Loading...
Agenda 05/28/2013 Item #16C1 5/28/2013 16.C.1 . EXECUTIVE SUMMARY Recommendation to award Invitation to Bid (ITB) 13-6069 Sludge Truck(s) Replacement for the purchase of three sludge hauling trucks to Lift One, LLC. OBJECTIVE: Award ITB 13-6069 Sludge Truck(s) Replacement for the purchase of sludge hauling trucks to Lift One, LLC to ensure continued, compliant disposal of sludge from water and wastewater facilities. CONSIDERATIONS: The Water and Wastewater Departments are responsible for the disposal of sludge, which is a by-product of the water treatment and water reclamation processes. To move the sludge on site and for offsite disposal, specialized trucks are required. The existing trucks used at the North County Water Reclamation Facility and at the South County Regional Water Treatment Plant were purchased between 1988 and 1991, are in excess of 20 years old, and have reached the end of their useful lives. The Fleet Management Department reviewed the existing trucks' maintenance history and recommended they be replaced due to difficulty in obtaining repair parts and rising maintenance costs. The Purchasing staff issued ITB 13-6069 Sludge Truck(s) Replacement on March 14, 2013 and sent out 356 email notices. Vendors downloaded 23 solicitation packages, and the county received five bids. The order of the responsive bidders was: Vendor Bid Lift One,LLC $236,098.32 Sunstate International Trucks, LLC. $251,860.86 ADM Ventures,Inc. d/b/a McKinnon Equipment Services $254,997.00 Utility Trailer Sales of Utah $284,600.00 Steel Truck Center,Inc. $305,855.70 Public Utilities Division staff reviewed the bids and recommends award to Lift One, LLC as the lowest responsive bidder. Orders will be placed by Operating Departments using a Collier County purchase order. FISCAL IMPACT: Funding is available in, and is consistent with, the FY13 Operating Budget approved by the Board of County Commissioners on September 20, 2012. The source of funding is the Water-Sewer District Operating Fund (408). The Wastewater Department will defer the purchase of one truck until FY14, pending approval of the FY14 budget by the Board. Anticipated expenditure is $236,098.32 for the purchase of the vehicles. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney's Office, is approved as to form and legality, and requires majority vote for approval. -SRT GROWTH MANAGEMENT IMPACT: There is no impact on the County's Growth Management Plan. Packet Page-584- 5/28/2013 16.C.1. RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District, award Invitation to Bid 13-6069 Sludge Truck(s) Replacement 069 for the purchase of three sludge hauling trucks to Lift One, LLC. Prepared By: Pamela Libby, Water Distribution Manager Attachments: Sludge Truck Replacement Solicitation Bid 13-6069 Tabulation Bid from Lift One, LLC Packet Page-585- 5/28/2013 16.C.1 . COLLIER COUNTY Board of County Commissioners Item Number: 16.16.C.16.C.1. Item Summary: Recommendation to award Invitation to Bid (ITB) 13-6069 Sludge Truck(s) Replacement for the purchase of three sludge hauling trucks to Lift One, LLC. Meeting Date: 5/28/2013 Prepared By Name: Donna Bergeron Title: Administrative Assistant, Senior,Water 4/30/2013 9:37:19 AM Submitted by Title: Plant Manager,Water Name: Steve Messner 4/30/2013 9:37:20 AM Approved By Name: HapkeMargie Title: Operations Analyst,Public Utilities Date: 4/30/2013 10:37:52 AM Name: Steve Messner Title: Plant Manager,Water Date: 4/30/2013 1:49:56 PM Name: JacobsSusan Title: Operations Analyst,Public Utilities Date: 4/30/2013 2:33:02 PM Name: MarkiewiczJoanne Title: Manager-Purchasing Acquisition,Purchasing&Gene Date: 5/2/2013 8:12:16 AM Name: WardKelsey Packet Page -586- 5/28/2013 16.C.1 . Title:Manager-Contracts Administration,Purchasing&Ge Date: 5/2/2013 4:57:11 PM Name: WardKelsey Title: Manager-Contracts Administration,Purchasing&Ge Date: 5/8/2013 2:59:30 PM Name: JohnssenBeth Date: 5/9/2013 12:08:40 PM Name: JacobsSusan Title: Operations Analyst,Public Utilities Date: 5/10/2013 3:20:48 PM Name: Joseph Bellone Title: Manager-Utility Billing&Cust Serv.,Utilities F Date: 5/13/2013 10:13:36 AM Name: YilmazGeorge Title: Administrator,Public Utilities Date: 5/13/2013 12:04:52 PM Name: TeachScott Title: Deputy County Attorney,County Attorney Date: 5/13/2013 3:01:59 PM Name: GreenwaldRandy Title: Management/Budget Analyst,Office of Management&B Date: 5/13/2013 3:51:17 PM Name: KlatzkowJeff Title: County Attorney Date: 5/16/2013 3:41:12 PM Name: IsacksonMark Title: Director-Corp Financial and Mgmt Svs,CMO Date: 5/20/2013 11:26:34 AM Packet Page-587- 5/28/2013 16.C.1 . Co ier County Adninistrative Services Division Purchasing INVITATION TO BID Date: March 14, 2013 From: Nicole Parker (239) 252-4270 (Telephone) (239) 252-6549 (FAX) nicoleparker @colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: 13-6069 Sludge Truck(s) Replacement As requested by the Water and Wastewater Departments, the Collier County Board of County Commissioners Purchasing Department has issued this ITB for the purpose of obtaining fair and competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre-ITB conference. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. We look forward to your participation in Collier County's competitive procurement process. cc: Randy Lewis, Project Manager Note: All ITB responses submitted must include one (1) original labeled MASTER, along with one (1) exact duplicate copies, including all required forms. Ptaltastap Department.3327 Tamaam Trail EEast.Naples.Flattla 34112.4901•www.coil.ergov.net'purchasang #13-6069 Sludge Truck(s)Replacement 1 ITB Template_01/01/2013 Packet Page -588- 5/28/2013 16.C.1 . Invitation to Bid Index Public Notice 3 Exhibit I: Scope of Work, Specifications and Response Format 4 Exhibit III: Standard Purchase Order Terms and Conditions 13 Exhibit IV: Additional ITB Terms and Conditions 16 Attachment 1: Vendor Submittal -Vendor's Non-Response Statement 22 Attachment 2: Vendor's Check List 23 Attachment 3: Vendor Submittal - Bid Response Form 24 Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit 26 Attachment 5: Vendor Submittal — Immigration Affidavit 27 Attachment 6: Vendor Substitute W— 9 28 #13-6069 Sludge Truck(s)Replacement 2 ITB Template_01/01/2013 Packet Page-589- 5/28/2013 16.C.1. Public Notice Sealed bid responses for Solicitation #13-6069 Sludge Truck(s) Replacement, will be received electronically only at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 until 3:00 PM, Collier County local time on April 5, 2013. Solicitation responses received after the stated time and date will not be accepted. Solicitation #13-6069 Sludge Truck(s) Replacement There will not be a pre-bid meeting for this solicitation. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. All solicitation responses must be made on the official ITB response form included and only available for download from the Collier County Purchasing Department Online Bidding System website noted herein. ITB Documents obtained from sources other than Collier County Purchasing may not be accurate or current. Collier County encourages vendors to utilize recycled paper on all manual bid response submittals. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Joanne Markiewicz Interim Purchasing/General Services Director Publicly posted on the Collier County Purchasing Department website: www.colliergov.net/purchasinq and in the lobby of the Purchasing Building on March 14, 2013. #13-6069 Sludge Truck(s)Replacement 3 ITB Template_01/01/2013 Packet Page-590- 5/28/2013 16.C.1. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Water and Wastewater Departments (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bids from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. Brief Description of Purchase Sludge Truck Replacements are needed for the South County Water Treatment Plant and North Collier Waste Water Treatment Plant. A total of three (3) trucks are required. Historically, County departments have spent approximately $85,000 per truck. Two vehicles will be purchased in FY13 and a third will be purchased in FY14. Background To replace the existing 24 year old trucks because of age and condition. Detailed Scope of Work New Off Road Xspotter or EQUIVALENT 5000005 CAB SHELL ACTT SINGLE CAB D010145 FRONT GAWR 14500 LBS D020278 REAR GAWR 27,800 LBS (TIRE LIMITED) D100423 GVWR 42300 LBS D110800 GCWR 80,000 LBS 1010039 ENGINE ASSY QSB 160HP @ 2200RPM / 540 FT-LBS, CUMMINS P020010 ENGINE IDLE SHUT DOWN ENGINE IDLE SHUTDOWN ENABLED (10 MINUTES) 2700030 TRANSMISSION XXXX ALLISON 3500-SERIES, 4-SPEED 2840004 TRANSMISSION ALLISON T-HANDLE SHIFTER 3700005 FRONT AXLE MERITOR MFS-14 STEER AXLE, 14700# RATING 373002 SHOCK ABSORBERSFRONT DOUBLE ACTING SINGLE—HEAVY DUTY 330QXX REAR DRIVE AXLE-SINGLE & Meritor RS24-160 Capacity single axle TANDEM 331717 REAR DRIVE AXLE RATIO 7.17 400116 WHEELBASE 116 INCHES 4630001 MUD FLAPS-REAR WHEEL MUD FLAPS 4650002 FENDERS-REAR FULL FENDER, PLASTIC FLEX 713023 AIR DRYER BENDIX ADIP W/HEAT 713T001 AIR DRYER MOUNTING MOUNT AIR DRYER INSIDE RAIL EACH LOCATION TANK #13-6069 Sludge Truck(s)Replacement 4 ITB Template_01/01/2013 Packet Page-591- 5/28/2013 16.C.1 . 