were surveyed regarding procurement needs. Specifications were developed based on prior year activity and new additions were added based on survey results and the Fleet Advisory Committee's review of products. An advertisement of the Invitation to Bid was placed within the FSA website and Florida Administrative Weekly on April 22, 2020. On June 2, 2020, a direct notification was sent to 511 prospective bidders to register for qualification to participate in the bid process for heavy trucks and heavy equipment. From this ITB, 206 bidders responded to the pre -bid meeting registration or request for qualified waiver for FSA approval. Of these respondents, 84 submitted bids and 79 qualified, responsive bidders were awarded after a review by the FSA and the FSA Fleet Advisory Committee. The Florida Sheriffs Association Cooperative Purchasing Program has followed the Contract Terms and Conditions to procure this contract. Contract prices are extended and guaranteed to any local government or political subdivision of the state, public educational institutions, other public agencies or authorities with the State of Florida, and other entities approved by the manufacturer to participate in this contract. Out of state sales are permitted under this contract. All purchasers are bound by their local governing purchasing ordinances, rules and regulations. All awarded vendors are governed by their manufacturer agreements and the Contract Terms and Conditions. Page 110 of 596 List of Awarded Vendors in Alphabetical Order for FSA20-VEH18.0 Heavy Equipment: 1. ACF Standby Systems, LLC 2. AG -PRO LLC 3. ALAMO GROUP (TX) INC 4. Aljon By C&C Manufacturing 5. Alta Construction Equip. Florida, LLC 6. Ameri-Recreational Sports, LLC 7. Applied Concepts, Inc. 8. ARI Phoenix, Inc. 9. ATMAX Equipment Co 10. Bandit Industries 11. BBA PUMPS 12. Beck Chrysler Dodge Jeep 13. Bush Hog, Inc 14. CDPW, Inc. 15. Certified Lift Installation & Maint. Corp 16. CLARK EQUIPMENT COMPANY 17. Club Car LLC 18. Container Systems & Equip. Co., Inc. 19. Cowin Equipment Company 20. Crimson Technology Products, LLC 21. DeLand Truck Center, Inc. 22. Dobbs Equipment, LLC 23. Doosan Infracore North America LLC 24. Embankscape Equipment LLC 25. Energreen America Inc 26. Environmental Products Group, Inc. 27. Envision Solar International Inc. 28. Everglades Equipment Group 29. Federal Contracts Corp 30. Florida Coast Equipment, Inc. 31. Futch's Tractor Depot, inc 32. GapVax, Inc. 33. Genset Services, Inc. 34. Glade & Grove Supply Co LLC 35. Great Southern Equipment Co. 36. Green Thumb Palm Beach 37. Holland Pump Company 38. Humdinger Equipment, Ltd. 39. Jeffrey -Allen Inc. 40. JOBBERS EQUIPMENT WAREHOUSE INC 41. K&K Systems, Inc. Page 111 of 596 List of Awarded Vendors in Alphabetical Order for FSA20-VEH18.0 Heavy Equipment (Continued): 42. Kelly Tractor Co 43. L.J. POWER, Inc. 44. Linder Industrial Machinery 45. McKibben Motorsports LP, Inc 46. McKibben Powersports, Inc 47. Menzi USA Sales, INC. 48. Mersino Dewatering 49. Mid Florida Diesel, Inc 50. MTD Products Company 51. MWI Corporation 52. National Equipment Dealers, LLC 53. Pantropic Power 54. Pat's Pump & Blower 55. Power & Pumps, Inc. 56. Rechtien International Trucks, Inc. 57. RhinoAg, Inc. 58. RIDGE EQUIPMENT CO., INC. 59. Ring Power Corporation 60. Sewer Equipment Co. of America 61. Southern Sewer Equipment Sales 62. Southern States ToyotaLift 63. STERTIL-KONI USA INC. 64. Striping Service and Supply, Inc. 65. Sun State International Trucks 66. Texas Trailers Sales and Service 67. Thompson Pump & Mfg Co Inc 68. Tom Evans Environmental, Inc. 69. Tradewinds Power Corp. 70. Trucks & Parts of Tampa, LLC 71. Vac -Con, Inc. 72. Vehicle Service Group, LLC. 73. VENTURE PRODUCTS INC. 74. Vermeer Southeast Sales 75. Vetted Security Solutions 76. Warren Equipment Inc 77. Weedoo Greenboat, Inc. 78. Xylem Dewatering Solutions, Inc. 79. Zabatt Power Systems Page 112 of 596 FSA20-EQU18.0, Heavy Equipment Group: BOAT: Aquatic Weed Cutter Workboat Item: 1, Weedoo, TC-3012, TC-3012 Zone Rank Vendor Price Build File Options File Western Primary Weedoo Greenboat, Inc. $86,200.00 Build Options Northern Primary Weedoo Greenboat, Inc. $86,200.00 Build Options Central Primary Weedoo Greenboat, Inc. $86,200.00 Build Options Southern Primary Weedoo Greenboat, Inc. $86,200.00 Build Options Page 113 of 596 FSA20-EQU18.0, Heavy Equipment Group: BOAT: Aquatic Weed Cutter Workboat Item: 2, Weedoo, Aqua Harvester TC-3001, TC-3001 Zone Rank Vendor Price Build File Options File Western Primary Weedoo Greenboat, Inc. $49,800.00 Build Northern Primary Weedoo Greenboat, Inc. $49,800.00 Build Central Primary Weedoo Greenboat, Inc. $49,800.00 Build Southern Primary Weedoo Greenboat, Inc. $49,800.00 Build Page 114 of 596 FSA20-EQU18.0, Heavy Equipment Group: BOAT: Aquatic Weed Cutter Workboat Item: 3, Weedoo, TC 6450 Amphi-King, TC-6450 Zone Rank Vendor Price Build File Western Primary Weedoo Greenboat, Inc. $229,900.00 Build Northern Primary Weedoo Greenboat, Inc. $229,900.00 Build Central Primary Weedoo Greenboat, Inc. $229,900.00 Build Southern Primary Weedoo Greenboat, Inc. $229,900.00 Build Options File Page 115 of 596 FSA20-EQU18.0, Heavy Equipment Group: BOAT: Aquatic Weed Cutter Workboat Item: 4, Alamo Industrial (CONVER), C485, C485 Zone Rank Vendor Price Build File Options File Western Primary ALAMO GROUP (TX) INC $159,604.00 Build Options Northern Primary ALAMO GROUP (TX) INC $159,604.00 Build Options Central Primary ALAMO GROUP (TX) INC $159,604.00 Build Options Southern Primary ALAMO GROUP (TX) INC $159,604.00 Build Options Page 116 of 596 FSA20-EQU18.0, Heavy Equipment Group: BULLDOZER: 70HP Bulldozer Tractor with Canopy, Standard - Wide Track Item: 7, Caterpillar, D1, D1 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $90,576.00 Build Options Northern Primary Ring Power Corporation $90,576.00 Build Options Central Primary Ring Power Corporation $90,576.00 Build Options Southern Primary Kelly Tractor Co $85,005.00 Build Options Page 117 of 596 FSA20-EQU18.0, Heavy Equipment Group: BULLDOZER: 70HP Bulldozer Tractor with Canopy, Standard - Wide Track Item: 8, John Deere, 450K, 450K Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $82,525.00 Build Options Northern Primary Dobbs Equipment, LLC $82,525.00 Build Options Central Primary Dobbs Equipment, LLC $82,525.00 Build Options Southern Primary Dobbs Equipment, LLC $82,525.00 Build Options Page 118 of 596 FSA20-EQU18.0, Heavy Equipment Group: BULLDOZER: 90HP Bulldozer Tractor with Canopy, Standard - Wide Track Item: 10, Caterpillar, D2, D2 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $104,521.00 Build Options Northern Primary Ring Power Corporation $104,521.00 Build Options Central Primary Ring Power Corporation $104,521.00 Build Options Southern Primary Kelly Tractor Co $98,958.00 Build Options Page 119 of 596 FSA20-EQU18.0, Heavy Equipment Group: BULLDOZER: 180HP Bulldozer Tractor with Canopy Item: 12, Caterpillar, D6, D6 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $353,931.00 Build Options Northern Primary Ring Power Corporation $353,931.00 Build Options Central Primary Ring Power Corporation $353,931.00 Build Options Southern Primary Kelly Tractor Co $314,223.00 Build Options Page 120 of 596 FSA20-EQU18.0, Heavy Equipment Group: BULLDOZER: 180HP Bulldozer Tractor with Canopy Item: 13, John Deere, 850L, 850L Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $303,900.00 Build Options Northern Primary Dobbs Equipment, LLC $303,900.00 Build Options Central Primary Dobbs Equipment, LLC $303,900.00 Build Options Southern Primary Dobbs Equipment, LLC $303,900.00 Build Options Page 121 of 596 FSA20-EQU18.0, Heavy Equipment Group: BULLDOZER: 180HP Bulldozer Tractor with Canopy Item: 14, Komatsu , D65EX-18, D65EX-18 Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $292,686.00 Build Options Northern Primary Linder Industrial Machinery $292,686.00 Build Options Central Primary Linder Industrial Machinery $292,686.00 Build Options Southern Primary Linder Industrial Machinery $292,686.00 Build Options Page 122 of 596 FSA20-EQU18.0, Heavy Equipment Group: BULLDOZER: 90HP Bulldozer Tractor with Canopy Item: 15, John Deere, 550K, 550K Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $102,750.00 Build Options Northern Primary Dobbs Equipment, LLC $102,750.00 Build Options Central Primary Dobbs Equipment, LLC $102,750.00 Build Options Southern Primary Dobbs Equipment, LLC $102,750.00 Build Options Page 123 of 596 FSA20-EQU18.0, Heavy Equipment Group: BULLDOZER: 90HP Bulldozer Tractor with Canopy Item: 16, Komatsu , D39EX-24, D39EX-24 Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $134,000.00 Build Options Northern Primary Linder Industrial Machinery $134,000.00 Build Options Central Primary Linder Industrial Machinery $134,000.00 Build Options Southern Primary Linder Industrial Machinery $134,000.00 Build Options Page 124 of 596 FSA20-EQU18.0, Heavy Equipment Group: CHIPPER: Brush Chipper - Trailer Mounted Item: 17, Bandit, 15XPC, 15XPC Zone Rank Vendor Price Build File Options File Western Primary Bandit Industries $59,505.20 Build Options Northern Primary Bandit Industries $59,505.20 Build Options Central Primary Bandit Industries $59,505.20 Build Options Southern Primary Bandit Industries $59,505.20 Build Options Page 125 of 596 FSA20-EQU18.0, Heavy Equipment Group: CHIPPER: Brush Chipper - Trailer Mounted Item: 18, Dura Tech, TC-15, TC-15 Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc. $55,265.00 Build Options Northern Primary Environmental Products Group, Inc. $55,265.00 Build Options Central Primary Environmental Products Group, Inc. $55,265.00 Build Options Southern Primary Environmental Products Group, Inc. $55,265.00 Build Options Page 126 of 596 FSA20-EQU18.0, Heavy Equipment Group: CHIPPER: Brush Chipper - Trailer Mounted Item: 19, Vermeer, BC1500XL, BC1500XL Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $68,420.00 Build Options Northern Primary Vermeer Southeast Sales $68,420.00 Build Options Central Primary Vermeer Southeast Sales $68,420.00 Build Options Southern Primary Vermeer Southeast Sales $68,420.00 Build Options Page 127 of 596 FSA20-EQU18.0, Heavy Equipment Group: COMPACTOR: 80,000 LB Landfill Compactor Item: 20, Al -Jon, Advantage, 500 Zone Rank Vendor Price Build File Options File Western Primary Aljon By C&C Manufacturing $672,802.00 Build Options Northern Primary Aljon By C&C Manufacturing $672,802.00 Build Options Central Primary Aljon By C&C Manufacturing $672,802.00 Build Options Southern Primary Aljon By C&C Manufacturing $672,802.00 Build Options Page 128 of 596 FSA20-EQU18.0, Heavy Equipment Group: COMPACTOR: 80,000 LB Landfill Compactor Item: 21, Bomag, BC772RB-4, BC772RB-4 Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $561,500.00 Build Options Northern Primary Dobbs Equipment, LLC $561,500.00 Build Options Central Primary Dobbs Equipment, LLC $561,500.00 Build Options Southern Primary Dobbs Equipment, LLC $561,500.00 Build Options Page 129 of 596 FSA20-EQU18.0, Heavy Equipment Group: COMPACTOR: 80,000 LB Landfill Compactor Item: 22, Caterpillar, 826, 826 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $658,717.00 Build Options Northern Primary Ring Power Corporation $658,717.00 Build Options Central Primary Ring Power Corporation $685,717.00 Build Options Southern Primary Kelly Tractor Co $668,005.00 Build Options Page 130 of 596 FSA20-EQU18.0, Heavy Equipment Group: COMPACTOR: 80,000 LB Landfill Compactor Item: 23, Tana, E380, E380 Zone Rank Vendor Price Build File Options File Western Primary Humdinger Equipment, Ltd. $949,866.00 Build Options Northern Primary Humdinger Equipment, Ltd. $949,866.00 Build Options Central Primary Humdinger Equipment, Ltd. $949,866.00 Build Options Southern Primary Humdinger Equipment, Ltd. $949,866.00 Build Options Page 131 of 596 FSA20-EQU18.0, Heavy Equipment Group: COMPACTOR: 80,000 LB Landfill Compactor Item: 24, Volvo, LC450H, LC450H Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $749,052.00 Build Northern Primary Alta Construction Equipment Florida, LLC $750,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $750,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $750,000.00 Build Options Page 132 of 596 FSA20-EQU18.0, Heavy Equipment Group: COMPRESSOR: Air Compressor - Trailer Mounted Item: 25, Atlas Copco, XAS 188 T4F, XAS 188 T4F Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $22,868.00 Build Options Northern Primary Ring Power Corporation $22,868.00 Build Options Central Primary Ring Power Corporation $22,868.00 Build Options Southern Page 133 of 596 FSA20-EQU18.0, Heavy Equipment Group: COMPRESSOR: Air Compressor - Trailer Mounted Item: 27, Doosan, P185WDO-T4F, P185WDO-T4F Zone Rank Vendor Price Build File Options File Western Primary CLARK EQUIPMENT COMPANY $21,006.00 Build Options Northern Primary CLARK EQUIPMENT COMPANY $21,006.00 Build Options Central Primary CLARK EQUIPMENT COMPANY $21,006.00 Build Options Southern Primary CLARK EQUIPMENT COMPANY $21,006.00 Build Options Page 134 of 596 FSA20-EQU18.0, Heavy Equipment Group: COMPRESSOR: Air Compressor - Trailer Mounted Item: 29, MULTIQUIP, DIS185SSI4F, DIS185SSI4F Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $23,070.00 Build Options Northern Primary Federal Contracts Corp $23,070.00 Build Options Central Primary Federal Contracts Corp $23,070.00 Build Options Southern Primary Federal Contracts Corp $23,070.00 Build Options Page 135 of 596 FSA20-EQU18.0, Heavy Equipment Group: COMPRESSOR: Air Compressor - Trailer Mounted Item: 30, Sullair, 185 T4F, 185 T4F Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $24,043.00 Build Options Northern Primary Ring Power Corporation $24,043.00 Build Options Central Primary Kelly Tractor Co $22,077.00 Build Options Alternate Ring Power Corporation $24,043.00 Build Options Southern Primary Kelly Tractor Co $22,077.00 Build Options Page 136 of 596 FSA20-EQU18.0, Heavy Equipment Group: COMPRESSOR: Air Compressor - Trailer Mounted Item: 31, Sullivan Palatek, D185PDZ, D185PDZ Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $21,334.00 Build Options Southern Primary Kelly Tractor Co $21,334.00 Build Options Page 137 of 596 FSA20-EQU18.0, Heavy Equipment Group: DUMP TRUCK: Articulating Off Road Dump Truck - 50,000 LB Payload Item: 32, Bell, B25E, B25E Zone Rank Vendor Price Build File Options File Western Northern Primary National Equipment Dealers, LLC $309,000.00 Build Options Central Primary National Equipment Dealers, LLC $309,000.00 Build Options Southern Primary National Equipment Dealers, LLC $309,000.00 Build Options Page 138 of 596 FSA20-EQU18.0, Heavy Equipment Group: DUMP TRUCK: Articulating Off Road Dump Truck - 50,000 LB Payload Item: 33, Caterpillar, 725, 725 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $344,946.00 Build Options Northern Primary Ring Power Corporation $344,946.00 Build Options Central Primary Ring Power Corporation $344,946.00 Build Options Southern Primary Kelly Tractor Co $342,003.00 Build Options Page 139 of 596 FSA20-EQU18.0, Heavy Equipment Group: DUMP TRUCK: Articulating Off Road Dump Truck - 50,000 LB Payload Item: 34, Doosan, DA30-5, DA30-5 Zone Rank Vendor Price Build File Options File Western Primary Doosan Infracore North America LLC $325,803.00 Build Options Northern Primary Doosan Infracore North America LLC $325,803.00 Build Options Central Primary Doosan Infracore North America LLC $325,803.00 Build Options Southern Primary Doosan Infracore North America LLC $325,803.00 Build Options Page 140 of 596 FSA20-EQU18.0, Heavy Equipment Group: DUMP TRUCK: Articulating Off Road Dump Truck - 50,000 LB Payload Item: 35, Komatsu , HM300-5, HM300-5 Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $407,760.00 Build Options Northern Primary Linder Industrial Machinery $407,760.00 Build Options Central Primary Linder Industrial Machinery $407,760.00 Build Options Southern Primary Linder Industrial Machinery $403,760.00 Build Options Page 141 of 596 FSA20-EQU18.0, Heavy Equipment Group: DUMP TRUCK: Articulating Off Road Dump Truck - 50,000 LB Payload Item: 36, John Deere, 260E, 260E Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $327,400.00 Build Options Northern Primary Dobbs Equipment, LLC $327,400.00 Build Options Central Primary Dobbs Equipment, LLC $327,400.00 Build Options Southern Primary Dobbs Equipment, LLC $327,400.00 Build Options Page 142 of 596 FSA20-EQU18.0, Heavy Equipment Group: DUMP TRUCK: Articulating Off Road Dump Truck - 50,000 LB Payload Item: 38, Volvo, A25G, A25G Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $349,586.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $350,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $350,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $350,000.00 Build Options Page 143 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Telescopic Excavator - 45,000 LB Operating Weight - Track Item: 39, Gradall, 4200, 4200 Zone Rank Vendor Price Build File Options File Western Primary Great Southern Equipment Co. $331,564.00 Build Options Northern Primary Great Southern Equipment Co. $331,564.00 Build Options Central Primary Great Southern Equipment Co. $331,564.00 Build Options Southern Primary Great Southern Equipment Co. $331,564.00 Build Options Page 144 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Telescopic Excavator - 47,000 LB Operating Weight - 6X6 Wheel Item: 40, Gradall, XL4100, XL4100 Zone Rank Vendor Price Build File Options File Western Primary Great Southern Equipment Co. $448,501.00 Build Options Northern Primary Great Southern Equipment Co. $448,501.00 Build Options Central Primary Great Southern Equipment Co. $448,501.00 Build Options Southern Primary Great Southern Equipment Co. $448,501.00 Build Options Page 145 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Wheeled Hydraulic Excavator - 42,000 LB Operating Weight Item: 41, Caterpillar, M318, M318 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $223,266.00 Build Options Northern Primary Ring Power Corporation $223,266.00 Build Options Central Primary Ring Power Corporation $223,266.00 Build Options Southern Primary Kelly Tractor Co $222,669.00 Build Options Page 146 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Wheeled Hydraulic Excavator - 42,000 LB Operating Weight Item: 42, Doosan, DX210WE-5, DX210WE-5 Zone Rank Vendor Price Build File Options File Western Primary Doosan Infracore North America LLC $193,499.00 Build Options Northern Primary Doosan Infracore North America LLC $193,499.00 Build Options Central Primary Doosan Infracore North America LLC $193,499.00 Build Options Southern Primary Doosan Infracore North America LLC $193,499.00 Build Options Page 147 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Wheeled Hydraulic Excavator - 42,000 LB Operating Weight Item: 43, Hitachi, ZX19W-5, ZX190W-5 Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $194,700.00 Build Options Northern Primary Dobbs Equipment, LLC $194,700.00 Build Options Central Primary Dobbs Equipment, LLC $194,700.00 Build Options Southern Primary Dobbs Equipment, LLC $194,700.00 Build Options Page 148 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Wheeled Hydraulic Excavator - 42,000 LB Operating Weight Item: 44, Hyundai, HW180, HW180 Zone Rank Vendor Price Build File Options File Western Northern Primary National Equipment Dealers, LLC $172,900.00 Build Options Central Primary National Equipment Dealers, LLC $172,900.00 Build Options Southern Primary National Equipment Dealers, LLC $172,900.00 Build Options Page 149 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Wheeled Hydraulic Excavator - 42,000 LB Operating Weight Item: 45, John Deere, 190 GW, 190 GW Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $194,700.00 Build Options Northern Primary Dobbs Equipment, LLC $194,700.00 Build Options Central Primary Dobbs Equipment, LLC $194,700.00 Build Options Southern Primary Dobbs Equipment, LLC $194,700.00 Build Options Page 150 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Wheeled Hydraulic Excavator - 42,000 LB Operating Weight Item: 46, Volvo, EW180E, EW180E Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $211,773.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $212,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $212,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $212,000.00 Build Options Page 151 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: All Terrain Walking Excavator Item: 47, Kaiser, S8, S8 Zone Rank Vendor Price Build File Options File Western Primary Great Southern Equipment Co. $323,031.00 Build Options Northern Primary Great Southern Equipment Co. $323,031.00 Build Options Central Primary Great Southern Equipment Co. $323,031.00 Build Options Southern Primary Great Southern Equipment Co. $323,031.00 Build Options Page 152 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: All Terrain Walking Excavator Item: 48, Menzi, Muck, M3 Zone Rank Vendor Price Build File Options File Western Primary Menzi USA Sales, INC. $296,994.00 Build Options Northern Primary Menzi USA Sales, INC. $296,994.00 Build Options Central Primary Menzi USA Sales, INC. $296,994.00 Build Options Southern Primary Menzi USA Sales, INC. $296,994.00 Build Options Page 153 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 15,590 LB Operating Weight Item: 49, Bobcat, E85R, E85R Zone Rank Vendor Price Build File Options File Western Primary CLARK EQUIPMENT COMPANY $75,233.24 Build Options Northern Primary CLARK EQUIPMENT COMPANY $75,233.24 Build Options Central Primary CLARK EQUIPMENT COMPANY $75,233.24 Build Options Southern Primary CLARK EQUIPMENT COMPANY $75,233.24 Build Options Page 154 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 15,590 LB Operating Weight Item: 50, Bobcat , Excavator, E145 Zone Rank Vendor Price Build File Options File Western Primary CLARK EQUIPMENT COMPANY $120,581.12 Build Options Northern Primary CLARK EQUIPMENT COMPANY $120,581.12 Build Options Central Primary CLARK EQUIPMENT COMPANY $120,581.12 Build Options Southern Primary CLARK EQUIPMENT COMPANY $120,581.12 Build Options Page 155 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 15,590 LB Operating Weight Item: 52, Caterpillar, 308, 308 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $103,206.00 Build Options Northern Primary Ring Power Corporation $103,206.00 Build Options Central Primary Ring Power Corporation $103,206.00 Build Options Southern Primary Kelly Tractor Co $94,838.00 Build Options Page 156 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 15,590 LB Operating Weight Item: 53, Doosan, DX85R-3, DX85R-3 Zone Rank Vendor Price Build File Options File Western Primary Doosan Infracore North America LLC $85,776.66 Build Options Northern Primary Doosan Infracore North America LLC $85,776.66 Build Options Central Primary Doosan Infracore North America LLC $85,776.66 Build Options Southern Primary Doosan Infracore North America LLC $85,776.66 Build Options Page 157 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 15,590 LB Operating Weight Item: 54, Hitachi, ZX75US-5, ZX75US-5 Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $94,100.00 Build Options Northern Primary Dobbs Equipment, LLC $94,100.00 Build Options Central Primary Dobbs Equipment, LLC $94,100.00 Build Options Southern Primary Dobbs Equipment, LLC $94,100.00 Build Options Page 158 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 15,590 LB Operating Weight Item: 55, Hyundai, R80CR-9A, R80CR-9A Zone Rank Vendor Price Build File Options File Western Northern Primary National Equipment Dealers, LLC $79,700.00 Build Options Central Primary National Equipment Dealers, LLC $79,700.00 Build Options Southern Primary National Equipment Dealers, LLC $79,700.00 Build Options Page 159 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 15,590 LB Operating Weight Item: 56, John Deere, 75G, 75G Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $94,100.00 Build Options Northern Primary Dobbs Equipment, LLC $94,100.00 Build Options Central Primary Dobbs Equipment, LLC $94,100.00 Build Options Southern Primary Dobbs Equipment, LLC $94,100.00 Build Options Page 160 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 15,590 LB Operating Weight Item: 57, Kobelco, SK-75SR-3E, SK-75SR-3E Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $83,731.00 Build Options Northern Primary Great Southern Equipment Co. $82,162.00 Build Options Central Primary Great Southern Equipment Co. $82,162.00 Build Options Southern Primary Great Southern Equipment Co. $82,162.00 Build Options Page 161 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 15,590 LB Operating Weight Item: 58, Komatsu , PC88MR-10, PC88MR-10 Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $106,500.00 Build Options Northern Primary Linder Industrial Machinery $106,500.00 Build Options Central Primary Linder Industrial Machinery $106,500.00 Build Options Southern Primary Linder Industrial Machinery $106,500.00 Build Options Page 162 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 15,590 LB Operating Weight Item: 59, Kubota, KX080-4S, KX080-4S Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC. $73,927.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC. $73,627.00 Build Options Alternate Futch's Tractor Depot, inc $75,520.00 Build Options Alternate Florida Coast Equipment, Inc. $76,926.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC. $73,627.00 Build Options Alternate Futch's Tractor Depot, inc $75,520.00 Build Options Alternate Florida Coast Equipment, Inc. $76,926.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC. $73,827.00 Build Options Alternate Florida Coast Equipment, Inc. $76,926.00 Build Options Page 163 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 15,590 LB Operating Weight Item: 60, Link -Belt, 75X3, 75X3 Zone Rank Vendor Price Build File Options File Western Primary Great Southern Equipment Co. $80,848.00 Build Options Northern Primary Great Southern Equipment Co. $80,848.00 Build Options Central Primary Great Southern Equipment Co. $80,848.00 Build Options Southern Primary Great Southern Equipment Co. $80,848.00 Build Options Page 164 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 15,590 LB Operating Weight Item: 63, Takeuchi, TB290, TB290 Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $90,519.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $88,500.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $88,500.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $88,500.00 Build Options Page 165 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 15,590 LB Operating Weight Item: 64, Volvo, ECR88D, ECR88D Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $84,133.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $84,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $84,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $84,000.00 Build Options Page 166 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 38,000 LB Operating Weight Item: 66, Caterpillar, 316F, 316F Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $176,853.00 Build Options Northern Primary Ring Power Corporation $176,853.00 Build Options Central Primary Ring Power Corporation $176,853.00 Build Options Southern Primary Kelly Tractor Co $169,835.00 Build Options Page 167 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 38,000 LB Operating Weight Item: 67, Doosan, DX180LC-5, DX180LC-5 Zone Rank Vendor Price Build File Options File Western Primary Doosan Infracore North America LLC $130,025.00 Build Options Northern Primary Doosan Infracore North America LLC $130,025.00 Build Options Central Primary Doosan Infracore North America LLC $130,025.00 Build Options Southern Primary Doosan Infracore North America LLC $130,025.00 Build Options Page 168 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 38,000 LB Operating Weight Item: 68, Hitachi, ZX160LC-6, ZX160LC-6 Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $154,250.00 Build Options Northern Primary Dobbs Equipment, LLC $154,250.00 Build Options Central Primary Dobbs Equipment, LLC $154,250.00 Build Options Southern Primary Dobbs Equipment, LLC $154,250.00 Build Options Page 169 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 38,000 LB Operating Weight Item: 69, Hyundai, HX160L, HX160L Zone Rank Vendor Price Build File Options File Western Northern Primary National Equipment Dealers, LLC $121,900.00 Build Options Central Primary National Equipment Dealers, LLC $121,900.00 Build Options Southern Primary National Equipment Dealers, LLC $121,900.00 Build Options Page 170 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 38,000 LB Operating Weight Item: 70, John Deere, 160GLC, 160GLC Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $154,250.00 Build Options Northern Primary Dobbs Equipment, LLC $154,250.00 Build Options Central Primary Dobbs Equipment, LLC $154,250.00 Build Options Southern Primary Dobbs Equipment, LLC $154,250.00 Build Options Page 171 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 38,000 LB Operating Weight Item: 71, Kobelco, SK170LC, SK170LC Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $138,544.00 Build Options Northern Primary Great Southern Equipment Co. $129,727.00 Build Options Central Primary Great Southern Equipment Co. $129,727.00 Build Options Southern Primary Great Southern Equipment Co. $129,727.00 Build Options Page 172 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 38,000 LB Operating Weight Item: 72, Komatsu , PC170LC-11, PC170LC-11 Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $166,253.00 Build Options Northern Primary Linder Industrial Machinery $166,253.00 Build Options Central Primary Linder Industrial Machinery $166,253.00 Build Options Southern Primary Linder Industrial Machinery $166,253.00 Build Options Page 173 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 38,000 LB Operating Weight Item: 73, Link -Belt, 160X4, 160X4 Zone Rank Vendor Price Build File Options File Western Primary Great Southern Equipment Co. $133,555.00 Build Options Northern Primary Great Southern Equipment Co. $133,555.00 Build Options Central Primary Great Southern Equipment Co. $133,555.00 Build Options Southern Primary Great Southern Equipment Co. $133,555.00 Build Options Page 174 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 38,000 LB Operating Weight Item: 75, Volvo, EC160E, EC160E Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $137,969.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $137,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $137,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $137,000.00 Build Options Page 175 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 76,550 LB Operating Weight Item: 78, Caterpillar, 336, 336 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $311,724.00 Build Options Northern Primary Ring Power Corporation $311,724.00 Build Options Central Primary Ring Power Corporation $311,724.00 Build Options Southern Primary Kelly Tractor Co $302,415.00 Build Options Page 176 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 76,550 LB Operating Weight Item: 79, Doosan, DX350LC-5K, DX350LC-5K Zone Rank Vendor Price Build File Options File Western Primary Doosan Infracore North America LLC $252,135.00 Build Options Northern Primary Doosan Infracore North America LLC $252,135.00 Build Options Central Primary Doosan Infracore North America LLC $252,135.00 Build Options Southern Primary Doosan Infracore North America LLC $252,135.00 Build Options Page 177 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 76,550 LB Operating Weight Item: 80, Hitachi, ZX350LC-6, ZX350LC-6 Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $277,650.00 Build Options Northern Primary Dobbs Equipment, LLC $277,650.00 Build Options Central Primary Dobbs Equipment, LLC $277,650.00 Build Options Southern Primary Dobbs Equipment, LLC $277,650.00 Build Options Page 178 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 76,550 LB Operating Weight Item: 81, Hyundai, HX330L, HX330L Zone Rank Vendor Price Build File Options File Western Northern Primary National Equipment Dealers, LLC $232,500.00 Build Options Central Primary National Equipment Dealers, LLC $232,500.00 Build Options Southern Primary National Equipment Dealers, LLC $232,500.00 Build Options Page 179 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 76,550 LB Operating Weight Item: 82, John Deere, 350GLC, 350GLC Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $277,650.00 Build Options Northern Primary Dobbs Equipment, LLC $277,650.00 Build Options Central Primary Dobbs Equipment, LLC $277,650.00 Build Options Southern Primary Dobbs Equipment, LLC $277,650.00 Build Options Page 180 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 76,550 LB Operating Weight Item: 83, Komatsu , PC360LC-11, PC360LC-11 Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $314,000.00 Build Options Northern Primary Linder Industrial Machinery $314,000.00 Build Options Central Primary Linder Industrial Machinery $314,000.00 Build Options Southern Primary Linder Industrial Machinery $314,000.00 Build Options Page 181 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 76,550 LB Operating Weight Item: 84, Kobelco, SK350LC, SK350LC Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $252,455.00 Build Options Northern Primary Great Southern Equipment Co. $244,685.00 Build Options Central Primary Great Southern Equipment Co. $244,685.00 Build Options Southern Primary Great Southern Equipment Co. $244,685.00 Build Options Page 182 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 76,550 LB Operating Weight Item: 85, Link -Belt, 350X4, 350X4 Zone Rank Vendor Price Build File Options File Western Primary Great Southern Equipment Co. $252,208.00 Build Options Northern Primary Great Southern Equipment Co. $252,208.00 Build Options Central Primary Great Southern Equipment Co. $252,208.00 Build Options Southern Primary Great Southern Equipment Co. $252,208.00 Build Options Page 183 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Hydraulic Excavator - 76,550 LB Operating Weight Item: 87, Volvo, EC350 E, EC350 E Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $269,474.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $270,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $270,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $270,000.00 Build Options Page 184 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Mini Hydraulic Excavator - 7,105 LB Operating Weight Item: 88, Bobcat, E32 R, E32 R Zone Rank Vendor Price Build File Options File Western Primary CLARK EQUIPMENT COMPANY $32,301.04 Build Options Northern Primary CLARK EQUIPMENT COMPANY $32,301.04 Build Options Central Primary CLARK EQUIPMENT COMPANY $32,301.04 Build Options Southern Primary CLARK EQUIPMENT COMPANY $32,301.04 Build Options Page 185 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Mini Hydraulic Excavator - 7,105 LB Operating Weight Item: 90, Caterpillar, 303E CR, 303E CR Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $37,744.00 Build Options Northern Primary Ring Power Corporation $37,744.00 Build Options Central Primary Ring Power Corporation $37,744.00 Build Options Southern Primary Kelly Tractor Co $36,757.00 Build Options Page 186 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Mini Hydraulic Excavator - 7,105 LB Operating Weight Item: 91, Doosan , DX35-5, DX35-5 Zone Rank Vendor Price Build File Options File Western Primary Doosan Infracore North America LLC $40,040.98 Build Options Northern Primary Doosan Infracore North America LLC $40,040.98 Build Options Central Primary Doosan Infracore North America LLC $40,040.98 Build Options Southern Primary Doosan Infracore North America LLC $40,040.98 Build Options Page 187 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Mini Hydraulic Excavator - 7,105 LB Operating Weight Item: 92, Hitachi, ZX35-U-5, ZX35-U-5 Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $40,300.00 Build Options Northern Primary Dobbs Equipment, LLC $40,300.00 Build Options Central Primary Dobbs Equipment, LLC $38,990.00 Build Options Southern Primary Dobbs Equipment, LLC $38,900.00 Build Options Page 188 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Mini Hydraulic Excavator - 7,105 LB Operating Weight Item: 93, Hyundai, R35Z-9A, R35Z-9A Zone Rank Vendor Price Build File Options File Western Northern Primary National Equipment Dealers, LLC $37,400.00 Build Options Central Primary National Equipment Dealers, LLC $37,400.00 Build Options Southern Primary National Equipment Dealers, LLC $37,400.00 Build Options Page 189 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Mini Hydraulic Excavator - 7,105 LB Operating Weight Item: 94, John Deere, 35G, 35G Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $40,300.00 Build Options Northern Primary Dobbs Equipment, LLC $40,300.00 Build Options Central Primary Dobbs Equipment, LLC $38,990.00 Build Options Southern Primary Dobbs Equipment, LLC $38,990.00 Build Options Page 190 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Mini Hydraulic Excavator - 7,105 LB Operating Weight Item: 95, Kobelco , SK35SR, SK35SR Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $38,740.00 Build Options Northern Primary Great Southern Equipment Co. $37,889.00 Build Options Central Primary Great Southern Equipment Co. $37,889.00 Build Options Southern Primary Great Southern Equipment Co. $37,889.00 Build Options Page 191 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Mini Hydraulic Excavator - 7,105 LB Operating Weight Item: 96, Komatsu , PC35MR-5, PC35MR-5 Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $48,450.00 Build Options Northern Primary Linder Industrial Machinery $48,450.00 Build Options Central Primary Linder Industrial Machinery $48,450.00 Build Options Southern Primary Linder Industrial Machinery $48,450.00 Build Options Page 192 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Mini Hydraulic Excavator - 7,105 LB Operating Weight Item: 97, Kubota, U35-4, U35-4 Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC. $31,272.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC. $31,072.00 Build Options Alternate Futch's Tractor Depot, inc $31,400.00 Build Options Alternate Florida Coast Equipment, Inc. $32,259.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC. $31,072.00 Build Options Alternate Futch's Tractor Depot, inc $31,400.00 Build Options Alternate Florida Coast Equipment, Inc. $32,259.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC. $31,172.00 Build Options Alternate Florida Coast Equipment, Inc. $32,259.00 Build Options Page 193 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Mini Hydraulic Excavator - 7,105 LB Operating Weight Item: 99, Takeuchi, TB240, TB240 Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $43,564.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $43,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $43,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $43,000.00 Build Options Page 194 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Mini Hydraulic Excavator - 7,105 LB Operating Weight Item: 100, Volvo, EC 35 D, EC 35 D Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $41,878.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $42,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $42,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $42,000.00 Build Options Page 195 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Mini Hydraulic Excavator - 7,105 LB Operating Weight Item: 101, Yanmar, Vi035-6A, Vi035-6A Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $37,480.00 Build Options Northern Primary Vermeer Southeast Sales $37,480.00 Build Options Central Primary Vermeer Southeast Sales $37,480.00 Build Options Southern Primary Vermeer Southeast Sales $37,480.00 Build Options Page 196 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Trailer Mounted Vacuum Excavator, 14,000 LB GVWR Item: 103, RamVac, Vacuum Excavator, 2000 Zone Rank Vendor Price Build File Options File Western Primary Sewer Equipment Co. of America $167,796.00 Build Options Northern Primary Sewer Equipment Co. of America $167,796.00 Build Options Central Primary Sewer Equipment Co. of America $167,796.00 Build Options Southern Primary Sewer Equipment Co. of America $167,796.00 Build Options Page 197 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Trailer Mounted Vacuum Excavator, 14,000 LB GVWR Item: 104, Vac -Con, Mudslinger, MS800 Zone Rank Vendor Price Build File Options File Western Primary Vac -Con, Inc. $117,250.00 Build Options Northern Primary Vac -Con, Inc. $117,250.00 Build Options Central Primary Vac -Con, Inc. $117,250.00 Build Options Southern Primary Vac -Con, Inc. $117,250.00 Build Options Page 198 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Trailer Mounted Vacuum Excavator, 14,000 LB GVWR Item: 105, Vermeer, LP873SDT, LP873SDT Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $91,884.00 Build Options Northern Primary Vermeer Southeast Sales $91,884.00 Build Options Central Primary Vermeer Southeast Sales $91,884.00 Build Options Southern Primary Vermeer Southeast Sales $91,884.00 Build Options Page 199 of 596 FSA20-EQU18.0, Heavy Equipment Group: EXCAVATOR: Trailer Mounted Vacuum Excavator, 14,000 LB GVWR Item: 106, X -Vac, X800, X800 Zone Rank Vendor Price Build File Options File Western Primary Pat's Pump & Blower $118,610.00 Build Options Northern Primary Pat's Pump & Blower $118,610.00 Build Options Central Primary Pat's Pump & Blower $118,610.00 Build Options Southern Primary Pat's Pump & Blower $118,610.00 Build Options Page 200 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 125kW Generator Package Item: 107, AKSA, ULJ-125, ULJ-125 Zone Rank Western Primary Alternate Northern Primary Alternate Central Primary Alternate Southern Primary Alternate Vendor L.J. POWER, Inc. Zabatt Power Systems L.J. POWER, Inc. Zabatt Power Systems L.J. POWER, Inc. Zabatt Power Systems L.J. POWER, Inc. Zabatt Power Systems Price Build File Options File $31,000.00 Build Options $32,221.00 Build Options $31,000.00 Build Options $32,221.00 Build Options $31,000.00 Build Options $32,221.00 Build Options $31,000.00 Build Options $32,221.00 Build Options Page 201 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 125kW Generator Package Item: 108, Blue Star Power Systems, JD125-02, JD125-02 Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $32,350.00 Build Options Northern Primary Mid Florida Diesel, Inc $32,350.00 Build Options Central Primary Mid Florida Diesel, Inc $32,350.00 Build Options Southern Primary Mid Florida Diesel, Inc $32,350.00 Build Options Page 202 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 125kW Generator Package Item: 109, Caterpillar, D125-8, D125-8 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $47,376.00 Build Options Northern Primary Ring Power Corporation $47,376.00 Build Options Central Primary Ring Power Corporation $47,376.00 Build Options Southern Primary Pantropic Power $47,041.00 Build Options Page 203 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 125kW Generator Package Item: 111, Generac, SD130, SD130 Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems, LLC $31,200.00 Build Options Northern Primary ACF Standby Systems, LLC $31,200.00 Build Options Central Primary ACF Standby Systems, LLC $31,200.00 Build Options Southern Primary ACF Standby Systems, LLC $31,200.00 Build Options Alternate Genset Services, Inc. $34,425.00 Build Options Page 204 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 125kW Generator Package Item: 112, Gillette Generators, SPJD-1250, SPJD-1250 Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $35,200.00 Build Options Northern Primary Mid Florida Diesel, Inc $35,200.00 Build Options Central Primary Mid Florida Diesel, Inc $35,200.00 Build Options Southern Primary Mid Florida Diesel, Inc $35,200.00 Build Options Page 205 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 125kW Generator Package Item: 113, LJP , ULJ125, ULJ125 Zone Rank Vendor Price Build File Options File Western Primary L.J. POWER, Inc. $31,000.00 Build Options Northern Primary L.J. POWER, Inc. $31,000.00 Build Options Central Primary L.J. POWER, Inc. $31,000.00 Build Options Southern Primary L.J. POWER, Inc. $31,000.00 Build Options Page 206 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 125kW Generator Package Item: 114, Tradewinds, T125, T125 Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp. $49,238.00 Build Options Northern Primary Tradewinds Power Corp. $49,238.00 Build Options Central Primary Tradewinds Power Corp. $49,238.00 Build Options Southern Primary Tradewinds Power Corp. $49,238.00 Build Options Page 207 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 150kW Mobile Generator Package Item: 115, Atlas Copco, QAS 250, QAS 250 Zone Rank Vendor Price Build File Options File Western Primary CDPW, Inc. $184,660.00 Build Options Northern Primary CDPW, Inc. $184,660.00 Build Options Central Primary CDPW, Inc. $184,660.00 Build Options Southern Primary CDPW, Inc. $184,660.00 Build Options Page 208 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 150kW Mobile Generator Package Item: 116, Blue Star Power Systems, VD150-02FT4MP, VD150-02FT4MP Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $89,500.00 Build Options Northern Primary Mid Florida Diesel, Inc $89,500.00 Build Options Central Primary Mid Florida Diesel, Inc $89,500.00 Build Options Southern Primary Mid Florida Diesel, Inc $89,500.00 Build Options Page 209 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 150kW Mobile Generator Package Item: 119, Doosan, G190 WCU-34-T4F, G190 WCU-34-T4F Zone Rank Vendor Price Build File Options File Western Primary CLARK EQUIPMENT COMPANY $86,734.00 Build Options Northern Primary CLARK EQUIPMENT COMPANY $86,734.00 Build Options Central Primary CLARK EQUIPMENT COMPANY $86,734.00 Build Options Southern Primary CLARK EQUIPMENT COMPANY $86,734.00 Build Options Page 210 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 150kW Mobile Generator Package Item: 120, Generac/Magnum, MDG175DF4, MDG175DF4 Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems, LLC $85,200.00 Build Options Northern Primary ACF Standby Systems, LLC $85,200.00 Build Options Central Primary ACF Standby Systems, LLC $85,200.00 Build Options Southern Primary ACF Standby Systems, LLC $85,200.00 Build Options Alternate Genset Services, Inc. $85,525.00 Build Options Page 211 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 150kW Mobile Generator Package Item: 121, LJP , AT150, AT150 Zone Rank Vendor Price Build File Options File Western Primary L.J. POWER, Inc. $75,000.00 Build Options Northern Primary L.J. POWER, Inc. $75,000.00 Build Options Central Primary L.J. POWER, Inc. $75,000.00 Build Options Southern Primary L.J. POWER, Inc. $75,000.00 Build Options Page 212 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 150kW Mobile Generator Package Item: 122, MULTIQUIP, DCA180SSJU4F3, DCA180SSJU4F3 Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $117,628.19 Build Options Northern Primary Federal Contracts Corp $117,628.19 Build Options Central Primary Federal Contracts Corp $117,628.19 Build Options Southern Primary Federal Contracts Corp $117,628.19 Build Options Page 213 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 150kW Mobile Generator Package Item: 123, TechnoGen, FP200TSX, FP200TSX Zone Rank Vendor Price Build File Options File Western Primary L.J. POWER, Inc. $94,000.00 Build Options Northern Primary L.J. POWER, Inc. $94,000.00 Build Options Central Primary L.J. POWER, Inc. $94,000.00 Build Options Southern Primary L.J. POWER, Inc. $94,000.00 Build Options Page 214 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 150kW Mobile Generator Package Item: 124, Tradewinds, T150, T150 Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp. $114,707.00 Build Options Northern Primary Tradewinds Power Corp. $114,707.00 Build Options Central Primary Tradewinds Power Corp. $114,707.00 Build Options Southern Primary Tradewinds Power Corp. $114,707.00 Build Options Page 215 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 150kW Mobile Generator Package Item: 125, Wacker Neuson, G180, G180 Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $103,104.00 Build Options Southern Primary Kelly Tractor Co $103,104.00 Build Options Page 216 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 500kW Generator Package Item: 126, AKSA , APD-ULJ500, APD-ULJ500 Zone Rank Vendor Price Build File Options File Western Primary L.J. POWER, Inc. $87,000.00 Build Options Northern Primary L.J. POWER, Inc. $87,000.00 Build Options Central Primary L.J. POWER, Inc. $87,000.00 Build Options Southern Primary L.J. POWER, Inc. $87,000.00 Build Options Page 217 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 500kW Generator Package Item: 127, Blue Star Generator, VD500-01, VD500-01 Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $89,900.00 Build Options Northern Primary Mid Florida Diesel, Inc $89,900.00 Build Options Central Primary Mid Florida Diesel, Inc $89,900.00 Build Options Southern Primary Mid Florida Diesel, Inc $89,900.00 Build Options Page 218 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 500kW Generator Package Item: 128, Caterpillar, 15 ACERT, 15 ACERT Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $131,542.00 Build Options Northern Primary Ring Power Corporation $131,542.00 Build Options Central Primary Ring Power Corporation $131,542.00 Build Options Southern Primary Pantropic Power $129,336.00 Build Options Page 219 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 500kW Generator Package Item: 130, Generac, SD500, SD500 Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems, LLC $88,500.00 Build Options Northern Primary ACF Standby Systems, LLC $88,500.00 Build Options Central Primary ACF Standby Systems, LLC $88,500.00 Build Options Southern Primary ACF Standby Systems, LLC $88,500.00 Build Options Alternate Genset Services, Inc. $88,650.00 Build Options Page 220 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 500kW Generator Package Item: 131, Gillette Generators, SPVD-5000, SPVD-5000 Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $86,500.00 Build Options Northern Primary Mid Florida Diesel, Inc $86,500.00 Build Options Central Primary Mid Florida Diesel, Inc $86,500.00 Build Options Southern Primary Mid Florida Diesel, Inc $86,500.00 Build Options Page 221 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 500kW Generator Package Item: 132, LJP , ULJ500, ULJ500 Zone Rank Vendor Price Build File Options File Western Primary L.J. POWER, Inc. $87,000.00 Build Options Northern Primary L.J. POWER, Inc. $87,000.00 Build Options Central Primary L.J. POWER, Inc. $87,000.00 Build Options Southern Primary L.J. POWER, Inc. $87,000.00 Build Options Page 222 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 500kW Generator Package Item: 133, Tradewinds, T500, T500 Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp. $106,734.00 Build Options Northern Primary Tradewinds Power Corp. $106,734.00 Build Options Central Primary Tradewinds Power Corp. $106,734.00 Build Options Southern Primary Tradewinds Power Corp. $106,734.00 Build Options Page 223 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 500kW Mobile Generator Package Item: 134, Atlas Copco, QAS 625 T4F, QAS 625 T4F Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems, LLC $229,375.00 Build Options Northern Primary ACF Standby Systems, LLC $229,375.00 Build Options Central Primary ACF Standby Systems, LLC $229,375.00 Build Options Southern Primary ACF Standby Systems, LLC $229,375.00 Build Options Page 224 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 500kW Mobile Generator Package Item: 135, Blue Star Generator, VD500-02FT4MP, VD500-02FT4MP Zone Rank Vendor Price Build File Options File Western Primary Mid Florida Diesel, Inc $174,380.00 Build Options Northern Primary Mid Florida Diesel, Inc $174,380.00 Build Options Central Primary Mid Florida Diesel, Inc $174,380.00 Build Options Southern Primary Mid Florida Diesel, Inc $174,380.00 Build Options Page 225 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 500kW Mobile Generator Package Item: 136, Caterpillar, XQ570, XQ570 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $315,522.00 Build Options Northern Primary Ring Power Corporation $315,522.00 Build Options Central Primary Ring Power Corporation $315,522.00 Build Options Southern Primary Pantropic Power $302,232.00 Build Options Page 226 of 596 FSA20-EQU18.0, Heavy Equipment Group: GENERATOR: 500kW Mobile Generator Package Item: 137, Tradewinds, TM500, TM500 Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp. $242,639.00 Build Options Northern Primary Tradewinds Power Corp. $242,639.00 Build Options Central Primary Tradewinds Power Corp. $242,639.00 Build Options Southern Primary Tradewinds Power Corp. $242,639.00 Build Options Page 227 of 596 FSA20-EQU18.0, Heavy Equipment Group: LIFT: Cushion Tire Lift - 4,000 LB Capacity Item: 138, Caterpillar, 2CC4000, 2CC4000 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $31,373.00 Build Options Northern Primary Ring Power Corporation $31,373.00 Build Options Central Primary Ring Power Corporation $31,373.00 Build Options Southern Primary Kelly Tractor Co $21,895.00 Build Options Page 228 of 596 FSA20-EQU18.0, Heavy Equipment Group: LIFT: Cushion Tire Lift - 4,000 LB Capacity Item: 139, Crown, CGC2OSC-9, CGC2OSC-9 Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $39,537.09 Build Options Northern Primary Federal Contracts Corp $39,537.09 Build Options Central Primary Federal Contracts Corp $39,537.09 Build Options Southern Primary Federal Contracts Corp $39,537.09 Build Options Page 229 of 596 FSA20-EQU18.0, Heavy Equipment Group: LIFT: Cushion Tire Lift - 4,000 LB Capacity Item: 140, Mitsubishi, FGC2OCN, FGC2OCN Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $28,132.00 Build Options Northern Primary Ring Power Corporation $28,132.00 Build Options Central Primary Ring Power Corporation $28,132.00 Build Options Southern Primary Ring Power Corporation $28,132.00 Build Options Page 230 of 596 FSA20-EQU18.0, Heavy Equipment Group: LIFT: Cushion Tire Lift - 4,000 LB Capacity Item: 141, Toyota, 8FGCU20, 8FGCU20 Zone Rank Vendor Price Build File Options File Western Primary Southern States ToyotaLift $23,226.00 Build Options Northern Primary Southern States ToyotaLift $23,226.00 Build Options Central Primary Southern States ToyotaLift $23,226.00 Build Options Southern Primary Southern States ToyotaLift $23,226.00 Build Options Page 231 of 596 FSA20-EQU18.0, Heavy Equipment Group: LIFT: Scissor Lift - Self Propelled Item: 142, Genie, GS -1932, GS -1932 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $14,175.00 Build Options Northern Primary Ring Power Corporation $14,175.00 Build Options Central Primary Ring Power Corporation $14,175.00 Build Options Southern Primary Kelly Tractor Co $11,423.00 Build Options Page 232 of 596 FSA20-EQU18.0, Heavy Equipment Group: LIFT: Scissor Lift - Self Propelled Item: 144, JLG, JLG ES1932, JLG ES1932 Zone Rank Vendor Price Build File Options File Western Primary Southern States ToyotaLift $12,090.00 Build Options Northern Primary Southern States ToyotaLift $12,090.00 Build Options Central Primary Kelly Tractor Co $11,918.00 Build Options Alternate Southern States ToyotaLift $12,090.00 Build Options Southern Primary Kelly Tractor Co $11,918.00 Build Options Alternate Southern States ToyotaLift $12,090.00 Build Options Page 233 of 596 FSA20-EQU18.0, Heavy Equipment Group: LIGHT TOWER: Hybrid Light Tower Item: 145, Signal Power, HT444PC, HT444PC Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $35,331.04 Build Options Northern Primary Federal Contracts Corp $35,331.04 Build Options Central Primary Federal Contracts Corp $35,331.04 Build Options Southern Primary Federal Contracts Corp $35,331.04 Build Options Page 234 of 596 FSA20-EQU18.0, Heavy Equipment Group: LIGHT TOWER: Light Tower - Trailer Mounted Item: 146, Atlas Copco, Hilight V4, Hilight V4 Zone Rank Vendor Price Build File Options File Western Primary CDPW, Inc. $13,269.00 Build Options Northern Primary CDPW, Inc. $13,269.00 Build Options Central Primary CDPW, Inc. $13,269.00 Build Options Southern Primary CDPW, Inc. $13,269.00 Build Options Page 235 of 596 FSA20-EQU18.0, Heavy Equipment Group: LIGHT TOWER: Light Tower - Trailer Mounted Item: 149, Doosan, LCV6WKUB-60hz-TY, LCV6WKUB-60hz-TY Zone Rank Vendor Price Build File Options File Western Primary CLARK EQUIPMENT COMPANY $7,548.00 Build Options Northern Primary CLARK EQUIPMENT COMPANY $7,548.00 Build Options Central Primary CLARK EQUIPMENT COMPANY $7,548.00 Build Options Southern Primary CLARK EQUIPMENT COMPANY $7,548.00 Build Options Page 236 of 596 FSA20-EQU18.0, Heavy Equipment Group: LIGHT TOWER: Light Tower - Trailer Mounted Item: 150, Generac, MLT4060, MLT4060 Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems, LLC $9,850.00 Build Options Northern Primary ACF Standby Systems, LLC $9,850.00 Build Options Central Primary ACF Standby Systems, LLC $9,850.00 Build Options Southern Primary ACF Standby Systems, LLC $9,850.00 Build Options Alternate Genset Services, Inc. $10,590.00 Build Page 237 of 596 FSA20-EQU18.0, Heavy Equipment Group: LIGHT TOWER: Light Tower - Trailer Mounted Item: 151, Wacker Neuson, LTV6K, LTV6K Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $9,396.00 Build Options Southern Primary Kelly Tractor Co $9,396.00 Build Options Page 238 of 596 FSA20-EQU18.0, Heavy Equipment Group: LIGHT TOWER: Light Tower - Trailer Mounted Item: 152, Wanco, Standard diesel light tower w/Kubota engine and 6kW gen set, WLT-4Mk106k Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp. $10,283.00 Build Options Alternate Striping Service and Supply, Inc. $10,830.00 Build Options Northern Primary Tradewinds Power Corp. $10,283.00 Build Options Alternate Striping Service and Supply, Inc. $10,830.00 Build Options Central Primary Tradewinds Power Corp. $10,283.00 Build Options Alternate Striping Service and Supply, Inc. $10,830.00 Build Options Southern Primary Tradewinds Power Corp. $10,283.00 Build Options Alternate Striping Service and Supply, Inc. $10,830.00 Build Options Page 239 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER - Skid Steer - 3100 LB Operating Capacity, Tracked Only Item: 153, Bobcat, T740, T740 Zone Rank Vendor Price Build File Options File Western Primary CLARK EQUIPMENT COMPANY $50,057.34 Build Options Northern Primary CLARK EQUIPMENT COMPANY $50,057.34 Build Options Central Primary CLARK EQUIPMENT COMPANY $50,057.34 Build Options Southern Primary CLARK EQUIPMENT COMPANY $50,057.34 Build Options Page 240 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER - Skid Steer - 3100 LB Operating Capacity, Tracked Only Item: 154, Caterpillar, 279D3, 279D3 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $59,176.00 Build Options Northern Primary Ring Power Corporation $59,176.00 Build Options Central Primary Ring Power Corporation $59,176.00 Build Options Southern Primary Kelly Tractor Co $55,060.00 Build Options Page 241 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER - Skid Steer - 3100 LB Operating Capacity, Tracked Only Item: 156, John Deere, 331G, 331G Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $55,300.00 Build Options Alternate AG -PRO LLC $56,000.00 Build Options Northern Primary Dobbs Equipment, LLC $55,300.00 Build Options Central Primary Dobbs Equipment, LLC $53,600.00 Build Options Alternate Everglades Equipment Group $55,700.00 Build Options Southern Primary Dobbs Equipment, LLC $53,600.00 Build Options Alternate Everglades Equipment Group $55,700.00 Build Options Page 242 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER - Skid Steer - 3100 LB Operating Capacity, Tracked Only Item: 157, Kubota, SVL 75-2, SVL 75-2 Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC. $39,984.00 Build Options Northern Primary Futch's Tractor Depot, inc $39,500.00 Build Options Alternate RIDGE EQUIPMENT CO., INC. $39,584.00 Build Options Alternate Florida Coast Equipment, Inc. $41,369.00 Build Options Central Primary Futch's Tractor Depot, inc $39,500.00 Build Options Alternate RIDGE EQUIPMENT CO., INC. $39,584.00 Build Options Alternate Florida Coast Equipment, Inc. $41,369.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC. $39,784.00 Build Options Alternate Florida Coast Equipment, Inc. $41,369.00 Build Options Page 243 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER - Skid Steer - 3100 LB Operating Capacity, Tracked Only Item: 158, Takeuchi, TL12V2, TL12V2 Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $67,092.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $67,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $67,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $67,000.00 Build Options Page 244 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: 2,800 LB OC Skid Steer Loader - Wheel Only Item: 160, Bobcat , S770, S770 Zone Rank Vendor Price Build File Options File Western Primary CLARK EQUIPMENT COMPANY $44,596.22 Build Options Northern Primary CLARK EQUIPMENT COMPANY $44,596.22 Build Options Central Primary CLARK EQUIPMENT COMPANY $44,596.22 Build Options Southern Primary CLARK EQUIPMENT COMPANY $44,596.22 Build Options Page 245 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: 2,800 LB OC Skid Steer Loader - Wheel Only Item: 163, Caterpillar, 272D3, 272D3 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $51,964.00 Build Options Northern Primary Ring Power Corporation $51,964.00 Build Options Central Primary Ring Power Corporation $51,964.00 Build Options Southern Primary Kelly Tractor Co $47,495.00 Build Options Page 246 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: 2,800 LB OC Skid Steer Loader - Wheel Only Item: 164, John Deere, 330G, 330G Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $44,825.00 Build Options Northern Primary Dobbs Equipment, LLC $44,825.00 Build Options Central Primary Dobbs Equipment, LLC $43,440.00 Build Options Alternate Everglades Equipment Group $44,930.00 Build Options Southern Primary Dobbs Equipment, LLC $43,440.00 Build Options Alternate Everglades Equipment Group $44,930.00 Build Options Page 247 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Loader Backhoe with Canopy 4x4 Standard Item: 168, Caterpillar, 416, 416 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $73,680.00 Build Options Northern Primary Ring Power Corporation $73,680.00 Build Options Central Primary Ring Power Corporation $73,680.00 Build Options Southern Primary Kelly Tractor Co $71,051.00 Build Options Page 248 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Loader Backhoe with Canopy 4x4 Standard Item: 169, John Deere, 310SL, 310SL Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $71,750.00 Build Options Northern Primary Dobbs Equipment, LLC $71,750.00 Build Options Central Primary Dobbs Equipment, LLC $71,750.00 Build Options Southern Primary Dobbs Equipment, LLC $71,750.00 Build Options Page 249 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Skid Steer Loader 1,850 LB OC - Wheeled Only Item: 170, Bobcat , S62, S62 Zone Rank Vendor Price Build File Options File Western Primary CLARK EQUIPMENT COMPANY $31,766.50 Build Options Northern Primary CLARK EQUIPMENT COMPANY $31,766.50 Build Options Central Primary CLARK EQUIPMENT COMPANY $31,766.50 Build Options Southern Primary CLARK EQUIPMENT COMPANY $31,766.50 Build Options Page 250 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Skid Steer Loader 1,850 LB OC - Wheeled Only Item: 172, Caterpillar, 236D3, 236D3 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $38,260.00 Build Options Northern Primary Ring Power Corporation $38,260.00 Build Options Central Primary Ring Power Corporation $38,260.00 Build Options Southern Primary Kelly Tractor Co $34,374.00 Build Options Page 251 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Skid Steer Loader 1,850 LB OC - Wheeled Only Item: 173, John Deere, 318G, 318G Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $30,700.00 Build Options Northern Primary Dobbs Equipment, LLC $30,700.00 Build Options Central Primary Dobbs Equipment, LLC $29,800.00 Build Options Alternate Everglades Equipment Group $30,500.00 Build Options Southern Primary Dobbs Equipment, LLC $29,800.00 Build Options Alternate Everglades Equipment Group $30,500.00 Build Options Page 252 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Skid Steer Loader 1,850 LB OC - Wheeled Only Item: 174, Kubota, SSV65, SSV65 Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC. $28,954.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC. $28,754.00 Build Options Alternate Futch's Tractor Depot, inc $28,798.00 Build Options Alternate Florida Coast Equipment, Inc. $30,868.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC. $28,754.00 Build Options Alternate Futch's Tractor Depot, inc $28,798.00 Build Options Alternate Florida Coast Equipment, Inc. $30,868.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC. $28,854.00 Build Options Page 253 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -1.5 CU YD Item: 175, Caterpillar, 908M, 908M Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $89,505.00 Build Options Northern Primary Ring Power Corporation $89,505.00 Build Options Central Primary Ring Power Corporation $89,505.00 Build Options Southern Primary Kelly Tractor Co $86,723.00 Build Options Page 254 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -1.5 CU YD Item: 176, John Deere, 324L, 324L Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $90,250.00 Build Options Northern Primary Dobbs Equipment, LLC $90,250.00 Build Options Central Primary Dobbs Equipment, LLC $88,100.00 Build Options Alternate Everglades Equipment Group $91,800.00 Build Options Southern Primary Dobbs Equipment, LLC $88,100.00 Build Options Alternate Everglades Equipment Group $91,800.00 Build Options Page 255 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -1.5 CU YD Item: 177, Manitou, MLA 7-75, MLA 7-75 Zone Rank Vendor Price Build File Options File Western Northern Primary National Equipment Dealers, LLC $76,800.00 Build Options Central Primary National Equipment Dealers, LLC $76,800.00 Build Options Southern Primary National Equipment Dealers, LLC $76,800.00 Build Options Page 256 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -1.5 CU YD Item: 178, Takeuchi , TW80, TW80 Zone Rank Western Primary Northern Central Southern Vendor Cowin Equipment Company Price Build File Options File $81,648.00 Build Options Page 257 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -1.5 CU YD Item: 179, Volvo, L45H, L45H Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $106,429.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $106,500.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $106,500.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $106,500.00 Build Options Page 258 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -1.5 CU YD Item: 184, Hitachi, ZW120, ZW120 Zone Rank Vendor Price Build File Options File Western Primary Great Southern Equipment Co. $92,244.00 Build Options Northern Primary Great Southern Equipment Co. $92,244.00 Build Options Central Primary Great Southern Equipment Co. $92,244.00 Build Options Southern Primary Great Southern Equipment Co. $92,244.00 Build Options Page 259 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -3.0 CU YD Item: 180, Caterpillar, 926M, 926M Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $148,515.00 Build Options Northern Primary Ring Power Corporation $148,515.00 Build Options Central Primary Ring Power Corporation $148,515.00 Build Options Southern Primary Kelly Tractor Co $140,562.00 Build Options Page 260 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -3.0 CU YD Item: 181, Doosan, DL220-5, DL220-5 Zone Rank Vendor Price Build File Options File Western Primary Doosan Infracore North America LLC $123,937.00 Build Options Northern Primary Doosan Infracore North America LLC $123,937.00 Build Options Central Primary Doosan Infracore North America LLC $123,937.00 Build Options Southern Primary Doosan Infracore North America LLC $123,937.00 Build Options Page 261 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -3.0 CU YD Item: 182, Doosan, DL280-5, DL280-5 Zone Rank Vendor Price Build File Options File Western Primary Doosan Infracore North America LLC $149,490.00 Build Options Northern Primary Doosan Infracore North America LLC $149,490.00 Build Options Central Primary Doosan Infracore North America LLC $149,490.00 Build Options Southern Primary Doosan Infracore North America LLC $149,490.00 Build Options Page 262 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -3.0 CU YD Item: 183, Volvo, L60H, L60H Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $123,875.