715018 WET TANK DRAIN MANUAL PULL CORD TYPE 715T002 AIR RESERVOIR DRAIN SYSTEM PULL CORDS, ALL TANKS 5080001 CAB GUARD REAR TRAILER STOPS 622046 MIRRORS-DUAL WEST COAST STAINLESS STEEL, HEATED 6230001 MIRRORS-AUXILIARY HEATED CONVEX MIRRORS 5420001 SUN VISOR-INTERIOR SINGLE SEE THROUGH VISOR 060001 CAB TEMPERATURE SYSTEM AIR COND INTEGRAL WITH HEATER/DEFROSTER 605003 CAB VENTILATION FAN SINGLE, ROOF MOUNTED ADDITIONAL 8660002 LAMPS-SPOT LH & RH REAR FACING LAMPS ON CAB ROOF 867001 LAMPS-EMERGENCY WARNING ROTATING BEACON 930100 TIRE SIZE & LOAD RANGE 295175R22.5 G 14 PR TUBELESS TYPE FRONT RADIAL 933100 TIRE SIZE & LOAD RANGE— 295/75R22.5 G 14 PR REAR 9340052 TIRE MANUFACTURER &TREAD DOUBLE COIN RLB450 - REAR 8900001 TRAILER CABLE RECEPTACLE TRAILER CABLE RECEPTACLE WARRANTY: 1 year/ 3000 miles Parts and Labor Transmission 4 years Engine 2 years/2000 hours Front Axle 3 years Rear Axle 3 years Cab Internal Corrosion 3 years BIDDERS MUST INCLUDE SHIPPING AND ANY APPLICABLE SURCHARGES BIDDERS MUST SUBMIT A SPECIFICATION WITH THEIR BID Award Criteria ITB award criteria is as follows: • All questions on the Bid document shall be answered as to price(s), time requirements, and required document submissions. • Award shall be based upon the responses to all questions on the Bid Response Page(s). • Further consideration may include but not be limited to, references, completeness of bid response and past performances on other County bids/projects. • Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however, should an error in calculations occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response. • The County's Purchasing Department reserves the right to clarify a vendor's proposal prior to the award of the solicitation. It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s) in accordance with the following methodology: Lowest price per each Sludge Truck • Collier County reserves the right to select one, or more than one suppliers, however, it is the intent to select a single awardee. • The contract will be in the form of a standard County Purchase Order. #13-6069 Sludge Truck(s)Replacement 5 ITB Template_01/01/2013 Packet Page-592- 5/28/2013 16.C.1 . Term of Contract The contract term, if an award(s) is/are made is intended to be for current needs only. Prices shall remain firm for the initial term of this contract. Price adjustments are dependent upon the consumer price index (CPI) over the past twelve (12) months, budget availability and program manager approval. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Timetable Event Date Issue Solicitation Notice March 14, 2013 Last Date for Receipt of Written Questions April 1, 2013, 3:00 PM, Naples Local Time Pre-solicitation meeting N/A Solicitation Deadline Date and Time April 5, 2013, 3:00 PM, Naples Local Time Vendor Required Documents • Attachment 2: Vendor's Check List • Attachment 3: Vendor Bid Response Form • Attachment 4: Local Vendor Preference • Attachment 5: Immigration Law Affidavit • Attachment 6: Vendor Substitute W-9 • Sludge Truck Specification #13-6069 Sludge Truck(s)Replacement 6 ITB Template_01/01/2013 Packet Page-593- 5/28/2013 16.0.1 . Exhibit II: General Bid Instructions 1. Purpose/Objective As requested by the Collier County departments or divisions identified in Exhibit 1, the Collier County Board of County Commissioners Purchasing Department (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the "ITB", or"Bid") with the sole purpose and intent of obtaining bid responses from interested and qualified firms in accordance with the terms, conditions, and specifications stated and/or attached herein/hereto. The successful vendor will hereinafter be referred to as the "Vendor" All bids must be submitted on the Bid form furnished by the County noted in Attachments 2, 3, 4, 5, 6, and 7 of this ITB. No bid will be considered unless the Bid form is properly signed. Vendor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non-responsive. 2. Pricing Vendors must provide unit vices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined in Exhibit I: Term of Contract. 3. Alternate Bid Pricing In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price will be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non-responsive and will not be considered for award. 4. Equal Product Manufacturer's name, brand name and/or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and/or design required, and is in no way intended to prohibit the bidding of other manufacturer's items of equal or similar material. An equal or similar product may be bid, provided that the product is found to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid must be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product samples, if required for evaluation, and at no cost to the County, must be submitted with Bid. Unless otherwise directed in the solicitation, the bid will not be considered unless samples are delivered to specified address by bid due date. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. #13-6069 Sludge Truck(s)Replacement 7 ITB Template_01/01/2013 Packet Page-594- 5/28/2013 16.C.1 . 5. Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 6. Exceptions Vendors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS." Failure to indicate any exceptions to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor's exceptions may be declared grounds for rejection of bid proposal. 7. Addenda The County reserves the right to formally amend and/or clarify the requirements of the bid specifications where it deems necessary. Any such addendum/clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Before submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the rejection of your submittal. 8. Bid Submission All electronic bids shall be submitted online via the Collier County Purchasing Department Online Bidding System: www.colliergov.net/bid. All paper bids shall be submitted to the County Purchasing Director, Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112, by the date and time as stated in the Legal Notice. The County assumes no responsibility for bid responses received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late bid responses shall be returned unopened, and shall not be considered for award. Vendors must submit one (1) paper copy clearly labeled "Master," and one (1) compact disks (CD's) with one copy of the proposal on each CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. All bids sent by courier service must have the bid number and title on the outside of the courier packet. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Purchasing Department Internet bid site. #13-6069 Sludge Truck(s)Replacement 8 ITB Template_01/0112013 Packet Page -595- 5/28/2013 16.C.1 . 9. Questions If the vendor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Purchasing Department Internet website: www.colliergov.net/bid. Questions will not be answered after the date noted on the ITB. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 10. Protests Any actual or prospective respondent to an Invitation to Bid, who has a serious and legitimate issue with the ITB shall file a written protest with the Purchasing Director prior to the opening of the bid or the due date for acceptance of bid. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the advertised date for the opening of the bid or the acceptance date for the Request for Proposals. 11. Rejection and Waiver The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. Vendors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non- responsive. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non-responsive. 12. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 87-25, and Collier County Resolution Number 2008-181 establishing and adopting the Collier County Purchasing Policy. The Collier County Board of County Commissioners has adopted a Local Preference "Right to Match" policy to enhance the opportunities of local businesses to receive awards of Collier County purchases. A"local business" is defined as a business that has a valid Business Tax Receipt, formerly known as an Occupational License issued by either Collier or Lee County for a minimum of one (1) year prior to a Collier County quote or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. #13-6069 Sludge Truck(s)Replacement 9 ITB Template_01/01/2013 Packet Page-596- 5/28/2013 16.C.1. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their quote or proposal to be eligible for consideration as a "local business" under this section. When a qualified and responsive non-local business submits the lowest price quote, and the quote submitted by one or more qualified and responsive local businesses is within ten percent (10%) of the price submitted by the non-local business, then the local business with the apparent lowest quote offer(i.e. the lowest local vendor) shall have the opportunity to submit an offer to match the price(s) offered by the overall lowest, qualified and responsive vendor. In such instances, staff shall first verify if the lowest non-local vendor and the lowest local vendor are in fact qualified and responsive vendors. Next, the Purchasing Department shall determine if the lowest local vendor meets the requirements of Section 287.087 F.S. If the lowest local vendor meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest local vendor to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest local vendor submits an offer that fully matches the lowest quote from the lowest non-local vendor tendered previously, then award shall be made to the local vendor. If the lowest local vendor declines or is unable to match the lowest non local quote price(s), then award will be made to the lowest overall qualified and responsive vendor. If the lowest local vendor does not meet the requirement of Section 287.087 F.S. and the lowest non-local vendor does, award will be made to the vendor that meets the requirements of the referenced state law. Vendor must complete and submit with its quote response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Vendor to submit this Affidavit with their quote response will preclude said Vendor from being considered for local preference under this solicitation. A Vendor who misrepresents the Local Preference status of its firm in a quote submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with any of the competing vendors determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 13. Immigration Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners #13-6069 Sludge Truck(s)Replacement 10 ITB Template_01/01/2013 Packet Page-597- 5/28/2013 16.C.1. Vendors/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the BidderNendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's/vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.00v/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 14. Lobbying All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied either individually or collectively about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to final Board approval, no firm or its agent shall contact any other employee of Collier County with the exception of the Purchasing Department. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 16. General Information When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is the best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug-free #13-6069 Sludge Truck(s)Replacement 11 ITB Template_01/01/2013 Packet Page-598- 5/28/2013 16.C.1 . workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 17. Bid Award Process Award of contract will be made by the Board of County Commissioners in public session. Awards pertaining to the Collier County Airport Authority will generally be made by that agency's approval Board. Award shall be made in a manner consistent with the County's Purchasing Policy. Award recommendations will be posted outside the offices of the Purchasing Department as well as on the Collier County Purchasing Department website on Wednesdays and Thursdays prior to the County Commission meetings. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. #13-6069 Sludge Truck(s)Replacement 12 ITB Template_01/01/2013 Packet Page-599- 5/28/2013 16.C.1 . Exhibit III: Standard Purchase Order Terms and Conditions 1. Offer delivery; provided that risk of loss prior to This offer is subject to cancellation by the actual receipt of the goods by the COUNTY COUNTY without notice if not accepted by nonetheless remain with VENDOR. VENDOR within fourteen (14)days of issuance. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise 2. Acceptance and Confirmation specifically stated in this Purchase Order. This Purchase Order (including all documents Unless otherwise provided in Purchase attached to or referenced therein) constitutes Order, no invoices shall be issued nor the entire agreement between the parties, unless payments made prior to delivery. Unless otherwise specifically noted by the COUNTY on freight and other charges are itemized, any the face of this Purchase Order. Each delivery of discount will be taken on the full amount of goods and/or services received by the COUNTY invoice. from VENDOR shall be deemed to be upon the c) All shipments of goods scheduled on the terms and conditions contained in this Purchase same day via the same route must be Order. consolidated. Each shipping container must be consecutively numbered and marked to No additional terms may be added and Purchase show this Purchase Order number. The Order may not be changed except by written container and Purchase Order numbers must instrument executed by the COUNTY. VENDOR be indicated on bill of lading. Packing slips is deemed to be on notice that the COUNTY must show Purchase Order number and objects to any additional or different terms and must be included on each package of less conditions contained in any acknowledgment, than container load (LCL) shipments and/or invoice or other communication from VENDOR, with each car load of equipment. The notwithstanding the COUNTY'S acceptance or COUNTY reserves the right to refuse or payment for any delivery of goods and/or return any shipment or equipment at services, or any similar act by VENDOR. VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees 3. Inspection to declare to the carrier the value of any All goods and/or services delivered hereunder shipment made under this Purchase Order shall be received subject to the COUNTY'S and the full invoice value of such shipment. inspection and approval and payment therefore d) All invoices must contain the Purchase Order shall not constitute acceptance. All payments are number and any other specific information as subject to adjustment for shortage or rejection. identified on the Purchase Order. Discounts All defective or nonconforming goods will be of prompt payment will be computed from the returned pursuant to VENDOR'S instruction at date of receipt of goods or from date of VENDOR'S expense. receipt of invoices, whichever is later. Payment will be made upon receipt of a To the extent that a purchase order requires a proper invoice and in compliance with series of performances by VENDOR, the Chapter 218, Fla. Stats., otherwise known as COUNTY prospectively reserves the right to the "Local Government Prompt Payment cancel the entire remainder of the Purchase Act," and, pursuant to the Board of County Order if goods and/or services provided early in Commissioners Purchasing Policy. the term of the Purchase Order are non-conforming or otherwise rejected by the 5. Time Is Of the Essence COUNTY. Time for delivery of goods or performance of services under this Purchase Order is of the 4. Shipping and Invoices essence. Failure of VENDOR to meet delivery a) All goods are FOB destination and must be schedules or deliver within a reasonable time, as suitably packed and prepared to secure the interpreted by the COUNTY in its sole judgment, lowest transportation rates and to comply shall entitle the COUNTY to seek all remedies with all carrier regulations. Risk of loss of available to it at law or in equity. VENDOR any goods sold hereunder shall transfer to agrees to reimburse the COUNTY for any the COUNTY at the time and place of expenses incurred in enforcing its rights. #13-6069 Sludge Truck(s)Replacement 13 !TB Template_01/01/2013 Packet Page-600- 5/28/2013 16.C.1 . VENDOR further agrees that undiscovered VENDOR shall indemnify and hold harmless the delivery of nonconforming goods and/or services COUNTY from any and all claims, including is not a waiver of the COUNTY'S right to insist claims of negligence, costs and expenses, upon further compliance with all specifications. including but not limited to attorneys'fees, arising from, caused by or related to the injury or death 6. Changes of any person (including but not limited to The COUNTY may at any time and by written employees and agents of VENDOR in the notice make changes to drawings and performance of their duties or otherwise), or specifications, shipping instructions, quantities damage to property (including property of the and delivery schedules within the general scope COUNTY or other persons), which arise out of or of this Purchase Order. Should any such change are incident to the goods and/or services to be increase or decrease the cost of, or the time provided hereunder. required