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $124,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $124,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $124,000.00 Build Options Page 263 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -3.0 CU YD Item: 186, Hitachi, ZW180, ZW180 Zone Rank Vendor Price Build File Options File Western Primary Great Southern Equipment Co. $149,577.00 Build Options Northern Primary Great Southern Equipment Co. $149,577.00 Build Options Central Primary Great Southern Equipment Co. $149,577.00 Build Options Southern Primary Great Southern Equipment Co. $149,577.00 Build Options Page 264 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -3.0 CU YD Item: 187, Hyundai, HL940, HL940 Zone Rank Vendor Price Build File Options File Western Northern Primary National Equipment Dealers, LLC $123,500.00 Build Options Central Primary National Equipment Dealers, LLC $123,500.00 Build Options Southern Primary National Equipment Dealers, LLC $123,500.00 Build Options Page 265 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -3.0 CU YD Item: 188, John Deere, 524L, 524L Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $129,900.00 Build Options Northern Primary Dobbs Equipment, LLC $129,900.00 Build Options Central Primary Dobbs Equipment, LLC $129,900.00 Build Options Southern Primary Dobbs Equipment, LLC $129,900.00 Build Options Page 266 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -3.0 CU YD Item: 189, Komatsu , WA270-8, WA270-8 Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $159,390.00 Build Options Northern Primary Linder Industrial Machinery $159,390.00 Build Options Central Primary Linder Industrial Machinery $159,390.00 Build Options Southern Primary Linder Industrial Machinery $159,390.00 Build Options Page 267 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -5.75 CU YD Item: 191, Caterpillar, 972M, 972M Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $367,388.00 Build Options Northern Primary Ring Power Corporation $367,388.00 Build Options Central Primary Ring Power Corporation $367,388.00 Build Options Southern Primary Kelly Tractor Co $364,972.00 Build Options Page 268 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -5.75 CU YD Item: 192, Doosan, DL450-5, DL450-5 Zone Rank Vendor Price Build File Options File Western Primary Doosan Infracore North America LLC $292,070.00 Build Options Northern Primary Doosan Infracore North America LLC $292,070.00 Build Options Central Primary Doosan Infracore North America LLC $292,070.00 Build Options Southern Primary Doosan Infracore North America LLC $292,070.00 Build Options Page 269 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -5.75 CU YD Item: 193, Hitachi, ZW310, ZW310 Zone Rank Vendor Price Build File Options File Western Primary Great Southern Equipment Co. $278,494.00 Build Options Northern Primary Great Southern Equipment Co. $278,494.00 Build Options Central Primary Great Southern Equipment Co. $278,494.00 Build Options Southern Primary Great Southern Equipment Co. $278,494.00 Build Options Page 270 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -5.75 CU YD Item: 194, Hyundai, HL975, HL975 Zone Rank Vendor Price Build File Options File Western Northern Primary National Equipment Dealers, LLC $257,500.00 Build Options Central Primary National Equipment Dealers, LLC $257,500.00 Build Options Southern Primary National Equipment Dealers, LLC $257,500.00 Build Options Page 271 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -5.75 CU YD Item: 195, John Deere, 744L, 744L Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $317,700.00 Build Options Northern Primary Dobbs Equipment, LLC $317,700.00 Build Options Central Primary Dobbs Equipment, LLC $317,700.00 Build Options Southern Primary Dobbs Equipment, LLC $317,700.00 Build Options Page 272 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -5.75 CU YD Item: 196, Komatsu , WA480-8, WA480-8 Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $350,620.00 Build Options Northern Primary Linder Industrial Machinery $350,620.00 Build Options Central Primary Linder Industrial Machinery $350,620.00 Build Options Southern Primary Linder Industrial Machinery $350,620.00 Build Options Page 273 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOADER: Wheel Loader -5.75 CU YD Item: 197, Volvo, L150H, L150H Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $335,864.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $336,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $336,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $336,000.00 Build Options Page 274 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOW SPEED VEHICLE: Low Speed Vehicle Item: 198, Columbia , Journeyman 196 LSV 2+2, Journeyman 196 LSV 2+2 Zone Rank Vendor Price Build File Options File Western Primary Southern States ToyotaLift $10,985.00 Build Options Alternate Texas Trailers Sales and Service $11,465.00 Build Options Northern Primary Texas Trailers Sales and Service $10,940.00 Build Options Alternate Southern States ToyotaLift $10,985.00 Build Options Central Primary Southern States ToyotaLift $10,985.00 Build Options Alternate Texas Trailers Sales and Service $11,130.00 Build Options Southern Primary Southern States ToyotaLift $10,985.00 Build Options Alternate Texas Trailers Sales and Service $11,510.00 Build Options Page 275 of 596 FSA20-EQU18.0, Heavy Equipment Group: LOW SPEED VEHICLE: Low Speed Vehicle Item: 199, GEM, E2, E2 Zone Rank Vendor Price Build File Options File Western Primary Beck Chrysler Dodge Jeep $11,648.00 Build Options Northern Primary Beck Chrysler Dodge Jeep $11,648.00 Build Options Central Primary Beck Chrysler Dodge Jeep $11,648.00 Build Options Southern Primary Beck Chrysler Dodge Jeep $11,648.00 Build Options Page 276 of 596 FSA20-EQU18.0, Heavy Equipment Group: MATERIAL HANDLER: Rubber Tire Material Handler Item: 200, Caterpillar , MH3022, MH3022 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $285,409.00 Build Options Northern Primary Ring Power Corporation $285,409.00 Build Options Central Primary Ring Power Corporation $285,409.00 Build Options Southern Primary Kelly Tractor Co $215,728.00 Build Options Page 277 of 596 FSA20-EQU18.0, Heavy Equipment Group: MATERIAL HANDLER: Rubber Tire Material Handler Item: 201, Sennebogen, 818E, 818E Zone Rank Vendor Price Build File Options File Western Primary Great Southern Equipment Co. $311,344.00 Build Options Northern Primary Great Southern Equipment Co. $311,344.00 Build Options Central Primary Great Southern Equipment Co. $311,344.00 Build Options Southern Primary Great Southern Equipment Co. $311,344.00 Build Options Page 278 of 596 FSA20-EQU18.0, Heavy Equipment Group: MATERIAL HANDLER: Rubber Tire Material Handler Item: 202, Volvo, EW240E MH, EW240E MH Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $362,170.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $362,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $362,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $362,000.00 Build Options Page 279 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOTORGRADER: Motorgrader Item: 204, Caterpillar, 120, 120 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $206,730.00 Build Options Northern Primary Ring Power Corporation $206,730.00 Build Options Central Primary Ring Power Corporation $206,730.00 Build Options Southern Primary Kelly Tractor Co $181,125.00 Build Options Page 280 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOTORGRADER: Motorgrader Item: 205, Komatsu , GD655-7, GD655-7 Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $239,535.00 Build Options Northern Primary Linder Industrial Machinery $239,535.00 Build Options Central Primary Linder Industrial Machinery $239,535.00 Build Options Southern Primary Linder Industrial Machinery $239,535.00 Build Options Page 281 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOTORGRADER: Motorgrader Item: 206, John Deere, 620G, 620G Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $187,400.00 Build Options Northern Primary Dobbs Equipment, LLC $187,400.00 Build Options Central Primary Dobbs Equipment, LLC $187,400.00 Build Options Southern Primary Dobbs Equipment, LLC $187,400.00 Build Options Page 282 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOTORGRADER: Motorgrader - Small Item: 209, LeeBoy , 685D, 685D Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $178,950.00 Build Options Northern Primary Dobbs Equipment, LLC $178,950.00 Build Options Central Primary Dobbs Equipment, LLC $178,950.00 Build Options Southern Primary Dobbs Equipment, LLC $178,950.00 Build Options Page 283 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOTORGRADER: Motorgrader - Small Item: 211, Noram, Grader, 65E Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $192,589.00 Build Options Northern Primary Ring Power Corporation $192,589.00 Build Options Central Primary Ring Power Corporation $192,589.00 Build Options Southern Primary Kelly Tractor Co $171,532.00 Build Options Page 284 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: 15 FT. Flex Wing Rotary Mower Item: 212, Alamo Industrial, Eagle, 15 Zone Rank Vendor Price Build File Options File Western Primary ALAMO GROUP (TX) INC $27,578.00 Build Options Northern Primary ALAMO GROUP (TX) INC $27,578.00 Build Options Central Primary ALAMO GROUP (TX) INC $27,578.00 Build Options Southern Primary ALAMO GROUP (TX) INC $27,578.00 Build Options Page 285 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: 15 FT. Flex Wing Rotary Mower Item: 213, Bush Hog, 3815, 3815 Zone Rank Vendor Price Build File Options File Western Primary Bush Hog, Inc $17,784.00 Build Options Northern Primary Bush Hog, Inc $17,784.00 Build Options Central Primary Bush Hog, Inc $17,784.00 Build Options Southern Primary Bush Hog, Inc $17,784.00 Build Options Page 286 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: 15 FT. Flex Wing Rotary Mower Item: 214, John Deere, M15, M15 Zone Rank Vendor Price Build File Options File Western Primary AG -PRO LLC $18,500.00 Build Options Northern Primary AG -PRO LLC $18,500.00 Build Options Central Primary Everglades Equipment Group $18,500.00 Build Options Southern Primary Everglades Equipment Group $18,500.00 Build Options Page 287 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: 15 FT. Flex Wing Rotary Mower Item: 215, Landpride, Batwing, RC5715 Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC. $16,392.00 Build Northern Primary Futch's Tractor Depot, inc $15,750.00 Build Options Alternate RIDGE EQUIPMENT CO., INC. $16,192.00 Build Central Primary Futch's Tractor Depot, inc $15,750.00 Build Options Alternate RIDGE EQUIPMENT CO., INC. $16,192.00 Build Southern Primary RIDGE EQUIPMENT CO., INC. $16,292.00 Build Page 288 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: 15 FT. Flex Wing Rotary Mower Item: 216, Rhino, 4150, 4150 Zone Rank Vendor Price Build File Options File Western Primary RhinoAg, Inc. $17,472.00 Build Options Northern Primary RhinoAg, Inc. $17,472.00 Build Options Central Primary RhinoAg, Inc. $17,472.00 Build Options Southern Primary RhinoAg, Inc. $17,472.00 Build Options Page 289 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: 15 FT. Flex Wing Rotary Mower Item: 217, Schulte, FX-1800, FX-1800 Zone Rank Vendor Price Build File Options File Western Primary Glade & Grove Supply Co LLC $19,522.00 Build Options Northern Primary Glade & Grove Supply Co LLC $19,322.00 Build Options Central Primary Glade & Grove Supply Co LLC $18,872.00 Build Options Southern Primary Glade & Grove Supply Co LLC $18,872.00 Build Options Page 290 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: 15 FT. Flex Wing Rotary Mower Item: 218, Woods, BW15.50, BW15.50 Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $14,947.00 Build Options Southern Primary Kelly Tractor Co $14,947.00 Build Options Page 291 of 596 FSA20-EQU18.0, Heavy Equipment Group: Mower: Remote Controlled Brush Mower Item: 219, Alamo Industrial, RC28, RC28 Zone Rank Vendor Price Build File Options File Western Primary ALAMO GROUP (TX) INC $38,749.00 Build Options Northern Primary ALAMO GROUP (TX) INC $38,749.00 Build Options Central Primary ALAMO GROUP (TX) INC $38,749.00 Build Options Southern Primary ALAMO GROUP (TX) INC $38,749.00 Build Options Page 292 of 596 FSA20-EQU18.0, Heavy Equipment Group: Mower: Remote Controlled Brush Mower Item: 220, Energreen America, Robomax, Robomax Zone Rank Vendor Price Build File Options File Western Primary Energreen America Inc $98,096.00 Build Options Northern Primary Energreen America Inc $98,096.00 Build Options Central Primary Energreen America Inc $98,096.00 Build Options Southern Primary Energreen America Inc $98,096.00 Build Options Page 293 of 596 FSA20-EQU18.0, Heavy Equipment Group: Mower: Remote Controlled Brush Mower Item: 221, Evergreen America, Robogreen, EVO Zone Rank Vendor Price Build File Options File Western Primary Energreen America Inc $65,038.00 Build Options Northern Primary Energreen America Inc $65,038.00 Build Options Central Primary Energreen America Inc $65,038.00 Build Options Southern Primary Energreen America Inc $65,038.00 Build Options Page 294 of 596 FSA20-EQU18.0, Heavy Equipment Group: Mower: Remote Controlled Brush Mower Item: 222, RC Mowers, TK-52XP, TK-52XP Zone Rank Vendor Price Build File Options File Western Primary Embankscape Equipment LLC $67,438.00 Build Options Northern Primary Embankscape Equipment LLC $67,438.00 Build Options Central Primary Embankscape Equipment LLC $67,438.00 Build Options Southern Primary Embankscape Equipment LLC $67,438.00 Build Options Page 295 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: Zero Turn Radius Commercial Grade Mower Item: 224, Cub Cadet, Pro Z , 560 L/S KW Zone Rank Vendor Price Build File Options File Western Primary MTD Products Company $8,119.00 Build Options Northern Primary MTD Products Company $8,119.00 Build Options Central Primary MTD Products Company $8,119.00 Build Options Southern Primary MTD Products Company $8,119.00 Build Options Page 296 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: Zero Turn Radius Commercial Grade Mower Item: 225, Exmark, Exmark Lazer, LZS801 GKA604A1 Zone Rank Vendor Price Build File Options File Western Northern Primary Green Thumb Palm Beach $9,919.00 Build Options Central Primary Green Thumb Palm Beach $9,919.00 Build Options Southern Primary Green Thumb Palm Beach $9,919.00 Build Options Page 297 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: Zero Turn Radius Commercial Grade Mower Item: 226, Ferris, ISX2200, 5901845S Zone Rank Vendor Price Build File Options File Western Northern Primary Futch's Tractor Depot, inc $9,237.00 Build Options Central Primary Futch's Tractor Depot, inc $9,237.00 Build Options Southern Primary Green Thumb Palm Beach $9,872.00 Build Options Page 298 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: Zero Turn Radius Commercial Grade Mower Item: 227, Grasshopper, 225, 225 Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $11,067.60 Build Options Northern Primary Federal Contracts Corp $11,067.60 Build Options Central Primary Federal Contracts Corp $11,067.60 Build Options Southern Primary Federal Contracts Corp $11,067.60 Build Options Page 299 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: Zero Turn Radius Commercial Grade Mower Item: 228, Gravely, Proturn , 260 Zone Rank Vendor Price Build File Options File Western Northern Primary Futch's Tractor Depot, inc $7,523.00 Build Options Central Primary Futch's Tractor Depot, inc $7,523.00 Build Options Southern Page 300 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: Zero Turn Radius Commercial Grade Mower Item: 229, Husqvarna, Z560, Z560 Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $8,729.03 Build Options Northern Primary Federal Contracts Corp $8,729.03 Build Options Central Primary Green Thumb Palm Beach $8,103.00 Build Options Alternate Federal Contracts Corp $8,729.03 Build Options Southern Primary Green Thumb Palm Beach $8,103.00 Build Options Alternate Federal Contracts Corp $8,729.03 Build Options Page 301 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: Zero Turn Radius Commercial Grade Mower Item: 230, Bush Hog, HDE2561KP4, HDE2561KP4 Zone Rank Vendor Price Build File Western Primary Bush Hog, Inc $6,522.00 Build Northern Primary Bush Hog, Inc $6,522.00 Build Central Primary Bush Hog, Inc $6,522.00 Build Southern Primary Bush Hog, Inc $6,522.00 Build Options File Page 302 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: Zero Turn Radius Commercial Grade Mower Item: 231, John Deere, Z930M, Z930M Zone Rank Vendor Price Build File Options File Western Primary AG -PRO LLC $9,250.00 Build Options Northern Primary AG -PRO LLC $9,250.00 Build Options Central Primary Everglades Equipment Group $9,300.00 Build Options Southern Primary Everglades Equipment Group $9,300.00 Build Options Page 303 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: Zero Turn Radius Commercial Grade Mower Item: 232, Kubota, Z725KH-3-60, Z725KH-3-60 Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC. $7,384.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC. $6,956.00 Build Options Alternate Futch's Tractor Depot, inc $7,450.00 Build Options Alternate Florida Coast Equipment, Inc. $7,849.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC. $6,956.00 Build Options Alternate Futch's Tractor Depot, inc $7,450.00 Build Options Alternate Florida Coast Equipment, Inc. $7,849.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC. $7,296.00 Build Options Alternate Florida Coast Equipment, Inc. $7,849.00 Build Options Page 304 of 596 FSA20-EQU18.0, Heavy Equipment Group: MOWER: Zero Turn Radius Commercial Grade Mower Item: 233, Scag, Tiger Cat I I, STCII-26FTEFI Zone Rank Vendor Price Build File Options File Western Northern Primary Futch's Tractor Depot, inc $8,165.00 Build Options Central Primary Futch's Tractor Depot, inc $8,165.00 Build Options Alternate Green Thumb Palm Beach $8,795.00 Build Options Southern Primary Green Thumb Palm Beach $8,795.00 Build Options Page 305 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road All Terrain Vehicles -4x4 Item: 234, CanAm, Outlander , 450 Zone Rank Vendor Price Build File Options File Western Primary Ameri-Recreational Sports, LLC $6,466.00 Build Options Northern Primary Ameri-Recreational Sports, LLC $6,266.00 Build Options Central Primary Ameri-Recreational Sports, LLC $6,066.00 Build Options Southern Primary Ameri-Recreational Sports, LLC $6,066.00 Build Options Page 306 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road All Terrain Vehicles -4x4 Item: 235, Honda, Four Trax Foreman 520, TRX520FA5M Zone Rank Vendor Price Build File Options File Western Primary McKibben Motorsports LP, Inc $8,122.00 Build Options Alternate Ameri-Recreational Sports, LLC $8,208.00 Build Options Northern Primary McKibben Motorsports LP, Inc $7,807.00 Build Options Alternate Ameri-Recreational Sports, LLC $8,008.00 Build Options Central Primary McKibben Motorsports LP, Inc $7,727.00 Build Options Alternate Ameri-Recreational Sports, LLC $7,808.00 Build Options Southern Primary McKibben Motorsports LP, Inc $7,727.00 Build Options Alternate Ameri-Recreational Sports, LLC $7,808.00 Build Options Page 307 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road All Terrain Vehicles -4x4 Item: 236, Polaris, Sportsman 570 EFI, A21SEA57A1 Zone Rank Vendor Price Build File Options File Western Primary Ameri-Recreational Sports, LLC $6,590.00 Build Options Alternate McKibben Motorsports LP, Inc $6,734.00 Build Options Alternate McKibben Powersports, Inc $6,764.00 Build Options Northern Primary Ameri-Recreational Sports, LLC $6,350.00 Build Options Alternate McKibben Motorsports LP, Inc $6,404.00 Build Options Alternate McKibben Powersports, Inc $6,434.00 Build Options Central Primary Ameri-Recreational Sports, LLC $6,048.00 Build Options Alternate McKibben Motorsports LP, Inc $6,124.00 Build Options Alternate McKibben Powersports, Inc $6,154.00 Build Options Southern Primary Ameri-Recreational Sports, LLC $6,048.00 Build Options Alternate McKibben Motorsports LP, Inc $6,124.00 Build Options Alternate McKibben Powersports, Inc $6,154.00 Build Options Page 308 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road All Terrain Vehicles -4x4 Item: 237, Suzuki, KingQuad 400 ASI , LT-A400FMO Zone Rank Vendor Price Build File Options File Western Primary McKibben Powersports, Inc $6,135.00 Build Options Alternate Ameri-Recreational Sports, LLC $6,163.00 Build Options Northern Primary McKibben Powersports, Inc $5,895.00 Build Options Alternate Ameri-Recreational Sports, LLC $5,963.00 Build Options Central Primary McKibben Powersports, Inc $5,695.00 Build Options Alternate Ameri-Recreational Sports, LLC $5,763.00 Build Options Southern Primary McKibben Powersports, Inc $5,695.00 Build Options Alternate Ameri-Recreational Sports, LLC $5,763.00 Build Options Page 309 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road All Terrain Vehicles -4x4 Item: 238, Yamaha, Kodiac 450, YFM45KDXM Zone Western Northern Central Southern Rank Vendor Price Build File Options File Primary McKibben Motorsports LP, Inc $5,914.00 Build Options Alternate McKibben Powersports, Inc $5,944.00 Build Options Alternate Ameri-Recreational Sports, LLC $5,955.00 Build Options Primary McKibben Motorsports LP, Inc $5,634.00 Build Options Alternate McKibben Powersports, Inc $5,664.00 Build Options Alternate Ameri-Recreational Sports, LLC $5,755.00 Build Options Primary McKibben Motorsports LP, Inc $5,384.00 Build Options Alternate McKibben Powersports, Inc $5,414.00 Build Options Alternate Ameri-Recreational Sports, LLC $5,555.00 Build Options Primary McKibben Motorsports LP, Inc $5,384.00 Build Options Alternate McKibben Powersports, Inc $5,414.00 Build Options Alternate Ameri-Recreational Sports, LLC $5,555.00 Build Options Page 310 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road Utility Vehicles -4x4 Item: 239, Bobcat , 5600, 5600 Zone Rank Vendor Price Build File Options File Western Primary CLARK EQUIPMENT COMPANY $43,577.60 Build Options Northern Primary CLARK EQUIPMENT COMPANY $43,577.60 Build Options Central Primary CLARK EQUIPMENT COMPANY $43,577.60 Build Options Southern Primary CLARK EQUIPMENT COMPANY $43,577.60 Build Options Page 311 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road Utility Vehicles -4x4 Item: 240, Bobcat , UV34, UV34 Zone Rank Vendor Price Build File Options File Western Primary CLARK EQUIPMENT COMPANY $11,380.00 Build Options Northern Primary CLARK EQUIPMENT COMPANY $11,380.00 Build Options Central Primary CLARK EQUIPMENT COMPANY $11,380.00 Build Options Southern Primary CLARK EQUIPMENT COMPANY $11,380.00 Build Options Page 312 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road Utility Vehicles -4x4 Item: 241, CanAm, Defender , HD5 Zone Rank Vendor Price Build File Options File Western Primary Ameri-Recreational Sports, LLC $10,450.00 Build Options Northern Primary Ameri-Recreational Sports, LLC $10,250.00 Build Options Central Primary Ameri-Recreational Sports, LLC $10,050.00 Build Options Southern Primary Ameri-Recreational Sports, LLC $10,050.00 Build Options Page 313 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road Utility Vehicles -4x4 Item: 242, Clubcar, Carryall, 1500G Zone Rank Vendor Price Build File Options File Western Primary Club Car LLC $11,708.75 Build Options Alternate Jeffrey -Allen Inc. $13,069.98 Build Options Northern Primary Club Car LLC $11,708.75 Build Options Alternate Jeffrey -Allen Inc. $13,069.98 Build Options Central Primary Club Car LLC $11,708.75 Build Options Primary Jeffrey -Allen Inc. $11,708.75 Build Options Southern Primary Club Car LLC $11,708.75 Build Options Primary Jeffrey -Allen Inc. $11,708.75 Build Options Page 314 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road Utility Vehicles -4x4 Item: 243, Cub Cadet, Challenger, MX 550 Zone Rank Vendor Price Build File Options File Western Primary MTD Products Company $10,454.00 Build Options Northern Primary MTD Products Company $10,454.00 Build Options Central Primary MTD Products Company $10,454.00 Build Options Southern Primary MTD Products Company $10,454.00 Build Options Page 315 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road Utility Vehicles -4x4 Item: 244, Honda, Pioneer 700, SXS700M2M Zone Rank Vendor Price Build File Options File Western Primary McKibben Motorsports LP, Inc $10,368.00 Build Options Alternate Ameri-Recreational Sports, LLC $10,479.00 Build Options Northern Primary McKibben Motorsports LP, Inc $10,103.00 Build Options Alternate Ameri-Recreational Sports, LLC $10,279.00 Build Options Central Primary McKibben Motorsports LP, Inc $9,873.00 Build Options Alternate Ameri-Recreational Sports, LLC $10,079.00 Build Options Southern Primary McKibben Motorsports LP, Inc $9,873.00 Build Options Alternate Ameri-Recreational Sports, LLC $10,079.00 Build Options Page 316 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road Utility Vehicles -4x4 Item: 245, John Deere, Gator , HPX615E Zone Rank Vendor Price Build File Options File Western Primary AG -PRO LLC $10,900.00 Build Options Northern Primary AG -PRO LLC $10,900.00 Build Options Central Primary Everglades Equipment Group $10,975.00 Build Options Southern Primary Everglades Equipment Group $10,975.00 Build Options Page 317 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road Utility Vehicles -4x4 Item: 246, Kawasaki, Mule 4x4, 4010 Zone Rank Vendor Price Build File Options File Western Primary Ameri-Recreational Sports, LLC $9,577.00 Build Options Alternate McKibben Powersports, Inc $9,594.00 Build Options Northern Primary McKibben Powersports, Inc $9,294.00 Build Options Alternate Ameri-Recreational Sports, LLC $9,377.00 Build Options Central Primary McKibben Powersports, Inc $8,994.00 Build Options Southern Primary McKibben Powersports, Inc $8,994.00 Build Options Alternate Ameri-Recreational Sports, LLC $9,177.00 Build Options Page 318 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road Utility Vehicles -4x4 Item: 247, Kubota, Diesel, RTVX900 Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC. $10,493.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC. $9,993.00 Build Options Alternate Futch's Tractor Depot, inc $10,740.00 Build Options Alternate Florida Coast Equipment, Inc. $11,117.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC. $9,993.00 Build Options Alternate Futch's Tractor Depot, inc $10,740.00 Build Options Alternate Florida Coast Equipment, Inc. $11,117.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC. $10,333.00 Build Options Alternate Florida Coast Equipment, Inc. $11,117.00 Build Options Page 319 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road Utility Vehicles -4x4 Item: 248, Mahindra, Retriever UTV 750B, 750B Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $14,079.03 Build Options Northern Primary Federal Contracts Corp $14,079.03 Build Options Central Primary Federal Contracts Corp $14,079.03 Build Options Southern Primary Federal Contracts Corp $14,079.03 Build Options Page 320 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road Utility Vehicles -4x4 Item: 249, Polaris, Ranger 570 EFI, R21MAA57B1 Zone Rank Vendor Price Build File Options File Western Primary Ameri-Recreational Sports, LLC $9,559.00 Build Options Alternate McKibben Motorsports LP, Inc $9,648.00 Build Options Alternate McKibben Powersports, Inc $9,678.00 Build Options Northern Primary McKibben Motorsports LP, Inc $9,348.00 Build Options Alternate McKibben Powersports, Inc $9,378.00 Build Options Alternate Ameri-Recreational Sports, LLC $9,412.00 Build Options Central Primary McKibben Motorsports LP, Inc $8,948.00 Build Options Alternate McKibben Powersports, Inc $8,978.00 Build Options Alternate Ameri-Recreational Sports, LLC $9,159.00 Build Options Southern Primary McKibben Motorsports LP, Inc $8,948.00 Build Options Alternate McKibben Powersports, Inc $8,978.00 Build Options Alternate Ameri-Recreational Sports, LLC $9,159.00 Build Options Page 321 of 596 FSA20-EQU18.0, Heavy Equipment Group: OFF ROAD VEHICLE: Off Road Utility Vehicles -4x4 Item: 251, Yamaha, Viking, YXM70VDXM Zone Rank Vendor Price Build File Options File Western Primary McKibben Motorsports LP, Inc $10,908.00 Build Options Alternate McKibben Powersports, Inc $10,938.00 Build Options Alternate Ameri-Recreational Sports, LLC $11,536.00 Build Options Northern Primary McKibben Motorsports LP, Inc $10,588.00 Build Options Alternate McKibben Powersports, Inc $10,618.00 Build Options Alternate Ameri-Recreational Sports, LLC $11,336.00 Build Options Central Primary McKibben Motorsports LP, Inc $10,408.00 Build Options Alternate McKibben Powersports, Inc $10,438.00 Build Options Alternate Ameri-Recreational Sports, LLC $11,136.00 Build Options Southern Primary McKibben Motorsports LP, Inc $10,408.00 Build Options Alternate McKibben Powersports, Inc $10,438.00 Build Options Alternate Ameri-Recreational Sports, LLC $11,136.00 Build Options Page 322 of 596 FSA20-EQU18.0, Heavy Equipment Group: POWER CHARGING AND RESERVE POWER STATIONS Item: 255, Envision Solar International, Inc., EV ARCTM 2020, EV ARCTM 20201 Zone Rank Vendor Price Build File Options File Western Primary Envision Solar International Inc. $73,436.00 Build Options Northern Primary Envision Solar International Inc. $73,839.00 Build Options Central Primary Envision Solar International Inc. $74,040.00 Build Options Southern Primary Envision Solar International Inc. $74,040.00 Build Options 'Effective 1/25/2021, company name changed from Envision Solar International Inc. to Beam Global Page 323 of 596 FSA20-EQU18.0, Heavy Equipment Group: POWER CHARGING AND RESERVE POWER STATIONS Item: 256, Envision Solar International, Inc., DCFC50, DCFC501 Zone Rank Vendor Price Build File Options File Western Primary Envision Solar International Inc. $529,038.00 Build Options Northern Primary Envision Solar International Inc. $530,247.00 Build Options Central Primary Envision Solar International Inc. $530,852.00 Build Options Southern Primary Envision Solar International Inc. $530,852.00 Build Options 'Effective 1/25/2021, company name changed from Envision Solar International Inc. to Beam Global Page 324 of 596 FSA20-EQU18.0, Heavy Equipment Group: POWER CHARGING AND RESERVE POWER STATIONS Item: 257, Envision Solar International, Inc., EV ARCTM 2020, DCFC241 Zone Rank Vendor Price Build File Options File Western Primary Envision Solar International Inc. $404,713.00 Build Options Northern Primary Envision Solar International Inc. $405,116.00 Build Options Central Primary Envision Solar International Inc. $405,317.00 Build Options Southern Primary Envision Solar International Inc. $405,317.00 Build Options 'Effective 1/25/2021, company name changed from Envision Solar International Inc. to Beam Global Page 325 of 596 FSA20-EQU18.0, Heavy Equipment Group: PUMP: 6 Inch Mobile Pump Package Item: 266, Atlas Copco, PAS 150 HF, PAS 150 HF Zone Rank Vendor Price Build File Options File Western Primary CDPW, Inc. $57,390.00 Build Options Northern Primary CDPW, Inc. $57,390.00 Build Options Central Primary CDPW, Inc. $57,390.00 Build Options Southern Primary CDPW, Inc. $57,390.00 Build Options Page 326 of 596 FSA20-EQU18.0, Heavy Equipment Group: PUMP: 6 Inch Mobile Pump Package Item: 267, BBA Pumps, BA150E, BA150E Zone Rank Vendor Price Build File Options File Western Primary BBA PUMPS $36,817.00 Build Options Northern Primary BBA PUMPS $36,317.00 Build Options Central Primary BBA PUMPS $36,317.00 Build Options Southern Primary BBA PUMPS $36,817.00 Build Options Primary Power & Pumps, Inc. $36,817.00 Build Options Page 327 of 596 FSA20-EQU18.0, Heavy Equipment Group: PUMP: 6 Inch Mobile Pump Package Item: 269, ECO PUMP, Trailer Mounted Trash Pump, 6612T Zone Rank Vendor Price Build File Options File Western Primary Pat's Pump & Blower $49,208.00 Build Options Northern Primary Pat's Pump & Blower $49,208.00 Build Options Central Primary Pat's Pump & Blower $49,208.00 Build Options Southern Primary Pat's Pump & Blower $49,208.00 Build Options Page 328 of 596 FSA20-EQU18.0, Heavy Equipment Group: PUMP: 6 Inch Mobile Pump Package Item: 270, Generac, MTP6DZV, MTP6DZV Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems, LLC $39,100.00 Build Options Northern Primary ACF Standby Systems, LLC $39,100.00 Build Options Central Primary ACF Standby Systems, LLC $39,100.00 Build Options Southern Primary ACF Standby Systems, LLC $39,100.00 Build Options Alternate Genset Services, Inc. $41,000.00 Build Options Page 329 of 596 FSA20-EQU18.0, Heavy Equipment Group: PUMP: 6 Inch Mobile Pump Package Item: 271, Global Pump, 6GSTAP, 6GSTAP Zone Rank Vendor Price Build File Options File Western Primary Mersino Dewatering $41,470.00 Build Options Northern Primary Mersino Dewatering $41,470.00 Build Options Central Primary Mersino Dewatering $41,470.00 Build Options Southern Primary Mersino Dewatering $41,470.00 Build Options Page 330 of 596 FSA20-EQU18.0, Heavy Equipment Group: PUMP: 6 Inch Mobile Pump Package Item: 272, Godwin , CD 150S, CD 150S Zone Rank Vendor Price Build File Options File Western Primary Xylem Dewatering Solutions, Inc. $44,227.00 Build Options Northern Primary Xylem Dewatering Solutions, Inc. $44,227.00 Build Options Central Primary Xylem Dewatering Solutions, Inc. $44,227.00 Build Options Southern Primary Xylem Dewatering Solutions, Inc. $44,227.00 Build Options Page 331 of 596 FSA20-EQU18.0, Heavy Equipment Group: PUMP: 6 Inch Mobile Pump Package Item: 273, Holland Pumps, PT6TPC-P1104D44T, PT6TPC-P1104D44T Zone Rank Vendor Price Build File Options File Western Primary Holland Pump Company $36,298.00 Build Options Northern Primary Holland Pump Company $35,998.00 Build Options Central Primary Holland Pump Company $35,998.00 Build Options Southern Primary Holland Pump Company $35,998.00 Build Options Page 332 of 596 FSA20-EQU18.0, Heavy Equipment Group: PUMP: 6 Inch Mobile Pump Package Item: 274, MWI, CT006, CT006 Zone Rank Vendor Price Build File Options File Western Primary MWI Corporation $37,689.00 Build Options Northern Primary MWI Corporation $37,689.00 Build Options Central Primary MWI Corporation $37,689.00 Build Options Southern Primary MWI Corporation $37,689.00 Build Options Page 333 of 596 FSA20-EQU18.0, Heavy Equipment Group: PUMP: 6 Inch Mobile Pump Package Item: 275, Pioneer, PP66S12L71, PP66S12L71 Zone Rank Vendor Price Build File Options File Western Primary Tom Evans Environmental, Inc. $43,240.00 Build Options Northern Primary Tom Evans Environmental, Inc. $43,240.00 Build Options Central Primary Tom Evans Environmental, Inc. $43,240.00 Build Options Southern Primary Tom Evans Environmental, Inc. $43,240.00 Build Options Page 334 of 596 FSA20-EQU18.0, Heavy Equipment Group: PUMP: 6 Inch Mobile Pump Package Item: 276, Thompson Pump, 6JSC, 6JSC Zone Rank Vendor Price Build File Options File Western Primary Thompson Pump & Mfg Co Inc $38,714.00 Build Options Northern Primary Thompson Pump & Mfg Co Inc $38,714.00 Build Options Central Primary Thompson Pump & Mfg Co Inc $38,714.00 Build Options Southern Primary Thompson Pump & Mfg Co Inc $38,714.00 Build Options Page 335 of 596 FSA20-EQU18.0, Heavy Equipment Group: PUMP: 6 Inch Mobile Pump Package Item: 277, Tradewinds, TPK064750, TPK064750 Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp. $49,840.00 Build Options Northern Primary Tradewinds Power Corp. $49,840.00 Build Options Central Primary Tradewinds Power Corp. $49,840.00 Build Options Southern Primary Tradewinds Power Corp. $49,840.00 Build Options Page 336 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 279, Old Dominion Brush, LCT450 Trailer Mounted, LCT 450 Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc. $53,434.00 Build Options Northern Primary Environmental Products Group, Inc. $53,434.00 Build Options Central Primary Environmental Products Group, Inc. $53,434.00 Build Options Southern Primary Environmental Products Group, Inc. $53,434.00 Build Options Page 337 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 293, Hyva, Combination Grapple Crane and 40 Cubic Yard (CYD) Dump Body, HZR250 LO 1113 Canal Cleaning Unit Zone Rank Vendor Price Build File Options File Western Primary Warren Equipment Inc $131,922.00 Build Options Northern Primary Warren Equipment Inc $131,922.00 Build Options Central Primary Warren Equipment Inc $131,922.00 Build Options Southern Primary Warren Equipment Inc $131,922.00 Build Options Page 338 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 294, Hyva, Combination Grapple Crane and 40 Cubic Yard (CYD) Dump Body, HZR100 LO 1085 BULK WASTE UNIT Zone Rank Vendor Price Build File Options File Western Primary Warren Equipment Inc $102,547.00 Build Options Northern Primary Warren Equipment Inc $102,547.00 Build Options Central Primary Warren Equipment Inc $102,547.00 Build Options Southern Primary Warren Equipment Inc $102,547.00 Build Options Page 339 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 295, Hyva, Combination Grapple Crane and 40 Cubic Yard (CYD) Dump Body, HZR140 LO REFUSE LOADER Zone Rank Vendor Price Build File Options File Western Primary Warren Equipment Inc $114,444.00 Build Options Northern Primary Warren Equipment Inc $114,444.00 Build Options Central Primary Warren Equipment Inc $114,444.00 Build Options Southern Primary Warren Equipment Inc $114,444.00 Build Options Page 340 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 296, New Way, 20 Cubic Yard (CYD) Rear Loading Refuse Body , 20 Cubic Yard (CYD) Rear Loading Refuse Body Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $57,154.00 Build Options Northern Primary Southern Sewer Equipment Sales $57,154.00 Build Options Central Primary Southern Sewer Equipment Sales $57,154.00 Build Options Southern Primary Southern Sewer Equipment Sales $57,154.00 Build Options Page 341 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 297, New Way, 32 Cubic Yard (CYD) Rear Loading Refuse Body , 32 Cubic Yard (CYD) Rear Loading Refuse Body Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $76,287.00 Build Options Northern Primary Southern Sewer Equipment Sales $76,287.00 Build Options Central Primary Southern Sewer Equipment Sales $76,287.00 Build Options Southern Primary Southern Sewer Equipment Sales $76,287.00 Build Options Page 342 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 298, New Way, 40 Cubic Yard (CYD) Front Loading Refuse Body , 40 Cubic Yard (CYD) Front Loading Refuse Body Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $96,509.00 Build Options Northern Primary Southern Sewer Equipment Sales $96,509.00 Build Options Central Primary Southern Sewer Equipment Sales $96,509.00 Build Options Southern Primary Southern Sewer Equipment Sales $96,509.00 Build Options Page 343 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 299, New Way, 31 Cubic Yard (CYD) Automated Side Loading (ASL) Refuse Body, 31 Cubic Yard (CYD) Automated Side Loading (ASL) Refuse Body Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $122,751.00 Build Options Northern Primary Southern Sewer Equipment Sales $122,751.00 Build Options Central Primary Southern Sewer Equipment Sales $122,751.00 Build Options Southern Primary Southern Sewer Equipment Sales $122,751.00 Build Options Page 344 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 300, New Way, 27 Cubic Yard (CYD) Automated Side Loading (ASL) Refuse Body (Auger Style), 27 Cubic Yard (CYD) Automated Side Loading (ASL) Refuse Body (Auger Style) Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $127,631.00 Build Options Northern Primary Southern Sewer Equipment Sales $127,631.00 Build Options Central Primary Southern Sewer Equipment Sales $127,631.00 Build Options Southern Primary Southern Sewer Equipment Sales $127,631.00 Build Options Page 345 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 301, New Way, 10 Cubic Yard (CYD) Satellite Side Loader Refuse Body, 10 Cubic Yard (CYD) Satellite Side Loader Refuse Body Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $50,832.00 Build Options Northern Primary Southern Sewer Equipment Sales $50,832.00 Build Options Central Primary Southern Sewer Equipment Sales $50,832.00 Build Options Southern Primary Southern Sewer Equipment Sales $50,832.00 Build Options Page 346 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 302, New Way, 8 Cubic Yard (CYD) Rear Loading Refuse Body, 8 Cubic Yard (CYD) Rear Loading Refuse Body Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $44,259.00 Build Options Northern Primary Southern Sewer Equipment Sales $44,259.00 Build Options Central Primary Southern Sewer Equipment Sales $44,259.00 Build Options Southern Primary Southern Sewer Equipment Sales $44,259.00 Build Options Page 347 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 303, New Way, 11 Cubic Yard (CYD) Rear Loading Refuse Body, 11 Cubic Yard (CYD) Rear Loading Refuse Body Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $50,240.00 Build Options Northern Primary Southern Sewer Equipment Sales $50,240.00 Build Options Central Primary Southern Sewer Equipment Sales $50,240.00 Build Options Southern Primary Southern Sewer Equipment Sales $50,240.00 Build Options Page 348 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 304, New Way, 25 Cubic Yard (CYD) Rear Loading Refuse Body, 25 Cubic Yard (CYD) Rear Loading Refuse Body Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $70,281.00 Build Options Northern Primary Southern Sewer Equipment Sales $70,281.00 Build Options Central Primary Southern Sewer Equipment Sales $70,281.00 Build Options Southern Primary Southern Sewer Equipment Sales $70,281.00 Build Options Page 349 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 305, Palfinger Eplison, Combination Grapple Crane and 40 Cubic Yard (CYD) Dump Body, S260L130 Canal Cleaning Unit Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $177,212.00 Build Options Northern Primary Ring Power Corporation $177,212.00 Build Options Central Primary Ring Power Corporation $177,212.00 Build Options Southern Primary Ring Power Corporation $177,212.00 Build Options Page 350 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 306, Palfinger Eplison, Combination Grapple Crane and 40 Cubic Yard (CYD) Dump Body, M13A Refuse Loader Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $113,685.00 Build Options Northern Primary Ring Power Corporation $113,685.00 Build Options Central Primary Ring Power Corporation $113,685.00 Build Options Southern Primary Ring Power Corporation $113,685.00 Build Options Page 351 of 596 FSA20-EQU18.0, Heavy Equipment Group: Refuse and Waste Collection Bodies & Trailer Mounted Equipment Item: 307, Palfinger Eplison, Combination Grapple Crane and 40 Cubic Yard (CYD) Dump Body, M100L73 Bulk Waste Unit Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $110,360.00 Build Options Northern Primary Ring Power Corporation $110,360.00 Build Options Central Primary Ring Power Corporation $110,360.00 Build Options Southern Primary Ring Power Corporation $110,360.00 Build Options Page 352 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Message Board Item: 312, AMSIG, CMS-GP465T, CMS-GP465T Zone Rank Vendor Price Build File Options File Western Primary Crimson Technology Products, LLC $14,990.00 Build Options Northern Primary Crimson Technology Products, LLC $14,990.00 Build Options Central Primary Crimson Technology Products, LLC $15,192.00 Build Options Southern Primary Crimson Technology Products, LLC $15,445.00 Build Options Page 353 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Message Board Item: 314, K&K Systems, MB9757, MB9757 Zone Rank Vendor Price Build File Options File Western Primary K&K Systems, Inc. $12,136.00 Build Options Northern Primary K&K Systems, Inc. $12,136.00 Build Options Central Primary K&K Systems, Inc. $12,136.00 Build Options Southern Primary K&K Systems, Inc. $12,136.00 Build Options Page 354 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Message Board Item: 315, Kustom Signal, Smart VMS, 2 Zone Rank Vendor Price Build File Options File Western Primary Crimson Technology Products, LLC $17,423.00 Build Options Northern Primary Crimson Technology Products, LLC $17,120.00 Build Options Central Primary Crimson Technology Products, LLC $17,322.00 Build Options Southern Primary Crimson Technology Products, LLC $17,827.00 Build Options Page 355 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Message Board Item: 318, Ver-Mac, PCMS-1500, PCMS-1500 Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $19,299.75 Build Options Northern Primary Federal Contracts Corp $19,299.75 Build Options Central Primary Federal Contracts Corp $19,299.75 Build Options Southern Primary Federal Contracts Corp $19,299.75 Build Options Page 356 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Message Board Item: 319, Wanco, Full Size 3 -Line Message Board Trailer, WTLMB-A Zone Rank Vendor Price Build File Options File Western Primary Vetted Security Solutions $17,000.00 Build Options Alternate Striping Service and Supply, Inc. $20,400.00 Build Options Northern Primary Vetted Security Solutions $17,000.00 Build Options Alternate Striping Service and Supply, Inc. $20,400.00 Build Options Central Primary Vetted Security Solutions $17,000.00 Build Options Alternate Striping Service and Supply, Inc. $20,400.00 Build Options Southern Primary Vetted Security Solutions $17,000.00 Build Options Alternate Striping Service and Supply, Inc. $20,400.00 Build Options Page 357 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Message Board Item: 320, Wanco, Full Size Full Matrix Message Board Trailer, WTMMB-A Zone Rank Vendor Price Build File Options File Western Primary Vetted Security Solutions $17,500.00 Build Options Alternate Striping Service and Supply, Inc. $21,150.00 Build Options Northern Primary Vetted Security Solutions $17,500.00 Build Options Alternate Striping Service and Supply, Inc. $21,150.00 Build Options Central Primary Vetted Security Solutions $17,500.00 Build Options Alternate Striping Service and Supply, Inc. $21,150.00 Build Options Southern Primary Vetted Security Solutions $17,500.00 Build Options Alternate Striping Service and Supply, Inc. $21,150.00 Build Options Page 358 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Speed Board Item: 321, Applied Concepts Inc. DBA Stalker Radar, Stalker SAM, 821-1000-00 Zone Rank Vendor Price Build File Options File Western Primary Applied Concepts, Inc. $9,350.00 Build Options Northern Primary Applied Concepts, Inc. $9,350.00 Build Options Central Primary Applied Concepts, Inc. $9,350.00 Build Options Southern Primary Applied Concepts, Inc. $9,350.00 Build Options Page 359 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Speed Board Item: 322, Applied Concepts Inc. DBA Stalker Radar, Stalker SAM - R, 821-0310-00 Zone Rank Vendor Price Build File Options File Western Primary Applied Concepts, Inc. $8,300.00 Build Options Northern Primary Applied Concepts, Inc. $8,300.00 Build Options Central Primary Applied Concepts, Inc. $8,300.00 Build Options Southern Primary Applied Concepts, Inc. $8,300.00 Build Options Page 360 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Speed Board Item: 323, K&K Systems, LTER12-P-DC599S, LTER12-P-DC599S Zone Rank Vendor Price Build File Options File Western Primary K&K Systems, Inc. $4,732.00 Build Options Northern Primary K&K Systems, Inc. $4,732.00 Build Options Central Primary K&K Systems, Inc. $4,732.00 Build Options Southern Primary K&K Systems, Inc. $4,732.00 Build Options Page 361 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Speed Board Item: 324, Kustom Signal, Smart, 12 Zone Rank Vendor Price Build File Options File Western Primary Crimson Technology Products, LLC $6,631.00 Build Options Northern Primary Crimson Technology Products, LLC $6,631.00 Build Options Central Primary Crimson Technology Products, LLC $6,631.00 Build Options Southern Primary Crimson Technology Products, LLC $6,631.00 Build Options Page 362 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Speed Board Item: 325, RU2 Systems, FAST -650, FAST -650 Zone Rank Vendor Price Build File Options File Western Primary Crimson Technology Products, LLC $7,035.00 Build Options Northern Primary Crimson Technology Products, LLC $6,937.00 Build Options Central Primary Crimson Technology Products, LLC $6,943.00 Build Options Southern Primary Crimson Technology Products, LLC $7,122.00 Build Options Page 363 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Speed Board Item: 326, AMSIG, Digibrite Advantage , CMS -131T Zone Rank Vendor Price Build File Options File Western Primary Crimson Technology Products, LLC $9,848.00 Build Options Northern Primary Crimson Technology Products, LLC $9,848.00 Build Options Central Primary Crimson Technology Products, LLC $10,050.00 Build Options Southern Primary Crimson Technology Products, LLC $10,302.00 Build Options Page 364 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Speed Board Item: 328, Ver-Mac, SP -710V, SP -710V Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $8,016.00 Build Options Northern Primary Federal Contracts Corp $8,016.00 Build Options Central Primary Federal Contracts Corp $8,016.00 Build Options Southern Primary Federal Contracts Corp $8,016.00 Build Options Page 365 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Speed Board Item: 329, Wanco, Compact Radar Speed Trailer, WSDT3-S Zone Rank Vendor Price Build File Options File Western Primary Vetted Security Solutions $7,500.00 Build Options Alternate Striping Service and Supply, Inc. $9,150.00 Build Options Northern Primary Vetted Security Solutions $7,500.00 Build Options Alternate Striping Service and Supply, Inc. $9,150.00 Build Options Central Primary Vetted Security Solutions $7,500.00 Build Options Alternate Striping Service and Supply, Inc. $9,150.00 Build Options Southern Primary Vetted Security Solutions $7,500.00 Build Options Alternate Striping Service and Supply, Inc. $9,150.00 Build Options Page 366 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Traffic Advisory / Directional Signal Board Item: 330, AMSIG, T815, T815 Zone Rank Vendor Price Build File Options File Western Primary Crimson Technology Products, LLC $4,508.00 Build Options Northern Primary Crimson Technology Products, LLC $4,508.00 Build Options Central Primary Crimson Technology Products, LLC $4,710.00 Build Options Southern Primary Crimson Technology Products, LLC $4,963.00 Build Options Page 367 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Traffic Advisory / Directional Signal Board Item: 331, K&K Systems, AT154896, AT154896 Zone Rank Vendor Price Build File Options File Western Primary K&K Systems, Inc. $4,388.00 Build Options Northern Primary K&K Systems, Inc. $4,388.00 Build Options Central Primary K&K Systems, Inc. $4,388.00 Build Options Southern Primary K&K Systems, Inc. $4,388.00 Build Options Page 368 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Traffic Advisory / Directional Signal Board Item: 333, Traffix Device, Scorpion II Trailer Attenuator with Mobile Traffic Advisory / Directional Signal Board, 10002-TL3M-12TA Zone Rank Vendor Price Build File Western Primary Striping Service and Supply, Inc. $34,950.00 Build Northern Primary Striping Service and Supply, Inc. $34,950.00 Build Central Primary Striping Service and Supply, Inc. $34,950.00 Build Southern Primary Striping Service and Supply, Inc. $34,950.00 Build Options File Page 369 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Traffic Advisory / Directional Signal Board Item: 334, Ver-Mac, ST -4825, ST -4825 Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $5,115.70 Build Options Northern Primary Federal Contracts Corp $5,115.70 Build Options Central Primary Federal Contracts Corp $5,115.70 Build Options Southern Primary Federal Contracts Corp $5,115.70 Build Options Page 370 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Traffic Advisory / Directional Signal Board Item: 335, Wanco, WECO Arrow Board Trailer, WTSP55-LSA Zone Rank Vendor Price Build File Options File Western Primary Vetted Security Solutions $4,500.00 Build Options Alternate Striping Service and Supply, Inc. $5,425.00 Build Options Northern Primary Vetted Security Solutions $4,500.00 Build Options Alternate Striping Service and Supply, Inc. $5,425.00 Build Options Central Primary Vetted Security Solutions $4,500.00 Build Options Alternate Striping Service and Supply, Inc. $5,425.00 Build Options Southern Primary Vetted Security Solutions $4,500.00 Build Options Alternate Striping Service and Supply, Inc. $5,425.00 Build Options Page 371 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROADWAY ADVISORY BOARD: Mobile Traffic Advisory / Directional Signal Board Item: 336, Wanco, Metro Matrix Message Board Trailer, WVTMM-L Zone Rank Vendor Price Build File Options File Western Primary Vetted Security Solutions $15,500.00 Build Options Alternate Striping Service and Supply, Inc. $17,850.00 Build Options Northern Primary Vetted Security Solutions $15,500.00 Build Options Alternate Striping Service and Supply, Inc. $17,850.00 Build Options Central Primary Vetted Security Solutions $15,500.00 Build Options Alternate Striping Service and Supply, Inc. $17,850.00 Build Options Southern Primary Vetted Security Solutions $15,500.00 Build Options Alternate Striping Service and Supply, Inc. $17,850.00 Build Options Page 372 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROLLER Compaction Vibratory Roller 30,000 LB - Single Drum Item: 337, Bomag, BW177D-5, BW177D-5 Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $86,750.00 Build Options Northern Primary Dobbs Equipment, LLC $86,750.00 Build Options Central Primary Dobbs Equipment, LLC $86,750.00 Build Options Southern Primary Dobbs Equipment, LLC $86,750.00 Build Options Page 373 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROLLER Compaction Vibratory Roller 30,000 LB - Single Drum Item: 338, Caterpillar, CS44, CS44 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $108,839.00 Build Options Northern Primary Ring Power Corporation $108,839.00 Build Options Central Primary Ring Power Corporation $108,839.00 Build Options Southern Primary Kelly Tractor Co $109,753.00 Build Options Page 374 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROLLER Compaction Vibratory Roller 30,000 LB - Single Drum Item: 339, Hyundai, HR70C-9, HR70C-9 Zone Rank Vendor Price Build File Options File Western Northern Primary National Equipment Dealers, LLC $74,900.00 Build Options Central Primary National Equipment Dealers, LLC $74,900.00 Build Options Southern Primary National Equipment Dealers, LLC $74,900.00 Build Options Page 375 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROLLER Compaction Vibratory Roller 30,000 LB - Single Drum Item: 340, Sakai, SV544, SV544 Zone Rank Vendor Price Build File Options File Western Primary Great Southern Equipment Co. $121,338.00 Build Options Northern Primary Great Southern Equipment Co. $121,338.00 Build Options Central Primary Great Southern Equipment Co. $121,338.00 Build Options Southern Primary Great Southern Equipment Co. $121,338.00 Build Options Page 376 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROLLER: Small 5,400 LB Double Drum Roller - 47" Item: 341, Bomag, BW120SL-5, BW120SL-5 Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $34,900.00 Build Options Northern Primary Dobbs Equipment, LLC $34,900.00 Build Options Central Primary Dobbs Equipment, LLC $34,900.00 Build Options Southern Primary Dobbs Equipment, LLC $34,900.00 Build Options Page 377 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROLLER: Small 5,400 LB Double Drum Roller - 47" Item: 343, Caterpillar, CB24B, CB24B Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $47,284.00 Build Options Northern Primary Ring Power Corporation $47,284.00 Build Options Central Primary Ring Power Corporation $47,284.00 Build Options Southern Primary Kelly Tractor Co $42,726.00 Build Options Page 378 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROLLER: Small 5,400 LB Double Drum Roller - 47" Item: 344, Hamm, HD12-VV, HD12-VV Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $50,440.00 Build Options Northern Primary Linder Industrial Machinery $50,440.00 Build Options Central Primary Linder Industrial Machinery $50,440.00 Build Options Southern Primary Linder Industrial Machinery $50,440.00 Build Options Page 379 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROLLER: Small 5,400 LB Double Drum Roller - 47" Item: 345, Dynapac, CC1200, CC1200 Zone Rank Vendor Price Build File Options File Western Northern Primary National Equipment Dealers, LLC $35,685.00 Build Options Central Primary National Equipment Dealers, LLC $35,685.00 Build Options Southern Primary National Equipment Dealers, LLC $35,685.00 Build Options Page 380 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROLLER: Small 5,400 LB Double Drum Roller - 47" Item: 347, Volvo, DD25, DD25 Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $38,870.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $39,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $39,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $39,000.00 Build Options Page 381 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROLLER: Large 22,000 LB Double Drum Roller - 70" Item: 348, Bomag, BW190AD-5, BW190AD-5 Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $141,750.00 Build Options Northern Primary Dobbs Equipment, LLC $141,750.00 Build Options Central Primary Dobbs Equipment, LLC $141,750.00 Build Options Southern Primary Dobbs Equipment, LLC $141,750.00 Build Options Page 382 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROLLER: Large 22,000 LB Double Drum Roller - 70" Item: 350, Caterpillar, CB13, CB13 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $147,198.00 Build Options Northern Primary Ring Power Corporation $147,198.00 Build Options Central Primary Ring Power Corporation $147,198.00 Build Options Southern Primary Kelly Tractor Co $142,151.00 Build Options Page 383 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROLLER: Large 22,000 LB Double Drum Roller - 70" Item: 351, Dynapac, CC5200, CC5200 Zone Rank Vendor Price Build File Options File Western Northern Primary National Equipment Dealers, LLC $136,956.00 Build Options Central Primary National Equipment Dealers, LLC $136,956.00 Build Options Southern Primary National Equipment Dealers, LLC $136,956.00 Build Options Page 384 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROLLER: Large 22,000 LB Double Drum Roller - 70" Item: 354, Hamm, HD90-VV, HD9O-VV Zone Rank Vendor Price Build File Options File Western Primary Linder Industrial Machinery $161,020.00 Build Options Northern Primary Linder Industrial Machinery $161,020.00 Build Options Central Primary Linder Industrial Machinery $161,020.00 Build Options Southern Primary Linder Industrial Machinery $161,020.00 Build Options Page 385 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROLLER: Large 22,000 LB Double Drum Roller - 70" Item: 355, Sakai, SW884, SW884 Zone Rank Vendor Price Build File Options File Western Primary Great Southern Equipment Co. $159,246.00 Build Options Northern Primary Great Southern Equipment Co. $159,246.00 Build Options Central Primary Great Southern Equipment Co. $159,246.00 Build Options Southern Primary Great Southern Equipment Co. $159,246.00 Build Options Page 386 of 596 FSA20-EQU18.0, Heavy Equipment Group: ROLLER: Large 22,000 LB Double Drum Roller - 70" Item: 356, Volvo, DD120, DD120 Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $135,547.00 Build Options Northern Primary Alta Construction Equipment Florida, LLC $136,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $136,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $136,000.00 Build Options Page 387 of 596 FSA20-EQU18.0, Heavy Equipment Group: SEWER CLEANER: Trailer Mounted Sewer Cleaner Item: 360, Obrien, 7018 -SC, 7018 -SC Zone Rank Vendor Price Build File Options File Western Primary Pat's Pump & Blower $71,268.00 Build Options Northern Primary Pat's Pump & Blower $71,268.00 Build Options Central Primary Pat's Pump & Blower $71,268.00 Build Options Southern Primary Pat's Pump & Blower $71,268.00 Build Options Page 388 of 596 FSA20-EQU18.0, Heavy Equipment Group: SEWER CLEANER: Trailer Mounted Sewer Cleaner Item: 361, Sewer Equipment Co. of America, 747-FR2000, 747-FR2000 Zone Rank Vendor Price Build File Options File Western Primary Sewer Equipment Co. of America $74,299.00 Build Options Northern Primary Sewer Equipment Co. of America $74,299.00 Build Options Central Primary Sewer Equipment Co. of America $74,299.00 Build Options Southern Primary Sewer Equipment Co. of America $74,299.00 Build Options Page 389 of 596 FSA20-EQU18.0, Heavy Equipment Group: SEWER CLEANER: Trailer Mounted Sewer Cleaner Item: 362, Vac -Con, VecJet, VJ700 Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $66,343.00 Build Options Northern Primary Southern Sewer Equipment Sales $66,343.00 Build Options Central Primary Southern Sewer Equipment Sales $66,343.00 Build Options Southern Primary Southern Sewer Equipment Sales $66,343.00 Build Options Page 390 of 596 FSA20-EQU18.0, Heavy Equipment Group: SEWER CLEANER: Trailer Mounted Sewer Cleaner Item: 363, Vactor, RamJet, 4018 Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc. $79,182.00 Build Options Northern Primary Environmental Products Group, Inc. $79,182.00 Build Options Central Primary Environmental Products Group, Inc. $79,182.00 Build Options Southern Primary Environmental Products Group, Inc. $79,182.00 Build Options Page 391 of 596 FSA20-EQU18.0, Heavy Equipment Group: SEWER CLEANER: Combination Sewer Cleaning/Vacuum Machine - 10 CU YD Item: 364, Aquatech, B-10, B-10 Zone Rank Vendor Price Build File Options File Western Primary Pat's Pump & Blower $231,318.00 Build Options Northern Primary Pat's Pump & Blower $231,318.00 Build Options Central Primary Pat's Pump & Blower $231,318.00 Build Options Southern Primary Pat's Pump & Blower $231,318.00 Build Options Page 392 of 596 FSA20-EQU18.0, Heavy Equipment Group: SEWER CLEANER: Combination Sewer Cleaning/Vacuum Machine - 10 CU YD Item: 365, Gapvax, MC, 1510 Zone Rank Vendor Price Build File Options File Western Primary GapVax, Inc. $244,735.00 Build Options Northern Primary GapVax, Inc. $244,735.00 Build Options Central Primary GapVax, Inc. $244,735.00 Build Options Southern Primary GapVax, Inc. $244,735.00 Build Options Page 393 of 596 FSA20-EQU18.0, Heavy Equipment Group: SEWER CLEANER: Combination Sewer Cleaning/Vacuum Machine - 10 CU YD Item: 367, Sewer Equipment Co. of America, 900 ECO-12YD, 900 ECO-12YD Zone Rank Vendor Price Build File Options File Western Primary Sewer Equipment Co. of America $269,239.00 Build Options Northern Primary Sewer Equipment Co. of America $269,239.00 Build Options Central Primary Sewer Equipment Co. of America $269,239.00 Build Options Southern Primary Sewer Equipment Co. of America $269,239.00 Build Options Page 394 of 596 FSA20-EQU18.0, Heavy Equipment Group: SEWER CLEANER: Combination Sewer Cleaning/Vacuum Machine - 10 CU YD Item: 368, Super Products , Camel Max, 1200 Zone Rank Vendor Price Build File Options File Western Northern Primary Container Systems & Equipment Co., Inc. $297,128.00 Build Options Central Primary Container Systems & Equipment Co., Inc. $297,128.00 Build Options Southern Page 395 of 596 FSA20-EQU18.0, Heavy Equipment Group: SEWER CLEANER: Combination Sewer Cleaning/Vacuum Machine - 10 CU YD Item: 369, Vacall, AJV1010, AJV1010 Zone Rank Vendor Price Build File Options File Western Primary Great Southern Equipment Co. $231,881.00 Build Options Northern Primary Great Southern Equipment Co. $231,881.00 Build Options Central Primary Great Southern Equipment Co. $231,881.00 Build Options Southern Primary Great Southern Equipment Co. $231,881.00 Build Options Page 396 of 596 FSA20-EQU18.0, Heavy Equipment Group: SEWER CLEANER: Combination Sewer Cleaning/Vacuum Machine - 10 CU YD Item: 370, Vac -Con, V311HN/1000, V311HN/1000 Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $212,264.00 Build Options Northern Primary Southern Sewer Equipment Sales $212,264.00 Build Options Central Primary Southern Sewer Equipment Sales $212,264.00 Build Options Southern Primary Southern Sewer Equipment Sales $212,264.00 Build Options Page 397 of 596 FSA20-EQU18.0, Heavy Equipment Group: SEWER CLEANER: Combination Sewer Cleaning/Vacuum Machine - 10 CU YD Item: 371, Vac -Con, VPD4211SHAE, VPD4211SHAE Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $271,387.00 Build Options Northern Primary Southern Sewer Equipment Sales $271,387.00 Build Options Central Primary Southern Sewer Equipment Sales $271,387.00 Build Options Southern Primary Southern Sewer Equipment Sales $271,387.00 Build Options Page 398 of 596 FSA20-EQU18.0, Heavy Equipment Group: SEWER CLEANER: Combination Sewer Cleaning/Vacuum Machine - 10 CU YD Item: 372, Vactor, 21001, 21001 Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc. $273,774.00 Build Options Northern Primary Environmental Products Group, Inc. $273,774.00 Build Options Central Primary Environmental Products Group, Inc. $273,774.00 Build Options Southern Primary Environmental Products Group, Inc. $273,774.00 Build Options Page 399 of 596 FSA20-EQU18.0, Heavy Equipment Group: SHREDDER: Mobile Shredder - Trailer Mounted Item: 373, Metso, M&J 4000M, M&J 4000M Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $631,446.00 Build Options Southern Primary Kelly Tractor Co $631,446.00 Build Options Page 400 of 596 FSA20-EQU18.0, Heavy Equipment Group: SHREDDER: Mobile Shredder - Trailer Mounted Item: 374, Tana Shark, 440D, 440D Zone Rank Vendor Price Build File Options File Western Primary Humdinger Equipment, Ltd. $1,081,620.00 Build Options Northern Primary Humdinger Equipment, Ltd. $1,081,620.00 Build Options Central Primary Humdinger Equipment, Ltd. $1,081,620.00 Build Options Southern Primary Humdinger Equipment, Ltd. $1,081,620.00 Build Options Page 401 of 596 FSA20-EQU18.0, Heavy Equipment Group: STUMP CUTTER: Self Propelled Item: 375, Bandit, SG -40, SG -40 Zone Rank Vendor Price Build File Western Primary Bandit Industries $18,080.70 Build Northern Primary Bandit Industries $18,080.70 Build Central Primary Bandit Industries $18,080.70 Build Southern Primary Bandit Industries $18,080.70 Build Options File Page 402 of 596 FSA20-EQU18.0, Heavy Equipment Group: STUMP CUTTER: Self Propelled Item: 376, Toro, STX 38, STX 38 Zone Rank Vendor Price Build File Options File Western Northern Primary Alta Construction Equipment Florida, LLC $27,500.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $27,500.