for performance of the Purchase Order, an equitable adjustment in the price and/or 11. Warranty of Non-Infringement delivery schedule will be negotiated by the VENDOR represents and warrants that all goods COUNTY and VENDOR. Notwithstanding the sold or services performed under this Purchase foregoing, VENDOR has an affirmative obligation Order are: a) in compliance with applicable laws; to give notice if the changes will decrease costs. b) do not infringe any patent, trademark, Any claims for adjustment by VENDOR must be copyright or trade secret; and c) do not constitute made within thirty (30) days from the date the unfair competition. change is ordered or within such additional period of time as may be agreed upon by the VENDOR shall indemnify and hold harmless the parties. COUNTY from and against any and all claims, including claims of negligence, costs and 7. Warranties expense, including but not limited to attorneys' VENDOR expressly warrants that the goods fees, which arise from any claim, suit or and/or services covered by this Purchase Order proceeding alleging that the COUNTY'S use of will conform to the specifications, drawings, the goods and/or services provided under this samples or other descriptions furnished or Purchase Order are inconsistent with VENDOR'S specified by the COUNTY, and will be of representations and warranties in section 11 (a). satisfactory material and quality production, free from defects and sufficient for the purpose If any claim which arises from VENDOR'S breach intended. Goods shall be delivered free from any of section 11 (a) has occurred, or is likely to security interest or other lien, encumbrance or occur, VENDOR may, at the COUNTY'S option, claim of any third party. These warranties shall procure for the COUNTY the right to continue survive inspection, acceptance, passage of title using the goods or services, or replace or modify and payment by the COUNTY. the goods or services so that they become non-infringing, (without any material degradation 8. Statutory Conformity in performance, quality, functionality or additional Goods and services provided pursuant to this cost to the COUNTY). Purchase Order, and their production and transportation shall conform to all applicable 12. Insurance Requirements laws, including but not limited to the Occupational The VENDOR, at its sole expense, shall provide Health and Safety Act, the Federal commercial insurance of such type and with such Transportation Act and the Fair Labor Standards terms and limits as may be reasonably Act, as well as any law or regulation noted on the associated with the Purchase Order. Providing face of the Purchase Order. and maintaining adequate insurance coverage is a material obligation of the VENDOR. All 9. Advertising insurance policies shall be executed through No VENDOR providing goods and services to the insurers authorized or eligible to write policies in COUNTY shall advertise the fact that it has the State of Florida. contracted with the COUNTY for goods and/or services, or appropriate or make use of the 13. Compliance with Laws COUNTY'S name or other identifying marks or In fulfilling the terms of this Purchase Order, property without the prior written consent of the VENDOR agrees that it will comply with all COUNTY'S Purchasing Department. federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, 10. Indemnification this shall include the American with Disabilities Act and all prohibitions against discrimination on #13-6069 Sludge Truck(s)Replacement 14 ITB Template_01/01/2013 Packet Page-601- 5/28/2013 16.C.1 . the basis of race, religion, sex creed, national conditions of this Purchase Order, provided that origin, handicap, marital status, or veterans' COUNTY has provided VENDOR with notice of status. Further, VENDOR acknowledges and such breach and VENDOR has failed to cure without exception or stipulation shall be fully within 10 days of receipt of such notice. responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 19. General as located at 8 U.S.C. 1324, et seq. and a) This Purchase Order shall be governed by regulations relating thereto, as either may be the laws of the State of Florida. The venue amended. Failure by the awarded firm(s) to for any action brought to specifically enforce comply with the laws referenced herein shall any of the terms and conditions of this constitute a breach of the award agreement and Purchase Order shall be the Twentieth the County shall have the discretion to Judicial Circuit in and for Collier County, unilaterally terminate said agreement Florida immediately. Any breach of this provision may b) Failure of the COUNTY to act immediately in be regarded by the COUNTY as a material and response to a breach of this Purchase Order substantial breach of the contract arising from by VENDOR shall not constitute a waiver of this Purchase Order. breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be 14. Force Majeure deemed a waiver of any subsequent default Neither the COUNTY nor VENDOR shall be by VENDOR. responsible for any delay or failure in c) All notices under this Purchase Order shall performance resulting from any cause beyond be sent to the respective addresses on the their control, including, but without limitation to face page by certified mail, return receipt war, strikes, civil disturbances and acts of nature. requested, by overnight courier service, or by When VENDOR has knowledge of any actual or personal delivery and will be deemed potential force majeure or other conditions which effective upon receipt. Postage, delivery and will delay or threatens to delay timely other charges shall be paid by the sender. A performance of this Purchase Order, VENDOR party may change its address for notice by shall immediately give notice thereof, including all written notice complying with the relevant information with respects to what steps requirements of this section. VENDOR is taking to complete delivery of the d) The Vendor agrees to reimbursement of any goods and/or services to the COUNTY. travel expenses that may be associated with this Purchase Order in accordance with 15. Assignment Florida Statute Chapter 112.061, Per Diem VENDOR may not assign this Purchase Order, and Travel Expenses for Public Officers, nor any money due or to become due without the employees and authorized persons. prior written consent of the COUNTY. Any e) In the event of any conflict between or assignment made without such consent shall be among the terms of any Contract Documents deemed void. related to this Purchase Order, the terms of the Contract Documents shall take 16. Taxes precedence over the terms of the Purchase Goods and services procured subject to this Order. To the extent any terms and /or Purchase Order are exempt from Florida sales conditions of this Purchase Order duplicate and use tax on real property, transient rental or overlap the Terms and Conditions of the property rented, tangible personal purchased or Contract Documents, the provisions of the rented, or services purchased (Florida Statutes, Terms and/or Conditions that are most Chapter 212), and from federal excise tax. favorable to the County and/or provide the greatest protection to the County shall 17. Annual Appropriations govern. The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and #13-6069 Sludge Truck(s)Replacement 15 ITB Template_01/01/2013 Packet Page-602- 5/28/2013 16.C.1. Exhibit IV: Additional ITB Terms and Conditions 1. Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and/or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 2. Conflict of Interest Vendor shall provide a list of any businesses and/or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 3. Vendor Performance Evaluation Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of$25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. 5. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for n/a% or more of the solicitation amount for said work. 6. Deductions for Non-Performance The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Vendor the costs necessary to correct the deficiencies directly related to the Vendor's non-performance. 7. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 8. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. #13-6069 Sludge Truck(s)Replacement 16 ITB Template_01/01/2013 Packet Page-603- 5/28/2013 16.C.1 . All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 9. Standards of Conduct The Vendor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 10. Licenses The Vendor is required to possess the correct professional and other licenses, and any other authorizations necessary to perform the required work pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of all the required licenses must be submitted with the bid response indicating that the entity bidding, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the ITB documents. Failure on the part of any vendor to supply this documentation with their bid response may be grounds for deeming vendor non-responsive. A Vendor with an office within Collier County is required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. Questions regarding professional licenses should be directed to Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required Business Tax Receipt (formerly known as Occupational Licenses) should be directed to the Tax Collector's Office at (239) 252-2477. 