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $27,500.00 Build Options Page 403 of 596 FSA20-EQU18.0, Heavy Equipment Group: STUMP CUTTER: Self Propelled Item: 377, Vermeer, SC362, SC362 Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $22,002.00 Build Options Northern Primary Vermeer Southeast Sales $22,002.00 Build Options Central Primary Vermeer Southeast Sales $22,002.00 Build Options Southern Primary Vermeer Southeast Sales $22,002.00 Build Options Page 404 of 596 FSA20-EQU18.0, Heavy Equipment Group: SWEEPER: 3 -Wheel Mechanical or Regenerative Air Sweeper Item: 378, Elgin Pelican, NP, Elgin Pelican Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc. $221,730.00 Build Options Northern Primary Environmental Products Group, Inc. $221,730.00 Build Options Central Primary Environmental Products Group, Inc. $221,730.00 Build Options Southern Primary Environmental Products Group, Inc. $221,730.00 Build Options Page 405 of 596 FSA20-EQU18.0, Heavy Equipment Group: SWEEPER: 3 -Wheel Mechanical or Regenerative Air Sweeper Item: 379, Global, R3, R3 Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $219,902.00 Build Options Northern Primary Southern Sewer Equipment Sales $219,902.00 Build Options Central Primary Southern Sewer Equipment Sales $219,902.00 Build Options Southern Primary Southern Sewer Equipment Sales $219,902.00 Build Options Page 406 of 596 FSA20-EQU18.0, Heavy Equipment Group: SWEEPER: 3 -Wheel Mechanical or Regenerative Air Sweeper Item: 380, Global, M3, M3 Zone Rank Vendor Price Build File Options File Western Primary Southern Sewer Equipment Sales $201,144.00 Build Options Northern Primary Southern Sewer Equipment Sales $201,144.00 Build Options Central Primary Southern Sewer Equipment Sales $201,144.00 Build Options Southern Primary Southern Sewer Equipment Sales $201,144.00 Build Options Page 407 of 596 FSA20-EQU18.0, Heavy Equipment Group: SWEEPER: Cabover Mechanical Broom Street Sweeper Item: 381, Elgin, Eagle, Eagle Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc. $297,758.00 Build Options Northern Primary Environmental Products Group, Inc. $297,758.00 Build Options Central Primary Environmental Products Group, Inc. $297,758.00 Build Options Southern Primary Environmental Products Group, Inc. $297,758.00 Build Options Page 408 of 596 FSA20-EQU18.0, Heavy Equipment Group: SWEEPER: Cabover Mechanical Broom Street Sweeper Item: 382, Johnston, ES351, ES351 Zone Rank Vendor Price Build File Options File Western Primary Pat's Pump & Blower $305,874.00 Build Options Northern Primary Pat's Pump & Blower $305,874.00 Build Options Central Primary Pat's Pump & Blower $305,874.00 Build Options Southern Primary Pat's Pump & Blower $305,874.00 Build Options Page 409 of 596 FSA20-EQU18.0, Heavy Equipment Group: SWEEPER: Compact Air Sweeper - 2.3 CU YD Item: 384, Johnston, 5006, 5006 Zone Rank Vendor Price Build File Options File Western Primary Pat's Pump & Blower $133,500.00 Build Options Northern Primary Pat's Pump & Blower $133,500.00 Build Options Central Primary Pat's Pump & Blower $133,500.00 Build Options Southern Primary Pat's Pump & Blower $133,500.00 Build Options Page 410 of 596 FSA20-EQU18.0, Heavy Equipment Group: SWEEPER: Regenerative Air Street Sweeper Item: 385, Elgin, Crosswind J Plus, Crosswind J Plus Zone Rank Vendor Price Build File Options File Western Primary Environmental Products Group, Inc. $262,094.00 Build Options Northern Primary Environmental Products Group, Inc. $262,094.00 Build Options Central Primary Environmental Products Group, Inc. $262,094.00 Build Options Southern Primary Environmental Products Group, Inc. $262,094.00 Build Options Page 411 of 596 FSA20-EQU18.0, Heavy Equipment Group: SWEEPER: Regenerative Air Street Sweeper Item: 386, Johnston, RT655, RT655 Zone Rank Vendor Price Build File Options File Western Primary Pat's Pump & Blower $275,818.00 Build Options Northern Primary Pat's Pump & Blower $275,818.00 Build Options Central Primary Pat's Pump & Blower $275,818.00 Build Options Southern Primary Pat's Pump & Blower $275,818.00 Build Options Page 412 of 596 FSA20-EQU18.0, Heavy Equipment Group: SWEEPER: Regenerative Air Street Sweeper Item: 388, Tymco, 600, 600 Zone Rank Vendor Price Build File Options File Western Primary Container Systems & Equipment Co., Inc. $252,950.00 Build Options Northern Primary Container Systems & Equipment Co., Inc. $252,950.00 Build Options Central Primary Container Systems & Equipment Co., Inc. $252,950.00 Build Options Southern Primary Container Systems & Equipment Co., Inc. $252,950.00 Build Options Page 413 of 596 FSA20-EQU18.0, Heavy Equipment Group: SWEEPER: Self -Propelled Hydrostatic Broom - Center Slung Item: 390, Broce, 350 Broom, 350 Broom Zone Rank Vendor Price Build File Options File Western Primary Cowin Equipment Company $61,125.00 Build Options Northern Central Primary Kelly Tractor Co $59,415.00 Build Options Southern Primary Kelly Tractor Co $59,415.00 Build Options Page 414 of 596 FSA20-EQU18.0, Heavy Equipment Group: SWEEPER: Self -Propelled Hydrostatic Broom - Center Slung Item: 391, Holder, S100, S100 Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $161,223.70 Build Options Northern Primary Federal Contracts Corp $161,223.70 Build Options Central Primary Federal Contracts Corp $161,223.70 Build Options Southern Primary Federal Contracts Corp $161,223.70 Build Options Page 415 of 596 FSA20-EQU18.0, Heavy Equipment Group: SWEEPER: Self -Propelled Hydrostatic Broom - Center Slung Item: 393, LeeBoy, CB -95, CB -95 Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $62,625.00 Build Options Northern Primary Dobbs Equipment, LLC $62,625.00 Build Options Central Primary Dobbs Equipment, LLC $62,625.00 Build Options Southern Primary Dobbs Equipment, LLC $62,625.00 Build Options Page 416 of 596 FSA20-EQU18.0, Heavy Equipment Group: SWEEPER: Self -Propelled Hydrostatic Broom - Center Slung Item: 394, Superior Broom, DT74, DT74 Zone Rank Western Primary Alternate Northern Primary Alternate Central Primary Alternate Southern Primary Vendor Linder Industrial Machinery Ring Power Corporation Linder Industrial Machinery Ring Power Corporation Linder Industrial Machinery Ring Power Corporation Linder Industrial Machinery Price Build File Options File $63,000.00 Build Options $75,157.00 Build Options $63,000.00 Build Options $75,157.00 Build Options $63,000.00 Build Options $75,157.00 Build Options $63,000.00 Build Options Page 417 of 596 FSA20-EQU18.0, Heavy Equipment Group: TACTICAL VEHICLE: The Rook, Tactical Vehicle Item: 395, Caterpillar, 299D3 with Rook Option, 299D3 with Rook Option Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $302,000.00 Build Options Northern Primary Ring Power Corporation $302,000.00 Build Options Central Primary Ring Power Corporation $302,000.00 Build Options Southern Page 418 of 596 FSA20-EQU18.0, Heavy Equipment Group: TOOL CARRIER: Large Tool Carrier with Optional Mower Item: 396, Alamo Industrial, Mantis, 4142 Zone Rank Vendor Price Build File Options File Western Primary ALAMO GROUP (TX) INC $150,537.00 Build Options Northern Primary ALAMO GROUP (TX) INC $150,537.00 Build Options Central Primary ALAMO GROUP (TX) INC $150,537.00 Build Options Southern Primary ALAMO GROUP (TX) INC $150,537.00 Build Options Page 419 of 596 FSA20-EQU18.0, Heavy Equipment Group: TOOL CARRIER: Large Tool Carrier with Optional Mower Item: 397, Mowermax, Tool Carrier, MMB22 Zone Rank Vendor Price Build File Options File Western Primary ATMAX Equipment Co $145,750.00 Build Options Northern Primary ATMAX Equipment Co $145,750.00 Build Options Central Primary ATMAX Equipment Co $145,750.00 Build Options Southern Primary ATMAX Equipment Co $145,750.00 Build Options Page 420 of 596 FSA20-EQU18.0, Heavy Equipment Group: TOOL CARRIER: Large Tool Carrier with Optional Mower Item: 398, Multihog, Range , MX Zone Rank Vendor Price Build File Options File Western Primary Pats Pump & Blower $129,282.00 Build Options Northern Primary Pats Pump & Blower $129,282.00 Build Options Central Primary Pats Pump & Blower $129,282.00 Build Options Southern Primary Pats Pump & Blower $129,282.00 Build Options Page 421 of 596 FSA20-EQU18.0, Heavy Equipment Group: TOOL CARRIER: Telescopic Tool Carrier Item: 399, Bobcat , Versa Handler Telehandler, V723 Zone Rank Vendor Price Build File Options File Western Primary CLARK EQUIPMENT COMPANY $80,376.08 Build Options Northern Primary CLARK EQUIPMENT COMPANY $80,376.08 Build Options Central Primary CLARK EQUIPMENT COMPANY $80,376.08 Build Options Southern Primary CLARK EQUIPMENT COMPANY $80,376.08 Build Options Page 422 of 596 FSA20-EQU18.0, Heavy Equipment Group: TOOL CARRIER: Telescopic Tool Carrier Item: 400, Caterpillar, TH357D, TH357D Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $95,471.00 Build Options Northern Primary Ring Power Corporation $95,471.00 Build Options Central Primary Ring Power Corporation $95,471.00 Build Options Southern Primary Kelly Tractor Co $98,783.00 Build Options Page 423 of 596 FSA20-EQU18.0, Heavy Equipment Group: TOOL CARRIER: Telescopic Tool Carrier Item: 401, Energreen America, Kommunal, ILF1000 Zone Rank Vendor Price Build File Options File Western Primary Energreen America Inc $161,049.00 Build Options Northern Primary Energreen America Inc $161,049.00 Build Options Central Primary Energreen America Inc $161,049.00 Build Options Southern Primary Energreen America Inc $161,049.00 Build Options Page 424 of 596 FSA20-EQU18.0, Heavy Equipment Group: TOOL CARRIER: Telescopic Tool Carrier Item: 402, Manitou, MTA 8044, MTA 8044 Zone Rank Vendor Price Build File Options File Western Northern Primary National Equipment Dealers, LLC $99,700.00 Build Options Central Primary National Equipment Dealers, LLC $99,700.00 Build Options Southern Primary National Equipment Dealers, LLC $99,700.00 Build Options Page 425 of 596 FSA20-EQU18.0, Heavy Equipment Group: TOOL CARRIER: Telescopic Tool Carrier Item: 403, JLG, 943, 943 Zone Rank Vendor Price Build File Options File Western Primary Southern States ToyotaLift $121,199.00 Build Options Northern Primary Southern States ToyotaLift $121,199.00 Build Options Central Primary Southern States ToyotaLift $121,199.00 Build Options Southern Primary Southern States ToyotaLift $121,199.00 Build Options Page 426 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR MOWER: Agriculture Tractor with Boom Mower - 4x4 Item: 404, Case IH, Maxxum with Motrim Boom Mower, 115 Zone Rank Vendor Price Build File Options File Western Northern Central Primary Glade & Grove Supply Co LLC $127,162.00 Build Options Southern Primary Glade & Grove Supply Co LLC $127,162.00 Build Options Page 427 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR MOWER: Agriculture Tractor with Boom Mower - 4x4 Item: 405, John Deere, 6120M with Tiger Bengal Boom Mower, 6120M Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $155,430.00 Build Options Northern Primary Dobbs Equipment, LLC $155,430.00 Build Options Central Primary Dobbs Equipment, LLC $155,430.00 Build Options Southern Primary Dobbs Equipment, LLC $155,430.00 Build Options Page 428 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Agricultural Tractor With Boom Mower 4x4 Item: 408, John Deere, 6120M Alamo Industrial Mower, 6120M Zone Rank Vendor Price Build File Options File Western Primary ALAMO GROUP (TX) INC $131,016.00 Build Options Northern Primary ALAMO GROUP (TX) INC $131,016.00 Build Options Central Primary ALAMO GROUP (TX) INC $131,016.00 Build Options Southern Primary ALAMO GROUP (TX) INC $131,016.00 Build Options Page 429 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Agricultural Tractor With Boom Mower 4x4 Item: 409, Kubota, M6S-111 with Terrain King KB2300 Boom Mower, M6S-111 Zone Rank Vendor Price Build File Options File Western Primary ALAMO GROUP (TX) INC $131,847.00 Build Options Northern Primary ALAMO GROUP (TX) INC $131,847.00 Build Options Central Primary ALAMO GROUP (TX) INC $131,847.00 Build Options Southern Primary ALAMO GROUP (TX) INC $131,847.00 Build Options Page 430 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Agricultural Tractor With Boom Mower 4x4 Item: 410, Massey Ferguson, MF5712S with Diamond Boom Mower, MF5712S Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $144,493.00 Build Options Northern Primary Ring Power Corporation $144,493.00 Build Options Central Primary Kelly Tractor Co $142,433.00 Build Options Alternate Ring Power Corporation $144,493.00 Build Options Southern Primary Kelly Tractor Co $142,433.00 Build Options Page 431 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Agriculture Tractor - 4x2 Item: 412, Case IH, FARMALL, 100C Zone Rank Vendor Price Build File Options File Western Primary Glade & Grove Supply Co LLC $47,223.00 Build Options Northern Primary Glade & Grove Supply Co LLC $47,023.00 Build Options Central Primary Glade & Grove Supply Co LLC $46,573.00 Build Options Southern Primary Glade & Grove Supply Co LLC $46,573.00 Build Options Page 432 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Agriculture Tractor - 4x2 Item: 415, John Deere, 5100M, 5100M Zone Rank Vendor Price Build File Options File Western Primary AG -PRO LLC $44,000.00 Build Options Northern Primary AG -PRO LLC $44,000.00 Build Options Central Primary Everglades Equipment Group $44,800.00 Build Options Southern Primary Everglades Equipment Group $44,800.00 Build Options Page 433 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Agriculture Tractor - 4x2 Item: 416, Kubota, M5-091, M5-091 Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC. $32,588.00 Build Options Alternate Futch's Tractor Depot, inc $35,280.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC. $32,288.00 Build Options Alternate Futch's Tractor Depot, inc $35,280.00 Build Options Alternate Florida Coast Equipment, Inc. $35,695.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC. $32,288.00 Build Options Alternate Futch's Tractor Depot, inc $35,280.00 Build Options Alternate Florida Coast Equipment, Inc. $35,695.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC. $32,488.00 Build Options Alternate Futch's Tractor Depot, inc $35,280.00 Build Options Alternate Florida Coast Equipment, Inc. $35,695.00 Build Options Page 434 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Agriculture Tractor - 4x2 Item: 417, Mahindra, mForce, 1055 Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $70,685.32 Build Options Northern Primary Federal Contracts Corp $70,685.32 Build Options Central Primary Federal Contracts Corp $70,685.32 Build Options Southern Primary Federal Contracts Corp $70,685.32 Build Options Page 435 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Agriculture Tractor - 4x2 Item: 418, Massey Ferguson, Tractor, MF4709 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $42,056.00 Build Options Northern Primary Ring Power Corporation $42,056.00 Build Options Central Primary Kelly Tractor Co $39,872.00 Build Options Southern Primary Kelly Tractor Co $39,872.00 Build Options Page 436 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Agriculture Tractor - 4x2 Item: 419, New Holland , Powerstar , 100 Zone Rank Vendor Price Build File Options File Western Primary Glade & Grove Supply Co LLC $48,406.00 Build Options Northern Primary Glade & Grove Supply Co LLC $48,206.00 Build Options Central Primary Glade & Grove Supply Co LLC $47,756.00 Build Options Southern Primary Glade & Grove Supply Co LLC $47,756.00 Build Options Page 437 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Compact Center Articulating Tractor - AWD Item: 420, Antonio Carraro, Tigre, 4000 Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC. $19,329.00 Build Northern Primary RIDGE EQUIPMENT CO., INC. $19,029.00 Build Central Primary RIDGE EQUIPMENT CO., INC. $19,029.00 Build Southern Primary RIDGE EQUIPMENT CO., INC. $19,229.00 Build Page 438 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Compact Center Articulating Tractor - AWD Item: 421, Avant, 528, 528 Zone Rank Vendor Price Build File Options File Western Northern Primary Alta Construction Equipment Florida, LLC $41,900.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $41,900.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $41,900.00 Build Options Page 439 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Compact Center Articulating Tractor - AWD Item: 422, Ventrac, 4500 Series, Z Zone Rank Vendor Price Build File Options File Western Primary VENTURE PRODUCTS INC. $22,273.50 Build Options Northern Primary VENTURE PRODUCTS INC. $22,273.50 Build Options Central Primary VENTURE PRODUCTS INC. $22,273.50 Build Options Southern Primary VENTURE PRODUCTS INC. $22,273.50 Build Options Page 440 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Small Agriculture Tractor - 4x4 Item: 423, Bobcat , CT2035, CT2035 Zone Rank Vendor Price Build File Options File Western Primary CLARK EQUIPMENT COMPANY $16,637.60 Build Options Northern Primary CLARK EQUIPMENT COMPANY $16,637.60 Build Options Central Primary CLARK EQUIPMENT COMPANY $16,637.60 Build Options Southern Primary CLARK EQUIPMENT COMPANY $16,637.60 Build Options Page 441 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Small Agriculture Tractor - 4x4 Item: 424, Case IH, FARMALL, 35C Zone Rank Vendor Price Build File Options File Western Primary Glade & Grove Supply Co LLC $20,449.00 Build Options Northern Primary Glade & Grove Supply Co LLC $20,249.00 Build Options Central Primary Glade & Grove Supply Co LLC $19,799.00 Build Options Southern Primary Glade & Grove Supply Co LLC $19,799.00 Build Options Page 442 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Small Agriculture Tractor - 4X4 Item: 425, John Deere, 3035D, 3035D Zone Rank Vendor Price Build File Options File Western Primary AG -PRO LLC $18,500.00 Build Options Northern Primary AG -PRO LLC $18,500.00 Build Options Central Primary Everglades Equipment Group $18,900.00 Build Options Southern Primary Everglades Equipment Group $18,900.00 Build Options Page 443 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Small Agriculture Tractor - 4x4 Item: 426, Kubota, L3901 DT, L3901 DT Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC. $16,390.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC. $16,090.00 Build Options Alternate Futch's Tractor Depot, inc $16,500.00 Build Options Alternate Florida Coast Equipment, Inc. $17,368.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC. $16,090.00 Build Options Alternate Futch's Tractor Depot, inc $16,500.00 Build Options Alternate Florida Coast Equipment, Inc. $17,368.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC. $16,290.00 Build Options Alternate Florida Coast Equipment, Inc. $17,368.00 Build Options Page 444 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Small Agriculture Tractor - 4x4 Item: 427, Mahindra, 1640, 1640 Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $23,305.32 Build Options Northern Primary Federal Contracts Corp $23,305.32 Build Options Central Primary Federal Contracts Corp $23,305.32 Build Options Southern Primary Federal Contracts Corp $23,305.32 Build Options Page 445 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Small Agriculture Tractor - 4x4 Item: 428, Massey Ferguson, MF1740E, MF1740E Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $18,550.00 Build Options Southern Primary Kelly Tractor Co $18,550.00 Build Options Page 446 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRACTOR: Small Agriculture Tractor - 4x4 Item: 429, New Holland , Boomer , 35 Zone Rank Vendor Price Build File Options File Western Primary Glade & Grove Supply Co LLC $21,065.00 Build Options Northern Primary Glade & Grove Supply Co LLC $20,865.00 Build Options Central Primary Glade & Grove Supply Co LLC $20,415.00 Build Options Southern Primary Glade & Grove Supply Co LLC $20,415.00 Build Options Page 447 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Deck Over Flatbed Trailer - 16,000 LB GVWR 8'6" X 25' Item: 430, Big Tex, 22PH255, 22PH255 Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $10,565.00 Build Options Northern Primary Texas Trailers Sales and Service $9,990.00 Build Options Central Primary Texas Trailers Sales and Service $10,230.00 Build Options Southern Primary Texas Trailers Sales and Service $10,590.00 Build Options Page 448 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Deck Over Flatbed Trailer - 16,000 LB GVWR 8'6" X 25' Item: 431, Eager Beaver, B8 -DOW, B8 -DOW Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $15,665.00 Build Options Northern Primary Dobbs Equipment, LLC $15,665.00 Build Options Central Primary Dobbs Equipment, LLC $15,665.00 Build Options Southern Primary Dobbs Equipment, LLC $15,665.00 Build Options Page 449 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Deck Over Flatbed Trailer - 16,000 LB GVWR 8'6" X 25' Item: 432, Econoline, BP0821 DE , BP0821 DE Zone Rank Vendor Price Build File Options File Western Primary DeLand Truck Center, Inc. $8,235.00 Build Options Northern Primary DeLand Truck Center, Inc. $7,885.00 Build Options Central Primary DeLand Truck Center, Inc. $7,965.00 Build Options Southern Primary DeLand Truck Center, Inc. $8,235.00 Build Options Page 450 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Deck Over Flatbed Trailer - 16,000 LB GVWR 8'6" X 25' Item: 433, Felling Trailers, FT -16-2, FT -16-2 Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $14,384.90 Build Options Northern Primary Federal Contracts Corp $14,384.90 Build Options Central Primary Kelly Tractor Co $13,368.00 Build Options Alternate Federal Contracts Corp $14,384.90 Build Options Southern Primary Kelly Tractor Co $13,368.00 Build Options Page 451 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Deck Over Flatbed Trailer - 16,000 LB GVWR 8'6" X 25' Item: 434, Globe Trailers, GTTU152-30-25, GTTU152-30-25 Zone Rank Vendor Price Build File Options File Western Primary Sun State International Trucks $22,000.00 Build Options Northern Primary Sun State International Trucks $22,000.00 Build Options Central Primary Sun State International Trucks $22,000.00 Build Options Southern Primary Sun State International Trucks $22,000.00 Build Options Page 452 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Deck Over Flatbed Trailer - 16,000 LB GVWR 8'6" X 25' Item: 435, Interstate, 16BST, 16BST Zone Rank Vendor Price Build File Options File Western Primary Dobbs Equipment, LLC $12,750.00 Build Options Northern Primary Dobbs Equipment, LLC $12,750.00 Build Options Central Primary Kelly Tractor Co $12,150.00 Build Options Alternate Dobbs Equipment, LLC $12,750.00 Build Options Southern Primary Kelly Tractor Co $12,150.00 Build Options Alternate Dobbs Equipment, LLC $12,750.00 Build Options Page 453 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Deck Over Flatbed Trailer - 16,000 LB GVWR 8'6" X 25' Item: 437, SURE-TRAC, ST102204SDDO-B-150 , ST102204SDDO-B-150 Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC. $7,972.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC. $7,782.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC. $7,782.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC. $7,872.00 Build Options Page 454 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Deck Over Flatbed Trailer - 16,000 LB GVWR 8'6" X 25' Item: 438, Texas Trailer, TX85258T, TX85258T Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $8,690.00 Build Options Northern Primary Texas Trailers Sales and Service $8,390.00 Build Options Central Primary Texas Trailers Sales and Service $8,590.00 Build Options Southern Primary Texas Trailers Sales and Service $8,890.00 Build Options Page 455 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Deck Over Flatbed Trailer - 16,000 LB GVWR 8'6" X 25' Item: 439, Towmaster, TC-16, TC-16 Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $18,114.00 Build Options Northern Primary Ring Power Corporation $18,114.00 Build Options Central Primary Ring Power Corporation $18,114.00 Build Options Southern Primary Kelly Tractor Co $14,861.00 Build Options Page 456 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Deck Over Flatbed Trailer - 16,000 LB GVWR 8'6" X 25' Item: 440, Trail King, TK2OLP, TK2OLP Zone Rank Vendor Price Build File Options File Western Northern Primary Alta Construction Equipment Florida, LLC $17,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $17,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $17,000.00 Build Options Page 457 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Deck Over Flatbed Trailer - 16,000 LB GVWR 8'6" X 25' Item: 441, XL Specialized Trailers, XL 24 T, XL 24 T Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $18,500.00 Build Options Southern Primary Kelly Tractor Co $18,500.00 Build Options Page 458 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Enclosed Cargo Trailer - 7,000 Lb GVWR, 7' X16' Item: 442, Cargo Mate, Blazer , BL716TA2 Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $6,450.00 Build Options Northern Primary Texas Trailers Sales and Service $5,990.00 Build Options Central Primary Texas Trailers Sales and Service $6,190.00 Build Options Southern Primary Texas Trailers Sales and Service $6,490.00 Build Options Page 459 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Enclosed Cargo Trailer - 7,000 Lb GVWR, 7' X16' Item: 444, SURE-TRAC, STW8416TA, STW8416TA Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC. $6,081.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC. $5,881.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC. $5,881.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC. $5,981.00 Build Options Page 460 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Enclosed Cargo Trailer - 7,000 Lb GVWR, 7' X16' Item: 445, United, U-716TA35-8.5, U-716TA35-8.5 Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $9,565.61 Build Options Northern Primary Federal Contracts Corp $9,565.61 Build Options Central Primary Federal Contracts Corp $9,565.61 Build Options Southern Primary Federal Contracts Corp $9,565.61 Build Options Page 461 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Enclosed Cargo Trailer - 7,000 Lb GVWR, 7' X16' Item: 446, Wells Cargo, HD Wagon, WHD716T2 Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $9,360.00 Build Options Northern Primary Texas Trailers Sales and Service $8,790.00 Build Options Central Primary Texas Trailers Sales and Service $8,990.00 Build Options Southern Primary Texas Trailers Sales and Service $9,390.00 Build Options Page 462 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Hydraulic Tail Trailer - 70,000 LB Item: 447, Felling Trailers, FT -70 -2 -PL -HT, FT -70 -2 -PL -HT Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $55,323.90 Build Options Northern Primary Federal Contracts Corp $55,323.90 Build Options Central Primary Federal Contracts Corp $55,323.90 Build Options Alternate Kelly Tractor Co $59,094.00 Build Options Southern Primary Kelly Tractor Co $59,094.00 Build Options Page 463 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Hydraulic Tail Trailer - 70,000 LB Item: 448, Globe Trailers, GTFH352-48-26, GTFH352-48-26 Zone Rank Vendor Price Build File Options File Western Primary Sun State International Trucks $68,505.00 Build Options Northern Primary Sun State International Trucks $68,505.00 Build Options Central Primary Sun State International Trucks $68,505.00 Build Options Southern Primary Sun State International Trucks $68,505.00 Build Options Page 464 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Hydraulic Tail Trailer - 70,000 LB Item: 449, Pitts, HD35, HD35 Zone Rank Vendor Price Build File Options File Western Primary DeLand Truck Center, Inc. $48,645.00 Build Options Northern Primary DeLand Truck Center, Inc. $49,245.00 Build Options Central Primary DeLand Truck Center, Inc. $49,645.00 Build Options Southern Primary DeLand Truck Center, Inc. $49,745.00 Build Options Page 465 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Hydraulic Tail Trailer - 70,000 LB Item: 450, Trail King, TK8OHT, TK8OHT Zone Rank Vendor Price Build File Options File Western Northern Primary Alta Construction Equipment Florida, LLC $77,000.00 Build Options Central Primary Alta Construction Equipment Florida, LLC $77,000.00 Build Options Southern Primary Alta Construction Equipment Florida, LLC $77,000.00 Build Options Page 466 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Hydraulic Tail Trailer - 70,000 LB Item: 451, Towmaster, T-70HT, T-70HT Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $69,807.00 Build Options Northern Primary Ring Power Corporation $69,807.00 Build Options Central Primary Ring Power Corporation $69,807.00 Build Options Southern Page 467 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Hydraulic Tail Trailer - 70,000 LB Item: 452, XL Specialized Trailers, XL 80PT, XL 80PT Zone Rank Vendor Price Build File Options File Western Northern Central Primary Kelly Tractor Co $74,150.00 Build Options Southern Primary Kelly Tractor Co $74,150.00 Build Options Page 468 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Pull Behind Dump Trailer - 14,000 LB GVWR Item: 453, SURE-TRAC, ST8214HLOD-B-140, ST8214HLOD-B-140 Zone Rank Vendor Price Build File Options File Western Primary RIDGE EQUIPMENT CO., INC. $7,163.00 Build Options Northern Primary RIDGE EQUIPMENT CO., INC. $6,963.00 Build Options Central Primary RIDGE EQUIPMENT CO., INC. $6,963.00 Build Options Southern Primary RIDGE EQUIPMENT CO., INC. $7,063.00 Build Options Page 469 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Pull Behind Dump Trailer - 14,000 LB GVWR Item: 454, Towmaster, T-12HD, T-12HD Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $15,895.00 Build Options Northern Primary Ring Power Corporation $15,895.00 Build Options Central Primary Ring Power Corporation $15,895.00 Build Options Southern Page 470 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Pull Behind Dump Trailer - 14,000 LB GVWR Item: 455, Big Tex, 14LP-14, 14LP-14 Zone Rank Vendor Price Build File Options File Western Primary Texas Trailers Sales and Service $7,855.00 Build Options Northern Primary Texas Trailers Sales and Service $7,330.00 Build Options Central Primary Texas Trailers Sales and Service $7,520.00 Build Options Southern Primary Texas Trailers Sales and Service $7,900.00 Build Options Page 471 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Pull Behind Dump Trailer - 14,000 LB GVWR Item: 456, Felling, FT -14 DT HD, FT -14 DT HD Zone Rank Vendor Price Build File Options File Western Primary Federal Contracts Corp $13,789.10 Build Options Northern Primary Federal Contracts Corp $13,789.10 Build Options Central Primary Kelly Tractor Co $13,643.00 Build Options Alternate Federal Contracts Corp $13,789.10 Build Options Southern Primary Kelly Tractor Co $13,643.00 Build Options Page 472 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Waste Trailer with Walking Floor - 48' Item: 458, Warren Equipment Inc., WMFT-AS, WMFT-AS-48102 Zone Rank Vendor Price Build File Options File Western Primary Warren Equipment Inc $71,000.00 Build Options Northern Primary Warren Equipment Inc $71,000.00 Build Options Central Primary Warren Equipment Inc $71,000.00 Build Options Southern Primary Warren Equipment Inc $71,000.00 Build Options Page 473 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Waste Trailer with Walking Floor - 48' Item: 459, East Manufacturing, Unloader Live Floor, 48FT Zone Rank Vendor Price Build File Options File Western Northern Central Primary Rechtien International Trucks, Inc. $73,900.00 Build Options Southern Primary Rechtien International Trucks, Inc. $73,900.00 Build Options Page 474 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Waste Trailer with Walking Floor - 48' Item: 460, Mac Trailer, TNSP48MF, TNSP48MF Zone Rank Vendor Price Build File Options File Western Primary Trucks & Parts of Tampa, LLC $78,180.00 Build Options Northern Primary Trucks & Parts of Tampa, LLC $78,180.00 Build Options Central Primary Trucks & Parts of Tampa, LLC $78,180.00 Build Options Southern Primary Trucks & Parts of Tampa, LLC $78,180.00 Build Options Page 475 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRAILER: Waste Trailer with Walking Floor - 48' Item: 461, Steco, AW048102, AW048102 Zone Rank Vendor Price Build File Options File Western Primary DeLand Truck Center, Inc. $86,250.00 Build Options Northern Primary DeLand Truck Center, Inc. $86,450.00 Build Options Central Primary DeLand Truck Center, Inc. $86,450.00 Build Options Southern Primary DeLand Truck Center, Inc. $86,450.00 Build Options Page 476 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRANSFER SWITCH: 600 Amp Automatic Transfer Switch Item: 463, ABB-Zenith, ZTG600, ZGOL3BX32-AXXXXXX Zone Rank Vendor Price Build File Options File Western Primary L.J. POWER, Inc. $5,000.00 Build Options Northern Primary L.J. POWER, Inc. $5,000.00 Build Options Central Primary L.J. POWER, Inc. $5,000.00 Build Options Southern Primary L.J. POWER, Inc. $5,000.00 Build Options Page 477 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRANSFER SWITCH: 600 Amp Automatic Transfer Switch Item: 464, ASCO, Series 300, Series 300 Zone Western Northern Central Southern Rank Vendor Price Build File Options File Primary ACF Standby Systems, LLC $3,900.00 Build Options Alternate Mid Florida Diesel, Inc $4,000.00 Build Options Alternate L.J. POWER, Inc. $4,100.00 Build Options Primary ACF Standby Systems, LLC $3,900.00 Build Options Alternate Mid Florida Diesel, Inc $4,000.00 Build Options Alternate L.J. POWER, Inc. $4,100.00 Build Options Primary ACF Standby Systems, LLC $3,900.00 Build Options Alternate Mid Florida Diesel, Inc $4,000.00 Build Options Alternate L.J. POWER, Inc. $4,100.00 Build Options Primary ACF Standby Systems, LLC $3,900.00 Build Options Alternate Mid Florida Diesel, Inc $4,000.00 Build Options Alternate L.J. POWER, Inc. $4,100.00 Build Options Page 478 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRANSFER SWITCH: 600 Amp Automatic Transfer Switch Item: 465, Caterpillar, CTG Series, CTG Series Zone Rank Vendor Price Build File Options File Western Primary Ring Power Corporation $5,406.00 Build Options Northern Primary Ring Power Corporation $5,406.00 Build Options Central Primary Ring Power Corporation $5,406.00 Build Options Southern Primary Pantropic Power $6,075.00 Build Options Page 479 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRANSFER SWITCH: 600 Amp Automatic Transfer Switch Item: 467, Generac, GTS/PSTS600, GTS/PSTS600 Zone Rank Vendor Price Build File Options File Western Primary ACF Standby Systems, LLC $5,800.00 Build Options Northern Primary ACF Standby Systems, LLC $5,800.00 Build Options Central Primary ACF Standby Systems, LLC $5,800.00 Build Options Southern Primary ACF Standby Systems, LLC $5,800.00 Build Options Alternate Genset Services, Inc. $6,480.00 Build Options Page 480 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRANSFER SWITCH: 600 Amp Automatic Transfer Switch Item: 468, Thomson, Auto Transfer Switch, TS 870 Zone Rank Vendor Price Build File Options File Western Primary Tradewinds Power Corp. $6,781.00 Build Options Northern Primary Tradewinds Power Corp. $6,781.00 