11. Protection of Property The Vendor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair/replace, to the County's satisfaction, damaged property at no additional cost to the County. If the damage caused by the Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. #13-6069 Sludge Truck(s)Replacement 17 ITB Template_01/01/2013 Packet Page-604- 5/28/2013 16.C.1 . 12. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 13. Invoice and Payments Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(c�collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional —payment by check, wire transfer or other cash equivalent. • Standard —payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after #13-6069 Sludge Truck(s)Replacement 18 ITB Template_01/01/2013 Packet Page -605- 5/28/2013 16.C.1 . completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 14. Survivability Purchase Orders: The Consultant/Contractor/Vendor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation #13-6069 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 15, Insurance Requirements The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in Insurance and Bonding Requirements Attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida #13-6069 Sludge Truck(s)Replacement 19 ITB Template_01/01/2013 Packet Page -606- 5/28/2013 16.C.1 . The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding Requirements Attachment, with the use of Insurance Services Office (ISO)forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four(24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 15. Collier County Information Technology Requirements All vendor access will be done via VPN access only. All access must comply with current published County Manager Agency (CMA) policies. Current policies that apply are CMAs 5402, 5403 and 5405. These policies will be available upon request from the Information Technology Department. All vendors will be required to adhere to IT policies for access to the County network. Vendors are required to notify the County in writing twenty-four(24) hours in advance as to when access to the network is planned. Included in this request must be a detailed work plan with actions that will be taken at the time of access. The County IT Department has developed a Technical Architecture Requirements Document that is required to be filled out and submitted with your bid response. This document can be found on the Collier County Purchasing Department website: www.colliergov.net/purchasinq. On the left hand side of the menu, click on CC Technical Requirements. If this document is not submitted with your bid response, your bid response may be deemed non-responsive. 16. Security and Background Checks #13-6069 Sludge Truck(s)Replacement 20 ITB Template_01/01/2013 Packet Page-607- 5/28/2013 16.C.1 . If required, Vendor/ Contractor/ Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4)years. 17. Maintenance of Traffic Policy For all projects that are conducted within a Collier County Right-of-Way, the Vendor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportation's Design Standards (DS) on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through the Risk Management and/or Purchasing Departments and are available on-line at colliergov.net/purchasing. The Vendor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenance of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 18. Debris Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County's representative, shall remove and dispose such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work. 19. Grant Compliance The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. #13-6069 Sludge Truck(s)Replacement 21 ITB Template_01/01/2013 Packet Page-608- 5/28/2013 16.C.1 . Goitre,-County Administrative Services Division Purchasing Attachment 1: Vendor Submittal -Vendor's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons why prospective Vendors did not wish to respond to this ITB. If your firm is not responding to this ITB, please indicate the reason(s) by checking any appropriate item(s) listed below and return this form via email or fax to the Procurement Strategist listed on the first page or mail to: Collier County Purchasing Department, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: #13-6069 Sludge Truck(s) Replacement ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Firm's Complete Legal Name Address City, State, Zip Telephone Number FAX Number Signature/Title Type Name of Signature Date: #13-6069 Sludge Truck(s)Replacement 22 ITB Template_01/01/2013 Packet Page-609- 5/28/2013 16.C.1 . Cor er County Adrrinistative Service MIS= Purchasing Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E-Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: #13-6069 Sludge Truck(s) Replacement • Opening Date: April 5, 2013 at 3:00 PM. 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature &Title Date #13-6069 Sludge Truck(s)Replacement 23 ITB Template_01/01/2013 Packet Page-610- 5/28/2013 16.C.1. Cofer County Adrrinislrahve Services Division Purchasing Attachment 3: Vendor Submittal - Bid Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: #13-6069 Sludge Truck(s) Replacement Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this Bid is accepted, to contract, either by a County issued purchase order or formal contract, to comply with the requirements in full in accordance with the terms, conditions and specifications denoted herein, according to the following unit prices: *** SEE FOLLOWING PAGES Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: % Days; Net_ Days ® Bid Response Form is electronic. Please input your prices online. Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Purchasing Director for approval within fifteen (15) days after being notified of an award. #13-6069 Sludge Truck(s)Replacement 24 ITB Template_01/01/2013 Packet Page-611- 5/28/2013 16.C.1 . IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 2013 in the County of , in the State of Firm's Complete Legal Name Address City, State, Zip Florida Certificate of Authority Document Number Federal Tax Identification Number CCR#or CAGE Code Telephone Number FAX Number Signature/Title Type Name of Signature Date Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address #13-6069 Sludge Truck(s)Replacement 25 ITB Template_01/01/2013 Packet Page-612- 5/28/2013 16.C.1 . Co ier County Adrrinistrative SeMces Division Purchasing Attachment 4: Vendor Submittal — Local Vendor Preference Affidavit Solicitation: #13-6069 Sludge Truck(s) Replacement(Check Appropriate Boxes Below) State of Florida(Select County if Vendor is described as a Local Business ❑ Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A"local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one (1)year prior to a Collier County bid or proposal submission that authorizes the business to provide the commodities or services to be purchased, and a physical business address located within the limits of Collier or Lee Counties from which the vendor operates or performs business. Post Office Boxes are not verifiable and shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of either Collier or Lee County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, the support and increase to either Collier or Lee County's tax base, and residency of employees and principals of the business within Collier or Lee County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or❑ Lee County: Number of Employees (Including Owner(s)or Corporate Officers): Number of Employees Living in ❑ Collier County or❑ Lee (Including Owner(s)or Corporate Officers): If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Date: Address in Collier or Lee County: Signature: Title: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of , 20 Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) #13-6069 Sludge Truck(s)Replacement 26 ITB Template_01/01/2013 Packet Page-613- 5/28/2013 16.C.1. Cower County Adninrstradve services Division Purchasing Attachment 5: Vendor Submittal—Immigration Affidavit Solicitation: #13-6069 Sludge Truck(s) Replacement This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor/ Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e)Section 274A(e) of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of ,20_, by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. #13-6069 Sludge Truck(s)Replacement 27 ITB Template_01/01/2013 Packet Page-614- 5/28/2013 16.C.1 . Cotter County Administrative Services Division Purchasing Attachment 6: Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) Individual/Sole Proprietor _Corporation _Partnership Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number #13-6069 Sludge Truck(s)Replacement 28 ITB Template_01/01/2013 Packet Page-615- -919-aSed Ia)ped to m ui 7.11 N m .. -o . ID ai -as' >u m v 7 o 'O Z' p td z ai m to Y U of a C a) O -j C r LL cu Lt-i U u a) LI Lo z O F ea ii m y u) t I- o c n co O Co O N a) a) 0 N U CD a' CO iii O J E9 y H•. ((n 5 H w• c e. c O J Z LL �7 • Lo m D Y co >c H U _• H CO u O C D 0 U) C co• L S2 0 0 co O 0 0 N co a a) Z a) 0 — ac > >- > > E CD U Lo CO moo N H N 0 -Uj M U) ..