Build Options Central Primary Tradewinds Power Corp. $6,781.00 Build Options Southern Primary Tradewinds Power Corp. $6,781.00 Build Options Page 481 of 596 FSA20-EQU18.0, Heavy Equipment Group: TRENCHER: Walk Behind Trencher Item: 469, Vermeer, RTX250, RTX250 Zone Rank Vendor Price Build File Options File Western Primary Vermeer Southeast Sales $18,018.00 Build Options Northern Primary Vermeer Southeast Sales $18,018.00 Build Options Central Primary Vermeer Southeast Sales $18,018.00 Build Options Southern Primary Vermeer Southeast Sales $18,018.00 Build Options Page 482 of 596 FSA20-EQU18.0, Heavy Equipment Group: UTILITY VEHICLE: Electric Utility Vehicle Item: 470, Club Car, Caryall 700, Caryall 700 Zone Rank Vendor Price Build File Options File Western Primary Club Car LLC $11,740.05 Build Options Alternate Jeffrey -Allen Inc. $13,014.46 Build Options Northern Primary Club Car LLC $11,740.05 Build Options Alternate Jeffrey -Allen Inc. $13,014.46 Build Options Central Primary Club Car LLC $11,740.05 Build Options Primary Jeffrey -Allen Inc. $11,740.05 Build Options Southern Primary Club Car LLC $11,740.05 Build Options Primary Jeffrey -Allen Inc. $11,740.05 Build Options Page 483 of 596 FSA20-EQU18.0, Heavy Equipment Group: UTILITY VEHICLE: Electric Utility Vehicle Item: 471, Columbia, Utilitruck, Utilitruck Zone Rank Vendor Price Build File Options File Western Primary Southern States ToyotaLift $14,395.00 Build Options Alternate Texas Trailers Sales and Service $14,465.00 Build Options Northern Primary Texas Trailers Sales and Service $13,940.00 Build Options Alternate Southern States ToyotaLift $14,395.00 Build Options Central Primary Texas Trailers Sales and Service $14,130.00 Build Options Alternate Southern States ToyotaLift $14,395.00 Build Options Southern Primary Southern States ToyotaLift $14,395.00 Build Options Alternate Texas Trailers Sales and Service $14,510.00 Build Options Page 484 of 596 FSA20-EQU18.0, Heavy Equipment Group: UTILITY VEHICLE: Electric Utility Vehicle Item: 472, Polaris, Ranger EV, R21MAAE4G8 Zone Rank Vendor Price Build File Options File Western Primary Ameri-Recreational Sports, LLC $10,922.00 Build Options Alternate McKibben Motorsports LP, Inc $11,056.00 Build Options Alternate McKibben Powersports, Inc $11,086.00 Build Options Northern Primary Ameri-Recreational Sports, LLC $10,722.00 Build Options Alternate McKibben Motorsports LP, Inc $10,796.00 Build Options Alternate McKibben Powersports, Inc $10,826.00 Build Options Central Primary Ameri-Recreational Sports, LLC $10,552.00 Build Options Alternate McKibben Motorsports LP, Inc $10,596.00 Build Options Alternate McKibben Powersports, Inc $10,626.00 Build Options Southern Primary Ameri-Recreational Sports, LLC $10,552.00 Build Options Alternate McKibben Motorsports LP, Inc $10,596.00 Build Options Alternate McKibben Powersports, Inc $10,626.00 Build Options Page 485 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT - Stationary - 2 Post Symmetric Stationary Vehicle Lift 12k Item: 473, Challenger, CL 12 -LC, CL 12 -LC Zone Rank Vendor Price Build File Options File Western Primary JOBBERS EQUIPMENT WAREHOUSE INC $7,195.00 Build Alternate Certified Lift Installation & Maintenance Corp $10,588.11 Build Options Northern Primary JOBBERS EQUIPMENT WAREHOUSE INC $7,195.00 Build Alternate Certified Lift Installation & Maintenance Corp $10,588.11 Build Options Central Primary JOBBERS EQUIPMENT WAREHOUSE INC $7,195.00 Build Alternate Certified Lift Installation & Maintenance Corp $10,588.11 Build Options Southern Primary JOBBERS EQUIPMENT WAREHOUSE INC $7,195.00 Build Alternate Certified Lift Installation & Maintenance Corp $10,588.11 Build Options Page 486 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 2 Column, Cabled Item: 475, ARI-Hetra, LP-10-2-AJ, LP-10-2-AJ Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc. $18,725.00 Build Options Northern Primary ARI Phoenix, Inc. $18,725.00 Build Options Central Primary ARI Phoenix, Inc. $18,725.00 Build Options Southern Primary ARI Phoenix, Inc. $18,725.00 Build Options Page 487 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 2 Column, Cabled Item: 478, Rotary Lift, MCHF219, MCHF219 Zone Rank Vendor Price Build File Options File Western Primary Vehicle Service Group, LLC. $21,394.80 Build Options Northern Primary Vehicle Service Group, LLC. $21,394.80 Build Options Central Primary Vehicle Service Group, LLC. $21,394.80 Build Options Southern Primary Vehicle Service Group, LLC. $21,394.80 Build Options Page 488 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 2 Column, Cabled Item: 479, Stertil Koni, ST1085-1, ST1085-1 Zone Rank Vendor Price Build File Options File Western Primary STERTIL-KONI USA INC. $17,143.00 Build Options Northern Primary STERTIL-KONI USA INC. $17,143.00 Build Options Central Primary STERTIL-KONI USA INC. $17,143.00 Build Options Southern Primary STERTIL-KONI USA INC. $17,143.00 Build Options Page 489 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 2 Column, Wireless Item: 480, ARI-Hetra, BPW-10-2-AJ, BPW-10-2-AJ Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc. $19,801.00 Build Options Northern Primary ARI Phoenix, Inc. $19,801.00 Build Options Central Primary ARI Phoenix, Inc. $19,801.00 Build Options Southern Primary ARI Phoenix, Inc. $19,801.00 Build Options Page 490 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 2 Column, Wireless Item: 481, Challenger, CLHM-190 - 2, CLHM-190-2 Zone Rank Vendor Price Build File Options File Western Primary Certified Lift Installation & Maintenance Corp $20,797.87 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $21,093.00 Build Options Northern Primary Certified Lift Installation & Maintenance Corp $20,797.87 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $21,093.00 Build Options Central Primary Certified Lift Installation & Maintenance Corp $20,797.87 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $21,093.00 Build Options Southern Primary Certified Lift Installation & Maintenance Corp $20,797.87 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $21,093.00 Build Options Page 491 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 2 Column, Wireless Item: 484, Rotary Lift, MCHF-219, MCHF-219 Zone Rank Vendor Price Build File Options File Western Primary Vehicle Service Group, LLC. $21,394.80 Build Options Northern Primary Vehicle Service Group, LLC. $21,394.80 Build Options Central Primary Vehicle Service Group, LLC. $21,394.80 Build Options Southern Primary Vehicle Service Group, LLC. $21,394.80 Build Options Page 492 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 2 Column, Wireless Item: 485, Stertil Koni, ST1085-1FRA, ST1085-1FRA Zone Rank Vendor Price Build File Options File Western Primary STERTIL-KONI USA INC. $24,221.00 Build Options Northern Primary STERTIL-KONI USA INC. $24,221.00 Build Options Central Primary STERTIL-KONI USA INC. $24,221.00 Build Options Southern Primary STERTIL-KONI USA INC. $24,221.00 Build Options Page 493 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 4 Column, Cabled Item: 486, ARI-Hetra, LP-10-4-AJ, LP-10-4-AJ Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc. $36,873.00 Build Options Northern Primary ARI Phoenix, Inc. $36,873.00 Build Options Central Primary ARI Phoenix, Inc. $36,873.00 Build Options Southern Primary ARI Phoenix, Inc. $36,873.00 Build Options Page 494 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 4 Column, Cabled Item: 489, Rotary Lift, MCH418, MCH418 Zone Rank Vendor Price Build File Options File Western Primary Vehicle Service Group, LLC. $36,251.60 Build Options Northern Primary Vehicle Service Group, LLC. $36,261.60 Build Options Central Primary Vehicle Service Group, LLC. $36,261.60 Build Options Southern Primary Vehicle Service Group, LLC. $36,261.60 Build Options Page 495 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 4 Column, Cabled Item: 490, Stertil Koni, ST1085-2FSA, ST1085-2FSA Zone Rank Vendor Price Build File Options File Western Primary STERTIL-KONI USA INC. $33,316.00 Build Options Northern Primary STERTIL-KONI USA INC. $33,316.00 Build Options Central Primary STERTIL-KONI USA INC. $33,316.00 Build Options Southern Primary STERTIL-KONI USA INC. $33,316.00 Build Options Page 496 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 4 Column, Wireless Item: 491, ARI-Hetra, BPW-10-4-AJ, BPW-10-4-AJ Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc. $40,049.00 Build Options Northern Primary ARI Phoenix, Inc. $40,049.00 Build Options Central Primary ARI Phoenix, Inc. $40,049.00 Build Options Southern Primary ARI Phoenix, Inc. $40,049.00 Build Options Page 497 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 4 Column, Wireless Item: 495, Stertil Koni, ST1085-2FRA, ST1085-2FRA Zone Rank Vendor Price Build File Options File Western Primary STERTIL-KONI USA INC. $48,443.00 Build Options Northern Primary STERTIL-KONI USA INC. $48,443.00 Build Options Central Primary STERTIL-KONI USA INC. $48,443.00 Build Options Southern Primary STERTIL-KONI USA INC. $48,443.00 Build Options Page 498 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 4 Column, Wireless Item: 516, Challenger, CLHM-190 -4, CLHM-190-4 Zone Rank Vendor Price Build File Options File Western Primary Certified Lift Installation & Maintenance Corp $40,390.07 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $40,963.00 Build Options Northern Primary Certified Lift Installation & Maintenance Corp $40,390.07 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $40,963.00 Build Options Central Primary Certified Lift Installation & Maintenance Corp $40,390.07 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $40,963.00 Build Options Southern Primary Certified Lift Installation & Maintenance Corp $40,390.07 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $40,963.00 Build Options Page 499 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 6 Column, Cabled Item: 496, ARI-Hetra, LP-10-6-AJ, LP-10-6-AJ Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc. $55,020.00 Build Options Northern Primary ARI Phoenix, Inc. $55,020.00 Build Options Central Primary ARI Phoenix, Inc. $55,020.00 Build Options Southern Primary ARI Phoenix, Inc. $55,020.00 Build Options Page 500 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 6 Column, Cabled Item: 499, Rotary Lift, MCH618, MCH618 Zone Rank Vendor Price Build File Options File Western Primary Vehicle Service Group, LLC. $54,377.12 Build Options Northern Primary Vehicle Service Group, LLC. $54,377.12 Build Options Central Primary Vehicle Service Group, LLC. $54,377.12 Build Options Southern Primary Vehicle Service Group, LLC. $54,377.12 Build Options Page 501 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 6 Column, Cabled Item: 500, Stertil Koni, ST1085-3FSA, ST1085-3FSA Zone Rank Vendor Price Build File Options File Western Primary STERTIL-KONI USA INC. $49,487.00 Build Options Northern Primary STERTIL-KONI USA INC. $49,487.00 Build Options Central Primary STERTIL-KONI USA INC. $49,487.00 Build Options Southern Primary STERTIL-KONI USA INC. $49,487.00 Build Options Page 502 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 6 Column, Wireless Item: 501, ARI-Hetra, BPW-10-6-AJ, BPW-10-6-AJ Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc. $60,078.00 Build Options Northern Primary ARI Phoenix, Inc. $60,078.00 Build Options Central Primary ARI Phoenix, Inc. $60,078.00 Build Options Southern Primary ARI Phoenix, Inc. $60,078.00 Build Options Page 503 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 6 Column, Wireless Item: 504, Rotary Lift, MCHF619, MCHF619 Zone Rank Vendor Price Build File Western Primary Vehicle Service Group, LLC. $62,823.04 Build Northern Primary Vehicle Service Group, LLC. $62,823.04 Build Central Primary Vehicle Service Group, LLC. $62,823.04 Build Southern Primary Vehicle Service Group, LLC. $62,823.04 Build Options File Page 504 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 6 Column, Wireless Item: 505, Stertil Koni, ST1085-3FRA, ST1085-3FRA Zone Rank Vendor Price Build File Options File Western Primary STERTIL-KONI USA INC. $72,664.00 Build Options Northern Primary STERTIL-KONI USA INC. $72,664.00 Build Options Central Primary STERTIL-KONI USA INC. $72,664.00 Build Options Southern Primary STERTIL-KONI USA INC. $72,664.00 Build Options Page 505 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 6 Column, Wireless Item: 517, Challenger, CLHM-190 -6, CLHM-190-6 Zone Rank Vendor Price Build File Options File Western Primary Certified Lift Installation & Maintenance Corp $61,187.94 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $62,055.00 Build Options Northern Primary Certified Lift Installation & Maintenance Corp $61,187.94 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $62,055.00 Build Options Central Primary Certified Lift Installation & Maintenance Corp $61,187.94 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $62,055.00 Build Options Southern Primary Certified Lift Installation & Maintenance Corp $61,187.94 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $62,055.00 Build Options Page 506 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 8 Column, Cabled Item: 510, Stertil Koni, ST1085-4FSA, ST1085-4FSA Zone Rank Vendor Price Build File Options File Western Primary STERTIL-KONI USA INC. $66,633.00 Build Options Northern Primary STERTIL-KONI USA INC. $66,633.00 Build Options Central Primary STERTIL-KONI USA INC. $66,633.00 Build Options Southern Primary STERTIL-KONI USA INC. $66,633.00 Build Options Page 507 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 8 Column, Wireless Item: 511, ARI-Hetra, BPW-10-8-AJ, BPW-10-8-AJ Zone Rank Vendor Price Build File Options File Western Primary ARI Phoenix, Inc. $80,098.00 Build Options Northern Primary ARI Phoenix, Inc. $80,098.00 Build Options Central Primary ARI Phoenix, Inc. $80,098.00 Build Options Southern Primary ARI Phoenix, Inc. $80,098.00 Build Options Page 508 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 8 Column, Wireless Item: 514, Rotary Lift, MCHF819, MCHF819 Zone Rank Vendor Price Build File Western Primary Vehicle Service Group, LLC. $83,764.24 Build Northern Primary Vehicle Service Group, LLC. $83,764.24 Build Central Primary Vehicle Service Group, LLC. $83,764.20 Build Southern Primary Vehicle Service Group, LLC. $83,764.20 Build Options File Page 509 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 8 Column, Wireless Item: 515, Stertil Koni, ST1085-4FRA, ST1085-4FRA Zone Rank Vendor Price Build File Options File Western Primary STERTIL-KONI USA INC. $96,886.00 Build Options Northern Primary STERTIL-KONI USA INC. $96,886.00 Build Options Central Primary STERTIL-KONI USA INC. $96,886.00 Build Options Southern Primary STERTIL-KONI USA INC. $96,886.00 Build Options Page 510 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Mobile - 8 Column, Wireless Item: 518, Challenger, CLHM-190 -8, CLHM-190-8 Zone Rank Vendor Price Build File Options File Western Primary Certified Lift Installation & Maintenance Corp $80,780.14 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $81,926.00 Build Options Northern Primary Certified Lift Installation & Maintenance Corp $80,780.14 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $81,926.00 Build Options Central Primary Certified Lift Installation & Maintenance Corp $80,780.14 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $81,926.00 Build Options Southern Primary Certified Lift Installation & Maintenance Corp $80,780.14 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $81,926.00 Build Options Page 511 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Stationary - 2 Post Asymmetric Stationary Vehicle Lift 10k Item: 521, Rotary Lift, SPOA10, SPOA10 Zone Rank Vendor Price Build File Options File Western Primary Vehicle Service Group, LLC. $4,570.02 Build Northern Primary Vehicle Service Group, LLC. $4,570.02 Build Central Primary Vehicle Service Group, LLC. $4,570.02 Build Southern Primary Vehicle Service Group, LLC. $4,570.02 Build Page 512 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Stationary - 2 Post Symmetric Stationary Vehicle Lift 12k Item: 523, Rotary Lift, SPO12-TA, SPO12-TA Zone Rank Vendor Price Build File Options File Western Primary Vehicle Service Group, LLC. $6,867.12 Build Northern Primary Vehicle Service Group, LLC. $6,867.12 Build Central Primary Vehicle Service Group, LLC. $6,867.12 Build Southern Primary Vehicle Service Group, LLC. $6,867.12 Build Page 513 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Stationary - 2 Post Symmetric Stationary Vehicle Lift 15k Item: 524, Challenger, 15000-3S, 15000-3S Zone Rank Vendor Price Build File Options File Western Primary JOBBERS EQUIPMENT WAREHOUSE INC $13,011.00 Build Alternate Certified Lift Installation & Maintenance Corp $13,020.94 Build Options Northern Primary JOBBERS EQUIPMENT WAREHOUSE INC $13,011.00 Build Alternate Certified Lift Installation & Maintenance Corp $13,020.94 Build Options Central Primary JOBBERS EQUIPMENT WAREHOUSE INC $13,011.00 Build Alternate Certified Lift Installation & Maintenance Corp $13,020.94 Build Options Southern Primary JOBBERS EQUIPMENT WAREHOUSE INC $13,011.00 Build Alternate Certified Lift Installation & Maintenance Corp $13,020.94 Build Options Page 514 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Stationary - 2 Post Symmetric Stationary Vehicle Lift 15k Item: 527, Rotary Lift, SPO16, SPO16 Zone Rank Vendor Price Build File Western Primary Vehicle Service Group, LLC. $14,273.02 Build Northern Primary Vehicle Service Group, LLC. $14,273.02 Build Central Primary Vehicle Service Group, LLC. $14,273.02 Build Southern Primary Vehicle Service Group, LLC. $14,273.02 Build Options File Page 515 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Stationary - 2 Post Symmetric Stationary Vehicle Lift 18k Item: 528, Challenger, 18000, 18000 Zone Rank Vendor Price Build File Options File Western Primary JOBBERS EQUIPMENT WAREHOUSE INC $15,059.00 Build Alternate Certified Lift Installation & Maintenance Corp $26,205.47 Build Options Northern Primary JOBBERS EQUIPMENT WAREHOUSE INC $15,059.00 Build Alternate Certified Lift Installation & Maintenance Corp $26,205.47 Build Options Central Primary JOBBERS EQUIPMENT WAREHOUSE INC $15,059.00 Build Alternate Certified Lift Installation & Maintenance Corp $26,205.47 Build Options Southern Primary JOBBERS EQUIPMENT WAREHOUSE INC $15,059.00 Build Alternate Certified Lift Installation & Maintenance Corp $26,205.47 Build Options Page 516 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Stationary - 2 Post Symmetric Stationary Vehicle Lift 18k Item: 531, Rotary Lift, SPO20, SPO20 Zone Rank Vendor Price Build File Western Primary Vehicle Service Group, LLC. $19,360.12 Build Northern Primary Vehicle Service Group, LLC. $19,360.12 Build Central Primary Vehicle Service Group, LLC. $19,360.12 Build Southern Primary Vehicle Service Group, LLC. $19,360.12 Build Options File Page 517 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Stationary - 2 post Versymmetric Stationary Vehicle Lift 10k Item: 532, Challenger, CL10V3, CL10V3 Zone Rank Vendor Price Build File Options File Western Primary JOBBERS EQUIPMENT WAREHOUSE INC $4,645.00 Build Options Alternate Certified Lift Installation & Maintenance Corp $4,646.42 Build Options Northern Primary JOBBERS EQUIPMENT WAREHOUSE INC $4,645.00 Build Options Alternate Certified Lift Installation & Maintenance Corp $4,646.42 Build Options Central Primary JOBBERS EQUIPMENT WAREHOUSE INC $4,645.00 Build Options Alternate Certified Lift Installation & Maintenance Corp $4,646.42 Build Options Southern Primary JOBBERS EQUIPMENT WAREHOUSE INC $4,645.00 Build Options Alternate Certified Lift Installation & Maintenance Corp $4,646.42 Build Options Page 518 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Stationary - 4 Column, Alignment Lift with Front/Rear Jacks and Integrated Turntables and Slip Plates 14K Item: 534, Challenger, AR4115XAO, AR4115XAO Zone Rank Vendor Price Build File Options File Western Primary Certified Lift Installation & Maintenance Corp $20,045.17 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $22,033.00 Build Northern Primary Certified Lift Installation & Maintenance Corp $20,045.17 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $22,033.00 Build Central Primary Certified Lift Installation & Maintenance Corp $20,045.17 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $22,033.00 Build Southern Primary Certified Lift Installation & Maintenance Corp $20,045.17 Build Options Alternate JOBBERS EQUIPMENT WAREHOUSE INC $22,033.00 Build Page 519 of 596 FSA20-EQU18.0, Heavy Equipment Group: VEHICLE LIFT: Stationary - 4 Column, Alignment Lift with Front/Rear Jacks and Integrated Turntables and Slip Plates 14K Item: 536, Rotary Lift, Alignment Package, SM18 Zone Rank Vendor Price Build File Options File Western Primary Vehicle Service Group, LLC. $8,873.44 Build Northern Primary Vehicle Service Group, LLC. $8,873.44 Build Central Primary Vehicle Service Group, LLC. $8,873.44 Build Southern Primary Vehicle Service Group, LLC. $8,873.44 Build Page 520 of 596 CITY OF CRESTVIEW Item # 7.1. Staff Report CITY COUNCIL MEETING DATE: June 27, 2022 TYPE OF AGENDA ITEM: 2nd Reading TO: Mayor and City Council CC: City Manager, City Clerk, Staff and Attorney FROM: Barry Henderson, Development Services Director, Nicholas Schwendt, Gis DATE: 6/16/2022 SUBJECT: Ordinance 1875 - John King Road Annexation BACKGROUND: On April 27, 2022, staff received an application to annex and to amend the comprehensive plan and zoning designations for property located on John King Road. The subject property is currently located within unincorporated Okaloosa County with a future land use and zoning designation of Mixed Use. The Planning and Development Board recommended approval on June 6, 2022, and the first reading was approved by the City Council on June 13, 2022. DISCUSSION: The property description is as follows: Property Owner: Grandeur Hospitality Investments LLC 2652 Brodie Lane Crestview, FL 32536 Parcel ID: 32-3N-23-0000-0016-0000 Site Size: 0.94 acre Current FLU: Okaloosa County Mixed Use Current Zoning: Okaloosa County Mixed Use Current Land Use: Vacant The following table provides the surrounding land use designations, zoning districts, and existing uses. Direction FLU Zoning Existing Use North Commercial (C) Commercial High -Intensity District (C-2) Vacant East Commercial (C) Commercial High -Intensity District (C-2) Vacant South Commercial (C) Commercial High -Intensity District (C-2) Commercial West Commercial (C) Commercial High -Intensity District (C-2) Commercial Page 521 of 596 The subject property is currently vacant, and a development application has not been submitted. Based on the requested land -use and zoning designations, the property could be developed for commercial use. Staff has reviewed the application based on the criteria detailed in Florida statute 171.043 for annexations and finds the following: - The property is contiguous to the city limits; The property is comprised of one (1) lot in unincorporated Okaloosa County, and is therefore considered compact; - The annexation of the property would not create an enclave The subject property is not included in the boundary of another municipality; and, - The subject property meets the definition of urban purposes. Courtesy notices were mailed to property owners within 300 feet of the subject property on May 16, 2022. A letter was sent via certified mail to the Okaloosa Board of County Commissioners on May 19, 2022. The property was posted on May 24, 2022. An advertisement ran in the Crestview News Bulletin on May 26 and June 2, 2022. GOALS & OBJECTIVES This item is consistent with the goals in A New View Strategic Plan 2020 as follows. Foundational — these are the four areas of focus that make up the necessary foundation of a successful local government. Financial Sustainability — Achieve long term financial sustainability. Organizational Capacity, Effectiveness & Efficiency — To efficiently & effectively provide the highest quality of public services. Quality of Life — these six areas focus on the overall experience when provided by the city. Community Character — Promote desirable growth with a hometown atmosphere. Opportunity — Promote an environment that encourages economic and educational opportunity. Community Culture — Develop a specific identity for Crestview. FINANCIAL IMPACT The fees for annexation have been waived for this application as it was received during the moratorium on annexation fees. The cost of advertising was $544.50. The successful annexation of this property will have positive future impacts, including ad valorem revenue based on future taxable assessed value, development and building permit fees, and utility usage fees. RECOMMENDED ACTION Staff respectfully requests adoption of Ordinance 1875 on second reading. Attachments 1. Exhibit Packet Page 522 of 596 ORDINANCE: 1875 AN ORDINANCE ANNEXING TO THE CITY OF CRESTVIEW, FLORIDA, ± 0.94 ACRES OF CONTIGUOUS LANDS LOCATED IN SECTION 32, TOWNSHIP 3 NORTH, RANGE 23 WEST, AND BEING DESCRIBED AS SET FORTH HEREIN; PROVIDING FOR AUTHORITY; PROVIDING FOR LAND DESCRIPTION; PROVIDING FOR BOUNDARY; PROVIDING FOR LAND USE AND ZONING DESIGNATION; PROVIDING FOR AMENDMENT TO THE BASE, LAND USE AND ZONING MAPS; PROVIDING FOR A COMPREHENSIVE PLAN AMENDMENT; PROVIDING FOR FILING WITH THE CLERK OF CIRCUIT COURT OF OKALOOSA COUNTY, THE CHIEF ADMINISTRATIVE OFFICER OF OKALOOSA COUNTY AND THE FLORIDA DEPARTMENT OF STATE; PROVIDING FOR SEVERABILITY; PROVIDING FOR SCRIVENER'S ERRORS; PROVIDING FOR LIBERAL INTERPRETATION; PROVIDING FOR REPEAL OF CONFLICTING CODES AND ORDINANCES; AND PROVIDING FOR AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF CRESTVIEW, FLORIDA AS FOLLOWS: SECTION 1— AUTHORITY. The authority for enactment of this ordinance is Chapter 171, Florida Statutes, and Section 2 of the City Charter. SECTION 2 — LAND DESCRIPTION. The following described unincorporated area contiguous to the City of Crestview, Florida, is hereby annexed to the City: PIN # 32-3N-23-0000-0016-0000 (Deed recorded in Book 3618, page 4054, dated April 27, 2022) Begin at the Northwest corner of Northwest Quarter of Northeast Quarter of Section 32, Township 3 North, Range 23 West, thence North 87° 40' East 376.72 feet along Section line for Point of Beginning, thence North 87° 40' East 106.72 feet along section line, thence South 17° 04' East 302.64 feet to the Northwest right of way of dedicated road; thence South 57° 40' 05" West 165.6 feet along said road, thence Northwesterly to the Point of Beginning. SECTION 3 — BOUNDARY. The existing boundary line of the City of Crestview, Florida, is modified to include the herein referenced tract of land and the base, zoning and land use maps shall be updated to reflect these changes pursuant to law. SECTION 4 — LAND USE AND ZONING. Pursuant to general law, the property hereby annexed was subject to Okaloosa County land development, land use plan, and zoning or subdivision regulations, which shall remain in full force and effect until rezoning and land use changes are finalized by the City in compliance with the Comprehensive Plan. SECTION 5 — COMPREHENSIVE PLAN UPDATE. Pursuant to Chapter 163.011, et seq. petitioner for annexation shall apply through the City for a Comprehensive Plan change which will designate the future land use category for the parcel, with a zoning designation to be assigned and run concurrent with the approval and adoption of the Comprehensive Plan amendment by the proper authorities. SECTION 6 — MAP UPDATE. The Base, Zoning and Future Land Use Maps shall be updated at the earliest possible date. Page 523 of 596 SECTION 7 — FILING. Upon passage, the City Clerk is directed to file a copy of this ordinance with the Clerk of Circuit Court of Okaloosa County and with the Florida Department of the State. SECTION 8 — SEVERABILITY. If any word, phrase, sentence, paragraph or provision of this ordinance or the application thereof to any person or circumstance is held invalid or unconstitutional, such finding shall not affect the other provisions or applications of this ordinance which can be given effect without the invalid or unconstitutional provision or application, and to this end the provisions of this ordinance are declared severable. SECTION 9 — SCRIVENER'S ERRORS. The correction of typographical errors which do not affect the intent of this Ordinance may be authorized by the City Manager or the City Manager's designee, without public hearing, by filing a corrected or re -codified copy with the City Clerk. SECTION 10 — ORDINANCE TO BE LIBERALLY CONSTRUED. This Ordinance shall be liberally construed in order to effectively carry out the purposes hereof which are deemed not to adversely affect public health, safety, or welfare. SECTION 11 — REPEAL OF CONFLICTING CODES, ORDINANCES, AND RESOLUTIONS. All Charter provisions, codes, ordinances and resolutions or parts of charter provisions, codes, ordinances and resolutions or portions thereof of the City of Crestview, in conflict with the provisions of this Ordinance are hereby repealed to the extent of such conflict. SECTION 12 — EFFECTIVE DATE. This ordinance shall take effect immediately upon its adoption. Passed and adopted on second reading by the City Council of Crestview, Florida on the 27th day of June, 2022. ATTEST: Maryanne Schrader City Clerk Approved by me this 27th day of June, 2022. J. B. Whitten Mayor Page 524 of 596 v SOUTHCREST DR a o 0 10 Page 525 of 596 flJ / Vicinity Map N A Not to Scale 1-10 110 ___-----\, Subject Parcel(s) o J m !O IW ',;'•-, II 0 I G] Z 0 CI AWL \ PREPARED BY CITY OF CRESTVIEW P J•ADAMS'PKWY COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET -1 1 D-wnr, I ')C. ,-f RO Existing Use N A 0 100 200 Feet Legend MM Subject Parcel City Limits Existing Use A iM Clubs/Lodges Community Hotels and Light Manufacturing Private School Restaurant Single Family Stores Supermarket Vacant Vacant Commercial Vacant/Commercial Vehicle Sale PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET ' NI Current Future Land Use N 0 100 200 Feet Legend Subject Parcel = City Limits �C,�� \\431111111 City Future Land Use 0 Commercial (C) Industrial (IN) o Mixed Use (MU) m Conservation (CON) z o Public Lands (PL) Li_N Residential (R) 1110111PPI m¢ County Future Land Use Mixed Use (MU) Z CD CD CD o lipt' II PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET D-wnr, I `)Q .,f RO Current Zoning N A 0 100 200 Feet Legend Subject Parcel Q City Limits City Zoning Single Family Estate Dwelling District (R- 1 E) Single Family Low Density District (R-1) Single Family Medium Density District (R- 2) Single and Multi -Family Dwelling District (R-3) Mixed Use (MU) Commercial (C-1) Commercial (C-2) Industrial (IN) Public Lands (P) Conservation (E) County Zoning Mixed Use (MU) PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET Paae 529 of 596 SO° ��s\NI all6 � 1 j Proposed Future Land Use N 0 100 200 Feet Legend , Subject Parcel ME City Limits ���\�G�O City Future Land Use Commercial (C) o Industrial (IN) m z Mixed Use (MU) 0 l o Conservation (CON) Li_N IFIlir Public Lands (PL) Residential (R) ce ca ci itI I County Future Land Use Q 1— 1= Mixed Use (MU) o I IlleAill gl WilliliF 11111.111 PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET D-wnr, i;'2(1 ,,f RO Proposed Zoning N A 0 100 200 Feet Legend Subject Parcel =City Limits City Zoning Single Family Estate Dwelling District (R -1E) Single Family Low Density District (R-1) Single Family Medium Density District (R-2) Single and Multi -Family Dwelling District (R-3) Mixed Use (MU) Commercial (C-1) Commercial (C-2) Industrial (IN) Public Lands (P) Conservation (E) County Zoning Mixed Use (MU) PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET Pa 531 of 596 CITY OF CRESTVIEW Item # 7.2. Staff Report CITY COUNCIL MEETING DATE: June 27, 2022 TYPE OF AGENDA ITEM: Second reading TO: CC: FROM: DATE: SUBJECT: Mayor and City Council City Manager, City Clerk, Staff and Attorney Barry Henderson, Development Services Director, Nicholas Schwendt, Gis 6/16/2022 Ordinance 1876 - John King Road Comprehensive Plan Amendment BACKGROUND: On April 27, 2022, staff received an application to annex and to amend the comprehensive plan and zoning designations for property located on John King Road. The subject property is currently located within unincorporated Okaloosa County with a future land use and zoning designation of Mixed Use. The application requests the Commercial (C) future land use designation for the property. The Planning and Development Board recommended approval of the request on June 6, 2022, and the first reading was approved by the City Council on June 13, 2022. DISCUSSION: The property description is as follows: Property Owner: Parcel ID: Site Size: Current FLU: Current Zoning: Current Land Use: Grandeur Hospitality Investments LLC 2652 Brodie Lane Crestview, FL 32536 32-3N-23-0000-0016-0000 0.94 acre Okaloosa County Mixed Use Okaloosa County Mixed Use Vacant The following table provides the surrounding land use designations, zoning districts, and existing uses. Direction FLU Zoning Existing Use North Commercial (C) Commercial High -Intensity District (C-2) Vacant East Commercial (C) Commercial High -Intensity District (C-2) Vacant South Commercial (C) Commercial High -Intensity District (C-2) Commercial West Commercial (C) Commercial High -Intensity District (C-2) Commercial Page 532 of 596 The subject property is currently vacant, and a development application has not been submitted. Based on the requested land -use and zoning designations, the property could be developed for commercial use. Staff reviewed the request for a comprehensive plan amendment and finds the following: - The proposed future land use map designation is compatible with the surrounding area. _ The proposed future land use map designation is consistent with the city's comprehensive plan and land development code. _ The process for adoption of the future land use map amendment follows all requirements of Florida statute sections 163.3184 (3) and (5). The proposed