-! 0) C O- } }Z >} CD C7 E 0 0 i= CNI eGe U O O O Z O H• N E `o 3 rn O o v !— ' Q ai a) > Y N CS L a) c a N p m_ a d =C C ` m _1 O a co v K E O u cc m a) a E 1 z b.° m o > m r v -1 ...... G cu m Y .G). n d i v a y O C o a a o. a O m I..0'91. £I.OZ/8Z/S 5/28/2013 16.C.1. Cofer. County Adninistrabve Services Division Purchasing Attachment 2: Vendor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. Any required drawings, descriptive literature, etc. have been included. 6. Any delivery information required is included. 7. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 8. Addendum have been signed and included, if applicable. 9. Affidavit for Claiming Status as a Local Business, if applicable. 10. Immigration Affidavit and company's E-Verify profile page or memorandum of understanding. 11. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 12. The mailing envelope must be addressed to: Purchasing Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: #13-6069 Sludge Truck(s) Replacement • Opening Date: April 5, 2013 at 3:00 PM. 13. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. " ,16,7 Company WA Signature & Itle-a Date #13-6069 Sludge Truck(s)Replacement 23 ITB Template_01/01/2013 Packet Page -617- 5/28/2013 16.C.1. Cofer County Adninist anve Services Division Purchasing Attachment 3: Vendor Submittal - Bid Response Form FROM: / / C Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: #13-6069 Sludge Truck(s) Replacement Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Vendor proposes and agrees if this Bid is accepted, to contract, either by a County issued purchase order or formal contract, to comply with the requirements in full in accordance with the terms, conditions and specifications denoted herein, according to the following unit prices: * ** SEE FOLLOWING PAGES ** * Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: (f %JO Days; Ned Days ® Bid Response Form is electronic. Please input your prices online. Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Purchasing Director for approval within fifteen (15)days after being notified of an award. #13-6069 Sludge Truck(s)Replacement 24 ITB Template_01/01/2013 Packet Page-618- 5/28/2013 16.C.1. IN WITNESS WHEREOF, WE have hereunto ub ibed ur names on this da of , 2013 in the County of I(,c,h , in the State of . zee b`ge,c Firm's Complete Legal Name L> 11.1ane LL� (� Address /0 ' , QCOl -J Ave Pt el'' City, State, Zip ( L1A1 i cc 27.2092 Florida Certificate of Authority Document Number Federal Tax Identification c — .(C5 C/1/22 Number CCR#or CAGE Code �> Qg Telephone Number SO? '(,3 " ,2OCJs FAX Number i 0 '" 1 r- C Signature/Title �/ �.4i!� Ca - ✓��, Type Name of Signature 4 // (?�✓�rc 1 Date ��•" �O Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address #13-6069 Sludge Truck(s)Replacement 25 ITB Template_01/01/2013 Packet Page-619- 5/28/2013 16.C.1 . Co er County Administrative Services Division Purchasing Attachment 4: Vendor Submittal—Local Vendor Preference Affidavit Solicitation: #13-6069 Sludge Truck(s) Replacement(Check Appropriate Boxes Below) State of Florida(Select County if Vendor is described as a Local Business ❑Collier County ❑ Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy; A"local business" is defined as a business that has a valid occupational license issued by either Collier or Lee County for a minimum of one(1)year prior to. Collier County bid or proposal submission that authorizes the business to provide the commodities or servic-s to be purchased, and a physical business address located within the limits of Collier or Lee Cou ,ies fro whic' the vendor operates or performs business. Post Office Boxes are not verifiable and shall not ie used or thrlit, rpose of establishing said physical address. In addition to the foregoing, a vendor shall not be consid- ed a -I business"unless it contributes to the economic development and well-bein•kof either oilier o Lee C in a verifiable and measurable way.This may include, but not be limited to, a rete ion an.:expan .^of employment opportunities, the support and increase to either Collier or L:- Coun 's tax .=se, a • re idency of employees and principals of the business within Collier or Lee County. - •ors all aff m in iting their compliance with the foregoing at the time of submitting their bid or proposal to .e eli!ible fir consi'eration as a "local business"under this section. Vendor must complete the folio 'ng fo mati•n: Year Business Established in ❑..flier - ount or❑ Lee County: Number of Employees(Including Owner(s)or orporate Officers): Number of Employees Living in ❑ Collier Co ty or❑ Lee(Including Owner(s)or Corporate Officers): If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: Date: Address in Collier or Lee County: Signature: Title: STATE OF FLORIDA ❑ COLLIER COUNTY ❑ LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this Day of ,20 . Notary Public My Commission Expires: (AFFIX OFFICIAL SEAL) #13-6069 Sludge Truck(s)Replacement 26 ITB Template_01/01/2013 Packet Page-620- 5/28/2013 16.C.1 . Coder County Administrative Senrioes Division Purc,ang Attachment 5:Vendor Submittal—Immigration Affidavit Solicitation:#13-6069 Sludge Truck(s)Replacement This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's)and Request for Proposals(RFP)submittals. Further,Vendors/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor/ Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers,constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e)Section 274A(e)of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e)of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws(specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. . Company Name Li/flie Lie Print Name 4.i ol' - Title _ / Nee r2ccg,r,..,-, Signature fArAll70//� Date S 20 State of ea-eaL County offi The foregoing instrument was signed and acknowledged before me this °t t-v day of 1AfL /k ,20(5,by I✓hr 61-16(-(A 4,klekAbok_C V\. who has produced •Yt 1tC_tS LACE ikSC, as identification. ` ,(Print or Type Name) (Type of Identification and Number) (\`V�-f,@ Yli/ , 1 `° I t C Notary Pu i Signature Printed ame of Notary Public NAa.v� Lo a-0 3-a- Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein,the truth and accuracy of this affidavit to interrogatories hereinafter made. AittAlso #13-6069 Sludge Truck(s)Replacement 27 ITB Template_01/01/2013 Packet Page -621- 5/28/2013 16.C.1. Form WW1 Request for Taxpayer Give Form to the (1tev.December 2011) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service Name(as shown on your income tax return) LiftOne LLC ni Business name/disregarded entity name,if different from above rn a Check appropriate box for federal tax classification: o ❑Individual/sole proprietor ❑ C Corporation ❑S Corporation ® Partnership ❑ Trust/estala O. 0 ' ❑Exempt payee o o al Limited liability company.Enter the tax classification(C:C corporation,S=S corporation,P=partnership)► i7 c e a. ❑ Other(see instructions)1. b_ Address(number,street,and apt,or suite no.) Requester's name and address(optional) (ti.)n 440 East Westinghouse Blvd. , City,stale,and ZIP code rn Charlotte, NC 28273 List account number(s)tore(optional) Part I Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on the"Name"line Social security number to avoid backup withholding.For individuals,this is your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3.For other L - - entities,it is your employer identification number(EIN).If you do not have a number,see How to get a TIN on page 3. • Note.If the account is in more than one name,see the chart on page 4 for guidelines on whose Employer identification number number to enter. 4 5 - 4 5 5 0 4 2 2 PartIi! Certification Under penalties of perjury,I certify that: 1. The number shown on this fort is my correct taxpayer identification number(or I am waiting for a number to be issued to me),and 2. I am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding,and 3. I am a U.S.citizen or other U.S.person(defined below). Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions on page 4. Sign Signature of /4 fee V C / i Here u.s.person> t rTLH/VL(/1d �`f Date / General Instructions Note.If a requester gives you a/form other than Form W-9 to request Section references are to the Internal Revenue Code unless otherwise to TIN,you must use the requester's form if it is substantially similar to this Form W-9. noted. Definition of a U.S.person.For federal tax purposes,you are Purpose of Form considered a U.S.person if you are A person who is required to file an information return with the IRS must •An individual who is a U.S.citizen or U.S-resident alien, obtain your correct taxpayer identification number(TIN)to report,for •A partnership,corporation,company,or association created or example,income paid to you,real estate transactions,mortgage interest organized in the United States or under the laws of the United States, you paid,acquisition or abandonment of secured property,cancellation •An estate(other than a foreign estate),or of debt,or contributions you made to an IRA. •A domestic trust(as defined In Regulations section 301.7701-7). Use Form W-9 only if you are a U.S.person(including a resident alien),to provide your correct TIN to the person requesting it(the Special rules for partnerships.Partnerships that conduct a trade or requester)and,when applicable,to: business In the United States are generally required to pay a withholding tax.on any foreign partners'share of income from such business. 1.Certify that the TIN you are giving is correct(or you are waiting for a Further,in certain cases where a Form W-9 has not been received,a number to be issued), partnership is required to presume that a partner is a foreign person, 2.Certify that you are not subject to backup withholding,or and pay the withholding tax.Therefore,if you are a U.S.person that is a 3.Claim exemption from backup withholding if you are a U.S.exempt partner in a partnership conducting a trade or business in the United payee.If applicable,you are also certifying that as a U.S person,your States,provide Form W-9 to the partnership to establish your U.S. allocable share of any partnership income from a U.S.trade or business status and avoid withholding on your share of partnership income, is not subject to the withholding tax on foreign partners'share of effectively connected income, Cal.No.10231X Form W-9(Rev.12-2011) Packet Page -622- 5/28/2013 16.C.1 . 111—k11111111)._ 11-3-41 ACTT42 Class 8 Autocar Sales Managers 179 Windrift Dr Dallas, GA 30132 Prepared By : COREY TITUS catitus@autocartruck.corn Prepared For : RANDY LEWIS COLLTFR COUNTY Tuesday, March 26, 2013 1:47:23 PM EST Packet Page -623- 5/28/2013 16.0.1. Ali TO AL.rrocA �. . ,,.. ms Autocar Kalmar- Ottawa ..,,,t,„, _ 50 Gallon Fuel Tank o � IF(Off Road&DOT) 44 40 Gallon Fuel Tank(Reduced in 2010) xv�v) 5 jDOT Modes 5 c 6 Month Warranty Parts&Labor, $�{• 1 Year Warranty Parts&labor ► M4riths 77hrougti 12 Parts Only (Al l Models) NttLabQr__—_--. __--___-- i Dual Air Brake System Single Air Brake System(Off Road)(No $(FMVSS121 Safety * Protection If Front or Rear Fail,Truck is 4 . ": System!Road Legal)(Ail Models) Immediately Down,Not Road Legal) s 4,2'7- = IA $ Automatic Slack Adjusters(4) # Manual Slack Adjusters(4)(Off Road) f t cf? (All Models) (Not Road Legal) " c}a � Large Intermittent Premium Basic Wiper,Small Blade,Single Speed, '; $ Wiper and Washer No Washer Fluid,Poor Windshield n `,=- (Ali Models) Coverage(Off Road)(Not Road 47:- 3-Point Seat Belt-(Road Legal) 416# 2-Point Lap Belt(Not Road Legal) 3 (All Models) (Off Road) is s Front Shock Absorbers(2) $4 Springs Only No Shocks Absorbers &Heavy Duty Springs - .: 4 Point Air Ride Cab(2 Rear Air 4 3 Point Air Ride Cab(Only 1 Rear Air i Bas/Shocks) /Ba Shock) Rugged Premium Cordura Basic Vinyl Seat Cover(Easy to , i?- , 1 Seat Cover Rip/Tear) f Premium Front Line Tires # Off Brand Tires = � �� Llghrer Duty Frame(No 4 . r. ' Heavy Duty Box Frame Boxed Reinforcement) `" Heavy duty 5th Wheel Lift Cylinders 4 Light Duty 5th Wheel Lift Cylinders(2) '`,l2,7_ (2)Top/Bottom Spherkcal Bearings fixed Top/Bottom Bearings -' All Lights LED fir Basic Lights „. PST: Silicone Long Life Premium �- mow 41'S Standard Rubber Basic Hoses ,. Radiator Heater Hoses w' L Light Heavy Duty Front Bumper 44 9 ht Du tY Bumper Heavy Duty Front Axle 14,7001bs 4r4 Lighter Duty Front Axle 11000Ibs Visibility and Operation Space . " 2 C$2,2 2 2 e r C a.acity KaltttaLt)tttiw:t 14. 2231 stl inches r l'ront Windshield ( (i-45%larger than 15'35 set inches 1710 sal inches :I ti 1 eoniutitors) , _...._,� _ Rear Door 72,.1 i x1,1-14` -�$" (Entry/Exit) (Tallest,Widest) Gt I-Ixir1"°W (71ix1t3"1� i , _ Cab Depth 77"'C} 67-D 69"D (I runt to Back) (Deepest) -`i �. r 1`laxirpaec Most floor Space �,s.; ;„r :::.,-:Li ill:S' (2X C itpvcity) i Pr Autocar, a Legacy of Hard Working Trucks Since 1897 li: ---,.--- , I .-. Packet Page -624 Prepared By COREY TITUS Prepared For RA 5/28/2013 16.C.1 . Quote Id:RETAIL OR 1.13 COLLIExc w v iv.1 Quote Number:Q0017576 Vehicle Specification Description Front Weight Rear Weight Price AUTOCAR TRUCKS S 0040004 MODELS ACTT42 S 5000005 CAB SHELL ACTT SINGLE CAB SOLUTION S CO10010 APPLICATION TERMINAL TRACTOR- DISTRIBUTION O C03000 TERRITORY CUSTOM TERRITORY O DO10132 FRONT GAWR 13200 LBS O D020254 REAR GAWR 25400 LBS(TIRE LIMITED) O D100386 GVWR 38600 LBS O DI 10800 GCWR 80,000 LBS VEHICLE ADAPTATION S 114010 COUNTRY OF USE UNITED STATES STD MARKET ADAPTATION ENGINE S 1580003 ENGINE VOCATION OFF-HIGHWAY-NORTH AMERICA S 1010039 ENGINE ASSY QSB 160HP @ 2200RPM/540 FT-LBS,CUMMINS S 4460004 FUEL TYPE DIESEL FUEL-GENERAL S 972A008 SPECIAL EMISSION COMPLIES W/TIER 3 TPEM CERTIFICATION LABELS EMISSIONS(173HP AND LOWER) ENGINE EQUIP S 1290002 ENGINE ELECTRONICS CUMMINS ENGINE ELECTRONICS O P020010 ENGINE IDLE SHUT DOWN ENGINE IDLE SHUTDOWN ENABLED(10 MINUTES) S P010025 VEHICLE GOVERENED SPEED LIMIT 25MPH SPEED LIMIT S P030002 CRUISE CONTROL CRUISE CONTROL DISABLED PARAMETER S 132034 ENGINE PROTECT AUDIBLE/VISUAL SYSTEM/WARNINGS ALARM/LOP,HT,LWL S 4380003 FILTER-FUEL,CHASSIS FLEETGUARD FS 1003 F/W MOUNTED SEPARATOR W/PROBE& DASH LIGHT Price Level:2012120520I4A T„Ac,ta., !4 , b)A )ni 3 Page 3 of 11 Packet Page -625- Prepared By COREY TITUS Prepared For RA 5/28/2013 16.C.1. Quote Id:RETAIL OR 1.13 COLLIbic w UiN r I Quote Number:Q0017576 S 1700003 FILTER-FUEL,ENGINE SPIN-ON,ENGINE MOUNTED MOUNTED S 1750001 ENGINE OIL STANDARD ENGINE OIL O 1800001 ENGINE BLOCK HEATER PHILLIPS 120V,750W O 1810004 HEATER RECEPTICAL RECEPTACLE LOCATED AT LOCATION-ENGINE CAB STEPS,LH SIDE S 2000003 RADIATOR 1000 SQ.IN. S 2080002 FAN&DRIVE-ENGINE FAN,DIRECT DRIVE S 2090001 RADIATOR COOLANT EXTENDED LIFE COOLANT S 2120003 RADIATOR SURGE TANK STANDARD SURGE TANK W/ SIGHT GLASS S 2200003 AIR CLEANER 11"ONE STAGE S 2300002 MUFFLER SYSTEM FRAME MOUNTED VERTICAL S 231011 EXHAUST SHIELDS UNPAINTED ALUM VERT MUFF SHIELD-SINGLE S 232039 EXHAUST STACKS 12'6"ALUMINIZED STEEL, SINGLE S 234001 EXHAUST RAIN CAP SINGLE S 7000003 AIR COMPRESSOR 15.2 CFM COMPRESSOR S 802114 ALTERNATOR DELCO REMY 12V 130AMP 22SI S 8100001 BATTERY 2 BATTERIES,31 ECL,I2V, 1900CCA S 8200001 STARTING MOTOR DELCO REMY 38 MT-HD TRANSMISSION S 2690005 CONTROL MODULE UTILITY,YARD TRACTOR, (ELECT) GRP99,VP113 S PT10002 TRANS DIRECTION ROLLING DIRECTION CHANGE SHIFT INHIBIT CHANGE INHIBIT O 2700030 TRANSMISSION XXXX ALLISON 3500-SERIES, 4-SPEED O 2840004 TRANSMISSION ALLISON T-HANDLE SHIFTER CONTROLS S 286005 COOLER-TRANSMISSION OIL TO WATER TYPE OIL S 290003 TRANSMISSION OIL OIL FILL TUBE/DIPSTICK W/ FILL/CHECK LEVEL SENSOR S 292004 TRANSMISSION TRANSYND SYNTHETIC LUBRICANT AUTO TRANS FLUID S 300015 DRIVESHAFT-MAIN SPICER 1710HD HALF ROUND FRONT AXLE O 3700005 FRONT AXLE MERITOR MFS-14 STEER AXLE,14700#RATING S 371007 FRONT SUSPENSION 6500 LB FLATLEAF 14,500 GROUND CAPACITY Price Level:201212052014A Moroi, 11113 Page 4 of 11 Packet Page-626- Prepared By COREY TITUS Prepared For RA 5/28/2013 16.C.1 . Quote Id:RETAIL OR 1.13 COLLIErc wury r r Quote Number:Q0017576 0 373002 SHOCK ABSORBERS- DOUBLE ACTING SINGLE- FRONT HEAVY DUTY S 374002 FRONT AXLE LUBRICANT SYNTHETIC,DANA SPICER EP75W90,OR EQUIV S 3830004 STEERING GEAR XXXX TAS 65 W/IOLB-IN TORSION BAR S 3870001 POWER STEERING INTEGRAL WITH FIFTH RESERVOIR WHEEL RESERVOIR REAR AXLE A 330QXX REAR DRIVE AXLE-SINGLE MERITOR RS24-160 &TANDEM S 330U98 REAR AXLE LUBE PUMP NO LUBRICATION PUMP S 331717 REAR DRIVE AXLE RATIO 7.17 S 339002 REAR AXLE LUBRICANT SYNTHETIC S 3400001 REAR AXLE BREATHER STANDARD AXLE BREATHER S 3500010 REAR SUSPENSION SOLID MOUNT SUSPENSION BRAKES S 741050 BRAKE CONTROL SYSTEM NO BRAKE CNTRL SYSTEM- FMVSS121 EXEMPT S 7510012 BRAKES-FOUNDATION, XXXX ARVIN MERITOR 15x4 FRONT AXLE Q PLUS S 754009 BRAKE SLACK ADJUSTERS MERITOR AUTOMATIC -FRONT AXLE S 755001 DUST SHIELDS-FRT DUST SHIELDS-FRONT BRAKES BRAKES