amendment does not involve a text change to goals, policies, and objectives of the - comprehensive plan. It only proposes a land use change to the future land use map for a site -specific small-scale development. - The subject property is not located within an area of critical state concern. Courtesy notices were mailed to property owners within 300 feet of the subject property on May 16, 2022. The property was posted on May 24, 2022. An advertisement ran in the Crestview News Bulletin on May 26 and June 2, 2022. GOALS & OBJECTIVES This item is consistent with the goals in A New View Strategic Plan 2020 as follows. Foundational — these are the four areas of focus that make up the necessary foundation of a successful local government. Financial Sustainability — Achieve long term financial sustainability. Organizational Capacity, Effectiveness & Efficiency — To efficiently & effectively provide the highest quality of public services. Quality of Life — these six areas focus on the overall experience when provided by the city. Community Character — Promote desirable growth with a hometown atmosphere. Opportunity — Promote an environment that encourages economic and educational opportunity. Community Culture — Develop a specific identity for Crestview. FINANCIAL IMPACT The fees for the comprehensive plan amendment have been waived for this application as it was received during the moratorium on annexation fees. There is no additional cost of advertising as the comprehensive plan amendment request was included in the advertisement for annexation. RECOMMENDED ACTION Staff respectfully requests adoption of Ordinance 1876 on second reading. Attachments 1. Exhibit Packet Page 533 of 596 ORDINANCE: 1876 AN ORDINANCE OF THE CITY OF CRESTVIEW, FLORIDA, AMENDING ITS ADOPTED COMPREHENSIVE PLAN; PROVIDING FOR AUTHORITY; PROVIDING FOR FINDINGS OF FACT; PROVIDING FOR PURPOSE; PROVIDING FOR CHANGING THE FUTURE LAND USE DESIGNATION FROM OKALOOSA COUNTY MIXED USE TO COMMERCIAL (C) ON APPROXIMATELY 0.94 ACRES, MORE OR LESS, IN SECTION 32, TOWNSHIP 3 NORTH, RANGE 23 WEST; PROVIDING FOR FUTURE LAND USE MAP AMENDMENT; PROVIDING FOR SEVERABILITY; PROVIDING FOR SCRIVENER'S ERRORS; PROVIDING FOR LIBERAL INTERPRETATION; PROVIDING FOR REPEAL OF CONFLICTING CODES AND ORDINANCES; AND PROVIDING FOR AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF CRESTVIEW, FLORIDA, AS FOLLOWS: SECTION 1 — AUTHORITY. The authority for enactment of this Ordinance is Section 2 of the City Charter, §163.3187 F.S., §166.021 F.S., §166.041 F.S. and the adopted Comprehensive Plan. SECTION 2 — FINDINGS OF FACT. The City Council of the City of Crestview finds the following: A. This amendment will promote compact, orderly development and discourage urban sprawl; and B. A public hearing has been conducted after "due public notice" by the Crestview Planning Board sitting as the Local Planning Agency with its recommendations reported to the City Council; and C. A public hearing has been conducted by the City Council after "due public notice"; and D. This amendment involves changing the future land use designation from Okaloosa County Mixed Use to Commercial (C) on a parcel of land containing 0.94 acres, more or less, lying within the corporate limits of the City; and E. This amendment is consistent with the adopted Comprehensive Plan and is in the best interests of the City and its citizens. SECTION 3 — PURPOSE. The purpose of this Ordinance is to adopt an amendment to the "City of Crestview Comprehensive Plan: 2020." The amendment is described in Section 4 below. SECTION 4 — FUTURE LAND USE MAP AMENDMENT. The Future Land Use Map is amended by changing the future land use category of a parcel containing approximately 0.94 acres of land, more or less, from Okaloosa County Mixed Use to Commercial (C). For the purposes of this Ordinance and Comprehensive Plan Amendment, the 0.94 acres, more or less, is known as Parcel 32-3N-23-0000-0016-0000 and commonly described as: Begin at the Northwest corner of Northwest Quarter of Northeast Quarter of Section 32, Township 3 North, Range 23 West, thence North 87° 40' East 376.72 feet along Section line for Point of Beginning, thence North 87° 40' East 106.72 feet along section line, thence South 17° 04' East 302.64 feet to the Northwest right of way of dedicated road; thence South 57° 40' 05" West 165.6 feet along said road, thence Northwesterly to the Point of Beginning. Page 534 of 596 The Commercial (C) Future Land Use Category is hereby imposed on Parcel 32-3N-23-0000-0016-0000. Exhibit A, which is attached hereto and made a part hereof by reference, graphically depicts the revisions to the Future Land Use Map and shows Parcel 32-3N-23-0000-0016-0000 thereon. SECTION 5 — SEVERABILITY. If any word, phrase, sentence, paragraph or provision of this ordinance or the application thereof to any person or circumstance is held invalid or unconstitutional, such finding shall not affect the other provisions or applications of this ordinance which can be given effect without the invalid or unconstitutional provision or application, and to this end the provisions of this ordinance are declared severable. SECTION 6 — SCRIVENER'S ERRORS. The correction of typographical errors which do not affect the intent of this Ordinance may be authorized by the City Manager or the City Manager's designee, without public hearing, by filing a corrected or re -codified copy with the City Clerk. SECTION 7 — ORDINANCE TO BE LIBERALLY CONSTRUED. This Ordinance shall be liberally construed in order to effectively carry out the purposes hereof which are deemed not to adversely affect public health, safety, or welfare. SECTION 8 — REPEAL OF CONFLICTING CODES, ORDINANCES, AND RESOLUTIONS. All Charter provisions, codes, ordinances and resolutions or parts of charter provisions, codes, ordinances and resolutions or portions thereof of the City of Crestview, in conflict with the provisions of this Ordinance are hereby repealed to the extent of such conflict. SECTION 9 — EFFECTIVE DATE. The effective date of this plan amendment and ordinance shall be thirty- one (31) days after adoption on second reading by the City Council, unless the amendment is challenged pursuant to § 163.3187, F.S. If challenged, the effective date shall be the date a Final Order is issued by the State Land Planning Agency or the Administration Commission finding the amendment in compliance with §163.3184, F.S. Passed and adopted on second reading by the City Council of Crestview, Florida on the 27th day of June, 2022. ATTEST: Maryanne Schrader City Clerk Approved by me this 27th day of June, 2022. J. B. Whitten Mayor Page 535 of 596 969;0 9£9 a6ed Adopted Future Land Use 1 ' ��R`S\DR N 0 100 200 Feet c, 'O 0 0 Legend Subject Parcel Q City Limits City Future Land Use Commercial (C) m a o n cr Ln 4 J Industrial (IN) Mixed Use (M Conservation (CON) Public Lands (PL) Residential (R) County Future Land Use o Mixed Use (MU) in PREPARED BY CITY OF CRESTVI EW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U .S. SURVEY FEET flJ / Vicinity Map N A Not to Scale 1-10 110 ___-----\, Subject Parcel(s) o J m !O IW ',;'•-, II 0 I G] Z 0 CI AWL \ PREPARED BY CITY OF CRESTVIEW P J•ADAMS'PKWY COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET -1 1 D-wnr, r-.'27 ,-f RO Existing Use N A 0 100 200 Feet Legend MM Subject Parcel City Limits Existing Use A iM Clubs/Lodges Community Hotels and Light Manufacturing Private School Restaurant Single Family Stores Supermarket Vacant Vacant Commercial Vacant/Commercial Vehicle Sale PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET ' NI Current Future Land Use N 0 100 200 Feet Legend Subject Parcel = City Limits �C,�� \\431111111 City Future Land Use 0 Commercial (C) Industrial (IN) o Mixed Use (MU) m Conservation (CON) z o Public Lands (PL) Li_N Residential (R) 1110111PPI m¢ County Future Land Use Mixed Use (MU) Z CD CD CD o lipt' II PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET D-wnr, r -.'2Q .,f RO Current Zoning N A 0 100 200 Feet Legend Subject Parcel Q City Limits City Zoning Single Family Estate Dwelling District (R- 1 E) Single Family Low Density District (R-1) Single Family Medium Density District (R- 2) Single and Multi -Family Dwelling District (R-3) Mixed Use (MU) Commercial (C-1) Commercial (C-2) Industrial (IN) Public Lands (P) Conservation (E) County Zoning Mixed Use (MU) PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET Paae 5/10 of 596 SO° ��s\NI all6 � 1 j Proposed Future Land Use N 0 100 200 Feet Legend , Subject Parcel ME City Limits ���\�G�O City Future Land Use Commercial (C) o Industrial (IN) m z Mixed Use (MU) 0 l o Conservation (CON) Li_N IFIlir Public Lands (PL) Residential (R) ce ca ci itI I County Future Land Use Q 1— 1= Mixed Use (MU) o I IlleAill gl WilliliF 11111.111 PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET D-wnr, I A 1 ,,f RO Proposed Zoning N A 0 100 200 Feet Legend Subject Parcel =City Limits City Zoning Single Family Estate Dwelling District (R -1E) Single Family Low Density District (R-1) Single Family Medium Density District (R-2) Single and Multi -Family Dwelling District (R-3) Mixed Use (MU) Commercial (C-1) Commercial (C-2) Industrial (IN) Public Lands (P) Conservation (E) County Zoning Mixed Use (MU) PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET Paae 5/12 of 596 CITY OF CRESTVIEW Item # 7.3. Staff Report CITY COUNCIL MEETING DATE: June 27, 2022 TYPE OF AGENDA ITEM: Second reading TO: CC: FROM: DATE: SUBJECT: Mayor and City Council City Manager, City Clerk, Staff and Attorney Barry Henderson, Development Services Director, Nicholas Schwendt, Gis 6/16/2022 Ordinance 1877 - John King Road Rezoning BACKGROUND: On April 27, 2022, staff received an application to annex and to amend the comprehensive plan and zoning designations for property located on John King Road. The subject property is currently located within unincorporated Okaloosa County with a future land use and zoning designation of Mixed Use. The application requests the Commercial High -Intensity District (C-2) zoning designation for the property. The Planning and Development Board recommended approval on June 6, 2022, and the first reading was approved by the City Council on June 13, 2022. DISCUSSION: The property description is as follows: Property Owner: Parcel ID: Site Size: Current FLU: Current Zoning: Current Land Use: Grandeur Hospitality Investments LLC 2652 Brodie Lane Crestview, FL 32536 32-3N-23-0000-0016-0000 0.94 acre Okaloosa County Mixed Use Okaloosa County Mixed Use Vacant The following table provides the surrounding land use designations, zoning districts, and existing uses. Direction FLU Zoning Existing Use North Commercial (C) Commercial High -Intensity District (C-2) Vacant East Commercial (C) Commercial High -Intensity District (C-2) Vacant South Commercial (C) Commercial High -Intensity District (C-2) Commercial West Commercial (C) Commercial High -Intensity District (C-2) Commercial Page 543 of 596 The subject property is currently vacant, and a development application has not been submitted. Based on the requested land -use and zoning designations, the property could be developed for commercial use. Staff reviewed the request for rezoning and finds the following: The proposed zoning is consistent with the proposed future land use designation. The uses within the requested zoning district are compatible with uses in the adjacent zoning districts. The requested use is not substantially more or less intense than allowable development on adjacent parcels. Courtesy notices were mailed to property owners within 300 feet of the subject property on May 16, 2022. The property was posted on May 24, 2022. An advertisement ran in the Crestview News Bulletin on May 26 and June 2, 2022. GOALS & OBJECTIVES This item is consistent with the goals in A New View Strategic Plan 2020 as follows. Foundational — these are the four areas of focus that make up the necessary foundation of a successful local government. Financial Sustainability — Achieve long term financial sustainability. Organizational Capacity, Effectiveness & Efficiency — To efficiently & effectively provide the highest quality of public services. Quality of Life — these six areas focus on the overall experience when provided by the city. Community Character — Promote desirable growth with a hometown atmosphere. Opportunity — Promote an environment that encourages economic and educational opportunity. Community Culture — Develop a specific identity for Crestview. FINANCIAL IMPACT The fees for the rezoning request have been waived for this application as it was received during the moratorium on annexation fees. There is no additional cost of advertising as the rezoning request was included in the advertisement for annexation. RECOMMENDED ACTION Staff respectfully requests adoption of Ordinance 1877 on second reading. Attachments 1. Exhibit Packet Page 544 of 596 ORDINANCE: 1877 AN ORDINANCE OF THE CITY OF CRESTVIEW, FLORIDA, PROVIDING FOR THE REZONING OF 0.94 ACRES, MORE OR LESS, OF REAL PROPERTY, LOCATED IN SECTION 32, TOWNSHIP 3 NORTH, RANGE 23 WEST, FROM THE OKALOOSA COUNTY MIXED USE ZONING DISTRICT TO THE COMMERCIAL HIGH -INTENSITY DISTRICT (C-2) ZONING DISTRICT; PROVIDING FOR AUTHORITY; PROVIDING FOR THE UPDATING OF THE CRESTVIEW ZONING MAP; PROVIDING FOR SEVERABILITY; PROVIDING FOR SCRIVENER'S ERRORS; PROVIDING FOR LIBERAL INTERPRETATION; PROVIDING FOR REPEAL OF CONFLICTING CODES AND ORDINANCES; AND PROVIDING FOR AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF CRESTVIEW, FLORIDA AS FOLLOWS: SECTION 1— AUTHORITY. The authority for enactment of this ordinance is Section 166.041, Florida Statutes and Chapter 102, City Code. SECTION 2 — PROPERTY REZONED. The following described 0.94 acres, more or less, of real property lying within the corporate limits of Crestview, Florida, with 0.94 acres, more or less, being formerly zoned Okaloosa County Mixed Use with the Commercial (C) Future Land Use Map designation recently ratified by the City Council through adoption of Ordinance 1876, is hereby rezoned to Commercial High -Intensity District (C- 2) to wit: PIN # 32-3N-23-0000-0016-0000 Begin at the Northwest corner of Northwest Quarter of Northeast Quarter of Section 32, Township 3 North, Range 23 West, thence North 87° 40' East 376.72 feet along Section line for Point of Beginning, thence North 87° 40' East 106.72 feet along section line, thence South 17° 04' East 302.64 feet to the Northwest right of way of dedicated road; thence South 57° 40' 05" West 165.6 feet along said road, thence Northwesterly to the Point of Beginning. SECTION 3 — MAP UPDATE. The Crestview Zoning Map, current edition, is hereby amended to reflect the above changes concurrent with passage of this ordinance, which is attached hereto. SECTION 4 — SEVERABILITY. If any word, phrase, sentence, paragraph or provision of this ordinance or the application thereof to any person or circumstance is held invalid or unconstitutional, such finding shall not affect the other provisions or applications of this ordinance which can be given effect without the invalid or unconstitutional provision or application, and to this end the provisions of this ordinance are declared severable. SECTION 5 — SCRIVENER'S ERRORS. The correction of typographical errors which do not affect the intent of this Ordinance may be authorized by the City Manager or the City Manager's designee, without public hearing, by filing a corrected or re -codified copy with the City Clerk. SECTION 6 — ORDINANCE TO BE LIBERALLY CONSTRUED. This Ordinance shall be liberally construed in order to effectively carry out the purposes hereof which are deemed not to adversely affect public health, safety, or welfare. SECTION 7 — REPEAL OF CONFLICTING CODES, ORDINANCES, AND RESOLUTIONS. All Charter provisions, codes, ordinances and resolutions or parts of charter provisions, codes, ordinances and Page 545 of 596 resolutions or portions thereof of the City of Crestview, in conflict with the provisions of this Ordinance are hereby repealed to the extent of such conflict. SECTION 8 — EFFECTIVE DATE. The effective date of this Ordinance shall be the date Comprehensive Plan Amendment is adopted by Ordinance # 1876 and becomes legally effective. Passed and adopted on second reading by the City Council of Crestview, Florida on the 27th day of June, 2022. ATTEST: Maryanne Schrader City Clerk Approved by me this 27th day of June, 2022. J. B. Whitten Mayor Page 546 of 596 969 JO L179 abed Adopted Zoning A 0 100 200 Feet Legend ttttttttttttt� Subject Parcel 11 City Lim its City Zoning Sin gle Family Estate Dwellin g District (R - 1E) Sin gle Family Lo w Density District (R-1) Sin gle Family Mediu m Density D i strict (R- 2) Sin gle and Mu hi -Fan ily D welling District (R-3) Mixed Use (MU) Com mercial (C-1) Co mmercial (C-2) Industrial (IN) Public Lands (P) Conservation (E) Counly Zoning Mixed Use (MU) PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U .S. SURVEY FEET flJ / Vicinity Map N A Not to Scale 1-10 110 ___-----\, Subject Parcel(s) o J m !O IW ',;'•-, II 0 I CO Z 0 CI Ce AWL \ PREPARED BY CITY OF CRESTVIEW P J•ADAMS'PKWY COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET -1 1 D,,,,,, 5:2 ,-f LO Existing Use N A 0 100 200 Feet Legend MM Subject Parcel City Limits Existing Use A iM Clubs/Lodges Community Hotels and Light Manufacturing Private School Restaurant Single Family Stores Supermarket Vacant Vacant Commercial Vacant/Commercial Vehicle Sale PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET ' NI Current Future Land Use N 0 100 200 Feet Legend Subject Parcel = City Limits �C,�� \\431111111 City Future Land Use 0 Commercial (C) Industrial (IN) o Mixed Use (MU) m Conservation (CON) z o Public Lands (PL) Li_N Residential (R) 1110111PPI m¢ County Future Land Use Mixed Use (MU) Z CD CD CD o lipt' II PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET D-wnr, I fl ,.f L QR Current Zoning N A 0 100 200 Feet Legend Subject Parcel Q City Limits City Zoning Single Family Estate Dwelling District (R- 1 E) Single Family Low Density District (R-1) Single Family Medium Density District (R- 2) Single and Multi -Family Dwelling District (R-3) Mixed Use (MU) Commercial (C-1) Commercial (C-2) Industrial (IN) Public Lands (P) Conservation (E) County Zoning Mixed Use (MU) PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET Paae 551 of 596 SO° ��s\NI all6 � 1 j Proposed Future Land Use N 0 100 200 Feet Legend , Subject Parcel ME City Limits ���\�G�O City Future Land Use Commercial (C) o Industrial (IN) m z Mixed Use (MU) 0 l o Conservation (CON) Li_N IFIlir Public Lands (PL) Residential (R) ce ca ci itI I County Future Land Use Q 1— 1= Mixed Use (MU) o I IlleAill gl WilliliF 11111.111 PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET D-wnr, I R') .,f RO Proposed Zoning N A 0 100 200 Feet Legend Subject Parcel =City Limits City Zoning Single Family Estate Dwelling District (R -1E) Single Family Low Density District (R-1) Single Family Medium Density District (R-2) Single and Multi -Family Dwelling District (R-3) Mixed Use (MU) Commercial (C-1) Commercial (C-2) Industrial (IN) Public Lands (P) Conservation (E) County Zoning Mixed Use (MU) PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET Paae 553 of 596 CITY OF CRESTVIEW Item # 7.4. Staff Report CITY COUNCIL MEETING DATE: June 27, 2022 TYPE OF AGENDA ITEM: Second reading TO: Mayor and City Council CC: City Manager, City Clerk, Staff and Attorney FROM: Barry Henderson, Development Services Director, Nicholas Schwendt, Gis DATE: 6/16/2022 SUBJECT: Ordinance 1878 - Williams Avenue East Annexation BACKGROUND: On May 17, 2022, staff received an application to annex and to amend the comprehensive plan and zoning designations for property located at 760 Williams Avenue East. The subject property is currently located within unincorporated Okaloosa County with a future land use and zoning designation of Low Density Residential and Residential -1, respectively. The Planning and Development Board recommended approval on June 6, 2022, and the first reading was approved by the City Council on June 13, 2022. DISCUSSION: The property description is as follows: Property Owner: Dekay Investments LLC 201 SE Eglin Pkwy Ft Walton Beach, FL 32547 Parcel ID: 21-3N-23-1670-0015-0320 Site Size: 0.69 acre Current FLU: Okaloosa County Low Density Residential Current Zoning: Okaloosa County Residential -1 Current Land Use: Residential The following table provides the surrounding land use designations, zoning districts, and existing uses. Direction FLU Zoning Existing Use North Residential (R) and Okaloosa County Low Density Residential Single and Multi -Family Density Dwelling District (R-3) and Okaloosa County Residential -1 Residential East Okaloosa County Low Density Residential Okaloosa County Residential -1 Residential South Okaloosa County Low Density Residential Okaloosa County Residential -1 Vacant West Okaloosa County Low Density Residential Okaloosa County Residential -1 Residential Page 554 of 596 The subject property is currently developed for residential use and a development application has not been submitted. Based on the requested land -use and zoning designations, the property use will continue as a residence. Staff has reviewed the application based on the criteria detailed in Florida statute 171.043 for annexations and finds the following: - The property is contiguous to the city limits; _ The property is comprised of one (1) lot in unincorporated Okaloosa County, and is therefore considered compact; The annexation of the property would not create an enclave - The subject property is not included in the boundary of another municipality; and, The subject property meets the definition of urban purposes. Courtesy notices were mailed to property owners within 300 feet of the subject property on May 17, 2022. A letter was sent via certified mail to the Okaloosa Board of County Commissioners on May 19, 2022. The property was posted on May 24, 2022. An advertisement ran in the Crestview News Bulletin on May 26 and June 2, 2022. GOALS & OBJECTIVES This item is consistent with the goals in A New View Strategic Plan 2020 as follows. Foundational — these are the four areas of focus that make up the necessary foundation of a successful local government. Financial Sustainability — Achieve long term financial sustainability. Organizational Capacity, Effectiveness & Efficiency — To efficiently & effectively provide the highest quality of public services. Quality of Life — these six areas focus on the overall experience when provided by the city. Community Character — Promote desirable growth with a hometown atmosphere. Opportunity — Promote an environment that encourages economic and educational opportunity. Community Culture — Develop a specific identity for Crestview. FINANCIAL IMPACT The fees for annexation have been waived for this application as it was received during the moratorium on annexation fees. The cost of advertising was $544.50. The successful annexation of this property will have positive future impacts, including ad valorem revenue based on future taxable assessed value, development and building permit fees, and utility usage fees. RECOMMENDED ACTION Staff respectfully requests adoption of Ordinance 1878 on second reading. Attachments 1. Exhibit Packet Page 555 of 596 ORDINANCE: 1878 AN ORDINANCE ANNEXING TO THE CITY OF CRESTVIEW, FLORIDA, ± 0.69 ACRES OF CONTIGUOUS LANDS LOCATED IN SECTION 21, TOWNSHIP 3 NORTH, RANGE 23 WEST, AND BEING DESCRIBED AS SET FORTH HEREIN; PROVIDING FOR AUTHORITY; PROVIDING FOR LAND DESCRIPTION; PROVIDING FOR BOUNDARY; PROVIDING FOR LAND USE AND ZONING DESIGNATION; PROVIDING FOR AMENDMENT TO THE BASE, LAND USE AND ZONING MAPS; PROVIDING FOR A COMPREHENSIVE PLAN AMENDMENT; PROVIDING FOR FILING WITH THE CLERK OF CIRCUIT COURT OF OKALOOSA COUNTY, THE CHIEF ADMINISTRATIVE OFFICER OF OKALOOSA COUNTY AND THE FLORIDA DEPARTMENT OF STATE; PROVIDING FOR SEVERABILITY; PROVIDING FOR SCRIVENER'S ERRORS; PROVIDING FOR LIBERAL INTERPRETATION; PROVIDING FOR REPEAL OF CONFLICTING CODES AND ORDINANCES; AND PROVIDING FOR AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF CRESTVIEW, FLORIDA AS FOLLOWS: SECTION 1— AUTHORITY. The authority for enactment of this ordinance is Chapter 171, Florida Statutes, and Section 2 of the City Charter. SECTION 2 — LAND DESCRIPTION. The following described unincorporated area contiguous to the City of Crestview, Florida, is hereby annexed to the City: PIN # 21-3N-23-1670-0015-0320 (Deed recorded in Book 3620, page 300, dated April 29, 2022) Lot 32, 33, 34, 35, 36, 37, 38 and 39, Block 15, Morris Addition to Crestview, Florida, according to the map or plat thereof, as recorded in Plat Book 1, Page(s) 133, of the Public Records of Okaloosa County, Florida. SECTION 3 — BOUNDARY. The existing boundary line of the City of Crestview, Florida, is modified to include the herein referenced tract of land and the base, zoning and land use maps shall be updated to reflect these changes pursuant to law. SECTION 4 — LAND USE AND ZONING. Pursuant to general law, the property hereby annexed was subject to Okaloosa County land development, land use plan, and zoning or subdivision regulations, which shall remain in full force and effect until rezoning and land use changes are finalized by the City in compliance with the Comprehensive Plan. SECTION 5 — COMPREHENSIVE PLAN UPDATE. Pursuant to Chapter 163.011, et seq. petitioner for annexation shall apply through the City for a Comprehensive Plan change which will designate the future land use category for the parcel, with a zoning designation to be assigned and run concurrent with the approval and adoption of the Comprehensive Plan amendment by the proper authorities. SECTION 6 — MAP UPDATE. The Base, Zoning and Future Land Use Maps shall be updated at the earliest possible date. SECTION 7 — FILING. Upon passage, the City Clerk is directed to file a copy of this ordinance with the Clerk of Circuit Court of Okaloosa County and with the Florida Department of the State. Page 556 of 596 SECTION 8 — SEVERABILITY. If any word, phrase, sentence, paragraph or provision of this ordinance or the application thereof to any person or circumstance is held invalid or unconstitutional, such finding shall not affect the other provisions or applications of this ordinance which can be given effect without the invalid or unconstitutional provision or application, and to this end the provisions of this ordinance are declared severable. SECTION 9 — SCRIVENER'S ERRORS. The correction of typographical errors which do not affect the intent of this Ordinance may be authorized by the City Manager or the City Manager's designee, without public hearing, by filing a corrected or re -codified copy with the City Clerk. SECTION 10 — ORDINANCE TO BE LIBERALLY CONSTRUED. This Ordinance shall be liberally construed in order to effectively carry out the purposes hereof which are deemed not to adversely affect public health, safety, or welfare. SECTION 11 — REPEAL OF CONFLICTING CODES, ORDINANCES, AND RESOLUTIONS. All Charter provisions, codes, ordinances and resolutions or parts of charter provisions, codes, ordinances and resolutions or portions thereof of the City of Crestview, in conflict with the provisions of this Ordinance are hereby repealed to the extent of such conflict. SECTION 12 — EFFECTIVE DATE. This ordinance shall take effect immediately upon its adoption. Passed and adopted on second reading by the City Council of Crestview, Florida on the 27th day of June, 2022. ATTEST: Maryanne Schrader City Clerk Approved by me this 27th day of June, 2022. J. B. Whitten Mayor Page 557 of 596 SHORTWELL AVE Lel 0 Lel CC 0 Z Lu z E ROBINSON AVE E WILLIAMS AVE 1-- V) Ce u1 a_ O 0 LJ Page 558 of 596 ti "'ES,tFE'gCVD,F Vicinity Map F�ooy I . p . •. `yFs. / F l JgMEs,; CEE IV ----- .J E N A Not to Scale ►♦ hFST (//r4 ca 1 Subject Parcel(s) m 0 0 u.., 1 LL iii 1 COlid 0 0 W LL - In I PREPARED BY CITY OF CRESTVIEW 4 J COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET D-wnr, r -.I Q ,.f RO _z; . Existing Use BROCK AVE N z 0 �n W LLJ 0 100 200 11111 Feet 1— E ROBINSON AVE W 0 CD Subject Parcel City Limits Existing Use County 1 Manufactured Home E WILLIAMS AVE Mobile Home Multi -Family 1-- Non -Profit o Single Family cc W 0 z Vacant W x Vacant Commercial Vacant/Residential SHORT WELL AVE ,_ PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES a PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT 1 NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET Doric, r -.C.(1 ,.f L QR 1— Current Future Land Use BROCK AVE I--Le, 0 N ce W W A _ 0 100 200 — _ Feet I -- Le, E ROBINSON AVE _ W C _ Legend _ = Subject Parcel — = City Limits — i City Future Land Use 7 Commercial (C) Industrial (IN) E WI4LLIAMS AVE Mixed Use (MU) Conservation (CON) 1- Public Lands (PL) o Residential (R) cc Z County Future Land Use W = Low Density Residential (LDR) SHORTWELL AVE ,— Y PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES a PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT 1 I NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET D-wnr, r -.F1 ,-f RO N C.7 Y Current Zoning BROCK AVE I -- t" N z 0 ce W z 0A W _ 0 100 200 Feet E ROBINSON AVE ce Legend W — O Co v Subject Parcel City Limits — City Zoning — Single Family Estate Dwelling District (R - 1E) Single Family Low Density District (R-1) Single Family Medium Density District (R- 2) Single Multi Dwelling District and -Family E WILLIAMS AVE (R-3) Mixed Use (MU) Commercial (C-1) F-- N Commercial (C-2) z Industrial (IN) O Lel ce Public Lands (P) W o Conservation (E) z W = County Zoning Residential -1 (R-1) SHORTWELL AVE (.1 PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES a PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET Deno I ) of CQt Proposed Future Land Use BROCK AVE I--Le, o ce ce W WA N - 0 100 200 N Feet E ROBINSON AVE _ W 0 o - Legend Subject Parcel = City Limits 1 City Future Land Use Commercial (C) E WILLIAMS AVE Industrial (IN) Mixed Use (MU) Conservation (CON) 1— z Public Lands (PL) 0 cc Residential (R) W CD County Future Land Use Low Density Residential (LDR) SHORTWELL AVE ,— - PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES a PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET D-wnr, I;c '2 ,-f RO N C.7 Y Proposed Zoning BROCK AVE / N N z O ce W z 0A W 0 100 200 Feet t-- E ROBINSON AVE °; Legend a — O O v _ Subject Parcel City Limits — City Zoning — Single Family Estate Dwelling District (R - 1E) — Single Family Low Density District (R-1) Single Family Medium Density District (R- 2) Single and Multi -Family Dwelling District E WILLIAMS AVE (R-3) Mixed Use (MU) Commercial (C-1) F— Commercial (C-2) z Industrial (IN) Lel Public Lands (P) ce "'' D Conservation (E) z = County Zoning Residential -1 (R-1) SHORTWELL AVE PREPARED BY CITY OF CRESTVIEW Y COMMUNITY DEVELOPMENT SERVICES a PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET Deno BRA of C.Qt CITY OF CRESTVIEW Item # 7.5. Staff Report CITY COUNCIL MEETING DATE: June 27, 2022 TYPE OF AGENDA ITEM: Second reading TO: CC: FROM: DATE: SUBJECT: Mayor and City Council City Manager, City Clerk, Staff and Attorney Barry Henderson, Development Services Director, Nicholas Schwendt, Gis 6/16/2022 Ordinance 1879 - Williams Avenue East Comprehensive Plan Amendment BACKGROUND: On May 17, 2022, staff received an application to annex and to amend the comprehensive plan and zoning designations for property located at 760 Williams Avenue East. The subject property is currently located within unincorporated Okaloosa County with a future land use and zoning designation of Low Density Residential and Residential -1, respectively. The application requests the Residential (R) future land use designation for the property. The Planning and Development Board recommended approval on June 6, 2022, and the first reading was approved by the City Council on June 13, 2022. DISCUSSION: The property description is as follows: Property Owner: Parcel ID: Site Size: Current FLU: Current Zoning: Current Land Use: Dekay Investments LLC 201 SE Eglin Pkwy Ft Walton Beach, FL 32547 21-3N-23-1670-0015-0320 0.69 acre Okaloosa County Low Density Residential Okaloosa County Residential -1 Residential The following table provides the surrounding land use designations, zoning districts, and existing uses. Direction FLU Zoning Existing Use North Residential (R) and Okaloosa County Low Density Residential Single and Multi -Family Density Dwelling District (R-3) and Okaloosa County Residential -1 Residential East Okaloosa County Low Density Residential Okaloosa County Residential -1 Residential South Okaloosa County Low Density Residential Okaloosa County Residential -1 Vacant Page 565 of 596 West Okaloosa County Low Density I Okaloosa County Residential -1 Residential Residential The subject property is currently developed for residential use and a development application has not been submitted. Based on the requested land -use and zoning designations, the property use will continue as a residence. Staff reviewed the request for a comprehensive plan amendment and finds the following: The proposed future land use map designation is compatible with the surrounding area. _ The proposed future land use map designation is consistent with the city's comprehensive plan and land development code. _ The process for adoption of the future land use map amendment follows all requirements of Florida statute sections 163.3184 (3) and (5). The proposed amendment does not involve a text change to goals, policies, and objectives of the - comprehensive plan. It only proposes a land use change to the future land use map for a site -specific small-scale development. - The subject property is not located within an area of critical state concern. Courtesy notices were mailed to property owners within 300 feet of the subject property on May 17, 2022. The property was posted on May 24, 2022. An advertisement ran in the Crestview News Bulletin on May 26 and June 2, 2022. GOALS & OBJECTIVES This item is consistent with the goals in A New View Strategic Plan 2020 as follows. Foundational — these are the four areas of focus that make up the necessary foundation of a successful local government. Financial Sustainability — Achieve long term financial sustainability. Organizational Capacity, Effectiveness & Efficiency — To efficiently & effectively provide the highest quality of public services. Quality of Life — these six areas focus on the overall experience when provided by the city. Community Character — Promote desirable growth with a hometown atmosphere. Opportunity — Promote an environment that encourages economic and educational opportunity. Community Culture — Develop a specific identity for Crestview. FINANCIAL IMPACT The fees for the comprehensive plan amendment have been waived for this application as it was received during the moratorium on annexation fees. There is no additional cost of advertising as the comprehensive plan amendment request was included in the advertisement for annexation. RECOMMENDED ACTION Staff respectfully requests adoption of Ordinance 1879 on second reading. Attachments 1. Exhibit Packet Page 566 of 596 ORDINANCE: 1879 AN ORDINANCE OF THE CITY OF CRESTVIEW, FLORIDA, AMENDING ITS ADOPTED COMPREHENSIVE PLAN; PROVIDING FOR AUTHORITY; PROVIDING FOR FINDINGS OF FACT; PROVIDING FOR PURPOSE; PROVIDING FOR CHANGING THE FUTURE LAND USE DESIGNATION FROM OKALOOSA COUNTY LOW DENSITY RESIDENTIAL TO RESIDENTIAL (R) ON APPROXIMATELY 0.69 ACRES, MORE OR LESS, IN SECTION 21, TOWNSHIP 3 NORTH, RANGE 23 WEST; PROVIDING FOR FUTURE LAND USE MAP AMENDMENT; PROVIDING FOR SEVERABILITY; PROVIDING FOR SCRIVENER'S ERRORS; PROVIDING FOR LIBERAL INTERPRETATION; PROVIDING FOR REPEAL OF CONFLICTING CODES AND ORDINANCES; AND PROVIDING FOR AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF CRESTVIEW, FLORIDA, AS FOLLOWS: SECTION 1 — AUTHORITY. The authority for enactment of this Ordinance is Section 2 of the City Charter, §163.3187 F.S., §166.021 F.S., §166.041 F.S. and the adopted Comprehensive Plan. SECTION 2 — FINDINGS OF FACT. The City Council of the City of Crestview finds the following: A. This amendment will promote compact, orderly development and discourage urban sprawl; and B. A public hearing has been conducted after "due public notice" by the Crestview Planning Board sitting as the Local Planning Agency with its recommendations reported to the City Council; and C. A public hearing has been conducted by the City Council after "due public notice"; and D. This amendment involves changing the future land use designation from Okaloosa County Low Density Residential to Residential (R) on a parcel of land containing 0.69 acres, more or less, lying within the corporate limits of the City; and E. This amendment is consistent with the adopted Comprehensive Plan and is in the best interests of the City and its citizens. SECTION 3 — PURPOSE. The purpose of this Ordinance is to adopt an amendment to the "City of Crestview Comprehensive Plan: 2020." The amendment is described in Section 4 below. SECTION 4 — FUTURE LAND USE MAP AMENDMENT. The Future Land Use Map is amended by changing the future land use category of a parcel containing approximately 0.69 acres of land, more or less, from Okaloosa County Low Density Residential to Residential (R). For the purposes of this Ordinance and Comprehensive Plan Amendment, the 0.69 acres, more or less, is known as Parcel 21-3N-23-1670-0015-0320 and commonly described as: Lot 32, 33, 34, 35, 36, 37, 38 and 39, Block 15, Morris Addition to Crestview, Florida, according to the map or plat thereof, as recorded in Plat Book 1, Page(s) 133, of the Public Records of Okaloosa County, Florida. The Residential (R) Future Land Use Category is hereby imposed on Parcel 21-3N-23-1670-0015-0320. Exhibit A, which is attached hereto and made a part hereof by reference, graphically depicts the revisions to the Future Land Use Map and shows Parcel 21-3N-23-1670-0015-0320 thereon. Page 567 of 596 SECTION 5 — SEVERABILITY. If any word, phrase, sentence, paragraph or provision of this ordinance or the application thereof to any person or circumstance is held invalid or unconstitutional, such finding shall not affect the other provisions or applications of this ordinance which can be given effect without the invalid or unconstitutional provision or application, and to this end the provisions of this ordinance are declared severable. SECTION 6 — SCRIVENER'S ERRORS. The correction of typographical errors which do not affect the intent of this Ordinance may be authorized by the City Manager or the City Manager's designee, without public hearing, by filing a corrected or re -codified copy with the City Clerk. SECTION 7 — ORDINANCE TO BE LIBERALLY CONSTRUED. This Ordinance shall be liberally construed in order to effectively carry out the purposes hereof which are deemed not to adversely affect public health, safety, or welfare. SECTION 8 — REPEAL OF CONFLICTING CODES, ORDINANCES, AND RESOLUTIONS. All Charter provisions, codes, ordinances and resolutions or parts of charter provisions, codes, ordinances and resolutions or portions thereof of the City of Crestview, in conflict with the provisions of this Ordinance are hereby repealed to the extent of such conflict. SECTION 9 — EFFECTIVE DATE. The effective date of this plan amendment and ordinance shall be thirty- one (31) days after adoption on second reading by the City Council, unless the amendment is challenged pursuant to § 163.3187, F.S. If challenged, the effective date shall be the date a Final Order is issued by the State Land Planning Agency or the Administration Commission finding the amendment in compliance with §163.3184, F.S. Passed and adopted on second reading by the City Council of Crestview, Florida on the 27th day of June, 2022. ATTEST: Maryanne Schrader City Clerk Approved by me this 27th day of June, 2022. J. B. Whitten Mayor Page 568 of 596 969 JO 699 a6ed I I Y Adopted Future Land Use BROCK AVE , 1 1 z 4 Q.., Q w N A 0 100 200 ,-- Feet E ROBINSON AVE w Q_ 0 Q V _ Legend — Subject Parcel — M City Limits City Future Land Use I Commercial E WILLIAMS AVE (C) Industrial (IN) z Mixed Use (MU) Conservation (CON) Public Lands (PL) _ Residential (R) 1uJ W County Future Land Use Low Density Residential (LDR) _ SHORTWELL AVE J ,— Lei � PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES ce PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U .S. SURVEY FEET ti "'ES,tFE'gCVD,F Vicinity Map F�ooy I . p . •. `yFs. / F l JgMEs,; CEE IV ----- .J E N A Not to Scale ►♦ hFST (//r4 ca 1 Subject Parcel(s) m 0 0 u.., 1 LL iii 1 COlid 0 0 W LL In I PREPARED BY CITY OF CRESTVIEW 4 J COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET D-wnr, 17(1 ,.f L QR _z; . Existing Use BROCK AVE N z 0 �n W LLJ 0 100 200 11111 Feet 1— E ROBINSON AVE W 0 CD Subject Parcel City Limits Existing Use County 1 Manufactured Home E WILLIAMS AVE Mobile Home Multi -Family 1-- Non -Profit o Single Family cc W 0 z Vacant W x Vacant Commercial Vacant/Residential SHORT WELL AVE ,_ PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES a PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT 1 NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET Doric, 171 ,-f RO 1— Current Future Land Use BROCK AVE I--Le, 0 N ce W W A _ 0 100 200 — _ Feet I -- Le, E ROBINSON AVE _ W C _ Legend _ = Subject Parcel — = City Limits — i City Future Land Use 7 Commercial (C) Industrial (IN) E WI4LLIAMS AVE Mixed Use (MU) Conservation (CON) 1- Public Lands (PL) o Residential (R) cc Z County Future Land Use W = Low Density Residential (LDR) SHORTWELL AVE ,— Y PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES a PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT 1 I NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET D-wnr, 17') ,.f L QR N C.7 Y Current Zoning BROCK AVE I -- t" N z 0 ce W z 0A W _ 0 100 200 Feet E ROBINSON AVE ce Legend W — O Co v Subject Parcel City Limits — City Zoning — Single Family Estate Dwelling District (R - 1E) Single Family Low Density District (R-1) Single Family Medium Density District (R- 2) Single Multi Dwelling District and -Family E WILLIAMS AVE (R-3) Mixed Use (MU) Commercial (C-1) F-- N Commercial (C-2) z Industrial (IN) O Lel ce Public Lands (P) W o Conservation (E) z W = County Zoning Residential -1 (R-1) SHORTWELL AVE PREPARED BY CITY OF CRESTVIEW Y COMMUNITY DEVELOPMENT SERVICES a PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET Deno 17'2 of C.Qt Proposed Future Land Use BROCK AVE I--Le, o ce ce W WA N - 0 100 200 N Feet E ROBINSON AVE _ W 0 o - Legend Subject Parcel = City Limits 1 City Future Land Use Commercial (C) E WILLIAMS AVE Industrial (IN) Mixed Use (MU) Conservation (CON) 1— z Public Lands (PL) 0 cc Residential (R) W CD County Future Land Use Low Density Residential (LDR) SHORTWELL AVE ,— Y PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES a PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET D-,nr, 17A ,.f L QR N C.7 Y Proposed Zoning BROCK AVE / N N z O ce W z 0A W 0 100 200 Feet t-- E ROBINSON AVE °; Legend a — O O v _ Subject Parcel City Limits — City Zoning — Single Family Estate Dwelling District (R - 1E) — Single Family Low Density District (R-1) Single Family Medium Density District (R- 2) Single and Multi -Family Dwelling District E WILLIAMS AVE (R-3) Mixed Use (MU) Commercial (C-1) F— Commercial (C-2) z Industrial (IN) Lel Public Lands (P) ce "'' D Conservation (E) z = County Zoning Residential -1 (R-1) SHORTWELL AVE PREPARED BY CITY OF CRESTVIEW Y COMMUNITY DEVELOPMENT SERVICES a PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET Deno 17C. of C.Qt CITY OF CRESTVIEW Item # 7.6. Staff Report CITY COUNCIL MEETING DATE: June 27, 2022 TYPE OF AGENDA ITEM: Second reading TO: Mayor and City Council CC: City Manager, City Clerk, Staff and Attorney FROM: Barry Henderson, Development Services Director, Nicholas Schwendt, Gis DATE: 6/16/2022 SUBJECT: Ordinance 1880 - Williams Avenue East Rezoning BACKGROUND: On May 17, 2022, staff received an application to annex and to amend the comprehensive plan and zoning designations for property located at 760 Williams Avenue East. The subject property is currently located within unincorporated Okaloosa County with a future land use and zoning designation of Low Density Residential and Residential -1, respectively. The application requests the Single and Multi -Family Density Dwelling District (R-3) zoning designation for the property. The Planning and Development Board recommended approval on June 6, 2022, and the first reading was approved by the City Council on June 13, 2022. DISCUSSION: The property description is as follows: Property Owner: Dekay Investments LLC 201 SE Eglin Pkwy Ft Walton Beach, FL 32547 Parcel ID: 21-3N-23-1670-0015-0320 Site Size: 0.69 acre Current FLU: Okaloosa County Low Density Residential Current Zoning: Okaloosa County Residential -1 Current Land Use: Residential The following table provides the surrounding land use designations, zoning districts, and existing uses. Direction FLU Zoning Existing Use North Residential (R) and Okaloosa County Low Density Residential Single and Multi -Family Density Dwelling District (R-3) and Okaloosa County Residential -1 Residential East Okaloosa County Low Density Residential Okaloosa County Residential -1 Residential South Okaloosa County Low Density Residential Okaloosa County Residential -1 Vacant Page 576 of 596 West 1 Okaloosa County Low Density Residential Okaloosa County Residential -1 I Residential The subject property is currently developed for residential use and a development application has not been submitted. Based on the requested land -use and zoning designations, the property use will continue as a residence. Staff reviewed the request for rezoning and finds the following: The proposed zoning is consistent with the proposed future land use designation. - The uses within the requested zoning district are compatible with uses in the adjacent zoning districts. The requested use is not substantially more or less intense than allowable development on adjacent parcels. Courtesy notices were mailed to property owners within 300 feet of the subject property on May 17, 2022. The property was posted on May 24, 2022. An advertisement ran in the Crestview News Bulletin on May 26 and June 2, 2022. GOALS & OBJECTIVES This item is consistent with the goals in A New View Strategic Plan 2020 as follows. Foundational — these are the four areas of focus that make up the necessary foundation of a successful local government. Financial Sustainability — Achieve long term financial sustainability. Organizational Capacity, Effectiveness & Efficiency — To efficiently & effectively provide the highest quality of public services. Quality of Life — these six areas focus on the overall experience when provided by the city. Community Character — Promote desirable growth with a hometown atmosphere. Opportunity — Promote an environment that encourages economic and educational opportunity. Community Culture — Develop a specific identity for Crestview. FINANCIAL IMPACT The fees for the rezoning request have been waived for this application as it was received during the moratorium on annexation fees. There is no additional cost of advertising as the rezoning request was included in the advertisement for annexation. RECOMMENDED ACTION Staff respectfully requests adoption of Ordinance 1880 on second reading. Attachments 1. Exhibit Packet Page 577 of 596 ORDINANCE: 1880 AN ORDINANCE OF THE CITY OF CRESTVIEW, FLORIDA, PROVIDING FOR THE REZONING OF 0.69 ACRES, MORE OR LESS, OF REAL PROPERTY, LOCATED IN SECTION 21, TOWNSHIP 3 NORTH, RANGE 23 WEST, FROM THE OKALOOSA COUNTY RESIDENTIAL -1 ZONING DISTRICT TO THE SINGLE AND MULTI- FAMILY DENSITY DWELLING DISTRICT (R-3) ZONING DISTRICT; PROVIDING FOR AUTHORITY; PROVIDING FOR THE UPDATING OF THE CRESTVIEW ZONING MAP; PROVIDING FOR SEVERABILITY; PROVIDING FOR SCRIVENER'S ERRORS; PROVIDING FOR LIBERAL INTERPRETATION; PROVIDING FOR REPEAL OF CONFLICTING CODES AND ORDINANCES; AND PROVIDING FOR AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF CRESTVIEW, FLORIDA AS FOLLOWS: SECTION 1— AUTHORITY. The authority for enactment of this ordinance is Section 166.041, Florida Statutes and Chapter 102, City Code. SECTION 2 — PROPERTY REZONED. The following described 0.69 acres, more or less, of real property lying within the corporate limits of Crestview, Florida, with 0.69 acres, more or less, being formerly zoned Okaloosa County Residential -1 with the Residential (R) Future Land Use Map designation recently ratified by the City Council through adoption of Ordinance 1879, is hereby rezoned to Single And Multi -Family Density Dwelling District (R-3) to wit: PIN # 21-3N-23-1670-0015-0320 Lot 32, 33, 34, 35, 36, 37, 38 and 39, Block 15, Morris Addition to Crestview, Florida, according to the map or plat thereof, as recorded in Plat Book 1, Page(s) 133, of the Public Records of Okaloosa County, Florida. SECTION 3 — MAP UPDATE. The Crestview Zoning Map, current edition, is hereby amended to reflect the above changes concurrent with passage of this ordinance, which is attached hereto. SECTION 4 — SEVERABILITY. If any word, phrase, sentence, paragraph or provision of this ordinance or the application thereof to any person or circumstance is held invalid or unconstitutional, such finding shall not affect the other provisions or applications of this ordinance which can be given effect without the invalid or unconstitutional provision or application, and to this end the provisions of this ordinance are declared severable. SECTION 5 — SCRIVENER'S ERRORS. The correction of typographical errors which do not affect the intent of this Ordinance may be authorized by the City Manager or the City Manager's designee, without public hearing, by filing a corrected or re -codified copy with the City Clerk. SECTION 6 — ORDINANCE TO BE LIBERALLY CONSTRUED. This Ordinance shall be liberally construed in order to effectively carry out the purposes hereof which are deemed not to adversely affect public health, safety, or welfare. SECTION 7 — REPEAL OF CONFLICTING CODES, ORDINANCES, AND RESOLUTIONS. All Charter provisions, codes, ordinances and resolutions or parts of charter provisions, codes, ordinances and resolutions or portions thereof of the City of Crestview, in conflict with the provisions of this Ordinance are hereby repealed to the extent of such conflict. Page 578 of 596 SECTION 8 — EFFECTIVE DATE. The effective date of this Ordinance shall be the date Comprehensive Plan Amendment is adopted by Ordinance # 1879 and becomes legally effective. Passed and adopted on second reading by the City Council of Crestview, Florida on the 27th day of June, 2022. ATTEST: Maryanne Schrader City Clerk Approved by me this 27th day of June, 2022. J. B. Whitten Mayor Page 579 of 596 969 JO 089 a6ed Adopted Zoning BROCK AVE N Q w QA L i.. ____ 0 100 200 Feet r F— E ROBINSON AVE w o Legend Q V — Subject Parcel — City Li mits City Zoning Single Family Estate Dwelling District s = (R- 1 E) Single Fa mily Lo w Density District (R-1) Single Family Medium Density DiAtia (R. 2) E WILLIAMS AVE Single Multi DwellingDistria and -Fa mily (R-3) Mixed Use (MU) 1-- Com mercial (C-1) 0 Com mercial (C-2) ce Industrial (IN) Lu J PubIicLands(P) W Conservation (E) = Counly Zoning Residential -1 (R-1) SHORTWELL AVE J t-- � PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U .S. SURVEY FEET ti "'ES,tFE'gCVD,F Vicinity Map F�ooy I . p . •. `yFs. / F l JgMEs,; CEE IV ----- .J E N A Not to Scale ►♦ hFST (//r4 ca 1 Subject Parcel(s) m 0 0 u.., 1 LL iii 1 COlid 0 0 W LL - In I PREPARED BY CITY OF CRESTVIEW 4 J COMMUNITY DEVELOPMENT SERVICES PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET D-wnr, RA1 ,-f RO _z; . Existing Use BROCK AVE N z 0 �n W LLJ 0 100 200 11111 Feet 1— E ROBINSON AVE W 0 CD Subject Parcel City Limits Existing Use County 1 Manufactured Home E WILLIAMS AVE Mobile Home Multi -Family 1-- Non -Profit o Single Family cc W 0 z Vacant W x Vacant Commercial Vacant/Residential SHORT WELL AVE ,_ PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES a PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT 1 NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET Doric, IZ. `) ,,f RO 1— Current Future Land Use BROCK AVE I--Le, 0 N ce W W A _ 0 100 200 — _ Feet I -- Le, E ROBINSON AVE _ W C _ Legend _ = Subject Parcel — = City Limits — i City Future Land Use 7 Commercial (C) Industrial (IN) E WI4LLIAMS AVE Mixed Use (MU) Conservation (CON) 1- Public Lands (PL) o Residential (R) cc Z County Future Land Use W = Low Density Residential (LDR) SHORTWELL AVE ,— Y PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES a PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT 1 I NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET D-wnr, IZ. '2 .,f RO N C.7 Y Current Zoning BROCK AVE I -- t" N z 0 ce W z 0A W _ 0 100 200 Feet E ROBINSON AVE ce Legend W — O Co v Subject Parcel City Limits — City Zoning — Single Family Estate Dwelling District (R - 1E) Single Family Low Density District (R-1) Single Family Medium Density District (R- 2) Single Multi Dwelling District and -Family E WILLIAMS AVE (R-3) Mixed Use (MU) Commercial (C-1) F-- N Commercial (C-2) z Industrial (IN) O Lel ce Public Lands (P) W o Conservation (E) z W = County Zoning Residential -1 (R-1) SHORTWELL AVE PREPARED BY CITY OF CRESTVIEW Y COMMUNITY DEVELOPMENT SERVICES a PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET Deno I QA of C.Qt Proposed Future Land Use BROCK AVE I--Le, o ce ce W WA N - 0 100 200 N Feet E ROBINSON AVE _ W 0 o - Legend Subject Parcel = City Limits 1 City Future Land Use Commercial (C) E WILLIAMS AVE Industrial (IN) Mixed Use (MU) Conservation (CON) 1— z Public Lands (PL) 0 cc Residential (R) W CD County Future Land Use Low Density Residential (LDR) SHORTWELL AVE ,— - PREPARED BY CITY OF CRESTVIEW COMMUNITY DEVELOPMENT SERVICES a PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET D-wnr, iz. i; ,,f RO N C.7 Y Proposed Zoning BROCK AVE / N N z O ce W z 0A W 0 100 200 Feet t-- E ROBINSON AVE °; Legend a — O O v _ Subject Parcel City Limits — City Zoning — Single Family Estate Dwelling District (R - 1E) — Single Family Low Density District (R-1) Single Family Medium Density District (R- 2) Single and Multi -Family Dwelling District E WILLIAMS AVE (R-3) Mixed Use (MU) Commercial (C-1) F— Commercial (C-2) z Industrial (IN) Lel Public Lands (P) ce "'' D Conservation (E) z = County Zoning Residential -1 (R-1) SHORTWELL AVE PREPARED BY CITY OF CRESTVIEW Y COMMUNITY DEVELOPMENT SERVICES a PARCEL INFORMATION PROVIDED BY OKALOOSA COUNTY GIS DEPARTMENT NAD 1983 STATE PLANE, NORTH ZONE U.S. SURVEY FEET Deno I QC. of C.Qt CITY OF CRESTVIEW Item # 7.7. Staff Report CITY COUNCIL MEETING DATE: June 27, 2022 TYPE OF AGENDA ITEM: Second reading TO: Mayor and City Council CC: City Manager, City Clerk, Staff and Attorney FROM: Barry Henderson, Development Services Director, Nicholas Schwendt, Gis DATE: 6/16/2022 SUBJECT: Ordinance 1881 - Robinson Avenue East Vacation BACKGROUND: On May 19, 2022, staff received an application requesting the vacation of an alley lying between lots 1 through 3, and 7 through 9, Block 12, of Edney's Third Addition. The Planning and Development Board recommended approval on June 6, 2022, and the first reading was approved by the City Council on June 13, 2022. DISCUSSION: The City has determined that the alley serves no use to the public. The alley is surrounded by one property owner. If approved, the alley would be granted to the parcels adjacent to it. The City will reserve a non-exclusive perpetual utility easement over the alley to access utilities in it. An advertisement ran in the Crestview News Bulletin on May 26, 2022. The property was posted on May 24, 2022. GOALS & OBJECTIVES This item is consistent with the goals in A New View Strategic Plan 2020 as follows. Foundational — these are the four areas of focus that make up the necessary foundation of a successful local government. Organizational Capacity, Effectiveness & Efficiency — To efficiently & effectively provide the highest quality of public services. Infrastructure — Satisfy current and future infrastructure needs. Communication — To engage, inform and educate public and staff Quality of Life — these six areas focus on the overall experience when provided by the city. Community Character — Promote desirable growth with a hometown atmosphere. Opportunity — Promote an environment that encourages economic and educational opportunity. FINANCIAL IMPACT The application fee to vacate the alley was $600.00 and the cost of advertising was $202.50. Page 587 of 596 RECOMMENDED ACTION Staff respectfully requests adoption of Ordinance 1881 on second reading. Attachments 1. Newspaper Page 588 of 596 ORDINANCE: 1881 AN ORDINANCE OF THE CITY OF CRESTVIEW, FLORIDA, VACATING AND ABANDONING THE ALLEYWAY LYING BETWEEN LOTS 1 THROUGH 3 AND 7 THROUGH 9 OF BLOCK 12, EDNEY'S THIRD ADDITION, AS SHOWN ON THE PLAT RECORDED IN PLAT BOOK 1, PAGE 126 OF THE PUBLIC RECORDS OF OKALOOSA COUNTY, FLORIDA; PROVIDING FOR UPDATE OF THE CRESTVIEW BASE, ZONING AND LAND USE MAPS; PROVIDING FOR REPEAL OF CONFLICTING ORDINANCES; PROVIDING FOR FILING OF THIS ORDINANCE WITH THE CLERK OF CIRCUIT COURT OF OKALOOSA COUNTY; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the owner of property located adjacent to the platted alleyway lying between lots 1 through 3, and 7 through 9, Block 12, of Edney's Third Addition, has petitioned the City to vacate and abandon said alleyway, and WHEREAS, the City has determined that the public has no need for the alleyway being vacated; and WHEREAS, the City has utilities on, over or under the alleyway sought to be vacated; and WHEREAS, the City must reserve a non-exclusive perpetual utility easement over the alleyway that is being vacated; BE IT ORDAINED BY THE CITY COUNCIL OF CRESTVIEW, FLORIDA AS FOLLOWS: SECTION 1 — AUTHORITY. The authority for enactment of this ordinance is Chapter 166.021, Florida Statutes and Section 2, City Charter SECTION 2 — VACATION OF ALLEYWAY AND RESERVATION OF UTILITY EASEMENT. The City of Crestview hereby closes, vacates and abandons: The alleyway lying between lots 1 through 3, and 7 through 9, Block 12, of Edney's Third Addition, as per the plat recorded in Book 1, Page 126, Public Records of Okaloosa County, Florida. as a public alleyway and hereby reserves and retains a non-exclusive perpetual utility easement on, over, under and across the alley being vacated. SECTION 3 — FILING. After enactment, the City Clerk is hereby directed to file a copy of this ordinance with the Clerk of Circuit Court of Okaloosa County, Florida. SECTION 4 — MAP UPDATE. The base, zoning, and land use maps are hereby amended to reflect the above changes concurrent with the passage of this ordinance, applying the Commercial (C) Future Land Use designation and Commercial Low Intensity (C-1) zoning designation to the vacated area. SECTION 5 — REPEALER. All ordinances or parts of ordinances in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6 — SEVERABILITY. If any section, subsection, sentence clause, phrase or portion of this ordinance or the particular application thereof shall be held invalid by any court, administrative agency, or other body with Page 589 of 596 appropriate Jurisdiction, the remaining section, subsection, sentences, clauses, or phrases and the application thereof shall not be affected thereby. SECTION 7 — EFFECTIVE DATE. This ordinance shall become effective upon its adoption. Passed and adopted on second reading by the City Council of Crestview, Florida on the 27th day of June, 2022. ATTEST: Maryanne Schrader City Clerk Approved by me this 27th day of June, 2022. J. B. Whitten Mayor Page 590 of 596 W ROBINSON AVE 0 `1 OM CI ce W L.L. [n W WILLIAMS AVE E ROBINSON AVE E WfLLIAMS AVE 1- VI z W 0 CE Page 591 of 596 W RQ8INSO ME S FERDON BLVD W WIIIIAMS AV E ROBINSON AVE E ILLIMS ME WALDEN ST Page 592 of 596 CITY OF CRESTVIEW Item # 10.1. Staff Report CITY COUNCIL MEETING DATE: June 27, 2022 TYPE OF AGENDA ITEM: Action Item TO: Mayor and City Council CC: City Manager, City Clerk, Staff and Attorney FROM: Tim Bolduc, City Manager, Jessica Leavins, Administrative Services Director DATE: 6/22/2022 SUBJECT: Salary - Budget BACKGROUND: The fiscal Year 22 budget included a 2% cost of living increase for all city employees; this was based on our history of mirroring the Social Security Administration. At the beginning of the fiscal year inflation was 5.9% and by May 2022 we were at 8.6% inflation with near record housing, fuel, and utility costs. In January 2022, Social Security Administration announced a 5.9% cost of living increase. Local government agencies such as Panama City Beach, Bay County, Walton County, Santa Rosa County, Gulf Breeze, Destin, Fort Walton Beach and Niceville have made mid -year adjustments. Other agencies such as Okaloosa County and Milton made dramatic changes effective with the 2022 budget year. However, this issue is not exclusive to our local area. Effective July 1st, all State of Florida employees will receive a historic 5.3% cost of living increase. Our local competitors varied in their approach on how to increase wages. The City of Destin conducted a full pay study raising their salaries over 10%, Fort Walton Beach gave one-time bonuses, Panama City Beach, Bay County, and Santa Rosa County gave percentage -based cost of living increases, and Gulf Breeze, Santa County and Niceville increased all wages by a specific dollar amount. DISCUSSION: The City of Crestview is proposing a hybrid approach which includes a $1,000 one-time inflation stipend for all employees, a 3% salary increase for all employees (excluding city officials and directors), and a special mid -year adjustment for sworn officers the rank of Sergeant and below. GOALS & OBJECTIVES This item is consistent with the goals in A New View Strategic Plan 2020 as follows; Foundational- these are the areas of focus that make up the necessary foundation of a successful local government. Organizational Capacity, Effectiveness & Efficiency- To efficiently & effectively provide the highest quality of public services Quality of Life- these areas focus on the overall experience when provided by the city. Community Character- Promote desirable growth with a hometown atmosphere Safety- Ensure the continuous safety of citizens and visitors Page 593 of 596 FINANCIAL IMPACT This mid -year salary adjustment plan, including a one-time bonus, will have an estimated impact of $343,246.59 on the General Fund, a $51,559.94 impact on the Utility Fund, a $8,799.59 on the Permitting Fund, and a $7,720.92 impact on the Stormwater Fund. The City has the funding available to support this increase in the FY22 budget; however, due to the rising fuel and utility costs, non -essential spending will be frozen to ensure stability going into the new fiscal year. RECOMMENDED ACTION Staff respectfully requests the council approve a one-time inflation stipend for all employees, a 3% mid -year salary adjustment for all employees- excluding officials and directors, and salary adjustment for sworn law enforcement officers. Attachments 1. Inflation Adjustment Memo TB Page 594 of 596 C CRIESTVIEW �- FLORIDA MEMORANDUM TO: City Council FROM: Tim Bolduc, City Manager DATE: June 17, 2022 RE: Mid -Year Cost of Living Increase and Employee Inflation Stipend The fiscal Year 22 budget included a 2% cost of living increase for all city employees; this was based on our history of mirroring the Social Security Administration. At the beginning of the fiscal year inflation was 5.9% and by May 2022 we were at 8.6% inflation with near record housing, fuel, and utility costs. In January 2022 Social Security Administration announced 5.9% cost of living increase. Local government agencies such as Panama City Beach, Bay County, Walton County, Santa Rosa County, Gulf Breeze, Destin, Fort Walton Beach and Niceville have made mid -year adjustments. Other agencies such as Okaloosa County and Milton made dramatic changes effective with the 2022 budget year. This issue is not exclusive to our local area, effective July 1st all State of Florida Employees receive a historic 5.3% cost of living increase. Additionally, this issue is not exclusive to our local area... the 5.3% cost of living and a starting salary increase to $15 hourly for most employees; we've seen similar significant starting salary increases in the private sector. Our local competitors varied in their approach on how to increase wages. The City of Destin conducted a full pay study raising their salaries over 10 %, Fort Walton Beach gave one-time payment, Panama City Beach, Bay County, and Santa Rosa County gave percentage -based cost of living increases, and Gulf Breeze, Santa County and Niceville increased all wages by a specific dollar amount. In law enforcement, we've seen constantly increasing starting wages in addition to those numbers being just a starting point. Officers with experience are being offered wages above anything we have seen in the past. It has been my plan, to wait until October, at the adoption of the budget to make adjustments. Unfortunately, there seems to be little or no slowing in inflation, making it a necessity to make a mid -year adjustment. I tasked the Finance Director, Administrative Services director and several others to look at not only what our neighboring jurisdictions where doing, but also our current revenues and expenditures year to date. After completing the current revenue and expenditure analysis, staff put together several options that are currently possible within the current year budget. The tables on page two reflect personnel cost based on a 3% raise for all employees (excluding city officials and directors), specific adjustments for sworn officers the rank of sergeant and below, and a $500 or $1,000 one-time inflation stipend for all employees. City Hall 198 Wilson St N. Crestview, Fl 32536 Tim Bolduc, City Manager 850.682.1560, ext. 252 Page 595 of 596 CITY OF CRESTVIEW FLORIDA Option A Total By Fund With 3% Increase + $500 General Utility Permitting Stormwater $ 242,549.09 34,335.94 5,570.09 4,491.42 $ 286,946,.54 Option B Total By Fund With 3% Increase + $1,000 General $ 353,428.59 Utility $ 51,559.94 Permitting $ 8,799.59 Stormwater $ 7,720.92 $ 421,509.04 Revenue Analysis The analysis of revenues as well as a review of expenditures were conducted per fund as of April 30, 2022. A summary of this information is noted below: General Fund: Revenue items are trending ahead by approximately $1.7 million of which $1.2 million are unrestricted items. Ad Valorem revenues alone have exceeded the budgeted amount by $455,000. Also, noted that overall expenditures are lower than anticipated at this point in the fiscal year. Utility Fund: Although some revenue items (including sewer revenues) are trending ahead, water revenues are not what we would expect to see at this point. This clearly doesn't seem logical. Further analysis is required to determine the cause. Expenditures are trending as expected. It is the opinion of the finance team that there is little maneuvering room inside this fund. However, $1.2 million was budgeted and available in contingencies. Permitting Fund: As expected, revenues are trending ahead, and expenditures are at a normal level. Stormwater Fund: Revenues are trending slightly below projected figures. Expenditures are also below anticipated amounts primarily in personnel cost. After speaking with the Human Resources Director, it was noted that one employee has been on workers compensation for an extended period resulting in availability in this line item. Notes: Due to rising fuel and utility costs, it is the recommendation of the finance department that all nonessential spending be frozen through the end of the fiscal year. We also suggest that this be considered as we enter the next fiscal year. Recommendations: Based on the information above, it is my recommendation that we implement Option B (3%, PD & $1,000) on July 1st using current year funds. We will continue to assess the situation as we prepare budget. City Hall 198 Wilson St N. Crestview, Fl 32536 Tim Bolduc, City Manager 850.682.1560, ext. 252 Page 596 of 596