S 901001 BRAKE DRUM-FRONT CAST IRON S 7610003 BRAKES-FOUNDATION, ARVIN MERITOR 16.5X7 Q REAR AXLE PLUS S 764012 BRAKE SLACK ADJUSTERS ARVIN MERITOR -REAR AXLE AUTOMATIC-SINGLE AXLE S 765001 DUST SHIELDS-REAR DUST SHIELDS-REAR BRAKES BRAKES S 781011 BRAKE CHAMBERS- CAM TYPE M\G\.M STOPGARD PARKING,TYPE/VENDOR (2) S 910001 BRAKE DRUM-REAR CAST IRON CHASSIS S 400116 WHEELBASE 116 INCHES S 402027 FRAME-REAR OVERHANG 27" S 4030003 FRAME RAILS 3/8"X 13 STRAIGHT STEEL,"C"-REINFORCED, 50KSI S 4060001 FRAME-REAR CUT-OFF TAPER CUTOFF,21 DEGREES S 3250001 HYDRAULIC TANK 15 GAL STEEL S 4090002 FRAME CROSSMEMBER- STEEL CENTER Price Level:201212052014A 'rn'3 Page 5 of 11 Packet Page-627- Prepared By COREY TITUS Prepared For RA 5/28/2013 16.C.1 . Quote Id:RETAIL OR 1.13 COLLIL.r.LA-It-1111. Quote Number:Q0017576 S 411005 FRAME CROSSMEMBER- TAPER STEEL END CLOSING S 414001 FRAME CROSSMEMBER- STEEL SUSPENSION S 4300009 FUEL TANK-LEFT 50 GAL CYLINDRICAL STEEL TANK S 436001 FUEL LINES SAE J844 NYLON TUBING S 4520001 REAR DECK STANDARD ALUMINUM REAR DECK S 4530001 STEP-BOC ACCESS ACCESS STEPS,LH ONLY S 4600005 BUMPER-FRONT FRONT BUMPER, DISTRIBUTION O 4630001 MUD FLAPS-REAR WHEEL MUD FLAPS W/AUTOCAR LOGO O 4650002 FENDERS-REAR FULL FENDER,PLASTIC FLEX S 4800001 TOWING DEVICE-FRONT FRONT TOW EYES S 4810001 TOWING HOOKS-REAR REAR TOW EYES S 4890001 FIFTH WHEEL LOCATION 4.6"CENTERLINE, AHEAD OF REAR AXLE S 4900002 FIFTH WHEEL HOLLAND FW35-03344 SEMI- OSC(70,000 LBS) 16"LIFT S 711001 AIR TANK-BRAKE STEEL TANKS FOR SINGLE AXLE S 711U98 AIR TANK MOUNTING AIR TANKS IN STD POSITION O 713023 AIR DRYER BENDIX ADIP W/HEAT O 713T001 AIR DRYER MOUNTING MOUNT AIR DRYER INSIDE LOCATION RAIL O 715018 WET TANK DRAIN MANUAL PULL CORD TYPE EACH TANK O 715T002 AIR RESERVOIR DRAIN PULL CORDS,ALL TANKS SYSTEM S 724001 AIR LINES-CAB SAE J844 NYLON TUBING S 728001 AIR LINES-MAIN,CHASSIS SAE J844 NYLON TUBING S 8120011 BATTERY BOX BATTERY BOX,2 BATTERY CAPACITY S 812V001 BATTERY MOUNTING RIGHT SIDE MOUNTED BOX S 892014 BACKUP ALARM ECCO SMART ALARM SA917 CAB EXTERIOR S 4510004 STEP-CAB ACCESS,CAB LH ONLY CAB ENTRANCE MOUNTED STEPS S 462004 MUD FLAPS-FRONT FRONT FLAPS WHEEL S 5020001 CAB DOORS LH STANDARD DOOR W/ SLIDING REAR DOOR O 5080001 CAB GUARD REAR TRAILER STOPS S 5100004 GLASS WINDSHIELD-TEMPERED, ALL GLASS TINTED Price Level:201212052014A Marrh /ni 3 Page 6 of 11 Packet Page-628- Prepared By COREY TITUS Prepared For RA 5/28/2013 16.C.1 . Quote Id:RETAIL OR 1.13 COWL,.-A L.1, Quote Number:Q0017576 S 51A0001 REAR DOOR GLASS TEMPERED REAR CAB GLASS S 51B0001 REAR WINDOW RIGHT SIDE REAR WINDOW, TEMPERED GLASS O 622046 MIRRORS-DUAL WEST STAINLESS STEEL,HEATED COAST S 6190003 MIRROR ARMS STANDARD RETRACTABLE ARMS O 6230001 MIRRORS-AUXILIARY HEATED CONVEX MIRRORS S 624012 GRAB HANDLES-ENTRY STANDARD-MEETS FMCSR 399 REQUIREMENTS S 631001 HORN-ELECTRIC SINGLE S 6610002 CAB TILT MECHANISM- HYDRAULIC TILT W/ C.O.E. ELECTRIC ASSIST S 6720007 GRILLE ACTT STANDARD GRILLE CAB INTERIOR S 380003 STEERING WHEEL 18 INCH DIAMETER S 381001 STEERING COLUMN FIXED POSITION S 5200011 SEAT-DRIVER SEATS INC MID BACK AIR RIDE W/O ISOLATOR, HERITAGE SILVER S 5220004 SEAT BELTS-DRIVER TWO POINT LAP BELT, BLACK S 526014 SEAT INSERT BLACK CORDURA S 538001 CARPET&MAT MAT WITH FOAM BACK O 5420001 SUN VISOR-INTERIOR SINGLE SEE THROUGH VISOR CAB CLIMATE CONTROL O 060001 CAB TEMPERATURE AIR COND INTEGRAL WITH SYSTEM HEATER/DEFROSTER O 605003 CAB VENTILATION FAN- SINGLE,ROOF MOUNTED ADDITIONAL GAUGES& INSTRUMENTATION S 0570003 INSTRUMENTS SALES PKG ACTT GAUGE PKG#1 S 137003 GAUGE-HOURMETER ELECTRIC,DASH MOUNTED S 2250002 AIR INTAKE RESTRICTION GRADUATED,MTD UNDER INDICATOR HOOD,NO WARNING LAMP S 288009 MONITORING- TRANS TEMP WARNING TRANSMISSION OIL TEMP LIGHT&BUZZER S 4930003 FIFTH WHEEL AIR CAB CONTROL,CABLE CONTROL LIGHTING S 8360002 LAMPS-HEAD RECTANGULAR SEALED BEAM S 837011 LAMPS-STOP-TAIL DUAL LED TRUCKLITE MODEL 44 Price Level:201212052014A hA rrh'F 31113 Page 7 of 11 Packet Page -629- Prepared By COREY TITUS Prepared For RA 5/28/2013 16.C.1 . Quote Id:RETAIL OR 1.13 COLLIL,.. �.. Quote Number:Q0017576 S 8380001 LAMPS-BACKUP DUAL ROUND BACK-UP LAMPS S 844016 SWITCH-TURN SIGNAL& NON-CANCELLING FLASHER W/TRANSISTORIZED FLASHER S 860004 LAMPS-BACK OF CAB SPOTTING LIGHT RECESSED BOC O 8660002 LAMPS-SPOT LH&RH REAR FACING LAMPS ON CAB ROOF O 867001 LAMPS-EMERGENCY ROTATING BEACON WARNING S 8700001 CIRCUIT PROTECTION AUTO CIRCUIT BREAKERS DEVICE RADIO/MISC S 509001 KEY&LOCK SETS- DOOR&IGNITION SAME- IGN/DOORS UNIQUE PER TRUCK S 6280006 WINDSHIELD WIPER XXXX SINGLE PANTOGRAPH W/O WASHER S 873002 WIRING-CAB STD CAB WIRING FRONT TIRES/WHEELENDS S 9210001 HUB CAPS-FRONT AXLE CR ZYTEL HUBCAP S 9400001 WHEEL OIL SEALS-FRONT SCOTSEAL PLUS XL S 904011 HUBS-FRONT STEEL HUB PILOTED,285MM BOLT CIRCLE S 9050014 WHEELS-DISC FRONT 22.5x8.25 STEEL HP,6.18" INSET,5HH S 905T98 SPARE WHEELS FRONT NO SPARE FRONT WHEELS O 930100 TIRE SIZE&LOAD RANGE 295/75R22.5 G 14 PR -FRONT TUBELESS TYPE RADIAL S 9310049 TIRE MANUFACTURER& DOUBLE COIN RR150 TREAD-FRONT S 931T98 SPARE FRONT TIRE NO SPARE FRONT TIRES REAR TIRES/WHEELENDS S 9130001 HUBS-REAR IRON HUB,HP 10 STUD S 9140014 WHEELS-DISC REAR 22.5X8.25 STEEL,HP,5HH S 914T98 SPARE WHEELS REAR NO SPARE REAR WHEELS O 933100 TIRE SIZE&LOAD RANGE 295/75R22.5 G 14 PR -REAR O 9340052 TIRE MANUFACTURER& DOUBLE COIN RLB450 TREAD-REAR S 934T98 SPARE REAR TIRE NO SPARE REAR TIRES S 9410001 WHEEL OIL SEALS-REAR SCOTSEAL PLUS XL PAINT S 950001 CAB PAINT SCHEME SINGLE COLOR PAINT Price Level :201212052014A Ti,e c1 v Marrh'76 '11113 Page 8 of 11 Packet Page-630- Prepared By COREY TITUS Prepared For RA 5/28/2013 16.C.1 . Quote Id:RETAIL OR 1.13 COLLIES wUIN L Quote Number:Q0017576 S 9550001 CAB PAINT TYPE STANDARD WHITE S 9801001 CAB COLOR-FIRST APPROVED-=-DPSS-N0007-=- STANDARD WHITE N0007 S 986IU1 CHASSIS COLOR BLACK P3036 S 987949 BUMPER COLOR SAME AS CHASSIS,UNPAINTED ALUM OR CHROME S 988401 DISC WHEEL OR RIM STEEL,E-COAT WHITE/ COLOR ALUM-UNPAINTED ADDITIONAL OPTIONS S 8990008 CHASSIS WARRANTY STANDARD ACTT WARRANTY S 899A005 TRANSMISSION ALLISON EDGE 4YR. WARRANTY WARRANTY S 899B001 ENGINE WARRANTY CUMMINS STANDARD WARRANTY S 978015 FLOOR PLAN 15 DAYS FLOORING A 969V002 ADDITIONAL PRICE TEMPORARY INFLATION ADJUSTMENT ADJUSTMENT OTHERS S 488460 FIFTH WHEEL HEIGHT FIFTH WHEEL NOMINAL HEIGHT 46" S 740003 CERTIFICATION US SALE-US COMMERCE- COMPLIANCE UNDER 34 MPH S 7930003 TRAILER AIR HOSES XXXX TRAILER AIR HOSES- 15'STRAIGHT RUBBER S 7950001 TRAILER HOSE HANGERS TRAILER HOSE HANGERS& &SUPPORTS SUPPORTS O 8900001 TRAILER CABLE TRAILER CABLE RECEPTACLE RECEPTACLE Price Level:201212052014A T„PcAn., Aanrrh')F 71113 Page 9 of 11 Packet Page -631- Prepared By COREY TITUS Prepared For RA 5/28/201 3 1 6.C.1. Quote Id:RETAIL OR 1.13 COLLIEK uuuIN i Y Quote Number:Q0017576 03/26/2013 Quote Summary Values are in U.S. Dollar EQUIPMENT EACH TOTAL ACTT42 Class 8 $76,195.44 $228,586.32 ACTT SINGLE CAB QUANTITY 3 ADDITIONAL PURCHASED COVERAGES $0.00 $0.00 EPA SURCHARGE $0.00 $0.00 ADDITIONAL PRICE ADJUSTMENT $337.00 $1,011.00 FACTORY CONTRACT MODIFICATION $0.00 $0.00 OUTSIDE CONTRACT FREIGHT $0.00 $0.00 MISC/ORDER CHANGE FEES $0.00 $0.00 ADDITIONAL SURCHARGE $0.00 $0.00 NORTH AMERICAN FREIGHT VIA DESIGNATED SHIPPER $2,167.00 $6,501.00 TOTAL EQUIPMENT PRICE $78,699.44 $236,098.32 OTHER CHARGES EACH TOTAL FET AMOUNT TOTAL $0.00 $0.00 STATE TAX/OTHER FEES $0.00 $0.00 TRADE-IN $0.00 $0.00 TOTAL QUOTE $78,699.44 $236,098.32 / y /7 . Distributor Signature Customer Signature 3 :-.2‘----.21V Date Date Price Level:201212052014A T..u...1^•, *A"^-^1^1.< -ni 3 Page 10 of 11 Packet Page-632- Prepared By COREY TITUS Prepared For RA 5/28/2013 16.C.1. Quote Id:RETAIL OR 1.13 COLLIhtc uu ur i Y Quote Number:Q0017576 -By signing the Quote Summary, Customer approves the information contained in the Quote,subject to final approval by Autocar. Autocar endeavors to provide but does not guarantee error-free Quotes. All price quotations are for informational purposes only,and prices are subject to change without notice. Final prices will be reflected on the invoice for the Autocar chassis or on a document expressly evidencing Autocars intent to be bound. Autocar may substitute comparable components for those listed on any quote. Estimates of unloaded weight distribution are provided for informational purposes only,are not guaranteed by Autocar and do not take into account vehicle application,body type or other modifications. Autocar is not responsible for modifications to the Autocar chassis after shipment from the Autocar assembly plant. Modifications by body builders and other upfitters or converters may void the Autocar limited warranty in whole or in part. -Autocar will deliver the Autocar chassis to the designated agent for delivery. Price Level:201212052014A T„PCAol. a,1Qr,a, 111 1� Page 11 of 11 Packet Page-633-